rajasthan solarpark development company limited (a … · 2020-01-26 · scheme, rsdcl, jaipur and...
TRANSCRIPT
1
RAJASTHAN SOLARPARK DEVELOPMENT COMPANY LIMITED (A Govt. of Rajasthan undertaking) (CIN No. U40102RJ2011SGC036861)
Regd. Office: E-166, Yudhishthir Marg, C-scheme, Jaipur Tel: 2225859, 2229341, 2222941, Email: [email protected], fax: 0141-2226028
--------------------------------------------------------------------------------------------------- SPECIFICATION No. RSDCL/D (T)/Tr. LINES/SP/TK/ TN No. (02/2019-20)
Tenders are hereby invited in e-tender system for construction of following transmission lines on
turnkey basis. Tenders are to be submitted online in electronic format on website
http://eproc.rajasthan.gov.in. The tender document/specification can be downloaded from above mentioned website.
GENERAL DETAILS OF WORKS:
A NIT No. TN No. (02/2019-20)
B Work Description:
Construction of
220kV & 132kV Transmission lines
on turnkey basis
Lot-1: This consists of following lines:
(i) 220 kV D/C line from Park Pooling Station-1 to PGCIL 765 kV GSS, Bhadla-II: 28.85 Kms.
(ii) 220 kV D/C line from Park Pooling Station -4 to PGCIL 765
kV GSS, Bhadla-II: 31.60 Kms.
(iii) 220 kV D/C line from Park Pooling Station -1 to Park
Pooling Station - 2: 06.49 Kms. (iv) 220 kV D/C line from Park Pooling Station -3 to Park
Pooling Station -4: 01.87 Kms.
(v) 220 kV S/C line from Park Pooling Station -2 to Park
Pooling Station -3: 02.64 Kms.
Lot-2: This consists of following work & line:
(i) Dismantling of existing 132kV S/C Tr. line (on 132kV D/C
Towers) of Godawari Plant at Nokh- 3.10 Kms.
(ii) Construction of new 132kV S/C Tr. line (on 132kV D/C
Towers) for Godawari Plant at Nokh- 4.40 Kms.
C Cost of Tender Specification
Rs. 23,600 (Rupees Twenty three thousand six hundred only which is inclusive of GST @18%)
D Processing Fee of
RISL
Rs. 1000.00 (Rupees One thousand only)
E Bid Security (EMD) Rs. 1,19,40,000 (Rupees One Crore Nineteen Lakhs Forty
Thousand Only)
F Validity of offers 180 days after the date of opening of Techno- Commercial Bids.
IMPORTANT DATES:
S.No. Events Date & Time Location
(i) Date of downloading of tender
specification
From 21.01.2020
(13.00 Hrs)
http://eproc.rajasthan.gov.in
(ii) Deposit of Cost of Tender
Specification, Processing Fee, Bid Security including BG in
original, JV agreement &
Power of attorney in original
(if bidder is participating in
joint venture)
Up to 26.02.2020
(15.00 Hrs)
Office of the MD, RSDCL,
E-166, Yudhishthir Marg, C-Scheme, Jaipur-302001.
(iii) Date of Pre-Bid Conference 31.01.2020
(11:00 Hrs)
E-166, Yudhishthir Marg,
C-Scheme, RSDCL, Jaipur-01.
(iv) Date of Submission of Pre-Bid queries by bidders
03.02.2020 (16:00 Hrs)
http://eproc.rajasthan.gov.in
(v) Date of uploading of
Addendum (if any) in
response to Pre-Bid Queries
05.02.2020 http://eproc.rajasthan.gov.in
2
(vi) Last date & time of
submission of electronic bid
26.02.2020
(18.00 Hrs)
http://eproc.rajasthan.gov.in
(vii) Opening of Technical Bid 27.02.2020
(15.30 Hrs)
http://eproc.rajasthan.gov.in
(viii) Opening of Price Bid To be intimated separately to the
qualified bidders
http://eproc.rajasthan.gov.in
NOTE:
1. The bidders are requested to submit their bids prior to last date of submission to avoid Non-submission of their bids up to prescribed date & time due to non-availability of/ hanging of
website at last moments. The date of submission of bids will not be extended if system is
hang up in last hours or congestion.
2. Furnishing of Bid Security as per Clause No. 1.03 of ITB, Section-I of this specification and
proof for deposit of complete amount of Bid Security, e-tender processing fee & cost of tender specification before techno-commercial bid opening are essential otherwise the
electronic bid will not be opened.
3. (i) The bidder will have to deposit prescribed cost of tender specification by DD/ Banker‟s
Cheque payable in favour of Rajasthan Solar Park Development Company Ltd. (RSDCL), Jaipur up to stipulated date & time in the office of the Director (Fin.), E-166, Yudhishthir
Marg, C-Scheme, RSDCL, Jaipur and obtain a receipt thereof.
(ii) The bidder will have to deposit 20% amount of prescribed Bid Security (EMD) by DD/
Banker‟s cheque payable in favour of RSDCL, Jaipur along with Bid Bank Guarantee in
original of balance 80% amount on the Rajasthan State Non Judicial Stamp Paper of
Rs.100/- or of the value as required under Rajasthan State Stamp Duty Act, purchased
in name of the executant‟s Bank, duly authenticated either by a first class Magistrate or
Notary Public or directly confirmed by the issuing Bankers along with a certificate with
regard to Stamp Duty. The BG shall be valid for an initial period of 180 days with grace period of 90 days [Bid Bank Guarantee format is enclosed at Annexure-V- Section III(C)]
or tenderer may also furnish entire amount of Bid Security by DD/Banker‟s Cheque up
to stipulated date & time in the office of the Director (Fin.), E-166, Yudhishthir Marg, C-
Scheme, RSDCL, Jaipur and obtain a receipt/acknowledgement thereof.
(iii) The bidder will have to submit prescribed Processing Fee by DD/Banker‟s cheque in favour of MD, RISL payable at Jaipur, with the Accounts Section up to stipulated date &
time in the office of Rajasthan Solar Park Development Company Ltd. (RSDCL), E-166,
Yudhishthir Marg, C-Scheme, Jaipur and obtain a acknowledgement thereof.
4. Technical and Commercial deviations, if any, shall only be mentioned in Schedule-IV, Section-IV “Departure from the Specification” attached with this specification. Mentioning of
such deviations elsewhere in the offer will not be considered as deviation. The printed terms
and conditions of firms, if any, attached with the tender will not be considered. RSDCL shall
have right to accept or reject these deviations.
5. Offers of bids without Schedule-I to VIII and without relevant documents with respect to qualifying requirements shall not be considered.
6. Any cutting/over writing in the tendered documents should be clarified & signed.
7. The bidders are required to furnish the clarification/ confirmation/ documents, if sought subsequent to opening of bid within specified time failing which, the case shall be finalized/
decided on the basis of available information/documents. The responsibility of being ignored
on account of delay in furnishing of desired information/documents shall be of the bidder.
8. The tender documents can be downloaded from website http://eproc.rajasthan.gov.in.
Details of this tender notification and pre-qualification criteria can also be seen in NIT
3
exhibited on website www.rrecl.com. Tenders are to be submitted online in electronic format
only on website http://eproc.rajasthan.gov.in.
9. RSDCL reserves the right to wave minor deviation (s), if they do not materially affect the
capability of the bidder to perform the contract.
10. The purchaser will respond in writing to any request for clarification on bidding documents which it receives not later than 15 days prior to deadline for submission of online bid, after
which no correspondence shall be entertained.
11. Deviation or note of any kind in the price bid shall not be accepted.
12. The prices quoted for all the items mentioned in the tender document shall be firm only and no any price variation shall be allowed.
13. Bidders who wish to participate in this tender will have to register on
http://eproc.rajasthan.gov.in (bidders registered on „eproc.rajasthan.gov.in‟ before
30.09.2011 needs to register again). To participate in online tenders, bidders will have to procure Digital Signature Certificate (Type-II or Type-III) as per Information Technology Act-
2000 using which they can sign their electronic bids. Bidders can procure the same from
any CCA approved certifying agency i.e. TCS, Safecrypt, Ncode etc. or they may contact e-
Procurement Cell, Department of IT & C, Govt. of Rajasthan for future assistance. Bidders
who already have a valid Digital Certificate need not to procure new Digital Certificate.
Contact No. 0141 – 4022688 (Help desk 10.00 AM to 6.00 PM on all working days)
e-mail: [email protected]
Address : e-Procurement Cell, RISL, Yojana Bhawan, Tilak Marg, C-Scheme, Jaipur
14. Bidder shall submit their offer online in electronic formats both for technical and financial
proposals. However, cost of specification, Bid Security and Joint Venture Agreement in original [Joint Venture Agreement format is enclosed at Annexure-IV-Section III(C)] & Power
of Attorney for Joint Venture in original [Power of Attorney for Joint Venture format is
enclosed at Annexure-III -Section III (C)], if bidder is willing to participate in joint venture, in
the office of Director (Fin.) and Processing Fee with GM (Solar Park) should be submitted
physically at E-166, Yudhishthir Marg, C-Scheme, RSDCL, Jaipur, up to stipulated date & time. The bidder shall upload scanned copies of receipts/ acknowledgement of above
documents along with their bid.
15. Bidders are also advised to refer “Bidders Manual” available under “Downloads” section for
further details about the e-tendering process.
16. Before electronically submitting the tenders, it should be ensured that all the tender papers
(having page No.) including conditions of contract are digitally signed by the bidder. It
should be submitted timely on http://eproc.rajasthan.gov.in in the following manner:-.
ONLINE SUBMISSION:
The bidders have to submit their bid in 3 covers comprises of
(a) Cover 1 (.pdf) : FEE (scanned copies):
It shall contain scanned copy (ies) of (i) Tender specification Cost- DD/ Banker‟s Cheque of
Rs. 26,600 payable in favour of RSDCL, (ii) Processing fee- DD/ Banker‟s Cheque of Rs.
1000.00 in favour of MD, RISL payable at Jaipur & (iii) Bid Security (EMD)- DD/ Banker‟s Cheque (20%) of Rs. 23,88,000/- payable in favour of RSDCL & BG (80%) of Rs.
95,52,000/- payable in favour of M.D., RSDCL (Total amount of Rs. 1,19,40,000) as per Bid
documents.
4
(b) Cover 2 (.pdf): Techno Commercial Bid (scanned copies):
The technical information has to be prepared very carefully since it will be the basis for the
pre-qualification of bidders. Only relevant and to the point information should be indicated.
Bidders should neither supply information not requested in the specification nor make any
comments. Failure to provide any required information, may lead to the rejection of the
offer. Bidder must read Section-I, Section-II, Section-III (A), Section-III (B) & Section-III (C) of specification very carefully. Schedules I (B) & III to VIII of Section-IV, Annexure-IV (Joint
Venture Agreement) & III (Power of Attorney for Joint Venture) of Section-III (C) along with
proof of depositing the same in original issued by the Director (Fin) RSDCL, Jaipur, if bidder
is willing to participate in joint venture, documents in support of qualifying requirement etc.
must be signed digitally on each & every page by the authorized representative of the firm
after filling requisite information/details desired in the specification & Pre Qualifying Requirement (PQR), the same shall be uploaded with their bid.
(c) Cover 3 (.xls):
FINANCE: PRICE BID: BoQ (.xls): (Section-IV, Schedule-II (A1 & A2), Schedule-II (B-1 & B-2) and BoQ-5.
This cover consists of price schedules (BoQ-1 to 4), for supply of material [Schedule-II (A-1 &
A-2) Section-IV/ BoQ-1 & 2] and for Erection, Testing and Commissioning [Schedule-II (B-1
& B-2 Section-IV/BoQ-3 & 4] of 220 kV and 132kV Transmission lines. In BoQ-5, bidders
are required to quote lump sum charges for dismantling of 03.10 Kms. 132kV Tr. line and also the cost of dismantled material, payable by the bidder to RSDCL against retaining of
dismantled material of 132kV line (This dismantled material of 132kV line shall be the
property of bidder/ contractor). These amounts shall be considered for bid evaluation.
The bidder must quote the prices for all the lines of lots 1 & 2 in the manner as indicated in
the Price schedule(s) and as per clause No. 1.09 (a) & (b) of ITB, Section-I of specification, failing which tender shall be liable for rejection.
The rates/prices of erection part [Schedule-II (B1 & B2) Section-IV)] shall be entered in
figures in % Excess/ less. These schedule(s) must be digitally signed by the authorized
representative of the firm.
17. The bidder, if is a Micro, Small or Medium Enterprise as per the Micro, Small & Medium
enterprise development act, 2006 (MSMED Act-2006) and registered with the authorities
under the above Act for the items/services covered under this tender, then the firm has to
indicate the Entrepreneurs Memorandum No. (12 Digit) & scanned copy of the certificate
issued by the Authorities under the MSMED Act, 2006 should be uploaded along with the online bid.
18. (i) The contractor shall arrange free of charges, suitable accommodation and transport
facility for local & outside journey to RSDCL‟s representative nominated for inspection. In
case of joint inspection, single or shared double room accommodation shall be provided.
(ii) For inspection of offered material, contractor shall arrange “To and Fro” Air tickets of
economy class for journey of inspecting officer(s) from nearest airport of the work place of
inspecting officer to their works or the place where inspection is to be carried out and
back, at contractor‟s cost after coordinating with the inspecting officer(s). Suitable
transport facility for the inspecting officer(s) from his work place to the nearest airport for “to and fro” journey will also be arranged by the contractor.
In case, if the place of inspection is not connected through Air, the contractor will
arrange “To and Fro” Air tickets of economy class at their cost up to the nearest Airport of
the place of inspection and onward journey from nearest airport to place of inspection and back by suitable means i.e. Taxi/ Train (IInd AC class) at the cost of contractor.
5
In case the place of inspection is within 500 KMs. distance from the headquarter of the
inspecting officer, the contractor will make suitable travelling arrangement up to the destination of inspection and back by Taxi/ Train (IInd AC class) at contractor‟s cost.
No deductions towards air fare/ travelling expenses will be made by the payment making
authority, if the inspection is waived by the competent authority of RSDCL.
19. Payment shall be made to supplier/contractor through RTGS/NEFT for quick and safe transfer of funds across the country. The charges for transfer through RTGS/NEFT shall be
on the part of supplier/ contractor. The supplier/ contractor shall furnish particulars to the
payment making authorities of RSDCL in prescribed format to be provided by the purchaser.
20. This specification includes Section-I, Section-II, Section-III (A), Section-III (B), Section-III (C)
and Section-IV (Schedules).
21. It may please be noted that the contractor has to construct 4.40 Kms. 132kV Tr. line first
and then has to dismantle existing 3.10 Kms. 132kV Tr. line. Contractor has to take up the construction and dismantling works of 132kV Tr. lines in such a way that there should not
be any generation loss to M/s Godawari Solar Power Plant.
22. The évaluation shall be done on the package price of both the lots of Tr. Lines (all 5 BoQ).
6
INDEX
S.No. Particulars Page No.
1 2 3 4 5 6
Section-I "Instructions to Bidders” Section-II "General Conditions of Contract" Section-III (A): “Technical Specification for erection of transmission lines on total turnkey Basis (Material Part)" Section-III(B): "Technical Specification for erection of transmission lines on total turnkey Basis (Erection Part)" Section-III(C): Appendix [I(A), I(B), I(C), I(D-1), I(D-2), Appendix-II, III, IV(1) to IV(17), V, VI(A), VI(B), VI(C)] & Annexure-III to V, VI(1 to 3), VII to XI and Drawings. Section-IV: “SCHEDULES – I(B) & III to VIII”
7 27 72 108 120 17
7
RAJASTHAN SOLARPARK DEVELOPMENT CORPORATION LIMITED
SECTION-I
INSTRUCTIONS TO BIDDERS
FOR
CONSTRUCTION OF FOLLOWING TRANSMISSION LINES
Lot-1: This consists of following lines:
(i) 220 kV D/C line from Park Pooling Station-1 to PGCIL 765 kV GSS, Bhadla-II: 28.85 Kms.
(ii) 220 kV D/C line from Park Pooling Station -4 to PGCIL 765 kV GSS, Bhadla-II: 31.60 Kms.
(iii) 220 kV D/C line from Park Pooling Station -1 to Park Pooling Station - 2: 6.49 Kms. (iv) 220 kV D/C line from Park Pooling Station -3 to Park Pooling Station - 4: 1.87 Kms.
(v) 220 kV S/C line from Park Pooling Station -2 to Park Pooling Station - 3: 2.64 Kms.
Lot-2: This consists of following work & line:
(i) Dismantling of existing 132kV S/C Tr. line (on 132kV D/C Towers) of Godawari Plant at Nokh-
3.10 Kms. (ii) Construction of new 132kV S/C Tr. line (on 132kV D/C Towers) for Godawari Plant at Nokh-
4.40 Kms.
TURNKEY PROJECT
UNDER SPECIFICATION No. RSDCL/D(T)/LINES/SP/TK/TN No. (02/2019-20)
8
SECTION-1
INSTRUCTIONS TO BIDDERS
1.01 INTRODUCTION:
The bidder, in his own interest, is requested to read very carefully these instructions, the
terms and conditions as incorporated in Section-II & III before filling the bid form online. If
he has any doubt as to the meaning of this specification or any portion thereof, he shall
before submitting the bid, refer the same in the pre-bid conference to be held at E-166,
Yudhishthir Marg, C-Scheme, RSDCL, Jaipur on the date mentioned in this tender
document so that such doubts may be clarified. Submission of the Bid shall be deemed to be the conclusive proof of the fact that the bidder has acquainted himself and is in
agreement with all the instructions, terms and conditions governing the specification,
unless otherwise specifically indicated/ commented by him in his bid. Before submitting the
bids, the bidders may verify the site & assess the tendered works.
1.02 FILLING OF BIDS:
(a) Bids shall be submitted online in the electronic format attached hereto and all blanks in
the Bid and the schedules to the specification shall be duly filled in. The completed
forms, schedule(s) shall be considered as part of the contract documents in the case of
successful bidder(s).
(b) Bidder should quote their offer as per tender and evaluation will be made accordingly.
(c) No alteration should be made to the format/rates of the Bid specification and Schedules.
The Bidder must comply entirely with specification.
(d) The Bid and all accompanying documents shall be in Hindi/English Language and shall
be digitally signed by a responsible and authorized representative of firm. The name,
designation and authority of the signatory shall be stated in the Bid.
(e) Bid should be filled in only with ink or typed and must be submitted online after signing digitally.
(f) All additions, alterations and over-writings in the Bid must be clearly initialed by the
signatory to the Bid.
(g) The Bidder must quote the prices strictly in the manner as indicated herein, failing which
Bid is liable for rejection. The rates/prices shall be entered in figures only. These must
not contain any additions, alterations, cuttings or corrections and any other marking
which leave any room for doubt.
(h) RSDCL will not be responsible to accept any cost involved in the preparation or submission of Bids.
(i) Any printed conditions of sale on the Bid shall not be accepted by RSDCL. The Bidder
shall incorporate his conditions of sales, if any, in the text of the Bid itself.
(j) All tenders and accompanying documents will have to be digitally signed and submitted
in time specified on http://eproc.rajasthan.gov.in
(k) The bidder should digitally sign the tender form at each & every page at the end.
1.03 BID GUARANTEE (BID SECURITY):
The bidder shall furnish Bid Security in following manner:
9
(a) Required Bid Security for the lines covered in the scope of TN No. (02/2019-20) is as
detailed below:
Sr.
No.
Name of line Required Bid
Security
amount in Rs.
Lot-1: This consists of following lines:
(i) 220 kV D/C line from Park Pooling Station-1 to PGCIL 765
kV GSS, Bhadla-II: 28.85 Kms. (ii) 220 kV D/C line from Park Pooling Station -4 to PGCIL 765
kV GSS, Bhadla-II: 31.60 Kms.
(iii) 220 kV D/C line from Park Pooling Station -1 to Park
Pooling Station - 2: 6.49 Kms.
(iv) 220 kV D/C line from Park Pooling Station -3 to Park
Pooling Station - 4: 1.87 Kms. (v) 220 kV S/C line from Park Pooling Station -2 to Park
Pooling Station - 3: 2.64 Kms.
Lot-2: This consists of following work & line:
(i) Dismantling of existing 132kV S/C Tr. line (on 132kV D/C
Towers) of Godawari Plant at Nokh- 3.10 Kms.
(ii) Construction of new 132kV S/C Tr. line (on 132kV D/C
Towers) for Godawari Plant at Nokh- 4.40 Kms.
1,19,40,000/-
Note: Contractor has to construct 4.40 Kms. 132kV S/C Tr. line on 132kV D/C towers.
(b) 20% amount of Bid Security (EMD) shall be deposited by bank Demand Draft/Banker‟s
Cheque in the name of Rajasthan Solar Park development Company Ltd, Jaipur along with bid Bank Guarantee of balance 80% amount on the Rajasthan State Non Judicial Stamp
Paper of Rs. 100/- or of the value as required under Rajasthan State Stamp Duty Act
purchased in name of the executant's Bank duly authenticated either by a first class
Magistrate or Notary Public or directly confirmed by the issuing Bankers alongwith a
certificate with regard to Stamp Duty, shall be furnished. The validity period of this BG
shall be atleast for 180 days with the grace period of 90 days [Bid bank guarantee format is enclosed at Annexure-V, Section-III(C)] and shall be submitted up to the stipulated date
& time in the office of the Rajasthan Solar Park development Company Ltd, Jaipur and
obtain a receipt/ acknowledgement thereof. The bidder may also furnish entire amount of
Bid Security by demand draft, if he so desires. No other mode of deposit shall be accepted.
(c) All participants including Central & State Govt. undertaking/corporation and companies are to submit bid security (EMD) along with the bid.
(d) Any Bid not accompanied by a copy of receipt/acknowledgement for cost of Tender
Specification, Processing Fee and bid security/ bank draft/Bid bank guarantee (Original)
shall be rejected and the Bid will not be opened.
(e) The bid security of unsuccessful bidders shall be refunded soon after final acceptance of
successful bid and signing of Contract Agreement and submitting performance security by
the successful bidder. In case of successful bidder(s), the bid security will be taken into
account in arriving at the amount of the Security Deposit referred in clause No.5 of the
General Conditions of Contract including erection (Section-II).
(f) No interest shall be payable on such deposits.
(g) The purchaser reserves the right to forfeit bid security or a part thereof in the
circumstance, which according to him indicate that the bidder is not earnest in accepting/executing any order placed under the specification.
10
1.04 DOCUMENTS TO BE UPLOADED WITH THE BID
Bid shall be accompanied with the following schedules, documents and the fact of their
having been enclosed should be as per tender specification. All tenders and accompanying
documents will have to be digitally signed and submitted well within the specified time on
http://eproc.rajasthan.gov.in. The Bid which is not accompanied by any or all of the
following Schedules, documents or is accompanied by incomplete Annexures /Schedules is liable for rejection:
A. Cover 1 (.pdf): Fee (scanned copies)
i) Proof of depositing cost of tender specification.
ii) Proof of submitting processing fee. iii) Proof of depositing of complete Bid Security amount.
B. Cover 2 (.pdf) : Techno-commercial Bid (scanned copies):
i) Details indicating execution of 132 kV and above Tr. Lines (in Schedule-V). ii) Details regarding qualifying requirements along with necessary supporting documents
duly attested & signed by the bidder or by authorized representative of the firm.
iii) Particulars & details regarding bidder in Schedule-VI.
iv) Latest balance sheet of the firm duly attested & signed by the bidder or by authorized
representative of the firm.
v) Turnover for the last 5 years duly attested by a Notary Public & signed by the bidder or by authorized representative of the firm.
vi) Net profit after interest and depreciation for the last 5 years duly attested & signed by
the bidder or by authorized representative of the firm.
vii) Deviations from specification (Technical & Commercial) in Schedule-IV. Deviations
indicated elsewhere will be ignored.
viii) Confirmation of time line for completion of work in Schedule-VII. ix) Drawings & Test certificates.
x) Confirmation to supply various materials for transmission lines as per technical
particulars of items/ material attached with the technical specification.
xi) Confirmation to supply the various materials for transmission lines from the approved
vendors indicated in Annexure-I & II, attached with Section-I of specification. xii) Other details/information, if bidder requires, duly attested & signed by the bidder or by
authorized representative of the firm.
xiii) Schedule of Unit rate items (Erection part) (in Schedule-III).
xiv) Name of all the line(s) in the lots.
xv) Joint Venture Agreement (Annexure-IV) & Power of Attorney for Joint venture
(Annexure-III) along with proof of depositing the same in original in the office of Director (Fin.), RSDCL, Jaipur.
xvi) RTGS Format (Schedule-VIII)
The above information should be prepared very carefully, since it will be the basis for
the pre-qualification of bidders. Only relevant and to the point information shall be indicated. Failure to provide any required information may lead to the rejection of the
offer. All above documents are to be digitally signed on each & every page by the
authorized representative of the firm after filling requisite information/details desired in
the specification & PQR. Departure from specification (Technical & Commercial) shall
only be given in Schedule IV. Deviations indicated elsewhere will be ignored.
C. Cover 3 (.xls): FINANCE: PRICE BID: BoQ (.xls): BoQ 1-4 [Section–IV, Schedule–II (A-1
& A-2) and Schedule–II (B-1& B-2)] and BoQ-5.
This cover consists of price Schedules (BOQ-1 to 4 and BoQ-5) as per details given here
under: 1) For supply of material:
a) Schedule-II (A1), Section-IV/BOQ-1: For 220kV Tr. lines.
b) Schedule-II (A2), Section-IV/BOQ-2: For 132kV Tr. line.
11
2) for Erection, Testing & Commissioning:
a) Schedule-II (B1), Section-IV/BOQ-3: For 220 kV Tr. lines. b) Schedule-II (B2), Section-IV/BOQ-4: For 132 kV Tr. line.
3) Schedule-II, Section-IV/BOQ-5: In BOQ-5, bidders are required to quote lump sum
charges for dismantling of 03.10 Kms. 132kV Tr. line and also the cost of
dismantled material, payable by the bidder to RSDCL against retaining of dismantled material of 132kV line (This dismantled material of 132kV line shall be
the property of bidder/ contractor). These amounts shall be considered for bid
evaluation.
The bidder must quote the prices for all the lines in the manner as indicated in the
Price Schedule(s) & as per clause No. 1.09 (a) & (b) of ITB, Section-I of specification, failing which tender shall be liable for rejection. The rates/ prices of erection part
[Schedule-II (B1 & B2) Section-IV] shall be entered in figures in % Excess/less.
These schedule(s) must be digitally signed by the authorized signatory of the firm/
bidder.
D. INFORMATION REQUIRED WITH THE BID:
(a) The bidder must clearly indicate the name of the manufacturer and the types of goods
proposed to be supplied. The bid should also contain drawings & description of material
indicating general dimensions.
(b) The above information shall be provided by the bidder in the form of separate sheets,
catalogues, etc.
(c) Oral statements made by the bidder at any time regarding quality, quantity or
arrangement of the goods or any other matter will not be considered.
(d) The bidder shall furnish the guaranteed technical particulars as called for in Appendix-
IV in this document for various materials.
1.05 BID FORMAT, SUBMISSION & OPENING OF BIDS
(a) Bidder shall submit their bid in electronic format digitally signing the same. Bidder
shall procure Digital Signature Certificate (DSC) as per IT Act-2000.
(b) The documents listed in ITB (Instructions to Bidders) clauses along with addendums
issued till the date & time of bid submission, shall be filled by the bidder to bind the
bidder to contract. All pages of the bid shall be stamped and digitally signed.
(c) All omissions in the schedule of price must be serially numbered and digitally attested
by the officer opening the bids, so as to make further dispute impossible on this score.
(d) Bidders who wish to participate in this tender will have to register on http://eproc.rajasthan.gov.in. Further, Bidders who have to participate in online
tenders will have to procure digital signature certificate as per IT act so that they can
sign their electronic bids.
(e) Before electronic submission of tender, it should be ensured that all documents,
Schedules, Annexures, Certificates, information etc. of the tender specification are digitally signed by the bidder.
(f) All tenders, in which any of the prescribed conditions are not fulfilled or which have
been vitiated by errors or other discrepancies or which contain over writing or
corrections not initialed, may be liable to rejection.
(g) The electronically received bids will be opened in the office of the Director (Tech.) on
stipulated date & time in presence of such bidders or their authorized representative,
12
who choose to be present. The system does not permit electronic submission of late
tenders after the due date & time.
(h) The tender to the work shall not be witnessed by a bidder or bidders who himself/
themselves has/ have not bided or who may not and has/ have not bided for the same
work.
(i) Should the date fixed for opening of the bids is declared as a public holiday, the bids
shall be opened on the next date on which office re-opens after such holiday(s).
1.06 VALIDITY OF OFFERS
(a) Bids shall remain valid for a minimum period of 180 days after the date of opening of techno-commercial bid. A bid valid for a shorter period may be rejected by the Owner as
non responsive.
(b) In exceptional circumstances, the RSDCL may solicit the bidder's consent to an
extension of the period of validity. The request and the response thereto shall be made in writing (including cable or telex or Fax/email). The period for return of bid security
amount provided under Clause 1.03(c) of ITB shall also be extended by the same period
as the extension in the validity of the bid.
(c) Bidder granting the request will not be required or permitted to modify its bid.
1.07 SIGNATURE OF BIDDER
The Bid must contain the name, designation and place of business of the person or persons making the Bid and must submit online, placing them in 3 covers after filling &
signing digitally with his DSC (Digital signature). Bid by a partnership firm must be
furnished with full names of all the partners and should be signed digitally by one of the
member of partnership firm or by a authorized representative indicating the designation of
the person or persons, with authority letter signed by the Chairman/Secretary or other
person authorized to bind the Corporation/Company in the matter.
1.08 CAPACITY TO CONSTRUCT 132KV & ABOVE TRANSMISSION LINES
(a) In order to satisfy the purchaser that the person/firm biding is technically and
financially capable of executing the proposed order for the supply of material and erection of Transmission lines covered by the specification, the bidder shall furnish
evidence to this effect in the relevant schedule. In the said schedule, the bidder is
required to furnish information about the details of orders of nature & complexity
comparable to the proposed contracts executed during the last 7 financial years
immediately preceding the date of Technical bid submission. He may also furnish any
other information in this regard which qualifies him for getting the order.
(b) The Contractor having valid Contractor license from the Chief Electrical Inspector for
erection of 132KV or above Tr. lines, will be preferred for awarding the contract.
(c) In case the purchaser desires to examine and inspect through his representative, the said equipment and/ or the works of the bidder or his associate, necessary facilities for
the same shall be timely arranged by the bidder.
1.09 PRICES:
(a) The bidder should quote prices on FOR destination basis for supply of material in respective Schedule of prices i.e. Schedule-II (A-1 & A-2) Section-IV/BOQ-1 & 2 available
in cover-3 (.xls) of specification. The rates/ prices quoted shall include the following:
(i) Packing and forwarding charges.
(ii) Insurance charges.
13
(iii) Freight charges including loading, unloading & stacking.
(iv) All duties and Taxes excluding GST. GST shall be paid extra, as applicable.
(b) For erection part, the bidder should quote their prices indicating the percentage
variation on total construction cost of respective line as mentioned in the Section-IV,
Schedule-II (B-1 & B-2) i.e. BOQ-3 & 4 available in cover-3 (.xls) of specification. The
percentage variation excess or less quoted by the bidder for the lines (both lots) shall also be applicable for unit rate items indicated in Schedule-III available in cover-2 (.pdf)
for the lines (lot).
(c) BOQ-5: Bidders are required to quote lump sum charges for dismantling of 03.10 Kms.
132kV Tr. line and also the cost of dismantled material, payable by the bidder to RSDCL
against retaining of dismantled material of 132kV line (This dismantled material of 132kV line shall be the property of bidder/contractor). These amounts shall be
considered for price evaluation.
(d) The item-wise price shall be quoted by the bidder as FIRM & no price variation shall be
allowed.
(e) Any new tax or duty, if imposed by the Govt. after submission of bid but during
contractual completion period shall be paid by RSDCL at actual against documentary
proof. After contractual completion period, any new tax or duty, if levied shall be borne
by the contractor and not by RSDCL.
(f) GST TDS:
The GST TDS will be deducted from the bills/ invoices of the contractor at the
applicable rates at the time of payment on the composite value of the contract
consisting of prices for supply of material/ equipments, erection, testing &
commissioning charges and prices for execution of civil works.
(g) INCOME TAX AND OTHER TAX:
The TDS Income tax and surcharge on income tax will be deducted from the bills/
invoices of the contractor at the prevailing rates and as per the applicable laws on the composite value of contract consisting of prices for supply of material/ equipments,
erection, testing & commissioning charges and prices for execution of civil works.
However, necessary TDS certificate(s) shall be issued by RSDCL‟s Paying Authority. Any
liability arising on account of Income Tax will be to the contractor‟s account. Any
statutory variation in the Income Tax will be to the contractor‟s account.
Besides this, if any other tax is payable, same shall be on contractor‟s account.
(h) ROYALTY:
In pursuance of the Notification issued by Department of Mines, Govt. of Rajasthan vide circulars dated 15.11.11, 18.10.12 & 09.01.13 regarding Royalty Tax determination and
deposition of the same in the Department of Mines & Geology, the Contractor shall be
responsible for legitimacy of the civil material used in construction of the transmission
lines. The Contractor shall also be responsible for compliance of the instructions
contained in the said circulars and further amendments, if any. The payment of RA bills
shall be made after ensuring compliance of the guidelines contained in the above circulars by the contactor.
In case any liability/dues against royalty is finalized by the Department of Mines, GoR,
the firm shall be fully responsible for making payment of such dues to the Mining
Department or the same may be deducted/recovered by the RSDCL from the financial hold of the contractor available with RSDCL under this contract or any other contract.
14
(i) All contracts/ contractors with the Govt. shall require Registration of workers under the
Building & other Construction Workers (Regulation of Employment & Conditions of Service) Act, 1996 and extension of benefit to such workers under the Act. Deductions
of cess at source will be made as per provisions of the said Act, in force from time to
time.
1.10 QUANTITIES & SPLIT OF ORDER(S)
(a) The quantities indicated in the accompanied schedule(s) are only provisional and the
purchaser reserves the right of revising the same at the time of placing the order and
also after final survey and completion of work.
(b) However, the actual quantity of materials and quantum of work involved shall be based on duly authenticated report of the representative (s) of Director (Tech.) RSDCL, Jaipur.
(c) Purchaser reserves the right to split the order in two parts viz. one for supply of
material part and the other for survey & erection (including dismantling work) part.
Notwithstanding the breakup of the contract price, the contract, at all times, shall be construed as a single source responsibility contract and any breach in any part of the
contract shall be treated as a breach of the entire contract.
1.11 WORK COMPLETION PERIOD
The work of supply, erection, testing & commissioning of all the transmission lines (including dismantling of 3.10 Kms.132kV line) in the lots is required to be completed
within the period mentioned under "Work Completion Schedule" of GCC [i.e. within a
period of 15 (Fifteen) Months from the date of issue of detailed purchase order(s)]. This
targeted completion period is inclusive of monsoon period also. Contractor shall furnish
the Project Implementation Schedule (L-2 Network) to strictly adhere to above completion
period.
1.12 AMENDMENT IN SPECIFICATIONS
The Director (Tech.), Rajasthan Solar Park Development Company Limited, Jaipur may
revise/ amend the specification and timing prior to the date notified for opening of the bids. Such revision or amendment, if any, will be communicated to the bidders through
corrigendum(s) on http://eproc.rajasthan.gov.in as amendment or addenda to this
invitation of the tender.
The amendment will be notified on web for all prospective bidders who have down loaded
the tender documents & it shall be binding on them. Bidders are required to immediately download any such amendment. It will be assumed that the information contained
therein has been taken into account by the bidders in their tenders.
In order to provide prospective bidders reasonable time to take the amendment into
account, in preparing their tender, the Company may, at its discretion, extend the deadline for the submission of tenders, in which case, the Company will notify all bidders
on web of the extended deadline, for submission of tenders.
1.13 DRAWINGS, TEST CERTIFICATES & GUARANTEED TECHNICAL RTICULARS
(a) Dimensional drawings indicating the general and/or detailed constructional features/ cross sectional views/assembling or dismantling, schematic arrangement/curves and
charts/lay out for the material and its erection & commissioning and use wherever
specially required under Section-III of this specification shall be furnished by the bidder.
(b) Notwithstanding anything contained in sub para (a) above, the bidder may also furnish such drawings which according to him are desirable for the material/equipment offered.
15
(c) The purchaser may require the drawings as furnished by the bidder to be modified to
suit the requirements of the specification. The approval of final drawings shall be necessary and binding and the supplies shall conform to the same.
(d) In the event of order, the contractor shall furnish the original/notarized photostat
copies of the latest type test certificates from a Govt./Govt. approved/ Govt. recognized/
NABL accredited test lab/ILAC i.e. International Laboratory Accreditation Co-operation (in case of foreign laboratories) or the certificate of type test conducted at
manufacturer‟s works duly witnessed by representative of any Electricity Board or
Company/Govt. agency/PGCIL/NTPC (wherever specified in technical specification for
particular items) or the certificate of type test conducted in the manufacturer‟s own lab
located in the foreign country duly witnessed by independent agency for all the type
tests wherever prescribed in the relevant latest editions of Indian standards/ International standards (as applicable in terms of Section-III of this specification). The
type test certificates should not be older than 7 years as on the date of technical bid
opening. However, no separate type test charges shall be paid to the bidder.
(e) In case of any specific alternative requirement of type test, the same shall be furnished as per Section-III of this specification.
(f) The bidder/supplier shall be required to furnish the routine/manufacturer(s) factory
test certificate(s) for the test carried out during manufacture in accordance with the
latest standard specifications.
1.14 QUALIFYING REQUIREMENT OF BIDDER
Bidder shall be required to fulfill the qualifying requirements as detailed here under:
1.14.1 TECHNICAL CRITERIA:
(i) EXPERIENCE:
The bidder should have successfully surveyed, optimized tower locations and based
thereon erected & strung, not less than 80% of the route length of tendered (75.85 Kms)
Transmission lines of 132kV or higher voltage class on turnkey basis, cumulatively, which includes Engineering, Procurement & Construction of line(s) within the last seven years
immediately preceding the date of technical bid opening.
(ii) EQUIPMENT/ MATERIAL CAPABILITIES:
Tower material
The bidder for the line work should own, or has assured access to the tower material from
the manufacturer having manufacturing facilities as under:
(a) Manufacturing capacity per year for tower members: 5000 MT.
(b) Minimum quantity supplied/ manufactured complete parts of 132kV and/ or higher
voltage towers in a year, in any one financial year during the last 5 years, immediately preceding the date of technical bid opening:- 2500 MT.
(The bidder should produce a notarized copy of certificate from a Chartered Accountant
certifying capacity/ Annum, quantity manufactured/ supplied year wise).
