Sie sind auf Seite 1von 136

CENTRAL ELECTRICITY SUPPLY UTILITY OF ORISSA

TENDER SPECIFICATION No . CESU / 196 / 2010-2011


Turnkey Contract (Supply & Erection)

FOR

Construction of 33KV Double circuit line of IOCL, Cuttack. Package A and Package B

CENTRAL ELECTRICITY SUPPLY UTILITY OF ORISSA IDCO TOWERS ( II nd Floor) , Janpath ,Bhubaneswar-751022 Phone : 2541727 , 2543721 Fax : 0674- 2543125 Web Site : www . cescoorissa . com .

(Construction of 33KV Double circuit line of IOCL, Cuttack. ) SPECIFICATION No. CESU / 196 / 2010 2011 CONTENTS
SECTION No. SECTION-I: SECTION-II: DESCRIPTION INVITATION FOR BIDS (IFB) GENERAL TERMS AND CONDITIONS OF CONTRACT (GTCC) SECTION-III: TECHNICAL SPECIFICATION AND PRICE SCHEDULE FORMAT ( Package A) SECTION-III: TECHNICAL SPECIFICATION AND PRICE SCHEDULE FORMAT ( Package B) 25 - 53 54 57 59 - 83 84 - 89 PAGE NO. 4 -7 8 - 24

SECTION-IV:

ANNEXURES 92 - 97 98 99 - 101 102 - 104 105 - 106 107 - 110 111 - 116 117 118 119 120 121 122 - 123 124 - 129

ANEXURE-I: Bid Proposal Letter ANNEXURE-II: Declaration Form ANNEXURE-III: CPBG Format ANNEXURE-IV: Bank Gurantee for Advance Payment ANNEXURE-V: Power of Attorney for Joint Venture ANNEXURE-VI: Joint Venture Agreement ANNEXURE-VII (A &B): Letter of Compliance ANNEXURE-VIII: Commercial Deviations ANNEXURE-IX: Technical Deviations ANNEXURE-X: Additional Information ANNEXURE-XI: Bought Out & SubContract ANNEXURE-XII: Work Completion Schedule ANNEXURE-XIII: Check List ANNEXURE-XIV & XV: Proforma for Indemnity Bond

CENTRAL ELECTICITY SUPPLY UTILITY OF ORISSA Regd. Office: 2nd Floor, IDCO TOWERS, Bhubaneswar-751022 Phone- (0674)2541727, 2543721, Fax: (0674)2543125 Web Site: www.cescoorissa.com Tender Notice No. CESU.H.Qrs./P&S/423/10-11/ -21640 Dt 27.6.11 Tender Call Notice for construction of 33KV line for IOCL Cuttack in Package A & B. For and on behalf of CESU the undersigned invites sealed bids in duplicate on two part bidding system from qualified and eligible bidders , who comply to the terms and conditions for the following work on turn key /single source basis in Deposit. Brief Appx. cost Description of ( IRs Cr) Work 2 Construction of 33KV line of IOCL, Cuttack. 3 Pkg A : 16.10 Pkg B : 2.84 Last date/time for submission of bids 5 Date and Non refundable time of Cost of Bid opening of document bid 6 7

EMD ( IRs Lakhs) 4

Pkg A : 16.0 1.00 P.M of 3.30P.M of Pkg B : 2.8 20.7.11 20.7.11.

15000+ 4% VAT

Sale and downloading of tender documents starts from 28.06.11. For details please Visit our Web site www.cescoorissa.com The authority reserves the right to accept or reject any or whole of the offers without assigning any reason thereof. Sd/Chief General Manager (P&S)

SECTION I ( Common to Package A & B) INVITATION FOR BIDS (IFB) Tender Notification : 21640 Date : 27.6.11

1.0 CESU invites sealed tenders from reputed Electrical Contractors with required license, either in individual capacity or as part of a joint venture agreement / consortium for carrying out various Electrical Installation works on Turnkey basis in the jurisdiction of their respective licensed area. The bidder must fulfill all the qualification requirements as specified in clause 2.0 stated below. The sealed envelopes shall be duly super scribed as TENDER NOTICE No: and Due date of opening. Brief Description of Work 2 Construction of 33KV line of IOCL, Cuttack. Last date/time for submission of bids 5 Date and Non refundable time of Cost of Bid opening of document bid 6 7

Appx. cost ( IRs Cr) 3 Pkg A : 16.10 Pkg B : 2.84

EMD ( IRs Lakhs) 4

Pkg A : 16.0 1.00 P.M of 3.30P.M of Pkg B : 2.8 20.7.11 20.7.11.

15000+ 4% VAT

2.0

Bidders to be considered as eligible (to bid) should meet the following qualifications; (a) Bidder must quote for the entire quantum of works specified in the package A and B separately. (b) Bidder should have installed and commissioned at least 100% of the similar quantum of works as specified in the project scope specified in section-III ( Pkg-A &B) for which the bidder is submitting his bid during the last three financial years preceding to the year of tender notification. Bidder must enclose copies of the relevant Work Orders along with Client Certified copies of Final Invoices and/or Performance Certificates duly signed by the competent authority of the client and/or Final Inspection Certificate issued by Electrical Inspector in proof of having executed the desired quantum works during the last three financial years. (c) Average Annual Turnover during the last three financial years preceding to the year of tender notification shall not be less than Two times the estimated cost of the project for which the bidder has submitted his bid. (d) Bidder shall be financially sound and stable having liquid assets as stated in the enclosed format and/or access to credit facility of not less than one fifth of estimated cost of the package(s) for which he has submitted the bid. (e) Two or more like minded contractor(s) and/or manufacturer(s) of electrical items, which are under scope of supply of the contract as per this tender specification, may form a joint venture/ consortium agreement amongst themselves and apply against this tender specification, provided they qualify the criteria. The sample format of joint venture / consortium agreement is enclosed in this tender specification.

(f) If the bidder is a joint venture / consortium, they shall comply the qualifying criteria as follows: i) At least one partner shall have the stipulated previous works experience for similar quantity of completed works as stated in the qualifying criteria. ii) If the work experience of one partner is not meeting the entire qualifying criteria, the item wise field experience of the other partner(s) specified in the scope of work shall be added for qualifying the bid in total. However item wise fractional work experience shall not be summed up for consideration for any single item of the scope. iii) However, the annual turnover and liquidity figures of all partners shall be added together to determine, if the joint venture / consortium is meeting the Annual Average Turnover criteria as stated in the qualifying criteria. (g) One of the partners shall be nominated as Lead Partner and the lead partner shall be authorized to incur liabilities and receive instructions for and on behalf of all partners of the joint venture / consortium and entire execution of the contract including receipt of payments shall be done exclusively through the lead partner. This authorization shall be evidenced by submitting by a Power of Attorney signed by legally authorized signatories of all partners. (h) All partners of joint venture / consortium shall be liable jointly and severally for the execution of contract in accordance with the contract terms and a copy of the agreement entered into by the joint venture / consortium partners having such a provision shall be submitted with the Bid. A statement to this effect shall be included in the authorization mentioned as above as well as in the Bid form and in Contract form (in case of a successful bid). (i) In addition to above the bidder should submit the following documents in part-I bid as qualifying terms. i. ii. iii. iv. v. vi. vii. Valid electrical (HT) license for electrical works. EPF registration ESI registration Service Tax registration VAT Clearance Certificate Copy of PAN & TIN No. Existing Labour license

(j) The bidders who have earlier failed to execute the work order(s) of CESU shall not be eligible to
participate in this tender.

(k) CESU reserves the right to waive minor deviation, if they do not materially effect the capacity of
the bidder to perform the contract.

3.0

Bids specification document can be obtained from the office of the undersigned on payment of Rs. 15,000/- towards non-refundable cost of bid documents plus 4% VAT (Total Rs. 15,600/-) through Bank DD drawn in favour of CESU payable at Bhubaneswar, during office hours from 11.00 am. to 5.00 pm. till 19.7.11.

4.0

The tender documents can also be downloaded from any of the following websites www.cescoorissa.com. In case tender papers are downloaded from these websites, then the bidder has to enclose a Demand Draft, drawn on any scheduled bank, payable at Bhubaneswar, covering the cost of bid documents as stated above in a separate envelope with suitable superscription Cost of Bid Documents : Tender Notice Ref No. This envelope should accompany the Bid Documents.

5.0

The Bids shall be submitted and received in the office of the undersigned on all office working days up to 13.00 hrs of Date 20.7.11. In the event the date of opening is a holiday, the next working day shall be treated as the date of opening. A pre-bid meeting will be held on Date 11.7.11 at 11.30 A.M in the conference hall of CESU for giving clarifications, if any, on the bid documents to the prospective bidders who may choose to attend the meeting as detailed in the Bid document.

6.0

Part-I of the bid (Technical Bid) will be opened on Dated 20.7.11 at 15.30 hrs as indicated above, in the presence of the authorized representatives of the Bidders. Bidders shall depute only one representative to attend pre bid meeting and tender opening if they wish to be represented. The undersigned reserves the right to reject any or all tenders if the situations so warrants.

7.0

All correspondence with regard to the above shall be made to the following address : CENTRAL ELECTICITY SUPPLY UTILITY OF ORISSA Regd. Office: 2nd Floor, IDCO TOWERS, Bhubaneswar-751022 Phone- (0674)2541727, 2543721, Fax: (0674)2543125 Web Site: www.cescoorissa.com

Sd/-

Chief General Manager (P&S)

SECTION II Common to Package A & B

GENERAL CONDITIONS OF CONTRACT (GCC)

Tender Specification No CESU / 196 / 2010-11

1.0

GENERAL: -

CESU, hereinafter referred to as the Purchaser are desirous of construction of 33KV line of IOCL at Cuttack on turnkey basis in two independent packages A & B.

The Bidder shall ensure to follow the instructions given here under failing which the tender shall be liable for rejection.

2.0

Scope of Work: -

For details the technical specification specified in Section III for each package may be referred to.

3.0 DEFINITION OF TERMS (i) The Contract means the agreement entered into between the Purchaser and the Contractor as per the Contract Agreement signed by the parties, including all attachments and appendices there to and all documents incorporated by reference therein. (ii) Purchaser shall mean CESU and shall include its legal representatives, successors and assigns. (iii) Contractor shall mean the Bidder whose bid will be accepted by the Purchaser for the award of the Works and shall include such successful Bidders legal representatives, successors and permitted assigns. (iv) Sub-Contractor shall mean the person named in the Contract for any part of the works or any person to whom any part of the Contract has been sublet by the contractor with the consent in writing of the Engineer and will include the legal representatives, successors and permitted assigns of such person. (v) Engineer in Charge shall mean the officer appointed in writing by the Purchaser to act as Engineer from time to time for the purpose of the Contract. (vi) Specifications shall mean the specifications and Bidding Document forming a part of the Contract and such other schedules and drawings as may be mutually agreed upon. (vii) Site shall mean and include the land and other places on, into or through which the works and the related facilities are to be erected or installed and any adjacent land, paths, street or reservoir which may be allocated or used by the Purchaser or Contractor in the performance of the Contract. 9

(viii)

Inspector shall mean the Purchaser or any person nominated by the Purchaser from time to time, to inspect the equipment; stores or Works under the Contract and/or the duly authorized representative of the Purchaser.

(ix)

Notice of Award of Contract/ Letter of Award shall mean the official notice issued by the Purchaser notifying the Contractor that his bid has been accepted.

(x)

Date of Contract shall mean the date on which notice of Award of Contract/ Letter of Award has been issued.

(xi)

Performance and Guarantee Tests, shall mean all operational checks and tests required to determine and demonstrate capacity, efficiency, and operating characteristics as specified in the Contract Documents.

(xii)

The term Final Acceptance/ Taking Over shall mean the Purchasers written acceptance of the works performed under the Contract, after successful commissioning/ completion of Performance and Guarantee Tests, as specified in the accompanying Technical Specifications or otherwise agreed in the contract.

(xiii)

Commercial Operation shall mean the condition of operation in which the complete equipment covered under the Contract is officially declared by the Purchaser to be available for continuous operation at different loads up to and including rated capacity. Such declaration by the Purchaser, however, shall not relieve or prejudice the Contractor of any of his obligations under the Contract.

(xiv)

Words imparting Person shall include firms, companies, corporations and associations or bodies of individuals, whether incorporated or not.

(xv)

Terms and expressions not herein defined shall have the same meaning as are assigned to them in the Indian Sale of goods Act (1930), failing that in the Indian Contract Act (1872) and failing that in the General Clauses Act (1897) including amendments thereof, if any.

(xvi)

In addition to the above the following definition shall also apply a) All equipment and materials to be supplied shall also mean Goods b) Constructed shall also mean erected and installed. c) Contract Performance Guarantee shall also mean Contract Performance Security. 10

4.0 4.01

SUBMISSION OF TENDER: Sealed tenders in Two parts each in duplicate, each complete in all respects in the manner

hereinafter specified are to be submitted in the CENTRAL ELECTICITY SUPPLY UTILITY OF ORISSA ,Hd. Qtrs Office: 2nd Floor, IDCO TOWERS, Bhubaneswar-751022 Phone- (0674)2541727, 2543721, Fax: (0674)2543125,Web Site: www.cescoorissa.com on or before the date and time specified in the notice inviting the tenders. Bids shall be submitted as per format provided in Section III & IV. Each copy of the bids (original and duplicate) shall be submitted in separate double sealed envelopes superscripted on each of the covers the tender specification number and the due date of opening of the bids on the right hand top side of the envelop. On the left top side original/ duplicate as is relevant shall be written. Bids shall be submitted Package wise, as package A or package B or both separately 4.02 The tenders are required to be submitted in Two Parts each in separate double sealed covers. Part - I, : Superscribed as Technical and commercial bid shall contain EMD, Cost of Bid Documents and Techno commercial documents. Part - II, Superscribed as Price Bid. The Part - II should contain only Price bid. 4.03 4.04 Fax and Telegraphic tenders shall not be accepted. Receipt of bids/ revised bids after the cut off time and date as specified in the Tender Notice shall not be permitted and such bids shall be rejected outright. The Purchaser shall not be responsible for any delay in transit in post / courier etc. in this regard. 5.0 VALIDITY :The offer shall be valid for a period not less than 180 days from the date of bid opening. 6.0 PRICE: Bidders are required to quote firm price as per the prescribed format enclosed in Section III. The quoted price shall be firm and inclusive of all taxes, duties, freight & insurance and other levies, if any. CESU shall not be liable to pay anything extra over and above the quoted price. However, any variation in taxes & duties shall be borne by the bidder during the period of contract.

7.0 7.01

RECEIPT AND OPENING OF THE BID : Bids in duplicate as described under clause 4.0 shall be received in the office of the Purchaser and shall be opened on the scheduled date and time. The Purchasers authorized representatives shall 11

open bids in the presence of Bidders representatives on the date and time for opening of bids as specified in the Invitation to Bid or in case any extension has been given thereto, on the extended bid opening date and time notified. 7.02 Maximum one representative for each bidder shall be allowed to witness the opening of bids. The representative must produce suitable authorization in this regard to be eligible to witness the bid opening on behalf of the bidder. Bidders representatives who are present shall sign in a register evidencing their attendance. 7.03 The Bidders names, bid prices, modifications, bid withdrawals and the presence or absence of the requisite bid guarantee and such other details as the Purchaser, at its discretion, may consider appropriate will be announced at the opening. No electronic recording devices will be permitted during bid opening. 7.04 Information relating to the examination, clarification, evaluation and comparison of Bids and recommendations for the award of a contract shall not be disclosed to Bidders or any other persons not officially concerned with such process. Any effort by a Bidder to influence the Purchaser's processing of Bids or award decisions may result in the rejection of the Bidder's Bid. 8.0
8.01

EVALUATION OF BIDS & AWARD OF CONTRACT : To assist in the examination, evaluation and comparison of Bids, the Purchaser may, at its discretion, ask the Bidder for a clarification of its Bid. All responses to requests for clarification shall be in writing and no change in the price or substance of the Bid shall be sought, offered or permitted.

8.02

Purchaser will examine the Bids to determine whether they are complete, whether any computational errors have been made, whether required sureties have been furnished, whether the documents have been properly signed, and whether the Bids are generally in order.

8.03

Arithmetical errors will be rectified on the following basis. If there is a discrepancy between the unit price and the total price per item that is obtained by multiplying the unit price and quantity, the unit price shall prevail and the total price per item will be corrected. If there is a discrepancy between the Total Amount and the sum of the total price per item, the sum of the total price per item shall prevail and the Total Amount will be corrected.

8.04

Prior to the detailed evaluation, Purchaser will determine the substantial responsiveness of each Bid to the Bidding Documents including production capability and acceptable quality of the Goods 12

offered. A substantially responsive Bid is one, which conforms to all the terms and conditions of the Bidding Documents without material deviation.

8.05

The Purchaser's evaluation of a Bid will take into account, in addition to the Bid price, the following factors, in the manner and to the extent indicated in this Clause: (a) Work Schedule (b) Deviations from Bidding Documents

8.06

The Purchaser will award the Contract to the successful Bidder whose Bid has been determined to be the lowest - evaluated responsive Bid,, when the lowest bidders is not ready and/or capable to undertake the entire work envisaged, then the Purchaser may explore the possibility of the execution of works through other bidders if they are willing to execute at L1 rate. Such exploration shall be carried out in a sequential order starting with L2 bidder then with L3 bidder and so on.

9.0

EARNEST MONEY DEPOSIT (EMD):-

9.01

The Tender must be accompanied by Earnest Money Deposit in shape of account payee Bank Draft drawn on any scheduled bank in favour of CESU, payable on Bhubaneswar. EMD shall be Rs 16.0 Lakhs for Package A and Rs 2.80 Lakhs for Package B for this project. Bids without EM deposit will be rejected out rightly. The EMD should be deposited in the manner specified above.

9.02

No adjustment of any previous deposit or any amount payable from Purchaser shall be entertained for EMD. EMD amount so submitted shall not carry any interest payable to the bidder.

9.03

The Earnest Money so deposited shall be forfeited: (a) if the Bidder: i) withdraws its bid during the period of bid validity specified by the Bidder in the Bid Form; or (b) in the case of a successful Bidder, if the Bidder fails: (i) to sign the Contract, or (ii) to furnish the required Contract Performance Bank Guarantee.

9.04

The EMD of unsuccessful bidders shall be returned within 30 days from the date of finalization of the Tender.

13

10.0

PURCHASERS RIGHT TO VARY QUANTITIES AT TIME OF AWARD:

While placing orders and / or during execution of contract, Purchaser reserve the right to increase or decrease the quantity of goods and services specified in the Schedule of Requirement upto 20% of the tender quantity without any change in price or other terms and conditions.

11.0

INSPECTION AND TESTING :-

The Engineer-in-charge shall be entitled at all reasonable times during manufacture / installation to inspect, examine and test the materials at the contractors premises / erection site about workmanship of the materials to be supplied under this contract. If the said materials are being manufactured in other premises, the contractor shall provide unhindered clearance, giving full rights to the purchaser to inspect, examine and test as if the materials were being manufactured in his premises. Such inspection / examination and testing shall not relieve the contractor of his obligations to execute the contract by letter and spirit. The contractor shall give the purchaser advance notice in writing of the Date and the Place at which the materials will be ready for testing. The inspecting officer for the entire work shall be the (Respective Purchaser Authority) of the concerned site.

12.0

COMPLETION AND COMPLETENESS OF THE EQUIPMENT :-

12.01 Time being the essence of the contract; the work shall be completed within 06 (Six) months from the date of issue of work order for each pakage.

12.02 The work shall be treated as complete item wise when one item shall be complete in all respects with all mountings, fixtures and standard accessories which are normally supplied even though not specifically detailed in the specification and electrical inspection there of. No extra payment shall be payable for such mounting, fittings, fixtures, accessories and Electrical inspection ( by competent authority) which are needed for safe operations of the equipment as required by applicable code of the country though this might not have included in the contract. 12.03 All similar components and/or parts of similar equipment supplied shall be inter-changeable with one another. Various equipments supplied under this contract shall be subject to Purchasers approval.

12.04 Purchaser however reserves the right to re-schedule the completion period, if required. 14

13.0

REJECTION OF MATERIALS : -

In the event of the materials supplied by the contractor and/or the installation works are found to be defective in quality and the workmanship is poor or otherwise not in conformity with the requirements of the contract specification as per section-IV (Technical specification), Purchaser shall reject such materials / services and ask the contractor in writing to replace / rectify the defects. The contractor on receipt of such notification shall either rectify or replace the defective materials and/or re-install the work already executed, free of cost to the Purchaser. If the contactor fails to do so the Purchaser may at his option take the following actions which could be on concurrent basis.

A) Replace or rectify such defective materials and recover the extra cost so involved plus 25% from the Contractor. B) Terminate the contract for balance supply and erection with enforcement of penalty as per contract. C) Acquire the defective materials at reduced price considered acceptable under the circumstances. D) Forfeit the Contract Performance Bank Guarantee.

14.0

EXPERIENCE OF BIDDERS : -

The bidders are required to furnish the self attested copies of the documents containing information regarding their experience on the following aspects as per format provided in Section IV, Annexure VII (A) & (B) :

i.

Description of similar type of work executed during the last three years with the name(s) of the party(s) to whom / where supplies / erection were made.

ii.

Testing facilities available at manufacturers works along with the list of testing equipments.

iii.

work orders details (W.O No. and date only) executed (construction work) during the last three years along with Electrical inspection report copies and copies of users performance certificates.

Bids may not be considered if the past performance is found to be un-satisfactory.

15

15.0

DEVIATION FROM SPECIFICATION: -

The bidders are requested to study the specification and the attached drawings thoroughly before tendering so that if they make any deviations, the same are prominently brought on a separate sheet under the headings Deviations as per formats provided under Section IV, Annexure VIII & IX. All such deviations to the technical & commercial terms of the specification shall be indicated in a separate list as indicated above. In absence of such deviation schedule, it will be presumed that the bidder has accepted all the conditions stipulated in the tender specification, not withstanding any deviations mentioned else where in the Bid. However the acceptance of deviation is not binding on the Purchaser.

16.0

CONTRACTOR TO INFORM HIMSELF FULLY: -

The contractor shall examine the instructions, general conditions of the contract, specifications and the schedule of quantity and delivery to satisfy himself as to all the terms and conditions and circumstances affecting the contract price. He shall quote prices according to his own judgment and shall understand that no additional cost except as quoted shall only be considered.

17.0

PATENT RIGHT: -

The contractor shall indemnify the purchaser against all claims, actions, suits and proceedings for the alleged infringement any patent design or copy right protected either in country of origin or in India by the use of any equipment supplied by the contractor but such indemnity shall not cover any use of the equipment other than for the purpose indicated by or reasonable to be informed from the specification.

18.0

GUARANTEE PERIOD: -

18.01 The materials to be supplied by the contractor shall be guaranteed for satisfactory operation against defects in design and workmanship for a period of 24 months from the date of handing over the completed installations.

18.02 The above guarantee certificate shall be furnished in triplicate to the Purchaser for his approval. Any defects noticed during the above period should be rectified by the Contractor free of cost to the Utility provided such defects are due to faulty design, bad workmanship or bad materials used on receipt of written notice from the Purchaser. 16

19.0

PENALTY FOR DELAY IN COMPLETION OF CONTRACT: -

19.01 If the contractor fails to complete the works by the scheduled period or any extension granted thereby, the contractor shall be liable for payment of penalty amounting to 0.5% (half percent) of the contract price per week of un-finished works subject to the maximum of 5% (five percent) of the total contract price and subject to force majeure conditions.

19.02 Penalty amount can be realized from the proceeds of the Contract Performance Bank Guarantee, if the situation so warrants. 19.03 Extension of delivery period could be with / without levy of penalty with the discretion of purchaser.

20.0

RIGHT OF WAY :

Right of way issues, if any, arising during execution of the works shall have no liability on the Purchaser. These issues shall be settled at the sole discretion of the Contractor. The Purchaser shall however extend all possible help to the Contractor including discussion with the local authorities for early resolution of these issues.

21.0

CONTRACTORS DEFAULT :

21.01 If the Contractor neglects to execute the works with due diligence and expedition or refuses or neglects to comply with any reasonable order given to him, in writing by the Engineer in connection with the works or contravenes the provisions or the contract, the Purchaser may give notice in writing to the Contractor to make good the failure, neglect or contravention complained of. Should the Contractor fail to comply with the notice within thirty (30) days from the date of serving the notice, the Purchaser shall be at liberty to employ other workmen and forthwith execute such part of the works as the contractor may have neglected to do or if the Purchaser thinks fit, without prejudice to any other right, he may have under the Contract to take the work wholly or in part out of the Contractors hands and re-contract with any other person or persons to complete the works or any part thereof and in that event the Purchaser shall have free use of all Contractors equipment that may have been at the time on the Site in connection with the works without being responsible to the Contractor for fair wear and tear thereof and to the exclusion of any right of the Contractor over the same, and the Purchaser shall be entitled to retain and apply any balance which may otherwise be due on the Contract by him to the Contractor, or such part thereof as may be necessary, to the payment of the cost of executing the said part of works or of completing the 17

works as the case may be. If the cost of completing of works or executing part thereof as aforesaid shall exceed the balance due to the Contractor, the Contractor shall pay such excess. Such payment of excess amount shall be independent of the liquidated damages for delay which the Contractor shall have to pay if the completion of works is delayed.

