You are on page 1of 71

1

PROJECT REPORT ON PROJECT EXECUTION & EXECUTIVE CAREER DEVELOPMENT.

Submitted To : Mr. Ashish Sinha Faculty Doon Univ, Dehradun

Submitted By : Anshul Thapliyal MBA IIIrd Sem.


2

ACKNOWLEDGEMENT

I express my sincere thanks to the management of Punj llyod ,Ratnagiri for giving me an opportunity to do the Summer Internship for their esteemed organization.

I am personally grateful to Mr.Amit Sharma Dy. Manager (projects) who took me as a trainee under his guidance, without which my project was not possible.

I am also thankful to the other members of each Section of the Execution and coordination Department for their guidance in the various issues of the project evaluation and helping me to understand the policies and procedures adopted for the smooth running of the HR Department of a Company.

At last I would like to thanks all the members of HR Department section for being so cooperative, helpful and approachable all the time for sorthing out my queries and problems.

With Sincere Thanks ANSHUL THAPLIYAL

CERTIFICATE

I have the pleasure in certifying that MR. ANSHUL THAPLIYAL is a bonafide student of Master of Business Administration, III SEM. Of Doon University,kedarpur , Dehradun.

He has completed his project entitled PROJECT EXECUTION & EXECUTIVE CAREER DEVELOPMENT, PUNJ LLYOD, DEHRADUN under my guidance.

I certify that this is original effort is has not been copied from any other source. This project has also not been submitted in any university for the purpose of award of any degree.

This project fulfills the requirement of the curriculum prescribed by Doon university, Dehradun, for the said course. I recommend this project work for evaluation and consideration for the award of degree to the student.

Signature .. Name of Guide : Date :..

DECLARATION
I hereby declare that this project work entitled PROJECT EXECUTION & EXECUTIVE CAREER DEVELOPMENT, PUNJ LLYOD, DEHRADUN is my work, carried out under the guidance of my faculty guide MR. A.K.SINHA. This report neither full nor in part has ever been submitted for award of any other degree of either this university or any other university.

ANSHUL THAPLIYAL M.B.A. III SEM. DOON UNIVERSITY, DEHRADUN.

TABLE OF CONTENTS
1. Acknowledgement 2. Company profile 3. Career Development 3.1. Introduction 3.2. Definition 3.3. Different career development theories 3.4. Career Planning 3.5. Executive career development 3.6. Initiatives of career development a) Performance appraisal b) Motivation c) Job rotation & Transfer d) Training & Development e) Succession Planning 4. Career Development in PUNJ LLYOD 4.1. Training system in PUNJ LLYOD 4.2. Promotion 4.3. Job rotation & transfer policy 4.4. Career development matrix of PUNJ LLYOD 5. Research Methodology 6. Interpretation of data 7. Analysis 8. Conclusion 9. Annexure 9.1. Questionnaire used for the survey 9.2. Bibliography

COMPANY PROFILE

The Punj Lloyd Group


The Punj Lloyd Group is a diversified international conglomerate offering EPC services in Energy and Infrastructure along with engineering and manufacturing capabilities in the Defence sector.We are a US $ 2.4 billion global player, with a powerful presence in the Middle East, Africa, the Caspian, Asia Pacific, China, South Asia and Europe. We are unlike any other company in the world. We move fast . Established in 1982 as a pipeline company, we quickly expanded to tanks, terminals, refineries, power plants and civil infrastructure. A decade later, we spread our wings, widening our international operations to Indonesia, Malaysia, Singapore, Thailand, Bangladesh, Abu Dhabi, Kuwait, Qatar, Kazakhstan and beyond. Today, we have more than 19 offices spanning five continents. We seize the day. With our reputation in EPC established, we partner with the worlds best in pursuit of new opportunities in the global marketplace. Through strategic acquisitions, our portfolio includes engineering, petrochemicals, renewable, high-spec buildings and infrastructure like airports, jetties, mass rapid and light rail transit systems, luxury hotels and resorts and offshore. The diversity of our partners has increased the range of our expertise - niche engineering, oil drilling, aviation, insulation services for varied sectors, while making significant inroads into the fields of defense and nuclear energy. With our global outlook and our international partners, we can take on anything, anywhere in the world. We never stop innovating. We keep pushing boundaries, expanding horizons. Building projects that are ever bigger and bolder, more challenging and complex. Seen in different countries, active in many fields, known to all by one trusted name, Punj Lloyd.

We are a global citizen with international offices in 19 countries. Strategically positioned to be close to our markets, we speak different languages, understand diverse cultures and work with an intimate local knowledge wherever we are in the world. Our people are global professionals. From architects to engineers, from chartered surveyors to safety officers, everyone at Punj Lloyd is part of a team that delivers projects in any part of the world to international standards of quality, safety and environment

10

11

Engineering
Engineering excellence is the hallmark of a Punj Lloyd project. We provide in-house full spectrum design and engineering services in Oil & Gas, Petrochemicals and Chemicals, Thermal & Nuclear Power, Infrastructure, Renewable, Aerospace, Automotives and Transportation. Our superior value engineering services in both plant and product design reduce product development costs, shorten lead time, extend capacity and maximize engineering resources by providing support across the complete plant/product life cycle, from design and modeling through analysis, data documentation, instrumentation and controls, process system design, embedded systems development, commissioning support and vendor management. Our multi-disciplinary and multicultural team comprises over 800 engineers from our hubs in Gurgaon, Hyderabad (India), Abu Dhabi, UK and Singapore. Working in a global share environment, enabled by state-of-the art IT infrastructure. Through our global multi-centre delivery framework and our on-site/off-shore/on-shore models, we leverage our local presence and global reach to support customers. With our processes and procedures standardized across the globe, our team of engineers and designers apply their knowledge and expertise irrespective of the geographical location.Highly capable, experienced and adaptable, our engineering team caters to different project needs, technologies and unique international and national requirements that range from legislation and environmental issues, to health and safety.In 2008, we cemented our engineering capabilities further by acquiring a stake in Technodyne International, UK, a specialist engineering, design and consultancy company specialising in large scale cryogenic storage tanks and special purpose test facilities for aircraft. Acquisition of Technodyne enabled the group to provide end-to-end solutions for complete delivery of complex cryogenic, high pressure LNG, LPG, ethylene, ammonia and other storage tanks. Their capabilities can also include engineering design services for Oil & Gas, Petrochemicals, Aviation, Automotives, Energy supply, Marine and Nuclear

Procurement
Putting the building blocks in place, procurement forms the foundation for any EPC project. Delivering quality goods and services on time, at the lowest cost and meeting every specific need of the project is our procurement teams forte. Our global sourcing network with our knowledge of local laws, commodities, markets, customs, and procurement practices, enable us to get the best available quality, range of products and services at the lowest acceptable cost. Being a global player with a varied range of projects from pipelines, refineries and tanks & terminals in oil & gas to buildings, utilities and transportation in urban infrastructure, the range of items we source is 12

extremely diverse. This such as high-pressure fabricated equipment encompasses materials for a variety of critical items, large rotating equipment, packages, skids, electrical and instrumentation systems. We are currently implementing an e-sourcing solution using a workflow and content management software, Documentum. The electronic workflow solution covers the entire Plan to Procure cycle including electronic exchange with vendors and is seamlessly integrated with the Oracle procurement and financial system. The solution also allows for creating an electronic repository of procurement data for future reference. Trained and suitably qualified personnel in all strategic locations help to ensure the timely supply of equipment and materials to site. For strict adherence to quality standards, in addition to our own dedicated and qualified in-house resources, we work with reputed global third party inspection agencies appointed for every project. Through our integrated and cost-efficient supply chain management services, backed by robust corporate policies, procedures and project procurement execution strategies, we ensure the success of our projects in any part of the world.

Construction
Complex projects, challenging conditions and critical timelines we have built our reputation in construction by repeatedly delivering successfully within these stringent parameters.Our multi-national workforce has a rich and varied experience in the execution of challenging projects the world over. This is the reason why Punj Lloyd is one of the few companies which can lay large diameter pipelines in rocky mountains or undulating seabeds, carry out in-house complete engineering, mechanical, civil, and insulation work on cryogenic tanks, work in live refineries and build landmark infrastructure projects across the world. Our construction management capabilities are second to none. We use advanced construction methodologies, well-defined systems, software and proven procedures. We have made several breakthroughs in construction technology, including Horizontal Directional Drilling (HDD) and integrated precast systems. Equipment, one of the most crucial components in construction, is one of the pillars of Punj Lloyd. We have a huge fleet of equipment, enabling prompt mobilization to project sites around the world, ensuring timely completion. Beyond general and heavy construction equipment, our fleet includes special pipelaying equipment, amphibious offshore equipment, automatic welding machines, pipelaying barges, swamp excavators, crushing plants, heavy lift cranes, concrete pavers, piling rigs and more. Based on our equipment assets,we can simultaneously manage: Multiple construction projects of tankage and piping. Subsea pipelaying through our fleet of barges. Lay up to 56 dia pipelines with 20 spreads of pipeline equipment. 13 spreads of bituminous road and three sets of concrete road equipment 13

Our flotilla of barges includes two pipelay barges, a hook-up cum accommodation barge and a push pull barge. Kuber, our latest addition is a non self-propelled S-type barge that can lay 4 to 60 dia pipes in sea, besides maintaining and repairing existing pipelines. With Kuber, our fourth barge, we can claim to have one of the most sophisticated flotilla of barges needed for offshore business. We continuously increase our fleet to maintain our competitive advantage. Equipment asset planning, procuring, tracking, maintaining and retiring are closely monitored with Oracle eAM, a software that handles over 12,500 items of equipment, in over 190 categories, across project sites all over the world.

This ensures timely audits for preventive maintenance and supports our highly skilled operations and maintenance crew to minimise downtime of equipment at project sites. Consolidating our strength in equipment are our central workshops and maintenance yards in India, Indonesia, Abu Dhabi and Kazakhstan. With a combined area of more than 245,000 m2 for equipment maintenance and repair, storage and fabrication facilities, they regularly handle the complete overhauling and refurbishment of all our equipment to maintain peak performance, as well as conformance to international standards of safety, health, security and environment.In civil infrastructure, we are renowned for executing a diverse range of technologically challenging and complex projects, such as mega infrastructure, high-rise buildings, special-purpose structures like semiconductor manufacturing plants with clean rooms, and utilities like water treatment plants. From airports and seaports, expressways and subway systems,to townships and industrial parks, multi-specialty medical institutes and luxury resorts, we deliver projects that embody aesthetics, economics, serviceability of the development and sustainability of the environment

Energy
Active in Upstream, Midstream and Downstream, we provide for every aspect of the Energy chain. In Upstream, we are active in Libya and simultaneously developing onshore drilling contracts in India and the MEA region (Middle East & Africa), with plans for expansion into other countries where we have an operating presence. With our internationally experienced crew of drillers and technicians and our growing fleet of onshore rigs, we aim to acquire a leadership position in the onshore drilling space. We provide EPC services for offshore process, wellhead platforms and offshore pipelines.Pipeline leaders in Asia, we are also known as Worlds All Terrain Specialists, having laid more than 10,000 km of pipelines in diverse environments for the worlds major Oil & Gas conglomerates. We are virtually the only EPC company in the world with in-house expertise and experience of engineering, mechanical, civil and insulation work for LNG tanks and have built over 8 million m3 of tankage and terminals from cryogenic to floating and fixed roof storage tanks. We have also built facilities to receive, treat and compress gas and our work in onshore field development includes gathering stations, lines and flowlines, gas and crude processing plants.We are one of the worlds leaders in process plants, delivering plants to a 14

wide range of customers in refineries, petrochemicals and renewable.We have worked within live refineries to execute Hydrocracker, Motor Spirit Quality Upgradation and other complex process units. We have been involved in all categories of polymerisation processes and have built more than 70 plants in greenfield locations and sites within existing facilities.

Energy (Oil & Gas)


A) Onshore Oil Rigs
We are vertically integrated in Upstream, Midstream and Downstream for the Oil & Gas industry.Our Upstream activities are presently centered in the hydrocarbon rich MEA region, with a vision to expandgeographically within the Punj Lloyd global footprint Among the most critical services relied on by international oil and gas exploration and production(E&P) companies are drilling & well engineering competence. This is where Punj Lloyd delivers.Led by our goal to achieve the leadership position in onshore drilling,we have an internationally experienced crew of drillers & technicians, who have completed complex drilling programmes in difficult and diverse terrain. Complementing this highly skilled and motivated workforce is a fleet of brand new US-manufactured AC VFD 1,500 HP onshore rigs with a drilling capacity of 6,000 m.We have deployed our onshore rigs in Libya for drilling wells in the Harash oilfield of the prolific Sirte Basin. We are operating two 1,500 HP land drilling rigs along with all the resources, equipment and personnel for WAHA Oil Company, the second major Oil & Gas producer in Libya. The tenacity of our manpower has been tested to the extreme. We have mobilised man and machinery 500 km into the Sahara Desert till rig acceptance.We are strategically placed to leverage our project experience and client base in the MEA region to address increasing exploration and production activity. Our drilling division completes our suite of services, establishing us as one of the select few contractors in the Oil & Gas sector, offering the entire gamut of services.

