TenderDoc Vedhurawada VSP Elec
-
Upload
dorababu2007 -
Category
Documents
-
view
4 -
download
1
description
Transcript of TenderDoc Vedhurawada VSP Elec
ANDHRA PRADESHINDUSTRIAL INFRASTRUCTURE CORPORATION LIMITEDO/o The Chief Engineer-II, 4th floor, Parishrama Bhavanam, Basheerbagh, Hyderabad-4
TENDER NOTICE No. 20/CE-II/APIIC/2015-16 Dated:29.06.2015
FORM – A
1.Name of work :Providing electrification to R&R colony to facilitate balance beneficiaries of about 1050 plots duly making of 11kV Bay Extension at 33/11KV substation, laying of 11kV line on 11 Mts Spun poles with 100sq.mm AAA conductor, Providing 16Nos DTRs and laying of LT 3 Phase 5 wire line on 9.5mtrs PSCC spun poles with 55 sq.mm AAA conductor and providing 325Nos street light fittings all along the internal roads in the R&R colony layout at Veduruvada(V), Atchutapuram (M), Visakhapatnam Dist (3rd Call).
2. Estimated value of work put to tender : Rs.1,26,68,062.00(ECV)
3. Details of EMD in the shape of DD
a) Along with Application : Rs. 1,27,000/-
b) Before executing agreement Bond : Rs.1,90,000/- or more based on contract value
4. Date and time for Receipt of tenders : From 04.00 PM on 29.06.2015Upto 5.00 PM on 06.07.2015
5. Time and date of opening of tenders:a) Technical Bid : 06.07.2015 @ 05.15 PMb) Price Bid : 08.07.2015 @ 11.00 AM
CERTIFICATE
6. i) I/We am/are not debarred from tendering for contracts of any of the departments for any reason what so ever.
ii) I/We hereby certify that information given in the tender is correct. If, at any stage, it is found to be incorrect, I/We understand that the contract is liable to be terminated, rescinded and action could be taken against me/us by the Corporation, for damages.
SIGNATURE OF THE TENDERER
CONTRACTOR Page: 1 CHIEF ENGINEER-II
ANDHRA PRADESHINDUSTRIAL INFRASTRUCTURE CORPORATION LIMITEDO/o The Chief Engineer-II, 4th floor, Parishrama Bhavanam, Basheerbagh, Hyderabad-4
NOTICE INVITING TENDERNote: All Dates are in dd/mm/yyyy hr: min as per Indian Standard Time (IST) IST=GMT+5:30hrs
1. Department Name : Andhra Pradesh Industrial Infrastructure Corporation Limited.
2. Circle / Division : Head Office, Hyderabad
3. Tender Number : 20/CE-II/APIIC/2015-16 Dated:29.06.20154. Name of work : Providing electrification to R&R colony to facilitate
balance beneficiaries of about 1050 plots duly making of 11kV Bay Extension at 33/11KV substation, laying of 11kV line on 11 Mts Spun poles with 100sq.mm AAA conductor, Providing 16Nos DTRs and laying of LT 3 Phase 5 wire line on 9.5mtrs PSCC spun poles with 55 sq.mm AAA conductor and providing 325Nos street light fittings all along the internal roads in the R&R colony layout at Veduruvada(V), Atchutapuram (M), Visakhapatnam Dist. (3rd Call)
5. Estimated Contract Value (ECV): Rs. 1,26,68,062.00
6. Period of Contract : 06(Six) - months
7. Form of Contract : L.S.
8. Tender Type : Open
9. Tender Category : Works
10. EMD / Bid Security : Rs.1,27,000/- (INR)
11. Processing Fee : Rs.2,000/-
12. Transaction Fee : Rs.4,333/- (INR) Payable to M/s APTS, Hyderabad through on line.
13. Bid download start Date : 29.06.2015 at 4:00 PM
14. Bid Download end Date : 06.07.2015 upto 01:00 P.M
15. Bid Submission Closing : 06.07.2015 upto 5.00 PM
16. Bid Submission : Online
17. Prequalification/ : 06.07.2015 at 05.15 P.MTechnical Bid OpeningDate( Qualification & Eligibility stage)
18. Price Bid Opening Date : 08.07.2015 at 11.00 A.M(Financial Bid Stage)
19. Place of Tender Opening: O/o Chief Engineer-II, APIIC Ltd, 4th floor, Parisrama Bhavan, Basheerbagh, Hyderabad-500 004
CONTRACTOR Page: 2 CHIEF ENGINEER-II
in the shape of DD favouring APIIC Ltd, payable at Visakhapatnam
20. Officer Inviting : Chief Engineer-II, APIIC Ltd., Hyderabad.Bids / Contact Person
21 Address / E-mail ID : [email protected]
22 Contact Details / : 040-23237622 Ext:427
23 Eligibility Criteria :a) G.O.MS No 178, I&CAD dated 27-9-1997 : Class - I (Electrical) b) G.O.MS No 132, T, R&B dated 11-8-199 : Class - I (Electrical)c) G.O.MS 8, T, R&B dated 8-1-2003 : Class - I (Electrical)d) G.O.MS No 94, I&CAD dated 1-7-2003 : Class - I (Electrical)
e) Contractors with valid registration in appropriate class i.e., Class-I (Electrical) in Central government, other State government departments and undertakings are also eligible in accordance with the G.O.MS No 94, I&CAD dated 1-7-2003
f) Contractor should posses Grade ‘A’ Electrical license issued by A.P.Electrical Licensing Board.
g) Other conditions and further information related to tender notice may be obtained on ‘e’ procurement market place at www.eprocurement.gov.in.
24. Procedure for submission of Bids:(a) Bidders need to contact Chief Engineer-II for information on e-Procurement.(b) Bidders need to register on the electronic procurement market place of
Government of Andhra Pradesh i.e., www.eprocurement.gov.in on registration on the e-Procurement market place they will be provided with a user ID and password by the system using which they can submit their bids online.
(c) While registering on the e-procurement market Place, Bidders need to scan and upload the required documents as per the Tender requirements onto their profile. The e-procurement market place provides an on line self service Registration facility to such of the contractors who are already registered with respective participating departments for works/ supply of specified goods and services.
(d) The following certificates, documents etc., are to be scanned, uploaded and attached online on to the e-procurement platform at www.eprocurement.gov.in
1. Copy of contractor’s valid registration certificate under appropriate class with any State or Central Government Departments and undertakings.
2. Copy of valid Provident Fund registration.3. Copy of Latest IT returns filed along with copy of PAN.4. Copy of Registration under AP VAT act 2005 (TIN).5. Value of Electrical Engineering works executed in the last five
financial years in the tenderer’s name in Statement-I along with supporting certificates.
6. The details of similar works (each of value not less than 50% of ECV) executed as Prime Contractor (in the same name) during the last five years, showing year wise break up of value of work executed in Statement-II with supporting certificates.
7. The physical quantities of specified works executed as Prime Contractor (in the same name) in the last five financial years with year wise break up work wise in Statement-III duly supported with work done certificates.
8. Details of ‘existing commitments’ (i.e. works on hand) with supporting certificates in Statement-IV.
CONTRACTOR Page: 3 CHIEF ENGINEER-II
9. The availability of Key / critical construction / quality control equipment in Statement-V.
10. The availability of Key personnel in Statement-VI.11. The information on litigation history in Statement-VII.12. Proof of Liquid assets in the shape of Solvency certificate for
the required amount13. DD towards Earnest Money Deposit ( As indicated in NIT)14. DD towards processing fee (As indicated in NIT)15. Consortiums will not be accepted
(e) As per G.O. Ms. No.174, Dated : 01.09.2008 of Irrigation & CAD (PW-REFORMS) Dept., submission of original Hard copies of the uploaded scan copies of DD / BG towards EMD by participating bidders to the tender inviting authority before opening of the price bid be dispensed forthwith.
(f) Successful (L1) tenderer shall furnish the originals of all the documents / certificates / statements uploaded by him to the Chief Engineer-II for verification and return before concluding agreement.
(g) The tenderer shall be required to furnish a declaration in online stating that the soft copies supplied by them are genuine. Any incorrectness / deviation noticed will be viewed seriously and apart from canceling the work duly forfeiting the EMD, criminal action will be initiated including suspension of business.
(h) Steps for registration and submission of bids are described in detail in the “Bidders Training Booklet” available with the department as well as at the above web site.
(i) All participating bidders shall pay 0.03% of Estimate Contract Value + service tax i.e. Rs.4,333/- towards transaction fee at the time of bid submission through online payment to M/s. Vayam Technology, Hyderabad. The successful bidder shall pay 0.04% of ECV Rs.5,068/- towards corpus fund in the form of DD payable to the Managing Director, A.P.T.S., Hyderabad at the time of concluding agreement and hand over same to the Chief Engineer-II, APIIC Ltd., Hyderabad.
(j) EM.D. is to be paid by way of Crossed Demand Draft @ 1.0% of ECV drawn in favour of APIIC Ltd, Visakhapatnam, along with bids. The balance EMD @ 1.5% of ECV or TCV whichever is high minus EMD furnished with tender is to be paid at the time of concluding agreement. The balance EMD shall be in the form of Demand Draft for works with ECV of Rs.2.00 Crores and below. For works with ECV above Rs.2.00 Crores, the balance EMD shall be in the form of either Demand Draft or Bank Guarantee as per format annexed. All the bidders shall invariably upload the scanned copies of DD/BG in e-procurement system and this will be the primary requirement to consider the bid as responsive and Originals must be submitted to the Chief Engineer-II, APIIC.
(k) The Department shall carry out the technical bid evaluation solely based on the uploaded certificates / documents, DD / BG towards EMD in the e-procurement system and open the price bids of the responsive bidders.
(l) The bidder shall authenticate the bid with his digital certificate for submitting the bid electronically on e-Procurement platform and the bids not authenticated by digital certificate of the bidder will not be accepted on the e-procurement platform.(G.O.Ms.No.6, dated 28/02/2005 of IT & C Dept., Govt. of AP).
(m) The Department will notify the successful bidder for submission of original hard copies of all uploaded documents DD / BG towards EMD prior to entering into agreement.
CONTRACTOR Page: 4 CHIEF ENGINEER-II
(n) The successful bidder shall invariably furnish the original DD/BG towards EMD, certificates / documents of the uploaded scanned copies to the Tender inviting Authority before entering into agreement either personally or through courier or post and the receipt of the same within the stipulated.
CONDITIONS OF TENDER NOTICE
1. The tender should be submitted online through eprocurement with the required processing fee, transaction fee and EMD in the shape of Bank DDs separately for each work, as indicated in the Tender Notice. No other form of payment will be accepted. No exemption of EMD will be entertained in respect of any category under any circumstances. The Bank DD’s shall be drawn as follows.
i. Processing fee of Rs.2000/- (Demand Draft) in favour of APIIC Ltd., payable at Visakhapatnam
ii. EMD of Rs.1,27,000/- (Demand Draft) @ 1.0% ECV (in favour of APIIC Ltd., payable at Visakhapatnam.
iii. Corpus fund @ 0.04% of ECV i.e., Rs.5,068/- in favour of Managing Director/APTS payable at Hyderabad by successful bidder.
2. The processing fee, transaction fee by the tenderers and corpus fund by the successful bidder will neither be refunded nor adjusted, under any circumstances.
3. The date stipulated in tender notice regarding receipt of tenders and opening of tenders etc., are firm and under no circumstances will they be relaxed unless officially extended. If due to any reason the last date specified for opening of tenders happens to be an extra-ordinary holiday, the tenders will be opened on the next working day, the timings being unaltered.
4. The tender process shall be in two stages (1) Technical bid and (2) Price bid.
5. The tender opening authority will first open the Technical bid at the specified date and time and examine whether the tenderer satisfies the requirements of qualification criteria.
6. The bidder should submit the following particulars invariably in formats specified in the tender schedule under Annexure-I along with necessary certificates, failing which his tender shall be treated as incomplete and summarily rejected. To qualify for consideration of award of the contract each tenderer should fulfill the following criteria and submit information in the form of certificates or statements issued by the competent authorities as prescribed:
i. Any Electrical Contractor/Supplier/Manufacturer should possess valid class-I electrical registration with Grade A license issued by electrical licensing authority.
ii. Valid Provident Fund registration.
iii. Evidence of satisfactory completion (not less than 90% of contract value as a prime contractor) of group of similar works (each of not less than 50% of ECV) and total value not less than Rs.63.34Lakhs (at current price level) in any one year during the last five financial years not earlier than April-2010 or current financial year. The experience certificate shall be issued by an officer of Government Department / undertaking of the concerned work not below the rank of Executive Engineer or equivalent and countersigned by the Superintending Engineer or equivalent.
CONTRACTOR Page: 5 CHIEF ENGINEER-II
iv. The sub-contractors / GPA holders experience shall not be taken into account in determining the bidders compliance with the above qualification criteria.
v. Experience relating to the works executed in State / Central Government Department or State / Central Government undertaking shall only be considered.
vi. Executed in any one year, the following minimum quantities of work:
1) Erection and commissioning of LT & 11KV or above lines over PSCC/Spun poles with AAA/ACSR conductor—7 KM
2) Erection and commissioning of distribution transformers (63KVA and above)---8Nos
vii. Availability (either owned or leased) of the following key and critical equipment for the work:
S. No. Equipment Type and Characteristics Qty.
a) Ropes, ladders, Crow bars 10 Nos.b) Tractor 1 No.c) Chain pulley blocks/Triflers 2 Nos.d) Aluminum Pulleys for stringing. 1 No.e) Winch and T & P 1 No.f) Mechanized pole erection equipment. 1 No.
viii. Qualification and experience of key personnel proposed for administration and execution of the contract:
Position Name Year of Experience (General)
Year of Experiences with the proposed position
ix. Value of existing commitments and on- going works to be completed during the period of completion of works for which tenders are invited with name of works.
x. Liquid assets / credit facilities of not less than Rs.63.34Lakhs (Credit limits / letter of credit / solvency certificate from banks etc., issued not earlier than one year from the date of Tender Notice.)
xi. Annual financial turnover on Electrical contracts during last five financial years with sufficient proof such as Auditor certificate, balance sheet / Profit and Loss Account / experience from concerned Departments.
xii. Assessed bid capacity must be greater than estimate value put to tender.
xiii. Latest IT returns filed along with copy of PAN card.
xiv. Registration under AP VAT act 2005 (TIN) with the Commercial Tax Department.
xv. If the tenderer is a partnership concern an attested copy of Form ‘A’ showing all the names of partners obtained from Registrar of firms shall be furnished.
CONTRACTOR Page: 6 CHIEF ENGINEER-II
xvi. In technical bid the tenderers shall furnish the credentials by a declaration on Non-judicial stamp paper of Rs.20/- as per the Proforma under Check list Annexure I duly supported with proof of evidence of all the above certificates.
xvii. The tenderer should produce ownership certificate / lease certificate of proof of having in possession hot mix plant, Mechanical paver finisher and other T&P required for carrying out the work duly certified by an officer of the Government Department not below the rank of an Executive Engineer (for road works only).
The successful tenderer shall produce all original certificates for verification before the stipulated date for concluding agreement and return on the day of concluding agreement.
7. Even though the tenderer meets the above qualification criteria, he/she is subject to be disqualified if he/she is found to have mislead or made false representation in the forms / statements submitted in proof of the qualification requirements or record of poor performance such as abandoning works, works not properly completed as per the contract, inordinate delays in completion, litigation history and / or financial failures and / or participated in the previous tendering to the same works and quoted unreasonably high bid prices. If certificates/ documents or information submitted by the tenderer are found to be false either at the time of evaluation of tenders, processing of tenders or after concluding agreement or at any point of time during execution of work in respect of either unsuccessful bidders or the successful bidder, Criminal Action will be initiated against the tenderer in addition to invoking other penal action (Viz.,) Forfeiture of EMD paid, forfeiture of with held amount, forfeiture of value of work done but not paid, termination of the agreement and debarring the tenderer/ contractor for tendering for all future works in APIIC.
8. The price bid of those tenderers who fulfill the qualification criteria will only be opened and considered for award of work.
9. The Chief Engineer-II, APIIC Ltd., Hyderabad reserve the right to reject any or all the tenders or to accept any tender wholly or in part without assigning any reason whatsoever.
10. The tenderer who withdraws his tender within the validity period mentioned in the tender document will forfeit his EMD.
11. The building materials like cement, steel, A.C. Sheets, bitumen, explosives, electrical, water supply and sanitary materials etc., required for the work will not be supplied by the Department and shall be arranged by the contractor himself.
12. Defects liability period is 24 months from the date of completion of work in all respects.
13. Tenders with an excess of more than 10% of current estimate rates shall be summarily rejected.
14. Liquidated damages as indicated in the tender document will be imposed for delayed execution of work.
15. The contractor, shall not without written consent of the Zonal Manager, assign the contract or sublet any portion of the work to any other person. In case it becomes necessary to permit the contractor to sublet any portion of the contract, the Zonal Manager shall limit such permission to following items of work, namely, (1) Labour Contract (2) Material Contract (3) Transport Contract (4) Engaging Specialists for special items of works as enjoined in APSS.
CONTRACTOR Page: 7 CHIEF ENGINEER-II
In the event it is found that any portion of the work is sublet, without written consent of Zonal Manager, action will be taken against the contractor by debarring him from participating in the tender for the period as decided by the agreement concluding authority. However the debarring period shall not be less than one year.
INSTRUCTIONS TO TENDERERSA – GENERAL
Name of work:Providing electrification to R&R colony to facilitate balance beneficiaries of about 1050 plots duly making of 11kV Bay Extension at 33/11KV substation, laying of 11kV line on 11 Mts Spun poles with 100sq.mm AAA conductor, Providing 16Nos DTRs and laying of LT 3 Phase 5 wire line on 9.5mtrs PSCC spun poles with 55 sq.mm AAA conductor and providing 325Nos street light fittings all along the internal roads in the R&R colony layout at Veduruvada(V), Atchutapuram (M), Visakhapatnam Dist. (3rd Call)
1.01 The Chief Engineer-II invites bids for the above work during the period, for which dates and time specified in the NIT and will be opened by the Chief Engineer-II or his nominee at his office on the date and time mentioned in the NIT.
1.02 The intending bidders would be required to enroll themselves on the ‘e’-
procurement market place at www.eprocurement.gov.in .
1.03 The tenders should be in the prescribed form invited on e-procurement by the Chief Engineer-II (As specified in NIT) that can be downloaded at free of cost from the website www.eprocurement.gov.in .
1.04 The dates stipulated in the tender notice are firm and under any circumstances they will not be relaxed unless officially extended.
1.05 The Tenderer should upload scanned copies of all requisites including DDs with self attested copies of the same in e-procurement portal and successful bidder shall submit the uploaded documents to the tender inviting authority. The bidder shall sign on all the statements, documents, certificates, uploaded by him owning responsibility for their correctness/authenticity. Contractor should produce the originals of all documents for verification, if asked, for by the Competent Authority.
1.06 The tender opening authority will not consider any tender received after expiry of date and time fixed for receipt of tenders.
1.07 Tenderers shall furnish declaration that they have not been blacklisted in any department in Andhra Pradesh or any state in India. Any wrong declaration in this regard which comes to notice at a later date will disqualify them and the tenders so received will be rejected apart from taking suitable action on the defaulting tenderer.
1.08 All participating bidders shall pay 0.03% of Estimate Contract Value + service tax i.e. Rs.4332/- towards transaction fee at the time of bid submission through online payment to M/s. Vayam Technology, Hyderabad. The successful bidder shall pay 0.04% of ECV Rs.5068/- towards corpus fund in the form of DD payable to the Managing Director, A.P.T.S., Hyderabad at the time of concluding agreement and hand over same to the Chief Engineer-II, APIIC Ltd., Hyderabad.
1.09 The successful tenderer is expected to complete the work within the time period specified in the NIT.
CONTRACTOR Page: 8 CHIEF ENGINEER-II
1.10 Bidders are required to submit their price bid only online in e-procurement platform. No offline tenders will be considered.
2.0 Firms Eligible to Tender:2.01 The Firms who
i) possess the valid registration in the class and category mentioned in the NIT, valid PF registration and satisfy all the conditions therein.
ii) are not blacklisted or debarred or suspended by the Government for what-ever the reason, prohibiting them not to continue in the contracting business
iii) have complied with the eligibility criteria specified in the NIT
are the eligible tenderers.
2.02 Firms Ineligible to Tender:i) A retired officer of the Govt. of AP or Govt. of India executing works is
disqualified from tendering for a period of two years from the date of retirement without the prior permission of the Government.
ii) The Tenderer who has employed any retired officer as mentioned above shall be considered as an ineligible tenderer.
iii) The contractor himself or any of his employees is found to be Gazetted Officer who retired from Government Service and had not obtained permission from the Government for accepting the contractor’s employment within a period of 2 years from the date of his retirement.
iv) The Contractor or any of his employees is found at any time after award of contract, to be such a person who had not obtained the permission of the Government as aforesaid before submission of the tender or engagement in the Contractor’s service.
v) Contractor shall not be eligible to tender for works in the Zone where any of his near relatives are employed in the rank of Assistant Manager and above. The Contractor shall intimate the names of persons who are working with him in any capacity or are subsequently employed. He shall also furnish a list of Gazetted /Non-Gazetted, APIIC Employees related to him. Failure to furnish such information tenderer is liable to be removed from the list of approved contractors and his contract is liable for cancellation.
Note: Near relatives include1. Sons, step sons, daughters, and step daughters.2. Son-in-law, and daughter-in-law.3. Brother-in-law, and sister-in-law.4. Brothers and Sisters.5. Father and Mother.6. Wife / Husband.7. Father-in-law and Mother-in-law8. Nephews, nieces, uncle and aunties9. Cousins and10. Any person residing with or dependent on the contractor.
3.0 Qualification data of the Tenderers3.01 The tenderer shall furnish the following particulars in the formats provided online
and supported documentary evidence shall be uploaded duly signed and attested.
a) Check slip to accompany the tender as per annexure-I on Rs.20.00 Non-Judicial Stamp Paper.
CONTRACTOR Page: 9 CHIEF ENGINEER-II
b) Attested copies of documents relating to the Registration of the firm, Registration as Electrical Contractor, Partnership deed, Articles of Association, Registration under AP VAT act 2005 (TIN) along with sales tax / VAT clearance, PAN, PF Registration, etc.