21.02 In addition, such action by the Purchaser as aforesaid shall not relieve the Contractor of his liability to pay liquidated damages for delay in completion of works.

21.03 Such action by the Purchaser as aforesaid the termination of the Contract under this clause shall not entitle the Contractor to reduce the value of the Contract Performance Guarantee nor the time thereof. The Contract Performance Guarantee shall be valid for the full value and for the full period of the Contract including guarantee.

22.0

TERMINATION OF CONTRACT ON PURCHASERS INITIATIVE :

22.01 Purchaser reserves the right to terminate the Contract either in part or in full due to reasons other than those mentioned under clause entitled Contractors Default. The Purchaser shall in such an event give fifteen (15) days notice in writing to the Contractor of his decision to do so.

22.02 The Contractor upon receipt of such notice shall discontinue the work on the date and to the extent specified in the notice, make all reasonable efforts to obtain cancellation of all orders and Contracts to the extent they related to the work terminated and terms satisfactory or the Purchaser, stop all further sub-contracting or purchasing activity related to the work terminated, and assist Purchaser in maintenance, protection, and disposition of the works acquired under the Contract by the Purchaser. In the event of such a termination the Contractor shall be paid compensation, equitable and reasonable, dictated by the circumstance prevalent at the time of termination.

22.03 If the Contractor is an individual or a proprietary concern and the individual or the proprietor dies and if the Contractor is a partnership concern and one of the partners dies then unless the Purchaser is satisfied that the legal representatives of the individual Contractor or of the proprietor of the propriety concern and in the case of partnership, the surviving partners, are capable of carrying out and in the case of partnership, the surviving partners, are capable of carrying out and completing the Contract the Purchaser shall be entitled to cancel the Contract as to its in completed part without being in any way liable to payment of any compensation to the estate of deceased Contractor and /or to the surviving partners of the Contractors firm on account of the cancellation of the contract. The decision of the Purchaser that the legal representatives of the deceased Contractor or surviving partners of the Contractors firm cannot carry out and complete the 18

contract shall be final and binding on the parties. In the event of such cancellation the Purchaser shall not hold the estate of the deceased Contractor and/ or the surviving partners of the Contractors firm liable to damages for not completing the Contract.

23.0

FORCE MAJEURE: -

The Contractor shall not be liable for any penalty for delay or for failure to perform the contract for reasons of Force Majeure such as acts of God, acts of the Public enemy, acts of Govt., Fires, Flood, Epidemics, Quarantine restrictions, Strikes, Freight Embargos and provided that the Contractor shall within ten (10) days from the beginning of such delay notify the Purchaser in writing of the cause of delay. The Purchaser shall verify the facts and grant extension as facts justify. 24.0 EXTENSION OF TIME: If the delivery of the equipments / materials is delayed due to reasons beyond the control of the Contractor, the Contractor shall immediately inform the Purchaser in writing of his claim for an extension of time. The Purchaser on receipt of such notice may agree to extend the contract period as may be reasonable but without prejudice to other terms & conditions of the contract. 25.0 SAFETY PRECAUTIONS:The agency shall observe all applicable regulations regarding safety at the Site. Any compensation due on account of accident at site shall be to the contractors account. 26.0 STORE :Storing of materials from supply to erection shall be arranged by the contractor at his own cost. No compensation shall be made by the Purchaser for any damage or loss of materials during storing, transit transportation and at the time of erection. 27 INSURANCE: Contractor shall arrange adequate Transit-cum-storage-cum-erection policy and shall submit the copy of the same to the Purchaser. The policy shall initially remain valid for a period of sixty days over & above of the contractual guarantee period and shall be extended as required till handing over. Contractor shall be responsible for lodging of claim with the insurer as well as for all required follow up with the insurer for settlement of claim in case of loss/damage/theft of material during transit/storage/erection till the completed works is handed over to the Purchaser and is accepted by the authorised representative of the Purchaser in writing.

19

Contractor shall also arrange adequate cover for his employees / labourers engaged in the works as well as arrange third party insurance cover to indemnify any possible damages to public at large not connected with the works process. Any claim(s) pertaining to this shall be the responsibility of the Contractor.

The contractor shall undertake free replacement of the materials damaged or lost during transit, which will be intimated by the Consignee within 30 days of receipt of the materials at purchasers stores. 28.0 ENGINEER IN CHARGE :Divisional Head of Electrical division CDD-I shall be the Engineer in charge for the Project. 29.0 CONTRACT PERFORMANCE BANK GUARANTEE :-

29.01 Within 15 days of issue of the Work Order or Letter of Award, which ever is earlier, the Contractor shall submit Contract Performance Bank Guarantee issued by a scheduled Bank, in favour of the Purchaser, covering 10% of the total value of the work order, 29.02 The said Bank Guarantee shall be prepared in the prescribed proforma as attached in Section IV, Annexure - III. The Bank Guarantee furnished shall be executed on Non-judicial Stamp paper worth of Rs 100/- (Rupees Hundred only), purchased in the name of the issuing bank, as per the prevalent rules. The Bank Guarantee so provided shall be en-cashable on the Bhubaneswar branch of the issuing Bank. 29.03 The Contract Performance Bank Guarantee shall remain valid for a period not less than 90 days over and above the guarantee period, basing on stipulated completion period in the W.O. towards security and acceptance there of, failing which the work orders (W.O) will be liable for cancellation without any further notice with forfeiture of E.M.D. 29.04 No interest shall be allowed by the Purchaser on the above Performance Security Deposit submitted by the Bidder except in case of demand draft or cash deposit 30.0 TERMS OF PAYMENT:

30.01 An advance of 10% (ten percent) of total lump sum contract price shall be paid as Mobilisation Advance, subject to the following.

(a)

Submission of Invoice for payment of advance.

20

(b)

Receipt and acceptance of unconditional irrevocable Contract Performance Bank Guarantee in favour of Purchaser as mentioned in clause 29.01.

(c)

Receipt and acceptance of unconditional and irrevocable Advance Payment Bank Guarantee in favour of Purchaser for an amount equivalent to the amount of advance as per the prescribed format as provided in Section IV, Annexure - IV. The Bank Guarantee so provided should be en-cashable on the Bhubaneswar branch of the issuing Bank.

(d)

Establishment of contract site office and certification by the engineer that satisfactory mobilization for erection exists.

(e)

An advance of 10% of the total contract price towards mobilization advance, so availed, shall be recovered from the first progressive bill i,e 70% of the contract price.

30.02 70% (seventy percent) of contract price including 10% mobilization advance on pro-rata basis along with taxes and duties shall be paid progressively for each quantum of completed work of an item as per the agreed Bill of Materials within 30 days of submission of claim subject to certification by Purchasers Engineer-in-charge on the basis of check points involved in such items of work.

30.03 Balance 30% (thirty percent) of contract price shall be paid after completion of all works, envisaged under this package including any additions and alterations, testing & commissioning, return of dismantled materials/ un-used free supply material, taking over certificate and entire stretch is fully ready for commercial operation. The payments shall be subjected to clearance from electrical inspectorate. 30.04 TDS of appropriate value as per income Tax Act shall be deducted while releasing payment. Note : In case of joint venture/consortium all BG.s shall be in the name of joint venture consortium covering all the partners including the Lead Partner . 31.0 PAYING OFFICER : G.M Electrical Circle Cuttack shall be the paying officer for the project. 32.0 PURCHASERS RIGHTS: The Purchaser reserves the right to accept any bid or reject any or all bids or cancel / withdraw invitation of bid or to vary the quantity for placement of order without assigning any reason to such decision. Such decision by the Purchaser shall bear no liability. 21

33.0

DISTINCT MARK ON EQUIPMENT AND MATERIALS : All the equipments and materials required for the works shall have distinct mark of CESU IOCL Project Paradeep either by way of punching on metal part(s) and/or in built during casting and/or painting as per common practice and/or as mutually agreed. This should be clearly visible in day light in naked eye.

34.0

DISPUTE RESOLUTION AND JURISDICTION : -

(a) For the purpose of dispute resolution, this agreement shall be governed by the provision of Arbitration and Conciliation Act,1996. (b) All disputes shall be subjected to exclusive jurisdiction of the Courts at Bhubaneswar and the writ jurisdiction of Honble High Court of Odisha at Cuttack..

35.0

TRANSFER AND SUB-LETTING The Contractor shall not sublet, transfer, assign or otherwise part with the Contract or any part thereof, either directly or indirectly, without prior written permission of the Purchaser.

36.0

FREE ISSUE OF MATERIALS

36.01 There is no free issue of materials for this project. However in case if situation warrants so, the following is to be adhered to,

36.02 Before issue of the free issue materials the Contractor at its own cost shall arrange suitable stores adjacent to the works site and shall offer the same for inspection to the Purchasers Engineer.

36.03 The contractor shall furnish Indemnity bond for an amount equivalent to the estimated value of the free supply materials / dismantled materials returnable as certified by Engineer in charge. The Contractor shall submit Indemnity Bond in the prescribed format.

36.04 Subject to compliance of above clauses, the Contractor shall be permitted to draw the materials from the designated stores of the Purchaser. The Contractor shall duly acknowledge the materials along with copies of the notification to the Insurer regarding such transit of material from designated stores of the Purchaser to the stores of the Contractor.

22

36.05 After completion of the works all surplus materials shall be returned to the Purchasers stores. For any shortage with regard to materials supplied by the Purchaser, the Purchaser shall be entitled to recover 125% of the purchase cost of such materials or present market cost, which ever is higher, from the dues of the Contractor.

37.0

SUBMITTALS REQUIRED AFTER AWARD OF CONTRACT

37.01 Within 30 days of the effective date of contract the contractor shall provide three copies of an outline program of production, inspection, testing, delivery, survey, erection, pre-commissioning and commissioning in chart form. Included in the program will be the detailed schedule of drawing to be submitted.

37.04 The periodic progress report as required by the purchaser shall be submitted by the contractor as per the format prescribed by the Engineer in Charge. 38.0 DRAWINGS Within 15 days of contract commencement the contractor shall submit, for approval by the Engineer in Charge, a schedule of the drawings to be produced. The schedule shall also provide a program of drawing submission, for approval by the Engineer in Charge. All drawings and design should be submitted to Engineer-In-Charge within the period specified above. 39.0 APPROVAL PROCEDURE OF SUB VENDORS & DRAWINGS OF BOUGHT OUT MATERIALS 39.01 The contractor shall submit all drawings, documents and type test reports, QAP, Name of Sub vendor, samples (as applicable) etc, to the engineer in charge within 15 days of award of LOA for approval. If modifications to be made if such are deemed necessary, the contractor has to resubmit them for approval without delaying the initial deliveries or completion of the contract work.

39.02 Three copies of all drawings, GTP, QAP shall be submitted for approval and three copies for any subsequent revision.

39.03 If the drawings will be as per the technical specifications, the competent authority of the Purchaser will return the drawings & documents to the contractor marked with Approved stamp.

23

40.0

TAKING OVER

40.1 Upon successful completion of all the tests to be performed at site on equipment / materials supplied and erected by the contractor, the supply engineer shall issue to the contractor a taking over certificate as a proof of the final acceptance of the equipment / materials. Such certificate shall not be un-reasonably withheld nor will the engineer delay the issuance thereof on account of minor omission or defects, which do not affect the commercial operation and / or cause any serious to the equipment/material. Such certificate shall, however, not relieve the contractor of any of his obligations which otherwise survive by the terms & conditions of the contract after issuance of such certificate.

40.2

For the satisfaction of purchaser about quality, the purchaser shall have unreserved right for arrangement of testing of equipment/ materials and the complete system independently by self or any other agency chosen by the purchaser. The contractor is expected to agree and extend necessary help during such test if necessary.

41.0

LATENT DEFECT WARRANTY

41.1

The period of latent defect warranty in terms of this bidding documents, shall be limited to five (05) years from the date of completion of Guarantee period.

42 :

DEVIATION IN SCOPE : Without prior intimation to the Engineer in charge no deviation what so ever required during execution shall be allowed.

42.0 42.1

EMBOSSING / PUNCHING / CASTING / PAINTING The all equipments and materials supplied /erected under this project shall bear distinct mark of CESU IOCL Project Cuttack, by a way of embossing / punching / casting / painting etc. This should be clearly visible to naked eye.

24

SECTION III PACKAGE A ( Under ground cabling and associated work) TECHNICAL SPECIFICATION AND PRICE SCHEDULE

25

INTRODUCTION: The CENTRAL ELECTRICITY SUPPLY UTILITY OF ORISSA, hereinafter called CESU/OWNER will receive Bids in respect of Total Turnkey Package for 33KV double circuit in Underground cable system along the ring road from Bidanasi 220KV Grid substation to proposed Nine pole structure near Thakuragada of Baliyatra ground on Total turnkey basis for power supply to intake pump house of IOCL at Hadiapatha near bating club at Cuttack. The work includes supply of all Equipments/Materials Erection (including Civil Works), Testing and Commissioning as per the Scope detailed in the Bid Documents. The work Involves SCOPE : This specification covers survey, design, manufacture, shop testing, supply and erection of ISI Marked 33 KV 3Cx400 Sq. mm. UG XLPE insulated DRY CURED Power cables and other associated works as follows, 1. Construction of two nos of 33KV DP with AB Switch linking of 33 KV DP with 33KV Bay inside Bidanasi Grid 02 Nos. Construction of 33KV DC UG Cable feeder by using ISI Marked 33 KV 3Cx400 Sq. mm. UG XLPE insulated DRY CURED from Bidanasi Grid to proposed 9pole structure near Thakur Gada of New Baliyatra Ground & from proposed 9pole to Kalinga 33KV line DP in the back side of Madhusudan Pathagara as per plan. Total Road distance 8.15Km & Cable requirement including loop etc. 18.45 Km. The cable route shall be as follows,

2.

a. Bidanasi Grid to Aswini Hospital on the right of double road. b. Road crossing at Aswini Hospital & laying of cable on the left side of the road. c. From Satichaura Chhak to CMC Garbage Yard on the left side of the Ring Road towards Bidanasi. d. Road corssing of CMC Garbage Yard. e. Laying of Cable 9 pole to Kalinga 33KV line DP back side of M.S. Pathagara 0.65KM (2nos 3 x 400mm2 33KV XLPE Cable) 3. 4. 5. Laying of cable by Horizontal Drilling method 18.45 Km. Construction of Loop Chamber 6x6x6 as per CESU specification34 Nos. Construction of One No. 9pole structure at Thakur Gada infront of Diploma Engineers association. Modification of Kalinga 33KV line for back feeding to IOCL during time of emergency 02 Nos 33 KV AB Switch & 0.65KM 33 KV U/G Cable (3x400mm2 33KV XLPE Cable)

6.

26

33KV GRADE XLPE UNDER GROUND CABLE


1. SCOPE : This specification covers design, manufacture, shop testing, supply and erection of ISI Marked 33 KV 3Cx400 Sq. mm. UG XLPE insulated DRY CURED Power cables for use with effectively earthed urban distribution system STANDARDS : Unless otherwise specified the cable shall conform in all respects to IS:7098 (Part-II/1985) cross linked polyethylene insulated PVC sheathed cables for working voltages from 3.3KV upto and including 33 KV Cables. Meeting any other standards which ensures and equal or better quality than the standards mentioned above will also be acceptable. In such a case, a copy of standard (English version) followed should be enclosed with the tender. CLIMATIC CONDITIONS : A) Maximum temperature of air in shade : 50 Degree C B) Minimum temperature of air in shade : 15 Degree C C) Maximum temperature of air in sun : 65 Degree C D) Maximum humidity : 87% E) Average No. of thunder storm days per annum : 50 F) Average No. of dust storm days per annum : 10 G) Maximum rainfall per annum : 3000 mm H) Average rainfall per annum : 925 mm I) Limits of ambient temperature over a period of 24hours: 47Deg. C and 27Deg. C in summer and 30Deg. and 7.5Deg.C during winter J) Maximum wind pressure : 260Kg/Sq.mm K) Altitude : 1000M above MSL PRINICPAL PARAMETERS : The Power cable shall be 33 KV grade high conductivity stranded, compacted, aluminium shaped conductor of flexibility grade-2, 3 core dry cured XLPE insulated, extruded inner PVC sheathed, galvanised steel strip armoured, with separate extruded PVC outer sheathed overall, conforming generally to IS:7098 (Part-II/1985) or any latest amendment there of suitable for 33 KV / 11 KV 3 Phase 50 C/S earthed system. CONDUCTOR : The cable conductor shall be made from stranded aluminium to form compact shaped conductor having resistance within the limits specified in IS:8130/1984 and any amendment thereof. The wires shall be laid up together with a suitable right hand lay. CONDUCTOR SHIELD : The conductor having a non-magnetic semi-conducting screen shall ensure perfectly smooth profile and avoid stress concentration. This conductor screen shall be extruded in the same operation as the insulation, the semi-conducting polymer shall be cross linked. INSULATION : The XLPE insulation should be suitable for specified 33 KV system voltage. The curing process of XLPE insulation should be dry cured. The manufacturing process shall ensure that insulations shall be free from voids. The insulation shall withstand mechanical and thermal stresses under steady state and transient operating conditions. The extrusion method should give 27

2.

3.

4. 4.1.

5.1

5.2

5.3

very smooth interface between semi-conducting screen and insulation. The insulation of the cable shall be high stranded quality, specified in IS:7098 (Part-II/1985). 5.4 INSULATION SHIELD : To confine electrical field to the insulation, non-magnetic semiconducting shield shall be put over the insulation. The insulation shield shall be extruded in the same operation as the conductor shield and the insulation by triple extrusion process. The XLPE insulation shield should be strippable. Metallic screening shall be provided. SHEATH : The sheath shall be suitable to withstand the site conditions and the desired temperature. It should be of adequate thickness, consistent quality and free from all defects. The PVC sheath shall be extruded as per IS:7098 Part-II/1985. ARMOUR : Armouring shall be applied over the inner sheath with single galvanized steel wire/strip complying with the requirements of IS:3975/1979. The dimensions of the galvanized wire/strip shall be as specified in table 4 of the IS:7098/Part-II/1985. The armour wire/strips shall be applied as closely as practicable. The direction of the lay of the armour shall be left hand. The joints in armour wire/strip shall be made by brazing or welding and the surface irregularities shall be removed. A joint in any wire/strip shall be atleast 300mm from the nearest joint in any other armour wire/strip in the complete cable. OUTER SHEATH : Extruded PVC outer sheath as per IS:5831/1984, shall be applied over armouring with suitable additives to prevent attack by rodents and termites. Outer sheathing shall be designed to offer high degree of mechanical protection and shall also be heat, oils, chemicals, abrasion and weather resistant. Common acids, alkalis, saline solutions etc., shall not have adverse effects on the PVC sheathing material used. The cable shall be suitable for laying in covered trenches and/or buried underground to meet the outdoor application purposes. 5.8. CONSTRUCTION:

5.5

5.6

5.7

5.8.1. The cable shall have suitable PVC fillers laid up with insulation cores to provide substantially circular cross section before the inner sheath is applied. The fillers should be suitable for the operating temperature of the cable and compatible with the insulating material. 5.8.2. All materials used in the manufacture of cable shall be new, unused and of finest quality. All materials should comply with the applicable provisions of the tests of the specification, IS, Indian Electricity Rules, Indian Electricity Act and any other applicable statutory provisions, rules and regulations. 5.8.3. The PVC material used in the manufacture of cable should be of reputed manufacturer. No recycling of the PVC is permissible. The purchaser reserves the right to ask for documentary proof of the purchase of various materials to be used for the manufacture of cable and to check that the conductor is complying with quality control. 5.9. CURRENT RATING : The cables will have current ratings and derating factors as per relevant Indian Standards. The one second short circuit current rating values shall be furnished and shall be subject to the purchasers approval. The current ratings shall be based on maximum conductor temperature of 90Deg.C with ambient site condition specified for continuous operating at the rated current.

28

5.10.

OPERATION : Cables shall be capable of satisfactory operation, under a power supply system frequency variation of plus or minus 3 Hz., voltage variation of plus or minus 10% and combined frequency voltage variation of 10% (absolute sum). Cable shall be suitable for laying in ducts or burried under ground. Cable shall have heat and moisture resistance properties. These shall be of type and design with proven record on Distribution Net work services.

5.11.

LENGTHS : The cables shall be supplied in standard drum lengths of 200Mtr. 5% for 33 KV Cables. IDENTIFICATION : For identification of individual cores, colored tape of red, yellow and blue colors respectively shall be used on the cores on frequent intervals to identify phase conductors as per IS:7098/Part-II/1985.

5.12.

5.13(A) MARKING ON THE DRUM: The following information either stenciled on the reel or drum or contained in a label attached to it shall be carried by the cable. a) b) c) d) e) f) g) h) i) j) k) l) m) n) Reference : IS:7098/Part-II Manufacturers Name, Brand name or Trade mark Type of cable and voltage grade Number of cores Nominal cross sectional area of conductor Cable code Length of cable on the reel or drum Number of lengths on the reel or drum Direction of rotation of drum (by means of arrow) Approximate gross weight Year of manufacture The reel, drum, or label may be marked with IS Certification mark The drum shall be marked Name of Bayer CESU, Orissa. Purchase Order number and date.

5.13 (B) EMBOSSING ON THE OUTER SHEATH OF CABLE :


Each cable shall have the range of non-erasable distinct markings listed below legibly printed on its outer sheath at one meter intervals. ISI Mark with B.I.S Licens No. & ISS No. Applicable legibly embossed on the insulation. Buyers name : CESU, Orissa Manufacturers Name with trademark identification. Year of manufacture: last two digits are sufficient: Size of Cable Rated voltage class: sequential marking of length. The height of the printed lettering shall be not less than 20% of the overall diameter of the conductor

29

5.14.

TESTS : The following tests shall be carried out in accordance with IS:8130/1984, IS:3975/1979 (Armouring), IS:5831/1984, IS:10810 (Methods of test for cables), IS:7098/Part-II/1985.

5.14.1. TYPE TESTS : The following shall constitute the type tests : a) b) c) d) e) f) g) h) Tensile test (for aluminum) in accordance with IS:8130/1984. Wrapping test (for aluminum) in accordance with IS:8130/1984. Conductor resistance tests (in accordance with IS:8130/1984) Test for thickness of insulation and sheath (in accordance with IS:10810) Physical test for insulation and sheath (in accordance with IS:10810 and IS:5831/1984). Test for bleeding and blooming of pigments (in accordance with IS:5831/1984) Insulation resistance test (in accordance with IS:5831/1984) High voltage test (water immersion test) in accordance with IS:10810.

5.14.2. ACCEPTANCE TESTS : The following shall constitute the acceptance tests: a) Tensile test (for aluminum) b) Wrapping test (for aluminum) c) Conductor resistance test d) Test for thickness of insulation e) Insulation resistance test f) Partial discharge test : IS:8130/1984 : IS:8130/1984 : IS:8130/1984 : IS:5831/1970 & IS:10810 : IS:5831/1970 & IS:10810 : IS:7098/part-II/1985.

5.14.3. ROUTINE TESTS : The following shall constitute routine tests : a) Conductor resistance test (in accordance with IS:8130/1984) b) High voltage test or spark test (in accordance with IS:10810) 5.15. INSPECTION : All acceptance tests shall be conducted at the time of inspection and inspection shall be made at the place of manufacture unless and otherwise specifically agreed upon by the manufacturer and purchaser at the time of purchase. The manufacturer shall afford the inspector representing the purchaser all reasonable facilities, without charges to satisfy him that the material is being furnished in accordance with the specification. The purchaser has the right to have the test carried out at his own cost by an independent agency whenever there is dispute regarding the quality of supply. 5.16. PACKING : The cable shall be either wound on reels or drums, the packing shall be robust enough for rough handling that is occasioned during transportation by Rail/Road. GUARANTEED TECHNICAL PARTICULARS : The full guaranteed technical particulars as specified in IS shall be guaranteed and shall be given in the proforma given in Annexure-III failing which the bid may be treated as non-responsive. Any deviations from the specifications referred above must be furnished as per prescribed format enclosed at Annexure-V supported by adequate justification. Any deviation not mentioned at Annexure V, shall not be considered as a deviation from our specification & in sucj case the bidder shall be presumed to have accepted our specification without any deviation. Schedule of Requirement, Desired deliveries and Prices. Section-IV.

5.17.

5.18.

5.18.1. The schedule of requirement and desired deliveries etc. are indicated in
5.19 INSTALLATION CONDITIONS :

30

The cables are laid directly buried in ground, in the bores formed by horizontal boring method. The Nominal depth of laying is up to 2000 mm (from top, of ground to centre of cable).However, in trenchless horizontal bore method, the bore can go upto a depth of a maximum of 2 meter. Nature of soil is heterogeneous, sandy, Soil resistivity varies between 18 to 100 ohmmeter and the Thermal resistivity is around 1200 to 1500 C/ Cm/w.

5.18.2. Only firm prices shall be quoted. 6. QUANTITY : Tenderers may quote the quantity that they can offer immediately within a month of the issue of purchase order and the minimum time required to supply the full quantity. ISI CERTIFICATION: Tenderers having ISI certification marking will only be considere
DRAWING & LITERATURE

6.1. 6.2.