B)Offshore
15

Apart from our experienced manpower and expertise, we have an unrivalled edge with our flotilla of barges specially equipped for shallow water shore approaches and river deltas.Our world-class fleet comprises four barges, each with its own special capabilities: Kuber, a pipelay barge for laying pipelines up to 60 dia in water depths up to 150 m, outfitted with 120 T SAS Tensioners, 300 T Huisman crane and a stinger with in-built heave compensation. Mahesh I, a pipelay barge which has laid 36 dia pipelines. This barge can operate in very shallow waters and is ideal for shore approaches. Madhwa, a derrick barge,purpose built for subsea tie-ins, riser installations, flexible pipelines and composite cable installations. It is also suitable for hook-up work. Ganpati, a push pull barge for pipelaying in shore approaches. Augmenting this equipment edge is our 45,000 m2 fabrication and maintenance facility at Sungaipurun, Indonesia. Accessible by road and sea, this yard stores important spares and handles heavy swamp and construction equipment overhauling, ensuring minimum downtime of equipment and swift mobilization. It has a 120 m skidway for platform fabrication and can load out structures up to 1,500 MT. The yard servicesprojects in South East Asia

C)Offshore pipelines
Punj Lloyd catapulted into the league of international offshore contractors with the Hopping Island project, connecting the Indonesian islands of Panaran and Pulau Pemping by a 31 km 28 dia gas pipeline. This challenging project entailed working in the busiest shipping route connecting Singapore and Indonesia, and crossing a river through difficult terrain by horizontal directional drilling, as well as a rocky seabed with live coral reefs and granite rock.Another prestigious project for Punj Lloyd was the Uran Trombay Jawahardweep Pipeline for PUNJ LLYOD. The 36 dia pipeline, running through two major ports in India, JNPT and Mumbai, had three onshore stretches,one offshore spread, multiple tie-ins,11 railway and road crossings. To lay pipelines in water depths of 6 -13 m, we had to dredge 4 m below the sea-bed level for pipe trenches, with the dredged volume of soil and hard rock as much as 110,000 m3. Special barge, Ganpati was mobilised from our fleet of amphibian equipment in Indonesia. It is for this project that Punj Lloyd used for the first time Mahesh I, its lay barge, specially designed to work in a low draught of 4 m.Through our combination of experienced manpower, expertise of working in shallow and offshore waters,large specialised amphibian equipment base and meticulous planning at every stage, these and all our offshore pipelines have been commissioned successfully to the clients satisfaction.Our culture of caring was reflected here as we worked with great sensitivity in the environmentally fragile coastal zone without disrupting the eco-system and the livelihood of the local inhabitants

D)Onshore Field Development


16

We have executed facilities to receive, treat and compress gas for export of medium pressure production flows from top gasfields of the world.This included the erection of oversized turbo compressors in heavy rains without the use of cranes. We have achieved feats like this in the dense tropical forest, building the complete infrastructure of site and housing facilities, as well as elaborate systems for communication and amphibian transport. We have built extensive aerial pipelines in harsh conditions, always utilizing eco-efficient technologies, maintaining a clean site and managing noise limits and air quality Our projects include: Peciko Field Development Phase 4, Indonesia for TotalFinaElf Tambora Field Development Project Phase 2, Indoneasia for TotalFinaElf Oil India Limited, Gas Field Development, India Large and Small Bore Pipelines in Kazakhstan for Tengizchevroil Construction of Flowlines and Wellheads in ADCOs Oilfields, Abu Dhabi Pipelines Punj Lloyd is synonymous with pipelines and ubiquitous as All-Terrain Specialists of the world. From Libya to Kazakhstan, Turkey to Indonesia, we have laid more than 10,000 km of onshore and offshore pipelines for the worlds major Oil & Gas conglomerates. We have conquered terrain ranging from rocky mountains and deserts to tropical rainforests and swamps, from environmentally sensitive areas to environments contaminated with poisonous gas, from water depths of 120 m to shallow waters packed with crocodiles under strong surface currents. Coupled with weather conditions that vary from excessive and continuous rainfall to scorching temperatures of 50 C, we have overcome every challenge to deliver ahead of time. We accomplished all this through a combination of skilled and motivated manpower, expertise of workingin shallow and offshore waters, in challenging terrain and our large, specialised equipment base with maintenance yards in four hubs all over the world. Today, Punj Lloyd is one of the leading pipeline contractors in Asia, one of the select few in the world to have laid large diameter pipelines and the only Indian company to be awarded the pipeline of the century, Baku-Tbilisi- Ceyhan Crude Oil Pipeline (BTC). In the prestigious BTC project that passed through Azerbaijan, Georgiaand Turkey, we traversed extremely steep slopes and mountains, and crossed six major rivers and seven major roads and railways. For this environmentally sensitive area within a seismic zone, our team included specialists beyond the EPC sphere - ecologists, botanists, zoologists, ornithologists, archaeologists, soil experts, paleo-seismologists, landscape architects, geologists and plant taxonomists. Together, we cared for indigenous flora and fauna, unearthed archaeological relics and reinstated rivers, while successfully delivering the project and winning awards and accolades. For Dahej Vijaipur Pipeline, we laid a staggering 506 km of 42 dia pipeline in 270 days, of which 120 days were in torrential monsoon. Like most of our projects, resources of manpower and equipment were swiftly mobilized from as many as 10 countries and work went on round the clock. And just like most of our projects, this pipeline capped its completion withawards for infrastructure excellence. Other major projects include: Panaran Pemping Gas Pipeline, Indonesia Multi-Product Pipeline, Malaysia Beanibazar-Kailashtilla, Bangladesh KAM Pipeline, Kazakhstan Baku-Tbilisi-Ceyhan and South Caucasus Pipeline, Turkey & Georgia Oman Gas Export Pipeline, Oman Strategic Gas Transmission Project, Qatar 17

Melita-Tripoli Pipeline, Libya Uran Trombay Gas Pipleline, India East West Gas Pipeline, India Power

Thermal Nuclear & Thermal Power


Punj Lloyd provides EPC services for the complete civil construction and balance of power plant packages besides developing optimum design for auxiliary packages like coal and ash handling, HVAC, water systems, fire fighting systems, electrical and C&I. Focusing on partnering with Independent Power Producers (IPPs) to become their preferred EPC partner for balance of plant, Punj Lloyd will be among the leading BOP solution providers in India. We built the Jindal Power Plant, the largest single coal-based power plant in India in 10 months, which is five months faster than the industry standard. The project for the 4 x 250 MW plant involved civil, structural and architectural work, supply, fabrication, erection of complete steel structures, power house, auxiliary buildings, cooling towers, drainage and roads. Some of our major thermal power projects: 800 MW Paka Combined Cycle Power Plant, Malaysia 815 MW Cogeneration Power Plant, Singapore 2 x 750 MW Combined Cycle Power Plant, Vietnam 400 MW Pasir Gudang Combined Cycle Power Plant, Malaysia 740 MW Dabhol Gas Power Plant, Maharashtra 4 x 250 MW Jindal Power Plant, Raigarh 2 x 270 MW Thermal Power Station, Govindwal, Punjab 2 x 250 MW Chhabra Thermal Power Project, Rajasthan 2 x 300 MW Thermal Power Project, Maharashtra Nuclear Power We have been actively engaged in the nuclear industry since the 1950s, delivering some of the worlds first nuclear power facilities, including one of the first in Japan. Starting with design elements of the UKs Central Electricity Generating Boards (CEGB) nuclear power programme, we have since put in more than 3.5million man-hours in support of the UK nuclear industry. We are ever present in this sector, having provided services in support of the design and construction of associated nuclear process facilities in areas such as enrichment, fuel fabrication, new build and decommissioning including waste treatment. We have executed complex civil construction, mechanical work, electrical systems and C&I of various packages for nuclear power projects, meeting the highest international safety & quality standards. 18

Our EPC services are comprehensive, encompassing the following: Conceptual and feasibility studies Front end definition and design Engineering design and specification of process plant and equipment Civil and structural engineering design and evaluation Stress and shielding analysis Data capture and 3D modeling from drawings, survey and record collection supply, fabrication, erection of piping, equipment for active process water and active process cooling water system New Fuel Oxide Plant, UK - HEX Conversion - Fuel Element Production Vitrification Plant, UK - First Vitrification plant built in UK - Involved in commissioning of WVP3 Refurbishment South Dissolver Cell, UK - In-cell surveys/photogrammertry - In excess of 4000 m stainless steel pipe - First major decommissioning and refurbishment of its type in the world Infrastructure The Punj Lloyd Group is renowned for executing a diverse range of technologically challenging and complex projects. From transportation - Metro Systems, Airports, Seaports, Highways and Expressways to the entire gamut of buildings - commercial, industrial, townships and industrial parks, the Group services extend to Utilities - water treatment plants and reservoir. We undertake these projects variously under Build, Own and Operate (BOO), as well as Build, Own, Operate and Transfer (BOOT) basis. Having acquired world-class competence across the full range of engineering disciplines, we are a comprehensive one-stop service provider. With our multi-disciplinary team of professionals under one roof, we offer award-winning services that include: Feasibility Studies Master Planning and Concept Design/Front-End Engineering Design (FEED) Basic Design and Detail Engineering Design Procurement Project and Construction Management Construction Validation Plant Start-up and Commissioning At every stage, we are passionately engaged in adding value to the project. This can range from tapping into the capabilities of our inhouse design division, to our precast solutions to achieve fast-track construction. Our goal is always to create high-quality infrastructure that embodies aesthetics, economics, serviceability of the development and sustainability of the environment.

Project Execution 19

What is a Project?

In project management, a project consists of a temporary endeavor undertaken to create a unique product, service or result. Another definition is a management environment that is created for the purpose of delivering one or more business products according to a specified business case. Project objectives define target status at the end of the project, reaching of which is considered necessary for the achievement of planned benefits. They can be formulated as SMART criteria .Specific, Measurable (or at least evaluable) achievement, Achievable (recently Agreed-to or Acceptable are used regularly as well), realistic (given the current state of organizational resources) and Time terminated (bounded). The evaluation (measurement) occurs at the project closure. However a continuous guard on the project progress should be kept by monitoring and evaluating. It is also worth noting that SMART is best applied for incremental type innovation projects. For radical type projects it does not apply as well. Goals for such projects tend to be broad, qualitative, stretch/unrealistic and success driven.

Contract:-

Is defined as, A contract is a legally enforceable agreement between two or more parties with mutual obligations, which may or may not have elements in writing. Contracts can also be formed orally (parol contracts). The remedy at law for breach of contract is usually "damages" or monetary compensation. In equity, the remedy can be specific performance of the contract or an injunction

Why is a project (contract) given?

The basic idea for giving contracts in a project execution is outsourcing of work or shall be explained as contracting out of a business function - commonly one previously performed in-house - to an external provider. In this sense, two organizations may enter into a contractual agreement involving an exchange of services andpayments. Of recent concern is the ability of businesses to outsource to suppliers outside the nation, sometimes referred to as offshoring or offshore outsourcing (which are odd terms because doing business with another country does not mean you have to go offshore. Organizations that provide contracts for project execution and outsourcing are basically seeking to realize benefits or address the following issues: 20

Cost savings The lowering of the overall cost of the service to the business. This will involve reducing the scope, defining quality levels, re-pricing, re-negotiation, and cost re-structuring. Access to lower cost economies through offshoring called "labor arbitrage" generated by the wage gap between industrialized and developing nations. Focus on Core Business Resources (for example investment, people, infrastructure) are focused on developing the core business. For example often organizations outsource their IT support to specialized IT services companies. Cost restructuring Operating leverage is a measure that compares fixed costs to variable costs. Outsourcing changes the balance of this ratio by offering a move from fixed to variable cost and also by making variable costs more predictable. Improve quality Achieve a steep change in quality through contracting out the service with a new service level agreement. Knowledge Access to intellectual property and wider experience and knowledge. Operational expertise Access to operational best practice that would be too difficult or time consuming to develop in-house. Access to talent Access to a larger talent pool and a sustainable source of skills, in particular in science and engineering. Capacity management An improved method of capacity management of services and technology where the risk in providing the excess capacity is borne by the supplier. Catalyst for change An organization can use an outsourcing agreement as a catalyst for major step change that cannot be achieved alone. The outsourcer becomes a Change agent in the process. Enhance capacity for innovation Companies increasingly use external knowledge service providers to supplement limited in-house capacity for product innovation. Reduce time to market The acceleration of the development or production of a product through the additional capability brought by the supplier. Commodification The trend of standardizing business processes, IT Services, and application services which enable to buy at the right price, allows businesses access to services which were only available to large corporations. Risk management An approach to risk management for some types of risks is to partner with an outsourcer who is better able to provide the mitigation. 21

Venture Capital Some countries match government funds venture capital with private venture capital for start-ups that start businesses in their country. Tax Benefit Countries offer tax incentives to move manufacturing operations to counter high corporate taxes within another country. Scalability The outsourced company will usually be prepared to manage a temporary or permanent increase or decrease in production. Creating leisure time Individuals may wish to outsource their work in order to optimise their work-leisure balance. Liability Organizations choose to transfer liabilities inherent to specific business processes or services that are outside of their core competencies.

