approved tender documentwrd.maharashtra.etenders.in/tpoimages/wrd/tender/tender...2 signature of...

310
1 Signature of Contractor Signature of Purchaser For Authorised Use only B-1 Type Tender No. For 2010-2011 GOVERNMENT OF MAHARASHTRA WATER RESOURCES DEPARTMENT SUPERINTENDING ENGINEER GHATGHAR (E & M) CIRCLE, KALWA, THANE EXECUTIVE ENGINEER, GODAVARI HYDRO ELECTRIC AND LIFT IRRIGATION DIVISION No. 1, KALWA, THANE. TENDER DOCUMENT TENDER NO. B1 / EE / GODAVARI/I/ 2010-2011.

Upload: others

Post on 06-Jan-2020

6 views

Category:

Documents


0 download

TRANSCRIPT

1

Signature of Contractor Signature of Purchaser

For Authorised Use only B-1 Type Tender No.

For 2010-2011

GOVERNMENT OF MAHARASHTRA

WATER RESOURCES DEPARTMENT

SUPERINTENDING ENGINEER

GHATGHAR (E & M) CIRCLE, KALWA, THANE

EXECUTIVE ENGINEER,

GODAVARI HYDRO ELECTRIC AND LIFT IRRIGATION DIVISION No. 1, KALWA, THANE.

TENDER DOCUMENT

TENDER NO. B1 / EE / GODAVARI/I/ 2010-2011.

2

Signature of Contractor Signature of Purchaser

Name of Work : Design, manufacture, test before dispatch, supply, transport up to storage site, re- transportation up to erection site, loading and

unloading of equipment / material, insurance till taking over by department ,erection, testing, commissioning and two years operation

& maintenance after commissioning of 33/6.6 kV Switchyard equipment, Power Transformer, XLPE Power & Control cables etc.

Including related Civil Works in respect of Bramhagavan Lift Irrigation Scheme, Stage -II, Tal. Paithan Dist : Aurangabad.

Estimated Cost : Rs. 23058230.00

PRICE RS. 10,000/- FOR EACH TENDER DOCUMENT

GOVERNMENT OF MAHARASHTRA

WATER RESOURCES DEPARTMENT

TENDERDOCUMENT

FOR

Design, manufacture, test before dispatch, supply, transport up to storage site, re- transportation up to erection site, loading and

unloading of equipment / material, insurance till taking over by department ,erection, testing, commissioning and two years

operation & maintenance after commissioning of 33/6.6 kV Switchyard equipment, Power Transformer, XLPE Power & Control

3

Signature of Contractor Signature of Purchaser

cables etc. Including related Civil Works in respect of Bramhagavan Lift Irrigation Scheme, Stage -II, Tal. Paithan Dist :

Aurangabad.

Estimated Cost : Rs. 23058230.00

Cost of Tender Form : Rs. 10000/- per copy

Date First available :

Issue to : ____________________________________

____________________________________

____________________________________

Registered in Class : ____________________________________

____________________________________

D.R. No. & Date : ____________________________________

4

Signature of Contractor Signature of Purchaser

PRESS NOTICE

5

Signature of Contractor Signature of Purchaser

ई - अ�प मुदतीची िनिवदा सुचना

महारा� शासन - जलसंपदा िवभाग

घाटघर (िववयां)मंडळ, , , , कळवा, , , , ठाणे.

िनिवदा बमांक - बी 1111////इइ / गोदावरी / 1 1 1 1 ////2010201020102010----2011 2011 2011 2011

मु2य

अिभयंता

(िव3ुत),

जलिव3ुत

ूक�प,

एच एस

बी सी.

बँ◌ंक

िब�डींग, 4

था मजला,

एम.जी.रोड

कामाचे नांव

कामाची

अंदािजत

र;कम

(<पये

लाखात).

इसारा

र;कम <.

काम पूण?

कर@याचा

एकूण

कालावधी

शासकीय संकेत

ःथळाव<न

(www.maharashtra.go

v.in) को-या िनिवदा

डाऊनलोड

मोहोरबंद िनिवदा

िःवकार@याची

अंितम वेळ व

िदनांक.

मोहोरबंद

िनिवदा

उघड@याची वेळ

व िदनांक.

को-या िनिवदा

संचाची िकंमत

(ना-

परतावा)

6

Signature of Contractor Signature of Purchaser

,फोट?,

मुंबई-400

001 हे

राHयपाल

महारा�

शासन

यांIया

वतीने व

किरता

महारा�

शासनाकडे

अिधकृत

नLदणी

असले�या

वग?-अ

7

Signature of Contractor Signature of Purchaser

िव3ुत

कंऽाटदारा

कडून

खालील

नमूद

केले�या

कामाकिर

ता दोन

िलफाफा

पNदतीत

ब-1

ट;केवारी

मोहरबंद

िनिवदा

मागिवत

8

Signature of Contractor Signature of Purchaser

आहेत.

अ.ब.

1

2

3

4

5

6

7

8

9

1.

ॄWहगXहाण उपसा िसंचन योजना

टYपा-2 किरता िव3ुत पुरवठा

कर@यासाठी 33/6.6 के.Xही.

[मतेचे िव3ुत कळयंऽ उपकरण,े

6.3 एम.Xही.ए.[मतेचे रोिहऽ,

ए;स एल पी इ पॉवर आिण

कंशोल केबल संबंधीत ःथाप^य

कामासह इ^यादीचे संक�पन,

उ^पादन, पुरवठा, वाहतूक,

साठवण, उभारणी, चाचणी,

काया?ि_वतीकरण आिण

काया?ि_वतीकरणानंतर दोन वष?

पिरचलन व देखभालीचे काम.

230.58

230582/

-

एकुण

कालावधी 4

मिहने पूण?

कामासाठी.

14/03/2011 ते

25/02/2011

30/03/2011

16 वाजता

30/03/2011

31/03/2011

18 वाजता

<.10,000/-

िनिवदा

संचाIया दोन

ूतीसाठी.

िटप :-

9

Signature of Contractor Signature of Purchaser

2) को-या िनिवदा दःतऐवज हे महारा� शासनाIया वेबसाईट (संकेतःथळ) maharashtra.etenders.in वर ‘ Tender ’ या िशषा?खाली िदनांका

14/03/2011 पासून 25/03/2011 पयcत उपलdध आहे. िनिवदाकार सिवःतर सुचनेतील पूव? अह?ता िनकष वरील रकाना ब 6 मNये

िदले�या कालावधीत डाऊन लोड क< शकतील.कोण^याही शासकीय काया?लयातून िनिवदांची िवबी केली जाणार नाही.डाऊन लोडींग

बाबत काही अडचण अस�यास (020)241466666 या दरNवनीवरू संपक? साधावा.

3)

कर@याबाबतचा अज? िनिवदाकाराने आिथ?क व तांिऽक पाऽता िनकषासाठीची मािहती आवँयक कागदपऽासह िनिवदा डाउन लोडींग

शेवटIया तारखेपूवf िकमान तीन काया?लयीन िदवस अगोदर सादर कर@याची द[ता gयावी. िनिवदाकाराने सादर केलेले पूव? अह?ता

पाऽता िनकष तपास�यानंतर, पाऽ िनिवदाकारांना ^याIया मोहरबंद िनिवदा सादर कर@यािवषयी ( पोःटाने / ई-मेल hारे) कळिव@यात

येईल.

4) काय?कारी अिभयंता, गोदावरी जलिव3ुत व उपसा िसंचन िवभाग ब.1, कळवा, ठाणे यांचे नावाने ःटेट बँक ऑफ इंिडयाIया ठाणे

शेझरी शाखा, ठाणे येथे देय होणारा <.10000/- (<. दहा हजार फk) (ना परतावा) इत;या रकमेचा रेखांिकत ( Cross D.D. )

धनाकषा?Iया ःव<पात िनिवदा दःतऐवजासोबत सादर करावे. िनिवदा ःवीकार@याचय िविहत कालावधीत िनिवदा दःतऐवजासोबत

धनाकष? सादर न करणा-या िनिवदाकाराचे िनिवदा रl ठरिवली जाईल.

5) कंऽाटदाराने शासनाIया संकेत ःथळावर उपलdध असले�या िनिवदा कागदपऽात कोणतेही बदल क< नयेत. तसे के�याचे आढळ�यास

^याची िनिवदा रl कर@यात येईल. व ते इतर कायदेशीर कारवाईस पाऽ ठरतील.

10

Signature of Contractor Signature of Purchaser

6) िनिवदा दःतऐवज बाबत काही तबार उदभव�यास शासनाIया संकेतःथळावरील िनिवदा दःताऐवज हे ूमािणत िनिवदा दःताऐवज

मानले जातील.

7) सिवःतर िनिवदा सुचना अधी[क अिभयंता, घाटघर (िववयां) मंडळ, सहकार िव3ामंिदर समोर, कळवा-ठाण ेयांचे काया?लयातील सूचना

फलकावर पहावयास िमळेल.

8) िनिवदा पूव? बैठक िदनांक 1/03/2011 दपारीु 12.00 वाजता मु2य अिभयंता (िव), जलिव3ुत ूक�प, 4 था मजला, एचएसबीसी बँक

इमारत, फोट?, मुंबई-01 यांचे काया?लयात घे@यात येईल.

9) कोणतीही कारण न देता एक अथवा सव? िनिवदा फेटाळ@याचा, िनिवदा आमंऽण रl कर@याचा िकंवा पूव? अह?ता िनकषामNये वाढ िकंवा

िशिथल कर@याचा अिधकार िनWन ःवा[रीकराने राखून ठेवला आहे.

सही/-

मु2य अिभयंता (िव3ुत),

जलिव3ुत ूक�प, मुंबई 01.

11

Signature of Contractor Signature of Purchaser

e –SHORT PERIOD TENDER NOTICE

GOVERNMENT OF MAHARASHTRA, WATER RESOURCES DEPARTMENT

BRAMHAGAVAN LIFT IRRIGATION SCHEME STAGE II

TENDER NO. B1 / EE / GODAVARI/I/ / 2010-2011.

Sealed Percentage B-1 tenders in the prescribed form under two envelop system are invited for following work on behalf of Governor of

Maharashtra by the Chief Engineer (Elect.), Hydro Projects, 4th floor, HSBC Bank Building, M.G.Road, Fort, Mumbai-400 001(Ph. No. 022-

22674867, 22670074, Fax 022-22670074 from eligible registered licensed class ‘A” electrical contractor having registration with

Maharashtra state .

Sr.No.

Name of Work

Estimated Cost

(Rs.in

lakhs)

Earnest money in

Rs.

Time limit for

completi

on of

work

Period for down loading

blank tender

document

from Govt. website

www.maharas

htra.gov.in

Last Date & Time for

receipt of

sealed

tender by pre

qualified

tenderer.

Date & Time for

opening of

sealed PQ

tender

Cost of Blank Tender document

(Non Refundable)

1 2 3 4 5 6 7 8 9

1. Design, manufacture, test before

dispatch, supply, transport up to storage site, re- transportation up to

erection site, loading and unloading

of equipment / material, insurance till taking over by department ,erection,

testing, commissioning and two years

operation & maintenance after

commissioning of 33/6.6 KV Switchyard equipment, Power

Transformer, XLPE Power & Control

cables etc. Including related Civil Works. in respect of Bramhagavan

Lift Irrigation Scheme, Stage -II,

Tal. Paithan, Dist : Aurangabad..

230.58

230582/-

4 months

14/03/2011

to

25/03/2011

30/03/2011

at

16.00 p.m.

30/03/2011

31/03/2011

at 3.00 p.m.

Rs. 10,000/- for blank tender

document by pre-

qualified tenderers. The

details of these

payments are

given in this notice and in

Detailed Tender

Notice

12

Signature of Contractor Signature of Purchaser

1. Blank tender document is available from 14/02/2011 to 28/02/2011for downloading on Maharashtra Government’s website www.maharashtra.gov.in under the title “Tender”. The tenderer shall download the detailed tender notice containing pre qualification criteria

during period specified in col.4 above. No tender document will be sold from Government office. In case of any difficulty regarding down

loading the document, the Tenderer may contact phone No.(022) 22029120 ( of the Govt. department handling the tender website).

2. The tenderer is required to submit information about their financial and technical capability in the Schedules of Pre-qualification criteria along

with supporting documents to establish that he fulfills the qualifying requirements as stated in “Detailed Tender Notice”. The tenderer should

ensure that the application for establishing fulfillment of the qualifying requirements shall be furnished at least 3 working days prior to last date of period after down loading the tender document. Pre-qualification document submitted by the tenderer will be examined and only the

Tenderers fulfilling qualifying requirements will be informed (by post/ e-mail) to submit their sealed tenders, for the equipment.

3. The tenderer has to submit (as a cost of Tender Document) a crossed demand draft of Rs 10000/- ( Rs. Ten Thousand only) (Non refundable)

drawn in favour of Executive Engineer, Godavari Hydro Electric and Lift Irrigation Division No.1, Kalwa, Thane-400605 (Maharashtra)

payable at State Bank of India, Thane Treasury Branch , Thane alongwith tender Document. The tender of the tenderer will be rejected if he

fails to furnish this DD alongwith this tender on the stipulated date of submission of the tender Document

4. No alteration or changes shall be made by the tenderer in the tender Document as appearing on government website. If any alteration or changes

in Tender Document is found then his Tender will be treated as non - responsive and rejected. The Tenderer will be liable for action.

5. For disputes/complaints regarding Tender Document, if any, the Tender Document on Government Website shall be treated as ‘Certified’

Document.

6. Detailed Tender Notice can be viewed on the Notice Board in the office of the Superintending Engineer, Ghatghar (E&M) Circle, Kalwa,

Opp. Sahakar Vidyamandir, old Mumbai- Pune Road, Thane- 400605.

7. Pre-tender conference of prospective tenderers who have downloaded the Tender document, and require some clarifications will be held

on 01/03/2011 at 12.00 Hrs. in the office of the Chief Engineer (Electrical), Hydro Projects, in his office at 4th Floor, HSBC Bank Building,

Fort, Mumbai 01.

8. The right is reserved by the under signed to reject or ignore any or all tenders or annul the tendering process altogether and enhance or dilute the

qualifying requirement for assessment of the capacity and capability of the tenderers without assigning any reasons whatsoever.

Sd/-

Chief Engineer(Elect) Hydro Projects

Mumbai-400001.

13

Signature of Contractor Signature of Purchaser

14

Signature of Contractor Signature of Purchaser

INDEX

Sr. No. Description Page No

1 Section I

Detail Tender Notice for Pre-qualification

2 Section II

Instruction to Tenderer and General Condition of Contract

3 Section III

B-1 Tender Form and Tender for Work

Schedule – A

Schedule - B

4 Section – IV

Standard Condition of Contract

5 Section – V

Special Condition of Contract

6 Section – VI

Technical Specification

7 Section – VII

Guaranteed Technical Particulars

8 Section – VIII

Drawings

15

Signature of Contractor Signature of Purchaser

INDEX

SR.

NO.

PARTICULARS PAGE

NO.

PRESS NOTICE IN MARATHI

PRESS NOTICE IN ENGLISH

1 SECTION - I

DETAILED TENDER NOTICE

2 SECTION II

INSTRUCTION TO TENDERER AND GENERAL CONDITION OF

CONTRACT

2.1 DEFINITIONS

2.2 ELIGIBLE TENDERER

2.3 PRE - TENDER CONFERENCE

2.4 REVISION OR AMENDMENTS OF TENDER DOCUMENTS:-

2.5 MANNER OF SUBMISSION TENDER AND ITS ACCOMPANIMENTS

2.6 OPENING OF TENDERS

2.7 INSTRUCTIONS FOR SUBMISSION OF ENVELOPE NO.1

2.8 INSTRUCTIONS FOR SUBMISSIONS OF ENVELOPE NO 2

2.9 TENDER UNITS

2.10 CORRECTIONS

2.11 PERIOD OF VALIDITY OF TENDER.

2.12 COMPLETION OF TENDER DOCUMENT

2.13 LANGUAGE

2.14 LICENCE UNDER CONTRACT LABOUR REGULATION AND ABOLITION

ACT 1970.

16

Signature of Contractor Signature of Purchaser

2.15 PRELIMINARY EXAMINATION

2.16 RESPONSIVENESS OF TENDERS

2.17 CLARIFICATION OF THE TENDERS

2.18 EVALUATION AND COMPARRISON OF TENDER

2.19 CONTACTING THE PURCHASER

2.20 SECURITY CUM PERFORMANCE DEPOSITE

2.21 AWARD OF CONTRACT

2.22 PURCHASER’S RIGHT TO ACCEPT ANY TENDER OR REJECT ANY OR ALL

TENDERS

2.23 NOTIFICATION OF AWARD

2.24 SINGING OF CONTRACT

ANNEXURE - A

SECTION II - GENERAL INFORMATION AND CONDITION

DESCRIPTION OF THE PROJECT

STATUS OF THE PROJECT

CLIMATIC CONDITION

SCOPE OF THE WORK

INFORMATION ABOUT WORK SITE

DETAILS OF WORK

INFORMATION ABOUT OBTAINING TENDER FORM AND ITS

SUBMISSION

EARNEST MONEY AND SECURITY DEPOSIT

APPENDIX

APPENDIX – A - DETAILS OF TECHNICAL PERSONNEL WITH THE

CONTRACTOR

APPENDIX – B - DETAILS OF PLANTS & MACHINERY IMMEDIATELY

AVAILABLE WITH THE TENDERER FOR USE ON THIS WORK

APPENDIX – C - DETAILS OF WORKS OF SIMILAR TYPE AND

MAGNITUDE CARRIED OUT BY THE TENDERED

17

Signature of Contractor Signature of Purchaser

APPENDIX – D - DETAILS OF OTHER WORKS TENDERED FOR AND IN

HAND ON THE DATE OF SUBMISSION OF TENDER

APPENDIX – E - DETAILS OF PLANTS AND MACHINARY PROPOSED TO

BE USED FOR WORKS BUT NOT IMMEDIATELY AVALIABLE

APPENDIX – F- DECLARATION OF THE CONTRACTOR

APPENDIX – G -- MODEL FORM OF BANK GUARANTEE

BONDGUARANTEE BOND

APPENDIX – H -- INDENTURE FOR SECURED ADVANCES

APPENDIX – I -- PROFESSIONAL TAX CLEARANCE CERTIFICATE

APPENDIX – J -- AGREEMENT

APPENDIX – K -- FORM OF TENDER FORWARDING LETTER

APPENDIX – L -- EMD ASSIGNMENT FORM

APPENDIX – M -- POWER OF ATTORNEY

SECTION – IV

STANDARED CONDITION OF CONTRACT

B- 1 FORM

SECTION – V

SPECIAL CONDITION OF CONTRACT

1 CONTRACTOR TO INFORM HIMSELF FULLY

2 CONTRACT DRAWINGS AND SPECIFICATIONS

3 DATA AND DRAWINGS TO BE FURNISHED BY THE CONTRACTOR

4 ERRORS, OMISSIONS, DISCREPANCIES:

5 USE OF SITE

6 CONTRACTOR NOT TO DISPOSE OFF SOIL ETC

7 GOLD/SILVER, MINERALS, OILS, RELICS, ETC FOUND ON THE SITE

8 ACCESS TO SITE AND WORK AND CO-OPERATION WITH OTHER

CONTRACTORS

9 CLEANING UP

10 PERIOD AND HOURS OF WORK

18

Signature of Contractor Signature of Purchaser

11 SIGNING FIELD BOOKS, LONGITUDINAL SECTIONS, CROSS SECTIONS

AND

12 MEASUREMENT BOOKS

13 PROGRAMME OF CONSTRUCTION

14 MATERIALS

15 LABORATORY FOR TESTING WORK

16 HIRE OF CONSTRUCTION EQUIPMENT’S: (NOT APPLICABLE)

17 BILLS AND PAYMENTS

18 SECURITY DEPOSIT

19 NO INTEREST ON MONEY DUE TO THE CONTRACTOR

20 OTHER CONTRACTOR FOR THE WORK

21 CONTRACT DOCUMENTS AND MATTERS TO BE TREATED AS

CONFIDENTIAL

22 ACCESS TO THE CONTRACTOR’S BOOK

23 BREACH ON PART OF PURCHASER NOT TO ANNUAL CONTRACT

24 LOCAL LAWS

25 PERSONNEL OF THE CONTRACTOR

26 DEATH, BANKRUPTCY ETC

27 NOTICES, HOW TO BE GIVEN

28 PASSING OF FOUNDATION ETC.

29 REFERENCE TO STANDARD SPECIFICATIONS

30 COMMUNICATIONS AND NOTICES BY CONTRACTORS

31 NON-COMPLIANCE OF CONTRACT CONDITIONS

32 EXTRA ITEMS

33 PRICE VARIATION:- (NOT APPLICABLE)

34 COMPENSATION FOR DELAY IN COMPLETION OF WORK ON

PURCHASER ACCOUNT

19

Signature of Contractor Signature of Purchaser

35 CO-ORDINATION WITH OTHER CONTRACTORS

36 UNDERTAKING UNDER CONTRACT LABOUR ACT

37 PHOTOGRAPHS OF THE WORKS

38 DATA, DRAWINGS TO BE FURNISHED BY THE CONTRACTOR

39 FENCING, LIGHTING AND VENTILATION

40 LIABILITY FOR ACCIDENTS TO PERSONS

41 THE CONTRACTOR TO SUPPLY AND BE RESPONSIBLE FOR THE

SUFFICIENCY OF THE MEANS EMPLOYED

42 COVERING OF WORK

43 QUANTITIES OF WORK

44 ACCURACY OF LINES, LEVELS AND GRADES : SETTING OUT

45 EXCAVATED MATERIAL

46 SAFETY MEASURES

47 MAINTENANCE

48 SUNDAYS AND HOLIDAYS

49 BANK GUARANTEE

50 HANDING OVER OF WORK

51 INSTRUMENTATION

52 INSPECTION OF WORKS

53 OPENING OUT WORKS

54 REMOVAL OF IMPERFECT WORK

55 JURISDICTION OF COURT FOR DISPUTES

56 MODE OF PAYMENT OF THE QUANTITIES OF EXCAVATION, MASONRY

AND CONCRETE ITEMS EXECUTED IN EXCESS 125% (NOT APPLICABLE)

57 MODE OF PAYMENT OF EXCAVATION QUANTITIES IN RUNNING BILL

AND FINAL BILL

20

Signature of Contractor Signature of Purchaser

58 STATUTORY CLEARANCE FROM ELECTRICAL INSPECTOR :

59 VALUE ADDED TAX

60 INSURANCE

61 TEST, INSPECTION AND REJECTION OF DETECTIVE MATERIALS AND

WORKS

62 PLANS, DRAWINGS AND OTHER DATA AND APPROVAL FROM

ELECTRICAL INSPECTOR.

63 ADDITIONAL CONDITIONS REGARDING PAYMENT OF ROYALTY

CHARGES AS PER BOMBAY MINOR MINERAL EXTRACTION

(AMENDMENT) RULES, 2003. (NOT APPLICABLE)

64 WARRANTY

65 DEFECT LIABILITY

66 COMPUTER & EQUIPMENT FACILITY

67 INSURANCE CHARGES

68 CIVIL WORKS IN SWITCHAYRD AREA

69 SITE FACILITY :- (NOT APPLICABLE)

70 POWER SUPPLY

71 STORAGE, WATCH AND WARD

72 EVALUATION OF TENDER

SECTION – VI

TECHNICAL SPECIFICATION

SECTION – VII

GUARANTEED TECHNICAL PERICULARS

SECTION – VIII

DRAWING

21

Signature of Contractor Signature of Purchaser

22

Signature of Contractor Signature of Purchaser

SECTION - I

DETAILED TENDER NOTICE

SECTION -I

DETAILED TENDER NOTICE

GOVERNMENT OF MAHARASHTRA,

WATER RESOURCES DEPARTMENT

BRAHMAGAVAN LIFT IRRIGATION SCHEME STAGE II

1.1 Sealed online tender (e-tender) in two envelope system in the percentage B-1 tender form are

invited from eligible registered licensed class ‘A’ Electrical contractor having registration with

Maharashtra State Government by the Superintending Engineer, Ghatghar (E &M) Circle ,

Opposite Sahakar Vidya mandir, Old Mumbai- Pune High Way, Kalwa, Thane -400605 for and

behalf of the Governor of Maharashtra for Design, manufacture, test before dispatch, supply,

transport up to storage site, re- transportation up to erection site, loading and unloading of

equipment / material, insurance till taking over by department ,erection, testing, commissioning

and two years operation & maintenance after commissioning of 33/6.6 kV Switchyard equipment

as described in brief here under for Brahmagavan Lift Irrigation Scheme, Stage -II, Tal -

Paithan, Dist - Aurangabad.

Brief Description of Equipment.

a) 33 kV switchyard equipment, XLPE Power & Control cables, earthmat etc.

b) 3 Phase, 50 Hz Dyn11, copper wound ONAN cooled outdoor power transformer of

following rating

i) 33/6.6 kV, 6.3 MVA, with OLTC ((+) 5 % to (-) 15 %)

ii) 33/0.433 kV , 160 kVA with off load tap changer ( (+) 5 % to (-) 15 %)

1.2.1 Up loading list of Pre qualified

Tenderer on Government e-tender

portal

From 11/03/2011 at 1600 hrs. to 11/3/2011 at 1700

hrs is available on Government of Maharashtra web

site www.maharashtra.gov.in at e-tender portal.

23

Signature of Contractor Signature of Purchaser

1.2.2 Time and period & place of issue

of blank Main Tender Document

to Pre qualified Tenderer.

Blank Tender document is available on Government

of Maharashtra web site maharashtra.etenders.in at e-

tender portal. Pre qualified tenderers may download

the document within stipulated period i.e From

14/03/2011 at 1601 hrs. to 25/03/2011 at 1600 hrs.

1.2.3 Main Tender Document and

online bid (Technical Envelope)

From 14/03/2011 at 1601 hrs. to 25/03/2011 at 1600

hrs.

1.2.4

Main Tender Document and

online bid (Commercial

Envelope)

From 14/03/2011 at 1601 hrs. to 25/03/2011 at 1600

hrs.

1.2.5 Pre tender conference meeting Will be held on 21/03/2011at 1200 hrs. in the office

of the Superintending Engineer, Ghatghar (E &M)

Circle , Opposite Sahakar Vidya mandir, Old

Mumbai- Pune High Way, Kalwa, Thane -400605

Phone No. 022-25444487

1.2.6 Close bidding for general

condition (Technical and

Commercial Envelope)

From 25/03/2011 at 1600 hrs. to 25/03/2011 at 1630

hrs.

1.2.7

Date & time for online bid

submission.

From 25/03/2011 at 16.31 to 30/03/2011 at 1630 hrs.

24

Signature of Contractor Signature of Purchaser

1.2.8 Date & time for opening of

Tender document ( Technical)

( Envelope No. 1)

From 30/03/2011 at 1631 hrs. to 31/03/2011 at 1400

hrs. in the presence of Tenderer ( who chose to be

present) in the office of the Superintending Engineer,

Ghatghar (E &M) Circle , Opposite Sahakar Vidya

mandir, Old Mumbai- Pune High Way, Kalwa,

Thane -400605 Phone No. 022-25444487

1.2.9 Date & time for opening of

Tender document (Financial bid

opening)

From 31/03/2011 at 14.01 to 31/03/2011 at 18.00 in

the presence of intending Tenderer ( who chose to be

present) in the office of the Superintending Engineer,

Ghatghar (E &M) Circle , Opposite Sahakar Vidya

mandir, Old Mumbai- Pune High Way, Kalwa,

Thane -400605 Phone No. 022-25444487

1.2.10 ‘Estimated cost’ of work put to

Tender

Rs. 23058230.00

1.2.11 Earnest money to be paid with the

Tender

Rs. 230582.00

1.2.12 ‘Performance Security Deposit’ 10 % of contract price in the form of the Bank

Guaranty.

1.2.13

‘Validity’ of Tender

90 days from the date of deadline of submission of

Tenders.

Note: - Physical envelope for supporting document, etc. shall be submitted as elaborated in clause

No. 2.5 of section II of this tender document.

1.3 Time-limit for completion of

work from the date of

Notification of Award.

4 months.

1.4 A Pre tender conference of those tenderers who have purchased the tendering document will be

held on 21/03/2011at 1200 hrs. in the office of the Superintending Engineer, Ghatghar (E &M)

Circle , Opposite Sahakar Vidya mandir, Old Mumbai- Pune High Way, Kalwa, Thane - 400605

Phone No. 022-25444487 wherein the prospective tenderers will have an opportunity to obtain

clarification to the contents in the pre qualification document .The clarification and amendment,

25

Signature of Contractor Signature of Purchaser

if any will be issued to all prospective tenderers. The tenderer shall note that these amendments

shall from part of tendering documents and shall base his tender accordingly.

1.5 Receipt of sealed tenders and their opening will be done in the office of the Superintending

Engineer, Ghatghar (E &M) Circle , Opposite Sahakar Vidya mandir, Old Mumbai- Pune High

Way, Kalwa, Thane -400605

1.6 Tenders received without earnest money and / or other accompaniments are liable for outright

rejection.

1.7 The right is reserved by the undersigned to reject any or all tenders or annul the tendering process

altogether without any reason whatsoever for such decision.

Sd/-

Superintending Engineer,

Ghatghar (E &M) Circle ,

Kalwa, Thane

26

Signature of Contractor Signature of Purchaser

SECTION II

INSTRUCTION TO TENDERER

AND

GENERAL CONDITION OF CONTRACT

27

Signature of Contractor Signature of Purchaser

SECTION II

INSTRUCTION TO TENDERER

AND

GENERAL CONDITION OF CONTRACT

28

Signature of Contractor Signature of Purchaser

SECTION II

INSTRUCTION TO TENDERER

AND

GENERAL CONDITION OF CONTRACT

2.1 Definitions

a) “Purchaser” The purchaser means “Governor of Maharashtra” and shall include his

successors and assigns.

b) Chief Engineer shall mean Chief Engineer (Elect.), Hydro Projects, Mumbai.

c) “Engineer / Engineer-in-charge” shall mean the Executive Engineer in Charge of the

works and shall also include the Superior Officers of the Engineering Department i.e.

the Superintending Engineer of respective Circle / Chief Engineer.

d) “Engineer’s representative” shall mean the Deputy Engineer who is direct incharge

of the works and shall include any Electrical Engineer of the Corporation.

e) “Contractor” shall mean the person, firm or company who enters into contract, with

the Purchaser and shall include their executors, administrators, successors and

submitted assignees.

f) “Contract” shall mean and include agreement having completely tender document

with specification & drawings.

g) “Work” shall mean the work to be executed in accordance with contract.

29

Signature of Contractor Signature of Purchaser

h) “Specifications” shall mean the specifications for material and works as specified in

Tender Document.

i) “Drawing” shall mean prints of the maps, drawings, plans of the contract and shall

include any modifications of such drawing and any further drawings as may be

issued by the Engineer-in-Charge from time to time.

j) “Site” shall mean the land and the other places in which the works are carried out

and any other lands or places provided by the Purchaser.

k) “Defect(s) liability period” shall mean period of 12 months from the date of issue of

completion certificate by the Engineer-in-charge.

Singular & plural :

Works importing the singular number shall also include the plural & Vice Versa

Where the context requires.

Heading and Marginal Headings:

The headings & the marginal headings in the contract are solely for the purpose of

facilitating references and shall not be deemed to be part thereof or taken into

consideration in the interpretation construction thereof or of the contract.

2.2 ELIGIBLE TENDERER

The tenderer must be a single firm. The-tender shall be a class 'A' Electrical

contractor registered with Government of Maharashtra who fulfils the qualifying

requirements as per clause 1.5 of PQ document.

2.3 PRE - TENDER CONFERENCE:

A pre-tender conference of the Pre-qualified Bidders will be held on 21/03/2011 at

12.00 hours in the office of the Superintending Engineer, Ghatghar (E&M) Circle,

Opposite Sahakar Vidya Mandir, Old Mumbai Pune High way , Kalwa, Thane

400605 wherein the prospective Bidders who are declared as Pre-qualified and have

30

Signature of Contractor Signature of Purchaser

downloaded blank tender documents , will have an opportunity to obtain clarifications

to the contents in the-tender documents. The clarification and the amendments, if

any, will be issued to all prospective tenderers. The tenderer shall note that these

clarifications/ amendments issued (if any) by Purchasers shall form part of the-

tender Documents and shall base his bid accordingly.

2.4 Revision or Amendments of Tender Documents:-

Right is reserved to revise or amend the-tender documents prior to last date notified

for the receipt of tenders and such revisions or amendments or extensions shall be

communicated to all concerned by post and by notice in the press as may be

considered suitable.

Tenderer shall be presumed to have carefully examined all documents, forms,

statements, special conditions, schedules, drawings and specifications of contract

and to have fully acquainted himself with all details of the site, raw / semi finished /

finished bought out material and equipment etc. weather characteristics and labour

conditions in general and with all the necessary information and data etc. pertaining

to and needed for the work prior to tendering of the work.

2.5 Manner of submission of Tender and its Accompaniments:-

The pre qualified Tenderer whose name appear on the e-tender website will have to

make a payment towards purchase of main tender document. The details regarding

purchase of main tender document and subsequent downloading of main tender

document is given in e-tender notice for this tender. Tender is to be prepared and

submitted online using digital signature certificate.

31

Signature of Contractor Signature of Purchaser

a) Envelope No. 1:-

The first Envelope marked as "Envelopes No.1” on website shall contain the

following documents signed by digital signature.

i) EMD in the form of D.D. drawn from Nationalised Bank/ Schedule Bank shall be

submitted as detailed in the e-tender notice for this tender and in “Annexure A” of

this section. Certificates of exemption for payment of earnest money will not be

accepted.

ii) VAT

MVAT Registration Certificate in appropriate form issued by Maharashtra

Government.

The MVAT on transfer of property of goods involved in the execution of work

contract ( Re. enacted Act – 2005 ) from Sales Tax Department.

iii) PAN card or attested copy of income tax return :-

iv) Power of Attorney ( Appendix - M )

v) The Contractor shall have to produce the copy of certificate of Registration under

sub section (1) of section 5 of Maharashtra State Tax on Professions trade callings

and Employment Act 1975 ( see Rule 3(2) from the Professional Tax Office of the

concerned district. The contractor shall have to submit copy of Professional Tax and

clearance certificate in format vide (Appendix - I)

vi) The tenderer shall submit on Non - Judicial stamp Paper of face value Rs.100/- ( Rs.

Hundred Only ) an agreement in the form of Appendix ‘J’ for and fulfillment of the

contract. The tenders will not be accepted in the absence of such agreement.

vii) The tenderer shall submit tender forwarding letter (Proforma in Appendix - K)

viii) Contractor's Declaration Form. (Appendix - F )

ix) Agreement (Appendix – J)

32

Signature of Contractor Signature of Purchaser

x) Details of Technical Personnel with tenderer (Proforma in Appendix ‘A’ of the-tender

form).

xi) List of machinery and plants immediately available with the tenderer for use on this

work and list of machinery proposed to be utilised on this work but not immediately

available and the manner in which it is proposed to be procured. (Proforma in

Appendix ‘B’ & ‘E’ of the-tender form).

xii) Details of other works tendered for and in hand with the tenderer, the value of work

unfinished on the last date of submission of the tender. The certificates from the

head of offices under which the works are in progress should be enclosed (Proforma

in Appendix ‘D’ of the-tender form.) The performance of contractor should be

satisfactory.

xiii) Deed of partnership or Article of Association and Memorandum of Association for

limited Company.

xiv) The contractor shall have to submit information regarding proof of payment of labour

provident fund, as certificate from competent authority valid on the date fixed for

submission of tender.

Note for Envelope No. 1

1. The tenderer shall submit the document at Sr. viii, ix, x, xi, xii, and xiii online

only (Tenderer shall download these forms, fill it in physically , signe it, and

up load after scanning it)

2. After submitting the EMD as per e-tender notice, all supporting documents in

envelope No. 1 and the documents at sr. no. i, ii, iii, iv, v, vi, vii, ix, xii, xiii and

xiv shall be filled in and submitted to Superintending Engineer, Ghatghar ( E

& M) Circle, Kalwa, Thane before last date and time of submission of main

tender.

33

Signature of Contractor Signature of Purchaser

The document listed at note No 2 above should be submitted in sealed envelope

addressed+ to Superintending Engineer, Ghatghar ( E & M) Circle, Kalwa, Thane

and superscribed as follows alongwith name of Bidder written on the envelope

Envelope No.1

Tender No B1/EE/Godavari/I of 2010-2011

Brahmagavan Lift Irrigation Scheme Stage II

It shall be the responsibility of the tenderer to upload details of EMD as mentioned in

e-tender notice within specified time.

b) Envelope No.2 - Tender:-

The second envelope clearly marked as "Envelope No.2" on website shall contain

the main tender including the common set of conditions / stipulations issued by the

GOMWRD after the pre - tender conference and bank guarantee / DD for additional

Earnest Money Deposit if required as detailed in 2.7.1. A tender submitted without

this would be considered as invalid.

The tenderer should quote his offer in the form of percentage below or above

estimated cost given in system generated template. The tenderer should quote his

offer for which he is eligible. If he quote for whole, will be treated as non- responsive

and their offer will be out rightly rejected. He should not quote his offer anywhere

directly or indirectly in Envelope No.1 failing which the Envelope No.2 shall not be

opened and his tender shall stand rejected. The contractor shall quote for the work

as per details given in the main tender and also based on the common set of

conditions issued / additional stipulations made / or given for examination before

submission of the-tender by the firm as informed to him by a letter from the

Superintending Engineer, of the office as given in Annexure A of this section after

34

Signature of Contractor Signature of Purchaser

pretender conference. This tender shall be unconditional. Documents as required in

clause 1.4 of this PQ document. If applicable, shall also be included.

The envelope No.2 will also contain the following. :

i) Covering letter of the offer.

ii) System generated price bid

iii) Special features, the Tenderer feels worth mentioning about his offer.

iv) Guaranteed performance and technical particulars as included in the drawings,

specifications of the equipment offered by the Tenderer.

v) Tender form with dully filled in B1 tender form.

vi) DD for additional EMD. ( if applicable)

Note for envelope No. 2

1. Sr. No. i to v above shall be uploaded on the Government of Maharashtra e-tender

portal.

2. Sr. No. vi to be submitted if applicable in envelope to Superintending Engineer,

Ghatghar (E&M) Circle, Kalwa, Thane.

c) SUBMISSION OF TENDER:-

The tenderer who completes the purchase, downloading and tender preparation

will be allowed to submit their tender in given time frame. At submission stage-

tender has to upload details of EMD alongwith the duplicate receipt No. of

division. The tenderer also has to submit online the service provider fee of Rs.

1024( Rs. One thousand twenty four only) as given on the e-tender portal.

The tenderer will have to upload signed copy of the drawings according to which

the work is to be carried out.

The right is reserved to revise or amend the contract documents prior to the date

notified for the receipt of tenders or extended date. Such deviations amendments

35

Signature of Contractor Signature of Purchaser

or extensions, if any, shall be communicated in the form of corrigendum by letter

or/and notice in News Papers as may be considered suitable.

The competent authority is free to verify the information submitted by tenderer by

all means and ways. If any information submitted by tenderer found absurd,

false, incomplete, misleading, and fabricated in wrong way then his tender will be

rejected and legal action will be taken against firm, person as per the provision of

the Indian Laws.

The offer shall be deemed to be valid for the period of 90 days from the date of

submission of the tender,

The bidders are advised to visit the site, examine and familiarize themselves with

the site condition prior to submission of bid.

2.6 OPENING OF TENDERS:-

On the schedule date of opening specified in the “key dates” bids submitted

by the tenderer will be opened online in the office of the Superintending

Engineer, Ghatghar (E&M) Circle, Kalwa, Thane by competent authority,

unless any compelling reasons requires postponement of the opening of

tender, Financial bid (commercial envelope) containing detailed price offer will

not be opened until technical evaluation has been completed. The date and

time of opening of this envelope will be updated on

http://wrd.maharashtra.etenders.in.

2.7 INSTRUCTIONS FOR SUBMISSION OF ENVELOPE NO.1:-

2.7.1 ADDITIONAL EARNEST MONEY

In case contractor's offer is less than 90 % or more than 110% of the

estimated cost at stated at Sr. No. 1.4 of Annex A. Additional earnest money

in the form of DD for an amount equal to 10% of the difference of the

36

Signature of Contractor Signature of Purchaser

contractor's offer and 90% or 110% of the estimated cost as stated above

shall be enclosed in Envelope No.2. Non - Submission of Bank Guarantee will

result into outright rejection of the tender. This shall be from any Scheduled

Bank's Branch situated in the State of Maharashtra.

The earnest money amount shall not carry any interest whatsoever. The

earnest money will be refunded ( and Bank Guarantee, if any, will be

released) in the case of tenderers whose tenders are not accepted, only after

completion of all formalities in respect of the accepted tender or in case of

expiry of validity of offer, when specially withdrawn by the tenderer. In the

case of successful tenderer, the earnest money will be refunded after

completion of contract documents and payment of security deposit as per the

provisions made clause 2.20 – Security Deposit or converted into Security

Deposit if required.

2.7.2 INCOME TAX

Income Tax will be deducted from the sums to be paid to the contractor for

the works carried out at 2% of the gross amount, and surcharge & education

cess on Income Tax as per prevailing Corporation orders from time to time.

2.7.3 MVAT registration certificate in appropriate form issued by Maharashtra value

added tax 2002. The MVAT on transfer of properly in goods involved in the

execution of work contract ( Reenacted Act – 2005 ) from sales tax

department.

2.7.4 PROFESSIONAL TAX :

Certificate of registration with the professional tax officer of the district in form

I A. Certificate of registration under section 5(1) and 5(2) of the Maharashtra

Sales Tax on Professions, Trades, callings and employment act 1975. Form

37

Signature of Contractor Signature of Purchaser

is as Appendix – ‘I’. It should also be made clear that the employees shall be

all those who receive the wages / salaries from the tenderer and shall include

the office and held staff and those operating machinery & equipment. This

also ensure that the machinery said to be deployable for the subject work is

really in the ownership of the tenderer.

2.7.5 CONSORTIUM:-

The tendere may be Consortium. The lead partner of the consortium shall be in

the business of supply, erection and commissioning of 33 kV or above switchyard

equipment for at least five years. The bidder shall furnish this information in PQ

document. One of the partners shall be designated ‘Chief Co-ordinator / Partner-

in-charge’ who shall have the responsibility for overall co-ordination between the

partners. In case of consortium represented by trading company, the trading

company may be designated as Partner-in-Charge. In case the contract is

awarded to the consortium, the partner-in-charge shall be authorized to incur

liabilities and receive instructions for and on behalf of any and all parties of the

association and the entire execution of the contract including payment shall be

done exclusively with him. In other words ‘Chief Co-ordinator / Partner-in-charge’

shall have 100% responsibility for execution of the contract. Statements to this

effect shall be included in the draft agreements.

2.8 INSTRUCTIONS FOR SUBMISSIONS OF ENVELOPE NO 2:-

Documents to be submitted in Envelope No.2 shall conform to the instruction given

below.

i) CONTRACTOR TO INFORM HIMSELF FULLY:

The tenderer shall be deemed to have fully acquainted himself with the work and site

conditions and carefully examined the special conditions, the specifications,

schedules and drawings and shall be deemed to have fully informed himself

38

Signature of Contractor Signature of Purchaser

regarding the location conditions. The tenderer shall also be deemed to have fully

acquainted with the various activities and positions of the manufacturer, supply of

raw, semi finished, bought out material and equipment etc.

ii) CONDITIONAL TENDER:-

Conditional tenders will be summarily rejected. The tenders which do not fulfil any of

the conditions of the notified requirements laid down in this detailed tender notice,

the general rules and directions for the guidance of the tenderers as mentioned in the

B-1 form or are incomplete in any respect, are likely to be rejected without assigning

any reasons thereof.

iii) TENDER RATE:-

The tenderer should quote his offer at appropriate place in "B-1" form, both in

figures as well as in words in English. In case there is difference between the

rates quoted as expressed in words and in figures, the rates as expressed in

words will be taken as correct irrespective of whether it is lower or higher than

that expressed in figure. The rates mentioned in the-tender shall be taken as

applying to all conditions of weather and will be inclusive of all taxes, if any.

The rates should be written in words in one line only as far as possible.

iv) If the quoted offer by the tenderer is above or below 10% of the estimated

cost then the tenderer shall furnish his rate analysis for all items costing

Rs.50,000/- ( Rs.Fifty thousand only ) and above put to tender in Envelope

No.2 in justification of the workability of the rates. Tenderer shall also submit

additional information in the analysis of the rates wherever called for by the

Corporation, without which the offer will not be considered.

2.9 TENDER UNITS:

39

Signature of Contractor Signature of Purchaser

The-tender has been invited on under the Metric System of measurements. The

tenderer should particularly note the units mentioned in Schedule B on which rates

are to be based.

2.10 CORRECTIONS:-

Any corrections in the entries made by the tenderer should be by crossing the

incorrect portion and writing the corrected portion above and each such correction

shall bear the attestation of the tenderer.

2.11 PERIOD OF VALIDITY OF TENDER.

The offer shall remain valid for a period of 90 ( Ninety days ) from the date of the

opening of tender, and there after until it is withdrawn by notice in writing by the

tenderer, duly addressed to the authority as stated at Sr.No.2.10 of Annexure - A of

this Section, and sent by R.P.A.D. If the acceptance of tender is not communicated

within 90 days or before and if the offer is withdrawn by the Contractor as aforesaid,

earnest money paid in cash shall be refunded in full.

2.12 COMPLETION OF TENDER DOCUMENT

While completing tender documents, the contractor must invariably complete

appendices included in the-tender documents giving correct information. However,

this information shall have to be submitted by the contractor in the prescribed

formats separately in Envelope No.1 as per provisions of paragraph 1.4 of the

Detailed Tender Notice.

2.13 LANGUAGE:-

The language of all correspondence regarding this work shall be English only.

2.14 LICENCE UNDER CONTRACT LABOUR REGULATION AND ABOLITION

ACT 1970.

40

Signature of Contractor Signature of Purchaser

2.14.1 The successful tenderer should produce to the satisfaction of the competent

authority accepting the-tender a valid and current license issued in his favour under

the provisions of contract Labour ( Regulation and Abolition ) Act, 1970 and the

Maharashtra Contract Labour ( R & A ) Rules 1971, before signing the contract. On

failure to do so the acceptance of the tenderer will be withdrawn and also the

earnest money and additional earnest money deposit if any will be forfeited to

Corporation.

2.14.2 The successful tenderer should produce to the satisfaction of the competent

authority accepting the-tender a valid and current VAT / Sales Tax Clearance

Certificate as required under the Government of Maharashtra Act XXXVI of 1989 in

for II Rule 4(1) M.S.T. on works contract ) from the VAT / sales tax department

before signing the contract, on failure to do so the acceptance of the-tender will be

withdrawn and the earnest money deposit and additional earnest money deposit if

any will be forfeited to the Corporation.

2.15 PRELIMINARY EXAMINATION:

The purchaser will examine the-tender to determine whether they are complete ,

whether any computation errors have been made, whether the document have

been properly signed and whether the tenders are generally in order.

2.16 RESPONSIVENESS OF TENDERS

The purchaser will determine the substantial responsiveness of each tender to the-

tender document with respect to commercial aspects. For the purpose of this a

substantially responsive tender is the one which conforms to all the terms,

conditions and specifications of tender document without material deviation ,

objections, conditionally or reservation(s) which affects in any substantial way the

scope, quality or inconsistent with the-tender document, the purchaser rights or the

41

Signature of Contractor Signature of Purchaser

successful tenders obligations under the contract or (ii) whose rectification would

unfairly affect the competitive position of other tenderers who are presenting

substantially responsive tender. In particular deviations from or objections to or

reservation about critical provision , such as those concerning Earnest Money

(clause 2.7.1) , Taxes and Duties ( clause 2.7.2,2.7.3 & 2.7.4) , Required tender

validity ( clause 2.11) , Security Deposit ( clause 2.20), related description in the

date sheets will treated as non responsive.