Note: The Partnership firms, which are registered as Contractors shall intimate the change in partnership deed, if any, as per GO Ms No.58, I & CAD, dt.23.4.2002 within one month of such change. Failure to notify the change to the registration authority in time will entail the firms to forfeit their registration and their tender will be rejected. The intimation of change of partners if any and the acceptance by the Registration authority may be enclosed.
c) Value of all Electrical Engineering works executed year wise during the last five financial years (As specified in NIT) in Statement.I.
d) Details of group of similar works (each of not less than 50% of ECV) in any one year and total magnitude of such works value not less than Rs.63.34Lakhs (at current price level) in the name of the tenderer as Prime Contractor during the last five years not earlier than April-2010, showing actual date of completion & year wise break up of value of work executed in Statement .II.
e) Year-wise specified quantities executed by the tenderer during the last five financial years in Statement-III
f) Details of the existing commitments i.e. works on hand and works for which tenders are submitted in Statement No-IV.
g) Availability of Key & critical construction / quality control equipment in Statement V;
h) Availability of key personnel for administration / site management and execution viz., technical personnel required for the work Statement VI;
i) Information regarding any litigation, with Government during the last five years, in which the Tenderer is involved in Statement-VII;
j) Availability of working capital for the work [Liquid assets, credit facility and availability of other financial resources such as solvency etc];
k) The proposed methodology and program of construction, backed with equipment planning and deployment, duly supported with broad calculations, justifying their capability of execution and completion of the work as per technical specifications within the stipulated period of completion as per milestones.
l) The particulars of quality control testing Lab owned, OR tie up with established quality control testing laboratories.
3.02 Tenders from Joint Ventures are not acceptable unless specifically stated otherwise.
3.03 QUALIFICATION CRITERIA FOR OPENING OF THE PRICE BID.
A) To qualify for opening the Price Bid, the bidders in their name should have during the last five years.
i) To qualify for opening the Price Bid, the bidders in their name should have, during the last five financial years not earlier than April-2010, satisfactorily completed in any one year as a PRIME CONTRACTOR, group of similar works (each of not less than 50% ECV) in any one year and total
CONTRACTOR Page: 10 CHIEF ENGINEER-II
magnitude of such works value not less than Rs.63.34 Lakhs at current price level.
Note: The cost of completed work of previous years shall be given weightage of 10% per year to bring them to current price level for the financial year in which bids are invited. Financial years are those immediately preceding the financial year in which the tenders are invited)
ii) Each bidder should have executed in any one year the following minimum physical quantities.
1) Erection and commissioning of LT & 11KV or above lines over PSCC/Spun poles with AAA/ACSR conductor—7KM
1) Erection and commissioning of distribution transformers (63KVA and above)---8Nos
B) Each bidder should further demonstrate (As specified in NIT):
i) Availability (either owned or leased) of the following key and critical equipment for the work:
S. No. Equipment Type and Characteristics Qty.
a) Ropes, ladders, Crow bars 10 Nos.b) Tractor 1 No.c) Chain pulley blocks/Triflers 2 Nos.d) Aluminum Pulleys for stringing. 1 No.e) Winch and T & P 1 No.f) Mechanized pole erection equipment. 1 No.
Note: The major equipment to attain the completion of works in accordance with the prescribed construction schedule is shown in the above table.
ii) Availability of the Key personnel1) Graduate Engineer (Electrical) : 1 No.2) Diploma Engineer (Electrical) : 1 No.
iii) Liquid assets and / or credit facilities of not less than Rs.63.34 Lakhs (Credit facility / letter of credits / Solvency certificates from Banks etc).
Bid capacity.
The tenderer who meets the above qualification criteria and whose available bid capacity is more than the estimated contract value will be qualified for opening of Price bid. The available bid capacity will be calculated as under:
Available Bid Capacity : 2AN-B.Where,A= Maximum value of Electrical engineering works executed in its name in any one
financial year during the last five financial years (updated to current Price level) taking into account the works completed as well as works in progress.
N= Number of years prescribed for completion of the work for which tenders are invited [months / 12].
B= Updated value (at current Price level), of all existing Commitments i.e., on going works, works likely to be awarded to be executed during the Period of completion of the work for which tenders are invited.
CONTRACTOR Page: 11 CHIEF ENGINEER-II
Annual turnover cost of completed works and balance works on hand etc., shall be updated by giving weightage of 10% per year to bring them to current price level.
No relaxation will be given to any of the qualification criteria.
Note: The experience gained in a registered JV firm to the extent of the tenderer’s share shall be considered if the tenderer happens to be the lead partner.
3.04 Even though the tenderers meet the above qualifying criteria, they are liable to be disqualified / debarred / suspended / blacklisted if they have
Furnished false / fabricated particulars in the forms, statements and /annexures submitted in proof of the qualification requirements
Not turned up for entering into agreement, when called upon. record of poor performance such as abandoning the work, not properly
completing the contract, inordinate delays in completion, litigation history or financial failures etc.
participated in the previous bidding for the same work and had quoted unreasonably and
even while execution of the work, if found that the work was awarded to the Contractor based on false / fake certificates of experience, the Contractor will be blacklisted and work will be taken over invoking clause 61 of PS to APSS.
3.05 Tenders with an excess of above 10% of the estimated contract value shall summarily be rejected.
3.06 For tenders up to 15% less than the estimated contract value of work, no additional security deposit is required. But for tenders beyond less than 15% of the estimated Contract Value of work, the difference between the tendered amount and 85% of the estimated contract value, shall be paid by the successful tenderer at the time of concluding agreement as an additional security through a Demand Draft on a Nationalised Bank / Scheduled bank to fulfill the contract.
3.07 a) If the percentage quoted by a tenderer is found to be either abnormally high or with in the permissible ceiling limits prescribed but under collusion or due to unethical practices adopted at the time of tendering process, such tenders shall be rejected.
b) A tenderer submitting a tender which the tender accepting authority considers excessive and or indicative of insufficient knowledge of current prices or definite attempt of profiteering will render himself liable to be debarred permanently from tendering or for such period as the tender accepting authority may decide. The tenderer overall percentage should be based on the controlled prices for the materials, if any, fixed by the Government or the reasonable prices permissible for the tenderer to charge a private purchaser under the provisions of clause-6 of the hoarding and profiteering prevention ordinance of 1943 as amended from time to time and on similar principle in regard to labour supervision on the construction.
4.0 One Tender per Tenderer:4.01 Each tenderer shall submit only one tender for the work. A tenderer who submits
more than one Tender will cause dis-qualification of all the tenders submitted by the tenderer.
5.0 Cost of Tendering
CONTRACTOR Page: 12 CHIEF ENGINEER-II
5.01 The tenderer shall bear all costs associated with the preparation and submission of his tender and the tender inviting authority will in no case be responsible and liable for those costs.
6.0 Site Visit.6.01 The tenderer, at the tenderer’s own responsibility and risk is advised to visit and
examine the Site of Work and its surroundings and obtain all information that may be necessary for preparing the Tender for entering into a contract, for construction of the work. The costs of visiting the site shall be at the tenderer’s own expense.
B. TENDER DOCUMENT
7.0 Contents of Tender document.7.01 One set of tender document, comprises of the following:
Technical bid 1) Notice Inviting Tenders (NIT)2) Instructions to Tenderers3) Forms of Tender and qualification information 4) Conditions of Contract.5) Specifications.6) Drawings.
Price bid Bill of Quantities and Price bid.
8.0 Clarification on Tender Documents8.01 A prospective tenderer requiring any clarification on tender documents may
contact the tender Inviting Officer at the address indicated in the NIT.
9.0 Amendment to Tender Documents9.01 Before the last date for submission of tenders, the tender Inviting Officer may
modify any of the Contents of the Tender Notice, tender documents by issuing amendment / addendum.
9.02 Any addendum/amendments issued by the Tender Inviting Officer shall be part of the Tender Document.
9.03 To give prospective tenderers reasonable time to take an addendum into account in preparing their bids, the Tender Inviting Officer may extend if necessary, the last date for submission of tenders.
C. PREPARATION OF TENDERS.
10.0 Language of the Tender.10.01 All documents relating to the tender shall be in the English Language only.
11.0 Documents comprising of the Tender.11.01 The tender comprise the following which are available online at
www.eprocurement.gov.in/(a) Technical Bid, and drawings.(b) Qualification information and supporting documents [to be uploaded by the
tenderer.(c) Price bid containing bill of quantities (Schedule –A) and the Bid offer.
12.0 Bid Offer:12.01 Bill of Quantities called Schedule “A” and the bid offer accompanies the tender
document. It shall be explicitly understood that the Tender Inviting Officer does not accept any responsibility for the correctness or completeness of this schedule ‘A’ and this schedule ‘A’ is liable to alterations by omissions, deductions or additions at the discretion of the Chief Engineer-II or as set forth in the conditions of the contract. The Schedule “A” shall contain the items of work to be carried out indicated as part-I and LS
CONTRACTOR Page: 13 CHIEF ENGINEER-II
provisions as Part-II. The percentage quoted by the contractor shall be applicable only to part-I. However, the provisions contained in the part-II will be operable basing on the conditions provided in the Tender Document. The tenderers will have to state clearly their willingness to execute the work at certain specific percentage of excess or less or at par of the ECV indicated in Part-I at the space provided therein in Schedule ‘A’. The LS amount indicated in part-II are maximum reimbursable amounts. The tenderer should however quote his lumpsum tender based on this schedule of quantities. He should quote his offer as a overall tender percentage. The over all tender percentage should be written both in words and figures. The bid offer i.e., percentage shall be written both in figures and words legibly and free from errors.
12.02 The Schedule –A (or Price-bid) contains not only the quantities but also the rates worked out by the Department and the amount for each item and total value of the estimated contract. The tenderer should workout his own rates keeping in view the work, site conditions and quote his overall tender percentage with which he intends to execute the work.
12.03 The bid offer shall be for the whole work and not for individual items / part of the work.
12.04 All duties, taxes, and other levies payable by the contractor as per State / Central Government rules, except otherwise mentioned, shall be included in the tender percentage quoted by the tenderer, however keeping in view the maximum reimbursable amounts specified in part-II of Price Bid.
12.05 The tendered contract amount as computed based on overall tender percentage is subject to variation during the performance of the Contract in accordance with variation in quantities etc.
13.0 Validity of Tenders:13.01 Tenders shall remain valid for a period of not less than three months from the last
date for receipt of tender specified in NIT.
13.02 During the above mentioned period no plea by the tenderer for any sort of modification of the tender based upon or arising out of any alleged misunderstanding of misconceptions or mistake or for any reason will be entertained.
13.03 In exceptional circumstances, prior to expiry of the original time limit, the Tender Inviting Officer may request the bidders to extend the period of validity for a specified additional period. Such request to the tenderers shall be made in writing. A tenderer may refuse the request without forfeiting his E.M.D. A tenderer agreeing to the request will not be permitted to modify his tender, but will be required to extend the validity of his E.M.D. for a period of the extension.
14.0 Earnest Money Deposit14.01 The Tenderer shall furnish, Earnest Money Deposit equivalent to 1.0% of ECV in the
shape of crossed demand draft along with the tender. (As specified in NIT).
The balance EMD @ 2.50% of ECV / TCV whichever is higher minus EMD already paid along with tender shall be paid at the time of concluding Agreement by the successful Tenderer. The balance EMD shall be in the form of Demand Draft for works with ECV of Rs.2.00 Crores and below. For works with ECV above Rs.2.00 Crores, the balance EMD shall be in the form of either Demand Draft or Bank Guarantee as per format annexed. The DD/BG shall be drawn from a Scheduled Bank / Nationalised Bank.
14.02 Demand Drafts furnished towards EMD along with tender shall be valid for a period of three months from the date of tender notice.
CONTRACTOR Page: 14 CHIEF ENGINEER-II
14.03 Bank Guarantee furnished towards balance EMD shall be valid up to 28days beyond defects liability period.
14.04 Demand Drafts are to be scanned and uploaded along with the Bid, and the original Demand Draft uploaded of worth Rs.2000/- shall be submitted to the office of the Chief Engineer-II so as to reach at least one day before the date of opening of the Price bid. Failure to furnish the original Demand Draft before price bid opening as above will entail rejection of bid and blacklisting.
14.05 The EMD of tenderers will be returned no sooner the tenders are finalised or end date of the Tender validity period which-ever is earlier.
14.06 The earnest money deposited by the successful tenderer will not carry any interest and it will be dealt with as provided in the conditions stipulated in the tender.
14.07 The E.M.D. shall be forfeited.(a) if the tenderer withdraws the tender during the validity period of tender.(b) in the case of a successful tenderer, if he fails to sign the Agreement for
whatever the reason.
14.08 In consideration of the Chief Engineer-II /Tender Committee undertaking to investigate and to take into account each tender and in consideration of the work thereby involved, all earnest monies deposited by the tenderer will be forfeited to the Corporation in the event of such tenderer either modifying or with-drawing his tender at his instance within the said validity period of three months.
15.0 Retention:15.01 The APIIC shall retain from each payment due to the contractor @ the rate of 7.5%
of bill amount until completion of the whole of the Works.
15.02 On completion of the whole of the Works, half the total amount retained (including EMD ) will be released to the Contractor and the remaining half when the Defects Liability Period has passed and the Engineer-in-Charge has certified that all the Defects notified, if any by the Engineer-in-Charge to the Contractor before the end of this period have been corrected.
16.0 Signing of Tenders16.01 If the tender is made by an individual, it shall be signed with his full name and his
address shall be given. If it is made by a firm, it shall be signed with the co-partnership name by a member of the firm, who shall also sign his own name, and the name and address of each member of the firm shall be given. If the tender is made by a corporation, it shall be signed by a duly authorised officer who shall produce with his tender satisfactory evidence of his authorisation. Such tendering corporation may be required before the contract is executed, to furnish evidence of its corporate existence. Tenders signed on behalf of G.P.A. holder will be rejected.
16.02 The Tender shall contain no alterations or additions, except those to comply with instructions issued by the Tender Inviting Officer, or as necessary to correct errors made by the tenderer, in which case all such corrections shall be initialed by the person signing the tender.
16.03 No alteration which is made by the tenderer in the contract form, the conditions of the contract, the drawings, specifications or statements / formats or quantities accompanying the same will be recognised; and, if any such alterations are made the tender will be void and disqualified.
D. SUBMISSION OF TENDERS.
CONTRACTOR Page: 15 CHIEF ENGINEER-II
17.0 Submission of Tenders:17.01 The tenderers who are desirous of participating in ‘e’procurement shall submit
their technical bids, price bids etc., in the Standard formats prescribed in the Tender documents, displayed at ‘e’market place. The tenderers should upload the scanned copies in support of their Technical bids. The bidders shall sign on all the statements, documents, certificates, uploaded by him, owning responsibility for their correctness / authenticity.
As per G.O. Ms. No.174, Dated : 01.09.2008 of Irrigation & CAD (PW-REFORMS) Dept., submission of original Hard copies of the uploaded scan copies of DD / BG towards EMD by participating bidders to the tender inviting authority before opening of the price bid be dispensed forthwith.
17.02 The APIIC Limited will not hold any risk and responsibility for the loss in transit during uploading of the scanned document, for the invisibility of the scanned document online, and any other problem(s) encountered by the tenderers while submitting their bids online.
17.03 The following certificates, documents etc., are to be scanned and uploaded on to the ‘e’procurement platform at www.eprocurement.gov.in .i. Any Electrical Contractor/Supplier/Manufacturer should possess valid class-I
(Electrical) in Central government, other State government departments and undertakings
ii. Copy of valid Provident Fund registration.iii. Copy of Latest IT returns filed along with copy of PAN.iv. Copy of registration under AP VAT Act 2005 (TIN)v. Value of Electrical Engineering works executed in the last five financial years in
the tenderers name in Statement.I along with supporting certificates.vi. Contractor should posses Grade ‘A’ Electrical license issued by A.P.Electrical
Licensing authority.vii. The details of group of similar works (each of not less than 50% of ECV) in any
one year executed as Prime Contractor (in the same name) during the last five years, showing year wise break up of value of work executed in Statement-II with supporting certificates
viii. The physical quantities of specified works executed as Prime Contractor (in the same name) in the last five financial years with year wise break up work wise in Statement-III duly supported with work done certificates.
ix. Details of ‘existing commitments’ (i.e. works on hand and works for which tenders are submitted) with supporting certificates in Statement-IV.
x. The availability of Key / critical construction / quality control equipment in Statement-V.
xi. The availability of Key personnel in Statement-VI.xii. The information on litigation history in Statement-VII.
xiii. Proof of Liquid assets in the shape of Solvency certificate for the required Amount.
17.04 Any other condition regarding receipt of tenders in conventional method appearing in Tender document may be treated as Non-applicable.
18.0 Last date / time for Submission of the Tenders.18.01 Tenders must be submitted online not later than the date and time specified in NIT.
18.02 The Chief Engineer-II may extend the dates for receipt of Tenders by issuing an amendment in which case all rights and obligations of the Chief Engineer-II and the tenderers will remain same as previously.
19.0 Late Tenders.
CONTRACTOR Page: 16 CHIEF ENGINEER-II
19.01 Tenders will not be received after the bid submission closing date and time prescribed in NIT.
20.0 Modification to the Tender.20.01 Tenderers can modify their Tender percentage online before the last date/time
prescribed in NIT.
CONTRACTOR Page: 17 CHIEF ENGINEER-II
E. TENDER OPENING AND EVALUATION
21.0 Tender opening21.01 The technical bids will be opened online by the Chief Engineer-II or any officer
authorized by the Chief Engineer-II at the time and date as specified in the tender documents. All the Statements, documents, certificates, Demand Draft etc., uploaded by the tenderer will be verified and downloaded, for technical evaluation. The clarifications, particulars, if any, required from the bidders, will be obtained either online or in the conventional method by addressing the bidders. The technical bids will be evaluated against the specified parameters / criteria same as in the case of conventional tenders and the technically qualified bidders will be identified. The tenderers or their authorized representatives can be present at the time of opening of the tenders. Either the tenderer himself or one of his representative with proper authorization only will be allowed at the time of tender opening.
21.02 The technical bids containing the qualification requirements will be opened and uploaded certificates will be verified.
22.0 Clarification on the Technical Bid.22.01 The tender opening authority may call upon any tenderer for clarification on the
statements, documentary proof relating to the technical bid. The request for clarification and response thereto shall be in writing and it shall be only on the qualification information uploaded online by the tenderer. The clarification called for from the tenderers shall be furnished within the stipulated time, which shall not be more than a week.
22.02 The tenderer shall furnish the clarification, if any, called for within the stipulated time, failing which his tender is liable for disqualification and rejection.
23.0 Examination of Technical bids and Determination of Responsiveness23.01 The Chief Engineer-II will evaluate whether each tenderer is satisfying the eligibility
criteria prescribed in the tender document and declares them as a qualified tenderer.
23.02 If the technical bid of a tenderer is not satisfying any of the eligibility criteria it will be rejected by the Chief Engineer-II. If any error is found in the evaluation of tenders the VC&MD may directed the Chief Engineer-II to re-evaluate the tenders. The final decision taken thereafter by the VC&MD will be binding upon the tenderers.
23.03 If any alteration is made by the tenderer in the tender documents, the conditions of the contract, the drawings, specifications or statements / formats or quantities the tender will be rejected.
24.0 Price Bid Opening:24.01 The price bids of the technically qualified bidders will only be opened online by the
Chief Engineer-II and the result will be displayed on the ‘e’market place which can be seen by all the bidders who participated in the tenders.
24.02 The Price Bid of the Unqualified Tenderers will not be opened.
24.03 Tenders shall be scrutinised in accordance with the conditions stipulated in the tender document. In case of any discrepancy and non-adherence of conditions of tender document by the tenderer, the decision taken by the Tender Accepting Authority on tenders shall be final and binding on the tenderer.
25.0 Evaluation and Comparison of Price Bids25.01 The Chief Engineer-II will evaluate and compare the price bids of all the qualified
Tenderers.
CONTRACTOR Page: 18 CHIEF ENGINEER-II
25.02 Negotiations at any level are strictly prohibited. However, good gesture rebate, if offered by the lowest tenderer prior to finalization of tenders may be accepted by the tender accepting authority.
25.03 Selection of tenderer among the lowest & equally quoted tenderers will be in the following orders:a) The tenderer whose bid capacity is higher will be selected.b) In case the bid capacity is also same the tenderer whose annual turnover is more
will be preferred.c) Even if the criteria incidentally become the same, the turnover on similar works
and thereafter machinery available for the work and then the clean track record will be considered for selection.
26.0 Process to be Confidential.26.01 Information relating to the examination, clarification, evaluation and comparison of
tenders and recommendations for the award of a contract shall not be disclosed to tenderers or any other persons not officially concerned with such process until the award to the successful tenderer has been announced by the tender accepting authority. Any effort by a tenderer to influence the processing of tenders or award decisions may result in the rejection of his tender.
26.02 No Tenderer shall contact the Chief Engineer-II or any authority concerned with finalisation of tenders on any matter relating to its tender from the time of the tender opening to the time the Contract is awarded.
26.03 Before recommending / accepting the tender, the tender recommending / accepting authority shall verify the correctness of certificates submitted to meet the eligibility criteria and specifically experience. The authenticated agreements of previous works executed by the lowest tenderer shall be called for.
26.04 Tenders will be finalised by the Chief Engineer-II for the works with ECV of up to Rs.2.00 Crores. The tenders for the works costing more than Rs.2.00 Crores will be referred to Tender Committee along with technical bid evaluation for consideration. The Tender Committee shall scrutinize the tenders submitted by Chief Engineer-II in accordance with the conditions stipulated in the tender document and recommend to the VC & MD, APIIC for acceptance.
F. AWARD OF CONTRACT27.0 Award Criteria27.01 The Chief Engineer-II will award or recommend to the Competent tender accepting
authority for award of the contract to the tenderer who is found technically qualified as per the tender conditions and whose price bid is lowest.
27.02 The tender accepting authority reserves the right to accept or reject any tender or all tenders and to cancel the tendering process, at any time prior to the award of Contract, without thereby incurring any liability to the affected tenderer or tenderers or any obligation to inform the affected tenderer or tenderers of the reasons for such action.
28.0 Notification of Award and Signing of Agreement.28.01 The tenderer whose Tender has been accepted will be notified of the award of the
work by the Chief Engineer-II, prior to expiration of the Tender validity period by registered letter. This letter (hereinafter and in the Conditions of Contract called “Letter of Acceptance”) will indicate the sum that the APIIC Ltd will pay the Contractor in consideration of the execution, completion, and maintenance of the Works by the Contractor as prescribed by the Contract (hereinafter and in the Contract called the “Contract Amount”).