Streamlining of Statutory Compliances pertaining to Contract Labour (Wage, PF etc.)/Contractual Provisions regarding Tendering, Award, Execution, Payments, finalization of contract etc.
Frequent difficulties /undue delays are taking place in obtaining IR clearances (For RA/Final Bills) due to some of discrepancies in observance of various Statutory Compliance by Contractors and in turn then bills pay are getting delayed. For compliances, statutory provisions are provided in previous tender/contract documents in very brief under heading Observance of Labour Laws & Contractor's Liability"(OLL). For smooth functioning, all concern are reminded of detailed relevant Statutory Provisions under the use and the same are given under the same/ aforesaid heading as Anexure-1 (page 16 to 26). These are mere extension of previous contract conditions & practices being followed. The aforesaid (Annexure-1) is given for strict compliance by all concerns, so that clearances/bill payments are received by contractor in time. These being statutory provisions, shall be treated as part of running contracts also. However, for further convenience, the detailed conditions (Annexure I) are being provided as document in recent tendering/Awards. All are aware that PJL is undertaking jobs assigned by NTPC, which are manly manpower based. The quantum of resources/Manpower deployed are available with from its record (Form-A, Form XIII, Wage sheet etc.) of similar closed contracts and also indicated/suggested in NTPC's assignment. Hence, to meet 22

with full statutory expenditures on contract labours, it is imperative that we should get awarded the jobs properly to contractors. For aforesaid purpose, the existing tender/contract clauses have been regrouped & detailed as per practice in use under the following heads (same as before), so as to make it more explanatory on different aspects of activities i.e. tendering, quoting, award, execution, finalization of contract etc. Instruction to Bidders (IB). as Annexure-II as Annexure-III as Annexure-IV

Special Condition of Contract (SCC) General Terms & Conditions (GTC) -

One set each of above are enclosed herewith for information and strict implementation as these are based on previous clauses and practices already in use in running contacts. However, for the convenience of all concern, these documents are being provided now for tendering/ award of new assignment also. Following Formats of statute, which are mentioned in various, Tender/Contract documents enclosed to the System Circular', are given as enclosure (as Annexure-v) in full size/computer copy. Copies of these may be used by all concern i.e. contractor (Sr. Nos. I, II to IX), (Sr. Nos. I, VII to XI) in meeting with various statutory/contractual compliances indicated m conditions. I. II. III. IV Format-I (SCC 12.2) Format-Il(OLL, 2.1), Form-A - Schedule of Compliances. - Particular of contractor and his workers.

Format III (DLL 2.2), Form XW (Rule 75) - Register of workers. Format-IV (Old. 2.5), Form XIV (Rule 76) - Employment Card

V Format-V (OLL 3.1), Form XVII Register of Wages/Wage sheet as per CL Act Role 78(l)(a)(i), 75,73,72 and PF Act para 36B, 72 (5e). VI VII VIII IX X Formal-VI (OI, L 3.3), Form XIX [Rule 78(2) b] Wage Slip. Format VII (OLL 3.4), Notice for Wage Payment (Rule 71) Format VIII (Old. 4.5) Form 3A (PF para 35, 42, Pension para 19) contribution cards Format IX (OLL 4.5) Form 6A (PF para 43, Pension Para 20A), Annual State of Contributor Format X (OLL 5.4) - Performance Assessment Format.

XI

Format XI (SCC 3.4) - Contractor's Bill Abstract Sheet.

23

The Punj Llyod Limited, is an establishment engaged in Power Sector with Principal Employer status and hence, above relevant system/documents are brought out in place here for implementation for s associates i.e. Tenderer/Contractors and ifs employees/department for successful..All concerns are required to deviations are made from the systems in practice (as above

Enclosures - As above Annexure- II, III, IV, I & V

24

1.0 Bidding procedure /Tender / Tenderer 1.1 Bidders must sign each and every page of the enclosed tender documents and submit the same in sealed envelopes subscribing the NIT No., Name of Work, Bid Opening date and EMD particulars.

1.2

The tender shall be submitted in three separate envelopes.

a) First envelope should contain EMI). Tender without EMI) will be rejected/considered nonresponsive tender by owner.

b) Second' envelope should contain TECHNICAL BID, DEVIATION STATEMENT, TENDER DOCUMENTS (Signed by tenderer on each and even- page).

c) Third envelope should contain only PRICE-BID (Signed by tenderer on each and every page of the tender document. First the EMD envelope will be opened and then only Technical bid of those tenderers, who have given proper EMD will be opened. Later, Technical bid will be evaluated based on the technical requirements mentioned in the bid documents. The price bid of the parties, who have not qualified in the technical bid, will not be opened

1.3 takes no responsibility of delay, loss or non receipt of tender documents by post. Bid documents are not transferable. Telex/Telegraphic/Tele-fax/E-mail tender shall not be accepted.

1.4 Tenderer shall ensure submission of complete informations/documents in the first instance itself. reserve the right to complete evaluation based on the details furnished by the agencies without seeking any subsequent

1.5 Complete tender documents including covering page and should be submitted of the tune every page of tender documents must be signed and stamped by tenderer.

25

1.6 Tenderer must not make any alternation/modification in any of the conditions or language or quantity/unit of BOQ. If some clarification/deviation is sought/given, the same should be brought out separately in dicate.

1.7 A tenderer shall submit the tender, which satisfies each and every condition bud down in different pages of tender documents failing which tender will be liable to be rejected.

1.8 Tenderes are advised to go through all the tender provisions carefully and quote their tenders taking into account all the various provisions factors, incidental there upon and no claim shall be entertained at a later date on an assumption(s) made by tenderer and or not brought out at the time of submission of tender

1.9 Not understanding any thing mentioned in tender documents, the bidder should get clarified the same in writing before submission of offer or else, it will be presumed that nothing is left to be clarified to the bidder on later. In addition, No claim shall be entertained at a later date for any assumption/presumption made by bidder.

1.10 Any clarification sought over by under signature of Resident Manager shall be considered authentic.

1.11 Bid documents are issued to prime-facie qualified parties. However, such issue of bid document will automatically mean that bidders are considered qualified. These will be reviewed at the time of evaluation.

1.12

All the rates should be quoted on tender forms only.

1.13

No condition should be given on quotation page.

2.0

QUOTING OF RATES / ESTIMATES / DISQUALIFICATION

26

2.1 The bidders must visit the site and get themselves apprised of the said work before quoting, to know the methodology & quantum of resources i.e. manpower, material deployed.

2.2 shall make its own estimate on the basis of resource input/manpower deployments on records., methodology used on similar ongoing/closed works, which shall include all statutory expenditures besides others. For new jobs aforesaid estimate shall satisfy all conditions given hereunder in assignment and also otherwise. Such authenticated "'s Estimate" Shall be considered part of lender and quoted rates/prices have to be justified with respect to 's estimate by successful bidder during negotiation and may be considered basis besides assigned estimate as per discretion of for arriving at reasonability of contract price and quantum of Performance Guarantee to be provided.

2.3 Contractor must update their knowledge of prevailing state/centra! Govt, minimum wage? for different categories of workers before filling the tender documents. Prevailing Minimum wages of State/Central whichever is higher will be payable.

2.4 Contractor quoting bids of non-workable prices, which prima-facie do not ensure payment of minimum wages as per act, NH, PF, insurance, safety appliances, Medical, First aid, taxes i.e. statutory expenses are likely to be disqualified and no claim in this regard shall be entertained. Disqualified bidder's HMI) may be forfeited. Further, they may not be considered for re-tendering and or future bidding at the discretion of /NTPC.

2.5 The tenderer will be deemed to have visited the site before submitting their tender and to have examined for himself the conditions under which the work will he carried out including local conditions affecting labour and material procurement and have studied the items of the bill of quantities, the specifications and the drgs. and have-satisfied himself that the rates quoted by him/them provide for all minor accessories and contingent work or services necessary for the work described even though they are not specifically defined therein. Where the specification for items of work to be executed under this contract are not available in these documents, the latest IS/CPWD specifications and code practices shall be followed.

2.6 If, L-1 bidder quoted price below the assigned/'s estimate, they may be required to submit Performance Additional Security Guarantee (PG) (in addition to EMD/SD) for an amount equal to difference between 's (ref. IB2.2)/Assignment's estimated price and price quoted by L-1l bidder, whichever will be higher. This is just sufficient to protect /Contract Labour's interest against financial loss/fulfillment of their full statutory compliances, in the event of default by the L-1 bidder/Contractor under contract, if award is placed on him/them. If PG amount, as aforesaid is not deposited in the form 27

required by on the date of final Negotiation or as decided by RM, such bid may be cancelled/EMD forfeited and such bidder shall not be considered for re-tendering/future bidding with . No deviation on this clause is allowed.

2.7 The bidders are required to quote their rates inclusive of all cost towards labour, all taxes (excluding service tax) such as Sales tax, duties, cost of men, materials & T&P etc., supply of the same, at site and all other sundry expenses required for execution of the work. Service Tax, if applicable, shall be reimbursed on submission of documentary evidence and hence, quoted extra.

2.8 The tenderers are required to quote their rates inclusive of all taxes including sales tax, levies, duties in respect of materials purchased and incorporated by them in the work. The rates (s) shall also be inclusive of all expenses such as tools and plants, labour, material and supply of the same to the site as per scope of work.

2.9 The bidder shall maintain L-l position during post award execution of contract by offering suitable rebate. The bidder shall also execute the restricted items, if any, at L-l rate/ market rate/ estimated rate, whichever is least beyond BOQ quantity.

2.10 Prices are firm. No escalation will be allowed due to any reason whatsoever unless otherwise specified or as given in BOQ / SOW Specifications -Terms and Conditions or specifically for long duration contract for more than 12 months.

2.11 The defect liability period for this work shall be Nil. or as given in BOQ/ SOW Specification -Terms and Conditions.

3.0

Time & Compensation for Delay

3.1 Time is the essence of this contract, therefore, you shall complete the work within the stipulated period of............months, which shall be reckoned from (date) ............You shall complete entire work in all respect with as per care, accuracy, speed. Promptness and quality workmanship as per time schedule i.e. on or before (date)............... 28

3.2 The time is the essence of the contract and if, the contractor fails to maintain required progress in terms of condition 13 of General Conditions of Contract or to complete the work and clear the site on or before the contract period or extended period of completion. Provision of Clause no. 32 of GCC "Compensation for Delay" shall be applicable.

4.0

EMD

4.1 The Earnest Money Deposit (EMD) of the value as indicated in NIT shall he submitted in any one of the following forms.

a) A Call Deposit Receipt (CDR)/Pay Order duly pledged in favour of Punj Lloyd Limited, Ratnagiri /A crossed demand draft in favour of Punj Lloyd Limited payable at Ratnagiri.

b) Post Office National Saving Certificate/Kishan Vikas Patra/National Defence Certificate duly endorsed in favour of Punj Lloyd Limited, Ratnagiri in originals.

4.2 The earnest, money shall be made payable without any condition/Demur to the owner on Demand. The bid Guarantee in any form of EMD as indicated above shall be valid for a period of SIX calendar months from the date of opening of tender. '

4.3 No interest shall be payable by the owner on the said amount coveted under bid guarantee other security documents.

4.4 The EMD will be forfeited on revocation of tender or on refusal to enter into a contract after award of the work or if the work is not commenced after award of the work. This will be in addition to other actions taken including non consideration for re-tendering/future tendering.

29

4.5 The Earnest Money of the successful bidder i.e. whose tender has been accepted will be treated as part of the security deposit in normal course, unless it is decided by during negotiation to convert it in Performance or any other Guarantee for the same contract.

4.6 Earnest money of unsuccessful bidder shall be returned after work is awarded / started to successful bidder and thereafter approval is obtained for release from Competent Authority of (HO)

5.0 GCC - GCC of shall form part of this tender, irrespective of the fact, whether if has been issued with documents or not. If the same were not issued, it would be referred to m V Office. Conditions not referred in tender documents shall be taken as per GCC

6.0

PJL reserve the right to -

6.1

Reject any or all the quotations/Tenders without assigning any reason thereof.

6.2 Cancel this tender at any stage of the tendering and the bidder will not have any right for compensation of any type in such cases.

6.3 Split the work in whole or part among two or more bidders as the case may be m the interest of the organization. The bidder will not have any right for enhancement of rates or any other compensation due to such spilt of work.

6.4

To use in house information for assessment of capacity of tenderer.

6.5 Not withstanding anything stated above, the owner reserve the right to assess the bidder's capability and capacity to perform the contract, should the circumstances warrant such assessment in the overall interest of and the decision of the in this regard shall be final.

7.0

Deviations/ Conditions

30

7.1 Conditions/deviations, if any, shall be brought out us the deviation statement enclosed with the technical bid and its financial implication must be indicated. This should be submitted alone with the technical bid. No conditions/deviation should be given in the price bid. Any condition/deviations given by the bidder in the price bid will not be considered

7.2 Conditions/deviations, if any from the tender terms and conditions, scope etc. should be brought out separately in terms of financial implications not only in words or in terms of physical parameters. The company at its discretion may not otherwise accept any other form of deviation and evaluate the offer as deemed reasonable.