The purchaser will also carry out a detailed evaluation of the-tender in order to

determine substantial responsiveness of the-tender with respect to technical

aspects of the-tender document. In order to make such a determination , the

purchaser will examine and compare the technical aspect of the-tender based on

the information supplied by the tenderer taking in to account the following factor.

a) Overall completeness and compliance with the technical specifications and

drawings, deviation form the technical specification and those deviations not so

identified, suitability of the facilities offered in relation to the environmental and

climatic conditions prevailing at the site , and quality , function and operation of

any, process control concept included in the tender. The-tender that does not

meet minimum acceptable standards of completeness consistency and detail

will rejected for non responsiveness.

b) Conformity to guaranteed performance criteria and equipment as specified in

the-tender document.

c) Type , quantity and long term availability of mandatory spare parts and

maintenance services : and

d) Any other relevant factors listed in the-tender document.

42

Signature of Contractor Signature of Purchaser

A tender determined as not substantially responsive will be treated non-responsive

and will be rejected by the purchaser and may not subsequently be made responsive

by the tenderer by correction of non conformity. The purchasers determination of the

tender’s non-responsiveness is to based on the contests of the-tender itself without

recourses to extrinsic evidence.

The purchaser may waive any minor infirmity or non conformity or irregularity in a

tender which does not constitute a material deviation provided such waiver does not

prejudice or affect the relative ranking of the tender.

2.17 CLARIFICATION OF THE TENDERS

The purchaser may ask the tenderer, whose-tender is previously determined as

“Substantially responsive “for clarification of his tender with a view to obtaining minor

missing details. The request for such clarification and the response shall be in writing

and no change in the price or substance of the-tender shall be sought, offered or

permitted

2.18 EVALUATION AND COMPARRISON OF TENDER

Evaluation and comparison of tenders previously determined to be substantially

responsive shall be made on the basis of prices quoted by the tenderer for the total

work.

2.19 CONTACTING THE PURCHASER

2.19.1 Subject to clause 2.17, no tenderer shall contact the purchaser in any matter relating

to his tender form the time of tender opening upto the time the contract is awarded.

2.19.2 Any efforts by a tenderer to influence the purchaser in the purchaser’s tender

evaluation, tender comparison or contract award decisions, may result in the

rejection of the tender.

43

Signature of Contractor Signature of Purchaser

2.20 SECURITY CUM PERFORMANCE DEPOSIT

i) Within 30 days from the date of “Notification of Award” the successful

tenderer shall have to furnish a security deposit equivalent to 10 % of contract

price . In case cost of the tenderer’s offer is less than 90 % or more than 10

% of the estimated cost of the work indicated by the purchaser in his tender (

inviting) notice, the successful tenderer shall have to furnish additional

security deposit equivalent to 10 % of difference between 90 % of the

estimated cost of work which is indicated by the purchaser in the-tender

notice and “ cost of work as per tenderer’s offer” ( For example, if tenderer’s

offer is less by 25 % of the estimated cost then the percentage of additional

security deposit payable by the tenderer to the purchaser shall be (25-10) x

10/100= 1.5 % of estimated cost) The security deposit amount (10 % of the

contract price) shall be enhanced by the amount so arrived at to

accommodate the additional security deposit if applicable . The security

deposit shall be in the form of irrevocable Bank Guaranty provided in the-

tender document.

ii) The proceeds of the security deposit shall be payable to purchaser as

compensation for any loss resulting from the supplier’s failure to complete his

obligation under the contract.

iii) The security deposit shall be dominated in the currency of the contract and

shall be in the following form

A bank guarantee issued by the Schedule Bank acceptable to the purchaser

and in the form provided in the-tender documents, valid upto expiration of

Warranty and maintenance period.

44

Signature of Contractor Signature of Purchaser

iv) The security deposit will be discharged by the purchaser and returned to the

supplier not later than 30 days following the date of completion of the

supplier’s performance obligation, including any Warranty and maintenance

allegations under the contract.

v) Failure of the successful bidder to comply with the requirement of Clause 2.6

shall constitute sufficient grounds for annulment of the award and forfeiture of

the Earnest Money in such event the purchaser may make the award to the

next lowest evaluated tenderer or call for new tenders.

2.21 AWARD OF CONTRACT

Award Criteria

Subject to clause 2.7.2 the purchaser will award ‘ the contract in full or in part to the

successful tenderer whose-tender has been determined to be substantially

responsive and is the lowest evaluated tender.

2.22 PURCHASER’S RIGHT TO ACCEPT ANY TENDER OR REJECT ANY OR ALL

TENDERS

Purchaser reserves the right to accept or reject any tender and annual the tendering

process and reject all tenders at any time prior to award of contract without therby

incurring any liability to the affected tenderer(s) or any obligation to inform the

affected tenderer’s of the ground for the purchasers action.

2.23 NOTIFICATION OF AWARD

2.22.1 Prior to the expiration of the period of tender validity the Purchaser will notify the

successful tenderer in writing by registered letter or by cable or fax to be

confirmed- in writing by registered letter that his tender has been accepted.

2.22.2 The contract will come in to force from the date of notification award.

45

Signature of Contractor Signature of Purchaser

2.22.3 Upon the successful tenderer’s furnishing of security deposit pursuant to clause

the Purchaser will promptly discharge his Earnest Money.

2.24 SINGING OF CONTRACT

Upon receipt of “Notification of Award” from the Purchaser, the successful tenderer

(s) / the supplier (s) shall promptly prepare the detailed contract document

incorporating all agreement between the parties. The tenderer and the Purchaser

shall sign and date the contract document. The contract will come into existence

from the date of Notification of Award subject to furnishing security deposit by the

tenderer.

ANNEXURE - A

SECTION II - GENERAL INFORMATION AND CONDITION

A) DESCRIPTION OF THE PROJECT

Bramhagavan Lift Irrigation Scheme Stage II at paithan in Aurangabad district

is undertaken by Godavari Marathawada Irrigation Development Corporation

for lifting of water from jayakwadi dam. This scheme is for irrigation of farm

land.

B) STATUS OF THE PROJECT

Work is in progress as per design of C.D.O. Nasik. Excavation is completed

and columns are executed upto RL 456.30 mts. With side wall. Pump floor

slab is @ RL 456.30 mtr.

46

Signature of Contractor Signature of Purchaser

C) CLIMATIC CONDITION

a) Maximum ambient temperature : 43 0C

b) Minimum ambient temperature : 10 0C

c) Annual average rain full : ----

d) Relative humidity : ----

e) Attitude above sea level : ----

f) Maximum wind velocity(km/hours) : ----

D) SCOPE OF THE WORK

Design, manufacture, test before dispatch, supply, transport up to storage site,

re- transportation up to erection site, loading and unloading of equipment /

material, insurance till taking over by department ,erection, testing,

commissioning and two years operation & maintenance after commissioning of

33/6.6 KV Switchyard equipment, Power Transformer, XLPE Power & Control

cables etc. Including related Civil Works. in respect of Brahmagavan Lift

Irrigation Scheme, Stage -II, Tal. Paithan Dist : Aurangabad.

E) INFORMATION ABOUT WORK SITE

1 Location of work : Paithan , Jayakwadi Dam

2 Nearest Railway Station : Aurangabad

3 Nearest Air Port : Aurangabad

4 Road : Aurangabad - Paithan

5 Nearest Telephone and Telegraph

facility

: Aurangabad and Paithan

6 Nearest petrol and diesel pump : Aurangabad and Paithan

47

Signature of Contractor Signature of Purchaser

7 Position of land acquisition : Land acquisition procedure

will be done as per

requirements.

F DETAILS OF WORK

1.1 Name of work : Design, manufacture, test before

dispatch, supply, transport up to

storage site, re- transportation

up to erection site, loading and

unloading of equipment / material,

insurance till taking over by

department ,erection, testing,

commissioning and two years

operation & maintenance after

commissioning of 33/6.6 KV

Switchyard equipment, Power

Transformer, XLPE Power & Control

cables etc. Including related Civil

Works in respect of Brahmagavan

Lift Irrigation Scheme, Stage -II, Tal.

Paithan Dist : Aurangabad.

1.2 Estimated Cost : Rs. 23058230.00

1.3 Earnest Money Deposit : Rs. 230582.00

1.4 Additional Earnest Money

Deposit

: -----

48

Signature of Contractor Signature of Purchaser

1.5 Security Deposit : 10 % of contract price in the form of

the Bank Guaranty.

1.6 Additional Security

Deposit

:

1.7 Class of Contactor : Class A PWD ( Electrical wing)

registered contractor in Maharashtra

State.

1.8 Period of completion work : 4 Months

2.0

INFORMATION FOR OBTAINING TENDER FORMS AND ITS

SUBMMISSION

2.1 Name and address of the

Executive Engineer in

charge of the work in

whose name earnest

money and security

deposit is to be pledged.

: Executive Engineer,

Godavari Hydro Electric and Lift

Irrigation Division No. 1,

Kalwa, Thane - 400 605

2.2 Cost of Down Loaded Blank

Tender document

: Rs. 10000/- ( Rs. Ten thousand

only)

2.3 Name and address of the

officer receiving pre

qualification document.

: Superintending Engineer ,

Ghatghar (E&M) Circle,

Kalwa, Thane.

Phone No. 022-25444487

2.4 Pre tender conference 21/03/2011 at 12.00 Hrs. in the

49

Signature of Contractor Signature of Purchaser

meeting office of Superintending Engineer ,

Ghatghar (E&M) Circle,

Kalwa, Thane.

2.5 Name and address of the

officer receiving and

opening the tender

document.

Superintending Engineer ,

Ghatghar (E&M) Circle,

Kalwa, Thane.

Phone No. 022-25444487

2.6 The name of authority for

accepting the tender

document

Superintending Engineer ,

Ghatghar (E&M) Circle,

Kalwa, Thane.

Phone No. 022-25444487

3.0 Work and site condition As per above

4.0 Period of completion and

programme of work

4 months

5.0 Earnest Mooney / Security Deposit

5.1 Earnest Money Deposit Rs. 230582.00

5.2 Security Deposit 10 % of contract price in the form of

the Bank Guaranty.

5.3 If EMD / Security Deposit

is in the form of demand

draft it should be drawn on

any nationalised bank at

Thane

5.4 Name of the Executive Executive Engineer,

50

Signature of Contractor Signature of Purchaser

Engineer in charge of the

work in whose name

demand draft is to be

drawn.

Godavari Hydro Electric and Lift

Irrigation Division No. 1,

Kalwa, Thane - 400 605

51

Signature of Contractor Signature of Purchaser

APPENDIX

52

Signature of Contractor Signature of Purchaser

APPENDIX - A

DETAILS OF TECHNICAL PERSONNEL WITH THE CONTRACTOR

Sr.

No.

Description Name Length of

service in

the firm

Qualifications

Professional experience

and

details of works carried out

Remark

1 2 3 4 5 6 7

1 Project Manager

2 Works Manager (Electrical Senior

Engineer)

3 Engineers (Electrical )

4 Supervisors

( Note : If there is no technical personnel with your firm please give details how can your firm manage the same in remark column.

53

Signature of Contractor Signature of Purchaser

APPENDIX - B

DETAILS OF PLANTS & MACHINERY IMMEDIATELY AVAILABLE WITH THE TENDERER FOR USE ON THIS WORK

Sr.

No.

Name of Equipment No. of Units Kind of

Make

Capacity Age and Condition Present

Location

Remark

1 2 3 4 5 6 7 8

Note : If No machinery available with the firm please give details how your firm will manage the same

54

Signature of Contractor Signature of Purchaser

APPENDIX - C

DETAILS OF WORKS OF SIMILAR TYPE AND MAGNITUDE CARRIED OUT BY THE TENDERED

Sr.

No.

Name of Work Place Tendered cost Rs. In

Lakhs

Time in months

which completed

Date of completion Principal features

1 2 3 4 5 6 7

55

Signature of Contractor Signature of Purchaser

APPENDIX - D

DETAILS OF OTHER WORKS TENDERED FOR AND IN HAND ON THE DATE OF SUBMISSION OF TENDER

Work in Hand Works Tendered for Sr.

No.

Name of Work Place

Tendered Cost

Rs. Lakhs

Cost of

remaining work

Rs. Lakhs

Anticipated

date of

completion

Estimated

Cost Rs.

Lakhs

Date by

which

decision is

expected

Stipulated date

of period of

completion

Remarks

1 2 3 4 5 6 7 8 9 10

56

Signature of Contractor Signature of Purchaser

APPENDIX - E

DETAILS OF PLANTS AND MACHINARY PROPOSED TO BE USED FOR WORKS BUT NOT IMMEDIATELY AVALIABLE

If already owned Sr.

No.

Name of

Equipment

No. of Units Kind of

Make

Capacity

Age and

Condition

Location Probable date of

availability

If to be

purchased

When month

and year)

Remarks

1 2 3 4 5 6 7 8 9 10

57

Signature of Contractor Signature of Purchaser

APPENDIX - F

DECLARATION OF THE CONTRACTOR

1.0 I / We ____________________________ Contractor(s), hereby undertake that

I/We shall pay the labourers engaged on the work as indicated in Annexure - A to

Section 2 - Detailed Tender Notice, wages as per Minimum Wages Act, 1948 and

amendments thereto applicable to the zone in which work lies and act

accordingly. I/We also undertake to abide by the various laws in force and extend

necessary facilities and amenities to the staff and workers employed by me/us.

2.0 I / We hereby declared that I/We have made myself / ourselves thoroughly

conversant with the local conditions regarding all materials and labour on which

I/We have bidded my/our rates for this work. The specifications of this work have

been carefully studied and understood by me / us before submitting this tender.

Signature of the Contractor

58

Signature of Contractor Signature of Purchaser

APPENDIX - G

MODEL FORM OF BANK GUARANTEE BOND

GUARANTEE BOND

1.0 This deed of Guarantee is made on the _________________

by______________ _____________________________________ having his

head office at ______________ (hereinafter called the ‘said Contractor(s) from

the demand under the terms and conditions of Agreement dated ___________

made between _____________ and ______________for

____________________________ (hereinafter called ‘the Agreement) of

additional security deposit for the due fulfillment by the said Contractors of the

terms and conditions contained in the said Agreement on production of a Bank

Guarantee for Rs. ____________ (Rs. ________________________ only). We,

_____________________ (hereinafter referred to as ‘the Bank’) at the request of

_________________________ (Contractor) do hereby undertake to pay to the

Executive Engineer, Godavari Hydro Electric and Lift Irrigation Division No. 1,

Kalwa, Thane - 400 605 (hereinafter referred to as Purchaser), an amount not

exceeding Rs. ___________ against any loss or damage caused to or suffered

by the Purchaser by reasons of any breach by the said Contractor of any of the

terms or conditions contained in the said Agreement.

2.0 We, ____________________________________ (indicate the name of bank) do

hereby undertake to pay the amount due and payable under this guarantee

without any demur, merely on a demand from the Purchaser stating that the

amount claimed is due by way of loss or damage caused to or would be caused

59

Signature of Contractor Signature of Purchaser

to or suffered by the Purchaser by reason of breach by the said Contractor(s) of

any of the terms of conditions contained in the said Agreement or any reason of

the contractor(s) failure to perform the said agreement. Any such demand

made on the bank shall be conclusive as regards the amount due and payable

under this guarantee shall be restricted to an amount not execeeding

Rs.________.

3.0 We undertake to pay to the Purchaser any money so demanded not withstanding

any dispute or dispute raised by the Contractor(s) Supplier(s) in any suit or

proceeding pending before any court or tribunal relating thereto, our liability

under this present being absolute and unequivocal. The payment so made by us

under this bond shall be valid discharge of our liability for payment there under

and the Contractor(s) Supplier(s) shall have no claim against us for making such

payment.

4.0 We, __________________________________(indicate the name of Bank)

further agree that the guarantee herein contained shall remain in full force and

effect during the period that would be taken for the performance of the said

Agreement and that it shall continue to be forcible till all the dues of the

Purchaser under or by virtue of the said Agreement have been fully paid and its

claims satisfied or discharged or till __________________ (Office / Purchaser) of

________________________ (indicate the name of Administrative Officer)

certifies that terms and conditions of the said Agreement have been fully and

properly carried out by the said Contractor(s) and accordingly discharges this

guarantee. Unless a demand or claim under this guarantee is made on us in

60

Signature of Contractor Signature of Purchaser

writing on or before the ______________ we shall be discharged from all liability

under this guarantee thereafter.

5.0 We, ________________________________ (indicate the name of Bank) further

agree with the Purchaser that the Purchaser shall have the fullest liberty without

our consent and without affecting in any manner our obligations hereunder to

vary any of the terms and conditions of the said Agreement or to extend time of

performance by the said Contractor from time to time or postpone for any time or

from time to time any of the powers exercisable by the Purchaser against the

said Contractor(s), and to forth or enforce any of the terms and conditions

relating to the said Agreement, and we shall not to be relieved from our liability

by reason of any such variation, or extension being granted to the said

Contractor(s) or for any forbearance, act or commission on the part of the

Purchaser or any indulgence by the Purchaser to the said Contractor or by any

such matter or thing whatsoever which under the law relating to surety would, but

for this provision, have effect of so relieving us.

6.0 This guarantee will not be discharged due to the change in the constitution of the

Bank or the change in the constitution of the Contractors / Suppliers.

7.0 We, ___________________________ (indicate the name of Bank) lastly

undertake not be revoke this guarantee during its currency except with the

previous consent of the Purchaser in writing.

Date the __________ day of _____________ 20

for _____________________________

61

Signature of Contractor Signature of Purchaser

(Indicate the Name of Bank)

APPENDIX “H”

INDENTURE FOR SECURED ADVANCES

( For use in cases in which the contract is for finished work and the contractor has

entered into an agreement for the execution of a certain specified quantity of work in a

given time)

THIS INDENTURE made the _________________ day of _________ between

__________ expression shall where the context so admits or implies be deemed to

include his executors, administrators and assigns) of the one part and the Purchaser

( hereinafter called as the Purchaser which expression shall where the context so admits

or implies be deemed to include his successors in office and assigns) of the other part.

WHEREAS by an agreement dated _______________ ( hereinafter called the said

Agreement) the Contractor has agreed.

AND WHEREAS the Contractor has applied to the Purchaser that he be allowed

advances on the security of materials absolutely belonging to him and brought by him to

the site of the works, the subject of the said Agreement for use in the construction of

such of the works as he has undertaken to execute at rates fixed for the finished work (

inclusive of the cost of material and labour and other charges)

AND WHEREAS the Purchaser has agreed to advance to the contractor the sum of

Rupees_________(in words, Rupees _______________________________________)

on the aforesaid security and has reserved to himself the option of making any further

advance or advances on security of aforesaid nature, the quantities and other particulars

62

Signature of Contractor Signature of Purchaser

of the materials on the security of which the advance or advances are made being

detailed in Part - II of the running account bill for the said works, signed at the time being

by the Contractor on.

NOW THIS INDENTURE WITNESS that in pursuance of the said Agreement and in

consideration of the sum of Rs. ________________ on or before the execution of these

presents paid to the Contractor by the Purchaser ( the receipt whereof the Contractor

both hereby acknowledge) and of such further advances ( if any) as may be made to

him as aforesaid, the Contractor does hereby covenant and agree with the Purchaser

and declare as follows.

1. That the said sum of Rs. ...................... so advanced by the Purchaser to the

Contractors as aforesaid shall be employed by the Contractor in or towards

expediting the execution of the said works and for none other purpose

whatsoever.

2. That the material detailed in the said running account bill which have been

offered to and accepted by the Purchaser as security are absolutely the

Contractor’s own properly and free from encumbrances of any kind and the

Contractor will not make any application for or receive a further advance on the

security of materials which are not absolutely his own properly, and free from

encumbrances of any kind and the Contractor indemnifies the Purchaser against

all claims to any materials in respect of which an advance has been made to him

as aforesaid.

3. That the materials detailed in the said running account bill and all other materials

on the security of which any further advance or advances may hereafter be made

as aforesaid (hereinafter called the said materials) shall be used by the

63

Signature of Contractor Signature of Purchaser

contractor solely in the execution of the said works in accordance with the

directions of the Divisional officer, Division (hereinafter called the Divisional

officer) and in the terms of the said Agreement.

4. That the Contractor shall make at his own cost all necessary and adequate

arrangement for the proper watch, safe custody and protection against all risks of

the said materials and that until used in construction as aforesaid, the said

materials shall remain at the site of the said works in the Contractor’s custody

and on his own responsibility and shall at all times be open to inspection by the

Divisional officer or any officer authorised by him. In the event of the said

materials or any part thereof being stolen, destroyed or damaged, the Contractor

will forthwith replace the same with other materials of like quality or repair and

make good the same as required by the Divisional officer.

5. That the said materials shall not on any account be removed from the site of the

said works except with the written permission of the Divisional officer or an officer

authorised by him in that behalf.

6. That the advances shall be repayable in full when or before the contractor

receives payment from the Purchaser of the price payable to him for the said

works under the terms and provisions of the said agreement, provided that if any

intermediate payments are made so the contractor on account of work done,

then on occasion of each such payment, the Purchaser will be at liberty to make

a recovery from the contractor’s bill for such payment by deducting there from the

value of the said materials then actually used in the construction and in respect

of which recover has not been made previously , the value for this purpose being

64

Signature of Contractor Signature of Purchaser

determined in respect of each description of materials at the rates at which

amounts of advances made under these presents were calculated.

7. That if the Contractor shall at any time make any defaults in the performance or

observance of any of the terms and provisions of the said agreement or of these

presents, the total amounts of the advance or advances that may still be owing to

the Purchaser Maharashtra shall immediately on the happening of such defaults

be repayable by the Contractor to the Purchaser , together with interest thereon

at twelve percent per annum from the date of respective dates of such advance

of advances to the date of repayment and with all costs, charges, damages and

expenses incurred by the Purchaser in or for the recovery thereof or the

enforcement of this security or otherwise by reason of the default of the

Contractor and the Contractor hereby covenants and agrees with the Purchaser

to repay and pay the same respectively to him accordingly.

8. That the Contractor hereby charges all the said materials with the repayment to

the Purchaser of the said sum of Rs. ................... and any further sum or sums

advanced as aforesaid and all costs, charges, damages and expenses payable

under these presents PROVIDED ALWAYS and it is hereby agreed and declared

that not with standing anything in the said agreement and without prejudice to the

powers contained therein, if and whenever the covenant for payment and

Repayment hereinbefore contained shall become enforceable and the money

owing shall not be paid in accordance therewith, the Purchaser may at any time

thereafter adopt all or any of the following courses as he may deem best.

a) Seize and utilise the said materials or any part thereof in the completion of

the said works on behalf of the Contractor in accordance with the

65

Signature of Contractor Signature of Purchaser

provisions in that behalf contained in the said agreement, debiting the

Contractor with the actual cost of effecting such completion and the

amount due in respect of advances under these presents and crediting

the contractor with the value of work done as if he had carried it out in

accordance with the said agreement and at the rates thereby provided. If

the balance is against the Contractor, he is to pay the same to the

Purchaser on demand.

b) Remove and sell by public auction the seized materials or any part

thereof and out of the moneys arising from the sale, retain all the sums

aforesaid repayable to the Purchaser under these presents and pay over

the surplus ( if any) to the Contractor.

c) Deduct all or any part of the money owing out of the security deposits or

any sum due to the contractor under the said Agreement.

9. That except in the event of such default on the part of the contractor as

aforesaid interest on the said advance shall not be payable.

10. That in the event of any conflict between the provisions of these presents and the

said Agreement, the provisions of these presents shall prevail and in the event of

any dispute or difference arising over the construction or effect of these presents,

the settlement of which has not been hereinbefore expressly provided for the

same shall be referred to the Superintending Engineer,

...................................................... Circle, whose decision shall be final.

IN WITNESS WHEREOF the said ....................................... and

.................................... ............................................. by the order and under the

direction of the Purchaser have hereunto set their respective hands the day and

66

Signature of Contractor Signature of Purchaser

year first above written. Signed, sealed and delivered by the said Contractor in

the presence.

Witness

Signature

Name:-

Address

Signed by ...............................

by the order and direction of the Purchaser in presence of

Witness :

Signature :

Name :

Address :

67

Signature of Contractor Signature of Purchaser

APPENDIX - I

PROFESSIONAL TAX CLEARANCE CERTIFICATE

This is to certify that M/s. _______________________________________ of (address),

is a registered dealer under the Maharashtra State Tax on Professions, Traders Callings

and Employment’s Act No. XVI of 1975, holding Registration Certificate No.

___________ w.e.f. ______________________.

The said dealer has paid all tax dues up to 31st March ___________ (previous year)

under the act. The dealer has paid the Professional Tax dues for the employees

mentioned below.

Sr. No. Name of the Employee Designation

There is no Profession Tax dues outstanding against the dealer under the act.

68

Signature of Contractor Signature of Purchaser

This certificate is valid for ONE year from the date of issue.

Signature ______________

Professional Tax Officer

Place :___________

Date : __________

APPENDIX ‘J’

AGREEMENT

Articles of agreement executed on this the _____________ of _________________

Two Thousand Eleven and _______________________ between the Executive

Engineer, GOMWRD ( hereinafter referred to as GOMWRD of the one part and

Shri__________________________________________________________ ( Name

and address of the tender) ( hereinafter referred to as “ the bounden”) of the other part.

Whereas in response to the notification No. ____________ dated ________________

the bounden has submitted to the GOMWRD a tender for the work

_________________________ _________________________ specified therein subject

to the terms and conditions contained in the said tender.

Whereas the bounden has also deposited with GOMWRD a sum of Rs.

___________________ as earnest money for execution of an agreement undertaking

the due fulfillment of the contract in case his tender is accepted by the GOMWRD.

Now these presents witness and it is mutually agreed as follows:

1. In case the tender submitted by the bounden is accepted by the GOMWRD and

the contract for _________________________ is awarded to the bounden, the

69

Signature of Contractor Signature of Purchaser

bounden shall within _________ days of acceptance of his tender execute an

agreement with the GOMWRD incorporating all the terms and conditions under

which the GOMWRD accepts his tender.

2. In case the bounden fails to execute the agreement as aforesaid incorporating

terms and conditions. governing the contract, the GOMWRD shall have power

and authority to recover from the bounden any loss or any damage caused to the

GOMWRD by such breach, as may be determined by the GOMWRD by

appropriating the earnest money deposited by the bounden and if the earnest

money is found to be inadequate the deficit amount may be recovered from the

bounden and his properties, movable and immovable in the manner hereafter

contained.

3. All sums found due to the GOMWRD under or by the virtue of this agreement

shall be recoverable from the bounden and his properties. movable and

immovable, under the provisions of the Maharashtra Land Revenue Code for the

time being in force as though such sums are arrears of land revenue and in such

other manner as the GOMWRD may deem fit.

4. I/We ________________________________________________________

agree that the lead and lift charges of construction materials are incorporated in

the agreement and is accepted and no additional claims will be made on this

account. In witness whereof Shri.

_________________________________________ (Name and designation) for

and of behalf of the GOMWRD and Shri. ______________________________

____________________ the bounden have hereunto set their hands the days

and year shown against their respective signature.

70

Signature of Contractor Signature of Purchaser

Signed by Shri. __________________________________ date___________________

in the presence of Witness.

1. ____________________________________

2. ___________________________________

Signed by Shri ___________________________________ in the presence of witness.

1. ____________________________________

2. ___________________________________

APPENDIX - K

FORM OF TENDER FORWARDING LETTER

(To be submitted in Envelope No. –1 )

To,

Superintending Engineer,

Ghatghar (E & M) Circle,

Kalwa, Thane

Subject - Design, manufacture, test before dispatch, supply, transport up to storage

site, re- transportation up to erection site, loading and unloading of equipment /

material, insurance till taking over by department ,erection, testing, commissioning

and two years operation & maintenance after commissioning of 33/6.6 KV

Switchyard equipment, Power Transformer, XLPE Power & Control cables etc.

Including related Civil Works. in respect of Bramhagavan Lift Irrigation Scheme,

Stage -II, Tal. Paithan Dist : Aurangabad.

Ref: Tender No. B1/EE/ GODAVARI/I /2010-2011.

Dear Sir,

71

Signature of Contractor Signature of Purchaser

1. Having examined the Tender Document, amendments date _________ the

receipt of which is hereby duly acknowledged we the undersigned undertake

Design, manufacture, test before dispatch, supply, transport up to storage site,

re-transportation up to erection site, loading and unloading of equipments /

material, insurance till taking over by department, erection, testing,

commissioning of 33/6.6 KV Switchyard equipments, 6.3 MVA Power

Transformer, XLPE Cable, Power & Control cables, Switchyard Earthmat, Fire

fighting equipments etc. @ Bramhagavan Lift Irrigation Scheme, Stage -II, Tal.

Paithan Dist : Aurangabad.

2. We, the undersigned hereby bid in accordance with the said instruction,

conditions of contract, specifications, schedule and drawings.

3. We undertake, if our tender is accepted to commence work and to complete the

work for the items specified in the contract reckoned from the date of

‘Acceptance of Tender’ as communicated by you. Further, we undertake to

provide a ‘Performance Security’ for an amount of 10% (five percent) of the total

contract price.

4. We agree to abide by our tender for period of 90 days fixed for deadline for

submission of tender and in default, agree to forfeit to Purchaser the amount of

‘Earnest Money’ furnished with the tender.

5. Until a formal contract is prepared and executed, this tender together with your

written acceptance thereof and your notification of award constitute a binding

contract between us. Earnest Money for an amount Rs. 230582/- in favour of the

Executive Engineer, Godavari Hydro Electric and Lift Irrigation Division No. 1,

Kalwa, Thane is enclosed herewith.

72

Signature of Contractor Signature of Purchaser

Yours faithfully,

Signature ___________________

Designation _________________

for and on behalf of (Name of Company)

Address __________________________

Tel. No. __________________________

Telex No. __________________________

Fax No. __________________________

APPENDIX – L

EMD ASSIGNMENT FORM

Article of agreement executed of this the ___________________ of _____

_____________________________________and between the Executive Engineer

GOMWRD ( herein after referred to as GOMWRD ) of the one part of Shri.

____________ _______________________________________ (Name and address of

the tenderer ( hereinafter referred to as the bounden of the other part ).

Whereas the response to the notification No.___________ dated ______ the

____________________bounded has submitted to the GOMWRD tender for the work

__________________________specified therein subject to the terms and conditions

contained in the said tender.

Whereas the bounden has also deposited with GOMWRD a sum of Rs._______

____________________________ as earnest money for execution of an agreement

undertaking the due fulment of the contract in case his accepted by GOMWRD.

73

Signature of Contractor Signature of Purchaser

Now these presents witness and it is mutually agreed as follows.

1) In case the tender submitted by the bounded is accepted by the GOMWRD and

contract for ________________________________________ is awarded to the

bounden the bounden shall within days of acceptance of this tender execute an

agreement with the GOMWRD incorporating all the terms and conditions under

which the GOMWRD accepts his tender.

2) In case the bounden fails to execute the agreement as aforesaid incorporating

terms and conditions governing the contracts, the GOMWRD shall be power and

authority to recover from the bounden any loss of any damage caused to the

GOMWRD in each breach as may be determined by the GOMWRD by

appropriating the earnest money deposited by the bounden and if the earnest

money is found to be inadequate the deficit amount may be recovered from the

bounden and his properties movable and immovable in the manner hereinafter

contained.

3) All sums found due to the GOMWRD under or by the virtue of this agreement

shall be recoverable from the bounden and his properties movable and

immovable under the provisions of the Maharashtra land revenue code for the

time being in force as though such sum are arrears of land revenue an such

other manner as the GOMWRD may deem fit.

4) In witness where of Shri. _______________________ (Name and Designation)

for and on behalf of the GOMWRD and Shri.

______________________________ in bounden have hereunto set their hands

the days and year shown against their respective signature.

74

Signature of Contractor Signature of Purchaser

Signed by Shri. ___________________________________ date ___________ in the

present of witness.

1)

2)

Signed by Shri. _______________________________________ in the presence of

witness.

1)

2)

Note :- The tenderer shall mention the work he intends to quote.

75

Signature of Contractor Signature of Purchaser

APPENDIX - M

POWER OF ATTORNEY

(To be submitted in Envelope No.1)

I, _____________________________________________________ certify that I

am

___________________________________________________________________

Secretary of the Corporation/ Company, Organized under the laws of

_____________________and that ___________________ the Tender No.

__________________ dated _____________ is authorised to bind the

Purchaser by authority of its governing body.

________________________

( SEAL)

SECRETARY

76

Signature of Contractor Signature of Purchaser

SECTION – III

B-1 TENDER FORM AND TENDER

FOR WORKS

SCHEDULE 'A'

SCHEDULE 'B'

77

Signature of Contractor Signature of Purchaser

SECTION - III

B- 1 TENDER FORM

---------------------------------------------------------------------------------------------------------------------

PERCENTAGE RATE TENDER AND CONTRACT FOR WORKS

---------------------------------------------------------------------------------------------------------------------

GOVERNMENT OF MAHARASHTRA

WATER RESOURES DEPARTMENT

CIRCLE: - Ghatghar (E&M) Circle, Kalwa, Thane.

DIVISION: - Godavari Hydro Electric & Lift Irrigation Division No. 1 , Kalwa, Thane.

General Rules and Directions for the Guidance of Contractors

1. All works proposed to be executed by contract shall be notified in a form of invitation to

tender notice pasted on a board hung up in the office of the Executive Engineer and signed

by the Executive Engineer.

This form will state the work to be carried out as well as the date for submitting and opening

tenders and the time allowed for carrying out the work, also the mount of the earnest money

and additional earnest money if required to be deposited with the tender and the amount of

the security deposit and addition security deposit if required to be deposited by the successful

tenderer and the percentage if any to be deducted from bills. Copies of the specification,

designs and drawings, estimated rates scheduled rates and any other documents required in

connection with the works shall be signed by the Executive Engineer for the purpose of

identification and shall also be open for inspection by contractors at the office of the

Executive Engineers during office hours.

Where the works are proposed to be executed according to the specifications recommended

by a contractor and approved by a competent authority on behalf of the Purchaser such

specifications with designs and drawing shall form part of the accepted tender.

78

Signature of Contractor Signature of Purchaser

1. In the event of the tender being submitted by a firm, It must be signed by each partner

thereof, and in the event of the absence of any partner, It shall be signed on his behalf by a

person holding a power of attorney authorising him to do so.

2A The contractors shall pay along with the tender the sum as stipulated in Annex 'A' to section I

as and by way of earnest money. The contractor may pay the and amount by forwarding

along with the tender. Demand draft drawn on bank and in favour of the Executive Engineer

as indicated in Annex A of Detailed Tender Notice.

ii) The contractor shall also enclose irrevocable bank guarantee of sum as stipulated in Annex A

Sr. No. 1.3.1 if his offer is less than 90% of the updated estimated cost as stated at Sr. No.

5.0 Annex. A . The said amount of earnest money shall not carry any interest whatsoever.

iii) If after submitting the Tender the contractor withdraws his offer, or modifies the same or if

after the acceptance of his tender the contractor fails or neglects to furnish the balance of

security deposit without prejudice to any other rights and powers of the Purchaser hereunder

of in law. Purchaser shall be entitled to forfeit the full amount the earnest money and the

additional Ernest money deposited by him

iv) In the event of this tender not being accepted the amount of earnest money deposited by the

contractor shall unless it is prior there to forfeited under the provision of sub-clause (iii) above

be refunded to him on his passing receipt therefore.

2. Receipts for payments made on account of any work, when executed by a firm should also

be signed by all the partners except where the contractors are described in their tender as

firm which case the receipt shall be signed in the name of the firm by one of the partners or

by some other person having authority to give effectual receipts of the firm.

3. Any person who submits a tender shall fill up usual printed form stating at what percentage

above or below the rates specified in Schedule-B ( memorandum showing items of work to be

carried out) he is willing to undertake the work. The person who submits the tender shall also

fill up printed form of schedule-B part-II Anticipated additional items as foreseen by the

tenderer wherein the tenderer shall mention itemwise quantity, rate and amount as assessed

by him. However the percentage above or below the rates specified in Schedule-B (

79

Signature of Contractor Signature of Purchaser

Memorandum showing items of works to be carried out ) he is willing to undertake the work,

shall be applicable only for the items, rates and quantities stipulated in Schedule-B part –I.

Only one percentage on all the estimated rates shall be named. Tenderers who propose any

alternation except in connection with Schedule –B part –II Anticipated additional items as

foreseen by the tenderer in the works specified in the said form of invitation to the tender or in

the time allowed or carrying out the work or which contain any other conditions of any sort

other than those specified in this tender documents will be liable to rejection. No printed form

of tender shall include a tender for more than one work but if contractor who wishes to tender

two or more works they shall submit a separate tender for each. Tenders shall have the name

and number of the work to which they refer, written outside the envelope.

4. The officer indicated in Annex 'A' to Section II shall open tender in the presence of

contractors who have submitted tenders or their representatives who may be present at the

time and he will enter the amount of the several tenders in the comparative statement in a

suitable form in the event of tender being accepted the contractor shall for the purpose of

identification sign copies of the specifications and other documents mentioned in Rule 1 in

event of tender being rejected the competent officer shall refund the amount of the earnest

money deposited by the contractor on his giving a receipt for the return of money.

5. The officer competent to dispose of the tenders shall have the right of rejecting all or any of

the tenders.

6. No receipt for any payment alleged to have been made by a contractor in regard to any

matter relating to this tender or the contract shall be valid and binding on Purchaser unless it

is signed by the Executive Engineer.

7. No materials of any type required for the work shall be supplied by the Corporation. All the

work shall be executed by the tenderer with his own material(s) . The memorandum of work

to be tendered for shall be filled in and completed by the office of the Executive Engineer

before the tender own is issued. If a form issued to an intending tenderer has not been so

filled in and completed he shall request the said office to have this done before he completes

and delivers his tender.

80

Signature of Contractor Signature of Purchaser

8. All work shall be measured net by standard measure and according to the rules and customs

of the Purchaser and without reference to any local custom.

9. Under no circumstances shall any contractor be entitled to claim entered for items in this

contract.

11. All corrections additions or pasted slips should be initialed.

12. The measurements of work shall be taken according to the usual methods a use in the

Purchaser and no proposals to adopt alternative methods will be accepted. The Executive

Engineer's decision as to what is the usual method in use in the Purchaser will be final.

The measurements shall be recorded in the measurement Book (MB) on the basis of Field

Book (FB) (for leveling purpose) in black ink. The all(s) FB(s) shall be the property of

corporation. The rules of measurements as stipulated in the MPW Manual shall be applicable

"Mutatis - Mutandis" On completion of the work / termination of contract, the MS(s) & FB(s)

shall be property of the Corporation.

The contractor shall submit certified (certified by the concerned SDO/SDE/EE-1/AEE) copies

of the measurement sheet(s) related to the R.A. bill/Final bill along with the R.A. Bill / Final

Bill, without which his R.A. Bill / Final bill shall not be considered for payment.

13. In view of the difficult position regarding the availability of foreign exchange foreign exchange

would be released by the Purchaser for the purchase of plant & machinery required for the

execution of the work contracted for.

14. The contractor will have to construct shed for storing controlled and valuable materials at

work site having double locking arrangement. The materials will be taken for use in the

presence of the Purchaserperson. No materials will be allowed to be removed from the site of

works without prior permission of Engineer-in-charge.

15. Successful tenderer will have to produce to the satisfaction of the accepting authority a valid

and current license issued in his favour under the provision of Contract Labour (Regulation

and Abolition Act, 1970 ) before starting work failing which acceptance of the tender will be

liable for withdrawal and earnest money will be forfeited to Corporation.

81

Signature of Contractor Signature of Purchaser

16. The contractor shall comply with the provisions of the apprentice act 1961 & rules & orders

issued here under from time to time. If he fails to do so his failure will be a breach of the

contract and the Chief Engineer / S. E. may in his discretion cancel the contract the

contractor shall also be liable for any pecuniary liability arising on account of any violation by

him of the act.

82

Signature of Contractor Signature of Purchaser

B-1 TENDER FORM

PERCENTAGE RATE TENDER & CONTRACT FOR WORKS.

Tender for works

1. I/We hereby tender for the execution

for the GOMWRD ( here-in before In figure as well as in

and here-in-after referred to as words

Purchaser) of the work specified in

memorandum as enclosed within the

time specified in such memorandum

at ---------%--------------------------------------

---------percent below / above the

estimated rates entered in Schedule 'B'

and in accordance in all respects with

the specifications designs. drawings

and instructions in writing referred to in

Rule 1 hereof.

2. I/We agree that the offer shall remain Amount to be

open for acceptance for a minimum specified in words &

period of 90 days from the date fixed in figures

for opening the same & thereafter until

it is withdrawn by me/us by notice in

writing duly addressed to the authority

opening the tenders and sent by

registered post AD or other wise

delivered at the office of such

authority. Demand Draft on State Bank of

India , Thane or any Scheduled Bank

83

Signature of Contractor Signature of Purchaser

Payable at Thane respect to the sum of

Rs. ---------------------------- in words Rupees

--------------------------------------------------------

--------------------------------------------------------

--------------------- representing the

earnest money is herewith forwarded.

Additional earnest money in the form

of Bank Guarantee as required in view

of offer being lower than 10% below

the updated estimated cost as stated

at Sr. No.1.2 of Annex 'A' is also

enclosed. The amount of earnest

money shall not bear interest and shall

be liable to be forfeited to the

Purchaser should I/We fail to (i)

abide by the stipulation to keep the

offer open for the period mentioned

above or (2) sign & complete the

contractor documents as required by

the Engineer & furnish the security

deposit & additional security deposit if

any as specified in Sr. E. 1.6 at

Annexure of the memorandum

enclosed within the time limit laid

down in clause (a) of conditions of

contract. The amount of earnest

money may be adjusted towards the

security deposit or refunded to me/us if

84

Signature of Contractor Signature of Purchaser

so desired by me/us in, writing, unless

the same any part thereof has been

forfeited as aforesaid.

3. Should this tender be accepted I/we

hereby agree to abide by and fulfill

and the terms & provisions of the

conditions of Contract Special

conditions of contract included in this

booklet to Purchaser the sum of

money mentioned in the said

conditions.

85

Signature of Contractor Signature of Purchaser

MEMORANDUM

a) General Description : Design, manufacture, test before dispatch,

supply, transport up to storage site, re-

transportation up to erection site, loading and

unloading of equipment / material, insurance

till taking over by department ,erection, testing,

commissioning and two years operation &

maintenance after commissioning of 33/6.6 KV

Switchyard equipment, Power Transformer,

XLPE Power & Control cables etc. Including

related Civil Works. in respect of Brahmagavan

Lift Irrigation Scheme, Stage -II, Tal. Paithan

Dist : Aurangabad.

b) Estimated Cost. : Rs. 23058230.00

c) Earnest money ( EMD ) : Rs. 230582.00

d) Additional Earnest money in the form of

Bank Guarantee. As per clause No. i (b)

Page No.75

:

e) Security Deposit (SD)

i) Initial ( In cash)

ii) To be deducted from R.A.

bills

:

f) Additional SD in the form of Bank

Guarantee As per clause No. ii (b) Page

No.75

:

g) Percentage, if any, to be deducted from

bills so as to make up the total amount

required as Security Deposit

by the t ime, half the work as measured

by the cost is due 5% ( Five

percent )

:

86

Signature of Contractor Signature of Purchaser

h) Time allowed for the work from date of

written order to commence.

Signature of Contractor Signature of Witness

Address Address

Date Day of Occupation

The above tender is hereby accepted by me for and on behalf of the Corporation.

Date Day of Signature of the officer

( To be filled by tenderer ) by whom accepted

87

Signature of Contractor Signature of Purchaser

SCHEDULE – A

APPLICABLE FOR WORKS COSTING LESS THAN 100 LAKHS

Schedule showing ( Approx.) the material to be supplied from the departmental stores for work

contracted to be executed preliminary and Auxiliary work and the rate at which they are to be charged

for

Sr.

No.

particulars Quantity

Rates at which the material will

be charged to the Contractor

Place of

Delivery

--------------------------------------------- Nil --------------------------------------------------

Executive Engineer,

Godavari Hydro Electric and Lift Irrigation Division

No. 1 , Kalwa, Thane

88

Signature of Contractor Signature of Purchaser

CONDITIONS FOR SCHEDULE 'A'

Note:-

1) The person or firm submitting the tender should see that the rates in the above schedule are

filled up by the Engineer-in-charge. on the issue of the form prior to the submission of tender.

2) The cost of cement shown above is inclusive of cost of empty cement bags. The empty

cement bags need not be returned to the Purchaserby the contractor.

3) The charges for conveyance of the materials from the place of delivery to site of work will be

borne by the contractor. All the materials shall be made available for delivery on working days

during the office hours.

4) The quantities in Schedule 'A' are approximate and may vary according to the actual and

confide use in this work.

5) All the materials mentioned in Schedule 'A' required for the work shall be taken from the

Purchaseronly. The materials from the outside sources in lieu of materials from. the outside

sources in schedule 'A' shall not be allowed to be used except under writing permission from

the Executive Engineer. The sample of such material shall be tested all contractors cost. The

materials not conforming to the required standard shall be removed by the contractor at once

from the site of the work at his cost.

6) The materials viz. cement, steel etc. lying unused with the contractor after completion of the

work and if they are not returned, the contractor shall pay for such materials at] double the

rate at which the materials were issued to him. Recovery of S.T. and G.T on the cost of

surplus materials which are not returned by the contractor will be levied) as applicable and

as per rules.

7) The contractor will have to construct a shed with double locking arrangement at his own cost.

8) The contractor shall submit an account of all materials issued to him from time to time and

whenever demanded and before final bill is produced. Materials that cannot be accounted for

shall be recovered from him at penal rates as may be decided by the Executive Engineer. 9)

Claim for extra payment on delay in supply of these materials will not be entertained.

89

Signature of Contractor Signature of Purchaser

10) Proper account of day to day consumption of materials issued as per Schedule 'A' be

maintained by the contractor or his authorized representative on site and it shall be checked

by the PurchaserOfficer even,' day in token of its correctness.

90

Signature of Contractor Signature of Purchaser

SCHEDULE - B

Name of Work : Design, manufacture, test before dispatch, supply, transport up to storage site, re- transportation up to erection site, loading and unloading of equipment / material, insurance till taking over by department ,erection, testing, commissioning and two years operation & maintenance after commissioning of 33/6.6 KV Switchyard equipment, Power Transformer, XLPE Power & Control cables etc. Including related Civil Works. in respect of Brahmagavan Lift Irrigation Scheme, Stage -II, Tal. Paithan Dist : Aurangabad.

Item.

No.

Qty. Unit Description of Item Rate (Rs.) Per Amount (Rs.)

1 2 3 4 5 6 7

1 1 Nos. 33 / 6.6 KV ,6.3 MVA, 3ph. 50 Hz,

ONAN, with OLTC (- 5 % to + 15 %)

outdoor Power Transformer with all

fitting and standard accessories and

first filling of Oil etc. complete.

7475507.92 No 7475507.92

2 2 Nos. 36 KV rated, insulation class, BIL 170

KV peak, 630 A, 17.5 KA breaking

capacity, 3-Phase 50 Hz, Triple Pole,

gang operated mechanism, outdoor

SF-6 Circuit breaker, with support

structure etc. complete.