Other equipment/Material:
The bidder for the line work should own, or has assured access to the supply of AL-59
(Moose equivalent) Conductor, OPGW, Disc Insulators, Hardware fittings & Accessories for
Conductor and OPGW, galvanized Nuts & Bolts, Washers/ Spring washers, Forged items,
Danger plate/Phase plate/Number plate/Circuit plate and Pipe type & Counterpoise type
16
Earthing sets etc. from the approved manufacturers (vendors) covered in the list as
mentioned in Annexure-I & II. The bidder shall furnish his own confirmation to the effect that he has assured access from approved manufacturers (vendors) as per Annexure-I & II
of the pre qualifying requirement for all the requisite material from approved vendors for
construction of line commensurate with the completion schedule.
(iii) For meeting this qualifying criteria/requirement, the work done by only one or some of the units/division of a company/firm shall be counted. However, if some units/division are
transferred/taken over/ acquired by another company/firm, then this work shall not be
counted as experience of the acquiring company/firm. Sub contractor‟s experience and
resources shall not be taken into account in determining the bidder‟s compliance with the
qualifying criteria. If two companies are merged together then the experience of taken over
company will be considered towards qualifying requirement of acquiring company. In case of partnership firms, if complete firm is merged into other firm then the experience of merged
firm may be counted towards experience of acquiring firm. If any partnership is dissolved
and one or two partners join the other company and remaining partners make a separate
company then the experience of acquired or acquiring company will not be considered.
1.14.2 FINANCIAL CRITERIA:
For the purpose of bid, bidders shall meet the following minimum financial criteria:
FINANCIAL CRITERIA Amount (Rs.)
Minimum average annual turn-over for the best 3 financial years of last 5 financial Years.
20.00 Crores
1.14.3 QUALIFYING REQUIREMENTS FOR INDIVIDUAL BIDDER:
The Individual bidder must fulfill strictly all the Technical and Financial requirements as
per Clause No. 1.14.1 to 1.14.2.
1.14.4 QUALIFYING REQUIREMENTS FOR JOINT VENTURE:
Joint venture of two firms (max.) fulfilling the following minimum qualifying requirements
can also participate in the bid:
(A) TECHNICAL CRITERIA
(i) The lead partner of the joint venture should have successfully surveyed, optimized tower
locations and based thereon erected & strung at least 50% of the route length of
tendered transmission lines of 132kV or higher voltage class, cumulatively, within last seven years immediately preceding the date of Technical bid opening as EPC contractor.
(ii) The other partner should have 50% of tower manufacturing capacity and should have
manufactured/supplied 50% of the complete tower parts as given in clause No. 1.14.1(ii).
Alternatively, he may have experience of EPC contracts of transmission lines of 132kV
or of higher voltage class and/or EHV Grid Sub-stations within last seven years
immediately preceding the date of Technical bid opening.
(iii) The joint venture partners should collectively meet the qualifying requirements
stipulated at clause No. 1.14.1.
OTHER EQUIPMENT/MATERIAL
(i) The joint venture bidder for the line work should own, or have assured access to the
supply of Al-59 (Moose equivalent) Conductor and OPGW, Disc Insulators, Hardware
fittings & Accessories for Conductor and OPGW, galvanized Nuts & Bolts, Washers/ Spring
washers, Forged items, Danger plate/Phase plate/Number plate/Circuit plate and Pipe
17
type & Counterpoise type Earthing sets etc. from the approved manufacturers (vendors)
covered in the list as mentioned in Annexure-I & II. The bidder shall furnish his own confirmation to the effect that he has assured access for all the requisite material from
approved vendors for construction of line commensurate with the completion schedule.
(ii) The conditions given at clause No. 1.14.1 (iii) will also apply.
(B) FINANCIAL CRITERIA:
In case of joint venture, the figures for each of the partners of the joint venture shall be
added together to determine the bidder‟s compliance with the minimum qualifying criteria
set out in clause No. 1.14.2 above subject to the condition that the lead partner of joint
venture must meet not less than 40% of the minimum financial criteria given at clause No. 1.14.2 above.
If lead partner alone can meet the financial criteria as stipulated at clause no. 1.14.2, the
other partner may not be required to meet any financial criteria.
Failure to comply with this requirement by the joint venture partners as a whole will result
in rejection of the joint venture‟s bid.
(C) Bid submitted by a Joint venture firm as partners shall comply with following requirements
in addition to all information listed in sub clause No. 1.14.5:
(i) The authorization of the Lead Partner shall be evidenced by submitting a power of attorney
signed by legally authorized signatories of all the partners (Performa at Annexure-III) in
original up to stipulated date & time in the office of the Director (Tech.), RSDCL, Jaipur.
(ii) A copy of the agreement entered into by the Joint Venture partners on the requisite
stamp paper shall be submitted with the bid in original (Performa at Annexure-IV) up to stipulated date & time in the office of the Director (Tech.), RSDCL, Jaipur.
(iii) The bid may be signed by the lead partner of the joint venture and in case of successful
bid, the Form of JV Agreement shall be signed by all the partners so as to be legally
binding on all partners.
(iv) The lead partner shall be authorized to incur liabilities and receive instructions for and
on behalf of any and all partners of the joint venture and the entire execution of the
contract including payment shall be done exclusively with the lead partner.
(v) All partners of the joint venture shall be liable jointly and severally for the execution of the contract in accordance with the contract terms and a statement to this effect shall be
included in the authorization mentioned under (iv) above as well as in the Bid Form and
in the form of agreement (in case of successful bid).
(vi) Bid Security, security deposit and performance guarantee of a joint venture shall be in the name of lead partner or in the name of the joint venture firm submitting the bid.
1.14.5 SUPPORTING DOCUMENTS EVIDENCING CAPABILITIES:
To be qualified for award, bidder/joint venture shall provide satisfactory evidence to the
owner towards their capacity and adequacy of resources to implement the contract
effectively. Bids shall include the following information:
(a) In order to establish compliance of above Financial and Technical criteria, the bidder shall
furnish a copy of CA certificate having membership No. and address of the Chartered Accountant issuing such certificate. The copy of certificate should be attested by a Notary
Public & signed by the bidder or by authorized representative of the firm and then scanned
copy must be uploaded along with online bid. Notarized copies of supporting documents
against qualifying criteria, such as Purchase orders, work orders, commissioning
18
certificates, taking over certificates from the user/owner, clearly establishing that the
bidder has carried out the assigned work successfully as per requirement of this tender specification, shall also be acceptable for Technical criteria. Incomplete information/details
shall not be considered against qualifying criteria.
(b) Authority to seek reference from the bidder‟s banks.
(c) Information regarding any current litigation in which the bidder is involved, the party‟s
concerned and disputed amount.
(d) The successful bidder shall be required to submit the plan for carrying out the work.
(e) Details to have all infrastructure, tools & tackles, testing equipments, experienced project manager and sufficient qualified & experienced erection engineers and staff etc. to
undertake the job at site along with quality control managements etc. and complete the
same within prescribed time schedule.
(f) The qualification and experience of key personnel proposed for carrying out the work. The Project Manager shall have at least 10 years of experience in executing such contract of
comparable nature including not less than 5 years as Manager. CV of Project Manager
shall be enclosed duly authenticated by signatory.
1.14.6 OTHER DISQUALIFICATION CRITERIA:
(a) Even though the bidder meets the above qualifying criteria, they are subject to be
disqualified, if they have:-
(i) Made misleading or false representation in the forms, statements and attachments
submitted in proof of the qualification requirements and/ or
(ii) Record of poor performance such as incompletion/ inordinate delays in completing the
earlier contract awarded & litigation history etc.
(b) A bidder can submit only one tender in this tender enquiry either individually or as a
partner/lead partner of a joint venture. In case, any bidder furnishes more than one tender in this tender enquiry either individually or as a partner/lead partner of a joint
venture then all such multiple bids are liable to be rejected.
1.14.7 The above stated requirements are a minimum and the RSDCL reserves the right to
request for any additional information. Company also reserves the right to reject the
proposal of any bidder, if in the opinion of the owner, the qualification details are incomplete or the bidder is found not qualified to satisfactorily perform the contract
then his price bid shall not be opened.
1.14.8 Company reserves the right to waive minor deviations, if they do not materially affect
the capability of the bidder to perform the contract.
1.14.9 Company does not bound itself to accept the lowest or any of the bids and reserves the
right to accept any bid or reject any or all bids without assigning any reason thereof.
1.14.10 Notwithstanding anything stated above, the owner reserves the right to assess bidder‟s
capability and capacity to perform the contract, should circumstances warrant such an assessment in the overall interest of the owner.
1.14.11 It may please be noted that the contractor has to construct 4.40 Kms. 132kV (D/C) Tr.
line first and then has to dismantle existing 3.10 Kms. 132kV Tr. line. Contractor has to
take up the construction and dismantling works of 132kV Tr. lines in such a way that there should not be any generation loss to M/s Godawari Solar Power Plant.
19
1.14.12 The évaluation shall be done on the package price (considering the amounts of all 5
BoQs) of both the lots of Tr. lines.
20
ANNEXURE-I
LIST OF APPROVED VENDORS FOR 220KV & 132KV TRANSMISSION LINES MATERIAL/
EQUIPMENTS
(A) AL-59 (Moose equivalent) conductor:
(a) M/s Smita (b) M/s Sharavathy (c) M/s Sterlite (d) M/s Apar (e) M/s Omega Cables (f) M/s Cabcon.
(B) ACSR Panther conductor:
(i) M/s Agarwal General Engineering Works (Pvt.) Ltd., Jaipur.
(ii) M/s Anamika Conductors LTD, Jaipur (iii) M/s Venkateshwara Wires Pvt. Ltd., Jaipur
(iv) M/s Oswal Cables Pvt. LTD., Jaipur
(v) M/s Prem Cables (Pvt.) Ltd., Pipalia Kalan
(vi) M/s Rajasthan Cables & Conductors Pvt. Ltd., Jaipur
(vii) M/s Rajasthan Transmission Wires Pvt. Ltd. Jaipur (viii) M/s Swastika Conductors, Jaipur.
Forged items (D-Shackles, Hangers, U-Bolts), Foundation Bolts & Nuts & Tower Accessories
(like Anti Climbing Devices, Bird Guards etc.)
i) M/s EMI, Thane ii) M/s Z.M. Engg. works, Mumbai
iii) M/s Modern Engineering Works, Mumbai
iv) M/s General Forging Works, Mumbai
v) M/s. Aisha Transmission, Jaipur
vi) M/s. Trans Accessories Forging Co., Mumbai vii) M/s. Essar Forgings, Boiser (Mumbai)
To be supplied along-with Towers through Tower manufacturers only.
Disc insulators (45KN, 70KN & 120KN):
i) M/s BHEL, Bangalore/ Jagdishpur
ii) M/s Aditya Birla Insulators Ltd., Rishra
iii) M/s WSI, Porur
Porcelain long rod insulators (70KN & 120 KN):
M/s Modern Insulators Ltd., Abu Road.
NOTE:
The above material & equipments shall be supplied by the contractor from the vendors as specified in the above vendor list only.
21
ANNEXURE-II
LIST OF APPROVED VENDORS FOR OTHER MATERIAL/ EQUIPMENTS OF 220KV &
132KV TRANSMISSION LINES:
GSS Earth-wire (7/3.15mm)
i) M/s. Usha Martin, Ranchi ii) M/s. UIC Udyog Ltd., Kolkata
iii) M/s. Ratlam Wires, Ratlam
iv) M/s. Ramsarup Industrial Corporation, Kolkata
Hardware fittings & Accessories for conductor and Earth-wire
i) M/s EMI Transmission Ltd., Mumbai
ii) M/s International Transmission Products Pvt. Ltd., Mumbai.
iii) M/s. EMC Steelal Limited, Kolkatta
iv) M/s Asbesco India Pvt. Ltd., Kolkatta
v) M/s Rajasthan Transmat Pvt. Ltd., Jaipur vi) M/s Burma Electro corporation, Jalandhar city
vii) M/s Tyco Electronics (I) Pvt. Ltd., Bangalore
viii) M/s. IAC Electricals Pvt. Ltd., Kolkatta
ix) M/s. TAG Corporation, Chennai
x) M/s. Rashtraudyog Ltd., Kolkata
xi) M/s. Modern Malleables Ltd., Kolkata
Galvanized Bolts & Nuts & Step Bolts
i) M/s A.V. Forgings, Mohali
ii) M/s Ravi Engineers, Amritsar
iii) M/s GKW, Howrah iv) M/s Karamtara Fastners,Mumbai
v) M/s Nexo Ind. Pvt. Ltd., Ludhiana
vi) M/s Anand Bolts,Ludhiana.
vii) M/s Techman(India), Chandigarh.
viii) M/s N.L.Engineers Pvt. Ltd. Mohali. ix) M/s. Deepak Fasteners, Ludhiana
x) M/s. Forex Fasteners, Ludhiana
xi) M/s. Garg Fasteners, Ludhiana
xii) M/s. A.S.P. Pvt. Ltd., Howrah
xiii) M/s. Millenium Structures (India) Ltd., Indore
xiv) M/s. Sterling Olts (P) Ltd., Howrah xv) M/s. Pankaj International, Ludhiana
xvi) M/s. Bharat Industries, Howrah
xvii) M/s. Precision Auto Engineers, Ludhiana
xviii) M/s. J.C. Fasteners Limited, Rohtak
xix) M/s. DFL International Limited, Ludhiana xx) M/s. Remax (India), Ludhiana
xxi) M/s. Bharati Overseas, Ludhiana
xxii) M/s. Anishika Fasteners Pvt. Ltd., Nagpur
xxiii) M/s. Precision Fasteners Limited, Mumbai
Washers/spring Washers
i) M/s Springlock Industries, Vadodara
ii) M/s Chempromech Engineers, Nagpur
iii) M/s Forbes & Gokak Ltd., Mumbai
iv) M/s Navin Metal Industries, Kolkata v) M/s Nexo Ind. Pvt. Ltd., Ludhiana
vi) M/s N.L.Engineers Pvt. Ltd. Mohali.
22
vii) M/s Royal Springlock Industries , Ludhiana
viii) M/s. Deepak Fasteners, Ludhiana ix) M/s. Forex Fasteners, Ludhiana
x) M/s Ravi Engineers, Amritsar
xi) M/s. Roshan Implex Pvt. Ltd., Ludhiana
xii) M/s. Pankaj International, Ludhiana
xiii) M/s. Millenium Structures (India) Ltd., Indore
Danger plate/Phase plate/Number plate/Circuit plate
i) M/s Hind Enamel Works, Mumbai
ii) M/s J.K. Ceramicss, Pune
iii) M/s Lohar Engineers, Jaipur/Mumbai iv) M/s. Premier Enamle, Aligarh
v) M/s. Kaveri Enamles and Allied Ltd., Bangalore
Pipe type and Counter Poise earthing for Towers
i) M/s Reliance Engineering Co., Thane
ii) M/s Bharat Wire Ropes Ltd., Mumbai
iii) M/s Lohar Engineers, Jaipur/Mumbai
iv) M/s Surav Industries Jaipur
v) M/s Premier Power Products (Calcutta) Pvt. Ltd., Kolkatta
vi) M/s. Aisha Transmission, Jaipur vii) M/s Z.M. Engg. works, Mumbai
viii) M/s Modern Engineering Works, Mumbai
ix) M/s General Forging Works, Mumbai
x) M/s. Trans Accessories Forging Co., Mumbai
xi) M/s. Essar Forgings, Boiser
xii) M/s. Supreme & Co. Pvt. Ltd., Kolkata xiii) M/s. Larsen & Toubro, Pithampur/Pondicheri
xiv) M/s. Madras Hard Tools Ltd., Chennai
OPGW
M/s Sterlite Power
NOTE:
The above material & equipments shall be supplied by the contractor from the vendors as
specified in the above vendor list. However, bidder can opt for supply of material from other than approved vendor. In such case, he has to seek prior approval from the purchaser subject
to meeting the following minimum criteria:
(i) The manufacturer should have manufactured, tested and supplied at least 40% of the
quantity in G-schedule in any one year (i.e. continuous period of 12 months) during last 5 years immediately preceding the Technical bid opening and 20% of the quantity as indicated
in the G-schedule should have been in satisfactory operation for a period of 3 years
immediately preceding the date of Technical bid opening. No performance is required in the
case of Danger plate, Phase plate, Number plate, Circuit plate, Pipe type & Counter poise type
earthing sets. In order to establish compliance of above criteria, the bidder shall furnish
original CA certificate along-with the bid for meeting supply criteria. The CA certificate should also have membership No. and address of the Chartered Accountant issuing such certificate.
For meeting the performance criteria, the bidder shall furnish the original performance
certificate or notarized copy of certificate from the user for satisfactory performance along-
with bid. The bidder shall also furnish type test reports as per relevant standard. The type
test reports should not be older more than 7 years from the date of Technical bid opening.
(ii) In case the bidder opts for some other vendor in respect of Earth wire, Hardware and
Accessories for Conductor, Earth wire, then the same shall have to be guaranteed for an
23
additional period of three years after expiry of performance period of one year from the date of
taking over of the Transmission lines. For this purpose, the contractor will furnish a separate Performance Bank Guarantee after expiry of one year from the taking over certificate. Original
Performance Bank Guarantee will be released after furnishing of new Performance Bank
Guarantee of worth 10% of the FOR Destination supply cost of the items supplied from other
than approved vendor.
The successful bidder shall arrange the type tests reports to be submitted with relevant IS
mentioned against each item from a Govt./Govt. approved/Govt. recognized/Govt. accredited
/NABL accredited/ CPRI/ILAC i.e. International Laboratory Accreditation Corporation (in case
foreign laboratory) for the following items will be as under. The type test reports shall not be
older than 7 years as on the date of Technical bid opening:-
(A) Hardware fittings & Accessories for conductor & Earth wire:
(i) On Suspension Hardware Fitting: (IS:2486 part-I/1993 with latest amendment):
a. Visual examination test b. Verifications of dimensions
c. Slip strength test
d. Chemical composition test (on string fitting)
e. Galvanizing test/Electroplating test
f. Ultimate Strength/ Mechanical Strength test
(ii) On Tension Hardware Fittings (IS:2486 part-I/1993 with latest amendment):
a. Visual examination test
b. Verifications of dimensions
c. Slip strength test
d. Chemical composition test (on string fitting) e. Galvanizing test/Electroplating test
f. Ultimate Strength/ Mechanical Strength test
g. Electrical resistance test
h. Heating cycle test
(iii) Mid Span Compression Joint for Conductor & Earth wire:
(IS:2121 part-II/1981 & part-III/1992 with latest amendment):
a. Visual examination test
b. Verification of dimension
c. Failing load test/slip strength test d. Electrical resistance test
e. Heating cycle test (for conductor only)
f. Galvanizing test
g. Chemical Composition test (For Earth Wire only)
(iv) Repair Sleeves for conductor & Earth wire (IS:2121 part-II/1981 with latest
amendment)
a. Visual examination
b. Verification of dimension
c. Failing load d. Electrical resistance test
e. Galvanizing test (for earth wire)
f. Chemical composition test (for earth wire only)
(v) Flexible Copper Earth bond (IS:2121 part-III/1992 with latest amendment):
a. Visual examination
b. Verification of dimension
24
c. Slip strength test
d. Chemical composition test e. Galvanizing test
(vi) Vibration Damper for Conductor & Earth wire
(IS:9708/1993 with latest amendment)
a. Visual examination
b. Verification of dimension
c. Resonance frequency test
d. Fatigue test
e. Mass Pull off test
f. Dynamic characteristic test g. Damping efficiency test
h. Clamp Slip test
i. Clamp Bolt Torque test
j. Galvanizing/electroplating test
k. Magnetic power loss test (for Zebra conductor).
(vii) P.A. Rod (IS:2121 part-I with latest amendment)
a. Visual Examination
b. Verification of dimension
c. Tensile strength test d. Electrical resistance test
e. Slip Strength test
f. Bend test
g. Resilient test
(viii) Earth wire Suspension Clamp Assembly. (IS:2121 part-III/1992 with latest amendment)
a. Visual examination test
b. Verification of dimension
c. Slip strength test d. Mechanical strength test
e. Chemical composition test
f. Galvanizing test
(ix) Earth wireTension Clamp Assembly
(IS:2121 part-III/1992 with latest amendment)
a. Visual examination
b. Verification of dimension
c. Electrical resistance test
d. Mechanical strength test e. Chemical composition test
f. Galvanizing test
(B) Earth wire:
(i) Breaking Force Test IS:12776 (ii) Elongation Test IS:12776
(iii) DC Resistance Test IS:12776
(C) Galvanized Bolts & Nuts : (Ref IS:12427)
For Bolts only:
(a) Tensile test
25
(b) Hardness test
(c) Rockwell (HRB) test (i) Vickers (HV) test
(ii) Brinells (HB) test
(d) Proofing load test
(e) Wedge loading test
(f) Chemical composition test
For Nuts only:
(a) Mechanical properties:
(i) Proofing stress
(ii) Vickers Hardness test (b) Chemical composition test
For Both Bolts & Nuts:
Galvanizing test (Mass & Thickness)
The galvanized Nuts & Bolts should also bear ISI certification mark.
(D) Spring washers/ Washers (Ref IS:3063)
(a) Chemical composition test (IS 4072) (b) Mechanical properties test (IS 3063)
(i) Hardness test
(ii) Permanent load test
(iii) Permanent set test
(iv) Twist test
(c) Galvanizing test
(E) Step Bolts (Ref IS:10238)
(a) Tensile test
(b) Hardness test (c) Rockwell (HRB) test
(d) Vickers (HV) test
(e) Brinells (HB) test
(f) Proofing load test
(g) Wedge loading test
(h) Chemical composition test
The required documents for approval of the alternate bidders will have to be furnished by
the bidder and the purchaser at its option may approve other vendor(s) subject to fulfilling
above requirement otherwise the contractor will have to supply the material/equipment(s)
from the vendors listed in Annexure-II above.
1.16 GENERAL:
(a) Specification/Tender document may be downloaded by any of the interested bidder
from http://eproc.rajasthan.gov.in for the consideration of his tender up to stipulated
date & time. The cost of specification will not be refunded under any circumstances.
(b) The Contractor shall treat the details of the specification and other bid documents as
private and confidential and shall not reproduce without the written authorization of
the COMPANY.
(c) The COMPANY does not bind itself to accept the lowest or any bid or any part of the bid and shall not assign any reason(s) for the rejection of any bid or a part thereof.
(d) The fact of submission of bid to the COMPANY shall be deemed to constitute an
26
agreement between the bidder and COMPANY whereby such bid shall remain open for
acceptance by the COMPANY and bidder shall not have option to withdraw his offer, impair or derogate the same. If the bidder is notified during the period of validity of bid
that his Bid is accepted by the COMPANY, he shall be bound by the terms of
agreement constituted by his bid and such acceptance thereof by the COMPANY, until
formal contract of the same bid has been executed between him and the COMPANY in
replacement of such agreement.
(e) The successful bidder shall have to execute the contract documents/agreement for the
proper fulfillment of the contract. This shall be done by him and shall furnish such an
executed stamped agreement free of charge.
(f) For taking decision regarding works beyond scope of contract, prior approval before taking up works from following shall be required as under:
Civil works: Director (Tech) & GM (Solar Park) in concurrence with Director (Fin).
Electrical works: Director (Tech) & GM (Solar Park) in concurrence with Director (Fin).
(g) Type test charges, if any, shall be considered as in built in the quoted prices.
1.17 PRELIMINARY EXAMINATION, EVALUATION AND COMPARISON OF BIDS
(a) If any arithmetical error is found in price bid, the same shall be rectified for the purpose of evaluation & comparison of bids and for placing orders. If there is a
discrepancy between the quoted unit price/total price (inclusive of all taxes/duties but
excluding GST) and the worked out unit price/total price (inclusive of all taxes/duties
but excluding GST), quantities etc. then the price that is beneficial to RSDCL, shall be
considered. The present applicable rate of GST is 18%. In case, the bidder does not
accept the correction of the errors as above, his bid will be rejected and the amount of bid security shall stand forfeited.
(b) In case, it is found in the price bid that the bidder has not quoted for some of the
item(s) indicated in the [Schedule-II (A1 & A2)] BoQs of specification, in that case, no
loading for such item(s) shall be done for the purpose of evaluation and comparison of bids. In the event of order, prices of such item(s) will be treated „Zero‟ and no payment
will be made for such item(s).
1.18 Any action on the part of the bidder to revise the rates/price at his own interest after the
opening of the tender may result in rejection of the tender and also debar him from
submission of future tenders to the COMPANY at least for one year period.
1.19 The évaluation of the bids will be done on the basis of package price for both the lot(s) of
Lines (TN No. (02/2019-20)) including the cost of material, ETC (including dismantling) &
civil works.
1.20 The Most Advantageous/L-1 bidder shall be adjudged on the basis of arithmetic sum of
the total quoted amounts in all 05 BoQs.
______________________
27
RAJASTHAN SOLAR PARK DEVELOPMENT COMPANY LIMITED
SECTION-II
GENERAL CONDITIONS OF CONTRACT
INCLUDING ERECTION FOR
CONSTRUCTION OF FOLLOWING TRANSMISSION LINES Lot-1: This consists of following lines:
(i) 220 kV D/C line from Park Pooling Station-1 to PGCIL 765 kV GSS, Bhadla-II: 28.85 Kms.
(ii) 220 kV D/C line from Park Pooling Station -4 to PGCIL 765 kV GSS, Bhadla-II: 31.60 Kms. (iii) 220 kV D/C line from Park Pooling Station -1 to Park Pooling Station - 2: 6.49 Kms.
(iv) 220 kV D/C line from Park Pooling Station -3 to Park Pooling Station - 4: 1.87 Kms.
(v) 220 kV S/C line from Park Pooling Station -2 to Park Pooling Station - 3: 2.64 Kms.
Lot-2: This consists of following work & line:
(i) Dismantling of existing 132kV S/C Tr. line (on 132kV D/C Towers) of Godawari Plant at Nokh- 3.10 Kms.
(ii) Construction of new 132kV S/C Tr. line (on 132kV D/C Towers) for Godawari Plant at Nokh-
4.40 Kms.
TURNKEY PROJECT
UNDER SPECIFICATION No. RREC/ RSDCL/ D(T)/SP/NOKH/LINE/ TN No. (02/2019-20)
28
SECTION-II
GENERAL CONDITIONS OF CONTRACT INCLUDING ERECTION
Notwithstanding anything contained to the contrary in the specification or Bid or any
subsequent exchange of correspondences, these General Conditions of Contract shall prevail
and shall be binding on the Contractor and any change or variation expressed or impressed howsoever made shall be inoperative, unless expressly sanctioned by the COMPANY. The
Contractor shall be deemed to have fully informed himself and to have specific knowledge of the
provisions of the General Conditions of Contract mentioned hereunder.
1.0 DEFINITION OF TERMS:
In constructing these general conditions and the annexed specification, the following
words shall have the meaning herein assigned to them unless there is anything in the subject or
context inconsistent with such construction.
(a) The "COMPANY"/"RSDCL" shall mean the RAJASTHAN SOLAR PARK DEVELOPMENT COMPANY LTD represented by the Managing Director and shall include their legal
personal, representative, successors and assigns. The "COMPANY" owner or Purchaser
shall mean the RSDCL.
(b) “Owner” shall mean the RAJASTHAN SOLAR PARK DEVELOPMENT COMPANY LTD and
shall include their legal representatives, successors and assigns.
(c) The "Bidder" shall mean and include one or more persons or any firm or any Company or
Body incorporate who has submitted the Bid in response to "Invitation of Bid".
(d) The "Contractor" or “Manufacturer” shall mean the Bidder/ bidder whose bid has been
accepted by the COMPANY and shall include the Bidder's heirs, legal representative, successors and assigns approved by the COMPANY.
(e) The "Sub-Contractor" shall mean the firm or the persons named in the contract for any
part of the work or any person to whom any part of the contract has been sublet with the
consent in writing of the COMPANY and shall include his heirs, legal representative, successors and assigns approved by the COMPANY.
(f) The "MD" shall mean the Managing Director, RAJASTHAN SOLAR PARK DEVELOPMENT
COMPANY LTD, Jaipur.
(g) The "Engineer" shall mean the Director (Technical), or other Engineer or officer for the time being or from time to time duly authorized and appointed in writing by the
COMPANY to act as Engineer or Inspector for the purpose of the contract. In case where
no such Engineer has been so appointed, the word "Engineer" shall mean the COMPANY
or his duly authorized representative.
(h) "Plant", "Equipment", "Materials, "Stores", "Works", shall mean and include the plant and
materials to be provided and work or works to be done by the Contractor under the
Contract.
(i) THE `CONTRACT' SHALL MEAN AND INCLUDE THE FOLLOWING:
1. Invitation of Bid.
2. Instructions to Bidders.
3. Bid Form including schedule of prices.
4. Bid security receipt/Security bank guarantee.
5. Letter of Intent and its acknowledgement. 6. Performance bond/Guarantee.
7. Formal work order.
8. Guaranteed test performance and Warranty.
29
9. General Conditions of Contract including erection
10. Special instructions. 11. Site conditions.
12. Specification, specific conditions, schedules and drawings.
13. Addenda which may hereafter be issued by the COMPANY on web to the Contractor
as agreed between the Contractor and the COMPANY.
14. The Agreement to be entered into under Clause 2 of these General Conditions.
(j) The "Specification' shall mean the specification, specific conditions annexed to the
General Conditions of Contract and the schedules thereto, if any.
(k) The month shall mean, English calendar month i.e. period of 30 days and week shall mean a period of 7 days.
(l) The "Site" shall mean the place or places named in the Contract and include, where
applicable, the lands and buildings upon or in which the works are to be executed.
(m) The "Place of delivery" shall mean the place of delivery at which the Contractor/ Supplier
is responsible to deliver the materials at the contract price.
(n) The "Test of completion" shall mean such tests as are prescribed in the contract to be
made by the Contractor before the Plant is taken over by the COMPANY as per the
General Conditions of Contract including Erection.
(o) "Commissioning" shall mean the satisfactory operation of the line specified herein, after
all necessary initials checks, adjustments, trials, cleaning and re-assembly required at
site, if any, have been completed and the plant has been in continuous and unrestricted
commercial use specified for at least thirty (30) days or as otherwise.
(p) "Commercial use" shall mean that use of work which the contract contemplates or it is to
be commercially capable.
(q) "Letter of Intent" shall mean the COMPANY's letter conveying his acceptance of the Bid
subject to such reservations as may have been stated therein.
(r) The "Contract price"/"Contract value" shall mean the sum named in or calculated in
accordance with the provisions of the Contract/purchase or any amendments thereto.
(s) "Formal work order' shall mean the Purchaser's letter which may be issued in the way of letter of intent containing detailed terms and conditions of the work/supply and such
other particulars which the purchaser may like to convey to the Contractor/supplier
pending execution of a formal written agreement in accordance with clasue.1
(t) CONSIGNEE": The consignee shall mean and include the PM, RRECL, Jaisalmer or any
other authorized officer/official of the Company.
(u) "Writing" shall include any manuscript, type written or printed statement under or over
signature or seal as the case may be.
(v) The Word "Codes" shall mean the Indian Boiler Regulation and rules made there-under with such special modifications which may be agreed upon by the Chief Inspector of
Boilers, Rajasthan from time to time which shall also include the Indian Electricity Rules,
IS Code of practice and Factory Rules & Regulations applicable in the State of Rajasthan
on the date of issue of the letter of intent or such modifications thereof as may be
specially stipulated by competent State authorities i.e. Electrical Inspector and Chief
Inspector of Factories, Rajasthan.
(w) The word "TRIAL RUN" shall mean two (2) weeks continuous and satisfactory operation
under full load/ stress to furnish proof of satisfactory and trouble free working.
30
(x) Words importing "PERSON" shall include firms, companies, corporation and other bodies
whether incorporated or not.
(y) Words importing "the singular only" shall also include the plural and vice versa where
the context requires.
(z) Terms and expressions not herein defined shall have the same meaning as one assigned to them in the Indian Sale of Goods Act (No. III of 1930), failing that in the Indian
Contract Act (Act IX of 1872) and failing that in the General clauses Act 1897 including
amendments thereto.
(aa) When the words “approved”, “subject to approval”, “satisfactory”, “equal to”, “properly
requested”, “as directed”, “where directed”, “when directed”, “determined by”, “accepted”, “permitted” or words and phrases of like importance are used, the approval, judgments,
directions etc. is understood to be a function of the owner/engineer.
2.0 CONTRACT:
The Contractor and COMPANY shall as soon as possible, unless otherwise agreed upon, enter
into a signed agreement for the proper fulfillment of the contract. The expenses of completing and stamping the agreement shall be paid by the Contractor and the COMPANY shall be
furnished free of charge with an executed stamped agreement after the Bid has been accepted
by the COMPANY. All orders/instructions to the Contractor shall, except as herein otherwise
provided, be given by the Engineer on behalf of the COMPANY.
2.1 CONTRACTOR TO INFORM HIMSELF FULLY:
The Contractor shall be deemed to have carefully examined the General Conditions of
Contract including Erection, specifications, schedules and drawings and also to have satisfied
himself as the nature and character of the work to be executed and where necessary, of the
site conditions and other relevant matters and details. Any information thus had or otherwise obtained from the purchaser or the Engineer shall not be in any way relieve the Contractor
from his responsibility for the supplying of the plant and equipment and executing the work
in terms of the contract including all details and incidental works and supply all accessories
or apparatus which may not have been specifically mentioned in the contract but necessary
for ensuring complete erection, safe and efficient working of the line, without any extra
cost/charges, if he shall have any doubt as to the meaning of any portion of the general and any special conditions of contract and specifications, he shall before signing the contract or
commencement of work, whichever is earlier, set- forth the particulars thereof and submit
them to the Engineer in writing in order that such doubt may be removed.
3.0 CONTRACT DRAWINGS:
(a) Within thirty (30) days of the date of receipt of the purchaser's letter of intent, the
Contractor shall submit to the purchaser the drawings, guaranteed & other technical
particulars and Standard manufacturing quality plan for approval.
(b) COMPANY's Engineer shall return to the Contractor one (1) set of all these drawings, after marking them with their comments/corrections if any, either (a) stamped approved
or (b) marked up with the comments. In case of (a), no further submission of drawings
will be required. In case of (b), the Contractor shall correct his original drawings and will
be required to conform to the comments made and resubmit within two (2) weeks of
receipt of comments in the same manner as stated in the distribution schedule. The
approval shall not relieve the Contractor from any of his obligations and responsibility to fabricate and erect the materials conforming to the specifications unless a written
amendment to the specification is issued by the purchaser. After approval of the
drawings a reproducible of each drawing shall be supplied, final drawings shall be
certified as "Approved for Construction".
31
(c) Should any minor revision be made after "Approval' the Contractor shall redistribute
prints and reproducible as per the distribution schedule. Every revision shall be marked by a number, date and subject in a revision block provided in the drawings.
(d) Reproducible shall be of quality to produce clear and legible prints and any inferior
reproducible will be returned by the purchaser for replacement with suitable
reproducible. All reproducible shall be mailed rolled (not folded) on the outside of regular mailing tubes except for small sizes which can be mailed unfold in an envelope with a
card board backing. The prints and reproducible shall be mailed in the most expeditious
manner and shall be accompanied with a letter of transmittal.
(e) The item for which we have enclosed our standard drawings no contract drawings shall
be required and the contractor shall be required to supply the material as per our standard tender drawings.
4.0 SUBLETTING AND ASSIGNMENT:
The Contractor shall not, save with the previous consent in writing of the COMPANY, sublet, transfer or assign the contract, or any part thereof, interest therein or benefit or advantage
whatsoever provided nevertheless that any such permission granted to the Contractor shall
not relieve him from any obligation, duty or responsibility under the contract.
5.0 SECURITIES (DEMAND DRAFT/ BANK GUARANTEES)
5.1 COMMON FOR ALL TYPES OF BANK GUARANTEES
(a) All the bank guarantees towards security deposit & performance security shall have to be
furnished from an Indian Scheduled/Nationalized bank on the Rajasthan State Non
judicial stamp paper of Rs. 100.00 or of the value as required under Rajasthan State
Stamp Duty Act (purchased in the name of guarantor/issuing bank) duly authenticated either by a first class Magistrate or Notary Public or directly confirmed by the issuing
Bank along with a certificate with regard to Stamp Duty towards security/Performance
security in favour of "The Managing Director, RSDCL, Jaipur". All the Bank Guarantees
shall be submitted to the purchaser.
(b) The Bank Guarantees should remain valid up to the last day of calendar month and be
furnished in whole rupees.
(c) The contractor shall keep the Bid Bank Guarantee valid till the Performance Security
submitted by him is accepted by the purchaser.
(d) Bank or other charges, if any, shall be to the Contractor's account. If the Contractor fails
to provide the Security within the period specified, such failure shall constitute a breach
of the Contract and the COMPANY shall be entitled to make other arrangements at the
risk and expenses of the Contractor and the bid security deposited by the Contractor
shall stand forfeited by the Company.
(e) All the bank guarantees towards security deposit & performance security shall be paid to
COMPANY on first demand without conditions or proofs.
(f) The Bank Guarantees shall be furnished by the bidder/ contractor, after checking the
same correctly as per the check list.
5.2 SECURITY DEPOSIT: (Supply Part)
(a) In order to secure/assure the fulfillment of the contract, the successful Bidder upon
receipt of detailed purchase order, shall furnish within a period of 15 (fifteen) days from the date of issue of the order, a security deposit for an amount equivalent to 2% (two
percent) of the contract value (both lots) of supply order (FOR Destination material
32
supply cost) in cash or by crossed Bank Draft (no interest shall be payable on such
deposits) or by way of Bank Guarantee.
The Bank Guarantee should be initially valid up to a period of 3 months after the date of
commissioning of all the transmission lines of lots and if required by the COMPANY, the
validity of the Bank guarantee shall be extended, without any extra charges to the
COMPANY, for the period as desired.
(b) Unless otherwise specifically required to be retained/forfeited by the COMPANY, the
Security deposit shall be refunded on request of the Contractor after three months on
completion of the entire work to the satisfaction of RSDCL.
(c) If the Contractor fails or neglects to observe or perform any of his obligation under the contract, it will be lawful for the COMPANY to forfeit either in whole or in part at his
absolute discretion, the Security deposit in the form of BG/ Demand Draft furnished by
the Contractor.
5.3 PERFORMANCE SECURITY & MANUFACTURER'S WARRANTY (Supply Part):
In order to ensure compliance of the provisions contained in clause No. 21.0 below, the
contractor shall be required to furnish the following:
(a) The Contractor shall furnish a Bank Guarantee towards Performance Security for an
amount equivalent to 10% of the contract value (both lots) (F.O.R Destination material supply cost) within 15 (fifteen) days from the date of issue of the order/ contract.
(b) The Performance Security shall be kept initially valid till the expiry of the 12 months from
the date of contractual commissioning/taking over of all the lines of lots and shall be
extended, without any extra charges to COMPANY, from time to time on intimation from
the purchaser till 12 months beyond the actual date of taking over/commissioning of all lines of lots as may be required under the contract.