7.3 reserves the right to increase / decrease the quantum of job to be performed in various part scope of work. The contract value shall be increased / decreased on pro- rota basis for such changes. However, she payment for any part of the work will be made as per actual execution of work.

7.4 The contract value / BOQ quantity / contract period may be extended upto 20% twenty percent) of the original order and contractor shall have no extra claim for the such increase/decrease.

8.0

Discrepancies and Adjustment of Errors

8.1 If on check differences are found between the rates given by tin contractor in words and figures or m the amount worked out by him in the schedule of quantities and general summary, the same shall be adjusted in accordance with the following rules.

a) In the event of a discrepancy between description in words and figures quoted by tenderer, the description of words shall prevail.

b) In the event of an error occurring in the amount column of schedule of quantities as a result of wrong extension of the unit rates and quantities, the unit rate shall be regarded as firm and extension shall in-amended on the basis of the rate.

c)

All errors in totaling in the amount columns and carrying forwards total shall be corrected. 31

d) The total of various section of schedule of quantities with amendment shall be carried over to the general summary and tendered sum amended accordingly. The tender sum to be altered shall for the purpose of tender is substituted for the sum originally tendered and considered for acceptance instead of the original sum quoted by the tenderer. Any rounding oft of quantities or the section of schedule of quantities or in general summary by the tenderer shall be ignored

8.2 Tenderers should quote figures as well as in words from each item of tender. The amount for each item should be worked out and requisite total given Special care shall be taken in writing rates in figures as well as words and amount in figures in such way that interpolation is not possible The total amount shall be written both and words. In case of figures, the words Rupees should be written before the figures of Rupees the word-. "PAISE" after the decimal figures.

9.0 Preamble to Bills of Quantities

9.1 This bill(s) of quantities is (are) to be read in conjunction with form of tender, general and particular specifications, general and special condition of contract, drawings etc. These documents shall jointly be complimentary to each other and are explanatory and descriptive of the work involved in the contract.

9.2 The drawings, if attached with these documents are for the purpose of tender only, giving the tenderer the general idea of the nature and extend of work to be executed, the rates quoted by the tenderers shall be deemed to be for the execution of the work in accordance with "construction drawings" to be supplied later as per GCC taking into account the design aspect of these drawings.

9.3 The rate inserted in the bill of quantities shall also be deemed to he for the full value of the work described under several items including all costs and expenses, which mar be required for the construction and full protection o the work described together with all' general risk involved, liabilities and obligation set forth or implied m the documents on which the tender is based.

9.4 The quantities of work shown in the BOQ are approximate and shall not be considered to be limiting the scope of work in any wav and the work shall be measured on completion and priced at the rates quoted in the IK)Q under die relevant item of work.

32

9.5 General description of works and materials given also wherein the tender documents are not necessary repeated in the bill of quantities, reference is to be made to the tender document for lull information/details

9.6 Unless otherwise Specified in the description of items of work in bill of quantities, the rates quoted by the tenderer shall be for all heights and depths.

9.7 The technical specifications for this work have been attached with these documents, but never the less they form the part of this tender, it will be taken that the specifications have been fully read and understood by the tenderers irrespective of the fact, whether they have done so or not and no claim on this account shall In-entertained at a later date.

10.0

Justification / Evaluation

10.1 If the rates/prices quoted by successful bidder for certain/all items of the BOQ(s) are found to be abnormally high or low in relation to the Engineers/'s estimate of the cost of work to be performed under the contract. Then, NTPC/ may require the bidder to produce detailed rate/prices analysis for any or all items of the. BOQ(s), to demonstrate the internal consistency of these rates/prices with the construction methods, schedule proposed and resources deployed. If, successful bidder is not coming forward for giving aforesaid justification/analysis even after written communication from , their bid may be cancelled, HMD forfeited and they may not be considered for re-tendering/further business with .

10.2 The bids shall be evaluated on the basis of BQO units, quoted rates, anv deviation to our specifications, term-.

and conditions including special terms and conditions shall be loaded and this evaluated total amount shall be the basis of evaluation.

11.0

Performance Guarantee (PG)

11.1 If, L-l bidder quoted price below the assigned/'s estimate, they may be required to Minimum Performance Additional Security Guarantee (PC) (in addition so EMD/SD) for an amount equal to 33

difference between 's (ref. lH-2.2)/Assignments estimated price and price quoted by L-l bidder, whichever will be higher. This is just sufficient to protect 's/Contract Labour's interest against financial loss/fulfillment of their full statutory compliances in the event of death by 'The bidder/Contractor under contract, if award is placed on him/?hcm. If PG amount, as aforesaid is not deposited in the form required by on the date of final Negotiation or as decided by RM, such bid may be cancelled/EMD forfeited and such bidder shall not be considered for re-tendering/future bidding with . No deviation on this clause is allowed.

12.0

Manpower Detailing / Deployment / Documentation / Contractor's responsibility

12.1 During negotiation successful bidder have to provide in writing details of resource deployment i.e. manpower category wise / overall numbers, Daily / Shift / location wise / monthly mandays etc. conforming to rate / Prices, Scope of Work - terms & Conditions, site observations, all contract conditions etc. Providing above in the manner required by Tender Committee shall be a precondition for Award.

12.2 Immediately after start of work / contract, contractor, in consultation with /NTPC K1C, shall issue overall/tentative deployment/roster under the if signature addressed to -EIC, accommodating all workmen name wise (even u more than required), who are on roll/in Form XHI list in the following manner/modality. This Master Deployment List/Letter (MDL) shall be used as reference through out contract period. Any addition/deletion done in form XIII curing currency of contrail, the aforesaid MDI should be corrected with supplementary order from time to time .

(i) Location name, which will he codified with English alphabetical small letters (a, b, c, d .....).

(ii) Shift name, which will be codified as (from AM-2.00 PM) Shift 'A (2.00 PM 10.00 PM) Shift B\ (10.00 PM - 6.00 AM) Shift 'C' and Day shift / General Shift G'.

(iii) Four Group Rota name for 3 shift working, which will be codified as I, II, 111 & IV and for General Shift Group as V

(iv) In the initial/Master Deployment List/order (roster) as above, name of a Worker will be fixed in a location cum group with Sr. No. as 1, 2, 3 ..........so that 34

code name of a. worker for a shift may be indicated as location code -rota group code - name sl. nos.

12.3 The above order MDL (12.2) to be made/given by contractor within one week of start of contract ! o EIC Positively. Inturn contractor should get acknowledgement on their office copy from ElC/representative with sign and date and then only MDL will be treated as handed over in time as per this contract condition else, it will be treated as breach of contract and also 1st RA Bill may not be paid (f. SCC ci.3.4).

12.4 Master Deployment List/Letter MDL (12.2) will be treated as basic reference for giving by contractor daily, the "Shift Deployment Report (SDR)" in a small dicate book to ElC/their repres. or as directed by EIC. This is to be made by contractor and handed over/got acknowledged within half hour of start of a shift to/by ElC/repres. as per this condition, for non-compliance/breach of this condition, besides turn payments of bills (SCC 3.4), the contract may be terminated after giving seven days notice by EIC/RM.

12.5 With reference to 12.2 & 12.4 above, SDR shall be prepared by contractor in codified form to make it brief, feasible and less time consuming in the following manner.

(i)

Workers name to be codified as hereunder: -

Name of Worker = Location Code (a,b,c....), Group Rota Code (IJ I,.. ...V), Worker's name Sr. No. (1,2,3....) For Examplie Name in code as - al 2,3.3. bll i, cY 4 etc

(ii) Deployment Report in dicate book mav be made as'hereunder (for example). Job No...............Date...............Shift A or C or D).

Location - workers present.

a-

all 1.2.3.3,6,8,10,11,12........., c\'6 , bill 3,6, etc.

35

12.6 Surprise checking shall be done by PJL/NTPC EIC or their representative on the basis of shift wise deployment report (SDR) (12.5;, where contractor's representative have to participate & sign. Non participation/acknowledgement shall be treated as breach of this contract clause and the short listed may be put on site Notice Hoard, which will be treated as acknowledged by contractor.

12.7 Within one hour of start of shift Contractor/supervisor shall up date attendance register & cards, which to contain all name of Form XIII, and present both invariably to /NTPC EIC/ site representative for checking daily. The contractor shall use clear notations for filling up Attendance Register i.e. P-Present, A-Absent, R-Weekly Rest, RE Extra Rest. Attendance Register checking shad also be done on the basis of "Shift Deployment Reports". For non -compliance/breach of tins condition, besides non payments of bills (SCC 3.4), the contract may be terminated after giving seven days notice by EIC/RM.

12.8 Within two days of close of wage month, contractor shall make available photocopy of attendance register pages in dicate duly verified/ certified from original to EIC along with wage sheet for pre-audit. Wage payment shall be allowed on pre audited wage sheet only, for non-compliance/breach of this condition, besides non payments of bills (SCC 3.4), the contract may be terminated after giving seven days notice by EIC/RM.

12.9 In case manpower/mandays deployment as envisaged/decided/accepted during negotiate of daily/monthly/location wise etc. is not achieved/is less, recover @ twice the prevailing .-minimum wages shall be made from bills/payable amount of contractor or as per SOW specification term- and conditions etc. given in NTPC's assignment.

13.0 Bidders are required to keep complete one set of duly signed A lamped pages of NIT/Technical Bid documents photocopy with them, so that same can be referred to by them, if award is placed No separate aforesaid document will be attached with Detail Award Letters again rather same may be mentioned in reference only.

Special Conditions of Contract


1.0 Works

1.1 All the works shall be executed as per tender specification, scope of work, and schedule of items / BOQ and / as directed by Engineer-in-charge.

36

1.2 The contractor shall perform the work with all labour, T&P complete in all respect as per specification and other terms and conditions as contained in the following documents except for the specific modifications, which have been brought out specifically in various clauses.

a)

General Condition of Contract for Civil works.

b)

Scope of work -Terms & Conditions, Technical specifications of I To, CPWD etc.

c)

Schedule of items of work / Bill of quantify of work

d)

Instruction to bidders, General Terms and Conditions, Special conditions o| contract,

e)

Any other terms and conditions, Laws / Rules provided with this contract.

1.3 The work will be started immediately on receipt of written order and shall be carried out speedily with proper workmanship and quality, The work shall continue to be executed on Sundays / holidays depending on requirement.

1.4 The contractor shall setup site organization and bring ail plants & equipments etc. required for the work. If during currency of contract, it was found that progress of the work is not satisfactory, additional resources such as plants, equipments, men, materials have to be mobilized by contractor as required by the Engineer-in-charge.

1.5 If, the Engineer-in-charge is not satisfied with the rate of progress, quality of the materials that have been used for the workmanship, the Engineer-in-charge may by giving adequate notice, terminate the contract/agreement and call another contractor or employ daily labour to dismantle bad / substandard work, if necessary and renew and complete the said work and may pay the cost to such new contractor or daily labourers for such dismantling / renewing or completion of work. If such cost be more than the original contract rates/amount, in such cases the differential cost will be charged to the original contractor.

37

1.6 During the course of validity period of contract, may assign the said contract to any other agency, and said agency, being the assignee shall operate the contract and by engagement for the purpose of execution, supervision, payment, extension/renewal etc. on same terms and conditions of the contract, and the original contractor shall have no right to raise any objection, whatsoever on assignment of the contract by as referred to above.

2.0

Security Deposit (SD)

2.1

Security @10% will be recovered from contractor's each RA bill.

2.2 No interest shall be payable by for security deposits / any other security documents / performance guarantees / any type of guarantees.

2.3 For improper execution of the contract, the security deposit / solvency held with j MTPC will be forfeited.

2.4 For non-following of any of terms and conditions of this tender / contract any deposit may be forfeited and the bidder / contractor shall have no claim for the same.

2.5 First 50% of security deposit (SD) may be refunded on certification of ETC for completion of defect liability period / work as per GCC Clause 31 hereof, on payment of final wage / PF contribution, receipt of duly acknowledged annual return (3A, OA) and Receipt & distribution of PF slip [Form 23] to workmen in time/due date (ref. OLL clause 4.6, 4.7) for completed currency period, on submission of 3A, 6A for current F.Y. alongwith Form 19 & 10C of all workmen both duly signed by authorized official of contractor for IT dept. (ret. OLL clause 4.8). All aforesaid certifications shall be subject to verification by HIC/T1R- of nil documents with wagesheets entries and then only first 50% SD shall be released.

2.6 Final (second) 50% of SD shall be released after final bill payment is received by / made to agency, after full/final PF amounts are returned or acknowledged FF Slips are distributed to workmen and finally after 's Competent Authority (H.O.) approval for release of SO is obtained.

38

2.7 The Earnest Money of the successful bidder i e. whose tender has been accepted, will be treated as part of Insecurity deposit in normal course, unless it is decided / agreed by during negotiation to convert it in performance or any other guarantee for the same contract.

3.0

R.A. Billing & Payment

3.1 Contractor will raise/be paid one R A bill once in a month as per actual measurement, after completion of statutory compliance of billing month.

