technical bid wt no. 2624 rfq no. 27480 tender … office/ukai thermal power... · ukai thermal...

43
GUJARAT STATE ELECTRICITY CORPORATION LIMITED Ukai Thermal Power Station, Ukai Dam, Taluka Fort Songadh, DistTapi– 394680. Ph. 91-2624-233215, 233257 Fax: 91-2624-233300, 233315 E-mail: [email protected] Website: www.gsecl.in WT No. 2624 TECHNICAL BID WT NO. 2624 RFQ NO. 27480 TENDER FOR THE WORK PROVIDING AND REPAIRING OF PIPE LINES IN HYDRO SWITCHYARD AND REPAIRING G.I SHED FOR UAT 1 TO 4 AT HPS UKAI.

Upload: buituong

Post on 12-Jun-2018

217 views

Category:

Documents


0 download

TRANSCRIPT

GUJARAT STATE ELECTRICITY CORPORATION LIMITED Ukai Thermal Power Station, Ukai Dam, Taluka Fort Songadh, DistTapi– 394680. Ph. 91-2624-233215, 233257

Fax: 91-2624-233300, 233315 E-mail: [email protected] Website: www.gsecl.in WT No. 2624

TECHNICAL BID

WT NO. 2624

RFQ NO. 27480

TENDER FOR THE WORK PROVIDING AND REPAIRING OF PIPE LINES IN HYDRO SWITCHYARD AND REPAIRING G.I SHED FOR UAT 1 TO 4 AT HPS UKAI.

WT NO. 2624 Name of work : Providing and Repairing of Pipe lines in hydro Switchyard and repairing G.I Shed for UAT 1 to 4 at HPS Ukai.

Signature of contractor Page 2 of 43

Index Sr.

No.

Description Page

No.

1. Tender Notice & General Instruction to bidders 3 – 9

2. Schedule A - Information Regarding Bidders Experience And Competency. 10 – 11

3. Schedule – “1” Bidder's Experience 12

4. Schedule – "II" List Of Plant Machinery And Equipments. 13

5. Detailed Technical Specifications 14 - 28

6. General Terms & conditions of contract, Safety Rules 29 – 34

7. Price Bid 35 -

8. Special Conditions For Use Of Cement In Work 38 – 39

9. Declaration Form 40

10. EMD Bank Guarantee Format 41

11. Form Of Banker’s Undertaking (For SD & PG) 42

12. Tender & contract for works Booklet-Can be seen in the office during working hrs.

13. General specification Booklet - Can be seen in the office during working hrs

14. Drawing - Can be seen in the office during working hrs.

WT NO. 2624 Name of work : Providing and Repairing of Pipe lines in hydro Switchyard and repairing G.I Shed for UAT 1 to 4 at HPS Ukai.

Signature of contractor Page 3 of 43

GUJARAT STATE ELECTRICITY CORPORATION LIMITED: TPS: UKAI

TENDER NOTICE Sealed item rate tenders are invited from the experienced contractors for the work as particular given below. Sr. No.

Name of work: : Providing and Repairing of Pipe lines in hydro Switchyard and repairing G.I Shed for UAT 1 to 4 at HPS Ukai.

1. Estimated cost : 4,96,579=12 2. Last date of submission : 24.03.2014 Up to 3.00 P.M. by R.P.A.D.

3. Date of opening of tender

(technical bid) on : 24.03.2014 4.00 P.M. (if possible)

4. Time limit for completion : 06(six) Months

5. Earnest Money : Rs. 4966=00 By DD/RTGS/NEFT 6. Security Deposit 5% of contract value-You will to pay S/D at the rate of 5% of order value

within a week time on receipt of Indent (LOI) by DD drown in favour of Gujarat state electricity corporation Ltd Payable of BOB Ukai or SBI Ukai Branch. The S D can be refundable as per GSECL rules.

7. Tender fee (Non refundable)

: 500=00 By DD/RTGS/NEFT

8. Guarantee period : As per GSECL's Rule Tender fee/EMD/SD will be accepted by DD/RTGS/NEFT also.

The bank details of GSECL Ukai is as under.

Beneficiary Name :- M/S Gujarat State Electricity Corporation Ltd. Address :- Urja nagar, GEB COLONY, TA. SONGADH. DIST. TAPI, PIN CODE

NO 394680 Bank Name :- Bank of Baroda Ukai. NATURE OF A/C :- Current Accounts Branch : Ukai- Account No :- 0264020000002 IFSC CODE NO :- BARBOUKAIXX (" 0" =ZERO) MICR CODE NO :- 394012529

GSECL reserve Right to reject any or all tenders without assigning any reason there of is reserved by the competent authority. Tenders will be received by R.P.A.D. only. Contractor should possess separate PF code number from RPFC. Postal Address: Gujarat State Electricity Corporation Ltd. Thermal Power station, UKAI: 394680

WT NO. 2624 Name of work : Providing and Repairing of Pipe lines in hydro Switchyard and repairing G.I Shed for UAT 1 to 4 at HPS Ukai.

Signature of contractor Page 4 of 43

GUJARAT STATE ELECTRICITY CORP LTD: THERMAL POWER STATION: UKAI DAM – 394680.

GENERAL INSTRUCTION TO TENDERERES Sealed Tenders are invited from the contractors / firms who have executed civil works of successfully and who are registered under appropriate class. 1.0 Tenders documents are in two bids system i.e. “Technical Bid “and “Price Bid ”.

1.1 Technical bid is to be submitted in a sealed envelope and super scribing the envelope as “Technical Bid“. Technical bid shall be submitted with documents, as under, falling which tender is liable for rejection.

1.2 Tender fee/EMD will be accepted by DD/RTGS/NEFT. The bank details of GSECL are as under.

Beneficiary Name : M/s. Gujarat State Electricity Corporation Ltd. Address : Urjanagar, GEB Colony, Ta. Songadh. Dist. Tapi,

Pin Code No 394680 Bank Name : Bank of Baroda Ukai. NATURE OF A/C : Current Accounts Branch : Ukai Account No : 0264020000002 IFSC CODE NO : BARB0UKAIXX (" 0" =ZERO) MICR CODE NO : 394012529 EMD will also be accepted in a form of bank guarantee as per format attached with the tender.

1.3 Attested copy of registration certificates under appropriate class as contractor.

1.4 Attested copy of document showing “Provident Fund” Number in company’s name obtained by the bidder.

1.5 Attested copy of proprietorship or partnership deed.

1.6 Attested copy of power of attorney, if any for signing the bid documents.

1.7 Attested copy of balance sheet with profit & loss account of last 3 financial years duly audited by chartered accountant if the value of work is more than Rs.50 Lacs.

1.8 Attested copy of latest solvency certificate not older than 12 months.

1.9 Attested copy of work experience certificate for works executed as per prequalification criteria.

1.10 Attested copy of PAN card and Service tax registration no.

1.11 List of works in progress.

1.12 Details of equipment, tools & plants immediately available with the bidder for use of this work.

1.13 Details of technical personnel.

WT NO. 2624 Name of work : Providing and Repairing of Pipe lines in hydro Switchyard and repairing G.I Shed for UAT 1 to 4 at HPS Ukai.

Signature of contractor Page 5 of 43

1.14 Undertaking duly notarized as per attached declaration form.

1.15 Any other documents required to verify technical, financial capability of the bidders & other credentials.

The above documents shall be submitted in form of attested true copies along with technical bid. Also the successful contractor has to obtain valid labour license and Group Insurance Policy to insure labours under W.C. Act. immediately for sufficient labours for the contract entrusted and for extended period if any.

2.0 The Sealed price bids comprising of Schedule-“B” shall be submitted in separate sealed envelope super scribed accordingly on the envelop “Cover for price Bid”

3.0 Both “Technical” and “Price bid” should be submitted in one common envelope super scribing the name of the work and tender opening date etc.

4.0 All the columns in schedule be filled in INK

5.0 The rate shall be quoted both in words and figures as per units specified in the schedule-B, should there be any discrepancy the rate quoted inwards and figures rate quoted in words shall prevail.

6.0 Further should thereby any discrepancy between rate and amount the rate will prevail.

7.0 All the terms & condition of the Booklet 'General specification for Civil works' and "Tender & contract for work" will be considered a part of the contract agreement. These booklets are available in office for reference.

8.0 Bidders shall complete the tender document in all respects and they are to be signed with Company’s seal on all pages.

9.0 The bidders shall submit their offer without any deviations in general terms and conditions of the contract, or in Technical specifications/Items. Tenders with such deviations, shall be rejected. Incomplete and conditional tenders shall not be considered.

10.0 The following eligibility criteria are required for qualifying in the tender.

Experience of having successfully completed similar works during last 07 years ending last day of months previous to the one in which applications are invited should be either of the following, work shall be carried out in GSECL/Central Govt. /State Govt. /Semi Govt./Railways/PSU/GETCO/DISCOMS (Subsidiaries of GUVNL) along with documentary evidence such as satisfactory completion certificate/ongoing works from respective authorities. :-

10.1 Three similar completed works costing not less than the amount equal to 40% of the estimated cost.

Or 10.2 Two similar completed works costing not less than the amount equal to 50% of the

estimated cost. Or

WT NO. 2624 Name of work : Providing and Repairing of Pipe lines in hydro Switchyard and repairing G.I Shed for UAT 1 to 4 at HPS Ukai.

Signature of contractor Page 6 of 43

10.3 One similar completed works costing not less than the amount equal to 80% of the estimated cost.

11.0 Similar works means ……………………………… .

12.0 Details of required machinery in his own possession and will deploy for this work, if the order will be issued to him, along with documentary evidence etc. As per schedule – II attached herewith.

13.0 GSECL reserves the right to split up the work covered in the scope of this contract amongst more than one contractor.

14.0 Intending bidders shall submit tenders after studying all tender documents carefully and after visiting the site for satisfying themselves of actual site conditions, location and accessibility of site and nature and extent of the work involved etc. Submission of tenders implies that bidders have obtained all necessary information and other data required for executing the work. No, claim for extra charges because of any misunderstanding or otherwise will be allowed.

15.0 Site cleaning and all approaches to the site shall be in the scope of bidders.

16.0 Bidders will not be allowed to give sub-contract of the works awarded to him for any reasons what so ever without permission of the Engineer-in-charge.

17.0 After opening of Technical bid, no revised price from any bidders will be accepted.

18.0 Price quoted shall be firm, until overall completion of the work, under contract and there will not be any price escalation.

19.0 Date of opening of price bid will be intimated later on to those bidders who are qualified in technical bid. Price bid of only qualifying bidders based on evaluation of technical bid shall only be opened. Price bid of bidders who are not technically qualified as per requirement of special note for prequalification shall not be opened.

20.0 The decision of GSECL in the matter will be final and no any claim will be entertained in this regard.

21.0 Tender shall remain open for acceptance, subject to the validity period of 180 days from the date of opening of technical bid and during this period no bidder shall be allowed to withdraw his tender. Any such withdrawal during the period will entail forfeiture of the Earnest Money deposited with the tender.

22.0 All the works shall be carried out as per specifications attached with the tender and relevant Indian Standards issued by the Bureau of Indian Standards. All materials procured should be confirming to relevant Indian Standards issued by Bureau of Indian Standards, wherever not specified in the item.

23.0 Tenders, who do not fulfill all or any of the conditions of the tender or incomplete in any respect, are liable to rejection.

24.0 GSECL reserves the right to reject any or all the tenders without assigning any reason thereof.

WT NO. 2624 Name of work : Providing and Repairing of Pipe lines in hydro Switchyard and repairing G.I Shed for UAT 1 to 4 at HPS Ukai.

Signature of contractor Page 7 of 43

25.0 The contractor shall carry out whole work without affecting the plant activities and power generation. The contractor shall carry out the whole work in such a way that plant operation, maintenance, vehicular movements and other construction activities / works may not affect.

26.0 The Contractor shall prepare all required roads, including haul roads ramps, turning points diversion of drains, trenches, nalas conduts, pipes, cables etc to execute various items of this Contract & arrange all transport of materials & all such costs shall be taken care of while quoting the rates. No extra payments shall be admissible towards such costs. On completion, this shall be cleared if asked by GSECL at no extra cost.

27.0 No idle charges shall be entertained by Gujarat State Electricity Corporation Ltd for any site conditions or any circumstances.

28.0 The Contractor shall take all requisite & necessary care to observe that no damage is caused to the Existing structures, assets etc. For any damage to the Existing Structures, assets of Gujarat State Electricity Corporation Ltd, the Contractor shall be held responsible, and he will have to rectify/restore/replace the damage immediately up to the satisfaction of Engineer in Charge, at his own cost.

29.0 AGREEMENT: As per corporation’s rules, successful bidder shall have to enter in to an agreement on non judicial stamp paper of Rs100/- with the Gujarat State Electricity Corporation Ltd., in the prescribed form on receipt of work order. The cost of the stamp fee shall be borne by successful tender. The tender with specifications, schedules, drawings, the contract booklet to be signed by successful bidder. The letter of acceptance, all above documents & subsequent correspondence shall be deemed to be a part of the contract agreement.

30.0 ARBITRATION: All questions, disputes, difference whatsoever which may at any time arise between the parties to this contract in connection with the contract or any matter arising out of or in relation there to, shall be referred to the Gujarat Public Works Contracts Disputes Arbitration Tribunal” as per the provision of the Gujarat Public Works Contract Disputes Arbitration Tribunal Act. 1992.

The reference to arbitration proceeding under this clause shall not: (a) Affect the right of the E.I.C. to take possession of all or any tools, plants, materials &

stores in or upon the work or site thereof or belonging to the contractor or procured by him and intended to be used for the execution of the work or any part thereof.

(b) Preclude the E.I.C. from utilizing the materials purchased by the contractor in any work or from removing such materials to other place, during the period the work is stopped or suspended in pursuance of notice given to the contractor under General conditions.

(c) Entitle the contractor to stop the progress of the work of carrying out the additional or altered work in accordance with the provision of General conditions of the work where there are no specifications.

(d) Preclude the GSECL from getting the work done by another agency.

Neither party is entitled to bring a claim to arbitration tribunal latest by 30 days after the expiration of the defects liability period. The provisions of the Arbitration and Conciliation Act 1996, Gujarat Public Works Contract Disputes Arbitration Tribunal Act-1992 and rules made there under shall apply to the Arbitration proceeding under this clause.

WT NO. 2624 Name of work : Providing and Repairing of Pipe lines in hydro Switchyard and repairing G.I Shed for UAT 1 to 4 at HPS Ukai.

Signature of contractor Page 8 of 43

Note: The clause no: 30” “Arbitration” of tender and contract for works booklet stands deleted and replaced by new clause as above:

31.0 All royalties, sales tax, toll tax, local tax, development charges, VAT tax, welfare cess and any

other taxes including works contract tax etc. and also any statutory variation in future towards above mentioned taxes & any other taxes if levied in future by statutory authority applicable to the this contract shall be payable by the contractor and GSECL will not entertain any claim whatsoever in this respect. The rates will be “Excluding the service tax”. The reimbursement against “Service Tax” will be paid to the contractor as per Govt. rues & regulations. Service tax will be paid if the same is claimed in Bill/Invoice.

The proof of payment made by the contractor to the appropriate department shall be submitted to GSECL, failing which appropriate amount shall be withheld on getting information/instruction form the concerned department.

The contractor shall produce the receipt of payment of 1% welfare cess from the respective Govt. department before submission of 1% welfare cess from the respective Govt. Department before submission of final bill, otherwise final bill for the works will not be finalized.

32.0 “OH&S Management System Requirement It is to note that GSECL, Ukai TPS is establishing and implementing Occupational Health & Safety Management System complying with OHSAS18001:2007. You as a part of the GSECL Ukai team and as defined by the scope of mentioned standard, all contractors are required to comply with and participate to prevent occupational Health and safety hazards and risks including observation of safety rules. Further, you are also to comply with all applicable legal requirements while executing the work, in case the job is assigned to you.