(c) A Manufacturer's Warrantee on Rs. 100.00 Rajasthan State Non judicial stamp paper in
the proforma prescribed. Such warrantee shall be attested either by a first class
Magistrate or Notary Public.
(d) In case, the bidder opts for some other vendor instead of approved vendor for Earth wire,
Hardware and Accessories for Conductor, Earth wire, then the same shall have to be
guaranteed for an additional period of three years after expiry of performance period of
one year from the date of taking over of the transmission lines. For this purpose, the
contractor will furnish a separate Performance Bank Guarantee after expiry of one year from the taking over certificate. Original Performance Bank Guarantee will be released
after furnishing new Performance Bank Guarantee of worth 10% of the F.O.R.
Destination supply cost of the items supplied from other than approved vendor.
5.4 SECURITY DEPOSIT: (Survey & Erection part including dismantling)
(a) In order to secure/assure the fulfillment of the contract, the successful bidder, upon
receipt of detailed order, shall furnish within a period of 15 ( fifteen) days from the date of
issue of the order, a security deposit for an amount equivalent to 2% (two percent) of the
contract value (both lots) of survey & erection part (survey charges & erection prices
including dismantling) in cash or by crossed Bank Draft (no interest shall be payable on such deposits) or by way of Bank Guarantee.
The Bank Guarantee should be initially valid up to a period of 3 months from the date of
commissioning of all the transmission lines of the lots and if required by the COMPANY,
the validity of the Bank guarantee shall be extended, without any extra charges to COMPANY, for the period as desired.
33
(b) Unless otherwise specifically required to be retained/forfeited by the COMPANY, the
Security deposit shall be refunded on request of the Contractor after three months on completion of the entire work to the satisfaction of the COMPANY.
(c) If the Contractor fails or neglects to observe or perform any of his obligation under the
contract, it will be lawful for the COMPANY to forfeit either in whole or in part at his
absolute discretion, the Security deposit in the form of B.G./ Demand Draft furnished by the Contractor.
5.5 PERFORMANCE SECURITY: (Survey & Erection part including dismantling)
(a) The Contractor shall furnish a Bank Guarantee for an amount equivalent to 10% of the
contract value (both lots) (Survey charges & Erection prices) within 15 (fifteen) days from the date of issue of the order.
(b) The Performance Security shall be kept initially valid till the expiry of the 12 months from
the date of contractual commissioning/taking over of all the lines and shall be extended,
without any extra charges to COMPANY, from time to time on intimation from the purchaser till 12 months beyond the actual date of taking over/ commissioning of all
lines (Both lots) as may be required under the contract.
6.0 GST:
The GST shall be applicable on the complete contract. The present rate of GST is 18%.
7.0 MODE OF TRANSPORT:
(a) Unless otherwise mutually agreed upon, the material/ equipment on order shall be
required to be dispatched by road transport on 'Freight Paid' basis.
(b) The purchaser, however, reserves the right to agree to any alternative mode of transport.
(c) The entire responsibility for freight of goods/material right from the manufacturer's
premises to work site shall be of the Contractor and he shall make and complete all
necessary formalities as well as arrangements for the same.
(d) The Contractor shall ensure the compliance in respect to E-way bill provisions as notified
under Rule 138 of CGST Rules and corresponding State GST Rules. RSDCL shall not be
responsible incase of any non compliance made by the supplier/contractor.
8.0 INSURANCE:
(a) The Contractor at his cost shall arrange, secure and maintain all insurance as may be
pertinent to the works and obligatory in terms of law to protect his interest and interest of the owner against all perils detailed herein. The form and the limit of such insurance
as defined herein shall be acceptable to the owner. However, irrespective of such
acceptance, the responsibility to maintain adequate insurance coverage at all time
during the period of contract shall be of Contractor alone. The Contractor‟s failure in this
regard shall not relieve him of any of his contractual responsibilities and obligations. The insurance covers to be taken by the Contractor shall be in a joint name of the owner and
the Contractor. The Contractor shall, however, be authorized to deal directly with
insurance company or companies and shall be responsible in regard to maintenance of
all insurance covers. Further, the insurance should be in freely convertible currency.
(b) Any loss or damage to the equipment during handling, transportation, storage, erection, putting into satisfactory operation and all activities to be performed till the successful
completion of commissioning of the material/ equipment shall be to the account of the
Contractor. The Contractor shall be responsible for preference of all claims and make
good the damages or loss by way of repairs and/or replacement of the equipment,
damaged or lost. The transfer to title shall not in any way relieve the Contractor of the
34
above responsibilities during the period of contract. The Contractor shall provide the
owner with copy of all insurance policies and documents taken out by him pursuance of the contract. Such copies of documents shall be submitted to the owner immediately
after such insurance coverage. The Contractor shall also inform the owner in writing at
least sixty (60) days in advance regarding the expiry/cancellation and/or change in any
of such documents & ensure revalidation, renewal etc. as may be necessary well in time.
(c) The perils required to be covered under the insurance shall include, but not be limited to
fire and allied risks, miscellaneous accidents (erection risks), workman compensation
risks, loss or damage in transit, theft, pilferage, riot and strikes and malicious damages,
civil commotion, weather conditions, accidents of all kinds, etc. The scope of such
insurance shall be adequate to cover the replacement/reinstatement cost of the
equipment for all risks up to and including delivery of goods and other costs till the equipment is delivered at site. The insurance policies to be taken should be on
replacement value basis and/or incorporating escalation clause. Notwithstanding the
extent of insurance cover and the amount of claim available, the Contractor shall be
liable to make good the full replacement/rectification value of all equipment/materials
and to ensure their availability as per project requirements.
(d) All costs on account of insurance liabilities covered under the contract will be on
Contractor‟s account and will be included in contract price. However, the owner may
from time to time during the pendency of the contract, ask the Contractor in writing to
limit the insurance coverage, risks and in such a cases, the parties to the contract will
agree for a mutual settlement, for reduction in contract price to the extent of reduced premium amount. The Contractor, while arranging the insurance, shall ensure to obtain
all discounts on premium which may be available for higher volume or for reasons of
financing arrangement of the project.
8.1 The Clause entitled „Insurance‟ under this Section, covers the additional insurance
requirements for the portion of the works to be performed at the site.
(a) On receipt of an order, the supplier shall be required to get the material/equipment on
order fully insured from the General Insurance Corporation of India or any other
Nationalized Insurance Company against any loss, damage, and/or pilferage in transit
from the place of dispatch to the destination station(s) and for further period of 60 days after receipt of material/equipment at destination.
(b) The supplier shall be responsible for safe arrival at destination and receipt of material/
equipment by the consignee(s).
(c) In case of any loss/damage/pilferage etc., the supplier shall replace free of cost such missing/damaged or lost material on receipt of the report thereof from the consignee(s).
Such reports shall be made to the supplier by the consignee(s) within a period of 30 days
from the date of receipt of each consignment by him/them.
(d) The replacement of shortages/damages/losses shall be made or defects rectified at the consignees store(s) within a period of 60 days from the date of such reports, failing which
the purchaser reserves the right to forfeit the security deposit and/or operate the
performance bank guarantee, if any and/ or take any other appropriate action as may be
expedient.
(e) The defective damaged material/equipment shall be returned to the supplier at his cost only after receipt of replacement, made to the satisfaction of the consignee(s)/purchaser.
(f) In case the damaged/defective material/equipment or a part thereof warrants return at
the supplier's work for necessary rectification, the Contractor shall be required to furnish
a Bank guarantee from any Scheduled/ Nationalized bank equivalent to the value of such materials plus taxes as claimed by the supplier. The period for return of rectified
material/ equipment as well as validity of the Bank guarantee shall be as mutually
35
agreed upon, without affecting the date of contractual completion period ( including
approved extension thereof , if any).
8.2 STORAGE CUM WORKS INSURANCE:
(a) The Contractor shall take necessary insurance against loss, damage, theft, pilferage, fire,
accident and damages during transit from stores to site for all the materials/good either belonging to him (supplied by him) or issued to him by the COMPANY for the purpose of
execution of work. The insurance shall also cover for loss, damage, accidents occasioned
by the Contractor in the course of operation carried out by him for the purpose of
complying with his contractual obligations thereof. The insurance shall be from the
General Insurance Corporation of India or any other Nationalized Insurance Company,
which shall cover the entire cost of materials, erection & commissioning portion on comprehensive basis during the entire period of contract.
(b) The insurance shall be in the joint names of the COMPANY and the Contractor so that
the COMPANY and the Contractor are covered for the entire period of contract from the
commencement of the contract till handing over all the works completed in all respects to the engineer.
(c) All the equipment and materials (including tower foundations) being supplied by the
Contractor shall also be kept completely insured by the Contractor at his own cost
against loss, damage, theft, pilferage, fire etc. from the time of despatch from the
Contractor's/ his vendor's or sub vendor's works, upto the completion of erection, final checking, testing and commissioning of the same at site and taking over of the
transmission line by the owner.
(d) It will be the responsibility of the Contractor to lodge, pursue and settle all claims (for all
the equipment and materials including owner's supplied items) with the insurance
company in case of any damage, loss, theft, pilferage or fire etc. and the COMPANY shall be kept informed about it. The losses, if any, will have to be borne by the Contractor if
the claims are not lodged and pursued properly in time or if the same are not settled by
the insurance company.
(e) The Contractor shall replace the lost/damaged material promptly irrespective of settlement of the claims and ensure the work progresses as per the agreed schedule(s).
8.3 The Insurance policies to be furnished by the bidder and shall also ensure that:-
(i) Insurance premium should be one time paid.
(ii) Deductible franchise should be minimum as per insurance rules, In case of any loss
to the extent of deductible franchise; the same shall be borne by the bidder.
(iii) The insurance should be valid from the date of start of work and shall remain valid
up to 30 days from the date of handling over of the line to the Engineer-in-charge.
(iv) Computerized and stamped insurance policy shall be furnished by the bidder to the
Director (Tech) for its acceptance. Insurance cover note shall not be acceptable.
(v) In case of any dispute, the jurisdiction of courts shall be subject to the courts of Law
at Jaipur (Rajasthan) only. Such provision of jurisdiction shall be incorporated by the Contractor in the insurance policy.
8.4 THIRD PARTY INSURANCE:
The Contractor shall, if and so far as the contract provides, indemnify the COMPANY against all losses and claims in respect of injury or damage to property what-so-ever while these arise
out of or in consequences of the execution of works and against all claims proceedings,
damages, costs, charges & expenses what-so-ever in respect of or in relation thereto.
36
Accordingly, the Contractor shall before commencement of execution of the works, insure
against his liability for material or physical damage, loss or injury which may occur to property including that of the COMPANY, or to any person including any employee of the
COMPANY, by or arising out of the execution of the works in carrying out of the contract.
8.5 REMEDY ON CONTRACTOR'S FAILURE TO INSURANCE:
If the Contractor shall fail to effect and keep in force insurance referred to in clause 8.1 to 8.4
above thereof or any other insurance which he may be required to effect under the terms of
contract then the COMPANY may effect and keep in force any such insurance and pay such
premium(s) as may be necessary for that purpose and from time to time deduct the amount
so paid by the COMPANY as aforesaid from any money due or which may become due to the
Contractor or recover the same as debt from the Contractor.
9.0 LIABILITY FOR ACCIDENTS AND DAMAGES:
(a) The Contractor shall be responsible for loss, damage or depreciation of the line until the
same is taken over under clause No. 25 below or is deemed under that clause to have been taken over, provided always that the Contractor shall not be responsible for any
such loss, damage and depreciation occurring during such period that the plant is
operated by the purchaser's staff prior to being taken over in accordance with clause No.
25 below.
(b) Until the plant is taken over or is deemed to have been taken over as aforesaid, the Contractor shall also be liable for and shall indemnify the purchaser in respect of all
injury to person or damage to property resulting from the negligence of the Contractor or
his workman or sub Contractors or from defective design or work but not from any other
cause.
(c) Provided that the Contractor shall not be liable for any loss or profit or loss of Contract or any other claim made against the purchaser not already provided for in the contract, not
for any injury or damage caused by or arising from the acts of the purchaser or of any
other person or due to circumstances over which the Contractor has no control, not shall
his total liability for loss, damage or injury under this clause exceed the total value of the
Contract.
(d) The Contractor will indemnify and save harmless the purchaser against all actions, suits,
claims, demands, costs, or expenses arising in connection with injuries (other than such
as may be attributable to the purchaser or his employees) suffered prior to the date when
the plant shall have been taken over under clause No. 25 hereof by persons employed by
the Contractor or his sub-Contractor on the work, whether at common law or under the workman's compensation Act-1923 or any other statute in force at the date of contract
relating to the question of the liability of employees for injuries suffered by employees and
will if called upon to do so take out the necessary policy or policies of insurances to cover
such indemnity.
(e) The Contractor shall insure against such liabilities with an insurer approved by the
Engineer and shall continue such insurance, during the whole of the time that any
person(s) are employed by him on the works and shall, when required, produce to the
engineer or the Engineer's representative such policy of insurance and the receipt for
payment of the current premium. Provided always that, in respect of any persons
employed by any sub-Contractor, the Contractor's obligation to insure as aforesaid under this sub-clause shall be satisfied if the sub-Contractor shall have insured against the
liability in respect of such persons in such manner that the Engineer is indemnified
under the policy, but the Contractor shall require such sub-Contractor to produce to the
Engineer or the Engineer's representative, when required, such policy of insurance and
the receipt for the payment of the current premium.
37
10.0 WORK COMPLETION SCHEDULE
10.1 Completion Period: All the transmission lines of both the lots included in this
specification (including dismantling of 132kV Tr. line) shall be completed and
commissioned/handed over within a period of 15 (Fifteen) Months in all respect from the
date of issue of detailed purchase order(s). This completion period is inclusive of
monsoon period also.
10.2 The purchaser reserves the right to defer the completion period. The period so deferred
shall not be reckoned as delay in completion of line in terms of clause No. 11 below.
10.3 The time and the date of completion period of line shall be deemed to be the essence of
the contract and the line works shall have to be completed not later than the completion period.
10.4 The contractor shall prepare and finalize the L2 network (Project Implementation
Schedule) with the purchaser within 15 days from the date of acknowledgement of the
LOA. The L2 network shall be in line with the work completion schedule specified in the LOA/PO and indicate the schedule for all major and critical activities covered under the
contract (scope of work).
10.5 The L2 network will cover different areas such as finalization of sub-vendor, Quality plan,
Engineering activities, Inspection, manufacturing and supply of towers & tower line
material, civil & erection works, testing and commissioning, RSDCL‟s obligations etc.
10.6 Once L2 network has been finalized, no revision shall normally be permitted therein as
long as basic scope of work remains unchanged. However, in such a case, increase in
quantities, while executing the work as per original scope, shall be suitably adjusted
without affecting the overall completion schedule.
10.7 If the basic scope of work undergoes changes during execution stage resulting into
additional scope over that originally provided for which the contractor insists for
additional/separate completion period/schedule, such extra completion schedule along
with L2 network for the same shall be finalized in consultation with the contractor.
10.8 In case, the scope of work does not change but the contractual completion period is
extended because of delay in commencement/execution of the work on account of non-
fulfillment of obligations by RSDCL or any other reason not attributable to the
contractor, L2 network shall be suitably revised as per the extended completion period.
Once the contractual completion period has been extended, revised L2 network shall be
finalized.
10.9 The schedule for all engineering activities viz, drawing(s) approval, witness and approval
of type tests including witness/review of routine tests prior to type test etc., finalized in
L2 network, shall be the reference to monitor progress of Engineering activities.
10.10 The availability of construction drawings being the basic input for proceeding ahead with
site activities, all care shall be taken to ensure that different activities in this regard are
completed within the time frame specified in the contract/L2 network for the same in a
sequential manner.
11.0 RECOVERY FOR DELAY IN COMPLETION
(a) If the contractor fails to perform the work complete in all respect within the specified
completion period given in Clause No. 10 above or any extension thereof, with respect of
successful completion of testing & commissioning/taking over of the line(s), the
contractor shall pay to the COMPANY as recovery for such default, a sum equivalent to half percent (0.5%) of the contract price (both material supply part and survey &
erection part including dismantling) as a recovery for such default, for each week or part
thereof of delay, until actual completion up to a maximum deduction of 10% of the total
38
contract price (both parts). The payment or deduction of such recovery shall not relieve
the Contractor from his obligation to complete the works or from any other of his obligations & liabilities under the contract. Once maximum is reached, COMPANY may
consider termination of contract.
(b) The recovery for delay in completion of works shall be applicable for both contracts
(material supply part and survey & erection part including dismantling) and both these recoveries will run concurrently.
(c) If the commissioning/ handing over of the lines is delayed by the contractor from the
date of contractual commissioning/ handing over of the line(s), an interest @ 15% per
annum shall be applicable from the date of contractual commissioning/ handing over of
the line(s) to the date of actual commissioning/ handing over of the lines on the amount, if any, payable by the contractor to the purchaser on account of any breach on the part
of the contractor in the performance of the order regarding supply and erection of
material for the line(s).
(d) Any financial liability arising from and consequent upon the failure of the Contractor to adhere to the stipulated completion schedule shall be to the Contractor's account.
e) RSDCL may, without prejudice to any other method of recovery, deduct the amount of
such recovery from any of dues or to become due to the Contractor including final 10%
payment (retention money).
(f) Force majeure conditions: If at any time during the continuance of the contract, the
progress in whole or in part is prevented or delayed by reason of any war, hostility, acts
of public enemy, civil commotion, sabotage, fire, floods, explosion, epidemics,
quarantine restrictions, strikes, lockouts or any acts of Gods (herein after referred to as
events), then provided, a notice and adequate proof of production/ despatch/ execution
having suffered on account of these events, is given within 21 days from the day of occurrence thereof, the provisions of sub para of this clause shall not be invoked by the
purchaser, provided further that the execution under the contract shall be resumed, as
soon as practicable after such event(s) has/ have ceased to exist and the decision of the
purchaser as to whether execution so resumed or not, shall be final and conclusive,
Provided further that in case the strike/lockout prolongs beyond a period of 30 days the Contractor shall immediately inform about it to the purchaser, in which case the
purchaser reserves the right to procure the material /equipment/ get the work on order
or part thereof executed from any other source at the risk and cost of the Contractor.
(g) Regarding extension of time for completion of the works, the provisions mentioned in
clause No. 33.4 of "GCC including Erection" shall also be applicable.
(h) Non availability/ scarcity/ non-allocation of raw material shall not constitute as a `force
majeure condition' in any case and it will be sole responsibility of the Contractor to
arrange the raw material for timely execution of the order.
12.0 PAYMENT
12.1 The payment to the contractor for the performance of the works under the contract will
be made by the owner as per the guidelines and conditions specified herein. However, the
contractor shall issue a “Tax invoice” in accordance with CGST Act, 2017 and the rules
made thereunder. The issue of “Tax invoice” will be governed by the section 31(5) of CGST Act, 2017. All payment made during the contract shall be on account payments only. The
final payment will be made on completion of all works and on fulfillment by the
contractor of all his liabilities under the contract.
12.2 Currency of payment
All payments under the contract shall be made in Indian Rupees Only.
39
12.3 Due dates for payment
The advance amount shall be payable after fulfillment of all the conditions laid down in the
clause No. 12.7.1 below and receipt of the Contractor's invoice along with all necessary
supporting documents for such advance payment. The price component of the advance
amount will become due for payment within thirty (30) days of receipt of the contractor‟s
invoice. Owner will make progressive payment as and when the payment is due as per the terms of payment set forth in the clause 12.7 below. Progressive payments shall be payable
by the owner within a reasonable period from the date of receipt of contractor's bill/
invoice/debit note by the owner, provided the documents submitted are complete in all
respects and contractor have fulfilled all contractual formalities. The purchaser will take
all possible efforts to make payment to the contractor within thirty days. But, in case of
delay in payment, the purchaser shall not be liable to pay any interest on the outstanding amount to the contractor.
12.4 Payment schedule
The contractor shall prepare and submit to the Director (Tech.) for approval, a break-up of the Contract price, if required. This contract price break-up shall be interlinked with the
agreed detailed L-2 network of the contractor setting forth his starting and completion
dates for the various key phases of works prepared as per condition in Clause 10.0 of this
Section-II. Any payment under the contract shall be made only after the contractor‟s price
break up is approved by the Director (Tech). The aggregate sum of the contractor's price
break-up shall be equal to the lump sum contract price. A price break up over valuing those items of supply which will be shipped first will not be accepted.
12.5 Application for payment
12.5.1 The contractor shall submit application for the payment in the prescribed proforma of the
owner. Proforma for application for payment is enclosed as Annexure-XI.
12.5.2 Each such application shall state the amount claimed and shall set forth in detail, in the
order of the payment schedule, particulars of the works including the works executed at
site and of the equipment shipped/brought on to the site pursuant to the contract upto
the date mentioned in the application and for the period covered since the last preceding certificate, if any.
12.5.3 Every interim payment certificate shall certify the contract value of the works executed
upto the date mentioned in the application for the payment certificate provided that no
sum shall be included in any interim payment certificate in respect of the works that,
according to the decision of the Engineer, does not comply with the contract, or has been performed, at the date of certificate prematurely.
12.6 Payment shall be made to supplier/contractor through RTGS/NEFT for quick and safe
transfer of funds across the country (both local and outstation). The charges for transfer
through RTGS/NEFT shall be on the part of contractor. The contractor shall furnish particulars to the payment making authorities of RSDCL in prescribed format to be
provided by the purchaser.
12.7 Terms of payment
12.7.1 The payments for the material/equipment & erection and associated civil work shall be made as under only after execution of the Contract Agreement and furnishing of Security
deposit and Performance Bank Guarantee as per relevant clauses and Project
Implementation Schedule (L-2 Network) and its approval from COMPANY.
12.7.2 All payments shall be made in accordance to Clause 12.3 above from the date of submission of duly verified bills and completion of all contractual formalities as per
requirement of contract.
40
12.7.3 The payment terms for various components of Supply and Services shall be as under:
Ex-Works Price Component for supply of material
(i) Interest Bearing Advance (Optional*): Ten percent (10%) of the Ex- works price
of the main equipment/materials shall be paid as an advance on presentation
of the following:
(a) Contractor's unconditional acknowledgement of the Letter of Award and
execution of contract agreement.
(b) Contractor's invoice prepared in accordance with CGST Act, 2017 and the rules
made thereunder.
(c) An unconditional & irrevocable Bank Guarantee for the equivalent amount of
advance as per proforma Annex-VIII attached to this specification, which shall
be initially valid upto the end of 90 days after the schedule date for successful
completion of commissioning/ taking over and shall be extended from time to
time till 90 days after issuance of taking over certificate as may be required under the Contract.
(d) An unconditional & irrevocable Bank Guarantee for two percent (2%) of the total
Contract price towards contract security guarantee as per proforma Annex-IX
attached to this specification which shall be initially valid upto 90 days after the commissioning and issue of taking over certificate of the works on all
respect in accordance with the clause No. 5.2 of Section-II, and shall be
extended from time to time as may be required under the contract.
(e) An unconditional & irrevocable Bank Guarantee for Ten percent (10%) of the
total Contract price towards contract Performance guarantee as per proforma
Annexure-X attached to this specification which shall be initially valid up to 12
Calendar months after the commissioning and issue of taking over certificate of
the works on all respect in accordance with the clause No. 5.3 of Section-II and shall be extended from time to time as may be required under the contract.
(f) Submission of detailed L-2 network (Project Implementation schedule) based
on the work schedule stipulated in the letter of award and its approval by the
owner.
Note:* This payment is an optional payment. The Contractor has the option of taking
the interest bearing advance or otherwise.
In case, the Contractor opts for this interest bearing advance, the same shall
be paid to the Contractor on fulfillment of above conditions and an interest on monthly outstanding amount will be charged at the rate of 9.5 % per annum.
The monthly outstanding amount for the purpose of calculating the interest
shall be worked out at the end of each calendar month considering
proportionate adjustment of advance against dispatch payment as per 12.7.3 (A)
(ii) below:
In case, the Contractor opts not to take interest bearing advance as above, it
would be mandatory for him to submit the documents listed at Sl. No. (a),
(d), (e) and (f) above within fifteen (15) days of issuance of contract.
(ii) Progressive Payment
(a) Payment equal to 60% #
(Sixty percent) of ex-works value of the material/
equipment shall be made to the contractor on receipt of material/ equipment at
site on the basis of certificate issued by engineer in-charge that this much
quantity has been brought by contractor at site. However, before dispatch of material/ equipment at site, contractor shall be required to get it inspected and
41
cleared from RSDCL. Material at site will remain in the custody of the
contractor and he shall be liable for theft, damage or deterioration if any. It will be the responsibility of the contractor to get the material/equipment at
site duly insured at his cost.
#In case, the Contractor opts not to take interest bearing advance then this
payment shall be 70% instead of 60%.
(b) Further 20 (Twenty percent) payment of ex-works value will be paid after
submission of verification/ certification by engineer that equipment/ material
has been erected.
(c) Final 10% (ten percent) payment of ex-works price of equipment/material shall
be made after submission of taking over certificate after adjustment of due recoveries/ damages, if any and proof of submission of required number of
reproducible, O&M manuals, approved drawings, data sheets, test reports,
brief detail of the line, set of route profile, tower schedules, details of type of
towers used and foundation at each location etc. and soil classification and soil
resistance data at each location.
(d) The payment of the bills, up to the order value will be released without limiting
to the individual item quantity.
12.7.4 Taxes and Duties
Taxes & duties including GST applicable as per Indian Tax laws, in respect of
transaction between the Company and Contractor shall be paid by Company as per the
Contract after each shipment against submission of invoices & documentary evidence as applicable. Payment towards taxes & duties including GST shall be released by
Company directly to the Contractor.
12.7.5 Erection and associated Civil Works Price Component
(i) Interest Bearing Advance (Optional**): Ten percent (10%) of the total contract price for service viz. ETC and its associated civil works component shall be paid as
initial advance on presentation of the following:
(a) Contractor's unconditional acknowledgement of the Letter of Award & execution
of contract agreement.
(b) Contractor's invoice.
(c) An unconditional & irrevocable Bank Guarantee for the equivalent amount of
advance as per proforma Annexure-VIII attached to this specification, which shall
be initially valid upto the end of 90 days after the schedule date for successful completion of commissioning/taking over and shall be extended from time to
time till 90 days after issuance of taking over certificate as may be required
under the Contract.
(d) An unconditional & irrevocable Bank Guarantee for two percent (2%) of the total
Contract price towards contract security guarantee as per proforma Annexure-IX attached to this specification which shall be initially valid upto 90 days after the
commissioning and issue of taking over certificate of the works on all respect in
accordance with the clause No. 5.4 of Section-II and shall be extended from time
to time as may be required under the contract.
(e) An unconditional & irrevocable Bank Guarantee for Ten percent (10%) of the total
Contract price towards contract Performance guarantee as per proforma
Annexure-X attached to this specification which shall be initially valid upto 12
42
Calendar months after the commissioning and issue of taking over certificate of
the works on all respect in accordance with the clause No. 5.5 of Section-II and shall be extended from time to time as may be required under the contract.
(f) Submission of certificate of establishing of contractor‟s site office (s) at respective
site (s).
Note: ** This payment is an optional payment. The Contractor has the option of taking
the interest bearing advance or otherwise.
In case, the Contractor opts for this interest bearing advance, the same shall be
paid to the Contractor on fulfillment of above conditions and an interest on Monthly
outstanding amount will be charged at the rate of 9.5 % per annum. The monthly outstanding amount for the purpose of calculating the interest shall be worked out at
the end of each calendar month against the progressive payment for the work done as per
12.7.5 (ii) below.
In case, the Contractor opts not to take interest bearing advance as above, it would be mandatory for him to submit the documents listed at Sl. No. (a), (d), (e) and (f) above
within fifteen (15) days of issuance of contract.
(ii) Progressive Payment
(a) Payment equal to Ninety percent (90%) (In case Contractor opts not to take
interest bearing advance as above) or Eighty percent (80%) (in case Contractor opts to take the interest bearing advance) of the total Erection and associated
Civil works price component shall be paid progressively pro-rata at unit rates on monthly basis upon certification by the engineer for the quantum of work completed and for the successful completion of quality check points involved
in the erection.
(b) Further, Ten percent (10%) of the total erection, testing, commissioning @ and associated civil works price component shall be paid only after submission of
taking over certificate issued by the engineer and after adjustment of due recoveries/damages, if any.
(c) The payment of the bills, upto the order value will be released without limiting to the Individual item quantity.
@ “Commissioning” for the purpose of payments shall mean satisfactory
completion of all supplies, erection, inspection, commissioning checks and successful
completion of all site tests and continuous energisation of the equipment/materials at rated voltage at site as per the Contract and to the satisfaction/approval of Company.
(iii) Survey:
No advance payment shall be paid for survey work. Hundred percent (100%) payment
for survey will be released on completion of survey work and its approval by the Director (Tech.) RSDCL, Jaipur. Survey work shall be deemed to have been completed,
if the stub setting of all the towers has been carried out in a section between two
angle/ section towers.
12.7.6 TAXES AND DUTIES:
All the Taxes & duties including GST shall be paid as per applicable rules. Other taxes
and levies and duties including custom duty solely in respect of the transaction between
the owner and the contractor under this contract, if any, shall be included in the bid
price. These shall also be indicated separately wherever applicable as mentioned in the
Tender.
43
As regards the income Tax, surcharge on income tax and any other corporate tax, if any,
the owner shall not bear any tax liability whatsoever. The bidder shall be liable and responsible for payment of such taxes as attracted under the provisions of the law.
Notwithstanding the tax liabilities as per above clause, the owner shall have the right to
make deduction at source from the amounts payable to the contractor in respect of
Income Tax (on the cost of items of supply included in the works contract) as may be
mandatory in terms of the law. The owner shall not bear any liability in this regard but shall issue necessary certificate in respect of such deduction made.
Whenever concessional rate of GST is indicated by the bidders, it shall be confirmed
whether any increase in the rates that becomes applicable during the performance of the
contract would be absorbed by the supplier. Bidder shall note that in case of absence of
such confirmation; the tenders will be evaluated taking into account the maximum rate of GST applicable.
In case any tax or duty is newly introduced by the Government applicable for this
contract with effect from the next day of the date submission of the bid and if the
contractor is required to pay additional tax or duty, then the owner shall reimburse the contractor the additional tax or duty so paid by the contractor against submission by the
contractor of documentary evidence to the satisfaction of the owner. This provision will
not be applicable to transaction between the contractor and his sub-suppliers, sub-
contractors for raw materials etc and will be applicable only to the direct transactions
between the contractors and owner. Besides the said statutory variation, no other
statutory variation shall be payable by the owner.
If the cost to the Contractor during the performance of the „Contract‟ is increased or
reduced by reasons of the making, passing or promulgation of any law after the date of
submission of bid or by any order, regulation or bye-law having the force of law, the
amount of such increase or reduction shall be added to or deducted from the “Contract Price” as the case may be for direct transactions between contactor & owner. It is the
Bidders responsibility to furnish details of taxes, duties, levies etc. applicable as on the
date of submission of the bid.
No claim for any increase towards the statutory variation regarding enhancement of
existing tax or duty or introduction of a new tax or duty applicable shall be entertained by the Owner during the extended period of contract, if any, provided the extension of the
contract is required by causes attributable to the contractor. However, the decrease in
any taxes/duties shall be passed on to RSDCL.
The provision of statutory variation regarding enhancement of existing tax or duty or introduction of a new tax or duty will be applicable only to the direct transaction between
the contractor and the owner.
Before quoting, the bidder may ascertain from the concerned tax authorities of
Government for the applicability of Entry Tax, GST etc. in respect of this work and
include the same in the quoted price. No separate claim in this regard will be entertained by the Owner, as it is the responsibility of the Bidder to pay all these taxes.
12.7.7 TYPE TEST CHARGES:
The type tests shall be conducted as per requirement of specification, by the bidder from
a Govt./Govt. approved/ Govt. recognized/NABL accredited laboratory/ILAC i.e. International Laboratory Accredation Co-operation (in case of foreign laboratories) or the
certificate of type test conducted at manufacturer‟s works duly witnessed by
representative of any Electricity Board or Company/Govt. agency/PGCIL/CPRI/NTPC
(wherever specified in technical specification for particular items) or the certificate of type
test conducted in the manufacturer‟s own lab located in the foreign country duly witnessed by independent agency as per relevant standards. The type test certificates
should not be older than 7 years as on the date of Technical bid opening. However, no
44
separate type test charges shall be paid to the bidders.
13.0 MODE OF PAYMENT FOR SUPPLY OF MATERIAL:
13.1 Payment due on despatch of equipment shall be made by the owner through owner's
bank or directly to the contractor as per the payment schedule.
13.2 The payment of the advance, any other supply payment, taxes and duties (whenever
admissible) inland transportation (including port handling), insurance and the erection
portion of the works shall be made directly to the contractor by the owner.
13.3 (a) The Payment shall be made by Paying authority within a reasonable period from the
date of receipt of the Contractor‟s bills/invoices from the consignee duly verified and submission of other documents by the contractor to him complete in all respect and
supported by the requisite documents, if any duly verified and completion of all
contractual formalities as per requirement of the purchase order. All the payment shall
be released to the Contractor directly. The purchaser will take all possible effort to make
payment to the contractor within thirty days. But in case of delay in payment, the purchaser shall not be liable to pay any interest on the outstanding amount to the
contractor.
(b) The invoice for initial advance only shall be submitted by the contractor to the Director
(Tech.) RSDCL, Jaipur and paying authority".
(c) The contractor shall forward invoices as well as challans to the consignee in four (4)
copies (including original challan) mentioning copy No. on each invoice and challan.
(d) The consignee will verify all the copies of challans in token of acceptance of the material
in good condition and as per specification given in the purchase order in the prescribed
format. The consignee will retain one copy of receipted challan alongwith copy of invoice for reference and further accounting at his end. One copy of receipted challans will be
endorsed to the Director (tech.) RSDCL, Jaipur. Remaining two (2) copies of receipted
challan and invoice (including original challan) will be forwarded by the consignee to the
Paying authority (Director- Finance, RSDCL) for arranging payment to the contractor. No
invoice will be accepted by the Paying authority directly.
(e) No documents are to be routed through Bank. Documents other than invoices and
challans will be sent by the contractor directly to the Paying authority with a copy to
purchaser.
(f) The GTR shall be drawn in favour of the consignee(s) & shall be dispatched immediately.
(g) For the purpose of payment, the supply of material shall be regulated in the following
sequences:
(i) Complete footing and stub setting template with required quantity of bolt nuts & spring washers.
(ii) Earthing material.
(iii) Complete super structure including extensions & accessories with bolts, nuts, spring
washers, Step bolts & bird guards. In no case, the above sequence shall be changed.
(iv) Danger plates, number plates, circuit plates, phase plates.
(v) AL-59 (Moose equivalent) Conductor, OPGW, Insulators, accessories & hardware for
conductor and earth wire.
(vi) Aviation aids (Painting, Globules and aviation light system), if required.
45
The successful bidder, if he intends so, can supply the above line material in lots.
(h) The item at Sr. No. (g) (i) above shall be supplied first, on priority as compared to other
items. The payment will be made for consignment consisting of footing/complete super
structure/combination i.e. S. No. (g) {(i) & (iii)} provided these are complete in themselves
and a certificate to this effect is attached by the Contractor along with the invoice(s) if any, which constitute the completion of the quantity of the structures classified above.
No payment shall however be made for part supplies. For other line materials at Sr. No.
(g) (ii), (iv) to (vi) above, the payment shall be made for each consignment received and
verified by the consignee.
14.0 MODE OF PAYMENT FOR SURVEY & ERECTION PARTS:
(a) The payment shall be made by COMPANY within a reasonable period from the date of
submission of the Contractor‟s bills/invoices complete in all respect and supported by
the requisite documents, if any, duly verified & completion of all contractual formalities as per requirement. All the payment shall be released to the Contractor
directly. The purchaser will take all possible efforts to make payment to the contractor
within thirty days. But in case of delay in payment, the purchaser shall not be liable
to pay any interest on the outstanding amount to the contractor.
(b) All the invoices shall be submitted to site as per the instruction of the COMPANY‟s site Engineer in-charge.
(c) The payment for works shall be made by the paying authority at monthly intervals on
the certificate of the Engineer in accordance with the conditions set out herein. Item wise method of measurements towards payments for different works are specified in
clause No. 22.0.
(d) The Contractor shall submit an application for interim payment in 4 (four) copies to
the nominated Engineer's representative with a copy thereof to the purchaser at the end of each month in a form approved by the Engineer. The application shall include
the following item, as applicable which shall be taken into account in the sequence
listed below:
(i) The estimated value, of the works executed upto the end of the month in question,
obtained by applying the unit prices in the bill of quantities measured by the
Engineer's nominated representative.
(ii) The estimated value, of the permanent works, obtained as in (i) above upto the
end of the previous month.
(iii) 10% amount to be withheld, determined by applying the percentage to the
difference of the amount under (i) & (ii) above.
(e) Within 30 days of receipt of the said application for interim payment, it shall be
approved/amended such that in the opinion of the Engineer/Engineer's representative the certificate reflects the amount due to the Contractor in accordance with the
contract. In case(s) where there is a difference of opinion, as to the value of any item,
the Engineer/Engineer's representative has determined the amount due to the
Contractor, a certificate called "Interim payment certificate" certifying the amount due
to the Contractor shall be issued.
(f) CORRECTIONS:
The Engineer may by any Interim payment certificate make any corrections or
modifications in any previous certificate (other than the one purporting to be a final
payment certificate) which shall have been issued by him and shall have power to
modify or withhold any interim payment certificate if the works or any part thereof are
not being carried out to his satisfaction.
46
(g) FINAL ACCOUNT:
(i) Within 3 (three) months after the date of completion of works, the Contractor shall
submit a draft statement of final account and supporting document to the Engineer/
Engineer's representative showing therein the details, the value of the works done in
accordance with the contract, together with all further sums which the contract up
to the date of the maintenance certificate (hereinafter called the "Contractor‟s Draft Final Account”).
(ii) Within 3 (three) months after receipt of the Contractor's Draft Final Account and of
all information reasonably required for its verification, the Engineer/Engineer's
representative shall determine the value of all matters to which the Contractor is entitled to under the contract.
The Engineer/Engineer's representative shall then issue to the Contractor a
statement showing the final amount, to which the Contractor is entitled to, under the contract. The Contractor shall sign the Engineer's statement of Final Account as an
acknowledgement of the full and final value of the work performed under the
contract and shall promptly submit a signed copy of the same to the Engineer/
Engineer's representative.
(h) FINAL CERTIFICATE:
(i) On receipt of the final Account, the Engineer/Engineer's representative shall
promptly prepare and issue to the Director (Tech) & Director (Fin), RSDCL, Jaipur and the Contractor a Final payment certificate, certifying any further amount due
to the Contractor in respect of the contract.
(ii) After issue of the certificate(s) by the Engineer, the Contractor shall claim as per
procedure given in Clause No. 13.0.