3.2 Payment of the contractor's RA bill shall be made by the company () within 21 days from the date of submission, which will be subject to acceptance by Resident Manager / HIC i.e. after statutory & other

compliance conditions (certifications) of Format XI (clause 3.4 below) are complied with by the contractor/ certifiable by EIC / HR-, Award Letter being in order and corresponding payment from NTPC are received. 3.3 No secured advance will be paid to contractor before payment of first RA bill by NTPC to .

3.4 Format XI as given below will be part of Tender / contract document for information and compliance by contractor on certification points.

39

FORMAT XI

Punj Lloyd Limited Site: Ratnagiri. CONTRACTOR'S BILL ABSTRACT SHEET 1. RA/Final Bill Period. 3. 4. 5. 6. 7. 9. No2. Billing

LOA No /SSTPS.dtd..(NTPC)dtd. Name of Package Name of Agency Contractor period From . To Award Value Rs. Extn

8. P.F. Contractor / .

Insurance Policy No .dt..Valid uptoExtn S.No. Particulars Uptodate Uptodate In the Month / Prtv bal

Requests (Rs) 1 2 3 Ball Value Service Tax Insurance GROSS BILL VALUE Deduction (Rs) 1 2 3 4 5 6 Security Deposit Income Tax (a) Retention Amt by /(b) NTPC Recovery of Adv. If any P.F. Others if any 40

Total Deduction Net Payable/Payment made Certifications: (i) For 1st RA-Form XIII,XIV,A,Ins., MDL, Labour license, Agnnt,Bond.PPE,PG&T&P (all recvd) (ii) Certified that wage payment for the month..........witnessed by ..................on (date)...........and wage sheet revd. on................ Cheque No (iii) Certified that PF for the month.deposited vide cheque ref Dtdand copy rcvd. In IR on Dtd. NTPC P for Month..

(iv) Certified that current bill is clear/has been processed and is which EIC-N/ Fin N (tick mask) and IR revd on (dtd.)....................., "SDR" (rcf. IU-12.4)

revd. on....................... rcecd daily ..........

(v) Wage sheet pre-auditcd on...............Wage slip,XIX/Notice on...,................ Sign, & date Sr. Officer (F&A)

Sign. & dt. EIC

Sign. & dt. M(HR)

Resident Manager

41

4.0

Wage / PF Payment

4.1 The contractor will keep sufficient funds available with him to make wage payment to the workers deployed works directly by him before 7th /10th of every month or as per terms of deployment irrespective of the fact, whether bills have been paid by or not, us wage payment being statutory requirement/payment. 4.2 Contractor to make wage payment to ail workmen positively by 7 th /10th of following month as this is an statutory requirement (refer "OLL cl3.5). If, nor done, shall make direct wage payment after 7,h/I0,h without any further notice and recover nil such amount along with 's 10% administrative charges from their payable amounts Similarly for Pl; payment, if it is also not done by 20th of following month the same may be done by at their risk and cost. Besides aforesaid actions, contractual action may be taken for the defaults. For all these inconvenience contractor himself shall be squarely responsible, for contractors, who are regularly late in making wage/PF Payment, even if do not make direct payment it may likely to recover 50% of wage amount as penalty for late payment. Such, amounts accumulated with shall be disbursed to workmen at the end of contract. 4.3 Mode of statutory (PF/Wage) Payments - Contract labours with Power stations are generally quite experienced and have been getting regularly from time to time their payments of PF contributions from department under the "Provident Fund Scheme 1952. Pension Scheme 1995 through cheques in their respective saving bank account as an statutory provision (PF para 72.5). Accordingly as per wage sheet (ref. OLL cl. 3.1) provides contractor's PP code no. and column nos. 4 & 5 for showing individual's PF sub code no. and bank details respectively. This exists in all cases, so while preparing wage sheet the aforesaid columns should invariable be updated by contractor, otherwise wage sheet may not be accepted for pre-audit and to be considered as breach of contract. 4.4 In view of above, as well as, in accordance with this tender / contract condition / clause, the wage and other payments shall also be made to workman through cheques only for the sake of safer, smooth and convenient disbursement. No deviation on this clause shall be allowed/ accepted in the greater interest and this will be pre-condition for award. Contractor as well as concern worker jointly to see, that either then-present bank account is utilized or now hank account at a convenient bank is opened. In ease of non implementation of bank payment, bill payment may not be released by / NTPC to contractor. Without bank account workmen may not be taken on duty/paid their wages etc. 4.5 Cheques should be issued well before 7th/10tis of the following month, so that encashment is done by due date. However, in any case cheque beyond date 7th/10th shall not be acceptable and treated as nonpayment. Disbursement of wage through cheque also to be got witnessed by EIC, as before. 4.6 While issuing cheques, contractor to ensure that sufficient fund arc there in their Bank Account, so that cheque do not bounce. The later situation will be breach of this contract condition as well as violation of law.

5.0

Workmen Deployment 42

5.1 Contractor is required to deploy up to 30 / 60-100% landoustees / PAPs or their relatives / long experience persons on similar job in at least unskilled category, the exact percentage may be suggested by / NTPC and their decision in this regard shall be final and binding in the overall interest of works as well as for compliance of Corporate Social Responsibility (CSR) of establishment. 5.2 For other categories also person with similar/ same experience shall be preferred or suitability of such person will be talked into / interviewed and decision of / NTPC for engagement shall be final and binding. If, suitable person is not made available as aforesaid by contractor, the persons provided by / NTPC shall have to be accepted by contractor. 6.0 Contractor's Responsibility (Meeting/Reports reg.)

6.1 The successful bidder shall attend all the meetings with the Engineer-in-charge, other contractors and / or consultants of , at their own cost, during the currency of the contract, if a need so arise or as directed by the Engineer-in-charge. You shall also cooperate with such persons and agencies involved, during the discussion in the interest of PJL. 6.2 During the execution of the work in pursuance of the contract, the contractor shall at then own cost submit monthly progress report to the Engineer m charge. Such progress reports shall be in the form, as may be required by the Engineer-in-charge and shall be submitted in at least three copies. 7.0 Materials Spares

7.1 All materials supplied by the-contractor shall be of best quality and shall be got approved from Engineer-in -charge before use. 7.2 Owner will supply the spare if required for the work unless specified otherwise. However, contractor has to make arrangement to transport the spares from owner's stores. NTPC will arrange to issue the spares from their stores. The old parts removed from items / equipments shall be accounted to Engineer-in-charge. 7.3 All T&P consumables & materials of contractor's scope as per scope of work and brought by the contractor shall be duly got entered in CISI1' register at the security gate. 8.0 Taxes

8.1 Tax Deducted at Sources (TDS) at a rate as applicable shall be deducted on the gross value of contractor's each and every running account bill unless exempted by income Tax Department. 8.2 Sales tax, if applicable, shall be borne by contractor or contractor should submit exemption certificate from C.T.O. 8.3 Value Added Tax (VAT), if applicable, will be deducted at source from contractor's running bill by , which will be deposited to U.P. Tax Authority by the following month as per the applicable rates as notified by U.P. Government from time to time. %

43

8.4 Contractor should have valid registration-No. & Code of Service Tax and Service Tax will be reimbursed on submission of documentary, evidence i.e. copy of challan deposited. At the time of release of 1- RA Hill the contractor shall be required to submit a copy of latest Service Tax returned filed to the Service Tax authority 8.5 Contractor shall quote their rate including of all taxes (except service tax). will not take any Liability of Taxes & Duties in any form during the total tenure of the contract. Service Tax should be indicated separately, if applicable. 9.0 Agreement 9.1 Successful bidder will enter into a formal agreement with for the work value more than Rs.1.00 Lacs on a non-judicial stamp paper for requisite amount purchased from U.P. State within a period of 30 days from the date tissue of formal award letter. The date, of formal agreement, in no case, will after the date of start or before date of completion of work. 10.0 Medical 10.1 The contractor is required to deposit a sum of Rs.1000/- (Rupees One Thousand Only) to Finance & Accounts Department, which will be treated as advance deposit for medical treatment of his workers. In case of work accidents the contractor shall have to remit the bill amount as per the advice of hospital authorities otherwise the amount shall be recovered from the running bills of contracting agency under intimation to the Engineer-in-charge. If the contracting agency has already deposited a sum of Rs.1000/for this purpose in some other contracts, the amount need not be deposited again, however the proof of deposit is to be submitted to the Engineer-in-charge 11.0 Water, Power 11.1 Power and water supply will be provided as per GCC of . 11.2 The contractor should approach Engr. in charge of the work for Electrical supply points and all Electrical connection circuit shall be drawn only with his approval. In case of Non-compliance of the above, or in case of any mishap or accident, occurring, Engr.-in-charge shall be free to deduct any amount/ amounts as penalty/Compensation, at his absolute discretion.

12.0 Contractual / Statutory Provision Schedules 12.1 Schedule of essential contractual / statutory provisions as per relevant clauses in various tender/contract documents are summarized as Format -I given below at clause 12.2. This Format is to be duly filled in / signed / stamped, on award by EIC & HR - and unconditionally accepted by successful contractor concern with signature and stamp. Violation on any of the provisions shall be treated as breach of contract. 12.2 Format-I as given below will be part of tender / contract document. 44

Schedule of Compliances Abbrev: OLL - Observation of labour laws, IB - Instruction to Bidders, SCC - Special Conditions of Contract S.No 1 Contract Provisions 2 Labour License (Persons SW.Nos. SSW Nos.USW.Nos) Total.nos.) Oll Clause 2.4 (before start of work) Insurance Policy for persons swNos.SSW.Nos, USW.Nos. as "assured beneficiary. Period 1 year (Oll Clause no. 2.5) (before start of work) Gate Pass : SW..Nos., SSwNos., USW..Nos. As per Form XIII (GTC 8.4), 3 days in advance. FORM XIII & Form A (enclosed), Signature duly witnessed by EIC, (Oll cl 2.1, 2.2) (before start of work) Agreement (SCC clause 9.1) Within 30 days of AL date Indemnity Bond (OLL Cl 1.4) Within 30 days of AL date PPE as per contract (GTC 4.5) (Before start of work) Performance Guarantee "PG" if required (1b clause 11.1 Date of negotiation T&P (SOW) (before start of work) Manpower deployment per month - Minimum.mandays (MD) (MDSW+MDSSW.+MDUSW..)(as per 1B-12.1) Compliance Date 3 Report 4

I/C-HR

EIC/I/C-HR

3 4 5 6 7 8 9 10

EIC/I/C-HR EIC/I/C-HR I/C-HR I/C-HR EIC I/C-HR EIC EIC/I/C-HR

encl: As above (Sr. No.4) Engineer-in-charge

In charge HR0

45 accepted unconditionally (contractor)

13.0 Alcohol

13.1 No alcohol shall be consumed by contractor and or it's personnel at any time. Those persons reporting for duty and believed to be under the influence of alcohol shall be refused entry. It is the contractor's responsibility to ensure all his employees are made aware of this requirement and to enforce compliance. Failure to comply with these requirements will result in the immediate removal of the offending employee from the contract. Repeated non-compliance with these requirements may lead to termination of contract. 14.0 Servicing of Notice / Letters / Instructions 14.1 All notices / letters shall be treated as served to contractor as the same is received by contractor/site supervisor/ authorized representative etc. 14.2 If the people mentioned in clause 14,1 refuses to receive / follow instruction, the refusal will be recorded on notice / letter giving date, time, sign of servicing staff / officer & a witness. A copy of aforesaid notice / letter with endorsement shall be put on site Notice Board. The aforesaid action shall be treated as notice / letter served. However, such refusal shall be treated as breach of the contract condition and action may be taken for violations after due notice. 14.3 On refusal as above or otherwise also important notice / letters may also be sent, besides above mode, by Registered Post / Speed Post/ Courier / Fax / E-mail at the contractor's permanent and temporary site address on record of in addition to above mode of service. Sending of letter as aforesaid shall also be treated as served. 14.4 Contractor shall maintain a site order book duly paging done and each page initialed by 's & contractor's representative. This will be placed at assessable place and shall be made available, whenever asked for by /NTPC for recording. The contractor shall record their compliance report against instructions given and shall be responsible for safe custody of site order book. 14.5 Contractor will intimate in writing to EIC about start of site order book maintained (ref. cl. 14 4 above) in the beginning of contract (within 15 days). In case register is not maintained as per schedule / not intimated to / NTPC as per the contract condition, it will be treated as breach of contract. Besides contractual action for violation, payments shall not be released till compliance. 46

15.0 Special Instruction to contractors for Environment Protection - Following requirements of "NTPCs Environment System" should be followed strictly. 15.1 Before the start of the work contractors shall contact the Engineer-in-Charge /NTPC for knowing the environment policy of NTPC Singrauli and the concerned training needs for his employees. 15.2 The contractor shall follow and abide by laws relating to environment as applicable in India and to be implemented from time to time. 15.3 It shall be duty of the contractor to properly segregate and dispose off waste generated during the work in the identified areas only. 15.4 Contractor shall clean any spillage of Oil/Grease then-and-there and waste shall be disposed off to the specified area only.