The following shall be furnished along with the tender a) Cross sectional drawings of the cables, giving dimensional details for each size of cable. b) An illustrated literature on the cable, giving technical technical information, on current ratings, cable constants, short circuit ratings, derating factors, for different types of installation, packing date, weights and other relevant information.

31

SECTION-IV

SCHEDULES / FORMATS
(To be filled up, signed and submitted by the bidder along with the Tender Document)

32

Annexure-III (B)
GTP For HT Cables :
Sl. No.

Description

Unit

Size300mm2 values offered by the bidder 33

1 2 3 4 5 a b c d e f g h 6 a. b. c. d. 7 8

Rated Voltage Continuous Current Rating in Air Continuous Current Rating in Ground Short Circuit Current Conductor Material No. of Cores Nominal area of Cross section of conducting Part Shape of conductor No. of strands (wire) in each core/dia of each strand Area of corss section of each strand Conductor of D.C Resistance of 20 deg. C Conductor of A.C Resistance of 20 deg. C & 50HZ INSULATION Type of Insulation Nominal Thickness of Insulation Minimum Thickness of Insualtion Minimum Volume Resistivity of the Insulation at 27deg C Diameter over Insulation (Approx) Type of Non-metalic Semiconductive Insulation screen Thickness of Non-metalic semiconductive insulation screen Type of matalic non megnetic insulation screen Thickness of metalic non-megenetic insulation screen

KV Ampere Ampere Ampere

Nos. Sq.mm

No/mm Sq.mm Ohm/Km Ohm/Km

mm mm ohm-m mm

mm

10

11

33

12

Effective cross sectional area of metalic non-megnetic insullation screen Effective cross sectional area of overall screen Nominal thickness of inner sheath Minimum thickness of inner sheath Type of Armouring Number and dia/size of non-magnetic armour wires/Tapes Outer sheath material Maximum permissible Outer sheath temprature Minimum outer sheath thickness Norminal outer sheath thickness Outer dia of the cable (Approx) Minimum Bending Radious Cable identification Impulse withstand voltage 3 Phase Inductance per Km 3 Phase capacitance per Km Minimum insulation resistance per Km at 90 deg. C Maximum dielectric power Factor Maximum permissible duration of short circuit of 25kA a prior conductor tempreture of 90 deg. C

Sq.mm

13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29

Sq.mm mm mm

No/mm

deg.c mm mm mm mm

KV mH/Km mF/Km Ohm/Km

30

Sec

31

Maximum permissible over load of cables installed conditions outlined in system conditions for 1/2/3 hours duration starting with a prior loading of 60% of cable Rating 75% of cable Rating 90% of cable Rating Maximum permissible continuous temprature AC resistance of Metalic screening per Km at 20 deg. C and 50HZ % % % deg.c Ohm/Km

a b c 32 33

34

34

DC resistance of Metalic screening per Km at 20 deg. C Self Inductance of metalic screening per Km Short circuit capacity of metalic screening for one second with a prior phase conductor temperture of 90 deg. C DC test voltage for 15 mins. After installation Maximum delivery length per drum ( 5%) Weight of conductor per Km Weight of cable per Km (Approx) Gross weight full cable drum (Approx) Diameter of cable drum Width of cable drum Maximum permissible cable pulling TENSION Maximum perissible cable sidewall pressure

Ohm/Km

35

mH/Km

36

kA

37 38 39 40 41 42 43 44 45

kA Mtr Kg/Km Kg/Km Kg/Km mm mm kg/mm2 kg

( To be furnished by the bidder along with the Part-I bid)

35

HT cable joints and terminals


TECHNICAL SPECIFICATIONS FOR HEAT SHRINKABLE CABLE JOINT KITS FOR CABLE TERMINATIONS AND JOINTS 1.0 GENERAL: 1.1. he term heat shrink refers to extruded or moulded polymeric materials which are cross linked to develop elastic memory and supplied in expanded or deformed size or shape. 2.0 QUALIFYING EXPERIENCE: 2.1. The kits should have satisfactory performance record in India in excess of 5 years supported with proof of customers having had satisfactory use of these kits in excess of 5 years. 3.0 HEAT SHRINKABLE MATERIAL: 3.1. The heat shrinkable material component used in the joint shall have been produced in a systematic procedure as follows: a) The required materials shall be mixed and extruded into the required shape and then crosslinked by irradiation or any other appropriate chemical process. The components are then warmed and stretched by a predetermined amount and allowed to cool in the extruded shape. The cross-linking shall create a memory and when heated again, the same shall come back to its original shape at which it was cross-linked. Heat shrinkable tubes can be reduced to 30% of its expanded dimension by heating. b) The volume resistivity of the sleeves shall be 108 ohm-cm and the dielectric constant of around 15 to 30. The limiting temperature shall not be less than 100 for longer duration and 250 C C for one minute. 4.0 TYPE TEST REPORTS: The Joints and terminations should have been subjected to all the type tests and type test reports not later than 5 years on the day of Bid opening shall be furnished for verification. 5.0 ELECTRICAL CLEARANCES: The electrical clearances required for a Indoor/Outdoor termination and a straight through joint is shall be as per standards 6.0 COMPRESSION TYPE TUBULAR TERMINAL ENDS: The materials used in the terminals shall be Aluminum of grade 19501 conforming to IS 5082 Specifications for wrought aluminum and aluminum alloys bars, rods, tubes and sections for electrical purposes. The finish inside the barrel shall either be suitably roughened throughout the crimping length of terminal end or provided with suitable grease based compound with abrasive action. Edges and corners shall be free from burrs and sharp edges. The terminals shall meet the requirements of IS 8309 - Specification for Compression type tubular terminal ends for aluminum conductors of insulated cables.

36

7.0 JOINT KITS: The requirements contained in a typical joint Kit are as follows: a) Heat shrinkable or push-on or Tapex or cold shrinkable type clear insulating tubes b) Stress control tubing where necessary c) Ferrule insulating tubing for joints. d) Conductive cable break outs for terminations, non tracking, erosion and e) Weather resistant tubing both outer / inner f) Non tracking erosions and weather resistant outdoor sheds in case of terminations g) High permittivity mastic wedge Insulating mastic. h) Aluminum crimping lugs of ISI specification. i) j) l) Tinned copper braids Wrap around mechanical protection for joints. Plumbing metal. and test conditions. n) The kit shall contain a leaflet consisting of detailed installation instructions and shall be properly packed with shelf life of over 3 years.

k) Cleaning solvents, abrasive strips. m) Binding wire etc. adequate in quantity and dimensions to meet the service

37

SPECIFICATIONS FOR MATERIAL PROPERTIES AND OTHER TECHNICAL REQUIREMENTS FOR HEAT SHRINKABLE CABLE TERMINATIONS AND JOINTS SUITABLE FOR 33KV XLPE CABLES
1.0 GENERAL: The term heat shrink refers to extruded or moulded polymeric materials which are cross linked to develop elastic memory and supplied in expanded or deformed size or shape. The subsequent heating results in shrinking down to original size and shape. The manufacturer of kits besides stating the properties of each component of the kit as indicated below and as per the detailed specifications given in Enclosures-I(A), I(B) & I(C) should also state the source of origin of each component viz; whether locally manufactured or imported in raw material form and processed. The manufacturing activity carried out on each component should be stated. Also, in case the kit is assembled with components imported from two or more foreign suppliers, the manufacturers should give documentary proof supported by the foreign manufacturers confirming that the kit assembled utilizing components of different suppliers are guaranteed by them. 2.0 QUALIFYING EXPERIENCE: The kits should have satisfactory performance record in India in excess of 5 years supported with proof of customers having had satisfactory use of these kits in excess of 5 years. 3.0 PERFORMANCE TESTING AT CPRI, BANGALORE: The successful contractor/bidder should undertake the testing of termination and jointing kits at CPRI in the presence of CESU Engineers as per the performance type test sequence given below. For this purpose, the kit shall be selected by CESU Engineers in the manufacturers premises and sealed by the Engineer before taking it

Sl No 1 2 3
Bangalore.

Typical atmospheric conditions during the tests Particulars Details Maximum 450 C Amb. Temperature Minimum 100 C Atmospheric pressure Relative Humidity 963 to 987 m. bar 50 90 %

to CPRI,

GTP FOR OUT DOOR TYPE 33 KV END TERMINATION KIT ( HEAT SHRINKABLE TYPE )

Sl. No. 1 2

Description Name & Address of Manufacturer Trade Brand / Name

Technical Particulars

38

3 4 5 6 7 8 9 10 11 12 13 14

Kits Fully Imported / Indigenous Kits Content Imported List of Imported Components Name & Address of Firm from whom components Imported Type Approval / Routine Test Reports on Imported Components No. of Years the Design is in Sucessful Commercial Operation Self Life of Kits in Indian Conditions Type Test Reports As per IS 13573-1992 AC Voltage Withstand for 4 Hours( KV) Partial Discharge at 2 U0 ( 12.7 KV) pC Impulse Withstand Voltage in KV Tests on Componenets ( to be furnished by the bidder along with the Part-I Bid) CLASSIFICATION OF SOIL STRATA

1.00

Ordinary Soil:
This shall comprise of vegetable or organic soil, turf, sand, sandy soil, silt, loam, clay, mud, red earth, suade, peat, black cotton soil, soft shale, loose murrum, mud debris, concrete below ground level, a mixture of all these and similar material which yields to the ordinary application of pick, shovel, rake or other ordinary digging implement. Removal of gravel or any other modular material having diameter in any one direction not exceeding 75 mm, such occurring strata shall be deemed to be covered under this category.

2.00

Hard Soil:
This shall include : 1) Stiff heavy clay, hard shale or compact murrum requiring grifting tool or pick or both and shovel closely applied. 2) Gravel, soft laterite, kankar and cobble stone having maximum diameter in any one direction between 75 mm and 300 mm. 3) Soliding of road paths, etc., and hard core. 4) Macadam surfaces such as water bound and bitumen/tar bound. 5) Lime concrete, stone masonry in lime/cement mortar below ground level. 6) Soft conglomerate, where the stones may be detached from the matrix with picks.

39

7)

Generally any material which requires the close application of picks or sacrifiers to loosen and not affording resistance to digging greater than hardest of any soil mentioned in item (1) to (6) above.

3.00

Ordinary Rock:
1) Ordinary rock comprising of lime stone, sand stone, hard laterite, fissured rock, conglomerate or other soft or disintegrated rock which may be quarried or split with crow bars. 2) Unreinforced cement concrete which may be broken up with crow bars or picks and stone masonry in cement mortar below ground level. 3) Boulders which do not require blasting having maximum diameter in any direction of more than 300 mm found lying loose on the surface or embedded in river bed, soil, talus slope wash and terrace material of dissimilar origin. NOTE : Hard laterite does not require blasting. It is to be classified under ordinary rock which does not require blasting.

4.00

Hard Rock: This shall comprise:


1) Any rock or cement concrete or RCC for the excavation of which the use of mechanical plant or blasting is required.

GENERAL INFORMATION AND SCOPE OF WORK FOR LAYING UG CABLES CABLE LAYING
1.0.
Notwithstanding anything stated in these specifications, the CESU reserves the right to assess the bidders capability to fulfill the scope of the bid, should the circumstances warrant such assessment.

2.0.

DESIGN WORKMANSHIP AND INTERPRETATION OF CLAUSES : 2.1 The design and quality of goods supplied and the workmanship shall be in accordance with the best engineering practice to ensure satisfactory performance of the system throughout the service life. 2.2 The goods and accessories offered shall be complete in all respects. Any material and / or component thought not specifically stated in this specification but is necessary for trouble free and successful operation shall be deemed to be included. All such components, accessories, etc., shall be supplied at no extra cost. 2.3 The goods supplied shall be such that components, accessories of the same type shall be interchangeable. Likewise similar or corresponding parts, components / accessories shall also be interchangeable. 40

2.4

Wherever and whenever a material or article is specified or described by the name of a particular brand, manufacturer, vendor, the specific item mentioned shall be understood as establishing type, function, quality and not as limiting competition. However bidders may offer other similar components / accessories provided they meet with the required standards, design, duties and performance.

2.5

Goods and accessories so offered shall conform to type test and shall also be subjected to acceptance and routine tests in accordance with the requirements stipulated in this specifications. The CESU reserves the right for repeating any or all of the type tests to be conducted on the goods supplied.

3.0.

STANDARDS
3.1. Except as modified by this specification all materials to be supplied shall conform to the requirements of the latest editions of the following standards: a) b) c) d) e) f) g) h) i) j) IS 1255 Code of practice for Installation and maintenance of power cables up including 33 KV rating IS 7098 (Part 2 ) Cross linked Polyethylene PVC sheathed cables. IEC 332 Tests on erected cables IEC 1329 Allied steel, tubes, tubular and other rough iron fittings. IEC 2629 Recommended practice for hot dip galvanizing of iron & steel. ASTM-D : 2671 Standard method of testing heat shrinkable or push on Tapex or cold type tubing for electrical use. ASTM-D 3111 Flexibility determination of hot melt adhesives by mandrel method. IEC 60 High Voltage test IS 3043 Code of practice for Earthing IS 8309 Compression type tubular terminals for aluminum conductors of cable. insulated bend test to and

4.0.

DEVIATION IN SPECIFICATION:
4.1. 4.2. All deviations in specification shall be brought out by the bidder and detailed clause by clause in appropriate annexure form. Deviations brought out elsewhere or in any other format will not be considered and are liable for rejection. The employer in such an event shall also deem that the bidder has conformed to the clauses in this specification scrupulously. 4.3. Deviation in specification shall if possible be quoted with reference to standards. The bidder shall then furnish an authentic English version of such standards.

5.0.

LOCAL CONDITIONS : 41

5.1.

It will be imperative on each bidder to fully inform himself of the local conditions and factors which may have any effect on the execution of the supply and services covered under these documents and specification.

5.2.

It shall be understood and agreed that such factors will have been properly investigated and considered in any bid that is submitted. The purchaser will entertain no claim for financial adjustment to the contract awarded under these specifications and documents. No change in the time schedule of the contract, or any financial adjustment arising thereof that are based on incorrect information, or its effect on the cost of the contract to the bidder shall be permitted by the Purchaser.

5.3.

Bidders are advised to visit the various areas where the U.G. cables are access, road /drain / footpath crossings to enable them to make proper costing and then quote accordingly.

6.0.

DETAILS OF WORK :
The scope of work involves Supply and installation, testing and commissioning of 33 KV 3 core 400 Sq.mm XLPE UG cable.

6.1.

The contract will be on the turnkey basis and all the required materials as per specifications are to be procured by the contractor himself. The specifications for the major equipment to be procured are as follows :

a)

XLPE Cables of various sizes as per specifications enclosed.

b) Cable jointing and Indoor/Outdoor termination kits as per specifications enclosed.

6.2.

All the other materials like coarse and fine aggregate sand, joint markers, sealing, route markers, cable support clamps, terminals and inline connectors, sealing compounds etc., whether specifically mentioned or not in these specifications are deemed to have been included in the scope of supply and installation. Similarly, the contractor has to arrange for all the tools and plants required for the works at his own cost.

7.0.

SERVICE CONDITIONS :

42

7.1. 7.2.

The cables are being laid in the coastal city of Cuttack in Orissa, where corrosion due to saline effect and the cyclonic storm effect is heavily experienced. The climatic conditions are prone to wide variations in ambient temperature, humidity etc., and the accessories offered shall be suitable for installation under the above tropical conditions, where moderately hot and humid conditions conducive to dust, rust and fungi growth, prevail at site.

7.3.

The underground cables are to be laid in busy and congested localities of the Cuttack city where other utility services like telephone and telegraph water supply, sewerage, open and close drains are encountered.

8.0. Sl No 1 2 3 4 5 6 7 8 9

CLIMATIC CONDITIONS Climatic conditions Particulars Location Altitute Max. Ambient air temperature : Max. Daily average air temp : Minimum ambient air temp : Ground temperature at depth of laying assumed : Isoceraunic level : Avg. annual rainfall : Avg. number of rainy days per annum Details Cuttack city in the state of Orissa Not exceeding 100M above MSL-Almost at the Sea level 45 Deg.C 38 Deg. C 10 Deg C 35 Deg C (Max 5 Deg C (Min) 45 1450 mm 60 The climate in the coastal city of Puri is Tropical moderately hot and humid. sub-soil water at certain location at depth of burial of cables may be anticipated Normally dry

10

Climate :

11 9.0.

Soil : COMPLIANCE WITH REGULATIONS :


9.1.

All services carried out by the bidder / sub contractor shall be as per the requirements of the I.E.Act-2003 & Indian electricity Rules 1956, and all other applicable statutory laws governing the services in the state of Orissa

9.2.

Particular attention is drawn to the necessity of consulting the local authorities and the administrative heads concerned with the operation and maintenance of roads, railways, telegraph and telephone services, water supply and sewerage and other public utilities.

9.3.

The CESU will assist in obtaining permission from civil authorities for boring in the Roads, cutting roads. However the necessary charges shall be paid by the bidder sufficiently in advance, and CESU will reimburse the same. CESU will also co-ordinate with the traffic police authorities for regulation of traffic during cutting of roads.

43

10.0.

INSPECTION BY ELECTRICAL INSPECTOR


10.1. 10.2. 10.3. All Electrical installations and equipments are to be inspected and approved by the Chief Electrical Inspector to the Government of Orissa, before commissioning. The Contractor will arrange for the payment of the necessary fees for inspection. Any defects pointed out by the Electrical Inspector, shall be corrected or attended by the bidder /subcontractor at his own cost and he shall pay, for subsequent inspection charges to the Electrical Inspector, for obtaining approval.

11.0.

INSTALLATION OF U.G. CABLES


11.1. System Particulars : Nominal system voltage Highest system voltage Number of phases Frequency Method of grounding Total relay and breaker operation time Basic impulse level 11KV 12KV 3 50 Hz Solidly Earthed 15 to 20 cycles 75 KVp

11.2. Method Of Under gound Cable Laying : a) Laying 33 kV HT UG cables at a depth not more than 3 Mtrs, by trenchless technology , adopting horizontal boring using appropriate standard machines. Boring & Drawing of cable including preparation at site 11.3. ROUTE PLANS: Tentative cable route plans will be furnished to the contractors, indicating the roads, and road crossings, findings by excavating trial holes by the contractor / sub contractor. The work should be taken upon only after CESU Engineers approve the final route. The CESU reserves the right to change, alter deviate the route on technical reasons. 11.4. TRIAL PITS

The bidder shall excavate trial pits, for alignment purpose at appropriate

distance apart as warranted by the local conditions, keep a record of the findings and close the trial holes properly to avoid hindrance / accidents to pedestrian traffic. The final route / alignment of the cables shall be decided based on the finding of the trial holes.

11.5. 11.6.

It is the responsibility of the bidder to maintain as far as possible the required statutory clearances from other utility services. Any damage caused, inadvertently to any utility services shall be the sole responsibility of the contractor.

44

12.0.

STATUTORY NOTICES AND WAY LEAVES

12.1.

The Contractor shall arrange the necessary way leaves from the concerned public utility authorities and CESU shall give the required assistance to the contractor in completing the project.

13.0. LAYING OF CABLES

13.1.

The contractor shall excavate the cable trench using manual and mechanical modes. Most main roads are of cement concrete and/or of deep macadam surface. An air compressor driven pneumatic drill or equivalent mechanical excavating tool will be essential if the crossing is to be made with minimum delay. Where paved footpaths are to be dug to excavate the cable trench. Care must be taken to carefully remove the pavement slabs and store them properly and relay them properly after the work is completed.

13.2.

The contractor shall take all precautions while excavating the trench to protect the public / private property and to avoid any accidental damage. Any accidental damage should immediately be reported to the concerned utility.

13.3.

The contractor is liable to pay for all damages caused by his workmen. The sides of the excavated trench shall, wherever necessary be well shored up with timber and sheeting. The depth of the cable trench shall be 0.9 mtr. The width shall be sufficient for easy handling of the cables during the laying operations depending upon the method of laying

13.4.

TRIAL PITS : The Bidder shall excavate trial holes, for alignment purpose at appropriate distance apart as warranted by the local conditions, keep a record of the findings and close the trial holes properly to avoid hindrance / accidents to pedestrian traffic. The final route / alignment of the cable shall be decided based on the findings of the trial holes.

13.5. 13.6.

It is the responsibility of the bidder to maintain as far as possible the required statutory clearances from other utility services. Any damage caused, inadvertently to any utility services shall be the sole responsibility of the contract.

14.0.

STATUTORY NOTICES AND WAY LEAVES :

14.1.

The bidder shall arrange the necessary way leaves from the concerned public utility authorities and CESU shall give the required assistance to the contractor in completing the project.

45

15.0.

LAYING OF CABLES

15.1.

33 KV H.T 3 core UG cables: Laying 33KV HT UG cables by trenchless technology by adopting horizontal boring at a depth not more than 3 Mtrs using appropriate standard machines. a) The contractor shall excavate the cable trench using manual and mechanical modes. Most main roads are of cement concrete and / or of deep macadam surface. An air compressor driven pneumatic drill or equivalent mechanical excavating excavating tool will be essential if the crossing is to be made with minimum delay. Where paved footpaths are to be dug to excavate the cable trench, care must be taken to carefully remove the pavement slabs and store them properly after the work is completed. b) The contractor shall take all precautions while excavating the trench to protect the public / private property and to avoid any accidental damage. Any accidental damage should immediately be reported to the concerned utiltity. c) The contractor is liable to pay for all damages caused by his workmen. The sides of excavated trench shall, wherever necessary be well shored up with timer and sheeting. The depth of the cable trench shall be 0.9 mtr. The width shall be sufficient for easy handling of the cables during the laying operations depending upon the mehod of laying employed. For road crossings the same shall be 1.0 mtr. d) The excavated material shall be properly stored to avoid obstruction. pebbles / stones. Any gradient encountered shall be gradual. e) There is a likelihood of a situation demanding that more than one cable is required to be run in the same trench the contractors shall agree to increase the width of the trench to accommodate more than one cable. The bottom of the excavated trench should be carefully leveled and freed from

16.0.

LAYING OUT THE CABLE :


16.1. 33 KV H.T 3 core UG cables: The cable shall be pulled / drawn smoothly in the bored holes by the horizontal boring machine itself. The excavated cable trench shall be drained of all water and bed surface shall be smooth, uniform and fairly hard before laying out the cable. The cable shall be pulled in the trench only on cable rollers spaced out at uniform intervals to prevent damage to cable. The laying out process shall be smooth and steady, without subjecting the cable abnormal tension. The cable laid out shall be smoothly and evenly transferred to the ground after providing sand cushion and shall never be dropped. All he snake bends in the cable shall be straightened out. The cables shall be laid in the trench on a bedding

46

of minimum 75mm riddles soil or sand at the bottom of the trench, and covering it with additional riddled soil or the sand of minimum 75 mm and protecting it by means of tiles, bricks or slabs.

17.0.

FLAKING

17.1.

Wherever it is not possible to lay of the entire cable drum length, the cable should be cut and properly sealed and if it is necessary to remove the cable from the drum, it should be properly flaked. Such cable lengths should be properly stored at site.

18.0. SAND CUSHION for UG cables

18.1.

When the cable been properly straightened the trench shall be covered with 75 mm thick layer of good quality clean sand cushion. Then the cable shall be lifted and placed over the sand cushion. Again, another layer of sand 75mm thick should be laid and gently pulled on to the top of the cable to form a depth of 75mm from the top of the cable. The minimum envelope cushion around the cable shall be not less than 150 mm. The pulling shall be done by hand and in such a manner as to provide good bedding for the protective cable covers like tiles or bricks. The maximum permissible pulling force on XLPE armoured cables shall not exceed P=9 D2 Newton where P is the pulling force in Newton and D is the outer diameter of the cables in mm. However, the normal values of pulling force shall be around 15 to 20 percent of this force when laid in trenches, 20 to 40 percent in one or two 90 degree bends in trenches, 50 to 60 percent when the bends are more than 3. The cables shall have a minimum of 0.3 mtr clearance from the communication cables or water supply mains whenever they are encountered.

19.0. CABLE COVERING TILES for UG cables


19.1. The earthen ware cable covers / tiles shall be of burnt clay and so made and fired that they shall be true in shape, well burnt in kilns throughout and free from detrimental cracks. Except for the interlocking features straight covers shall be rectangular in plan with the underside flat 19.2. The size of the earthware covers / tiles should be 250mm long, 125mm wide. than 135 kg. The thickness at the outer edge should be 40mm. The average breaking load shall be not less

47

20.0. PREVENTION OF DAMAGE DUE TO SHARP EDGES

20.1.

After the cable has been laid in the trench and until the cable is covered with its protective covering, no sharp metal tool shall be used in the trench or placed in such a position that may fall into the trench.

20.2. 20.3.

Rollers used during laying of the cables shall have no sharp projecting parts liable to damage the cables. While pulling cable through Hume pipers / stoneware pipes / G.I. pipers / M. S. pipes, the cable shall be protected to aboid damage due to sharp edges.

21.0. RAILWAY CROSSINGS


21.1. When the cables are laid under railway tracks, the cable should be laid in reinforced spun concrete or C.I. or steel pipes at such depths as may be specified by the railway authorities but not less than 1M measured from the bottom of sleepers to the top of the pipe.

22.0. CABLES AND OVER BRIDGES :

22.1. 22.2.