33.0 SECURITY DEPOSIT Lowest bidder will have to pay security deposit at the rate of 5% of the contract value within 10 days from the date of issue of Letter of Intent by DD/RTGS/NEFT/Bank Guarantee as per format/FDR. On failing to pay security, deposit in specified time limit the EMD will be forfeited and bidder will not be allowed to participate in the tenders invited from GSECL TPS Ukai for the period of one year. The Security Deposit can be refundable as per GSECL rules.

34.0 The bidder is requested not to submit the hard copy of downloaded tender document,

condition of the contract, specification & other re levant documents. Instead of the same, the bidder shall submit the duly Notarized Undertak ing as stated declaration form on the stamp paper of Rs.100/-.

35.0 Electrical connection shall be given at single point free of cost by GSECL and onwards distribution shall be arranged by contractor at his own cost. Electrical energy will be chargeable. "M/s. GSECL will issue the LT power supply of max. 200 amp. and is of 3 phase 3 wire system only. If neutral is required for control circuit of their equipment; party should have to arrange the control transformer with necessary charge of wiring in their panel. As 3 phase 4 wire system is not available.

36.0 Water for construction work shall be arranged by contractor at his own cost. If possible water for construction may be supplied by Corporation at single point, and onwards distribution shall be arranged by contractor at his cost. In case water is supplied by Corporation recovery towards water supply shall be levied at rate of 2% of item rate in which water is used.

WT NO. 2624 Name of work : Providing and Repairing of Pipe lines in hydro Switchyard and repairing G.I Shed for UAT 1 to 4 at HPS Ukai.

Signature of contractor Page 9 of 43

37.0 The tenders received after time and date specified in the tender notice, will not be accepted. Once the offer submitted by the contractor before due date of submission, the contractor will not be allowed to submit revised / additional / modified / other even before due date. However, if the issue and receipt of tender is extended by the GSECL due to any reason, the contractor may submit the revised offer before due date of submission, if he wish to submit.

38.0 The work shall be completed within the period stipulated in the contract. However it may be noted that drawings shall be released progressively & site clearance arranged accordingly to the progress of work at site. Therefore the contractor has to organize & coordinate the works to suit these. In the event of any delay due to the above or due to any other reason not attributable to the contractor, reasonable extension in the completing the work may be given at the discretion & as decided by the GSECL but no compensation or idle charges will be paid to the contractor under any circumstances.EMD should also be paid through Electronic Transfer to GSECL’s bank account.

39.0 Compensation for the delay The time limit allowed for carrying out the work as entered in the tender shall strictly observed by the contractor and shall be reckoned from the date on which the order to commerce the work is given to the contractor. The work shall throughout the stipulated period of contract the proceeds with due diligence (time being deemed to be essence of contract) and for delay, the contractor shall pay compensation, an amount equal to half percent per one week for the contract amount of work or such smaller amount as per the decision of the Competent Authority of the GSECL. However, the total amount of compensation to be paid by the contractor, under the provision of the clauses shall not exceed 10 percent of the amount of contract value as decided by the competent authority of the GSECL. The penalty will be invariably deducted from the bills of the contractor and no refund will be given unless the competent authorities approves the reduction the reasons for delay attributable to GSECL as well as to party will be brought out clearly while putting the proposal for waiver reduction in penalty.

40.0 Each tender shall contain the name, residence & place of business of person or persons making the tender & shall be signed by the tenderer with his usual signature with seal of the company.

41.0 GSECL reserves the right to delete any item of Schedule-B for which contractor shall not have any right to claim on this account.

42.0 Each tender shall contain the name, residence & place of business of person or persons making the tender & shall be signed by the tenderer with his usual signature with seal of the company.

43.0 An attested copy of the constitution of the firm with the name of partners shall be furnished. Whenever, whether in submission of the tender or later in other matters, the signatures are made by one person on behalf of Directors or a firm or a corporation, an attested copy of the resolution of the partners or of law shall be supplied by the tenderer authorizing Witnesses & sureties shall be persons of status & probity, &their names, occupation & address shall be stated below their signatures. All signatures shall be dated.

44.0 Work carried under this contract shall be completed in all respects within 6(six) calendar months from the date of issue of letter of order to commence the work .However, interim mile stones of the work will have to be completed as per the priority, sequence, schedule given by GSECL time to time.

Chief Engineer (Gen.) GSECL: TPS: Ukai

WT NO. 2624 Name of work : Providing and Repairing of Pipe lines in hydro Switchyard and repairing G.I Shed for UAT 1 to 4 at HPS Ukai.

Signature of contractor Page 10 of 43

GUJARAT STATE ELECTRICITY CORPORATION LIMITED THERMAL POWER STATION: UKAI DAM: 394680.

SECTION: A

1 INFORMATION REGARDING BIDDERS EXPERIENCE AND COMPETENCY. 01 Name of the organization / firm

:

02 Address of Registered Office with telephone / telex Nos. & telegraphic address.

:

03 Address of the office that would handle this proposed work with telephone / telex Nos. and telegraphic address.

:

04 Nature of the Organization viz. whether sole proprietor, partners, private limited, Semi Govt. etc.

:

05 Names address, Telephone Nos. Officer & residential of

:

i Chairman / Managing Director

:

ii General Manager

:

iii Chief Project Engineer / Manager

:

iv Contract Engineer / Manager

:

06 Details of Registration Organization / firm.

:

07 Adequate and satisfactory evidence to indicate financial capability of organization / firm to undertake the proposed work with names of Bankers and their full Address.

:

08 Audited profit and loss accounts and balance sheets / certified income and expenditure accounts from a Chartered Accounts, Annual Reports and the latest tax clearance certificate.

:

09 Details of similar jobs executed in execution within the last 7(seven) years by the firm organization.

:

WT NO. 2624 Name of work : Providing and Repairing of Pipe lines in hydro Switchyard and repairing G.I Shed for UAT 1 to 4 at HPS Ukai.

Signature of contractor Page 11 of 43

10 List of technical personal plant and equipment available with the firm.

:

11 List of technical personal plant and equipment to be deployed for the work.

:

12 Any other technical details etc. to elaborate upon the organization firm’s competence to execute his work.

:

13 Income tax PAN : WARD NO. : PLACE : Signature : Self Company Designation: Company :

WT NO. 2624 Name of work : Providing and Repairing of Pipe lines in hydro Switchyard and repairing G.I Shed for UAT 1 to 4 at HPS Ukai.

Signature of contractor Page 12 of 43

GUJARAT STATE ELECTRICITY CORPORATION LIMITED THERMAL POWER STATION: UKAI DAM: 394680

SCHEDULE – “1”

BIDDER'S EXPERIENCE

(TO BE FURNISHED IN TECHNICAL BID)

Sr. No.

Name & description of work and w. o. No.

Value of work Period of construction & Dates.

Client/

Authorities.

Signature & Name

Designation

Company

Address

Seal of Company. Date

WT NO. 2624 Name of work : Providing and Repairing of Pipe lines in hydro Switchyard and repairing G.I Shed for UAT 1 to 4 at HPS Ukai.

Signature of contractor Page 13 of 43

GUJARAT STATE ELECTRICITY CORPORATION LIMITED

THERMAL POWER STATION: UKAI DAM: 394680

SCHEDULE – "II"

LIST OF PLANT MACHINERY AND EQUIPMENTS. (To be furnished in Technical bid)

Sr. No.

Type & Description of Equipment.

Nos. the bidder has in possession

Nos. he propose to bring to the site

Capacity description

01 02 03 04 05 01 02 03 04 05 06 07 08 09 10

Signature & Name Designation Company Address Seal of Company.

Date

WT NO. 2624 Name of work : Providing and Repairing of Pipe lines in hydro Switchyard and repairing G.I Shed for UAT 1 to 4 at HPS Ukai.

Signature of contractor Page 14 of 43

Detailed Technical Specification

Name of Work: Providing and Repairing of Pipe lines in hydro Switchyard and repairing G.I Shed for UAT 1 to 4 at HPS Ukai.

Item no.1 Demolition of R.C.C. work including stack ing of serviceable materials and disposal of unserviceable materials with all lead and lift 1.0. Workmanship : 1.1. The demolition shall consist of demolition of one or more parts of the building as specified or shown in the drawings. Demolition implies taking up or down or breaking up. This shall consist of demolishing whole or part of work including all relevant item as specified or shown in the drawings. 1.2. The demolition shall always be planned before hand and shall be done in reverse order of the one in which the structure was constructed. This scheme shall be got approved from the Engineer-in-charge before starting the work. This however will not absolve the contractor from the responsibility of proper and safe demolition. 1.3. Necessary dropping, shoring and under pinning shall be provided for the safety of the adjoining work or property, which is to be left intact, before dismentaling and demolishing is taken up and the work shall be carried out in such a way that no damages is caused to the adjoining property. 1.4. Wherever required, temporary enclosures or partitions shall also be provided. Necessary precautions shall be taken to keep the dust nuisance down as and where necessary. 1.5. Dismantling shall be commenced in a systematic manner. All materials which are likely to be damaged by dropping from a height or demolishing, masonry etc. Shall be carefully dismantled first. The dismantled articles shall be properly stacked as directed. 1.6. All materials obtained from demolition shall be the property of Government unless otherwise specified and shall be kept in safe custody until handed over to the Engineer-in-charge. 1.7. Any serviceable material, obtained during dismantling or demolition shall be separated out and stacked properly as directed, with all lead and loft. All unserviceable materials, rubbish etc. Shall be stacked as directed by the Engineer-in-charge. 1.8. On completion of work, the site shall be cleared of all debris rubbish and cleaned as directed. 2.0. Mode of measurements & payment : 2.1. Measurements of all work except hidden work shall be taken before demolition or no allowance for increase in bulk shall be allowed. The demolition of shall be followed except that the demolition of reinforced concrete structure. The unserviceable materials shall be disposed of at all leads and lifts. The rate excludes scraping straightening of reinforcement but includes cutting of reinforcement. 2.3. The rate shall include cost of all labour involved and tools used in demolishing and dismantling in including scaffolding. The rate shall also include the charges for separating out and stacking the serviceable materials properly and disposing the unserviceable materials with all lead and lift. The rate also includes for temporary storing for the safety of the portion not required to be pulled down or of adjoining properly and providing temporary enclosures or partitions where considered necessary. 2.4. The rate shall be for a unit of one cubic metre. Item no.2 Demolition of brick work and stone masonry includi ng stacking of serviceable materials and disposal of unserviceable materials with all lead a nd lift ii) In cement mortar 1.0. Workmanship: 1.1. The relevant specifications of item No.1 shall be followed except that demolition of brick or stone masonry in lime mortar is to be done. 2.0. Mode of measurements & payment: 2.1. The relevant specification of item No. 1 shall be followed except that the wall and independent piers of columns of brick or stone masonry shall be measured in cubic metres. All copings, corbles, cornices and other projections shall be included with the wall measurements. 2.2. In measuring thickness plastered walls, the thickness of plaster shall be included. The unserviceable materials shall be disposed off with all lead and lift. Ashlars face stones dressed stone etc. If required to be taken down intact shall be dismantled and measured separately in cubic metres. 2.3. The rate exclusive of cleaning of bricks or stones. Honey comb works or hollow block walling shall be measured as solid. 2.4. The rate shall be for a unit of one cubic metre. Item no.3 Dismentalling C.I. pipes G.S.W. Pipes and A.C. rai n water pipes with fittings and clamps including stacking the materials with all lead and lift. (for any dia. of pipes) 1.0. Workmanship : 1.1. The demolition shall consist of demolition of one or more parts of the building as specified or shown in the drawings. Demolition implies taking up or down or breaking up. This shall consist of demolishing whole or part of work including all relevant item as specified or shown in the drawings.

WT NO. 2624 Name of work : Providing and Repairing of Pipe lines in hydro Switchyard and repairing G.I Shed for UAT 1 to 4 at HPS Ukai.

Signature of contractor Page 15 of 43

1.2. The demolition shall always be planned before hand and shall be done in reverse order of the one in which the structure was constructed. This scheme shall be got approved from the Engineer-in-charge before starting the work. This however will not absolve the contractor from the responsibility of proper and safe demolition. 1.3. Necessary dropping, shoring and under pinning shall be provided for the safety of the adjoining work or property, which is to be left intact, before dismentaling and demolishing is taken up and the work shall be carried out in such a way that no damages is caused to the adjoining property. 1.4. Wherever required, temporary enclosures or partitions shall also be provided. Necessary precautions shall be taken to keep the dust nuisance down as and where necessary. 1.5. Dismantling shall be commenced in a systematic manner. All materials which are likely to be damaged by dropping from a height or demolishing, masonry etc. Shall be carefully dismantled first. The dismantled articles shall be properly stacked as directed. 1.6. All materials obtained from demolition shall be the property of Government unless otherwise specified and shall be kept in safe custody until handed over to the Engineer-in-charge. 1.7. Any serviceable material, obtained during dismantling or demolition shall be separated out and stacked properly as directed, with all lead and loft. All unserviceable materials, rubbish etc. Shall be stacked as directed by the Engineer-in-charge. 1.8. On completion of work, the site shall be cleared of all debris rubbish and cleaned as directed. 2.0. Mode of measurements & payment : 2.1. Water pipes lines, including rain water pipes; with clamps and specials, sewer pipe lines, (Salt glazed ware or concrete) etc. Shall be measured in running metre inclusive of joints (The measurements shall be taken along the centre line of pipe and fittings.) 2.2. The rate shall be for a unit of one running metre. Item no.4 Dismentalling of sheet roofing including ridges, h ips, valleys, gutters, etc. stacking of serviceable materials with all lead and lift. (I) G .I. Sheet roofing 1.1. The demolition shall consist of demolition of one or more parts of the building as specified or shown in the drawings. Demolition implies taking up or down or breaking up. This shall consist of demolishing whole or part of work including all relevant item as specified or shown in the drawings. 1.2. The demolition shall always be planned before hand and shall be done in reverse order of the one in which the structure was constructed. This scheme shall be got approved from the Engineer-in-charge before starting the work. This however will not absolve the contractor from the responsibility of proper and safe demolition. 1.3. Necessary dropping, shoring and under pinning shall be provided for the safety of the adjoining work or property, which is to be left intact, before dismentaling and demolishing is taken up and the work shall be carried out in such a way that no damages is caused to the adjoining property. 1.4. Wherever required, temporary enclosures or partitions shall also be provided. Necessary precautions shall be taken to keep the dust nuisance down as and where necessary. 1.5. Dismantling shall be commenced in a systematic manner. All materials which are likely to be damaged by dropping from a height or demolishing, masonry etc. Shall be carefully dismantled first. The dismantled articles shall be properly stacked as directed. 1.6. All materials obtained from demolition shall be the property of Government unless otherwise specified and shall be kept in safe custody until handed over to the Engineer-in-charge. 1.7. Any serviceable material, obtained during dismantling or demolition shall be separated out and stacked properly as directed, with all lead and loft. All unserviceable materials, rubbish etc. Shall be stacked as directed by the Engineer-in-charge. 1.8. On completion of work, the site shall be cleared of all debris rubbish and cleaned as directed. 2.0. Mode of measurements & payment : 2.1. Measurements of all work except hidden work shall be taken before demolition or no allowance for increase in bulk shall be allowed. The demolition of G.I. sheet roofing shall be measured under this item. 2.2. All work shall be measured in decimal system as fixed in its place subject to the following limits, unless otherwise stated hereinafter : (a) Dimensions shall be measured to the nearest 0.01 mt. (b) Area shall be worked out to the nearest 0.01 sq. Mt 2.3. The rate shall include cost of all labour involved and tools used in demolishing and dismantling in including scaffolding. The rate shall also include the charges for separating out and stacking the serviceable materials properly and disposing the unserviceable materials with all lead and lift. The rate also includes for temporary storing for the safety of the portion not required to be pulled down or of adjoining properly and providing temporary enclosures or partitions where considered necessary. 2.4. The rate shall be for a unit of one square metre. Item no.5 Providing, Laying and jointing in true line and le vel 15mm dia U.P.V.C.Pipe (SCH-40)line including fittings of PRINCE / SUPRIME / ASTRAL / FINOLEX make or equivellent as approved by Engineer in Charge.Pipe shall be fixed on the wall with the help of clamp at the every two meter C/C o r shall be concealed as directed , giving water tight ness test etc.and fixing the same with adhesive solevent,including caost of matrial complete as di rected by E.I.C.