15.0 PRICES AND PRICE VARIATION
15.1 In respect of prices, following may be noted:
(i) No separate price shall be allowed for testing and commissioning of the lines.
(ii) No separate price shall be allowed for transportation of material to work spot. These shall be absorbed in the rates given in price schedules for each type of erection work
involved.
(iii) No separate price shall be allowed for the tools and plants etc. required in the erection
work. These shall be arranged by the contractor at his own cost.
(iv) Quantities indicated in the price schedules are tentative/provisional and the same
may be increased or decreased as per site requirement.
(v) All wastages, damages, losses etc. in any materials and equipment while supply,
transportation up to site, handling, erection, testing and commissioning etc. will be to the Contractor's account and no payment is admissible for the same. If payment is
made for the same during supply etc., then the same will be adjusted from the
Contractor‟s balance payment. However, for Earth wire, OPGW and AL-59 (Moose
equivalent) & Panther conductors, an extra allowance @ 0.3% shall be allowed towards
sag and jumpering which shall be unaccountable.
(vi) The registration, statutory inspection fees, Railway block charges and crop
compensation charges, lawfully payable by the owner under any statutory laws, shall
be to the account of owner. The Railway block charges per Railway crossing upto a
maximum period of 2 (two) hours shall be payable by the RSDCL but charges for the
47
additional period (beyond two hours) required, if any, shall be payable by the
contractor. The charges towards crop compensation, if required, shall be payable by the RSDCL. However, if any such inspection, registration & crop compensation need to
be re-arranged due to the contractor or his sub contractor‟s fault, the additional
fee/charges for such inspection, registration & crop compensation shall be borne by
the contractor.
(vii) The unit rates quoted shall include minor items/details which are obviously and fairly
intended and which may not have been included in these documents but are essential
for the satisfactory completion of the various works.
(viii) The unit rate quoted shall also be inclusive of deployment of all plant equipment,
men, material, skilled & unskilled labour etc. essential for satisfactory completion of various works.
(ix) Payment towards contract price shall be made in Indian Currency.
15.2 Purchaser reserves the right to split the order in two parts viz. one for supply of material part and the other for survey & erection part (including dismantling). The supply part will
relate to supply and transportation of materials, required as per bidder's scope including
transit insurance thereof and the Survey & Erection part will relate to survey, storage-
cum-works insurance, installation, construction, stringing of materials, testing &
commissioning of lines (including dismantling) etc. as defined in Bid Documents.
Notwithstanding the break-up of the Contract price, the Contract shall, at all times, be construed as a single source responsibility Contract and any breach in any part of the
Contract shall be treated as a breach of the entire contract.
15.3 For the items of which unit rates are given but their cost not included in the contract
price, the payment shall be made at the unit rates indicated in the price schedules as per
quantities finally approved by the purchaser.
15.4 If any income-tax, surcharge on income tax or any other corporate tax is attracted under
the law then the same shall be paid by him as per Govt. rules/deducted from his
bills/invoices at the prevailing rate and if such tax is not applicable, then the contractor can claim reimbursement of the same from the relevant competent authority. However,
necessary TDS certificate(s) shall be issued by RSDCL's Paying Authority.
15.5 The scope of supplies under this contract shall also include all such items which are not
specifically mentioned in the bidding documents and/or in the bid of the bidder but are necessary for the successful erection, testing & commissioning of 220kV & 132kV lines,
without any extra cost to the purchaser, unless otherwise specifically excluded in the
bidding documents.
15.6 The weights given by the purchaser in the Annexure-VII are Ceiling weight of tower
material for various type of towers, their body extensions, stub setting templates, as per drawings provided by RSDCL and shall be the ceiling weights for payment purposes. The
line wise tentative quantity of various type of tower material and various size of GI Nuts &
Bolts are indicated in Annexure-VI (1 to 2).
16.0 PAYABLE PRICE VARIATION: Prices of all the items/erection activities shall be „firm‟.
17.0 SURPLUS MATERIALS:
On completion of the works, the details of all surplus materials taken into the account for
completion of line work (i.e. quantities in excess to erected quantities), if any, shall be submitted by the Contractor to RSDCL within a period of 2 Months and the same shall be
retained by Contractor. The recovery of this excess material, if any shall be done from the
Contractor at unit rate paid to the Contractor from his pending payments.
48
18.0 VARIATION IN QUANTITIES, WEIGHTS AND MODIFICATION IN ORDER
The provisional quantities estimated/required are mentioned in the respective schedules of
prices. Final quantities shall be determined after completion and approval of the detailed
route survey. Hence, it will be responsibility of the contractor to intimate the exact
requirement of all towers and various line materials required for lines immediately after
completion of the survey. The order would be modified subsequently for the final quantities approved by RSDCL, based on exact requirement/ quantities of various types of S/C and
D/C towers and line materials required for the lines, to be furnished by the Contractor
after completion of detailed survey, duly authenticated by the representative of Director
(Tech.) RSDCL, Jaipur. The owner reserves the right to order the final quantities, for which
the rates of respective materials/items indicated in the order shall be applicable.
19.0 INSPECTION AND TESTING:
(a) The Engineer and his duly authorized representative shall have at all reasonable times
access to the Contractor's premises of works & shall have the power at all reasonable
time to inspect drawing of any portion of the work to examine the material and workmanship of the plant during its manufacture there and if part of the plant is
being manufactured on other premises, the Contractor shall obtain for the Engineer
and/or his duly authorized representative permission to inspect it as if the plant was
manufactured on the Contractor's own premises.
(b) The Engineer shall, on giving seven days notice in writing to the Contractor setting out any grounds of objections which he may have in respect of the work, be at liberty to
reject any drawings and all or any plant, or workmanship connected with such work
which in his opinion are not in accordance with the contract or are in his opinion,
defective for any reason whatsoever.
(c) The Bidder/contractor shall intimate the places of manufacture, testing & inspection
of various equipments offered by him and accordingly, all the tests shall be done
before shipment.
(d) The contractor shall intimate atleast 15 days in advance through notice(s) about the readiness of material for inspection, so as to enable the purchaser to depute his
representative for inspection, testing & checking. For this purpose, the date of receipt
of the letter in the office of RSDCL shall be deemed as the date of call for inspection
and not the date mentioned in the letter and the date of despatch of the letter. In case,
material/equipment is not found ready by the representative of RSDCL deputed for inspection to the extent of the item-wise quantity indicated in the inspection call with
tolerance of (-) 10% or if the inspection is not got carried out by any reason(s) on
account of the contractor/supplier or testing lab not found ready, an amount of
Rs.1500/- only for the manufacturer's works/place of testing, as the case may be,
located in Rajasthan and an amount of Rs. 5,000/- for the manufacturer's works
/place of testing, as the case may be, located outside Rajasthan will become payable by the contractor and he will deposit the same to the Director (Fin.) RSDCL, Jaipur
immediately, under intimation to the purchasing authority, failing which the
subsequent call for inspection shall not be entertained.
(e) Packing: The material/equipment shall be offered duly packed so as to enable the inspecting Officer to seal. The supplier/ Contractor shall provide such packing of the
goods as is required to prevent their damages or deterioration during transit to their
final destination as indicated in the contract. The packing shall be sufficient to
withstand without limitation rough handling during transit to their final destination as
indicated in the contract and exposure to extreme temperature salt and precipitation
during transport and open storage. Packing case size and weights shall be taken into consideration where appropriate, remoteness of the goods final destination & absence
of heavy mechanized handling facilities at all points in transit. The packing, marking
and documentation within and outside the packages shall comply strictly with such
49
special requirements as shall be expressly provided for in the contract or in any
subsequent instruction ordered by the purchaser.
(f) In all cases where the contract provides for tests, whether at the premises of works of
the Contractor or of any Sub-Contractor, test(s) at site, the Contractor, except where
otherwise specified, shall provide free of charge to the purchaser, such labour,
materials, electricity. Fuel, water, stores, apparatus & instruments as may reasonably be demanded to carry out efficiently such tests of the plant, in accordance with the
contract and shall give facilities to the Engineer or his authorized representative to
accomplish such testing.
(g) The Purchaser reserves to himself the right of having any inspection or special test of
a reasonable nature at Contractor's premises or at sites, in addition to those prescribed in applicable standards and the enclosed technical specification.
(h) When the tests have been satisfactorily completed at the Contractor's or sub-
Contractors works, the Engineer shall issue a certificate to that effect but if the tests
were not witnessed by the Engineer or his representative, the certificate would be issued after the receipt of test certificate by the Engineer. No Plant shall be shipped
before such a certificate has been issued. The satisfactory completion of these tests or
the issue of this certificate, shall not bind the Purchaser to accept the Plant, should it,
on further tests after erection, be found not to comply with the contract.
(i) The authorized representative of the purchaser shall have at all reasonable times access to the works and premises of the supplier and/or his associates, if any, and
shall be free to inspect the works, examine & test the product(s) including raw
materials used and the workmanship employed during/after manufacture.
(j) The supplier/contractor shall also furnish the latest calibration certificate of the
testing instruments/equipments used for the testing of the material/equipments as covered in the purchase order, to the inspecting Officer. The testing instruments/
machines should be got calibrated by the supplier from time to time from the
Manufacturer of the testing instruments or from any Govt./Govt. recognized testing
laboratory. The calibration of Universal Testing Machines (UTM) done by National
Accreditation Board for testing & calibration Laboratory (NABL) shall also be acceptable. The calibration certificate should not, in any case, be older than one year
at the time of presenting the same to the inspecting Officer. In case, however, the
supplier/ contractor fails to comply with the conditions as above, a certificate in
writing of the inspector/representative of the Purchaser that the supplier/ contractor
has failed to provide the facilities shall be conclusive.
(k) Unless the inspection is specifically waived, no material shall be despatched without
inspection and clearance for despatch by the purchaser's representative.
(l) The purchaser reserves the right to reject all or any part of the material being
manufactured or awaiting despatch, due to any defect or deviations from the standard specifications prescribed, as observed during the inspection. In case of any dispute/
difference in this regard, the decision of the Director (Tech.) RSDCL, Jaipur shall be
final and binding.
(m) The purchaser also reserves the right to get the material/equipment tested in any
recognized Govt. Laboratory & claiming any compensation or rejecting the material/ equipment, if not found in accordance with the specification. All charges consequent
to such rejection and replacement/ rectification shall be borne by the contractor.
(n) The contractor shall arrange free of charges, suitable accommodation and transport
facility for local & outside journey to the RSDCL's representative (s) nominated for inspection. In case of joint inspection, single or shared double room accommodation
shall be provided.
50
(o) Supplier/contractor shall arrange “To and Fro” Air tickets of economy class for journey
of inspecting officer(s) from nearest airport of the work place of inspecting officer to their works or the place where inspection is to be carried out and back at suppliers
cost after coordinating with the inspecting officer(s). Suitable transport facility for the
inspecting officer(s) from his work place to the nearest airport for “to and fro” journey
will also be arranged by the supplier.
In case, if place of inspection is not connected through Air, the supplier will arrange “To
and Fro” Air tickets of economy class at their cost up to the nearest Airport of the place of
inspection and onward journey from nearest airport to place of inspection and back by
suitable means i.e. Taxi/Train (2nd A.C. class) at the cost of supplier/contractor.
In case, the place of inspection is within 500 Kms. distance from the headquarter of the
inspecting officer, the supplier will make suitable traveling arrangement up to the
destination of inspection and back by Taxi/Train (2nd A.C. class) at
supplier‟s/contractor‟s cost. No deduction towards air fare/traveling expenses will be
made by the payment making authority, if the inspection is waived by the competent authority of RSDCL.
20.0. TEST CERTIFICATES:
(a) In the event of order, the contractor shall furnish the original/notarized photostat copies of the latest type test certificates from a Govt./Govt. approved/Govt. recognized
/NABL accredited laboratory/ILAC i.e. International Laboratory Accredation Co-
operation (in case of foreign laboratories) or the certificate of type test conducted at
manufacturer‟s works duly witnessed by representative of any Electricity Board or
Company/Govt. agency/ PGCIL/ NTPC/ CPRI (wherever specified in technical specification for particular items) or the certificate of type test conducted in the
manufacturer‟s own lab located in the foreign country duly witnessed by independent
agency for all the type tests wherever prescribed in the relevant latest editions of
Indian standards/International standards (as applicable in terms of Section-III of this
specification). The type test certificates should not be older than 7 years as on the date
of Technical bid opening. However, no separate type test charges shall be paid to the bidder.
(b) In case of any specific alternative requirement of type tests, the same shall be
furnished as per Section-III.
(c) The supplier shall be required to furnish the routine/manufacturer‟s factory test
certificate(s) for the tests carried out during manufacture in accordance with the
relevant standard specifications.
21.0. GUARANTEES:
a) The Contractor shall guarantee amongst other things, the following:
(i) Quality and strength of the material(s) used together with the workmanship
and finish corresponding to the most modern practice(s).
(ii) Safe electrical and mechanical stresses on all parts of the equipment under all specified conditions of operation.
(iii) Performance figures in respect of the guaranteed technical particulars as finally
agreed upon.
(iv) Satisfactory performance of materials/Equipment during the Guarantee period.
b) Should the factory test carried out at site or test(s) arranged by the purchaser in exercising his option under the clause No.19 on the material/Equipment/Plant or
part thereof or its/their operation under service conditions for a period of 12 months
from the date of taking over/ commissioning show(s) that the material/ plant/
equipment does not meet the guarantee(s)as aforesaid, it shall be optional for the
purchaser to reject material(s), Plant(s), Equipment(s), or a part thereof and direct the
51
supplier to at once rectify/replace the material/Plant/Equipment so rejected so as to
make it meet the guarantees and requirements to the satisfaction of the purchaser. All expenses in this connection shall be borne by the contractor.
c) In case the bidder opts for some other vendor instead of approved vendor for AL-59
(Moose equivalent) & Panther conductor, Earthwire, OPGW, Hardware and
Accessories for Conductor, OPGW & Earthwire, then the same shall have to be guaranteed for an additional period of three years after expiry of performance period
of one year from the date of taking over of the transmission lines. For this purpose,
the contractor will furnish a separate Performance Bank Guarantee after expiry of
one year from the taking over certificate. Original Performance Bank Guarantee will
be released after furnishing new Performance Bank Guarantee worth 10% of the
F.O.R. destination supply cost of the items supplied from other than approved vendor.
22.0 METHOD OF MEASUREMENT:
22.1 SURVEY:
No kilometric measurement shall be made at site in respect of survey. The measurement
shall be based on the detailed survey, tower spotting and route profile sheets submitted by
the Contractor as specified in technical specification, Section-III.
22.2 EARTHWORK EXCAVATION:
For all earthwork excavation, measurement shall be made at site. Payment for earthwork
excavation shall be made as per actual measurements or the ceiling quantity furnished in
the bid, whichever is lower and in accordance with the technical specification- Section-III.
22.3 CONCRETING:
For all concreting work, measurement shall be made at site. Payment for concreting work
shall be made as per actual measurement or the ceiling quantity furnished in the bid
whichever is lower and in-accordance with the technical specification Section-III.
22.4 TOWER ERECTION AND ASSEMBLY:
No measurements are to be taken, but payments shall be made in respect of fully
assembled towers including accessories at the rate given in the PO and in accordance with
the Technical Specification-Section-III.
22.5 STRINGING OF Conductors, Earth Wire & OPGW:
Measurement shall be taken of the span length between different types of towers.
Payment shall be made as per this span lengths (and not on the length of the conductor
used) and in accordance with the Technical Specification Section-III.
23.0 INDEMNITY BOND:
For the transmission lines material to be provided by the Contractor, it will be the
responsibility of the Contractor to take delivery, unload and store the materials at site and
execute an indemnity bond in favour of the Owner against loss, damage and any risks involved for the full value of the materials, This indemnity bond shall be furnished by the
Contractor to the Director (Tech.) RSDCL, Jaipur for his acceptance before commencement
of the supplies and shall be valid till the scheduled date of testing, commissioning and
handing over of the lines to the RSDCL.
52
24.0 DELIVERY OF GOODS AND DOCUMENTS RELATED THERETO:
24.1 Delivery of goods shall be made by the supplier/contractor in accordance with the terms
specified by the purchaser in its schedule of requirements and under the condition listed
in clause No. 24.2
24.2 The Contractor shall open stores at the sites and all the material required for the works shall be consigned in the name of officer designated by RSDCL and the despatched
documents sent to him. The despatched documents received by the RSDCL shall be
endorsed to the designated representative of the Contractor at the site and handed over
to him so that the Contractor's representative can arrange to collect these materials from
the transport company and transport the same to the site/ stores of the Contractor. All
incidental liabilities like wharfage/demurrage/damage, loss etc., if any shall be sole responsibility of the Contractor.
24.3 The Engineer (Consignee) will issue receipt of material on Contractor's challans and also
issue a certificate thereon that these materials have been issued to the Contractor for
execution of the Erection work against the Order No.........dated........and the same shall be furnished along with the following documents to the Director (Fin.) RSDCL, Jaipur for
release of payment:
(i) Copies of supplier's/Contractor's invoice showing the goods description, quantity,
unit price and the total amount.
(ii) Inspection certificate issued by the nominated inspector of the owner and the supplier's factory inspection certificate/report.
The Contractor shall also furnish an irrevocable INDEMNITY bond for the total value of
the material required for the works. This shall be valid till handing over of the completed
project and reconciliation of the materials paid for, used for the works and returned to
RSDCL.
24.4 TRANSPORTATION OF GOODS/MATERIALS FROM CONTRACOR'S STORE HOUSE
TO WORK SITE:
The entire responsibility of transportation of goods/materials right from the manufacturer's premises and Contractor's store house to the work site is that of the
Contractor and he shall make and complete all necessary formalities as well as
arrangements for the same as this is a total Turnkey contract.
24.5 INCIDENTAL SERVICES:
Prices charged by the supplier for incidental services not included in the contract shall be
agreed upon in advance by parties and shall not exceed the prevailing rates charged to
the other parties by the supplier/contractor for similar services.
24.6 CHANGE ORDER:
The purchaser may, at any time, by a written order given to the Contractor, may make
changes within the general scope of the contract in any one or more of the following:
(a) Drawings, designs or specifications for the goods to be supplied under the contract are
to be specifically manufactured for the purchaser.
(b) The method of packing.
(c) The services to be provided by the supplier.
If any such change causes an increase or decrease in the cost of, or the time required for the supplier's performance of any part of the work under the contract whether changed or
not changed by the order, an equitable adjustment shall be made in the contract prices
and contract shall accordingly be amended. Any claims by the supplier for adjustment
53
under this clause must be asserted within Thirty (30) days from the date of the supplier's
receipt of the purchaser's changed order.
25.0 TAKING OVER:
(a) Where the specification calls for performance tests before commissioning and these have
been successfully carried out, the lines shall be accepted and taken-over when it has been satisfactorily put into operation on site or within one (1) month of its being ready to
put in operation, whichever shall be earlier and the Engineer shall forthwith issue a
taking over Certificate. The Taking over certificate shall be issued by concerned site
Engineer and shall be counter signed by the Director (Tech.) RSDCL, Jaipur.
(b) In the event of final or any outstanding tests being held over until the line is erected, such Taking-over Certificate shall be issued subject to the results of such final or
outstanding tests to be carried out, in accordance with Clause No. 35 “Tests on
completion”.
(c) When the specification calls for tests on site, the line shall be taken over and the Taking over Certificate issued immediately after such tests have been satisfactorily carried out.
(d) If for any reason, other than the default of Contractor, such last mentioned tests on site
are not carried out within one (1) month of notice by the Contractor to the owner of lines
being ready for test, the lines shall be deemed to have been taken over as on the last day
of such period and payments due to the Contractor on taking-over shall be made, but never-the-less, the Contractor shall if called upon to do so by the purchaser, but at the
purchaser's expenses, make the said tests during the maintenance guarantee period.
(e) The Engineer shall not delay the issue of taking-over certificate contemplated by this
clause on account of minor deficiencies of material or defects in the line which do not
materially affect the commercial operation, safety and efficient use thereof provided that the Contractor shall undertake to make good the same in due course.
(f) Such certificate however shall be deemed to be on account and shall in no way release
the Contractor from his liabilities and responsibilities in respect of such line including
the satisfactory performance of the Tests on completion.
(g) The Contractor shall hand over the following documents in 2 sets at the time of handing
over of the lines to the Engineer for reference and records:
(i) Brief details of the lines.
(ii) Set of route profiles, Tower schedules, details of types of towers used and foundations at each location etc.
(iii) Soil classification and soil resistance data at each location.
26.0 ENGINEER'S SUPERVISION:
All the work shall be carried out under the direction and to the reasonable satisfaction of
the Engineer. The Contractor shall be responsible for the correctness of the positions,
levels and dimensions of the works according to the Drawings not-withstanding that he
may have assisted by the Engineer in setting out the same.
27.0 ENGINEER'S DECISIONS:
(a) In respect of all matters which are left to the decision of the Engineer, including granting
or with-holding of certificates, the Engineer shall, if required to do so by the Contractor,
give in writing a decision thereon.
(b) If, in the opinion of the Contractor, a decision made by the engineer is not in accordance with the meaning and intent of the Contract, the Contractor may file with the engineer,
within fifteen (15) day after receipt of the decision, a written objection to the decision.
54
Failure to file an objection within the allotted time will be considered as an acceptance of
the engineer‟s decision and the decision shall become final and binding.
(c) The engineer‟s decision and the filing of the written objection thereto shall be a condition
precedent to the right to request Settlement Committee. It is the intent of the Agreement
that there shall be no delay in the execution of the works and the decision of the engineer
as rendered shall be promptly observed.
28.0 CONTRACTOR'S REPRESENTATIVE AND WORKMAN:
If supervision of erection or complete erection be included then the Contractor shall
employ at least one competent representative, whose name or names shall have
previously been communicated in writing to the Engineer by the Contractor to superintend the erection of the plant and carrying out of the works. The said
representative or if more than one shall be employed then one of such representative
shall be present on the site during working hours and any written orders or instructions
which the Engineer or his duly authorized representative (whose name shall have been
previously communicated in writing to the Contractor) may give to the said representative of the Contractor shall be deemed to have been given to the Contractor, and the
Contractor shall remove the person so objected to, upon receipt from the Engineer a
notice in writing requiring him to do so, and shall provide in his place a competent
representative at the Contractor's expenses.
29.0 LABOUR AND EMPLOYEES:
29.1 ENGAGEMENT OF LABOUR:
The Contractor shall make his own arrangements for the engagement of all labour, local or
otherwise, and save in so far as the contract otherwise provides, for the transport, in so far
housing, feeding and payment thereof.
29.2 SUPPLY OF WATER:
The Contractor shall, so far as is reasonably practicable having regard to local conditions,
provide on the site to the satisfaction of the Engineer's representative, adequate supply of drinking and other water for the use of the Contractor's staff and work people.
29.3 ALCOHOLIC LIQUOR OR DRUGS:
The Contractor shall not, otherwise than in accordance with the statutes, ordinances, and
Govt. regulations or orders for the time being in force, import, sell, give, barter, or otherwise dispose of any alcoholic liquor or drugs or permit or suffer any such importation,
sale, gift, barter, consumption or disposal by his sub- Contractors, agents or employees
and labour.
29.4 ARMS AND AMMUNITION:
The Contractor shall not give, barter or otherwise dispose of to any person or persons
including his sub-contractors, agents or employees and labour any arms or ammunition of
any kind or permit or suffer the same as aforesaid in clause No. 29.3.
29.5 FESTIVALS AND RELIGIOUS CUSTOMS:
The Contractor shall in all dealings with labour in his employment have due regard to all
recognized festivals, day of rest and religious or other local customs.
29.6 EPIDEMICS:
In the event of any outbreak of illness of an epidemic nature, the Contractor shall comply
55
with and carry out such regulations, orders and requirements as may be made by the
Govt. or the local medical or sanitary authorities for the purpose of dealing with and overcoming the same.
29.7 DISORDERLY CONDUCT ETC:
The Contractor shall at all time take reasonable precautions to prevent any unlawful, rich
or disorderly conduct by or amongst his employees and for the preservation of peace and
protection of persons and property in the neighborhood of the works.
29.8 OBSERVANCE BY SUB-CONTRACTORS:
The Contractor shall be responsible for observance by his Sub-contractors of the foregoing
provisions.
29.9 RETURNS OF LABOUR ETC:
The Contractor shall, if required by the Engineer, deliver to the Engineer's representative
or at his office, a return in detail in such form and at such intervals as the Engineer may
prescribe showing the supervisory staff and the numbers of the several classes of labour
from time to time employed by the Contractor on the site and such information in respect
of constructional plant as the Engineer's representative may require.
30.0 EMPLOYEES:
(a) The Contractor shall provide and employ on the site in connection with the execution
and maintenance of works:
(i) Only such technical assistants as are skilled and experienced in their respective
callings and such sub agents, foremen and leading hands as are competent to give
proper supervision to the work they are required to supervise and
(ii) Such skilled, semi skilled and unskilled labour as is necessary for the proper and timely execution and maintenance of the works.
(b) The Engineer/ Engineer's representative shall be at liberty to object to and require the
Contractor to remove forthwith from the works any person employed by the Contractor
in or about the execution or maintenance of the works who in their opinion misconducts himself, or is incompetent or negligent in the proper maintenance of his
duties or whose employment is otherwise considered undesirable and such person
shall not be again employed upon the works without the written permission of the
Engineer. Any person so removed from the works shall be replaced as soon as possible
by a competent substitute approved by the Engineer.
(c) EMPLOYEES PROVIDENT FUNDS:
The Contractor shall have to submit a certificate every month that he is an
establishment covered under the Employees Provident Fund and Miscellaneous
provisions Act, 1952 and is having a separate code number with the provident fund commissioner and also that the provident fund contribution in respect of all the
employees employed by him along with employer's share of contribution etc. is being
deposited with the provident fund authorities and shall also submit certified photo
copies of the challans of deposits. In absence of above, the Contractor shall be liable to
deposit employees, as well as, Employer's contribution and other charges in respect of
all the employees engaged by him for the said work with RSDCL along with details of the employees, their wages and the amount of contribution as per RSDCL CPF Rules
every month. In case of failure, RSDCL shall be entitled to deduct 16% of the amount
from his bills. The contractor will follow all the latest Rules & Acts (including
amendments issued from time to time) in this respect.
56
31.0. LOCALLY PROCURED MATERIALS, WORKMANSHIP, INSPECTION TESTS ETC:
31.1 QUALITY OF MATERIALS AND WORKMANSHIP:
(a) All materials and workmanship shall be of the respective kinds described in the
contract and in accordance with the Engineer's instructions and shall be subjected
from time to time to such tests as the Engineer may direct at the place of manufacture or fabrication or on the site or at such other place or places as may be
specified in the contract or at all or any of such places.
(b) The Contractor shall provide such assistance, instruments, machines, labour and
materials as are normally required for examining, measuring and testing any work
and the quality, weight or quantity of any material used and shall supply samples of materials before incorporation in the works for testing as may be selected and
required by the Engineer.
31.2 COST OF SAMPLES:
All samples shall be supplied by the Contractor at his own cost if the supply thereof is
clearly intended by or provided for in the contract, but if not then at the cost of Employer.
31.3 COST OF TESTS:
The cost of making any test shall be borne by the Contractor, if such test is clearly intended by or provided for in the contract and, in the cases only of a test under load or of
a test to ascertain whether the design of any finished or partially finished work is
appropriate for the purposes which it was intended to fulfill, is particularized in the
contract in sufficient details to enable the Contractor to price or allow for the same in his
bid.
31.4 COST OF TESTS NOT PROVIDED FOR:
If any test is ordered by the Engineer which is either:
(a) Not so intended by or provided for or
(b) Not so particularized or (c) Though so intended or provided for is ordered by the Engineer to be carried out by
an independent person or agency at any place other than the site or the place of
manufacture of fabrication of the materials tested, then the cost of such tests shall
still be borne by the Contractor, if the test shows that the workmanship or
materials are not in accordance with the provisions of the contract or the
Engineer's instruction but otherwise by the Owner.
31.5 EXAMINATION OF WORK BEFORE COVERING UP:
No work shall be covered up or put out of view without the approval of RSDCL or its
representative and the Contractor shall afford full opportunity for RSDCL Engineer or the Engineer's representative to examine and measure any work which is about to be covered
up or put out of view and to examine foundations before permanent work is placed
thereon. The Contractor shall give due notice to the Engineer's representative whenever
any such work or foundation is or are ready or about to be ready for examination and the
Engineer's representative shall without delay advise the Contractor accordingly, attend for
the purpose of examining & measuring such work or of examining such foundations.
31.6 UNCOVERING AND MAKING OPENINGS:
The Contractor shall uncover any part or parts of the works or make openings in or
through the same as the Engineer may from time to time direct and shall reinstate and make good such part or parts to the satisfaction of the Engineer. If any such part or parts
have been covered up or put out of view, after compliance with the requirement of clause
No. 31.5 above, and are found to be executed in accordance with the contract, the
57
expenses of uncovering, making openings in or through reinstating and making good of the
same shall be borne by the Owner, but in all other cases, these costs shall be borne by the Contractor.
31.7 INSPECTION OF OPERATIONS:
The Engineer and any person authorized by him shall at all time have access to the works and to all workshops and places where work is being prepared or from where materials are
being obtained for the works and the Contractor shall afford every facility for and every
assistance in or in obtaining the right to such access.
31.8 REMOVAL OF IMPROPER WORK AND MATERIALS:
(a) The Engineer/Engineer‟s representative shall during the progress of the works have
power to order in writing from time to time.
(i) The removal from the site within such time or times as may be specified in the
order of any materials, which in their opinion are not in accordance with the
contract.
(ii) The substitution of proper and suitable materials and
(iii) The removal and proper re-execution, notwithstanding any previous tests thereof or
interim payment therefore, of any work which in respect of materials or
workmanship is not in accordance with the contract.
(b) In case of default on the part of the Contractor in carrying out such an order, the Owner shall be entitled to employ and pay other persons to carry out the same and all
expenses consequent thereon or incidental thereto shall be recoverable from the
Contractor by the Owner or may be deducted by the Owner from any amount due or
which may become due to the Contractor.
32.0 GENERAL RESPONSIBILITIES OF THE CONTRACTOR:
32.1 WORKS EXECUTION:
The Contractor shall, subject to the provision of the contract and with due care and
diligence execute and maintain the works and provide all labour, including the supervision thereof, materials, constructional plant and all other things, whether of a temporary or
permanent nature, required in and for such execution and maintenance, so far as the
necessity for providing the same in specified in or is reasonably to be inferred from the
contract.
32.2 WORKS SAFETY:
The Contractor shall take full responsibility for the adequacy and safety of all site
operations and method of construction, provided that the Contractor shall not be
responsible, except as may be expressly provided in the contract for the design or
specification of the permanent works.
32.3 SUPERINTENDENCE BY THE CONTRACTOR:
The Contractor shall give or provide all necessary Superintendence during the execution of
the works and as long thereafter as the RSDCL Engineer may consider necessary for the proper fulfilling of the Contractor's obligations under the contract.
32.4 SETTING OUT OF WORKS:
The Contractor shall be responsible for the true and proper setting out of the works in relation to original points, lines and levels of reference given by the Engineer in writing and
58
for the correctness, subject as mentioned above of the position, levels, dimensions, and
alignment of all parts of the works and for the provision of all necessary instruments, appliances and labour in connection therewith. If, at any time during the progress of the
works, any error shall appear or arise in the position levels, dimensions, or alignment of
any part of the works, the Contractor on being required so to do by the Engineer, shall at
his own cost, rectify such error to the satisfaction of the Engineer unless such error is
based on incorrect data supplied in writing by the Engineer, in which case the expense of rectifying the same shall be borne by the owner. The checking or setting out of or any line
or level by the Engineer shall not in any way relieve the Contractor of his responsibility for
the correctness thereof and the Contractor shall carefully protect and preserve all bench-
marks, sight rails, pegs and such other thing used in the setting out of the works.
32.5 CARE OF THE WORKS:
From the date of commencement of the works until the date stated in the certificate of
completion for the whole of the works, the Contractor shall take full responsibility for the
care thereof. Provided that if the Engineer shall issue a certificate of completion in respect
of any part of the permanent works, the Contractor shall cease to be liable for care of that part of the permanent works from the date stated in the certificate of completion in respect
of that part and the responsibility for the care of that part shall pass on to the owner. In
case of any damage, loss or injury shall happen to the works, or to any part thereof, from
any cause whatsoever, the Contractor shall at his own cost, repair and make good the
same so that the completion of the permanent works shall be in good order and in
condition and in conformity in every respect with the requirements of the contract.
32.6 WATCHING AND LIGHTING:
The Contractor shall in connection with the works provide and maintain at his own cost all
lights, guards, fencing and watching when and where necessary or required by the
Engineer/Engineer's representative or by any duly constituted authority, for the protection of the works or for the safety and convenience of the public and others.
32.7 CONTRACTOR TO KEEP SITE CLEAR:
During the progress of the works, the Contractor shall keep the site free from all unnecessary obstruction & shall dispose off any constructional plant surplus materials,
and clear away and remove from the site any wreckage, rubbish or temporary works no
longer required.
32.8 CLEARANCE OF SITE ON COMPLETION:
On the completion of the works, the Contractor shall clear away and remove from the site
all constructional plant, surplus materials, rubbish and temporary works of every kind
and leave the whole of the site and works clean and in a workman like condition to the
satisfaction of the Engineer.
32.9 WORK TO BE DONE TO THE SATISFACTION OF ENGINEER (RSDCL):
Save in-so-far as it is legally or physically impossible, the Contractor shall execute and
maintain the works strictly in accordance with the contract to the satisfaction of the
Engineer/Engineer's representative and shall comply with and adhere strictly to their
instructions and directions on any matter whether mentioned in the contract or not.
32.10 WAY LEAVES:
The Contractor shall bear all costs and charges for special or temporary way leaves
required by him in connection with access to work sites.
59
32.11 PLANT, TEMPORARY WORKS AND MATERIALS:
All constructional plant, temporary works and materials provided by the Contractor shall,
when brought to the site, be deemed to be exclusively intended for the execution of the
works and the Contractor shall not remove the same or any part thereof, except for the
purpose of moving it from one part of the site to another.
32.12 REMOVAL OF PLANT ETC:
Upon completion of the works, the Contractor shall remove from the site all the said
constructional plant, temporary works remaining thereon and any unused material
provided for by the Contractor.
32.13 OWNER NOT LIABLE FOR DAMAGE TO PLANT ETC:
The Contractor shall note that the owner shall not at any time be liable for the loss of or
damage to any of the aforesaid constructional plant, temporary works or materials.
33.0 COMMENCEMENT OF WORKS, PROGRAMME OF WORKS, TIME FOR COMPLETION
ETC:
33.1 PROGRAMME OF WORKS:
(a) The Contractor shall on award of the contract subject to provisions in the conditions of contract submit to the Engineer for approval, a programme showing the order of
procedure in which he proposes to carry out the works. The Contractor shall whenever
required by the Engineer/Engineer's representative also provide in writing for his
information a general description of the arrangements and methods which the
Contractor proposes to adopt for the execution of the works.
(b) If at any time, it should appear to the engineer that the actual progress of works does
not conform to the approved programme referred to in clause No. 33.1 (a) above, the
Contractor shall produce at the request of the Engineer, a revised programme showing
the modifications to the approved programme necessary to ensure completion of the
works within the time for completion as defined in clause No. 33.3 hereof.
(c) The submission to and approval by the Engineer/Engineer's representative of such
programme(s) or furnishing of such particulars shall not relieve the Contractor of any
of his duties or responsibilities under the contract.
33.2 COMMENCEMENT TIME AND DELAYS:
The Contractor shall commence the works on site immediately after the receipt of written
order from RSDCL by him to this effect and shall proceed with the same with due
expedition and without delay, except as may be expressly sanctioned or ordered by the
RSDCL or be wholly beyond the contractor's control.
33.3 TIME FOR COMPLETION:
Subject to any requirement in the contract as to the completion of any section of the works
before completion of the whole work, the whole of the works shall be completed, in
accordance with this specification & PO within the specified time.
33.4 EXTENSION OF TIME FOR COMPLETION OF WORKS:
Should the amount of extra or additional work of any kind or any cause of delay referred to
in these conditions or other special circumstances of any kind whatsoever which may occur, other than through a default of the Contractor, be such as fairly to entitle the
Contractor to an extension of time for the completion of the works, the engineer shall
determine the amount of such extension and shall notify the owner and Contractor
60
accordingly provided that the Engineer is not bound to take into account any extra or
additional work or other special circumstances unless the Contractor has within twenty eight days after such work has commenced, or such circumstances have arisen, or as soon
thereafter as is practicable, submitted to the Engineer's representative full and detailed
particulars of any extension of time to which he may consider himself entitled in order that
such submission may be investigated at the time.
33.5 NO NIGHT WORK OR WORK ON SUNDAYS AND HOLIDAYS:
Subject to any provision to the contrary contained in the contract, none of the permanent
works shall, save as hereinafter provided be carried on during the night or on Sunday or
on other declared holidays or other locally recognised days of rest, except when the work is
unavoidable or is absolutely necessary for the saving of life or property or for the safety of the works in which case the Contractor shall advise the Engineer's representative
accordingly and obtain written permission thereof, if necessary.
33.6 RATE OF PROGRESS:
If for any reason, which does not entitle the Contractor to an extension of time, the rate of
progress of the works or any section is at any time in the opinion of the Engineer, too slow
to ensure completion by the prescribed time or extended time for completion, the Engineer
shall so notify the Contractor in writing and the Contractor shall there upon take such
steps as are necessary and the Engineer may approve to expedite progress so as to
complete the works or such section by the prescribed time or extended time. The Contractor shall not be entitled to take additional payment for taking such steps. If, as a
result of any notice given by the Engineer under this clause, the Contractor shall seek the
Engineer's permission to do any work on Sundays or other holidays or other locally
recognized days of rest.
33.7 DISRUPTION OF PROGRESS:
(a) The Contractor shall give written notice to the Engineer whenever planning or progress
of the works is likely to be delayed or disrupted, unless any further drawing or order
including a direction, instruction or approval is issued by the Engineer within a
reasonable time. The notice shall include details of the drawing or order required and of why and by when it is required and of any delay or disruption likely to be suffered if it is
late.
(b) If, by reason of any failure or inability of the Engineer to issue within a reasonable time
in all the circumstances any drawing or order requested for by the Contractor in
accordance with clause No. 33.7(a) above, the Contractor suffered delay shall be taken into account in determining any extension of time to which the Contractor is entitled
under clause No. 33.4 above and the Contractor shall be paid the amount of such
costs as shall be reasonable.
33.8 SUSPENSION OF WORK:
(a) The Contractor shall on the written order of the Engineer, suspend the progress of the
works or any part thereof for such time or times and in such manner as the Engineer
may consider necessary and shall during such suspension properly protect and secure
the work, so far it is necessary in the opinion of the Engineer. The extra cost incurred
by the Contractor in giving effect to the Engineer's instructions under this clause shall be borne and paid by the owner, unless such suspension is:
(i) otherwise not provided for in the contract.