Wherever the cable route crosses bridges the cable shall be laid in the ducts, if provided, by removing and replacing the R.C.C. covers and filled with sand cushion. In the absence of the cable ducts over bridges, the cable shall be laid in suitable size steel/G.I. pipes or as directed by the engineer-In-charge and the pipe covered by cement concrete if necessary to protect from direct sunrays.

23.0. CABLE CROSSING OPEN DRAINS WITH LONG SPAN :

23.1.

Wherever the cable to cross open drains with a long span, the cable shall be laid in suitable size G.I. pipe, properly jointed with suitable collars. The GI pipe shall be firmly supported on pillars, columns, or suitable support of R.C.C. foundation with stone masonry in cement mortar 1:4

23.2.

Wherever the U.G. cable has to cross the sewerage or water supply line the U.G. cable has to be taken below them maintaining adequate clearance. Further wherever the U.G. cable runs parallel to the telephone cable a separation distance of at east 300-mm shall be maintained.

23.3.

The cables shall be laid in stoneware pipe wherever the cable and trench crosses private roads, gates, etc. In order to avoid inconvenience the stoneware pipe should be laid first after excavation and excavated trench shall be back filled, compacted and surface properly redone to restore that original condition.

48

24.0. ROAD CROSSING of the UG cables

23.4.

The road cutting whether cement concrete, asphalt or macadam road shall be taken up after obtaining approval from civic authorities, Police, Telecom authorities and work should be planned to be completed in shortest possible time. Where necessary, the work shall be planned during night time or light traffic time. In the excavated trench across the road the GI pipe of appropriate size shall be laid, excavation back filled, compacted ad surface shall be redone in shortest time to allow the traffic on the road.

24.0.

FOOTPATH CUTTING of the UG cables

24.1.

The pavement slabs shall be removed and neatly stacked on side before starting excavation.

25.0.

REINSTATMENT

25.1.

After the cables are / or pipes have been laid and before the trench is filled in all joints and cable positions should be carefully plotted and preserved till such time the cable is energized and taken over by the engineer in charge. The requisite protective covering will then be provided, the excavated soil replaced after removing large stones and well rammed in successive layers of not more than 20cm in depth, where necessary the trench being watered to improve consolidation. It is advisable to leave a crown of earth not less than 50 mm and not more than 100 mm in the centre and tapering towards the sides of the trench.

25.2.

The temporary reinstatement of roadways should be inspected at regular intervals, more frequently during the wet weather and immediately after overnight rain. In trench is to be closed overnight and settlement should be made good by further filling to be extent required, such temporary reinstatement should then be left for a time so that soil thoroughly settles down.

25.3. 25.4.

After the subsistence has ceased the trench may be permanently reinstated and the surface restored to the best possible condition. If the surface is of special material like cement concrete, asphalt, or tarred macadam, resurfacing will be done by the civic authorities.

26.0.

CABLE AND JOINT MARKERS

26.1.

Permanent means of indicating the positions of joints on site should be provided. During the course of permanent reinstatement cable and joint markers, should be laid directly above the route of the cable and the position of the joint respectively.

49

26.2.

Wherever it is not possible to place the marker directly over the cable route or joint the marker should be suitably placed near the cable route or joint on which the distance of the cable route or joint at right angles to and parallel to the marker should be clearly indicated.

26.3.

The position of fixing the markers will be at the discretion of the Engineer-In-charge.

26.4.

JOINTING OF CABLES

26.5.

GENERAL: It shall be noted that the U.G. cables are of XLPE insulation and needs special care in jointing. The cable jointer and his assistant shall have experience in making joints / terminations. Jointing work should commence as soon as two or three lengths of cables have been laid. All care should be taken to protect the factory-plumbed cap/seal by laying the end solid in bitumen until such time as the jointing is commenced.

26.6.

Jointing of cables in carriage ways, drives, under costly paving, under concrete or asphalt surfaces and in proximity to telephone cables and water mains, should be avoided whenever possible.

26.7. JOINT PITS: The joint pits should be sufficient dimensions as to allow jointers to work with as much freedom of movement and comfort as cables proposed to be jointed. The sides of the pit should be draped with tarpaulin sheet to prevent loose earth from falling on the joint during the course of making. The pit should be well shored with timber, if necessary. An overlap of about 1.0 mtr of the cables to be jointed may be kept, for allowance to adjust the position of the joint. When two or more cables are laid together the joints shall be arranged to be staggered by 2 to 2.5 mtr. 26.8. SUMP PITS: When jointing cables in water logged ground or under monsoon conditions, a sump pit should be excavated at one end of the joint pit in such a position so that the accumulating water can be pumped or bailed out by buckets without causing interference to the jointing operation. 26.9. TENTS: A tent should be used in all circumstances wherever jointing work is carried out in the open irrespective of the weather conditions. The tent should be so covered as to have only one entrance and the back facing the direction of the wind. The tent cover should be properly weighted or tied down on the sides.

26.10. MEASUREMENT OF INSULATION RESISTANCE: Before jointing is commenced the insulation resistance of both sections of the cable to be jointed should be checked by insulation resistance testing instrument. An insulation resistance testing instrument of 2.5/5 kV shall be used. The Insulation Resistance values, between phases and phase to earth shall be recorded. The actual jointing operation shall start only after the approval of the engineer in charge of works.

50

26.11. PRECAUTIONS BEFORE MAKING A JOINT OR CUTTING A CABLE. The cable end seals should not be opened until all necessary precautions have been taken to prevent circumstances arising out of rainy/inclement weather conditions, which might become uncontrollable. The cable seals should be examined to ascertain if they are intact and also that the cable ends are not damaged, if the seals are found broken or the lead sheath punctured, the cable ends should not be jointed until after due examination and testing by the engineer-in-charge of the works.

26.12. PRECAUTIONS TO BE TAKEN ON LIVE CABLES IN SERVICE Sometimes it becomes necessary that a H.V. cable, which is in service, be cut for making a straight joint with a new cable. In such cases work on joint should start only after the in service cable is properly identified, isolated, discharged, tested and effectively earthed. Search coils interrupters or cable-identifying instruments should be used for this purpose. 26.13. IDENTIFICATION NUMBERS / COLOURS AND PHASING : The cables should be laid and jointed number to number or colour to colour shown on the core identifying marks and prevent cross jointing. In all cases, the cables should be tested and phased out, and more particularly so when the cable terminates at Ring Main Unit / Sub-station. 26.14. MAKING A JOINT: The Heat shrinkable joints used shall be conform to the specification vide Annexe 2. Alternatively push-on or Tapex or cold shrinkable type can be used with the approval of CESU. The contractor should furnish all the technical particulars of these joints and obtain approval only in case they are found superior to the heat shrinkable joints. Epoxy based joints are not permitted. Comprehensive jointing instructions obtained from the manufacturer of joint kits shall be meticulously followed. The connection of the earth wires should be done using flexible bonds connected to cable sheath using clips or soldering. Aluminum conductor strands shall be joined be joined by mechanical compression method, using suitable die and sleeve with a good quality tool. specification as per IS 13573-1992. The joints shall conform to

26.15. TRANSITION JOINTS: Wherever straight through joints will have to be made with existing cables under the following conditions, the contractor shall arrange such type of joints and execute them with skilled jointers.

(1) (2) (3)

Between cables having two different types of insulation viz., paper and XLPE Between cables having two different types of conductor material, viz. copper and aluminum. Or a combination of the above

51

The transition joints shall conform to IS 13705 Transition joints for cables for working voltages from 11 KV upto and including 33 KV performance requirements and type tests.
26.16. CABLE TERMINATIONS: Cable terminations required are both indoor and outdoor type and invariably be of heat shrinkable type conforming to the specifications vide Annexe 2. Alternatively push-on or Tapex or cold shrinkable type can be used with the approval of CESU with appropriate sheds for rainwater in case of outdoor terminations. All the technical particulars to establish the superiority in the performance of these joints shall be furnished while seeking approval. The terminations shall conform to specifications as per IS 13573 1992. The instructions furnished by the manufacturer of termination boxes/kits should strictly be followed. 26.17. Whenever a cable raised from the trench to end in termination, to be finally connected to an overhead line, the following instructions should be complied with (i) (ii) (iii) The rise of cable, immediately from the ground level should be enclosed in suitable bracket system in MS channel and angle. The balance portion of the cable should be neatly curved, in S shape. The cable and pipe should be properly fastened by using appropriate clamps /support. The hardware of clamps shall be painted with red oxide and enamel paint or galvanized. (iv) The lugs on the termination shall be compressed with a suitable compression tool.

27.0. EARTHING AND BONDING

27.1.

The metal sheath and Armour should be efficiently bonded and earthed at all terminals to earth electrodes provided. The cross sectional area of the bond shall be such that the resistance of each bond connection shall not exceed the combined resistance of an equal length of the metal sheath and Armour of the cable.

28.0. TESTING AFTER LAYING AND JOINTING

28.1. 28.2. 28.3.

All cables after laying and jointing works are completed should be tested systematically and insulation and pressure tests should be made on all underground cables. All test results should be recorded in tabular form in logbooks kept for the purpose The cable cores should be tested for :(i) Continuity (ii) Absence of cross phasing (iii) Insulation resistance to earth; insulation resistance between conductors.

29.0. H.V. TESTS

52

29.1.

After the laying and jointing work is completed, a high voltage test should be applied to the cable to ensure that the cable has not been damaged during or after the laying operations and there is not defect in the joining

29.2.

The high voltage tests should be as per IS 1255 or as per international standards. The H.V. testing instruments shall be brought by the turn key contractor.

30.0. TESTING AND RECORD OF CABLE CONSTANTS :


30.1. When the cable is ready, just before commissioning, the cable constants viz, the resistance, capacitance and inductance of each conductor should be determined and recorded, along with frequency at which the values of capacitance and inductance are determined.

31.0. GUARANTEE
31.1. All the cable joints / termination done by the contractor shall be guaranteed for 12 months from the date of energisation of the complete cable. In the event of failure during the guarantee period, the restoration work shall be done free of cost by the contractor within 24 hours of giving notice or else the expenditure incurred by CESU to re-do the joint / termination will be recovered from the performance guarantee amount held with the CESU.

32.0. CABLE RECORDS


32.1. 32.2. 32.3. Accurate neat plans / sketches, drawn to suitable scale (1 cm = 10M) should be prepared and furnished by the contractor after the completion of each work. All relevant information should be collected at site, during the progress of work and preserved for preparation of drawings. The following essential data should be incorporated on all drawings a) Size, type of cable or cables. b) Location of the cable in relation to prominent land mark property, Kerb-line etc., with depths. c) The cross section showing where cables are laid in piper or ducts, giving their sizes, type and depths. d) Position and type of all joints e) Location of other cables which run alongside or across the cable route. f) Position and depths of all pipers, ducts, etc., which are met as obstruction to the cable route. g) Accurate lengths from joint to joint h) Manufacturers name and drum number of the cable, between sections / joint to joint.

Two transparencies and six blue print copies of the cable records prepared as above shall be given to the CESUs engineer as a part of the contract as soon as the cable is charged.

53

PRICE SCHEDULE
PACKAGE A

54

PRICE SCHEDULE SHEETS FOR Package A


Work : Underground cable system for 33KV Double circuit for power supply to intake pump house of IOCL at Cuttack , on Total Turn Key basis
(Unit Rates quoted are inclusive of all taxes & duties) Supply Unit Amount Rate(Rs) (Rs) Erection Unit Amount Rate(Rs) (Rs) Total Amount (Rs)

Sl No

Particulars

Unit

Quantity

1.

Supply and Construction of DP in 150 x 150 mm RS Joist 9mtr. Long out side the 220KV Grid sub station Bidanasi for drawal of conductor with 10mtr span from gantry to D.P with following : a) : Two Nos H.T stay sets complete b) : 33KV 400A A.B Switch ( 1set) c) : 33KV L.A (30KV, 10KA) 03Nos d) : Stringing of 100mm2 AAAC with 3Nos 11KV G.I.Pin and pin insulator and 18 Nos 33KV 90KN disc insulators. e) : Pipe earthing : 02 Nos f) : Anticlimbing device in GI barbed wire g) : Danger board including fabrication, erection, padding, mass concreting (1:4:8) and couping of poles stay fixing and concreting (1:3:6), fitting of double top channel, double angle cross bracing including supply of all materials, Labour, T&P, Transportation, concreting and couping of pole & stay concreting etc. including painting with one coat of red oxide and two coats of Aluminium paint and erection of D.P as per REC specification and standard and as per the direction of the Engineer in charge complete.

No

55

Supply and laying of 8.15 Circuit Km in double circuit of UG cable, 33 KV, 3 core, 400 sq mm, aluminum, XLPE insulation armoured dry cured power cable Laying by Horizontal direction drilling method as per specification.

Cable raised from the trench to end in termination, to be finally connected to an overhead line in suitable bracket system in MS Channel and angle is part of the job. The scope also includeg supply of all materials, Labour, T&P, Transportation etc. including painting of iron structure with one coat of red oxide and two coats of Aluminium paint as per the direction of the Engineer in charge complete.
From D.P end at 220KV Bidanasi Grid to proposed 9 pole structure near Thakuragada of Baliyatra ground in front of Diploma Engineers Association (app.Cable Qty 18.45 Km including cable looping of 2.15 Km) in double circuit.. From above proposed 9 pole structure to Kalinga 33KV line D.P in the back side of Madhusudan Pathagara with the provision of one set of 33KV, 400Amp A.B switch and 03 nos of 30KV, 10KA L.A at Kalinga end. Straight through jointing kits Heat Schrikable Type suitable for 33 kV 3 Core, 400 Sq.mm HT XLPE Aluminum UG Cable. ( For both circuit) including looping of cable in loop chamber ( app. 2.15 Km cable for looping) Out doorTerminating End box kit Heat shrikable Type suitable for 33KV class, 3 Core 400 sq mm HT XLPE UG Cable. Cable loop chamber of size 6x6x6 including rise of minimum 1.5ft from the ground level in alternate jointing position for both circuit in KB brick with 1 plastering (1:4) with RCC ( 1:3:6) cover of at least 2 thick with proper lifting arrangement with the provision of cable in and out arrangement in the chamber complete including supply of all materials,labour, T&P, transportaion etc as per the direction of the Engineer in charge. km 16.3

Km

0.65

2 (a)

No

68

(b)

No

No

34

56

Supply and Construction of Nine pole structure in 150 x 150 mm RS Joist 13mtr. Long near Thakuragada of Baliyatra ground in front of Diploma Engineers Association with following :
a) : Erection of 116x100mm RS Joist 04 Nos with double MS top channel and GI clamps for resting of cable at 9 pole structure end. b) 33KV Isolators : 08 sets b) :33KV L.A (30KV, 10KA) : 12Nos c) : Stringing of Bus ( 02 Nos) in 232mm2 AAAC (App.0.8Km) with App. 21Nos 11KV G.I.Pin and pin insulator and App. 180 Nos 33KV 90KN disc insulators and App. 60 Nos 33KV Hard ware fittings. d) : Pipe earthing (50mm dia) : 12 Nos e) : Coil earthing : 09 Nos f ) : Danger board : 6 Nos including fabrication, erection, padding, mass concreting (1:4:8) and couping of poles double top channel, double angle cross bracing including supply of all materials, Labour, T&P, including painting with one coat of red oxide and two coats of Aluminium paint and erection of structure as per REC specification and standard and as per the direction of the Engineer in charge complete.
Total ( Rupeees in words)

Nos

Place: Date: Bidders will be permitted to only enter the item wise rates. No other modification shall be permitted. Bidders are required to sign each and every page and enclose the same in the Price Bid in Sealed Condition. One soft copy in CD shall also be submitted in the Price Bid.

Signature of the Tenderer with Company Seal

(Signature of the Bidders) Note: i. Unit rate is inclusive of all taxes and duties. Ii. Any discrepancy in unit rate and amount, unit rate stands. Iii. Any column left blank shall be treated as nil/ inclusive of. (This form should be duly filled up by the tenderer & submitted in duplicate in separate envelopes super-scribing "PART - II PRICE BID")

57

58

SECTION III PACKAGE B ( Tower work) TECHNICAL SPECIFICATION AND PRICE SCHEDULE

59

TECHNICAL SPECIFICATION FOR CONSTRUCTION OF 33 KV D.C LINES AND STRINGING IN ACSR PANTHER & ZEBRA CONDUCTORS IN 220 KV TOWERS
1.0 SCOPE 1.1 The scope covers (1)Construction of 33 KV D.C. line in Towers from the proposed Nine pole structure near Thakuragada of Baliyatra ground in front of Diploma Engineers Association to intake pump house of IOCL near Boating Ghat, including excavation, foundation casting (Piling) includes alignment maintaining required level etc., erection of superstructure, stringing of earth wire & conductor, fixing of tower and conductor accessories, Repairing and revetment work as required, testing, commissioning the same and (2) Stringing of 33 KV line, as per technical specification and direction of engineer-in-charge including getting inspected from the CEI and final handing over to CESU . The bidders may visit the site in order to acquaint himself about the ground realities and access the quantum of work required to be done in respect of fresh foundation erection and stringing work necessary and quote accordingly. 1.2 Erection of transmission line, shall include all necessary works before commissioning of the line including but not limited to the following : Submission of erection programme with bar chart. Check survey. Including location marking. Submission of Soil Testing/investigation Report Submission of Tower foundation design ( Pile Foundation) as per the Soil Test Report for Approval. Pile Foundation of the Tower Super Structures as per the Approved Drawings. Stub template setting, concreting of stubs, curing and coping . Earthing of tower. Erection of super structure and accessories. Fixing of Insulator and accessories, paving out and stringing of conductors with all accessories, fittings, dampers etc. complete for power conductors. Paving out and stringing of earth wire with all accessories, fittings of dampers etc. complete for earth wire. Checking and commissioning of the line after completion of all erection works. Getting clearance from CEI Govt. of Orissa. Solving all Type of ROW problem and payment of compensation at his own cost to make the location free for construction erection and stringing work. Payment of all type of crop compensation at his own cost. The contractor shall arrange the security for watch and ward for the entire work including the work already done till handing over of the line at his own cost.Engaging own security at own cost till final handing over of the line to CESU. Any incidental work not covered in the specification but are required for completion of the line and commissioning there of.

All other materials required for satisfactory construction of Transmission lines such as sand, coarse aggregate,all type of fine aggregates, jelly, explosives, earth pit filling, materials like charcoal and salt etc, form boxes, shutters. erection tools and works etc. of approved quality shall be inclusive of the cost of such materials and all other expenses incidental to execution of this contract shall be borne by the contractor.

60

STANDARDS FOR STRUCTURAL STEEL WORK IS: 800 IS: 606 IS: 808 IS: 813 IS: 814 IS: 816 IS: 1200 IS: 1236 IS: 1363 IS: 1364 IS: 1367 IS: 1730 IS: 1977 IS: 2062 FABRICATION OF STRUCTURAL STEEL WORKS: SCOPE This sub-section of the specification concerns the supply, fabrication, testing, surface protection and delivery to site of structural steel work, including the supply of all bolts, nuts, washers, electrodes and other materials and consumables stores required for the fabrication. CODES AND STANDARDS All work shall conform fully to the requirements of the current version of all relevant Indian standards as determined by the Engineer in charge. Code of practice for general construction in steel. Code of practice for use of steel tubes in general building construction. Rolled steel beams, Channels and angle sections. Scheme of symbols for welding. Covered electrodes for metal are welding of structural steel. Code of practice for use of metal arc welding for general construction in mild steel. Method of measurement of steel work and iron work (Part 8) Mild steel Tubes. Black hexagon bolts, nuts and lock nuts (dia 6 to 30mm) and black hexagon screws (dia 6 to 24mm). Precision and semi-precision hexagon bolts, screws, nuts and lock nuts (dia range 6 to 39mm). Technical supply conditions for threaded fasteners. Dimensions for steel plate, sheet and strip for structural and general engineering purposes. Specification for structural steel (ORDINARY QUALITY). Steel for general structural purposes.

61

MATERIALS The materials shall conform to the following requirements. All steel materials to be used in construction within the purview of the specification shall comply with any of the following Indian Standard Specification as may be applicable. All bolts shall be property class 5.6 of property class 5.0 and nuts shall be of properly class 5.0 HRH and shall conform to the requirements of Indian standard Specification IS: 1367 (Part 3) 1991, IS: 6639-1972 and galvanizing quality shall be as per IS: 538. All bolts and nuts shall be of minimum diameter of 16 mm. unless otherwise stated. All mild steel for bolts and nuts when tested in accordance with the following Indian Standard Specification shall have a tensile strength of not less than 44 kg/sq.mm. and a minimum elongation of 23 percent on a gauge length of 5.6 A, where A is the cross sectional area of the test specimen. Washers shall be made of steel conforming to IS:961 as may be applicable under the provisions of the contract. Zinc reached Epoxy Paints to be used for shop coat of fabricated steel (other than galvanized) under the purview of this contract shall conform to IS: 2074 Ready mixed paint, red oxide zinc chromate priming. MATERIALS TO BE USED All steel materials required for the work will be supplied by the Contractor unless otherwise specified elsewhere in the contract. The materials shall be free from all imperfections., mill scale, slag intrusions, laminations, pitting, rusts, etc. that may impair their strength , durability and appearance. All materials shall be of tested quality only, test certificates in respect of each consignment of structural steel work delivered to the site shall be submitted to the Engineer. Electrodes for manual metal are welding shall be of approved manufacturer and conforming to the relevant Indian Standard Codes of Practice and Specification. They shall be of the heavily coated type and the thickness of the coating shall be uniform and concentric .With each container of electrodes, the manufacturer shall furnish instructions giving recommended voltage and amperage,(and polarity in the case of direct current supply), for which the electrodes are suitable. Note: All Iron materials including Joist, Angle, Channel, Cross Arms, Pins, Tower members etc used in this project shall be Galvanized of 610gm/mt. Steel All steel materials shall comply with the relevant Indian Standard Specifications, including but not limited to the following document: IS:1977 Specification for structural steel(ordinary quality) IS: 2062 Steel for general structural purposes. 62

Where imported steel material is used, this shall conform to the relevant international specification which is deemed to be appropriate by the Engineer. Electrodes All electrodes to be used under the Contract shall be of approved manufacturer and shall comply with the relevant Indian Standard Specifications, including but not limited to the following requirements: IS: 814 Covered electrodes for manual metal arc welding of carbon making manganese steel. IS: 7280 Bare wire electrodes for submerged are welding of structural steels. Bolts, Nuts and Washers All bolts and nuts shall conform fully to the requirements of Indian Standard Specification IS: 1367 Technical Supply Conditions for Threaded Fasteners. Materials for bolts and nuts under the purview of this contract shall comply with any of the following Indian Standard Specifications as may be applicable. Mild Steel When tested in accordance with the following Indian Standard Specifications all mild steel for bolts and nuts shall have a tensile strength of not less than 44 Kg/mm and a minimum elongation of 23 percent on a gauge length of 5.6 A, where A is the cross sectional area of the test specimen: IS:1367 Technical supply conditions for threaded fasteners IS: 1608 Method for tensile testing of steel products other than sheet, strip, wire tube. High Tensile Steel The material used for the manufacturer of high tensile steel bolts and nuts shall have the requirements of IS:1367. Washers Washers shall be made of steel conforming to the appropriate Indian Standard Specifications including, but not limited to the following documents: IS: 1977 Specification for structural Steel (Ordinary quality) IS: 2062 Steel for general structural purposes. IS: 6649 Hardened and tempered washers for high strength structural bolts. DESIGN METHOD The stress analysis shall be conducted by any suitable method for all types of steel structures including towers, Line supporting structures, considering following worst case load combinations as applicable for respective structures: 1. All possible combinations of dead loads, service loads and on any other applicable Loads as derived. 2. Wind induced loads.

63

3. Inertial forces induced due to seismic activities. 4. Thermal stresses. 5. Any other special loads like short circuit forces ctc during service period of structures and during erection stages.

Usage of INHOUSE developed software shall not be permitted. Only standard widely used and tested softwares i.e. STAAD-3, COSMOS, SAP-90 etc shall be used for analysis and design of structure. ASSUMED WORKING LOADS
A) Wind load

Wind load on structure trusses, equipment, conductor, insulators, etc. shall be assessed confirming to IS: 802 (Part-I. Sec-I) 1995 for the state of Orissa in costal district.
B) Conductor Tension

The tension for conductors will be 1000 Kg. And for shielding wire will be 750 kg. Angle of deviation with respect to direction normal to take off structure beam will be) deg. to 15 deg.
C) Short Circuit Loading

Short circuit forces including snatch in the case of bundle conductors shall be considered according to manufacturers specification.
D) Seismic Loads

The lateral forces shall be established in accordance with recommendations of IS :1893-1984. A basic horizontal seismic co-efficient of 0.04 shall be used.
E) Dead Load

Dead weight, loads of conductors, insulators and electrical Line shall be taken into Consideration in the design as per data furnished by the manufacturers and conforming to IS: 802 (Part-I/Sec-I) 1995.
F) Human Load

A point load of 150 Kg. Anywhere on the structure


G) Stress on members shall be checked conforming to IS: 802 (Part-I/Sec-2)- 1992.

COMBINATION OF LOADS 64

For the design of the steel structures, simultaneous application of loads as indicated shall be considered. The direction of wind should be assumed such as to produce the maximum Stress in any member for the combination of wind load and wire tensions. NORMAL CONDITION Strung Bus Bars
1. Wind load on bus bars, shield wires, insulator strings, electrical equipments structure members etc. 2. Unbalanced loads due to wire tension. 3. Dead loads of wire, insulators, electrical Line and structure members.