785305.79 No 1570611.58

3 6 Nos. 36 KV insulation class 17.5 KA single

phase, 100 Hz, four core, hermetically

sealed, outdoor type Current

Transformer. having current ratio

100 / 1 / 1 / 1 / 1 Amp. etc. complete.

108620.28 No. 651721.68

4 3 Nos. 36 KVA rated insulation class, single

phase, 50 Hz, two core, hermetically

sealed, outdoor type Potential

Transformer having voltage ratio 33 kV //3 /110 V//3 /110V//3

70456.40 No 211369.20

91

Signature of Contractor Signature of Purchaser

5 3 Set 36 KV rated insulation class, BIL 170

KV peak, 17.5 KA breaking capacity,

3-Phase, 50 Hz, 200 A, double break

centre post rotating, manually gang

operated, turn and twist type with

reduction gear mechanism, outdoor type Isolator With Earth Blades, etc.

complete.

140344.92 Set 421034.76

6 2 Sets 36 KV rated insulation class, BIL 170

KV peak, 17.5 KA breaking capacity,

3-Phase, 50 Hz, 200 A, double break

centre post rotating, manually gang

operated, turn and twist type with

reduction gear mechanism, outdoor

type Isolator Without Earth Blades,

etc. complete.

134534.46 Set 269068.92

7 9 Nos. 36 KV rated insulation class, BIL 170

KV peak, single phase, 50 Hz. station

class, gap less type, outdoor

Lightening Arrestor along with surge

counter and insulating base plate etc.

complete.

32248.04 No 290232.36

8 200 Mtrs. 6.6 KV (E) XLPE type Aluminium

conductor, single core, 240 Sq. mm.

power cable etc. complete.

1329.45 Mtr. 265890.00

9 8 Nos. Heat shrinkable cable Termination Kit,

suitable for 1C x240 Sq. mm. XLPE

Power cable.

3921.23 No 31369.84

10 1 No. 33 KV Incoming Feeder Control &

Relay panel as per detailed

specification.

688315.83 No 688315.83

11 1 Nos. 33/3.3 KV Transformer Control &

Relay panel as per detailed specification.

741950.83 No 741950.83

12 12.3 Tons. (a) Galvanised steel structure for

33 KV/ 3.3 KV sub station.

146155.38 Ton 1797711.17

92

Signature of Contractor Signature of Purchaser

0.6 Tons. (b) Hardware such as nut-bolts, spring

washers, and foundation bolts,

anchors,plane washers. etc.

158670.21 Ton 95202.13

13 1 Nos. 33 / 0.433 KV, 160 KVA, 3 Phase, 50

Hz, ONAN with OFF load tap changer

ranging +5% to -5% in step of 2.5%

each, Dynll vector group, outdoor

Station Transformer with all fitting

and standard accessories and first

filling of oil etc. complete.

744405.42 No 744405.42

14 1 Sets 36 KV grade, Horn Gap Fuse, 07

Amp.

17096.16 No 17096.16

15 (a) L.T. Power and control cables

between various equipments with

necessary material, laying termination

etc. complete.

250 Mtrs. 1) 2C x 2.5 mm2 (YWY) 138.40 Mtr. 34600.00

500 Mtrs. 2) 3C x 2.5 mm2 (YWY) 164.82 Mtr. 82410.00

2200 Mtrs. 3) 4C x 2.5 mm2 (YWY) 195.01 Mtr. 429022.00

55 Mtrs. 4) 4C x 4.0 mm2 (YWY) 329.22 Mtr. 18107.10

175 Mtrs. 5) 7C x 2.5 mm2 (YWY) 358.57 Mtr. 62749.75

240 Mtrs. 6) 12C x 2.5 mm2 (YWY) 504.10 Mtr. 120984.00

225 Mtrs. 7) 16C x 2.5 mm2 (YWY) 693.24 Mtr. 155979.00

450 Mtrs. 8) 30C x 2.5 mm2 (YWY) 1174.27 Mtr. 528421.50

350 Mtrs. 9) 4C x 16 mm2 (AYFY) 197.53 Mtr. 69135.50

40 Mtrs. 10) 4C x 25 mm2 (AYFY) 255.82 Mtr. 10232.80

16 Galvanised cable trays 16 SWG for

laying L.T. Power and control cables

as below.

80 Mtrs. 500 mm width 1452.61 Mtr. 116208.80

35 Mtrs. 300 mm width 817.93 Mtr. 28627.55

40 Mtrs. 200 mm width 625.74 Mtr. 25029.60

93

Signature of Contractor Signature of Purchaser

17 6 Nos, Junction Boxes/Marshalling boxes for

equipment in each bay with associated

wiring/cabling etc. complete. (Junction

box – 4 Nos; Marshalling box – 2

Nos.)

18437.03 No. 110622.18

18 Fire fighting equipments as below.

1 No. 1] Foam type, trolley mounted, fire

extinguisher, 50 Ltr. Capacity

20828.26 No. 20828.26

1 Nos. 2] CO2 type fire extinguisher 22.5 Kg

Capacity

26504.63 No. 26504.63

2 No. 3] CO2 type fire extinguisher 4.5 Kg Capacity

6972.55 No. 13945.10

1 Set 4] Fire bucket (4 Nos.) with stand 2614.71 Set 2614.71

19 Spares at 5% on Item Nos. 1, 2, 5,6,10,

11 & 13

595544.72

20 Service tax at 12.36% on E.T.C.

charges.

82147.21

21 Charges of Inspection & Testing, 110000.00

23 Electrical Inspector Charges 50000.00

24 0.470 Kms. ACSR Conductor (MINK): Supplying

and erecting ACSR conductor of size

6/1-3.66 mm (Mink) complete. (255 Kg/meter).

52454.85 Km 24653.78

25 4 No. Bus Post Insulator : Supplying and

erecting porcelain post type insulator suitable for 33 KV Line, complete. As

per Specification No. OH-INS / PST

2323.65 No. 9294.60

94

Signature of Contractor Signature of Purchaser

26 61 Mtrs. PVC Power Cable : Supplying and

erecting PVC armoured cable 3.½ core

150 Sq.mm. stranded/solid aluminium

conductor with continuous 12.97

mm.(8 SWG) G.I. earth wire complete

erected with glands and lugs in provided trench/laid in provided pipe

in an approved manner. As per

Specification No.CB-LT / AL

712.95 Mtr. 43489.95

27 2 Sets Termination Kit: - Providing and

erecting epoxy outdoor/indoor end

termination kit for L.T. PVC armoured

cable of size 150 to 185 Sq.mm. with

necessary material. As per

Specification No.CB-JT / LT

740.25 set 1480.50

28 12 Nos. Disc Insulator :- Supplying and

erecting porcelain disc tape insulator,

suitable for 33 KV line complete. As

per Specification No.OH-INS / DI

2643.90 No. 31726.80

29 2.3 KM Shield Wire :- Supplying and

erecting hard drawn 8 SWG G.I. Wire

coplete ercted for overhead line with

propuer size of G.I. Wire.

9262.05 Km 21302.72

30 491 Kgs Iron Work for Trays :- Supplying and

erecting iron work for G.I. perforated

cable tray supports, complete with

bending, cutting, drilling and welding complete at the position with

necessary material duly painted with

one coat of red oxide and two coats of

enamel paint to match as per direction

of authority. The size of angle

channels/flat is as under.

1) Angle 50 x 50 x 6 mm.

2) Channel 100 x 50 x 6 mm.

3) Flat 50 x 6 mm

96.60 Kg. 47430.60

Lighting System for Switchyard :

Lightening System of switchyard

consists of the following :

95

Signature of Contractor Signature of Purchaser

31 4 Nos. Swaged Pole : Supplying and

erecting steel tubular swaged pole

139.7 x 114.3 x 88.9 mm dia. with 4.5

x 3.65 x 3.25 mm thickness (5 + 1.75

+ 1.75 Mtr) length respectively and

total 8.5 Mtr. long, with pole cap, base plate in provided foundation. (Weight

109 Kg). As per Specification No.

OH-PL / STP

9272.55 No. 37090.20

32 4 Nos. Pole Foundation : Providing cement

concrete foundation including

excavation for the poles 60 cm x 60

cm x 1.5 Mtr. deep in 1:3:6 cement

concrete (20 x 25 stone metal) and 45

x 45 x 45 cm/45 cm dia x 45 cm height plinth duly plastered and with

necessary curing and finishing in an

approved manner.

1999.20 No. 7996.80

33 4 Nos. HPSV Fitting : Supplying and

erecting street light 250 watts HPSV

lamp fitting, on provided brackets. As

per Specification No. FG-ODF / GSL

3345.30 No. 13381.20

34 4 Nos. HPSV Lamp : Supplying and Erecting

H.P.S.V. lamp threaded type 230 V,

250 Watt (SON Type)

580.65 No. 2322.60

35 4 Nos. Pole Bracket : Supplying and erecting

street light bracket for erection of

single fitting on tubular welded pole

with 40 mm. Dia., 1.0 Meter long 'B'

grade G.I. pipe, along with pole cap of

125 mm dia 600 mm long duly welded

. As per Specification No.FG-BKT /

BPC

1043.70 No. 4174.80

96

Signature of Contractor Signature of Purchaser

36 4 Nos. FRP Box : Supplying and Erecting

FRP box of size 250 mm x 200 mm x

100 mm 2.7 mm thick complete, on

pole. As per Specification No.CB-SB.

485.10 No. 1940.40

37 12 Mtrs. G. I. Pipe : Supplying and erecting ISI

mark G.I. Pipe ‘A” Grade 40 mm dia.

erected for enclosing PVC armoured

cable on pole. As per Specification No. CW-PLB / GP. Para 4.2.1 & 4.2.2

( Chapter 17.5).

192.15 Mtr. 2305.80

38 212 Mtrs. Cable : Supplying erecting PVC

armoured cable with ISI mark 4 Core

4 Sq. mm. aluminium conductor with

Continuous 5.48 Sq.mm.(12 SWG) G.I. wired complete ericted Glands

and lugs. As per Specification No. CB-

LT / AL.

120.75 Mtr. 25599.00

39 123 Mtrs. Trench : Making trench in soft soil of

suitable width and depth for laying

provided L.T. cable upto 10 Sq. mm.

complete. As per Specification

No.CW-EXN / CTR.

73.50 Mtr. 9040.50

40 40 Mtrs. Mains : Supplying and erecting mains

F.R.L.S. stranded copper PVC

insulated wire laid in provided conduit

in side pole. As per Specification

No.WG-MA / BW

44.10 Mtr. 1764.00

41 1.5 Kgs. Earth Wire : Supplying erecting G.I. earth wire 14 SWG complete erected

on wall with necessary claims in an

approved manner for earthing or with

copper lugs, cable sockets of 30 A and

more at each end with necessary

cadmium plated double nut and bolt

with washers and covering it with

bituminous compound.

98.70 Kg. 148.05

97

Signature of Contractor Signature of Purchaser

42 4 Nos. Miniature Circuit breaker : Supplying

and erecting and marking DPMCB 6

Amp. to 32 Amp. 'B' Series (lighting )

in provided distribution board. As per

Specification No. SW-SWR / MCB

412.65 No. 1650.60

43 1 No. Miniature Circuit breaker : Providing

erecting and commissioning RCCB

only of electromagnetic type with 20

kA breaking capacity, 40 Amp., 4 pole complete.As per Specification No.

SW-RCCB / RCCB

2809.80 No. 2809.80

44 40.5 Kgs. Supplying and erecting Iron work for

panel board complete with bending,

cutting, drilling and welding complete

erected at the position with necessary

material duly painted with one coat of red oxide and two coats of enamel

paint to match the switch gears or as

per direction of authority. The size of

the angle is 50 x 50 x 6 mm.

96.60 Kg. 3912.30

45 0.9 Sq.M. CRCA Sheet 1.6 mm.(16 gauge) to be

used for fabrication of boxes panel

board etc. including, cutting, bending,

drilling, welding, riveting etc. and

painting with one coat of real lead

paint and two coat of enamel paint.

1734.60 Sq.M. 1561.14

46 1 No. Locking Arrangement : Supplying

and erecting self locking arrangement

with duplicate keys made of brass duly

erected flush with surface of panel.

159.60 No. 159.60

47 0.108 CuM. C.C. Foundation : Providing cement

concrete for foundation or for concrete filling in 1:3:6 ratio with 20 to 25 mm

stone metal duly plastered with

necessary curing for pole muffing or

any other purpose.

3354.75 Cu.M. 362.31

98

Signature of Contractor Signature of Purchaser

48 1 No. Distribution Board : Supplying and

erecting Tripple pole and neutral

distribution board TPNDB surface /

flush mounted, suitable for SPMCB of

12 ways on iron frame / laminated

board (Horizontal type). As per specification No. SW-SWR /

MCBDB.

1504.65 No. 1504.65

49 1 No. First Aid Box : Supplying standard First Aid Box with necessary

antiseptic creamer, medicine for use

on wound due burn, crepe bandage,

gauge bandage, medicated ready to use

bandage (band-aid) adhesive tape for

medicinal use, scissors, anti-septic

solution (Salon or similar) etc. of

standard make.

304.50

No.

304.50

50 1 Nos. Instruction Chart : Providing printed

instruction chart for treating persons

suffering from electric shock, printed

in English & Marathi and duly laminated.

59.85 No. 59.85

51 2 Pairs Rubber Hand Gloves : Providing pair

of duly tested Rubber Hand Gloves as

per IS:340715 suitable for working on

22 KV supply

352.80 Pair 705.60

52 5 Sq.M. Rubber Matting : Supplying and rubber matting of 12 mm thickness as

per IS : 5424 and of required length

and breath with good insulation

property for 22 Kv.

1919.40 Sq.M. 9597.00

Chain Link Fencing :-

53 108 Sect. Chain Link Fencing : Supplying and

erecting fencing of section having size

2450 mm in height from ground level

and 1200 mm width, with angle iron

frame work erected in fundation and

painted. as per specification No. SS-

AS / FSG.

2016.00 Sect. 217728.00

99

Signature of Contractor Signature of Purchaser

54

8

Nos.

Corner Support : Supplying and

erecting size 50 x 50 x 6 cm. angle

iron as corner support 0.5 Mtr. away

from the fence support fixed at the

middle of the fencing frame and the

other side in C.C. foundation of 15 x 15 x 40 cms. complete duly painted

with one coat of red oxide and two

coats of aluminium paint.

765.45

No.

6123.60

55 82 Kgs. Barbed Wire on ‘V’ Portion :

Supplying and erecting barbed wire

two ply with 12 SWG ply and 12

SWG barb with a gap between two

barbs of 75 mm. firmly fixed on

provided angle supports with

necessary material. (6.044 mtr/Kg)

65.10 Kg. 5338.20

405 Kgs. Angle for ‘V’ Portion : Supplying and

erecting Iron Work for panel board or

other purposes complete with bending

cutting, drilling and welding complete

erected at the position with necessary

material duly painted with one coat of

red oxide and two coats of enamel

paint as per directions by authority.

The size of Angle is 50 x 5 x 6 mm.

96.60 Kg. 39123.00

56 1 No. Double Leaf Hinged Door : Supplying

and erecting double leaf hinged door

each 150 cms in width x 185 cms. in

height using ‘B’ class G.I. Pipe, with

angle iron support, chin link jali,

complete supported on channel iron , erected in foundation and painted.

As per specification No. SS-AS /

DLD.

6332.55

No. 6332.55

Earth Mat :-

57 8816 Kgs. Supplying and erecting iron work for

earth mat or other purposes complete

with bending, cutting, drilling and

welding complete erected at the

position with necessary materials duly painted with one coat of red oxide and

two coats of enamel paint to match the

switch gear or as per the direction by

the authority. Mesh M.S.flat size 80 x

10 mm., for risers 50 x 12 mm. and

M.S. round bar 32 mm. in diameter

and M.S. angle 50 x 50 x 6 mm. for

clits.

96.60 Kg. 851625.60

100

Signature of Contractor Signature of Purchaser

58 36 Cu.M. Excavating hard murum / metal road

(B.T.) by chiseling for preparing pit

for poles stay or earth plates or for

laying cables, pipes and clearing the

site by removing debris and making

the site good.

130.20 Cu.M. 4687.20

59 640.00 Cu.M. Excavating soft murum/metal road

(B.T.) by chiseling for preparing pit

for poles stay or earth plates or for

laying cables, pipes and clearing the site by removing debris and making

the site good.

102.90 Cu.M. 65856.00

60 150 Mtrs. Drilling of 35 mm. holesholes in

murum for fixing 32 mm dia. M.S.

round bars up to 3 Mtr. length in rock

to fix M.S. round bar, including flushing the holes, conveying all

machinery equipments and necessary

watering etc. complete.

721.65 Mtr. 108247.50

61 660 Kgs. Supplying and erecting G.I. strip of

size 50 x 6 mm and 32 x 6 mm. sizes

used for earthing on wall and/or any

other purpose with necessary

aluminium clamps fixed on wall

painted with bituminous paint in an

approved manner. joint be done as per

specification No. EA-EP.

79.80 Kg. 52668.00

62 54 Mtrs. Supplying and erecting ISI mark G.I.

Pipe 100 mm dia. ‘C’ class. in position

with accessories. As per specification

No. CW-PLB / GP

1015.35 Mtr. 54828.90

63 18 Nos. Refilling of earth pits by charcoal salt

and soil .

1250.00 No. 22500.00

64 75 Kgs. Supplying and erecting G.I. strip of 50

x 5 mm used for “C” clamps for earth-pit pipes (100 mm dia.) erected with

necessary clamps, nut, bolts, in

approved manner.

79.80 Kg. 5985.00

101

Signature of Contractor Signature of Purchaser

Permanent Water Supply Arrangement

to Earth Pits -

65 168 Mtrs. Supplying and erecting ISI mark G.I.

Pipe 40 mm dia. ‘B’ class at position

with accessories. As per specification

No. CW-PLB / GP.

246.75 Mtr. 41454.00

66 72 Mtrs. Supplying and erecting ISI mark G.I.

Pipe 15 mm dia. ‘B’ class at position

with accessories. As per specification

No. CW-PLB / GP.

100.80 Mtr. 7257.60

67 1 No. Supplying and erecting non-return

valve 40 mm dia. in position made of

gunmetal.

833.70 No. 833.70

68 7 Nos. Supplying and erecting C.I. Flange 40

mm dia. with necessary nut, bolts and

washers with rubber seal in position.

78.75 No. 551.25

69 1 No. Supplying and erecting 40 mm dia. at

Gun metal foot valve at position with

necessary materials.

443.10 No. 443.10

70 55 Mtrs. Supplying and erecting flat flexible 3

core 4 Sq. mm PVC sheathed submersible type copper cable suitably

clamped at fixed interval with column

pipe assembly complete.

76.65 Mtr. 4215.75

71 1 No. Supplying and erecting submersible

pump set suitable for 150 mm dia.

bore well, 3 HP, 230 Volts, 50 Hz,

AC, with delivery head from 84 to 40

Mjtrs.and discharge from 30 to 90

LPM. (Max. efficiency at 69

Mtrs.head & 60 Ltrs.discharge and

delivery pipe of necessary diameter.)

erected with necessary H type clamps.

25360.65 No. 25360.65

102

Signature of Contractor Signature of Purchaser

72 18 Nos. Providing and fixing Bib -Cock stop

tap Brass heavy duty screw down 15

mm dia.

136.50 No. 2457.00

73 1 No. Supplying and erecting D.O.L. starter,

400 V, 3-phase, 50 cycle, with no volt

coil and overload element with

necessary material and connected to supply upto 10 HP.

1716.75 No. 1716.75

74 1.68 Sq.M. CRCA Sheet 1.6 mm.(16 gauge) to be

used for fabrication of boxes panel

board etc. including, cutting, bending,

drilling, welding, riveting etc. and

painting with one coat of real lead

paint and two coat of enamel paint.

1734.60 Sq.M. 2914.13

75 57.60 Kgs. Supplying and erecting iron work for

panel board or other purposes

complete with bending, cutting,

drilling and welding complete erected

at the position with necessary material duly painted with one coat of red

oxide and two coats of enamel paint

two match the switch gear as per the

direction by the authority. The size of

Angle is 50 x 50 x 6 mm.

96.60 Kg. 5564.16

76 1 No. Supplying and erecting triple pole iron

clad H.C. type reversible fuse and switch with neutral link 415/500 V,

16A, approved make complete erected

an angle iron frame.

903.00 No. 903.00

77 1 No. Supplying and erecting self locking

arrangement with duplicate keys made

of brass duly erected with surface of panel/cupboard.

159.60 No. 159.60

103

Signature of Contractor Signature of Purchaser

78 3986 Kgs. Iron Work : Supplying and erecting

Iron work for cable trench cover

complete with bending, cutting,

drilling and welding complete erected

at the position with necessary material

duly painted with one coat of real oxide and two coats of enamel paint to

match the switch gears or as direction

of authority. The sizes of Angle, Plates

& Bar etc. are as under-(1) MS Angle

50 x 50 x 6 mm. (2) Chequred Plate

0.5 mm. thick (3) MS Plate 5 mm.

thick (4) Plain Bar 10 mm. Dia.

96.60 Kg. 385047.60

79 727 Sq.M. Spreading of metal : Providing and

spreading stone metal 25mm size for

100 mm. depth above the ground level.

94.50 Sq.M. 68701.50

80 1 Lot Supply of measuring / testing

equipments as below :

200000.00 200000.00

a) Motorized transformer oil testing

kit – 1 No.

b) Megger 5 KV – 1 No. & 1 kV - 1

No.

c) Digital Multimeter – 1 No.

d) Set of double ended spanner – 1

Set e) Set of fix spanner – 1 set.

f) Set of screwdriver kit – 1 No.

g)Set of Screw Drivers (100mm,

150mm, & 300mm.) - 1 Set

h) Cutting plier,10 inch – 1 No.

h) Wire/Cable Insulation

remover – 1No.

i) Lug crimping tool (upto 10 mm2

cable) – 1 No.

j) Motorised EarthTester – 1 No.

k) Tong Tester – 1 No.

i ) Wire / cable insulation remover - 1 NO.

j) Lug crimping tool ( From 10

sq,mm.to 300 sq,mm cable) -1 No.

k) Motorised Earth Tester -1 No

l) Digital Tong Tester - 1 No

104

Signature of Contractor Signature of Purchaser

m) Box Spanner along with rachet -1

No.

n) Nose Plier - 1No.

O) Al. telescopic Ladder - 1No.

P) Pipe Wrench, 36 mm. & 23 mm.

Jaw - 1 No. each

81 Job Work two years operation & maintenance

after commissioning of 33/6.6 KV

Switchyard

2596634.87

GRAND TOTAL 23058230.07

SAYS 23058230.00

Rs. ………………………..

Note:- The above price are inclusive of all taxes and duties, transport, storage,

insurance, watch and ward charges.

I/ We agree to carry out the work at ……….percent ( …………………….percent)

above / below the estimated cost i.e. Rs……………(

Rs……………………………………………………… ) ( in figure of words)

Signature of Bidder :

Name and full Address :

105

Signature of Contractor Signature of Purchaser

SCHEDULE B PART II

Schedule of quantities and tender rates for anticipated additional

items as foreseen by the contractor

Sr.

No.

Description of Item Unit Rate in Fig. In

words ( Rs.)

Amount (Rs.)

Total of Part II

106

Signature of Contractor Signature of Purchaser

Note 1 :- All work shall be carried out with contractor’s own materials and as per the

specifications Part A & B.

Note 2 :- All the columns in the Schedule ‘B’ Part- II should be filled in ink and the total of

the entries in the last columns should be struck by the contractor under his

signature.

Note 3 :- Rates quoted include clearance of site ( prior to commencement of work and at

its close) in all respects and hold good for work under all conditions of site,

moisture, weather etc.

Note 4 :- The tender % as quoted by the tenderer in the space provided for in the

Memorandum of work shall be applicable only for the items, rates and quantities

stipulated in schedule ‘B’ Part A & B, as put to tender by Corporation.

Note 5 :- All the additional item(s) as many as foreseen by the tenderer with quantity(es),

rates(s), amount(s) and the detailed description shall be entered in to by the

tender in the space provided below Schedule ‘B’ Part – II. Anticipated additional

items as foreseen by the tenderer, The tenderer is free to attach additional

sheets, if required by him and sign the sheets, which will form part form part of

the tender. The specifications for the additional item(s) as foreseen by the tender

shall be in conformity with the nearest comparable item stipulated in the Hand

book of standard Specifications (PWD) and the applicability shall be decided

before the acceptance the tender.

Note 6 :- The amounts of all the items of Part – A & B of schedule ‘B’ with % (+ or -) and

the amount of Part – II of Schedule ‘B’ will be totaled and this will be considered

as the offer of the tenderer.

Note 7:- The work in additional items in Schedule ‘B’ Part – II shall be paid for only when

executed.

Note 8:- The provisions of Price variation para No. 33 of Special condition shall be

applicable for the work executed under Additional item of Schedule ‘B’ of Part –

107

Signature of Contractor Signature of Purchaser

II. The provision of Clause 38 conditions of contract – Quantity Variation clause

will not be applicable to the Additional items in Schedule ‘B’ of Part – II.

Note 9 :- In case of works having estimated cost put to tender less than Rs. 100 lakhs

cement and steel shall be supplied by Corporation at the rates mentioned in

Schedule ‘A’ and shall only be used for all the items in this Schedule requiring

cement and steel.

Note 10 :- Quantities indicated in Schedule ‘B’ Part – II by the contractor are fixed shall be

paid only on execution. No payment in excess of these quantities will be

admissible.

Note 11:- As per format of price break up enclosed.

Note 12:- While quoting percentage rate in B-1 Tender form, Contractors are requested to

see clause No. 66 of Special conditions of contract.

108

Signature of Contractor Signature of Purchaser

SECTION- IV

STANDARED CONDITION OF

CONTRACT

109

Signature of Contractor Signature of Purchaser

B – 1 TENDER FORM

CONDITIONS OF CONTRACT

A) Security Deposit Clause 1 : The person / persons whose tender may be accepted (

hereinafter called the contractor, which expression shall unless

excluded by a repugnant to the context include his heirs,

executors, administrators, and assigns ) shall (A) within 10 days

(which may be extended by the Superintending Engineer

concerned up to 15 days if Superintending Engineer concerned up

to 15 days if Superintending Engineer thinks fit to do so ) of the

receipt by him of the notification of the acceptance of his tender

deposit with the Executive Engineer in cash or Purchaser

securities endorsed to the Executive Engineer a sum sufficient

which will make up the initial security deposit specified in the

tender form at para (d) (i) of memorandum provided always that in

the even of the contractor depositing a lump sum by way of

security deposit as contemplated at (A) above then and in such

case as the sum so deposited shall not amount as specified in

memorandum it shall be lawful for Purchaser at the time of making

any payment to the contractor for work done under contract to

make up the full amount of security deposit as specified in

memorandum at para (c) by deducting a sufficient sum at the rate

specified at (g) of memorandum from every such payment as last

aforesaid until the full amount of the security deposit is made up.

110

Signature of Contractor Signature of Purchaser

All compensation or other sums of money payable by the

contractor to Purchaserunder the terms of his contract may be

deducted from or paid by the sale of sufficient part of his security

deposit or from the interest arising there from or from any sums

which may become due by Purchaser to the contractor under any

other contract or transaction of any nature on any account

whatsoever and in the event for his security deposit being reduced

by reason of any such deduction or sale as aforesaid the

contractor shall within ten days there after make good in cash or

Purchaser securities endorsed as aforesaid any sum of sums

which may have been deducted from or raised by sale of his

security deposit of any part thereof. The security deposit referred

to when paid in cash may at the cost of the depositor be converted

into interest bearing Purchaser securities provided that the

depositor has expressly desired this in writing.

B) Additional

security deposit

In case contractor’s offer is less than 90% of the updated (B)

Additional Security estimated cost as stared at Sr. No.1.4a of

Annexure ‘A’ additional Deposit. Security Deposit in the form of

irrevocable Bank Guarantee for a period equal to period of

contract and for an amount equal

to the difference to the contractor’s offer and 90 % of the updated

estimated cost as stated above shall be submitted to the Engineer

in charge at the time of completing tender documents.

Non submission of the above Additional Security Deposit will result

111

Signature of Contractor Signature of Purchaser

into forfeiture of the E.M.D. and additional E.M.D. If the amount of

the security deposit to be paid in a lump sum and Additional

Security Deposit in form of irrevocable Bank Guarantee is not paid

within the period specified at (A) above the tender/contract already

accepted shall be considered as canceled and legal steps taken

against the contractor for recovery of the amounts. The amount of

the Security Deposit lodged by the contractor shall be refunded

along with the payment of the final bill if the date up to which the

contractor has agreed to maintain the work in good order is over. If

such date is not over only 50 % amount of security deposit shall be

refunded along with the payment of the final bill. The amount of

Security Deposit retained by the Purchaser shall be released after

expiry of period up to which the contractor has agreed to maintain

the work in good order is over. In the event of the contractor failing

of neglecting the

complete rectification work within the period up to which the

contractor has agreed to maintain the work in good order then

subject to provisions of clauses 17 and 20 hereof the amount of

security Deposit retained by Purchaser shall be adjusted towards

the excess cost incurred by the Purchaser on rectification work.

The Additional Security Deposit shall be refunded to the contractor

on issuing of the completion certificate by the Engineer-in-charge

as stipulated in the clause No. 7 of the contract provided that the

Engineer-in-charge if demanded in writing by the contractor shall

112

Signature of Contractor Signature of Purchaser

from time to time release the Additional security Deposit in part

which are in proportion to the amount of the completed work.

Compensation of delay

Compensation

of delay

Clause 2 : The time allowed for carrying out the work as entered in

the tender shall be strictly observed by the contractor’s and shall

be reckoned from the date on which the order to commence work

id given to the contractor’s. The work shall through the stipulated

period of the contract proceeding with all due diligence ( time

being deemed to be the essence of the contract on the part of the

contractor’s ) and the contractor’s shall pay as compensation an

amount equal to one percent or such smaller amount as the

Superintending Engineer ( whose decision in writing shall be final )

may decide of the amount of the estimated cost of the whole work

as shown in the tender for every day that the work remains

uncommented or unfinished after the proper dates. And further to

ensure good progress during execution of the work, the

contractor’s shall be bound. in all cases in which the time allowed

for any work exceeds one month to complete the part works in

specified time slice as per the programme given in Annexure A to

Section I – Detailed Tender Notice / enclosed at the end of

Schedule “B”.

If the contractor’s has not achieved the target as per physical

programme of all items with respect to time as given in Annexure

“A” to Section I – Detailed Tender Notice / enclosed at the end of

113

Signature of Contractor Signature of Purchaser

the Schedule “B” then the compensation will be recovered with

prior notice to the contractor’s till the achievement of particular

target as decided by the Engineer-incharge.

In the event of the contractor’s failing to comply with this condition he

shall be liable to pay as compensation an amount equal to one

percent or such smaller amount as the Superintending Engineer (

Whose decision in writing shall be final ) may decide of the said

estimated cost of the

whole work for every day that the due quantity of work remains

incomplete : Provided always that the total amount of compensation

to be paid under the provisions of this clause shall not exceed 10

percent of the estimated cost of the work as shown in the tender

Superintending Engineer, should be the final authority in this respect.

Action when

whole of

security deposit

is forfeited

Clause 3: In any case in which under any clause of this

contract the contractor’s shall have rendered himself

liable to pay compensation amounting to the whole of his security

deposit as specified at para (e) of the memorandum or in the

case of abandonment of the work owing to serious illness or

death of the contractor’s or any other cause. The Executive

Engineer on behalf of the Purchaser shall have power to adapt

following course.

To rescind the contract ( for which rescission notice in writing to

the contractor’s under the hand of Executive Engineer shall be

conclusive evidence ) and in that case the security deposit and

114

Signature of Contractor Signature of Purchaser

addition security deposit of the contractor’s shall stand forfeited

and be absolutely at the

disposal of corporation.

In case the contract shall be rescinded under clause above the

contractor’s shall not be entitled to recover or be paid any sum for

any work therefore actually performed by him under this contract

unless and until the Executive Engineer shall have certified in

writing the performance of the such work and the amount payable

to him in respect thereof and he shall only be entitle to be paid the

amount so certified.

The contractor’s shall have no claim to compensation for any loss

sustained by him by reasons of his having purchased or procured

any materials or entered into any engagements or made any

advance on account of or with a view to the execution of the work

or the performance of the contract. The contractors; shall also be

not eligible to tender for the work remaining unexecuted under

this contract.

Action when Clause 4 : If progress of any particular portion of work is

unsatisfactory, the Executive Engineer shall notwithstanding that

the general progress of the work is in accordance with the

condition mentioned in clause 2 be entitled to take action as under

after giving the contractors 10 days notice in writing.

The Purchaser will have to order that the work of the contractor be

measured up and to take such part there of as shall be un execute

115

Signature of Contractor Signature of Purchaser

out of his hands and to give it to another contractor to complete in

which case all expenses incurred to advertisements for fixing a

new contracting agency additional supervisory staff including the

cost of work charged establishment and the cost of the work

executed by the new contract agency will be debited to the

contractor and the value of the work done or executed through the

new contractor ( including escalation due ) shall be credited to the

contractor in all respects and in the same manner and at the same

rates as if it had been carried out by the contractor under the terms

of this contract. The certificate of the Executive Engineer as to all

the cost of the work and other expenses incurred as aforesaid for

or in getting the unexecuted work done by the new contractor and

as to the value of the work so done shall be final and conclusive

against the contractor.

In case the cost of the work executed through a new contractor

and other allied expenses exceeding the value of such work

credited to the contractors the amount of excess shall be deducted

from any money due to the contractor by Government of

Purchaserunder the contractor otherwise howsoever or from his

security deposit and additional security deposit or the sale

proceeds thereof provided, however, that the contractor shall have

no claim against Purchaser even if the certified value of the work

done through a new contractor exceeds the certified cost of such

work and allied expenses. The contractor shall have no claims to

116

Signature of Contractor Signature of Purchaser

compensation for any loss sustained by him by reason of his

having purchased or procured any materials or entered into any

engagements or made any advances on account of or with a view

to the execution of the work or the performance of the contract.

The contractor of the whole work shall not be considered eligible to

tender for the execution of work so withdrawn from this contract.

The contractor will have no claim for compensation for any loss

sustained by him owing to such action.

Contractor remain

liable to pay

compensation if action

not taken under

clause 3 & 4

Clause 5 : In any case in which any of the powers conferred upon

the Executive Engineer by clause 3 an 4 here of shall exercised

the non-exercise thereof shall not constitute a waiving of any of the

conditions hereof and such powers shall notwithstanding be

exercisable in the event of any future case of default by the

contractor for which under any clauses hereof he is

have become exercisable and the same shall not have been

declared liable to pay compensation amounting to the whole of his

security deposit and additional security deposit and the liability of

the contractor for past and future compensation shall remain

unaffected in the event of the Executive Engineer taking action

under clause 3 be may iif he so desires take possession of all of

any tools, plant, materials and stores in or upon the work or the

site thereof or belonging to the contractor of procure by him and

intended to be used for the execution of the work or any part

thereof paying or allowing for the same in account at the contract

117

Signature of Contractor Signature of Purchaser

Power to take

possession of or

require

removal of or

sale

contractors

plant

rates or in the case of contract rates not being applicable at

current market rates to be certified by the Executive Engineer

whose certificate thereof shall be final. In the alternative the

Executive Engineer may after giving notice in writing to the

contractor or his clear of the work foreman or other authorized

agent require him to remove such tools & plant materials or stores

from the premises within a time to be specified in such notice and

in the

event of the contractor failing to comply with any such requisition

the Executive Engineer may remove them at the contractors

expense or sell them by auction or private sale on account of the

contractor and at his risk in all respects and the certificate of the

Executive Engineer as to the expense of any such removal and

the amount of the proceeds and expense of any such sale shall be

final and conclusive against the contractor.

Extension of

time

Clause 6: If contractor shall desire an extension of the time for

completion of work on the ground of his having been unavoidable

hindered in its execution or on any other ground he shall apply in

writing to the Executive Engineer before the expiration of the

period stipulated in tender on or before the expiration of 30 days

from the date on which he was hindered as aforesaid or on which

118

Signature of Contractor Signature of Purchaser

the cause for asking for extension occurred, whichever is earlier

and the Executive Engineer or in the opinion of Superintending

Engineer or Chief Engineer as the case may be if in his opinion

there were reasonable grounds for granting an extension grant

such extension as he thinks necessary or proper be decision of the

Executive Engineer / Superintending Engineer / Chief Engineer in

this matter shall be final.

Final certificate Clause 7 : On the completion of the work the contractor shall be

furnished with a certificate by the Executive Engineer ( hereinafter

called the Engineer-in-charge ) of such completion but so such

certificate shall be given or shall the work be considered to be

completed until the contractor shall have removed from the

premises on which the work shall have been executed all

scaffolding, surplus materials and rubbish and shall have cleaned

off the dirt from all wood work, door, windows , walls floor or their

parts of any building in or upon which the work has been executed

or of which he may have had possession for the purpose of

executing the work or until the work have been measured by the

Engineer-in charge or where the measurements have been taken

by his subordinates until they have received approval of the

Engineer – in – charge the said measurements being binding and

conclusive against the contractor. If the contractor shall fail to

comply with the requirements of this clause as to the removal of

scaffolding surplus materials and rubbish and cleaning of dirt on or

119

Signature of Contractor Signature of Purchaser

before the date fixed for the completion of the work the Engineer-

in-charge may at the expenses of the contractor, remove such

scaffolding surplus materials and rubbish and dispose off the same

as he thinks fit and clean off such dirt as aforesaid so incurred but

shall have no claim in respect of any such scaffolding or surplus

materials as aforesaid except for any sum actually realised by the

sale thereof.

Payment on

intermediate

certificate to

be regarded as

advances

Clause 8 : No payment shall be made for any work estimated to

cost less than rupees one thousand till after the whole of work

shall have been completed and a certificate of completion given.

But in the case of works estimated to cost more than rupees one

thousand the contractor shall on submitting a monthly part of the

work then approved and passed by the Engineer – in – charge

whose certificate of such approval and passing of the sum to

payable shall be final and conclusive against the contractor All

such intermediate payments shall be regarded as payments by

way of advance against the final payments only and not a

payments for work actually done and completed and shall not

preciude the Engineer-incharge from requiring any bad unsound

imperfect or unskillful work to be removed or taken away and

reconstructed or re-created nor shall any such payment be

considered as an admission of the due perforation of the contract

or any part thereof in any respect or the occurring of any claim nor

shall it conclude determine or effect in any other way the powers of

120

Signature of Contractor Signature of Purchaser

the Engineer-in-charge as to the final settlement of the accounts or

otherwise or in any other way very or affect the contract. The final

bill shall be submitted by the contractor within one month of the

date fixed for the completion of the work, otherwise the Engineer-

in-charges certificate of the measurements and of the total amount

payable for work shall be final and binding on all parties.

Payment at

reduced rates

on account of

items of work

accepted as

completed to

be at the

discretion of

the Engineer-incharge

Clause 9 : The rates for several items of work estimated to the

more than Rs. 1,000/- agreed to within, shall be valid only when

the item concerned is accepted as having been completed fully in

accordance with the sanctioned specifications. In cases where the

items of work are not accepted as so completed by the Engineer-

in – charge may make payment on account of such items at such

reduced rates as he may consider reasonable in the preparation of

final or on account bills

Bill in

quadruplicate

to be

submitted

monthly –

Measurement

Recording by

Engineer

Clause 10: A bill shall be submitted by the Contractor in each

month on or before the date fixed by the Engineer-in-charge for all

work executed in the previous month on the basis of

measurements recorded by the authorized Engineer of the

Purchaser.

The measurements for payments of running account bills shall be

taken by the authorized Engineer of the Purchaser in the presence

of contractor or his authorised representative and shall be

recorded in M.B. of corporation. Based on the above

121

Signature of Contractor Signature of Purchaser

measurements the contractor shall have to submit his R.A. bills in

the bill format.

Initial levels before starting of work / foundation levels / final

measurements shall be taken by authorised Engineer of Engineer-

in-charge in the presence of contractor or his authorized

representative and same shall be signed by the contractor in taken

of his acceptance.

Contractor shall employ a qualified Engineer as his authorised

representative to be present while taking measurements by

authorised Engineer of Corporation.

A bill shall be submitted by the contractor in each month or before

date fixed by the Engineer-in-charge for all work executed. As far

as possible the payment of the bills will be made monthly to the

extent of availability of funds for the work under this contract.

However, the payment of final bill will be made after :

i) Detailed scrutiny of the measurements and the acceptance of

the bill there after.

ii) The contractor produces the challan of having made the

payment into District Treasury in respect of all dues of VAT under

the Maharashtra VAT on transfer of goods involved in the

execution of works contract Act. 2005.

Bills to be on

printed forms

Clause 11: The contractor shall submit all bills on the printed forms

in the format approved by the Engineer in charge. The charges to

be made in the bills shall always be entered at the rates specified

122

Signature of Contractor Signature of Purchaser

in the tender. In the case of any extra work ordered in pursuance

of these conditions, and not mentioned or provided for in the

tender at the rates hereinafter provided for such work.

Stores supplied

by Corporation.

Clause 12: If the specification or estimate of the work provides for

the use of any special description of material to be supplied form

the store of the Purchaser or if it is required that the contractor

shall use certain stores to be provided by the Engineer in charge (

Such material and stores and the prices to be charged there for an

hereinafter mentioned being so far as practicable for the

convenience of the contractor but not so as in any way to control

the meaning or effect of this contract specified ion the schedule or

memorandum here to annexed. ) The contractor shall be supplied

with such materials and stores as may be required from time to

time to be sued by him for the purpose of the contract only and

value of the full quantity of the materials and stores so supplied

shall be set off or deducted from any sums then due or thereafter

to become due to the contractor under the contract or otherwise or

from the security deposit or he proceeds of sale thereof it the

security deposit or the proceeds of

sale thereof it the security deposit is held in Purchaser securities

the same or sufficient portion thereof shall in that case be sold for

the purpose. All materials supplied to the contractor shall remain

the absolute property of Purchaser and shall on no account be

removed from the sites of the work and shall at all times be open

123

Signature of Contractor Signature of Purchaser

for inspection by the Engineer-in-charge. Any such materials

unused and in perfectly good condition at the time of completion or

termination of the contract shall be returned to the Purchaser store

if the Engineer in charge so requires by a notice in writing given

under his hand but the contractor shall not be entitled to return any

such materials except with consent of the engineer in charge and

he shall have no claim for compensation on account of any such

material supplied to him as aforesaid but remaining unused by him

or for any wastage in or damage to any such material.

Clasue 12(A) : If all stores of controlled materials such as cement,

steel etc. supplied to the contractor by Purchaser should be kept

by the contractor under lock & key and will be accessible for

inspection by Executive Engineer, or his authorised agent at all the

times.

Works to be

executed in

accordance

with

specifications

drawings orders

etc.

Clause 13: The contractor shall execute the whole and every part of the

work in the most substantial and workman like manner and both as

regards materials and every other respect in strict accordance with

specifications. The contractor shall also conform exactly. fully and

faithfully to the designs, drawing and instructions in writings relating to

the work signed by the Engineer in charge and lodged in his office and to

which the contractor shall be entitle to have access for the purpose of

inspection at such office or on the site of the work during office hours the

contractor will be entitled to receive three sets of contract drawing and

tender along with the work order free of cost further copies of the

contract drawings and working drawing if required by him shall be

124

Signature of Contractor Signature of Purchaser

supplied at the rate of Rs. 100/- per working drawing except where

otherwise specified.

Alterations in

specifications

and designs

not to

invalidate

contracts.

Rates for works

not entered in

estimate or

schedule of

rates of the

Clause 14 : The Engineer in charge shall have power to make any

alterations in or additions to the original specifications. drawings

designs and instructions that may appear to him to be necessary

or advisable during the progress of the work and the contractor

shall be found to carry out the work in accordance with any

instructions in this connection which may be given to him in writing

signed by the Engineer in charge and such alteration shall not

invalidate the contract and any additional work which the

contractor may be directed to do in he manner above specified as

part of the work shall be carried out by the contractor on the same

conditions in all respects on which he agreed to do the main work

and at the same rates as are specified in the tender for the main

work. And if the additional and altered work included any class of

work for which no rate is specified in this contract then such class

of work shall be carried out at the rates entered in the schedule of

rates of the division or at the rates mutually agreed upon between

the Engineer-in-charge and the contractor which ever are lower. If

the additional or already work for which no rate is entered in the

Schedule of rates of the division is ordered to be carried out before

the rates are agreed upon then the contractor shall within seven

days of the date of receipt by him of the order to carry out the

work, inform the engineer in charge of the rate which it is his

125

Signature of Contractor Signature of Purchaser

districts

intention to charge for such class of work. And if the engineer in

charge dose not agree to this rate he shall by notice in writing be

at liberty to cancel his order to carry out such call of work and

arrange to carryout in such manner as he may consider advisable

provided always that if the contractor shall commence work or

incur

any expenditure in regard thereof before the rates shall have been

determined as lastly herein before mentioned then in such case he

shall only be entitled to be paid in respect of the work carried out

or expenditure incurred by him prior to the date of the

determination of the rate as aforesaid according to such rate of

rates as shall be fixed by the engineer in charge in the event of a

dispute, the decision of the Superintending Engineer of the circle

will be final.

Where however, the work is to be executed according to the

designs, drawings and specifications, recommended by the

contractor and accepted by the competent authority the alteration

above referred to shall be within the scope of such designs

drawings and specification appended to the tender.

The time limit for the completion of the work shall be extended in

the proportion that increase in its cost occasioned by alternations

or additions bears to the cost of the original contract work and the

certificate of the Engineer in charge as to such proportion shall be

conclusive. However

126

Signature of Contractor Signature of Purchaser

Extensions of

time in

consequence

of additions or

alterations.

such an extension will be governed by provisions of clause 6.

No claim to any

payment or

compensation

for alteration in

or restriction of

work.

Clause 15: I) If any time after the execution of the contract

documents the Engineers shall for any reason what so ever other

than default on the part of the contractor for which the Purchaser is

entitled to rescind the contract desires that the whole or any part of

the work specified in the tender should be suspended for any

period or that the whole or part of the work should not be carried

out at all he shall give to the contractor a notice. writing of such

desire

and upon the receipt of such notice contractor shall forthwith

suspend or stop the work wholly or in part as required after having

due regard to the appropriate stage at which the work should be

stopped or suspended so to cause any damage or injury to the

work already done o endanger the safety stopped or suspended

shall have no claim to any payment or compensation whatsoever

by reason of or in presence of an notice as aforesaid, on account

of any suspension, stoppage or curtailment except to the extent

specified hereinafter.

127

Signature of Contractor Signature of Purchaser

2) Where the total suspension of work ordered as aforesaid

continued for a continuous period exceeding 90 days the

contractor shall be at liberty to withdraw from the contractual

obligations under the contract so far as it pertains to the

unexecuted part of the work by giving a 10 days prior notice in

writing to the engineer within 30 days of the expiry of the said

period of 90 days of such intention and requiring the engineer to

record the final measurement of the work already done and to pay

final bill. Upon giving such notice the contractor shall be deeded to

have been discharged from his obligation to complete the

remaining unexecuted work under his contract. On receipt of such

notice the engineer shall proceed to complete the measurements

and make such payment as may be finally due to the contractor

within a period of 90 days from the receipt of such notice in

respect of the work already done by the contractor. Such payment

shall not in any manner prejudice the right of the contractor to any

further, compensation under the remaining provisions of this

clauses.