CONTRACTOR Page: 19 CHIEF ENGINEER-II
28.02 When a tender is to be accepted the concerned tenderer shall attend the office of the Chief Engineer-II on the date fixed in the Letter of acceptance. Upon intimation being given by the Chief Engineer-II, of acceptance of his tender, the tenderer shall make payment of the balance E.M.D., and additional security deposit wherever needed by way of Demand Draft from a Nationalized / Scheduled Bank and sign an agreement in the form prescribed by the department for the due fulfillment of the contract. Failure to attend the Chief Engineer-II’s office on the date fixed, in the written intimation, to enter into the required agreement shall entail forfeiture of the Earnest Money deposited. The written agreement to be entered into between the contractor and APIIC Ltd shall be the foundation of the rights and obligations of both the parties and the contract shall not be deemed to be complete until the agreement has first been signed by the contractor and then by the proper officer authorized to enter into contract on behalf of APIIC Ltd.
28.03 The successful tenderer has to sign an agreement within a period of 15 days from the date of receipt of communication of acceptance of his tender. On failure to do so his tender will be cancelled duly forfeiting the E.M.D., paid by him without issuing any further notice and action will be initiated for black listing the tenderer.
29.0 Corrupt or Fraudulent Practices29.01 The Government / APIIC require that the bidders / suppliers / contractors under
Government financed contracts; observe the highest standard of ethics during the procurement and execution of such contracts. In pursuance of this policy, the Government/APIIC Ltd
(a) define for the purposes of the provision, the terms set forth below as follows:(i) “corrupt practices” means the offering, giving, receiving or soliciting of any thing
of value to influence the action of a Government/APIIC official in procurement process or in contract execution: and
(ii) “fraudulent practice” means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the Government /APIIC Ltd and includes collusive practice among Tenderers (prior to or after Tender submission) designed to establish in Tender prices at artificial non-competitive levels and to deprive the Government/APIIC of the benefits of free and open competition.
(b) Will reject a proposal for award if it determines that the Tenderer recommended for award has engaged in corrupt or fraudulent practices in competing for the contract in question.
(c) Will blacklist / or debar a tenderer, either indefinitely or for a stated period of time, if at any time determines that the firm has engaged in corrupt or fraudulent practices in competing for, or in executing an APIIC/Government Contract.
(d) Further more, Tenderers shall be aware of the provisions stated in the General Conditions of Contract.
CONTRACTOR Page: 20 CHIEF ENGINEER-II
FORMS OF TENDER QUALIFICATION INFORMATION
CONTRACTOR Page: 21 CHIEF ENGINEER-II
QUALIFICATION INFORMATIONNote: Only uploaded certificates are to be submitted in Hard copies.
Annexure –I
CHECKLIST TO ACOMPANY THE TENDER (To be furnished on Rs.20 Non Judicial Stamp Paper)
Name of work: Providing electrification to R&R colony to facilitate balance beneficiaries of about 1050 plots duly making of 11kV Bay Extension at 33/11KV substation, laying of 11kV line on 11 Mts Spun poles with 100sq.mm AAA conductor, Providing 16Nos DTRs and laying of LT 3 Phase 5 wire line on 9.5mtrs PSCC spun poles with 55 sq.mm AAA conductor and providing 325Nos street light fittings all along the internal roads in the R&R colony layout at Veduruvada(V), Atchutapuram (M), Visakhapatnam Dist. (3rd Call)S. No
Description Submitted Page No.
(see Note below)(1) (2) (3) (4)1 DD’s regarding EMD and Processing Fee Yes / No2 Copy of Contractor’s valid Registration under appropriate
Class-I Electrical with State/Central Government departments and undertakings.
Yes / No
3 Copy of valid Provident Fund registration. Yes / No4 Copy of latest IT returns filed along with copy of PAN card. Yes / No5 Copy of Registration under AP VAT act 2005 (TIN) along with
sales tax / VAT clearance certificate. Yes / No6 Value of Electrical Engineering works executed in the last five
years in the Tenderer’s name in Statement-I with supporting certificates. Yes / No
7 Details of group of similar works (each of not less than 50% ECV) in any one year completed as Prime Contractor (in the same name) during the last five Years in Statement-II with supporting certificates..
Yes / No
8 Quantities of work executed as Prime Contractor (in the same name) in the last five years - in Statement- III with supporting certificates.
Yes / No
9 Details of existing commitments i.e., work on hand and works for which tenders are submitted in Statement-IV with Supporting Certificates.
Yes / No
10 Availability of key / critical equipment in Statement-V Yes / No11 Availability of Key personnel in Statement-VI. Yes / No12 Litigation history in Statement –VII. Yes / No13 Proof of liquid assets in the shape of Solvency certificates etc.,
for the required amount.Yes / No
14 Copy of Grade ‘A’ Electrical license issued by A.P.Electrical Licensing Board.
Yes / No
15 List of certificates enclosed Yes / NoNotes: 1) All the statements, copies of the certificates, documents etc., shall be given page
numbers on the right corner of each certificate, which will be indicated in column (4) against each item. The statements furnished shall be in the formats appended to the tender document.
2) The information shall be filled-in by the tenderer in the checklist and statements-I to VII, for the purposes of verification as well as evaluation of the tenderer’s Compliance to the qualification criteria as provided in the Tender document. Successful (L1) tenderer shall furnish the originals of all the documents / certificates / statements uploaded by him to the Chief Engineer-II for verification and return before concluding agreement.
DECLARATIONI ……………………………………………………………… have gone through carefully all the Tender conditions and solemnly declare that I / we will abide by any penal action such as disqualification or black
CONTRACTOR Page: 22 CHIEF ENGINEER-II
listing or determination of contract or any other action deemed fit, taken by, APIIC Ltd., against us, if it is found that the statements, documents, certificates produced by us are false / fabricated.
I / WE hereby declare that, I / WE have not been blacklisted / debarred / Suspended / demoted in APIIC Ltd., or any department in Andhra Pradesh or in any State due to any reasons.
Signature of the TendererSTATEMENT – I
Value of Electrical Engineering works executed in each year during the last five financial years by the Tenderer.
Sl. No. Financial Year Value in Rs.1.2.3.4.5.
Attach certificate(s) issued by the Executive Engineer concerned and countersigned by Superintending Engineer showing work wise / year wise value of work done in respect of all the works executed by the Tenderer during last five years OR
Certificate from Chartered Accountant supported with Annual Balance Sheet tallying with I.T. Clearance certificate.
Signature of the Tenderer
STATEMENT – II
Details of single similar work completed in the Name of the Tenderer during the last five years.
Sl. No
Name of the work Address of Agt. Concluding Authority
Agreement No. & dated.
Value of Contract
1 2 3 4 5
Stipulated period
of completio
n
Actual date of
completion
Value of work done year wise during the last ‘five’ years.
Total value of
work done.1st
Year2nd
Year3rd
Year4th
Year5th
Year
6 7 9 10 11 12 13 14
Attach certificates issued by the Executive Engineer concerned and countersigned by the Superintending Engineer showing work wise / year wise value of work done and date of completion.
Signature of the Tenderer
STATEMENT – IIIPhysical quantities executed by the Tenderer in any one year during the last five financial years. [work wise / year wise].
Sl. No
.
Financial Year
Name of
work
Agt.No
Quantities executed / Year wise.Any other
items.EWE R.C.C.GSB /
GB
WBM/
WMM
BM / SDBC
CONTRACTOR Page: 23 CHIEF ENGINEER-II
1 2 3 4 5 6 7 8 9 1012345
Attach certificates in support of the above quantities issued by the Executive Engineer concerned and countersigned by the Superintending Engineer duly showing the quantities executed year wise.
Signature of the Tenderer
STATEMENT – IV
Details of Existing Commitments.
Details of works on hand and, yet to be completed as on the date of submission of the Tender and works for which Tender s have been submitted are to be furnished.A) Existing Commitments on ongoing works:
Sl.No
Name of
work
Address of Agt. Conclu-
ding autho-
rity
Agt. No. &
Date
Value of
cont-ract
Stipul-ated
period of
comp-letion
Value of
work done so far.
Balance Value of works to
be comple-ted
Antici-pated
date of comp-letion
Updated value of balance
work
1 2 3 4 5 6 7 8 9 10
Attach certificates issued by the Executive Engineer concerned and countersigned by Superintending Engineer, indicating the balance work to be done, and likely period of completion.
Signature of the Tenderer
B) Details of works for which Tenders are submitted [awarded / likely to be awarded]
Sl. No.
Name of work
Address of Agt. Concluding authority
Estima-ted value of work
Stipulated period of
comple-tion
Date on which
tender was submitted
Present stage of Tender.
1 2 3 4 5 6 7
Signature of the Tenderer
STATEMENT - V
Availability of Critical Equipment
The tenderer should furnish the information required below, regarding the availability of the equipment, required for construction / quality control duly certified by an officer of Govt. Department not below the name of Executive Engineer.
Details of Equipment Number Possessed
CONTRACTOR Page: 24 CHIEF ENGINEER-II
Sl. No.
Number required
Owned Leased Total
1 2 3 4 5 6
Signature of the Tenderer
Alternately a declaration regarding the equipment owned shall be produced by the Tenderer on a non-judicial stamp paper of Rs.100/- as below along with proof of ownership such as invoice / certificate of registration by the competent authority.
Sl. No.
Details of each Equipment
Year of purchase
Regn. Number
Capacity Any other data.
Is it in working condition
1 2 3 4 5 6 7
Signature of the Tenderer
DECLARATION“I ……………………………………………….do hereby solemnly affirm and declare that I /we own the above equipment for using on the subject work and also declare that I / We will abide by any action such as disqualification or determination of Contract or blacklisting or any action deemed fit, if the department detects at any stage that I/we do not possess the equipment listed above.
Signature of the Tenderer
STATEMENT – VI.
Availability of Key Personnel
Qualification and experience of Key Personnel proposed to be deployed for execution of the Contract.
Sl. No
Name Designation Qualification Total Experience
Working with the tenderer since.
1 2 3 4 5 6
Signature of the Tenderer
STATEMENT - VIIInformation on litigation history in which Tenderer is the Petitioner.
S. No
Case No. / Year
Court where filed.
Subject Matter / Prayer in the
case.
Respondents i.e., SE / CE Present Stage.
1 2 3 4 5 6
CONTRACTOR Page: 25 CHIEF ENGINEER-II
Signature of the Tenderer
CONDITIONS OF CONTRACT
CONTRACTOR Page: 26 CHIEF ENGINEER-II
TENDER[To be submitted along with the Hard copies of work done certificates.]
Date: ……………To The Chief Engineer-II,APIIC Limited,4th Floor, Parishrama Bhavan,Hyderabad - 500 004.
Sir,I / We do hereby tender and if this tender be accepted, under take to execute the following work viz “Providing electrification to R&R colony to facilitate balance beneficiaries of about 1050 plots duly making of 11kV Bay Extension at 33/11KV substation, laying of 11kV line on 11 Mts Spun poles with 100sq.mm AAA conductor, Providing 16Nos DTRs and laying of LT 3 Phase 5 wire line on 9.5mtrs PSCC spun poles with 55 sq.mm AAA conductor and providing 325Nos street light fittings all along the internal roads in the R&R colony layout at Veduruvada(V), Atchutapuram (M), Visakhapatnam Dist(3rd Call)” as shown in the drawings and described in the specifications attached therein with such variations by way of alterations or additions to, and omissions from the said works and method of payment as provided for in the “conditions of the contract” for the sum of Rs………………… (Rupees …………………………………………………. Only) or such other sum as may be arrived under the clause of the standard preliminary specifications relating to “Payment on lump-sum basis or by final measurement at unit rates”I/WE have also quoted percentage excess or less on E.C.V., shown in Schedule ‘A’ Part-I, annexed (in words and figures) for which I/We agree to execute the work when the lumpsum payment under the terms of the agreement is varied by payment on measured quantities of work.
I / We understand that if any options viz. perecentage excess / less or equal to are not selected, the percentage quoted will be taken as “percentage less” by default.
I/WE agreed to keep the offer in this tender valid for a period of Three month(s) and not to modify the whole or any part of it for any reason within above period. If the tender is withdrawn by me/us for any reasons whatsoever during the tender validity period, the earnest money paid by me/us will be forfeited to APIIC Ltd.
I/WE hereby distinctly and expressly, declare and acknowledge that, before the submission of my/our tender I/We have carefully followed the instructions in the tender notice / document and have read the MORT&H specifications / A.P.S.S. and the preliminary specifications therein with addenda volumes and that I/We have made such examination of the contract documents and the plans, specifications, quantities and of the location where the said work is to be done, and such investigation of the work required to be done, and in regard to the material required to be furnished as to enable me/us to thoroughly understand the intention of same and the requirements, covenants, agreements, stipulations and restrictions contained in the contract, and in the said plans and specifications, and distinctly agree that I/We will not hereafter make any claim or demand upon the APIIC Ltd based upon or arising out of any alleged misunderstanding or misconception /or mistake on my/or our part of the said requirement, covenants, agreements, stipulations, restrictions and conditions.
I/WE enclosed to my/our tender a crossed demand draft (No ………… dated: ……………..) for Rs. 1,27,000/- as earnest money not to bear interest.
I/WE shall not assign the contractor or sublet any portion of the same. In case if it becomes necessary such subletting with the permission of the Zonal Manager shall be limited to (1) Labour contract, (2) Material contract, (3) Transport contract and (4) Engaging specialists for special item of work enjoined in A.P.S.S.IF MY/OUR tender is not accepted the sum shall be returned to me/us on application when intimation is sent to me/us of rejection or at the expiration of three months from last date of
CONTRACTOR Page: 27 CHIEF ENGINEER-II
receipt of this tender, whichever is earlier. If my/our tender is accepted the earnest money shall be retained by APIIC Ltd as security for the due fulfillment of this contract. If, (1)upon written intimation to me/us by the Chief Engineer-II’s Office, I/We fail to attend the said office on the date therein fixed or (2)upon intimation being given to me/us by the
Chief Engineer-II of acceptance of my/our tender, I/We fail to pay the additional security deposit or (3)if I/We fail to enter into the required agreement within the stipulated date and time, then I/We agree for the forfeiture of the earnest money. Any notice required to be served on me/us here under shall be sufficiently served on me/us if delivered to me/us personally or forwarded to me/us by post (registered or ordinary) or left at my/our address given herein. Such notice shall if sent by post be deemed to have been served on me/us at the time wherein due course of post it would be delivered at the address to which it is sent.
I/We fully understand that the written agreement to be entered into between me/us and APIIC Limited shall be the foundation of the rights of the both the parties and the contract shall not be deemed to be complete until the agreement has first been signed by me/us and then by the proper officer authorised to enter into contract on behalf of APIIC Limited.
I/WE agree to pay the transaction fee at 0.03% of Estimate Contract Value + service tax thereon through online at the time of bid submission to M/s C1 India Private Limited, and the successful bidder shall pay 0.04% of ECV towards corpus fund in the form of DD payable to the Managing Director, A.P.T.S., Hyderabad at the time of concluding agreement and hand over same to the Chief Engineer-II, APIIC, Hyderabad.
I am/we are professionally qualified and my/our qualifications are given below:Name Qualification
I/WE will employ the following technical staff for supervising the work and will see that they are always at site during working hours, personally checking all items of works and pay extra attention to such works as required special attention (eg) Reinforced concrete work.
Name of members of technical staff proposed to be employed
Qualification.
I / WE declare that I/WE agree to recover the salaries of the technical staff actually engaged on the work by APIIC Ltd from the work bills, if I/We fail to employ technical staff as per the tender conditions.
TENDERER’S / CONTRACTOR’S CERTIFICATE.(1) I/WE hereby declare that I/We have perused in detail and examined closely the Ministry
of Road Transport and Highways (MORT&H) specifications IRC publications and Andhra Pradesh Standard Specifications, all clauses of the preliminary specifications with all amendments and have either examined all the standards specifications or will examine all the standard specifications for items for which I/We tender, before I/We submit such tender and agree to be bound and comply with all such specifications for this agreement which I/We execute in the APIIC Ltd.
(2) I/WE certify that I/We have inspected the site of the work before quoting my Percentage excess or less on ECV, I /We have satisfied about the quality, availability and transport facilities for stones, sand and other materials.
CONTRACTOR Page: 28 CHIEF ENGINEER-II
(3) I/WE am/are prepared to furnish detailed data in support of my bid offer, if and when called upon to do so without any reservations.
(4) I/WE hereby declare that I/We will pay an additional security deposit in terms of condition 3.06 of Instructions to Tenderers in case if my/our offer is less than (-)15%.
(5) I/WE hereby declare that I am/we are accepting to reject my tender in terms of condition 3.07 of Instructions to Tenderers.
(6) I / We hereby declare that I / We will not claim any price escalation.
(7) I/WE hereby declare that I am/We are accepting for the defect liability period as 24 months as per G.O.MS.No.8 of TR&B Dept., dt:08.01.2003 instead of 6 months under clause 28 of APSS.
(8) a) I/WE declare that I/WE will procure the required construction materials including earth and use for the work after approval of the Engineer-in-Charge. The responsibility for arranging and obtaining the land for borrowing or exploitation in any other way shall rest with me/us for the materials for construction, I/WE shall ensure smooth and un-interrupted supply of materials.
B) I/WE declare that the responsibility for arranging and obtaining the land for disposal of spoil/soil not useful for construction purposes shall rest with me/us.
C) I/WE declare that I/WE shall not claim any compensation or any payment for the land so arranged for disposal of soil and the land for borrow area. My/our quoted percentage excess over or less than the ECV, are inclusive of the land so arranged.
(9) I/WE declare that I/WE will execute the work as per the mile stone programme, and if I/WE fail to complete the work as per the mile stone programme I/We abide by the condition to recover liquidated damages as per the tender conditions.
(10) I/WE declare that I/WE will abide for settlement of disputes as per the tender conditions.
DECLARATION OF THE TENDERER.
1) I/WE have not been black listed in any Govt. department due to any reasons.2) I/WE have not been demoted to the next lower category for not filing the tenders after
buying the tender schedules in a whole year and my/our registration has not been cancelled for a similar default in two consecutive years.
3) I/WE agree to disqualify me/us for any wrong declaration in respect of the above and to summarily reject my/our tender.
Address of the Tenderer :
Phone No.:Fax No.:
CONTRACTOR.
CONTRACTOR Page: 29 CHIEF ENGINEER-II
CONDITIONS OF CONTRACT
1.0 BID1.01 The tenderer’s particular attention is drawn to the sections and clauses in the
Standard Preliminary Specifications dealing with:1. Test, Inspection and Rejection of defective materials and work2. Carriage3. Construction plant4. Water and lighting5. Cleaning up during progress and for delivery6. Accidents7. Delays8. Particulars of payment
The tenderer should closely peruse all the specification clauses, which govern the over all tender percentage he is tendering.
1.02 A Bill of quantities, (Schedule-‘A’) accompanies this tender. It shall be definitely understood that, the APIIC Ltd does not accept any responsibility for the correctness or completeness of this schedule and that, this schedule is liable to alterations by omissions, deductions or additions at the discretion of the Chief Engineer-II, APIIC Ltd., Hyderabad/ Zonal Manager APIIC Limited or as set forth in the conditions of contract.The tenderer will however base his LS tender on this schedule of quantities. He should quote on overall excess / less percentage over estimate rates which will be provided to him in Schedule ‘A”. The estimated rates given in Schedule ‘A’ cannot be questioned. They shall form a basis for the tenderer to quote his offer with suitable percentage excess or less over the estimated rates indicated in this schedule.
1.03 If more than one tenderer quote the same percentage, the Chief Engineer-II, APIIC Ltd., Hyderabad reserve the right to award the work to any of the tenderers in his absolute discretion and the decision of the Chief Engineer-II, APIIC Ltd., Hyderabad shall be final and binding on the tenders in this regard. The clause 25.03 of instructions to Tenderers may also be seen.
1.04 If any alteration is made by the tenderer in the contract form, the conditions of contract, the drawing, specifications or quantities accompanying the same tender will be rejected.
1.05 The attention of the tenderer is directed to the contract requirements as to the time of beginning or the rate of progress and the dates for the completion of the whole work and its several parts. Time is essence of contract.
1.06 Vernacular signature should be translated in English.
1.07 If the documents are signed by authorised officer of a Corporation participating in tender, it must be stamped under the signature "Authorised by Power of Attorney" and copy of such Power of Attorney should be enclosed to the tender.
1.08 The bid offer will hold good till the completion of work even if extension of contract period is granted by the Corporation. No escalation in rate will be considered and the tenderer has to quote his bid taking into account the period involved for completion of work.
1.09 The bid offer shall be inclusive of preparing and maintaining the service roads and watering etc. No separate payment will be made to the contractor on these accounts. Warning signals wherever necessary shall be put up and maintained as directed by Zonal Manager at contractor's own cost.
CONTRACTOR Page: 30 CHIEF ENGINEER-II
1.10 The tenderer should inspect the site and check up the available sources of water for carrying out the work throughout the year (monsoon or non monsoon season) irrespective of the quantum of rainfall and quote their over all tender percentage accordingly. No subsequent claims for extra water leads will be entertained under any circumstances.
2.0 MATERIALS:
2.01 The tenderer’s attention is directed to the requirements of materials under the clause “Materials and Workmanship” in the preliminary specifications of APSS. Materials conforming to the latest relevant I.S. Specifications and other approved Codes and Specifications shall be used on the work and the tenderer shall quote his rates accordingly. It shall be responsibility of the contractor to arrange for testing of all materials procured for the works under such consignment or at regular intervals as may be specified in APSS at his cost and only after the engineer is satisfied fully with the test results the materials of those consignments will be allowed to be utilized on the work. The contractor shall maintain a record of test results which shall be made available to the engineers for the inspection.
2.02 Every tenderer is expected before quoting his offer, to inspect the site of the proposed work. He should also inspect the quarries and satisfy himself about the quality and availability of materials. The contractor shall procure the required material from the quarries of his choice as per the specification mentioned in the Schedule ‘A’. In every case, the materials must comply with the relevant standard specifications and to standard laboratory tests. Samples of material as called for in the standard specification or as required by the Zonal Manager in any case shall be submitted for Zonal Manager’s approval before the supply to site of works is begun.
2.03 It is the responsibility of the contractor to bring the materials required for the work from any source however subject to verification and approval of the Zonal Manager in regard to the quality and specification required as per the specification of the work with in rates quoted by the Contractor. No representation of extra rate on any account will be allowed.
2.04 The APIIC Limited will not however, after acceptance of a bid, pay any extra charges for lead or for any other reason, in case, the contractor is found later on to have misjudged the availability of materials. Attention of the contractor is directed to the Standard Preliminary Specification regarding payment of seignior age, toll etc.