WT NO. 2624 Name of work : Providing and Repairing of Pipe lines in hydro Switchyard and repairing G.I Shed for UAT 1 to 4 at HPS Ukai.

Signature of contractor Page 16 of 43

Materials : U.P.V.C. Pipe of PRINCE / SUPRIME / ASTRAL / FINOLEX make or equivalent ISI approved brand pipe dia. 15 mm specified dia. Nominal bore shall confirm to I.S..The U.P.V.C. fittings, clamps etc. Required for specified dia.UPVC pipes and fittings shall be of best quality and make as approved by the Engineer-in-charge. Workmanship: 2.1 The width and depth of the trenches for different diameters of the tubes shall be as under: For 15 to 80 mm. Dia. Tube width of trenches shall be 30 cm and depth of trenches 60 cm. If necessary depth after 750 mm, extra depth and width will be paid under separate item. 2.2. At joints, the trench width shall be widened where necessary without extra payment. The work of excavation and refilling shall be done true to line and gradient in accordance with general specifications of earth work in trenches. 2.3.The remaining portion of trench shall be then filled with excavated earth.The surplus earth shall be disposed of as directed. 2.4. When the excavation is done in rock, the bottom shall be cut deep enough to permit the pipe to be laid and cushion of sand 75 mm. In case of bigger diameter of tube where the pressure is very high, thrust bock of cement concrete 1:2:4 (1 cement : 2 coarse sand : 4 graded stone aggregate of 20 mm. Nominal size) shall be constructed on all bends to transmit the hydraulic thrust without imparing the ground and spreading it over a sufficient area if so specified 2.1. Cutting, Laying and Jointing : 2.1.1. When the pipes are to be cut or rethreaded, the end shall be carefully filed out so that no obstruction to bore in offered. The ends of the tubes shall then be threaded conforming to the requirements of I.S. with pipe dies and taps carefully in such a manner as will not result in slackness of joints when the two pieces are screwed together. 2.1.2 The taps and dies shall be used only for straightening screw threads which have become bent or damaged and dies shall not be used for turning of the threads so as to make them slacks as the latter procedure may not result in watertight joints. The screw threads for tube and fittings shall be protected from edge unit they are fitted. 2.1.3. In jointing the pipes, the inside of the socket and the screwed end of the tubes shall be oiled and smeared with white or red lead and whole tight material / taflon tap wapping around with a few turns of fine spun yarn round the screwed end of the tube. The end shall then be tightly screwed in the socket, tees etc. With a pipe wrench. Care shall be taken that all pipes and fittings are properly jointed so as to make the joints completely water tight and pipes are kept at all times free from dust, and dirt during fixing. Burr joints shall be removed after screwing. After laying, the open ends of the pipes shall be temporarily plugged to prevent access of water, soil or any other foreign matter. 2.2. Testing of joints : 2.2.1.After laying and jointing, pipes and fittings shall be inspected under working conditions of pressure and flow. Any Joints found leaking shall be redone, and all leaking pipes removed and replaced without extra cost. 2.2.2. The pipes and fittings as they are laid shall be tested to hydraulic pressure of 6Kg./sq. Cm. The pipe shall be slowly and carefully charged with water allowing all air to escape and avoiding all stock and water hammer. The draw off takes and Stop cock shall then be closed and specified hydraulic pressure shall be applied gradually. The pressure gauge must be accurate. The pipes and fittings shall be tested section as the work of laying proceeds keeping the joints exposed for inspection during the testing. 3.0. Mode of measurements & payment : 3.1. The description of each item shall unless otherwise stated, be held to include where necessary, conveyance, and delivery, Handling, unloading, storing fabrication, hoisting, all labour for finishing to required shape and size; testing, fitting in position, Straight, cutting and waste , return of packing etc. 3.2. The length shall be measured in running metre basis of finished work, the length shall be taken along the centre line of The pipe and fittings. The pipes fixed under ground, to walls ceiling, floors etc. Shall be measured and paid under this item. 3.3. All the work shall be measured in decimal system as fixed in its place, subject to tolerance given below unless otherwise Stated : (i) Dimension shall be measured to the nearest 0.01 metre. (ii)Area shall be worked out to the nearest 0.01 sq.metre. 3.4. All measurement of cutting shall unless otherwise stated be held to include the consequent waste. 3.5. In case of fitting of unequal bore, the largest bore shall be measured for the test. 3.6. Testing of pipe lines fittings and joints include for providing all plant and appliances necessary for obtaining access to the work to be tested and carrying out the tests. 3.7. The rate includes UPVC pipe with screwed socket joints, together with all fittings (such as bends, sockets, springs, elbows, tees, crosses short pieces, clamps and plugs unions etc.) And fixing complete with clamping wall-hooks, wooden plugs etc. And also cutting, screwing and waste and for making forged (or hand made) bends on

WT NO. 2624 Name of work : Providing and Repairing of Pipe lines in hydro Switchyard and repairing G.I Shed for UAT 1 to 4 at HPS Ukai.

Signature of contractor Page 17 of 43

piping as required. Connector shall be inserted, where required or directed. The rate also includes cutting through walls, floors etc. 3.8. The rate shall be for a unit of one running metre. Item no.6 '-do- as Above item but 25 mm dia. pipe . The relevant specification of item No:05 except 25 mm dia shall be followed Item no.7 '-do- as Above item but 50 mm dia. pipe . The relevant specification of item No:05 except 50 mm dia shall be followed Item no.8 Providing and fixing screw down bib taps of follow ing size : (A) Brass screw down bib tap polished bright (I) 15mm dia. Materials : 1.1. 15 mm. Dia. CP Brass screw down with bright polished finish shall conform to I.S. 781-1977. The bib coak shall be best Indian make and quality Like Prince/Crown 2.0 Workmanship : 2.1 The screw down bib cock 15 mm. Dia as specified above shall be fixed as directed. The threaded portion shall be smeared with taflon tape white or red lead /whole tight and around with a few turns of fine spun yarn round the screwed end of the pipe. The bib cock shall be than screwed and fixed to water tight position. 3.0 Mode of measurements & payment : 3.1 The rate includes cost of all labor, materials, tools and plant etc. Required for satisfactory completion of this item. 3.2 The rate shall be for a unit of one number. Item no.9 Providing & Fixing approved best quality I.S.I. ap proved heavy G.M. Wheel valve of 15 mm dia valve. G.M. wheel valve of 15mm dia shall be ‘Leader/’KM or equivalent confirming to ISS shall be got approved before collecting on site. Inner surface of valve shall be smooth and spindle shall proper get fixed on seal. It shall be leak proof and tested quality as per I.S. Wherever G.M. wheel valve is provided below G.L. it shall be housed in a chamber with cover. Rate shall be quoted according to the size of wheel valve specified. Rate quoted should be for supplying and fixing in position and giving leak proof test. Payment shall be made on actual number of G.I. wheel valves provided and fixed as per item. Item no.10 Providing & Fixing approved best quality I.S.I. ap proved heavy G.M. Wheel valve of 20 mm dia valve. G.M. wheel valve of 20mm dia shall be ‘Leader/’KM or equivalent confirming to ISS shall be got approved before collecting on site. Inner surface of valve shall be smooth and spindle shall proper get fixed on seal. It shall be leak proof and tested quality as per I.S. Wherever G.M. wheel valve is provided below G.L. it shall be housed in a chamber with cover. Rate shall be quoted according to the size of wheel valve specified. Rate quoted should be for supplying and fixing in position and giving leak proof test. Payment shall be made on actual number of G.I. wheel valves provided and fixed as per item. Item no.11 Providing & Fixing approved best quality I.S.I. ap proved heavy G.M. Wheel valve of 50 mm dia valve. G.M. wheel valve of 50mm dia shall be ‘Leader/’KM or equivalent confirming to ISS shall be got approved before collecting on site. Inner surface of valve shall be smooth and spindle shall proper get fixed on seal. It shall be leak proof and tested quality as per I.S. Wherever G.M. wheel valve is provided below G.L. it shall be housed in a chamber with cover. Rate shall be quoted according to the size of wheel valve specified. Rate quoted should be for supplying and fixing in position and giving leak proof test. Payment shall be made on actual number of G.I. wheel valves provided and fixed as per item. Item no.12 Providing corrugated 0.80 mm. Thick G.I. Sheets ro ofing fixed with Galvanied iron 'J' or 'L' hooks bolts and nuts 8 m. diameter with bitumen and G.I.Limpet washers filled with white lead complete excluding the cost of purlins, raffers and trusses. (1) 0.80 mm thick sheet 1. The galvanized iron sheets shall be plain or corrugated sheets of specified in item. The G. I. Sheets

shall conform to I. S. 277-1977. The sheets shall be undamaged in carriage and handling either by rubbing off of zinc coating or otherwise they shall have clean and bright surface and shall be free from dents, holes, rust or white powdery deposit. The length and width of G. I. Sheet shall be as directed as per site condition

2.0 Workmanship : 2.1 Spacing of purlines : One purlin shall be provided at the ridge and one at the caves. The spacing of other purlines for 0.8 mm. Thick G. I. Sheet shall not exceed 1.80 meter. The purlin shall coincide

WT NO. 2624 Name of work : Providing and Repairing of Pipe lines in hydro Switchyard and repairing G.I Shed for UAT 1 to 4 at HPS Ukai.

Signature of contractor Page 18 of 43

with the center line of the end lap. The ridge purlins shall be placed in such a way that the ridges can be fixed properly. The portion overhanding the wall support shall not be more than one fourth of the spacing of purlins. 2.2 The top surface of the purlins shall be painted before the sheets are fixed over them. Embedded portions of purlins shall be finished with two coats of coal-tar. 2.3 Laying of sheets : 2.3.1 The sheets shall be laid in purlins to a true plane with the line of corrugations truly parallel or normal to the sides of area to be covered. The sheets shall not generally be built into gables and parapets. They shall be bent up along their side edges clost to the wall and the junction shall be protected by suitable flushing or by projecting drip course. 2.3.2 The laps at end shall be provided 150 mm. Minimum for roof slopes 1 in 2 (1 vertical : 2 horizontal) and steeper but 200 mm. Shall be provided for flatter slopes than those above. The side lap shall be provided two ridges of corrugations at each side. 2.3.3 The sheets shall be but to the dimensions of the shape of the roof either along their lengths or their width or in slant across the line of corrugations at hips and valleys. The sheets shall be cut carefully with a straight edge and chisel to give straight finish. The sheets shall be laid such that the laps are turned away from the usual direction of local heavy rain. 2.3.4 Fixing of Sheets : 2.3.4.1 Sheets shall be fixed to the purlins or other roof members such as hips of valley rafter etc. With ‘J’ or ‘L’ galvanized hook bolts and galvanised nuts 8 mm. Dia with bitumen impact washers and G. I. Washers. Limpet washers with white lead shall be used. Length of hook bolt shall be varied to suit the site requirement. Bolts shall be sufficiently long so that after fixing the project above the top of their nuts by not less than 12 mm. The grip of ‘J’ or ‘L’ hook bolts on the side of purlins shall not be less than 25 mm. There shall be minimum of three hooks bolts placed at the ridge of corrugations in each sheets in every purlin and their spacing shall not exceed 300 mm. Coach screw shall not be used for fixing the sheets to purlins. Where the slopes of roof are not less than 2½ horizontal). (1 vertical : 2½ horizontal). Sheets shall be jointed together at the side laps by galvanished iron bolts and nuts 25 mm. X 6 mm. Size each bolt with a bitumen and G. I. Limper washer filled with white lead. Where the overlaps at the sides extend to two corrugations these bolts shall be placed zigzag over the two over lapping corrugations so that the ends of the overlapping sheets are drawn tightly towards each other. The spacing of same bolts shall not exceed 600 mm. Along each of the staggered rows. 2.3.5 Holes for all bolts shall be drilled and not punched in the ridges of the corrugations from the under side while the sheets are on the ground. The holes in the sheets shall be at least 50 mm. From the edge. Sheets drilled wrongly shall be rejected. The holes in the washers shall be of the exact diameter of hook, bolts or the seam bolts. The nuts shall be tightened from above to give a leak-proof roof. 2.3.6 The roof when complete shall be true to lines and slopes and shall be lead-proof. 3.0 Mode of measurements & payment : 3.1 The measurements of the C.G.I. sheet roof shall be taken for finished work in superficial area in general plane (not girthed on the roof). The lapse between the C.G.I. sheets both at their ends and along the side edges shall not be measured. The overlaps of C.G.I. sheets over the valley piece and their under lap under the ridge, hip and flashing piece shall be included in the measurements. 3.2 No deductions in measurements shall be made for openings for chimney stacks, sky light etc. Of area upto 0.40 sq. Mt.nor extra be paid for extra labor in cutting and for extra labor in cutting and for wastage etc. In forming such openings. 3.3 The rate of roof shall include the cost of all materials and labor involved in all operations described above. The rate also includes the cost of provision, erection and removal of the scaffolding, benching, ladders, templates and tools required for the proper erection and completion of the work. The rate includes the cost of purloins, rafters and trusses. 3.4 The rate shall be for a unit of one sq. Meter. Item no.13 Steel work reverted in built up sections,framed wo rk including cutting, histing, fixing in position and applying a priming coat of red lead pa int :-(A) In beams and joints channels angles, tees ,

WT NO. 2624 Name of work : Providing and Repairing of Pipe lines in hydro Switchyard and repairing G.I Shed for UAT 1 to 4 at HPS Ukai.

Signature of contractor Page 19 of 43

flats with connecting cleats as in main and cross b eems, hip and jack reffers, purlins connected to common raffers and the like. 1.0 Materials : Red lead paint primer shall conform to I.S. : 102-1962. 2.0 Workmanship : 2.1 The steel sections as specified or required shall be cut, square and to correct lengths as per drawings and design. The cut Ends exposed to view shall be finished smooth. No two pieces shall be welded or otherwise jointed to make up the required length of member, except as indicated in the drawing or as directed. All straightening and shaping to form shall be done by application of pressure and not by hammering. Any bending or cutting shall be carried out in such a manner as not to impair the strength of the metal. All operations shall be done in cold state unless otherwise directed/permitted. 2.2 Steel riveted or bolted up sections, frame work. 2.2.1 The steel structure as shown in the drawings or as per direction of the Engineer-in-charge shall be laid out on a level platform to full scale and to full size or in parts. A steel tape shall be used for measurements to ensure maximum accuracy. 2.2.2 Wooden templates 12 mm. To 19 mm. Thick or metal sheet template shall be made to correspond to each connecting gussets plate and rivet holes shall be accurately marked on them and drilled. The templates shall be laid on the steel members, and holes of the steel members shall also be marked shall also be marked for cutting. The base of steel columns and the position of Anchor bolts shall be carefully set out. 2.2.3 All stiffeners shall be formed by pressure and where practicable, the metal shall not be cut and welded in making these. In major works or where so specified. Shop drawings giving complete details and information for the fabrication of the component parts of the structure, including location type size, length and details of rivets, bolts, or weld shall be prepared in advance of the actual fabrication and as approved. The drawings shall indicate the shop and field rivets and bolts. The steel members shall be distinctly marked or stenciled with paint with the identification mark as given in the shop drawings. The bars shall be thickened at the ends, so as to provide for screwed threads and gradually tapered off to meet their normal section. Great accuracy shall be observe in fabrication of various members, so that these can be assembled without being unduly packed, strained or forced into position ad when built up, shall be true and free from twists, bikes, buckles, or open joints. Before making holes individual members for fabrication, the steel work intended to be riveted or bolted together shall be assembled or clamped properly and tightly so as to ensure close abutting or lapping of the different members. All stiffeners shall bear tightly both at top and bottom without being drawn or caulked. The abutting joints shall be cut or dressed true and straight and fitted close together. Web splice plates and fillers under stiffeners shall be cut to fit within 3 mm. Or flange Angles, web plates of Girders shall have not cover plates, shall have their ends flush with the top of angles forming the flanges unless otherwise required. The web plates when spiced shall have clearance of more than 6 mm. The erection, clearance for cleared ends of members connecting steel to steel shall preferably be not greater than 1.5 mm. The erection clearance at the ends of beams without web cleats shall not be more than 3 mm. At each end but where for a practical reason greater clearance is necessary, suitably designed seating shall be provided. Pins and rollers shall be accurately turned to gauge. These shall be straight and smooth and free from flows. The roller bearing shall be provided with adequate arrangement for holding the girders or truss resting on it. In columns caps and bases, the ends of shafts together with the attached gussets Angles, channels etc. After riveting together shall be accurately machanised so that the part connected but against each other over the entire surfaces of contract connecting angles or channels shall be fabricated and placed in position with greater accuracy so that they are not unduly reduced in thickness by machining. The ends of bearing stiffeners shall be machanised or ground to fit tightly both at the top and bottom. All holes shall generally be drilled to the required size and at required position. Sub punching shall be permitted, provided it is done 3 mm. Or less in diameter and reemerged thereafter to the required size. The holes for rivets and bolts shall be larger by 0.4 to 6 mm. Than the nominal diameter of rivets or black bolts depending upon the diameter of rivets.