ABNORMAL CONDITIONS Short Circuit Conditions In addition to the combination of loading excluding the wind loads, earthquake forces as specified shall be considered for the design of structural members. Earthquake Conditions In addition to the combination of loading, short circuit forces shall be considered for the design of structural members. FACTOR OF SAFETY The factor of safety in the design of members for steel switchyard structures shall be as per IS: 802 (Part-1/Sec-2)-1992. LIMIT OF EFFECTIVE SLENDERNESS RATIO:The effective slenderness (L/R) ratio of members shall meet the following limits. Leg members, Gantry chords, main compression Member and ground wire peaks. Other members having computed compressive Tension members Where L: Length of the unsupported panel of member. R: Radius of gyration of members. 65 Stress : 400 : 200 : 120

In order to facilitate transportation and hauling, the length of any structural member shall not exceed 6 m.

MINIMUM THICKNESS AND SIZE OF STEEL MEMBERS:Minimum thickness of steel members of structures shall be as follows:a) For leg members and compressive chords in Gantries. b) For other members without calculated stress. c) For redundant members without calculated stress. d) Gusset plates e) Minimum bolt diameter for main members carrying calculated stress f) Minimum bolt diameter for bracing member Without calculated stress. : 12 mm. : 5 mm. : 5 mm. : 6 mm : 16 mm. : 6 mm.

In computing the net section of tension members, the diameter of the bolt holes shall be taken as 1.5 mm. greater than the nominal diameter of the bolts. DESIGN DRAWINGS AND CALCULATIONS :The design drawings shall show the following data and information : Tower Foundation by Piling method along with the calculation based on the soil investigation report DETAILING OF TOWER MEMBERS:Detailing shall be done as per IS:802 (Part-II)-1978 and as follows :
(a) General :-

Steel structure dimensions, framing, member sizes and length, number, size and length of bolts, thickness of each filler and other necessary details to fabricate each piece shall be shown on the approved detailed drawings. No subsequent change shall be made without the written approval of Employer. All web members shall be in one piece where practicable. All double diagonal web system members shall be connected at their point of intersection by at least one bolt. b) Step bolts.

Step bolts shall be of 16-mm. diameters and shall have round or hexagonal head. Each step bolt 66

shall be provided with two hexagonal nuts. The minimum bolt length and length of unthreaded portion shall be150 and 100 mm. respectively. Step bolts shall not be used as connection bolts. The step bolts shall be spread alternately on the inner gauge line on each face of the angle about 40 cm. Centers. They shall be furnished for one leg of each steel structure column from its base elevation. c) U bolts

Detailed drawings shall be complete with sizes and detailed dimensions of all steel structure members. At each joint there shall be the number, size and length of bolts, number and size of fillers and detailed dimensions of gusset plate, if any. d) Bill of Material

Bill of Material shall give the size, length and galvanized weight of each member and the total weights of steel structures. It shall also include the number of bolts, nuts and washers per structure. QUALITY CONTROL The contractor shall establish and maintain quality control procedures for different items of work and material to ensure that all work is performed in accordance with the specifications and best modern practice. In addition to the contractors quality control procedures, materials and workmanship at all times shall be subjected to inspection by the Employer. As far as possible, all inspection by the Employers representative shall be made at the Contractors fabrication shop whether located at site or elsewhere. The contractor shall co-operate with the Employer in permitting access for inspection to all places where work is being done and in providing free of cost of all necessary help in respect of tools and plants, instrument, labour and material required to carry out the inspection. Materials or workmanship not in reasonable conformance with the provisions of these specification maybe rejected at any time during the progress of the work. The quality control procedure shall cover but not be limited to the following items of work:

(i)

Steel

: Quality, manufacturers test certificates, test reports of representative samples of materials from unidentified stocks if permitted to be used.

(ii) (iii)

Bolts, nuts & washers Electrodes.

: Manufacturers certificate, dimension & washers,

check, material testing.


: Manufacturers certificate, thickness and quality

67

of flux coating.
(iv) Welds. : Inspection, X-ray, ultrasonic test, and magnetic

particle test.
(v) (vi) Paints. Galvanizing : Manufacturers certificate, physical inspection

reports.
: Tests in accordance with IS : 2633 Methods of testing weight, thickness and uniformity of coating on hot dipped galvanizing articles

FABRICATION WORKMANSHIP All workmanship shall be equal to the best practice in modern structural shop and shall conform to the provisions of IS: 800 1984 & IS: 802 (Part II) 1978. Rolled materials before being laid off or worked, must be clean free from sharp kinks, bends, or swifts and straight within the tolerances allowed by IS: 1852. If straightening is necessary, it may be done by mechanical means or by the application of a limited amount of localized heat not exceeding 600 deg. C. Cutting shall be affected by shearing, cropping or sawing. Use of mechanically controlled Gas Cutting Torch may be permitted for mild steel only. Gas cutting of high tensile steel may also be permitted provided special care is taken to leave sufficient metal to be removed by machining, so that all metal that has been hardened by flame is removed. To determine the effective size of members, cut by gas, 3 mm. shall be deducted from each cut edge. The erection clearance for cleared ends of members connecting steel to steel shall preferably be not greater than 2 mm. at each end. The erection clearance at ends of beams without cleats shall not be more than 3 mm. at each end, but where for practical reasons greater clearance is necessary suitably designed clearings shall be used. All members shall consist of rolled steel sections. Holes for bolts shall not be more than 1.5 mm. large than the diameter of the bolt passing through them. All members shall be cut to jig and all holes shall be punched and drilled to jig. All parts shall be carefully cut and holes accurately located after the members are assembled and tightly clamped or bolted together. Drifting or rimming of holes shall not be allowed. Holes for bolts shall not be formed by gas cutting process. 68

Punching of holes will not be permitted for M.S. members up to 8 mm. thick and in no case shall a hole be punched where the thickness of the material exceed the diameter of the punched hole. The stress analysis shall be conducted by any suitable method for all types of steel structures. Any computer programme to be employed shall be prepared of approved by the recognized institute and be submitted to Employer/ Engineer Minimum bolt spacing and distances from edges for members shall be in accordance with the provisions in the relevant Indian Standard Specification. Built members shall, when finished, be true and free from all kinds of twists and open joints and the material shall not be defective or strained in anyway. All bolts shall be galvanized including the threaded portion. The threads of all bolts shall be cleared of smelter by spinning or brushing. A die shall not be used for cleaning the threads unless special approved by the Employer. All nuts shall be galvanized with the exception of the threads, which shall be oiled. When in position all bolts shall project through the corresponding nuts but not exceeding 10 mm. The nuts of all bolt attaching insulator sets and earth conductor clamps to the structure shall be carefully positioned as directed by the Employer. Bolts and nuts shall be placed in such a way so that they are accessible by means of an ordinary spanner. Foundation bolts and tubes shall be fitted with washer plates or anchor angles and flats, nuts, etc and shall be manufactured from mild or special steel. Washers shall be tapered or otherwise suitably shaped, where necessary to give the heads and nuts of bolts a satisfactory bearing. The threaded portion of each bolt shall project out through the nut at least one thread. In all cases, the bolt shall be provided with a washer of sufficient thickness under the nut to avoid any threaded portion of the bolt being within the washer, one spring washer or lock nut shall be provided for each bolt shall project out through the nut at least one thread. In all cases, the bolt shall be provided with a washer of sufficient thickness under the nut to avoid any threaded portion of the bolt being within the washer, one spring washer or lock nut shall be provided for each bolt for connections subjected to vibrating forces or otherwise as may be specified in the drawings. CLEANING AND GALVANIZING Cleaning After fabrication as been completed and accepted, all materials shall be clear of rust, loose scale, dirt, oil grease and other foreign substances. Galvanizing All materials shall be hot-dip galvanized after fabrication and cleaning. Re-tapping of nuts 69

after galvanizing is not permitted. Galvanizing or structural mild steel products shall meet the requirements of IS: 4759-1984. All holes in materials shall be free of excess shelter after galvanizing. Galvanizing for fasteners shall meet the requirements of IS: 1367 (Part 3)-1983. The spring washers shall be electro galvanised as per IS: 1573 1986. Finished materials shall be dipped into the solution of dichromate after galvanizing for white rust protection during transportation. All galvanizing shall be uniform and of standard quality. Mass of zinc Coating The mass of zinc coating for different class of materials, as given in Table-4, shall be followed. MASS OF ZINC COATING. Minimum value of average Mass of coatings. Gm/m 610 610 460 340 300 270

Sl. No. 1. 2. a. b. c. 3. a. b.

Product Castings grey iron, malleable iron Fabricated steel articles : 5 mm thick and over Under 5 mm, but not less than 2 mm. Under 2 mm. but not less than 1.2 mm. Threaded work other than tubes and tube fittings: 10 mm. dia. and over. Under 10 mm. dia.

Straightening after Galvanizing All plates and shapes which have been warped by the galvanizing process shall be straightened by being re rolled of pressed. The materials shall not be hammered or otherwise straightened in a manner that will injure the protective coating. If, in the opinion of Employer the material has been forcibly bent or warped in the process of galvanizing of fabrication such defects shall be cause for rejection. Repair of Galvanizing Materials on which galvanizing has been damaged shall be acid stripped and regularized, unless, in 70

the opinion of employer, the damage is local and can be repaired by zinc spraying or by applying a coating of galvanizing repair compound. Where regularizing is required, any member which becomes damaged after having been dipped twice shall be rejected. CONFIRMITY WITH DESIGN The contractor shall design the towers including all connection not detailed in the tender Drawings. Full design calculation for the connections shall be submitted with the fabrication drawings for review by the Engineer. The Contractor shall design and fit all required lifting lugs or attachments required for erection of the structural steelwork and provide appropriate design and calculations for review. Contractor shall furnish all materials and fabricate all steelwork in accordance with the approved Drawings and/or as instructed by the Engineer keeping in view the maximum utilization of the available sizes and sections of steel materials. The method of painting , marking , packing and delivery of all fabricated materials shall be strictly in accordance with the provisions of the Specification and/or as approved by the Engineer. STORAGE OF MATERIAL General All materials shall be so stored as to prevent deterioration and to ensure the preservation of their quality and fitness for the work . Any materials which has deteriorated or has been damaged shall be removed from the Contractors yard immediately, failing which the Engineer shall be at liberty to arrange for removal of the material and the cost incurred thereof shall be realized from the Contractor. The Contractor shall maintain up to date accounts in respect of receipt, use and balance of all sizes and sections of steels and other materials. Where fabrication is carried out in Contractors fabrication shop or site and where fabrication works for their other projects are also carried out, all materials allocated for use on this projects shall be stored separately with easily identifiable marks. QUALITY CONTROL The contractor shall establish and maintain quality control procedure for all items of work and material provision to ensure conformity with the requirements of this specification in addition to the Contractors quality control procedures, materials and workmanship shall at all times be subjects to be inspected by the Engineer in charge. The quality control procedure shall cover but not be limited to the following items of work:71

Steel Quality Bolts, Nuts &

Manufacturers test certificates. Manufacturers certificate, dimension checks, material Washers testing.

Electrodes Manufactures certificate, thickness and quality of flux coating.

All inspection by the Engineer shall be carried out at the Contractors fabrication shop unless the Engineer is an agreement with other arrangements being made. The Contractor shall permit access for inspection to all places where work is being carried out and shall provide, free of cost, all necessary assistance to the Engineer in respect of tools and plant instruments labour and materials required to carry out the inspection.

Conductor Stringing :
The entire stringing work of conductor and earth wire shall be carried out by tension stringing technique. The contractor shall indicate in their offer, the sets of tension stringing equipment he is having in his possession and the sets of the stringing equipment he would deploy exclusively for this package which under no circumstance shall be less than the number and capacity requirement indicated in Qualifying Requirements for Bidder.

Materials :
The Bidder should have assured access to supply Earthwire, hardware fittings and Conductor & Earthwire accessories from Qualified manufacturers. Type test certificate from CPRI/Govt. testing laboratory should be attached with the offer.
a) Earthwire :-

Galvanized steel ground wire wire of size 7/3.15 mm or above from any reputed manufacturer.

b) Hardware Fittings
90KN/100KN Hardware fittings of reputed manufacturer.Type and load test certificates from CPRI/ Govt. testing laboratory.
c) Insulator String Hardware (As may be applicable)

(i) Anchor shackle (ii) Chain Link (iii) Ball Clevis (iv) Arcing horn holding plate (v) Yoke plate (vi) Socket clevis (vii) Arcing horns (viii) Corona control ring/grading ring (ix) Clevis Eye
72

(x) Free center type/ Armour grip suspension clamp for suspension
strings.

(xi) Compression type dead end clamp. (xii) Sag adjuster. (xiii) Balancing weight
d) Accessories for Conductor & Earth wire (As may be applicable) (i) (ii) (iii) (iv) (v) (vi) (vii) (viii) (ix) Performed Armour rods Mid Span compression joint Repair Sleeves Flexible copper bonds Bundle spacers Vibration dampers Rigid Spacer Suspension clamp for earth wire. Tension clamp for earth wire

e) Service Conditions :
Equipment/ material to be supplied against this specification shall be suitable for satisfactory continuous operation under tropical conditions as specified below : Maximum ambient temperature (Degree Celsius) Minimum ambient temperature (Degree Celsius) Relative humidity (% range) Wind zone (as per IS : 875) Maximum altitude above mean sea level (Meter) Isoceraunic level (days/years) : : : : 50 : 0 10 100 49 m/sec : Upto 1000m 50

Moderately hot and humid tropical climate conducive to rust and fungus growth. Climate varies from moderately hot and humid tropical climate to cold climate.

General Climatic Conditions :


Climatic conditions shall be of tropical nature having summer period for 8 months and winter period for 4 months in a year. The maximum temperature during summer be of the order of 50 Deg. C and the minimum temperature in the winter shall be of the order 40 C. Normal every day temperature is 320 C.

Working Seasons :
Working season shall be approximately 9 months/year and balance 3 months shall be monsoon period. For this particular work two working seasons shall be allowed to the contractor.

Guaranteed Technical Particulars


The Guaranteed Technical Particulars of the various items shall be furnished by the Bidders in one 73

original and one duplicate For Approval from CESU. The data furnished in Guaranteed Technical Particulars should be the minimum or maximum value (which ever is ruling condition as per the requirement of the specification) required. However, for testing purpose or from performance point of view, the material shall be considered performed successfully if it achieves the minimum/ maximum value required, which ever is ruling condition, as per the technical specification. No preference what so ever shall be given to the bidder offering better/more stringent values than those required as per specification except where stated otherwise.

Access to the Line and Right of Way:


Right of way and way leave clearance shall be arranged by the Contractor in accordance with work schedules. Owner will secure way leave and Right of way in the Forest area but the contractor shall maintain the same for the entire period of the contract.

Clearance from Ground, Building, Trees etc.


Clearance from ground, buildings, trees and telephone lines shall be provided in conformity with the Indian Electricity Rules, 1956 as amended up to date. The tree cutting shall be the responsibility of the Owner except for that required during survey. However, the Contractor shall count, mark and put proper numbers with suitable quality of paint at his own cost on all the trees that are to be cut by the Owner at the time of actual execution of the work as detailed below. Contractor may please note that Owner shall not pay any compensation for any loss or damage to the properties or for tree cutting due to Contractors work. ERECTION: Preliminary work: Two copies of key map, plan, profile drawings and structure list, for the work covered by this contract shall be furnished to the contractor after award of the contract. If no pillars will be available during execution of work, the contractor should re-survey from angle point to angle point with free of cost. Right of Way and Approach Road: (a) Any compensation required to be paid to the land owners on account of taking temporary possession of the land for construction of foundation, back filling, erection, stringing and compensation towards damage of crops, cutting of trees and any other incidental compensation has to be paid by the contractor at his own cost. CESU shall only assist the contractor. (b) Approach and construction roads: All existing roads, public roads for construction purpose shall be available for use of the contractor. In case of private road, CESU will assist to get permission for use of the same by the contractor. Approach roads to the tower location or to any other area for construction of the line will have to be constructed by the contractor at his own cost. In case approach road is not possible cost towards head loading of the material shall be paid by CESU only upto the tower locations. Transportation of material between tower point to tower point shall not be paid and shall not come within ambit of head loading for the purpose of payment. CESU will only offer assistance for approach to the areas/locations demanding intervention by 74

law and other authorities. But all costs for construction of these roads, payment towards royalty or rental charges, compensation etc. if any shall be borne by the contractor in respect of approach roads and private roads. The contractor shall provide and maintain during the entire contract period. All local taxes including royalty etc. should be borne by the contractor. Erection notice: The contractor shall keep the Engineer-in charge informed and give prior notice before commencement of any work. The contractor shall proceed with the work only after getting clearance from the Engineer-in charge. In case of erection to be carried out across power, telephone lines or public roads, water ways, canals etc., the Engineer-in-charge shall however furnish the required drawings of the crossing for the purpose, minimum sixty days in advance to contractor. (a) All necessary care shall be taken by the contractor to avoid damage to crops and trees or properties while executing this contract. Un-avoidable cases shall be brought to the notice of the Engineer-in-charge who will render necessary assistance to enable him to proceed with the work. Whenever work is carried out under such circumstances, any extra cost arising out of loss/damage to crops, trees, properties etc. shall be borne by the contractor. EARTH WORK FOR TOWER FOUNDATIONS: (i) General RequirementsThe contractor shall provide all tools, plants, instruments, qualified supervisory personnel, labour materials, any temporary workers, consumables, and every thing necessary, whether or not such items are specifically stated herein, for completion of the project in accordance with specification requirement. The excavation shall be done in accordance with the design and drawing. This shall also includes, where ever required, proper shoring shuttering to maintain excavations and also the furnishing, erecting and maintaining of substantial barricades around excavated areas and warning lamps at night for ensuring safety of lives and property. (a) Scope also includes dumping of excavated materials in regular heaps, bunds, rip rap with regular slopes as directed by Engineer-in-charge within the lead specified and leveling the same so as to provide natural drainage. Rock/soil excavated shall be stacked properly. All softer materials shall be laid along the center of the herpes, the harder and more weather resisting materials forming the casing on the sides and the top. Rocks shall be stacked separately. (b) The area to be excavated /filled shall be cleared of trees, plants, stumps, bush, vegetation rubbish etc. and other objectionable matter. If any roots or stumps or trees are met during excavation, they shall be removed as directed by Engineer-in-charge. (i) Soft/Loose Soil: These shall include all kinds of soils containing Kankar, Sand, Silt and are removable by ordinary pick axes, shovel and spade and which is not classified under Dense/Compact soft dis-integrated and Hard Rock category as defined below: (ii) Dense/Compact Soil: Spoil removable by pick-axe, crowbar etc. Moorum or shingle, gravel, clay, loam peat etc. (iii) Soft & Decomposed /Dis-integrtated Rock: This shall include rock, boulders, shale, chalk, slate, hard mica, schist, laterite and all other materials which in the opinion of the Engineer-in-charge is rock, does not need blasting and could be removed with picks, hammer, craw bars, wedges and pneumatic breaking work. This shall also include rock boulders not longer than one metre in any direction and not more than 500 mm in any one of the other two directions. (iv) Hard Rock This shall include all rock occurring in continuous masses which cannot be removed except by blasting for loosening it. Harder varieties of rock with or without veins and secondary minerals, which in the opinion of the Engineer-in-charge require blasting, shall be considered as hard work. 75

(v) Sub-merged Soil Where the subsoil water table is encountered within the range of foundation depth, the soil below the water table and that at locations where pumping or bailing out of water is required due to presence of surface water will be treated as wet soil. Soil partially submerged and fully submerged shall also come under this category. In case of pile foundation is submerged soil, the required sand filling should be done by the contractor by his own cost. (vi) Where soil at a tower foundation is of composite nature, classification will be according to the type of soil, which is preponderant in the footing and the rate for the same will apply for the composite foundation. The decision of the OPTCL Engineer-in-charge shall be final and binding with reference to classification of soils. (vii) All surplus excavated soil alongwith left over gradients if any should be removed from work site and dumped at any suitable place in such a manner that the landowner will not object. A thin layer of nearly 200mm of surplus earthy can be stacked over the excavated pits for future compaction. (viii) Standard penetration test to be carried out for long line one in ten support sites. Back filling has to be done by borrowed earth if required. All organic or other foreign materials shall be removed from back fill earth. The earth shall be deposited in maximum 200mm. Layers, leveled and watered and rammed properly before another layer is deposited. The back filling should be such that enough moisture would be available for curing of the concrete embedded. Sufficient water shall be poured over the back filled earth for proper consolidation. All surplus excavated soil shall be stacked around the tower legs. In case of wet locations, de-watering, shoring and shuttering etc. if required shall be paid for based on unit rates indicated. The actual quantity shall be as approved by the Engineer-incharge. The shoring and shuttering is to be done by very good quality planks and supports as approved by Engineer-in-charge.

Stub-Template setting, concreting of stubs and copping: (i) The stub shall be set correctly in accordance with approved method at the exact location and alignment with the help of stub setting templates to be supplied by OPTCL. The levels and alignment shall be checked and approved by Engineer-in-charge for which adequate advance intimation shall be given by the contractor. The approval shall not, however, relieve the contractor of his responsibility of correctness of setting. (ii) The bottom of the pits shall be free from loose earth and shall have about 150mm. Thick layer of sand or a lean concrete [1:4:8] mat, before stubs are set for concreting. The concrete shall be as specified in relevant I.S.S. for such work or as directed by the Engineer-in-charge. It shall be 1:2:4 mix with proper quality of sand, cement and granite chips as stated below: The concreting of stubs shall not be made in parts and it should be a continuous process till completion. Reinforcement, as per approved drawings. In no case the bottom most portion clits of stub should be more or less than 75mm from the bottom finished level. (iii) Concreting: (A) Sand The sand to be used for concreting shall be coarse and from available local river beds free from clay and other undesirable organic & inorganic materials like dust, lump, loam, mica, saline and other deleterious substances. (B) Coarse Aggregate The coarse aggregate to be used shall be of broken granite rock varying in size from 20mm. to 40mm. to be approved by the Engineer-in-charge [provided the resultant concrete shall meet the requirement of IS:456-1964 M150 quality. 76

(C) Water Clear non-saline, free from oils, acids alkalis and organic materials water from river, tank or well shall be used in concreting. (D) Concreting The stock position/condition of cement will be subject to inspection by the Engineer-incharge at any time and at the time of use in the work. For reconciliation of cement account, consumption of cement shall be considered as under:

1:1.5:3 1:2:4 1:3:6 1:5 1:4:8

Mix Mix Mix Cement mortar Mix

330kg/cum 225kg/cum 87kg/cum 115kg/cum

Mixing, Placing and Compacting of Concrete: The concrete shall be mixed properly, in a mechanical mixer so as to ensure proper consistency and strength. Normally, mixing shall be done close to the foundation, but in case it is not possible the concrete may be mixed at the nearest convenient place and shall be transported to the place of final deposit as rapidly as practicable to prevent segregation or loss of ultimate quality/strength. The use of vibrator during concreting is must. The contractor shall provide work and shall maintain and operate the work as required to accurately determining and control the amount of each separate ingredient entering the concreting mixture. All batches of concrete mixture shall be proportioned on the basis of integral sacks of cement unless the cement is weighed. The amount of sand and each size coarse aggregate entering each batch of concrete shall be determined by weighing and the amount of water shall be determined by volumetric measurements. The concrete ingredients shall be mixed in a batch of mixture for not less than two minutes after all the ingredients are in the mixture. In no case head loading of materials and concrete mix etc. will be paid. (iv) Before laying the concrete the stub shall be cleaned of rust, scale, mud etc with a steel wire brush. The method of placement of concrete shall be such as not to result in loss of workability or in segregation of concrete mix. (v) In wet locations, the site must be kept completely dewatered, both during the placing of the concrete and for 24 hours thereafter to protect the concrete from water during this period. (vi) Reinforced Cement Concrete: The steel reinforcement bar shall be fabricated and placed in the position while concreting as shown in the approved foundation drawing or as directed by the Engineer-incharge.Before the steel reinforcement bars are placed in position, the surface of the bars shall be cleared of rust, scale, dirt, grease or other objectionable foreign substance. The bending and fixing of bars for concrete reinforcements shall conform to IS:2502/1963 and IS: 5525/1969. Sufficient concrete coverage as indicated in the foundation drawing or as per relevant ISS, where not shown in the drawing, should be provided. (ix) Copping After completion of back-filling the coping over the top surface of the chimney shall be done as per the approved foundation drawing with 1:2:4 concrete with a slight slope towards the outer edge to drain off any rain water falling on the coping. The coping shall have a smooth and geometrical finish. In no case the height of copping more or less than 350mm above the actual ground level. (a) Black Bitumen paint of 2 coat of a length 400mm above the copping should be provided by the contractor by his own cost. 77

(x) Curing Full care should be taken for curing of the concrete exposed over ground by any conventional method. 15 days curing is required depending on weather and location. The concrete under ground is expected to be cured from the moisture in the backfill earth. EARTHING: Every tower shall be suitably earthed so that the tower footing resistance does not exceed 10 Ohms. Depending on the earth resistively of soil it is to be decided by the Engineer-in-charge whether pipe type earthing or counterpoise earthing is to be provided, details of which shall be indicated in the approved drawings. The earth electrode shall be 40mm. dia 3 mtr. Long heavy duty GI pipe. The contractor shall supply 560 kg. of common salt and 50 kg. Charcoal for each earth pit. The contractor is required to take soil resistively reading at each location before start of work. ERECTION OF SUPER STRUCTURE WITH ACCESSORIES:(i) The super structure shall be erected as per approved structural drawings to be furnished by the Contractor. All members shall be carefully handled during transport and erection so that the galvanizing is not scratched and the interior steel not exposed. In storage and at tower site all tower steels shall be kept clear of the ground in a clean and dry condition. Contact with brackish water or other substances likely to attach galvanizing shall be avoided. All superficial rust stains, corrosive salts and other corrosive foreign materials deposited prior to or during installation of the tower shall be removed without causing damage to the protective surfaces. Towers shall be erected in a workman like manner and tower members shall not be strained or deformed during course of erection.