3) Where the Engineer required the contractor to suspend the

work for a period in excess of 30 days at any time or 60 days in

the aggregate the contractor shall be entitled to apply to the

Engineer within 30 days of the resumption of work after. Such

suspension for payment of compensation to the extent of

pecuniary loss suffered by him in respect of working machinery

128

Signature of Contractor Signature of Purchaser

remained idle on the site or on the account of his having and to

pay the salary or the wages of

labor engaged by him during the said period of suspension

provision always that the contractor shall not be entitled to any

claim in respect of any such working machinery, salary or wages

for the first 30 days whether consecutive or in aggregate of such

suspension or in or in respect of any suspension whatsoever

occasioned by unsatisfactory work or any other default on his part.

The decision of the Engineer in this regard shall be final &

conclusive against the contractor.

4) In the event of –

i) Any total stoppage of work on notice form the Engineer

under sub clause (1) in that behalf.

ii) Withdrawal by the contractor form the contractual obligation

to complete the remaining unexecuted work under sub

clause (2) on account of continued suspension of work

for a period exceeding 90 days.

OR

iii) Curtailment in the quantity of item or items originally

tendered on account of any alteration, omission or

substitution in the specification drawing, designs or

instruction under clause (14 (1) where such curtailment

excised 25 % in the quantity and the value of quantity

curtailed beyond 25% at the rates for the item specified

129

Signature of Contractor Signature of Purchaser

in the tender is more than Rs. 5000/-

It shall be open to the contractor within 90 days form the service of

(i) The notice of stoppage of work or (ii) The notice of withdrawal

form the contractual obligation under the contract on account of

the continued suspension of the work or (iii) Notice under clause

14 (1) resulting in such curtailment to produce the Engineer

satisfactory documentary evidence that he had purchased or

agreed to purchase material for use in the contracted work before

receipt by him of the notice of stoppage. suspension or curtailment

and required the Purchaser to take over on payment such material

at the rates determined by the Engineer, provided however such

rates shall in no case exceed the rates at which the same was

acquired by the contractor. The Purchaser shall thereafter take

over the materials, so offered are not in excess of the

requirements of the unexecuted work as specified in the accepted

tender and are of quality & specification approved by the Engineer.

No claim to

compensation

on account of

loss due to

delay in supply

of material by

corporation

Clause 15 A : The contractor shall not be entitled to claim any

compensation form Purchaser for the loss suffered by him on

account of delay by Purchaser in the supply of materials where

such

delay is caused by

i) Difficulties relating to the supply of railway wagons.

ii) Force- majeure

iii) Act of God

130

Signature of Contractor Signature of Purchaser

iv) Act of enemies of the state or any other reasonable cause

beyond the control of corporation.

In the case of such delay in the supply of materials. Purchaser

shall grant such extension of time for the completion of the work as

shall appear to the Executive Engineer to be reasonable in

accordance with the circumstances of the case. The decision of

the Executive Engineer as to the extension of the time shall be

accepted as final by the contractor & will be governed by the

provision of clause 6.

Time limit for

unforeseen

claims

Clause 16 : Under no circumstances whatever shall be contractor

be entitled to any compensation from Purchaser on any account

unless the contractor shall have submitted a claim in writing to the

Engineer-in-Charge within one month of the case of such claim

occurring.

Action &

Compensation

payable in

case of bad work

Clause 17: If any time before the security deposit or any part

thereof is refunded to the contractor it shall appear to the Engineer

– incharge of his subordinate in charge of the work work. That any

work has been executed with unsound, imperfect of unskillful

workmanship or with materials of inferior quality, of that materials

or articles provided by him for the execution of the work are

unsound. or of a quantity inferior to that contracted for, or are

otherwise not in accordance with the contract, it shall be lawful for

the Engines-in-charge to intimate this fact in writing to the

contractor and then notwithstanding the fact that the work,

131

Signature of Contractor Signature of Purchaser

materials or articles complained of may had been inadvertently

passed, certified and paid for the contractor shall be bound for with

to recite, or remove or reconstruct the work so specified in whole

or in part, as the case may or if so required shall remove the

materials or articles so specified and provided other proper and

suitable materials or articles at his own charge and cost and in the

event of his filing to do so within period to be specified by the

Engineer-in-charge in the written intimation aforesaid, the

contractor shall be liable to pay compensation at the rates of one

percent on the amount of estimate foe every day not exceeding 10

days, during which failure so continues and in the case of any

such failure the Engineer-in-charge may rectify of remove and re-

execute the work or remove and rejoice the materials or articles

complained of as the case may be at the risk and expense in all

respect of the contractor. Should the Engineer-in- charge consider

that any such inferior work or materials as described above may

be accepted or made use of it shall be within his direction to

accept the same at such reduced rates as he may fix therefore.

Work to be

open to

inspection.

Clause 18: All works under or in course of execution or executed

in pursuance of the contract shall at all times be open to the

inspection and supervision of the Engineer-incharge and his

subordinates and the contractor shall at all times during the usual

working hours and at all times at which reasonable notice of the

intention of the Engineer-in-charge and his subordinates to visit

132

Signature of Contractor Signature of Purchaser

Contractor or

responsible

agent to be

present.

the work shall have been given to the contractor either himself or

present to receive orders and instruction or have a responsible

agent duly accredited in writing present for that purpose. Orders

given to the contractors dully authorities agent shall be considered

to have the same force and effect as if they had been given to the

contractor himself.

Notice to be

given before

work is covered

up.

Clause 19 : The contractor shall give not less than five days notice

in writing to the Engineer-incharge or his subordination in charge

of the work before coving up to otherwise placing beyond the

reach of measurement an work in order that the same may be

measured and correct dimension thereof taken before the same is

so covered up or placed beyond the reach of measurements and

work shall not cover up or place beyond the reach of measurement

any work without its consent in writing of the Engineer-in-charge or

his subordinate in charge of the work and if any work shall covered

up or placed beyond the reach of measurement without such

notice having been given or consent obtained the same shall be

uncovered at the contractors expense & in default thereof no

payment or allowance shall be mad for such work or for the

materials with the same was executed.

Contractor

liable for

Clause 20 : If during the period of 12 months from the date of

completion as certified by the Engineer-in-charge pursuant to

133

Signature of Contractor Signature of Purchaser

damage done

and for

imperfections

for three

months after

certificate.

Clause-7 of the contract of 12 months attar commissioning the

work, whichever is earlier in the opinion of the Executing Engineer,

the said work is defective in any manner whatsoever the contractor

shall forthwith on receipt of notice in that behalf from the Executive

Engineer, duly commence execution and complete carry out at his

cost in cherry respect all the work that may be necessary for

rectifying & setting right the defects specified therein including

dismounting and reconstruction of unsafe portions strictly in

accordance with and in the manner prescribed and under the

supervision of the Execution Engineer. In the event of the

contractor failing or reflecting to commence execution of the said

reification work with in the period presented therefor in the said

notice and/or to complete the same as aforesaid as required by

the said notice, the Executive Engineer get the same executed

and carried out departmentally or by any other agency at the risk

on account and all the cost of the contractor. The contractor shall

forthwith on demand pay to the Purchaser the amount of such

costs, charges, and expenses sustained or incurred by the

Purchaser of which the certificate of Executive Engineer shall be

final and binding on the contract , such costs, charges and

expenses shall be deemed to be arrears of and revenue and on

the event of the contractor failing or neglecting to pay the same on

demand as aforesaid without prejudice to any other night and

remedies of the corporation, the same may be recovered from the

134

Signature of Contractor Signature of Purchaser

contractor as arrears of land revenues. The Purchaser shall also

be entitled to deduct the same form any account which may be

payable or which may thereafter become payable by the

Purchaser to the contractor either in respect of the said work or

any other work whatsoever or form the amount of security deposit

retained by Corporation.

Contractor to

supply plant,

ladders,

scaffolding etc

.And is liable for

damages

arising from non

provisions of

life fencing etc.

Clause 21 : The contractor shall supply at his own cost all

materials (expect such special materials. if any as may in

accordance with the contract be supplied from the Purchaser

stores) point, tools, appliance, implements, ladders carriage,

tackle, scaffolding and temporary work requisite for the proper

execution of the work, whether in the original, attired or subsisted

from and whether including in the specification of other documents

forming part of the contract or referred to in the side conditions or

not and which may be necessary for the purpose of satisfying or

complying with the requirement of the Engineer-in-charge as to

any matter as to which under conditions he is entitled to be

satisfied or which he is entitled to require together with the raring

there for to and from the work. The contractor shall also supply

without charge the requisite number of persons with the means

and materials necessary for the purpose of setting out works and

counting, weighting and assisting in the measurement or

examination at any time & from item to time of the work or the

materials, failing which the same may be provided by the

135

Signature of Contractor Signature of Purchaser

Engineer-in-charge at the expense of the contractor and the

expenses may be deducted from any money due to the contractor

under the contractor or from his security deposit or the proceed of

sale thereof a sufficient portion thereof. The contractor shall

provided all necessary fencing and lights required tap protect the

public from accident and shall also the bound to bear the

expenses of defensive of every suit, action or other legal

proceeding that may be brought beanie person for injures stained

owing too neglect of the above precautions and to pay any

damages and costs which may be awarded in any such suit, action

or proceedings to any such person or which may with the consent

of the contractor be aid for compromising any claim by any such

person.

Clause 21 (A) : The contractor shall provided scaffolds and

working platforms gangways and stairways and shall comply with

the following regulations in connection therewith.

a) Suitable scaffolds shall be provided for workmen for all work

that cannot be safety done from a ladder or by other means.

b) A scaffolds shall not be constructed taken down or substantially

altered expect.

i) under the supervision of a competent and responsible person

and

ii) as far as possible by competent workers possessing adequate

experience in this kind of work.

136

Signature of Contractor Signature of Purchaser

c) All scaffolds and appliances connected there with and all

ladders shall

i) be of sound material

ii) be of adequate strength having regard to the loads and strains

to which they will be subjected and

iii) the maintained in proper condition.

d) Scaffolds shall be so constructed that no part thereof can be

displaced in consequence of normal use.

e) Scaffolds shall not be over-loaded and so far as practicable the

load shall be evenly distributed.

f) Before installing lifting gear on scaffolds special precaution shall

be taken to ensure the strength and stability of the scaffold.

g) Scaffolds shall be periodically by the competent persons.

h) Before allowing a scaffold to be used by his workmen the

contractor shall whether the scaffold has been erected by his

workmen or not take steps to ensure that if complies fully with the

regulation here-in-specified.

i) Working platform, gangways, stairways shall) be so constructed

that no part thereof can sag unduly or unequally.

ii) be so constructed and maintained having regard to the prevailing

conditions as to reduce as far as practicable risks of persons and

stripping or slipping, and

iii) Be kept from form any unnecessary obstruction.

ii) In the case of working platforms, gangways, working place and

stairways at a height exceeding 3 meters.

137

Signature of Contractor Signature of Purchaser

i) Every working platform and every gangways shall be close boarded

unless other adequate measure are taken to ensure safety.

ii) Ever working platform and gangways shall have adequate width

and

iii) Every working platform, gangways, working place and stairway

shall be suitable fenced.

k) Every opening in the floor of a building or in a working platform

shall expect for the time and to extent required to allow the excess

of persons or the transport or shifting of material be provided with

suitable means to prevent the fall of persons or material.

l) When persons are employed on roof where three is a danger of

falling from a height exceeding 3 meters suitable precautions shall

be taken to prevent the fall persons of materials.

m) Suitable precautions shall be taken to prevent persons beings

struck by articles which might fall from scaffolds or other working

places.

n) Safe means of access shall be provided to all working platforms

& other working places.

o) The contractor(s) will to make payments to the laborers as per

Minimum Wages Act.

Clause 21 (B) The contractor shall company with the following

regulations as regards the Hoisting Appliances to be used by him.

a) Hoisting machines and tackle, including their attachments,

anchorage and support shall.

138

Signature of Contractor Signature of Purchaser

i) Be of good mechanical construction, sound material and

adequate strength and free from patent defect.

ii) Be kept in good repair and good working order.

b) Every rope used in hoisting or lowering materials or as a means

of suspension shall be of suitable quality and adequate strength

and free from patent defect.

c) Hoisting machines and tackle shall be examined and adequately

tested after erection on the site and before use and be re-

examined and in position at intervals to be prescribed by the

Corporation.

d) Every chain. ring . hook, shackle, swivel and pulley block used

in hoisting or lowering materials or as means of suspension shall

be periodically examined.

e) Every crane driver or hoisting appliance operator shall be

properly qualified.

f) No person who is below the age of 18 years shall be in control of

any hoisting machine, including any scaffold which or give signals

to the operator.

g) In case of every hoisting machine and of every chain, ring,

shackles, swivel, pulley bock used in hoisting or lowering or as a

means of suspension the safe working load shall be ascertained

by adequate means.

h) Every hoisting machine and all gear referred to in proceeding

regulation shall be plainly marked with the safe working load.

139

Signature of Contractor Signature of Purchaser

i) In case of a hoisting machine having a veritable safe working

load, each safe working load and the conditions under which it is

applicable shall be clearly indicated.

j) No part of any hoisting machine or of any gear referred to in

regulation (g) above shall be loaded beyond the safe working load

expect for the purpose of testing.

k) Moters, gearing, transmission, electric, wring and other

dangerous parts of hoisting appliances shall be provided with

efficient safeguards.

l) Hoisting appliances shall be provided with such means as will

reduce to minimum risk of the accidental descent of the load.

m) Adequate precaution shall be taken to reduce to a minimum the

risk at any part of suspended load becoming accidentally

displaces.

measures for

prevention of

fire

Clause 22 : The contractor shall not set fire to any standing jungle,

tress, brush wood or grass without attention point from the

Executive Engineer. When such permit is given and also in all

cases when destroying out or dug up tees. brushwood, grass etc.

by fire, the contractor shall take necessary measure to prevent

such fire spreading to or otherwise damaging surrounding

property. The contractor shall make his own arrangements for

dunking water for the labors employed by him.

Liability of

contract for

Clause 23 : Compensation for all damage done internationally or

unintentionally by contractors labor whether in or beyond the limits

140

Signature of Contractor Signature of Purchaser

any damage

done in or

outside work

area

of Purchaserproperty including any damage caused by the

spreading of fire mentioned in clause 22 shall be estimated by the

Engineer-in charge or such other officer as he may appoint and

the estimates of the Engineer-in-charge

subject to the decisions of the Superintending Engineer on apparel

shall be final and the contractor shall be bound to pay amount of

the assessed compensation on demand, falling which the same

will be recovered from the contractor as damages in the manner

prescribed in clause 1 or deducted by the Engineer-in-charge from

any sums that may be due or become from Purchaser to

contractor under this contract or otherwise.

The contractor shall bear the expenses of defending any action or

other legal proceeding that may be brought by any persons for

injury sustained by him owing to neglect of precautions to present

the spread of fire and shall pay any damages and cost that may be

awarded by the count in consequence

Employment of

female labour

Clause 24 : DELETED

Work on weekly

holidays

Clause 25 : No work shall be done on weekly local holidays

without the sanction in writing of the Engineer-in-charge.

Work not to

sublet.

contract may

Clause 26 : Contract shall not be assigned or subject without the

written approval of the Engineer-in-charge. And if the contractor

shall assign or subject his contract or attempt so to do or become

141

Signature of Contractor Signature of Purchaser

be rescinded

and security for

subletting it

without

approval of far

bribing a

corporation

officer or if

contractor

becomes

insolvent.

insolvent or commence any proceedings to get himself adjudicated

and insolvent or make any compositions with his creditors or

attempt so to do or it bribe , gratingly loan, perquisite reward of

advantage, pecuniary or otherwise shall either directly on indirectly

be given or promised or offered by the contractor or any of his

servants or agents to any Purchaser officer or person in the

employment of Purchaser in any way relating to his officer or

employment or if any such officer or person shall become in any

way directly or indirectly interested in the contract the Engineer-in-

charge may thereupon by notice in writing resin the contract any

the security, deposit and additional security deposit of the

contractor shall there upon stand forfeited and be absolutely at the

disposal of Purchaserand same consequences shall ensure as if

the contract had been rescinded under clause 3 here of and

addition the contractor shall not be entitle to recover or be paid for

any work therefore actually performed under the contract.

Sum payable by way of

Compensation to be

considered as

reasonable

compensation

without reference to

actual loss.

Clause 27 : All sum payable by a contractor by way of

compensation under any of these condition shall be considered as

a reasonable compensation to be applied to the use of Purchaser

without reference to the actual loss or damage sustained and

whether reference to the actual loss or damage sustained and

whether any damage has or not been sustained.

Changes in the Clause 28 : In the case of tender by the partners any change in the

142

Signature of Contractor Signature of Purchaser

constitution of firm to

be notified

constitution of a firm shall be forthwith notified by the contractor to

the Engineer-in-charge for his information.

Direction and

control of the

superintending

Engineer

Clause 29 : All work to be executed under the contract shall be

executed under the direction and subject to the approval in all

respects of the Superintending Engineer of the circle for the time

being who shall be entitled to direct at what point or point and in

what manner they are to be commenced and from time to time

carried out.

Clause 30.1 : Except where otherwise specified in contract and

subject to the powers delegated to him by Purchaserunder the

code, rules than the force the decision of Superintending Engineer

of the circle for the time being shall be final, conclusive and

binding or all parties of the contract upon all question relating to

the meaning of the specification, design, drawing and instructions

herein before mentioned and as to the quality or workmanship or

materials used on the work or as to any other question claim, right

matter or thing whatsoever if any arising out

or relating to the contract, designs, drawings specification estimate

instruction, orders or these condition or otherwise concerning the

works, or the execution or failure to execute same, whether

arising during the progress of work or after the completion or

abandonment thereof.

Clause 30.2 The contractor any within 30 days of receipt by him of

any order passed by the Superintending Engineer of the circle as

143

Signature of Contractor Signature of Purchaser

aforesaid appeal against it to the Chief Engineer concerned with

the contract work or project

provided that -

a) The accepted value of the contract exceeds Rs. 10 Lakhs ( Rs.

Ten Lakhs )

b) Amount of claim is not less than Rs. 1.00 Lakh ( Rs. One Lakh)

Clause 30.3 If the contractor is not satisfied with the order passed by

the chief Engineer as aforesaid the contractor may within 30 days of

receipt by him of any such order appeal against it to the Execute

Director Maharashtra Krishna Valley

Development PurchaserPune, who if convinced that primafacle the

contractor’s claim rejected by Superintending Engineer / Chief

Engineer is frivolous and that there is some substance in the claim of

contractor as would merit detailed

examination & decision by Executive Committee / standing

Committee shall put up the Executive Committee / standing

committee at / Purchaserlevel for suitable decision.

Stores of

European or

American

manufacturer

to be obtained

from

corporation

Clause 31 : The contractor shall obtain from the Purchaserstores

all stores and articles of European of American manufacture which

may be required for the work of any part thereof or in making up

any articles required there for / or in connection therewith unless

he has obtained permission in writing from Engineer –in-charge to

obtain such stores and articles elsewhere. The value of such

stores and articles may be supplied to the contractor by the

144

Signature of Contractor Signature of Purchaser

Engineer-in-charge will be debited to the contractor in his account

at the rates shown in the schedule, in form A

attached to the contract & if any are not entered in the said

schedule, they shall be debited to him at cost price which for the

purpose of this contract shall include the cost of carriage & other

expenses whatsoever which shall have been incurred in obtaining

delivery of the same at the stores aforesaid.

Lump sums in

Estimates

Clause 32 : When the estimate on which a tender is made includes

lump sum in respect of part of works the contractor shall be

entitled to payment in respect of the item of work involved or the

part of work in question at the same rates as are payable under

this contract for each item or if the part of work in question is not in

the opinion of the Engineer-in-charge capable measurement of

Engineer-in-charge may at his described any the lump sum

amount entered in the estimate and the certificate in writing of the

Engineer-incharge shall be final & conclusive against the

contractor with regard to any sum or sums payable to him under

the provisions of this clause.

Action where

no

specification

Clause 33 : In case of any class of work for which there is no such

specification as is mentioned in Rule 1 such work shall be carried

out in accordance with the divisional specifications and in the

event of there being no divisional

specification than in such case the work shall be carried out in all

respects in accordance with all instructions & requirements of the

145

Signature of Contractor Signature of Purchaser

Engineer-in charge.

Definition of

work

Clause 34 : The expression ‘work’ or ‘works’ where used in these

conditions shall unless there be something in the subject of

context repugnant to such construction be construed to mean the

work or works contracted to be executed under or in virtue of the

contract whether original, altered, substituted or additional.

Contractor’s

percentage

whether

applied to net

or gross

amount of bill

Clause 35 : The percentage referred to in the tender shall be

deducted from / added to the gross amount of the bill before

deducting the value of any stock issued.

Payment of

quarry fees and

royalties

Clause 36 : All quarry fees, royalties, octroi dues & ground rent for

stacking materials if any , should be paid by contractor. Amount of

royalties charges will be withheld from the respective R.A. bills and

payment will released on production of receipts of paid royalty

charges by the contractor.

Compensation

under

workmen’s

compensation

act.

Clause 37 : The contractor shall be responsible for & shall pay any

compensation to his workmen payable under the workmen’s

compensation Act 1923 ( VIII of 1923 ) ( there in after called the

said Act ) for injuries caused to the workmen if such compensation

is payable and or paid by Purchaser as principal under sub-

146

Signature of Contractor Signature of Purchaser

section(i) of section 12 of the said Act on behalf of the contractor it

shall be recoverable by Purchaser from the contractor under sub-

section(2) of the said section such compensation shall be

recovered in the manner laid down in clause 1 above.

Clause 37(A) : The contractor shall be responsible for and shall pay

the expenses to providing medical aid to any workmen who may

suffer a bodily injury as a result of an accident. If such expenses are

incurred by Purchaser the same shall be recoverable from contractor

forthwith and be deducted without prejudice to any other remedy of

Purchaser from any amount due or that may become due to the

contractor.

Clause 37 (B) : The contractor shall provide all necessary personal

safety equipment and list and apparatus available for the use of

the persons employed on the site & shall maintain the same in

condition suitable for immediate use

at any time & shall comply with the following regulation in

connection therewith. a) The worker’s shall be required to use the

equipments so provided by the contractor & contractor shall take

adequate steps to ensure proper use of equipment by those

concerned. b) When work is carried on in proximity to any place

where there is a risk of drawing all

necessary equipment shall be provided & kept ready for use & all

147

Signature of Contractor Signature of Purchaser

necessary steps shall be taken for prompt rescue of any person in

danger. C) Adequate provision shall be made for prompt first aid

treatment of all injuries likely to be sustained during the course of

the work.

Clause 37 (C) : The contractor shall duly comply with the provision

of apprentices Act 1961 ( III of 1961 ) the rules made thereunder &

orders that may be issued from time to time under the said Act &

the said Rules & on his failure or neglect to do so he shall be

subject to all the liabilities & penalties provided by the said Act &

said Rules.

Claim for

quantities

entered in the

tender or

estimates.

Clause 38: 1) Quantities shown in the tender are approximate and

no claim shall be entertained for quantities of work executed being

either more or less than those entered in the tender or estimates.

2) Quantities in respect of the several items shown in the Schedule

“B” , Part I of the tender are approximate and no revision in the

tendered rates shall be permitted in respect of any of items so long

as subject to any special provision

constrained in the specification prescribing different percentage of

permissible variation the quantity of the item does not exceeds the

tender quantity by more than 25 percent and so long as the value

of the excess quantity beyond this limit at the rate of the item

148

Signature of Contractor Signature of Purchaser

specified in the tender is not more than Rs. 5,000/-

3) The contractor shall if ordered in writing by the Engineer so to

do, also carry out any quantities in excess of the limit mentioned in

sub clause (2) here of on the same condition as and in accordance

with the specification in the tender and at the rates (i) derived from

the rates entered in the current schedule of rates and in the

absence of such rate (ii) at the rate prevailing in the market. The

rate shall be revised with reference to current DSR prevalent at

that time on year to year basis or revised in accordance with

mutual agreement there on whichever is less.

4) In case the quantity of any item reduces by more than 25% the

rates of such item shall be revised as per provisions of sub clause

3 of clause 38. However the total payment of such item shall be

limited to seventy five percent of estimated cost of that item put to

tender.

5) The provisions of this clause will not be applicable to the

additional anticipated items in Schedule-‘B’, Part – II.

Employment of

famine labour

etc

Clause 39 : The contractor shall employ any famine, convict of

other labour of a particular kind or class if ordered in waiting labour

etc. to do so by the Engineer-in-charge

Claim for Clause 40 : No compensation shall be allowed for any delay

149

Signature of Contractor Signature of Purchaser

compensation

for delay starting the

work

caused in the starting of the work on account of acquisition of land

or in the case of clearance work on account of delay in according

to sanction of estimates.

Claim for

compensation

for delay in

execution of

work

Clause 41 : No compensation shall be allowed for any delay in the

execution of the work on account of water standing on borrow. pits or

compartments. The rates are inclusive for hard or cracked soil,

excavation in mud sub-soil water or water standing in barrow pits and

no claim for an extra rates shall be entertained unless otherwise

expressly specified.

Entering upon

or

commencing

any portion of

work

Clause 42 : The contractor shall be enter upon or commence any

portion of work expected with the written authority and instruction

of the Engineer-in-charge or of his subordinate in charge of the

work failing such authority the contractors shall have no claim to

ask for measurement of or payment of work.

Minimum age

of person

employed, the

employment of

donkeys and or

other animals.

Clause 43 : i) No contractors shall employ any person who is

under the age of 14 years.

ii) No contractors shall employ donkeys or other animals with

breaching of string or then rope. The breaching must be at least

there inches wide 3 and should be of tape ( Nawar )

iii) The Engineer –in-charge or his Agent is authorised to remove

from the work any persons of animal found working which does not

satisfy these conditions and no responsibility shall be accepted by

Purchaserfor any delay caused in completion of the work by such

removal.

150

Signature of Contractor Signature of Purchaser

iv) The contractors shall pay fair and reasonable wages to the

workmen employed by him, in the contract undertaken by him in

the event of any dispute arising between the contractor and his

workmen on the grounds that the wages paid are not fair and

reasonable the dispute shall be referred without delay to the

Executive Engineer shall be conclusive and binding on the

contractors but such decision shall not in any effect the conditions

in the sanctioned tender rates.

v) Contractors shall provide drinking water facilities to the workers

similar amenities shall be provided to the workers engaged on

large work in urban areas.

vi) The contractor should take precaution against accidents which

take place on account of labour using loose garments while

working near machinery.

Method of

payment

Clause 44: Payment to contractors shall be made by cheque

provided the amount exceeds Rs. 500/- Amounts not exceeding

Rs. 500/- will be paid in cash.

Acceptance of

condition compulsory

Before tendering the

work

Clause 45 : Any contractors who does not accept these conditions

shall not be allowed to tender for works.

Employment of

scarcity labour

Clause 46 : If Government declares a state of scarcity or famine to

visit in any village situated within 16 km of the work the contractors

shall employ upon such parts of the works as are suitable for

151

Signature of Contractor Signature of Purchaser

unskilled labour any persons certified to him to him by Executive

Engineer may have delegated this duty in writing to be in need of

relief and shall be bound to pay to such persons wages not below

the minimum which Government may have fixed in this behalf. Any

disputes which may arise in connection with the implementation of

this clause shall be decided by the Executive Engineer whose

decisions shall be final and binding on contractors.

Clause 47 : The price quoted by the contractors shall not in any

case exceed the control price. If any fixed by Government or

reasonable price which it is permissible for him to charge a private

purchaser for the same class and description the controlled price

or the price permissible exceed the controlled price or the price

permissible under Hoarding and Profiteering ordinance, 1948 as

amended from times to time. if the price quoted exceed the

controlled price or the price permissible under hoarding and

profiteering prevention ordinance the contractors will specifically

mention this fact in this tender along with the reasons for quoted

such higher price. The purchaser at his description will in such

case exercise the right of revising the price at any stages so as to

conform with the controlled price as permissible under the

Hoarding and prevention ordinance This discretion will be

exercised without prejudice to any other action that may be taken

against the contractor.

Clause 48 : The rates to be quoted by the contractors must be

152

Signature of Contractor Signature of Purchaser

inclusive of states Tax No. extra payment on this account will be

made to the contractor.

Surplus material Clause 49 : In the case if materials may remain surplus with the

contractors from those issued for the work contracted for the date

of ascertainment of the materials being surplus will be taken as the

date of the sale for the purpose of sales tax and the sales tax will

be recovered on such sales.

Employment of

local labour

Clause 50 : The contractor shall employ the unskilled labour to be

employed by him on the said work only from locally available

labours and shall give performance to those persons enrolled

under Maharashtra Government Employment and self

Employment department’s scheme.

Provided, however, that if the required unskilled labours are not

available locally the contractor shall in the first instance employ

such number of persons as is available and there after may with

previous permission in writing fo the Executive Engineer in charge

of the said work of in the rest of requirement of unskilled the labour

from outside the above scheme. Charge of the said work obtain

the rest of the requirement of unskilled labour from outside the

above scheme.

Wages as per

minimum

wages Act 1948

Clause 51 : Wages to be paid to the skilled and unskilled labours

engaged by the contractors. the contractors shall any the labours

skills according to the wages prescribed by the Minimum wages

Act of 1948 applicable to the area in which the work of the

153

Signature of Contractor Signature of Purchaser

contractors is located.

Hiring of

Machinery

Clause 52 : All amounts whatsoever which the contractor is liable

to pay to the Purchaser in connection with the execution of the

work including the amount payable in respect of (i) materials and /

or stores supplied / issued

hereunder by the Purchaser to the contractor ii ) hire charges in

respect of heavy plant machinery and equipment given on hire by

the Purchaserto the contractor for execution by him of the work

and / or on which advances have been given by the Purchaser it

the contractor shall be deemed to be arrears of the Land Revenue

and the Purchaser any without prejudice to and other right and

remedies of the Purchaser recover the same from contractor as

arrears of revenue.

Maharashtra

Contract

Labour (Rules

1977)

Clause 53 : The contractor shall duly comply with all the previsions

of the contract labour ( Regulation and Abolition ) Act 197 ( 37 of

1970 ) and the Maharashtra contract labour ( Regulation and

Abolition ) Rules 1971 as amend from time to time and all other

relevant status and statuary provisions conceding payment of

wages particularly to workmen employed by the contractor and

working on the site of the work in particular contractor shall pay

wages to each worker employed by him on the site of the work at

the rates prescribed under the Maharashtra contract labour (

Regulation and Abolition ) Rule 1971.1 if the contractor fails or

neglect to pay wages as the said rates or makes short payment

154

Signature of Contractor Signature of Purchaser

and the Purchaser makes such payment of wages in full or part

thereof less paid by the Corporation

to such workers shall be deemed to the arrears of Lands Revenue

and the Purchaser shall be entitled to recover the same as such

from the contractors or deduct the same from the amount payable

by the Purchaser to the contractor hereunder or from any other

amounts payable to him by the Corporation.

MVAT Tax Clause 54 : The contractor shall duly comply with all the provisions

of the Maharashtra state tax on he professions and tenders

callings and employment act 1975 ( See Rule 3(2). The contractor

shall obtain certificate of registration clearance certificates and

when demanded.

Maharashtra

Professional Tax

Clause 55 : The contractor shall duly comply with all the provisions

of the Maharashtra Value Added Tax Act 2005 rule 58 on the

transfer of goods involved in the execution of work contracts. As

per the Maharashtra value Added Tax on the transfer of property

in goods involved in the execution of works contracts of the

contract rules, the amount of tax deducted at source is 2% in

respect of contractor registered under VAT ACT 2005 and 4% in

respect of contractors not registered under VAT Act 2005 from

every payment made towards such contracts where the aggregate

amount payable is more than Rs. 50,000/- during one year.

Fuel

arrangement

Clause 56: The contractor shall make arrangement to supply fuel

for domestic use to all the labours engaged on site and prvent the

155

Signature of Contractor Signature of Purchaser

for labours of

contractors

labour from cutting trees fro the purpose of fuel. If the contractors

labour found to cut the trees the contractor shall be held

responsible for the same and shall be punished as per the

provision in forest conservation Act – 1980.

156

Signature of Contractor Signature of Purchaser

SECTION – V

SPECIAL CONDITIONS OF

CONTRACT

157

Signature of Contractor Signature of Purchaser

SECTION V

SPECIAL CONDITIONS OF CONTRACT

1.0 Contractor to inform himself fully:

The contractor shall be deemed to have carefully examined the work and site

conditions, the special conditions, the specifications, schedules and drawings

and shall be deemed to have visited the work site, his own quarries for rubble

and sand and to have fully informed himself regarding the availability of

construction materials, local conditions, ancillary works required to be done etc.

before quoting the offer.

The contractor has to ascertain and satisfy himself regarding the lead involved

for the material required for the work. The offer quoted by him shall include the

cost of this component. So that no extra lead charges will be claimed by him

during execution of work.

This will be applicable in the case of items and specifications of works where the

cost of lead is involved for the materials brought by the contractor.

If he shall have any doubts as to the meaning of any portion of the special

conditions or the scope of work or the specifications or any other matter

concerning he contract, he shall in good time, set forth the particulars thereof and

submit them to the Engineer-in-charge. The Engineer-in-charge generally means

the Executive Engineer directly in charge of the work, but also means

the Superintending Engineer, Chief Engineer of Purchaser, for exercising powers

under this contract.

2.0 Contract Drawings and Specifications:

158

Signature of Contractor Signature of Purchaser

2.1 On acceptance of the tender, three sets of contract drawings and working

drawings as well as one certified copy of the accepted tender will be

supplied to the contractor free of charge within one week. on request by

the contractor and at the discretion of Engineer incharge.

the contractor may be supplied additional copies of contract documents to

be charged at the rate of Rs. 1500/- ( Rs. One thousand five hundred only

) per set.

2.2 The drawings which from part of this contract show the works to be done

in such details as possible to do for the present. They will be

supplemented or superseded by such additional detailed drawings as may

be necessary as the work progress. The contractor shall carry out the

work in accordance with these additional and . or revised drawings as the

case nay be at the applicable rates as per the contract. The contractor

shall be supplied a maximum number of three copies of each of the such

working drawings free of charge. Should the contractor require any

additional copy for his use, the me may be supplied at the discretion of

Engineer-in-chare and the contractor will be charged Rs. 500/- per set of

contract drawings and Rs. 100/- for each of such additional copy of each

drawing.

2.3 The contractor shall check all drawings carefully and intimated the

Engineer-in-charge immediately any errors or omissions discovered. The

contractor shall not take advantage of any kind of errors or omissions in

the drawings supplied.

3.0 Data and Drawings to be furnished by the Contractor:

159

Signature of Contractor Signature of Purchaser

A) Prior to the commencement of the work the contractor shall submit to the

Engineer-in-charge for approval, drawings or prints on white ammonia

paper of size 1020 mm x 690 mm or 510 mm x 345 mm as may be

suitable in triplicate showing, the location of major plant workshop, if any,

roadways, temporary bridges, unloading facilities and storage yards, etc.

which he proposes to put up at the site.

B) Then contractor shall submit to the Engineer-in-charge for approval within

one month from the date of his receiving notice to start work a layout plan

of construction plant and equipment for the execution of the work which

the contractor proposes to adopt at site.

C) Any changes in the approved layout will be subject to further approval.

D) The approval of the drawings, however, will not relieve the contractor of

his responsibility from any errors or omissions.

4.0 Errors, Omissions, Discrepancies:

A) In case of errors, omissions and / or disagreement between written and

scaled dimensions on the drawings or between the drawings and

specifications, the following orders of preference shall apply.

• between actual scaled and written dimensions or description on

drawing and corresponding one in the specification, the latter shall

be adopted.

• between the quantities in the schedule of quantities and those

arrived at from the drawings, the former shall apply.

160

Signature of Contractor Signature of Purchaser

• Between the written description of the item in the schedule of

quantities and the detailed specifications of the same item the

latter shall be adopted.

B) The information in connection with the works and work site as well as

specifications are contained in this book of contract in general and in

particular in two parts, viz, special conditions and specifications for item of

work in case of any discrepancy or repugnancy in the clauses in these

sections, the specifications will prevail over special conditions.

C) The special conditions of contract and the specifications shall prevail over

various clauses of B-1 tender form.

D) In all cases of omissions and / or doubts or discrepancies, in the

dimensions or description of any item, a reference shall be made to the

Engineer-in-charge whose elucidation, elaboration or decision shall be

considered as authentic and final subject to he Clause 30.1 of B-1 Form.

The contractor shall be held responsible for any errors that may occur in

the work through lack of such reference and precaution.

5.0 Use of site :

A) All land required shall be arranged by the contractor from private land

owner / Revenue department at his own cost and no claim on this account

shall be entertained.

B) All areas of operation, including those of his staff and labour colonies, in

case handed over to the Contractor shall be cleared and handed over

back in good condition to the Engineer-in-charge, except the areas under

works constructed from the Engineer-in-charge. The contractor shall make

161

Signature of Contractor Signature of Purchaser

good, to the satisfaction of the Engineer-incharge any damage or

alterations made to areas which he has to hand over back or to other

property or land handed over to him for the purpose of this work.

C) The lands shall as herein before mentioned, be handed over back to the

Engineer-in-Charge within three months after the completion of the work

under this contract or the termination of the contract whichever is earlier.

Also no land shall be held by the contractor longer than the Engineer-in-

charge shall deem necessary and the Contractor shall on due notice by

the Engineer-in-charge vacate and return the land which the Engineer-in-

charge may certify as no longer required by the contractor for the purpose

of the works. In case the lands are not handed over back to the Purchaser

within the time limit,

specified above, penal rent as may be decided by the Engineer-in-charge

will be recoverable.

D) If the vegetation and forest is noticeable in project area. The contractor

should take utmost care for the preservation of this vegetation and forest.

Any damage in this variation and forest will have to be compensated by

the contractor and decision from Engineer-in-charge will be final and

binding on contractor.

6.0 Contractor Not To Dispose Off Soil etc.:

The contractor shall not sell or otherwise dispose off or remove exert for the

purpose of this contract, sand stone, clay, battiest, earth rock or other substance

of materials which may be obtained from the excavation made for the purpose of

these contract or any produce from the site. All such substance, materials and

162

Signature of Contractor Signature of Purchaser

produces shall be the property of Purchaser and shall be disposed off in a

manner and at a poach shown in the drawings or as and where the Engineer-in-

charge may direct.

7.0 Gold/Silver, Minerals, Oils, Relics, etc found on the site. :

All gold, silver, oil or other minerals of any description and all precious stones,

coins treasure, relic, antiquities and other similar things which shall be found in or

upon the site, shall be property of Government and the Contractor shall duly

preserve the same to the satisfaction of the Engineer-in-charge and shall from

time to time, delive the same to such person or persons as the Engineer-in-

charge may appoint.

8.0 Access to site and work and Co-operation with other contractors:

The Engineer-in-charge may, if he considers fit, form time to time, enter on any

lands which may be in the possession of the Contractor under the contract for the

purpose of exciting any works not included in the contract and may execute such

works not included in this contract by agents or by other contractors at his option

and the contractor shall in accordance with the requirements of Engineer-in-

charge afford all reasonable facilities for execution of he works, including

occupation of lands by structures or otherwise to any other contractor employed

by the Purchaser and his workmen or for he workmen of the Purchaser who may

be employed in the execution on or near the site of work not included in the

contract, or of any contract in connection with or specially to the works and in

default, the contractor shall be liable to the Purchaser for any delay or

experiences incurred by reason of such defaults. The contractor shall not

however, on account of any such modified, new or extra work executed by or for

163

Signature of Contractor Signature of Purchaser

the same of the Purchaser be entitled to claim relief from the obligation to

execute the works. The contractor shall also Co-operate with other contractors

with all fairness and mutual understanding and use the common facilities like

access roads to quarries, whether supply arrangements, etc.

The contract shall also not cause adversely or inadvertently and obstruction or

impediments in the progress of the progress of the other works beings executed

by Purchaser or through other agencies, In the event of dispute regarding the

claim, the responsibility, liabilities etc. in respect of such facilities, the decision of

he Engineer-in-charge shall be final.

9.0 Cleaning up :

a) The contractor shall at all times keep the construction areas and his

colony and storage free from accumulation of waste or rejected materials.

b) Prior to the complain of the work, the contractor shall remove all rubbish

from and around the premises and all tools, scaffolding equipment, and

materials which are not part of permanent structures except otherwise

asked for or as provided under any other clauses of this contract, the

premises will be left in a manner fully satisfactory to the Engineer-in-

charge.

10.0 Layout of construction roads :

The contractor shall have to submit detailed plan to the Engineer-in-charge.

Showing the layout of the work site, roads and approach roads proposed by him

before he start the actual work such a road layout plan will be scrutinized by the

Engineer in- charge and any modifications suggested by him will be binding on

the contractor if it is decided by the Engineer-incharge to have some of the roads

164

Signature of Contractor Signature of Purchaser

pressed by the contractor as common roads for common use for Purchaser and

other contractors or convenient and for compact, and planned layout of work site,

the contractor will be bound to construct them and allow them to be used

simultaneously by other contractors and departments. In case of disputes, the

decision of the Engineer-incharge shall be final and binding on the contractor.

11.0 Period and hours of work :

The work shall be done usually during the day time, in the interest of progress if it

is felt necessary to work during night, the contractor shall obtain specific

permission of the Engineer-incharge. If the work is to be done at night, prior

permission of Engineer-in-charge should be obtained and adequate lighting

arrangement shall be made as directed by the Engineer-incharge.

12.0 Signing Field Books, Longitudinal Sections, Cross Sections and

Measurement Books:

12.1 Before starting the work, and at the end before the work is covered, levels

for plotting the longitudinal section (along the axis as decided by the

Engineer-in-charge or his authorised representative) and cross sections of

the proton of the work shall be taken by the authorised Engineer of the

contractor in the presence of the Engineer-in-charge

or his duly arthorised representative and the same shall have to be got

attested form the Engineer-in-charge or his representative in the

authorised books shall be final and finding on the contractor. For this

purpose, suitable date or date shall be fixed by the Engineer-in-charge

and intimated to the contractor at least three days in advance, if the

contractor or his duly authorised agent fails to attend on the appointed

165

Signature of Contractor Signature of Purchaser

date or dates, the levels will be taken on such alignment and cross

sections as will be useful for reference permanently and described under

specifications for ‘Excavation’. The point of locations for the level will

depend upon the roughness of the area and will also be at last in

conformity with the requirements for specifications for ‘Excavation’ as far

as possible.

13.0 Programme of Construction:

Work and Progress Schedules:

The contraction programme is given in Annex ‘A’ to Section 1 – Detailed Tender

Notice of tender document based on which the physical programme is prepared.

If the tenderer dose not agree with this programme, he shall submit his own

programme without snagging total period of tender along with tender documents

inclusive of the physical programme as stated above, subject to the provision that

50% of the work shall be completed in 50% of the contract period.

In case it is subsequently found necessary to alter his programme agree in

contract document including the changes in the sequence of the items, the

contractor shall submit in good time a revised programme incorporating

necessary modification proposed and get the same approved form the Engineer-

incharge.

The submission of the works programme and approval to it by the Engineer-in-

charge shall not relieve the contractor of any of his duties or responsibilities

166

Signature of Contractor Signature of Purchaser

under the contractor, like timely completion, the damages due to fold or other

natural calamities etc. The contractor shall not be entitled for any claims for any

damages caused due to particular work programme. It is the entire responsibility

of he contractor to frame the programme after anticipating the rains, floods, etc.

Actual work turned out shall be mainly taken into account and not just the sum

total of the various payment s made to the contractor.

The advance on the material brought to the site of work will be accounted for

while arriving at the progress achieved by the contractor in terms of proportion of

the total work tendered for.

14.0 Materials :

a) Cement

The cement shall conform to I.S.269-1967 and subsequent revision for

Portland Cement and I.S 1489-1976 and subsequent revisions for

Pozollana cement.

All cement required for the work under this contract (If work cost is more

than Rs. 100 lakhs) shall be procured, well in advance by the contractor in

polyphone bags to twenty to a metric ton as received from the cement

actuaries. The cement bags shall be branded by words’ GOVERNMENT

OF MAHARASHTRA’ with 80 mm high and 15 mm thin letters on one side

of the beg. The contractor shall be writer application collect the

authorization letter indicating contract number quantity of cement from the

contractor intends to purpose the cement to brand the cement bags as

stipulated above.

167

Signature of Contractor Signature of Purchaser

The contractor shall produce proof of purpose of cement form the cement

form the cement factories the purpose bill supported by Delivery Challan

and Excise Gate Pass shall constitute adequate proof of purchase.

Cement shall be stored in such a way as to allow the removal and use of

cement in chronological order of receipt i.e. first received being first used.

Cement shall be kept in a store under double locking arrangement (one

lock to be operated by contractor and second lock to be operated by the

authorised person of Purchaser) so that it can be taken out or fresh stock

admitted with the knowledge of supervising staff of the Purchaser. The

watch and word of the cement stores shall be the responsibility of the

contractor.

In the event of cement in branded bags remaining surplus due to

authorised reduction in quantity of work certified by the Engineer-in-

charge and as noticed after the issue of completion certificate, the

contractor may chose either of the following three alternative.

1 To transfer the cement in branded bags, with prior written

permission from the Engineer-in-charge. to any of the contract

work with the Purchaser and account for the same therein.

2 To sell the cement in branded bags with prior written permission

from the Engineer-in-charge to any of the contractors carrying out

the works on contract with the Purchaser at a price to be

negotiated by both the contract account for the same.

3 To sell the cement in branded bags with prior written permission

from the Engineer-in-charge to the Purchaser at the Ex-factory

168

Signature of Contractor Signature of Purchaser

price = Sales tax + Octroi, if any + delivery at Purchaser go down

as directed by the Purchaser. If the purchases price paid by the

contractor plus delivery at Purchaser go down is the above, the

lower of the two shall be considered. The Purchaser will accept the

cement in branded bags only if the same is as per the

specifications and of acceptable quality.

For works costing less than Rs. 100 lakhs, cement shall be

supplied by Purchaser at the rtes and place of delivery as specified

in schedule ‘A’

15.0 Laboratory for testing work :

Whenever the testing of materials concert maxis, motor and also of foundations

of completed works are equipped as per the detailed specifications or otherwise

required by the Engineer-incharge at Contractor’s cost and the results given by

this laboratory shall be considered correct and authentic by the contract.

The materials, mixes and any other arrangements, including laboures, shall be

supplied by the contractor to the Purchaser free of cost. the samples for testing

shall be taken in the presence of Engineer-in-charge or his representative

present on site.

The Contractor or his authorised representative shall have a free access in these

laboratories, to get himself satisfied about procedures of testing etc. Even if the

contractor or his representative fails to remain present which collecting samples

or testing the result will be considered as authentic and binding on the contractor.

16.0 Hire of Construction Equipment’s: (Not Applicable)

169

Signature of Contractor Signature of Purchaser

Construction equipment owned by the Purchaser, if available and can given on

hire conveniently, will be made available on specific request to the contractor at

rates that will be prescribed by Purchaser form time to time. Supervision charges

will also be levied as prescribed by the Purchaser. and shall agree to the specific

rates of hire and supervision charges in force on the day of transaction in writing

before machinery in taken out of the Purchaser’s yard by him. The contractor

shall pay irrevocable bank guarantee for a value equal to 25% of the cost of the

similar new machinery; for a period equal to period of hire plus three months.

Some such items of equipment are indicated below.

Rated Equipment

i) Tankers

ii) Diesel road rollers

iii) Tippers

iv) Dozers

v) Loader

vi) Seismopactor

The machinery shall be entirely in the custody of the Purchaser. It shall be issued

to the contractor at the yard where they are stationed. The machinery will not be

allowed to level the work area on any account. All machinery so hired will be

entirely operated and maintained by the Purchaser in consideration of the hire

charges to be paid by the contractor.