15.4 Punj Lloyd may impose suitable liquidated damage for violation of any of the above mentioned clauses.

General Term and condition


1.0 Start/Suspension of work 1.1 Contractor should take over the plant as it is basis and start the work from scheduled date and time of work and will have tono responsibility to hand-over the area of work cleaned. 1.2 The awarded rates will be inclusive all labours / service charges, overall profits, safety, medical expenses, T&P, consumables, Labours license, workers insurance, employer's contribution of provident Fund, extra payment on account of NATIONAL HOLIDAYS etc.

1.3All the tools and tackles and consumables are to be brought by the contractor at his own cost. 1.4 This work or a part thereof may be suspended at the discretion of depending upon the requirements. Similarly if unit is taken under shutdown/ overhaul, the EIC may ask the contractor to stop the work or to regulate the work as per actual requirement. 2.0 Contractor's Responsibility (Works/Workmen reg.)

2.1 The contractor shall have to daily co-ordinate the job & will be responsible for completion of the assigned job to be done under this contract, and will receive instructions from Eng-in-charge or his representatives. 47

2.2 The contractor should make himself available for receiving instructions daily in morning at 8.30 AM from the EIC and has to authorize one of his supervisors to receive instructions in all shifts from SCE/EIC.

2.3 It is the responsibility of the contractor to give weekly off and other holidays as per rules to the laborers engaged by him. However, deployment of adequate resources on all days round the clock, including Sundays and holidays,

is to be ensured by him. In case of emergency, the labour can be deployed anywhere in the station.

2.4 Contractor shall strictly follow the restrictions for deployment of women and child labour as observed under the factory act and other prevailing laws of land. No child labours will he allowed to work. The women labour will not be alloyed to work in hazardous area. No women labour will be allowed to-work beyond 5.30 PM in plant.

2.5 Contractor shall make Duty Roster of workmen in such a way/shall take all precaution that all the workmen get more or less equal working day as for as possible and repeated disparities in working days to be avoided. Any violation to aforesaid spirit shall be treated as breach of this contract condition and shall be dealt accordingly.

3.0 Manpower details / Eligibility / Conduct / Removal

3.1 The contractor shall employ laborers capable to do such type of job as described in scope of work. Before starting the work, contractor has to submit list of the labours (in Form XIII) indicating information of (heir status about landoustee /PAP/ with long experience on similar job and or any other detail asked for by Engineer-in-Charge and shall present the labor for inspection to EIC / HR-UP.L. Contractor shall remove any laborers from the work, whom in view of engineer-in-charge misconduct himself or is incompetent or negligent in performance of his duties. Such persons shall not be deployed again without die permission of Engineer-in-charge. However, on the worker's selection also decision of / NTPC shall be final and binding on contractor

48

3.2 The supervisors employed by the contractor should have required technical knowledge and communication skill to get the job done and should know about the scope of work of their respective areas and he should be aware of all the locations of the plant. However, on selection / removal of supervisor decision of ,/ NTPC shall be final and binding on contractor 3.3 Contractor will be completely responsible for the conduct and discipline of his labour / Munsi / Supervisors including themselves during the tenure of the contract and in case of any misconduct or indiscipline on their part, immediate action will be taken to terminate the contract without any reference to the contractor,

3.4 The contractor has to get the character & Antecedents of his/her own and the labours working under them verified from the Concerned Police. The report in this regard is to be submitted to the EIC of the work for records.

3.5 Contactor or their authorized representative shall not remove / stop any worker, enrolled in FormXIII/ wage sheet, from service / work permanently / temporarily during course of contract of their own without prior written intimation / permission to do so from / NTPC to whatsoever reason.

3.6 For any misconduct/defaults opportunity to be given to worker concern in advance under written intimation to / NTPC. On proper enquiry, if found guilty jointly by /contractor both simultaneously warranting removal, the action may be considered after written permission to do so from / NTPC. However, for aforesaid action (removal), the future liability, if any, for the case with concern Government Labour Authority / Court shall lie on contractor.

3.7 Violating above contract condition (3.5 & 3.6), if contractor removes some one unilaterally, on complaint from aggrieved, the contractor will be intimated by / NTPC about breach of contract. If, the contractor still does not remedy, the workers shall be continued by / NTPC on -job at the risk and cost of y- c contractor under their supervision and it will be construed that consequences have consent of contractor, who have no objection to same. No deviation in this clause shall be acceptable and in any otherwise adverse situation created by contractor, contract is liable to be terminted with a seven days advance notice by / NTPC. 4.0 Safety/Contractor's Liability

4.1 The contractor and his laborers shall have to follow all safety rules while working, so as to ensure that there is no accident, which may cause loss of life or damage to 's/ NTPCs property. Any liability arising out of it will solely be the responsibility of die contractor. For this purpose contractor has to provide

49

proper safety training and instructions to workmen working under him and ensure proper use of safety equipment's by them. 4.2 The contractor shall be responsible for all risk involved, liabilities and obligations arising out of this contract under any provision of law in force from time to time. 4,3 All safety gadgets as safety helmets, shoes, belts, hand gloves etc. will be provided to workers by contractor and all safety precautions will be taken by contractor while executing the work as per as per norms & rules of National Safety Council at his own cost. Ail expenses for medical assistance/aid to the workers will be borne by contractor.

4.4 Contractor should be aware of all the details of "Work and Safety Regulations" at 31.0 of NTPCs Safety Manual & implement the same.

4.5 Contractor shall compulsorily provide personal protective equipments to their employees and in the event of not providing the same by the date of commencement of work/contract, it may be provided by at contractor's cost and risk, and the cost recovered from contractor's bill. Besides aforesaid default shall be dealt contractually. 5.0 Emergency Works

5.1 During emergencies, the Engr. In charge shall have option to get the work done from the contractor in area otherthan that specified under the scope of work. 5.2 The contractor has to attend any emergency work on short notice, whenever required. 6.0 Performance and Termination of Contract 6.1 may terminate the contract by giving 15 days advance notice to the contractor. But, if the contractor desires to cancel the contract, the contractor shall have to give a written notice of ONE month advance to the management of . But such termination (on contractors request) will be done at the risk and cost of contractor and all their deposits will be forfeited. 6.2 The performance of the contract will be reviewed by the management of , if found unsatisfactory, the contract shall be terminated at any point of time without assigning any reason to the contractor and the security deposit shall be liable to be forfeited. 6.3 If the contractor fails to complete the works or item of works with individual date / commitment and does not complete within period specified in a 7 days notice given in writing in that behalf by EIC, the contract shall be straight away terminated.

50

6.4 If any of the Terms and Conditions of this contract is not complied with/violated by the contractor, Utility Powertech Limited reserves the right to terminate the contract after seven days notice.

7.0 Recovery / Administrative Charges

7.1 Recovery: Any amount or amounts which becomes payable by the contractor to this office of / NTPC under a particular contract may be deducted by this office from any amount/amounts due or becoming due for payment by this office to the contractor under the same r any other contract with /NTPC. 7.2 Administrative Charges - If, due to any default of a contractor, is required to make direct payment / handle cash on their behalf, an administrative charge @10% of such expenditure shall also be recovered from contractor's payable amount. 7.3 Any penalty / demurrage charges imposed by NTPC on , on whatsoever account, will be borne by agency.

8.0 Taxes & Duties, License/Royalty etc. 8.1 Taxes & Duties The contract/ estimated prices includes all taxes, excise duties & all ot6her levies as may be applicable on raw material and other bought out items etc. and shall entertain no claim whatsoever on this . 8.2 Contractor should submit valid electrical license, wherever applicabls.

8.3 Contractor should produce proof of payment of royalty for varius mining materials such as sand, morrum, earth, aggregate, boulders, b ricks etc used in the works by them while claiming RA/Final bills for payment. No extra payment shall be made on this account. In absence of aroresaid documents bills shall not be processed and for non=-payment contractr will be responsible. 8.4 Contractor has t make the gate passes and insurance well in advance (at least 3 days) before the commencement of work.

1.0 Labour Laws and Contractors Liabilities:1.1 The contractor shall comply with provisions of all labour pertaining to various subject/context mentioned hereunder, but not limited to only these, and including their latest amendments/modifications made from time to rime there upon. (i) Contract Labour (Regulation and Abolition) Act, 1970. i. (ii) Minimum Wages Act. 51

(iii) (iv)

Workmen's Compensation Act, Rules. Industrial Dispute Act. I

(v) Maternity Benefit Act. (vi) Provident Fund Act, Rules and schemes (vii) a) Labour comprehensive Insurance Policy under Workmen Compensation Act. (Whichever applicable) b) Employees State Insurance Act.

(viii) Employees 1.lability Act 1938. (ix) Any Other Acts & Rules other than above contexts regarding contract Labours. 1.2 The contractor shall be responsible for the various Labour laws/statutory provisions as mentioned above/as applicable to and the liability for the non-compliance of any provision will be on contractor's account/part. 1.3 The contractor shall be liable to pay wages to all his contract labours, and deposit their PF contributions, so supplied as per provision of labour laws from the time being enforced. In case, , as principal employer, is held liable to pay any contribution/money etc. to any pecan, or Authority or Govt. under the provisions of any law or by an order of competent authority/court in respect of this contract or labourers so supplied, the management of shall have right to deduct such amount from the bills/security deposit or any payable amount of the contractor. The contractor shall be responsible to reimburse such amount to on demand without any demur, reservation, contest or Protest. 1.4 The contractor shall indemnify the company () in a Non judicial Stamp of Rs. 50.00 and submitted-within, 30 days from start of job against all claims, damages or compensation under various provisions of labour laws mentioned at clause no. 1.1, of this or any modification therein or any other law relating there to and rules made there under from time to time or as a consequence of any accident or injury to any workmen or other persons in or about the works, whether in contractor's employment or not, save and except where such accident or injury has resulted from any act of the company, his agent or servants, and also against ail costs, charges and expenses of any suite, action or proceeding arising out of such accident or injury and against ail sums to which may with contractor's consent be paid to compromise or compound any claim. Without limiting the obligations and liabilities as above provided, contractor shall ensure against all claims, damage or compensation payable under the workmen compensation act'1923 or any modification there of any law relating there to. 1.5 Photocopy(s) of any documents statutory or otherwise pertaining to contract shall be accepted from contractor/kept in record of only after it's verification from original and after each page is stamped (as below) and certified by both, Contractor & 's Executive accepting document. Any document without certification shall not be treated as valid. 52

This document is copy of original & genuine, it pertains to UPL/SSTPS/ .dtdrcvd. on .. Sign.......................... Sign ........................... (EIC/HR-UPL, verified (Contractor) from original)

2.0 Contract Labour (RA) Act:- Under the provisions, contractor shall submit/make available various documents (below) duly filled in, stamped & signed on or before start of contract, as a statutory requirement, 2.1 Particulars of contractor and their workmen etc. in Form A (Format-Il blank copy enclosed) in 2 copies to EIC- & inturn to HR- (ref: SCO clause 12.2 for numbers). 2.2 Register of Workmen- Form XIII (Rule 75) (format-II blank copy enclosed) in two copies to EIC- & inturn to HR-. Workmen to sign in the form in presence of EIC/HR- (ref. SCC clause 12.2 for number). 2.3 Form XIV (Rule 76)- Handover Employment Card (format IV below) to all workmen at the time of their signing Form XIII (2.2 above) and get then acknowledgement in left margin. Acknowledgement to be submitted

In 2 copies to EIC- & inturn to HR along with Form XIII, which will be an enclosure for obtaining-1 st IR clearance (ref: SCC 3.2, 3.4 in ease of non compliance).

FORMAT-IV

53

FORM XIV [Rule 76] - EMPLOYMENT CARD Name & address of Contractor................................................................... Establishment- NTPC Ltd., SSTPS, Shaktinagar,Sonebhadra Work & Location.. Award No. /SSTPS/....................dtd......................... Contract period - From..........................To Principal Employer Utility Powertech Ltd., NTPC Ltd.,SSTPS, Shaktinagar 1. Name of Workmen............................................................................2. SI. No. in Form XII.... 3. Designation...........................................4. Mini wage rate per/day Rs............................... 5. Wage Period-. Monthly, Tenure From.........................To..........................Extn...............

Remarks. Sign./T.I, of Worker. Rcpt. Form XIV Employment Card XIII Sr. No........... WO NO.............. Did................... Contractor....... Name.............