WT NO. 2624 Name of work : Providing and Repairing of Pipe lines in hydro Switchyard and repairing G.I Shed for UAT 1 to 4 at HPS Ukai.

Signature of contractor Page 20 of 43

Holes shall have their axis perpendicular to the surface bored through. The drilling or reemerging shall be free from butts, and the holes should be clean and accurate. Holes for counter shrunk bolts shall be made in such a manner that their heads fir flush with the surface after fixing. The fabrication work shall be completed in workshop as far as it is practicable to do so. Site joints shall be done with rivets and fitted bolts or black bots, as shown in the drawings or as directed. Generally the following principles shall govern the use of rivets turned and fitted bolts, and black bolts. (i) Rivets and turned and fitted bolts shall be used where the connection is such that slip under load has to be avoided. (ii) Black bolts may be used very sparingly where a force is carried through a connection without impact, vibration or reversal of stresses. 2.2.4 Riveting : The parts assembled for riveting shall be in close contact with each other and the bearing stiffeners shall Bear tightly both at top and bottom without being drawn or caulked. Members to be riveted shall be properly pinned or bolted and rigidly held together while riveting. Drifting of holes shall not be permitted except to draw the parts together and the drifting tools so used shall have maximum diameter not exceeding the nominal diameter of rivets or bolts. Drifting done during assembling shall not distort the metal or enlarge the holes. The shanks of rivets shall project beyond the plate-surface sufficiently so as to fill the hole thoroughly and from the required head after riveting. The riveting shall be done by hydraulic or pneumatic process. However, where such facilities are not available, hand riveting may be permitted. The rivet shall be heated red hot, care being taken to control the temperature of heating so as not to burn the steel. Rivets of diameter less than 10 mm. May be fitted cold. Rivets shall be of heat finish with heads full and of equal size. All loose, burnt or badly formed rivets with concentric or deficient heads shall be cut out and replaced. The heads of rivets shall be central to shanks and shall grip the assembled members firmly. In cutting out rivets, care shall be taken so as not be injure the assembled, members, caulking or recopying shall not be permitted. For testing rivets, hammer weighing approximately 0.25 Kg. Shall be used. Both heads of the rivets shall be tapped, slack rivets will give a hollow sound and a jar. All rivet heads shall be painted with red lead paint within a week of their fixing. 2.2.5 Bolting all bolt heads and nuts shall be hexagonal and of equal size unless specified otherwise. The screwed heads shall conform to I. S. : 1363-1960 and the threaded surface shall not be tapered. The bolts shall be of such length so as to project two clear threads beyond the nuts when fixed in position and these shall fit in the holes without any shakes. The nut shall be fit in the threaded ends of bolts properly. Where turned and fitted bolts are required to be used in place of rivets they shall be provided with washers not less than 6 mm. Thick so that the nut when tightened shall not bear on the unthreaded body of the bolt. Tapered washers shall be provided for all heads and nuts bearing on leveled surfaces. The threaded portion of the bolts shall not be within the thickness of the parts bolted together. The faces of the bolt heads and nuts abutting against steel members shall be machine finished. Where there us a risk of the nut being removed or becoming loose due to vibrations or reversal of stresses, these shall be secured from slackening by the use of locknuts, spring washers, cross-cutting or harm erring down of threads as directed. Bolts, nuts and washers shall be thoroughly cleaned and dipped in double boiled linseed oil before use. The whole steel work shall be painted with a coat of priming coat of red lead, as per relevant specifications of painting. 3.0 Mode of measurements & payment : 2.1 The steel work shall be measured in general as under : (a) All work shall be measured on the basis of finished dimensions as fixed at site and measured net unless specified otherwise. (b) The weight of steel sections, steel strips in finished work shall be calculated from standard weight on the same basis on Which steel is supplied to the Contractor by department or those given in relevant I.S. if steel is arranged by the contractor. (c) The weight of steel plates and strips shall be taken from relevant I.S. based on 7.85 kg./sq. Meter for every millimeter sheet Thickness if steel is supplied by the contractor, otherwise the weight shall be calculated on the basis on which steel is Supplied to the contractor by department.

WT NO. 2624 Name of work : Providing and Repairing of Pipe lines in hydro Switchyard and repairing G.I Shed for UAT 1 to 4 at HPS Ukai.

Signature of contractor Page 21 of 43

(d) unless otherwise specified weight of clearest, brackets, packing pieces bolts, nuts, wash wers, distance pieces, separators, Diaphragm gusset (taking over all square dimensions) fish plates etc. Shall be added to the weight of respective items. (e) in riveted work allowance to be made of weight of rivet hands. No deductions shall be made for rivet or bolt holes excluding Holes for anchor or holding down bolts. (f) For forged steel and castings, weight shall be calculated on the basis of 7850 kg./cum. (g) Unless otherwise specified and addition of 2.5 percent of the weight of structure shall be made for shop and site rivet heads In riveted steel structure. (h) Unless otherwise specified no allowance shall be made for the weld metal in case of welded steel structure. (i) Dimensions other than cross sections and thickness of plates shall be measured to nearest 0.001 m. (j) mill tolerance shall be ignored when weight is determined by calculation. 2.2 The rate includes cost of all material, labor, erection, hoisting, scaffolding protective measure, required for proper completion of the item of work. This shall also included conveyance and delivery handling, loading, unloading and storing etc. Required for completing the item described above including necessary wastage involved. 2.3 The rate shall be for a unit of KG. Item no.14 Constructing brick masonary chamber for under grou nd Inspection chamber bricks having crushing strength not less than 35/55 Kg/cm2 in cm. 1:6 600 mm. X 600 mm. Internal dimensions, R.C.C. top cover with 1:1.5:3 mix(1 cement :1.5 coarse san d : 3 graded stone aggregate 20 mm. size ) foundati on concrete 1:4:8 inside plaster 15 mm. thick with cem ent mortar 1:3 finished smooth with a floating coat of neat cement on walls & bed concrete, including 3 co ats of white or colour wash to all exposed finished surface etc. complete as directed by E.I.C. Brick m asonary upto depth 1000 mm for pipe lines with thre e of more inlets. (For extra depth masonary & plaster w ill be paid under items.) 1.0 Workmanship :

1.1 The excavation shall be done true to dimensions and levels shown on the plans or as directed. The relevant specification shall be followed as per item of excavation specification. 1.2 Bed concrete shall be of 150 mm. Thick C. C. 1 : 4 : 8 (1 cement : 4 coarse sand : 8 graded aggregates). The projection of bed concrete beyond the masonry walls shall be 7.5 cms. The relevant specification shall be followed as per item of cc1:4:8 1.3 Masonry walls, plaster work and colour wash shall be carried out as per item description and relevant specifications of item of masonry. 1.4 The cover slab shall be constructed as per size described in item and relevant specifications of concrete . Reinforcement will be as per instruction of EIC.

2.0 Mode of measurements & payment : 3.1 The rate includes cost of all labor, materials, tools and plant etc. required for satisfactory completion of this item as described above. 3.2 The rate shall be for a unit of one number.

Item no.15 Brick work using Conventional Fly ash building bri cks having crushing strength not less than 70 Kg./Sqcm. In foundation and plinth in cement mor tar 1:6 (1cement : 6 fine sand)

1.0 Materials : Water: 1.1 Water shall not be salty or brackish and shall be clean, reasonably clear and free from objectionable

quantities of silt and traces of oil and injurious alkalies, salts, organic matter and other deleterious material which will either weaken the mortar or concrete or cause efflorescence or attack the steel in R.C.C Container for transport, storage and handling of water shall be clean. Water shall conform to the standards specified I.S 456-1978.

1.2 If required by Engineer-in-charge it shall be tested by comparison with distilled water. Comparison shall be made by means of standard cement tests for soundness, time of setting and mortar strength as specified in I.S.269-1976. Any indication of unsoundness, change in time of setting by 30 minutes or more or decrease of more than 10 per cent in strength of mortar prepared with water sample when compared

WT NO. 2624 Name of work : Providing and Repairing of Pipe lines in hydro Switchyard and repairing G.I Shed for UAT 1 to 4 at HPS Ukai.

Signature of contractor Page 22 of 43

with the results obtained with mortar prepared with distilled water shall be sufficient cause for rejection of water under test.

1.3 Water for curing mortar, concrete or masonry should not be too acidic or too alkaline. It shall be free of elements which significantly affect the hydration reaction or otherwise interfere with the hardening of concrete during curing or those which produce objectionable stains or other unsightly deposits on concrete or mortar surfaces.

1.4 Hard and bitter water shall not be used for curing. 1.5 Potable water will be generally found suitable for curing mortar or concrete.

Bricks : 1.6 The bricks shall be hand or machine molded and made from suitable soils and klin-burnt. They shall be

free from crack and nodules of free lime. They shall have smooth rectangular faces with sharp corners and shall be of uniform color.

The bricks shall be molded with a frog of 100 mm. X 40 mm. And 10 mm. To 20 mm. Deep on one of its flat sides. The bricks shall not break when thrown on the ground from a height of 600 mm. 1.7 The size of modular bricks shall be 190 mm. X 90 mm. X 90 mm. 1.8 The size of the conventional bricks shall be as under : (9” x 4 ⅜ “ x 2 ¾ “) 225 x 110 x 75 mm. 1.9 Only bricks of one standard size shall be used on one work. The following tolerances shall be permitted in

the conventional size adopted in a particular work. Length : 1.8(3.0 mm.) Width : 1/6” (1.51 mm.) Height : 1/6” (1.50 mm.)

1.10 The crushing strength of the bricks shall not be less than 35 Kg./Sq. Cm. The average water absorption shall not be more than 20 percent by weight. Necessary tests for crushing strength and water absorption etc. Shall be carried out as per I. S. 3495 (Part-I to IV) 1976.

2.0 Workmanship: 2.1 Proportion : 2.1.1 The proportion of the cement mortar shall be 1 : 6 (1 cement : 6 fine sand) by volume. 2.2 Wetting of bricks: 2.2.1 the bricks required for masonry shall be thoroughly wetted with clean water for

about two hours before use or as directed. The cessation of bubbles, when the bricks are wetted with water is an indication of through wetting of bricks.

2.2 Laying : 2.3.1 Bricks shall be laid in English bond unless directed otherwise. Half or cut bricks shall not be used except

where necessary to complete to bond closers in such case shall be cut to required size and used near the ends of walls.

2.3.2 A layer of mortar shall be spread on full width for suitable length of the lower course, Each brick shall first be properly bedded and set home by gently tapping lapping with handle of trowel or wooden mallet. It side face shall be flushed with mortar before the next brick is laid and pressed against it. On completion of course, the vertical joints shall be fully filled from the top with mortar.

2.3.3 The walls shall be taken up truly in plumb. All courses shall be laid truly horizontal and all vertical joint shall be truly vertical. Vertical joints in alternate course shall generally be directly one over the other. The thickness of brick course shall be kept uniform.

2.3.4 The brick shall be laid with frog upwards. A set of tools comprising of wooden straight edges, mason’s sprit level, square half meter rub, and pins, string and plumb, shall be kept on the site of work for frequent checking during the progress of work.

2.3.5 Both the faces of walls of thickness greater than 23 cms. Shall be kept in proper place. All the connected brick work shall be kept not more than one meter over the rest of the work. Where this is not possible the work shall be raked back according to bond (and not left toothed) at an angle not steeper than 45 degrees.

2.3.6 All fixtures, pipes, outlets of water, hold fasts of doors and windows etc. Which are required to be built in wall shall be embedded in cement mortar. 2.4 Joints :

2.4.1 Bricks shall be so laid that all joints are quite flush with mortar. Thickness of joints shall not exceed 12 mm. The face joints shall be raked out as directed by taking tools daily during the progress of work, when the mortar is still green so as to provide key for plaster or pointing to done.

2.4.2 The face of brick shall be cleaned the very day on which the brick work is laid and all mortar dropping removed.

2.5 Curing 2.5.1 Green work shall be protected from rain suitably. Masonry work shall be kept moist on all the faces for a period of seven days. The top of masonry work shall be kept well wetted at the close of the day.

2.6 Preparation of foundation bed : 2.6.1 If the foundation is to be laid directly on the excavated bed the bed shall be leveled, cleared of all loose materials, cleaned and wetted before starting masonry. If masonry is to be laid on concrete footing the top of concrete shall be cleaned and moistened. The contractor shall obtain

WT NO. 2624 Name of work : Providing and Repairing of Pipe lines in hydro Switchyard and repairing G.I Shed for UAT 1 to 4 at HPS Ukai.

Signature of contractor Page 23 of 43

the engineer’s approval for the foundation bed, before foundation masonry is started. When puccas flooring is to be provided flush with the top to plinth the inside plinth offset shall be kept lower than the outside plinth top by the thickness of the flooring.

3.0 Mode of measurements and payment: 3.1 The measurements of this item shall be taken for the brick masonry fully completed in foundation up to plinth.

The limiting dimensions not exceeding those shown on the plans or as directed shall be final. Battered, tapered and curved portions shall be measured net.

3.2 No deduction shall be made from the quantity of brick work, nor any extra payment shall be made for embedding in masonry or making holes in respect of following item :

(1) Ends of joints, beams, posts, girders, rafters, purlins, trusses, corbel steps etc. Where cross sectional area does not exceed 500 Sq. Cm. (2) Opening not exceeding 1000 Sq. Cm.

(3) Wall plates and bed plates, bearing of slabs, chhajjas and the like whose thickness does not exceed 10 Cms. And the bearing does not extend to the full thickness of wall. (4) Drainage holes, and recesses for cement concrete blocks to embed hold fasts for doors, windows etc. (5) Iron fixtures, pipes upto 300 mm. Dia, hold fasts and doors and windows built into masonry and pipes etc. For concealed wiring. (6) Forming chases of section not exceeding 350 Sq. Cm. In masonry.

3.3 Apertures for fireplaces shall not be deducted nor shall extra labor required to make splaying of jambs, threading and making Arches over the aperture be paid for separately. The rate shall be for a unit of one cubic meter.