2.05 The contractor shall make his own arrangements for procurement of all construction materials including explosives, cement, steel, A.C. Sheets, bitumen, Water supply / Sanitary / Electrical materials. The CE/ZM is entitled to inspect or examine all such materials at any time. The contractor shall provide necessary assistance for such inspection or examination as may be required.
2.06 The temporary stores shed shall be constructed by the agency and to that effect certificates by ZM(E)/ZM should be given in the M.Book. If the temporary stores shed is not constructed a deduction at 1% on cost of cement including T.P. will be recovered from the contractor’s bill.
2.07 It shall be understood and agreed that the contractors rates are to include all royalties and costs arising from patents, trademarks and copyrights if any, involved in the work. Whenever the contractor requires or desires to use any design device, materials or process covered by or patent or copy right the tenderer shall indemnify the APIIC Ltd., from any and all claims for the infringement by reason of the use of any such patented design, device, materials or process to be performed under the contract and indemnify the APIIC Ltd., for any costs, expenses and damages which the organization may be obliged to incur by reason of any such infringement at any time during the execution or after the completion of the work.
CONTRACTOR Page: 31 CHIEF ENGINEER-II
2.08 For any material issued departmentally as per site requirements the rate for such materials shall be recovered at (a) Market rate (b) Book value plus 10% storage
charges (c) Estimate rates whichever is higher. For any material issued by the Department, the contractor shall arrange for transportation from department stores at site to the works site, storage of material at site etc. and shall bear all related costs.
2.09 The Contractor shall follow all regulations of Government of India in respect of import licenses etc., if the procurement of the material is through imports and he shall be responsible for the payment of applicable duties and taxes, port clearances, inland transportation etc
3.0 RATE OF PROGRESS3.01 The following rate of progress will be required to be maintained by the contractor.
The date of commencement of work is date of signing the agreement, but not the date of handing over the site. Contractor shall give a separate time schedule for the early completion of the whole work with accelerated programme. It is imperative that the work progress well ahead of the rate of progress given below.
3.02 The intended completion period for the whole of the work is 06(Six) months with the following milestones.
Mile stone No.No. of months
from the date of signing agreement
Minimum percentage of
work to be completed
Physical work to be completed
Milestone-1 End of 2 months 20% Completion of 20% work Milestone-2 End of 4 months 60% Completion of 60% work
in all respects Milestone-3 End of 6 months 100% Completion of 100% work
in all respects
3.03 Detailed programme shall be prepared in the form of bar charts for collection of material and executing various component items of work. Progress will be watched by the Zonal Manager as per this programme which shall be got approved by the Zonal Manager. The entire work is to be completed within the above stipulated period. The Contractor shall pay liquidated damages to APIIC at the rate per day indicated below for each day that the completion day is later than the intended completion date for the whole of the work or each day of the milestones stipulated in the above para. APIIC will deduct liquidated damages from payments due to the Contractor. Payment of liquidated damages does not affect the contractor’s liabilities.
For mile stone 1 Rs. 1267/- per day.For mile stone 2 Rs. 3800 /- per day.For mile stone 3 Rs. 6334 /- per day.
The maximum amount of liquidated damages for the whole of the work shall however be limited to 10(Ten) percent of final contract price.
4.0 SUBLETING OF WORKS:4.01 No part of the contract shall be sublet without permission of the Chief Engineer-II /Zonal
Manager or shall transfer be made by Power of Attorney authorizing others to receive payment on the contractor’s behalf.
4.02 The Zonal Manager can if necessary, limit permission to sublet the following items of work only.i. Labour Contract
CONTRACTOR Page: 32 CHIEF ENGINEER-II
ii. Material Contractiii. Transport Contractiv. Engaging specialists for special items of work as enjoined in APSS.
In the event it is found that any portion of the work is sublet without consent of Zonal Manager, action will be taken against the Contractor by debarring him from participating in the tender for the period as decided by the agreement concluding authority. However, the debarring period shall not be less than one year.
5.0 TAXES, SEIGNIORAGES & ROYALTIES
5.01 The bid offer shall be for the completed rates of work i.e. inclusive of all charges such as leads, Lifts, classification and incidental charges, shoring and strutting, scaffolding rehandling material, hire and operational charges of all T&P, all taxes such as Excise duty / CST, Seigniorages and Royalties, etc.
5.02 All taxes seigniorage charges, Royalties, tolls. Octroi etc., in respect of materials to be consumed on the work and also in the finished items of work etc. must be born by the Contractors themselves.
5.03 Seigniorage Charges
a) The seigniorage charges will be recovered from the bills of the contractor as stipulated by the Government from time to time.
b) The Corporation shall recover the seigniorage charges from the bills of the contractor for the quantities worked out on the basis of the work done and measured as per the theoretical requirements at the rates prescribed by the Mines & Geology Department and credit the amounts to the accounts of the Mines & Geology Department. The rates at which the recovery will be done shall be as directed by the Director of Mines & Geology Department from time to time and prevailing as on date of recording of measurements in the measurement Books.
c) In respect of sand used on the works, the contractor should produce valid transit form in token of having paid the seigniorage fee to the Department of Mines & Geology. In the event of non production of such proof, the Corporation shall recover normal seigniorage fee plus one time penalty and remit to the account of Mines & Geology Department.
5.04 Value Added Tax (VAT)
5.04.1 The rates indicated in BOQ(Schedule-A) are inclusive of Value Added Tax (VAT) for works contract.
5.04.2 VAT at the prescribed rates as indicated by Government from time to time, shall be recovered from the work bills and remitted to Government immediately thereafter.
5.04.3TDS certificate (Form No:501-A) shall be issued by APIIC to the contractor for the amount of VAT recovered and remitted to the Government.
5.04.4The contractor has to furnish Form No-501/501-A (TDS Certificate) with TIN Number to the Zonal Offices so as to enable the Zonal Office to certify the recovery and
remittance of VAT from the work bills..
5.04.5In case the contractor opts for composite scheme and submits the necessary registration certificate for deduction of VAT at 5% the same shall be recovered and
remitted to the Government without adding differential VAT amount to the bill.
5.04.6The contractor should produce a valid VAT Clearance Certificate before the payment of the final bill, failing which payment to the contractor will be withheld.
CONTRACTOR Page: 33 CHIEF ENGINEER-II
5.50 Construction workers Cess :
5.51 A provision of 1% of cost of construction towards cess on labour welfare is made in the estimate as 1% labour cess component was included in the payment already paid to APEPDCL.
5.52 Construction workers Cess Act 1996: As per the Building & other construction workers Act 1996 & The AP Rules made there under, the Building & other construction workers Cess Act, 1996, Sec.3 of Cess Act, (read with rule 4(3) of the cess rules and in accordance with S.O.No.2899, dated 26/03/1996 of the Government of India), 1% Cess has not to be added to the bill and not to be deducted from each running bill paid for works (1% labour cess aws paid to APEPDCL) which are covered by the definition of “Building and other construction work”. The deducted amount is to be remitted by way of challans in the Andhra Bank to commissioner of labour.
5.60 Service Tax :
5.60.1 As per the provisions of Finance Act, 2007 and Rules of Service Tax, the service provider/contractor who provides taxable service, is responsible for paying Service Tax.
5.60.2 For Works Contract service tax is payable at the rate of 14% on Labour component which is taken as 30% of grass value of work.
5.60.3 The Service Tax component shall be added to each running bill 14% (as applicable from time to time) of 30% of gross value of work) of gross value and paid to the contractor. After payment of the bill the agency shall produce proof of payment of Service Tax to the concerned department before payment of next bill.
6.02 Labour Welfare Cess
6.02.1 As per the Building and Other Construction workers (regulation of Employment and conditions of service) Act, 1996 (Main Act) and Building and other Construction workers welfare Cess Act, 1996 ( Cess Act) and the Cess rules, 1998 Cess is to be collected from the Employers underataking Construction activity to implement welfare measures to the construction workers.
6.02.2 All the establishments who carryon any building or other construction work and employs 10 or more workers are covered under this Act. All such establishments are required to pay Cess at the rate 1% of the cost of construction or as may be modified by the Government from time to time.
6.02.3 The Cess shall not be added to each bill @ 1% and then not to be recovered from the Contractors bill. The Cess so recovered from the work bills has to be remitted by way of Cross Demand Draft in favour of A.P Building and Other construction (Since 1% labour cess component was paid to APEPDCL)
7.0 INCOME TAX:
a) Each tenderer must also send a certificate of income tax verification from the appropriate income tax authorities in the prescribed form. This certificate will be valid for one year from the date of issue and to be enclosed to all tenders
submitted during the year.
b) If a certificate for the current year had already been produced by him during the calendar year in which the tender is made it will be sufficient if such particulars are furnished.
c) During the execution of contract, deduction of income tax at 2.24% or at the rate applicable as decided by the Govt. from time to time shall be made from
the gross payment of each bill of the contract.The contract value of which is in excess of Rs.10,000/-. For deduction of tax at rates lower than 2.24% procedure stipulated under section 194-c (4) Income tax Act 1961 shall be followed.
CONTRACTOR Page: 34 CHIEF ENGINEER-II
8.0 PAYMENT FOR AUTHORISED EXTRAS & SUPPLEMENTAL ITEMS
8.1 The work shall be carried out in accordance with the AP Standard specifications and all the relevant specifications ISI Codes IRC, MORT &H and their addenda from time to time, local bye-laws for sanitary and water supply and Indian and A.P. Electricity Rules for all Electrical Installations which will be applicable for any or specified item of contract work.
8.2 The contractor is bound to execute all supplemental items that are found essential, incidental, contingent and inevitable during the execution of work, at the rates to be worked out as detailed below:
a) For all items of work in excess of quantities shown in schedule-“A” agreement rates will hold good for making payment. However necessary approval for the excess quantities shall be obtained from the competent authority before execution.
b) For items directly deducible from similar items in the agreement the rates shall be derived by adding to or subtracting from the agreement rate of such similar item, the cost of the difference in quantity of material and labour between the new items and the similar item in the agreement, worked out with reference to standard schedule of rates adopted in the sanctioned estimate plus or minus the overall tender percentage;
c) For new items which do not correspond to any item in the agreement, the rate shall be as per the' standard schedule of rate plus or minus the overall tender percentage;
d) For items of work other than those mentioned in (c) above and not listed in the SSR will be carried out at the rates worked out on data. 10% profit will be allowed on materials not covered by SSR and on labour as per Clause 63 of PS to APSS.
Note: The term standard schedule of rates (used in the above clauses), means the Schedule of Rates of the year adopted in the sanctioned estimate with which the tenders are compared.
8.3 Where there is a piped water supply arrangement, the contractor has to arrange the following at his own cost.
a) The contractor should lay the necessary pipe line from the point of delivery as indicated by the Engineer in Charge duly installing a water meter fixed in a masonry chamber with necessary locking arrangement etc.
b) The contractor shall approach the concerned Estate Officer of the Corporation and conclude necessary agreement for water supply in the prescribed format and arrange payment of water charges at the prevailing rates and produce the receipt of payment to the Engineer-in-Charge.
c) If the Contractor fails to do so, the same would be .recovered from his bills.
d) The contractor should make arrangement for storage of sufficient quantity of water required atleast for a day's work.
9.0 LIQUIDATED DAMAGES:
9.01 The entire work is to be completed within period indicated in clause 3.02 of Conditions of Contract from the date of concluding the Agreement by maintaining the required progress as per the milestones stipulated. In case of delay in the completion of any milestone beyond the stipulated date liquidated damages will be imposed on the contractor for the delay as per the provisions of Cl. 3.03 of Conditions of Contract.
10.0 EXPLOSIVES:
CONTRACTOR Page: 35 CHIEF ENGINEER-II
a) The Contractor has to make his own arrangements to secure explosives required for the work.
b) It shall be the responsibility of the contractor to transport explosives to site and store, in accordance with provision of the Explosives Act that may be in force at that time.
c) The rate given for blasting and removing the hard granite rock will be for solid quantity measured in solid or by stack measurement allowing 40% towards voids which ever is lesser.
11.0 INJURIES DUE TO ACCIDENTS:
11.01 The contractor shall at all times indemnify the APIIC Limited against all claims which may be under the Workmen Compensation Act or any Statutory modification thereof or the rules of compensation payable in consequence of any accident or any injury sustained by any workman engaged in the performance of the business relating to this Contract.
11.02 In all cases of personal injury to workman employed by a Contractor on this work for which contractor is liable to pay compensation under Workmen Compensation Act. He shall pay the prescribed medical fee to the Medical Officer for issue of C & D forms prescribed failing which the said fee will be paid to the Medical Officer by the Corporation and recovered from the contractor's bills.
Indemnity Bond to be Executed by the contractor while entering into agreement:
Name of work: Providing electrification to R&R colony to facilitate balance beneficiaries of about 1050 plots duly making of 11kV Bay Extension at 33/11KV substation, laying of 11kV line on 11 Mts Spun poles with 100sq.mm AAA conductor, Providing 16Nos DTRs and laying of LT 3 Phase 5 wire line on 9.5mtrs PSCC spun poles with 55 sq.mm AAA conductor and providing 325Nos street light fittings all along the internal roads in the R&R colony layout at Veduruvada(V), Atchutapuram (M), Visakhapatnam Dist. (3rd Call) Agreement No:
I/We ……………………………., contractor S/o .aged ……… resident of ………………………….. do hereby bind myself / ourselves to pay all the claims which may come (a) Under workmen's Compensation Act 1923, with any statutory modification thereof and rules there under or injury sustained (b) under Minimum wages Act 1948, (c) Under payment of Wages Act, 1936 (d) Under the Contract Labour (Regulation of Abolition Act 1970, by any workman engaged for the performance of the business relating to the above contract i.e. failing such payment of claims of workman engaged in the above work, abide in accepting for the recovery of such claims effected from any of my / our assets with the department.
TENDERER / CONTRACTOR
11.03 As per Contract Labour (Regulation and Abolition) Act, 1970 the contractor has to obtain proper license from the licensing officer of the labour department and produce to the officer of the labour department concerned during inspection.
11.04 In respect of all labour directly or indirectly employed on the work, the contractor shall comply with all legislations and rules of State/Central Government or other Local Authority framed from time to time governing the protection of health, sanitary arrangements, wages, welfare and safety for labour employed on building and construction works. The rules and other statutory obligations with regard to fair wages, welfare and safety, reasons, maintenance of registers etc., will be deemed to be part of the contract.
12 LIABILITY FOR EXCESS PAYMENT12.01 In case of over payment or wrong payment made if any to the contractor due to
CONTRACTOR Page: 36 CHIEF ENGINEER-II
wrong interpretation of the provisions of the contract or otherwise and due to oversight of calculation error etc., such excess payment will be deducted in the subsequent or final bill of the work or failing that from the bills under any other contract with the Corporation or department of the Government at any time thereafter from the deposit or any other contract/contracts. If no payment is due to the contractor from any Government department, the amount will be collected from his assets as Govt. dues by the revenue authorities.
13.0 MISCELLANEOUS:
13.01 The contractor will not be entitled to get interest on arrears, which may, on the final settlement of his accounts be found due to him.
13.02 Claims due to variation in the prices of any materials or articles including petrol, diesel, grease etc., or due to other account will not be entertained.
13.03 Contractor has to make his own arrangements in regard to power supply and drinking and other water facilities.
13.04 The Corporation shall have the right to omit any item of work or add more items put to tender either before or after concluding the agreement for the work with a corresponding deduction addition from the total bid amount without altering the quoted rate for the remaining items of the tender.
13.05 All risks of loss of or damage to physical property and of personnel injury & death, which arise during and in consequence of the performing of the contract are the responsibility of the contractor
14.0 SPECIAL CONDITIONS
14.01 Clearing the site, taking mark out, marking centre lines, construction of masonry pillars, for bench mark and mark out etc., shall be done by the contractor at his own cost.
14.02 Final clearance of the site, roadways shall be done by the Contractor at his own cost. Even during construction the site shall be kept reasonably clean and orderly and accessible for inspection. Proper approaches and ladder shall be provided by the contractor for inspection by the Engineer.
14.03 Tenderers while submitting the tenders should certify in the tender, that they have actually inspected the site and alignment of work and have examined before tendering the nature and extent of various kinds of soils at various depths and have based their tenders on such examinations by them.
14.04 The contractor shall make his own arrangements for all the tools and plant required for the execution of the work.
14.05 No re-handling of excavated soil or materials will be payable. All excavated materials will have to be deposited at the places earmarked by the Zonal Manager.
14.06 For all fittings of electrical, sanitary and water supply items, fixtures to doors and windows, supply of steel windows and flush wood doors, paints etc,., the product marked ISI should be used.
14.07 Under Apprentice Act 1971, Section 3(b), it is statutory obligation for the employer to engage the requisite number of apprentices in the trade of brick masonry/building construction. The contractor has to employ, and maintain apprentice in the trade to brick masonry/building construction till the completion of work at the rate of one
CONTRACTOR Page: 37 CHIEF ENGINEER-II
apprentice of the above trade for the work 'worth Rs.20,000/- of the contract and the number commensurate with the total contract.
14.08 In addition to the normal inspection by the regular staff in-charge of work, the work will also be inspected by any person authorised by APIIC Limited or by the State or District level Vigilance Cell unit, and if any substandard work or excess payment are noticed with reference to M. Books etc, during the inspection, recoveries will be ordered based on their observations and these will be effected by the Zonal Manager.
14.09 Steel Centering only shall be used for all R.C.C. items of works.
14.10 The Contractor shall give a 10 years guarantee Bond against termite attack after execution of antitermite treatment for the buildings.
14.11 No advance payments shall be allowed on part work executed in respect of any items of work indicated in schedule A. Payment will be allowed only on finished item of work.
15.0 RULES FOR THE PROVISIONS OF HEALTH & SANITARY ARRANGEMENTS FOR WORKERS15.01 The contractor's special attention is invited to Clauses 37, 38, 39 and 51 of the
Preliminary Specifications to the A.P. Standard Specifications and he is required to provide at his own expenses the following amenities to the satisfaction of the Zonal Manager.
15.02 First Aid : (a) At every work place, there shall be provided and maintained, so as to be easily
accessible during working hours, First Aid Boxes at the rate of not less than one box for 150 contract labour or part there of employed.
(b) The First Aid Box shall be distinctly marked with a Red Cross on White background and should contain the requisite equipment. First Aid appliances and medicine including adequate supply of sterlised dressing and sterilised cotton wool shall be kept in good order. They shall be placed under the charge of responsible person who shall be readily available during working hours.
15.03 Drinking Water:
a) In every work place, there shall be provided and maintained at suitable places, easily accessible to labour, a sufficient supply of cold water fit for drinking at the rate of 3 gallons per head per day.
b) Where drinking water is obtained from an intermittent public water supply each work site, shall be provided with a storage tank, where such drinking water shall be stored.
c) Every water supply storage shall be at a distance of not less than 80 Feet from any latrine, drain or other source of pollution. Where water has to be drawn from an existing well, which is within such proximity of any latrine, drainage or other sources of pollution, the well shall be properly chlorinated before water is drawn from it for drinking. All open wells shall be entirely closed in and be provided with a trap door which shall be dust proof.
d) A reliable pump shall be fitted to each well. The trap door shall be kept locked and opened only for inspection or cleaning which shall be done at least once in a month.
15.04 Washing and Bathing places: Adequate washing and bathing places shall be provided separately for men and women. Such places shall be kept clean and well drained. Bathing or washing should not be allowed in or near any drinking water well.
CONTRACTOR Page: 38 CHIEF ENGINEER-II
15.05 Latrines and urinals : a) These shall be provided within the precincts of every work site. Latrine and
urinals in an accessible place and the accommodation separately for each of them shall be on the following scales or on scale as. directed by Zonal Manager in any particular case:
Seatsi) Where the number of persons employed does not
exceed (50)2
ii) Where the number of persons employed exceed (50), but does not exceed (100)
3
iii) For every additional (100) 3
(b) If women are employed separate latrine and urinals shall be provided on the same scale as for men.
(c) Except in work sites provided with water flushed, latrines connected with a water born sewage system, all latrines shall be cleaned at least twice during working hours and is kept in strictly sanitary condition. The receptacle shall be tarred inside and outside at least once in a year.
(d) The excreta from the latrines shall be disposed off at the contractor's expenses in out way pits approved by the Local Public Health Authorities. The contractor shall also employ adequate number of scavengers and conservancy staff to keep the latrines and urinals in a clean condition.
16.0 SHELTERS DURING REST: At the work site, they shall be provided free of cost, two suitable sheds one for meals and other for resting for the use of workers. The height of each shelter shall not be less than 3 metres from the floor level to the lowest part of the roof. These shall be kept clean and the space provided shall be on the basis of 0.60 sq.m. per head.
16.01 Creches:
a) At every work site at which 50 or more women workers are ordinary employed there shall be provided two huts of suitable size for the use of children under the age of 6 years belonging to such women. One hut shall be used for infant’s games and play and the other as their bed-room.
b) The huts shall be constructed on at a standard not lower than the following:
i Thatched roofsii Mud floors and walls.iii Planks spread over the mud floor and covered with matting.
Thus, the huts shall be restricted to children, to attendants and mothers of the children.
(c) The rooms shall be provided with suitable and sufficient openings for light and ventilation. There shall be adequate provision of sweepers to keep the places clean.
16.02 Canteen: A cooked food canteen on a moderate scale shall be provided for the benefit of workers, if it is considered essential.
CONTRACTOR Page: 39 CHIEF ENGINEER-II
16.03 Sheds for the workers: The contractor should provide at his own expenses, sheds for housing the workers. The sheds shall be of a standard not less than the cheap shelters type to live in which the workers in the locality are accustomed. The sheds are to be in row with 5' clear space between sheds and 30'-0 clear space between rows if conditions permit. The workers camp shall be laid out in units of 400 persons each unit to have a clear space of 40' each side.
16.04 Land required temporarily for storing contractor's materials or for housing their staff: "The contractor should make his own arrangements for temporary acquisition of land required for storing his materials and for housing staff at his expenses.
17.0 LABOUR & FAIR WAGES CLAUSE
17.01 The contractor shall employ labour in sufficient number to maintain the required rate of progress and of quality to ensure workmanship of the degree specified in the contract and to the satisfaction of Zonal Manager.
17.02 The Contractor shall pay to labour employed by him either. directly or through sub-contractors, wages not less than fair wages as defined in the contractors labour Regulations.
17.03 The Contractor shall comply with the provisions of the payment of wages Act 1936, Minimum Wages Act 1948, Employer’s liability Act 1930. Workmens Compensation Act 1923, Industrial Disputes Act 1947, Contract Labour Regulation and Abolition Act 1970 or any modifications thereof or any other Law relating thereto and Rules made there under from time to time.