(ii) The method followed for the erection of towers shall ensure the points mentioned below:(a) Straining of the members shall not be permitted for bringing them into position. It may, however, be necessary to match hole positions at joints and to facilitate this, Tommy bars not more than 450 mm. long may be used. (b) Before starting erection of an upper section, the lower section shall be completely braced and all bolts provided in accordance with approved drawings. (c) All plan diagonals relevant to section of tower shall be placed in position before assembly of upper section is taken up. (d) All bolts will have their bolt heads facing outside/inside of the tower as convenient, for horizontal or nearly horizontal bolt connection and upwards for vertical bolt connections. (e) Slings and other works used for picking up members, portions of towers or complete towers, shall be protected in such a manner as to prevent cuttings into the corners of members, damaged the finish or portions of towers shall be raised in such a manner that no dragging on the ground surface or against portions of the towers already erected will occur. (iii) Normally two version towers will be used viz: OA, and OC type with their extentions. (iv) The method of erection is left to the contractor subject to his responsibility for any damage done to the materials due to any cause. The erection of towers should not be started earlier than 15 days after back fill of the stubs so that there is no disturbance or damage to the concrete and also to allow it to acquire its full strength. Approval of the Engineer-in-charge to start erection work shall be obtained. After the final tightening of bolts and nuts the treads shall be punched so as to prevent loosening under temperature changes or vibrations. The towers must be truly vertical after erection and no straining will be permitted to bring them so. Towers shall be so erected that the vertical axis through the center of the gravity shall not be out of plumb by more than one centimeter for every 500 centimeter of height. (v) TIGHTENING AND PUNCHING OF BOLTS AND NUTS All nuts shall be tightened properly using correct size spanners or torque wrenches. Before tightening, it shall be seen that filler washers and plates are placed in relevant gaps between members bolts of proper size and length are inserted under each nut and in case of steps bolts, spring washers have been placed under the outer nut. The tightening shall progressively be carried out from the top down wards and checked back from bottom upwards before 78

punching care being taken that all bolts at every level are tightened simultaneously. The minimum 3 thread should be projected after final tightening. After final tightening the projected thread should be riveted by using hammer. In the complete tower, the nuts for bots shall be tightened to the following torque. Size of bolts Tightening torque 12 mm dia 600-800 kg-m 16 mm dia 1000-1200 kg-m 20 mm dia 1400-1800 kg-m 24 mm dia 2000-2500 kg-m (vi) FIXATION OF INSULATORS AND HARDWARES Insulators shall be handled carefully in all stages of handling and be individually checked for cracks, damage, and loss of glaze etc. before assembly and erection at site, which shall be according to the drawings approved by OPTCL. The rigging and hoisting of insulator strings shall be done very carefully so that no damage is caused to the insulators and hard wares. Discs with hairline cracks and chips and also those having glazing defects exceeding cm sq. shall not be used. At all major high ways, Main River and utility line crossing double string of insulators shall be used. The contractor shall inspect insulators he draws from the OPTCL stores and satisfy himself to their soundness. If insulators issued to the contractor are later found to be scratched or damaged is recoverable from the contractor at the then market price. Cost of damaged or scratched or lost prices as claimed by the Engineer-in-charge shall be final. (i) HANDLING / TRANSPORTATION Care shall be taken during handling and transportation of reels of conductor to ensure no damage to reels and conductors. (ii) STRINGING PLAN Not later than One months before commencing installation work the contractor shall submit the stringing plan to the Engineer-in-charge for approval. The plan shall describe the work schedule method of stringing, temporary guying, scaffolding, personnel required in performing the work and list of tools and works to be utilized. In addition not later than 2(two) weeks before commencing string work of any section of the line, the contractor shall submit the detail of unreeling section location of reel, which, require temporary guying scaffolding and the length of conductor to be strung to the Engineer-in-charge for approval. (iii) TOOLS AND WORKS Tools and work shall be inspected at the site by the Engineer-in-charge after the approval of the stringing plan but prior to commencing the stringing work. (a) SNATCH BLOCKS Snatch blocks shall be designed especially for stringing the conductors and shall have groves of a shape and size to allow easy flow of conductor and ensure damaged free operation. The sheaves shall be equipped with high quality ball or roller bearings. The materials of the sheaves shall be aluminium alloy or material, lined with bonded neoprene or equivalents approved by the Engineer-inChief. The sheaves shall have free and easy movement in the blocks and be free of any damage to the conductor contract surface. Sheaves which do not run freely or which hinder the stringing operation shall be immediately replaced. (b) REEL STANDS Reel stands shall be heavily constructed and provision shall be made for breaking the reels. (c) COME-ALONG CLAMPS Come- along clamps shall be of the automatic type that can be installed anywhere on the conductor to grip it more firmly when the holding power grows automatically as the tension of the conductor thereby increases. (d) COMPRESSORS FOR JOINTS AND DEAD-END CONNECTOR ASSEMBLY Suitable hydraulic compressors equipped with pressure gauge and dies shall be used for midspan tension joints and compression dead-end connector assemblies of the conductor. 79

(e) LEAD LINES Lead lines shall be made of steel or manila rope or nylon or other material approved by OPTCL. (f) POWER PULLER The power puller shall have capacity of not less than the maximum stringing tension of the conductor, puller should have powered winch with transmission gear for changing speed during stringing work. (g) The suitable capacity dynamotors should be used during stringing for measurement of tension load, besides this sag boards should also provided during stringing operation. A separate register should be maintained during stringing in which the stringing stretch temperature, equivalent span, tension load, position of sag board in towers, ground clearance should be recorded and signed. (iv) SCAFFOLDING The contractor shall be responsible for acquiring permission to execute the work from administrators of facilities over which the transmission line is to pass, such as roads, railways, communication lines and power distribution lines. The contractor shall, at his own expenses, provide suitable scaffoldings for the above purpose as well as at places where his work may inner injuries or damage to persons, livestock or third party property. The scaffolding shall be sufficient strength to withstand wind pressure, vertical loads and all other loads which may be anticipated, and shall be of such structure as to prevent the conductor from coming within 7 mtr. from road and 1 mtr. from telecommunication and distribution lines of upto 33 kV during unreeling of the conductor. The scaffolding itself shall also have the above-mentioned clearance both by Engineer-in-charge and by contractor or his authorized representative. The Xerox copy of the above data should be furnished alongwith utilization certificate with JMC during submission of bills failing which in any of the above, the bills will not be accepted. (v) CONDUCTOR STRINGING Stringing of conductor shall, in no case be performed until 28(twenty-eight) days after concrete foundation has been completed and until assembly and tightening of bolts of towers had been completed and inspected by Engineer-in-charge. The stringing is to be done by the following methods. (a) Moving reel method. (b) Lead lines method. (c) Controlled tension method, for which the contractor shall have to specify to EIC. Stringing of conductor and related operation shall be performed during day light hours. Particular care shall be taken at all times to ensure that the conductors do not become linked, twisted or abraded in any manner. The conductor shall not be dragged over the ground, water rocks, fence wire or any object which may damage the conductor. Suitable guards or sleeves or running wood rollers shall be used to protect the conductor from damage in places where it would otherwise be in contact with objects which may injure the conductor. Guards shall consist of materials over which the conductors may slide without injury and shall be subject to the approval of the Engineer-in-charge. If the conductor is damaged by the contractor during operations, the contractor shall repair or replace the materials, in a satisfactory manner and at no additional cost to the Engineer-in-charge. All sections of the conductors damaged during stringing work shall be repaired or replaced before the conductors are sagged in place. The snatch blocks when suspended on the towers for sagging shall be so adjusted that the conductor will lie in the sleeves at the same level as the suspension clamps to which the conductor is to be secured. Any conductor found damaged due to mishandling by the contractor or excess conductor found as scrap than the recommended by OPTCL/ erstwhile OSEB will be recovered from the contractors bills. (vi) JOINTING AND REPAIRING OF CONDUCTOR Jointing of all conductors shall be performed as nearly as practicable at the same position. Tension sleeves, line splices, repair sleeves and 80

patch rods shall be installed to the conductor in accordance with the recommendations of the manufacturers. All compression joints shall be filled and finished with emery cloth to produce a smooth surface, free of flash and sharp points which might be source of corona or radio interference. The contractor shall furnish all necessary tools including compression tools required for installing tension sleeves, line splices, repair sleeves, repair sleeves and patch rods. Anticorrosive paint should be used over steel compression joint. All conductor joints and repairs shall be located in the span at least 30 m. away from suspension clamp or tension clamp or compression dead-end. The minimum distance between two joints shall not be less than 600m. unless otherwise directed by the Engineer-in-charge. No conductor shall contain more than one joint or repair in any one span. Jointing and repairing shall not be permitted in single span of tension towers and crossing and adjoining the following objects. (1) Highways. (2) Rail rods. (3) Rivers and major canals. (4) Public utility lines. (5) Telecommunication lines. Also contractor shall be responsible for ensuring that at crossing of public services (mentioned above) he has complied with all relevant regulations & rules. In addition to it conductor jointing and repairing shall conform to the following requirements. JOINTING OF CONDUCTOR Jointing shall not be performed in the rain or in the dark. Jointing shall be performed by a method approved by the Engineer-in-charge using approved tools and work. To develop rated mechanical strength and electrical conductivity, the installation of compression joint shall be carefully supervised to ensure that the sleeves are centered properly. (A) REPAIRING OF CONDUCTOR Compression type repair sleeves or patch rods may be used to repair minor damage to the conductor, provided that (i) (ii) There is no broken strand. Not more than one-third of the strands in the outer layer are damaged over a length more than 10cm. and or not

(iii)

The cross sectional area of any of the strands is not reduced by more than 25 percent. Each such repair shall be subject to the approval of the Engineer-in-charge. SAGGING OF CONDUCTOR All conductor sagging shall be performed during day light hours. Sagging operations shall not be permitted during high wind, or other adverse weather conditions, which would impair the accuracy of the sagging. The conductor shall be installed in accordance with the sag and tension chart approved by the competent authority. After being pulled into the sleeves the conductor shall not be allowed to hang in the snatch blocks for more than 48 hours before being pulled to the specified sag. The length of conductor sagged in one operation shall be limited to the length that can be sagged satisfactorily. After the conductors have been pulled to the required sag, intermediate spans shall be checked to determine the sags are correct. Where the distance between tension type towers is good great to permit the conductors to be sagged in one operation, temporary intermediate dead-end shall be established.

(iv)

81

MEASUREMENT OF SAG For several spans in each sagging section, the sag shall be measured selecting one near each end and one or two near the center. The total number of spans to be measured shall be as follows: SAGGING SECTION SPAN 1 2-6 7-15 16 OR MORE NUMBER OF MEASUREMENT 1 2 3 4

The sag of all spans in excess of 500m. shall be measured. At the sharp vertical dip angle spans, the sag shall be measured on both sides of the angle. The contractor shall provide suitable dynamometer, sighting boards, theodolite and other suitable devices to measure sagging as well as thermometers to measure the ambient temperature to determine the conductor sag. Dynamometers are to be tested and if necessary recalibrated. (B) TOLERANCE OF SAG A tolerance of plus or minus 15 cm in the sag in any one span will be permitted, provided that (i) (ii) (iii) The maximum difference in sag between the phases in any span shall not exceed 15cm. The necessary ground clearance is obtained at the stringing ambient temperature. The conductor tension between successive sagging operations is equalized so that the suspension insulator assemblies will hang in the vertical position in the transverse plane of the tower when the conductor is clipped-in.

(C) MEASUREMENT OF SAGGING TEMPERATURES The conductor or overhead ground wire temperature shall be determined by mounting one thermometer at every sag span. The thermometer shall be exposed to the full sun in free air for correct temperature reading. (vii) CLIPPING-IN OF CONDUCTOR The contractor shall clip the conductor in after the conductors have been sagged in accordance with these specifications, drawings and stringing data. After being sagged, all conductors shall be accurately marked for clipping at all structures on the same day that the conductors are sagged. Slipped in marks shall be made on all conductors in the vertical plane thorough the transverse centerline of the tower line of the tower at the time of clipping in. After clipping in the contractor shall check to ensure that all bolts, nuts, cotter keys, snatching of conductors at any point corona generation after each compression joint, the sharp edges of joints should be made smooth by using suitable file or emery paper in order to avoid corona generation and all items of insulator assemblies are installed as required to avoid any point corona generation. It if becomes necessary to change the point of attachment of the suspension clamp by moir than 7 cm on either ways from the midpoint of the Armour rods after they are installed, the rods shall be removed and installed so as to center on the point of attachment. Under such circumstances the Armour rods may be re-used if not damaged. The contractor will not be allowed any additional compensation for such removal, re-installation, or replacement of Armour rods where required. STRINGING OF OVERHEAD GROUND WIRE (i) GENERAL The overhead ground wire(s) shall be strung for the entire length of the transmission line, and shall be attached to the towers in accordance with the details same as for conductor(s). The work, methods, and limitations used for installing the overhead ground wire shall be the same as for installing the conductor. (ii) STRINGING OF OVERHEAD GROUND WIRE The overhead ground wire shall be strung in advance of the conductors, and the method shall be the same as for conductor string. The same degree of 82

care shall be exercised to avoid damage or injury of the overhead ground wire. If damaged, the contractor in a manner approved by the Engineer-in-charge shall replace them. (iii) JOINTING OF OVERHEAD GROUND WIRE Compression type joints and clamps shall be installed in accordance with the printed instructions of the manufactures. Galvanized tension sleeves shall, after jointing, be coated effectively with an approved rust preventive paint and shall further be furnished with a repair coat of paint after final passage through snatch blocks. (iv) SAGGING OF OVERHEAD GROUND WIRE After being sagged, the overhead ground wire shall be clipped in the same manner as for conductor. Suspension clamps of overhead ground wire shall be installed in such a manner that earthling bond wires shall all face a given direction. The ends of bond wires shall be clamped with terminal clamps in an approved manner. In no case the sagging of the ground wire will be more than the conductor sag. The mid-span clearance between ground wire and power conductor should be more than the clearance near the tower in order to avoid flashover during lightening surge. FIXING OF CONDUCTOR AND GROUND WIRE ACCESSORIES Vibration dampers and other conductor and ground wire accessories shall be installed by the contractor as per the design requirement and as per the respective manufactures instruction. Dampers shall be fastened securely, so that all dampers will hang in vertical planes. Vibration dampers shall be installed within 24 hours after the conductor has been clipped in. FIXING OF TOWER ACCESSORIES All towers accessories such as anti climbing devices phase plate, number plate, danger plate etc. hall be fixed in an approved manner. The bird guard should be fixed in all X arms of tangient tower at the time of erection of tower. SPECIAL WORKS Special works which are not within the scope of this contract but come up during the execution of the works shall be carried out by the contractor at mutually agreed methods and rates to be decided before the commencement of such works. All nuts upto the bottom cross arm shall be welded continuously to the bolt by the contractor using his own welding rod and skilled welder as per schedule of quantity. 6.0 SUPERVISION OF WORKS All the different phases of erection of transmission line shall be carried out in presence of the Engineer-in-charge or his authorized representative, to his satisfaction. Necessary facilities are to be extended to him by the contractor to carry out the supervision of work.

83

PRICE SCHEDULE Package B

84

(A)

CIVIL WORK
UNIT QTY Unit rate in Rs. Total Amount in Rs.

Preliminary Survey, Detail Survey and resurvey (required for avoiding ROW problem) including but not limited to taking of levels, profile plotting, tower spotting ,marking of towers locations at site including showing P&T line, power line, Railway line, river crossing, roads and submission of route map and survey report etc. Soil investigation and testing to conduct SPT up to N value 100 or up to a bore depth of 40mm and testing sample of earth from tower location pit in a standard loaboratory for tower foundation etc complete as per ISS & submission of soil investigation report including foundation design, drawing for the said locations including supply of all labour. Top and as per direction of engineer-in-charge. UNDER REAMED PILE FOUNDATION FOR TOWER Supply of all T&P and labour for Earth work and excavation in all class of soil and depositing with lead up to 50 mtrs including breaking clods, watering ramming and sectioning of spoil bank etc complete of foundation of tower etc and back filling.

Kms.

2.0

LOC.

Cum

500

Boring under ream cast-in- citu of 500 mm diameter piles to the required depth including boring and stabilization of bore with motor driven/hand driven auger and other required equipments in all classes of soil, filling the above bore hole with betonite solution concentration as per IS during lifting, aligning reinforcement cage for welding, lowering Rmtr. and placing in position , placing the concrete in under water condition with tremic pipes etc. complete including cost of all materials, labour, conveyance of materials, as directed by engineer in charge with stabilization of bore.(Except Steel and Concrete)
Supply of all materials like cement, all coarse aggregate, fine aggregate, T&P, labour as per technical specification for providing mud-matting before concreting of stubs with lene concrete including (Form boxes and other consumables to be supplied by contractor) 1:3:6: mix with cement including supply of all labour, T&P and as per direction of engineer -in- charge.

800

cum

63

85

Supply of all materials like cement, all coarse aggregates, fine aggregates, T&P,labour as per technical specifications for pile foundation, capping, tie beam and pedestal etc including making design providing and laying, curing, ordinary plain/reinforced concrete work of grade M-20 (1:1.5:3) with approved quality stone chips of normal size 12mm to 20mm inclusive of cost of cement, coarse aggregates, fine aggregates and all centering and shuttering materials including supply of all labour, T&P and as per direction of engineer-in-charge.(Except steel). Shoring & Shuttering required for Pile Cap/ Tie Beam is
part of the job.

Cum

1200

Supply of all type and size of steel required as per design, T&P, labour as per technical specifications Cutting, bending , hooking , lowering, fixing and welding in position of MS bars for reinforcement required for pile foundation and caping including supply of 18SWG including supply of all labour, T&P and as per direction of engineer-in-charge. Sub - Total ( A) -

MT

90

Sl.No. DESCRIPTION (B) TOWER & GANTRY STRUCTURES


SUPPLY of Following Lattice type Galvanized Steel Tangent / Angle Tower with Stubs and Cleats , for the above type towers ,hanger and all accessories like Earthing Device,Danger Plate,Phase Plate,Number Plate, Circuit Plate,Anti Climbing Device, Bird Guard, tower super structure complete including step bolts. Supply of black bituminous paint for three coats up to a height of 500mm above the cooping(legs & bracing members). All Supply should confirm to the Technical Specification laid there in the Tender Specification.

UNIT 1

QTY 2

Unit Supply Rate(Rs.) 3

Total Supply Amount (Rs.) 4=2x3

Unit Erection Rate (Rs.) 5

Total Erection Amount (Rs.) 6=2x5

Total (Rs.) 7=4+6

(i) (ii)

OA TYPE (SUSPENSION ) TOWER With 6 Mtr Extn. (Nominal Unit Weight- 5.968 MT)- 3 Nos. OC TYPE (60 deg ANGLE ) TOWERS (Nominal Unit Weight -9.871 MT) - 1 Nos.

MT

63.00

86

(iii) (iv) (v)

OC TYPE (60 deg ANGLE ) TOWERS Wih 3 Mtr Extn. (Nominal Unit Weight -10.949 MT) - 1 Nos. OC TYPE (60 deg ANGLE ) TOWERS Wih 6 Mtr Extn. (Nominal Unit Weight -12.050 MT) - 2 Nos. Weight of G.I Nuts ,Bolts with Washers for above tower structures. Fixing of Template & Setting of Stub of all labour, T&P and as per direction of Engineer in Charge. ( OA+6 :- 3 Nos., OC- 1 No., OC +3 :- 1 No., OC+6 :- 2 Nos. Earthing of tower for pile locations in pipe type earthing with 40mm x 1.6 mtr heavy duty G.I pipe and 50x6 mm GI Flat as per IS and REC standard at each tower location including cost of charcoal and salt/coke and good earth where necessary with cost of all materials labour, T&P, transportation etc complete.

MT

2.235

(vi)

MT

10

(viii)

Loc

(ix)

Supply of all materials for full welding of bolts & nuts up to bottom of the bottom cross arm, including welding rods, welding generator machine , application of required zinc rich paints around the welding portion (two coats),T&P and labours.

LS

18000

87

2(i)

Stringing of ( 0.74 Km / circuit ) 33KV double circuit line in Towers in ACSR Panther conductor (from 4th to 7th tower) including supply of conductor and 7/3.15mm earth wire,Hard ware fitting suitable for ACSR Panther conductor of preferable manufactures like IAS/Eriteck/Electrotech Trans/Rashtriyaudyog (Double Tension:App.36 sets & Insulators preferable manufacturers like BHEL/WS/NGK Birla (90KN, App.400 Nos.and 90 KN, App.150 NOs accessories like Performed Armoured Rod-( AGS Type- 6 Sets),vibration dampers( Stock Bridge Type) - 36 Nos. Mid Span Compression Joint - 5 Nos., , earth ware accessories like tension fitting (app.08 Nos), vibration damper (app.20Nos) flexible copper earth bond (app. 10 Nos), MSCJoint suspension clamp (App.03 nos), Phase and Circuit Plates,anti climbing device,Danger board, . etc and all materials,Labour, T & P,Transportation,etc. as per the direction of the Engineering in charge complete. Stringing of ( 0.80 Km / circuit ) 33KV double circuit line in Towers in ACSR Zebra conductor (from Nine pole to 4th tower)) including supply of conductor and 7/3.15mm earth wire,,Hard ware fitting suitable for ACSR Zebra conductor of preferable manufactures like IAS/Eriteck/Electrotech Trans/Rashtriyaudyog (Double Tension:App.26 sets,Double Suspension:App.36 sets, accessories like Performed Armoured Rod-( AGS Type- 12 Sets),vibration dampers( Stock Bridge Type) - 48 Nos. Mid Span Compression Joint5 Nos., Rep[air Sleeve- 5 Nos.) Phase and Circuit Plates, etc and all materials,Labour, T & P,Transportation,etc. and as per the direction of the Engineering in charge complete.

KM

5.5

(ii)

KM

88

(iv)

Supply and Construction of Meetering DP in 150 x 150 mm RS Joist 11 Mtr. Long complete including fabrication, erection, padding, mass concreting with pipe earthing, fitting of double top channel, double angle cross bracing with cantilever arrangement for mounting metering unit with one set of 33KV 400Amp AB Switch and 03 Nos Dist. class 30KV 10KA L.A and including supply of all materials (Disc Insulators 24 Sets(90 KN) with Hard Ware fitting, 33KV G.I pin and pin insulator ( 03 Nos), Stay Sets 2 Nos.complete including stay wire and Stay Insulator, Coil earthing, 100mm2 AAAC (app.200mtr) from tapping point to metering unit including Labour, T&P,Transportation,etc. as per REC specification and standard and as per the direction of the Engineering in charge complete. ( Meetering Unit will be Supplied By CESU)

Nos.

Getting of statutary clearance from CEI and final charging of the line with deposit of all statutory deposits getting project license etc. Sub Total B Grand total A + B

LS

Signature of Tenderer With Company Seal Place : Date: Bidders will be permitted to only enter the item wise rates. No other modification shall be permitted. Bidders are required to sign each and every page and enclose the same in the Price Bid in Sealed Condition. One soft copy in CD shall also be submitted in the Price Bid. Signature of the Bidders) Note : i. ii. iii. Unit rate is inclusive of all taxes and duties. Any discrepancy in unit rate and amount, unit rate stands. Any column left bank shall be treated as nil/inclusive of.

(This form should be duly filled up by the Tenderer & submitted in duplicate in separate envelops super-scribing PART II PRICE BID)

89

90

SECTION-IV

ANNEXURES Common for Package A & B

91

SECTION - IV
ANNEXURE I BID PROPOSAL LETTER

Electrical Installation of Works under CESU

Bidders Name and Address : (in case of JV/Consortium, Name of JV/Consortium) Bid Proposal Reference : Person to be contacted : Designation : Telephone No. : E-mail : Fax No. :

To, The C.G..M Purchase and Stores CENTRAL ELECTRICITY SUPPLY UTILITY OF ORISSA
IDCO TOWERS ( II nd Floor) , Janpath ,Bhubaneswar-751022 Phone : 2541727 , 2543721 Fax : 0674- 2543125 Web Site : www . cescoorissa . com .