Item no.16 Providing and laying cement concrete 1:2:4 (1cemen t : 2coarse sand : 4 graded stone aggregate 20 mm. Nominal size) and curing etc.compl ete excluding cost of form work in : (a) Foundation and plinth 2.0 General : 2.1 The concrete mix is not required to be designed by preliminary tests. The proportion of the concrete mix shall be 1 : 2 : 4 (1 cement : 2 coarse sand : 4 graded stone aggregate 10 mm. Nominal size) by volume. Concrete work shall have exposed concrete surface or as specified in the item. 2.2 The designation ordinary M-100, M-150, M-200, M-250 specified as per I. S. Corresponding approximately to 1 : 3 : 6, 1 : 2 : 4, 1 ½ : 3 and 1 : 1 : 2 nominal mix of ordinary concrete by volume respectively. 2.3 The ingredients required for ordinary concrete containing one beg of cement of 50 Kg. By weight (0.0342 Cu. M.) For different proportions of mix shall be as under :

Grade of concrete 1

Total quantity of dry aggregate by volume per 50 kgs. Of cement to be taken as the sum of individual of fine and coarse aggregates, maximum 2

Proportion of fine aggregate to coarse aggregate 3

Quantity of water per 50 Kgs. Of cement maximum 4

M-100 (1 : 3 : 6) 300 Liters Generally 1 : 2 for fine aggregate to coarse aggregate by volume but subject to and upper limit of 1:1 1/2 and lower limit 1 : 3

34 liters

M-150 (1 : 2 : 4) 220 “ 32 “ M-200 (1 : 1 1/2 : 3) 160 “ 30 “ M-250 (1 : 1 : 2) 100 “ 27 “

2.4 The water cement ratio shall not more than those specified in the above table. The cement content of the mix specified in the Table shall be increased if the quantity of water in a mix has to be increased to overcome the difficulties of placement and compaction so that the water-cement-ratio specified in the Table is not exceeded. 2.5 Workability of the concrete shall be controlled by maintaining a water-cement-ratio that is bound to give a concrete mix which is just siffciently wet to be placed and compacted without difficulty with the means available. 2.6 The maximum size of coarse aggregate shall be as large as possible within the limits specified but in no case greater than one fourth of the minimum thickness of the member, provided that the concrete can be placed without difficulty so as to surround all reinforcement thoroughly and to fill the corners of the form. 2.7 For reinforced concrete work, coarse aggregates having a nominal size of 20 mm. Are generally considered satisfactory.

WT NO. 2624 Name of work : Providing and Repairing of Pipe lines in hydro Switchyard and repairing G.I Shed for UAT 1 to 4 at HPS Ukai.

Signature of contractor Page 24 of 43

2.8 For heavily reinforced concrete members as in the case of ribs of main beems, the nominal maximum size of coarse aggregate should usually be restricted to 5 mm. Less than the minimum clear distance between the main bars, or 5 mm. Less than the minimum cover to the reinforcement whichever is smaller. Where the reinforcement is widely spaced as in solid slabs, limitations of size of the aggregate may not be important and the nominal maximum size may sometimes be as great as or greater than the minimum cover. 2.9 Admixture may be used in concrete only with approval of Engineer-in-charge upon the evidence that with the passage of time, neither the compressive strength of concrete is reduced nor are other requisite qualities of concrete and steel impaired by the use of such admixtures. 3.0 Workmanship: 3.1 Proportioning: proportioning shall be done by volume, except cement which shall be measured in terms of bags of 50 Kg. Weight. The volume of one such bag being taken as 0.0342 Cu. Meter Boxes of suitable sizes shall be used for measuring sand aggregate. The size of the boxes (internal) shall be 35 cms. X 25 cms. And 40 cms. Deep. While measuring the aggregate and sand, the box shall be filled without shaking ramming or hammering. The proportioning of sand shall be on the basis of its dry volume and in case of damp sand, allowances for bulk age shall be made. 3.2 Mixing : 3.2.1 For all work. Concrete shall be mixed in a mechanical mixer which along with other accessories shall be kept in first class working condition and so maintained throughout the construction. Measured quantity of aggregate, sand, cement required for each batch shall be poured into the drum of the mechanical mixer while it is continuously running. After about half a minute of dry mixing, measured quantity of water required for each batch of concrete mix shall be added gradually and mixing continued for another one and a half minute. Mixing shall be continued till materials are uniformly distributed and uniform color of the entire mass is obtained and each individual particle of the coarse aggregate shows complete coating of mortar containing its proportionate amount of cement. In no case shall the mixing be done for less than 2 minutes after all ingredients have been put into the mixer. 3.2.2 When hand mixing is permitted by the Engineer-in-charge for small jobs or for certain other reasons, it shall be done on the smooth watertight platform large enough to allow efficient turning over the ingredients of concrete before and after adding water. Mixing platform shall be so arranged that no foreign materials gets mixed with concrete nor does the mixing water flow out. Cement in required number of bags shall be placed in a uniform layer on top of the measured quantity of fine and coarse aggregate, which shall also be spread in a layer of uniform thickness on the mixing platform. Dru coarse and fine aggregate and cement shall then be mixed thoroughly by turning over to get a mixture to uniform color. Specified quantity of water shall then be added gradually through a rose-can and the mass turned over till a mix of required consistency is obtained. In hand mixing, quantity of cement shall be increased by 10 percent above that specified. 3.2.3 Mixers which have been out of use for more than 30 minutes shall be thoroughly cleaned before putting in a new batch. Unless otherwise agreed to by the Engineer-in-charge the first batch of concrete from the mixture shall contain only two thirds of normal quantity of coarse aggregate. Mixing plant shall be thoroughly cleaned before changing from one type of cement to another. 3.3 Consistency: 3.3.1 The degree of consistency which shall depend upon the nature of the work and methods of vibration of concrete, shall be determined by regular slumps tests in accordance with I. S. 1199-1959. The slumps of 10 mm. To 25 mm. Shall be adopted when vibrators are used and 80 mm. When vibrators are not used. 3.4 Inspection : 3.4.1 Contractor shall give the Engineer-in-charge due notice before placing any concrete in the forms to permit him to inspect and accept the false work and forms as to their strength, alignment, and general fitness but such inspection shall not relive the contractor of his responsibility for the safety of men, machinery, materials and for results obtained. Immediately before concreting, all forms shall be thoroughly cleaned. 3.4.2 Centering design and its erection shall be got approved from the Engineer-in-charge. One carpenter with helper shall invariably be kept present throughout the period of concreting. Movement of labor and other persons shall be totally prohibited for reinforcement laid in position. For access to different parts, suitable mobile platforms shall be provided so that steel reinforcement in position is not disturbed for ensuring proper cover, mortar blocks of suitable size shall be cast and tied to the reinforcement. Timber, kapachi or metal pieces shall not be used for this purpose. 3.5 Transporting and laying: 3.5.1 The method of transporting and placing concrete shall be as approved. Concrete shall be so transported and placed that no contamination, segregation or loss of its constituent material takes place. All formwork shall be cleaned and made free from standing water, dust show or ice immediately before placing of concrete. No concrete shall be placed in any part of the structure until the approval of the Engineer-in-charge has been obtained.

WT NO. 2624 Name of work : Providing and Repairing of Pipe lines in hydro Switchyard and repairing G.I Shed for UAT 1 to 4 at HPS Ukai.

Signature of contractor Page 25 of 43

3.5.2 Concerting shall proceed continuously over the area between construction joints. Fresh concrete shall not be placed against concrete which has been in position for more than 30 minutes unless a proper construction joints is formed. Concrete shall be compacted in its final position within 30 minutes of its discharge from the mixer. Except where otherwise agreed to by the Engineer-in-charge concrete shall be deposited shall be deposited in horizontal layers to a compacted depth of not more than 0.45 meter when internal vibrators are used and not exceeding 0.30 meter in all other cases. 3.5.3 Unless otherwise agreed to by the Engineer-in-charge, concrete shall not be dropped into place from a height exceeding 2 meters. When trucking or chutes are used they shall be kept close and used in such a way as to avoid segregation. When concreting has to be resumed on a surface which has hardened, it shall be roughened, swept clean, thoroughly wetted and covered with a 13 mm. Thick layer of mortar composed of cement and sand in the same ratio as in the concrete mix itself. This 13 mm. Layer of mortar shall be freshly mixed and placed immediately before placing of new concrete. Where concrete has not fully hardened, all laitance shall be removed by scrubbing the wet surface with wire or bristle brushes, care being taken to avoid dislodgement of any particles of coarse aggregate. The surface shall then be thoroughly wetted all free water removed and then coated with neat cement grout. The first layer of concrete to be placed on his surface shall not exceed 150 mm. In thickness and shall be well rammed against old work, particular attention being given to corners and close spots. 3.5.4 All concrete shall be compacted to produce a dense homogeneous mass with the assistance of vibrators, unless otherwise permitted by the Engineer-in-charge for exceptional cases, such as concreting under water, where vibrators cannot be used. Sufficient vibrators in serviceable condition shall be kept at site so that spare equipment is always available in the event of breakdowns. Concrete shall be judged to be compacted when the mortar fills the spaces between the coarse aggregate and begins to cream up to form an even surface. Compaction shall be completed before the initial setting starts i.e. Within 30 minutes of addition of water to dry mixture. During compaction, it shall be observed that needle vibrators are not applied on reinforcement which is likely to destroy the bond between concrete and reinforcement. 3.6 Curing: Immediately after compaction, concrete shall be protected from weather, including rain, running water, shocks, vibration, traffic, rapid temperature changes, frost and drying out process. It shall be covered with wet sacking, hassain or other similar absorbant material approved soon after the initial set and shall be kept continuously wet for a period of not less than 14 days from the date of placement. Masonry work over foundation concrete may be started after 48 hours of its laying but curing of concrete shall be continued for a minimum period of 14 days. 3.7 Sampling and Testing of concrete: 3.7.1 Samples from fresh concrete shall be taken as per I. S. 1199-1959 and cubes shall be made, cured and tested at 7 days or 28 days as per requirements in accordance with I. S. 516-1959. A random sampling procedure shall be adopted to ensure that each concrete batch shall have a reasonable chance of being tested i.e. The sampling should be spread over the entire period of concreting and cover all mixing units. The minimum frequency of sampling of concrete of each grade shall be in accordance with following :

Quantity of concrete in the work

No. Of samples Quantity of concrete in the works

No. Of samples

1-5 Cmt. 1 16-30 Cmt. 3 6-15 Cmt. 2 31-50 4

51 and above + one additional for each additional 50 M. Or part thereof. NOTE : At least one sample shall be taken from each shift. Ten test specimens shall be made from each sample, five for testing at 7 days and the remaining five at 28 days. The samples of concrete shall be taken on each day of the concreting as per above frequency. The number of specimens may be suitably increased as deemed necessary by the Engineer-in-charge when procedure of tests given above revels a poor quality of concrete and in other special cases. 3.7.2 The average strength of the group of cubes case for each day shall not be less than the specified cube strength of 150 kg/Cm2 at 28 days. 20% of the cubes cast for each day may have value less than the specified strength provided the lowest value is not less than 85% of the specified strength. If the concrete made in accordance with the proportions given for a particular grade, does not yield the specified strength, such concrete shall be classified as belonging to the appropriate lower grade. Concrete made in accordance with the proportions given for a particular grade shall not however, be placed in a higher grade on the ground that the test strength are higher than the minimum specified. 3.8 Stripping : 3.8.1 The Engineer-in-charge shall be informed in advanced by the contractor of his intention to strike the form work. While fixing the time for removal of form work due consideration shall be given to local conditions, character of the structure the weather and other condition that influence the setting of concrete and of the materials used in the mix in normal circumstances (generally where temperatures are above 20ºc) and where ordinary concrete is used forms may be struck after expiry of periods specified in item No. 9.1 (A) for respective item of form work.

WT NO. 2624 Name of work : Providing and Repairing of Pipe lines in hydro Switchyard and repairing G.I Shed for UAT 1 to 4 at HPS Ukai.

Signature of contractor Page 26 of 43

3.8.2 All formwork shall be removed without causing any shock or vibration as would damage the concrete. Before the soffits and struts are removed the concrete surface shall be exposed where necessary in order to ascertain that the concrete has sufficiently hardened. Centering shall be gradually and uniformly lowered in such manner as to permit the concrete to take stresses due to its own weight uniformly and gradually. Where internal metal ties are permitted they or their removable parts shall be extracted without causing any damage to the concrete and remaining holes filled with mortar. No permanently embedded metal part shall have less than 25 mm. Cover to the finished concrete surface. Where it is intended to re-use the formwork, it shall be cleaned and made good to the satisfaction of the Engineer-in-charge. After removable of form work and shuttering the Executive Engineer shall inspect the work and satisfy by random checks that concrete produced is of good quality. 3.8.3 Immediately after the removal of forms all exposed bolts etc., passing through the cement concrete member and use for shuttering or any other purpose shall be cut inside the cement concrete members to a depth of at least 25 mm. Below the surface of the concrete and the resulting holes be filled by cement mortar. All fine caused by form joints, all cavities produced by the removal of forms ties and all other holes and depressions honeycomb spots broken edges or corners and other defects shall be thoroughly cleaned, saturated with water and carefully pointed and rendered true with mortar of cement and fine aggregate mixed in the proportion used in the grade of concrete that is being finished and of as dry consistency as is possible to use. Considerable pressure shall be applied in filling and pointing to ensure through filling in all voids. Surfaces which are pointed shall be kept moist for a period of 24 hours. If rock pockets honeycombs in the opinion of the Engineer-in-charge are of such an extent or character as to affect the strength of the structure materially or to endanger the life of the steel reinforcement he may declare the concrete defective and require the removal and replacement of the portions of the structure affected. 4.0 Mode of measurement and payment: 4.1 The consolidated cubical contents of concrete work as specified in item shall be measured the concrete laid in excess of section shown on drawings or as directed shall not be measured. No deduction shall be made for (a) Opening upto 0.1 Sq. M. 4.2 The rate includes cost of all materials, labor, tools and plant required for mixing, placing in position, vibrating and compacting, finishing as directed curing and all other incidental expenses for producing concrete of specified strength. The rate excludes the cost of form work. 4.3 The rate shall be for a unit of one cubic meter Item no.17 Providing 15 mm. Thick cement plaster in single co at on fair/rough side Brick/concrete walls, ceilings etc. for interior plastering and finished even and smooth in :finishing with a floating coat of neat cement slurry.(including scaffolding) up to any hei ght. :Cement Mortar 1:3(1 cement : 3 sand) 1.0. Workmanship : 1.1. Scaffolding : Wooden ballies, bamboos, planks, treatles and other scaffolding shall be sound. These shall be properly examined before erection and use. Stage scaffolding shall be provided for ceiling plaster, which shall be independent of the walls. 2.2. Preparation of back-ground : 2.2.1. The surface shall be cleaned of all dust, loose mortar droppings, traces of algae, efflorescence and other foreign matter by water or by brushing. Smooth surface shall be roughened by wire brushing if it is not hard and by racking if it is hard. In case of concrete surface, if a chemical retarder has been applied to the form work, the surface shall be roughened by wire brushing, all the resulting dust and loose particles cleaned off, and care shall be taken that none of the retarders is left on the surface. Trimming of projections on brick/concrete surface where necessary shall be carried out to get an even surface. 2.2.2. Racking of joints in case of masonry where necessary shall be allowed to dry out for sufficient period before carrying out the plaster work. 2.2.3. The work shall not be soaked but only damped evenly before applying the plaster. If the surface becomes dry such area shall be moistened again. 2.2.4. For external plaster, the plastering operation shall be started from top floor and carried downwards. For internal plaster, the plastering operations may be started whenever the building frame and cladding work are ready and the temporary supporting ceiling resting on the wall of the floor have been removed. Ceiling plaster shall be completed before starting plaster to walls. 2.3. Applications of plaster: 2.3.1. The plaster about 15 x 15 cms. Shall be first applied horizontally and vertically at not more than 2 meters intervals over the entire surface to serve as gauge. The surfaces of these gauges shall be truly in plane of the finished plastered surface. The mortar shall then be applied in uniform surface slightly more than the specified thickness, and then brought to a true surface by working a wooden straight edge reaching across the gauges with small upward and sideways movement at a time. Finally, the surface shall be finished off true with a trowel or wooden float according as a smooth or a sandy granular texture is required. Excessive toweling or overworking the float shall be avoided. All corners, arrises, angles and junctions are truly vertical or horizontal as the case may be and shall be carefully finished. Rounding or chamfering corners, arises junctions etc. Shall be carried out with proper templates to the size required.

WT NO. 2624 Name of work : Providing and Repairing of Pipe lines in hydro Switchyard and repairing G.I Shed for UAT 1 to 4 at HPS Ukai.