(ii) necessary by reason of some default on the part of the Contractor or.
(iii) necessary by reason of climatic conditions on the site or.
(iv) necessary for the proper execution of the works or for the safety of works or any part thereof in so far as such necessity does not arise from any act or default by
the Engineer/Engineer's representative or from any of the expected risks defined in
clause No. 8 thereof.
61
(b) Provided that the Contractor shall not be entitled to recover any such extra cost unless
he gives written notice of his intention to claim to the Engineer within thirty days of the Engineer's order. The Engineer shall settle and determine such extra payment
and/or extension of time under clause No. 32.4 above to be made to the Contractor in
respect of such claim as shall in the opinion of the Engineer be fair and reasonable.
34.0 MEASUREMENT:
34.1 QUANTITIES:
The quantities set out in the bill of quantities/bid documents are only estimated
quantities of work. They are not to be taken as the actual and correct quantities of the
works to be executed by the Contractor in fulfillment of his obligations under the contract.
34.2 WORKS TO BE MEASURED:
The Engineer shall, except as otherwise stated, ascertain and determine by measurement the value in terms of the contract of work done in accordance with the contract. He shall,
when he requires any part or parts of the works to be measured, give notice to the
Contractor‟s authorized agent or representative, who shall forthwith attend or send a
qualified agent to assist the Engineer in making such measurement and shall furnish all
particulars required by either of them. Should the Contractor not attend or neglect or
omit to send such agent, then the measurement made by the Engineer shall be taken to be the correct measurement of the work.
35.0. TESTS ON COMPLETION:
Where possible, all tests shall be carried out before shipment. Should, however, it
become necessary for the final tests as to performance and guarantees to be held over until the plant is erected at site they shall be carried out in the presence of the
Contractor's representative within such time as may be considered reasonable by the
purchaser. On the completion of erection, should field tests indicate the equipment fails
to meet guarantees, the Contractor shall make necessary changes and corrections and
assure full responsibility & take necessary steps to ensure compliance by the equipment of the prescribed guarantees with two (2) months from the date of notification or within
such reasonable time as may be decided by the purchaser. If however the defect is due to
the Contractor, he shall repay to the purchaser all reasonable expenses which he may be
put to by such re-tests over and above the rejection of defective plant as stated
hereunder.
36.0 CERTIFICATION OF COMPLETION OF WORKS:
When the whole of the works have been substantially completed and have satisfactorily
passed any final test that is prescribed in the contract, the Contractor may give a notice
to that effect to the Engineer/Engineer representative accompanied by an undertaking to finish any outstanding work during the period of maintenance. Such notice and
undertaking shall be in writing and shall be deemed to be a request by the Contractor for
the Engineer to issue a certificate of completion in respect of the works. The Engineer
shall, within twenty one days of the date of delivery of such notice, either issue to the
Contractor with a copy to the employer, a certificate of completion stating the date on
which, in his opinion, the works were substantially completed in accordance with the contract or give instructions in writing to the Contractor specifying all the works which,
in the Engineer's opinion, requires to be done by the Contractor before the issue of such
certificate. The Engineer shall also notify the Contractor of any defects in the works
affecting substantial completion (within twenty one days of completion) to the
satisfaction of the Engineer of the works and making good any defects so notified.
62
37.0 CERTIFICATION OF COMPLETION BY STAGES:
(a) Similarly, in accordance with the procedure set out in clause No. 36.0 above, the
Contractor may request and the Engineer shall issue a certificate of completion in
respect of:
(i) any section of the permanent works in respect of which a separate time for completion is provided in the contract and
(ii) any substantial part of the permanent works which has been both completed to the
satisfaction of the Engineer and occupied or used by the Employer.
(b) If any part of the permanent works shall have been substantially completed and shall have satisfactorily passed any final test that completion of the whole of the works and,
upon the issue of such certificate, the Contractor shall be deemed to have undertaken
to complete any outstanding work in that part of the works during the period of
Maintenance.
(c) Provided always that a certificate of completion given in respect of any section or part
of the permanent works, before completion of the whole, shall not be deemed to certify
completion of any ground or surfaces requiring reinstatement, unless such certificate
shall expressly so state.
38.0 MAINTENANCE AND GUARANTEE FOR WORKS:
38.1 MAINTENANCE:
(a) For a period of 12 (twelve) calendar months commencing immediately upon the setting
to work of the plant, the Contractor's liability shall be limited to the replacement of
any defective part that may develop in plant of his own manufacture or those of his sub-contractor's approved under clause & under the conditions provided for by
defective parts/portions that the Contract under proper use and arising solely from
faulty design materials, or workmanship provided always that such defective parts as
are not repairable at site, are promptly returned to the Contractor at his cost unless
otherwise arranged. If it becomes necessary for Contractor to replace or renew any defective portions of the plant under this clause, the provisions of this clause shall
apply to the portions of the plant so replaced or renewed until the expiration of six
months, from the date of such replacement or renewal until the end of the above
mentioned period of twelve months after commissioning, whichever may be the later, if
any defect be not remedied within a reasonable time, the purchaser may proceed to do
the work at the Contractor's risk and expense, but without prejudice to any other rights which the purchaser may have against the Contractor in respect of such
defects.
(b) The repaired or new parts will be delivered F.O.R. unless otherwise agreed. The
Contractor shall bear reasonable cost of minor repairs carried out on his behalf at site. Should the Contractor has to send a representative to site to carry out repairs, the
purchaser shall bear the cost of the voyage out and home.
(c) The Engineer shall be at liberty to object to any representative or persons(s) employed
by the Contractor in the execution of or otherwise above the work who shall
misconduct himself or be incompetent or negligent.
(d) At the end of the maintenance period, the Contractor's liability ceases in respect of
goods not covered by the first paragraph of this clause, the purchaser shall be entitled
to the benefit of any guarantee to the Contractor by the original supplier or
manufacturer of such goods.
63
38.2 MAINTENANCE AND DEFECTS:
(a) In these conditions, the expression "Period of Maintenance " shall mean the period of
maintenance calculated from the date of completion of the work, certified by the
Engineer in accordance with clause Nos. 35 and 36 above, or in the event of more
than one certificate having been issued by the Engineer under the said clauses, from
the respective dates so certified and in relation to the period of Maintenance the expiation "the works" shall be construed accordingly.
(b) To the intent that the works shall at or as soon as practicable after the expiration of
the period of Maintenance be delivered to the owner in the condition required by the
contract, fair wear and tear excepted, to the satisfaction of the Engineer, the
Contractor shall finish the work, if any, outstanding at the date of completion, as certified under clause Nos. 36 and 37 above, as soon as practicable after such date
and shall execute all such work of repair, amendment, reconstruction, rectification
and making good defects, imperfections, shrinkages or other faults as may be required
of the Contractor in writing by the Engineer during the period of Maintenance, or
within fourteen days after its expiration, as a result of an inspection made by or on behalf of the Engineer prior to its expiration.
(c) All such works shall be carried out by the Contractor at his own expense if the
necessity thereof shall, in the opinion of the Engineer, be due to the use of materials
or workmanship not in accordance with the contract or to neglect or failure on the
part of the Contractor to comply with any obligation, expressed or implied, on the Contractor's part under the contract. If, in the opinion of the Engineer, such necessity
shall be due to any other cause, the value of such work shall be ascertained and paid
for as if it were additional work.
(d) If the Contractor fails to do any such work as aforesaid required by the Engineer, the
Employer shall be entitled to employ and pay other persons to carryout the same and if such work which, in the opinion of the Engineer, the Contractor was liable to do at
his own expense under the contract, then all expenses consequent thereon or
incidental thereto shall be recoverable from the Contractor by the Employer, or may be
deducted by the Employer from any money due or which may become due to the
Contractor.
(e) The Contractor shall, if required by the Engineer in writing, search under the
directions of the Engineer for the cause of any defect, imperfection or fault appearing
during the progress of the works or in the period of Maintenance. Unless such defect,
imperfection or fault shall be one for which the Contractor is liable under the contract,
the cost of the work carried out in searching as aforesaid shall be borne by the Contractor and he shall in such case repair, rectify and make good such defect,
imperfection or fault at his own expense in accordance with the provisions of clause
No. 39 above.
38.3 MAINTENANCE CERTIFICATE:
(a) No certificate other than the Maintenance certificate referred to in clause No. 38.2
thereof shall be deemed to constitute approval of the works.
(b) The contract shall not be considered as completed until a Maintenance certificate shall
have been signed by the Engineer and delivered to the Contractor stating that the works have been completed and maintained to the satisfaction of the Engineer. The
Maintenance certificate which shall be given by the Engineer shall be given within
twenty eight days after the expiry of the period of maintenance, or if different periods
of maintenance shall become applicable to different sections or parts of the works, the
expiration of the latest such period pursuant to sub-clauses of 37 above, shall have been completed to the satisfaction of the Engineer and full effect shall be given to this
clause, notwithstanding any previous entry on the works or taking possession of,
working or using thereof or any part thereof by the Employer. Provided always that the
64
issue of a maintenance certificate shall not be a condition precedent to payment to the
Contractor of the balance payment in accordance with the conditions set out in clause No.13 &14.
(c) The employer shall not be liable to the Contractor for any matter or thing arising out
of or in connection with the contract or the execution of the works, unless the
Contractor shall have made a claim in writing in respect thereof before giving the Maintenance Certificate under this clause.
(d) Notwithstanding the issue of the maintenance certificate to the Contractor, and
subject to clause No. 38.2(c) the owner shall remain liable for the fulfillment of any
obligation incurred under the provisions of the contract prior to the issue of the
Maintenance certificate which remains unperformed at the time such certificate is issued and, for the purpose of determining the nature and extent of any such
obligation, the contract shall be deemed to remain in force between the parties hereto.
39.0 CLIMATIC AND ISOCERINIC CONDITIONS:
39.1 The equipment offered by you shall conform in all respects to the relevant Indian
Standard Specifications except where stated otherwise in the order. Special care shall be
taken in the design and manufacture of the Equipment to take into account the tropical
conditions such as high temperature, excessive humidity, dust and salt laden
atmosphere as detailed below.
(i) Maximum ambient air temperature in shade : 50 C
(ii) Minimum temperature of air in shade : (-) 2.5 C (iii) Maximum relative humidity : 90 %
(iv) Minimum relative humidity : 10%
(v) Height above Mean sea level : up to 530 meters
(vi) Dust storms are liable to occur during the period: from March to July.
(vii) Average No. of thunder storm days per annum : 25
(viii) Average No. of tropical monsoon (condition) per annum: 4 (ix) Average Rainfall : 10 cms to 100 cms
39.2 TROPICAL TREATMENT:
All the Equipment shall be suitably designed and treated for normal life and satisfactory operation under the Hot and hazardous tropical climatic conditions specified under
clause 38.1 above shall be dust and vermin proof. All the parts and surface which are
subject to corrosion shall be made of such material and shall be provided with such
protective finish as would protect the Equipment installed from any injurious effect of
excessive humidity.
40.0 MINOR ACCESSORIES FOR COMPLETION OF THE SUPPLY:
The Contractor shall supply all minor accessories required for the completion of supply
which have either not been specifically mentioned in this specification or in Bid offer.
41.0 MATERIAL AND WORKMANSHIP:
All the Equipments shall be of best quality and capable of satisfactory operation under
the climatic humid tropical conditions mentioned under clause No.39.1 above. The
workmanship shall be of the highest grade and the entire manufacture shall be in
accordance with the best modern Engineering practices.
42.0 INDIAN ELECTRICITY ACT:
All the supplies covered by the Contract shall be in accordance with the Indian Electricity
Act, 1910 with the latest amendments and the Electricity rules made there under. The contractor shall abide by all provisions of the Electricity Act, 2003, CERC regulation,
65
2009 & amendments thereof, Central Electricity Authority (Technical Standards for
Connectivity to the Grid) Regulations, 2007 & amendments thereof, Central Electricity Authority (Technical Standards for construction of Electrical plants & electric lines)
Regulation, 2010, Central Electricity Authority (Grid standard) Regulation, 2010, Central
Electricity Authority (Safety Requirements for construction operation & maintenance of
electrical plants & Electrical lines) Regulations, 2011, Central Electricity Authority
(Measures related to safety & electricity supply) Regulation, 2010, Central Electricity Authority (Installation & operation of Meters) Regulations, 2006, Indian Electricity Grid
Code, 2010 Regulation as amended from time to time and any other applicable
Standards/Regulations.
43.0 SITE TESTS:
The purchaser reserves the right to carry out any site tests he may decide upon at his
own expenses. In case the material is not found as per Purchase order, all expenses
incurred during the site testing will be to supplier's account and the material shall be
replaced by supplier at site, free of cost.
44.0 AFTER SALES SERVICE:
The material supplied against this order shall be attended by the Contractor/supplier at
his cost within the Guarantee period.
45.0 PACKING AND MARKING:
The material with its accessories shall be packed in accordance with the Manufacturer's
standard practice in suitable sizes of packing cases worthy of Road transport and will be
duly marked legible to avoid any possibility of goods being lost or wrongly despatched
elsewhere on account of faulty marking. It must be ensured that no damage is caused to
the Equipment as a result of defective packing.
46.0 LATENT DEFECTS:
Any material or part thereof that develops defects not disclosed prior to the final
acceptance by the Purchaser but are disclosed within one year after the material is placed in service shall be promptly replaced by supplier free of charge and all expenses,
for the transportation and other incidental charges for such replacements shall be borne
by the supplier.
47.0 PATENT AND RIGHTS:
The Contractor shall indemnify and keep indemnified the purchaser, against liability of
any nature or kind including the cost and expenses for the order on account of any copy
right/in-copy rights composition and/or secret process(es) adopted by the Supplier,
including their use by the Purchaser.
48.0 IMPORT LICENCE:
Unless otherwise indicated or specifically agreed upon, the Purchaser will not make
available the foreign exchange or Import licence, if any, required by the Supplier for the
procurement of material or raw material required for the manufacture of the
material/Equipment or part thereof to be supplied against this Specification/Contract.
49 CHANGE OF NAME OF THE BIDDER/SUPPLIER:
(a) At any stage after biding, the Purchaser shall deal with the contractor only in the
name & at the address under which he has submitted bid. All the liabilities/ responsibilities for due execution of the Contract shall be that of the contractor and in
no circumstance, he shall be relieved of any obligations under the Contract. The
Purchaser may, however, at his discretion deal with the supplier/Agents/
66
Representatives/Distributors/Manufacturers/Associates/Principals/Sister concerns &
such dealings shall not absolve the contractor from his responsibilities/ obligations/ liabilities to the Purchaser under the contract.
(b) Any change/Alteration of name/ Constitution/ Organization of the contractor shall be
duly notified to the Purchaser and the Purchaser reserves the right to determine the
Contract, in case of any such Notification. In the event of such determination, the Purchaser may affect the purchase of material not supplied from elsewhere at the risk
and cost of the Bidder/contractor.
50.0 DEDUCTION FROM CONTRACT PRICES:
All cost, damages or expenses which the purchaser may have paid for which under the contract, the Contractor is liable, may be deducted by the purchaser from any money
due or become due by him to the Contractor under this or any other contract or may be
recouped by suit or otherwise from the Contractor. Any sum of money due and payable
to the Contractor (including security deposit returnable to him) under this contract may
be appropriated by the purchaser and set off against any claim of the purchaser for the payment of a sum of money arising out of or under any contract made by the Contractor
with the purchaser or may be recovered by action of LAW or otherwise.
51.0 BANKRUPTCY:
If the Contractor shall die or dissolve or commit any act of bankruptcy or being a Corporation commence to be wound up except for reconstruction purpose of carry on its
business under a receiver, the executors successors or other representative in law of the
state of the Contractor or any such receiver, liquidator, or any person in whom the
Contract may become vested, shall forthwith give notice thereof in writing to the
purchaser and shall for one (1) month during which he shall take all reasonable steps
responsible to prevent stoppage of the works, have the option of carrying out the contract subject to his or their providing such guarantee, as may be required by the Purchaser
but not exceeding the value of the work for the time being remaining as un-executed,
provided however, that nothing above said shall be deemed to relieve the Contractor or
his successors of his or their obligations under the contract under any circumstances. In
the event of stoppage of the works, the period of the option under this clause shall be fourteen (14)days only. Provided that, should the above option not be exercised, the
Contract may be determined by the purchaser by notice in writing to the Contractor and
it shall be lawful for the Purchaser to take the work full or in part out of the Contractor's
hands and re-contract at reasonable prices with any other persons and the Purchaser
shall be entitled to retain and supply any balance which may be otherwise due on the
Contract by him to the Contractor, or such part thereof as may be necessary to the payment of the cost of executing such work as aforesaid.
52.0 CONTRACT DOCUMENTS
(a) The Contractor shall have to execute the contract documents within a period of 15 days from the receipt of the order in triplicate, in prescribed form (copy enclosed) on
Rajasthan State Non- judicial stamp paper as per stamp duty applicable in Govt. of
Rajasthan along with copy of the order, copy of General Conditions of Contract
including Erection, Technical specification. It is advised that each and every page of
relevant documents is to be signed by authorized person. It may however be ensured
that one copy of the order and other documents as above, are signed by an authorized person holding valid power of attorney and returned to the Director (Tech.) RSDCL,
Jaipur. The power of attorney on non judicial stamp paper worth Rs. 100/- which
would be attested by the Notary Public. For this, a copy of power of attorney in favour of
person signing these documents, duly notarized in original shall also be submitted
along with the above documents.
(b) The receipt of above documents and the same being in order shall be notified by the
Director (Fin.), RSDCL, Jaipur in due course of time under intimation to the Director
67
(Tech.), RSDCL, Jaipur. No any payment shall be released without acceptance of the
contract agreement, performance bank guarantee (PBG) and security bank guarantee (SBG) and approval of Project Implementation Schedule (L-2 Network).
53.0 DISPUTES:
All disputes, differences, questions whatsoever so arising between the owner & the contractor upon or in relation to or in connection with contract shall be deemed to have
arisen at Jaipur (Rajasthan) only and no courts other than courts in Jaipur shall have
jurisdiction to entertain the same.
The RSDCL shall constitute the centralized standing committee for settlement of
disputed claims under condition of contract relating to RSDCL. The committee shall
consider all cases for settlement of disputed claims relating to purchases, works, turnkey contracts and labour contracts, civil works etc. The committee shall also take
decision whether a particular matter is required to be referred to the Board of Directors
for approval before settlement. The matter for settlement shall only be referred to the
centralized standing committee of RSDCL by following the guide lines detailed below:-
(1) Disputes will be referred contract wise.
(2) Disputes involving amount above Rs. 1.00 lacs only will be referred/entertained.
(3) Non-refundable fee shall be deposited by the contractor/ firm @ 2% of disputed
amount as claimed by the contractor/firm subject to maximum fee of Rs.1.00 lac.
The centralized standing committee fees shall be deposited in cash/demand draft with
the Director (Fin.) RSDCL, Jaipur and shall furnish receipt thereof with a request for
referring their disputes to the centralized standing committee for decision.
For settlement, the firm shall furnish their application indicating the details of disputes /grievances along with requisite settlement fee within a period of six months after
receiving communication from RSDCL giving rise to cause of disputes/ grievances.
54.0 PATENT RIGHTS AND ROYALTIES:
Royalties & fees for patents covering materials, articles, apparatus, devices, equipment
or processes used in the works shall be deemed to have been included in the Contract
Price. The Contractor shall satisfy all demands that may be made at any time for such
royalties or fees and he alone shall be liable for any damages or claims for patent
infringements and shall keep the Owner indemnified in that regard. The Contractor
shall, at his own cost and expense, defend all suits or proceedings that may be instituted for alleged infringement of any patents involved in the Works and, in case of an award of
damages, the Contractor shall pay for such award. In the event of any suit or other
proceedings instituted against the Owner, the same shall be defended at the cost and
expense of the Contractor who shall also satisfy/comply with any decree, order or award
made against the Owner. But it shall be understood that no such machine, plant, work, material or thing has been used by the Owner for any purpose or any manner other than
that for which they have been furnished and installed by the Contractor and specified
under these specifications. Final payment to the Contractor by the Owner will not be
made while any such suit or claim remains unsettled. In the event any apparatus or
equipment, or any part thereof furnished by the Contractor, is in such suit or
proceedings held to constitute infringement, and its use is enjoined, the Contractor shall at his option and at his own expense, either procure for the Owner, the right to continue
the use of said apparatus, equipment or part thereof, replace it with non-infringing
apparatus or equipment or modify it, so it becomes non-infringing.
55 POWER TO VARY OR OMIT WORK:
(a) No alterations, amendments, omissions, suspensions or variations of the Works
(hereinafter referred to as „variation‟) under the Contract as detailed in the Contract
68
Documents, shall be made by the Contractor except as directed in writing by the
engineer, but the Engineer shall have full power subject to the provisions hereinafter contained, from time to time during the execution of the contract, by notice in writing
to instruct the Contractor to make such variation without prejudice to the contract.
The Contractor shall carry out such variation and be bound by the same conditions as
far as applicable as though the said variations occurred in the Contract Documents. If
any suggested variations would, in the opinion of the Contractor, if carried out, prevent him from fulfilling any of his obligations or guarantees under the Contract, he
shall notify the Engineer thereof in writing and the Engineer shall decide forthwith
whether or not, the same shall be carried out and if the engineer confirms his
instructions, the Contractor‟s obligations and guarantees shall be modified to such an
extent as may be mutually agreed. Any agreed difference in cost occasioned by any
such variation shall be added to or deducted from the Contract Price as the case may be.
(b) In the event of Engineer requiring any variation, a reasonable and proper notice shall
be given to the Contractor to enable him to work his arrangement accordingly, and in
cases where goods or materials are already prepared or any design, drawings or pattern made or work done requires to be altered, a reasonable and agreed sum in
respect thereof shall be paid to the Contractor.
(c) In any case in which the Contractor has received instruction from the Engineer as to
the requirement of carrying out the alterations or additional or substituted work which
either then or later on, will in the opinion of the Contractor, involve a claim for additional payment, the Contractor shall immediately and in no case later than thirty
(30) days, after receipt of the instructions aforesaid and before carrying out the
instructions, advise the engineer to that effect. But the engineer shall not become
liable for the payment of any chargers in respect of any such variations, unless the
instructions for the performance of the same shall be confirmed in writing by the
engineer.
(d) If any variation in the works results in reduction of contract price, the parties shall
agree, in writing, so to the extent of any change in the price, before the Contractor
proceeds with the change.
(e) In all the above cases, in the event of disagreement as to the reasonableness of the
said sum, the decision of the engineer shall prevail.
(f) Notwithstanding anything stated above in this clause, the engineer shall have the full power to instruct the Contractor, in writing, during the execution of the contract to
vary the quantities of the items or groups of items in accordance with the provisions of
clause entitled „Change of Quantity‟ in this section. The Contractor shall carry out
such variations and be bound by the same conditions as through the said variations
occurred in the contract Documents. However, the contract price shall be adjusted at
the rates and the prices provided for the original quantities in the contract.
56.0 CHANGE OF QUANTITY:
(a) During the execution of the contract, the Owner reserves the right to increase or decrease the quantities of items under the contract to any extent but without any
change in unit price or other terms and conditions, as per site requirement.
(b) The contract price shall accordingly be adjusted based on the unit rates available in
the contract for the change in quantities as above. The base unit rates, as identified in
the contract shall however remain constant during the currency of the contract.
57.0 PROGRESS REPORTS AND PHOTOGRAPHS:
During the various stages of the work in the pursuance of the contract, the Contractor
shall at his own cost submit periodic progress reports as may be reasonably required by
69
the engineer with such materials as, charts, net-works, photographs, test certificates,
etc. Such progress reports shall be in the form and size as may be required by the engineer and shall be submitted in at least three (3) copies.
58.0 TRANSFER OF THE TITLE:
(a) Transfer of the title in respect of equipment and materials supplied by the Contractor to RSDCL pursuant to the terms of the Contract shall pass on the RSDCL within
negotiation of despatch documents.
(b) This transfer of Title shall not be constructed to mean the acceptance and the
consequent “Taking Over” of equipment and materials. The Contractor continue to be
responsible for the quality and performance of such equipment and materials and for
their compliance with the specifications until “Taking over” and the fulfillment of guarantee provisions of this contract.
59.0 CONTRACTOR‟S DEFAULT:
(a) If the Contractor shall neglect to execute the work with due diligence and expedition or shall refuse or neglect to comply with any reasonable orders given to him in writing by
the engineer in connection with the work or shall contravene the provisions of contract
the purchaser may give notice in writing to the Contractor calling upon him to make
good the failure, or neglect contravention complained of .
(b) Should the Contractor fail to comply with such notice within a period considered reasonable by the purchaser from the time of service thereof, in the case of being
made good within the time, or otherwise within such time as may in the opinion of the
purchaser be reasonably necessary for making it good, then and in such case the
purchaser shall have the option and be at liberty to take the work wholly or in part out
of Contractor‟s hands and may carry on the work necessary to complete the work
envisaged in the contract, either by himself or through his agents or may re-contract at reasonable price with any other person or persons to execute the same or any part
thereof and provide any other materials, tools, tackles or labour for the purpose of
completing the works or any part thereof. In such event the purchaser shall have free
use of all Contractor‟s materials, tackles or other things that may have been at the
time on the site in connection with the work without being responsible to the Contractor, for fair wear and tear of the same be entitled to seize and take precession
and to the exclusion of any right of the Contractor over the same and the purchaser
shall be entitled to retain and apply and balance sum which may otherwise be then
due on the contact by him to the Contractor or such part thereof as may be necessary,
to the payment of the cost of execution of such work aforesaid or of completing of
works as the case may be.
(c) If the cost of executing the work as aforesaid shall exceed the balance due to the
Contractor and Contractor fails to make good the defects the said materials tools,
tackles, construction plant or other things, the property of the Contractor as may not
have been used up in the completion of works, may be sold by the purchaser and proceeds applied towards the payment of such difference and the cost of the incidental
to such sale. Any outstanding balance existing after crediting the proceeds of such
sale be paid by the Contractor on the certificate of the engineer but when all expenses
costs and charges incurred by the purchaser in the completion of the work are paid by
the Contractor, all such materials, tools, tackles, construction plant or other things
not used up in the completion of the works and remaining unsold shall be removed by the Contractor. If the proceeds of the above sale of the Contractor‟s materials, tools,
tackles, construction plant etc. are insufficient to cover the cost of executing the
aforesaid work, the balance remaining, after crediting the proceeds of such sale shall
be recoverable from the Contractor by the action of law, or operating bank guarantees
furnished or security deposits available with the purchaser. Such payment of excess amount shall be independent of the recovery for which the Contractor shall have to
pay on account of the completion of works is delayed.
70
(d) In addition, such action by the owner as aforesaid shall not relive the Contractor of his
liability to pay recovery for delay in supply of material and completion of works as defined in clause No. 10 of this section.
(e) Such action by the owner as aforesaid, the termination of the contract under this
clause shall not entitle the Contractor to reduce the value of the contract performance
Guarantee nor the time thereof. The contract performance Guarantee shall be valid for the full value and for the full period of the contract including guarantee period.
60.0 TERMINATION OF CONTRACT ON OWNER‟S INITIATIVE:
(a) The owner reserves the right to terminate the contract either in part or in full due to
reasons other than those mentioned under clause entitled Contractor‟s default. The owner shall in such an event give fifteen (15) days notice in writing to the Contractor
of his decision to do so.
(b) The Contractor upon receipt of such notice shall discontinue the work on the date and
to the extent specified in the notice, make all reasonable efforts to obtain cancellation of all orders and contracts to the extent they are related to the work terminated and
terms satisfactory to the owner, stop all further sub-contracting or purchasing activity
related to the work terminated, and assist the owner in maintenance, protection, and
disposition of the works acquired under the contract by the owner.
(c) In the event of such termination the Contractor shall be paid compensation, equitable and reasonable, dictated by the circumstances prevalent at the time of termination.
(d) If the Contractor is an individual or a proprietary concern and the individual or the
proprietor dies and if the Contractor is a partnership concern and one of the partners
dies then unless the owner is satisfied that the legal representatives of the individual
Contractor of the proprietor of the propriety concern and in the case of partnership, the surviving partners, are capable of carrying out and completing the contract, the
owner shall be entitled to cancel the contract as to its incomplete part without being in
any way liable to payment of any compensation to the estate of deceased Contractor
and/or to the surviving partners of the Contractor's firm on account of the
cancellation of the contract. The decision of the owner that the legal representatives of the deceased Contractor or surviving partners of the Contractor‟s firm cannot carry
out and complete the contract shall be final; and binding on the parties. In the event
of such cancellation the owner shall not hold the estate of the deceased Contractor
and/or the surviving partners of the estate of the deceased Contractor and/or the
surviving partners of the Contractor‟s firm liable to damages for not completing the
contract.
61.0 FRUSTRATION OF CONTRACT:
(a) In the event of frustration of the contract because of supervening impossibility in
items of section 56 of the Indian contract act, the parties shall be absolved of their responsibility to perform the balance portion of the contract, subject to provisions
contained in sub clause No. 61 (c) below.
(b) In the event of non-availability or suspension of funds for any reasons whatsoever
(except for reasons of willful or flagrant breach by the Owner and/or Contractor) then
the works under the contract shall be suspended.
(c) Furthermore, if the owner is unable to make satisfactory alternative arrangement for
financing to the Contractor in accordance with the terms of the contract within three
months of the event, the parties hereto shall be relieved from carrying out further
obligations under the contract treating it as frustration of the contract for (c) above the parties shall mutually discuss to arrive at reasonable settlement on all issues
including amounts due to either party for the work already done on “quantum merit”
basis which shall be determined by mutual agreement between the parties.
71
62.0 GRAFTS AND COMMISSION ETC:
Any graft, commission, gift or advantage given, promised or offered by or on behalf of the
Contractor or his partner‟s, agent, officers, director, employee or servant or any one on
his or their behalf in relation to the obtaining or to the execution of this or any other
contract with the owner, shall in addition to any criminal liability which it may incur,
subject the Contractor to the cancellation of this and all other contracts and also to payment of any loss or damage to the owner resulting from any cancellation. The owner
shall then be entitled to deduct the amount so payable from any monies otherwise due to
Contractor under the contract.
63.0 FURTHER CORRESPONDENCE:
All correspondence pertaining to the bidding documents in respect of any clarification
required should be addressed to the Director (Tech.), Rajasthan Solar Park Development
Company Limited, E-166, Yudhishthir Marg, C-Scheme, Jaipur-302001.
64.0 ACCEPTANCE OF THE ORDER:
The order shall be placed in favour of the successful bidder. The successful bidder, on
receipt of the order, shall convey the acceptance of order to the Director (Tech.),
Rajasthan Solar Park Development Company Limited, E-166, Yudhishthir Marg, C-
Scheme, Jaipur, within seven days of the receipt of order, failing which, it will be presumed that the terms and conditions incorporated in the order are acceptable to the
successful bidder.
_________________________
72
RAJASTHAN SOLAR PARK DEVELOPMENT COMPANY LIMITED
SECTION-III (A)
(SUPPLY OF MATERIAL)
TECHNICAL SPECIFICATION
FOR
CONSTRUCTION OF FOLLOWING TRANSMISSION LINES
Lot-1: This consists of following lines:
(i) 220 kV D/C line from Park Pooling Station-1 to PGCIL 765 kV GSS, Bhadla-II: 28.85 Kms.
(ii) 220 kV D/C line from Park Pooling Station -4 to PGCIL 765 kV GSS, Bhadla-II: 31.60 Kms.
(iii) 220 kV D/C line from Park Pooling Station -1 to Park Pooling Station - 2: 6.49 Kms. (iv) 220 kV D/C line from Park Pooling Station -3 to Park Pooling Station - 4: 1.87 Kms.
(v) 220 kV S/C line from Park Pooling Station -2 to Park Pooling Station - 3: 2.64 Kms.
Lot-2: This consists of following work & line:
(i) Dismantling of existing 132kV S/C Tr. line (on 132kV D/C Towers) of Godawari Plant at Nokh-
3.10 Kms. (ii) Construction of new 132kV S/C Tr. line (on 132kV D/C Towers) for Godawari Plant at Nokh-
4.40 Kms.
TURNKEY PROJECT
UNDER
SPECIFICATION No. RSDCL/D (T)/LINES/SP/TK/TN No. (02/2019-20)
73
SECTION-III (A)
TECHNICAL SPECIFICATION FOR ERECTION, TESTING AND COMMISSIONING OF
TRANSMISSION LINES ON TURNKEY BASIS
(Supply of material)
1.0 SCOPE
(a) This specification covers for Design, Engineering, Procurement/supply, erection, Testing
and commissioning of transmission lines on turnkey basis i.e. fabrication, galvanization
and delivery of the transmission line supporting structure (Towers) for 220kV & 132kV
lines complete in all respect including U-bolts with nuts, hangers with nuts and bolts, D-
Shackles, with nuts and bolts, links, bird guards, anti-climbing devices, flat washers etc.
The scope also covers the supply of other line material like AL-59 (Moose equivalent) & ACSR Panther conductors, Earthwire, OPGW, insulators, hardwares, accessories, nuts,
bolts etc. (as per the bidding schedules) and also survey, check survey, foundations,
erection, testing & commissioning of 220kV & 132kV transmission lines including
dismantling of 132kV S/C Tr. line (on 132kV D/C towers) .
The bidder shall fabricate proto type Towers, one each of all types of required towers,
body extensions & stub setting templates and get inspected for checking of fabrication
accuracy i.e. dimensions & angles etc. and workmanship by the RSDCL's representative.
Proto assembly of tower material, if already approved by RSDCL/ RVPN, need not to be
fabricated again for proto testing.
RSDCL is also procuring 220kV Multi Circuit Towers for 220kV Tr. lines for which the
Proto assembly of tower material, if already approved by RSDCL/ RVPN/any State
Electricity Board or Nigam/CPSU/State PSU, need not to be fabricated again for proto
testing. The contractor shall also follow the provisions of PGCIL/CEA in construction of
transmission lines.
All 220kV lines in the lot shall be provided with OPGW (24, 48, 96 fiber) in place of earth
wire. Necessary design, engineering etc of all hardware & accessories of OPGW and other
items as per site requirement shall be in the scope of the contractor. Contractor shall
submit the technical parameters of all hardware, accessories & other items for approval
of RSDCL.
(b) The provisional quantities of fabricated & galvanized steel, bolts and nuts as per
specification required for towers, concrete, excavation volume and reinforcement steel for
foundation and other items are given in price Schedule-II (A1 & A2 and B1 & B2).
However, the work shall be executed as per approved construction drawings.
(c) The various works are described in the various chapters of this specification.
(d) The unit rates quoted shall include minor items/details which are obviously and fairly
intended and which may not have been included in these documents but are essential for
the satisfactory completion of the various works.
(e) The unit rate quoted shall be inclusive of deployment of all plant equipment, men,
material, skilled & unskilled labour etc. essential for satisfactory completion of various
works.
(f) All measurements for payment shall be in S.I. units. Lengths shall be measured in meters corrected to two decimal places. Areas shall be computed in square meters and
volume in cubic meters, rounded off to two decimals.
(g) The item of pack washers, D-shackles, hangers and special bolts shall be the part of the
tower material.
(h) The scope of bidder also includes the design, engineering, manufacturing, inspection at
manufacturer's works for supply of material at site i.e. Conductors, Disc insulators,
74
Earthwire, OPGW, hardware fittings for conductor, Earthwire & OPGW and other line
accessories etc. required for completion of all the lines. Dismantling of 132kV Tr. line (3.10 Kms.) shall also be in the scope of work under this tender enquiry.
(i) Bidder shall clearly indicate in its offer, the source from where they propose to procure
these materials & components. However, the overall responsibility shall be of the
Contractor & he shall be responsible for the quality and workmanship of the material etc.
(j) All the raw materials such as steel, zinc for galvanizing, reinforcement steel and cement
for tower foundations, coke and salt for tower earthing etc., bolts, nuts, washers, D-
Shackles, hangers, links, danger plates, phase plate, number plates, circuit plates, bird
guard, anti-climbing devices etc. required for tower manufacture and erection shall be
included in the contractor's scope of supply.
The following 220kV & 132kV transmission lines are included in the scope of work & prices are
to be quoted for both the lots:
Lot-1: This consists of following lines:
(i) 220 kV D/C line from Park Pooling Station-1 to PGCIL 765 kV GSS, Bhadla-II: 28.85 Kms. (ii) 220 kV D/C line from Park Pooling Station -4 to PGCIL 765 kV GSS, Bhadla-II: 31.60 Kms.
(iii) 220 kV D/C line from Park Pooling Station -1 to Park Pooling Station - 2: 6.49 Kms.
(iv) 220 kV D/C line from Park Pooling Station -3 to Park Pooling Station - 4: 1.87 Kms.
(v) 220 kV S/C line from Park Pooling Station -2 to Park Pooling Station - 3: 2.64 Kms.
Lot-2: This consists of following work & line:
(i) Dismantling of existing 132kV S/C Tr. line (on 132kV D/C Towers) of Godawari Plant at Nokh- 3.10 Kms.
(ii) Construction of new 132kV S/C Tr. line (on 132kV D/C Towers) for Godawari Plant at Nokh-
4.40 Kms.
2.0 STANDARDS:
The Indian Standard Specifications (IS) mentioned below as amended up to date shall be
applicable for the materials to be utilized on 220 kV and 132kV transmission lines on self
supported structure on turnkey basis:
-----------------------------------------------------------------------------------------------------------
S.No. INDIAN STANDARD TITLE
1. IS:2062-1988 Weldable structural steel.
2. IS:802 Code of practice for use Of structural steel in Over head Tr. line
Towers (part-I-Load & Permissible prices. part-II-Fabrication galvanizing, inspection and packing, part-III-Testing).
3. IS:808 Dimensions for hot rolled steel beave, column channel & angle
sections.
4. IS:4759-1968 Hot-Dip Zinc Coating on Structural Steel & Other Allied products.
5. IS:6639 Hexagonal bolts for steel/IS: 12427 structures/ transmission
tower bolts. 6. IS:12427 Transmission tower bolts.
7. IS:10238 Stay bolts for steel structures.
8. IS:1367 Technical supply conditions for threaded steel fasteners.
Part-III Mechanical properties & Test methods for bolts, Screws & studs
with fully load ability. Part-VI Mechanical properties & Test methods for nuts with full load
ability.
9. IS:2016 Plain Washers.
10. IS:5369 General requirement for plain washer and lock washers.
11. IS:4072 Steel for spring washers.
75
12. IS:3063 Single Coil Rectangular Section, Spring Washers for Bolts, Nuts &
Screws. 13. IS:6821 Methods for sampling No threaded washers.
14. IS:1573 Electro plated coating for zinc on iron and steel.
15. IS:2486 Insulator fittings for Overhead tower lines with a nominal voltage
greater than 1000V(Part-I general requirements & tests, Part-II
dimensional requirements, Part-III locking devices, Part-IV tests for locking devices).