If an equipment is to be used in excess of 8 (eight) hours per day, permission of

the Engineer-in-charge shall be obtained in advance.

170

Signature of Contractor Signature of Purchaser

Reckoning of working hours will start from the time the machinery leaves

Purchaser yard, where it has to return to it daily, and in other cases when the

machinery actually states working. Cosign time of working will be when it returns

to the Purchaser yard or actually ceases working for the day, respectively.

Log books shall be maintained by the Engineer or his authorized representative

for each piece of equipment in the form laid down by the engineer. The

Contractor or his duly authorized agent shall verify and sign in the log book or on

the machinery duly slip in lieu thereof, daily. If the contractor’s representative fails

to sign the log book, the entries made by the Purchaser's representative shall be

binding on the contractor. Any complaint or representation regarding the

recorded working hours must be submitted in writing with 24(twenty four) hours

of the close of the shift. The Engineer’s decision regarding such disputes

pertaining to working hours shall be final and binding on the Contractor.

complaints or representations made after lapse of 24 (twenty four) hours limit

shall not be considered. The log nooks shall form the basis for raising debits

against the Contractor.

All expenses in respect of oil, fuel, grease, cotton waste etc. shall be borne by

the Purchaser. Crew for operating the equipment shall be provided by the

Purchaser.

All minor and major repairs shall be carried out by the Purchaser, to keep the

equipment in working condition. However in case of any breakage, damages,

slips etc. which may occur due to the negligence of contractors labour,

equipment or staff or by reason, for which Purchaser personnel are not

responsible the cost of such damages shall be recovered from the contractor.

171

Signature of Contractor Signature of Purchaser

The decision regarding fixing of responsibility for any damages shall rest with the

Engineer-in-charge and decision given by him shall be binding on the Contractor.

Equipment shall be given on hire only when these can be spared. No claim on

account of sickness or non availability of machinery shall be entertained.

In case of damage to the equipment during haulage to site of work from

Purchaser stores or serving yard, full cost of repairs shall be recovered from the

contractor

when damage is due to rough handling. That damage to trucks/tippers due to

bad haulage roads will also be recovered from the contractor. Decision of the

Engineer-in-charge regarding of repairs and cause of damage shall be final and

binding on the contractor.

A truck, tipper, tanker and any other equipment may be hired for a single day at a

time and the minimum charges to be levied will be 8 (eight) hours plus mileage or

for 8 (eight) hours when mileage is not applicable.

Compressor and concrete mixers shall not be hired or less than a day time and

minimum charges for hire will be that for four hours per day. Crusher shall not be

hired for a period less than a moth at a time. the minimum charges for hire will be

those for 25 (twenty five) days and 8 (eight) hours per day.

17.0 Bills and payments :

1) One running payments in a month is permitted. First bill shall be submitted

by the contractor by 10th day of the month, Payment of this bill shall be

effected as stated in clause 10 to B-1 form. Non-submission of the bills on

the schedule dates will absolve the Purchaser of the liability to make

payment.

172

Signature of Contractor Signature of Purchaser

2) The format of running bill on which the bills are be submitted by the

contractor will be supplied to the contractor by the Purchaser. Printed

copes of the bill forms as per this format shall be arranged by the contract

at his cost. The bills in five copies shall be submitted to the

concerned Deputy Engineer, in the standard Proforma only.

3) The final bill shall be submitted within one month of the date issues of

completion certificate.

18.0 Security Deposit : ( Not Applicable)

The security deposit accumulated from deductions from the running account bills

may from time and at any time on application by and at the cost of the Contractor

be covered into interest bearing Purchaser securities approved by and in the

name of the Purchaser. Should the market value of the securities fall for any

reasons whatsoever below that specified, the contractor shall make good the

same in cash or as may otherwise b acceptable wherever called upon to do so or

to replace the security by other acceptable to the Engineer-incharge.

The contractor shall bear all charges for commission and brokerage incidents the

purchases , safe custody withdrawal and collection of interest on these

securities.

19.0 No interest on money due to the contractor :

No omission by the Engineer to pay the amount due upon measurements of

otherwise shall vitiate or make void the contract nor shall the contractor be

entitled to interest on any guarantee bond or payment in arrears nor on any

balance which may on the final settlement of his account be found due to him.

20.0 Other Contractor for the work :

173

Signature of Contractor Signature of Purchaser

Purchaser has the right to split-up the project work detailed in the work and site

conditions, into distinct items and this contract shall apply only to those items

which shall have been specified in this contract.

Should Purchaser enter into other contractors for specified items of the project

work, each contractor shall co-operate with others to the fullest extent and shall

allow others every facility and co-operation for execution of their works

simultaneously and satisfactorily, as intended in the designs, specifications and

drawings.

Should there be a dispute or disagreement between the contractors for any

cause whatsoever, the same shall be referred to the Engineer-in-charge whose

decision regarding the coordination, co-operation and facilities to be provided by

any of the contractors to others shall be final and binding on all parties and such

a decision or decisions shall not vitiate any contract nor absolve the contractor of

his responsibilities under the contract nor form the grounds for any claim of

compensation.

21.0 Contract documents and matters to be treated as confidential:

All documents correspondence decisions and other matters concerning the

contract shall be considered as of confidential and restricted nature by this

contractor and be shall not divulge or allow access thereto any unauthorised

person.

22.0 Access to the Contractor’s Book :

Whenever it is considered necessary by the Engineer-in-charge to ascertain the

actual cost of execution of any particulars item of work or supply of plant of

174

Signature of Contractor Signature of Purchaser

material he shall direct the contractor to produce the relevant documents such as

pay-rolls records of personnel, invoices of materials and any and all other data

and documents relevant to the item or necessary to determine its cost etc. the

contractor shall where so required furnish information pertaining to the aforesaid

items in the mode and manner that may be specified.

23.0 Breach on part of Purchaser Not to Annual Contract :

No breach or non-observance on the part of Purchaser of any of the conditions

contained herein shall an all this contract or discharge the contractor form the

observance and performance thereof but on application by the Engineer-in-

charge an extension of time any be given to the contractor in respect of such

breach or non-observance by the Purchaser , which shall

be governed by Clause 6 to B – 1 form.

The Contractor shall not, however, be entitled to consideration or any extension

of time for any item of the work unless the contractor shall have made an

application in waiting to the Executive-in-charge within one month of the cause

needing such extension, but the Engineer-in-charge may at his discretion, which

shall be conclusive, while the condition regarding this period of one month

24.0 Local Laws :

All local laws in force at the time of entering into the contract and those enacted

thereafter shall vibe binding on the Contractor and he shall abide by the same.

All import and excise duties, sales tax, local panchayat tax and other taxes shall

be borne by the Contractor and they shall be deemed to have been covered by

his quoted tender rates, except that the contractor shall not be liable to any land

tax for the land handed over to him for the operation in connection with this

175

Signature of Contractor Signature of Purchaser

contract or for his colony or appurtenant works constructed by him for the

purpose of his contract.

The contractor shall also be liable to all relevant provision of the Indian Income

Tax Act. which may be applicable to him from time to time

The contractor shall also be liable to all relevant provisions of the Indian Income

Tax Act, which may be applicable to him from time to time.

The contractor shall protect and indemnify Purchaser against all claims or

liabilities arising from or based on the violation of such laws, ordinances,

regulations, bylaws by him or his employee.

25.0 Personnel of the contractor:

The Contractor shall at all times, maintain on the work a staff of duly qualified

engineers and supervisors of sufficient experience of similar other jobs, to assure

that the quality of work turned out shall be as intended in the specifications. The

Contractor shall also maintain at the work, a Works Manager of sufficient status,

experience and office and duly authorise him to deal with all aspects of the day to

day work. All communications to and commitments works Manager shall be

absolutely binding on the Contractor.

The Contractor shall supply to the Engineer-in-charge details of names,

qualifications and experience in regards to all supervisory staff employed by the

Contractor and notify changes when made, and satisfy the Engineer-in-charge

regarding the quality and sufficiency of staff thus employed.

The Engineer-in-charge will have the unquestionable right to ask for changes in

the quality and number of contractor’s staff. Thecontractor shall on the written

directives of the Engineer-incharge remove from the works any person employed

176

Signature of Contractor Signature of Purchaser

thereon, who may in the opinion of the Engineer-in-charge be incompetent or has

misconduct himself. Such person shall not be employed again, on the work,

without the written permission of the Engineer-in-charge. The contractor shall

have to submit information regarding proof of payment of Professional Tax and

the clearance certificate in format vide Appendix ‘I’.

26.0 Death, Bankruptcy etc. :

If the contractor shall die or commit any act of bankruptcy or being a Purchaser

commences winding up expect for reconstruction purposes or carry on its

business under a receiver, the executors, successors or other representatives in

law of the estate of the contractor or any such receiver, liquidator or any person

whom the contract may become vested, shall forthwith give notice thereof in

writing to the Purchaser and shall for one month, during which he shall take all

reasonable steps to prevent a stoppage of work, have the option of carrying out

this contract subject to his or their providing such guarantee as may be required

by the Purchaser, but not exceeding value of the work for the time being

remaining unexcited. In the event of stoppage of work the period of the option

under this clause shall be fourteen days, only. Should the above option be not

exercised. The contract may be terminated by Purchaser, by a notice in writing to

contractor or his successor. The power and provisions reserved to Purchaser in

this contract of taking of the work out of the contractor’s hand shall immediately

become operative, Copy of such notice shall be pasted on work site and

advertised in newspaper.

27.0 Notices, How to be given :

177

Signature of Contractor Signature of Purchaser

Where any legal or other notice or any other document or any other direction is to

be given to or served upon the Contractor, it shall be deemed to be duly given or

served, if it shall have been either delivered to him personally or to his

recognised agent or works Manager (including in the case of company, the

Secretary of such Company) or delivered at or sent through the post, addressed

to the last known place of business, or abode of the contractor, a notice or other

documents which shall be so given to or so served on any one of the partners in

such firms, shall be deemed to have been given or served on all of them.

Work Order Book :

The contractor shall maintain bound work order book at work site as the

Engineer-in-charge may direct. This work order book shall have machine

numbered pages in triplicate. The contractor shall make them available to the

Engineer-in-charge or his representative, whenever called for.

Executive Engineer or his representative may record order about works, in this

book leaving the original copy in the book and removing the second and third

copy with him. The contractor or his authorised representative, shall also sign

this work order, in token of it’s acceptance.

All orders recorded in these work order book, shall be deemed to have been

served on the contractor. On completion of the work all the work order books

may be handed over to the executive Engineer.

In the event of refusal of the Contractor’s representative on the spot to sign the

work order book. Engineer-in-charge shall take the necessary further steps in

respect of further communication and control, modification or stoppage of work

as deemed fit at the entire responsibility of the contractor.

178

Signature of Contractor Signature of Purchaser

28.0 Passing of Foundation etc. :

After the completion of the work of excavation, the same will be checked and

passed by the Executive Engineer. No masonry or concrete or back filling shall

be laid. Unless the foundation is so passed. No concreting shall commence

unless the centering and the reinforcement is checked and passed by the

Engineerin- charge.

29.0 Reference to Standard Specifications :

The specifications of the work as enclosed with this contract document are drawn

with a specific reference to site conditions and do not every where include the

details of the standard tests and procedures, which are already laid down and

available in the current Indian Standard Specifications. Where ever such details

are not specified in this contract. The provision under current Indian Standard

Specifications and / or the Standard Specifications (1970) of the Government of

Maharashtra shall be deemed to be applicable.

30.0 Communications and Notices by Contractors :

All communications and / or notices pertaining to works and concerning matters,

such as passing and approving of foundation, reinforcement and form work,

measurements, mark outs, etc. shall not be addressed by the Contractor to an

Officer below the rank Sub-Divisional Officer. All such notices communications,

should be addressed in good time so as not to hold up the work.

31.0 Non-compliance of Contract Conditions :

If the contractor shall neglect or fail to proceed with the works, with due diligence

or he violates any of the provisions of the contract, the Engineer-in-charge may

179

Signature of Contractor Signature of Purchaser

given notice to the contractor, identifying deficiencies in performance and

demanding corrective action. The Engineer-in-charge, shall also clearly state in

the notice the nature of action, that shall be taken, if contractor fails to fulfill by

necessary corrective action.

Depending on nature of default the Engineer-in-charge at his desecration, shall

have two options, regarding action to be taken in case of default by contractor.

He shall withhold nay of the payments due to the contractor or shall terminate the

contractor in whole or in part. But Engineer-in-charge shall, clearly mentioned in

his notice, the action that shall be taken if the contractor fails to take the

corrective action. The period of 14 days shall be given to the contractor to take

such corrective action after the issue of such notice.

No claims, for compensation of any sort, from contractor will be entertained for

withholding the bills indefinitely till specified requirements are complied with by

the contractor.

After the issue of the notice about default by the contractor, the contractor shall

not remove, from the site any plant, equipment and materials. The Purchaser

shall have a lien on all such plants, equipments and materials from the date of

such notice, till deficiencies have been corrected.

32.0 Extra Items:

Extra items of work shall not vitiate the contract. The contractor shall be bound to

execute extra items of work as directed by the Engineer-in-charge. The rates for

extra items will be governed by the provisions of clause 14 and 30 of conditions

of contract.

33.0 Price Variation:- (Not Applicable)

180

Signature of Contractor Signature of Purchaser

i) Price variation clause shall be applicable for the Electrical equipments for

Transformers, circuit breaker only. Amount to words PVC shall be

calculate on the basis formulated by “IEEMA INDIA,”

ii) The price variation shall not be payable for excess quantities payable

under provision of clause 38 of B-1 from.

iii) No price variation will be paid on the items for which IEEMA has not

formulated / developed.

34.0 Compensation for delay in completion of work on Purchaser account :

(This clause is applicable only if the estimated cost put to tender is more than Rs.

100 lakh.)

Compensation by way of reliefs on account of delay in completion of work due to

(1) Shortage, (2) land acquisition etc. will be decided and given as described

below. In case of total stoppage of work, compensation for idle labour and

contractors overhead charges for the persons question, for which detailed record

should be maintained by project officer may, be granted to the contractor either

careful scrutiny of the claims and obligating Purchaser approval Formulas form

containing the record of labour should be got approved by the contractor from the

Engineer-in-charge well in advance.

The appropriate affected period for considering grant of relief shall be decided by

the Chief Engineer (Electrical), Hydro Projects, Mumbai. However, no relief will

be admissible for the stoppage for a period less than two months. The decision

regarding grant of relief in such cases shall be taken by Chief Engineer

(Electrical), Hydro Projects, Mumbai and it will be final and binding on contractor.

35.0 Co-ordination with other contractors :

181

Signature of Contractor Signature of Purchaser

The contractor should note that there will be other agencies including Purchaser

working in the same area for works other than the included in this contract. The

contractor shall cooperate with these agencies to the fullest extent and shall

allow them reasonable facility and co ordination for execution of work,

simultaneously and satisfactorily as intended in the contract conditions,

specifications and drawings.

Should there be a dispute or disagreement between the contractor and other

agencies for any cause whatsoever, the same shall be referred to the Engineer-

in-charge whose decision regarding Co-ordination and facilities to be provided by

all contractor to others shall be final and binding on all parties and such decision

shall not vitiate any contract or absolve the contractor of this responsibility under

the contract, and shall not form ground for any claim or compensation.

36.0 Undertaking under Contract Labour Act :

The contractor shall furnish the undertaking towards implementation of contract

Labour Act as given in Appendix – F.

37.0 Photographs of the Works :

The contractor will not be allowed to take photographs showing field work or the

general location of the work. The Engineer, may however, at his discretion, allow

a few construction photographs to be taken for the purpose of the contractor’s

record. Prior approval of the Engineer-in-charge should be obtained in such

cases and also in case such photographs are to be exhibited in public literature

and calendars. etc. in all such cases negatives of the photos shall be submitted

to the Engineer, after taking approval number of copies and the negative will

become the absolute property of the Purchaser.

182

Signature of Contractor Signature of Purchaser

38. Data, Drawings to be furnished by the contractor :

a) Prior to the commencement of the work, the contractor shall submit to the

Engineer-in-charge for approval, drawings of prints in white ammonia

paper size 1020 mm. x 690 mm. or 510 mm. x 345 mm. as may be

suitable, in triplicate, showing the location of major plant, workshop if any,

roadways, temporary bridges unloading facilities and storage yards etc.

which he proposes to put at the site and the contractor is supposed to

plan with respect to make available the land suitable to the plan submitted

by the contractor.

b) The contractor shall submit to the Engineer-in-charge for approval within

one month from the date of his receiving notice to start work.

i) A layout plan of construction plants and equipments for the

execution of the work which the contractor proposes to adopt at

site and

c) Any changes in the approved layout will be subject to further approval

from the Engineer-in-charge.

d) The approval of the drawings, however, will not relive the Contractor of his

responsibility from any errors or omissions.

39.0 Fencing, lighting and Ventilation :

a) The contractor shall be responsible for the proper lighting, fencing,

guarding and necessary health and safety measures while executing all

works under this contract and for proper provision of temporary roadways,

guards, footways, fences, caution notices, etc. as far as the same may be

rendered necessary by reasons of the work, for the accommodation of the

183

Signature of Contractor Signature of Purchaser

workmen. foot passengers or other traffic and of owners and occupiers of

adjacent property and of the public and at all remain responsible for any

accidents that may occur on account of his failure to take proper and

timely precaution.

b) Maintenance of Services :

After all the work under this contract is completed and accepted as such,

in case the Engineer-in-charge so directs, the contractor shall maintain

the lighting, Ventilation, communication facilities etc. upto a date

determined by the Engineer-in-charge, but not longer than for a period of

twelve months. All reasonable charges for such maintenance otherwise

not required by the Contractor for his purposes under the contract will be

borne by Purchaser. As regards the reasonableness of such charges, the

decision of the Engineer-in-charge shall be final and binding on the

Contractor.

40.0 Liability for accidents to Persons :

It shall be contractor’s responsibility to protect against accidents on the work site.

He shall indemnify the Purchaser against any claims for damage to the property,

injury to workers or any other persons, deaths etc. On the occurrence of an

accident resulting in death or which is so serious as to be likely to result, in death

the contractor shall within 24 hours report in writing to the Engineerin- charge,

the facts stating clearly about the circumstances in which accident has occured

and the subsequent action taken. Other minor accidents causing minor injuries

and loss of property should be communicated in writing, promptly to the

Engineer-incharge. In all cases the contractor shall indemnify the Purchaser

184

Signature of Contractor Signature of Purchaser

against all losses or damage resulting directly or indirectly from the contractor’s

failure to report in the manner aforesaid. This includes penalties or fines if any,

payable by the Government as a consequence of failure to give notice under the

Workmen’s Compensation Act or failure to conform to the provisions of the said

Act in regard to such accidents.

In the event of accident in respect of which compensation may become payable

under the Workmen’s Compensation Act VIII, of 1923 including all subsequent

modifications there of, Engineerin- charge may retain the sums of money as may

in the opinion of Engineer-in-charge be sufficient ot meet such liability out of the

amounts payable to the contractor. These sums shall be recovered from the

immediate payment due to the contractor in one installment or in more than one

installments. The decision of the Engineer-in-charge regarding this shall be final

and binding on the contractor. On receipt of award from the Labour

Commissioner the balance amount shall be reimbursed to or recovered from the

contractor.

It should be noted that though the Purchaser is a Principal employer the

complete responsibility of compensation shall be on the contractor.

41.0 The contractor to supply and be responsible for the sufficiency of

the means employed :

The contractor shall supply and take upon himself the entire responsibility of the

sufficiency of the scaffolding, timbering, tools, implements and generally of all the

means irrespective of whether such means may or may not have been approved

of or recommended by the Engineer-in-charge and the Contractor must accept all

185

Signature of Contractor Signature of Purchaser

risks of accidents or damages from whatever cause they may arise, until the

completion of this contract.

42.0 Covering of work :

The contractor shall give not less than seven days notice in writing to the

Engineer-in-charge of the work which is proposed to be covered up or placed

beyond the reach of measurements so that the measurements may be taken

before the work is covered up or placed beyond the reach of measurements. No

work shall be covered up or placed beyond the reach of measurements before

ensuring that the measurements of work to be covered up are recorded. Any

work covered up or placed beyond the reach of measurements without such

notice having been given or consent obtained, the same shall be uncovered at

the Contractor’s expenses and in default there of no payment or allowance shall

be made for such work or for materials with which the same was executed.

43.0 Quantities of work :

The quantities of work under the various items in the Schedule “B” Part – I

Schedule of Quantities and Bid Rates as estimated by the Purchaser’s have

been provided as could be reasonably nticipated and should be taken as

indicative only. The amount of work will depend upon the actual conditions that

will be encountered in the construction and the results of detailed designs which

will continue to be refined as more field date and information comes to hand. If

the work is stated by the Purchaser, the quantities put to tender shall be reduced

to the extent the work is done by the Purchaser upto the date of starting the work

by the contractor. No claims due to reduction in quantity on his account will be

entertained.

186

Signature of Contractor Signature of Purchaser

44.0 Accuracy of lines, levels and Grades :

Setting Out :

a) The contractor shall be responsible for the true and proper setting put of

the work and for the correctness of the position, levels, dimension

alignment of all parts of the work and for the provisions of all necessary

instruments, appliances and labour in connection with this.

b) For the purpose of setting out, one permanent bench mark shall be

established the contractor near the value of which shall be given to the

contractor, by the Engineer-in-charge on demand by the contractor.

Similarly the reference line in the form of centre line of junction wall and of

some other components, if found by the Engineer-in-charge for complete

setting out the structure shall be given. All the setting out shall be with

reference to this bench mark and reference line.

c) If at time during the progress of works the error shall appear or arise in the

possible, level, dimensional alignment of any part of the work, the

contractor shall rectify such error to the satisfaction of Engineer-in-charge

without any extra cost.

d) The periodical checking of these by Purchaser staff shall not absolve the

contractor of his responsibility regarding accuracy. In case of deviation,

the contractor shall make good to the discrepancy at his own cost and

without any compensation for the additional work involved. Wherever such

187

Signature of Contractor Signature of Purchaser

discrepancies, if any, are found to arise between the works of different

contractors at the junction of their works, the relative liability to set right

their respective discrepancies shall be fixed by the Engineer-in-charge,

whose decision shall be final and binding on the contractors concerned.

The Engineer-in-charge shall further have the unquestioned right to rectify

the discrepancies and recover the costs from the contractor or contractors

according to proportions as he may consider reasonable.

e) It is the responsibility of contractor to preserve the benchmark and the

reference points established for setting out.

45.0 Excavated Material

All the materials available from excavation will be the property of Purchaser and

shall be disposed off only as directed by the Engineer-in-charge. The materials of

approved quality available from the excavation including that carried out by the

Purchaser may be used by the contractor in the items of works included in

Schedule ‘B’ or for ancillary or preparatory work, free of cost Prior approval of

Engineer-in-charge for such use shall, however, be taken. The contractor shall

make proper arrangements for sorting out and stacking material of approved

quality that he proposes to use as aforesaid. Purchaser will be free to make use

other materials not required or not likely to be required for use by the contractor

as will be determined by the Engineer-in-charge.

The excavated material not to be used by the contractor as above or stacked for

his use, but remaining unused at site after completion of works, shall be disposed

off by the contractor at his own cost in manner and at place shown in the

drawings or as and where the Engineer-in-charge may direct.

188

Signature of Contractor Signature of Purchaser

The contractor should utilise material available from excavated stuff for back

filling.

46.0 Safety Measures :

The contractor shall arrange for the safety in his operations as required including

the provisions in the safety manual published by the Central Water and Power

Commission, New Delhi (Jan. 1962 Ed.) In case the contractor fails to make such

arrangements the Engineer-in-charge shall be entitled to cause them to be

provided and to recover the cost there of from the contractor. The following are

some of the measures listed, but the same are not exhaustive and the contractor

shall all to and suggest these precautions on his own where necessary and

should comply with the directions issued by the Engineer-in-charge in this behalf

from time to time and at all times.

Providing protective head guard to workers in the works like deep excavation to

protect them against fall of overburden materials. Getting the workers in such

jobs periodically examined for chest trouble due to too much breathing in fine

dust.

Taking such normal precaution like fencing and lighting to excavations or

trenches, not allowing, nails or metal parts or useless timber spread around,

marking danger area for blasting whistles etc.

Providing sufficient suitable and safe accesses to all work spots including

ladders, gangways, platforms, etc. avoiding naked wires, etc. such would

electrocute the workers.

Taking necessary steps towards training the workers concerned on the use of

machinery before they are allowed to handle them independently and taking all

189

Signature of Contractor Signature of Purchaser

necessary precautions in and around areas where machines hoists and similar

units are working.

47.0 Maintenance :

After the works are completed in all respects in accordance with the contract

condition, a completion certificate will be issued by the Engineer-in-charge. Form

the date of issue of completion certificate, till the expire of calendar months, the

Contractor shall be liable for the replacement of any part of the plant or work

found to be defective from the causes arising from faulty materials or

workmanship or other causes, for which in the judgement of the Engineer-in-

charge, the Contractor is responsible and for making good any damage arising

there from.

48.0 Sundays and holidays :

No work shall be done on weekly local holidays or on other Government

holidays, due gazetted or on holidays observed by local usage without the prior

sanction of the Engineer-in-charge. Withholding of such sanction shall not from

any grounds for compensation or extension of time limit.

If on the other hand the Engineer-in-charge directs that the work shall be

proceeded with on days and during hours otherwise not permissible under this

contract, the Contractor shall proceed with the works as directed, without in any

way violating this contract or forming any grounds for compensation or claim.

The Contractor shall, in his dealing with labour at all times during the period of

this contract have due regard to local festivals, religious and other customs.

49.0 Bank Guarantee:

190

Signature of Contractor Signature of Purchaser

Bank guarantee shall be given on the stamp paper of Rs. 100/- in the form

preserved by the Purchaser. The bank guarantees shall be valid for the entire

period of contract till the date of issue completion certificate as prescribed under

Para No. 7 of Conditions of Contract. It will be the responsibility of the contractor

to get validity of Bank Guarantee extended on the stamp paper of Rs. 100/- at

least one month prior to expire date from time to time, falling which the Bank

Guarantees shall be encashed by the Purchaser well before expiry date of bank

guarantees and cash accrued will be all the disposal of the Purchaser.

50.0 Handing over of work :

All the work and materials, before finally taken over by Purchaser will be the

entire liability of the contractor for guarding, maintaining and making good any

damages of any magnitude, interim payments made for such work will not after

this position. The handing over by the contractor and taking over by the

Executive Engineer or his authorised representative will be always in writing of

which copies will go to the Executive Engineer or his authorised representative

and the contractor. It is however, understood that before taking over such work

Purchaser will not put it into regular use as district from casual or incidental one

except as specifically mentioned else where or as mutually agreed to.

51.0 Instrumentation :

In case, it is proposed to have any instrumentation, in work the instruments and

their accessories will be procured and installed by the Purchaser as per

programme framed by the Engineerin- charge. Care should be taken by the

Contractor to protect these instruments as well as their connections during

various construction operations. The contractor shall also extend all facilities for

191

Signature of Contractor Signature of Purchaser

installation and observation of these instruments. All the operations required for

facilitating the installation of the instruments shall stand included in the relevant

items of tender. No claim, however shall be entertained due to any delay or

obstruction that might be created due to installation or observation.

52.0 Inspection of Works :

The Engineer or his duly authorised representative shall have at all times full

power to inspect the work, whenever in progress either on the site, in the

contractor’s premises or the work site. Further, contractor shall not without

written authorisation permit entry on site of work of any person expect authorized

representative of the Purchaser or the Engineer or the contractor’s staff and

labour directly engaged on and in connection with the work.

The contractor shall at his cost provide all necessary facilities for proper

inspection and supervision of the work gangways, platforms, scaffolding and

ladders, etc. of suitable dimensions and sufficiently strong at appropriate

locations and all accesses to passages etc. shall be well lighted and maintained

in good order. The Engineer’s decision about the sufficiency and

adequacy thereof shall be final.

The contractor shall during working hours, maintain supervisor of sufficient

training and experience to supervise various items and operations of the work

and the said supervisors shall remain present during inspections of the Engineer.

All orders and directions given to such supervisors or other staff of the contractor

shall be deemed to have been given to the contractor, to be present on any

specified inspection and the contractor shall comply with such directions.

53.0 Opening out works :

192

Signature of Contractor Signature of Purchaser

Should the Engineer consider, if necessary, in order to satisfy himself as to the

quality of work the contractor shall at any time during the continuance of the

contract pull down or cut into any part of the work, and make such openings into

and to such an extent through the same as the Engineer may direct and the

contractor shall make good the same at his cost and to the satisfaction of the

Engineer.

54.0 Removal of imperfect work :

If it shall appear, that the work has been executed with unsound, imperfect or of

an inferior quality or otherwise not in accordance with the contract documents,

the contractor shall at his own cost rectify, reform, remove or reconstruct the

same, wherein whole or in part as may be, directed by the Engineer, whether or

not, the value of any such work of material shall have been included in any

payment made to the contractor. The decision of the Engineer may, if he thinks

fit, allow such work to be paid at reduced rates and his decision will be final and

binding, provided further that the rates fixed by the Engineer, be not acceptable

to the contractor, he shall have the option to replace the defective work or

materials with ones in accordance with the specified standards.

55.0 Jurisdiction of court for disputes:

Disputes, if any, arising out of this contract shall be subject to the jurisdiction of

the High Court of Bombay.

56.0 Mode of Payment of the Quantities of Excavation, Masonry and Concrete

items Executed in Excess 125% (Not Applicable):-

56.1 Clause No. 38 of B-1 Tender Form pertains to payment of quantities of different

items of Schedule ’B’ in excess of 125% of the tendered quantities. It is to be

193

Signature of Contractor Signature of Purchaser

clarified that in the case of items of excavation in soft strata and hard strata, in

the present tender, this clause will become applicable only if the total quantity of

excavation (i.e. quantity given in Schedule ‘B’ Part-1, Excavation in soft strata,

quantity given for Excavation in hard strata) exceeds by 125% during execution.

For payment of quantity executed in excess of 125% of Total quantity of

excavation following procedure will apply.

Case 1 : Where quantity of excavation executed, exceeds 125% of total of

tendered quantity of items of excavation in soft strata and in hard

strata, but quantity executed of anyone of the individual items is

less than or equal to the tendered quantity for that item. All the

excess quantity beyond 125% of total tendered quantity in items of

excavation in soft strata and hard strata: will be paid by revising the

rate of only that item where excess has

occurred.

Case 2 : Where total quantity of excavation executed for both items

(excavation in soft strata and hard strata) exceeds 125% of the

total tendered quantity of items of excavation, quantity in excess of

125% of total tendered quantity will be distributed in the ratio of

Executed quantity of individual item of excavation

Total executed quantity of items of excavation in soft strata

and hard strata.

and will be paid by revising the rate of individual item as per clause

38(2), subject to the provision that the revision of rate will be

applicable only for the quantity of individual item executed beyond

194

Signature of Contractor Signature of Purchaser

the tendered quantity. In case of executed quantity is less than

75% of the total quantity of excavation in soft strata and hard

strata, these will be treated on similar lines as in case (1) and (2)

above.

Case 3 : Where total quantity of all masonry items taken together exceeds

125% of the total tendered quantities of items of all masonry items,

quantity in excess of 125% of total tendered quantity will be

distributed in the ratio of

Executed quantity of individual item of masonry

Total executed quantity of items of masonry items taken

together.

and will be paid by revising the rate of individual item as per clause

38(2), subject to the provision that the revision of rate will be

applicable only for the quantity of individual item executed beyond

the tendered quantity.

In case of executed quantity is less than 75% of the total quantity

of masonry items taken together, these will be treated on similar

lines as in case (1) and (2) above.

Case 4 : Where total quantity of all concrete items taken together exceeds

125% of the total tendered quantities of concrete items, quantity in

excess of 125% of total tendered quantity will be distributed in the

ratio of

Executed quantity of individual item of concrete

Total executed quantity of all concrete items taken

195

Signature of Contractor Signature of Purchaser

together.

and will be paid by revising the rate of individual item as per clause

38(2), subject to the provision that the revision of rate will be

applicable only for the quantity of individual item executed beyond

the tendered quantity.

In case of executed quantity is less than 75% of the total quantity

of all concrete items taken together, these will be treated on similar

lines as in case (1) and (2) above.

For payment of quantities in execss of 125% of tendered quantity

for items other than excavation, masonry and concrete items,

provision of clause 38(2) of B-1 Tender form will be applicable.

57.0 Mode of payment of excavation quantities in running bill and final bill :

The tendered rates will be treated as inclusive of all taxes, duties, excise etc. The

phase wise payments will be released as under, after deducting all taxes and

security deposit as mentioned in the tender document. Schedule – B.

1. 75% of the tendered cost for that item in Schedule ‘B’ is payable. When

material is received at site.

2. 10% of the cost will be paid on completing the erection of the equipment.

3. 12.5% of the cost will be paid after successful completion of testing and

commissioning at site.

4. 2.5% of the cost will be paid against submission of Bank Guarantee and

Bank Guarantee will be discharged after giving satisfactory performance

196

Signature of Contractor Signature of Purchaser

for 24 Months and after the necessary satisfactory performance certificate

by Engineerin- charge at site.

58.0 Statutory Clearance from electrical inspector :

Contractor shall arrange to get statutory clearance certificate of work executed by

him as per schedule B & Technical specification from Electrical Inspector. The

charges towards the inspector will be borne by the contractor.

59.0 Value Added Tax :

“The tender rates are inclusive of all taxes, rates and cess and are also inclusive

of the leviable tax in respect of sale by transfer of property in goods involved in

the execution of a work contract under the provision of Rule 58 of Maharashtra

Value Added Tax Act 2005, for the purpose of levy of Tax.”

60.0 Insurance :

i) The contractor, shall unless other wise specified by the Engineer, insure

the plan and shall keep it insured against destruction of damage by fire,

earthquake, flood, storm under exposure to weather or through riot, Civil,

commotion, war or rebellion, theft, etc. for the full value of the plant and

materials until the plant is taken over.

ii) The insurance for the equipment shall be effected by the contractor with

Government insurance Fund on behalf of the Purchaser covering the risks

towards handing transit, storage at site, re-transporting upto place of

erection, testing and commissioning of the equipment at site and also for

further period of 90 days, for replacement value of the plant and material.

The address of Government Insurance fund is as below.

197

Signature of Contractor Signature of Purchaser

iii) Director of Insurance, Maharashtra housing and Area Development

Authority (MHADA) Building I. Kalanagar, Bandra East, Bombay.

iv) The tenderer shall note that insurance effected through and other

company will not be accepted.

v) The Contractor shall take the policy in the name of the consignee of the

Purchaser. The Insurance policy then will be assigned to the contractor for

further operation. The Insurance shall be full and shall cover and loss or

damage in accordance with what is said above. The claims arising out of

composite insurance policy shall be dealt with or handled by the

contractor at his own cost after receipt of preliminary damage / loss

intimation given by the Purchaser or damage / loss noticed by the

contractor himself.

vi) The Insurance of plan up to a period of 90 days beyond period of 1.

months for completion of work as per clause and satisfactory performance

and guarantee test shall be on the account of contractor.

vii) Third party Insurance: In addition to above the contractor shall indemnity

the Purchaser against the loss or damages to the property of the third

party and or injuries to the third person which may arises out of or in

consequences of transport, storage and erection, testing and

commissioning of the goods / equipment.

viii) Insurance payment will be reimbursed after the necessary payment

receipt shall be obtained from Director of Insurance (MHADA) Mumbai in

case of non DSR items in the tender. And said insurance amount shall be

paid to the contractor as per provision of documentary proof of

198

Signature of Contractor Signature of Purchaser

evidences.

ix) The rates in the schedule B in case of DSR Items are inclusive of all

taxes, cesses, Insurance, overhead & transportation. So as per

Government Resolution No. ʴɨÉɺÉ1098/|ÉGò

ú28/98/¶ÉɺÉxÉ ½þ¨ÉÒ / Ê´ÉkÉ Ê´É¦ÉÉMÉ

¨ÉÆjÉɱɪÉ, ¨ÉÖƤÉ<Ç ÊnùxÉÉÆEò 19 +ÉìMɺ]õ 1998,

If insurance document is not submitted by Agency the Amount worth to

1% of Tender Amount to be recovered from the 1st R.A. Bill.

61.0 Test, Inspection and rejection of detective materials and works :

The Engineer shall have access at all times to the places where components are

being manufactured for use under the contract to determine that manufactures is

proceeding in accordance with drawings and specification and the Engineer shall

also have access at all times to the places of storage.

Further, contractor shall not without written authorisation, permit entry on site of

work of any person except authroised representative of the Purchaser or the

Engineer or the contractor’s staff and directly engaged on and in connection with

the work.

The tests and inspections of items specified at contractors manufactures works

or sub-works be witnessed by two representative of the Engineer. The contractor

will provide the cost of travel, lodging and boarding of the inspectors. The travel

shall be arranged generally by Air, 1st class Railway or Car. The Purchaser

reserves the right to appoint and deploy the services of the outside agency, in

association with the Purchaser for said purposes, however changes for the

199

Signature of Contractor Signature of Purchaser

services with the outside agency will be borne by the Purchaser. The acceptance

of the test shall be entirely with the Engineer or his authorized representative.

The test and inspection of the item to be carried out.

All the equipment’s covered under specification.

A) The test report of manufactures certifying that the equipment is

manufactured as per specifications of the tender shall be furnished by the

contractor.

B) Contractor can bot be relived from the responsibility even if the drawing

and quality are approved by the Engineerin- charge for the purposes of

guarantee and quality of equipment.

Inspection and Tests at Manufactures works and waive of Inspection :

The contractor shall arrange Inspection of the electrical equipments like

conductor, fabrication, G.I. wire, stay wire, transformer pin insulator, Disc

insulators and RSJ poles at supplies please by M.S.E.D.C. L’s representative /

authority. if required as per M.S.E.D. C. L. norms at the cost of contractors. This

cost is deemed to be included in the contract price.

The waival of inspection can be considered if contractor produces, recent lest

certificates for similar type of equipment as approved by MSEDCL.

Inspection by MSEDCL and Purchaser's Engineers.

62.0 Plans, Drawings and Other Data and Approval From Electrical Inspector.

1) The Contractor shall submit the following information to the Engineer for

approval within the time stipulated against each item below.

a) Drawings or prints in triplicate showing the location of major plants and

other facilities which he proposes to put up at the site, including any

200

Signature of Contractor Signature of Purchaser

changes in the general laying Drawings shall be submitted at least 15

days prior to the work commencement.

b) The contractor shall furnish complete engineering data of each set of

equipment such as name of manufacture, the type and model of each

principal item of equipment proposed to be furnished and erected at

started in the annexure Standard catalogues pages and other documents

of the tenderer, may be used in the tender to provide additional

information and date as deemed necessary by the Indenter. The review of

these date by the Engineer will covers only general confirmation of the

data to the specifications and documents interfaces with the dimensions

which might affect plant layout. This review by the Engineer may not

indicate a through review of all dimensions quantities and details of the

equipment, materials any devices or items indicated or the accuracy of the

information submitted. This review and / or approved by the Engineer

shall not be constracted by the contractor as limiting any of his

responsibilities and requirement specified under these specifications and

documents. The above data shall be submitted within 15 days of the date

of issue of work order.

c) The approval to the pains and the drawings, designs and other data

submitted by the contractor for approval will be given within 15 days.

d) Two sets of reproducible drawings (tracings) as required by the Engineer

shall be furnished by the contractor.

e) The contractor is required to get approved the various drawings for 33/6.6

kV switchyard layouts before execution of work within 15 days from the

201

Signature of Contractor Signature of Purchaser

date of work order letter. The contractor has get statutory clearance from

Electrical inspector before putting in to operation of the plant.

Each drawing submitted by the contractor shall be clearly marked with the name

of the Engineer and the name of the project if standard catalogue pages are

submitted, the applicable items shall be indicated therein. All titles notings,

markings and writings on the drawings shall be in English. All dimensions should

be in Metric units.

All manufacturing and fabrication work in connection with the equipment prior to

the approval of the drawings shall be at the contractor’s risk. The contractor may

make any changes in the design which are necessary to make the equipment

conform to the provision and indent of the contract and such changes will again

be subjected to the approved by the Engineer. Approval of contractors drawings

or work by the Engineer shall not relieve the contractor of any of the

responsibilities and liabilities under the contract.

63.0 Additional conditions regarding payment of royalty charges as per

Bombay Minor Mineral Extraction (Amendment) Rules, 2003. (Not

applicable)

1. The royalty charges are to be paid by the Contractor to the Revenue

authorities. This is the prime responsibility of Contractor as per Tender

Clause No. 36 of this Tender Document.

2. Percentage as stated in para 7 B of Annex –A of the Detailed Tender

Notice shall be withheld by MKVDC for the purpose of payment towards

royalty charges. This amount shall be released to the contractor subject to

the following conditions.

202

Signature of Contractor Signature of Purchaser

a) Contractor shall submit proof of the payment of the royalty charges to the

concerned Revenue Authorities acceptable to the Engineer-in-charge.

b) The total amount that can be released shall be limited to the actual

payment made as mentioned in the condition (a).

c) If the actual royalty charges are less than the amount withheld, remaining

amount shall be retained by the MKVDC.

d) If the actual royalty charges are more than the amount withheld, the

contractor shall pay the excess amount to the concerned Revenue

Authority without any burden on the MKVDC.

e) The contractor shall indemnify MKVDC towards payment of the royalty

charges.

64.0 Warranty :-

This warranty shall remain valid for 24 month from data of putting in to

commercial use.

65.0 Defect Liability :-

Within a period of Three years after completion & commissioning of work if any

repair due to the defect in construction & equipment the same will be rectified by

the contractor at his own cost. The security deposit amount is only payable after

completion of this period.

Contractor have to provide the arrangement for running and maintenance of the

work completed and commissioned in this tender during defect liability period.

The arrangement includes men, machinery, skilled / unskilled labour, parts,

equipments required for running & maintenance of the work.

66. COMPUTER & EQUIPMENT FACILITY:

203

Signature of Contractor Signature of Purchaser

A) COMPUTER FACILITY: (NOT APPLICABLE)

The Contractor shall be required to provide Five (5)Desktop computer of

“Compaq” Make with latestconfiguration with mouse, 17” L.C.D. monitors,

UPS & Laser printer including “WINDOW” software. The computers will be

jointly used by the contractor & MKVDC till completion of the work & then

finally handed over to MKVDC for further use. The cost of providing &

utilizing the provision of Computer shall be deemed to have been included

in the total cost of work & no separate payment for this will be made.

B) VEHICLE FACILITY: (NOT APPLICABLE)

The Contractor shall provide bolero Jeep inspection vehicle as ordered by

Engineer-in-charge. The inspection vehicle mainly used for arranging the

visits of AIBP & MKVDC officials for inspection work till completion of work

& finally shall be retained by the MKVDC. Financial provision of such

vehicles & machine agreement shall deemed to be included in the offer

and no separate payment for this shall be considered. The vehicle should

be registered with RTO in the name of Executive Engineer Mhaisal

Electrical & Mechanical Division, Sangli & other necessary taxes &

insurance etc. should be paid by the contractor.

C) FURNITURE FACILITY: (NOT APPLICABLE)

The contractor shall provide following types of Office furniture as

ordered by Executive Engineer-in-charge within 1 (One) Month from

date or order. Financial provision of such furniture shall deemed to be

included in the offer & no separate payment for this shall be

considered.

204

Signature of Contractor Signature of Purchaser

Sr. No. Description Qty.

1. Godrej Viva Executive Table 2 Nos.

2. Godrej Earl 7201 R Chair 2 Nos.

3. Godrej – T 9 Table 5 Nos.

4. Godrej – Bravo mid back chair 5 Nos.

5. Godrej – Earl 7201 R chair 2 Nos.

6. Godrej Computer Table 5 Nos.

Champion C-10

67.0 INSURANCE CHARGES :

Additional conditions regarding payment of Insurance charges as

1) The Insurance charges are to be paid by the Contractor to the Director of

Insurance Maharashtra State, Mumbai.

2) The Insurance Amount will be released to contractor as per conditions

mentioned below.

a) The contractor shall submit the original proof of Insurance policies to the

Engineer-in-charge.

b) After the verification of record submitted by the Contractor the total

amount that can be released shall be limited to the actual payment made

as mentioned in the condition (a).

c) If the actual Insurance charges claimed are less than the provision made

in the tender the amount shall be paid as per actual.

d) If the actual Insurance charges claimed are more than the provision made

in the tender then the amount shall be paid limited to the provision made

in tender.

205

Signature of Contractor Signature of Purchaser

3) Please see Clause No. 60 of Special condition of contract which shall be

applicable / considered during Insurance payment.

68.0 CIVIL WORKS IN SWITCHAYRD AREA:

The construction work partaining to civil wing like excavation. leveling,

construction of cable trenches ( main & sub trenches), foundations required for

installation of electrical switchyard equipments, construction of plinth required for

transformers, metal spreading in switchyard area shall be in scope of Purchaser.

Fencing around the switchyard areas etc. shall be scope of contactor.

For this, contractor shall submit the complete design in respect of above work

along with drawings for according approval from Electrical wing to the Executive

Engineer-in-charge. After getting the approval from concern authority, contractor

shall be complete the civil work in supervision of Engineer-in-charge of Electrical

wing.

69. Site Facility :- (Not Applicable)

The contractor shall provide furnish, maintain & remove on completion of the

work, a suitable office on site for the use of Executive staff’s representative at

main entrance of Tembhu Stage I(A), I(B) & Stage II. The covered area exclusive

of veradan should not be less than 400 Sq. feet. It may have bamboo matting

walls & provide a basket type latrine root, paved floor should be 18” above

ground level. Contractor should provide a basket type latrine, urinals & keep the

clean daily. This is supposed to be included in his rate.

70. Power supply :

206

Signature of Contractor Signature of Purchaser

The Tenderer shall note that no power supply is available at the work site. Hence

the tenderer shall make his own arrangements of power for welding, drilling etc.

71. Storage, watch and ward :

Sufficient storage of steel and other materials shall be arranged by tenderer.

Watch and ward of the same upto completion of the work shall be arranged by

the tenderer at his cost. No responsibility of any material of the tenderer will be

taken by the department.

72. EVALUATION OF TENDER :

Evaluation & comparison of the offers shall be carried out on the cost for work

quoted in the Envelope No.2 Load losses & No load losses will be considered for

Evaluation purpose for transformers.

No change in the price after the opening of the Envelope No. 2 will be allowed.

The difference in guaranteed performance value as detailed in Annexure-B-1

(Enclosed on next page) will be taken in to account for equalising the bid price of the

power transformer.

Weightage will be given to the Tenderer who will pay Sales Tax / Turnover Tax to

Government of Maharashtra according to the payment declared vide clause 59 of

special condition of contract.

ANNEXURE – B – I

207

Signature of Contractor Signature of Purchaser

EVAULATION OF THE BIDS ON ACCOUNT OF TECHNICAL PERFORMANCE DATA AND

GURANTEES OF EQUIPMENT OFFERED AND APPLYING LIQUIDATED DAMAGES:

A) RATES FOR EVALUATION OF LOAD AND NO LOAD LOSSES.

The bidder has to quote the guaranteed values for the losses in the data sheet as

below.

1. Guaranteed maximum iron loss in KW at 750 C of average winding temperature

at rated voltage.

2. Guaranteed maximum load loss ( Copper loss + Stray loss ) in KW at average

winding temperature of 750 C.