17.04 The contractor shall not withstanding the provisions of any clause to the contrary, wages to be paid to the labourer in directly engaged on the work including any labour engaged by subcontractor in connection with the said work as if the labourer had been directly employed by him.
17.05 In respect of labour directly or indirectly employed in the work for the purpose of contractor's part of the agreement, the contractor shall comply with the Rules & Regu-lations on the maintenance of suitable records prescribed for this .purpose from time to time by Government. He should maintain his accounts and vouchers on the payment of wages to the labourers to the satisfaction of the Zonal Manager.
17.06 The Zonal Manager shall have the right to call for such records as required to satisfy himself on the payments of fair wages to the labourers and shall have the right to deduct from the contract amount a suitable amount for making good the loss suffered by the workers.
17.07 The Contractor shall be primarily liable for all payments to be made and for the obser-vance of the regulations framed by the Government from time to time without prejudice to JPs right to claim indemnity from his subcontractors.
17.08 The contractor shall ensure strict compliance of the provisions of the Employees Provi-dent Fund Act 1952 and the scheme framed there under in, so far as they are applicable to their establishment and agencies engaged by them, the contractor is further required to indemnify the Corporation against any loss of damage whatsoever that may be suffered by the Corporation as a result of any claims, damages or penalties for any failure or noncompliance on their part with the provisions of the aforesaid. Act and the scheme framed there under.
17.09 The contractor shall ensure implementation of all the relevant provision of the above act and shall deemed to be the principal employer for the purpose. Accordingly they will
CONTRACTOR Page: 40 CHIEF ENGINEER-II
get themselves registered with the concerned statutory authority as provided under the Act and shall be directly responsible to the authorities there under for compliance with the provisions thereof.
In pursuance of the above provisions, the contractor is required to maintain Attendance Register for all his employees employed for the subject work and other records and cause recovery of their P.F. contributions from their wages / salaries and remit the same along with the Employer's Contribution to the Regional Provident Fund Authorities with necessary returns.
18.0 INSURANCE CLAUSE:18.01 The work executed by the contractor under the contract shall be maintained at the
contractor's risk until the work is taken over by the Zonal Manager. The Contractor shall accordingly arrange insurance against fire and other usual risks during such period unless otherwise specified.
18.02 Provided however that, the contractor shall not be liable for all or any loss or damage occasioned by or arising out of acts of GOD and in particular unprecedented flood, volcanic eruption, earthquake or other convulsion of nature, invasion, the act of foreign enemies, hostilities or war like operations (before or after declaration of war) rebellion, military or usurped power.
18.03 The contractor has to obtain the insurance policy for agreement period plus defects liability period in favour of APIIC Ltd and produce the same at the time of concluding agreement.
18.04 Reimbursement of the policy premium amount will be made not exceeding the amount indicated against this item under Part-II of Schedule' A' on production of insurance policies to the satisfaction of Zonal Manager.
18.05 The contractor shall insure to its full insurable value but not less than the amount of the outstanding advances all plant and equipment for which he may have received or secured advance. All payments against all insurable risks of loss or damages for what-soever causes as far as it shall be insurable risk advance payments aforesaid the insurance shall be made in the name of the APIIC Ltd., and the policies and the premium receipts from time to time shall be deposited with the Zonal Manager who shall in the case of failure on the part of the contractor, pay the premiums so as to have the unquestioned power to keep the policies alive and also recover from the contractor the expenses incurred in this behalf. Further all money received under such policies shall unless otherwise permitted by the Zonal Manager be applied in or towards reinstallation or preparation of the plant and equipment.
18.06 On failure to produce the required insurance policies, these will be obtained by the Cor-poration at the cost of the contractor and the cost of premium together with its charges will be deducted from contractor bills. In addition a fine at the rate of 100% of the policy premium amount will also be deducted from immediate next running bill.
19.0 TECHNICAL AGENTS:19.01 Tenderers should themselves be professionally qualified or undertake to employ
technically qualified Engineers to look after the work. The tenderer should therefore state in clear terms whether they are professionally qualified or whether they undertake to employ technical staff and if so to give the professional qualifications of the technical staff employed under him. In case both L.S and K.2 contracts of Rs.50000/- and above in value, the contractor, irrespective of his class, shall be required to employ technical personnel as follows on the concerned works whether technical skill is required or not.From Rs.50,000- to Rs.1.00 lakhs One I. T.I candidate Between Rs.1.00 lakh to Rs. 5.00 lakhs One Diploma holder Between Rs.5.00 lakh to Rs.15.00 lakhs One Graduate Engineer
CONTRACTOR Page: 41 CHIEF ENGINEER-II
Or two Diploma HoldersAbove Rs.15.00 Lakhs One Graduate Engineer
And One Diploma Holders
19.02 The appointment of staff shall be on full time basis and they shall be available at work site whenever required by the Engineer-in-Charge to take instructions. The successful tenderer will have to furnish the name and qualifications of the technical assistant(s) employed by him together with willingness letters of the, technical assistant(s) and the appointment order of the contractor at the time of concluding the agreement. A note will be recorded to this effect in the agreement enabling the Zonal Manager to enforce the recovery from his bills for non-employment of technical assistants.
Name of the technical staff to be employed.
(i)(ii)
19.03 In case of failure of the contractors to employ all technical staff as above, recovery shall be made from his bills at the following rates, for such periods as the staff is not actually present at site as assessed by the Zonal Manager.
Cost of Works Rate of recovery . (a) Between Rs.50,000-to Rs.l.00 lakhs.....Rs.per month
(b) Between Rs.l.00 lakh to Rs.5.00 lakhs.Rs.per month(c) Between Rs.5.00 lakh to Rs.15.00 lakhs .......Rs.per month(d) Over Rs.15.00 lakhs............................. ............Rs.33,410/-. per month (Rupees Thirty Three Thousand Four Hundred and Ten only)
19.04 The Zonal Manager APIIC concerned is the sole judge:a) to decide whether qualified technical staff is actually supervising the work and
b) to decide the actual period of absence of such staff which requires the above recovery to be enforced and his decision is final and binding on the contractor.
19.05 a) The Contractor should engage the technical personnel as indicated in Clause No: 20.01.
b) The contractor should produce the copies of appointment order with payment vouchers for the technical persons engaged.
c) Reimbursement towards engaging technical personnel will be made not exceeding the amount indicated against this item under Part-II of Schedule 'A’ on production of copies of appointment orders with payment vouchers.
d) On failure to produce the copies of appointment orders with payment vouchers, reimbursement shall not be allowed, in addition a penalty equal to 100% of L.S. provision will be imposed for not engaging technical personnel.
20.0 GROUP INSURANCE SCHEME:20.01 The contractor shall furnish to the Zonal Manager, every month the particulars of Group
insurance scheme in respect of employees employed by the contractor in the proforma statement given below:
S. No.
Name of thecontractor
Full name ofthe employeeDate of Birth
Sex,Occupation
Service
Date ofCommencement
Date ofleaving service
REMARKS
1 2 3 4 5 6 7
CONTRACTOR Page: 42 CHIEF ENGINEER-II
21.0 SETTLEMENT OF DISPUTES:21.01 The arbitration clause No. 73 as provided in the P.S. to APSS shall not apply to this
contract. The Civil Courts of Hyderabad / Secunderabad only shall have jurisdiction to entertain the disputes arising out of this Contract by way of Civil suits.
22.0 SPECIAL CONDITIONS (ELECTRICAL)22.01 The contractor shall possess requisite live license i.e. Grade-A issued by Andhra Pradesh
Electrical Licensing Board so as to carry out internal electrification and external electrification works of the buildings under the direct supervision of an appropriate permit holder not lower in rank than an Supervisor and Wiremen holding Certificates of Competency permits and as stipulated in G.O.Ms.No.l, dated 02-01-1987.
22.02 The contractor has to keep his license in currency till the work is completed. If license is suspended or revoked during the period in which the work is in progress, the contract will be terminated awarded to some other agency, recovering the extra cost if any from the contractor.
22.03 The materials used should be as per the list of materials enclosed. The Chief Engineer-II I Zonal Manager reserves the right to insist on any of the materials from this list of approved materials.
22.04 Bulbs, tubes and ceiling fans will have to be supplied' by contractor himselves if required .the Corporation and the contractor has to make his own arrangements to transport the same and to keep under the safe custody of the contractor at his cost till they are fixed in the respective and the installation is completely handed over to the corporation after completion.
22.05 The work shall be' carried out strictly in conformity with code of practice for electrical wiring and fittings in industrial buildings to the latest Indian standard Specifications appended here under and also as per IE rules and IE act and subsequent addenda thereon. If the work carried out do not comply with the code of practice and the corporation specifications and if the workmanship is unsatisfactory, it shall be binding the contractor to re-do the job without any extra cost, and is liable for penalty as decided by the corporation towards inconvenience caused.
22.06 The work should be carried out under the direct Supervision of quaified person holding a certificate of competency for the type of work involved.
22.07 After completion of work, a test certificate for all the' installations and a plan of building should be furnished indicating the location of various mains and sub-mains and all the fittings together with a circuit diagram duly numbered (in the diagram). The final bill will not be paid till the above diagrams are submitted and approved after verification.
22.08 The contractor will be responsible for any defects noticed due to improper workmanship or defective material supplied by him for two calendar years from the date of final completion of work. The security deposits shall be released to the contractor after completion of the observation period of two years from the date of final completion of work, after ensuring satisfactory performance of the installation.
22.09 Lugs shall be provided for all earth connections.
22.10 The contractor should arrange for the transport of men and material to the work spot, at his cost.
CONTRACTOR Page: 43 CHIEF ENGINEER-II
22.11 All civil works and patch works necessitated for providing 'electrical installations shall be made good to the original finish and colour at the cost of the contractor and shall be to the satisfaction of the civil Engineer-in-charge. A certificate from him should be obtained to the effect that the civil and patch works are done satisfactorily. It will be the responsibility of the electrical contractor to obtain such certificate from the civil engineer. Unless such certificate is produced, no final payment will be made.
22.12 Concreting to the poles and providing independent earthing should be done in presence of Corporation staff.
22.13 Samples of all materials to be supplied by the contractor shall be produced for approval of the Zonal Manager concerned. Only approved materials shall be used for the works.
22.14 It shall be the responsibility of the contractor for getting the installation approved by the Government Electrical Inspector prior to energisation, wherever required by the Corporation at his cost.
22.15 Necessary Instruments for testing of the wiring shall be arranged by the contractor himself and testing arranged at his cost before energising of the installation.
22.16 Conduit layout/wiring layout/location of points/location of earth pits etc., shall be marked at site first and got approved from Engineer-in-Charge before commencement of the work.
22.17 All the conduits for telephone system should be provided with 14 SWG steel wires and also suitable junction boxes shall be provided at an interval of not more than 10m and no extra payment shall be made on this account.
22.18 Fabrication design of all main and sub-mains with MCBs etc., as per specifications furnished by the Corporation shall be got approved by the Engineer-in-charge, prior to fabrication by submitting detailed dimensional sketch.
22.19 All the construction debris due to electrical works shall be cleared now and then and site should be kept clean of the electrical debris by the contractor at all the times.
22.20 The material on Electrical works. Rejected if any by the Engineer-in-charge should be immediately removed from site.
22.21 The contractor shall make his own arrangements at his cost for supply of general and special T & P required for execution of the work and its successful commissioning.
22.22 All the metallic boxes, housing control switches regulators and plugs, sockets, metallic light fittings etc., shall be suitably earthed with 14 SWG GI wire as per specifications.
22.23 The Electrical work shall be progressed by the contractor side by side with progress of the building work. Laying of conduits for recessed portions shall be in pace with the building progress so that no hindrance to the progress occurs at any stage. It will be the contractor’s responsibility to keep a constant watch on the progress of building work and to co-ordinate laying of conduits on walls / ceiling.
22.24 For any clarification on electrical work the decision of the Engineer-in-charge shall be final and binding.
22.25 All the locations of the cables laid directly underground shall be indicated clearly by cable marker made of CI plate embedded in concrete block and shall be projected above the ground/floor level 15mm at an interval of 30m.
CONTRACTOR Page: 44 CHIEF ENGINEER-II
22.26 Proper lettering with paint on all the main switches indicating the following should be incorporated as directed by the Engineer-in-charge.a) Size of incoming cable and place from which it is coming along with the length of
cable.
b) Size of outgoing cable to the place where it is going along with length of outgoing cable.
c) Fuse rating.
22.27 The contractor shall supply and install weather proof junction boxes. No extra amount is payable on this account.
22.28 Caution notices i.e., Danger boards shall be provided on the panel boards/main switches at the cost of the contractor.
22.29 The wiring should be according to the following colour code.Red for R Phase' .Yellow for Y PhaseBlue for B PhaseBlack for Neutral
22.30 The contractor shall perform all excavation and back filling at his cost, as directed by the Engineer-in-charge.
22.31 Clearing the site, taking mark out, making lines etc., shall be done ate the cost of contractor. Final clearance of the site, shall be done by the contractor at his own cost.
22.32 Tenderers while submitting the tenders should certify in the tender that they have actually inspected the site and alignment of works and have based their tenders on such examinations by them.
22.33 The Contractor cannot hold the Corporation responsible for any damage on account of delay in supplying the material if any proposed to be supplied by Corporation.
22.34 The work should be executed by the contractor as per standards of APEPDCL under supervision of APEPDCL officials and APIIC officials.
22.35 The material used in the works should confirm to APEPDCL/ APSPDCL/TSNPDCL /TSSPDCL/APTRANSCO specifications only.
22.36 Major material like supports, conductors, structural steel, equipment etc. should be purchased from the approved and registered vendors for items like transformers & VCB etc with the APEPDCL/ APSPDCL/TSNPDCL /TSSPDCL/APTRANSCO with estimation of APIIC. Original warranty card to be handed over to ADE/Operation/ APEPDCL/ Atchutapuram and copy to APIIC and acknowledgment to be furnished to ZM/APIIC/Spl.zone/ Visakhapatnam.
22.37 The purchase bills for materials should be furnished to the concerned DE/ Operation/APEPDCL for inspections and copy to be submitted to ZM/APIIC/ Visakhapatnam.
22.38 If any unforeseen calamities/accidents occur during the execution and liability period of the above work the agency should be made all arrangements to get claims from insurance company, the APIIC shall not be held responsible for such incidents and consequential losses or damages in execution/ Liability period.
CONTRACTOR Page: 45 CHIEF ENGINEER-II
22.39 The handing over of the work executed by the contractor to the concerned ADE/Operation/APEPDCL is the responsibility of the contractor and the quality of the work executed shall be confirmed to APEPDCL specifications. The statutory inspection remarks to be attended in full shape to the satisfaction of the concerned DE/operation/APEPDCL. The defects if any pointed out during statutory inspection shall be rectified by the contactor at his cost.
22.40 The contractor shall handover all the materials in the works executed by him to APEPDCL authorities after completion in full shape and acknowledgment to be submitted to APIIC. The dismantling material if any shall be handed over to ADE/Operation and acknowledgment to be furnished to ZM/ APIIC/Spl.Zone/Visakhapatnam.
22.41 The contractor shall make his own arrangements for line clearances incordination with concerned operation section of APEPDCL required for execution of work.
22.42 In respect of works pertaining to Distribution Transformers and bay extension portion of the scheme, the instruction issued by APEPDCL officials shall be abide by and the instructions of the APEPDCL officials and the APEPDCL prevailing norms shall be followed.
22.43 The work should be executed by a contractor as per standards of APEPDCL under supervision of APEPDCL officials and APIIC officials.
22.44 The material used in the works should confirm to APEPDCL/APTRANSCO specifications.
22.45 Original warranty cards of all major items should be handed over to concerned ADE/Operation/ APEPDCL and acknowledgment to be furnished to DZM/Electrical/ APIIC.
22.46 The purchase bills for materials should be furnished to the concerned DE/Operation/APEPDCL for inspections by the higher authorities at a later date or may be required to be produced to Audit.
22.47 The major materials like conductors, supports and equipment should be got inspected and certified by concerned DE/M&P at manufacture works.
22.48 In respect of DTRs work portion, the instruction issued time to time by APEPDCL has to fallow the contractor and act accordingly.
22.49 All materials should be procured from registered approved vendor’s list of APEPDCL.
22.50 The contractor shall be responsible for restoration of adjacent lines damaged while execution of the work.
22.51 Clearance from ground, buildings, trees and telephone lines shall be provided in conformity with the Indian Electricity Rules, 1956 as amended up to date
22.52 The line should be far away from telecommunication lines as reasonably possible. Parallelism with these lines shall be avoided as far as practicable.
22.57 The stringing equipments shall be of sufficient capacity to string AAA/ACSR conductor.
22.58 A suitable braking device shall be provided to avoid damaging, loose running out and
kinking of the conductors. Care shall be taken to ensure that the conductor does not
touch and rub against the ground or objects, which could scratch or damage the strands.
22.59 When lines being erected run parallel to existing energized power lines, the Contractor
shall take adequate safety precautions to protect personnel from the potentially
dangerous voltage build up due to electromagnetic and electrostatic coupling in the
CONTRACTOR Page: 46 CHIEF ENGINEER-II
pulling wire, conductors and earth wire during stringing operations.
22.60 The Contractor shall also take adequate safety precautions to protect personnel from
potentially dangerous voltage build up due to distant electrical storms or any other
reason.
22.61 The conductor shall be continuously observed for loose or broken strands or any other
damage during the running out operations, it shall be brought to the notice of the
Engineer-In-Charge and shall not be used without his approval. Repair to conductors, if
necessary, shall be carried out with repair sleeves and not more than one repair sleeve
will be used in one span.
22.62 Repairing of the conductor surface shall be carried out free of cost only in case of minor
damage, scuff marks, etc. The final conductor surface shall be clean, smooth and free
from projections, sharp points, cuts, abrasions etc. After compression the sharp edges
must be smoothened by filing.
22.63 The Contractor shall be entirely responsible for any damage to the like poles, insulators
etc during stringing.
22.64 The stringing of the conductor shall be done by the standard stringing method.(See technical specifications)
22.65 The Bidder shall submit complete details of the stringing method to Engineer-in-charge
for approval. Conductors shall not be allowed to hang in the stringing blocks for more
than 96 hours before being pulled to the specified sag.
22.66 All the joints on the conductor shall be of compression type, in accordance with the
recommendations of the manufacturer, for which all necessary tools and equipment like
compressors, dies etc., shall be arranged by the contractor. Each part of the joint shall
be cleaned by wire brush till it is free of rust or dirt, etc. This shall be properly greased
with anti-corrosive compound if recommended by the manufacturer, before the final
compression is carried out with the compressors.
22.67 All the joints or splices shall be made at least 30 meters away from the pole. No joints or
splices shall be made in spans crossing over main roads, railway line and Small River
spans. Not more than one joint per conductor per span shall be allowed. The
compression type fittings shall be of the self centering type or care shall be taken to
mark the conductors to indicate when the fitting is centered properly.
22.68 The contractor shall provide & install protective guarding as per REC construction
standard for both 33 and 11 kV line, The guarding shall be provided at all the crossing
i.e. road, telecommunication & power lines, railway line, nallaha etc.
22.69 The contractor is required to follow local statutory regulations stipulated in Electricity
(Supply) Act 1948, Indian Electricity Rules 1956 as amended and other local rules and
regulations referred in these specifications.
22.70 The contractor shall follow the technical specifications enclosed in the tender document
while execution of work.
CONTRACTOR Page: 47 CHIEF ENGINEER-II
TECHNICAL SPECIFICATIONS
CONTRACTOR Page: 48 CHIEF ENGINEER-II
TECHNICAL SPECIFICATION FOR 33 KV LINES
TECHNICAL SPECIFICATIONS FOR 12.5Mts CONCRETE SPUN POLES
1. Scope: This specification covers design, manufacture, testing and supply of pre-stressed concrete spun poles of size 12.5Mts designed for a working load of 350 Kg.
2. Applicable Standards: The poles shall comply with the relevant provisions made in the following Indian Standard Specification s or the latest version thereof:
IS:1678-1978-Specification for pre-stressed concrete poles for overhead power, traction and
telecommunication lines.
IS:2905-1966-Methods of test for concrete poles for overhead power, telecommunications
lines.
IS:7321-1974-Code of practice for selection , handling and erection of concrete poles for
overhead power, telecommunications lines.
3. Terminology: For the purpose of this specification, the definitions of Average Permanent Load, Load Factor, Transverse Load, at first crack, Ultimate Failure, Ultimate Transverse Load and Working Load Shall be as per IS:1678.
4. Dimension and shape: The poles shall be of hollow circular section with and outside taper of 1:75. The diameter and thickness shall be as per design requirements. The tolerances shall be as follows:
Outer diameter +4 -2mm
Length +50 -10mm
5. Cement:5.1 High strength ordinary Portland cement conforming to IS:8112 or ordinary Portland
cement conforming to IS:269-1976 or Rapid hardening cement conforming to IS:8041E-
1978,shall be used, which shall have the following additional requirements:
a) Initial setting Time : Not less than 30 minutes
b) Final setting Time : Not less than 600 minutes
The minimum compressive strength of standard motor cube with standard sand as per IS:650 at
7 days shall be 375Kg /Cm square.
A minimum of 3 trial cubes shall be made with aggregate grading to be used for the
approved design mix and the average compressive strength result at 7 days shall be
determined to access the suitability of the cement, for every batch of cement.
6. Aggregates:
CONTRACTOR Page: 49 CHIEF ENGINEER-II
Coarse and fine aggregates used for the casting of poles shall confirm to IS:383 or any
other equivalent international standards. The nominal max. Size of aggregate shall in no
case exceed 20mm or 1/4th the minimum thickness of the pole. Whichever is less,
provided further at the size of aggregate shall be at least 5 mm less than the spacing
between the pre-stressing wires.
Each size of graded aggregate shall be stocked in different storage bins or stock piles
and shall be mixed only after the quantity required for each size has been separately
weighed. The storage bins or stock piles shall be under cover to protect from weather.
7. Water:Water should be free from Chlorides, Sulphates, Other salts and organic matter potable
water will be generally suitable.
8. Admixtures:Admixtures should not contain calcium chloride or other chlorides and salts which are
likely to promote corrosion of pre-stressing steel.
9. Reinforcement:
9.1 Reinforcing bars and wires used for the manufacture or pre-stressed concrete poles shall conform to the following Indian Standards of any other equivalent International Standards.
a) IS: 1785(Part-I)/1983 Specification for plain hard drawn steel wire for pre-stressed concrete: Part-I cold-drawn stress relieved wire (second revision).
b) IS: 1785(Part-II)/ Specification for plain hard drawn steel wire for pre-stressed concrete Part-II as drawn wire (First revision).
c) IS: 2090-1983 – Specification for high tensile steel bars used in pre-stressed concrete (First revision).
d) IS: 6003 – 1983 Specification for indented wire for pre-stressed concrete (First revision).
e) IS: 6006-1983 – Specification for uncoated stress relieved strand for pre-stressed concrete (First revision).