16. IS-2004 Carbon steel forging for General engineering purposes.
17. IS-2633 Methods of Testing Uniformity of Coating on Zinc Coated Articles.
18. IS-2121 Conductors and OPGW accessories for overhead power lines
(Part-I armour rods, binding wires and tape for conductors, Part-II
mid span joints and repair sleeves for conductors. 19. IS-9708 Stock-bridge vibration dampers for overhead lines.
20. IS-731 Porcelain insulators for Overhead power lines with a nominal
voltage of greater than 1000V.
21. IS-3188 Characteristics of string Insulators units.
22. IS-2141 Galvanized stay string. 23. IS-398 Aluminum conductors for Overhead transmission purpose (Part-II)
Aluminum conductors, galvanized steel reinforced.
24. IS-4826 Hot dipped galvanized coating on ground steel wires.
25. IS-209-1979 Specification for zinc.
26. IS-432-1982 Mild Steel Medium Tensile Steel Bars and Hard Drawn Steel Wire
for Concrete Reinforcement. PART - I Mild Steel and Medium Tensile Steel Bars.
27. IS-456-1978 Code of Practice for Plain and reinforced concrete.
28. IS-1200-1974 Method of Measurement of Building and Civil Engineering Works.
29. IS-2551-1982 Danger Notice Plates.
30. IS-2629-1966 Recommended Practice for Hot-Dip Galvanizing of Iron& Steel.
31. IS-4091-1979 Code of Practice for Design & Construction of Foundations Transmission-Line Towers and Poles.
32. IS-5358-1969 Specification for Hot Dip Galvanized Coating to Fasteners.
33. IS-5613 Part-2 Code of Practice for Design, Installation and Maintenance of
(Section 1&2 overhead Power Lines.
1975) 34. IS-6610-1972 Specification for Heavy Washers for Steel Structures.
35. IS-6745-1972 Specification for Methods for Determination of Weight of Zinc
Coating on Zinc Coated Iron and Steel Articles.
36. IS-7215-1974 Specification for Tolerance for Fabrication of Steel Structures.
37. IS-8500-1977 Specification for Weldablde Structure Steel (Medium and High
Strength qualities). 38. IS-388-1970 Course and find aggregates from natural sources for concrete.
39. IS-800-1962 Code of practice for use of structural steel in general Building
Construction.
40. IS-1139-1966 Hot rolled mild steel,medium tensile steel and high yield strength
steel deformed bars for concrete reinforcement. 41. IS-1736-1966 Cold twisted steel bars for concrete reinforcement.
42. IS-1873-1967 Criteria of earthquake resistant design of structures.
43. IS-2131-1967 Method of standard penetration test of soils.
44. IS-3043-1972 Code of practice for earthing(with amendments no.1&2.
3.0 PRICES:
The bidder shall quote rate/prices on firm price basis only.
4.0 QUANTITIES AND WEIGHTS
The provisional quantities required are mentioned in the respective schedule of prices. The final
quantities of the towers and other line material shall be confirmed by the owner based on the
76
exact requirement furnished by the contractor after completion of final/ detailed survey, duly
authenticated by the Director (Tech.) RSDCL, Jaipur.
On completion of the works, all surplus material, equipments supplied by the contractor at site
against construction of 220 & 132kV transmission lines, if not required by the purchaser, shall
be lifted by the contractor at his own expenses and cost. RSDCL shall not be insisted upon by
the contractor for taking over of the surplus material supplied. Excess payments released if any towards surplus material to the contractor shall be recovered by the RSDCL from the contractor.
Surplus material shall be lifted back by the contractor after recovery of payment released, if any,
towards surplus material by the RSDCL.
5.0 MATERIAL:
All line materials to be used in erection of transmission lines shall conform to the relevant
standards given in clause No. 2 and shall be subjected to inspection and testing as per relevant
ISS by the purchaser's representative prior to despatch.
6.0 TOWERS:
6.1 TYPES OF TOWERS: The type of towers (including Multi Circuit Towers) that shall be used
in transmission lines are specified below:
(a) Tower type 'A' - tangent tower with suspension strings:
These are tangent towers for use on straight run & also for line deviation up to 2 deg.
(b) Tower type 'B' - Medium angle with tension strings:
These towers are for use up to 15 deg. line deviation.
(c) Tower type 'C' - Medium angle with tension strings:
These towers are for use up to 30 deg. line deviation.
(d) Tower type 'D' - Large angle with tension strings:
These towers are for use on dead ends and up to 60 deg. line deviation.
Above towers shall be used for normal span of 320 Meters (with AL-59 Moose
equivalent conductor) for 220kV transmission lines and 335 Meters for 132kV
transmission line with ACSR panther conductor. However, these 132kV towers can also be used for longer span with small deviations.
(e) 220kV D/C Special structure:
In addition to the standard towers and extensions, special River/Line crossing towers may also be required as per site conditions.
6.2 WEIGHTS:
The unit weight of each type of tower, Extensions (+3M, +6M, +9M & +18M) and stub
setting templates indicated in the Annexure-VII shall be the ceiling weights for payment purposes. The bidders are required to quote per MT rate for fabrication, galvanization and
supply of these towers on F.O.R. Destination basis.
6.3 DRAWINGS:
(i) Drawings of stubs, super structures, +3M, +6M, +9M & +18M extensions, stub setting
templates and tower accessories etc. of all types shall be provided to the successful
bidder as per availability of the same with RSDCL, else, the bidder has to arrange the
77
same at its own level and get approved from RSDCL for development of shop drawings of
individual members based on these drawings.
(ii) Standard drawings of all other line materials, if available with RSDCL shall be provided
to the successful bidder, else, the bidder has to arrange the same at its own level, got
approved the same from RSDCL and supply the line material accordingly.
6.4 FABRICATION AND WORKMANSHIP:
The fabrication of towers shall be in accordance with the following:
(i) All parts of the towers shall be fabricated in accordance with the shop drawings prepared
on the basis of structural Drawings to be supplied by the purchaser (if available). Shop drawings, containing complete information necessary for fabrication of the component
parts of the structures shall be prepared. These drawings shall clearly show the member
sizes, length and back marks, hole positions, gauge lines, bend lines, edge distances,
amount of clipping, notching etc.
(ii) In the case of members to be bended, the shop drawings will indicate provision for the
variation in length to be made.
(iii) Tower shall be of bolted construction. Unless otherwise specified, welding at any point
shall not be permitted.
(iv) Normally butt splices shall be used and thickness of the inside angle cleat shall not be
less than that of the heavier member connected, lap splices may be used for connecting
members of unequal size and the inside angle of lap splice shall be grounded at the heel
to fit the fillet of the outside angle. All splices shall develop full stress in the members
connected through bolts. But as well as lap splices shall be made above and as close to
the main panel points as possible.
(v) No bolt hole shall be more than 1.5 mm larger than the corresponding bolt diameter.
(vi) Workmanship and finish shall correspond to the best modern transmission line practice.
All similar parts shall be made strictly interchangeable. All steel sections before any work is done on them shall be carefully leveled, straightened and made true to method
which shall not injure the material so that when assembled the adjacent surfaces are in
close contact throughout. No rough edges shall be permitted anywhere throughout the
work.
(vii) Cutting may be affected by shearing, cropping, flame cutting or sawing. The surfaces so cut shall be clean, smooth, reasonably, square and free from any distortion.
(viii) The other details shall be as per IS: 802(Part-II)-1978.
6.5 DRILLING AND PUNCHING:
6.5.1 All steel sections before any cutting work is started shall be carefully straightened and
trued by pressure and not by hammering. They shall again be trued up after being
punched and drilled. No rough edges fresh from shears shall be left. All sheared and cut
ends shall be flamed off.
6.5.2 Holes for bolts shall be drilled or punched to jig but drilled holes shall be preferred. All
holes in material over 12 mm thick must be drilled through the plates and sections
forming the joint in one operation. The holes near the bend line of a bent member, on
both sides of bend line, shall be punched/drilled after bending and relative position of these holes shall be maintained with the use of proper template/jigs and fixtures.
6.5.3 Punched holes must be square with the plates and the walls of the holes parallel. The
following maximum tolerance in accuracy of punched holes is permissible.
78
(i) Holes must be perfectly circular and no tolerance in this respect is permissible.
(ii) The maximum allowable difference in diameter of the holes on the two sides of plates
or angles is 0.8mm i.e. the allowable tapper in a punched hole should not exceed
0.8mm on diameter.
(iii) Holes must be square with the plates or angles and plate holes will not be permitted. All burrs left by drill or punch shall be removed completely. The bidder shall state
clearly the extent of punching covered by this tender. When the tower members are
in position, the holes shall be truly opposite to each other. Drifting or reming to
enlarge defective holes shall not be permitted. Minimum edge distance from the
centre of any holes shall not be less than what has been indicated in IS 802 Part-II
1978. Bolt holes whether punched or drilled must be larger than the sizes of bolts they have to take, and shall not be more than 1.5mm larger in diameter than the
diameter of the bolts.
6.6 ERECTION MARK:
Each individual tower member shall carry a code number conforming to the component
number given to it in the fabrication drawings. The code number of approved sizes shall be
stamped with a metal die on the member before galvanizing and shall be legible after
galvanizing. The letter A, B, C & D indicating the different types of towers shall precede the
code number.
6.7 GALVANISING:
All members of the tower and special structures shall be fully galvanized. Galvanizing shall
be done after all fabrication work is completed. Galvanizing of the members of the tower
shall conform to IS-4759-1968. Bolts & other fasteners shall be galvanized in accordance
with IS-5358-1969 and spring washers shall be galvanized in accordance with! S-1573-1979.
6.8 PACKING:
The material shall be boxed or bundled for transport in following manner:
(a) Angles shall be packed in bundles securely wrapped four times around at each end and
every feet with No. 9 SWG gauge wire with ends twisted tightly. Gross weight of any
bundle shall not exceed approximately 450 kgs and the length of any individual member
6000 mm.
(b) Cleat angles brackets, fillers, plates and similar small loose pieces shall be rested and
bolted together in multiple and securely wires together through holes, wrapped round
atleast four times with No. 7 SWG gauge wire and ends twisted tightly, Gross weight of
any bundle shall not exceed approximately 70 kgs.
(c) Flat washers & other attachments such as hangers, U-Bolts, D-shackles, etc. shall be
packed in double gunny bags accurately tagged in accordance with the contents.
(d) The packing shall avoid losses/damages during transit.
6.9 MARKING AND PACKING:
6.9.1 Each bundle or package shall have the following marking on it:
(a) The detail and designation of the consignee (to be intimated by the purchaser).
(b) Ultimate destination as required by the purchaser. (c) The relevant marks and number of tower members or reference number of small
components like gusset plates, various attachments, etc., for each identification.
79
6.9.2 The marking shall be stenciled in indelible ink on the top members in the bundles of
tower steel & on wooden boxes or gunny bags containing smaller components. Detailed despatch instructions shall be asked for by the Contractor from the Department at least
four weeks ahead of the scheduled date of despatch.
6.10 DELIVERY:
The delivery shall be acceptable only in terms of supply of complete towers including
footings, superstructures and tower accessories such as hangers, U-bolts, links, D-Shackle
& Pack washers etc. including Bolts-Nuts, Step Bolts & spring washers required for towers.
The supply of the line material shall be in the following sequence:
(i) Complete footing and stub setting template with bolt nuts & spring washers.
(ii) Earthing material.
(iii) Complete super structure including extensions and accessories with bolts, nuts, spring
washers, step bolts & bird guards. In no case, the above sequence shall be changed.
(iv) Danger plates, number plates, circuit plates, phase plates. (v) AL-59 (Moose equivalent) & ACSR Panther Conductors, OPGW, Earth wire, Insulators,
accessories and hardwares for conductors, Earth wire and OPGW.
(vi) Aviation aids (Painting, Globules and aviation light system), if required.
7.0 FASTENERS AND JOINTS:
(a) It shall be ensured that the fasteners provide positive attachment at all times and under
the conditions when the tower structures are subjected to vibrating loads.
(b) BOLTS
(i) All bolts and nuts shall conform to IS: 6639. All bolts and nuts shall be galvanized
and shall have hexagonal head being forged out of the solid, truly concentric, and
square with the shank, which must be perfectly straight.
(ii) The bolt shall be of 16mm dia and of property class 5.6 as specified in IS:1367 (Part-III) and matching nut of property class as specified in IS:1367 (Part- VI).
(iii) Bolts up to M16 and having length upto 10 times the diameter of the bolt should
be manufactured by cold forging and thread rolling process to obtain good
and reliable mechanical properties and effective dimensional control. The shear strength of bolts for 5.6 grade should be 310 MPa minimum as per IS: 12427. Bolts
should be provided with washer face in accordance with IS: 1363 Part-I to ensure
proper bearing.
(iv) To ensure uniformity of galvanizing, bolts and nuts should be galvanized by high
temperature hot-dip galvanizing, at a minimum temperature of 530 deg. C. The temperature should be recorded continuously in the form of a continuous chart. The
galvanized coating should be uniform and its value should be between 50 micron to
115 micron to be checked on random sampling basis, on the threaded portion as
well. The facility to check the galvanized coating should be by metallographic
method.
(v) Nuts should be double chamfered as per the requirements of IS:1363 Part-III. It
should be ensured by the manufacturer that nuts should not be over tapped beyond
0.4mm oversize on effective diameter for size upto M16.
(vi) Fully threaded bolts shall not be used. The length of bolts shall be such that the threaded portion will not extend into the place of contact of the members.
(vii) All bolts shall be threaded to take the full depth of the nuts and threaded for enough
to permit firm gripping of the members but not further, it shall be ensured that the
80
threaded portion of each bolt protrudes not less than 3mm and more than 8mm
when fully tightened. All nuts shall fit and tight to the point where the shank of the bolt connects to the head.
(vii) Flat and tapered washers shall be provided wherever necessary. Spring washers shall
be provided for insertion under all nuts. These washers shall be of steel electro-
galvanized, positive lock type and 3.5mm in thickness for 16mm dia bolt and 4.5mm for 24mm bolt.
(c) HOLES FOR BOLTING:
Holes shall be cylindrical. Oval or lobed forms of holes shall not be permitted. The
diameter of the holes shall be equal to the diameter of the bolt plus 1.5 mm. Holes shall be perpendicular to the plates of angles. The accuracy of the location of holes shall be
such that for any group of members when assembled the holes shall admit the bolts at
right angle to the plane of connection.
(d) SPACING OF BOLT AND EDGE DISTANCES
The minimum spacing of bolts and edge distances shall be as given below:
Bolt dia
(mm)
Hole dia
(mm)
Minimum bolt
spacing (mm)
Minimum edge hole
center to rolled or
swan edge (mm)
Distance of hole centre
to sheared or flame cut
edge (mm)
16 17.5 40 20 23
20 21.5 48 25 28
However, maximum possible edge security shall be used for single holes of larger section.
(e) LOCKING DEVICES
Electro-galvanized spring washers of type-B of thickness indicated below corresponding
to bolt diameter shall be provided for insertion under all nuts:
Bolt Diameter (mm) Thickness of spring washers (mm)
16 3.5
20 4.0
(f) To obviate bending stress in bolts or to reduce the same to a minimum, no bolts shall connect aggregate thickness of more than three times the bolt diameter and also the
number carrying stress to be connected by a single bolt shall not generally exceed
three(excluding gusset and packing plates).
(g) TOLERANCES
(i) Fabrication tolerances in general shall conform to IS:7215 unless otherwise specified
hereunder.
(ii) The maximum allowable differences in diameter of the holes on the two sides of the
plate shall be 0.8 mm i.e. the allowable taper in a punched hole shall not exceed 0.8 mm on diameter.
(iii) Tolerance cumulative and between consecutive holes shall be within q 1.6 mm.
(iv) Tolerance on gauge distance shall be within q 0.5mm.
8.0 BILL OF MATERIAL The contractor shall furnish the various bills of materials to the Purchaser for approval.
81
9.0 AVIATION REQUIREMENTS (If required): The contractor shall carryout the work of
complete aviation as per provisions & site requirements:
(a) Visual aids shall be provided on the transmission line and transmission line structures of
height 45M & above to give warning to flying aircraft about the presence of transmission
line and transmission line supports in compliance to the requirement of IS:5613 (part-
3/sec.) 1989 (amendment No. 1, July 1994). According to this purchaser shall have to comply with the following:
(b) (i) The transmission lines and transmission line structures of height 45 meters and above
shall be notified to the Directorate of Flight Safety (DFS), Air Headquarters (Air HQ), New
Delhi.
(ii) For construction of any transmission line/structure or a portion thereof, falling within a
radius of 20kms around the Defense aerodromes and air to firing ranges provisions of
the Aircraft Act-1934, Section-9A as amplified by the associated Gazette Notification
SO-988 Part-II, Section-3, Sub section (ii) dated 1988-03-26 shall be complied with.
Towards this, a No Objection Certificate (NOC) shall be obtained from the concerned Aerodrome authorities.
(iii) Within a radius of 10 kms around aerodromes and air to ground firing ranges, all
transmission lines and structures of height 45 meters or more shall be provided with
day and night visual aids.
(iv) In all other areas, outside a radius of 10 kms from Aerodromes, only those portions of
transmission lines and structures of any height identified to pose a hazard to aircraft by
the Directorate of Flight Safety shall be provided with day visual aids.
(c) DESCRIPTION OF VISUAL AIDS
DAY MARKING
(i) Line markers: Coloured globules of 40-50 cms diameter made of reinforced fiber glass or
any other suitable material, weighing not more than 4.5 Kgs each, with suitable
clamping arrangement and drainage holes shall be installed on earth wire(s) in such a
manner that the top of the marker is not below the level of the earth wire. Up to 400
meter span, one globule shall be provided in the middle of the span on the highest earth wire. In case of double earth wire, the globule may be provided on any one of them. For
span greater than 400 meters, one additional globule may be provided for every
additional 200 meters span or part thereof. Half orange and half white coloured globule
shall be used.
(ii) Structure Marking: The structure portion excluding cross arms above 45 m height
shall be painted in alternative bands of international orange and white colours. The
bands shall be perpendicular to the vertical axis and the top and bottom bands shall
be orange. There shall be an odd number of bands. The maximum height of each band
shall be 5 M.
NIGHT MARKING
Medium & low intensity obstacle lights on a complex obstacle such as towers supporting
overhead wires should have a night time intensity as per ICAO requirements in
International Standards recommended practices. The light on top of the structure should
flash at the rate of 20 sequences per minute.
(d) The contractor shall arrange required data and documents and will assist in preparation/
completion of the case to be submitted to the appropriate aviation authorities for obtaining
the No Objection Certificate and shall also extend all help in getting the NOC.
82
(e) VISUAL AIDS (TO BE PROVIDED)
(A) DAY MARKINGS:
(a) Painting of Tower
The portion of the towers(excluding cross arms) above 45m height shall be painted
over the etched surface in contrasting bands of deep orange or red and snow white
as per site requirement. The band shall be horizontal and minimum three bands
shall be provided. The minimum width of the colour band shall be one meter and not
more than 5 mtrs. Following procedures shall be adopted for painting of towers.
(i) Surface Preparation
The etching of galvanized surface of erected tower members with wash primer is to
be done as per IS: 1477 (part-I) to enhance the adhesion of subsequently applied paint coating. Before applying primer, the tower surface is to be cleaned and it
should be free from dust, moisture or any foreign substances. One coat of wash
primer is to be applied on the galvanised surface and after this second coat of
zinchromate primer to be applied after 6 hours, but not later than 48 hours. The
primer to be used shall conform to IS:2074 (with latest amendment).
(ii) Final Painting
Two coats of international deep orange or red and snow white paint (deep orange or
red band at the top) at alternate interval (bands) as explained above are to be applied. The painting of towers shall generally conform to relevant provisions
in IS: 1477 (Part -II). The synthetic enamel paints to be used for painting shall be in
accordance with IS: 2932 (with latest amendment).
(b) Line/ Span Markers
Sphere type span marker of 600mm diameter shall be provided on the earth wire. The
sphere shall be divided into two parts and one half shall be painted in orange and one
half in white. Up to 400 metre span, one globule shall be provided in the middle of the
span on the highest earth wire. In case of double earth wire, the globule may be provided on any one of them. For span greater than 400 meters, one additional globule
may be provided for every additional 200 meters span or part thereof. The design of
the markers and their fixing arrangement should be such that they can withstand the
wind pressure and shall not induce excessive amount of vibrational strain on earth
wire. Appropriate clamping device of cast aluminium alloy are to be provided for clamping. All bolts & nuts are made from stainless steel. The spheres are hollow and
UV protected against fading of colour and weathering. Detail of this arrangement shall
be submitted by the Contractor along with Bid.
(B) NIGHT MARKERS (OBSTRUCTION LIGHTS)
The scope of night markers covers the design, manufacture, testing at manufacturer's
work, if any, supply, delivery, erection, testing and commissioning of medium intensity
and low intensity lights along with storage battery & solar panel, control panel, cables, clamps other accessories etc. as per the provision of IS-5613 (Part-II/ Section-1), 1989,
amendment No. 1, July, 94 regarding night & day visual aids for denoting transmission
line structures as per the requirement of Directorate of Flight Safety.
The detail of each component of medium intensity, low intensity lights & associated accessories to be provided on the towers shall be as per the technical specifications given
in the preceding clauses and IS/ICAO, International Standards recommended practices.
83
One set of Aviation Lights shall consists of one medium intensity light & two/four
(as applicable) low intensity lights along with all accessories such as solar panel, control panel, batteries, cables etc.
The low & medium intensity lights, required for each tower shall be operated through a
suitable size of common battery bank, solar panel as per requirement of operating voltage
& load current of the type of lamps being offered. The lamps shall conform to the ICAO requirement/ relevant BS and shall have weather protection of minimum IP-55 class. The
burning life of the lamps shall be maximum possible in view of the maintenance hazard
of H.T. live line, but in no case, it should be less than 15,000 burning hours. In case of
failure of the lamp before 15,000 hrs., the same shall have to be replaced by the
Contractor free of cost even if the pendency of contract expires. Performance certificate
of the lamps to be offered shall be furnished by the Contractor.
(i) Medium Intensity Light
Medium Intensity light shall be provided on the top of each tower. The medium light
should have a night time intensity as per ICAO requirements in International Standards Recommended Practices. The light on top of the structure should flash at the rate of 20
sequences per minute. The effective intensity during night time for the medium flashing
light shall be 1600 CD. The light shall be equipped with radio suppression facility
conforming to BS800 in order to avoid any interference with signals of PLCC etc.
(i) Low Intensity Lights
Two/ four (as applicable) nos. of low intensity lights are required to be put on each of the
towers. Placement drawing for the same shall be submitted by the Contractor. The light
shall be stationary lamp with minimum effective intensity of 10 CD of red light. The low intensity lamp shall not generate any R.F. which can interfere with the PLCC signals.
(iii) Storage Battery
Storage Battery required for the above purpose shall be sealed maintenance free, valve
regulated lead acid and suitable for mounting on the top of the transmission line towers. Contractor shall offer the most optimum capacity of the Battery Bank at 120 hour
discharge rate (considering 80% percentage usage) matching with the load requirement of
the type of lamps being offered including any power loss in the associated cables. The
battery sizing shall conform to JISC 8707/ relevant Indian Standard or any other
internationally recognized standard. The battery shall be hermetically sealed, explosion proof and self-resealing type and free from orientation constraints. The working
temperature ranges shall be minimum 0 degree centigrade and maximum 50 degree
centigrade. Performance certificate of the offered batteries shall be submitted by the
Contractor.
The battery box suitable for mounting on 400kV power transmission tower shall be robust construction suitable to accommodate desired number of Solar Batteries with
proper clearance between the batteries. The sides and the top of the battery box shall be
made from MS sheets not less than 14 SWG thicknesses duly mounted on MS angle
frame. The bottom of the battery box shall have suitably designed of MS structure
to freely hold the total weight of the batteries. The batteries should be placed on insulated base with proper drainage holes. Lifting lugs shall be provided. Dust and
vermin proof lockable doors shall be provided for safety and easy access to the batteries
for the maintenance. The battery box should incorporate the design for proper ventilation
system in order to prevent a gas concentration inside the box. The ventilation opening
shall be protected against rain/ splash water and dust. The inside of the battery box
shall be lined with insulating polyurethane plating & exterior painting with weather proof polyurethane paint. The cable entry into the battery box shall be through suitable
cable glands.
84
(iv) Solar Modules
Solar module required for the system shall be suitable for mounting on the
transmission line towers and shall be designed for high performance, maximum
reliability and minimum maintenance and shall be suitably installed on the tower.
The solar modules shall be IP 55 grade protection class. These should be highly resistant
to water, abrasion, nail, impact and other environmental factors. These should be placed on the tower at a most optimum angle so as to hardness the maximum solar energy
and facilitate self cleaning and shall conform to relevant Indian/ International
Standards. Module mounting frames shall be weather proof suitable for mounting on tall
towers. Details of mounting frames shall be furnished by the Contractor. Junction box
shall be provided with weather proof hinged lid with provision for cable glands entry and
protections grade of class IP-55. The Contractor shall submit the basis of selecting the numbers of solar modules.
The provision for design, supply & erection of mounting arrangements for photovoltaic
modules on the transmission towers in a suitable manner to harness maximum solar
energy shall be in the scope of the Contractor. Provision for design, supply & erection of resting platform for the erection of battery bank in a closed enclosure with safety
arrangement on the transmission towers shall also be in the scope of the Contractor.
The design and load consideration for safety of towers due to additional platform shall be
kept in view while designing, selecting the above.
(v) Control Panels
Control panels shall consist of solar charge controller, flasher unit, sensor, isolator,
MCB, Voltmeter, Ammeter and other control gears. Panel enclosure shall be fabricated
out of 14 SWG CRCA sheet and thoroughly treated and painted. Suitable neoprene
rubber gasket and pad locking device shall be provided and the protection class shall be
of IP-55 class. The Solar charge controller shall be most efficient and preferably fully solid state. It shall be provided with protection to load against increase in temperature,
surge, automatic low voltage, automatic disconnection, reconnection during high inrush
current and normalcy respectively.
The flash regulator shall be provided for regulating light flashing. The same shall be completely solid state and provided with flash rate set points. The protection against
overload current shall also be provided. Necessary sensor/ timer shall be provided in the
system to "switch on" the light automatically in the evening and poor visibility period and
switch off the same during day time and normal visibility period.
(vi) Cable, Cable Glands, Conduits and Accessories
The cable to be supplied and erected shall be of multi strands copper conductor, weather
proof, PVC insulated, PVC sheathed, armoured 1.1 kV grade. The same shall conform to
IS: 1554. All the cable accessories such as thimble, glands etc. shall be in the scope of
supply and erection of the Contractor. Supply and erection of all the PVC conduits and accessories shall be in the scope of the contractor. All the conduit and accessories shall
be as per the relevant IS or ISI brand. The inter-connection cable/ conduit will be
clamped in a secured manner with the tower members and any interconnection should
be made only inside the environmentally protected junction box.
All the installation on the tower shall be securely and earthed with the tower body by using copper braided wire. The cost of the earthing deemed to be included in the cost
(vii) Type Test
The items/equipments should have already been type tested. However, the type test certificates will be reviewed before pre-despatch inspection and fresh type test will not
be required where the satisfactory type test certificate are produced by the contractor.
85
10.0 PERFORMANCE SCHEDULE
The Bidder shall furnish the details of his performance in respect of the major works
carried out by him involving supplies of materials for and/or erection of such EHV lines
preferably 220kV & 132kV lines which are in service, in the performance schedule
contained in Sub-Section-III of this specification.
11.0 GUARANTEED TECHNICAL PARTICULARS:
The technical characteristics of the material offered shall be as per Guaranteed and other
technical particulars indicated in Appexndix-I to IV. The bidder shall provide the GTP of
hardwares & accessories for AL-59 (Moose equivalent) conductor and OPGW.
12.0 AL-59 (MOOSE EQUIVALENT) CONDUCTOR:
The AL-59 (Moose Equivalent) 61/3.50 mm conductor shall comply in all respects except
herein otherwise stated with the Standard SS-4240813 & SS-4240814 with latest
amendments, if any.
The material shall be new and of best quality & workmanship. The AL-59 (Moose
Equivalent) 61/3.50 mm conductor shall be suitable for being installed directly in air on
220KV kV D/C and S/C transmission lines. It shall therefore, be suitable for satisfactory
operation under the tropical climatic conditions mentioned in this specification. The
climatic conditions are also prone to wide variations in ambient conditions. Heavy lightening may also occur during June to October Months.
PRINCIPAL PARAMETERS:
Technical Specification for AL-59 conductor (Moose equivalent, Al-Mag-Si) is as under:
--------------------------------------------------------------------------------------------------------------
S. No. Particulars AL-59 conductor (Moose equivalent)
--------------------------------------------------------------------------------------------------------------
1. Standard SS-4240813 & SS-4240814
2. No. of strands and nominal diameter in mm:
Aluminium: 61/3.50
3. Diameter of Strand (in sq.mm):
Nominal 3.50 Maximum 3.53
Minimum 3.47
4. Total sectional area (in Sq. mm) 587
5. Approximate overall diameter (in mm) 31.50
6. Approximate total mass (Kg/Km) 1618
7. DC resistance at 20 Degree C, 0.05070 whole conductor (Max. in Ohms/Km)
8. Approximate calculated breaking load (KN) 141.12
9. Lay ratio:
(i) First layer Max. - 17 Min. - 10
(ii) Second layer Max. - 16
Min. – 10
(iii) Third layer Max. - 15
Min. – 10
(iv) Fourth layer Max. - 14 Min. – 10
10. Final Modulus of Elasticity 68000 MPA
86
11. Co-efficient of linear expansion/Deg. C. 23.0 x 10-6
12. Max. Continuous current rating at 95 1204 A Deg. C. (corresponding to Ambient
Temp 40 Deg. C.)
13. Temp. rise for the above 55 Deg. C. 55 Deg. C.
13. Standard Length (Meters): 1500 + 5%
Physical Constants of Materials
The AL-59 should be as per SS-4240814 & IS-9997 and their latest amendments. The material
offered shall be of the best quality and workmanship. The AL-59 shall have accurate chemical
composition of Alloy so as to offer excellent corrosion resistance, better strength to weight ratio
and improved conductivity. The solution treatment shall be done in a very sophisticated and advanced technology furnace with automatic quenching system.
Resistivity:
The resistivity of AL-59 depends upon its purity and its physical condition. However, as per the specified value of purity in this specification, the maximum value permitted is 0.02930 ohm Sq.
mm/ mtr at 20 Deg. C and this value shall be used for calculation of the maximum permissible
value of resistance. This value may be checked from the measured value of the resistance.
Materials (As per SS-42 40814 & IS-9997)
Aluminium alloy: The aluminium alloy wire shall be an aluminium alloy meeting the mechanical
strength and resistance of the wire properties as mentioned in the GTP.
Freedom from Defects
The wires shall be smooth & free from all imperfections such as spills, splits, slag inclusion, die marks, scratches, fittings, blow-holes, projections, looseness, overlapping of strands, chipping of
aluminium layers etc. and all such other defects which may hamper the mechanical & electrical
properties of the conductor as also the installation of the conductor at the site etc. Special care
should be taken to keep away dirt, grit etc. during stranding.
Joints in Wires
Aluminium Wires: No joints shall be permitted in the Aluminium wires in the outermost layer of
AL-59 (Moose Equivalent) conductor. However, joints shall be permitted in the aluminium wires
in the inner layers of the AL-59 conductor but tensile strength of joint wire should be at least
90% of the value required for an un joint wire but no two such joints shall be less than 15 meter apart in the complete stranded conductor. Such joints shall be made by cold pressure butt-
welding.
Stranding
The wires used in the construction of AL-59 conductor shall before stranding and after stranding shall satisfy all the relevant requirements as per the standards indicated or any other standards
with due justification. The lay ratio of the different layers shall be within the limits given in Table
above.
Standard Length
The standard length of the conductor shall be 1500 meter. A tolerance of +/-5% on the standard
length shall be permitted. All lengths outside this limit of tolerance shall be treated as random
lengths.
Random lengths will be accepted provided no length is less than 70% of the standard length specified and the total quantity of such random lengths shall not be more than 5% of the total
quantity ordered.
87
Type Tests (As per IS-398-Part-4 of 1996 & latest revision of SS-4240813/SS-4240814):
Bidder shall submit the following Type test reports on AL-59 (Moose equivalent) conductor:
1. Measurement of Diameter: On Aluminium Wire.
2. Breaking Load Test: On Aluminium Wire (before/after).
3. Elongation Test: On Aluminium Wire. 4. Resistance Test:
(a) Aluminium Wire
(b) Conductor
5. Measurement of Lay Ratio:
(a) First Layer (Alu. Alloy)
(b) Second Layer (Alu. Alloy) (c) Third Layer (Alu. Alloy)
(d) Fourth Layer (Alu. Alloy)
6. Stress Strain Test: On composite conductor.
7. Surface Condition Test.
8. Ultimate Breaking Load of stranded conductor. 9. Dry RIV and Corona-Applicable to AL59 Moose Conductor for 400 KV only.
Acceptance Tests (As per IS-398-Part-4 of 1996 & latest revision of SS-4240813/SS-4240814):
(a) Visual check for joints, scratches etc. and lengths of conductor.
(b) Dimensional check on aluminium strands. (c) Check for lay ratios of various layers.
(d) Breaking load test on aluminium strands.
(e) Wrap test on aluminium strands.
(f) DC resistance test on aluminium strands.
(g) UTS test on welded joint of aluminium strands.
Inspection:
No material shall be dispatched from its point of manufacture before it has been satisfactorily
inspected, tested by RSDCL‟s nominated inspector(s) and necessary dispatch instructions are
issued in writing, except for the cases where waiver of Inspection is granted by competent authority of RSDCL. Any dispatches before the issue of Dispatch Instructions in writing will be
liable for rejection and non acceptance by the consignee.
The acceptance of any quantity of material shall in no way relieve the Contractor of any of his
responsibilities for meeting all requirements of the specification and shall not prevent
subsequent rejection, if such material is later found to be defective.
At least 5% of the total number of drums subject to minimum of two in any lot put up for
inspection shall be selected at random to ascertain the length of conductor by following method:
"At the works of the manufacturer of the conductor, the conductor shall be transferred from one drum to another, at the same time, measuring its length with the help of a graduated pulley &
Cyclometer. The difference in the average length thus obtained and as declared by the Supplier/
Contractor in the packing list shall be applied to all the drums, if the conductor is found short
during checking."
The sample cut off from any numbers of drums for carrying out any type of tests will be to the
supplier‟s/Contractor‟s account.
Marking on drum
Each drum shall have the following information stenciled on it in indelible ink along with other
essential data:
(a) Contract/Award letter / order number
(b) Name and address of consignee
88
(c) Manufacturer's name and address
(d) Drum Number (e) Size of conductor
(f) Length of conductor in meters
(g) Gross weight of drum with conductor
(h) Weight of empty drum with lagging
(i) Arrow marking for unwinding.
Sag and Tension charts:
The successful bidder shall be required to submit three copies of stringing charts showing initial & final sags and tensions for various temperatures & spans. One set of chart should
be in ink drawn on tracing cloth.
13.0 OPGW and associated hardware & fittings and In-line Splices
General Requirements:
This specification defines the design, performance and testing requirements for supply of
OPGW (24,48,96 fiber) & its associated hardware & fittings to be used in 220kV Tr. Lines at
Nokh, Jaisalmer (Raj.). General details of required OPGW are given hereunder. However,
other items/details (not covered in this specification) required for completion of project shall also be in the scope of contractor.
The Bidder is encouraged to offer standard products and designs. However, the Bidder must conform to the requirements and provide any special equipment necessary to meet the
requirements stated herein.
The Bidder's proposal shall address all functional and performance requirements within this
specification and shall include sufficient information and supporting documentation in
order to determine compliance with this specification without further necessity for inquiries.
Bidder Responsibilities and Obligations:
(1) Provide OPGW cabling that meets the functional and performance requirements of this
specification.
(2) Testing and documentation for OPGW cable & its associated hardware & fittings. (3) Suitability for OPGW cable for live line installation.
(4) Design of the mechanical assemblies and accessories, including vibration dampers
required for installation of all overhead fibre cable.
(5) Factory acceptance testing of all equipment provided.
(6) Conduct type tests and provide documented evidence of satisfactory Type Test performance to the Employer.
(7) Sag tension calculation of OPGW
The following standards and codes shall be generally applicable to the equipment and works
supplied under this Contract:
(1) American Society for Testing and Materials ASTM-B415, ASTM-D1248, ASTM D 3349.
(2) ITU-T/CCITT Recommendations G.650, G.652, G.653, G.655. (3) Institute of Electrical and Electronics Engineers IEEE-812, 1138-1994, IEEE-524, IEEE-
828 & 830.
(4) Electronic Industries Association, EIA-455-3, 455-31B, 455-32, 455-91, 455-78, 455- 59,
455-80, 455-169, 455-81, EIA RS 598
(5) International Electro technical Commission standards, IEC -1396 and IEC - 1089. (6) International Electro technical Commission standards, IEC 793-1, 793-2, 794-1, 794- 2,
IEC-529, IEC 60794-1-2, IEC 60794-4-10.
89
Specifications and codes shall be the latest version, inclusive of revisions, which are in force at
the date of the contract award. Where new specifications, codes, and revisions are issued during the period of the contract, the Bidder shall attempt to comply with such, provided that no
additional expenses are charged to the Employer without Employer's written consent.
This section describes the functional & technical specifications for supply of OPGW cable & its
associated hardware & fittings.
All optical fibre cabling including fibre itself and all associated installation hardware shall have a minimum guaranteed design life span of 25 years.
Dual-Window Single mode (DWSM), G.652 telecommunication grade optical fibres shall be
provided in fibre optic cables. DWSM optical fibres shall meet the requirements defined in Table
1 below.
Attenuation:
The attenuation coefficient for wavelengths between 1525 nm and 1575 nm shall not exceed
theattenuation coefficient at 1550 nm by more than 0.05 dB/km. The attenuation coefficient
between 1285 nm and 1330 nm, shall not exceed the attenuation coefficient at 1310 nm by
more than 0.05 dB/ km. The attenuation of the fibre shall be distributed uniformly throughout
its length such that there are no point discontinuities in excess of 0.10 dB. The fibre attenuation characteristics specified in Table 1 shall be “guaranteed” fibre attenuation of any & every fibre
reel.