Dear Sir, We the undersigned bidder have read and examined the detailed specification and bidding documents for execution of various electrical installation works and do herewith submit our bid for the project and We declare the following : 1.0 1.01 PRICES AND VALIDITY : All the prices and price components stated in our bid proposal are firm and not subject to any price adjustment, in line with the bidding documents. All the prices and other terms and conditions of this proposal are valid for a period of 180 days from the date of opening of the bids. We further declare that prices stated in our proposal are in accordance with Instructions to Bidders of bidding documents.

1.02

We do hereby confirm that our bid prices as quoted in attached Schedules include all import duties and levies including license fees lawfully payable by us on imported items and other taxes, duties and levies applicable on bought out components, materials, equipment and other items and confirm that any such taxes, duties and levies additionally payable shall be to our account. 92

1.03

We confirm that the Sales tax on Works Contract, Turnover Tax or any other similar taxes under the Sales Tax Act, as applicable, are included in our quoted bid price and there shall not be any liability on this account to the Purchasers. We understand that Purchasers shall, deduct such taxes at source as per the rules and issue TDS Certificate to us.

1.04

We confirm that, in our Bid Price, we have considered service tax in line with lawful prevalent practice.

1.05

Price components of various items are indicated in the B.O.Q. for the respective works.

1.06

We further declare that while quoting the price, the due credit under MODVAT scheme, rechristened as CENVAT scheme, as per relevant Government policies wherever applicable, have been taken into account.

1.07

We, having studied the bidding document in three volumes relating to taxes & duties and hereby, declare that if any income tax, charge on income tax or any other corporate tax is attracted under the law, we agree to pay the same.

1.08

We are aware that the Price schedules do not generally give a full description of the supplies to be made and work to be performed under each item and we shall be deemed to have read the Technical Specifications and other bidding documents and drawings to ascertain the full scope of work included in each item while filling in the related and prices. We agree that the entered rates and prices shall be deemed to include the full scope as aforesaid, including overheads and profits.

1.09

We understand that in the price schedule, if there is discrepancy between the unit price and total price, the same shall be corrected as per relevant provisions.

1.10

We declare that prices for items left blank in the schedules will be deemed to have been included in other items. The TOTAL for each schedule and the TOTAL of Grand summary shall be deemed to e the total price for executing the facilities and sections there of in complete accordance with the contract, whether or not each item has been priced

93

2.0

CONSTRUCTION OF THE CONTRACT

2.01

We declare that we are making the offer on the basis of indivisible supply-cum- Erection contract on a single source responsibility basis.

3.0

BID SECURITY( EMD)

We are enclosing DD no. only) issued by

dtd. bank

Amounting to Rs.

(Rupees

branch, payable on Bhubaneswar

towards Bid Security against our above Bid. The Bid Security amount has been computed by adding the Estimated Cost of the project for which we are submitting our bid.

4.0

EQUIPMENT PERFORMANCE GURANTEE

We declare that the ratings and performance figures of the equipment to be furnished and erected by us are guaranteed. The Guaranteed particulars of different equipments are enclosed along with our bid.

5.0

BID PRICING

We further declare that the prices stated in our proposal are in accordance with your Instruction of Bidders of Conditions of Contract, Volume-1 of the bid documents.

6.0

PRICE ADJUSTMENT

We declare that all the prices and price components stated in our offer are on FIRM price basis.

7.0

QUALIFICATION

We confirm having submitted the Qualification Data in original plus one copy, as required by you under clause 6.0 Invitation for Bids. Further we have filled in the information for qualification requirements. In case you require any further information in this regard, we agree to furnished the same in time

94

8.0

DEVIATIONS

8.01

We declare that the contract shall be executed strictly in a accordance with the specifications and documents except for the variations and deviations all of which have been detailed out exhaustively in the following schedules, irrespective of whatever has been stated to the contrary any where else in our proposal.

a) Commercial Deviations Schedule

b) Cost of withdrawal of Deviations on Critical

c) Technical Deviation Schedule

8.02

We confirm that specified stipulation of following critical clauses are acceptable to us and no deviations/exceptions are taken on any account whatsoever in the following clauses :

(a) (b) (c) (d) (e) (f)

Payment Terms Bid Guarantee Contract Performance Guarantee Liquidated Damages for delay Prices and Price Adjustment : Guarantee / Warrantees

: : : :

8.03

Further, we agree that the additional conditions, deviations, if any, found in our bid proposal documents other than those stated in attached Deviation Schedules, save that pertaining to any rebates offered, shall not be given effect to.

9.0

ADDITIONAL INFORMATION

We have included with this proposal additional information listed. We further confirm that such additional information does not imply any additional deviation beyond those covered in appropriate schedules and in case of any contradiction between these additional information and other provisions of Bid, the latter prevail.

95

10.0

GURANTEE DECLARATION

We guarantee that the equipment offered shall meet the rating and performance requirements stipulated in this specification. The Guarantee Declaration which shall attract levy of liquidated damages for non-performance are indicated in the relevant schedule.

11.0

BOUGHT-OUT AND SUB-CONTRACTED ITEM

We are furnishing herewith at appropriate Schedule, the detail of all major item of supply amounting to more than 10% of our Bid Price, which were propose subletting giving detail of the name of sub-contractor/sub-vendor and quantity for each item.

12.0

WORK SCHEDULE

If this proposal is accepted by you, we agree to submit engineering data, provide services and complete the entire work from time to time, in accordance with schedule indicated in the proposal. We fully understand that the time schedule stipulated in this proposal is the essence of the contract, if awarded. The completion schedule of the various major key phases of the work is indicated in the designated schedule. 13.0 CONTRACT PERFORMANCE GUARANTEE We further agree that if our Bid is accepted we shall provide an irrevocable Bank guarantee towards Contract Performance Guarantee, of value equivalent to ten percent (10%) of the Contract Price initially valid up to the end of ninety (90) days after the end of the contract warranty period in the form of Bank Guarantee in your favour within 15 (fifteen) days from the date of Notice of Award of Contract and enter into a formal agreement with you immediately thereafter. 14.0 CHECK LIST We have included a check list duly filled in Schedule. We understand that only this check list, commercial and technical deviation will be read out during the part-I bid opening before the bidders present. (For Joint Venture/consortium only) We, the Partners of joint venture/ consortium submitting their Bid, do agree and confirm that in case of Award of the Contract on the joint venture, we shall be jointly and severally responsible for the execution of the contract in accordance with contract terms and conditions. 96

We, hereby declare that only the persons or firms interested in this proposal as principals are named herein and that no other persons or firms other that those mentioned herein have any interest in this proposal or in the contract to be entered into if we are awarded the contract, and that this proposal is made without any connection with any other person, firm or party likewise submitting a proposal and that this proposal is in all respect for and in good faith, without collusion or fraud.

Dated this ..day of 20..

Thanking you, Yours faithfully,

(Signature of the Authorised Signatory) Printed Name Designation .. Common Seal off the company.. (To be signed by lead partner case of Joint Venture) case of Joint Venture) Printed Name Designation .. Date : Place : (Written power of Attorney of all signatories of the bid to commit the Bidder must be enclosed with the Bid. In case of joint venture, the written Power of Attorney of all signatories from respective partners must be enclosed with the Bid. . . Signature of other partner (s) in

97

ANNEXURE II DECLARATION FORM To, The C.G..M Purchase and Stores CENTRAL ELECTRICITY SUPPLY UTILITY OF ORISSA
IDCO TOWERS ( II nd Floor) , Janpath ,Bhubaneswar-751022 Phone : 2541727 , 2543721 Fax : 0674- 2543125 Web Site : www . cescoorissa . com .

Sir, Having examined the above specifications together with the Tender terms and conditions referred to therein

1 I / We the undersigned do hereby offer to supply the materials covered there on in complete shape in all respects as per the rules entered in the attached contract schedule of prices in the tender. 2 I / We do hereby under take to have the materials delivered within the time specified in the tender. 3 I / We do hereby guarantee the technical particulars given in the tender supported necessary reports from concerned authorities. 4 I / We do hereby certify to have purchased a copy of the tender specifications by remitting Cash / Demand draft & this has been duly acknowledged by you in your letter NoDt 5 I / We do hereby agree to furnish the composite Bank Guarantee in the manner specified / acceptable by CESU& for the sum as applicable to me / us as per clause No.13 of Annexure -V of this specification within fifteen days of issue of Letter of intent / Purchase Order , in the event of purchase order being decided in my / us favour , failing which I / We clearly understand that the said LOI / P.O. shall be liable to be withdrawn by the purchaser with

Signed this.Day of20 Yours faithfully (Signature of Bidder with Seal of Company) (This form should be duly filled up by the Bidder & submitted along with the original copy of the Tender) 98

ANNEXURE III PROFORMA FOR CONTRACT PERFORMANCE BANK GUARANTEE (To be executed on Rs. 100/- Non-judicial Stamp Paper purchased in the name of the BG Issuing Bank)

This Guarantee Bond is executed this ____ day of ___________________________ by us, _____________________________________________________ Bank at ___________________ P.O.__________ P.S. ____________Dist ________________ State __________

Whereas the CESU , Address . a Body corporate/ Company ( ), constituted under the Electricity Act, 2003/ Company Act 1956 (here in after called Purchaser) has placed Work Order No._________ Dt.___________ (hereinafter called Agreement) with

M/s_________________ _________________________ (hereinafter called the Contractor) for supply and installation of ________________ (description of the works) and whereas CESUhas agreed (1) to exempt the Contractor from making payment of security deposit, (2) to release 100% payment of the cost of materials as per the said agreement and (3) to exempt from performance guarantee on furnishing by the Contractor to the CESUa composite Bank Guarantee of the value of 10% (ten percent) of the Contract price of the said Agreement.

1.

Now, therefore, in consideration of the Purchaser having agreed (1) to exempt the

Contractor for making payment of security deposit, (2) to release 100% payment to the Contractor and (3) to exempt from furnishing performance guarantee in terms of the said Agreement as aforesaid, we the ____________________ Bank, Address ____________________________

(code No. ________) (hereinafter referred to as the Bank) do hereby undertake to pay to the Purchaser an amount not exceeding Rs._____________ (Rupees

_______________________________ ) only against any loss or damage caused to or suffered by the Purchaser by reason of any breach by the said Contractor(s) of any of the terms or conditions contained in the said Agreement.

2.

We, the ______________________ Bank do hereby undertake to pay the amounts due and

payable under the guarantee without any demur, merely on a demand from the Purchaser stating that the amount claimed is due by way of loss or damage caused to or suffered by Purchaser by reason of any breach by the said Contractor(s) of any of the terms or conditions contained in the said Agreement or by the reason of any breach by the said Contractors failure to perform the said Agreement. Any such demand made on the Bank shall be conclusive as regards the amount due 99

and payable by the Bank under this Guarantee. However, our liability under this guarantee shall be restricted to an amount not exceeding Rs.___________ (Rupees

_________________________________________ ) only.

3.

We, the ________________________ Bank also undertake to pay to the Purchaser any

money so demanded not withstanding any dispute or dispute raised by the Contractor(s) in any suit or proceeding instituted/ pending before any court or Tribunal relating thereto our liability under this Agreement being absolute and irrevocable. The payment so made by us under this bond shall be valid discharge of our liability for payment there under and the Contractor(s) shall have no claim against us for making such payment.

4. We, the _________________________ Bank further agree that the guarantee herein contain shall remain in full force and effect during the period that would be taken for the performance of the said Agreement and it shall continue to remain in force endorsable till all the dues of the Purchaser under by virtue of the said Agreement have been fully paid and its claim satisfied or discharged or till Purchaser certifies that the terms and conditions of the said Agreement have been fully and properly carried out by the said Contractor(s) and accordingly discharge this guarantee and will not be revoked by us during the validity of the guarantee period.

Unless a demand or claim under this guarantee is made on us or with our Bhubaneswar branch at ________________________ (Name, address of the Bhubaneswar branch and code No.) in writing on or before __________________ (date) we shall be discharged from all liability under this guarantee thereafter.

5.

We, the _________________________ Bank further agree that the Purchaser shall have the

fullest liberty without our consent and without affecting in any manner our obligations hereunder to vary any of the terms and conditions of the said Agreement or to extend time of performance by the said Contractor(s) and we shall not be relieved from our liability by reason of any such variation or extension being granted to the said Contractor(s) or for any forbearance act or omission on part of the Purchaser or any indulgence by the Purchaser to the said Contractor(s) or by any such matter or thing whatsoever which under the law relating to sureties would but for this provisions have effect of so relieving us.

6.

The Guarantee will not be discharged due to change in the name, style and constitution of

the Bank and or Contractor(s). 100

7.

We, the _________________________ Bank lastly undertake not to revoke this Guarantee

during its currency except with the previous consent of the Purchaser in writing.

Dated ___________ the __________ day of Two thousand _________ .

Not withstanding anything contained herein above.

Our liability under this Bank Guarantee shall not exceed Rs.______________ (Rupees _______ ____________________________________________________________________ ) only.

The Bank Guarantee shall be valid up to _____________________ only.

Our . branch at Bhubaneswar (Name & Address of the Bhubaneswar branch) is liable to pay the guaranteed amount depending on the filing of claim and any part thereof under this Bank Guarantee only and only if you serve upon us at our Bhubaneswar branch a written claim or demand and received by us at our Bhubaneswar branch on or before Dt.__________ otherwise bank shall be discharged of all liabilities under this guarantee thereafter.

For _____________________________________ (indicate the name of the Bank ) N.B.: (1) Name of the Contractor: (2) No. & date of the purchase order/ agreement: (3) Amount of P.O. : (4) Name of Materials : (5) Name of the Bank: (6) Amount of the Bank Guarantee: (7) Name, Address and Code No. of the Bhubaneswar Branch of the Issuing Bank: (8) Validity period or date up to which the agreement is valid: (9) Signature of the Constituent Authority of the Bank with seal: (10) Name & addresses of the Witnesses with signature: (11) The Bank Guarantee shall be accepted only after getting confirmation from the respective Banks.

101

NNEXURE IV PROFORMA OF BANK GUARANTEE FOR ADVANCE PAYMENT (To be stamped in accordance with Stamp Act) (To be executed on Rs. 100/- Non-judicial Stamp Paper purchased in the name of the BG Issuing Bank)

Ref............................

Bank Guarantee No................. Date ............................

To CENTRAL ELECTRICITY SUPPLY UTILITY OF ORISSA


IDCO TOWERS ( II nd Floor) , Janpath ,Bhubaneswar-751022 Phone : 2541727 , 2543721 Fax : 0674- 2543125 Web Site : www . cescoorissa . com .

Dear Sir,

In consideration of CESU (hereinafter referred to as the Purchaser, which expression shall, unless repugnant to the context or meaning thereof include its successors, administrators and assigns) having awarded to M/s.................. (hereinafter referred to as the "Contractor which expression shall unless repugnant to the context or meaning thereof, include its successors, administrators, executors and assigns), a Contract by issue of Purchasers Letter of Award No.................. dated ................... and the same having been acknowledged by the Contractor, resulting in a Contract bearing No....................... dated .................. valued at ...................... for

.................................................................. (scope of work)................................... (hereinafter called the 'Contract) and the Purchaser having agreed to make an advance payment to the Contractor for performance of the above Contract amounting ................................. (in words and figures ) as an advance against Bank Guarantee to be furnished by the Contractor.

We,.................................................................................................................................... (Name of the Bank) having its Head Office at .............................. (hereinafter referred to as the Bank, which expression shall, unless repugnant to the context or meaning thereof , include its successors, administrators, executors and assigns ) do hereby guarantee and undertake to pay the Purchaser, immediately on demand any or, all monies payable by the Contractor to the extent of ..................................... as aforesaid at any time upto ........ @ ............... without any demur, reservation, contest, recourse or protest and / or without any reference to the Contractor. Any such demand made by the Purchaser on the Bank shall be conclusive and binding notwithstanding any difference between the Purchaser and the Contractor or any dispute pending before any Court, 102

Tribunal, Arbitrator or any other authority. We agree that the guarantee herein contained shall be irrevocable and shall continue to be enforceable till the Purchaser discharges this guarantee.

The Purchaser shall have the fullest liberty without affecting in any way the liability of the Bank under this guarantee, from time to time to vary the advance or to extend the time for performance of the Contract by the Contractor. The Purchaser shall have the fullest liberty without affecting this guarantee, to postpone from time to time the exercise of any powers.

Vested in them or of any right which they might have against the Contractor, and to exercise the same at any time in any manner, and either to enforce or to forbear to enforce any covenants, contained or implied, in the Contract between the Purchaser and the Contractor or any other course or remedy or security available to the Purchaser. The Bank shall not be released of its obligations under these presents by an exercise by the Purchaser of its liberty with reference to the matters aforesaid or any of them or by reason of any other act or forbearance or other acts of omission or commission on the part of the Purchaser or any other indulgence shown by the Purchaser or by an other matter or thing, whatsoever, which under law would, but for this provision have the effect of relieving the Bank.

Bank also agrees that the Purchaser at its option shall be entitled to enforce this Guarantee against the Bank as a principal debtor, in the first instance without proceeding against the Contractor and notwithstanding any security or other guarantee that the Purchaser may have in relation to the Contractor' liabilities.

Notwithstanding anything contained hereinabove our liability under this guarantee is limited to .................. and it shall remain in force upto and including ...........@ ........... and shall be extended from time to time for such period (not exceeding one year ), as may be desired by M/s. ........................ on whose behalf this guarantee has been given.

The Guarantee will not be discharged due to change in the name, style and constitution of the Bank and or Contractor(s). All other contentions in B.G will safe guard the interest of CESU. We, the _________________________ Bank lastly undertake not to revoke this Guarantee during its currency except with the previous consent of the CESU in writing. Dated ___________ the __________ day of Two thousand _________ .

103

Not withstanding anything contained herein above. Our liability under this Bank Guarantee shall not exceed Rs.______________ (Rupees _______ ____) only.

The Bank Guarantee shall be valid up to _____________________ only.

Our . branch at Bhubaneswar (Name & Address of the Bhubaneswar branch) is liable to pay the guaranteed amount depending on the filing of claim and any part thereof under this Bank Guarantee only and only if you serve upon us at our Bhubaneswar branch a written claim or demand and received by us at our Bhubaneswar branch on or before Dt.__________ otherwise bank shall be discharged of all liabilities under this guarantee thereafter.

For _____________________________________ (indicate the name of the Bank )

Dated this .............. Day of .........20......... at ......................................... WITNESS ........................................................ (Signature) ............................................................................... (Signature)

......................................................... ............................................................................... (Name) (Name)

.......................................................... ............................................................................... (Official Address) (Designation with Bank Stamp) Attorney as per Power of Attorney No................... Dated ...........................................

@ This date shall be ninety (90) days after the schedule date of completion of the Contract.

104

ANNEXURE V

FORM OF POWER OF ATTORNEY FOR JOINT VENTURE (On Non Judicial Stamp Paper of Appropriate value to be Purchased in the Name of Joint Venture) KNOW ALL MEN BY THESE PRESENTS THAT WE, the Partners whose details are given hereunder.. have formed a joint Venture under the laws of . and having our Registered Office (s)/Head Office (s) at .(hereinafter called the Joint Venture which expression shall unless repugnant to the context or meaning thereof, include its successors, administrators and assigns) acting through M/s. being the Partner in-charge do hereby constitute, nominate and appoint M/s. a company

incorporated under the laws of ..and having its Registered/Head Office at .as our duly constituted lawful Attorney (hereinafter called Attorney or Authorised Representative or Partner in charge) to exercise all or any of the powers for and on behalf of the joint venture in regard to specification No.. for construction of . (name of the package) of . (name of the CESU) (hereinafter called the Purchaser) and the bids for which have been invited by the Purchaser, to undertake the following acts : (i) To submit proposal and participate in the aforesaid Bid Specification of the Purchaser on behalf of the Joint Venture.

(ii)

To negotiate with Purchaser the terms and conditions for award of the contract pursuant to the aforesaid Bid and to sign the contract with the Purchaser for and on behalf of the Joint Venture.

(iii)

To do any other act or submit any document related to the above.

(iv)

To receive, accept and execute the contract for and on behalf of the Joint Venture.

It is clearly understood that the Partner in-charge (Lead Partner) shall ensure performance of the contracts(s) and if one or more Partner fail to perform their respective portion of the contracts(s), the same shall be deemed to be a default by all the partners. It is expressly understood that this power of Attorney shall remain valid binding and irrevocable till completion of the Defect of liability period in terms of the contract.

105

The Joint Venture hereby agrees and undertakes to ratify and confirm all the whatsoever the said Attorney/ Authorised Representative / Partner in-charge quotes in the bid, negotiates and signs the Contract with the Purchaser and / or proposes to act on behalf of the Joint Venture by virtue of this Power of Attorney and the same shall bind the Joint Venture as if done by itself. IN WITNESS THEREOF the Partners Constituting the Joint Venture as aforesaid have executed these presents on this day of .. under the Common Seal (s) of their Companies for and on behalf of the Partners of Joint Ventures The Common Seal of the above Partners of the Joint Venture : The Common Seal has been affixed there unto in the presence of : WITNESS 1. Signature Name Designation Occupation

2.

Signature ... Name . Designation Occupation

106

ANNEXURE VI FORM OF JOINT VENTURE/ CONSORTIUM AGREEMENT

(To be executed on non-judicial stamp paper of appropriate value to be purchased in the name of joint venture)

PROFORMA

OF

JOINT

VENTURE

AGREEMENT

BETWEEN

. AND . FOR BID SPECIFICATION NO. . OF (Purchaser).

THIS Joint Venture Agreement executed on this .. day of Two thousand and between M/s. ..a company incorporated under the laws of .. and having its Registered Office at . .. . (hereinafter called the "Lead Partner" which expression shall include its successors, a executors company and permitted under assigns), the laws M/s. of

...

incorporated

... and having its Registered Office at . . . (hereinafter called the "Partner" which expression shall include its successors, executors and permitted assigns) and M/s. ... a company incorporated under the laws of .and having its Registered Office at (hereinafter called the "Partner" which expression shall include its successors, executors and permitted assigns) for the purpose of making a bid and entering into a contract (in case of award) against the Specification No.: ... for Construction of .. of (Purchaser)., a company incorporated under the . having its. Registered Office at . (hereinafter called the "Purchaser). '

WHEREAS the Purchaser invited bids as per the above mentioned Specification for the design manufacture, supply and erection, testing and commissioning of Equipment Materials stipulated in the bidding documents under subject Package for

AND WHEREAS Annexure -A (Qualification Requirement of the Bidder), Section-SCC, Vol.-IA, forming part of the bidding documents, stipulates that a Joint Venture of two or more qualified firms as partners, meeting the requirement of Annexure-A, Section SCC as applicable may bid, provided the Joint Venture fulfills all other requirements of Annexure-A, Section SCC and in such a case, the BID shall be signed by all the partners so as to legally bind all the Partners of the Joint 107

Venture, who will be jointly and severally liable to perform the Contract and all obligations hereunder.

The above clause further states that the Joint Venture agreement shall be attached to the bid and the contract performance guarantee will be as per the format enclosed with the bidding document without any restriction or liability for either party.

AND WHEREAS the bid has been submitted to the Purchaser vide proposal No dated by Lead Partner based on the Joint Venture agreement between all the Partners under these presents and the bid in accordance with the requirements of Annexure-A (Qualification Requirements of the Bidders), Section -SCC has been signed by all the partners.

NOW THIS INDENTURE WITNESSETH AS UNDER:

In consideration of the above premises and agreements all the Partners to this Joint Venture do hereby now agree as follows:

1. In consideration of the award of the Contract by the Purchaser to the Joint Venture partners, we, the Partners to the Joint Venture agreement do hereby agree that M/s

... shall act as Lead Partner and further declare and confirm that we shall jointly and severally be bound unto the Purchaser for the successful performance of the Contract and shall be fully responsible for the design, manufacture, supply, and successful performance of the equipment in accordance with the Contract.

2. In case of any breach of the said Contract by the Lead Partner or other Partner(s) of the Joint Venture agreement, the Partner(s) do hereby agree to be fully responsible for the successful performance of the Contract .and to carry out all the obligations and responsibilities under the Contract in accordance with the requirements of the Contract.

3. Further, if the Purchaser suffers any loss or damage on account of any breach in the Contract or any shortfall in the performance of the equipment in meeting the performance guaranteed as per the specification in terms of the Contract, the Partner(s) of these presents undertake to promptly make good such loss or damages caused to the Purchaser, on its demand without any demur. It. shall not be necessary or obligatory for the Purchaser to proceed against Lead Partner to these presents before proceeding against or dealing with the other Partner(s).

108

4. The financial liability of the Partners of this Joint Venture agreement to the Purchaser, with respect to any of the claims arising out of the performance of non- performance of the obligations set forth in the said Joint Venture agreement, read in conjunction with the relevant conditions of the Contract shall, however, not be limited in any way so as to restrict or limit the liabilities of any of the Partners of the Joint Venture agreement.

5. It is expressly understood and agreed between the Partners to this Joint Venture agreement that the responsibilities and obligations of each of the Partners shall be as delineated in Appendix-I (*To be incorporated suitably by the Partners) to this agreement. It is further agreed by the Partners that the above sharing of responsibilities and obligations shall not in any way be a limitation of joint and several responsibilities of the Partners under this Contract.

6. This Joint Venture agreement shall be construed and interpreted in accordance with the laws of India and the courts of Bhubaneswar shall have the exclusive jurisdiction of Honble High court of Orissa in all matters arising there under.