9.2 The surface of all reinforcement shall be free from loose scale, oil, grease, clay or other
material that may have deteriorating effect on the bond between the reinforcement and
the concrete.
10. Concrete: The concrete mix shall be designed to the requirement laid down for controlled
concrete (also called design mix concrete) in IS-1343 (code of practice for pre-stressed
concrete) and IS-456 (code of practice for plain and reinforced concrete) of any other
equivalent International standards subject to the following special condition.
a) Minimum works cube strength at 28 days should be at least 50N/mm square.
CONTRACTOR Page: 50 CHIEF ENGINEER-II
b) The concrete strength a transfer should be at least half the 28 days strength ensured in
the design.
11. Design requirement
The pole shall be designed for the following requirements
Factor of safety for the poles shall not be les than 2.0
The average permanent load shall be taken as 50% of the working load.
The F.O.S. against first crack load shall be 1.0
At average permanent load, permissible tensile stress in concrete shall be 3.0N/mm square.
At the design value of first crack load, the hypothetical flexural tensile stress of M50
concrete grade shall not exceed 6.3 N/mm square.
The maximum compressive stress in concrete at the time of transfer of pre-stress shall
not exceed 0.8 times the cube strength.
12. Moulds :
Moulds shall be of steel and of rigid construction to prevent distortion and so arranged
as to provide smooth surface. The moulds shall not allow any leakage of cement grout
during casting. The holes in the end plates for the HT wires shall be accurately drilled by
jigs to ensure interchangeability. The end plates shall be designed to withstand the
forces arising out of the change in direction of pre-stressing wires during tensioning.
13. Tensioning of Wires :
The HT wires shall be placed axially at regular spacing along the circumference. The spacing
shall be as per IS 1678, while cutting of HT wires will be by automatic machines, button heading
and forming reinforcement cages shall be done manually.
Helical steel shall be 2.7mm dia MS wires and the pitch shall be 150mm.
The clear cover shall be 20mm.
Pre-tensioning shall be by atomic machines. Force shall be applied on the entire group of HT
wires to ensure all wires are equally stressed.
The pre-stressing wires shall be stretched by an approved method. The anchoring of the
stretched wires shall be such that during manufacture and until the wires are released, no
slipping occurs. The forces at the time of initial stretching shall in addition to imparting of
designed pre-stresses also be sufficient to overcome the friction on account of any change in
the inclination of wires and slippage that might occur during the anchoring process which will
have to be suitably compensated.
The tensioning of pre-stressing steel shall be carried out in a manner that will induce a smooth
and even rate of increase of stress in the wires.
CONTRACTOR Page: 51 CHIEF ENGINEER-II
The force induced in the pre-stressing wires shall be determined by means of gauges attached
to the tensioning apparatus and cross checked by extension to be achieved shall be determined
in advance, based on trails conducted on representative samples of the wires as used in the
poles. The accuracy of the devices for measuring of the tensioning force shall be within plus or
minus 5%.
14. Mixing and Consolidation of concrete
14.1. Provision shall be made to measure the quantities of cement and of fine and coarse aggregates by weights only. The accuracy of the measuring equipment shall be plus or minus 3%. All the measuring equipments shall be maintained in clean, serviceable condition and its accuracy checked regularly. Modern high speed mixers, preferably pan or turbine type shall be used for mixing the concrete.
14.2. The manufacture of poles shall be done under suitable cover and not in the open. 14.3. The concrete shall be thoroughly mixed and consolidated14.4. The freshly cast poles shall be protected during the first stage of hardening from the
harmful effects of sunshine, dry winds, cold and rains.
15. De-tensioning of Wires :
15.1. The anchoring system shall provide a devise for gradual de-tensioning of the wires. No back pulling of the wires shall be permitted in the gradual de-tensioning device for the purpose of release of any wedge or other parts of the de-tensioning device. Flame cutting of the wires before release of the full tension shall be strictly prohibited.
15.2. The transfer of pre-stress shall not be affected until the concrete in the poles has attained the specified strength as established of cube tests.
16. Curing :
The curing shall be done as a saturated steam at 65 degree centigrade to ensure that 80%
ultimate strength is reached in 6 hours. Thereafter the HT wires will be cut, poles de-moulded
and transferred to water for 14 days curing.
During manufacture, periodical tests on concrete cubes of preferably spun hollow cylindrical
specimen measuring 200mm in dia and 300mm in height shall be carried out till the concrete
achieves the required strength at transfer. Thereafter, the test on concrete shall be carried out
as detailed in IS:1343 or any other equivalent international standards. The manufacturer shall
supply when required by the purchaser results of compressive test conducted in accordance
with IS:456 or any other equivalent International Standards on concrete cubes made from the
concrete used for the poles. If the purchaser so desires the manufacturer shall supply cubes for
test purpose and such cubes shall be tested in accordance with Is:456 or any other equivalent
International Standards.
CONTRACTOR Page: 52 CHIEF ENGINEER-II
17. Earthing
Earthing shall be provided by having a length 6mm , M.S. rod embedded in concrete during
manufacturer and the ends of the wires left projecting from the poles to length of 100mm, at
250mm from top and 150mm below ground level.
Earth Rod shall not be allowed to come in contact with the pre-stressing wires.
18. Finish :
Poles shall be free from surface defects including hair cracks. The surface of the poles in contact
with the steel mould shall be smooth and regular in shape and shall, as for as possible, be free
from pores. Water retaining pockets or honey combing formation shall not be admissible,
25mm thick 1:2 cement mortar covers shall be provided on the full areas of the top of pole.
The ends of the pre-stressing wires shall be cut as close to the surface of the pole as possible
and in any case shall not project more than 3mm.
The ends of the pre-stressing wires shall be given two coats of suitable anti-corrosive paints
approved by the purchaser.
No touching up or finishing by cement grout etc. shall be done on the poles after it is removed
from the moulds.
A cement concrete base plate shall be provided at the bottom of pole.
19. Welding and lapping of steel :
The high tensile steel wire shall be continuous over the entire length of the end on.
Welding shall not be allowed in any case. However, jointing or coupling may be
permitted provided the strength of the joint or coupling is not less than the strength of
each individual wire.
20. Provision of Holes and Hooks
Through holes shall be provided for fixing cross arms and top clamp as specified by
purchaser.
PVC inserts shall be provided at intervals of 600mm on alternate sides for fixing up of
step bolts along the length of pole.
A set of step up bolts shall be supplied along with each lot of 100 poles.
CONTRACTOR Page: 53 CHIEF ENGINEER-II
21. Tests
During manufacture, tests on concrete shall be carried out as detailed in clause 16.2 of this
specification.
Transverse strength test
Poles made of ordinary Portland cement shall be tested on the completion of 28 days and poles
made from rapid hardening cement only on the completion of 14 days after the day of
manufacture.
The pole may be tested in either horizontal or vertical position. If tested in horizontal position
provisions shall be made to compensate for the overhanging weight of the pole for this purpose
the overhanging portion of the pole may be supported on a moveable trolley or similar device.
The pole shall be rigidly supported at the butt and for a distance equal to the agreed depth of
planting.
Load shall be applied at a point 600mm from the top of the pole and shall be steadily and
gradually increased to the design value of the transverse load at first crack. The deflection at
this load shall be measured.
A Pre-stressed concrete pole shall be deemed not to have passed to test if visible cracks appear
at a stage prior to the application of the design transverse load for the first crack.
The load shall then be reduced to zero and increased gradually to a load equal to the first crack
load plus 10% of the minimum ultimate transverse load, and held up for 2 minutes. This
procedure shall be repeated until the load reaches the value of 80% of the minimum ultimate
transverse load and thereafter increased by 5% of the minimum ultimate transverse load until
failure occurs. Each time the load is applied, it shall be held for 2 minutes. The load applied to
pre-stressed concrete pole at the point of failure and shall be measure to the nearest five
kilograms.
The pole shall be deemed not to have passed the test if the observed ultimate transverse load
is less than the designed ultimate transverse load.
22. Sampling and Inspection:
22.1. Scale of sampling:
Lot: –In a consignment, 500 poles or part thereof of the same mounting height, same
dimensions and belonging to the same batch of manufacturer’ shall be grouped
together to constitute a lot.
Sub-lot: - If the number of poles in a lot exceeds 500, the lot shall be divided into a suitable
number of sub-lots such that the number of poles in any sub-lot shall not exceed 500.
The acceptance or otherwise of a sub lot shall be determined on the basis of the
performance of samples selected from it.
CONTRACTOR Page: 54 CHIEF ENGINEER-II
The number of poles to be selected from a lot or a sub-lot shall depend upon its size and shall
be in accordance with col. 1 and 2 of the following table.
Size of lot Dimensional requirement
Sample size Permissible No. of
defective
samples
No. of poles for
transverse
strength test
(1) (2) (3) (4)
Upto 100 10 1 4
101 to 200 15 1 3
201 to 300 20 2 4
301 to 500 30 3 5
The number of poles to be tested shall be subject to agreement between the purchaser
and the supplier i.e. 1 in 200 usually.
22.1.3. These poles shall be selected at random. In order to ensure randomness, all the poles in
the lot or the sub-lot may be arranged in a serial order and starting from any random
pole, every ‘r’ the pole may be included in the sample. ‘r’ being the integral part of N/n
where N is the size of the lot or the sub-lot ‘n’ is the sample size.
Number of Tests
All the poles as selected 22.1.3. shall be tested for overall length, cross-section and uprightness.
The permissible tolerance shall be within the limits specified in clause 11(i) of this specification.
The number of poles to be tested for transverse strength test shall be in accordance with col. 4
of the table in 22.1.3. These poles may be selected from these already tested in 22.2.1
22.3. Criteria for Conformity :
A lot or sub-lot shall be considered as conforming to this specification if the conditions under
22.3.2. and 22.3.3. are satisfied.
The number of poles which does not satisfy the requirements of overall length, cross-section
and uprightness shall not exceed the corresponding number given in col. 3 of the Table under
clause 22.1.3. If the number of such poles exceeds the corresponding number, all poles in the
lot or sub-lot shall be tested for these requirements, and these are not satisfying the
requirements shall be rejected.
All the poles tested for transverse strength test shall satisfy the requirements of the test. If one
or more poles fail, twice the number of poles originally tested shall be selected from those
CONTRACTOR Page: 55 CHIEF ENGINEER-II
already selected and subjected to the test. If there is no failure among these poles, the lot or
the sub-;lot shall be considered to have satisfied requirements of this test.
23. Marking :
The pole shall be clearly and indelibly marked with the following particulars either during or
after manufacture but before testing at a position so as to easily read after erection in position.
Month and year of manufacture
Transverse strength of pole in Kg.
Serial number of the pole
Position of center of gravity of the pole with the word C. g.
24. Schedule of Requirement. Desired Deliveries and prices:
The schedule of requirements and Desired deliveries, prices and other requirements are
indicated in Annexure I to Annexure VII.
The prices shall be firm.
ERECTION OF 33 KV LINE OVER 12.5 Mtr Spun Poles
1.0 SCOPE:
The works of erection of 33 KV interlinking lines on 100% turnkey basis. The 33 KV line is
to be erected on 12.5 Mtr. Spun poles with 100 Sqmm AAA conductor at an average
span of 80Mtrs.
The scope covers the survey of the proposed route, tree clearance wherever necessary,
transport of material to the locations, erection of the line, testing of the line and
handing over to the A.P.E.P.D.C.L. as per specification.
2.0 GENERAL:
The contractor should be well acquainted with the I.E. Rules 1956 as amended from
time to time and with the Indian Telegraph Act 1889 so that the necessary provisions
therein may be followed.
3.0 SURVEY OF THE ROUTE:
The tentative route map of the line to be erected will be furnished by the APEPDCL to he
contractor along with the copy of the concluded agreement.
CONTRACTOR Page: 56 CHIEF ENGINEER-II
The contractor is required to carry out the detailed survey of the route of the line and fix
up the locations at the average span indicated in the schedule and mark the locations
and submit a detailed route map to the Engineer in charge of the work within 30 days
for approval. In the course of surveying by the contractor, any conspicuous variations in
the change and physical feature to those indicated in route map and as actually existing
as noticed, the deviations must be brought to the notice of the APEPDCL’s Engineer. The
APEPDCL’s Engineer if considered necessary shall make alterations to the route map and
communicate the same to the contractor in writing. As such alterations shall be carried
out accordingly and the APEPDCL’s Engineer, after inspecting the surveyed route and
the revised route map shall be given for final approval by the Engineer in charge in
writing to the contractor.
4.0 WAY LEAVES AND TREE CUTTINGS :
The contractor shall submit proposals for way leaves and right of way. Permission will
be obtained by the APEPDCL within reasonable time for the contractor shall give with
due notices. The contractor shall arrange for tree cuttings or tree branches cutting also.
The width of tree clearance to be adopted for the lines of various voltages is as detailed
below:
11 KV (trunk lines):
All growth within 6.096 M (20ft) from the centre line of support and all trees which may
fail and foul the line.
The contractor shall take all possible steps to see that standing crops etc., are not
damaged while attending to tree cutting. When such damage is inevitable the
compensation will be borne by the APEPDCL provided the damage is with the prior
concurrence of the Engineer. The contractor shall bear the compensation for damage
caused by the gangs without prior concurrence of the Engineer concerned.
No trees shall be cut until APEPDCL has made necessary arrangement with the
authorities concerned and permission is given to the contractor to cutl such tree. The
contractor shall arrange to remove the obstacles as soon as possible.
At time however, it may not possible for the APEPDCL to arrange right-of-way for
excavation of pole pits or erecting the poles of stringing the line. At all such times, the
contractor shall shift his gangs to other areas. The rates quoted shall cover all such
contingencies and no extra payments shall be claimed for such contingencies.
CONTRACTOR Page: 57 CHIEF ENGINEER-II
5.0 EXCAVATION OF POLE /STAY/STRUT/ DP PITS:
After the final survey of the line and after marking the pole locations with pegs,
excavation work has to be commenced in accordance to the approved route map.
Excavation is generally done by pick axes, crow V-bars and showers although some
times earth augers are used. Excavation of pole pits in very hard or rocky soil or in rock
beds may involve blasting of rock by suitable explosives. The pits for the supports are
excavated in the direction of the line as this will facilitate the erection of support, in
addition to giving greater lateral stability, the depth of the foundation to be excavated
for pole shall be in accordance with relevant sketch for the erection of pole or strut or
D.P etc.
Excavation rates for poles, struts and D.P. pits shall be quoted by the contractor for the
following types of soil including dewatering of pits and shoring and shuttering wherever
necessary. No quotation for extra rate for dewatering during excavation and shoring
and shuttering will be entertained.
All soils other than hard rock.
Hard rock: Hard – Rock will be that which requires drilling and blasting by any method.
The cost of drilling and blasting shall be included in the quoted rates. In certain cases,
when the area around the location happens to be an inhabited area consequent to
which blasting cannot be restored to, the excavation may have, to be dug with or by the
process of drilling wedging, hammering and splitting or by the process of heating and
splitting by sudden cooling. The rate quoted shall take into consideration such
contingencies also. Whenever blasting is resorted to, the contractor shall make
adequate arrangements of safety precautions. The A.P.E.P.D.C.L. will not be responsible
for any damages or accidents arising out of process of blasting.
Note: For soils other than hard-rock excavation rate to be quoted shall include back filling the
pits with excavated soils after concreting wherever necessary.
For soils covered by hard rock variety, the excavation rate shall be including back filling
with excavated rock bits and borrowed earth duly reamed after laying the designed rock
foundation.
No extra charges shall admissible for the removal of the fallen earth in the pit, when
once excavated.
CONTRACTOR Page: 58 CHIEF ENGINEER-II
The quoted rates should cover all contingencies during the process of excavation. For
any reasons what so ever, no extra claim will be accepted.
6.0 FOUNDATION:
Classification of Foundation:
Depending on the type of soils, the subsoil water table and the presence of surface
water, four types of foundation designs will be used for each locations classified in the
following manner.
1) Wet type: To be used for locations:
Where sub-soil waters is wet at 1.5 meters or more below the ground level.
Which are in surface water for long period with water generation not exceeding one
meter below the ground level e.g. the paddy fields.
2) In black cotton soils.
a) Partially submerged type:
To be used at locations where sub-soils water table is met at more than 0.75 meters
from the ground level.
b) Fully submerged type:
To be used at locations where sub-soil waters is met at less than 0.75 meters from the
ground level.
3) Rocky type:
To be used at location where hard rock is met with and where the bond strength
between the rock and the concrete will be very high.
7.0 ANCHORING AND PROVIDING GUYS FOR SUPPORTS:
Guys are to be provided to the supports at the following places (I) Angle locations, (ii)
Dead and locations, (iii) Tee-off points, (iv) Steep gradient locations to avoid uplift on the
poles.
The installation of guy will involve the following works:
Excavation of pit and fixing of stay rod.
Fastening guy wire to the support.
CONTRACTOR Page: 59 CHIEF ENGINEER-II
Tightening guy wire and fastening to the anchor.
The marking of the guy pit for excavation, the excavation of pits and setting of the
anchor rod must be carefully carried out. The stay rod should be placed in the position
such that the angle of inclination of the rod with the vertical face of the pit is as the case
may be. The concreting of the stay at the bottom should then be carried out. The back
filling and ramming must be well done thereafter, and allowed to set for at least 7 days.
Where the existence of guy wire proves hazardous, it should be protected with suitable
asbestos pipe, filled with concrete, of about 2Mtrs. length above the ground level, duly
painted with white and black stripes so that it may be visible at night. The turn buckle
shall be mounted at the pole end of the stay and guy wire so fixed that the eye bolt turn
buckle is half way in the working position thus giving the maximum movement for
tightening or loosening.
Guy insulators are placed to prevent the lower part of the guy from becoming
electrically energized by a contact of the guy when the conductors snap and fall on them
or due to leakage. No guy insulator shall be located less than 2.6Mtrs. from the ground.
The anchoring and providing guys for supports (Single guy Bow guy an fly guy) shall be
done as per sketch 3 enclosed. Bow guy and fly guy shall have to be provided as per the
field conditions.
8.0 FIXING OF CROSS ARMS AND INSULATORS
After the erection of supports and providing guys, the next step would be mount the
cross arms on the support. The cross arm is to be mounted after the support is erected.
The lineman should climb the support having requisite tools with him and the cross arm
is then tied to a hand line and pulled up by the ground man, through a pulley till the
cross arm reaches the linemen. The ground man should station himself well to one side
so that if any material drops from the top of the pole it may not strike him. All the
materials required should be lifted or lowered by means of the hand line. In no case,
the material or the tools should be dropped or thrown from the pole top.
The fixing of 33 KV cross arms shall be in accordance to spacing detailed in Sketch G.I.
bolts and nuts and spring washers of good quality only shall be used which have to be
procured by the contractor.
8.1 Back Clamps:
The back clamps for fixing of the “V” cross arms will have to be procured by the
contractor and shall be in accordance with sketch enclosed and the clamp shall be
fabricated with 75 X 8mm M.S.Flat for 11 KV line.
CONTRACTOR Page: 60 CHIEF ENGINEER-II
8.2 Top Cleats:
The top cleat shall be got fabricated with M.S. channel of 100x50mm and MS angle of
65x65x6mm for 11 KV shall be in accordance with sketches enclosed.
9. INSULATORS (As per IS 731)
The pins for insulators shall be fixed in the holes provided in the cross arms and the pole
top brackets. The insulators shall be mounted in their places over the pins and
tightened. In the case of strain or angle supports, where strain fittings are provided for
this purpose, on strap of the strain fittings is placed over the cross arm before placing
the bolts in the hole of the cross arms. The nut of straps is so tightened that the strap
can move freely in horizontal direction, as this is necessary to fix the strain insulator.
Note:The insulators shall be cleaned and examined for defects before fixing. It shall be
ensured that all the current carrying parts are smooth and without dirt, cracks or chips.
10.0 STRINGING OF THE LINE CONDUCTORS:
For the guidance of the contractor in handling the conductor and in stringing certain
Do’s and Don’ts are given below, before the workmen actually commence the stringing
work.
10.1 Do’s and Don’ts
Do’s:
Use proper equipment for handling aluminum conductors at all times.
Use skids, or similar method for lowering reels or coils from transport or ground.
Examine reel before unreeling for presence of nails or any other object, which might
damage the conductor.
Rotate the reel or coil while unwinding conductor.
Grip all strands while pulling out the conductor.
Control the unreeling speed with a suitable braking arrangement.
Use wooden guards of suitable braking arrangement.
Use long straight, parallel jaw grip with suitable liners when pulling conductor thus
avoiding nicking or kinking of the conductor.
Use free-running sleeves or blocks with adequate grooves for drawing/paving
conductors.
Use proper sag charts.
Mark conductors with crayons or adhesive tape of such (other) material which will not
damage the strand.
Make all splicing with the proper tools.
Use a twisting wrench for twisting the joints.
CONTRACTOR Page: 61 CHIEF ENGINEER-II
Chromate or graphite conducting oxide-inhibiting grease should be applied before
cleaning with wire brush.
Don’ts:
Do not handle conductors without proper tools at any stage.
Do not pull conductors without ensuring that there is no obstruction on the ground.
Do not pull out excess quantity of conductor than required.
Do not make jumper connections on dirty or weathered conductor. Clean the conductor
using sand paper or wire brush.
Do not handle aluminum conductors in a rough fashion but handle it with care it
deserves.
10.2 Conductor Erections
The erection of overhead line conductor is a very important phase in construction.
The erection of conductor’s can be sub-divided into 4 separate parts as follows:
Transport of conductors to work site.
Paving and stringing of conductors.
Tensioning and sagging of conductors.
Jointing of conductors.
At important crossing of roads, canals, navigable rivers, railways etc., flagmen should be
in attendance to ensure that normal services are not unduly interrupted. These
crossings should only be carried out in conjunction with and with the approval of the
proper authorities concerned.
The conductor drums shall be transported to the tension point without injuring the
conductor. If, it is necessary to roll the drum on the ground for a small distance, it
should be slowly rolled in the direction of the arrow marked on the drum. The drum
should be so supported that it can be rotated freely. For this purpose the drum should
either be mounted on the cable drum supports or jacks or hung by means of chain
pulley of suitable capacity, suspended from a tripod. In case if it is not possible to raise
the conductor drum by any of the above methods, a trench of suitable depth slightly
bigger than the conductor drum may be dug, so as to facilitate free rotations of the
drum when it is suspended in the trench by means of M.S. Shaft. While paving, care
should be taken to see that conductor does not rub against any metallic fitting of the
pole or on the bad/rocky ground. Wooden tussles should be used for this purpose to
support the conductor.