Table 1 DWSM Optical Fibre Characteristics
Fibre Description Dual-Window Single-Mode
Mode Field Diameter 8.6 to 9.5 Im (± 0.6m)
Cladding Diameter 125.0 Im ± 1 Im
Core concentricity error ≤ 0.6 Im at 1310 nm
Cladding non-circularity ≤ 1 %
Cable Cut-off Wavelength Kcc ≤L1260 nm
1550 nm loss performance As per G.652
Proof stress Level M 0.69 GPa
Attenuation Coefficient
@ 1310 nm O 0.35 dB/km
@ 1550 nm O 0.23dB/km
Attenuation at water peak ≤ 0.35 dB/km
Chromatic Dispersion
Maximum
20 ps/(nm x km) 1550 nm
3.5 ps/(nm x km) 1288-1339nm
5.3 ps/(nm x km) 1271-1360nm
Zero Dispersion Wavelength:
Zero Dispersion Slope
1300 to 1324nm
0.092 ps/(nm2xkm) maximum
Polarization mode dispersion coefficient
≤ L0.2 ps/km^1/2
Temperature Dependence
Induced attenuation O 0.05 dB (-60 deg. C to
+85 deg. C)
Bend Performance
@ 1310 nm (75±2 mm dia Mandrel), 100
turns; Attenuation Rise ≤ 0.05 dB/km
@ 1550 nm (75±2 mm dia Mandrel), 100
turns; Attenuation Rise ≤ 0.10 dB/km @ 1550 nm (32±0.5 mm dia Mandrel, 1 turn;
Attenuation Rise ≤ 0.50 dB/km
90
Fibre Optic Cable Construction:
Overhead Fibre Optic Cables shall be OPGW (Optical Ground Wire). The OPGW cable is to be
installed on the tower of the 220 kV transmission lines. The design of cable shall account for the
varying operating and environmental conditions that the cable shall experience while in service.
Optical Fibre Identification:
Individual optical fibres within a fibre unit and fibre units shall be identifiable in accordance
with EIA/TIA 598 or IEC 60304 or Bell core GR-20 colour-coding scheme.
Colouring utilized for colour coding optical fibres shall be integrated into the fibre coating and shall be homogenous. The colour shall not bleed from one fibre to another and shall not fade
during fibre preparation for termination or splicing.
Each cable shall have traceability of each fibre back to the original fibre manufacturer's fibre
number and parameters of the fibre.
If more than the specified number of fibres is included in any cable, the spare fibres shall be tested by the cable manufacturer and any defective fibres shall be suitably bundled, tagged and
identified at the factory by the vendor.
Buffer Tube:
Loose tube construction shall be implemented. The individually coated optical fibre(s) shall be surrounded by a buffer for protection from physical damage during fabrication, installation and
operation of the cable. The fibre coating and buffer shall be strippable for splicing and
termination. Buffer tubes shall be filled with a water-blocking gel.
Optical Fibre Strain:
The fibre optic cable shall be designed such that the optical fibres experience no strain under all
loading conditions defined in IS 802. No fibre strain condition shall apply even after a 25 year
cable creep.
For the purpose of these specifications, the following definitions shall apply:
Maximum Working Tension (MWT) is defined as the maximum cable tension at which there is no
fibre strain.
The no fibre strain condition is defined as fibre strain of less than or equal to 0.05%, as
determined by direct measurements through IEC/ ETSI (FOTP) specified optical reflectometry techniques.
The Cable strain margin is defined as the maximum cable strain at which there is no fibre
strain.
The cable Maximum Allowable Tension (MAT) is defined as the maximum tension experienced by
the Cable under the worst case loading condition as defined in IS 802. The cable max strain is defined as the maximum strain experienced by the Cable under the worst case loading condition
as defined in IS 802.
The cable Every Day Tension (EDT) is defined as the maximum cable tension on any span under
normal conditions viz at 32 °C and no wind.
The Ultimate /Rated Tensile Strength (UTS/ RTS/ breaking strength) is defined as the maximum
tensile load applied and held constant for one minute at which the specimen shall not break.
91
Cable Materials:
The materials used for optical fibre cable construction, shall meet the following requirements:
Filling Materials:
The interstices of the fibre optic unit and cable shall be filled with a suitable compound to
prohibit any moisture ingress or any water longitudinal migration within the fibre optic unit or
along the fibre optic cable. The water tightness of the cable shall meet or exceed the test
performance criteria as per IEC-60794-1-F-5.
The filling compound used shall be a non-toxic homogenous waterproofing compound that is free of dirt and foreign matter, non hygroscopic, electrically nonconductive and non-nutritive to
fungus. The compound shall also be fully compatible with all cable components it may come in
contact with and shall inhibit the generation of hydrogen within the cable.
The filling compound shall remain stable for ambient temp. between -20°C and +65°C and shall
not drip, flow or leak with age or at high temperatures during short duration lightning strikes and short circuit currents The filling compound shall meet the requirements of “Seepage of
Filling Compound test” as per EIA/TIA 455-81.
The waterproofing filling materials shall not affect fibre coating, colour coding, or encapsulant
commonly used in splice enclosures, shall be dermatologically safe, non-staining and easily removable with a non-toxic cleaning solvent.
Metallic Members:
When the fibre optic cable design incorporates metallic elements in its construction, all metallic
elements shall be electrically continuous.
Marking, Packaging and Shipping:
This section describes the requirements for marking, packaging and shipping the overhead fibre
optic cable.
(a) Drum Markings: Each side of every reel of cable shall be permanently marked in a minimum
of 1 cm high white lettering with the vendors' address, the Employer's destination address, cable part number and specification as to the type of cable, length, number of fibres, a unique
drum number & segment no., factory inspection stamp and date.
(b) Cable Drums : All optical fibre cabling shall be supplied on sturdy, corrosion resistant, steel
drums suitable for long periods of storage and re-transport & handling provided with lagging
of adequate strength, constructed to protect the cabling against all damage and displacement during transit, storage and subsequent handling during installation. Both ends of the cable
shall be sealed as to prevent the escape of filling compounds and dust & moisture ingress
during shipment and handling. Spare cable caps shall be provided with each drum as
required.
There shall be no factory splices allowed within a continuous length of cable. Only one
continuous cable length shall be provided on each drum. The lengths of cable to be supplied by the Bidder on each drum shall not be less than 2.5 kms. Same shall be discussed & finalized
during the detailed engineering.
Optical Ground Wire (OPGW):
OPGW cable construction shall comply with IEEE-P1138 and IEC publication 1396. The cable
provided shall meet both the construction and performance requirements such that the ground
92
wire function, the optical fibre integrity and optical transmission characteristics are suitable for
the intended purpose.
The composite fibre optic overhead ground wire shall be made up of buffered optical fibre units
embedded in a water tight stainless steel protective central fibre optic unit surrounded by
concentric-lay stranded metallic wires in single or multiple layers. The dual purpose of the
composite cable is to provide the electrical and physical characteristics of conventional overhead
ground wire while providing the optical transmission properties of optical fibre.
Central Fibre Optic Unit:
The central fibre optic unit shall be designed to house and protect multiple buffered optical fibre
units from damage due to forces such as crushing, bending, twisting, tensile stress and
moisture. The central fibre optic unit and the outer stranded metallic conductors shall serve
together as an integral unit to protect the optical fibres from degradation due to vibration and galloping, wind and ice loadings, wide temperature variations, lightning and fault current, as
well as environmental effects which may produce hydrogen. The central fibre optic unit may
include an aluminium tube and/or channelled aluminium rod.
Basic Construction:
The cable construction shall conform to the applicable requirements of Technical Specification,
applicable clauses of IEC 1089 related to stranded conductors and Table 2.2(a) OPGW
Mechanical and Electrical Characteristics. In addition, the basic construction shall include bare
concentric-lay-stranded metallic wires with the outer layer having left hand lay. The wires may
be of multiple layers with a combination of various metallic wires within each layer. The direction of lay for each successive layer shall be reversed.
Breaking Strength:
The rated breaking strength of the completed OPGW shall be taken as no more than 90 percent
of the sum of the rated breaking strengths of the individual wires, calculated from their nominal
diameter and the specified minimum tensile strength.
The rated breaking strength shall not include the strength of the optical unit. The fibre optic
unit shall not be considered a load bearing tension member when determining the total rated
breaking strength of the composite conductor.
Electrical and Mechanical Requirements:
Table-2 provides OPGW Electrical and Mechanical Requirements for the minimum performance
characteristics. For the purposes of determining the appropriate Max Working Tension limit for
the OPGW cable, IS 802:1995 and IS 875: 1987 shall be applied. However the OPGW sag &
tension charts shall be based on IS 802. For the OPGW cable design selection and preparation of sag tension charts, the limits specified in this section shall also be satisfied. The Bidder shall
submit sag-tension charts for the above cases with their bids.
OPGW Electrical and Mechanical Requirements: Table-2:
Parameter Requirement
Everyday tension at 32 deg. C, no
wind
< 20% of UTS of OPGW
D.C. Resistance at 20 deg. C < 1 Ohm/Km
Short Circuit Current > 6.32 KA for 1 sec
93
Operating conditions:
Since OPGW shall be located at the top of the EHV transmission line support structure, it will be subjected to Aeolian vibration, Galloping and Lightning strikes. It will also carry ground fault currents. Therefore, its electrical and mechanical properties shall be the same or similar as those required of conventional ground wire.
Live Line Installation Suitability: OPGW shall be suitable for installation under live line condition, i.e. with all circuits charged to the rated line voltage as specified in this section shall be generally in accordance with the IEEE guide to the installation of overhead transmission line conductor (IEE STD.524 with latest revisions), with additional instructions and precaution for live line working and fibre optic cable handling.
Installation Hardware:
The scope of supply of the optical cable includes the assessment, supply and installation of all required fittings and hardware. The Bidder shall determine the exact requirements of all accessories required to install and secure the OPGW. The OPGW hardware fittings and accessories shall follow the general requirements regarding design, materials, dimensions & tolerances, protection against corrosion and markings as specified in clause 4.0 of EN 61284: 1997 (IEC 61284). The shear strength of all bolts shall be at least 1.5 times the maximum installation torque. The Bidder shall provide the OPGW hardware & accessories drawing & Data Requirement Sheets (DRS) document for all the assemblies & components. However, DRS format of assemblies has been enclosed in the appendices. All component reference numbers, dimensions and tolerances, bolt tightening torques & shear strength and ratings such as UTS, slip strength etc shall be marked on the drawings. The fittings and accessories described herein are indicative of installation hardware typically used for OPGW installations and shall not necessarily be limited to the following:
(a) Suspension Assemblies: Preformed armour grip suspension clamps and aluminium alloy
armour rods/ reinforcing rods shall be used. The suspension clamps shall be designed to carry a minimum vertical load not less than 70% of UTS of OPGW. The suspension clamps
slippage shall occur between 8% and 15% of UTS of OPGW as measured in accordance
with type test procedures specified in appendix B, Vol. IIC.
The Bidder shall supply all the components of the suspension assembly including
shackles, bolts, nuts, washers, split pins, etc. The total drop of the suspension assembly shall not exceed 150 mm (measured from the centre point of attachment to the centre
point of the OPGW).
(b) Dead End Clamp Assemblies: All dead end clamp assemblies shall preferably be of the
performed armoured grip type and shall include all necessary hardware for attaching the
assembly to the tower strain plates. Dead end clamps shall allow the OPGW to pass
through continuously without cable cutting. The slip strength shall be rated not less than 95% of the rated tensile strength of the OPGW.
(c) Clamp Assembly Earthing Wire: Earthing wire consisting of a 1500 mm length of
aluminium or aluminium alloy conductor equivalent in size to the OPGW shall be used to
earth suspension and dead end clamp assemblies to the tower structure. The earthing wire
94
shall be permanently fitted with lugs at each end. The lugs shall be attached to the clamp
assembly at one end and the tower structure at the other.
(d) Structure Attachment Clamp Assemblies: Clamp assemblies used to attach the OPGW to
the structures, shall have two parallel grooves for the OPGW, one on either side of the
connecting bolt. The clamps shall be such that clamping characteristics do not alter
adversely when only one OPGW is installed. The tower attachment plates shall locate the
OPGW on the inside of the tower and shall be attached directly to the tower legs/cross-members without drilling or any other structural modifications.
(e) Vibration Dampers: Vibration dampers type 4R Stockbridge or equivalent, having four (4)
different frequencies spread within the Aeolian frequency bandwidth, shall be used for
suspension and tension points in each span. The Bidder shall determine the exact
numbers and placement(s) of vibration dampers. Vibration damper clamps shall be made
of aluminium or aluminium alloy shall support the dampers during installation and shall maintain the dampers in position without damage to the OPGW and without causing
fatigue. Armour or patch rods made of aluminium or aluminium alloy shall be provided as
required to reduce clamping stress on the OPGW. The vibration damper body shall be hot-
dip galvanized mild steel/cast iron or shall be permanent mould cast zinc alloy.
In-Line Fibre Optic Splice Enclosures
All in-line splices shall be encased in In-Line Fibre Optic Splice Enclosures. Suitable splice enclosures shall be provided to encase the optical cable splices in protective, moisture and dust free environment. In line splice enclosures shall comply to ingress protection class IP 66 or better. The splice enclosures shall be designed for the storage and protection of a minimum of 48/24 optical fibre splices and equipped with sufficient number of splice trays for splicing all fibres in the cable. In-line splice enclosures shall be suitable for outdoor use with each of the cable types provided under this contract. Splice enclosures shall be appropriate for mounting on EHV transmission towers above anti-climb guard levels at about 10 meters from the ground level and shall accommodate pass through splicing.
Fibre Optic Approach Cables
For purposes of this specification, a fibre optic approach cable is defined as the armoured underground fibre optic cable required to connect Overhead Fibre Optic Cable (OPGW) between the final in line splice enclosure on the gantry/tower forming the termination of the fibre cable on the power line and the Fibre Optic Distribution Panel (FODP) installed within the building. The estimated fibre optic approach cabling length shall be decided during site survey or Detailed Engineering. However, the Bidder shall supply & install the optical fibre approach cable as required based on detailed site survey to be carried out by the Bidder during the project execution and the Contract price shall be adjusted accordingly.
Basic Construction
The cable shall be suitable for direct burial, laying in trenches & PVC/Hume ducts, laying under false flooring and on indoor or outdoor cable raceways.
Jacket Construction & Material The approach Cable shall be a UV resistant, rodent proof, armoured cable with metallic type of armouring. The outer cable jacket for approach cable shall consist of carbon black polyethylene resin to prevent damage from exposure to ultra-violet light, weathering and high levels of pollution. The jacket shall conform to ASTM D1248 for density.
95
Optical, Electrical and Mechanical Requirements
Approach cable shall contain fibres with identical optical/ physical characteristics as those in the OPGW cables. The cable core shall comprise of tensile strength member(s), fibre support/bedding structure, core wrap/bedding, and an overall impervious jacket.
Installation of Approach Cable
A network of cable trenches and/or ducts may exist at some sites but shall require expansion and/or new construction at most stations. It shall be a responsibility of the Bidder to cooperate fully with the Employer and all other on-going project Bidders in the planning and efficient use of existing and new-construction infrastructure supporting on-station communications cabling. The existing cable trenches/ cable raceways proposed to be used shall be identified in the survey report. The Bidder shall make its best effort to route the cable through the existing available cable trenches. Where suitable existing cable trenches are not available, suitable alternatives shall be
proposed for Employer approval. However, the approach cable shall be laid in the HDPE pipe in all conditions. It may be noted that in order to utilise the existing trenches, the approach cable may be required to be co-located with HV and LV cables. Accordingly, the approach cable shall be installed in corrosion resistant flexible conduit. Suitable provisions shall be made by the Bidder to ensure adequate safety earthing and insulated protection for the approach cable. Approach cables exiting from the ground or passing through floors shall be protected against mechanical damage.
Approach cables shall penetrate buildings through cable ducts. The cabling shall route within buildings in cable raceways or under raised floors. The Bidder may utilize existing ducts, building penetrations, cable trays, racks, etc., where appropriate and approved by the Employer. The cables shall be affixed to cable supports using approved ties, clips or cleats at regular intervals. On short approach cable runs for which cable supports are not required, the Bidder shall fix the cable to the structure of the building using approved fixings and cable cleats. The Bidder shall be responsible for new building penetrations required for approach cabling. Caution shall be taken to ensure existing equipment and site personnel are protected from dust and debris incident to the cable penetration work. Penetrations shall be neatly formed and sealed for protection from moisture, dust, wind and vermin intrusion. All required fittings, supports, accessories, ducts, inner ducts, conduits, risers and any item not specially mentioned but required for lay and installation of approach cables shall be supplied and installed by the Bidder. Optical Fibre Termination and Splicing
Optical fibre terminations shall be installed in Fibre Optic Distribution Panels (FODP) designed to provide protection for fibre splicing of pre-connectorized pigtails and to accommodate connectorized termination and coupling of the fibre cables. The Bidder shall provide rack mounted Fibre Optic Distribution Panels (FODPs) and shall
96
terminate the fibre optic cabling up to the FODPs. The location of FODP rack shall be fixed at the time of detailed engineering.
Fibre Optic Distribution Panels
At each location requiring the termination of at least one fibre within a cable, all fibres within that cable shall be connectorized and terminated in Fibre Optic Distribution Panels in a inner consistent with the following:
(a) All fibre optic terminations shall be housed using FODPs provisioned with splice organizers
and splice trays. All fibres within a cable shall be fusion spliced to pre-connectorized pigtails
and fitted to the "Back-side" of the provided fibre optic couplings.
(b) FODPs shall be suitable for use with each of the cable types provided as part of this
contract. FODPs shall accommodate pass-through splicing and fibre terminations.
(c) FODPs for indoor use shall be supplied in suitable cabinets or racks with locking
arrangements.
(d) All FODPs shall be of corrosion resistant, robust construction and shall allow both top or
bottom entry for access to the splice trays. Specific selection of the entry points shall be
made at the time of installation. Ground lugs shall be provided on all FODPs and the Bidder
shall ensure that all FODPs are properly grounded. The FODP for outdoor installation shall meet or exceed ingress protection class IP66 specifications and shall be suitable for tower
mounting. The FODP for indoor installation shall meet or exceed ingress protection class
IP55 specifications.
Optical Fibre Connectors
Optical fibres shall be connectorized with FC-PC, LC or any other better connector decided in detailed Engineering. Fibre optic couplings supplied with FODPs shall be appropriate for the fibre connectors to be supported. There shall be no adapters.
Service Loops
For purposes of this specification, cable and fibre service loops are defined as slack (extra) cable and fibre provided for facilitating the installation, maintenance and repair of the optical fibre cable plant.
(a) Outdoor Cable Service Loops:
In-line splice enclosures installed outdoors & mounted on the towers shall be installed with sufficient fibre optic cable service loops such that the recommended minimum bend radius is maintained while allowing for installation or maintenance of the cable to
be performed in a controlled environment at ground level.
(b) Indoor Cable Service Loops:
FODPs shall provide at least three (3) metres of cable service loop. Service loops shall be neatly secured and stored, coiled such that the minimum recommended bend radius is maintained.
(c) Fibre Units Service Loops: For all fibre optic cable splicing, the cable shall be stripped back a sufficient length
97
length such that the fan-out of fibre units shall provide for at least one (1) meter of fibre unit service loop between the stripped cable and the bare fibre fan-out.
(d) Pigtail Service Loops:
Connectorized pigtails spliced to bare fibres shall provide at least 1 metre of service loop installed in the FODP fibre organizer and at least one (1) metre of service loop to the couplings neatly stored behind the FODP coupling panels.
(e) Fibre Service Loops:
At least 0.5 meter of bare fibre service loop shall be provided on each side of all fibre splices. The bare fibre service loops shall be neatly and safely installed inside covered splice trays.
Methodology for Installation and Termination
All optical fibre cable termination, installation, stringing and handling plans, guides
and procedures, and engineering analysis (e.g. tension, sag, vibration etc.) shall be submitted to the Employer for review and approval in the engineering/design phase of the project, prior to establishing the final cable lengths for manufacture. All installation practices shall be field proven and ISO accredited.
All cable segments shall include service loops as specified in this specification. The
maximum allowable stringing tension, maximum allowable torsional shear stress, crush strength and other physical parameters of the cable shall not be exceeded. The preventative measures to be taken shall be documented in detail and submitted to Employer in advance of installation.
Optical fibre attenuation shall be measured after installation and before splicing. Any
increase in attenuation or step discontinuity in attenuation shall not be acceptable and shall constitute a cable segment failure. In the event of cable damage, the complete section (tension location to tension location) shall be replaced as mid-span joints are not acceptable.
Any or all additional steel work or modifications required to attach the fibre cabling to
the overhead transmission/ distribution line towers shall also be carried out by the Bidder. The Bidder shall arrange all tools & accessories required for installation.
Inspection & testing requirements
The complete OPGW cable and its associated hardware & fittings shall be supplied
after inspection & testing as per provisions & requirements for which no extra charges shall be payable by RSDCL.
General All materials furnished and all work performed under this Contract shall be inspected and tested. Deliverables shall not be shipped until all required inspections and tests have been completed, and all deficiencies have been corrected to comply with this Specification and approved for shipment by the RSDCL.
Testing Requirements
Following are the requirements of testing for supply of OPGW Cable:
98
(1) Type Testing
(2) Factory Acceptance Testing
Type Testing
The Bidder shall submit the following complete type test reports for the offered item(s). These tests must have been conducted in a Govt./ Govt. approved/ Govt. recognized/ NABL approved laboratory within last 7 years as on the date of Technical bid opening.
Type Tests for Optical Fibres:
S. No. Name of test
1 Attenuation
2 Attenuation Variation with Wavelength
3 Attenuation at Water Peak
4 Temp. Cycling (Temp dependence of Attenuation)
5 Attenuation With Bending (Bend Performance)
6 Mode Field dia.
7 Chromatic Dispersion
8 Cladding Diameter
9 Point Discontinuities of attenuation
10 Core -Clad concentricity error
11 Fibre Tensile Proof Testing
Type tests for OPGW Cable
S. No. Name of test
1 Water Ingress Test
2 Seepage of filling compound
3 Short Circuit Test
4 Aeolian Vibration Test
5 Galloping test
6 Cable Bend Test
7 Sheave Test
8 Crush Test
9 Impact Test
10 Creep Test
11 Fibre Strain Test
12 Strain Margin Test
13 Stress strain Test
14 Cable Cut-off wavelength Test
15 Temperature Cycling Test
16 Corrosion (Salt Spray) Test
17 Tensile Performance Test
18 Fault Current/ lightning Test
19 DC Resistance Test
Type Test on OPGW Cable Fittings
The type tests to be conducted on the OPGW Cable fittings & accessories are listed below:
(A) Suspension Assembly: (a) Mechanical Strength Test
(b) Clamp Slip Strength Test
99
(B) Tension Assembly: Mechanical Strength Test.
(C) Slip Strength Test of Tension Clamp. (D) Grounding Clamp and Structure Mounting Clamp Fit Test.
(E) Structure Mounting Clamp Strength Test.
(F) Type Test on Vibration Damper:
(a) Dynamic Characteristic Test
(b) Vibration Damper Clamp Slip and Fatigue Tests
(c) Clamp Slip Test
(d) Fatigue Test
(G) Type Tests for In Line Splice Enclosures:
(a) Temperature Cycling Test
(b) Humid Heat test
(c) Rain Withstand Test
(d) Vibration Test
(e) Bending and Torsion test
(f) Tensile test
(g) Drop Test
(H) Type Tests for Fibre Optic Approach Cable:
S.No. Name of test
1 Water Ingress Test
2 Seepage of filling compound
3 Crush Test
4 Impact Test
5 Stress strain Test
6 Cable Cut-off wavelength Test
7 Temperature Cycling Test
Factory Acceptance Tests On Fibre Optic Cables:
The Factory acceptance tests shall be conducted on random sampling of fibre optic cable to be supplied under present requirement, prior to any shipment.
(A) On Fibre: Optical Acceptance Tests:
The Optical acceptance tests listed in table given below are applicable for the fibres of all
types of Fibre Optic Cables i.e. OPGW and approach cable as per the testing requirements set
forth in IEEE standard 1138 section 4.2.2.1 and section 5.2.2.1:
S. No. Name of test
1 Attenuation Coefficient
2 Point Discontinuities of attenuation
3 Attenuation at Water Peak
4 Chromatic Dispersion
5 Core – Clad Concentricity Error
6 Cladding diameter
7 Fibre Tensile Proof Testing
(B) Factory Acceptance Test On OPGW Cable:
The factory acceptance tests for OPGW cable specified below shall follow the requirements set
forth in section 4.1.2 and section 5.1.2 of IEEE standard 1138. The Factory Acceptance Test
shall be carried out on 10% of offered drums in each lot and the optical tests shall be carried
100
out in all fibres of the selected sample drums. The Rated Tensile Strength test shall be carried
out on one sample in each lot.
(C) Factory Acceptance Test on OPGW Fittings:
The factory acceptance tests for OPGW Fittings are specified in the Table below. The sampling
plan shall be as per IS 2486:
S. No. Name of test
(A) Suspension Assembly
1 UTS/Mechanical Strength of the assembly
2 Clamp Slip Test
3 Visual Material verification and dimensional checks as per
approved DRS/Drawings
4 Mechanical strength of each component Tension Assembly
(B) Tension assembly
1 Clamp Slip Strength test
2 Visual Material verification and dimensional checks as per approved
DRS/Drawings
3 Mechanical strength of each component
Vibration Damper
(C) Vibration Damper
1 Galvanizing test on damper, masses and messenger wires
2 Damper response (resonant frequencies)
3 Clamp Slip test
4 Strength of messenger wires
5 Mass pull off test
6 Visual Material verification and dimensional checks as per
approved DRS/Drawings
(D) Structure Mounting Clamp
1 Clamp fit test
2 Clamp Strength test
3 Visual Material verification and dimensional checks as per
approved DRS/Drawings
(D) Factory Acceptance Test on In Line Splice Enclosures:
The following factory acceptance test shall be carried out for In Line Splice Enclosures (Joint
box)/ FODP:
“Visual check Kit Quantities and Specific Component Number for each component of In Line
Splice Enclosure and dimensional checks against the approved drawings.”
(E) Factory Acceptance Test On Approach Cable:
S. No. Name of test
1 Attenuation Co-efficient at 1310 nm and 1550 nm
2 Point discontinuities of attenuation
3 Visual Material verification and dimensional checks
as per approved DRS/Drawings
4 Rated Tensile Strength
5 Lay Length Measurements
S. No. Name of test
1 Attenuation Coefficient (1310, 1550 and Water Peak)
2 Point discontinuities of attenuation
3 Chromatic Dispersion
101
(F) Factory Acceptance Tests on Test Equipment, pigtail & other: These shall be done as
per approved DRS/Documents.
Besides these factory acceptance tests, the following pre-installation & pre-commissioning tests
shall also be carried out on the items to be supplied under this contract:
(a) Fibre Optic Cable Pre-Installation Testing:
(b) Fibre Optic Cable Splicing Testing:
(c) Fibre Optic Cable Commissioning Testing:
Guaranteed Technical particulars (GTPs):
The contractor shall furnish the GTP of each item & accessories required to be supplied under
this contract for approval.
BoQ:
S. No. Item Description Unit Quantity
24 Fiber 48 Fiber 96 Fiber
A OPGW cable & Accessories:
1 (DWSM) OPGW fibre optic cable Km. 11 55.856 2.3
2 Installation Hardware set for 24 Fibre (DWSM) PGW Fibre Optic cabling including all cable
fittings & accessories:
a) Suspension assembly Sets 22 140 5
b) Double tension assembly (Pass through) Sets 21 75 5
c) Single Tension assembly Sets 8 4 2
d) Vibration dampers Nos. 72 430 22
e) Splice Box for OPGW-OPGW on Tower (for Line) 8 15 2
4 Visual Material verification and dimensional checks as per
approved drawings
S. No. Description
1 Physical Inspection of the cable assembly for damage
2 Optical fibre continuity and fibre attenuation with OTDR at 1550nm &
1310nm
3 Fibre optic cable length measurement using OTDR
S. No. Description
1 Per splice bi-directional average attenuation with OTDR
2 Physical inspection of splice box/enclosure for proper fibre routing
techniques
3 Physical inspection of sealing techniques, weatherproofing, etc.
S. No. Description
1 End to End (FODP to FODP) bi-directional average attenuation of each fibre at 1310 nm and 1550 nm by OTDR.
2 End to End (FODP to FODP) bi-directional average attenuation of each
fibre at fibre at 1310 nm and 1550 nm by Power meter
3 Bi-directional average splice loss by OTDR of each splice as well as for all
splices in the link (including at FODP also)
4 Proper termination and labelling of fibres & fibre optic cables at FODP as
per approved labelling plan
102
f) Splice Box for OPGW-OFAC on Tower (for PSS) Nos. 6 0 1
g) Down lead Clamp for OPGW on Tower Nos. ------------460--------------
h) Holder Breaket for OPGW on Tower Nos. --------------28-------------
i) OFAC from Tower to Control Room Mtr. 1200 0 400
j) DUCT pipe for OFAC- Tower to Control Room Mtr. 1200 0 400
k) Earthing clamps Lot ---------------L/S------------
l) Fiber Optic distribution Panel, 96 pair for
termination of OFAC at PSS control room
Nos. 6
m) Splice box for OPGW one incommimg (96 fibre)
& two out going (48 fibre) for MCKT
Nos. 0 ---------2--------
n) Splice box for OPGW one incommimg (48 fibre)
& two out going (24 fibre) for LILO point
Nos. ----------2------- 0
Note Hardware sets shall be supplied as per approved drawing during detailed engineering. 14.0 GALVANISED STEEL STRANDED WIRE OF SIZE 7/3.15mm:
The galvanized steel stranded wire shall comply in all respects with the latest edition of
Indian Standard Specification IS:12776/1989 & associated Indian Standard Specifications as mentioned therein all respects except mentioned therein otherwise.
(a) MATERIAL:
The material offered shall be of best quality and workmanship. The steel wires shall be
drawn from carbon steel wire rods produced by either the acid or the basic open hearth process, the electric furnace process or the basic oxygen process and shall have the
following chemical compositions:
Element Percentage composition
Carbon. 0.55 Max.
Manqanese 0.4 to 1.0
Phosphorou 0.05 Max.
Sulphur. 0.05 Max.
Silicon 0.15 to 0.35
The Zinc coating shall conform to requirement of heavily coated wires as laid down in
IS:4826/1979 "Hot dipped Galvanized Coating on Round Steel Wires". The individual wires
after galvanising shall be smooth, free of inequalities, spills or splits before stranding.
(b) SIZE AND CONSTRUCTION:
The construction and lay ratio of GSS wire size 7/3.15 Sq.mm shall be as per IS:12776 /1989. The supplier shall, however, give necessary details in respective schedule.
(c) SAG AND TENSION CHARTS:
The successful tenderer shall be required to submit four copies of stringing charts for GSS
wire showing initial and final sags and tensions for various temperatures and spans. One set of chart should be in ink drawn on tracing cloth.
(d) GUARANTEED TECHNICAL PARTICULARS:
Full guaranteed particulars should be given in the tender as called for in Appendix-IV.
103
15.0 11KV DISC INSULATORS BALL & SOCKET TYPE/PORCELAIN LONGROD
INSULATORS:
The disc insulator and hardware shall comply in all respects with the Indian Standard
Specifications IS:731/1971(Second Revision), IS:3188/1980, IS:2486 (Part.I/1971 (First
Revision), IS:2486 (Part-II/1989 (First Revision) & IS:2486 (Part.III/1974), IS:2486 (Part-
IV/1981) with latest amendments. The galvanization of metallic parts shall conform to IS:2633/ 1972. The insulator string shall consist of discs (B&S type) of dimensions specified
in Appendix-I (A, B & C) for use on 3 phase, 50 cycles power system, long rod insulator
shall comply in all respect with IEC:433/1980 & IEC:575/1977 (with latest amendments).
(a) TESTING:
Sampling inspection, testing and acceptance of insulators/Porcelain long rod insulators
shall be in accordance with the latest revision of IS:731/1971 & IEC-383 (Pt-I), while that
of hardware associated with these discs shall be as per IS:2486 (Pt.I)/1993 (second revision)
IS:2486(Pt.II)/1989 (second revision), IS:2486 (Pt.III)/1974 & IS:3188-1980 with latest
amendments. Sampling inspection, testing and acceptance of Porcelain longrod insulators shall be in accordance with the latest edition of IEC:433/1980 & IEC: 575/1977.
(b) DRAWINGS:
The bidder shall submit detailed drawings along with type test reports not older than 7
years as on date of technical bid opening, showing design and dimensions along with full particulars of the conductor clamps, the type of the material used for various parts shall be
clearly specified on the drawing for approval if not approved already before offering the
material for inspection.
The list of tender drawings to be submitted is as follows:
(i) Dimensioned assembly drawings of the complete strings with all fittings.
(ii) Dimensioned drawings for discs.
(c) GUARANTEED TECHNICAL PARTICULARS:
The number of discs used on suspension strings and the electro mechanical strength have
been given in Appendix-I (A, B & C). Full guaranteed particulars including dry & wet
flashovers, puncture and impulse voltages, corona formation voltages, creepage distances,
length of strings, voltage distribution on strings etc. should be given in the tender as called
for in Appendix-IV.
16.0 INSULATOR HARDWARES AND ACCESSORIES FOR AL-59 CONDUCTOR (Moose
equivalent) SIZE 61/3.50 mm and ACSR 'PANTHER, SIZE A1 30/3.00mm & steel
7/3mm and for ground wire size 7/3.15mm:
The hardware fittings shall comply in all respect with the Indian Standard Specification IS:2486 (Part-I, II, III & IV) with latest amendments. All nuts shall be made of material
conforming to property clause 4.8 of IS:1367/1967 (first/revision) with regard to its
mechanical properties, cotter pins shall be made of forged steel conforming to clause 2 of
IS:2004/1970 (first revision). All ferrous parts shall be hot dip galvanized conforming to
IS:2633/1972. Electro galvanized ferrous fittings shall be checked in accordance with
IS:1573/1970 (first revision). The hardware fittings are required to be used with disc insulators string units containing insulators of type-B as classified under clause 3
"CLASSIFICATION" of IS:731/1971 and ACSR 'PANTHER' Conductor specified in IS:398
Part-II/1976. The conductor and ground wire accessories shall comply in all respect with
IS:2121/1962, IS:2121 (Pt.I & II)/1991 (with latest amendments). Vibration dampers shall
comply in all respect with IS:9708/1980(with latest amendments).
104
17.0 HARDWARE:
The insulator string hardware fittings shall be supplied complete in all respects and shall
include all fittings necessary for composing the insulator strings. It shall also include
Shackles (U-clevis) or back for attaching it to the strain plate or hangers supplied with
towers.
Conductor suspension or strain clamps suitable for the conductor specified for attaching the
conductor to the strings including suitable liners.
Suitable fittings of the ball and socket type of inter connecting individual units, top and
bottom clamps.
In case of double suspensions & double tension strings, hardware shall also include suitable yoke attachment.
18.0 STRING INSULATORS FITTINGS:
The material for string insulator fittings (except those specified otherwise) shall be either drop forged steel or heat treated malleable cast iron and shall be hot dip galvanized. All nuts
shall be made of material conforming to property as per clause 4.8 of IS:1367 (first revision)
with regard to its mechanical properties. Cotter pins shall be made of forged steel
conforming to clause No. 2 of IS:2004/1970 (first revision) with latest amendments.
The security pins shall made of stainless steel of type AISI 302m or 304 or phosphor bronze conforming to IS: 7814.
19.0 SUSPENSION CLAMPS:
The suspension clamps offered shall be made of high strength aluminium alloy and shall be
suitable for use with conductor. When wrapped with Anti-vibration device like preformed
armour rods. The composition of the alloy shall be declared by the bidder giving reference to
the relevant ISS. The design of clamps shall be such that the effects of vibration on both the
conductor and fitting itself are minimized.
20.0 TENSION CLAMPS:
The tension clamps shall be made of high strength aluminium alloy of compression type,
suitable for conductor indicated in Appendix-IV. The mechanical efficiency of tension clamps
shall not be affected by method of erection involving income alongwith or similar clamp during or after assembly and erection of tension clamps itself. The strain clamp shall have
the same conductivity as of the conductor and shall be of a design that will ensure un-
restricted flow of current.
21.0 ACCESSORIES FOR CONDUCTOR:
(a) MID SPAN COMPRESSION JOINT FOR POWER CONDUCTORS:
This should conform the requirement of IS:2121 (Part-II)/1981 compression type joints
shall be offered suitable for respective conductor (Appendix-IV for Panther).
(b) ARMOUR RODS FOR POWER CONDUCTORS:
The armour rods may be performed type and shall be fabricated from aluminium or an
aluminium alloy, selected and processed to provide the most effective stress relieving
characteristics. In case of aluminium armour rods, the aluminium contents of the
material from which the armour rods are manufactured, shall not be less than 99%.
105
(c) REPAIR SLEEVES FOR POWER CONDUCTORS:
The repair sleeves shall be of the compression type and made of aluminium or suitable
aluminium alloy having the same conductivity as that of the conductor, with which they
are to be used. Normally, repair sleeves are designed to make a good conductor of which
not more than one sixth of the strand in the outermost layer have been served.
Repair sleeves shall be designed for installation without passing over and end of the
conductor, if separate swage die, other than those required for making compression
joints are needed for installing the repair sleeve, these must be separately indicated and
prices entered in schedule.
(d) VIBRATION DAMPERS FOR POWER CONDUCTORS & EARTH WIRE:
The vibration dampers shall be of 4R Type conforming to IS:9708/1980 (with latest
amendments) and suitable for use with AL-59 (Moose equivalent) & Panther conductors
and 7/3.15mm size earth wire.
(e) GROUND WIRE ACCESSORIES:
7/3.15mm stranded galvanized steel wire of 1100 N/Sq.mm quality shall be used as
ground wire for 132kV transmission lines on towers. The 7/3.15mm stranded
galvanized steel wire shall have ultimate strength of 5505 Kgs.
(f) MID SPAN COMPRESSION JOINTS FOR GROUND WIRE:
Mid span compression type joints shall be offered by the bidder. The bidder shall
conform that the joints offered have strength not less than 95% of that of ground wire.
(g) SUSPENSION AND TENSION ASSEMBLY FOR GROUND WIRE:
At all suspension locations, the ground wire shall be suspended by an arrangement
comprising of suspension clamp and shackles which shall permit free owing of the
ground wire. On strain towers, tension clamps will be provided at the top of the tower.
The suspension assembly shall have a slip strength not exceeding to 25% of the
breaking load of the ground wire. However, it should not slip at a load of 18% of the
breaking load of the ground wire.
The slip strength of tension clamp assembly shall not be less than 95% of the ultimate
strength of the ground wire. The tension assembly shall have breaking strength not less than that of ground wire.
(h) COPPER EARTH BOND:
At each suspension & tension location, the ground wire shall be connected to the tower leg by a suitable flexible copper earth bond (preferably 64.5 sq.mm size) about 457.2mm
in length rose contney washers or soldered lugs will be provided at each end of the
copper bond. The washers at one end will be suitable for bolting to the tower leg with
16mm dia bolt and nut, while at the other end, it will be suitable for the extended bolt
provided with the parallel groove suspension clamps. The copper earth bond shall
be included with the suspension and strain assembly.
(i) REPAIR SLEEVE FOR GROUND WIRE:
These should be designed to make good ground wire of which not more than 1/6th of
the stands in the outer layer have been severed.