Signature of contractor Page 27 of 43

2.3.2. Cement mortar shall be used within half an hour after addition of water. Any mortar or plaster, which is partially set, shall be rejected and removed forthwith from the size. 2.3.3. In suspending the work at the end of the day, the plaster shall be left out clean to the line both horizontally and vertically. When recommending the plaster, the edges of the old work shall be scraped clean and wetted with cement putty before plaster is applied to the adjacent areas to enable the two to properly join together. Plastering work shall be closed at the end of the day on the body of the wall and nearer than 15 cm. to any corners or arises. Horizontal joints in plaster work shall not also occur on parapet tops and copings as these invariably load to leakage. No portion of the surface shall be left out initially to be packed up later on. 2.3.4. Moistening shall commence as soon as plaster is hardened sufficiently. Soaking of walls shall be avoided and only as much water as can be readily absorbed shall be used, excessive evaporation on the sunny or windward side of building in hot air or dry weather shall be prevented by handing mattings or gunny bags on the outside of the plaster and keeping them wet. For finishing with a floating coat of net cement sl urry. 1.0: This work is only of providing smooth cement finish with floating coat of neat cement slurry. 1.2. The coat of cement and fines and mortar of proportion 1:1 (1.5 mm. Thick about) shall be applied to the plastered surface with a trowel to provide uniform texture while the base coast is still plastic. 1.3. In any continuous face of wall the finishing treatment should be carried out continuously and day to day braked made to coincide with architectural breaks in order to avoid unsightly junctions. 3.0. Mode of measurements & payment: 3.1. The rate shall include the cost of all materials, labour and scaffolding etc. Involved in the operations described under workmanship and floting coat. 3.2. All plastering shall be measured in square meters unless, otherwise specified, Length, breath or height shall be measured correct to a centimeter. 3.3. Thickness of the plaster shall be exclusive of the thickness of the key i.e. Grooves or open joints in brick work, stone work etc. Or space between laths. Thickness of plaster shall be average thickness with minimum 15 mm. At any point on this surface. 3.4. This item includes plastering up to height 15 meters above ground level. 3.5. The measurement of wall plastering shall be taken between the walls or partition (dimensions before plastering being taken) for length and from the top of floor or skirting to ceiling for height. Depth of cover of cornices if any shall be deducted. 3.6. Soffits of stairs shall be measured as plastering on ceilings. Flowing soffits shall be measured separately. 3.7. For jambs, soffits, sills etc. Each in area and for openings exceeding 0.5 sq. Mt. And not exceeding 3.00 sq. Mt. In each area deductions and additions shall be made in the following manner : (a) No deductions shall be made for ends of joints, beams, posts etc. for openings not exceeding 0.5 sq.mt. Each and no addition shall be made for reveals, jambs, soffits, sills etc. Of these opening for finish to plaster around ends of joints, beams, posts etc. (b) Deduction for openings exceeding 0.5 sq.mt. But not exceeding 3 sq.mt. Each shall be made as follows and no addition shall be made for reveals, jambs, soffits, sills etc. Of these openings. (i) When both faces of all wall are plastered with same plaster, deduction shall be made for one face only. (ii) When two faces of wall are plastered with different types of plaster or if one faces is plastered and the other pointed, deductions shall be made from the plaster or pointing on the side of frame for door, window etc. On which width of reveals is less than that on the other side but no deductions shall be made on the outer side. Where width of reveals on both faces of all are equal, deductions of 50% of area of opening on each face shall be made from area of plaster and/or pointing as the case may be. 3.8. For openings having door frames equal to projecting beyond the thickness of wall, full deduction for opening shall be made from each plastered face of the wall. 3.9. In case of openings of area above 3 sq.mt. Each, deduction shall be made for opening but jambs, soffits and sills shall be measured. 3.10. The rate shall be for unit of one sq. Metre. Item no.18 Providing & placing 50 mm thick & R.C.C. cover (FO R CLEAR SPAN UPTO 1.2 METERS) in proportion (1:1.5:3) or M20 with necessary reinforc ement of 10 mm dia. 4 nos. of bars & 6 mm dia. distribution bars at 150 mm C/C as per drawing & de sign including finishing all surfaces with cement plaster, curing by placing in water pond for ten da ys etc., complete as directed by E.I.C. 1. Material: The designation ordinary M-100, M-150, M-200, M-250 specified as per I. S. Corresponding approximately to 1 : 3 : 6, 1 : 2 : 4, 1 ½ : 3 and 1 : 1 : 2 nominal mix of ordinary concrete by volume respectively. 3 Materials : 1.1 Cold twisted steel bars (high yield strength steel deformed bars) shall conform to M-19 mild steel binding wires shall conform to M-21.The materials shall be procured & use from the recognized firms as mentioned in list attached with tender copy.

WT NO. 2624 Name of work : Providing and Repairing of Pipe lines in hydro Switchyard and repairing G.I Shed for UAT 1 to 4 at HPS Ukai.

Signature of contractor Page 28 of 43

4 Providing & placing 50 mm thick & R.C.C. cover (FOR CLEAR SPAN UPTO 1.2 METERS) in proportion (1:1.5:3) or M20 with necessary size as given by EIC.

5 The reinforcement of 10 mm dia. 4 nos. of bars & 6 mm dia. distribution bars at 150 mm C/C as per drawing & design with necessary size given by EIC.

6 The items including finishing all surfaces with cement plaster, curing by placing in water pond for ten days etc., complete as directed by E.I.C. Mode of Measurement: The item shall be paid un actual size of cover in Square meter including cost of all material as reinforcement, cement vatta, plastering etc. Item no.19 Servicing the existing rolling shutter by greasing the spring, straitening the laths and guide channel if bended and performing other miscellaneou s activities required. Work is to be carried out as per description of Schedule – B and as per instruction of Engineer in Charge. Mode of measurement and Payment: Measurement shall be paid on No basis. Item no.20:Providing & Fixing new rolling shutter s pring. Work is to be carried out as per description of Schedule – B and as per instruction of Engineer in Charge. Mode of measurement and Payment: Measurement shall be paid on No basis. Item no.21 Providing & Fixing rolling shutter Patti . Work is to be carried out as per description of Schedule – B and as per instruction of Engineer in Charge. Mode of measurement and Payment: Measurement shall be paid on Rft basis. Item no.22 Providing & Fixing new rolling shutter s ide guard Work is to be carried out as per description of Schedule – B and as per instruction of Engineer in Charge. Mode of measurement and Payment: Measurement shall be paid on Rft basis Item no.23 Providing & Fixing new rolling shutter s ide guide. Work is to be carried out as per description of Schedule – B and as per instruction of Engineer in Charge. Mode of measurement and Payment: Measurement shall be paid on Rft basis

Chief Engineer(Gen) GSECL, TPS, UKAI.

WT NO. 2624 Name of work : Providing and Repairing of Pipe lines in hydro Switchyard and repairing G.I Shed for UAT 1 to 4 at HPS Ukai.

Signature of contractor Page 29 of 43

GUJARAT STATE ELECTRICITY CORPORATION LIMITED I N T E G R I T Y P A C T

OUR ENDEAVOUR

To create an environment where business confidence is built through best business practices and is fostered in an atmosphere of trust and respect between providers of goods and services and their users for the ultimate benefit of society and the nation.

GSECL’S COMMITMENT PARTY’S COMMITMENT � To maintain the highest ethical standards in

business and professions. � Not to bring pressure recommendations from

outside GSECL to influence its decision.

� Ensure maximum transparency to the satisfaction of stakeholders.

� Not to use intimation, threat, inducement or pressure of any kind on GSECL or any of its employees under any circumstances.

� To ensure to fulfill the terms of agreement / contract and to consider objectively the view point of parties.

� To be prompt and reasonable in fulfilling the contract, agreement, legal obligations.

� To ensure regular and timely release of payments on due dates for work done.

� To provide goods and / or services timely as per agreed quality and specifications at minimum cost to GSECL.

� To ensure that no improper demand is made by employees or by anyone on our behalf.

� To abide by the general discipline to be maintained in our dealings.

� To give maximum possible assistance to all the Vendors / Suppliers / Service Provider and others to enable them to complete the contract in time.

� To be true and honest in furnishing information.

� To provide all information to suppliers / contractors relating to contract / job which facilitates him to complete the contract / job successfully in time.

� Not to divulge any information, business details available during the course of business relationship to others without the written consent of GSECL.

� To ensure minimum hurdles to vendors / suppliers / contractors in completion of agreement / contract / work order.

� Not to enter into cartel / syndicate / understanding whether formal / non-formal to influence the price.

SPECIAL CONDITIONS:

1. The work is to be executed at any height for any leads and lifts with all tools, tackles, equipments, brooms, brushes, ladders, buckets, cloths sanitary acid, sticks, pawda, cleaning materials, phenyl, soap solution etc. Dusters for cleaning purpose shall have to be brought by the contractor at his own cost.

2. Any area of colony/ public building shall be cleaned as per instruction of EIC and it will be paid in respective item.

3. Any timing or frequency period of cleaning as decided by EIC from time to time shall be agreed upon by the contractor without any extra cost.

4. Readily available stock of cleaning materials like phenyl, acid, tile cleaners brooms, long brooms etc. and equipment and solution shall be kept on site store well in advance and shall be shown to GSECL Supervisory staff and if contractor fails to keep the stock of require cleaning materials in time, the Corporation will purchase the same from the market at risk and cost of contractor and necessary recovery will be imposed with 15% overhead charges from the bills.

5. The agency has to arrange sufficient tractors for transportation of garbage / waste to disposal area as per the requirement.

WT NO. 2624 Name of work : Providing and Repairing of Pipe lines in hydro Switchyard and repairing G.I Shed for UAT 1 to 4 at HPS Ukai.

Signature of contractor Page 30 of 43

6. The daily report of work done on each day and same checked and signed by our Supervisor shall be submitted by contractor in prescribed printed Performa shall be brought by the contractor at his own cost for such reports. The daily report shall be submitted by the contractor regularly.

7. Contractor shall be responsible for any accident or damage to road gutter, manholes, dustbins, water closet pipe line etc. or any inconveniency caused by contractor for which the necessary compensation shall be paid by the contractor or recovered from the bill as deem fit by the Corporation.

8. If required the work shall be continued during the extended period without any extra rate and it terms & condition. The time limit of the works shall be considered accordingly.

9. It is the responsibility of the contractor to get the work done satisfactorily by arranging sufficient manpower tool tackles materials etc. as per the requirement. For poor performance of the works, reduced rates shall be paid and necessary action shall be taken as per Corporation’s rules.

10. The contractor or his authorized representative shall remain present during working hours and as per requirement shown in clause – 03.

11. Any description is left out in item the work shall be executed as per the instruction of E.I.C. 12. If the work is not completed in time satisfactorily, the recovery for the same shall be made as per

Corporation’s rules plus 15% supervision charges. 13. If work is not carried out by the contractor, it will be got done at risk and cost of contractor and amount along

with 15% supervision charges will be recovered from the next R.A. bill. 14. If any dispute arises the booklet of “TENDER AND CONTRACT FOR WORKS’ may be referred and it will be

treated as part of the contract. 15. Contractor has to carry out the items as per the requirement as and when required and if he fails to carry out

the work as required, recovery will be made as per Corporation’s rules. 16. Contractor should keep the instruction book readily available at site. 17. The Corporation shall not supply any materials for this work and Schedule: A is to be treated as ‘Nil’. 18. Whenever contractor fails to perform the work as per the requirement and up to the mark, the payment for

such works / jobs will not be considered. 19. Quantities of each item shown in the tender is approximate and may very up to any extent No claim shall be

entertained for quantities of work, executed being more or less than those entered in the Schedule-B of the Tender.

20. Work shall be carried out as per the priority given by EIC. 21. The rate of the tender is firm and no any price escalation shall be paid to the contractor, for the contract period

& extended period if any. 22. Look in to the urgency of the particular work. The E.I.C. will instruct to take up and complete the particular job

/ work in specified time. Otherwise, to complete the work, E.I.C. will arrange to execute the same without giving any notice or intimation to get the work executed through any other agency and recovery will be made as per Corporation’s rules.

23. If contractor shall fail in arranging adequate resources such as manpower, tools tackles, tractors, materials etc. to carry out the work as per instructions, it will be got done through other agency at contractor’s risk and cost and recovery shall be effected as per Corporation’s rules.

24. There should not be GSECL’S own workers & contractor’s workers at one location on similar nature or identical work.

25. Contractor shall be held fully responsible for any accident or damage to Corporation’s assets or persons or inconvenience is caused for the work the necessary compensation shall be paid by the contractor or recovered from his bill. The contractor shall engage all the labours / personals at his own risk and cost and shall comply & binding with all the labours laws, acts, securities all type of safety rules, insurances, regulations of compensation for accident etc. at this own risk and cost.

26. The labours, manpower to be engaged by the contractor for this work shall be considered absolutely of his own employee and should be transferable from one establishment to another. The contractor will take away all the labours, men power to his own establishment after completion of this work. GSECL will not be absolutely held responsible in any way in the matter.

27. The cleaning contractor should have his independent provident fund account code and valid labour license for the labours engaged for this work.

28. Contractor will require complying and binding to all provision of contractor labour (R&A) ACT. Minimum wages act, factories act. Provident fund act. Workman’s compensation Act. & other labour laws, CPF regulation, license as per contract labour Act, EPF Act. Etc. responsible for violations of provision of above-mentioned Act.

29. Contractor must have group insurance and Issuance Policy for his works & should produce a copy of the policy.

30. Contractor shall have to issue the appointment letter / agreement with labours, approved from D.G.M. before executing the work.

WT NO. 2624 Name of work : Providing and Repairing of Pipe lines in hydro Switchyard and repairing G.I Shed for UAT 1 to 4 at HPS Ukai.

Signature of contractor Page 31 of 43

GENERAL TERMS & CONDITION OF CONTRACT: 01. LABOUR LAWS: 1. Persons below the age of 18 years shall not be employed for the work. 2. No female workers shall be employed in the night shift between 07.00 PM to 06.00 A.M. 3. Contractor shall maintain valid labour license under the Contractor (Regulation & Abolition) Act.1972. For

employing necessary manpower to be required by him. In the absence of such license, the contract shall be liable to be terminated without assigning any reasons thereof.

4. The contractor shall at his own expense comply with all the labour laws and keep the Board indemnified in respect thereof. Some of the major liabilities under various labour and Industrial laws, which the contractor shall have to comply with, are as under.

5. Payment of contribution of employees (Contractor labour) as well as employer’s (Contractor) contribution towards Provident Fund, Family Pension Scheme, Employee Deposit Linked Insurance Scheme. Administrative charges, Inspection charges etc. at the rates made applicable from time to time by Government of Gujarat / Government of India or other Statutory Authorities.

6. Labour engaged by you shall be entitled for Earn leave as per the provision laid down in factories Act. 1948. Contractor shall extend the facility of E.L. as per the provision laid down in Factories Act and shall have to maintain leave records in prescribed form under Factories Act.

7. No labours are allowed to enter in power station [premises that do not have identity card prescribed under factories Act.

8. Contractor shall have to comply with the Maternity benefit is he happens to engaged female labours as per Maternity benefit Act.

9. Contractor shall have to obtain Insurance of the labours engaged by him to carry out contractual work before commencement of work under workmen’s compensation Act.

10. P.F. CODE NUMBER : 11. The contractor shall have to submit the details of his own P.F. code number along with offer from appropriate

authorities. Without P.F. code no. the tender is likely to be disqualified. 12. PROVIDENT FUND AND FAMILY PENSION SCHEME :

The contractor shall submit along with his bill (Month wise) a statement regarding deductions at the rate of 12% of the wages against employees provident Fund & Family pension Scheme in respect of each concerned employee. (or at the rates made applicable by the Government from time to time) of the wages. The contractor’s contribution and his workers contribution towards Provident fund and Family Pension Scheme shall be deposited by the contractor with Regional Provident Fund Commissioner, Ahmedabad or to the authority prescribed under the Act along with the other charges applicable.

13. If any workman engaged by contractor meets with fatal or non-fatal accident while on duty then contractor shall be liable to pay compensation to the legal heir or to the workman as the case may be as per workman’s compensation Act.

14. EMPLOYEES DEPOSIT LINKED INSURANCE SCHEME : The contractor shall have to deposit ½ % of the rate applicable form time to time of the wages in respect of employees who are a member of the provident fund against the contribution towards Deposit linked insurance scheme with regional provident Fund Commissioner, Ahmedabad.