The conductor should be passed over the poles on wooden or aluminum snatch pulley
blocks provided with low friction bearings. While conductor is being paved out slowly,
CONTRACTOR Page: 62 CHIEF ENGINEER-II
some braking arrangements should be made so that the rotation of the drum may be
stopped in emergency.
In case the length of one piece of the conductor is less than the length of the section in
which conductor paving is being done, it is easy to stretch one length of all phases from
one end and the remaining length from another end of the section and thereafter
jointing the two ends of the conductor where they meet on no account any part of the
conductor shall be left at a height of less than 5 meters. Above the ground over night
and the work shall be so arranged that before the end of the day, the conductor shall be
raised to minimum height of 5 meters above the ground by rough sagging.
10.3 Mid Span Jointing of Conductors:
The mid span jointing of conductors should be carried out by using 2Nos. aluminum
ferrules of required size, one inner and one outer ferrule and the crimping of the
ferrules is to be done by using proper crimping tools. Aluminum tape is to be wound
over the conductor before insertion into the ferrules to have better grip.
10.4 Sagging and Tensioning:
On the completion of the paving of the conductors and making mid-span joints if any,
tensioning operations will commence. Temporary stays will have to be provided for
both the anchoring supports in the section where the stringing has to be done. At the
tensioning end, one of the conductors is pulled manually up to a certain point and then
come along clamp is fixed to the conductor to be tensioned. The grip to the come along
clamp is attached to double sleeve pulley block or the pulley lift machine and gradually
tensioned.
The conductor should then be sagged in accordance with the sag-temperature chart for
the particular conductor and span. The sag should then be adjusted in the middle span
of the section. The Engineer will provide the sag chart.
The stretch of the conductor has to be taken out before stringing in order to avoid the
gradual increase in sag due to the setting down of the individual wires. There are ways
of accomplishing this.
10.5 Pre Stressing:
In this method the conductor is pulled up to a tension considerably above the correct
figure, but never exceeding fifty percent of breaking load for a short period of say
twenty minutes. As this method requires more time and involves the use of stronger
CONTRACTOR Page: 63 CHIEF ENGINEER-II
tackle to secure the higher tension the other method of over-tensioning is commonly
adopted.
10.6 Over tensioning:
This method consists of pulling up the conductor to a tension a little above the
theoretical tension for the prevailing temperature and fixed it up at that tension with
correspondingly reduced sag. After a certain time the conductor will settle down to the
correct sag and tension. A tension of five to eight percent more than the theoretical
value has been found to be suitable for the sizes of ACSR and AAAC conductors
standardized by REC. The ambient temperature during sagging may be recorded
correctly.
Conductors can be sagged correctly only when the tension is the same in each span
through out the entire length of the section. Use of snatch blocks reduces the friction
and chances of inequality of tension in various spans.
Sagging can be accomplished by several different methods but most commonly used
method is “sighting”. The sighting sag method of measuring sag is by the use of targets
placed on the supports below the cross arms. The targets may be light strip of wood
clamped to the pole at a distance equal to the sag below the conductor when the
conductor is placed in snatch block. The lineman sees the sag from the next pole. The
tension of the conductor is then reduced or increased, until, the lowest part of the
conductor in the span coincides with the lineman’s line of sight.
When sagging is completed, the tension clamps shall be fixed. The clamp can be fitted
on the conductor without releasing the tension. A mark is made on the conductor at a
distance from the cross arms equal to the length of complete strain insulator. Before
the insulator sets is raised to position, all nuts should be free. Come along clamp is
placed on the conductor beyond the conductor clamp and attached to the pulling unit.
The conductor is pulled insufficiently to allow the insulator assembly to be fitted to the
clamp. After the conductor is clamped to insulator, assembly unit may be released
gradually. If the tension is released with a jerk, an abnormal stress may be transferred
to conductor and support, which may result in the failure of the cross arms, stay or pole
in some cases. After the stringing is completed, all poles, cross arms, insulators, fitting
etc., are checked up to ensure that there have been no deformities etc.
The next step is to place the conductor on the top of the pin insulator from the snatch
block and removing snatch blocks. Conductors are then fastened to insulator by the use
of aluminum wires. The following points should be observed:
CONTRACTOR Page: 64 CHIEF ENGINEER-II
Proper size of the binding wire which can be readily handled and with adequate
strength to be used.
The length of tie wire should be sufficiently long for making complete tie including the
end allowance for gripping with the ends.
A good tie should provide a secure binding between the line conductor and insulator
and should reinforce the conductor on either side of the insulator.
The use of cutting pliers for binding the site wire should be avoided.
The tie wire, which has been used, previously should not be re-used.
Before tieing the conductor to the insulator two layers of aluminum tape should be
wrapped over the conductor in the portion where it touches the insulator. The width
and thickness of aluminum tape to be used for a specific size of conductors has been
specified in handbooks of aluminum conductor manufactures and the same may be
preferred to. The aluminum tapes should also be used at the tension clamp and for
proper grip.
Normally in straight runs of line, the conductors are run on the top of insulators, when
there is small angle of deviation the conductor is placed inside groove and binded.
Accordingly, there are two methods of tieing the conductors to insulators. The binding
wire/tie wire has to be procured by the contractor and the bid price shall include the
cost of this.
The contractor shall entirely responsible for any damage to the supports, other
accessories and conductor. He shall also be responsible for proper distribution of the
conductor drums to keep number and lengths of cut pieces of the conductor to a
minimum.
10.7 Conductor damage and repair:
If the conductor is damaged for whatever reasons and damage is not repaired aluminum
sleeves etc., it shall be brought to the notice of the Engineer and shall not be used
without his approval. Even repairing of conductor surfaces shall be done only in case of
minor damages, scuff marks etc. which are safe from both electrical and mechanical
points of view. The final conductor surface shall be clean, smooth, without any
projections, sharp points, cut or abrasion etc., giving satisfactory corona and R.I
performance.
CONTRACTOR Page: 65 CHIEF ENGINEER-II
No joint or splice be made in spans crossing over main roads, railways, small rivers or in
tension spans. Not more than one joint per conductor shall be allowed in one span. The
strength of the joint shall confirm to I.E rule 75.
10.8 Stringing rate:
The stringing rate for stringing of the conductor per route length of line shall include
paving, stringing, clamping, jointing, tensioning, strain disc binding, clamping and fitting
of all necessary accessories. Wherever necessary ground clearance have to be
measured to ensure obtaining adequate line clearance as per I.E. rule 77 (I).
10.9 Jumpering
The jumpering at all locations where it is required i.e. cut points and tapping points etc.
Should be done by using aluminum T-Clamps of suitable size required for the conductor,
and using aluminum tape over the conductor at the T-clamp location to have a better
grip. The bolts of the T-clamps should be tightened to the required torque to prevent
any loose contacts at the jumper locations.
10.10 TESTS:The following tests shall be carried out on wires used for AAAC as per detailed
procedures and test samples given in the IS 398 Part-IV/1994 with latest amendments
thereof.
i) Breaking Load Test.ii) Elongation test.iii) Resistance.
The rejection and retest procedure shall be followed as stipulated in IS:398/Part-IV of
1994, or any other latest amendments thereof.
The type tests as specified in the IS should be carried out not later than 5 years from the date of opening of bid.
10.11 The supplier shall furnish the following documents as proof of purchase of RAW material along with each inspection offer.
a) Invoice of the supplierb) Supplier Test Certificatec) Packing Listd) Bill of Landinge) Bill of Entry Certificate by Customf) Description of material, electrical analysis, physical inspection, certificate of surface defects, thickness and width of material wherever applicable.
11.0 EARTHING
11.1 Pipe Earthing:
At D.P. Location pits are to be excavated, the steel and metal parts are to be earthed by
pipe earthling as per the drawing of sketch enclosed to this specification. Duly filling the
pits with bentonite compound and black cotton soil (in1:6 ratio) and shall be maintained
up-to a distance of 300 mm from the pipe in all sides. The top edge of the pipe shall be
CONTRACTOR Page: 66 CHIEF ENGINEER-II
at least 200 mm below the ground level. The steel strips shall be fixed not less than 300
mm deep from the ground level.
The tenders shall quote the charges for earthing inclusive of the cost of bentonite
compound and block cotton soil, excavation and back-filling.
11.2 Pole Earthing:
All supports shall be properly earthed with coil earthing.
The earthing of DP structures should be done in the presence of Asst. Divisional
Engineer/Construction only.
11.3 CROSSINGS:
Guarding shall be erected as per standards and as per sketch a, b, c, enclosed for
Railways, telephone lines and power lines.
11.4 Danger Boards
Danger boards of approved size shall be provided at places specified by engineer.
12.0 EXECUTION OF WORKS RELATING TO POWER LINE CROSSINGS AND RAILWAY
CROSSINGS:
Work such as erection of support underneath an existing power line and paving out of
conductors and earth-wire and stringing the power line crossing span or a railway
crossing span, will have to be done only after receipt of line clear form APEPDCL
authorities and approval from the concerned officer, which some times, may not match
with program of the contractor. In such cases, the contractor shall execute such works
as and when approvals are received. His rates for line erection and stringing shall take
into consideration such contingencies also.
13.0 CONCRETING:
Note:All DP structures, Vertical formations, Single pole cut points, Angle locations and
all other Spun pole locations should be concreted.
The cement concrete used for the foundation shall be of ratio 1:3:6 using 40mm HBG
metal.
The sand used for the concrete shall be composed of hard silicon materials and well
sieved. It shall be clear and a sharp angular grit type of and free from earthy or organic
matter and deleterious salts.
CONTRACTOR Page: 67 CHIEF ENGINEER-II
The aggregate shall be of clean broken hard granite or other stone specified or approved
by the Engineer. It shall be hard, close grained quality. It shall also be as far as possible
cube like preferably angular, but not flaky, perfectly clean and free from the earth
organic or other deleterious matter, 40 mm aggregate shall be of size as will pass
through 40 mm square mesh measured in the clear.
The water used for mixing concrete shall be fresh and conform to ISI it should be clean
and free from oil, acids and alkali. Saltiest or brackish water should not be used.
The concrete should be mixed as stiff as the requirements of placing the concrete in the
forms or moulds with as and the degree to which the concrete resists segregation will
permit. Hence, the quantity of water used should not be too much.
Proper forms of moulds adequately braced to retain proper shape while concreting
should be used. The mould should be made watertight so that cement cream will not
come out leaving only sand and jelly consequently forming honeycombing in the
concrete. The rate for concrete should be made so that the works are not held up on
this account.
After concerting to the required height, the top surface should be finished smooth, with
slight slope towards the outer edge to drain off the rainwater falling on the copings.
These copings and muffing should be done after the stringing is completed in respect of
tension locations and the Engineer at site may decide such other locations as. For such
locations an adhoc reduction of Rs.100/- per location will be made while billing for
concrete and this will be released after the coping and muffing are completed.
In wet locations, the site must be kept completely dewatered both during the placing of
the concrete and for 24 hours after completion. There should be no disturbance of
concrete by water during this period. No extra rate will be paid for the dewatering and
the rate for concrete shall be inclusive of dewatering charges.
The forms of moulds shall not be removed before a lapse of about 24 hours after the
completion of concreting. After removal of the form moulds, the concreted surface,
wherever required, shall be repaired with a rich cement and sand motor in the shortest
possible time.
The full concreting for the poles if erected in excavated pit shall be done so that the
complete block will be of the dimensions 0.6X0.6X1.5Mts up to ground level including
base concreting of 75mm thick with 1:3:6 CC mix.
If augur is used for making pole pits, ramming shall be done after erection of pole.
CONTRACTOR Page: 68 CHIEF ENGINEER-II
14. WORKMANSHIP:
The contractor shall entirely be responsible for the correct erection of all support as per
the approved drawings, and their correct setting and alignment, as approved by the
Engineer. If the supports and D. P. structures after the erection are found to differ from
approved route maps and drawings or to be out of alignment, the contractor shall
dismantle and re-erect them correctly at his own cost without extension of time. The
supports must be truly vertical and in plumb after erection and so straining will be
permitted to bring them to vertical position. Verticality of each support shall be
measured by the contractor and furnished to the Engineer.
15. Location numbers for each pole shall be painted on the pole.
Anti-climbing devices and danger boards are to be provided at all railway crossings and
road crossings and DP locations. No extra charges shall be admissible even though
separate gangs may have to be sent by the contractor for fitting these accessories and
attachments on the support at the appropriate time.
16. FINAL CHECKING, TESTING AND COMMISSIONING
After the completion of the works final patrolling and checking of the line shall be done
by the contractor to ensure that all the foundation works, pole erection and stringing
have been done as approved by the Engineer, and also to ensure that they are complete
in all respects. Contractor shall prepare pole schedules and hand it over to the
Engineer. All works shall be thoroughly inspected keeping in view of the following main
points.
i) Sufficient back filled earth is lying over each foundation pit and it is adequately
compacted.
ii) Concreting and coping of poles are in good and finally shaped conditions.
iii) All the accessories and insulators are strictly as per the drawings and are free from
any defects or damages, what so ever.
iv) All the bolts and nuts should be hot dip G.I. material and as per contractual
provisions.
v) The stringing of the conductor has been done as per the approved sag and desired
clearances are available.
vi) No damage, minor or major to the conductor, earth wire, accessories and
insulator strings will unattended are noticed.
vii) For all points double jumpers shall be provided to each phase. The jumpers
provided at the cut points are connected rigidly to the tension hardware utilizing
all the jointing bolts provided for the purpose.
CONTRACTOR Page: 69 CHIEF ENGINEER-II
The contractor shall submit a report to the above effect to the Engineer. In case, it is
noticed later that some or any of the above are not fulfilled the engineer will get such
items rectified through other agencies and recover the cost of such works from the bills
payable to the contractor against that contract or any other contract executed by him
for the APEPDCL
After final checking, the lines shall be tested for insulation in accordance with tests
prescribed by the Engineer. All arrangements for such testing or any other test desired
by the Engineer, shall be done by the contractor and necessary labour, transport and
testing equipment shall be provided by him. The contractor defects found out as a
result of such tests, shall rectify any, forthwith, without any extra charges to the
APEPDCL
In addition to the above, the contractor shall be responsible for testing and ensuring
that the total and relative sags of the conductors are within the specified tolerance.
Such tests shall be carried out at selected points along the route as required by the
Engineer and the contractor shall provide all necessary equipment and labour to enable
the test to be carried out. After satisfactory tests on the line and approval by the
Engineer the line shall be energized at full operating voltage before handling over.
17. Supply of materials by the contractor:
The contractor has to make his own arrangements for procurement, supply and use of
materials and compliance of the following should be ensured.
These materials should conform to the relevant Indian Standard specification. These
materials shall be supplied at least one month in advance of their requirement
manufactures test certificate for these materials shall be submitted and got approved by
Engineer before utilization. He shall guarantee the materials so supplied by the
contractor for satisfactory performance up to the end of the maintenance and defects
liability period.
All materials to be supplied should fully conform to provisions under clause 3 of
Instructions to Bidders.
In procurement of these items the contractor shall follow all regulations of the
APEPDCL/Government of India in respect of import license etc., if he chooses to procure
these from imports. Further, the contractor shall be responsible for the payment of
applicable duties and taxes, port clearance inland transportation etc.
CONTRACTOR Page: 70 CHIEF ENGINEER-II
The materials for which advance is given by APEPDCL is to be insured by the contractor
at his cost from the date of payment of advance to the date stated in the certificate of
completion for the whole of the works.
Material & Quality:
All the material used in the works shall be of the best quality of their respective kinds as
specified herein. They shall be obtained from sources and suppliers approved by the
Engineer or his representatives, and shall comply strictly with the tests, specified herein
after or, where tests are not specified in this specification, they should conform to the
requirements of the latest issue of the relevant Indian standards herein after
abbreviated to as (I.S.) or other approved National Standards authorized by the
Engineer. The contractor has got the obligation of showing the proof of source of any
material procured by him, to the APEPDCL on demand.
Inspection and Testing:
Any materials used in the works shall be subject to inspection and tests if required by
the Engineer. Unless otherwise stated, the costs of all tests required by this specification
shall be deemed to be included in the rates and prices named by the contractor in the
bill (schedule) of quantities.
Any material, which is prepared or manufactured without notice having been given in
writing to the Engineer, may be rejected if the Engineer considers that his inspection
was necessary during the process of manufacture of such material.
Approvals: No material shall be used in the works unless the Engineer or his
representative has first approved it.
18 INFORMATION AND DATA:
The information furnished is the best available however, the APEPDCL does not
guarantee the correctness or interpretations, deductions or conclusions which are given
as supplementary information in the Bid Documents or in any reports, maps, drawings,
diagrams or in other reference information available to the bidder from the APEPDCL of
or otherwise.
The information have been produced as found, communicated to ascertained or
otherwise learned by the APEPDCL
It will be the Bidder’s responsibility to satisfy himself from the “Reference Information”
supplied and/or inspection of the site that sufficient quantities of construction materials
required for the works shall exists in the designated borrow areas or quarry sites.
CONTRACTOR Page: 71 CHIEF ENGINEER-II
The APEPDCL does not accept any responsibility either in handing over the quarries or
procuring the materials or any other facilities. The Tenders will not be entitled for any
extra rate or claim for the misjudgment on his part for the quantity and quality of
materials available in the quarries.
Failure by the Bidder to have done all the timings, which is in accordance with this
condition he is deemed to have done, shall not relieve the successful Bidder of the
responsibility for satisfactorily completing the works as required at the rates quoted by
him.
19 CONSTRUCTION MATERIALS
Cement:
The contractor has to make his own arrangements for the procurement of cement to
required specifications required for the works subjected to the followings:
a) The contractor shall procure cement, required for the works only from reputed
cement factories (Main producer) acceptable to the Engineer –in-Charge. The
contractor shall be required to furnish to the Engineer –in-Charge bills of payment and
test certificates issued by the manufactures to authenticate procurement of quality
cement from the approved cement factory. The contractor shall make his own
arrangement for adequate storage of cement.
b) The contractor shall procure cement in standard packing of all 50Kg per bag from
the authorized manufacturers. The contractor shall make necessary arrangement at his
own cost to the satisfaction of Engineer-in-Charge for actual weighment of random
sample from the available stock and shall conform with the specification laid down by
the Indian Standard Institution or other standard foreign institutions as the case may be,
Cement shall be got tested for all the tests as directed by Engineer-in-Charge at-least
one month in advance before the use of cement bags brought and kept in site Godown.
The Contractor free of cost shall supply cement bags required for testing. However, the
testing charges for cement will be borne by the APEPDCL. If the tests prove
unsatisfactory, then the charges will be borne by the Contractor.
c) The Contractor should store the cement of 60 days requirement at least one
month in advance to ensure the quality of cement so brought to site and shall not
remove the same without the written permission of the Engineer-in-Charge.
CONTRACTOR Page: 72 CHIEF ENGINEER-II
The Contractor shall forthwith remove from the works area any cement that the
Engineer-in-Charge may disallow for use, on account of failure to meet with required
quality and standard.
The contractor shall further, at all times satisfy the Engineer-in-charge on demand, by
production of records and books or by submission of returns and other proofs as
directed, that the cement is being used as tested and approved by Engineer-in-charge
for the purpose and the Contractor shall at all times, keep his records up to date enable
the Engineer-in-charge to apply such checks as he may desire.
Cement which has been unduly long in storage with the Contractor or alternatively has
deteriorated due to in adequate storage and thus become unfit for use in the works will
be rejected by the department and no claim will be entertained. The Contractor shall
forthwith remove from the work area, any cement the Engineer-in-charge may disallow
for use on work and replace it by cement complying with the relevant Indian Standards.
20.0 STEEL:
The Contractor shall procure mild steel reinforcement bars, high yield strength
deformed (HYSD) bars, rods and structural steel etc., required for the works, only from
the main or secondary producers manufacturing steel to the prescribed specifications of
Bureau of Indian Standard or equivalent and licensed to affix ISI or other equivalent
certifications marks and acceptable to the Engineer-in-Charge. Necessary ISI list
certificates are to be produced to Engineer-in-Charge before use on works. The unit
weight and dimensions shall be as prescribed in the relevant Indian standard
specifications of steel. (As per IS 2062)
21.0 WASTAGE:
The contractor will be allowed for claiming additional quantities with the following
maximum additional quantities of materials to cover sag jumpering, wastage & losses
etc., during erection of the line.
(i)Conductor a) Up to 1% of the route length for each of the conductors. This %
includes sag and jumpers.
b) Actual utilization of conductor for stiffness. Bridling points in
addition (as above)
Note:The Contractor has to follow R.E.C. standard for the works wherever it is not
specifically mentioned above.
CONTRACTOR Page: 73 CHIEF ENGINEER-II
22.0 Vacuum Circuit Breaker:
I. APPLICABLE STANDARDS:
Unless otherwise modified in this specification, the Circuit Breakers, Current Transformers etc. shall comply with the following Standards with latest amendments.
IS 13118/1991 – High Voltage A.C. Circuit Breakers.IEC 62271-100/2008 – Circuit Breakers (latest versi on).IS 2705 (Part I to IV/1992) – Current Transformers.IS 335 -OilIS 2633 - GalvanizationIS 10601 -Primary terminalsIS 2099/1986 – Bushings for Alternating Voltages.IS 13010/2003 IS 13779/1999 – Energy MetersIS 3231/1986 & 87 – Relays.IS 1248/2003 – Ammeters & Voltmeters.
IS13947/Pt 1/93 – Degree of protection provided b y enclosures.
II. CLIMATIC CONDITIONS:
The climatic conditions under which the equipment shall operate satisfactorily are as indicated at clause No.22 of General terms and conditions for supply of materials.