3. Guaranteed maximum auxiliary loss in KW because of consumption by cooling

fans / Air blowers etc. at average winding temperature 750 C (Loss at 3 are not

applicable to ONAN rating) The quoted guaranteed values shall be corrected by

increasing the same to take into account permissible tolerance limit as per IS -

2026. These corrected values of the losses will then be compared with reference

to the lowest corrected value of these losses. For the purpose of evaluation of

the bid, the total price of the bid shall be increased at the following rates for

excess losses arrived over and above the reference lowest corrected value of the

losses mentioned earlier.

I) For no load losses : Rs. 343000/- Per excess KW loss.

II) For load losses : Rs. 140000/- per excess KW loss.

III) Auxiliary losses : Rs. 137000/- per excess KW loss.

B) RATES FOR LIQUIDATED DAMAGES:

208

Signature of Contractor Signature of Purchaser

For the purposes of ascertaining whether the guarantees are fulfilled or otherwise

each transformer shall be tested at factory before dispatch and the above

mentioned losses shall be measured. The measured losses shall then be

compared with the quoted guaranteed losses and provision regarding liquidated

damages / penalty for failure to meet the guarantees etc. shall be double the rate

taken for evaluation as stipulated below.

I) For no load losses : Rs. 686000/- Per excess KW loss.

II) For load losses : Rs. 280000/- per excess KW loss.

III) Auxiliary losses : Rs. 274000/- per excess KW loss.

I. The penalty will be limited to 10% of contract price of trans. If the penalty

exceeds 10% of the contract price the trans. will be rejected.

209

Signature of Contractor Signature of Purchaser

SECTION VI

TECHNICAL SPECIFICATION

SECTION VI

TECHNICAL SPECIFICATION

210

Signature of Contractor Signature of Purchaser

6.1 A) DESCRIPTION OF THE PROJECT:

Proposed Bramhagavhan Lift Irrigation stage II is on Jayakwadi project

reservoir in Aurangabad District. The scheme envisages the construction of

pump house near reservoir.

The source of water is available from Jayakwadi project reservoir. Water is

taken through approach channel fore bay, and lifted by six numbers of pumps

and delivered into two delivery chambers through two rising mains.

One power transformer of 6.3 MVA is proposed for power supply & 1 Nos.160

kVA Station transformers for auxiliary supply. These transformers would be

supplying the load of the pump house.

33KV outdoor switchyard will be constructed near pump house 1 No. of

power transformers will be located in this outdoor switchyard. The distance

between center line of the transformers to control & protection panel located

in the pump house is approximately 25 Mtr. The inter connection between

L.V.side of transformer & the 6.6 kV .H.T. panel in the control room will be

done by means of 6.6 kV. XLPE cable. 1 No station transformers

33/0.433KV, 160 kVA will be installed in the outdoor switch yard to provide

L.T.power supply to pump house .

B) STATUS OF THE PROJECT :-

Work is in progress as per design of C.D.O. Nasik. Excavation is completed

and columns are executed upto RL 456.30 mts. With side wall. Pump floor

slab is @ RL 456.30 mtr.

C) CLIMATIC CONDTIONS:

a) Maximum ambient temp. 430c

b) Minimum ambient temp. 100c

c) Annual average rain full mm

d) Relative humidity

e) Altitude above sea level

211

Signature of Contractor Signature of Purchaser

i) Maximum wind velocity (km/hours)

6.2 SPARES

6.2.1 Spares list for Brahmagavan L.I.S.St-II is attached in Schedule B- Part-II.

Contractor has to supply spares as per the list attached in Schedule – B.

6.2.2 The scope shall also cover the following responsibilities of the Supplier/Contractor.

i) To prepare and submit to the Purchaser the following

a) Cable schedule and cable termination schedule.

b) Layout drawings of various equipment showing therein clearances,

foundation details, all dimensions and also of cable trenches, racking

arrangements etc.

c) Design and civil foundation drawings to.

Construct the equipment foundations and cable trenches accordingly.

Transformer foundation details shall include the following:-

Soak pit below the transformer to be filled with gravel, cavity volume left out

in the pit shall be more than the volume of oil in transformer.

Burnt oil tank of 1.5 times oil volume to be provided outside the switchyard.

The tank shall be covered with RCC slab with 1m X 1m opening and

ladder to go down and showing air vent pipe, pumping arrangement,

interconnecting piping with transformer, soak pit & with proper slope for the

piping.

ii) To ensure that all equipment before dispatch are properly match marked with

distinctive direction marks attached on them corresponding to those on

drawing so as to ensure correct assembly and alignment at site.

iii) To ensure that all parts are adequately matchmarked to facilitate field

erection and with contract number and packing list enclosed showing the

parts contained therein.

iv) To ensure that packing provided is such that it is acceptable to insurance

authorities.

v) To arrange for further distribution of A.C supply beyond the point at which

same as made available to him by the purchaser near the work area, for

erection of the equipment at site.

212

Signature of Contractor Signature of Purchaser

vi) To ensure compliance with industrial safely provisions, fire prevention

measures during the entire period of erection, testing and commissioning at

site.

vii) To ensure that the supervisory and working personal posted for the work are

well experienced and competent for executing work efficiently. All Engineers

shall be authorised and licensed experts.

viii) To ensure that adequate sets of necessary drawings, erection manuals,

testing instruments, testing procedures and commissioning details are made

available to the erection personnel well in advance.

ix) To arrange for storage, watch and ward of the equipment until commissioning

is completed and equipment are put into commercial use.

x) The check and satisfy himself about levels of foundations, provisions of block

outs, dimensions of block outs, foundations, etc. executed by the Civil

Engineering Contractor of Purchaser, The supplier shall be responsible for

minor chipping or roughening concrete surface upon or against which any

equipment/plant is to be erected.

xi) To follow scrupulously the provisions and rules of Indian Electricity Act in all

electrical installation works.

xii) To follow all the statutory provisions contained in various acts pertaining to

workmen labour employed by the Supplier for the erection work.

xiii) To ensure maintenance of good order in his camp at site and on his work and

to that end employ such officers/ watchmen etc. as required.

xiv) To furnish drawings, data and any other details, information required by

Electrical Inspector and to arrange for his inspection, payment of fees to

obtain Electrical Inspector’s clearance certificate. In addition to above the

contract shall also observe the following :

a. Work shall be commenced and carried out only after obtaining necessary

approval of relevant drawings from Electrical Inspector, I.E.L & D of

region.

b. Prior intimation shall be given to the Electrical Inspector about

commencement of work.

c. After completing the work as per approved drawing, the following

documents/papers shall be submitted to the Electrical Inspector for the

purpose of Inspection :

213

Signature of Contractor Signature of Purchaser

• Copy of completion report of electrical installation.

• Earth test report.

• Copy of manufacturers’ test reports of Electrical equipments such as

transformer, breaker, C.T., P.T. isolator, cables, panels etc.

• Copy of test report of transformer oil.

• Copy of test report of protective relays after attending necessary

setting required.

• Any other document as required by the Electrical inspector.

d. If any fault/defect is observed during inspection the same shall be set

right after the same has been pointed out by the Electrical Inspector.

e. Inspection shall be carried out only in the presence of Contractor’s

representative and Purchaser’s .representative.

f. Earth leakage circuit breaker (ELCB) shall be provided for safely purpose

in LT Circuit wherever necessary.

g. Inspection shall be carried out only after submission of completion report

of the work.

h. L.T. Panel should be capable of withstanding all the tests given under

Table 7 of IS 8623 (Part III) - 1993.

i. An undertaking in the format as prescribed by Electrical Inspector shall be

furnished to the effect that all electrical safety rules shall be followed

during installation work.

6.2.3. It is not the intention to completely specify details of the design and

contraction of various equipment. However, the equipments shall conform in

all respect to high standards of engineering, design and workmanship. It shall

be capable of performing continuous commercial operation in a manner

acceptable to the purchaser who will interpret the meaning of drawings and

specification and shall have power to reject any work or material which, in his

judgment, is not in accordance there with. The equipment offered shall be

complete with all components necessary for their effective and trouble free

operation. Such components shall be deemed to be within the scope of

supplier’s supply, irrespective of Whether these are specifically brought out

in this specification and /or commercial order or not.

214

Signature of Contractor Signature of Purchaser

6.3 DETAILED ITEM WISE TECHNICAL SPECIFICATIONS, TESTS AND

STANDARDS :

SF-6 Circuit breaker

The breaker shall conform to the specific technical requirements mentioned below :

1 Type : SF-6

2 Number of poles : 3

3 Installation : Outdoor

4 Rated voltage ( KV rms) : 36

5 System frequency : 50 Hz

6 Continuous current rating (A) : 630

7 System Neutral grounding : Effectively Earthed

8 Mounting : On hot dip galvanized to steel

support structure to be

supplied by the supplier.

9 Type of operation : Three single pole gang

operated.

10 Height of concrete plinth above

Ground level ( to be provided by

the Purchaser)

: 300 mm

11 Minimum height to the lowest

part of the support insulator from

ground level or minimum height

of live conductor shall be at least

3.7M from the ground level

: 2500 mm

12 Rated operating duty circle : 0-0.3 Sec-C0-3 mins – CO as

per IEC- Pub 56

13 Operating time

i) Operating time ms

ii) Closing time

:

Not exceeding 50 ms

Not exceeding 120 ms

14 Maximum total break time at

rated Breaking capacity

: 100 ms

215

Signature of Contractor Signature of Purchaser

15 1.2/50 micro – second impulse

withstand voltage

: 170 kV

16 One minute power frequency

withstand voltage( KV r.m.s)

: 70

17 Short circuit current and duration : 17.5 kV and 2 secs.

18 Percentage D.C. component : Corresponding to minimum

opening time as per IEC-56

19 Permissible limit of temperature

Maximum permissible

temperature

:

900 C

20 Temperature rise at a maximum

temperature not exceeding

:

450 C

The breaker will be required to break small inductive currents and line charging current

without causing excessive over voltage and charging current without restrike.

The breaker shall consist of three single phase units together electrically. The basic design,

shall be such that the closing and tripping time of individual pole shall be constant, under all

conditions of faults or normal tripping, at specified range of pressure and temperature. All

the three phases will be required to open or close at a time and within the specified range of

pole discrepancy.

The breaker shall be suitable for electrical local as well as remote operation from the control

room. In addition to this, there shall be provision for local manual closing and tripping in

case of failure of control supply. The operating mechanism shall be spring charging type by

electrical control under normal operation. The mechanism shall be adequately designed for

specified tripping and reclosing duty . The entire operating mechanism , control circuit

spring Charging motor etc. as required , shall be housed in an outdoor type (water proof)

sheet steel box.

216

Signature of Contractor Signature of Purchaser

The box shall conform to the degree of protection IP-55 of IS 2147 and shall be mounted on

a separate concrete plinth of approx. 300 mm . Height being provided by the Purchaser.

Control Circuits:

The breaker control circuit shall include the following features:

1. Electrically independent trip circuit.

2. One local /remote selection switch.

3. Conveniently located manual emergency trip.

4. While opening & /or closing all the three poles shall operate simultaneously.

5. Anti-pumping feature.

6. Independence of trip circuit from local/remote selection.

7. Alarms, indications, monitoring equipment & inter-locks as specified elsewhere.

8. Auxiliary switches.

Each operating mechanism of the circuit breaker shall be provided with auxiliary

switches with ten(10) NO & ten (10) NC contacts exclusively for the purchaser’s use

with continuous current rating of at least 10 A.D.C. breaking capacity of the contacts

shall be min 2A with circuit time constant less than 20 milli seconds at the rate

D.C.voltage.Normal position of auxiliary switches refers to contact position when

circuit breaker is open.

9. Trip circuit supervision for pre trip as well as post trip.

Alarms & Indications:

Potential free contacts shall be provided, duly wired upto the operating mechanism housing

/control cabinet for the following alarms & indications on the control panel.

Alarms

1. General lockout for SF-6 Gas.

2. Low pressure of SF-6 Gas.

3. Control Circuit unhealthy.

4. Auxiliary D.C.supply failure.

Indications

i) Breaker on-off

ii) Spring charged

Mechanical indication

217

Signature of Contractor Signature of Purchaser

The operating mechanism housing shall be provided with the following mechanical

indicators /counters.

i) Breaker on-off

ii) Operation counter to register the no. of Breaker Operations.

SF-6 Gas & Features:

The SF-6 breakers, shall be supplied with first filling of SF-6 gas, which shall have excellent

insulating & non-poisonous arc extinguishing property.

Following features shall be provided for monitoring of SF-6 gas in the breaker:-

i) SF-6 gas density meter with two potential free contacts of suitable rating. One of

these contacts shall be used for annunciation of low density .The other contact shall

be used by the supplier to ensure breaker lockoutin the event of low SF-6 gas

density. The Successful bidder shall furnish chart showing relation between pressure

and density of SF-6 gas, as well as settings for alarm and lockout.

ii) Suitable pressure gauges shall be provided for SF-6 gas. Gauge dials shall be

clearly visible with naked eye to an observer standing on ground.

iii) Adequate no. of pressure switches, shall be provided for monitoring Pressure of SF-

6 gas. The pressure switches shall be provided with sufficient number of potential

free No & NC contacts for use in control protection and alarm circuit.

The bidder shall furnish along with the bid, detailed schematic drawing showing all

types of control protection, monitoring schemes to be Employed by him. The successful

bidder shall be required to modify the schemes, if necessary, after discussions with the

Purchaser.

Closing coil shall operate correctly at all values of voltage between 85% and 110% at

the rated control voltage and trip coil shall operate correctly

at values of voltage between 70% and 110% of the rated control voltage.

Take off terminal pads:

Terminal pads shall be provided with silver plating of at least 25 microns thickness as

these are made of metal other than Aluminum. No such Plating shall be required if the

terminal is made out of Aluminium. The Pads shall be suitably designed to take the

218

Signature of Contractor Signature of Purchaser

approximate terminal loads, specified below. The breaker shall be designed to withstand the

rated terminal load, wind load/earth quake load and short circuit forces. The Short circuit

forces to be considered for the design shall be based on length of bus bars consisting of

conductors and phase to phase spacing shown below :-

Voltage Jumper length Phase to phase spacing

36KV 2.0m 1.5m

The current density adopted for the design of the terminal pad shall in no case exceed 1.6

A/Sq.mm. for copper pad, and 1.0 A/Sq.mm. for pad made of other material.

The vertical clearance of lowest terminal pad from ground level (including Concrete

foundation plinth) shall be as given below. In no case the height less than that indicated will

be accepted.

36 KV breakers – 3700 mm.

Porcelain Housing:

The porcelain housing for the interrupter shall be of a single piece construction without any

joint. It shall be made of homogenous, vitreous Porcelain of high mechanical and dielectric

strength. Glazing of porcelain shall be of uniform brown or dark brown colour with a smooth

surface arranged to shed away rain water or condensed water particles (fog).

Breaking units shall be mounted on insulator column of three/four Insulators in each column.

The clearance in air from the lower line terminal to earth shall be minimum 430 mm.

Galvanising :

All ferrous parts including nuts, bolts, plain and spring washers of size M 10 and above,

support channels, structures etc. shall be hot dip galvanised confirming to latest IS 2629 or

any other equivalent authoritative standards. All other fixing nuts, bolts, washers of size

below M 10 shall be made out of stainless steel.

Mounting :-

The design and supply of support structure, required for mounting the Circuit Breaker in

Purchaser`s Switchyard, shall be in the supplier`s scope. The supplier`s scope also includes

foundation bolts, nuts, plain washers, spring washers etc. necessary for the support

structure. The support Structure can be lattice type and shall be made out of hot dip

galvanized steel, wheel mounted type support shall not be accepted. The support structure

shall be installed on a concrete plinth of 300 mm height to be arranged by the purchaser.

The height of the support structure shall meet the following requirements :-

219

Signature of Contractor Signature of Purchaser

i) Vertical clearance of lowest terminal pad as specified in clause 6.5.5

ii) Minimum height of 2200 mm above the top of concrete plinth (This is a

Statutory Regulation).

The circuit breaker shall be connected to adjacent equipment in the Switchyard through

ACSR conductor.

The loading data to be considered by the supplier for design of support Structure shall

include the following :

i) Dead weight of the circuit breaker structure, Bus Bars.

ii) Operational steady state and impact loading.

iii) Wind load on the circuit breaker structure, Bus Bars.

iv) Short circuit forces.

The support structure shall be designed on the basis of applicable Indian/ International

Standards and codes of practice.

The successful bidder shall furnish following details along with first lot of Drawings to be

submitted by him.

Mechanical Loading Data considered for design of support Structure. This data

should be supported by calculations.

Detailed structural Design calculations.

Loading Date necessary for the design of foundations.

Earthing :

The operating mechanism housing, support structure etc. shall be provided with two

separate earthing terminals for bolted connection to 50x10 mm M.S. flat for connection to

station earthmat. The connecting point shall be clearly marked.

Air Break Isolator

The principal technical parameters of the isolators are given below :

1 Rated frequency (Hz) 50

2 System Neutral earthing Effectively earthed.

3 No. of phase (poles) 3

4 Temp. rise As per relevant IS/IEC Publication.

5 Safe duration of overload

a) 150% of rated current 5 min.

b) 120% of rated current 30 min

220

Signature of Contractor Signature of Purchaser

6 Rated voltage 36 kV rms.

7 Type of disconnect (AB) Double break centre pole rotating

8 Rated normal current (A. rms) 200 Amp.

9 Short time current (KA) 17.5

10 Special requirements a) Earthing blades shall be capable be

cable to discharge the trapped charges

of the line

b)Isolator main switch shall be required

to make or break the line charging

current when no significant change in

voltage occurs across the isolating

distance on account of make or break.

11 Basic insulation level

i. Lightening impulse withstand

voltage to earth.

ii. Rated power frequency withstand

voltage to each

170 kV

70 kN

12 Min. creeping distance 840 mm or 900 mm

13 Phase to phase spacing for

installation

1500 mm

14 Height of centre line of terminal Pad

above ground level

Min 3885 mm

The isolator shall be three phase manually gang operated, horizontal, double break type

with turn and twist type moving blades and with gang operated vertical break earth blades.

The isolators shall be equipped with hot dip galvanised channel iron base, post type

insulators suitable for pedestal type mounting, self aligning copper or copper alloy, heavily

tinned high pressure contacts. The shape of the contacts shall such as to avoid pitting

caused of earthing blades and contacts shall be the same as those of main switch and

moving contacts respectively.

Cross sectional area of earthing blades and contacts shall not be less than 50% of cross

sectional area of main blades and contacts. The earthing blades shall have the same short

circuit rating (thermal and dynamic)as that of main switch.

221

Signature of Contractor Signature of Purchaser

The insulator shall be made of homogenous and vitreous porcelain of high mechanical and

dielectric strength. It shall have sufficient mechanical strength to sustain electrical and

mechanical loading. All moving parts shall be suitably balanced so that switch operates

smoothly and is thoroughly controlled at all stages of closing or opening movements without

vibration or shock. Means shall be provided on all devices for taking up the lost motion in

opening mechanism and for adjusting the travel at each blade independently. The isolator

shall remain in position in case of heavy shocks due to earthquake.

Isolator shall be provided with manually operated operating mechanism, gang operated

through crank and reduction gear, for main switch and lever /hand on the operating shaft for

earth switch. The isolator shall be operated with minimum force and ease. The operating

mechanism shall provide quick, simple and effective operation. The operating mechanism

shall be suitable to hold the main switch and earth switch in closed or opened position at

any circumstances. Operating mechanism shall be equipped with four numbers of NC and

four numbers of NO contacts and separate and reliable auxiliary switches exclusively for

purchasers inter locking and protection scheme. Separate operating box shall be provided

for earth switch. Provision for electro mechanical locking for open or close position of earth

switch shall be provided. Auxiliary switches indication circuit and provision for electrical

interlocking shall be provided in the control circuit of earth switch.

Following interlock shall be provided :

1) Isolators and earthing switches shall be provided with padlocking to lock them in

fully open or fully closed positions. Padlocks shall be supplied with the isolators.

2) Isolator and earthing switch shall be mechanically interlocked such that it will not be

possible to close the earthing switch when the isolator is in closed position and vice –

versa.

3) Isolators shall be provided with fail safe electrical interlocking feature with circuit

breaker. A separate by pass switch shall be provided on the local control cabinet to

facilitate emergency manual operation of isolator.

4.) In addition to electrical interlock “Castel” key type shall be provided.

Earthing :

Flexible copper connections shall be provided between rotating earth blades and the frame

which shall have a cross section of at least 50 mm and shall be tinned or suitably treated

against corrosion.

222

Signature of Contractor Signature of Purchaser

The frame of each disconnector and earthing switch shall be provided with two reliable

earthing terminals for connectors to the Purchaser’s earthing conductor/flat so also clamping

screw suitable for carrying specified short time current.Flexible ground connections shall be

provided for connecting operating handle to the earthing flat. The diameter of clamping

screw shall be at least 12 mm.The connecting point shall be marked with earth symbol.

Instrument transformers:

The insulation of the instrument transformer shall be so designed that the internal insulation

shall have higher electrical withstand capability than the external insulation. The dielectric

withstand values specified in this specifications are meant for fully assembled instrument

transformer.

The porcelain housing shall be of a single piece construction without any joint or coupling

.The housing shall be made of homogenous vitreous porcelain of high mechanical and

dielectric strength. The vertical clearance of porcelain housing shall be at least 450nm.

Insulating oil required for first filling of the instrument transformers shall be covered in

supplier’s scope of supply. The oil shall meet the requirements of latest IS-335.

The instrument transformers shall be vacuum filled with oil after processing and thereafter

hermetically sealed to eliminate breathing and to prevent air and moisture from entering the

tanks.

The instrument transformers shall be complete with all fittings, drain and sampling valves,

earthing terminals, terminal box etc and shall withstand satisfactorily dielectric test voltage,

corresponding to basic insulation level.

Instrument transformers provided with nitrogen cushion for compensation of oil volume

variation shall be provided with prismatic type of oil sight window at suitable location so that

the oil level is clearly visible with naked eye to an observer standing at ground level. If metal

bellow is used for the above purpose a ground glass window shall be provide to monitor the

position of metal bellow.

For compensation of variation in volume of the oil due to temperature variation nitrogen

cushion or stainless steel bellows shall be used. Rubber diaphragms shall be permitted for

this purpose.

Metal tanks of instrument transformers shall be provided with two separate earthing

terminals for bolted connection by 50 X 8 mm flats for connection to station earth.

Instrument transformers shall be provided with suitable lifting arrangement to lift the entire

unit. Lifiting arrangement (lifting eye) shall be positioned in such a way so as to avoid any

223

Signature of Contractor Signature of Purchaser

damage to the porcelain housing or the tanks during the process of lifting for installation /

transport. The general arrangement drawing shall show clearly the lifting arrangement such

as lifting type, guide etc.

Suppliers shall check adequacy of CT & PT parameters for the type of protections and

metering offered and confirm the same by furnishing detailed calculations for CTs and PTs,

knee point voltage, CT secondary resistance, VA, burden etc.

Current Transformers:

Current transformers shall be as per technical specifications given below:-

1 Type of C.T./Installation : Single phase /Dead

Tank/outdoor/oil filled &

Hermetically sealed

2 Type of mounting Pedestal type

3 Suitable for system frequency 50Hz

4 Method of earthing the system to be

connected to

Effectively earth.

5 Rated continuous current(A) 120% of the rated primary

Current

6 Acceptable limit of temperature rise

above the specified ambient temperature

for continuous operation at rated current

As per IS 2705

7 Current ratio 200/ √1/√1/√1 for protection

and metering purpose.

8 Rated insulation class(KV r. m. s) 36 kV (r. m. s.)

9 Basic insulation level(KVP) 170 kV (r. m. s.)

10 One min. dry power frequency withstand

voltage primary(KV r. m. s)

70 kV (r. m. s.)

11 Power frequency over voltage withstand As per clause 7.4 and 7.5 of

224

Signature of Contractor Signature of Purchaser

requirement for secondary winding (KV r.

m. s)

IS-2705(Part-1) 1981.

12 Minimum creepage distance of porcelain

Housing (mm)

900

13 Rated short time current (kA r. m. s)

17.5

14 Core Details

Core No I II III IV

Purpose Protection Protection Metering Spare

Burden(VA) 30 30 30 30

Class of 5P10 5P10 0.5 5 P 10

accuracy

Note:

The above characteristics of CT are tentative and these will be provided as per the final

requirement of control and protective equipment included in the scope of this tender.

The C.T. secondary terminals shall be brought out in a weather proof terminal box .The

terminal box shall be provided with a removable gland plate and

Glands. Polarity shall be invariably marked on each primary & secondary terminal. Facility

shall be provided for short circuiting and grounding of the C.T. secondary terminals inside

the terminal box.

The cable glands shall be suitable for 1100 Volts grade, PVC insulated, PVC sheathed

multicore 4 Sq. mm Stranded Copper conductor PVC cable. The terminal box shall be dust

and vermin proof. The C. T. characteristics shall be such as to provide satisfactory

performance for burdens ranging from 25% to 100% of rated burden over a range of 10% to

100% of rated current in case of metering CTs & up to the accuracy limit factor / knee point

voltage in case of relaying CTs.

Potential Transformers ;

The potential transformer shall be as per technical specification given below.

1. Type : Single phase / outdoor type / oil filled

and hermetically sealed.

225

Signature of Contractor Signature of Purchaser

2. Type of mounting : Pedestal type.

3. Rated voltage factor : 1.5 for 30 seconds

4. Core details and purpose : core – I for metering

core – II for protection

5. Class of accuracy : 0.5, PS

6. Voltage ratio : 33KV/110V/110V

√3/ √3/ √3 7. Rated voltage (KV r.m.s.) : 36

8. Basic insulation level (KVP) : 170

9. One minute dry power

frequency withstand voltage

(KV rms)

a) primary terminal : 70

b) secondary terminal : 2

10. Min. creepage distance (mm) : 900

11. Burden (VA)

Core – I 100

Core – II 100

The P.T. Secondary terminals shall be brought out in a weather proof terminal box . The

H.R.C. fuses meant four protection of secondary windings shall also be located in the

terminal box . The terminal box shall be provided with removable gland plate & gland

suitable for 1100 volts grade PVC insulated, PVC sheathed multicore 2.5 sq.mm stranded

copper cable.

The terminal box shall be dust & vermin proof. Polarity shall be invariably marked on each

potential transformer at the secondary terminals in the terminal box.

The N-end of primary shall be connected to earth through a link which can be removed for

testing purposes.

Lightning arresters

The lightning arresters shall be as per specification given below:

1. Type Heavy duty metal oxide gapless units suitable

for outdoor installation , it consists of non liner

226

Signature of Contractor Signature of Purchaser

blocks of matel oxide assembled in series in

follows porcelain or polymer insulator station

class

2. Installation Outdoor

3. Nominal system voltage 33KV

4. System highest Voltage 36KV

5. Rated voltage of arrester 30KV

6. Rated frequency 50 Hz

7. No.of phase 3

8. System neutral earthing Effectively earthed system

9. Nominal disCharge current 10 kA

10. Maximum line to earth voltage Not exceeding 80% of highest

system voltage of 36 KV

11. Mounting Pedestal

12. Equipment to be protected Power transformers, 33KV

Switch gear equipment &

33KV transmission lines.

13. Maximum 1.250 impulse 110.5 kV

Spark over voltage (KV peak )

14. Wheather overhead shield wire Provided

on switchyard equipment

provided

227

Signature of Contractor Signature of Purchaser

Lighting arrester shall be equipped with surge counter, & insulating base.Arrester shall

ensure endurance for discharging multiple strokes, long duration discharges & switching

surges. The arrester units shall be perfectly sealed to prevent atmospheric influences.

Galvanised steel structures for Switchgear equipment

The galvanised steel structures shall be of lattice type of fabricated construction. They shall

be hot dip galvanized. The quality of hot dip galvanising shall be determined by tests given

in IS728-1959 “Method for determination of weight, thickness & uniformity of coating on

Galvanised articles other than wires & sheets.” All punching / drilling work shall be

completed & the burns shall be removed before putting the members for galvanising.

The structure for each equipment shall be complete with necessary bolts, nuts, washers

ect. for foundation & also for mounting of equipment.

All the structures shall be designed to withstand for the following conditions:

1) Wind pressure in any horizontal direction of 150 kg/Sq. mm on 1.5 times the

projected area of each member of one face of built up column & on net area of other

portions of the structure. On all the conductors & insulators carried by the structure,

the wind pressure shall be allowed at the rate stated above on 2/3 times the

projected area.

2) Gravity loading: This will consist of the dead weight of all conductors & apparatus &

apparatus ‘carried by’ the structures including structure’s own dead weight.

3) Tension loading:

Tension in the conductor and ground wire shall not exceed 900 kg.

4) Factors of safety :

All structures must be designed with a minimum factor of safety of 2.5 under the

maximum conditions of loading referred above, based on the yield points of the

materials.

The quantity of steel structure mentioned under class 6.2.2(6) is tentative .The

payment will be made @ unit rate on the basis of the actual quantity arrived after

detailed design.

Bus bar material for Switchgear equipment

228

Signature of Contractor Signature of Purchaser

a) Conductor

The conductor shall be stranded ACSR MINK & shall conform to relevant Indian or

British Standard Specification .

b) Clamps

The various clamps required shall conform to the following specification :

The clamps shall be of low grade aluminium alloy ,complete with nuts-bolts, washers

.The joints between the copper terminal & ACSR conductor shall be ensured through

bi-metallic plates. Sufficient contact pressure should be maintained to ensure low

contact resistance but not so great as to cause relaxation of the joints by cold flow.

The design of the joint between the clamp & the conductor or equipment terminal

should be such that the pressure is maintained within the said range under all

conditions of services.

To avoid excessive local pressure ,the contact pressure should be evenly distributed

by use of pressure plates or washers of adequate area & thickness .

All the edges & corners shall be rounded off to avoid corona effect due to

sharpness.

Bimetallic joints should be protected from the effects of electrolytic action.

The resistance of the clamps shall be very low.

c) Bushings

The high voltage bushings used in circuit breaker , instrument transformers & other

equipments covered in these specifications shall conform to the latest edition of

British Standard Specification NO.BS 223 or equivalent Indian Standard

Specification 2099.

The ratings of high voltage bushings shall be properly co-ordinated with the rating of

equipment for which they are to be used

The bushings shall be of porcelain oil filled condenser type & shall have ample

insulation ,mechanical strength & rigidity for satisfactory operation under climatic

conditions specified in clause No. 6.3 oil filled bushings shall be free from oil leakage

& shall be provided with suitable sight gauge to show the oil level in the bushing

.Approved means shall be provided to ensure that the correct oil level is maintained

.It shall be provided with convenient means for sampling & draining the oil .The

bushing shall be designed to prevent accumulation of explosive gases & to provide

adequate oil circulation to remove internal heat .The bushing shall be so designed

229

Signature of Contractor Signature of Purchaser

that there will be no undue stress on any part due to temperature variations.

Adequate means shall be provided to accommodate expansion of the oil.

The bushing shall be entirely free from radio disturbances when operating at voltage

up to 10% above the rated voltage & shall be free from Corona effects. All bushings

shall be equipped with suitable terminals or approved type & size.

The porcelain used in construction of busing shall be homogeneous, free from

laminations, hair cracks cavitation & other flaws or imperfections that might be

thoroughly vitrified, tough & impervious to moisture, the glazing of the porcelain shall

be free from imperfections such as blisters & burns.

d) Insulators :

All post suspension & tension insulators as required for 33KV switchgear & other

connections shall conform to Indian Standard Specifications.No.731:1971 with latest

amendment, thereof .The tension & suspension fittings(Hardware) shall be as per IS

2486 (Part I & II ) 1971 with insulation level as 170 KV peak & one minutes power

frequency withstand voltage 70 KV r.m.s.

All the insulators shall be complete with necessary hardware fittings. The suspension

& tension insulators shall be so arranged that the maximum loading on them does

not exceed 200Kg & 900Kg.respectively.Every suspension & tension insulator string

for 33KV system shall be provided with arcing horns both on the conductor & disc &

at the structure & disc. The design & location of the arcing horns shall be such that it

will reduce the liability of damages to the conductor, clamps & insulator under all

flash over conditions & it shall not present a foot –hold or porch for large birds. The

design of arcing horns together with complete description & data shall be submitted

to the purchaser for approval before use.

The porcelain shall not engage directly with hard metal & where necessary an

approved yielding material shall be interposed between the porcelain & fittings. All

Fixing material used shall be of approved quality & applied in an approved manner &

shall not enter into chemical action the metal parts or cause fracture by expansion in

service. Where cement is used as fixing medium, cement thickness shall be taken to

correctly centre & locate the individual parts during cementing.

230

Signature of Contractor Signature of Purchaser

The arrangements of connections & methods of joining them to the apparatus shall

be such that the expansion or contraction of the connections shall not subject the

associated apparatus to any stress.

Joints between bus & tee off connections shall securely clamp the conductor & at the

same time provide ample contact surface for carrying the full rated current of the

equipment. The design of the joints & connectors shall facilitate the breaking of these

joints when required. Special care shall be taken to avoid the possibility of any

electrolytic action between conductors, clamps & materials of the apparatus. The

connector should be bimetallic wherever necessary.

As the ACSR conductor is to be used for switchyard connections, suspension

insulators, strings, clamps, jumper connections etc. shall be suitable for connections

between ACSR conductors. Two sets of earthing rods for 33KV shall be provided for

temporary earthing of the bus conductor or circuit connections during outage &

repairs.

Any other minor items, forming the part & parcel of bus bar material shall be deemed

to be included in the scope, though not specifically stated here.

Earthing Materials : For Switchgear equipment

The Contractor’s scope of earthing work shall be as under :

i) To inter-connect the earthing terminals of equipment ( which are in his scope) with

the station earthmat by proving a suitable M.S. flat for the said interconnection.

ii) To provide the earth wire (lightening shield wire) on the top of towers and earth mask

to protect the outdoor equipment from the strokes of lightning. The size of this wire

shall be 7/8 SWG and shall be hot dip galvanised, brand new, best quality.

iii) To provide the various clamps as required for fixing the earthwire on top of towers. It

shall be noted that the earthing is to be provided for each of the following apparatus :

a) All structures and steel works, the base of all equipment and control gear etc.

b) All metal casings or metallic coverings of the electrical apparatus.

231

Signature of Contractor Signature of Purchaser

The earthing shall conform to IS 3043. Bidder shall note that in carrying out the

earthing work, no welding of any M.S flat shall be made on the galvanised steel

structures.

The quantity covered under the scope of earthing material shall be to suit the

equipment layout generally as shown in the drawings.

Junction Boxes/Marshalling boxes for Switchgear equipment

Each equipment shall be provided with a junction box as near as possible to the equipment.

In addition one marshalling box for each bay shall be provided. Boxes shall be fabricated

from sheet metal steel and shall be outdoor type, weather and vermin proof with hinged door

and lock. They shall be duly painted from inside and outside as per standard industrial type

painting.

Each box shall have detachable gland plates for incoming and outgoing cables. Each box

shall contain adequate terminal strips for cable connections. The terminals shall be of

ELMAX-10 type or equivalent.

Control and Relay panels :- construction details

Panels shall be free standings floor mounting type and shall be simplex design with doors at

the rear. For the control transformers, Bus sections, incoming and outgoing feeders,

different types of control and relay panels shall be offered. All the panels shall be of same

height of 2250 mm.

Panels shall be made of rigid welded structural frames, enclosed completely with smooth

finished hot rolled sheet steel of thickness not less than 2 mm. For front, rear, sides, top and

bottom portions. There shall be sufficient reinforcement to provide level surfaces, resistance

to vibration and rigidity during transport and installation. Panels shall be completely metal

enclosed and shall provide a degree of protection not less that IP 30 in accordance with IS

2147.

Each simplex panel shall be provided with hinged full doors at the back. The doors shall be

provided with 3 point locks operated by suitable handle. Bottom plates of the panels shall be

provided with removable gland plates to allow cable entries from the bottom. Gland plates

shall be suitable for fixing the cable glands at an elevated height of at least 200 mm above

the base frame.

232

Signature of Contractor Signature of Purchaser

Design, material selection and workmanship shall be such as to result a neat appearance

both inside and outside, with no welds, rivets or bolt heads apparent from outside. Steel

sheets shall be suitably treated to achieve neat appearance and long life Final painting of

panels shall be done with synthetic enamel paint of light gray colour to shade No. 631 as per

IS – 5 for exterior and white for interior

Wiring, Fuses and Terminal Blocks

All wiring shall be carried out with 1100 volts grade, single core, multistrand, flexible copper

wires with PVC insulation. Conductor size shall be 4 sq. mm (min) for C.T. circuits and 2.5

sq. mm for other circuits wiring thoughs may be used for routing the cables. Wire

numberings and colour code for wiring shall be as per IS- 375.

Terminal connectors for control wiring shall be stud type, made of brass. Terminal blocks

shall be of clip on design made out of non trackable insulating material of 1100 V grade. At

least 20% spare terminals shall be provided on each terminal block.

All fuses, if used, shall be HRC cartridge type, mounted on plug-on type fuse bases. Fuse

bases shall have imprints of the fuse rating and voltage. No fuse shall be provided on DC

negative and AC neutral. Links shall be provided for DC negative and AC neutral. Bidders

may alternatively offer MCBS/MCCBS in place of fuses.

All front mounted as well as internally mounted items including fuses shall be provided with

individual identification labels. Labels shall be mounted directly below the respective

equipment and shall clearly indicate the equipment designation.

Lamps/Heater and Earthig :

Each panel shall be provided with one cubicle illumination lamp controlled by door operated

switch. Space heater along with control switch shall also be provided in each panel. Both the

lamp and the heater shall be suitable for 240 volts, single phase, A.C. operation. One five

Amp. Three pin socket along with control switch shall be provided in each panel.

Each panel shall be provided with earth bus of size 25 X 3 mm (min). The earth bus shall be

of copper. All metallic cases of relays, meters, instruments, etc. shall be connected to this

bus independently

Bill of material for each Panel.

233

Signature of Contractor Signature of Purchaser

Bill of material for Incoming feeder, Transformer feeder and Outgoing feeder control and

relay panels shall be as follows :

Sr.

No

Description 33 KV Incoming,

Outgoing feeder

Control Panel

(Quantity per

panel)

Transformer relay

and control panel

(Quantity per

panel)

1 2 3 4

1. Circuit label 1 No. 1 No.

2. Ammeter 96 mm2 2400 scale 1 No. 1 No.

3. Voltmeter 96 mm2 2400 scale 1 No. 1 No.

4. Ammeter selector switch 1 No. 1 No.

5. Voltmeter selector switch 1 No. 1 No.

6. Discrepancy control for C.B. 1 No. 1 No.

7. Local/Remote selector switch 1 No. 1 No.

8. Amber indicating lamp for Trip.

Circuit healthy

1 No. 1 No.

9. Push button for Trip circuit healthy

test

1 No. 1 No.

10. White indicating lamp for spring

charged.

1 No. 1 No.

11. Mimic diagram section 1 set 1 set

12. Triple pole non directional combined

O/C & E/F relay (IDMTL 3 second

relays)

- 1 set

13. Local breaker back up relay 1 No. -

14. Alarm scheme consisting of alarm

Relay, auto trip indicating lamp &

Accept/ Reset push button

1 Set. 1 Set.

15. Alarm bell 1 No. 1 No.

16. P.T. Fuse fail indicating lamp 1 set -

17. Space heater along with control

switch

1 set 1 set

234

Signature of Contractor Signature of Purchaser

18. Cubicle illumination lamp

Along with door operated control

switch

1 set 1 set

19. T.N.C. Switch for C.B 1 No. 1 No.

20. Power plug along with control switch 1 set 1 set

21. Wiring along with H.R.C fuses

MCB/MCCB terminal blocks &

Terminal connectors

1 set 1 set

22. Flasher relay for discrepancy switch 1 set 1 set

23. 33 KV breaker trip circuit

supervision relay

1 No. 1 No.

24. Breaker lockout relay for SF-6 gas

density

1 No. 1 No.

25. Six way alarm / facia blocks 3 Nos. 2 Nos.

26. High speed trip relay 1 No. 1 No.

27. Relay for D.C. fail supervision with

push button, bell, lamps etc.

1 set. 1 set.

28. Frequency meter 1 No. -

29. Indicating MW meter 1 No. -

30. KWH meter and RKVAh meter with

reverse running stop.

1 No. -

31. Percentage biased differential relay

(without harmonic restraint)

- 1 No.

Note : i) All the relays should be Numerical type.

ii) All necessary Auxiliary relays, matching C.Ts/P.Ts, indicating

lamps, flicker relays etc. shall be deemed to be included in the scope of

supplier so as to complete the scheme in all respect.

iii) It is not obligatory on the part of the bidder to provide three/ four separate

panels for accommodating all controls / Protections / annunciations as given

in the bill of material . Bidder can offer one panel with three/ four

compartments / sections in order to accommodate all the items covered in the

bill of material.

235

Signature of Contractor Signature of Purchaser

Scheme Features

Trip circuit supervision scheme shall be provided in circuit breaker. The scheme shall be

such that it will be possible to test the healthiness of the trip circuit irrespective of whether

the breaker is in the closed or open condition.

Discrepancy switches shall be with built in lamps. The scheme shall be such that when the

circuit breaker is “ON” and the switch is in close position and also when the circuit breaker

and the switch are both in “OPEN” position, the lamps shall be OFF whenever there is

discrepancy between breaker position and the switch position, the lamp shall flash till the

time the switch is reset. Flasher relay used be of reputed make, Discrepancy switch shall be

robust enough & shall be of reputed make, accepted by the Purchaser. In case the switch

does not have adequate contacts, suitable auxiliary relays shall be included in the scope.

When one of the P.T fails, the same shall be indicated automatically by the “P.T. fail”

indicating lamps.

Mimic Diagram

Mimic diagram depicting the bus and the relative position of circuit breakers and isolators

shall be provided on each control panel. Mimic diagram shall be neatly painted with traffic

yellow colour to shade No. 388 as per IS-5. The mimic shall have 105 mm. Width.

Discrepancy control switch for the circuit breaker shall be mounted within the mimic,

indicating the circuit breaker position.

6.6 kV XLPE and L.T. Cables :

The cables shall conform to the technical particulars and specifications given below :

A) 6.6 kV XLPE Cables :

i. Voltage grader - 33/6.6 kV(E)

ii. Impulse level - 75 kVP

iii. Nominal area of conductor - 300 sq.mm, 240 sq. mm

iv. No. of Core - Single Core

v. Conductor material - Compacted, stranded,

electrical grade, high conductivity

Aluminium. wires.

vi. Type of Insulation - Cross linked polyethylene

236

Signature of Contractor Signature of Purchaser

(XLPE) insulated.

vii. Screening - Conductor screening and the

insulation screening as per IS-

7098.

viii. Armoured or Unarmoured - Unarmoured

ix. Cables to be used in

Earthed or unearthed system- Earthed System

x. Conductor Joints - It should be noted that no

joints are allowed for entire drum length

of a cable.

xi. Drum Length and Tolerance in Length of each drum :

The quantity of cables specified is approximate. The exact quantity, however which

is to be decided based on final layout of equipment and cable routing shall be

supplied. Payment shall be made on the basis of rate accepted in the contract and

actual quantity of cable work executed. The aforesaid cable shall be wound on

suitable number of drums without any intermediate joints. The drums on which the

cable is supplied shall be non returnable and shall be the property of the Purchaser.

xii. Cable Routing :

The cables are to be laid in air on cable trays/support. For short length cables are to

run through trench i.e. in switchyard area. However over major part of route length,

the cables are to run on cable racks open to atmosphere.

B) L.T. Power and control cables

i) The cables shall be of 1.1 KV grade PVC insulated. The conductor

for power cable shall be of Aluminum and Copper for control cables. The cable shall

conform to relevant IS . For control cables conductor size shall be of 4 sq. mm for

C.T. circuits and 2.5 sq. m for other control circuits. For L.T. power cables conductor

size shall be decided as per the current rating requirement. All control cables shall be

unarmoured and L.T power cables shall be armoured.

4 Core of 3 ½ core Red, Yellow, Blue & Black

( reduced neutral core shall be black)

5 Core Red, Yellow, Blue, Black and

237

Signature of Contractor Signature of Purchaser

Gray.

For cables having more than 5 core, two adjacent core (counting core and direction

core) in each layer shall be blue and yellow respectively and remaining cores gray.

ii) Conductor Joints :

It shall be ensured that no conductor joints are allowed for entire length of each cable

drum.

iii) Cable Quantity:

The complete quantity of L.T. power and control cables required for the

following shall be included in the scope of supplier :

i) For interconnection between various equipment, Junction boxes, Marshalling

Boxes in 33 KV Switchyard.

ii) For interconnection between Switchyard equipment and transformer relay

and incoming feeder control panels located in Pump House Control Room.

iii) For interconnection between Marshalling Boxes of Power transformers and

transformer relay panels for following protection and annunciations.

a) Oil level low (alarm)

b) Winding temperature- high (alarm), too high (trip)

c) Oil temperature – high (alarm), too high (trip)

d) Bouchholz –(Alarm), (trip)

e) Protection described against bill of material.

iv) For interconnection between DCDB and ACDB ( both inside and pump

house) and Switchyard equipment for AC and DC power supply required for

operation of auxiliary electrical equipment of switchyard.

v) The scope shall cover engineering work of preparation of cable schedule and

cable termination schedule which are to be approved by the Engineer. The

cable schedule shall contain the following.

i) Size of cable

ii) Identification number

iii) Reference drawing number

iv) Equipment reference (i.e from equipment to equipment)

v) Purpose of interconnection e.g. power supply, alarm,

annunciation, metering, trip, close, interlocking etc.

vi) Approximate length of cable.

238

Signature of Contractor Signature of Purchaser

vii) In case pf spare cable, the term spare shall be used.

The cable termination schedule shall contain the following details :

i) Cable number.

ii) Equipment reference drawing.

iii) Equipment terminal markings for individual cores.

iv) Apparatus reference number of equipment.

v) Equipment reference.

v) Cables shall be laid on the cable trays provided on cable racks.

While laying cables shall be so handled that there is no damage to any cable.

For this purpose , suitable rollers shall be used.

The clamps to be provided for L.T. power and control cables shall be

fabricated from Aluminum flat of 16 gauge thickness and 30 mm width with

holes drilled for fixing to the cable trays by means of bugadi nuts and bolts.

vi) The work of termination is confined to the terminal equipment where the

cables are to be connected and shall comprise of making gland holes, fixing

the glands of appropriate size and specified types.

When the gland plates are provided in the panel, the Contractor shall have to

drill suitable holes in the gland plate for fixing of glands.

The cable glands shall be made up of brass with nickel coating and complete

with checknuts etc. The termination work shall consist of slicing the outer

sheath insulation for separation of core, combing of cores, belting the cores

by plastic belting straper / Nylon cords, fixing the core identification ferrule as

per the cable termination schedule, crimping the terminal lugs and fixing to

the terminals,. The lugs shall crimping type copper lugs for control cables and

Aluminium lugs for L.T. Power Cable.

vii) After laying and termination of the cables, the Contractor shall have to check

the continuity of all the cores, correctness of all be connections as per wiring

diagram, polarity of power cables and proper earth connections of cable

glands, cable boxes, armour and metallic sheath and also shall have to carry

out insulation resistance test by using 500 V megger, D.C. test voltage after

installation (before commissioning ) shall be carried out as per IS 1255-83.

239

Signature of Contractor Signature of Purchaser

vii) All the tools and tackles such as stand/jacks, rollers etc. for laying of cables

and clamps, aluminum cable clamps for fixing cables shall be included in the

scope of the supplier. The materials such as cable glands, tags, ferrules,

cable terminal lugs etc. for termination work and tools/tackles and testing

instruments shall also be included in the scope of the supplier.

Packing and Marking

The XLPE and L.T. PVC Cables shall be supplied in specified length with tolerance

of 5% over total required quantity.