15. The Contractor should pay prevailing minimum wages to the labours engaged by him as per the minimum wages Act in presence of the GSECL’s Officer or Representative.

16. The Contractor shall deposit fifteen days salary for every completed one year of service for each worker for the liabilities of gratuity.

17. ADMINISTRATIVE CHARGES : Administrative charges for maintaining Provident Fund Account shall be deposited by the contractor with Regional Provident Fund commissioner, Ahmedabad at the rates applicable.

18. LABOUR LICENSE FOR LABOUR CONTRACT : The contractor shall have to obtain the copy of labour contract license under contract labour (Regulation & Abolition) Act from the appropriate authorities before commencement of work.

19. Contractor shall have to issue the appointment letter to their labour engaged during the contract period each & every instance and should be narrated clear-cut terms and conditions for the liabilities of the concerned employees.

20. After completion of the contract work, the work completion certificate is required to be produced before the DY. GENERAL MANAGER for the purpose of no due certificate and cancellation of the gate passes issued to the contractor worker at the time of execution of the contract work.

21. The contractor shall have to maintain all the relevant records under labour law as mentioned here in above and kept ready for verification by the Board’s authority as well as the authority of the Government Officials as and when asked for the checking.

WT NO. 2624 Name of work : Providing and Repairing of Pipe lines in hydro Switchyard and repairing G.I Shed for UAT 1 to 4 at HPS Ukai.

Signature of contractor Page 32 of 43

22. The contract shall have to produce / submit the original copy of wage register / muster roll and relevant records under labour laws for the contract work as and when demanded by the Corporation for statutory compliance if arise in future.

TPS-SAFETY-001: REF: 00: 15.12.2008: UKAI TPS

“GENERAL SAFETY RULES / NORMS” TO BE OBSERVED BY THE CONTRACTORS.

All the contractors working at Ukai Thermal Power Station shall have to strictly observe the following Safety Rules. The Contractors shall be responsible for informing & observing these rules by their supervisors / employees / labours as well as the supervisors / employees/ labours of their sub-agencies / sub-Contractors engaged, if any. Prior to commencement of the work, Contractor shall have to submit a written assurance on their letterhead to the concerned Sectional Head / Engineer-in-charge that they have thoroughly gone through these Rules, have educated their employees / employees of their sub contractor and will strictly observe the said Rules while execution of work under work contract awarded to them. They will have to indemnify the Corporation for any loss or damage / accident / injury to the Corporation‘s property / employee or employee of their own in default of non - observing these rules. 01 Persons to be employed for carrying out the work shall possess required qualification, be fully trained

and conversant for works to be done. All persons should have gate pass. Register consisting the full details (i.e. address, phone no, details of nearest relative, etc.) of all persons is to be maintained. During the work execution, one trained & competent supervisor should always remain present at site.

02 The contractor shall take all the required safety measures prior to commencement of work on dangerous substances, machineries or area at which cautionary notice is displayed and obtain —Line Clear“ or —Work Permit“ through the concerned Department / Section.

03 Prior to carrying out welding, gas cutting, furnace heating or any other hot work job, the contractor shall remove all the inflammable material lying at or nearby worksite or cover it properly by suitable protective covering. Also, special care shall be taken before carrying out such job & see that all possible contributing factors to set fire shall be removed / vanished prior to commencement of the work. Advance intimation shall be given to concerned section / fire section to commence the work in fire prone areas. They should also keep ready all the First Aid Fire Extinguishers / equipments & fire extinguishing media / material like sand / water buckets or other appropriate equipment at such place.

04 While carrying out work in confined space or inside vessel, the contractor shall obtain necessary —Confined Space / Vessel Entry Permit“ from concerned department prior to commencement of the work. For lighting in such areas, only 24-volt (ISI certified & with proper guard) hand lamp shall be used. For taking care of the persons working inside the confined space / vessel, a supervisor / person capable to keep continuous watch on person(s) working inside, assist them in case of emergency or arrange to get immediate outside help, shall remain present at entry point and shall use full body safety belt without fail. While working inside sewage, trench or in-depth, a person to warn outsiders / entrants / passers etc shall remain available near entry point or the entry point shall be cordoned by a barricaded tape with a cautionary notice. After completion of the works, all the lids / covers / grills / grits opened, shall be re-fixed / re-placed in the original position as it were prior to commencement of the work and leave the work place in safe condition in all respect, so as to prevent accident to fellow workers.

05 The contractor shall see that he / his persons do not block (by stacking material, spare parts, tools-tackles, equipments etc), any passages / walkways / gangways / aisles / staircases / ladders / lifts or any other approaches / roads leading to plants or its auxiliaries, on which there is a traffic movement or possible traffic movements in case of emergency. Such passages are meant for safe escape in the event of emergency. If it is utmost necessary to carry out work in such area with blocking of passage, prior permission of Competent Authority or the Engineer-In-Charge shall be obtained. To demarcate / declare the area as UNSAFE, cordon it using barricading tape & display suitable caution notice or keep a person to restrict / divert the traffic on this route through other safe passage.

06 Prior to use power / electrically operated hand tools / equipments / machines / gadgets like welding machine, hand grinder, hand drill etc, ensure for its safe operation & use it only if it is found safe to use. Do not use defective, unsafe or improperly maintained equipments. The electrical power supply required to run such equipments shall not be taken directly at their own but shall be obtained through concerned Electrical Maintenance Departments or their authorized persons or under their observations / guidance only. The Electrical Section shall provide temporary electrical connection up to contractor‘s Mains Board on which it is compulsory to install mains switch, ELCB & fuses of adequate capacity. All such equipments shall invariably be earthed adequately to prevent electrical shock, sparking, short circuit etc. Power cord to be used shall be of adequate capacity, without any joint & shall consist of earth wire also. Hence, it is necessary to use adequate capacity 3-wire power cord for single & 5-wire power

WT NO. 2624 Name of work : Providing and Repairing of Pipe lines in hydro Switchyard and repairing G.I Shed for UAT 1 to 4 at HPS Ukai.

Signature of contractor Page 33 of 43

cord for three phase power connections. The plugs, receptacles, pins, holders etc shall be of adequate capacity & safe to use. All electrical & mechanical equipments / tools-tackles viz. welding machine, cutting machine, Grinder, Drill, Chain Pulley Blocks, Hook chooks etc required to be used during work execution shall be of standard make & bear ISI certification mark on it. The consumables like welding electrodes, grinding wheels / discs etc which has specific prescribed life span shall not be used in any case if its expiry date is over.

07 It is compulsory to use standard make Personal Protective Equipments (P.P.Es.) As per the job requirement. Do not work without use of required P.P.Es. Contractor is responsible to provide standard make (ISI approved) Personal Protective Equipments / Safety Gadgets suitable to give sufficient protection against hazards involved in their work / job to their staff, as per the job requirement and insist / enforce their staff to put on the same while at works. The ongoing work is liable to be stopped at any time if the contractors‘ staff is found working without P.P.Es. Following is the list of various P.P.Es. To be used for various works / worksites.

List of safety equipments

01 Industrial Safety Helmet.

For protection of head against falling objects or during fall of person from height.

02 Safety Goggles (Grinding, Welding, etc).

For protection of eyes against flying particles / dust, chemical splash, spark, arc, flashover etc.

03 Face shield (Half or full).

For protection of face against flying particles / dust, chemical splash, spark, arc, flashover etc.

04 Earplug / Ear muff

For ear / hearing system protection while working in high noise level area.

05 Apron (Rubber / PVC /Asbestos / Leather / Cotton).

For body protection against chemicals, oils, sharp edged objects, heat, hot objects etc.

06 Gloves (Rubber/PVC, Asbestos, Leather, Electrical shock proof).

For protection of hands against chemicals, oils, sharp edged objects, heat, hot metals/objects, electricity etc.

07 Safety / Leather / Asbestos shoes, Gum Boots etc.

For protection of leg/feet against falling objects, sharp edged objects, heat, hot metals/objects, electricity etc...

08 Safety Belt(full body) / Rope / Life line / Fall prevention system etc.

For fall prevention while working at heights or in depth, working in vessel or in confined space.

09 Dust Respirator / Scarf. Protection of respiratory system against dust.

10 Chemical Cartridge Respirator

Protection against chemical fume / vapor etc.

11 Canister Gas mask. Protection against toxic/poisonous fumes/gases.

12 Air supply respirators. Working in oxygen deficient zone. 08 Before using lifting machines / tackles (like C.P.Bs., Hook chooks, winch, forklift, mobile crane, EOT

crane etc) & its attachments (like D-shackles, slings, U-clamps, Eye bolts or any fixtures), it shall be checked and used only if found safe to use. Also, ensure that these are tested, examined & certified in form no 9 / 10 by Competent Person as per the Factory act-1948 and its validity is not expired. Further, it shall be fixed properly and firmly prior to lifting the weight.

09 Scaffoldings to be used for working at height shall be of adequate size & capacity. Obtain the work permit when working at height. While climbing on such scaffolding or working on any structure at height, use of full body safety belt & Helmet is compulsory. It is also necessary to fasten chinstraps of the helmet.

10 Contractor or their employee shall not interfere in day-today routine plant activities / works except the work assigned to them, shall not loiter in the areas other than their work jurisdiction, as well as shall not temper / operate / touch the machineries / equipments / auxiliaries with which they are not concerned. Also, the contractor shall strictly instruct their staff not to sit or take rest at / near / below running plants, auxiliaries, systems or any place which is risky, hazardous & prone to accident.

WT NO. 2624 Name of work : Providing and Repairing of Pipe lines in hydro Switchyard and repairing G.I Shed for UAT 1 to 4 at HPS Ukai.

Signature of contractor Page 34 of 43

11 The cylinders containing poisonous/toxic or inflammable/explosive gas like Oxygen, Acetylene, LPG, Hydrogen, Ammonia, Chlorine, CO2 etc shall be handled safely taking due care. To handle / shift such cylinders a special trolley / cage meant for it must be used but in no case it should be rolled. Domestic LPG cylinder shall not be used / permitted.

12 On completion of the work, cotton waste, spilled oil / grease, pieces of welding rod & other waste material shall be removed from work site and the area shall be left safe, neat & clean.

13 In case of any injury / accident while working, it shall immediately be reported to Safety Department through concerned Sectional Head / Engineer. The prescribed Form No. 21 may be obtained from concerned section or Safety Officer. For any incident occurred but have no injury to any persons should also be informed to Safety Officer as —Near Miss Incident.“

14 In all risky jobs, before starting the work, contractor should obtain General Safety Work Permit from concerned section well in advance.

15 In case of noticing smoke or fire during their work execution, they shall make immediate efforts to extinguish/control it and simultaneously inform the Fire Brigade on phone No. 4444 or 4344 or 5555 or 02624-290049, shall shift the casualty to nearby hospital after rendering first aid in case of accident.

16 Over & above these, contractor shall have to follow all the safety requirements / rules & regulations / norms and legal provisions laid down in various statutes, particularly the provisions of The Factories Act-1948 & The Gujarat State Factories Rules-1963 (Amended up to date) shall be followed strictly. The contractor shall also obey the rules / regulations / instructions of the local Competent Authority for safety requirements.

17 No women or young person shall be allowed to clean, lubricate or adjust any part of a prime mover or of any transmission machinery while the prime mover or transmission machinery is in motion. Examination or operation of motion machinery shall be made or carried out only by a specially trained adult male worker wearing tight fitting clothing as per section 22 of factories act 1948.

18 No women or young person shall be employed or permitted to work in Lead-compound area like battery room etc. as per schedule VI of GFR 1963.

19 All the relevant labour and industrial laws shall also be followed compulsorily. 20 It is felt necessary to deploy safety officers / Safety supervisors by contractors / Agencies involved in

carrying out hazardous activities / operations inside TPS to have better and constant supervision in terms of Health Safety and Environment activities.

21 In case, it comes to the notice of GSECL UTPS management that the safety guidelines / safety rules / safety norms are not being followed then a minimum sum of Rupees One Thousand shall be penalized on the contractor / Agency and for subsequent such violation, a severe penalty / action as deemed fit shall be imposed, which may please be noted.

22 The above rules shall be scrupulously followed and where required, they may contact the Safety Officer for any ambiguity / further guidance in this regard.

23 For performance evaluation of contractor, safety factors of work accident, fire incident & near miss accident will be considered. Steps can be taken to review the job assignment up to cancellation for negligence.

Chief Engineer (Gen)

GSECL: TPS: Ukai.

WT NO. 2624 Name of work : Providing and Repairing of Pipe lines in hydro Switchyard and repairing G.I Shed for UAT 1 to 4 at HPS Ukai.

Signature of contractor Page 35 of 43

GUJARAT STATE ELECTRICITY CORPORATION LIMITED

Ukai Thermal Power Station, Ukai Dam, Taluka Fort S ongadh, DistTapi– 394680. Ph. 91-2624-233215, 23325 7 Fax: 91-2624-233300, 233315e-mail: ukaiceg@gebmail. com Website: www.gsecl.in

PRICE BID

WT NO. 2624 RFQ NO. - 27840

TENDER FOR THE WORK

Please submit price bid duly signed & stamp (withou t stating

above/below rates) along with Technical Bid.

WT NO. 2624 Name of work : Providing and Repairing of Pipe lines in hydro Switchyard and repairing G.I Shed for UAT 1 to 4 at HPS Ukai.

Signature of contractor Page 36 of 43

Schedule B NAME OF WORK:- Providing and Repairing of Pipe lines in hydro Swit chyard and repairing G.I Shed for UAT 1 to 4 at HPS Ukai.

SR. NO.

DESCRIPTION QTY. Unit RATE AMOUNT

1 Demolition of R.C.C. work including stacking of serviceable materials and disposal of unserviceable materials with all lead and lift 3.00 Cmt 453.00 1359.00

2 Demolition of brick work and stone masonry including stacking of serviceable materials and disposal of unserviceable materials with all lead and lift (ii) In cement mortar 4.00 Cmt 236.00 944.00

3 Dismantling C.I. pipes G.S.W. Pipes and A.C. rain water pipes with fittings and clamps including stacking the materials with all lead and lift. (for any dia. of pipes) 50.00 Rmt 32.20 1610.00

4 Dismantling of sheet roofing including ridges, hips, valleys, gutters, etc. stacking of serviceable materials with all lead and lift. (I) G.I. Sheet roofing 80.00 Smt. 21.20 1696.00

5 Providing, Laying and jointing in true line and level 15mm dia U.P.V.C. Pipe (SCH-40)line including fittings of PRINCE/SUPRIME/ASTRAL/FINOLEX make or equivalent as approved by Engineer in Charge. Pipe shall be fixed on the wall with the help of clamp at the every two meter C/C or shall be concealed as directed, giving water tightness test etc. and fixing the same with adhesive solvent, including cost of material complete as directed by E.I.C. 460.00 Rmt 85.00 39100.00

6 -do- as Above item but 25 mm dia. pipe . 270.00 Rmt 102.00 27540.00 7 -do- as Above item but 50 mm dia. pipe . 250.00 Rmt 217.00 54250.00 8 Providing and fixing screw down bib taps of following

size: (A) Brass screw down bib tap polished bright. (I) 15mm dia. 45.00 Nos 229 10305

9 Providing & Fixing approved best quality I.S.I. approved heavy G.M. Wheel valve of 15 mm dia valve. 20.00 Nos 334.00 6680.00

10 Providing & Fixing approved best quality I.S.I. approved heavy G.M. Wheel valve of 20 mm dia valve. 10.00 Nos 352.00 3520.00

11 Providing & Fixing approved best quality I.S.I. approved heavy G.M. Wheel valve of 50 mm dia valve. 5.00 Nos 924.00 4620.00

12 Providing corrugated 0.80 mm. Thick G.I. Sheets roofing fixed with Galvanized iron 'J' or 'L' hooks bolts and nuts 8 m. diameter with bitumen and G.I. Limpet washers filled with white lead complete excluding the cost of purlins, raffers and trusses.(1) 0.80 mm thick sheet

80.00 Smt. 896.00 71680.00

WT NO. 2624 Name of work : Providing and Repairing of Pipe lines in hydro Switchyard and repairing G.I Shed for UAT 1 to 4 at HPS Ukai.