III. PRINCIPAL PARAMETERS :
1. CIRCUIT BREAKERS :
1.1. Nominal System Voltage : 11KV1.2 Type : Vacuum porcelain clad1.3 Service : out door1.4 No. of Poles/Phases : THREE1.5 High system voltage : 12KV
1.6 Rated Frequency : 50 Hz1.7 System of earthing : Neutral solidly grounded1.8 Insulation level :1.8.1. Impulse withstand Voltage : 75 KVP1.8.2 One minute power frequency: 28 KV (rms)
withstand voltage.1.8.3 Power frequency withstand : 2 KV (rms)/1 Minute
voltage on Auxiliary circuitNote : Please note that the above insulation levels supply at the reference conditions of
temperate, pressure and humidity specified below :
Temperature : 20 degree C.Pressure : 1013 millibarsHumidity : 11 g/m 3
1.9 Rated Thermal Current : 1250 A
1.10. Rated short circuit breaking current:1.10.1. Symmetrical : 25 KA/3 Sec1.10.2. Asymmetrical : As per IS – 13118/1991 or IE C – 62271-100/20081.11. Rating making capacity : 2.50 times Rated Short circuit breaking Current
(Symmetrical)1.12. Rated short time withstand
Current for 3 Sec. : 25 KA1.13 Total break time : 60 m. sec (max)
1.14 Bushing Insulator
CONTRACTOR Page: 74 CHIEF ENGINEER-II
Creepage distance : Not less than 300 mm
1.15. Mounting : Steel Structure1.16. Rated Operating sequence : O-0.3S – CO-3min - CO
1.17. Operating Mechanism :Motor operated/ Manual spring Charged. The standardDC Voltage for the operating devices shall be 24V DC.Operating Voltage for motor spring charging mechanismshall be 250V with +/- 20%, DC/AC single phase.Normally the breaker shall be operated by Power andthere shall be provision for manual operation.
1.18. Terminal Connector :1.18.1. Material : Aluminium1.18.2. Suitable for : Panther ACSR1.19. Limits of temperature :The limits of temperature shall be in accordance with IS-
13118/ IEC-62271-100/20081.20. Requirement of Simultaneity of Poles:
The maximum difference between instants of contacttouching during closing and the maximum differencebetween the instant of contacts separation duringopening between 3 poles shall not exceed one half cycleof the rated frequency. The Breaker shall be open andclose simultaneously on all three phases for fault on anyphase and or all the phases.
1.21 Protection :The Breaker shall be provided withI) 3 Over Current (3 O/L) and one Earth fault (1E/L)
IDMT relays with high set instantaneous elements forFeeder VCBs having CTs of ratio: 400-200-100/1-1Aas per GTP .
II) Anti pumping relay. III) Master trip relay (H/R)
Note : The Numerical relays shall preferably be self powered with high set features with IDMT 1.3 Sec. Over current relay settings ranging from 5% to 200% in steps of 1% and earth fault relay settings ranging from 5% to 80% in steps of 1%.
Settings for high set instantaneous elements for relays of 11KV Feeder VCBs shall be as follows.High Set Instantaneous feature :
Over current 50% to 2000% in steps of 5% for 24V DC Earth
Fault 50% to 2000% in steps of 5% for 24V DC
Over current earth fault time setting start from 0.01 to 1Sec in steps of 0.01Sec The relays shall have facility of minimum 5 Nos. fault tripping data such as 1.fault magnitude 2.Date and time of occurrence 3.Flag indication.
“The over current relays shall be Numerical draw ou t type and all other mechanical relays are of non-draw out type”.
The over current relays should be as per list in Bill of material with IDMT characteristics and also with high set instantaneous elements for high fault currents and shall comply with IS-3231.
1.22 Auxiliary Power Supply :
1.22.1 A.C. Supply : 250 V ± 20% (Phase to neutral),
CONTRACTOR Page: 75 CHIEF ENGINEER-II
50 HZ ± 5%, effectively earthed system.1.22.2 D.C. Supply : 24V ± 20%, 2 wire Un grounded system.1.22.3. Supply point:
1.22.3.1 Auxiliary power supplies listed above will be made Available to each circuit breaker as below :
A.C. Supply : Single Feeder
D.C. Supply : Single feeder
1.22.3.2 M.C.B. shall be provided at the circuit breaker for each incoming A.C. Supply. For D.C. supply double pole M.C.B. shall be provided. (with different colours for easy identification).The rating of MCB shall be 10A.
2. Current Transformers : 2.1 Rated voltage : 11 KV
2.2. Type : Single phase outdoor live tank oilcooled ,Vacuum impregnated type –
2.3. Earthing : Solidly earthed2.4 Insulation level
2.4.1 Nominal system voltage : 11 KV
2.4.2 .Highest system voltage : 12 KV2.4.3. Impulse withstand voltage : 75 KV P
2.4.4One minute power frequency withstand voltage :a. Primary : 28 KVb. Secondary : 3 KV
2.5 Frequency : 50 Hz
2.6 Transformation ratio : 400-200-100/1-1A2.7 Rated secondary current (Amp) :
i) Core I (Protection) : 1ii) Core II (Metering) : 1
2.8 Rated output (VA) :i) Protection : 15 VAii) Metering : 5 VA
2.9. Class of accuracy : 2.9.1.i) Protection (Core I) : 5P102.9.1.ii) Metering (Core II) : 0.2S
2.10 Short time thermal current and its duration : 25KA/3SecThe short time thermal current should suit the breaker rupturing capacity and durationto suit the maximum tripping Time.
2.11 Accuracy Limit factor : --- 10 for protective core ---2.12 Class of Insulation : Immersed in new insulating oil.2.12.1 Limit of Temp. Rise (Max.) : 55 Degree C.2.13 Rated Continuous Thermal Current : 630 A
NOTE: The CTs shall be live tank outdoor type and shall be offered with first filling of oil. The oil shall confirm to the latest IS:335.
CONTRACTOR Page: 76 CHIEF ENGINEER-II
Relevant Indian Standards for the various materials to be used in the Electrical works as per specification condition No.30.05LIGHTING FIXTURES AND ACCESSORIESIS:1913 General and safety requirements for electric lighting fittings.IS:3538 Water proof electric lighting fittings.IS:4012 Dust proof electric lighting fittingsIS:4013 Dust tight electric lighting fittingsIS: 1777 Industrial lighting fittings with metal reflectorsIS:3287 Industrial lighting fittings with plastic reflectorsIS:2439 Well glass lighting fittings for use underground in mines (non-flame proof type)IS:1947 Specifications for flood lightsIS:5077 Specifications for decorative lighting outfitsIS:2149 Luminaries for street lightingIS:2418 Tubular fluorescent lampsIS:2183 High pressure mercury vapour lampsIS: 1258 Specification for Bayon at lamp holders.IS:3323 Bi-pin lamp holders for tubular fluorescent lamps.IS:1534 Ballasts for use in fluorescent lighting fittings (part 1)IS:1569 Capacitors for use in fluorescent lighting fittings.IS:2215 Starters for fluorescent lampsIS:3324 Holders for starters for tubular fluorescent lamps.IS:416 GLS lamps.IS:3553 Water tight electric fittingsIS:2713 Tubular steel poles.IS:280 MS wire general engineering purposes.
CONDUITS & ACCESSORIES AND JUNCTION BOXES: IS:1653 Rigid steel conduits for electrical wiringIS:3480 Flexible steel conduit for electrical wiringIS:2667 Fittings for rigid steel conduits for electl.wiringIS:3837 Accessories for rigid steel conduits for electrical wiringIS:4649 Adopters for flexible steel conduitsIS:5133 Steel and cast iron boxesIS:2629 Hot dips galvanising of iron and steelLIGHTING PANELSIS:4237 General requirements for switchgear control gear for voltages not exceeding
1000VIS:2147 Degrees of protection provided by enclosures for low voltage switches and
control gearIS:3202 Code of practice for climate for climate proofing of electrical equipmentIS:8828 Miniature Air-bread circuit breakers for voltage not exceeding 1000VIS:2959 AC conductors of voltage not exceeding 1000VIS:5 Ready mixed paintsIS:2551 Danger notice platesIS:4064 Normal duty air-break switches and composite units of air-break switches and
fuses for voltages not exceeding 1000VIS:2705 Current transformersIS:2208 HRC cartrige fuse linksIS:5082 Wrought aluminium and aluminium alloys, bars,. rods, tubes and sections for
electrical purposesIS:8623 Factory build Assemblies of switch gear and control gear for voltage upto and
including 1000V AC and 1200V DCIS:1248 Direct acting electrical indicating instrumentsCAB L E SIS:694 PVC insulated cables for working voltage upto and including 1100V
IS: 1554(1) PVC insulated 11 OOV armoured / unarmored cables.
CONTRACTOR Page: 77 CHIEF ENGINEER-II
ELECTRICAL INSTALLATIONIS: 1293 3 - pin plug.IS:371 Two or three pin ceiling rosesIS:3854 Switches for domestic and similar purposesIS:32 Code of practice for Electrical working installation (system voltage not
exceeding 650V)IS:5216 Guide for safety procedures & practices min electrical workIS:3043 Code of practice for earthingIS:3646 Code of practice for interior illumination part 11IS:1944 Code of practice for lighting of public thorough faresIS:3106 Guide for selection of Electrical equipment for hazardous areasIS:800 Code of practice for use of structural steel in General building constructionIS:2633 Methods of testing uniformity of coating on zinc coated articlesIS:6005 Code of practice for phosphate iron and steelConductorsIS: 398 (Part VI)/1994
Specification for Aluminium conductors foroverhead transmission purpose
IS:1778/1980 Reels and drums for bare conductorsIS 9997 : 1991
Aluminium Alloy Redraw Rods ForElectrical Purposes.
IS:5484:1997 E.C.Grade Aluminium Rod produced byContinuous Casting and Rolling
Distribution transformersIS -2026 Specification for Power TransformersIS - 1180 Outdoor distribution Transformer up to and including 100
kVAIS 12444 Specification for Copper wire rodIS -3347 Specification for porcelain Transformer bushingIS-335 Specification for Transformer OilIS - 5 Specification for colors for ready mixed paintsIS - 104 Ready mixed paint, brushing zinc chromate, primingIS – 2099 specification for high voltage porcelain bushingIS - 649 Testing for steel sheets and strips and magnetic circuitsIS - 4257 Dimensions for clamping arrangements for bushingsIS - 7421 Specification for Low Voltage bushingsIS - 3347 Specification for Outdoor BushingsIS - 5484 Specification for Al Wire rodsIS - 9335 Specification for Insulating Kraft PaperIS - 1576 Specification for Insulating Press BoardIS / 6600 Guide for loading of oil Immersed Transformers
IS 2362 Determination of water content in oil for porcelain bushing oftransformer
IS 6162 Paper covered aluminum conductorIS 6160 Rectangular Electrical conductor for electrical machinesIS 5561 Electrical power connectorIS 6103 Testing of specific resistance of electrical insulating liquidsIS 6262 Method of test for power factor and dielectric constant of
electrical insulating liquidsIS 6792 Determination of electrical strength of insulating oilIS 10028 Installation and maintenance of transformers.InsulatorsIS-1445/1977 Standard to which the insulator will be
manufactured and tested
CONTRACTOR Page: 78 CHIEF ENGINEER-II
IS: 731 - 1971 11KV Pin Insulators
33KV Pin Insulators
IS: 731 - 1971IS: 2486 Part-II – 1989
LIST OFTHE APPROVED MATERIALS FOR USE ELECTRICAL WORKS AS PER SPECIAL CONDITION NO. 22.03
S. No
Name of material As per Tender Schedule ‘A’ only
1. Insulated wire sheathed PVC cables are acceptable. In the case of conduits PVC insulated cables' should be used.
As per Tender Schedule ‘A’ only
2. UG Cables As per Tender Schedule ‘A’ only
3. M.C.Bs/M.C.C.Bs. As per Tender Schedule ‘A’ only
4. 5A single pole switches two way switches, flush type switches
Any ISI make only
5. Pendent holders & batten holders and brackets.
BEST INDIAN MAKE
6. Ceiling roses, junction boxes and E.I. shades.
-do-
7. Screws or nails of all sizes BRASS /M.S. ONLY
8. Wooden accessories (including
Fillets gutties, board and blocks including, double boards.
MAKE OF WELL SEASONED HIGH QUALITY WOOD WITHOUT KNOTS AND WELL POLISHED (APPROVAL OF CONCERNED TO BE TAKEN BEFORE USE).
I hereby agree to use materials only from the makes specified against each item.
Signature of Tenderer / Contractor
CONTRACTOR Page: 79 CHIEF ENGINEER-II
BILL OF QUANTITIES AND
PRICE BID.
CONTRACTOR Page: 80 CHIEF ENGINEER-II
Name of work : Providing electrification to R&R colony to facilitate balance beneficiaries of about 1050 plots duly making of 11kV Bay Extension at 33/11KV substation, laying of 11kV line on 11 Mts Spun poles with 100sq.mm AAA conductor, Providing 16Nos DTRs and laying of LT 3 Phase 5 wire line on 9.5mtrs PSCC spun poles with 55 sq.mm AAA conductor and providing 325Nos street light fittings all along the internal roads in the R&R colony layout at Veduruvada(V), Atchutapuram (M), Visakhapatnam Dist. (3rd Call)
BILL OF QUANTITIES
PREAMBLE
1. The Bill of Quantities shall be read in conjunction with the instructions to Tenderers, General and Special conditions of Contract, Technical Specifications and Drawings.
2. The quantities given in the Bill of Quantities are estimated and provisional and are given to provide common basis for tendering. The quantities here given are those upon which the lumpsum tender cost of the work is based but they are subject to alterations, omissions, deductions or additions as provided for in the conditions of this contract and do not necessarily show the actual quantities of work to be done. The basis of payment will be actual quantities of work ordered and carried out as measured by the Engineer and valued at the estimate rate plus or minus tender percentage quoted in the Bill of Quantities where applicable, and otherwise at such rates and prices as the Engineer-in-Charge may fix within the terms of Contract.
3. The estimate rates in the Bill of Quantities shall, except in so-far as it is otherwise provided under the Contract include cost of all constructional material, labour, machinery, transportation, erection, maintenance, profit, taxes and duties together with all general risks, liabilities and obligations set out or implied in the Contract.
4. The plans enclosed with the tender are liable to be altered during execution of work as per necessity of site conditions. The Tender percentage quoted by the tenderer shall hold good for execution of work even with altered plans.
5. The whole cost of complying with the provisions of the Contract shall be included in the estimated rates for items provided in the Bill of Quantities and where no items are provided in the Bill of Quantities, their cost shall be deemed to be distributed among the estimate rates entered for the related items of work.
6. General directions and descriptions of work and materials are not necessarily repeated nor summarised in the Bill of Quantities. References to the relevant sections of the Contract documentation shall be made before entering estimate rate against each item in the Bill of Quantities.
7. The method of measurements of completed work for payment shall be in accordance with the relevant B.I.S. Codes & A. P. S. Specifications and MORTH Specifications.
8. All items of work are to be executed as per the drawings / specifications supplied with the contract documents.
If there is any contradiction between the drawings and the text of the specifications, the later shall prevail.
9. The Tenderer should inspect and select the quarries of his choice before he quotes the tender percentage and satisfy himself about the availability of required quantum of materials.
CONTRACTOR Page: 81 CHIEF ENGINEER-II
10. Diversion drains should be excavated before completion of the embankments and the useful soils should be used in the nearby embankments.
11. The actual mix proportion by weight to be adopted during execution will be got designed in the laboratories to suit the grade of concrete and mortar to be used in case of design mix. It will be the responsibility of the contractor to manufacture concrete and mortar of required strength.
12. The quantum of measurement for all items of earthwork involving conveyance manually or by machinery shall be as assessed by level measurement. The measurements for the embankment will be for the consolidated banks only.
13. Wherever bailing out of water is involved either for excavation of foundations or for constructions, the percentage quoted shall take into account the dewatering charges necessary. No separate payment will be made for dewatering.
14. Wherever embankment work is involved, useful soils approved by the Engineer-in-Charge from the cutting reaches and diversion drains shall be taken and used for forming nearby embankments. Soils used for constructions will be at free of cost.
15. The quoted tender percentage shall also include the work of any kind necessary for the due and satisfactory construction, completion and maintenance of the works according to the drawings and these specifications and further drawings and orders that may be issued by the Engineer-in-Charge from time to time. The quoted tender percentage shall include compliance by the Contractor with all the general conditions of contract, whether specifically mentioned or not in the various clauses of these specifications, all materials, machinery, plant, equipment, tools, fuel, water, strutting, timbering, transport, offices, stores, workshop staff, labour and the provision of proper and sufficient protective works, diversions, temporary fencing and lighting. It shall also include safety of workers, first aid equipment’s suitable accommodation for the staff and workmen, with adequate sanitary arrangements, the effecting and maintenance of all insurance’s, the payment of all wages, salaries, fees, royalties / Taxes, duties or other charges arising out of the execution of works and the regular clearance of rubbish, reinstatement and clearing-up of the site as may be required on completion of works safety of the public and protection of the works and adjoining land. The work of Building in quality control / assurance shall be deemed to be covered in the quoted percentage.
16. The Contractor shall ensure that, the quoted tender percentage shall cover all stages of work such as setting out, selection of materials, selection of construction methods, selection of equipment and plant, deployment of personnel and supervisory staff, quality control testing etc. The work quality assurance shall be deemed to be covered in the quoted percentage.
17. a) The special attention of the tenderer is drawn to the conditions in the tender notices wherein reference has been made to the Andhra Pradesh Standard Specifications [APSS] and the Standard preliminary specifications containing therein. These preliminary specifications shall apply to the agreement to be entered into between the contractor and the APIIC and shall form an in-separable condition of the contract along with the estimate. All these documents taken together shall be deemed to form one contract and shall be complimentary to another.
b) The tenderer shall examine, closely the MORT&H / A.P.S.S. and also the standard preliminary specifications contained therein and sign the Chief Engineer-II’s office copy of the MORT&H /APSS and its addenda volume in token of such study before submitting his overall tender percentage which shall be for finished work in-situ. He shall also carefully study the drawings and additional specifications and all the documents, which form part of the agreement to be entered into by
CONTRACTOR Page: 82 CHIEF ENGINEER-II
the successful tenderer. The APSS / MORT&H and other documents connected with contract such as estimate, plans, specifications, can be seen on all working days in the office of the Chief Engineer-II.
18. The contractor shall himself procure the required construction materials of approved quality including the earth for formation of embankment and water from quarries / sources of his choice. All such quarries / sources of materials required for the work shall be got approved by the Engineer-in-Charge in writing well before their use on the work.
19. The defect liability period of contract in terms of GO Ms.No.8, T.R&B Dept., dt:8.1.2003 is twenty four months.
20. The estimate rates for items shown in the Schedule “A” include all construction materials. No escalation in rates will be paid unless specified in the tender document. The tenderer has to quote an overall tender percentage considering all the aspects of the tender to complete the finished item of work as per the APSS / MORT&H/ B.I.S. specifications, the special specifications appended, drawings etc.
21. If there is any contradiction between APSS / MORT&H and B.I.S., specifications listed and detailed technical specifications, the latter shall prevail.
22. In case of a job for which specifications are not available with the Schedule or in APSS / MORT&H or B.I.S. code and are required to be prescribed, such work shall be carried out in accordance with the written instructions of the Engineer-in-charge.
23. The contractor should use the excavated useful soils and stone for construction purpose. Soils used for construction based on the suitability will be at free of cost and the cost of stone used for construction purpose will be recovered from the contractors bill.
The contractor should quote his tender percentage keeping in view of the above aspects.
24. The Unit rates noted below are those governing payment of extras or deductions for omissions according to the conditions of the contract as set-forth in the preliminary specifications of the A.P. standard specifications and other conditions of specification of this contract.
25. It is to be expressly understood that the measured work is to be taken according to the actual quantities when in place and finished according to the drawings or as may be ordered from time to time by the Zonal Manager and the cost calculated by measurement or weight at their respective rates without any additional charge for any necessary or contingent works connected works connected herewith. The Percentage Excess or less on ECV quoted are for works in situ and complete in every respect.
26. All duties, taxes and other levies payable by the contractor as per State / Central Govt. rules except otherwise provided in the contract shall be included in the tender percentage quoted by the tenderer.
CONTRACTOR Page: 83 CHIEF ENGINEER-II
BILL OF QUANTITIES
Name of work : Providing electrification to R&R colony to facilitate balance beneficiaries of about 1050 plots duly making of 11kV Bay Extension at 33/11KV substation, laying of 11kV line on 11 Mts Spun poles with 100sq.mm AAA conductor, Providing 16Nos DTRs and laying of LT 3 Phase 5 wire line on 9.5mtrs PSCC spun poles with 55 sq.mm AAA conductor and providing 325Nos street light fittings all along the internal roads in the R&R colony layout at Veduruvada(V), Atchutapuram (M), Visakhapatnam Dist. (3rd Call)
SCHEDULE - A
Sl. No.
Approximate Quantity Description of work
Speci-fication No. / APSS /
BIS Unit
Estimate Rate
In figures / words
Amount in Rs.
Schedule - ‘A’ enclosed
CONTRACTOR Page: 84 CHIEF ENGINEER-II
PRICE BID
Name of work : Providing electrification to R&R colony to facilitate balance beneficiaries of about 1050 plots duly making of 11kV Bay Extension at 33/11KV substation, laying of 11kV line on 11 Mts Spun poles with 100sq.mm AAA conductor, Providing 16Nos DTRs and laying of LT 3 Phase 5 wire line on 9.5mtrs PSCC spun poles with 55 sq.mm AAA conductor and providing 325Nos street light fittings all along the internal roads in the R&R colony layout at Veduruvada(V), Atchutapuram (M), Visakhapatnam Dist. (3rd Call)
Estimated contract value (in figures & words) : Rs. 1,26,68,062.00
(Rupees One crore Twenty Six Lakhs Sixty eight Thousand sixty two Only)I We/M/s……………………………. do hereby express my willingness to execute the aforesaid
work as per the conditions, standards, specifications, rules, regulations, etc., stipulated in the
tender documents.
a) at an overall tender percentage of ………….. (in figures) ………………………. percent
(in words) ……………over estimated contract value(ECV).
OR
b) at estimated rates
SIGNATURE:
NAME OF THE TENDERER /: AUTHORISED SIGNATORY.
CONTRACTOR Page: 85 CHIEF ENGINEER-II
SCHEDULE-'B'
DRAWINGS: All drawings to be signed by the Contractor as well as the officer entering into the agreement.
S.No. Description Nos.
1. Layout plan - 1No.
NOTE: Under the provisions of section 3 & 4 of the official Secret Act 1923 the contractor is prohibited from passing any information/plans pertaining to the work to any unauthorized persons either in part or in full.
SCHEDULE – ‘C’
List of specifications for the various items of work supplementing those described in Schedule ‘A’ by Standard specification Nos.
Declaration
I/We hereby declare that, I/We have inspected and satisfied myself/ourselves thoroughly and I am / We are conversant with the local conditions regarding all materials and labour required for the work on which I/We have based my/our rates for the work. The specifications, plans, designs and conditions of contract on which the rates based completely, have been studied by me/us before submitting the tender.
TENDERER/CONTRACTOR
CONTRACTOR Page: 86 CHIEF ENGINEER-II