Sign./TI date-

STAMP -CONTRACTOR Sign/T.l. dale (Worker)

"A sample of 4 slips (XIV) as above in A-4 size paper may be had from and from its copies slips may be , ox hook may be printed by contractor. 54

2.4 Labour Licence from State Authority in two copies for number of workmen mentioned at Sr. Nos. 2(d) and , 3.of Form A (Clause 2.1 above) may be given to EIC- 8c inturn to HR , which will be necessary for 1st IR clearance (ret: SCC 3.2,3.4 in case of non, compliance). 2.5 (i.) Insurance Policy (ret. OLL (5.1 VI! a) - should be got made by contractor for complete workmen i.e. as per category wise numbers mentioned in Format i of contract/Form A (ref. see 12.2 & OLL 2.1), with rate of ),,.premiums for given heights of working & number of persons with each rate, valid for full contract period i.e. A, .from the date of start to date of completion (DOC) in cases of contracts where there are General shift workings only and a day more for one shift (C) persons in case, there are also three shifts (A,B,C) workings, with a condition incorporated in policy that " shall be assured beneficiary". The copy of the aforesaid policy in dicate to he made available to EIC- & inturn to HR- before start of work. (ii) The contractor will compulsorily take insurance under Workmen Compensation Act for all the Contract labour engaged by him for the execution of contract. The contractor may apprise himself of latest applicable ruling in this regards from the Insurance Company while quoting against the tender. 3.0 Minimum Wages Act (ref: OLL-1.1 (i), (ii), (vi)) 3.1 Register of wages (wage sheets) as per Format V, given in enclosure to this, which will be genera table by computer/of uniform size/to avoid dications of works on statutory compliances, shall only be used. This format shall conform to various statutory provisions such as CL Act [Rule 78(1)(a)(i)] for Register of Wages, PF Act paragraph '36B' for submission of gross wage & contributions details to Principal Employer & pre-audit, CL Act, Rule 72,73 for witness & Certification of wage disbursement (ref. CL 3.4 below) by Principal Employer () respectively and Rule 75 for Form XIII Sr. Nos. 3.2 Wage Sheet Pre-audit - Dully fully filled-in including Bank Account Columns No. (5), PF sub code No. (4) St Form XIII Sr. No. (3)/signed wage sheet of a month with totaling of column (page wise and grand total) sl. nos. 6,8,9,11,12,13 and 15 shall be made by contractor and handed over to EIC, who will forward after verification for adequate (ref. sec 13.2) mandays (6), Gross wage (8), PF contributions (9) & (5) (ref 3.1 above) along with enclosure of Attendance Register pages (ref. IB-12.8) to HR for pre audit within 3 days after wage month, The pre audited sheet will be returned by Manager (HR) to EIC immediately with remark/recover), if any retaining abstract & attendance sheets. Wage Payment, must be made on pre-audited wage sheets only. No X" bill payment will be released unless wage sheet got preaudited by contractor (ref. see 3.4). 3.3 Wage Slip (Form XIX (Rule 78 (2) b) - As per provisions in contract labour (R&A)/payment of wages Acts/ Rules, contractor has to issue "wage slip" to their workmen, at least, one day in advance to 'date of wage

55

disbursement in the following format of statute. The copy of receipts of wage slip in left margin from the workmen must be handed over in two copies to EIC by Contractor & inturn to MR before wage disbursement.
Rcp. Form XIX Wage Slip Month/Yr. .. Wodtd Contr Name. .. FORM XIX [RULE 78(2)B] WAGE SLIP, MONTH/YRFormat VI (OLL,3.3) ContractorW.O. Work.. Name:.Design F/H. Sign. & Date Days worked..nos. Rate Wage Rs./Day. OT Wage Double UPL/SSTPS/

A sample of 4 slips (XIX) as above in a A4 size paper may be had from and from it's copies, slips may be STAMP - CONTRACTOR Gross Wage Rs.. issued or books printed by contractor. For non-compliance, besides breach of this contract condition, Hill Sign./T.I. Date (Rupees..) payment may not be made (ref scc cl 3.4). 3.4 Notice (Rule 71) for Wage Payment - Again as a statutory requirement, contractor has to notify the PF ded. (12%) : Rs.OT HrsOT Wage date (7th/10th or before), time, place of wage disbursement in the under mentioned Format (Notice) (Worker) Rs.. atleast one day in advance as a statutory requirement.
Net WAGE PAYMENT Amt. NOTICE (Rule 71) Date............... Formal-VII (OLL 3.4)payable

It is hereby notified to all workmen of contract name.............................................and ref. UPL/SSTPS/............ dtd............(NTPC ref....................................dtdthat their wage payment for the month/year......................shall he disbursed on date...................at........am/pm at........................(place). The workmen concern should ensure to bring their gate pass, attendance card and wage slip for verification of concern authority witnessing the payment. Without aforesaid documents, wage payment may not be Worker Sign/TE & Date released / paid. Distribution: 1. 2. Notice Board EIC-UPL reed......................Date & time Signature ........................................ STAMP-CONTRATOR

Rs.Rupees..)

56

Contractor should get both Notice Board copy as well as his own office copy duly acknowledged/signed with date by EIC, otherwise notice shall not be treated as served and consequently, may not witness (CL Act Rule 72) and give following certification (CL Act Rule 73) of Principal Employer's representative. "Certified that the amount shown in column no. / i has been paid to the workmen in my presence on date............. Without above certification payment shall not be treated as done and is liable to be redone at the risk cost of contractor. A sample of 3 Notices as above in a A4 size paper may be had from and from it's copies, slips may be issued or books printed by contractor. For non-compliance, besides breach of this contract condition, Bill payment may not be made (rcf. sec cl 3.4).

3.5 Wage Payment Date (CL Act Rule 65) - The wage of every person employed as contract labour in an establishment by a contractor, where less man one thousand such persons are employed shall, foe paid on or before the expiry of the seventh day and in other cases on or before the expiry of tenth day after the last day of the wage period in respect of which the wages are payable. 3.4 Paid Wage Sheet - Copy of paid wage sheet in 2 copies shall be submitted by contractor to EIC- & inturn .to HR within 3 days of wage paid date positively for obtaining IR Clearance. Non submission in specified time shall be breach of contractual/statutory provision, also delay in IR clearance and hence, bills payment may not be made. 3.7 Overtime: a. Contractor may have to execute the work on all the days including Sundays, Gazetted Holidays and National Holidays. The contractor shall pay overtime wages to the contract labourer, who are deployed for more than 48 hrs, in a week. In respect to overtime the contract labourer is entitled to wages at the rate of twice of his ordinary wage as per the provision of factories Act 1948. Contractor shall pay double the wages to the contract - labourers on three National Holidays i.e. 26th January, 15th August and 2 nd October, as per provision of the payment of National Holiday Act, 1965. b. Sufficient workmen must be/are there on roll, so that no overtime should be resorted to. However, in cases of bare necessity/emergency overtime can be allowed, provided prior/immediately after specific approval with name & actual hours worked is taken from ElC/repress. in writing in dicate book by contractor. EIC to keep/take immediately one copy and inform RM. Without aforesaid slips overtime in wage sheet shall not be accepted/entered. As per statutory provision overtime @ of double the wage rate per day have to be calculated/paid. Any overtime days(s) shall not be considered/included as part of specified "Mandays" requirement 4.0 Employee Provident Funds Acts and Misc. Provision Act'1952 along with al) amendments there upon.

57

4.1 Copy of documentary evidence in support of Registration with Regional Provident Fund Commissioner with code number as per provisions of Provident Fund Act is to be submitted to in dicate to EIC- & : inturn to HR 4.2. At the-close of every wage month, contractor shall submit to Principal Employer/ of jobwise statement of employee's and employer's contribution (PF Act paragraph 36B) all workmen employed by him in die wage sheet as mentioned at clause 3.1 & 3.2 above for verification/authentication/record i.e. pre-audit. 4.3 PF Challan (Contributions Deposit) Contractor shall deposit jobwise contributions as per details provided in wage sheet of a month (OLL 3.2) i.e. total number of workmen column (1), gross wage (8), employees contributions. (9 & 15) in PF challan. This should be deposited positively within 15 days of the dose of every wage month positively (PF Act paragraph 38), otherwise for any default damages have to be paid by contractor (PF Act paragraph 32A)f The repeated delay deposit (default) shall be treated as serious breach of contract by contractor and Principal Employer () may consider withholding of damage amounts (Para 32.A) from contractor's payable amounts as penalty to protect interest of contract labours. 4.4 Paid PF challan in two copies should be handed over by contractor within 3 days of paid days on latest by 20th of following month to EIC- & inturn to HR/. Separate PF challan to be deposited for each contract/job. However, if it is a combined one for ail jobs being done at , Shaktinagar, the under mentioned details duly Signed by contractor are to be provided at the hack of challan. Challan consist of PF deposit details of following jobs at , Shaktinagar. Job Ref. & date Month/Yr . No. of Amounts in Rupees Workme Gross Employee Employe n Wage share e Share Total Jobwise/ challanwise

4.5 Updating of Form 3A & 6A : - Contractor shall regularly/monthly keep updating from details of that months paid wage sheet (OLL clause 3.6), PF contribution cards (Format VIII Blank Form 3A enclosed) for currency period (March to February) in respect of each member employed in his employment (PF Act para 42). On expiry of currency period of cards (3A), from each member's total figures "Annual Statement of Contributions" in Form IX blank copy enclosed) shall be made by contractor. 4.6 Submission of contribution cards to the commissioner /Annual Returns (PF Act para 43)- Every employer contractor shall within one month from the date of expiration of the period of currency of the contribution cards in respect of members employed by him (Form 3A), send the contribution cards to the commissioner together with a statement in Form 6A. Annual Return (Form 3 A, 6A) should be made 58

available to in respect of employees employed jobswise by contractor duly acknowledged from PF department by 30th / April following period of currency positively. Non-compliance as per schedule shall be treated as breach of contract/statutory provision and may warrant contractual actions, beside stoppage of payment to contractor till annual return is submitted. For this contractor will be squarely responsible. 4.7 PF Slip (Form 23) - As an statutory requirement, PF slips should be made available and distributed to workmen and submit with their duly receipted copy to latest by 30th June following period of currency. Any delay without valid reason (lack of any Govt., decision) shall be breach of statutory provision and this contract condition. Besides, Final IR/any payment may not be released. Contract will not be treated as successfully completed. 4.8 Claiming/Payment of Employees EPF & EPS Dues - (EPF Para 72(5) & EPS Para 14) On or before 2 months after close of a contract, contractor shall fill up the 'Form 19' & 'Form IOC , for the employees of that contract, ;; obtain their signature and get done sign, with stamp of employer's authorized official with PF department. Same authorised official shall make and sign 3A & OA for concern workmen for the current financial year with endorsement "Certified that aforesaid contributions have been included in the Regular Monthly Remittance". One set copy of aforesaid Forms (3A, 6A, 19, 10C) to be submitted to EIC- & inturn to MR-. With aforesaid Forms alongwith previous currency years. Annual Returns & Form 23, HR shall apply for Final III. On completion of aforesaid activities by contractor their first 50% of SD shall be released by (ref. SCO ct. 2.5). Contractor shall arrange for return of EPF & EPS dues of workmen within 30.-60 days from submission of Forms 19 & 10C to PF Commissioner. 5.0 Contractor's Duties for long pending completed contracts-

5.1 If some closed contracts are long pending for finalization due to lack of statutory compliances of contract labours, such available contractor will be given 15 days 'Advance Notice' in the following 'Format to remedy the same, else they will not liable to be considered for future bidding of , besides stoppage of their other due payments. To................................ Without Prejudice

Sub : 15 days advance notice on-defaults of Labour Law/ Closer of Completed Contracts. Ref : I. W.O.....Job........................Contract Period.......................

2.W.O..............Job................(Contract Period............Prom.............To....... Dear Sir, From above references, it is observed that you have not yet complied with following contract labour Provisions, where the due dates for the same have expired long back. ..

59

Due to your above mentioned defaults even after repealed reminders, it is not becoming possible to close the contracts as well as contract labours are being depried of their due payments. You are hereby given 15 day advance notice to remedy the contractual statutory (as above) violations. In case the remedial action is not taken in time, we will be constrained not to have further business/ no tender issue to you please, besides other actions. For the aforesaid, you will be responsible. For those defaulting contractor, who ate absconding, legal action may be taken on the basis of Indemnity Bond. 5.2 To protect the interest of Contract Labours and fully ensure observation of Labour Laws (OLL) as well as contractual provisions, the contractor's bills passing/payments shall be subject to following certifications on bill by EIC as well as HR- (ref. see cl 3.4). (i) For RA Bills (i) For 1st RA-Form XIII, X1V, A, Insurance, MDL, Labour License, Agrmt., Bond, PPE, PG & T&P (all rcvd ) (ii) Wage payment for the month/yr.............witnessed by............................Cheque No. on (date).................. and paid wage sheet revd. on..............................................Dtd....................... PF for the month/yr...................deposited challan dtd.................. NTPC Paym. for Month/yr..

and paid challan copy revd. on......................................................... Current bill is clear/has been processed and is with EIC-N/Fin-N (tick mark) and IR rcvd on dtd............., SDR (ref. 1B-12.4) recvd. daily in time Sign. & date Current Wage sheet pre-audited with full mandays nos. of..................... Sr. Officer (F&A)

On dtd............... and Wage slip, XIX/ Notice (Rule 75) issued on dtd.................... Sign. & dt. EIC Sign & dt I/C (HR) Resident Manager

Contractors are required to see that all above provisions arc met with in time (ref. OLI 2.0, 3.0, 4.0) otherwise responsibility of non-payment of bills shall be on their part/account. 5.3 To ensure Observation of labour rules before start of contract, the proposal fo r issue of plant passes for contractor as well as their workmen should be compulsorily routed throEIC & HR/, who shall forward the same after making entry in Form XIII (ref OLL, 2.2) and on receipt of all statutroy document such as Form XIII, XIV, A, Insurance etc. (ref. OLL, 2.1 to 2.5). 60

5.4 Performance Assessment on contractual/statutory aspects of this contract shall be made and intimated to Contractor from time to time in the format given below, as per this clause. It is the duty of contractor to see that defaults/violations are avoided; otherwise any adverse action shall be responsibility/liability on contractors part/account including terminations of contract after 7 days notice.