The packing may be in accordance with the manufacturers standard practice but

acceptable to the insurance Authorities. The inner or take off ends of each cable

shall be sealed and enclosed under a metallic cap for its protection against

damages.

The care shall be taken that the drum is sufficiently strong for the protection of cable

during transit. The drum shall be securely battened.

The items of cable which are in less quantity should be supplied in one lengths on

the drum. The marking shall be done on the drum, containing the following

information:-

i) Trade name; if any.

ii) Name of the manufacture

iii) Name of project

iv) Nominal sectional area of the conductor

v) No. of core

vi) Type of the cable and voltage grade

vii) Length of the cable in meters

viii) Address of consignee

ix) Gross weight

x) Direction of rotation of drum for unwinding the cable.

xi) Year of manufacture.

G.I. PERFORATED CABLE TRAYS AND ACCESSORIES

240

Signature of Contractor Signature of Purchaser

G.I. perforated cable trays and accessories should be manufactured from 14 SWG of

steel sheets/rolled sheets duly punched for perforation.

The galvanising of cable trays should be by hot dip method and shall be of best

quality. There should not be any burrs or uneven surfaces on the galvanised cable

trays on account of the provision of the slot, perforation or on account of cutting of

trays during manufacturing as this may damage the cables during installation.

Each cable tray should be of 2.5 m length and should have side edge of 20 mm on

both of its side. The trays shall be fixed /erected on M.S. Angles ,by means of G.I.

Nut /Bolts (Bugadi bolts and nuts) of 8 mm size.

The perforation of tray should be of size 10 mm x 20 mm elliptical for proper

ventilation of cables laid on the trays and also for fixing the trays with cable racks by

means of nut /bolts.

The cable trays should have good perforation against atmospheric conditions like

rain , sun and humidity. The bidder while making offer, shall carefully consider the

service conditions, given in detailed technical specification for continuous trouble free

and long life durability of G.I. cable trays , especially about the galvanising process.

Galvanising

The Galvanising to the cable trays and accessories shall be applied by hot dipped

process. The quality of hot dipped galvanising shall be in conformity with relevant IS

/Code of practice.

The weight of zinc coating shall be equivalent/not less than 610 gms. of zinc per sq.

mtr. of surface. The zinc coating shall be smooth, clean and uniform thickness and

free from defects. The preparation of galvanising itself shall not adversely affect the

mechanical properties of the coated material.

All drillings , punching, cutting, bending of parts shall be completed and all burrs shall

be removed before the galvanising process is applied.

Cable Racking :

The cables shall be laid in trenches over the galvanised trays supported by M.S.

Angles of sufficient size inside the switchyard. From switchyard to pump house

cables shall be laid on cable trays placed on cable rack supported by M.S. channels

241

Signature of Contractor Signature of Purchaser

of size 100 mm. about 1.5 m above the ground level channels (supports) shall be

spaced at about 1 m. interval 3.3 KV Power cable, L.T. power cables and control

cables shall be laid on separate cable trays in tiers. The details of laying/clamping

arrangement shall be subject to approval of the Purchaser. The cable trenches and

cable spreader area is to be covered by M.S. chequerred plate 7.00 mm thick. The

chequerred plates will rest on M.S, angle 50 X 50 X 6 mm fixed on both top ends of

cable trench.

The M.S supporting arrangement shall be finally painted with aluminum paint after

applying one coat of red oxide.

All the material for laying, clamping and earthing etc. shall be included in the scope

of supplier.

Cable laying and Termination work

The scope of work shall cover the following :

1) Engineering work for preparation of cable schedule and cable termination schedule

of the equipment included in this bid document.

2) Laying of various L.T power and control cables and 6.6 kV XLPE cables.

3) The termination work shall comprise of making the gland holes, fixing the glands of

appropriate size and specified types, separating the cable cores by slicing the outer

sheath insulation, combing of cores, belting the cores by plastic belting straper/

Nylon cords, fixing the core identification ferrules, crimping the terminal lugs and

fixing to the terminals as per the cable termination schedule approved by the

purchaser.

Tools and Tackles :

All the tools and tackles such as stand/ jacks, rollers etc. for laying of cables and clamps,

aluminum cable clamps for fixing cable shall be included in the scope of the supplier. The

material such as cable glands, cable termination kit for 6.6 kV XLPE cables, tags, ferrules,

cable terminal lugs etc. for termination work and tools/tackles and testing instruments shall

also be included in the scope of the supplier.

Cable Schedule :

The cable schedule shall contain the following details :

i) Size of cable

242

Signature of Contractor Signature of Purchaser

ii) Identification number

iii) Reference drawing numbers

iv) Equipment reference i.e.( from equipment to equipment)

v) Purpose of interconnection e.g. power supply, alarm, annunciation, metering, trip,

close, interlocking etc.

vi) Approximately lengths of cable.

vii) In case of spare cable, the term spare shall be used.

Cable termination Schedule :

Cable termination schedule shall contain the following details :

i) Cable number

ii) Equipment reference drawing

iii) Equipment terminal marking for individual cores

iv) Apparatus reference number of equipment

v) Equipment reference

The work of cable laying :

Cables are to be laid on the cable trays in cable trenches and cable racks. While

laying, cables shall be so handled that there is no damage to any cable. For this

purpose, suitable rollers shall be used.

The clamps to be provided for L.T. power and cables shall be fabricated from the

aluminum flat of 16 gauges thickness and 30 mm width with holes drilled for fixing to

the cable trays by means of bugadi nuts and bolts. The 6.6 kV XLPE cables shall be

laid on two open racks in air. Each rack shall contain four single core cables. The

cables shall be fixed by the help of aluminum clamps. Clamps shall be included in

the scope of the tender.

Work of cable termination :

i)L.T power and control cables :

The work of termination is confined to the terminal equipment where the cables are

to be connected. When the gland plates are provided in the panel, the Contractor

shall have to drill the suitable holes in the gland plates for fixing the glands. The

cable glands shall be made up of brass with nickel coating and complete with check

nuts etc.

After slicing the cable sheath for separation of core, all the cores shall be dressed,

combed and belted properly.

243

Signature of Contractor Signature of Purchaser

Each cable core shall be fixed with the core identification ferrules as per cable

termination schedule. After fixing the ferrules, the cable core ends shall be prepared

for fixing the lugs. The lugs shall be crimping type copper lugs for control cables.

ii) 6.6 kV XLPE Cables :

The work of termination for 1 C X 300 sq. mm. 6.6 kV Aluminum conductor, XLPE

cables ( one cable per phase) shall be used for interconnection between 6.6 kV H.T.

panels (located in pump house) and L.V. side of 6.3 MVA power transformer (

located in outdoor switchyard). Termination to be done shall be of heat shrinkable

type or any other approved type. The end termination kit shall be included in the

scope of supplier.

Testing of the cables :

i) After laying the cables, the Contractor shall have to carry out the

following tests :

a) Continuity test

b) Insulation resistance test.

Cable voltage grade Megger rating

1.1 kV 500 V

6.6 kV 1000 V

ii) After termination of cables:

The Contractor shall have to check the continuity of all the cores ,

correctness of all the connections as per wiring diagrams,

correctness of polarity of power cables and proper earth connections of cable glands

,cable boxes armour and metallic sheath. Apart from tests specified as above the

Contractor shall have to carryout H.V test of 3.3 KV XLPE cables.

iii) Testing of cable installation :

D.C. test volage after installation ( before commissioning) shall be carriedout as per

IS 1255-83.

Power Transformers :

Type and Rating :

The details regarding type and rating together with other data of each transformer

shall be as specified at Sr. No/ 1 to 30 below :

1. Rated capacity (MVA) 6.3 MVA

2. Type 3 phase Outdoor core type

3. Rated voltage kV 33/6.6

244

Signature of Contractor Signature of Purchaser

4. Frequency 50 Hz (+ 3% to -5 %)

5. Type of transformer Oil immersed type with

mineral oil

6. Installation Outdoor

7. Type of cooling ONAN

8. Rated voltage

H.V winding kV 33

L.V. winding kV 6.6

9. Type of Tap Changer On load tap changer on H.V

side in steps of 1.25% in 16 equal steps

from +5% to – 15 %

10. Highest voltage of equipment

H.V. side kV (r.m.s.) 36

L.V side kV (r.m.s.) 6.6

11. Vector group Y No Yno

12. Method of earthing ( H.V side) Neutral Effectively earthed.

13. Method of earthing ( L.V side) Neutral Effectively earthed.

14. Type of H.V. terminal 36 KV class porcelain bushings with

plain sheds

as per IS:3347

15. Type of L.V. terminal Cable end box suitable for

connection to XLPE cables and with air

insulated disconnecting/ isolating

chamber.

16. Insulation levels of Bushing

and winding

H.V. kV (peak) 170

L.V. kV (peak) 60

17. Rated short duration power

frequency withstand voltage

(r.m.s..)

H.V. kV (peak) 70

L.V. kV (peak) 20

18. Creepage distance of Bushing 25 mm per KV for highest

245

Signature of Contractor Signature of Purchaser

voltage System.

19. Type of mounting On wheel, mounted on Rails.

20. Percentage impedance (%) 7.15/6.00

21. Over voltage operating capacity 125% of rated voltage for 60 sec.

Duration. And 140% of rated voltage for 5 sec.

22. i) Design flux density at

Rated load, frequency

& voltage (Tesla) 1.7

ii) Max. flux density (Tesla) 1.9

23. Type of winding insulation

H.V. Fully insulated.

L.V. Fully insulated.

24. System short circuit level and

duration for which transformer

shall be capable to withstand the

thermal and dynamic stresses 17.5 KA for 2 Sec.

(KV(RMS/Sec.)

25. Current density for H.V. & L.V Not exceeding 1.6 Amp/mm2

26. Noise level and rated voltage and As per latest NEMA standard.

Frequency

27. Temperature rise

Max ambient temperature 500 C

Permissible temperature rise 500 C

of oil

Permissible temperature rise 550 C

of winding

28. Minimum clearance in air

A) H.V. Side

a) Phase to Phase (mm) 351

b) Phase to Earth(mm) 222

B) L.V. Side

a) Phase to Phase (mm) 90

b) Phase to Earth(mm) 70

246

Signature of Contractor Signature of Purchaser

General design of Apparatus :

The transformer and accessories shall be designed to facilitate operation, inspection,

maintenance and repairs and also to ensure satisfactory operation under such

sudden variation of load and voltage as may be met with under working conditions

on the system including those due to short circuit and earthquake forces. The

transformer shall be designed for terminal short circuit. The design shall incorporate

every reasonable precaution and provision for the safety of all those concerned in

the operation and maintenance of the equipment keeping in view the requirement of

Indian Electricity Rules.

The material used shall be of the best quality and of the class most suitable for

working under condition specified and shall withstand variations of temperatures and

atmospheric conditions arising under working conditions with our undue distortion or

deterioration or the setting up of undue stresses in any part, and also without

affecting strength and suitability of the various parts for the work which they have to

perform.

Corresponding parts liable to replacement shall be interchangeable.

Cast iron shall not be used for chambers of oil filled apparatus or for any part of the

equipment which is in tension or subject impact stresses.

All outdoor apparatus, including bushing insulators with their mounting, shall be

designed so as to avoid pocket in which water can collect.

Mean shall be provided for the easy fabrication of all bearings and where necessary

of any mechanism or moving part that is not oil immersed.

All mechanism shall, where necessary, be constructed of stainless steel, brass or

gun-metal to prevent sticking due to rust or corrosion.

All connections and contacts, shall be of ample section and surface for carrying

continuously the specified current without undue heating and fixed connections shall

be secured by bolts or set of screws of ample size adequately locked. Lock nuts shall

be used on stud connections carrying current. All taper pieces used in any

mechanisms shall be of the split type complying with IS 2393 for these items.

GALVANISING

Galvanising where specified shall be applied by the hot drip process or by eletro –

galvanising process and for all part other than steel wires shall consist of a thickness

of zinc coating equivalent to not less than 610 gm of zinc per square meter of

surface. The zinc coating shall be smooth, clean and of uniform thickness and free

247

Signature of Contractor Signature of Purchaser

from defects. The preparation of galvanising and the galvanising itself shall not

adversely affect the mechanical properties of the coated material. The quality will be

established by tests as per IS 2633. Alternative to galvanising, aluminizing shall also

be considered.

All drilling, punching, cutting, bending and welding of parts shall be completed and all

burns shall be removed before the galvanising process is applied.

Galvanising of wires shall be applied by the hot-dipped process and shall meet the

requirements of the relevant Indian Standard. The zinc coating shall be smooth,

clean , and of uniform thickness and free from defects. The preparation for

galvanising itself shall not adversely affect the mechanical properties of the wire.

Surface which are in contact with oil shall not be galvanized or cadmium plated.

LABELS :

Labels shall be provided for all apparatus such as relays, switches, fuses, contained

in any cubicle or marshalling kiosk.

Descriptive labels for mounting indoors or inside cubicles and kiosks shall be of

material that will ensure permanence of the lettering. A matt/or satin finish shall be

provided to avoid dazzle from reflected light. Labels mounted on dark Surface shall

have white lettering on a black background. Danger notices shall have red lettering

on white background. All plates shall be incorridiable material, Labels shall be

attached to panels with brass screws or with steel screw which have received rust

preventive treatment or these can be stuck with araldite also.

BOLTS AND NUTS

Steel bolts, nuts exposed to a atmosphere with suitable finishes like cadmium plating

or zinc plating passivity shall be used for diameters above 6 mm. All nuts, bolts and

pins shall be locked in position with the exception or those external to the

transformer.

On outdoor equipment all bolts, nuts and washers in contact with non-ferrous parts

which carry current shall be of brass where the transfer of current is through the

bolts. If bolts and nuts are at such phases so that they are inaccessible by means of

ordinary spanners, suitable special spanners shall be provided by the supplier.

CLEANING AND PAINTING :

Before painting of filling with oil or compound, all un galvanized parts shall be

completely clean and free from rust, scale and grease and all external surface

cavities on castings shall be filled by metal deposition.

248

Signature of Contractor Signature of Purchaser

The interior of transformer tank and other oil filled chambers and internal structural

steel work shall be cleaned of all scale and rust by shot blasting or other approved

method. These surfaces shall be painted with hot oil resisting varnish or paint.

Except for nuts, bolts and washers which may have to be removed for maintenance

purposes, all external surfaces shall receive a minimum of three coats of paints.

The primary coat shall be applied immediately after cleaning. The second coat shall

be of an oil and weather resisting nature and preferably of a shade of color easily

distinguishable from the primary and final coats and shall be applied after the primary

coat has been touched up whereever necessary. The final coat shall be of a glossy

oil and weather resisting non-fading paint of shade No.631of IS:5, primer paint shall

be ready made zinc chrome as per IS:104 intermediate and final coats of paint shall

be as per IS:2932.

Nuts, bolts and washers which may have to be removed for maintenance purposes

shall receive a minimum of one coat of paint after erection.

All interior surfaces of mechanism chambers and kiosk except those which have

received anticorrosion treatment shall receive three coats of paint applied to the

thoroughly cleaned metal surface. The final coat shall be light coloured anti-

condensation mixture.

Any damage to paint work incurred during transport and erection shall be made good

by the Contractor by thoroughly cleaning damaged portion and applying the number

of coats of paint that had been applied before the damage was caused. One coat of

additional paint shall be applied by the supplier at site, after erection, testing and

commissioning

OIL:

The transformer and all associated oil filled equipment shall normally be supplied

along with the first filling of oil, besides, 10% excess quantity of oil shall also be

supplied in non-returnable drums.

The filling of the transformer with oil shall be done under Vaccum. The oil shall be as

specified in IS:335, and shall be free of moisture., dirt. Dust,etc. It shall have uniform

quality throughout.

249

Signature of Contractor Signature of Purchaser

PREVENTION OF ACIDITY:

The design and all materials and processes used in the construction of the

transformer, shall be such as to reduce to a minimum the risk of the development of

acidity in the oil. Special measures, such as nitrogen sealing or the use of inhibited

oil shall not be resorted to.

ELECTRICAL CHARACTERISTICS AND PERFORMANCE:

TYPE OF TRANSFORMER AND OPERATING CONDITIONS:

The Transformer shall be oil immersed and shall be of core type, suitable for

outdoor installation. The cooling shall be of ONAN type.

Transformer shall be capable of operating under natural cooled conditioned “up to

the specified load”.

The transformer shall be capable of being operated without danger on any tapping at

the rated MVA with voltage variation of ± 10% corresponding to the Voltage of the

tapping.

The maximum flux density in any part of the core and yoke at the rated MVA, Voltage

and frequency shall be such that under 10 percent continuous over voltage condition,

it does not exceed 1.9 Tesla. The manufacturer shall state the over fluxing capability

and corresponding withstand duration for the transformer for factors 1.25 and 1.4.

RADIO INFLUENCE AND NOISE LEVEL:

(I) The transformer shall be designed with particular attention to the suppression of

maximum harmonic voltage, especially the third and fifth so as to minimize

interference with communication circuit.

(II) The noise level of transformer when energised at normal voltage and frequency shall

not exceed, when measured under standard conditions, the values specified in CBIP

recommendations.

The transformer shall be capable of being loaded in accordance with IS 6600 up to

loads of 150%. There shall be no limitation imposed by bushings, tap changers etc.

or any other associated equipments.

The transformer and all its accessories shall be designed to withstand without injury

the thermal and mechanical effects of any external short circuit to earth and of short

250

Signature of Contractor Signature of Purchaser

circuits at the terminals of any winding for a period of 2 seconds. The short circuit

level of the HV system to which the subject transformer will be connected shall be

17.5 KA for 2 seconds.

Transformer shall be capable of withstanding thermal and mechanical stresses

caused by symmetrical or asymmetrical faults on any winding.

Transformer shall withstand, without injurious heating, voltage and frequency

fluctuations which produce the following overfluxing condition.

110% continuous

125% for 1 minute

140% for 5 seconds.

CONTINUOUS MAXIMUM RATINGS AND OVERLOADS

Transformer shall comply as regards rating temperature rise and overloads, with the

appropriate requirements of IS 2026 when operating with natural cooling.

The transformer except where stayed shall be capable of continuous operation in

accordance with IS 6600 (1988)- Guide for loading of oil immersed transformers.

Transformer with tapping ranges extending more than 5 percent below the nominal

voltage shall meet the temperature rise limits specified in IS 2026 on all tapping, on

which the rated current is not more that 95 percent of maximum rated current on the

lowest voltage tapping . On other tapping , it shall operate continuously without the

injurious heating. The loading of the transformer is to be in accordance with IS 6600

“Guide for loading of oil immersed transformers.”

During normal day to day operation each transformer of the two transformers

provided for each pump house shall cater to approximately 50% load of the rated

capacity of transformer. However, in case of failure of any of the two transformers

the other transformer shall cater to full load in addition to short duration overload due

to high starting current of pump motors. The transformer shall be suitable for

continuous operation within a frequency variation of +3% to -5% from normal 50 Hz.

ELECTRICAL CONNECTION :

Transformer shall be connected in accordance with the IS Vector symbol Ynyno.

CORES :

251

Signature of Contractor Signature of Purchaser

The cores shall be constructed from high grade cold rolled non-aging grain oriented

silicon steel laminations.

MAGNETIC CIRCUIT :

The design of the Magnetic circuit shall be such as to avoid static discharges,

development of short circuit paths within itself or to the earthed clamping structure

and the production of flux components to right angle to the plane of the laminations

which may cause local heating.

Every care shall be exercised in the selection, treatment and handling of core steel to

ensure that as far as practicable, the laminations are flat and the finally assembled

core is free from distortion.

The oxide/silicate coating given on the core steel laminations can be insulated by the

manufacturers if considered necessary.

Oil ducts shall be provided where necessary to ensure adequate cooling. The

winding structure and major insulation shall not obstruct the free flow of oil through

such ducts. Where the magnetic circuit is divided into pockets by cooling ducts

parallel to the planes of the laminations or by insulating material above 0.25 mm.

Thick tinned copper strip bridging pieces shall be inserted to maintain electrical

continuity between pockets. The frame work and clamping arrangements shall be

earthed in accordance with clause 6.10. The insulation structure for the core to bolts

and core to clamp plates shall be such as to withstand a voltage of 2000 V AC for

one minute.

MECHANICAL CONSTRUCTION OF CORES :

All parts shall be of robust design capable of withstanding any shocks to which they

may be subjected during lifting, transport, installation and service.

All steel sections used for supporting the core shall be thoroughly sand blasted or

shot blasted after cutting, drilling and welding. Any non magnetic or high resistance

alloy be of established quality.

Adequate lifting lugs shall be provided to enable core and winding to be lifted.

252

Signature of Contractor Signature of Purchaser

Adequate provision shall be made to prevent movement of the core and winding

relative to the during transport and installation or while in service.

The supporting frame work of the cores shall be so designed as to avoid the

presence of pockets which would prevent complete emptying of the tank through the

drain value, or cause trapping of air during filling.

WINDINGS :

a) Windings shall be made using Class A paper insulated conductors.

b) The conductors shall be of electrolytic grade copper free from scales and burrs.

c) The insulation of transformer windings and connections shall be free from

insulating compounds which are liable to soften, ooze out, shrink or collapse and

be non-catalytic and chemically inactive in transformer oil during service.

d) Coil assembly and insulating spaces shall be so arranged as to ensure free

circulation of oil and to reduce the hot spot of the winding.

e) The coils would be made up, shaped and braced to provide for expansion &

contraction due to temperature variations.

f) The conductor shall be transposed at sufficient intervals in order to minimize

eddy currents and to equalise the distribution of currents and temperature along

the winding .

g) Tapping shall be so arranged as to preserve the magnetic balance of the

transformer at all voltage ratio.

INTERNAL EARTHING ARRANGEMENTS:

GENERAL

All metal parts of the transformer with the exception of the individual core

laminations, core bolts and associated individual clamping plates shall be maintained

at some fixed potential.

EARTHING OF CORE CLAMPING STRUCTURE:

253

Signature of Contractor Signature of Purchaser

The top main core clamping structure shall be connected to the tank body by a

copper strip. The bottom clamping structure shall be earthed by one or more of the

following methods.

a) By connection through vertical tie-rods to the top structure.

b) By direct metal to metal contact with the tank base, maintained by the weight of

the core and windings.

c) By a connection to the top structure on the same side of the core as the main

earth connection to the tank.

d)

EARTHING OF MAGNETIC CIRCUIT:

The magnetic circuit shall be earthed to the clamping structures at one point only

through a link placed in an accessible position beneath an inspection opening in the

tank cover. The connection to the link shall be on the same side of the core as the

main earth connection.

Magnetic circuits having an insulated sectional construction shall be provided with a

separate link for each individual section. Where oil ducts or insulating barriers

parallel to the plane of the laminations divide the magnetic circuit into two or more

electrically separate parts, the ducts or barriers shall be bridged in accordance with

clause 6.8.1 and the magnetic circuit shall not be regarded as being sectional

construction.

EARTHING OF COIL CLAMPING RINGS

Where coil clamping rings are of metal at earth potential, each ring shall be

connected to the adjacent core clamping structure on the same side of transformer

as the main earth connection.

SIZE OF EARTHING CONNECTION:

254

Signature of Contractor Signature of Purchaser

All earthing connections with the exception of these from the individual coil clamping

rings shall have a cross sectional area of not less than 0.8 sq.cm. connections

inserted between laminations of different sections of core shall be a cross-sectional

area of not less than 0.2 sq.cm.

TANK:

Transformer tank shall be of conventional type.

The transformer tank and cover shall be fabricated from good commercial grade low

carbon steel suitable for welding and of adequate thickness. The tank of the

transformer shall be complete with all accessories and shall be designed so as to

allow the complete transformer in the tank and filled with oil, to be lifted by crane or

jacks, transported by road, rail or water without over-straining any joints and without

causing subsequent leakage of oil.

The main tank body excluding tap changing compartment, and radiators shall be

capable of with standing vacuum gauge pressure of 68.0 KN/M2 (500 Sq.mm of Hg.)

The base of each tank shall be so designed that it shall be possible to move the

complete transformer unit by skidding in any direction without injury when using

plates or rails.

The tank shall be provided with fixed under base. If the base is of channel

construction. It shall be designed to prevent the retention of water. Tank stiffeners

shall also be designed to prevent retention of water.

Whenever possible the transformer tank and its accessories shall be designed

without pockets wherein gas may collect. Where pockets can not be avoided, pipes

shall be provided to vent the gas into the main expansion pipe. The vent pipes shall

have minimum inside diameter of 15 mm Except for short branch pipes which may

be 6 mm. minimum inside diameter.

All joints other than those which may have to be broken shall be welded, when

required they shall be double welded. All bolted joints to the tank shall be fitted with

suitable oil-tight gaskets which shall give a satisfactory service under the operating

conditions and guaranteed temperature, rise conditions. Special attention shall be

given to the methods of making hot oil tight joints between the tank and cover as also

255

Signature of Contractor Signature of Purchaser

between the cover and the bushing and all other outlets to ensure that the joints can

be remade satisfactorily at site and with ease with the help of semiskilled labour.

One no. detachable aluminum ladder shall be provided to ascend the top of

transformer tank. Ladder shall be fitted with clamps to the tank.

LIFTING AND HAULAGE FACILITLES:

The tank shall be provided with:

a) Lifting lugs suitable for lifting the transformer complete with oil.

b) A minimum of four jacking lugs in accessible positions to enable the

transformer complete with oil, to be raised or lowered using hydraulic or

mechanical jacks. The minimum height of the lugs above the base shall be

500mm.

c) Suitable haulage holes shall be provided.

TANK COVERS:

The tank cover shall be of adequate strength, and shall not distort when lifted,

inspection opening shall be provided as necessary to give easy access to bushings

or changing ratio or testing the earth connection. Each inspection opening shall be of

ample size for the purpose for which it is provided and at least two openings one at

each end of tank shall be provided.

The tank cover shall be stopped to prevent retention of rainwater and shall not distort

when lifted.

The tank cover and inspection covers shall be provided with suitable lifting

arrangements.

Unless otherwise approved inspection covers shall not weigh more than 25kg each.

The tank cover shall be fitted with pockets for a thermometer and for the bulbs for oil

and winding temperature indicators. Protection shall be provided where necessary,

for each capillary tube.

The thermometer pocket shall be fitted with a captive screwed top to prevent the

ingress of water.

256

Signature of Contractor Signature of Purchaser

The pockets shall be located in the position of maximum oil temperature at

continuous maximum rating and it shall be possible to remove the instrument bulbs

without lowering the oil in the tank .

Compressible gasket, if used shall have metallic steps to prevent over compression.

Guide within the tank or other satisfactory means shall be provided for directing the

core and coils they are being lowered into or removed from the tank

Ample space shall be provided above the tank bottom for collection of sediments.

AXLES AND WHEELS:

The transformer shall be provided with wheels and axles of such dimension and so

supported that under any service condition they shall not deflect sufficiently to

interference with the movement of the transformer. Suitable locking arrangement

shall be provided to prevent the accidental movement of the transformer.

All wheels shall be detachable and shall be of cast iron or steel as required. They

shall be bidirectional type and suitable for 1676 mm gauge.

The whets shall be so arranged that they can be turned through 900 when the tank is

jacked up clear of the rails or floor. Locking arrangement for short circuit and seismic

condition shall be provided so as to avoid vibration of tank

CONSERVATOR VESSEL, OIL GAUGE AND BREATHER:

A conservator complete with sump and drain valve shall be provided in such a

position as not to obstruct the electrical connections to the transformer having a

capacity between highest and lowest visible levels to meet the requirement of

expansion of the total cold oil volume in the transformer and cooling equipment from

the minimum ambient temperature to 900 C. The minimum indicated oil level shall be

with the feed pipe from the main tank covered with not less than 15mm depth of oil

and the indicating range of oil level shall be from minimum to maximum.

If the sump is formed by extending the feed pipe inside the conservator vessel, this

extension shall be for at least 25mm. The conservator shall be designed so that it

can be completely drained by means of the drain valve provided when mounted as in

service.

257

Signature of Contractor Signature of Purchaser

One end of the conservator shall be bolted into position so that it can be removed for

cleaning purpose.

One oil gauge magnetic type shall be provided

The oil level when temperature reaches 300 C shall be marked on the gauge. Taps

or valves shall not be fitted to oil gauge.

The oil connection from the transform tank to the conservator vessel shall be

arranged at a rising angle of 3 to 9 degrees to the horizontal upto the Buchholz relay

and shall consist or 80 mm inside diameter pipes as per IS:3639.

A valve shall be provided at the conservator to cut off the oil supply to the

transformer after providing a straight run of pipe for at least a length of five times the

internal diameter of the pipe on the tank side of the gas and oil actuated relay and at

least three times the internal diameter of the pipe on the conservator side of the gas

and oil actuated relay.

Conservator vessel shall be fitted with a breather in which Silica gel is the

dehydrating agent and designed so that

a) The passage of air is through the Silica gel.

b) The external atmosphere is not continuously in contact with Silica gel.

c) The moisture absorption indicated by a change in colour of the tinted crystals

can be easily observed from distance.

d) The breather shall be mounted at approximately 1400mm above ground

level.

The relevant provisions as applicable depending on type of cooling shall prevail.

FILTER AND DRAIN VALVES SAMPLENG DEVICES AND AIR RELEASE PLUG:

The transformer shall be lifted with the following :

a) The filter and drain valves as specified.

b) A drain valve to be fitted to each conservator for diameter upto 650mm.

Size of the valve 15mm.

For diameter above 650mm. Size of the valve 25mm.

c) A robust oil sampling device shall be provided at the top and bottom of the main

tank. The sampling device shall not be fitted on the filter valves specified under (a)

above.

d) One 15mm. Air release plug.

258

Signature of Contractor Signature of Purchaser

All other valves opening to atmosphere shall be fitted with black flanges.

RADIATOR CONNECTIONS :

Valves and valve mountings shall be provided as specified under technical specification,

depending on type of cooling applicable.

They shall be of full way type with internal screw and shall be opened by turning counter

clockwise when facing the hand wheel.

Means shall be provided for padlocking the bottom valve in the open and closed positions.

This is required for the valves where opening device like hand wheel, keys etc. are the

integral part.

All valves except radiator valves shall be of gun metal. The radiator valves shall be of cast

iron body with gunmetal fittings.

Every valve shall be provided with an indicator to show clearly the position of the valve.

All valves, shall be provided with flanges having machined faces.

The drilling of valve flanges shall comply with the requirements of IS 3639.

PRESSURE RELITF DEVICE :

The pressure relief device shall be provided of sufficient size for rapid release of any

pressure that may be generated within the tank and which might result in damage to the

equipment. The device shall operate at a static pressure of less than the hydraulic test

pressure for transformer tank. Means shall be provided to prevent the ingress of rain.

The relief device shall be mounted on the main tank and if on the cover, shall be fitted with

skirt projecting 25 mm. inside the tank and of such a design to prevent gas accumulation.

If a diaphragm is used, it shall be of suitable design and material and situated above

maximum oil level.

If a diaphragm is put at base of pipe, an oil gauge is required on the stand pipe for indicating

fracture of diaphragm.

ACCOMMODATION FOR AUX, APPARATUS :

Ring type turret mounted/tank mounted neutral current transformer shall be provided.

259

Signature of Contractor Signature of Purchaser

EARTHING TERMINAL :

Two ground pads with bolting arrangements for M.S. earthing strip shall be welded to the

transformer tank or base, ground pads shall be near the base of transformer at about 1.5 m

above the ground level and welded to one corner of the opposite tank sides. The pads shall

be complete with threaded holes with nut, bolts etc. The earthing terminals shall be capable

of carrying for 4 seconds the short circuit current of the transformer.

RATING, DIAGRAM AND PROPERTY PLATES :

The following plates shall be fixed to the transformer tank at an average height of about

1750 mm above ground level.

a) A rating plate bearing the data specified in the appropriate clauses of IS:2026.

b) A diagram plate showing the internal connections and also the voltage vector

relationship of the windings in accordance with IS:2026 and in addition a plan

view of the transformer, giving the correct physical relationship of the terminals

no. Load voltage shall be indicated for each tap.

All valves shall be provided with table showing the function of the valve.

c) A plate showing the location and function of all valves and air release cocks or

plugs. The plate shall also warn operators to refer to the maintenance

instructions before applying the vacuum treatment for drying. The above plates

shall be materials capable of withstanding continuous outdoor service.

JOINTS AND GASKETS :

All gaskets used for making oil tight joints shall be of proved material such as

granulated cock bounded with synthetic rubber or synthetic rubber gaskets.

COOLING :

260

Signature of Contractor Signature of Purchaser

The transformer shall be provided with ONAN type of cooling to give the rated

output at rated voltage and frequency without exceeding the limits of temperature

rise as specified in IS 2026/1972 or latest amendment thereon.

Radiators shall be mounted directly to the Tank.

Radiators connected directly to the tank shall be detachable and shall be provided

with machined or ground flanged inlet and outlet branches, 19 mm drain plug shall

be provided at the bottom and 19mm air release plug shall be provided at the top of

each radiator for draining and filling.

Valves shall be provided on the tank at each point of connection to the tank.

The oil circuit of all coolers shall be provided with the following:

a) A valve at each point of connection to the transformer tank.

b) Removable blanking plates to permit the blanking off the main oil connection of

each radiator.

c) A drain valve 25 mm at lowest point of each tank of radiator.

d) A thermometer pocket fitted with a captive screwed cap on the inlet and outlet oil

branches of each separately mounted cooler tank.

e) A filter valve at the top and bottom of each cooler tank of cooler.

f) Air release plugs 15mm.

The radiators shall be so designed that they are accessible for cleaning and painting and

to prevent accumulating of water on the outer surface and to ensure against formation of

gas pockets when the tank has been filled.

Bidder shall clearly mention in his bid the details regarding radiators, their location, type,

quality, No. of valves, cooling surface, permissible pressure and the various accessories

provided for radiators.

TAP CHANGING GEAR:

ON Load top changing gear

The transformer shall be equipped with ON circuit tap changer connected to the taps on

high voltage winding for varying its effective ratio of transformation whilst the transformer is

de-energised and without producing phase displacement.

The tapping range shall be -5% to +15%in the steps of 1.25% on either side.

261

Signature of Contractor Signature of Purchaser

The facilities for locking the mechanism in any of position shall be provided along with tap

position indicator. The mechanism shall be such that it will be impossible to leave a winding

open on short circuit when the operating handle is in a locked position. Warning plate

indicating that switch shall be operated only when the transformer is de-energised, shall be

fitted. Rated output on all taps without exceeding the temperature rise shall be available

from the transformer.

TERMINAL & BUSHING

H.V.BUSHINGS.

The high voltage bushing shall be of 36 KV class outdoor oil immersed type and the neutral

bushings shall be of porcelain stem type. The high voltage bushing shall be mounted on the

detachable adopter and the neutral bushing shall be mounted directly on cover.

The electrical characteristics of bushings shall conform to the IS:3347 and IS:2099. They

shall have high factor of safety against leakage to ground and shall be so located as to

provide adequate electrical clearance between the bushings and grounded parts. Bushings

of identical voltage ratings shall be interchangeable. They shall be equipped with terminals

of approved type and size. All external current carrying contact terminals shall be silver

plated adequately. The insulation class of the high voltage neutral of H.V , spacing between

the bushings shall be adequate to prevent flashover between the phases under all

conditions of operations.

Special adjustable rod gaps shall be provided for the 33KV terminal bushing to enable the

co-ordination of insulation level with surge diverter. The gap settings shall be fixed with

reference to the impulse strength of 33 KV.

All porcelain used in bushing shall be wet process homogenous free from lamination,

cavities and other flaws or imperfection that might effect mechanical or dielectric strength

and shall be oil vitrified through and impervious to moisture.

The blazing of porcelain shall be uniform in colour and shall be free from imperfections,

burns, blisters etc.

Clamps and fittings made of steel or malleable iron shall be galvanized. All bolt threads shall

be greased before erection.

The bushing flanges shall not be of a re-entrant shape which may trap air.

The minimum clearance in air between live conductive parts and live conductive part to

earthed structures shall be furnished.

All bushings shall have puncture strength greater than the dry flash over voltage.

262

Signature of Contractor Signature of Purchaser

The bidder shall give guarantee withstand voltage for bushing and shall furnish the

calibration curves with different settings of co-ordination gaps to decide the actual gap

setting. The bidder’s recommendations, in this regard are invited.

ARRANGEMENT OF L.V. TERMINLS & TERMINAL BOX:

The supplier shall provide on 3.3 KV i.e. low voltage side bushings, terminals which shall be

suitable for connecting to suitable numbers of XLPE cables per phase. The details of cables

will be furnished to successful bidder.

The L.V. side of the transformer shall be with cable box and with air insulated

disconnecting/isolating chamber.

TEMPERATURE INDICATING DEVICE & ALARM:

The following temperature indicators shall be provided for the transformer:

i) Dial type thermometer for oil temperature with pointer to register the

highest temperature reached and adjustable alarm and trip contracts.

ii) Dial type thermometer for winding temperature indicator with a pointer to register the

highest temperature reached and the adjustable alarm and trip contacts for winding.

The temperature indicators shall be housed in the marshalling box.

One No. of winding temperature indicator shall be provided.

Winding temperature indicator shall be suitable for operation with rating of 5 Amps. 110 Volt

+ 10% to -15 % D.C. for following purpose :

i) To provide “winding temperature high” alarm.

ii) To provide “winding temp. too high” alarm and trip.

The tripping contacts of winding temperature indication shall be adjustable to close between

600 C and 1200 C and alarm contacts to close between 500 C and 1000 C and both shall be

re-open when the temperature has fallen by about 100 C.

It shall be possible to calibrate the scale and adjust to give commands to all contacts,

equipment/contacts shall be accessible on removal of cover.

The temperature indicator shall be so designed that it shall be possible to check the

operation of the contacts and associated equipment.

Connection shall be brought from the device to terminal placed inside the marshalling box.

263

Signature of Contractor Signature of Purchaser

BUCHHOLZ RELAY :

The transformer shall be fitted with Buchholz relay mounted on the conservator of feed pipe,

with two auxiliary contact. The relay shall confirm to IS:3637 or latest amendment thereon.

The upper element shall be made use of for operating the alarm and the lower element for

operating the tripping.

The relay shall be provided with test cock to take a flexible pipe connection for checking the

operation of relay.

To allow gas to be collected at ground level, a pipe approximately 5 mm inside diameter

shall be connected to the gas release cock of the Buchholz relay and brought down to a

point approximately 1.25 m above ground level where it shall be terminated by a cock.

A machined surface shall be provided on the top of each relay to facilitate the setting of the

relays and to check the mounting angle in the pipe and the corss level of the relay.

The design of the relay mounting arrangements, and the associated pipe work shall be such

that mal operation of the relay shall not take place under normal service conditions.

The pipe work shall be so arranged that all gas rising from the transformer shall pass into

Buchholz relay. The oil circuit through the relay shall not form a delivery path in parallel with

any circulating oil pipe, nor shall it be tied into or connected through the pressure relief vent.

Sharp bends in the pipe work shall be avoided.

Adequate clearance between oil pipe work and live metal shall be provided.

The supplier shall note that Buchholz relay with Mercury contacts will not be acceptable.

MARSHALLING BOX:

A sheet steel vermin proof, well ventilated arch weather proof marshalling box of suitable

construction shall be provided for the transformer ancillary apparatus. The box shall have

domed or sloping roofs and the interior and exterior painting shall be as specified under

clause “Painting” .

The door of the kiosk shall be fitted with clear glass window to facilitate the observations of

the dial thermometer readings.

As the marshalling kiosk is to be fitted on the transformer meant for outdoor installation, the

gaskets provided for its door shall be of such type that it seals the kiosk to make it perfectly

water -proof.

The marshalling kiosk shall house the following equipment:

264

Signature of Contractor Signature of Purchaser

1. Heater with thermostat control.

2. 60W,230 V bulb with 5A switch.

3. 5A,3 pin socket with switch.

4. Fuse and links.

5. Winding temperature indicator with electrical contacts for alarm and trip positions.

6. Oil temperature indicator with electrical contacts for alarm and trip position.

7. Terminal block with 20% spare terminal in the kiosk ( wiring diagram shall be

preferably attached/pointed on non corrosive metal sheet attached to inside

cover).

8. Gland plates for incoming and outgoing cables.

All electrical connections shall be of standard copper PVC insulated as per IS:694 crimped

tinned copper lugs shall be used for connection. The temperature indicators shall be so

mounted that dials are not more than 1600mm from ground level. All incoming cables shall

enter the kiosk from the

bottom and the gland plate shall not be less than450mm from the base of box.

The gland plate associated compartment shall be sealed in suitable manner to prevent the

ingress of moisture from the cable trench.

Undrilled gland plate shall be provided for accommodating gland for incoming and outgoing

cables.

PROTECTIONS

It is proposed to provide the following protections for the transformer:

1. Differential protection.

2. Over current and earth fault protection.

3. Double float buchholz relay (to be provided by supplier ) operating at two levels,

one for alarm and other for tripping

4. The purchaser will provide station type lightning arrestor for protection of

transformer.

The protection relays will trip the corresponding 33KV circuit breakers. The bidder may

recommend any additional protection which he considers necessary.

Supplier will have to co-ordinate as regards capacity and distance of LA’s on both side of

transformer. Details of LA will be furnished to the successful bidder.

265

Signature of Contractor Signature of Purchaser

CONTROL CONNECTIONS AND INSTRUMENT WIRING TERMINAL BOARD AND

FUSES :

All wiring connections, terminal boards, fuses and links shall be suitable for tropical

atmosphere. Any wiring liable to be in contact with oil shall have oil resisting insulation and

the bared ends of stranded wire shall be sweated together to prevent creepage of oil along

the wire.

Panel connections shall be neatly and squarely fixed to the panel. All instruments and panel

wiring shall be run in PVC or non-rusting metal cleats of the limited compression types. All

wiring to a panel shall be taken from suitable terminal boards.

Where conduits are used, the runs shall be laid with suitable falls and the lowest parts of the

run shall be external to boxes. All conduit runs shall be adequately drained and ventilated.

Conduits shall be not be run at or below ground level.

When 415 volt connections are taken through junction boxes or marshalling boxes, they

shall be adequately screened and “415 VOLTS DANGER” notices must be fixed to the

outside of the junction boxes or marshalling boxes.

All box wiring shall be in accordance with relevant ISS. All wiring shall be of PVC cable of

stranded copper of 660 volt grade and size not less than 4 sq. mm for C.T. leads and not

less than 2.5 sq. mm for other connections.

All wires on panels and all multi core cable shall have ferrules which bear the same number

of both end.

All those points of inter connection between the wiring carried out by separate Contractors,

where a change of number cannot be avoided, double ferrules shall be provided on each

wire. The change of numbering shall be shown on the appropriate diagram of the

equipment.

The same ferrule number shall not be used on wires in different circuits on the same panels.

Ferrules shall be of white insulating material and shall be provided with glossy finish to

prevent the adhesion of dirt. They shall be clearly and durably marked in black and shall not

be attached by damp or oil.

Stranded wires shall be terminated with tinned Ross Courney terminals, claw washers on

crimped tubular lugs. Separate washers shall be used for each wire. The size of the washer

shall be suited to the size of the wire terminated. Wiring shall in general be accommodated

on the sides of the box and the wires for each circuit shall be separately grouped .

266

Signature of Contractor Signature of Purchaser

Back of panel wiring shall be arranged so that access to the connecting stems of relays and

other apparatus is not impeded.

Wires shall not be joined or tied between terminal points.

Wherever practicable, all circuit in which the voltage exceeds 125 Volts, shall be kept

physically separated from the remaining wiring. The function of each circuit shall be marked

on the associated terminal boards.

Where apparatus is mounted on panel all metal cases shall be separately earthed by means

of copper wire or strip having a cross section of not less than 2 sq. mm where strip is used,

the joints shall be sweated.

All wiring diagram for control and relay panel preferably be drawn as viewed from the back

and shall show the terminal board arranged as in service. All diagrams shall show which

view is employed.

Multi core cable tails shall be so bound that each wire may be traced without difficulty to its

cable.

The screens or screen pairs of multi core cables shall be earthed at one end of the cable

only. The position of earthing connections shall be shown clearly on the diagram.

All the terminals board shall be mounted obliquely towards the rear doors to give easy

access to terminations and enable ferrule number to be read without difficulty.

Terminal board rows should be spaced adequately not less than 100 mm apart to permit

convenient access to wires and terminations.

Terminal boards shall be so placed with respect to the cable gland (at minimum distance of

200 mm.) as to permit satisfactory arrangement of multi core cable tails.

Terminal boards shall have pairs of terminals for incoming and outgoing wires, insulating

barriers shall be provided between adjacent connections. The height of the barriers and the

spacing between terminals shall be such as to give adequate protection while allowing easy

access to terminals. The terminals shall be adequately protected with insulating dust proof

covers.

No live metal shall be exposed at the back of the terminal boards.

All fuses shall be of the cartridge type. Fuses and links shall be labelled.

FITTINGS AND ACCESSORIES:

The transformer shall be provided with the following accessories and fittings:

1. Inspection cover

2. Rating and diagram plate

267

Signature of Contractor Signature of Purchaser

3. Two earthing terminals

4. Lifting lugs

5. Drain valve with plug or blanking flange

6. Dehydrating silica gel breather with oil seal

7. Oil level indicator with min. marking (magnetic type with low oil alarm contact)

8. Thermometer pocket on tank cover

9. Oil filling hole and cap

10. Conservator with associated accessories as detailed in specifications

11. Air release device

12. Jacking lugs

13. Filter valves (Two Nos .with caps and adapter, one at the bottom and other at the top

of the transformer)

14. Single flanged bi-directional rollers broad gauge (1676 mm.)

15. Dial type thermometer for oil temperature indicators with max. pointer and adjustable

alarm and trip contacts.

16. Dial type thermometer for winding temperature indicator with max. pointer and

adjustable alarm and trip contacts.

17. Explosion vent

18. Double float Buchholz Relay with alarm and trip contact with double element

arrangement and one shut off value on conservator side.

19. Marshalling kiosk complete with accessories, spare contacts, wiring heaters, lighting,

earthing arrangement and wiring diagram etc. as detailed in this specification.

20. Pulling eyes on both sides.

21. Bottom oil sampling valve

22. Detachable radiator

23. Neutral C .T’s

24. 3 Nos. H.V. Bushing with Bimetallic flexible connectors.

25. Pressure relief valve with set of initiating contacts

26. Off load Top Changer

27. 3 Nos. L.V. Bushing suitable for XLPE cable connection

28. 1 No. H.V. Neutral Bushing on Tank cover

29. 1 No. detachable aluminium ladder with clamps on tank wall

30. 1 No. L.V. Neutral bushing

31. Hydraulic jacks (4 Nos.) of suitable capacity for handling of transformer

268

Signature of Contractor Signature of Purchaser

NOTE: The size of drain valves, filter valves, relief valves, plugs etc. shall be as per the

recommendations of CBIP manual on transformer.

EARTHING SYSTEM IN SWITCHYARD

The scope shall cover complete requirement of earthing system for the 33 KV switchyard

including supply, installation, testing, commissioning of the same.

The earthing system shall meet the requirement of IS 3043 and shall also include local

regulations in force. The earthmat work shall be done as per drawing. Attached and

instructions of site incharge.

CONSTRUCTION FEATURES

A) EARTHING LAYOUT :

The switchyard shall be provided with a complete earthing system, comprising earth

electrodes.

The fault level at 33 KV switchgear is approximately 1000 MVA. The bidder shall design the

earthing grid to achieve safe touch and step potentials as per the standards. The effecting

earthing resistance shall not exceed 1 ohm. The soil treatment, if any, to bring down the soil

resistivity, if found higher, shall be done after the measurement of soil resistivity at site. M.S.

flats for earth grid and suitable size 80 X 10 mm of M.S. flats / Wire shall be used as per the

design requirement for earthing or equipment in switchyard.