7. In case of an award of a Contract, We the Partners to the Joint Venture agreement do hereby agree that we shall be jointly and severally responsible for furnishing a contract performance security from a bank in favour of the Purchaser in the forms acceptable to purchaser for value of 10% of the Contract Price in the currency/currencies of the Contract.

8. It is further agreed that the Joint Venture agreement shall be irrevocable and shall form an integral part of the Contract, and shall continue to be enforceable till the Purchaser discharges the same. It shall be effective from the date first mentioned above for all purposes and intents.

IN WITNESS WHEREOF. the Partners to the Joint Venture agreement have through their authorised representatives executed these presents and affixed Common Seals of their companies, on the day, month and year first mentioned above.

1.

Common Seal .. of has been affixed in my/our presence pursuant to the Board of Director's dated .. Name... .. Signature.. .. Name .. 109

For Lead Partner

(Signature

of

authorised

resolution

representative)

Designation .. Common Seal of the company

Designation...

...

2.

Common Seal of .. has been affixed in my/our presence pursuant to the Board of Director's resolution dated Name... .. Signature.. .. Name .. Designation..

For other Partners

(Signature of authorised representative)

Designation .. Common Seal of the company

...

WITNESSES :

1.

... ...

2.

(Signature)

(Signature) Name ..

Name ....

... ... (official address) (Official address)

110

ANNEXURE VII (A) LETTER OF COMPLIANCE OF QUALIFYING REQUIREMENT (In case of Bidder being a Single Firm) To The C.G.M Purchase and Stores CENTRAL ELECTRICITY SUPPLY UTILITY OF ORISSA
IDCO TOWERS ( II nd Floor) , Janpath ,Bhubaneswar-751022 Phone : 2541727 , 2543721 Fax : 0674- 2543125 Web Site : www.cescoorissa.com .

Dear Sirs,

I/We . (Name of Bidder) are submitting the bid as a single firm. In support of our meeting the Qualifying requirements(QR) for bidders, stipulated in this tender specification, we furnish herewith the details/documents etc. as follows.

Table A : Previous Works Experience :

Qty Installed & Commissioned Documents provided in proof of having executed the works during Qty Installed the relevant FY.

Sl. No.

FY

Name of Client

WO Ref

Table B : Average Annual Turnover : Annual Turnover Data (Rs. in Lakh) Financial Year Last Three Year preceding to the year of tender Average Turnover Turnover (Rs. in Lakh)

111

Table C : Access to Credit Facility :

Liquid Assets as on 31.03.2010 (Rs. in Description Lakh) Cash in Hand Cash at Bank Fixed Deposits Total Liquid Assets

Credit Facility (Rs. in Description Lakh) Cash Credit LC Others (Pl Specify) Total Credit Facility

Note: Continuation sheets, of like size and format, may be used as per Bidders requirements and annexed to this Schedule.

I/We declare that we are fulfilling the qualifying requirements as per clause no. 2.0 of Section I, Invitation for Bids (IFB).

For & on behalf of (Name of the Bidder).

112

ANNEXURE VII (B)

LETTER OF COMPLIANCE OF QUALIFYING REQUIREMENT (In case of Bidder being a Joint Venture / Consortium Firm)

To The C.G.M Purchase and Stores CENTRAL ELECTRICITY SUPPLY UTILITY OF ORISSA
IDCO TOWERS ( II nd Floor) , Janpath ,Bhubaneswar-751022 Phone : 2541727 , 2543721 Fax : 0674- 2543125 Web Site : www.cescoorissa.com .

Dear Sirs,

I/We . (Name of Bidder) are submitting the bid as a single firm. In support of our meeting the Qualifying requirements(QR) for bidders, stipulated in this tender specification, we furnish herewith the details/documents etc. as follows.

Name of the members of the JV / Consortium

1. 2. 3.

Table A : Previous Works Experience : Name of the Member (any one member only) Qty Installed & Commissioned Documents provided in proof of having executed the Qty works during Installed the relevant FY.

Tender Sl. Qty No.

FY

Name of Client

WO Ref

Table B : Average Annual Turnover : (All the members of JV/Consortium taken together)

113

Annual Turnover (Rs. in Lakh) Name of Member Financial Year FY 2007 08 FY 2008 09 FY 2009 10 Total 1 Turnover (Rs. in Lakh)

Annual Turnover (Rs. in Lakh) Name of Member Financial Year FY 2007 08 FY 2008 09 FY 2009 10 Total 2 Turnover (Rs. in Lakh)

Total Annual Turnover (Rs. in Lakh) Name of Member Financial Year FY 2007 -08 FY 2008 09 FY 2009 10 Total Average Turnover 2 Turnover (Rs. in Lakh)

Table C : Access to Credit Facility : (All the members of JV/Consortium taken together)

Liquid Assets as on 31.03.2010 Member 1 (Rs. in Description Lakh) Cash in Hand Cash at Bank Fixed Deposits Total Liquid Assets Liquid Assets as on 31.03.2010 Member 2 (Rs. in Description Lakh) Cash in Hand Cash at Bank Fixed Deposits Total Liquid Assets

Credit Facility Member 1 Description Cash Credit LC Others Specify) (Pl (Rs. in Lakh)

Total Credit Facility Credit Facility Member 2 Description Cash Credit LC Others Specify) (Pl (Rs. in Lakh)

Total Credit Facility

114

Liquid Assets as on 31.03.2010 Credit Facility Total for JV 2 Total for JV 2 (Rs. in Description Lakh) Description (Rs. in Lakh) Cash in Hand Cash Credit Cash at Bank LC Fixed Deposits Total Assets Liquid Others Specify) (Pl

Total Credit Facility

Note: Continuation sheets, of like size and format, may be used as per Bidders requirements and annexed to this Schedule. I/We declare that we are fulfilling the qualifying requirements as per clause no. 2.0 of Section I, Invitation for Bids (IFB). For & on behalf of (Name of the Bidder). (All members of JV / Consortium should sign). Details of qualification and experience of key personnel proposed for carrying out the works Degree/ Diplom a

Sl. No

Name of Personnel

Bra nch

Year of Passing Fro m

To

Past Experience Name of Responsibiliti Employ Position es/ Relevant er Held experience

Date:

(Signature) ..

Place:

( Printed Name) .

(Designation) ..

(Common Seal) 115

Note: 1. Continuation sheets, of like size and format, may be used as per Bidders requirements and annexed to this Schedule.

2. In case of Joint Venture, separate sheet for each partner of Joint Venture should be used.

Details for sub-contracting elements amounting to more than 10% of bid price

Sl. No 1. 2. 3. 4. 5. Item Description

Qty. proposed to be bought-out/ Sub- contracted Source of Supply

Date:

(Signature) ..

Place:

(Printed Name) .

(Designation) ..

(Common Seal)

116

ANNEXURE VIII DETAILS OF COMMERCIAL DEVIATIONS Bidders Name & Address To The C.G.M Purchase and Stores CENTRAL ELECTRICITY SUPPLY UTILITY OF ORISSA
IDCO TOWERS ( II nd Floor) , Janpath ,Bhubaneswar-751022 Phone : 2541727 , 2543721 Fax : 0674- 2543125 Web Site : www.cescoorissa.com .

Dear Sirs, Sub: Commercial Deviation for Construction of Name of the project. The following are the Commercial Deviations and variations from and exceptions to the specifications and documents for the subject Project. These deviations and variations are exhaustive. Except for these deviations, the entire work shall be performed specifications and documents as per your

Brief Volume/Clause Description

As specified in the Specification

Commercial deviation and variation to the specification

Date:

(Signature) ..

Place:

( Printed Name) .

(Designation) ..

(Common Seal)

Note: 1. Continuation sheets, of like size and format, may be used as per Bidders requirements and annexed to this Schedule. 2. This will be read out during opening of Part-I Bid.

117

ANNEXURE IX DETAILS TECHNICAL DEVIATIONS

Bidders Name & Address To TheC.G.M Purchase and Stores CENTRAL ELECTRICITY SUPPLY UTILITY OF ORISSA
IDCO TOWERS ( II nd Floor) , Janpath ,Bhubaneswar-751022 Phone : 2541727 , 2543721 Fax : 0674- 2543125 Web Site : www.cescoorissa.com .

Dear Sirs,

Sub: Technical Deviation for Construction of . Name of the Project.

The following are the Technical Deviations and variations from and exceptions to the specifications and documents for the subject package. These deviations and variations are exhaustive. Except for these deviations, the entire work shall be performed specifications and documents as per your

As specified in the Specification / Relevant Volume/Clause Ref./Page No. ISS Technical deviation and variation to the specification

Date: Place:

(Signature) .. (Printed Name) . (Designation) .. (Common Seal)

Note: 1. Continuation sheets, of like size and format, may be used as per Bidders requirements and annexed to this Schedule. 2. The deviations and variations, if any, shall be brought out separately for each of the equipment. 3. This will be read out during opening of Part I bid.

118

ANNEXURE X ADDITIONAL INFORMATION

Bidders Name & Address To TheC.G.M Purchase and Stores CENTRAL ELECTRICITY SUPPLY UTILITY OF ORISSA
IDCO TOWERS ( II nd Floor) , Janpath ,Bhubaneswar-751022 Phone : 2541727 , 2543721 Fax : 0674- 2543125 Web Site : www.cescoorissa.com .

Dear Sirs,

We have enclosed with our proposal the following additional information for the subject, package.

Sl. No

Brief description of Information

Ref.& Page No.

Date:

(Signature) ..

Place:

(Printed Name) .

(Designation) ..

(Common Seal)

Note: Continuation sheets, of like size and format, may be used as per Bidders requirements and annexed to this Schedule.

119

ANNEXURE XI BOUGHT OUT & SUB CONTRACTED ITEMS

Bidders Name & Address To The C.G.M Purchase and Stores CENTRAL ELECTRICITY SUPPLY UTILITY OF ORISSA
IDCO TOWERS ( II nd Floor) , Janpath ,Bhubaneswar-751022 Phone : 2541727 , 2543721 Fax : 0674- 2543125 Web Site : www.cescoorissa.com .

Dear Sirs,

We hereby furnish the details of the items/sub-assemblies amounting to more than 10% of our bid price, we propose to buy for the purpose of subject package Sl. No Item description Qty. Proposed Be bought/ Sub-contracted Source of Supply Date:

1. 2. . 3. .. 4..

.. .

.. ..

. . . . . .

5. . .. 6. .. 7. ..

(Signature) ..

Place:

( Printed Name) .

(Designation) ..

(Common Seal)

120

ANNEXURE XII WORK COMPLETION SCHEDULE

Bidders Name & Address To The C.G.M Purchase and Stores CENTRAL ELECTRICITY SUPPLY UTILITY OF ORISSA
IDCO TOWERS ( II nd Floor) , Janpath ,Bhubaneswar-751022 Phone : 2541727 , 2543721 Fax : 0674- 2543125 Web Site : www.cescoorissa.com .

Dear Sirs,

We hereby declare that the following Work Completion Schedule shall be followed by us for the purpose of subject package

Sl. No 1

Description of Work

Period in Months( from the date of LOA)

Completion of detailed engineering

Procurement of raw materials

Establishment of site office

Erection (a) Commencement (b) Completion

Testing & Pre-commissioning (a) Commencement (b) Completion

Commissioning

Date: Place:

(Signature) .. (Printed Name) . (Designation) .. (Common Seal) .. 121

ANNEXURE XIII CHECK LIST

Bidders Name & Address To The C.G.M Purchase and Stores CENTRAL ELECTRICITY SUPPLY UTILITY OF ORISSA
IDCO TOWERS ( II nd Floor) , Janpath ,Bhubaneswar-751022 Phone : 2541727 , 2543721 Fax : 0674- 2543125 Web Site : www.cescoorissa.com .

Dear Sirs,

Sl. No.

Item Description

Status of the Submission of data

Remarks

1 1.

2 Bid Guarantee

3 Yes /No

4 If yes please give details No, amount, validity & date of issue.

2. 3. 4. 5.

Qualifying Data Commercial Deviation Technical Deviation Cost of withdrawn of deviations

Yes /No Yes /No Yes /No Yes /No

6. 7.

Bid validity Period of completion

Yes /No Yes/No

If yes state here the period. If, yes please state here the period of completion.

8.

Additional information offered by bidder

State here briefly

N.B.:- The contents of this schedule will be read out during opening of Part-I Bid.

Signature of Bidder Date & Seal:

122

Page 2 of 2

1.

The bid guarantee one original and one copy shall be furnished in two separate sealed envelope appropriately superscribed thereon.

2.

All Schedules pertaining to prices (originals ) shall be furnished in a sealed envelope duly superscribed thereon. Similarly one set of copies of such schedules shall be given in a separate sealed envelope ( these are not to be opened during opening of Part I ).

3.

All other schedules, one set original and another copy shall be submitted in two separate sealed envelope (these are to be opened during Part I bid opening )

Date:

(Signature) ..

Place:

(Printed Name) .

(Designation) ..

(Common Seal) ..

123

ANNEXURE XIV
Page 1 of 3

PROFORMA OF INDEMNITY BOND TO BE EXECUTED BY THE CONTRACTOR FOR THE EQUIPMENT HANDED OVER BY CESU FOR PERFORMANCE OF ITS CONTRACT

(Entire Equipment consignment in one lot ) (On non-Judicial stamp paper of appropriate Value ) INDEMNITY BOND THIS INDEMNITY BOND is made this ............. day of ...........20 .............. by .................... a Company registered under the Companies Act, 1956/ Partnership Firm / Proprietary Concern having its Registered Office at .........................(hereinafter called as Contractor or Obligor which expression shall include its successors and permitted assigns ) in favour of CESU, a <Company/ Body Corporate> incorporated under the <Companies Act, 1956 / Electricity Act-2003> having its <Registered Office/ Head Office> at < Address> and its project at ............... ..... (hereinafter called CESUWhich expression shall include its successors and assigns ) : WHEREAS CESU has awarded to the Contractor a Contract for ............... vide its Letter of Award / Contract No.................... dated .................... and its Amendment No. .................. and Amendment No.................. (applicable when amendments have been issued ) hereinafter called the Contract) in terms of which CESU is required to handover various equipment to the Contractor for execution of the Contract. And WHERAS by virtue of Clause No............. of the said Contract, the Contractor is required to executive an Indemnity Bond in favour of CESU for the Equipment handed over to it by CESU for the purpose of performance of the Contract / Erection portion of the Contract (hereinafter called the Equipment) NOW THEREFORE, This Indemnity Bond witnessth as follows : 1. That in consideration of various equipment as mentioned in the Contract, valued at Rs... ................ (Rupees ..................... ) handed over to the Contractor for the purpose of performance of the Contract, the Contractor hereby undertakes to indemnify and shall keep CESU indemnified, for the full value of the Equipment. The Contractor hereby acknowledges receipt of the Equipment as per despatch title documents handed over to the Contractor duly endorsed in their favour and detailed in the Schedule appended hereto. It is expressly understood by the Contractor that handing over of the despatch title documents in respect of the said Equipment duly endorsed by CESU in favour of the Contractor shall be construed as handing over of the Equipment purported to be covered by such title documents and the Contractor shall hold such Equipment is trust as a Trustee for and on behalf of CESU .

2.

That the Contractor is obliged and shall remain absolutely responsible for the safe transit / protection and custody of the Equipment at CESU project Site against all risks, whatsoever, till the Equipment are duly used / erected in accordance with the terms of the Contract and the Plant / Package duly erected and commissioned in accordance with the terms of the Contract, is taken over by CESU . The Contractor undertakes to keep CESU harmless against any loss or damage that may be caused to the Equipment.

124

Page 2 of 3

3.

The Contractor undertakes that the Equipment shall be used exclusively for the performance / execution of the Contract strictly in accordance with its terms and conditions and no part of the equipment shall be utilized for any other work or purpose whatsoever. It is clearly understood by the Contractor that non-observance of the obligations under this Indemnity Bond by the Contractor shall inter-alia constitute a criminal breach of trust on the part of the Contractor for all intents and purpose including legal / penal consequences .

4.

That CESU is and shall remain the exclusive Owner of the Equipment free from all encumbrances, charges or liens of any kind, whatsoever. The Equipment shall at allk times be open to inspection and checking by Engineer0in Charge / Engineer or other employees/agents authorised by him in this regard. Further, CESU shall always be free at all times to take possession of the Equipment in whatever form the Equipment may be, if in its opinion the Equipment are likely to be endangered, mis-utilised or converted to uses other than those specified in the Contract, by any acts of omission or commission on the part of the Contractor binds himself and undertakes to comply with the direction of demand of CESU to return the Equipment without any demur or reservation.

5.

That this indemnity Bond is irrevocable.If at any time any loss or damage occurs to the Equipment or the same or any part thereof is mis- utilised in any manner whatsoever, then the Contractor hereby agrees that the decision of the Engineer-in-Charge/Engineer of CESU as to assessment of loss or damage to the Equipment shall be final and binding on the Contractor. The Contractor binds itself and undertakes to replace the lost and/or damaged Equipment at its own cost and/or shall pay the amount of loss of CESU without demur, reservation or protest. This is without prejudice to any other right or remedy that may be available to CESU against the Contractor under the Contract and under this Indemnity Bond.

6.

NOW THE CONDITION of this Bond is that if the Contractor shall duly and punctually comply with terms and conditions of this Bond to the satisfaction of CESU, THEN, the above Bond shall be void, but otherwise, it shall remain in full force and virtue.

125

Page 3 of 3

IN WITNESS WHEREOF, the Contractor has hereunto set its hand through its authorised representative under the common seal of the Company, the day, month and year first above mentioned.

SCHEDULE
Particulars of the Equipment handed over Quantity Particulars of Dispatch Title Value of the Documents Equipment RR / GR / No. / Carrier Date of Bill of Lading Signature of Attorney (authorised representative as a token of receipt

For an on behalf of M/s..............................................

WITNESS
1. 1. Signature ...................................... 2. Name ........................................... 3. Address........................................ Signature .....................................

Name .......................................... Designation ................................

Authorised representative * 2. 1. 2. 3. Signature ..................................... Name ..........................................(Common Seal in case of Company) Address .......................................

* Indemnity Bonds are to be executed by the authorised person and (i) in case of Contracting Company under common seal of the Company or (ii) having the Power of Attorney issued under common seal of the company with authority to execute Indemnity Bonds, (iii) In case of (ii), the original Power of Attorney if it is specifically for this Contract or a Photostat copy of the Power of Attorney if it is General Power of Attorney and such documents should be attached to Indemnity Bond.

126

ANNEXURE XV
Page 1 of 3

PROFORMA OF INDEMNITY BOND TO BE EXECUTED BY THE CONTRACTOR FOR THE EQUIPMENT HANDED OVER IN INSTALMENTS BY CESU FOR PERFORMANCE OF ITS CONTRACT
(On non-Judicial stamp paper of appropriate Value ) INDEMNITY BOND THIS INDEMNITY BOND is made this ............. day of ...........20 .............. by .................... a Company registered under the Companies Act, 1956/ Partnership Firm / Proprietary Concern having its Registered Office at .........................(hereinafter called as Contractor or Obligor which expression shall include its successors and permitted assigns ) in favour of CESU, a <Company/ Body Corporate> incorporated under the <Companies Act, 1956/ Electricity Act-2003> having its <Registered Office/ Head Office> at <Address> and its project at ............... ..... (hereinafter called CESU Which expression shall include its successors and assigns ) : WHEREAS CESU has awarded to the Contractor a Contract for ............... vide its Letter of Award / Contract No.................... dated .................... and its Amendment No. .................. and Amendment No.................. (applicable when amendments have been issued ) hereinafter called the Contract) in terms of which CESU is required to handover various equipment to the Contractor for execution of the Contract. And WHERAS by virtue of Clause No............. of the said Contract, the Contractor is required to executive an Indemnity Bond in favour of CESU for the Equipment handed over to it by CESU for the purpose of performance of the Contract / Erection portion of the Contract (hereinafter called the Equipment) NOW THEREFORE, This Indemnity Bond witnessth as follows : 1. That in consideration of various equipment as mentioned in the Contract, valued at Rs... ................ (Rupees ..................... ) handed over to the Contractor for the purpose of performance of the Contract, the Contractor hereby undertakes to indemnify and shall keep CESU indemnified, for the full value of the Equipment. The Contractor hereby acknowledges receipt of the Equipment as per despatch title documents handed over to the Contractor duly endorsed in their favour and detailed in the Schedule appended hereto. It is expressly understood by the Contractor that handing over of the despatch title documents in respect of the said Equipment duly endorsed by CESU in favour of the Contractor shall be construed as handing over of the Equipment purported to be covered by such title documents and the Contractor shall hold such Equipment is trust as a Trustee for and on behalf of CESU .

2.

That the Contractor is obliged and shall remain absolutely responsible for the safe transit / protection and custody of the Equipment at CESU project Site against all risks, whatsoever, till the Plant / Package duly erected and commissioned in accordance with the terms of the Contract, is taken over by CESU . The Contractor undertakes to keep CESU harmless against any loss or damage that may be caused to the Equipment.

127

Page 2 of 3
3. The Contractor undertakes that the Equipment shall be used exclusively for the performance / execution of the Contract strictly in accordance with its terms and conditions and no part of the equipment shall be utilised for any other work or purpose, whatsoever. It is clearly understood by the Contractor that non-observance of the obligations under this Indemnity Bond by the Contractor shall inter-alia constitute a criminal breach of trust on the part of the Contractor for all intents and purpose including legal / penal consequences.

4.

That CESU is and shall remain the exclusive Owner of the Equipment free from all encumbrances, charges or liens of any kind, whatsoever. The Equipment shall at all time be open to inspection and checking by Engineer-in-Charge / Engineer or other employees / agents authorised by him in this regard. Further , CESU shall always be free at all times to take possession of the Equipment in whatever from the Equipment may be, if in its opinion the Equipment are likely to be endangered, mis-utilised or converted to use other than those specified in the Contract, by any acts of omission or commission on the part of the Contractor or any other person or on account of any reason, whatsoever, and the Contractor binds himself and undertakes to comply with the directions of demand of CESU to return the equipment without any demur or reservation.

5.

That this Indemnity Bond in irrevocable. If at any time any loss or damage occurs to the Equipment or the same or any part thereof is mis-utilised in any manner whatsoever, then the Contractor hereby agrees that the decision of the Engineer-in-Charge / Engineer of CESU as to assessment of loss or damage to the Equipment shall be final and binding on the contractor. The Contractor binds itself and undertakes to replace the lost and / or damaged Equipment as its own cost and / or shall pay the amount of loss to CESU without any demur, reservation or protest. This is without prejudice to any other right to remedy that may be available to CESU against the Contractor under the Contract and under this Indemnity Bond.

6.

NOW THE CONDITION of this Bond is that if the Contractor shall duly and punctually comply with the terms and conditions of this Bond to the satisfaction of CESU , then above Bond shall be void, but otherwise, it shall remain in full force and virtue.

IN WITNESS WHEREOF, the Contractor has hereunto set its hand through its authorised representative under the common seal of the Company, the day, month and year first above mentioned .

128

Page 3 of 3

SCHEDULE No. 1
Particulars of Quantity the Equipment handed over Particulars of Despatch Title Value of the Equipment Documents RR / GR / No. Carrier / Date of Bill of Lading Signature of Attorney (authorised representative as a token of receipt

(Please

number

subsequent

schedules )

For an on behalf of M/s..............................................

WITNESS
1. . 2. Name ........................................... 3. Address........................................ Name .......................................... Designation .............................. 1. Signature ...................................... Signature ....................................

129

DRAWINGS COMMON FOR PACKAGE A & B

130

131

Line Diagram from 9 Pole Structure to IOCL intake in towers

180 Mtr 280 Mtr 280 Mtr 60 Mtr 280 Mtr 280 Mtr 180 Mtr

132KV Tower D/C 220 KV Tower D/C

Proposed S/s of IOCL 4 MVA

2Nos DP

Proposed 9 Pole Structure

132

Single Line Diagram from Bidanasi 220/132/33KV Grid to 9 Pole Structure by Using 33KV D/C UG Cable
220 / 132 / 33KV Bidanasi Grid Proposed 9 Pole Structure

Proposed D.P

Proposed D.P

33 KV UG Cable For Emergency Supply

Tala Baliyatra Padia

Deer Park 33 KV UG Cable-1

33 KV UG Cable-2 Sati Chaura Chhak

Existing 33 KV Line M.S Pathagara Chahata Chhak

133

Single Line Diagram from Bidanasi 220/132/33KV Grid to Proposed IOCL S/S by using 33 KV D/C UG Cable and 220KV Tower and 132KV Tower

220 / 132 / 33KV Bidanasi Grid

Proposed 9 Pole Structure In the side of Ring Road 132KV Tower D/C Tala Baliyatra Padia 220KV Tower D/C Proposed S/s of IOCL 4MVA

Proposed D.P

Proposed D.P

33 KV UG Cable-1

33 KV UG Cable-2

Existing 33 KV Line M.S. Pathagara Chahata Chhak

Sati Chaura Chhak

33 KV UG Cable For Emergency Supply

Deer Park

134

Line Diagram of 9 Pole Structure

No-I I/C Cable

No-I to IOCL

No-II I/C Cable

No-II to IOCL

For Back Feeding from T.P II Feeder

135

For Back Feeding from T.P I Feeder

136

Das könnte Ihnen auch gefallen