Punj Lloyd Limited /SSTPS/EIC/C&M Date To, M/s .. /09/

(Format X, OLL 5.4)

Without Prejudice

Sub: Performance Assesment/Contractual/Statutory provisions Compliencesreg. Job Description Job ref../SSTPS/ dtd) . dtd. (NTPC No

Contract period.Contract Value Rs Ref Previous correspondences ref. /NTPCPara No.. (1) , SSTPS/EIC/../PA nos..) /09. dtd.(para

(2) ..

Dear Sir, You are aware that the job consists of mai resource input as manpower and thereby successful execution of the contract shall mean peridical compliances of various statutory/contracual provisions of contract labours/observation of various Labour Laws. 61

Hence, we hereby intimate herewith your on Performance Assesment various aspects for till/as on date for your information and taking remedial action. Contr act Claus e/Prov isions i) OLL 2.1 Form A Or before date of start (iv) OLL 2.5, Insura nce vii) IB-1 PG within 1 month i) OLL 1.4 Indem Bond

SN

Sched ue

Date of actual Compliance

(ii) OLL 2.2 Form XII

(iii) OLL 2.3 Form XIV, Employment Card

v) OLL 2.4 I, License

(vi) GTC 4.5 PPE/Safety Items

viii) IB 2.2 MDL (1st Week) ii) SCC 9.1 Aggreement

(ix) T&P Scop of Work

(iii) SCC 14.4, 14.5, Site Order Book

3 Monthly (i) Wagesheet OLL 3.2- 5th (ii) Wage OLL 3.3 on or before 7th (iii) Notice Issue OLL 3.4

Month /Year

62

on or before 7th (iv) Wage Payment upto 7th/10th (v) Paid Wage sheet OLL 3.6 within 3 days (vi) PF deposit OLL 4.3 upto 20th (vii) Paid challan OLL 4.4 within 3 days/upto 20th (viii) Manday/Month IB 12.1 (.) (ix) Pay by cheque SCC 4.4 upto 7th

4 Daily (i) sheet Deployment Report IB 12.4 & 5 (1Hr) . Daily (ii) Attendance Register IB 12.7 (1/2 Hr) Daily (iii) Surprise check IB 12.6..

5 Annual and after date of completion Currency Year PF Documents to /Worker 3A, 6A 1st year Form 23 2nd Year 3A, 6A Form 23 3rd Year 3A, 6A For C FY m 23 3A,6 After Date of Completion 19,1 0C Return of Dues 63

A Clause No. OLL 4.6 OLL 4.7 OL L 4.6 OLL 4.7 OLL 4.6 OLL 4.7 OLL 4.8 OLL 4.8 OLL 4.8 within 30-60 days from submiss ion to RPFC

Schedule as per Clause

30th Apr

30th Jun

30th 30th Apr Jun

30th Apr

30th Jun

30-60 days

3060 days

Actual Submission Date

6 Penalty Details Month/Year Value in Rs Reason/Clause

7 Other Violation/Defaults Date DTG 2.2, Contractor's responsibility, 2.2, 2.3, 2.5 ) etc. Date GTC 3.3, Conduct SCC 3.1, Alcohol GTC 4.5..
Rcp.

Date GTC 6.0 Performance & Termination of (OLL,3.3) Form XIX Contract.
WAGE PAYMENT NOTICE (Rule 71) Date............... Formal-VII (OLL 3.4) Wage Slip ContractorW.O. UPL/SSTPS/ It is hereby notified to all workmen of contract name.............................................and Month/Yr. ref. UPL/SSTPS/............ dtd............(NTPC ref....................................dtdthat their wage payment for the .. Work.. month/year......................shall he disbursed on date...................at........am/pm at........................(place). The workmen concern should ensure to bring their Wodtd Name:.Design gate pass, attendance card and wage slip for verification of concern authority witnessing the payment. Without aforesaid documents, wage payment may not be Contr F/H. released / paid. Distribution: 1.
Name. ..

FORM XIX [RULE 78(2)B] WAGE SLIP, MONTH/YRFormat VI

Sign. & Date Days worked..nos. Rate Wage Rs./Day. OT Wage Double

64

STAMP-CONTRATOR

Notice Board

Gross

Wage

STAMP - CONTRACTOR Rs..

Sign./T.I. Date Signature ........................................ (Rupees..) Rcp. FORM XIX [RULE 78(2)B] WAGE SLIP, MONTH/YRFormat VI Form XIX (Worker) Wage Slip Month/Yr. .. Wodtd Contr Name. .. PF ded. (12%) : Rs.OT (OLL,3.3) HrsOT Wage

Rs.. ContractorW.O. Net Amt.

UPL/SSTPS/ payable

Rs.Rupees..) Work.. Name:.Design F/H. Sign. & Date Worker Sign/TE & Date Days worked..nos. Rate Wage Rs./Day. OT Wage Double Gross Wage STAMP - CONTRACTOR Rs..

Sign./T.I. Date Rcp. Form XIX (Worker) Wage Slip Month/Yr. .. Wodtd Contr Name. ..

(Rupees..) FORM XIX [RULE 78(2)B] WAGE SLIP, MONTH/YRFormat VI PF ded. (12%) : Rs.OT (OLL,3.3) HrsOT Wage

Rs.. ContractorW.O. Net Amt.

UPL/SSTPS/ payable

Rs.Rupees..) Work.. Name:.Design F/H. Sign. & Date Worker Sign/TE & Date Days worked..nos. Rate Wage Rs./Day. OT Wage Double Gross Wage STAMP - CONTRACTOR Rs..

Sign./T.I. Date

(Rupees..) PF ded. (12%) : Rs.OT HrsOT Wage

(Worker)

Rs.. Net Amt. payable

Rs.Rupees..)

65

Rcp. Form XIV Wage Slip Month/Yr. .. Wodtd Contr

FORM XIV [RULE 76] EMPLOYMENT CARD Name & address

Worker Sign/TE & Date

Format IV (OLL,2.3) of

Contractor.. Establishment (Name & address).Establishment NTPC Ltd., SSTPS, Work & Location.... Award No. UPL/SSTPS/..dtd.Contract period Form..

Name. ..

To.. Principal Employer Utltiy pwertech Ltd. NTPC ltd., SSTPS STAMP - CONTRACTOR

Sign./T.I. Date Rcp. Form XIV (Worker) Wage Slip Month/Yr. .. Wodtd Contr

1. Name of Workmen..2. SL No. in Form XII. FORM XIV [RULE 76] EMPLOYMENT CARD Format IV (OLL,2.3) .. Name & address of 3. Designation.4. Min. wage rate per/day Rs... Contractor.. .. Establishment (Name & address).Establishment NTPC 5. Wage Period....Monthly, Tenure From......To.. Ltd., SSTPS, ..Extn Work & Location.... 7. Remarks.. Award No. UPL/SSTPS/..dtd.Contract Sign/TI of Worker.. period Form..

Name. ..

To.. Sign & date Contractor.. Principal Employer Utltiy pwertech Ltd. NTPC ltd., SSTPS Name. STAMP - CONTRACTOR

Rcp. Sign./T.I. Date Form XIV Wage Slip (Worker) Month/Yr. .. Wodtd Contr Name. ..

1. Name of Workmen..2. SL No. in Form XII. FORM XIV [RULE 76] EMPLOYMENT CARD Format IV (OLL,2.3) .. Name & address of 3. Designation.4. Min. wage rate per/day Rs... Contractor.. .. Establishment (Name & address).Establishment NTPC 5. Wage Ltd., SSTPS, Period....Monthly, Tenure From......To..

..Extn Work & Location.... 7. Remarks.. Award No. UPL/SSTPS/..dtd.Contract Sign/TI of Worker.. To.. Sign & date Contractor.. Principal Employer Utltiy pwertech Ltd. NTPC ltd., SSTPS Name. STAMP - CONTRACTOR period Form..

66

Sign./T.I. Date .. 3. Designation.4. Min. wage rate per/day Rs... ..

(Worker)

FORMAT-II (OLL 2.1)


5. Wage Period....Monthly, Tenure From......To..

FORM 'A' PARTICULARS OF CONTRACTOR AND HIS WORKERS FOR TOE PURPOSE OF ..Extn OBTAINING FORM- 'V
7. Remarks.. (To be given m Triplicate)

1 (a) Name of the Contracting Agency (in block letters) Sign & date Contractor.. ...

Sign/TI of Worker..

(b) Nature of Business . Name. .. (c) Local Address & Tel. No........................................................................................................................................ (d) Permanent Address & Tel. No. .. (e) Work Order No: /SSTPS/ dtd : NTPCs No..dtd..

2 (a) Name/Nature of Work (give a brief descp. .. and location in SSTPS (b) Period of Contract From..to(c) Contract Value Rs.. (d) Maximum Nos. of Workers/Staff to be engaged on UnskilledNos. Any day during the year SkilledNos, Semi Skilled..Nos,

Total................................................ Yes/No (Give details below if 'Yes')

3 Do you have simultaneous Contract any where else (i) WO No. /SSTPS/ dtd Period USW........Nos. (ii) WO No. /SSTPS/ dtd Period USW........Nos.

From....To..........., SW...........Nos, SSW..........Nos., From....To..........., SW...........Nos, SSW..........Nos., From....To..........., SW...........Nos, : Yes/No 67

(iii) WO No. /SSTPS/ dtd Period SSW..........Nos., USW........Nos. 4 (a) Are your workmen cover by E.S.I.S

(b) If (a) is No, workmen cover under Insurance Policy

: Yes/No

(i) Name of Insurance Company (ii) Policy No. Dtd. Period from.........................To............................... (iii) Nos. of Person covered Skilled....................Unskilled.................... 5 (a) Wage period : Monthly wage 6 Day/Date of weekly holiday 7 Your Financial year 26th : of coverage Skilled................Semi

(b) Date of Wage Payment within 7 days from the end of period. : Sunday or any other weekly rest day for persons in shift. . Fiom (a) Januaty to December (b) Aprii to Masch : 1. 1. 26 January 2. 15th August 3. 2nd

8 Paid Holidays per year allowed to your staff workers October (specify the days or ocassions when holidays are allowed) 9 Whether leave is allowed yes/no, in case yes Basis. :

No.

of wages

days.........., as :

10 If any other allowance, besides minimum

prescribed by Govt, of U.P. is paid to your workers .............................................................................. 11 Whether the contractor intends to Employee Migrant Labour as defined in Inter-State Migrant workers (RECS) Act 1979 If yes, furnish the details as below apart from submitting an application for license under inter-State Migrant Workers (RECS) Act and its U.P. Rules:No. of Employee(s) Expected to be employed Skilled Male Semi-Skilled Un-Skilled

Female Male Female Male Female

12 Name & Address of sub-contractor(s) engaed, if any, against the above work - Yes/No, if 'Yes' give details below:

68

1 2 .... I/We shall fulfill all obligations arising from and under ail statutory laws in force from tine to time and will be solely responsible against any loss or liability arising out of failure if any, of my/our abiding these lews. The name of my/our representative is........................................................to enter SSTPS on my/our behalf,

whose signature is attested below:

Signature of Shri......................................................................................................Signature of Contractor with seal and date

Signature Attested Signature of Contractor Seen and verified by me. This contractor is/will be engaged for the above job . Signature of Engineer................................. Name of Engineer.................................... Designation.......................................(Seal) For Punj Lloyd Ltd.

69

CONTRACTORS BILL ABSTRACT SHEET 1. RA/Final Bill No..2. Billing Period. 3. LOA No. /SSTPS.dtd.(NTPC)dtd 4. Name of Package . 5. Name of Agency .. 6. Contract Period FormTo.Extn. 7. Award Value No.8. Extd. (Rs.).9. PF/Contractor/ 10. Insurance Policy NodtdValid upto.Extn S.No. Particulars Requests (Rs) 1 2 3 Ball Value Service Tax Insurance GROSS BILL VALUE Deduction (Rs) 1 2 3 4 5 6 Security Deposit Income Tax (a) Retention Amt by /(b) NTPC Recovery of Adv. If any P.F. Others if any Total Deduction Net Payable/Payment made Uptodate Uptodate In the Month / Prv bal

Certifications:

70

(iii) For 1st RA-Form XIII,XIV,A,Ins., MDL, Labour license, Agnnt,Bond.PPE,PG&T&P (all recvd) (iv) Certified that wage payment for the month..........witnessed by ..................on (date)...........and wage sheet revd. on................ Cheque No (iii) Certified that PF for the month.deposited vide cheque ref. Dtd. Dtdand copy rcvd. In IR on NTPC for Month..

(iv) Certified that current bill is clear/has been processed and is which EIC-N/ Fin N (tick mask) and IR revd on (dtd.)....................., "SDR" (rcf. IU-12.4)

revd. on....................... rcecd daily (V)..........

(v) Wage sheet pre-auditcd on...............Wage slip,XIX/Notice on...,................

Sign, & date

Sr. Officer (F&A)

Sign. & dt. EIC

Sign. & dt. M(HR)

Resident Manager

71

You might also like