Earthing conductor shall be buried at least 600 mm. below finished grade level unless stated

otherwise. Minimum spacing between ground electrodes shall be provided unless stipulated

otherwise.

Wherever earthing. Conductors cross cable trenches, underground service ducts, pipes,

tunnels etc. it shall be laid minimum 300 mm. below shall be rerouted in case it fouls with

equipment/ structures foundations.

Tap connections from the earthing grid to the equipment/ structures to be earthed shall be

through MS. Flat size 50 X 10 MM suitable size brought out the locations of the equipment’s

structure.

EQUIPMENT AND STRUCTURES EARTHING

Earthing pads shall be provided by the supplier of the apparatus/ equipment at accessible

position. The connection between earthing pads and the earthing grid shall be made by

short and direct earthing lead free from links and splices.

269

Signature of Contractor Signature of Purchaser

Steel/RCC columns, metallic stars etc. shall be connected to the nearby earthing grid

conductors by two earthing leads. Metallic pipes, conduits and cable tray sections for cable

installations shall be bounded to ensure electrical continuity and connected to earthing

conductors at regular interval. Apart from terminal connections, beginning points shall also

be connected to earthing system.

Metallic conduits shall not be used as earth continuity conductor.

Wherever earthing conductor crosses or runs along metallic structures such as water,

conduits, pipes etc. and steel reinforcement in concrete it shall be bonded to the same

Light poles, junction boxes on the poles, cable and boxes/gland lockout switches etc. shall

be connected to the earthing conductor running along with the supply cable which in turn

shall be connected connected to earthing grid conductor at minimum two points.

Melallic sheaths and armour of all multicore power cables shall be earthed at both

equipment and switchgear end,

Sub-station gates shall be connected to the gate rod by65 Sq.mm.600 mm long flexible

braid and the gate post and in turn, shall be connected to main earthing conductor by

separate earth conductor.

SPECIFIC REQUIREMINT FOR EARTHING SYSTEMS

Each earthing lead from the neutral of the power transformer shall be connected to two

electrodes treated earth pit which in turn shall be connected to station earthing grind. All

electrodes shall have cement concrete pit with a cast iron cover hinged to a cast iron frame

to have access to the joints.

Earthing terminal of each lightning arrestor, power transformer and lighting down conductors

shall be directly connected to station earthing grid through risers.

JOINTING

A) Earthing connections with equipment earthing pads shall be bolted type Contact

surface shall free from scale, paint, enamel, grease, rust or dirt. Two bolts shall be

provided for making each connection. Equipment bolt connections, after being

checked and tested shall be painted with anti corrosive paint / compound.

Steel to copper connections shall be brazed type and shall be treated to prevent

moisture ingression.

270

Signature of Contractor Signature of Purchaser

B) EARTHING SYSTEM

All the electrical equipment’s as well as non electrical parts of electrical equipment

above 250 volts protecting device such as chain link fencing, cable trays shall be

earthed at two independent points in earth grid.

All the material used for eathing shall be as per IS 3043.

All underground connections and joints in earthing system shall be welded, however

connections with equipment shall be by bolted joint. All joints shall be supplied with

petroleum jelly for bolted joints and in case of welded joints by bitumen compound.

When G.I. conductor is jointed with alluminium conductor, the contact surface of G.I.

shall be covered with bituminous compound.

Neutral connections shall not be used for earthing of equipment directly. Earthing

conductor shall protected against mechanical damage. Earthing running along the

cable tray be secured at intervals.

Minimum size of the earth conductor shall be in accordance with IS 3043.

All earth connections shall be as short as possible and direct without links

C) EARTH GRID

The main earthing grid shall be of rectangular formation and shall consists of earth

pit and electrodes, main earth conductors, test links to measure earth electrode

resistance at periodic intervals.

The design consideration for the earthing system shall take into account the

following:

Total 75 Nos. of earthpits are to be made as per drg. excavation for earthpits - 1 mtr.

X 1 mtr.X 3 mtr. (Depth). This is to be filled with alternate layers of charcoal, salt &

black cotton soil. 100mm dia. G.I. pipe, ’c’ class 3.00mtr long is to be connected with

main earthmat with necessary clamps, nut, bolts etc, Civil construction at the top side

of earthpit is to be done as per drg. & instructions. These earthpits are to be covered

by M.S chequred plate of 5.00mm thick.

Contractor has to drill holes in switchyard at location as per drawing for fixing M.S

rod of 32mm Ǿ& 3.00mtrs. Long. These electrodes are to be connected to earth rods

by M.S angle clit of size 50x50x6 mm. Total no. of electrodes to be erected are 75

Nos. for each switchyard at St-II. The welding of earth rods with main earthmat

should be done properly. Burs are to be removed. The work should be done at site

as per direction of site in charge.

271

Signature of Contractor Signature of Purchaser

Eath electrodes shall be give treatment to reduce the earth resistivity of grid. If

however watering arrangements may be provided for earth electrode where

resistivity is high.

Earth pit water supply pipe line work is to be carried out as per sechedule B & drg.

attached .

Transformer neutral when earthed shall be with two separate electrode.

Transformer body shall have to separate earth pits.

OUTDOOR EQUIPMENT EARTHING:

Each transformer neutral shall be provided with two separate earth leads to two separate

earth pits located near transformer.

Wherever earth conductor crosses the trenches, rail track etc, it shall run below the trench.

Equipment structures shall be earthed at two diametrically opposite points.

Each pole of H.V lightning arrestors shall be grounded with minimum one direct earth pit.

CT’s secondary winding shall be connected to earthing grid by minimum two earthing

conductors. CT and PT’s secondary neutral shall be earthed at the terminal block where

they control panel.

Every alternate post of switchyard fencing shall be earthed and gate shall be earthed by

filexible G.I wire.

Any two dimetrical opposite legs of switchyard tower lightening shield wire protection shall

be earthed at the base.

A well distributed earth mat shall be provided below ground on which operator would stand

and operate isolator or circuit breaker.

TESTING AND COMMISSIONING:

Entire earthing system shall be tested for continuity by ELV tester after installation.

The connection of entire grid including test pit shall be checked The entire grid earth

resistance shall be taken and recorded and if required improved to acceptable limit. All

adjustment work shall be carried out by Contractor during testing and commissioning

SWITCH YARD LIGHTING:

The lighting system for the outdoor switchyard shall be designed in such a way that uniform

illumination level is achieved to facilitate normal operation and maintenance activities and at

272

Signature of Contractor Signature of Purchaser

the same time to ensure safety of the working personnel. Any dark spots shall be avoided.

This requires careful placing of luminaries, selection of proper mounting heights and

provision of sockets in the marshalling kiosks and mechanism boxes of circuit

breakers/disconnect switches for providing of supplementary lighting wherever required. The

lighting shall be such as it would provide adequate level of flare free illumination without

creating undesirable shadows.

The switchyard lighting scheme to be provided shall be generally as shown in drawing & as

per schedule – B. It shall consist of mainly 4 Nos. of 1 x 250 W HPSV flood light fixtures on

8.5 Mts pole . The scope shall include supply of lamps, lighting and power panel, cabling

etc. as indicated in the drawing & schedule-B.

Scope of work as specified in indicative and subject to changes required as per detail design

to be furnished by the bidder.

It shall also be the responsibility of the bidder to work out a detail layout of the lighting

system including lighting fixtures in order to provide the specified level of illumination. The

bidder shall be responsible for measuring the levels of illumination after installation. The

number and type of fixtures shall be furnished along with the design and layout for approval

before commencement of installation.

SPARES/MAINTENANCE TOOLS, TACKLES :

The list of spares/ maintenance tools, tackles which has been specified under the scope of

work is on the presumption that these are the essential spare parts/ Maintenance tools,

tackles required for proper maintenance and operation of the switchyard equipment for a

period of at least 5 years following first commissioning of the entire system . The tenderer, if

he so considers necessary, supply additional such items and indicate its requirement

appropriate in Schedule-B.

TESTING OF INSTALLATION AND COMMISSIONING :

The complete erected plant shall be offered for inspection by purchaser’s Engineer. After

such inspection, each equipment and system shall be tested by the Contractor in

accordance with applicable standards in presence of purchasers Engineer. THE RESULTS

OF ALL TESTS SHALL BE RECORDED FOR FUTURE REFERENCE

1) Following physical tests shall be carried out on all the equipments

a) Check for physical damage.

b) Workmanship as per specification

273

Signature of Contractor Signature of Purchaser

c) Completeness of installation.

d) Check name plates as per specification.

e) Check adequacy of tightness of nut, bolts, clamps and other

connecting terminals.

f) Check leakage of oil or air, oil level.

g) Check earth connections.

h) Check cleanness and glaze of insulating and bushing surface.

i) Check clearances between live parts and earth.

2) Equipment Tests :

All tests as specified to be conducted at site.

3) Commissioning and Tests on completion :

1) After successful conduct of tests after erection and after

obtaining all necessary statutory clearances, the entire plant shall be

commissioned by the Contractor.

2) During commissioning the Contractor shall supply all material and labour to

supervise, operate, keep in operation, adjust, test, service, repair and do all

things necessary to keep the plant running. This shall be inclusive of the

provision of such labour on a 24 hours a day basis during the test period and

for such other period of continuous operation as purchaser may consider

necessary to establish the efficient operation of the plant.

3) Vibration and noise level and alignment shall be checked.

4) If any test results show noticeable variation from the enquiry specification

requirement for the plant or any particular item of the plant, the Contractor

shall immediately take steps to rectify the deficiency without any extra cost to

the purchaser.

5) As soon as work is completed the Contractor shall give notice of such

completion. Within three months of receipt of such notice. The Engineer shall

furnish the Contractor with a certificate of completion after satisfactory

performance of the equipment. Until such time, the Contractor shall run and

maintain the plant at a stretch from the date of commissioning. The plant shall

be taken over by the purchaser and taking over certificate will be issued by

the purchaser provided all the defects are rectified to the satisfaction of the

purchaser.

TESTS :

274

Signature of Contractor Signature of Purchaser

A) Tests at Manufacturer’s Works :

a) Type Tests :

All the equipment offered, shall be fully type tested as per relevant standard

in case the equipment of type and design offered has already been type

tested, the bidder shall furnish four sets of the type test reports along with the

offer.

The type tests for power transformer shall include :

i) Temperature rise test.

ii) Impulse voltage test.

iii) Pressure test of tank.

iv) Vacuum test of tank.

For any change in design/ type already type tested and design/ type offered against this

specification, purchase reserves the right to demand repetition of tests without any extra

cost in case the equipment have not been type tested earlier, all type test as per relevant

standards shall be carried out by the successful bidder in the presence of purchaser’s

representative without any extra cost.

a) Routine Test :

All equipment offered should be routine tested as per relevant I.S.S., shall be carried

out in the presence of representative of the inspecting agency , authorised/

representative of the purchaser.

b) Test at Site :

All the tests at site as per the relevant Indian Standards shall be carried out on all

equipment after the erection work is completed.

Routine Test:

The following routine tests will have to be carried out on each of the piece supplied at

manufacturers work/ site.

For Circuit Breakers :

1) Measurement of Insulation Resistance of main circuit.

2) Mechanical Operating Tests.

3) Checking interlocks.

4) Measurement for timings for opening/ closing etc.

275

Signature of Contractor Signature of Purchaser

5) Power frequency voltage withstanding test on main circuit.

6) Voltage withstand test on control and auxiliary circuit.

For Isolators :

1) Measurement of Insulation Resistance of main circuit.

2) Tests to prove satisfactory operation.

3) Power frequency voltage withstand test on main circuit.

4) Voltage withstand test on control & auxiliary circuit.

For Lightning arrester :

1) Measurement of insulation resistance.

2) Noting the initial readings of surge counters

3) Residual voltage tests.

4) Partial disCharge test.

5) Measurement of reference voltage

For Current Transformers :

1) Verification of terminal marking and polarity.

2) Measurement of insulation resistance.

3) Ratio test on windings.

4) Over voltage inter turn test.

5) Partial disCharge test.

6) Determination of errors or other characteristics according to the requirement of

accuracy class.

For Potential Transformers :

1) Measurement of insulation resistance.

2) Partial disCharge test

3) Verification of terminal marking and polarity

4) Over voltage inter turn test

5) Determination of errors or other characteristics according to the requirement of

accuracy class .

For Control and Relay Panel :

1) Tolerance of panel vertically ( 30 to vertical), Mechanical test for alignment,

Rigidity.

2) Checking and verification of panel wiring as per approved schematic and

meggering test .

276

Signature of Contractor Signature of Purchaser

3) Checking of electrical clearance in panels.

4) H.V. test 2.0 KV for 1 min. or dielectric test as per I.S.

5) Relay testing by secondary injection and by operating by hand to test operation.

6) Operations of all protective circuits, contact operation of all switches, operation

test on annunciator circuits, i.e. electrical control inter lock and sequential

operation test.

7) Routine test on relay associated equipment as per applicable standard.

For 6.6 kV XLPE and LT PVC Cables :

All the acceptance tests and routine tests, high voltage tests ( tests at room temperature

and water immersion test) at the manufacturer works as prescribed in I.S with latest

amendment shall be carried out for the power and control cables.

For type tests the bidder shall have to furnish relevant type test certificates.

For G.I. perforated cable tray and accessories :

Routine tests on G.I. perforated cable trays and accessories as per applicable standard.

For Power Transformer/ Station Transformer :

1) Insulation Resistance Test

2) Ration and polarity test

3) Oil test as per IS 335/1972 before putting transformer into operation

4) Any other test considered essential for commissioning of transformer.

All the typical test before commissioning of the transformer as per Appendix-B of IS 10028

Part II shall be carried out.

For Switchyard lighting system :

1) Continuity test

2) Measurement of illumination level

The list of test to be carried out on different equipment stated above are indicative.

Purchaser reserves right to ask supplier to carry out such more tests on site, as may be

required by the relevant I.S without any extra cost Commissioning check for CBs, Insulators,

C.T.’s., P.T.’s, L.A.’s, Control panel may be carried out as per IS.

LIST OF STANDARDS TO BE MADE APPLICABLE

1. 2. 3. 4.

277

Signature of Contractor Signature of Purchaser

Sr.

No.

Standard Ref.

No.

Title

I Circuit Breakers :

1. IS 2516 Specification for circuit breakers.

2. IEC 376 Specification and acceptance of new supply of

sulphur- hexa- fluoride.

3 IS 2147 Degree of protection provided for enclosure for

low voltage switch gear and control gear.

4 IS 325 Specification for 3 phase, inductior motor.

5 IS 2629 Recommended practice for hot dip galvanising of

iron and steel.

6 CIGRE Working

group Report dt.

13/12/1972.

Switching over voltage in EHV and UHV systems

with special reference to closing and reclosing

transmission lines.

7 Indian Electricity Rules

8 IS

IS

4379

7311

High pressure cylinder in which SF-6 is

transported and stored at site.

II Isolator :

1 IS 1818

Alternating current isolators and earthing

switches.

2 IS 9921 …do….

3 IS 2544 Insulators.

4 IS 4759 Hot dip galvanising coating on structural steel.

5 IS 1473 Electroplating coating of zinc on iron and steel.

6 IS 375 Marking and arrangement for switch gear, bus bar,

main collectors and auxiliary wiring.

III Current Transformer

1 IS 2705

(I-IV)

Current Transformer.

2 IS 2099 High Voltage porcelain bushing

3 IS 3347 Dimension of porcelain transformer bushing

4 IS 2071 Method of high voltage testing.

278

Signature of Contractor Signature of Purchaser

5 IS 335 Insulation oil for transformer and switchgear.

IV Potential Transformers :

1 IS 3156 Voltage Transformers

2 IS 3202 Code of practice for climate proofing of

electrical equipment.

V Lightning Arresters

1 IS 3070

(Part-I)

1974

Lightning arresters for alternating current

system, Part I Non linear

Resistor type Lighting arresters.

2 IS 3070

(Part-II)

1974

Lightning arresters for alternating current

system, Part II Expulsion

Type L.A.

VI Control and Relay Panels

1 IS 3131

8686

Electrical relays for power system and

Protection.

2 IS 2705 Auxiliary current transformer.

3 IS 3156 Auxiliary potential transformer.

4 IS 722 Energy Meter

5 IS 1248 Indicating Instrument

6 IS 6875 Control Switches

7 IS 5 Colour shed.

8 IS 375 Colour code for wiring of A.C./D.C/ and

C.T./P.T. Circuit.

9 IS

IS

3427

2147

Degree of protection for cubicles

10 IS 6005 Code of practice for phosphating iron and steel

11 IS 4483 Panel cut out dimensions for electrical relays

12 IS 9224 Fuses

13 IS 4794 Push Buttons.

14 IS 2208 H.R.C. Fuses.

VII PVC/XLPE Cables

1 IS 1554

(Part-I)

PVC insulated ( heavy duty) electric cables for

working voltage upto and including 1100 Volt (

279

Signature of Contractor Signature of Purchaser

1976 Second Revision) ( with Amendment No. 1 to

6.

2 IS 8130-1984 Conductors for insulated electric cables.

3 IS 5831-1984 PVC insulation and sheath of electrical cables

and flexible cords.

4 IS 7098-1985

(Part-II)

Cross linked Polyethylene insulated PVC

sheathed cables for working voltage from 3.3

KV upto and including 33 KV ( First Revision)

VIII G.I. Perforated cable trays and accessories

1 IS 1700-1974

(Part-I, II, III)

Sheet steel and strips

2 IS 2663-1986 Method of testing uniformity of coating on zinc

coated articles

3 IS 6158-1984 Recommended practice for safe guarding

against embitterment of hot dip galvanising iron

and steel products.

4 IS 6159-1985 Recommended practice for design and

preparation of material prior to galvanising

5 IS 2029-1985 Recommended practice for hot dip galvanising

of iron and steel.

IX Power Transformers/ Station Transformer

1 IS 109 Copper

2 IS 335 Specification for insulating oil for transformer and

switchgear

3 IS 648 Grain oriented electrical steel sheet for magnetic

circuits.

4 IS 649 Method of testing steel sheets for magnetic circuits of

power electrical apparatus.

5 IS 1886 Code of practice for installation and maintenance of

transformers.

6 IS 1271

Classification of insulating material for electrical

machinery and apparatus in relation to their stability in

service

280

Signature of Contractor Signature of Purchaser

7 IS 2026 Specification for power transformer ( Part I to IV)

ELECTRICAL WORKS – MAKES OF PRODUCT/ MANUFACTURERE

Sr.

No.

Equipment Name of Acceptable makes

1 33 kV , SF-6 Circuit breaker Siemens, ABB, NGEF, Crompton

Greaves, Jyoti, Bhel, Kirloskar, Voltas

2 33 kV Isolator 1) BIMCO Isolator Ltd. Hydrabad

2) PACTIL, Mumbai

3) Kiran, Thane

4) Universal Isolator

5) Hivelm Industies, Madras

6) Atlas, Mumbai

7) Trans Elec. Calcutta.

3 L.A. 1) ELPRO

2) OBLUM

3) LAMCO, Hyderabad

4) IGE(I) Ltd.

5) WS Isolator

6) Crompton

4 CT and PT 1) System Electrical control,

Mumbai, ABB

2) AEP, Mumbai

3) Gyor (33 kV only)

4) IMP (33 kV only)

5) Starlite Electrical, Pune (33 kV

only)

6) Proyog Electrical, Thane (33 kV

only)

7) AE/Crompton

5 Relays 1) ABB

2) Siemens

281

Signature of Contractor Signature of Purchaser

3) GEC, Alstom India

6 Control and Protection Panel 1) Jyoti

2) BHEL

3) NGEF

4) ABB

5) Archana Electricals

6) Advance Electricals

7) Sigmens

8) GEC Alstom

9) L and T

7 XLPE Cable CCI, Fort Gloster, Asian Cable,

Universal Cable, NICCO

8 Control Cable CCI, Fort Gloster, Asian Cable,

Universal Cable, NICCO

9 Transformar 33 kV 1) Bharat Bijali

2) Crompton Greaves

3) EMCO

4) ABB

5) Kirloskar Electric

6) Voltamp

7) Mahati

8) IMP

9) Apex

10 Luminaries Philips, Crompton , Wipro, Bajaj

Note: Tenderer can propose the makes of the equipments which are not

incorporated above and are equally standard with those makes mentioned

above will be accepted subject to prior approval from concerned authority.

OPERATION AND MAINTENANCE

Contractor has to carry out operation & maintenance work of 33/6.6 kV switchyard and its all

associated equipments for two year period. The two year period will start from completion of

282

Signature of Contractor Signature of Purchaser

entire work incorporated in this tender & after successful commission of both 33/6.6 kV bay

and 33 kV / 433 V bay.

Scope of work for operation

Contractor has to carry out operation work in shift-duties for 24 hours per day during the O &

M period of two year. Following technical / non technical staff should be employed by the

Contractor for the two year O & M period to both sites separately (Brahmagavan L.I.S.

Stage II)

A) For 33/6.6 kV switchyard at Brahmagavan L.I.S. Stage - II one Engineer incharge

1st shift 2nd shift 3rd shift

Skilled Electrician /

wireman

1 1 1

Helper 1 1 1

Watchmen 1 1 1

Engineer- in-Charge who will be responsible for all day today activities & will report to

concerned sub Division time to time. The Engineer -in-Charge should be available at project

site. The log sheet of important readings should be filled in every shift per hour & then to be

submitted to concerned sub division regularly. The proforma of log sheet should get

approved by the Contractor from the Division office.

The attendance of shift persons & Contractors site Engineer will be checked by the

concerned sub division officer/engineer. The Engineer–in-Charge of Contractor can leave

the project site by taking prior permission form sub division officer. But in any case the shift

crew should be present at both sites till operation & maintenance period finishes.

Scope of work :-Maintenance.

Maintenance work of 33/3.3 KV switchyard and equipments should be done by Contractor

as per operation& maintenance manuals of each equipments for the two year period,

Contractor has to arrange all tools tackles, special purpose tolls/ machinery required to

complete the maintenance job. All the major / minor repair works, maintenance works

pertaining to this tender work should be carried out immediately by the Contractor at his

own cost. Periodical maintenance of all switchyard equipments should be done as per

operation & maintenance manuals & as per latest relevant I.S. Contractor has to brought the

material from market immediately to carry out the maintenance work without any time delay.

283

Signature of Contractor Signature of Purchaser

Civil work:-

Contractor has to carry out all civil work like switchyard plot development equipment

foundations, cable trenches, cable spreader, fencing wall, fencing gate pillars, partition wall

between transformers, oil soak pits, drainage pipe line up to soak pit, metal spreading etc.

Contractor has to submit foundation details, cable trenches details, civil drawing for

approval. The details of civil items are as below.

284

Signature of Contractor Signature of Purchaser

SECTION - VII

GUARANTEED TECHNICAL

PARTICULARS

7.0 GUARANTEED TECHNICAL PARTICULARS AND DETILAS FOR SUB-

STATION

7.1 33 / 6.6 KV, 6.3 MVA TRANSFORMAERS (To be filled in by the Tenderer)

Sr.

No

Description Particulars

1 Name of Manufacturer

2 Fully address

3 a) Normal full load output KVA at normal tap.

285

Signature of Contractor Signature of Purchaser

b) Continuous output ( corresponding to I.S. Rating at

normal tap )

4 a) Voltage between phases ( HV. side ) at no load and full

load rating.

5 Maximum temperature rise of

a) Windings ( by resistance method

b) Cores ( by thermorneter)

c) Oil ( by thermomotor)

6 Magnetizing current & power

a) At normal voltage and frequency ( Amps.)

at maximum voltage and normal frequency ( Amps)

7 a) Core-loss at rated voltage and frequency ( Amps)

b) Core loss at Max. voltage and frequency, in KW.

8 a) Resistance of HV winding per phase, in ohms.

9 Copper loss at rated voltage, current and bad lines

frequency at 850 C

10 a) Max. induction at normal voltage and

frequency ( lines per Sq.cm)

b) Grade of lamination used

c) Type of insulation between core stampings.

11 Efficiency at max. permissible temperature, at unity p.f.

and 0.8 p.f.

a) 125% load

b)100 % load

c) 85% load

d) 50% load

e) 25% load

12 Max. working current density of

a) HV winding amps/ Sq.cm.

b) LV winding amp / Sq.cm.

13 Reactance drop on full load %

286

Signature of Contractor Signature of Purchaser

14 a) Regulation ( full load & UPF ) at 850 C

b) Regulation at 850 C ( full load & 0.8 PF – lag)

15 Impedance %

16 Details of Tapings on HV side.

17 Over load capacity of transformer for 2 hours.

1) Minimum clearance to earth

a) of primary winding in and out of oil (mm)

b) of secondary winding in and out of oil (mm)

2) Width of oil duct between core and LV winding and

between LV & HV winding(mm)

18 Impulse strength of HV winding ( stating

wave form adopted ) KV.

19 Total radiating surface sq. mtr. Other Particulars

1 Over-all dimensions of the transformer L x B x H (mm)

2 Weight of

a) Core laminations : Kg.

b) Copper : Kg.

c) Transformer core oil and insulation : Kg.

d) Tank and fitting : Kg.

e) Oil : Kg.

f) Transformer complete with oil

3 Oil

a) Quantity required for first fitting ( in liters )

b) Class

c) Makers’s name and country of origin

4 Particulars of tap changing device

a) Type and brief description

b) Is and indicator arrangement fitted to show the position.

c) Can it be locked in position

5 a) Make and type of breather fitted to the transformer.

b) Type of dehydrating agent.

287

Signature of Contractor Signature of Purchaser

6 Type of tank & tank cover.

7 1) For what voltage has the insulation between turns been

designed ( Volts )

a) In the body of winding

b) At the end turns.

2) Percentage of end turns with reinforced insulation

8 Type and class of insulation on

a) HV conductors

b) LV conductors

c) LV to core

9 Section of copper used in

a) H.V. winding (mm dia.)

b) L.V. winding ( mm dia)

10 State whether the transformer complies fully with this

specification and its requirements. If not state the extend

of

deviations from the same.

11 Is a name plate showing the particulars as

required provided of not

Particulars of H.V. Bushings

1 Maker’s name, address, and country of origin.

2 Type

3 Dry flashover voltage at 50 Cycles (KV)

4 Wet flashoer voltage at 50 Cycles (KV)

5 Impulse flashover voltage KV ) ( Staging the wave form

adopted )

6 Class of bushing.

Particulars of LV Bushings.

1 Makers name , address and country of origin.

2 Type

3 Dry flashover voltage 50 Cycles (KV)

288

Signature of Contractor Signature of Purchaser

4 Wet flashover voltage at 50 Cycles (KV)

5 Impulse flashover voltage ( KV) (Stating the wave form

adopted )

6 Class of bushing.

7.2 SF6 CIRCUIT BREAKERS

1 Name of manufacturer

2 Manufacturer’s type and design

3 Rated voltage kV

4 Type of circuit breaker

5 Rated continuous current under site conditions

6 Rated short circuit breaking current Karms

Rated duration of short circuit Sec.

Rated short circuit making current KA peak

7 Maximum rise of temperature over ambient for rated

current size conditions

0C

8 Rated latching current kA

9 Rated operating duty

10 a) Total interrupting time

i) Minimum ms

ii) Maximum ms

b) Closing time ms

11 a) Rated transient recovery voltage for

terminal faults

KV peak

12 Arc voltage V V

13 Arcing current A

14 Arcing time 100%, 60%, 30%, and 10% Sec

15 Rated transient recovery voltage for short line faults KV peak

16 Insulation level of the breaker

a) One minute power frequency withstand voltage kVms

b) impulse withstand voltage KV peak

289

Signature of Contractor Signature of Purchaser

17 Minimum clearances in air

a) Between phases (live parts) mm

b) Between live parts and earth mm

c) Center to center distance between phases mm

18 Whether the circuit breaker is fixed trip or trip free

19 Type of operating mechanism

20 Method of tapping

a) Normal

b) Emergency

c) Nominal voltage of trip coil Volts

d) Pick-up range Volts

e) Power for tripping mechanism Watts

21 Method of closing

a) Normal voltage of closing coils Volts

b) Power for closing mechanism Watts

22 Rated time charging breaking current A

23 Rated cable charging breaking current A

24 Critical current (current giving the longest are when a

break takes place)

A

25 Maximum over voltage to earth of the circuit breaker when

breaking currents

a) unloaded transformer KV peak

b) unloaded lines KV peak

c) capacitor banks KV peak

d) Cable charging KV peak

26 Number of operations, the circuit breaker is capable of

performing without inspection, replacement of main

contacts

or parts

a) Rated interrupting capacity

b) Rated continuous current

290

Signature of Contractor Signature of Purchaser

27 Quantity of SF6 gas Kgs

28 Bushing

a) Make

b) Weight

c) 1 min dry power frequency withstand voltage KVrms

d) Total creepage distance Mm

e) Permissible safe cantilever loading Kg

29 Rated control voltage V,DC

30 Overall dimensions of circuit breaker Dwg. No.

31 Weight of complete 3-phase circuit breaker Kg

32 Weight, literature enclosed giving details of arcing

chamber, main and arcing contacts

Yes / No

7.3 ISOLATORS

1 Name of manufacturer

2 Manufacturer’s type and designation

3 Rated voltage kV

4 Type of isolator

5 Current rating

a) Continuous under site conditions A

b) 1 second kA

c) Dynamic kA

6 Design ambient temperature 0C

7 Maximum temperature of current carrying

parts when carrying rated current

continuously at site conditions

0C

8 Rated insulation level

a) One minute power frequency wet withstand voltage

i) Across isolating distance KVms

ii) To earth and between poles KVms

b) 1.2/50 micro sec. Impulse withstand voltage

291

Signature of Contractor Signature of Purchaser

i) Across isolating distance KV peak

ii) To earth and between poles KV peak

9 Contacts and material of current carrying parts

a) Type of main & arcing contacts

b) Material of contacts

i) Main

ii) Arcing

c) whether contacts are silver faced Yes / No

d) Material of current carrying parts

10 Capacity to interrupt mangnestising current A

11 Capacity to interrupt line charging current A

12 Clearance in air

a) Between poles mm

b) Between live parts and earth mm

c) Between live parts when switch is open mm

i) On the same pole mm

ii) Between adjacent poles mm

13 Type of interlocks

14 Insulator data

a) Type

b) Number of units

c) Height of the stack mm

d) Bolt circle diameter mm

e) tensile strength Kg

f) compressive strength Kg

g) Torsional strength Kg-m

h) Cantilever strength-upright Kg

i) Power frequency dry flash-over voltage KV

j) Power frequency wet flash – over voltage KV

k) 1.2/50 micro sec, positive wave impulse flash-over

voltage

KV peak

292

Signature of Contractor Signature of Purchaser

l) 1.2/50micro sec, impulse withstand voltage KV peak

m) Power frequency puncture voltage Mm

n) Total creepage distance KV

o) Visual discharge voltage Mm

p) Dry arcing distance

15 Operating mechanism manual / motor

16 Motor rated voltage & output

17 Terminal stud

a) Horizontal / Vertical

b) Diameter Mm

c) Length Mm

18 18 Weight of complete 3 – phase isolator Kg

19 19 Overall dimensions of complete isolator Dwg No.

20 Material of supporting structure

7.4 CURRENT TRANSFORMERS ( FOR 33 KV )

1 Name of manufacturer

2 Manufacturer’s type and designation

3 Rated voltage kV

4 Maximum system voltage KV

5 Current rating

a) 1 second A

b) Dynamic KA

6 Design ambient temperature 0C

7 Rated insulation level

a) One minute power frequency wet withstand voltage KVms

b) 1.2 / 50 micro sec. Impulse withstand voltage KV peak

8 CT details – line CTs

CORE 1

a) Ratio

b) Burden

293

Signature of Contractor Signature of Purchaser

c) Accuracy class

CORE 2

a) Ratio

b) Burden

c) Accuracy class

d) Knee point voltage

e) Magnetizing current

f) Secondary resistance

CORE 3

a) Ratio

b) Burden

c) Accuracy class

9 CT details – transformer CTs

CORE 1

a) Ratio

b) Burden

c) Accuracy class

d) Knee point voltage

e) Magnetizing current

f) Secondary resistance

CORE 2

a) Ratio

b) Burden

c) Accuracy class

CORE 3

a) Ratio

b) Burden

c) Accuracy class

CORE 4

a) Ratio

b) Burden

294

Signature of Contractor Signature of Purchaser

c) Accuracy class

10 Insulator data

a) Type

b) Number of units

c) Height of the stack Mm

d) Bolt circle diameter Mm

e) Tensile strength Kg

f) Compressive strength Kg

g) Torsional strength Kg-m

h) Cantilever strength – upright Kg

i) Power frequency dry flash – over voltage KV

j) Power frequency wet flash – over voltage KV

k) 1.2/50 micro sec., impulse withstand voltage KV peak

l) 1.2/50 micro sec., impulse withstand voltage KV peak

m) Power frequency puncture voltage Mm

n) Total creepage distance KV

o) Visual discharge voltage

11 Terminal stud

a) Horizontal / Vertical

b) Diameter Mm

c) Length Mm

d) Material Cu / Al

12 Weight of single current transfomer kg

13 Overall dimensions of current transformer Dwg. Enclosed Yes / No

14 Whether, literature enclosed giving details of arcing

chamber, main and arcing contacts

Yes / No

15 Whether all type test reports as per latest IS enclosed

Yes / No

7.5 VOLTAGE TRANSFORMERS

1 Name of manufacturer

295

Signature of Contractor Signature of Purchaser

2 Manufacturer’s type and designation

3 Rated voltage kV

4 Maximum system voltage KV

5 Design ambient temperature 0C

6 Rated insulation level

a) One minute power frequency wet withstand voltage KVms

b) 1.2 / 50 micro sec. Impulse withstand voltage KV peak

7 VT secondary details

CORE 1

a) Ratio

b) Burden

c) Accuracy class

d) Winding Connections

CORE 2

a) Ratio

b) Burden

c) Accuracy class

d) Winding Connections

8 Insulator data

a) Type

b) Number of units

c) Height of the stack Mm

d) Bolt circle diameter Mm

e) Tensile strength Kg

f) Compressive strength Kg

g) Torsional strength Kg-m

h) Cantilever strength – upright Kg

i) Power frequency dry flash – over voltage KV

j) Power frequency wet flash – over voltage KV

k) 1.2/50 micro sec., impulse withstand voltage KV peak

l) 1.2/50 micro sec., impulse withstand voltage KV peak

296

Signature of Contractor Signature of Purchaser

m) Power frequency puncture voltage Mm

n) Total creepage distance KV

o) Visual discharge voltage

9 Terminal stud

a) Horizontal / Vertical

b) Diameter Mm

c) Length Mm

d) Material Cu / Al

10 Weight of single current transfomer kg

11 Overall dimensions of current transformer Dwg. Enclosed Yes / No

7.6 LIGHTNING ARRESTERS

1 Name of manufacturer

2 Manufacturer’s type and designation

3 Rated voltage kV

4 Arrestor class and type

5 8/20 micro sec. Wave nominal discharge current KA

6 Minimum discharge capability KJ / kV

7 Maximum 100%, 1.2/50 micro sec. Spark over voltage kV Peak

8 Maximum front – of – wave spark over voltage

9 Virtual steep ness of front

10 Rate of rise KV/micro

sec

11 Time to spark over Micro sec.

12 Minimum dry & wet power frequency spark over voltage KVrms

13 Residual voltage corresponding to KVpeak

a) steep current impulse

b) lightning impulse

c) switching impulse

14 Reference voltage Kvrms

15 Reference current A

297

Signature of Contractor Signature of Purchaser

16 Over voltage withstand capability for

a) 10 cycles KVrms

b) 1 second KVrms

c) Continuous KVrms

17 17 Energy discharge capacity KJ / kV

18 Maximum residual voltage at nominal discharge current KVrms

19 Discharge voltage at 10KA discharge current KVrms

20 Impulse current withstand

a) high current short duration (4/10 micro sec. Wave) KA peak

b) Low current long duratin A peak

c) virtual duration of rectangular wave Micro sec.

21 One minute dry power frequency withstand voltage of

arrestor housing

KVrms

22 1.2/50 micro sec. Impulse withstand test voltage of

arrestor housing

KV peak

23 Total creepage distance of whole arrestor housing Mm

24 Cantilever strength of complete arrestor Kg

25 Visual discharge level for falling power frequency voltage KV

26 Pressure relief class as per IEC 99

27 Range of millimeter provided for leakage current

measurement

mA

28 Weight of complete arrestor Kg

29 Overall dimensions of complete arrestor Dwg. Enclosed Yes / No.

30 Whether, literature enclosed giving details of discharge

counter, terminals

Yes / No.

31 Whether, all type test reports as per latest IS/IES

enclosed

Yes / No.

7.7 CLAMPS AND CONNECTORS

1 Name of manufacturer

2 Applicable standard

298

Signature of Contractor Signature of Purchaser

3 Type

4 For connection to circuit breaker

a) conductor size

b) equipment terminal size

Material of construction

a) clamp body

b) bolts and nuts

c) spring washers

d) liners if any

5 For connection to isolator

a) conductor size

b) equipment terminal size

Material of construction

a) clamp body

b) bolts and nuts

c) spring washers

d) liners if any

6 For connection to CT

a) conductor size

b) equipment terminal size

Material of construction

a) clamp body

b) bolts and nuts

c) spring washers

d) liners if any

7 For connection to VT

a) conductor size

b) equipment terminal size

Material of construction

a) clamp body

b) bolts and nuts

299

Signature of Contractor Signature of Purchaser

c) spring washers

d) liners if any

8 For connection to LA

a) conductor size

b) equipment terminal size

Material of construction

a) clamp body

b) bolts and nuts

c) spring washers

d) liners if any

9 For connection to Bus post insulator

a) conductor size

b) equipment terminal size

Material of construction

a) clamp body

b) bolts and nuts

c) spring washers

d) liners if any

10 Maximum temperature rise over ambient temperature

when carrying rated current

0C

11 Rated terminal load and factor of safety Kg

12 Weight of clamp complete with hardware

7.8 CONTROL AND RELAY PANELS

1 Panels designations

2 Name of manufacturer

3 Type of construction Simplex / desk – cum – panel

4 Type of sheet steel (Hot rolled / Cold rolled )

5 Thickness of sheet steel

Front Mm

Back Mm

300

Signature of Contractor Signature of Purchaser

Sides Mm

6 Paint treatment and colour shades (External & Internal )

7 Weight of each panel Kg

8 Dimensions if each panel section (Width X Depth X Height

)

9 General arrangement drawing No.

a) Individual panel section

b) Overall arrangement of complete panels showing floor space

10 Largest package for transport

Weight

Dimension

11 Special interconnecting cables, if required included Yes / No

12 Special tools and devices for maintenance included

(Attached list)

Yes / No

13 AUXILARY / INTERFACE RELAY

a) Make and type designation

b) Nominal voltage and % variation Volts + %

c) Contacts, Hand Reset / Self reset

d) No. of pairs of contacts

Make contacts

Break contacts

e) Speed of operation of relay m-sec

f) Pick-up / drop – off ratio

g) Burden of relay VA

14 CONTROL SWITCHES

a) Make and front dimensions

b) Type of switch (Spring returns to neutral / discrepancy )

c) Type of handle ( Pistol Grip . spade or ‘T’ knob / ball

handle )

d) Contact rating :

Continuous current A

301

Signature of Contractor Signature of Purchaser

Voltage Volts

15 PUSH – BUTTONS

a) Make

b) Actuator type

Momentary / maintained

Shrouded to prevent inadvertent operation

c) Whether integral engraved inscription plates provided

d) Type and No. of NO/NC contacts

e) Contact rating :

Continuous current A

Voltage Volts

16 INDICATING LAMPS

a) Type

b) Ratings :

Voltage

Wattage

c) Series resistors are provided Yes / No

d) Life of lamp in burning hours Hours

17 ANNUNCIATORS

a) Make

b) Dimensions of each window (L X W X H ) Mm

c) No. of lamps per window

d) Lamps

Volts

Watts

e) Auxiliary supply voltage and permissible variation Volts / %

18 INDICATING METERS

i) Ammeter

a) Make

b) Type of movement

c) CT Sec. Current A

302

Signature of Contractor Signature of Purchaser

d) Burden VA

e) Accuracy class and standard

f) Overall dimensions (front) mm

ii) Voltmeter

a) Make

b) Type of movement

c) VT Sec. Voltage

d) Burden

e) Accuracy class and standard

f) Overall dimensions (front)

iii Power factor meter

a) Make

b) Type of movement

c) VT Sec. Voltage

d) Burden

e) Accuracy class and standard

f) Overall dimensions (front)

iv) Frequency meter

a) Make

b) Type of movement

c) VT Sec.voltage

d) Burden

e) Accuracy class and standard

f) overall dimensions (front)

v) Energy meters

a) Make

b) Type of Mesurement

c) ( 3 phase, 3 wire unbalanced

power /3 phase, 4 wire unbalanced

power )

d) CT ratio A/A

303

Signature of Contractor Signature of Purchaser

e) VT ratio

f) accuracy and standard to which

meter conforms

g) Burden

h) Current coil VA

i) Voltage Coil VA

j) No. of digits in the meter

19 PROTECTION RELAYS

i) IDMT Overall current relay, IDMT

earth fault relay

a) Make and type designation

b) Setting range %

c) Contacts, Hand Reset / Self reset

d) No. of pairs of contacts

Make contacts

Break contacts

e) Burden of relay VA

f) Auxiliary supply voltage V

ii) Instantaneous over current relay

a) Make and type designation

b) Setting range %

c) Contacts, Hand Reset / Self reset

d) No. of pairs of contacts

Make contacts

Break contacts

e) Burden of relay VA

f) Auxiliary supply voltage V

iii) Instantaneous earth fault relay

a) Make and type designation

b) Setting range %

c) Contacts, Hand Reset / Self reset

304

Signature of Contractor Signature of Purchaser

d) No. of pairs of contacts

Make and type designation

Break contacts

e) Burden or relay VA

f) Auxiliary supply voltage V

iv) Transformer differential relay

a) Make and type designation

b) Contacts, Hand Reset / Self reset

Make contacts

Break contacts

d) Burden of relay VA

e) Auxiliary supply voltage V

v) Neutral displacement relay

a) Make and type designation

b) Setting range %

c) Contacts, Hand Reset / Self reset

d) No. of pairs of contacts

Make contacts

Break contacts

e) Burden of relay VA

f) Auxiliary supply voltage V

vi) Under Voltage relay

a) Make and type designation

b) Setting range %

c) Contacts, Hand Reset / Self reset

d) No. of pairs of contacts

Make contacts

Break contacts

e) Burden of relay VA

f) Auxiliary supply voltage V

vii) Restricted earth fault relay

305

Signature of Contractor Signature of Purchaser

a) Make and type designation

b) Setting range %

c) Contacts, Hand Reset / Self reset

d) No. of pairs of contacts

Make contacts

Break contacts

e) Burden of relay VA

f) Auxiliary supply voltage V

7.9 33 KV pin Insulators :

1 Electrical characteristics of Insulators

a) Nominal system voltabe.

b) Highest system voltage

a) Visible Discharge voltage 9 min.

b) Dry minute power frequency withstand voltage.

c) Wet 1 minute power frequency withstand voltage.

d) Power frequency puncture withstand voltage.

e) Impulse ( 1.2 / 50 Micro second wave) withstand

voltage.

f) Impulse flashover ( 1.2 / 50 Mico second wave) voltage

+Ve

g) Impulse flshover (1.2 /50 Micro second wave) Voltage –

Ve

h) Dry Flashover voltage

i) Wet Flashover Voltage

2. Mechanical characteristic of Insulator

a) Minimum failing load.

b) Minimum creeping distance

a) Minimum cantilever strength for pin / post insulators.

3. Colour of Glaze

4 Standard according to which porclain insulators shall be

manufactured and tested.

306

Signature of Contractor Signature of Purchaser

5 Size of Insulators

a) Height

b) Overall outside diameter

b) Ball and socket size

6 Weight per unit ( Approx.)

7 Tolerance in dimension if any

8 Suspension / Tension Hardware

a) Material used

b) Minimum failing load

c) Type of Hardware i.e. Crimping / Bolted.

d) Standard to which hardware confirm

e) Suitable for ACSR conductor size

f) Grade & standard Galvanizing if any.

7.10 ACSR CONDUCTOR

Sr.

No.

Particular Unit Details of

Conductor MINK

1 Name of ACSR conductor &make

2 Wire diameter

(a) Aluminium mm

(b) Steel mm

3 Conductors per phase No

4 Inter phase spacing mm

5 Nominal Aluminium area Sq.mm

6 Total conductor area Sq.mm

7 Calculated resistance at 20 Deg. (Max)

for conductor

ohm/Km

8 Approx calculated breaking load Kg.

9 Modulus of elasticity Kg. Sq.mm

10 Coefficient of linear expansion Deg.

307

Signature of Contractor Signature of Purchaser

11 Overall diameter mm

12 Weight of conductor Kg/Km

13 I.S. code for erection of conductor

14 I.S. code for Elect. & Mech.

Characteristic of conductor

7.11 GROUND WIRE :-

1) Size SWZ/MM

2) Location

7.12 RSJ Poles

1 Size mm

2 Weight Kg Per Mtr.

3 Cross section area cm

4 Width of flange mm

5 Thickness of flange mm

6 Thickness of web mm

7 Moment of Inertia a) IXX cm

b) IYY cm

8 Radius of Gyration a) RXX cm

b) IYY cm

9 Moduli of section a) ZXX cm

b) ZYY cm

10 Span length in meter m ( Approx)

11 Wind load on conductors Kg/m.

7.13 INSULATOR

1) INSULATOR STRING Single Tension string.

308

Signature of Contractor Signature of Purchaser

a) No. of standard Disc Nos.

b) Size of Disc mm

c) Electro Mechanical strength KN

3.13 XLPE POWER CABLES 3 X 150 mm2

1 Name of manufacturer

2 Voltage grade KV

Size Sq.mm.

3 Nominal area of conductor 1)Nos

2) mm

4 Number and dia of strands in conductor mm

5 Nominal diameter ofconductor

6 Conductor material

7 Type of material for

a) Conductor shielding andthickness

8 Insulation details

a) Type

b) Thickness mm

9 Nominal thickness of PVC mm

10 Nominal thickness of XLPE insulation mm

a) Process used for application

11 Overall diameter of cable mm

12 Weight of finished cable Kg/Km

13 Details of drum

a) Standard drum length M

b) Tolerance on standard drum length + %

c) Approx. Gross weight (For normal delivry length) Kg.

14 D.C. resistance at operating temp. 200 C Ohm/Km

15 A.C. resistance at operating temp. 90 C Ohm/Km

16 Inductance when cables are laid in close

309

Signature of Contractor Signature of Purchaser

i) Trefoil formation MH/KM

ii)Horizontal formation MH/KM

17 Capacitance FD/KM

18 Dielectric loss at reted voltage and frequency Watt / KM

19 Charging current at rated voltage and frequency AMP / Km.

20 Permissible maximum temperature of conductor for continuous

operation at rated current.

0C

21 Continuous current rating single core cable laid in At 400C

i) Trefoil formation

a) Direct in ground Amp

b) In duct Amp

c) In Air Amp

22 Short circuit rating of cable for At 200 C

i) One second duration KA

ii) Three second duration KA

23 Final temperature of conductor during (22) above with

temperatures prior to short circuit 50 C and 90 C

0C

24 Minimum bending radius for installation

25 Reference to standard specification for current rating and

derating factors.

26 Impulsive level KVP

27 Permissible tension in cable. Kg.

310

Signature of Contractor Signature of Purchaser

SECTION VIII

DRAWINGS