Signature of contractor Page 37 of 43

13 Steel work reverted in built up sections, framed work including cutting, hosting, fixing in position and applying a priming coat of red lead paint :-(A) In beams and joints channels angles, tees, flats with connecting cleats as in main and cross beams, hip and jack refters, purlins connected to common rafters and the like. 450.00 Kg 68.85 30982.50

14 Constructing brick masonry chamber for under ground Inspection chamber bricks having crushing strength not less than 35/55 Kg/cm2 in cm. 1:6 600 mm. X 600 mm. Internal dimensions, R.C.C. top cover with 1:1.5:3 mix(1 cement :1.5 coarse sand : 3 graded stone aggregate 20 mm. size ) foundation concrete 1:4:8 inside plaster 15 mm. thick with cement mortar 1:3 finished smooth with a floating coat of neat cement on walls & bed concrete, including 3 coats of white or colour wash to all exposed finished surface etc. complete as directed by E.I.C. Brick masonry upto depth 1000 mm for pipe lines with three of more inlets. (For extra depth masonry & plaster will be paid under items.) 14.00 Nos 4310.00 60340.00

15 Brick work using Conventional Fly ash building bricks having crushing strength not less than 70 Kg./Sqcm. In foundation and plinth in cement mortar 1:6 (1cement : 6 fine sand)

10.00 Cmt 3924.00 39240.00 16 Providing and laying cement concrete 1:2:4

(1cement : 2coarse sand : 4 graded stone aggregate 20 mm. Nominal size) and curing etc. complete excluding cost of form work in : (a) Foundation and plinth 10.00 Cmt 3937.00 39370.00

17 Providing 15 mm. Thick cement plaster in single coat on fair/rough side Brick/concrete walls, ceilings etc. for interior plastering and finished even and smooth in :finishing with a floating coat of neat cement slurry.(including scaffolding) up to any height. Cement Mortar 1:3(1 cement : 3 sand) 90.00 Smt 168.4 15156.00

18 Providing & placing 50 mm thick & R.C.C. cover (FOR CLEAR SPAN UPTO 1.2 METERS) in proportion (1:1.5:3) or M20 with necessary reinforcement of 10 mm dia. 4 nos. of bars & 6 mm dia. distribution bars at 150 mm C/C as per drawing & design including finishing all surfaces with cement plaster, curing by placing in water pond for ten days etc., complete as directed by E.I.C. 85.00 Smt 842.00 71570.00

19

Servicing the existing rolling shutter by greasing the spring, straitening the laths and guide channel if bended and performing other miscellaneous activities required.

2.00 No 700.00 1400.00

20 Providing & Fixing new rolling shutter spring (P.O..No.50049) 8.00 No 900.00 7200.00

21 Providing & Fixing rolling shutter Patti. 60.00 Rft 25.00 1500.00

WT NO. 2624 Name of work : Providing and Repairing of Pipe lines in hydro Switchyard and repairing G.I Shed for UAT 1 to 4 at HPS Ukai.

Signature of contractor Page 38 of 43

NOTE:- 1. The responsibility and liability of labours engaged for this work will be totally of contractor, who has

been awarded this contract and he will take away all these labours to his own establishment on completion of the contract. The GSECL will not held any responsibility and liable in any way in this matter.

2. All royalties, sales tax, toll tax, local tax, development charges, VAT tax, welfare cess and any other taxes including works contract tax etc., in respect of this contract and also any statutory variation in future towards above mentioned taxes & any other taxes if levied in future by statutory authority applicable to the this contract shall be payable by the contractor and GSECL will not entertain any claim whatsoever in this respect. The rates will be “Excluding the service tax”. The reimbursement against “Service Tax” will be paid to the contractor as per Govt. rues & regulations. Service tax will be paid if the same is claimed in Bill/Invoice

3. The rates of all above items are for any heights to carry out the various works at different elevation or location irrespectively of quantum of work.

4. The agency has to carry out the above all items in the running plat and due care has to be taken from safety point of view. The GSECL will not be held responsible for any accident that may occur during carrying out the works.

5. The payment will be made on the base of quantity of actual work done. 6. The contractor shall pay the building and other construction welfare cess 1% of estimate cost at

respective department & GSECL will reimburse the same on production proof of payment. 7. As per required of ISO 9001 & 14001 and GSECL rules and regulations, maintenance work must be

carried out. I/We am/are hereby agree to carry out the work at (1)---% below the estimated cost Rs. (-)______

(2)At estimated cost Rs ------------------- (3) --------------%above the estimated cost Rs (+) ----------------Net Rs --------------------- (Rs_______________________________________)

Chief Engineer (Gen) GSECL:TPS:Ukai.

22 Providing & Fixing new rolling shutter side guard

10.00 Rft 70.00 700.00

23 Providing & Fixing new rolling shutter side guide.

6.00 Rft 150.00 900.00

Total Estimated cost 491662.50

WT NO. 2624 Name of work : Providing and Repairing of Pipe lines in hydro Switchyard and repairing G.I Shed for UAT 1 to 4 at HPS Ukai.

Signature of contractor Page 39 of 43

GUJARAT STATE ELECTRICITY CORP. LTD SPECIAL CONDITIONS FOR USE OF CEMENT IN WORK:

1. The rates in Schedule-‘B’ are inclusive of cement cost. Contractor has to purchase fresh 43 / 53 grade cement confirming to as per IS 8112 -1991 or PPC (Fly ash Based) confirming to IS-1489 (Part-I) of approved brand by GSECL.

2. Contractor has to construct pucca godown at site of work so that cement bags be properly preserved to avoid damage due to any kind of water. GSECL will in no way responsible for any damage, loss or theft of the same.

3. Contractor has to bring sufficient quantities of cement bags and at no time less than 200 (two hundred) bags to maintain progress of work. The work should not suffer for want of cement.

4. Cement should give the required strength of cement concrete. 5. To bring sufficient & timely cement at site is full responsibility of contractor. Nothing extra will be paid on

account of any reason to maintain progress of works and to complete the works in schedule time. 6. Contractor has to submit material A/c consumption of cement used with every bill. In case of not

submitting the same, bill will not be passed. Party has to submit the copy of cement / purchase bill along with each RA Bill/Final Bill.

7. Empty cement bags are not to be returned to the corporation and contractor will be allowed to take away with permission of in writing from Engineer-in-charge.

8. Contractor is fully responsible for safety of cement at site; nothing will be paid extra on account of safety. 9. If GSECL’s authorized representative wants to check cement stock at site. Contractor has to allow for the

same at any time. 10. Contractor has to maintain day to day cement consumption balance account at site. 11. As far as possible, contractor has to maintain supply of cement of only one brand & grade throughout the

work and on account of closer/shortage of approved brand, cement of other brand in accordance of condition No. (1) will be allowed by Engineer In-Charge.

12. Contractor will be allowed to carry out work only after physical verification of cement brought at site. 13. Contractor shall have to use PPC (Fly Ash based) preferably as per the relevant I.S. codes. 14. The cement consumption will be considered as per the standardized norms of state P.W.D. / GSECL and

accordingly the required quantity of cement shall have to be brought by the contractor and has to use the cement accordingly. Contractor should not use less than the prescribed quantities of cement even in the case of mix design recommends lower quantity. Nothing will be paid extra for over consumption.

Approved names of manufacturers for cement and stee l Following companies / brands are approved for providing and supplying the cement and steel to be used in concerned tender works where the contractor has to bring the same at his own cost. Sr. No.

Name of company Brand Name Sr. No

Name of company Brand Name

1. A.C.C. Cement A.C.C. 2. Sanghi Cement Sanghi 3. Ambuja Cement Ambuja 4. Saurashtra Cement 5. Binani Cement Binani. 6. Digvijay Cement. (DCC) Haathi 7. Birla Cement Birla A-1 8. India Cement Corromandal King 9. Gujarat Sidhee Cement Sidhee 10. Ultratech Cement ( L & T) Ultra-Tech 11. J.K.Cement J.K. 12. Jaypee Cement Jaypee 13. JK Laxmi Cement J.K.Laxmi 14. Wonder cement limited Wonder brand

(B) Names of Manufacturer / Supplier of structural Steel / Coils / Bars etc. for the structural / Pipes / reinforcement etc.

1. Steel Authority of India 2. Tata Iron & Steel Co. Ltd. 3. Jindal 4. Lloyds

WT NO. 2624 Name of work : Providing and Repairing of Pipe lines in hydro Switchyard and repairing G.I Shed for UAT 1 to 4 at HPS Ukai.

Signature of contractor Page 40 of 43

5. Essar Steel Ltd. 6. Ispat 7. Shah Alloys Ltd., Ahmedabad 8. Mahavir Rolling Mills Ltd., A’bad. 9. Bhawalka Steel Industries, Mumbai 10. Sur Vijay Rolling and Engineering Ltd., Nagpur 11. Shri Bajrang Alloys Ltd., Raipur 12. Unique Structures and Towers Ltd., Raipur 13. Sanghi TMT Steel – 8 mm to 16 mm dia. Bars. 14. Hans Ispat Ltd. Ta. Anjar – Kutch 15. Varsana Ispat Ltd. TA. Anjar - Kutch 16. Electrotherm India Ltd (TMT BAR 8 MM TO 32 MM)(EXCLUDING 18 MM) 17. Kamdhenu TMT (M/S KAMDHENU ISPAT LTD ) (8 MM TO 32 MM )

(C) Instruction for Materials : 1. The contractor shall submit entry details of cement & steel along with challan duly endorsed by Security

Department to E.I.C. for record and verification with each R.A. Bill.

Chief Engineer (Gen) GSECL TPS UKAI

WT NO. 2624 Name of work : Providing and Repairing of Pipe lines in hydro Switchyard and repairing G.I Shed for UAT 1 to 4 at HPS Ukai.

Signature of contractor Page 41 of 43

DECLARATION FORM

(To be submitted duly notarized on Rs 100/- Stamp p aper)

1. I/We hereby declare that I/We have carefully studied the entire tender placed on the WEB site and condition of the contract, specification & other relevant documents of this work mentioned in the tender and abide by the same. Also I/We hereby and agree to execute the same accordingly.

2. I/We hereby abide to execute the contract agreement by downloading the copies of the condition of the contract, specification & other relevant documents of this work or otherwise I/We will get copy of the same form the office of the tender inviting authority and the same will be acceptable to me /us. I/We hereby accept and confirm that any dispute on this regards shall not be entertained by the tender inviting authority.

3. I/We hereby declare that I/we have visited the work site and fully acquainted myself/ourselves with the local situation regarding materials, labor and other factors pertaining to the work before submitting this tender.

4. I/We hereby confirm that our offer is Un-conditional and without any technical & commercial deviations.

Signature of Contractor Names, Seal, detail address

WT NO. 2624 Name of work : Providing and Repairing of Pipe lines in hydro Switchyard and repairing G.I Shed for UAT 1 to 4 at HPS Ukai.

Signature of contractor Page 42 of 43

EMD BANK GUARANTEE FORMAT FOR TENDER /ENQ. NO. ___________________________________

APPENDIX – I (BANK GUARANTEE ON NON-JUDICIAL STAMP PAPER OF Rs.100)

WHEREAS M/s. ____________________________________________ (Name and Address of the Firm) having their registered Office at __________________________________________(Address of the Firm’s registered Office) (hereinafter called the Tenderer) wish to participate in the Tender No.__________________________ for ______________________________________ of (supply / Erection / Supply & Erection / Work) of __________________________________ (Name of the material / equipment / work) for _________________________ Gujarat State Electricity Corporation Limited and WHEREAS a Bank Guarantee for (hereinafter called the “Beneficiary”) Rs. _____________ (Amount of EMD) valid till ____________ (mention here date of validity of this Guarantee which will be 4 (FOUR) months beyond initial validity of Tender’s offer) which is required to be submitted by the Tenderer along with the Tender. We, _____________________________________________(Name of the Bank and address of the Branch giving the Bank Guarantee) having our registered Office at _____________________ (Address of Bank’s registered Office) hereby give this Bank Guarantee No. _________________ dated ____________ and hereby agree unequivocally and unconditionally to pay immediately on demand in writing from the Gujarat State Electricity Corporation Limited or any Officer authorized by it in this behalf any amount not exceeding Rs.____________ (amount of EMD) (Rupees ___________________________________________) (in words) to the said Gujarat State Electricity Corporation Limited on behalf of the Tenderer. We,__________________________________ (Name of the Bank) also agree that withdrawal of the tender or part thereof by the Tenderer within its validity or non-submission of Security Deposit by the Tenderer within one month from the date of tender or a part thereof has been accepted by the Gujarat State Electricity Corporation Limited would constitute a default on the part of the Tenderer and that this Bank Guarantee is liable to be invoked and encashed within its validity by the Beneficiary in case of any occurrence of a default on the part of the Tenderer and that the encashed amount is liable to be forfeited by the Beneficiary. This agreement shall be valid and binding on this Bank upto and inclusive of____________________ (mention here the date of validity of Bank Guarantee) and shall not be terminated by notice or by Guarantor change in the constitution of the Bank or the Firm of Tenderer or by any reason whatsoever and our liability hereunder shall not be impaired or discharged by any extension of time or variations or alterations made, given, conceded with or without our knowledge or consent by or between the Tenderer and the Gujarat State Electricity Corporation Limited. NOT WITHSTANDING anything contained hereinbefore our liability under this Guarantee is restricted to Rs. _________________ (amount of EMD) (Rupees ________________________________________________ (in words).Our Guarantee shall remain inforce till _____________ (date of validity of the Guarantee). Unless demands or claims under this Bank Guarantee are made tous in writing on or before ___________ (date should be 1 month after the above validity period of BG), all rights of Beneficiary under this Bank Guarantee shall be forfeited and we shall be released and discharged from all liabilities there under. Place : Date : Please mention here complete Postal Signature Address of the Bank with Branch Code Telephone and Fax Nos

Signature of the Bank’s authorized Signatory with Official Seal

NAME OF DESIGNATED BANKS : 1. All Nationalized Banks including Public Sector Banks IDBI Bank Ltd. 2. Private Sector Banks authorized by RBI to undertake the State Government business, which are

(i) Axis Bank (ii) ICICI Bank (iii) HDFC Bank. Note: The Banks shall be the Banks recognized / notified by the Finance Department, Government of Gujarat (GoG) from time to time.

WT NO. 2624 Name of work : Providing and Repairing of Pipe lines in hydro Switchyard and repairing G.I Shed for UAT 1 to 4 at HPS Ukai.

Signature of contractor Page 43 of 43

ON STAMP PAPER OF RS.100/- FORM OF BANKER’S UNDERTAKING (For SD & PG):

We, Bank of_______________________________hereby agree unequivocally and unconditionally to pay within 48 hours on demand in writing from the Gujarat State Electricity Corporation Ltd or any Officer authorized by it in this behalf any amount upto and not exceeding Rs.___________ (in words) Rupees ______________________________ to the said Gujarat State Electricity Corporation Ltd on behalf on M/s.________________________________who have entered into a contract for the supply/works specified below: PO(A/T) No.________________________________________dated_______________. This agreement shall be valid and binding on this Bank upto and inclusive of ______________ and shall not be terminable by notice or by change in the constitution of the Bank or the firm of Contractors / Suppliers or by any other reasons whatsoever and our liability hereunder shall not be impaired or discharged by any extension of time or variations or alterations made, given conceded or agreed, with or without our knowledge or consent, by or between parties to the said within written contract. NOTWITHSTANDING anything contained herein before our liability under this guarantee is restricted to Rs._________________(Rupees______________________________________ only). Our guarantee shall remain in force until ___________. Place: Date: Please Mention here Complete Postal Address of the Bank with Branch Code, Telephone and Fax Nos. SIGNATURE OF THE BANK’S Place AUTHORISED SIGNATORY WITH

OFFICIAL ROUND SEAL Signature of tenderer Company’s Round seal Date Place