These shall be of compression type. The breaking load test on repair sleeve suitable for
ground wire 7/3.15mm shall be carried out in the manner as the breaking load test on
106
conductor repair sleeves of IS:2121, better standard except for the fact that the
conductor shall be replaced by ground wire.
The repair sleeves for ground wire shall also be subjected to galvanizing test as per
is:2633/1972.
(j) TESTS:
Power conductors & Ground wire accessories as detailed above shall be subjected to
all the tests as prescribed in the relevant clause of IS:2121/1962 (with latest
amendments) and IS:2121 (Part-II)/1981.
The bidder shall furnish type test certificates, not older than 7 years as on date of
Technical bid opening, for each above items as per relevant clauses and IS.
(k) DRAWINGS:
The bidder shall furnish the detailed drawings showing design and dimensions of all
accessories & hardwares and including their various parts alongwith type test reports,
not older than 7 years as on date of Technical bid opening for approval, if not approved
already before offering the material for inspection.
(l) GUARANTEED TECHNICAL PARTICULARS:
The number of discs used on suspension & tension strings, electro-mechanical
strength, Technical particulars of matching insulators and that of conductor &
earthwire are given in Appendix-I. The guaranteed particulars of hardware fittings shall
be furnished by the bidder as called for in Appendix-IV.
22.0 DANGER PLATE, PHASE PLATE, NUMBER PLATE & CIRCUIT PLATE:
(a) The relevant ISS to which this material shall conform are indicated as below:
(i) IS:2551/1982 (latest) for general checking. (ii) IS:5/1978(latest) for colourful ready mixed paints and enamels.
(iii) (1) IS:3972(Pt.2/Sec.I)/1985 for resistance to citric acid at room temperature & boiling
temperature.
(2) IS:3972 (Pt.22/Sec.2)/1985 for low & high voltage tests for detecting and locating
devices. (3) IS:3972 (Pt.1/Sec.I)/1982 for production of specie man testing.
(b) DIMENSIONS:
S.
No.
Item Minimum
thickness of
MS/SMC
Plate in mm
Other Dimension (As per
drawing enclosed)
Standard
Length in mm Width in
mm
1 220kV Danger
Plate
1.6 380 320 IS:2551/1982
(latest amended)
2 132kV Danger
Plate
1.6 380 320 IS:2551/1982
(latest amended)
3 Phase Plate 1.6 87.5
(37.5R+30+20R)
75 (Dia) IS:5613/1985
(Pt.2/Sec.I)
4 Number Plate 1.6 200 150 IS:5613/1985 (Pt.2/Sec.I)
107
(c) GUARANTEED TECHNICAL PARTICULARS:
The GTP of Danger plate, Phase plate, Number plate & Circuit plate shall be furnished
by the bidder as called for in Appendix-IV.
108
RAJASTHAN SOLAR PARK DEVELOPMENT COMPANY LIMITED
SECTION-III (B)
(FOR ERECTION PART)
TECHNICAL SPECIFICATION
FOR
CONSTRUCTION OF FOLLOWING TRANSMISSION LINES
Lot-1: This consists of following lines:
(i) 220 kV D/C line from Park Pooling Station-1 to PGCIL 765 kV GSS, Bhadla-II: 28.85 Kms.
(ii) 220 kV D/C line from Park Pooling Station -4 to PGCIL 765 kV GSS, Bhadla-II: 31.60 Kms. (iii) 220 kV D/C line from Park Pooling Station -1 to Park Pooling Station - 2: 6.49 Kms.
(iv) 220 kV D/C line from Park Pooling Station -3 to Park Pooling Station - 4: 1.87 Kms.
(v) 220 kV S/C line from Park Pooling Station -2 to Park Pooling Station - 3: 2.64 Kms.
Lot-2: This consists of following work & line:
(i) Dismantling of existing 132kV S/C Tr. line (on 132kV D/C Towers) of Godawari Plant at Nokh- 3.10 Kms.
(ii) Construction of new 132kV S/C Tr. line (on 132kV D/C Towers) for Godawari Plant at Nokh-
4.40 Kms.
TURNKEY PROJECT
UNDER SPECIFICATION No. RSDCL/D(T)/LINE/SP/PH-II/TK/TN No. (02/2019-20)
109
SECTION-III (B)
1.0 ERECTION AND COMMISSIONING:
1.1 SCOPE:
The erection of lines covered under this section shall consist of following:
(i) Original and check survey including preparation of profiles.
(ii) Supply of tower and line materials and transporting to Contractors Stores and kept
in safe custody.
(iii) To take suitable Storage cum erection insurance.
(iv) Distribution of all materials to erection site. (v) Stub setting.
(vi) Tower erection.
(vii) Stringing of AL-59 (Moose equivalent) & Panther Conductors, OPGW & 7/3.15mm
Earth wire including stringing of conductor, earthwire & OPGW from sub-station
gantry to terminal tower at both ends of Transmission lines. (viii) Testing, commissioning & guarantee of all the activities carried out from (i) to (vii)
above. The erection work shall be carried out as per technical details of this
specification.
Note: The work of dismantling of 3.10 Kms. 132kV Tr. line shall also be done by the
contractor as per this specification after completion of work of 4.40 Kms. 132kV new Tr. line. There may some variation in the type of towers of 132kV Tr. line under
dismantling, mentioned in this tender document.
1.2 The contractor shall carry out all addition/alteration required to complete the lines for
commissioning at the same rates as indicated in schedule.
1.3 The steel required for reinforcement of foundation work shall be arranged by the contractor.
2.0 WAY LEAVE, TREE CUTTING AND OTHER OBSTRUTIONS:
2.1 RSDCL will arrange for right of way and clearance for other obstructions, if any. However, trees/crop cutting and corridor clearance as per IS-5613, Part-II will be done by the
contractor at his own cost. Compensation for tree/crop, if any shall be borne by RSDCL.
Proposals for "Right of way" & clearance for other obstructions will have to be prepared
and submitted by the contractor well in time. It will also be necessary on the part of
contractor to instruct his labour and staff to use minimum area while doing the work
where there are standing crops. No person of the Contractor should pick any item from standing crops. The Contractor should take all possible steps to avoid or minimise damage
to standing crops, etc.
2.2 The Contractor should immediately notify any obstructions or hindrance from local
villagers or the local authorities in the execution of the work, to the concerned Engineer/ in-charge but should not deal directly in the matter. The Engineer/ in-charge will arrange
to remove the obstacles as soon as possible.
2.3 For the clearance, permissions, removal of obstructions in way leave etc., the contractor
shall not remain contended by simply informing RSDCL but shall invariably assist and
arrange for personal follow up to overcome the difficulties in the interest of progress of the work.
2.4 ACCESS TO LOCATIONS:
It will be the contractor‟s sole responsibility to take the material upto the location. Any path way, temporary road, temporary bridge required will have to be provided by the Contractor
at his cost. If, for any reason, the above is not possible, the Contractor at his own cost shall
have to arrange transportation by head loads. The Contractor will be deemed to be very well
110
familiar with the route of the Transmission lines before giving the offer. Notwithstanding the
difficulties of terrain, location approaches, way leave and other obstructions, the price quoted for all the items of erection in the Schedule-II (B-1) & Schedule-II (B-2) shall not
undergo any change at any stage of work (including the time limit extension).
2.5 DISTRIBUTION OF MATERIALS:
2.5.1 The contractor has to take delivery of towers & other materials directly from the carriers
and keep them in safe custody and transport to the respective tower erection site and will
be responsible for any damage to or loss of all materials at any stage during
transportation or erection.
2.5.2 The Contractor shall take storage cum erection insurance cover for the entire project at his own cost as per Clause No. 8 of Section-II of this specification.
2.5.3 The Contractor shall submit the complete material account immediately after the work is
completed and in any case not later than 3 months of completion and handing over of the
lines.
2.5.4 So far as the accounting of unused/ surplus tower is concerned, the same shall be done
on the basis of completed tower only and not on per MT basis. For shortage of any part of
tower (as per Bill of material), Nuts-bolt and accessories to complete the tower, recovery
of complete full tower shall be made from the Contractor's bill. At the final accounting the
cost of unused material remained with the contractor shall be deducted from the final bill.
3.0 TESTING AND COMMISSIONING:
After completion of the work, as mentioned in clause No. 1.0 (Scope), the Contractor will
ensure that all works connected with the lines have been completed correctly as per Indian Electricity Rules and Procedure. Any extra cost involved due to incompleteness of work or
bad workmanship found but subsequently, shall be set right forthwith by the Contractor at
his cost. The contractor shall arrange to hand over the complete lines.
3.1 ELECTRICITY RULES:
All works shall be carried out in accordance with the revised and latest provisions under
Indian Electricity Act and Rules made there under. This shall also be governed by clause No.
42.0 of GCC (Section-II) of this specification.
3.2 ERECTION TOOLS:
All the erection tools required during construction of lines shall be arranged by the
contractor at his own cost. Adjustable stub templates will also be supplied by Contractor.
4.0 PROGRESS REPORT:
Fortnightly progress reports shall be regularly submitted to the Director (Tech.), RSDCL with
a copy to site Engineer/ Incharge of works. In this connection, please also refer Appendix-VI
`C' of this specification.
5.0 QUANTITY OF WORK:
The quantities of various items of erection indicated in Schedule-II (B-1 & B-2) of Section-
IV, Cover 3 are tentative. Final quantities shall be determined after completion of detailed
route survey. The contractor has to carry out the work according to quantities as
determined so as to complete the line for commissioning for which the rates quoted in the tender shall be valid. The payment shall be made only for quantities indicated in the final
bill of material approved by the purchaser, after completion of the final route survey.
111
6.0 CEMENT & R.C.C. STEEL:
6.1 The cement & RCC steel required tower for foundations shall be procured by the contractor
at his own cost. The contractor shall use the following makes of cement or any other
equivalent make as approved by the Director (technical) RSDCL, Jaipur:
(a) VIKRAM (b) BINANI
(c) BIRLA UTTAM
(d) SHREE CEMENT
(e) J.K. CEMENT
(f) Ultra Tech
(g) Ambuja Cement
The quality of cement shall be as per IS 8112:1989 (43 Grade ordinary portland cement
specification).
6.2 The supply of steel is in scope of bidder & the same shall be procured from the main producers i.e. SAIL, TISCO or Rastriya Ispat Nigam or enrollers approved by main
producers. The steel shall be got tested at the site on sample basis for specified acceptance
tests, as specified in this FQP at a reputed third party/ Govt. lab approved by RSDCL. No
price variation shall be applicable on reinforcement steel to be procured by the Contractor.
6.3 RSDCL reserves the right to test the quality of steel & cement procured by the Contractor and intended to be used for the tower foundation works.
7.0 IMPORTANT:
7.1 The bidder should quote these rates strictly in accordance with commercial terms and
conditions for erection of towers and other terms & conditions of this tender specification and they should not quote their own terms & conditions. The bids not falling inline with
RSDCL's terms & conditions quoted in this tender are liable to be summarily rejected.
7.2 In case of any doubt or interpretation of the terms and conditions, the decision of the
Director (Tech.) RSDCL, Jaipur will be final and binding to the bidders and no dispute in this regard will be entertained.
7.3 The bidders should specifically note that the offer containing:
(a) Different rates for the same items i.e. rates quoted in two slabs,
(b) Deviations/addition/alterations/commissions in biding schedules & (c) Deviations and contradictions to terms and conditions specified in this tender are
liable to be summarily rejected.
8.0 SPECIAL INSTRUCTIONS:
8.1 Offer containing split up rates for any item of Schedule-II (B-1) & (B-2), Section-IV and
Cover-3 will be out rightly rejected.
8.2 Offer quoted with variable price will not be considered.
8.3 The bidders shall specifically note that the RSDCL will not pay any extra amount towards any type of claim except for the description indicated in erection schedule.
8.4 Quantities given in the Schedule-II (B-1) & (B-2) are tentative and may vary according to
requirement of the lines to be erected. For the items for which quantities are not indicated
in Schedule-II (B-1) & (B-2) shall be paid at the rates indicated in Schedule-III. Contractor has to execute the work as per requirement of lines.
112
9.1 OTHERS:
9.1.1 The Contractor shall be fully responsible for completing all the above works till they are
taken over by RSDCL.
9.1.2 The methods of erection are not dealt with in details but are left to the Contractor who
shall exercise his own judgment with regard to actual handling of materials and in
deciding upon the best methods to be adopted in the erection of towers, conductors and other materials.
10.0 SURVEY & ALIGNMENT:
10.1 It is presumed that the bidders have acquainted themselves with the route before
submitting their offer.
10.2 The Contractor shall make a check survey of the line route and submit profile and plan
drawings showing each and every proposed structure position, length of spans in Meters,
clearances & type of structures required. These survey maps shall be prepared to the
scale of 20 Meters = 1 Cm, horizontal and 2 Meters = 1 Cm. vertical. Deviation point angles should be marked in degrees with Right Left as the case may be. All Kachcha path
and metal roads, trees, structures, Buildings, Canals, wells, river, railway lines, P&T
lines, power line crossings, ponds and other obstructions etc. within 50 meters on either
side of line route should be clearly indicate. These maps should also indicate the profile
and level of the proposed route & show the location of the towers with a ground clearance
diagram.
10.3 Before commencing the check-survey, the Contractor will get from the Engineer-in-charge
of the works all the data that have been collected for the proposed routes of the
Transmission line, which will be marked on blue prints or topographical sheets. While
marking the detailed survey, if any better route is found free of roads, telegraph lines,
power lines, river and canal crossings, etc. or due to other considerations such as avoiding tanks or reservoirs, etc., the contractor should survey the alternative route at no
extra cost. Final approval to the route will be accorded by the Director (Tech.) RSDCL,
Jaipur.
The contractor shall carry out all the erection works in accordance with tower spotting data, structural & foundation drawings, provided by the RSDCL.
10.4 On completion of the final survey, the Contractor should submit one tracing and three
blue prints copies of final survey to the Director (Tech.) RSDCL, Jaipur, before
commencement of digging of pits. When the route and profiles are finally approved, no
alternative shall be allowed without written consent of Director (Tech) RSDCL, Jaipur and the line shall be constructed exactly according to the approved survey. If any subsequent
alternation is found necessary, the Contractor shall have to submit full details of such an
alteration with justification and obtain approval of the Director (Tech.) RSDCL, Jaipur,
before carrying out the work. The contractor will be responsible for any inaccuracies that
may arise when finally locating the towers at site and should rectify such inaccuracies at his own cost.
11.0 STUB SETTING AND FOUNDATIONS:
11.1 The contractor shall be fully responsible for correct setting of stubs in accordance with
approved methods at the exact locations and alignments and in precisely correct level. Stub setting templates shall be fabricated by the contractor and same should be used for
proper setting of stubs. The contractor will be responsible for constructing the
foundations in accordance with the approved design of each type of foundation.
11.2 The foundation work including stone revetment, concrete or earth filling above ground level wherever necessary and stacking and tamping on the site of all surplus excavated
soil. Surplus stone should be stacked within the tower base.
113
11.3 The payment for excavation will be limited to the volumes as per approved excavation
drawings even though the contractor may excavate more for the sake of his own convenience. If the excavated depth is more than the depth shown in the approved
drawings, the additional depth should be filled in with lean concrete (1:4:8) at
contractor‟s cost in respect of materials, labours etc.
11.4 CLASSIFICATION OF SOIL:
11.4.1 Normal Dry Soil:
The soil readily removable with ordinary spades, pick axe and shovels viz. murram/
sandy etc. and to be used for location in normal dry cohesive or non-cohesive soils of any
colour.
11.4.2 Hard soil/ Hard Murom/Dense soil:
Generally any soil which requires the close application of picks or jumpers or scrifiers to
loosen, such as stiff clay, gravel and cobble stone.
11.4.3 Soft rock:
Where decomposed or fissured rock, hard gravel, kankar lime stone, laterite or any other
soil of similar nature is met, undercut type foundation is to be used for soft rock
locations. The ultimate safe bearing capacity of soil should be 45000kg/m2.
11.4.4 Hard rock:
Where cheaseling, drilling, blasting is required and the ultimate safe bearing capacity of
soil should be 65600kg/m2
11.4.5 Wet:
(i) Where subsoil water is met at 1.5m, or more below ground level.
(ii) Which are in surface water for long period with water penetration not exceeding one
meter below the ground level e.g. the paddy fields.
11.4.6 Fully submerged soil:
Where sub-soil water table is met at less than 0.75 meter below ground level and up to
complete depth of foundation.
11.4.7 Partially submerged soil:
Where the sub-soil water table is met between 0.75M to 1.5M below ground level, the top
portion of the strata being normal dry soil.
11.4.8 Composite Soils:
Guidelines for adopting various types of foundation in composite soils are as under:
(a) On the locations where composite soils are likely to be encountered, excavation shall
be done very carefully.
(b) The width of the normal soil excavation should be maintained till the layers of soil
mentioned under normal soil classification are encountered.
If the layers of soil other than classified under normal soil are encountered,
excavation width shall be restricted to minimum till normal soil foundation depth is reached.
114
(c) If the layers of soil other than classified under normal soil are encountered,
excavation width shall be restricted to minimum till normal soil foundation depth is reached. After the excavation of all the four pits for the tower as indicated, the
Engineer/Incharge of the work or Engineer nominated by the Director (Tech) RSDCL,
Jaipur shall decide the type of composited soil foundation to be adopted for the
particular location. For this purpose, contractor shall offer at least 8 to 10 locations
at a time.
12.0 PROTECTION OF TOWER FOOTING:
(i) Special measures are required for protection of tower footings located close to or in
nallahs, river stream beds etc. and subject to approval by the Engineer. The work
includes all necessary stone revetment, concreting, earth filling above ground level, providing suitable revetment or galvanized wire netting and meshing packed with
boulders. The contractor shall furnish recommendations for providing protection at such
locations. The bidders are required to furnish unit rates for such protective works in the
price schedules. The unit rates shall be applicable with actual quantities of revetment
and extra excavation work done if any.
(ii) On ordinary flat ground, the stubs shall be set with their tops above ground level as per
design and given a coping but not marking up of plinths shall be required. Where the
ground surface is irregular, the foundation shall be finished off in a substantial and
permanent way forming a plinth by soil cutting, building a suitable stone revetment or
in case of rock foundations by building up with however, be done after backfilling free of cost.
The bidders are requested to quote unit rates for backfilling with borrowed earth also.
13.0 GENERAL ON EXCAVATION:
13.1 The rates for submerged soil are applicable to all locations, which will be classified as
submerged including partially, or fully submerged locations by actual condition. If for the
above case, the soil required shoring, shuttering and/or dewatering etc, these will be
carried out at no extra cost to the RSDCL.
13.2 The volumes of excavation to be paid for chimney and pyramid type foundation will be
the volume as per foundation drawings inclusive of 150 mm on all side to allow the
workers to work in-side the pit.
13.3 The volumes of excavation for submerged foundation will be paid on the basis of volumes
actually excavated or worked out from the approved drawings whichever is lower.
13.4 Whenever the necessity arises for leveling of soil, building revetment for dry stone or
random stone revetment or concrete revetment or brick masonry with cement, these
works shall be paid to contractor at the revetment rates.
13.5 In addition to all above, whenever shuttering or shoring is necessary, the same will be
done at no extra cost to the RSDCL.
13.6 If for shallow foundation, the stub is required to cut, proper record shall be maintained for such locations in terms of cut lengths. The cutting of stub shall be arranged by the
contractor at no extra cost to RSDCL.
14.0 CONCRETE:
14.1 The cement required shall be arranged by the contractor from approved vendors. The quantity of cement shall be worked out based on the finally approved foundation
drawings and subject to the maximum as per the guaranteed volumes.
14.2 The cement consumption for different types of concrete shall be considered as follows:
115
1:2:4 mix. - 6.5 bags per Cu. Meter. If any layer of lean concrete is required to be used as
per approved design, the consumption of cement shall not exceed:
For 1:2:4 mix. - 6.5 Bags per Cu. meter.
For 1:3:6 mix. - 4.5 Bags per Cu. meter.
For 1:4:8 mix. - 3.5 Bags per Cu. meter.
14.3 The sand shall be of the best quality containing hard silicious materials, clean and of
sharp angular grit type and fee from earth or organic metal or salts and to the
satisfaction of the Engineer-in-Charge. No salty or brackish water shall be used for
concreting.
14.4 The course aggregate shall be of the best quality to the satisfaction of the Engineer-in-
charge and broken to maximum size of 20mm for concrete section. It should also be fee
from grit and dirt.
14.5 The mixture of concrete to be used shall be such as to produce a sound, compact and water proof concrete and shall not be weaker than 1:2:4 ratio with 20mm stone metal for
chimney and 20mm or 40 mm for pyramid. Unit rates may be quoted for concrete of
1:3:6 and 1:4:8 ratio. The concrete shall be machine mixed only & shall be as stiff as the
requirements of placing the concrete in the form of moulds with case and degree to which
concrete resist segregation will permit. Hence, the quantity of water used should not be
too much.
14.6 The dimensional drawing of form boxes shall be got approved from RSDCL. Proper form
or moulds adequately braced to retain proper shape while concreting should be used for
chimney or pyramid and slab portions. Form-boxes should be water tight so as not be
allow cement cream to come out leaving only sand and gully to form honey combs in concrete. Form boxes should be made out of M.S. Sheet having adequate thickness for
handling and should be cleaned and oiled before using for concreting.
14.7 All wet locations must be kept completely dewatered both during the placing of concrete
and for 24hrs. after completion. There should be no disturbance of concrete by water
during this period. All arrangement for dewatering shall be done by the contractor as included in the scope of erection.
14.8 Form boxes should not be removed before 24 hrs. after concreting. Concrete surfaces
where require, should be set right with rich cement and mortar immediately after removal
of the forms.
14.9 After 24 hours of pouring, the concrete should be cured by keeping it continuously wet
for 14 days. After 48 hours of pouring, the pit may be back filled with excavated selected
earth (which is free from grass, dung, wooden waste, postures & fodder woods, shrubs,
thorn etc.) sprinkled with necessary amount of water and well compressed &
consolidated in layers not exceeding 150mm. Thereafter, the exposed top and the fill shall be kept wet for the remainder of the prescribed curing. Extra ordinary care should be
taken during back-filling. The Contractor and COMAPANY's Engineer at site shall ensure
that back-filling is done in the manner referred to above. So that back-filled earth
becomes homogenous with surrounding parent soil with the passage of the time.
14.10 The Engineers of the contracting parties shall record the day/date of back-filling and
jointly sign in the register for its correctness.
14.11 Adequate quantity of form boxes for all types for chimney and pyramids shall be prepared
by the contractor as per approved foundation design, drawing at his cost.
14.12 Payments for the quantity of excavation and concreting for each type of tower shall be
made on pro-rata basis of actual work done subject to the maximum of guaranteed
volumes as per the approved drawings to be furnished by RSDCL.
116
14.13 The cement & reinforcement steel shall be procured by the Contractor. No price variation
shall be allowed on cement & steel so supplied.
15.0 ERECTION OF TOWERS:
15.1 Standard tangent towers with reduced spans shall normally be used for all important
road crossings.
15.2 On railway crossings 15 Deg., 30 Deg towers shall be used on either side depending on
the merits of each case with double insulator strings.
15.3 The Super-structure of towers should be erected on foundation after 14 days of
concreting. However, the method adopted for erection of tower is left to the discretion of the contractor subject to the condition that he takes responsibility for any damage to
materials. No tower member should get strained or bent during erection. The towers
must be truly vertical after erection and no straining would be allowed to bring it in
alignment. Maximum tolerance in verticality that will be permitted is one mm per 360mm
of tower height. All bolts and nuts shall be made fully tight and finally the bolt threads shall be centre punched to avoid nuts becoming loose. The bolt head shall be on outside
faces & nuts & washers on inside faces of the tower.
Punching of bolts shall be made by chamfering the threads with centre punch at least at
three places equally spaced on contact surface of bolts and nuts.
15.4 Tower erection shall include erection of all accessories like danger plate, number plate,
phase plate, C.I. plate, Anti-climbing devices and fittings including attachments for step
bolts, ladders, plate forms, `U' bolts, D-shackles, hangers strain plate etc. and punching
of bolts and nuts so that towers are complete in all respects.
15.5 Rates offered for erection of tower super-structure and footings shall be irrespective of final weights of towers.
15.6 Suitable tower extension shall be erected to get desired ground clearance whenever
required which have been determined at the time of final survey.
15.7 To avoid pilferage of bolts and nuts and tower members, the bolts of the two bottom
panels (say up to 10 meters) shall be tack welded up to bottom cross arm/beam level at
three places on the nuts diametrically. The zinc rich paint shall be applied immediately
following the tack welding at no extra cost i.e. the rate of erection of tower/ extension
shall include the charges for the above works.
16.0 GROUNDING:
16.1 It is necessary that in no case tower footing resistance should be more than 10 ohms
during dry weather.
16.2 PIPE TYPE EARTHINGS:
16.2.1 At locations where footing resistance does not exceeds 10 ohms, the pipe type earthing
as per method shown under Drawing (enclosed) would be followed. The contractor will
have to supply all materials required for grounding including salt, fine broken coke/
charcoal. The earthing is to be done by using augur & making a bore hole for insertion of pipe away from the tower leg excavation line.
16.2.2 If it is observed that the earthing arrangement is done within leg excavation pit, the
proportionate deductions will be made from the bills.
117
16.3 COUNTERPOISE EARTHING:
In places of high resistivity soil conditions, counterpoise earthing shall be adopted as
shown under drawing (enclosed) to bring down the tower footing resistance below 10
ohms. The counterpoise earthing shall be buried 500mm below ground level and for this
purpose, some space should be left out in chimney coping portion at the time of stub-
setting. Coping should be completed after installation of counterpoise earthing. In case of rocky terrain, the C.P. earthing has to be embedded at a depth of 100 mm.
16.4 The galvanized stranded wire shall be of the size 7/3.15 mm.
16.5 The record of footing resistances shall be maintained in consultation with Engineer-in-
charge before and after providing of suitable earthing.
16.6 INSULATOR HOISTING:
Suspension insulator strings shall be used on all tangent type towers with deviation upto
2 deg and tension insulator strings on all small, medium, large angle and dead end type towers on all lines.
Technical particulars of conductors, OPGW and insulator strings are indicated in this
specification.
Insulators strings shall be assembled on ground. These shall be cleaned and examined for hair cracks, chips or defective glazing (not exceeding half centimeter square) and then
hoisted by careful handling. The work will include fittings of all hardwares and fittings in
their proper places and order.
17.0 STRINGING OF CONDUCTOR, GROUND WIRE & OPGW
Before commencing of stringing work, contractor must obtain approval of sag tension
charts (these shall have to be supplied by the Contractor) showing initial and final sags
and tensions for various temperature and spans. The details of spans, temperature range
etc. will be furnished to the contractor after completion of check survey. The sag, if used
shall be adjusted to suit to the sag indicated against actual temperature for an individual span. The thermometer shall be provided at the conductor point during the stringing
work.
The contractor shall be responsible and will take care of proper handling of drums from
stores to site. Sufficient numbers of aluminum snatch blocks shall be used for paying out
the Conductor. Necessary precautions shall be taken to avoid conductor rubbing on the ground by providing adequate ground rollers on supports. Additional rollers shall also be
provided to cross thorny hedges, forcing and other obstructions to avoid scratching of
conductor. The conductor and Earthwire/OPGW shall be made to sag correctly as per
stringing charts before they are finally transferred to the hardware for conductors and to
clamps for Earthwire/OPGW. No joint should be made at less than 30 meters from the tower end and no joint shall be permitted in Railway, River, Road and other important
crossing spans. There shall not be more than one joint in a span of each conductor. All
conductors shall be stressed to their maximum working load at the time of stringing, as
per approved stringing charts. The minimum clearance between the lowest point of
conductor and ground shall not be less than 6100mm. All compression joints should be
carefully made and record of initial and final lengths of the joints, jointly signed by Contractor‟s and RSDCL's Representative should be maintained. Dynamo-meters shall be
used in tensioning the conductors, check for sag should also be made at intervals when
conductors are drawn up. Over stressing, causing damage to towers should be avoided.
Care should be exercised not to over tension the conductor. Extra sag of 50mm be
allowed at all the important tension locations like Railway/River crossings.
After being pulled, the conductor & Earthwire/OPGW shall not be allowed to hang in the
stringing sheaves for more than 72 hours, before being pulled to the specified sag. During
118
the time, the conductor/Earthwire/OPGW is on the stringing sheaves before sagging-in,
it shall be ensured that the conductor/ Earthwire/OPGW is not damaged due to wind, vibration, vehicles or other causes, so affording should be used to cross the important
roads and Railway for minimum interruption to traffic.
The conductor shall be pulled up to desired sag and left in serial stringing sheaves for at
least one hour after which the sag shall be re-checked and adjusted, if necessary, before
clipping in and transferring the conductors from the serial stringing sheaves to the suspension clamp.
Conductors shall be clamped within 24 hours of sagging in. The sag will be checked in
the larger spans of the section, in case of sections upto eight spans and in one
intermediate larger span also for section with more than eight spans.
The stringing sheaves, when suspended on the transmission structure for sagging, shall
be so adjusted that the conductor will be on the sheaves at the same height as the
suspension clamp to which it is secured.
The stringing of the Earthwire/OPGW shall be done in accordance with the stringing charts approved by the purchaser. The details of operations proposed to be followed by
the bidder shall be indicated in the tender.
The Earthwire/OPGW shall be strung to run continuously over the conductors. The
Earthwire/OPGW shall be pulled, sagged and clamped in from tension tower to tension
tower before the phase conductors are pulled in that section.
All the line conductors & Earthwire/OPGW shall be terminated at sub-station structures
whose details shall be furnished by RSDCL at the appropriate time. The contractor shall
fix strain insulators on the sub-station structures.
Armour rods and vibration dampers shall be fitted at each suspension towers before final clamping of conductor with insulator strings. Vibration dampers are to be fixed using
aluminum tape with each clamping bolt and in correct vertical position in relation to
conductor.
Compression type joints are to be used for joining of conductors. Each part connected with joints shall be perfectly cleaned by wire brush and properly greased before final
compression. All the joints of conductor and OPGW shall be made in the best
workmanship manner and shall be perfectly straights and having maximum possible
strength. V.D. shall be fitted on each location on Earthwire/OPGW also.
Stringing work includes hoisting the insulators fixing hardwares, fitting armour rods and vibration dampers, making joints, repair sleeves, etc. All stringing tools, special or
otherwise should be arranged by the contractor at his cost.
Proper guys shall be provided to counter balance the paying out tension of conductor/
Earthwire/OPGW at the tension locations, to avoid damage to towers and/or accidents.
18.0 TESTING & COMMISSIONING:
18.1 Pre-commissioning tests:
On completion of erection of the transmission line and before charging, each item shall
be thoroughly cleaned and then inspected jointly by the purchaser or his duly authorized
representative and the contractor for correctness and completeness of installation and
acceptability for charging leading to initial pre-commissioning.
The contractor‟s commissioning engineers specifically identified as far as possible shall
be responsible for carrying out all the pre-commissioning checks. On completion of
inspection, checking and after the pre-commissioning tests are satisfactorily over, the
complete line shall be ready for charging.
119
During the pre-commissioning checks, the operation shall be under the supervision of
the contractor but the schedule of operations shall be agreed to by the purchaser and the contractor. During the tests, the safety of the line materials etc. is also the responsibility
of the contractor. During the pre-commissioning, commissioning and performance
guarantee tests, the operation will be under the supervision of the contractor, if the tests
are being carried out by him. In case, the tests are being carried out by a third party, the
operations will be under the control of the purchaser. In both cases, all aspects of the tests shall be agreed to by the purchaser and the contractor and the safety of the
equipment shall be the responsibility of the contractor.
18.2 After the erection is completed in all respects, the line should be the thoroughly petrolled
and checked for continuity and clearances. The line should be meggered to check its
insulation level. Afterwards, a line clearance should be given to the Engineer-in-charge that the line is clear and free of man & materials and is fit to be charged. If on charging,
the line is found not to hold, the contractor should arrange to petrol the line and find out
the causes for the tripping and rectify the defect at no extra cost to the RSDCL.
The Contractor shall ensure that at the end of each sub-activity the surplus material is immediately removed from the work-site to avoid loss and injury to the public.
19.0 WASTAGE:
Since the erection & commissioning of the lines included in this specification are on
turnkey basis, as such, no wastage is allowed for any material. However, for Earthwire/OPGW and AL-59 (Moose equivalent) & Panther conductors, an extra
allowance @ 0.3% shall be allowed towards sag and jumpering which shall be
unaccountable. The empty drums of conductor and Earthwire/OPGW shall be retained
by the contractor. The cost of Rs. 300.00 per empty drum of conductor and Rs. 100.00
per empty drum of Earthwire/OPGW will be deducted from the bills payable to the
contractor.
120
RAJASTHAN SOLAR PARK DEVELOPMENT COMPANY LIMITED
SECTION-III (C)
(APPENDIX & ANNEXURE)
TECHNICAL SPECIFICATION
FOR
CONSTRUCTION OF FOLLOWING TRANSMISSION LINES
Lot-1: This consists of following lines:
(i) 220 kV D/C line from Park Pooling Station-1 to PGCIL 765 kV GSS, Bhadla-II: 28.85 Kms.
(ii) 220 kV D/C line from Park Pooling Station -4 to PGCIL 765 kV GSS, Bhadla-II: 31.60 Kms.
(iii) 220 kV D/C line from Park Pooling Station -1 to Park Pooling Station - 2: 6.49 Kms.
(iv) 220 kV D/C line from Park Pooling Station -3 to Park Pooling Station - 4: 1.87 Kms. (v) 220 kV S/C line from Park Pooling Station -2 to Park Pooling Station - 3: 2.64 Kms.
Lot-2: This consists of following work & line:
(i) Dismantling of existing 132kV S/C Tr. line (on 132kV D/C Towers) of Godawari Plant at Nokh-
3.10 Kms.
(ii) Construction of new 132kV S/C Tr. line (on 132kV D/C Towers) for Godawari Plant at Nokh-
4.40 Kms.
TURNKEY PROJECT
UNDER
SPECIFICATION No. RSDCL/D(T)/LINE/SP/TK/ TN No. (02/2019-20)
121
APPENDIX-I (A)
TECHNICAL PARTICULARS FOR 132KV TRANSMISSION LINE AGAINST TN No. (02/2019-20)
S.No. DECRIPTION
A GENERAL
1 Line voltage 132kV
2 No. of circuits One / Two
3 Normal span 335 M
4 Wind span 335 M
5 Weight span Tangent tower Angle tower
Maximum (downwards) 1.5x335=503 M 1.5x335=503 M
Minimum (downwards) 0.65x335=218 M
Minimum (upwards) 0.65x335=218 M
B Conductor { IS:398 (Part-II) 1996}
1 Material 200 Sq.mm. Nominal Aluminium area ACSR
galvanized steel reinforcement
2 Size & stranding Al 30/3.00 + St – 7/3.00 mm
Code „Panther‟
3 Total sectional area 2.616 Sq.cm.
4 Ultimate strength 9144 Kgs. (89.67 KN)
5 Overall diameter 2.10 cm.
6 Weight 974 Kg/Km
C Insulator
1 Size of disc 25.5 cm 25.5 cm dia spaced at 14.6 cm.
2 Type of disc Conventional ball & socket type
3 No. of disc
(a) Suspension string 9
(b) Tension string 10
4 Insulator string Length without hanger mm
Weight Kg. (App.)
Electro Mechanical
Strength (Kg.)
(a) Single Suspension 1676 60 7000
(b) Double Suspension 1909 125 7000
(c) Single Tension 2230 100 12000
(d) Double Tension 2575 200 12000
D EARTH WIRE (IS:12776 – 2002)
1 Material Galvanised stranded steel wire
2 Size & stranding 7/3.15 mm of 110 Kg/mm2 quality
3 No. of ground wires One on each tower
4 Ultimate strength 5505 Kg (54 KN)
5 Overall diameter 0.945 mm
6 Weight 428 Kg/Km
122
APPENDIX-I (B)
TECHNICAL PARTICULARS FOR 220KV TRANSMISSION LINES AGAINST TN No. (02/2019-20)
S.No. DECRIPTION
A GENERAL
1 Line voltage 220kV
2 No. of circuits One/ Two
3 Normal span 320 M
4 Wind span 320 M
5 Weight span Tangent tower Angle tower
Maximum (downwards) 1.5x320=480M 1.5x320=480M
Minimum (downwards) 0.65x320=208M
Minimum (upwards) 0.65x320=208 M
B CONDUCTOR {SS-4240814 & SS-4240813}
1 Material Aluminium Alloy
2 Size & stranding 61/3.50
3 Total sectional area 587 Sq.mm (Whole conductor)
4 Ultimate strength (141.12 KN)
5 Overall diameter 31.50 mm.
6 Weight 1618 Kg/Km
C INSULATOR
1 Size of disc 25.5 cm 25.5 cm dia spaced at 14.6 cm.
2 Type of disc Conventional ball & socket type
3 No. of disc
(a) Suspension string 13
(b) Tension string 14
4 Insulator string Length without
hanger mm
Weight
Kg. (App.)
Electro
Mechanical
Strength (Kg.)
(a) Single Suspension 2256 80 7000
(b) Double Suspension 2515 175 7000
(c) Single Tension 2940 130 12000
(d) Double Tension 3215 275 12000
123
APPENDIX-I (C)
TECHNICAL PARTICULARS FOR 220KV TRANSMISSION LINES SPECIAL STRUCTURE
AGAINST TN No. (02/2019-20)
S.NO. DECRIPTION
A GENERAL
1 Line voltage 220kV
2 No. of circuits Two
3 Normal span 463 M for river crossing & 200 M for line crossing
4 Wind span 463 M for river crossing & 200 M for line crossing
5 Weight span (acting
downwards)
1.5 times the nominal span
B CONDUCTOR { IS:398 (Part-II) 1996 }
1 Material Aluminium Alloy
2 Size & stranding 61/3.50
3 Total sectional area 587 Sq.mm (Whole conductor)
4 Ultimate strength (141.12 KN)
5 Overall diameter 31.50 mm.
6 Weight 1618 Kg/Km
C INSULATOR
1 Size of disc 25.5 cm 25.5 cm dia spaced at 14.6 cm.
2 Type of disc Conventional ball & socket type
3 No. of disc
(a) Suspension string 13
(b) Tension string 14
4 Insulator string Length
without
hanger
mm
Weight
Kg. (App.)
Electro Mechanical
Strength
P(Kg.)
(a) Double Suspension 2515 175 7000
(b) Double Tension 3215 275 12000
NOTE:
1. Normal height of the special structure should be designed in accordance with the river crossing. 2. Ground level is to be considered as maximum flood level in case of river crossing.
3. Since, most of the rivers are of such nature in which water flows only for a limited period and
during dry period, the river bed is used by the pedestrians to cross it, in such situation, it will
require a ground clearance of 7 meters.
4. During dry period, the depth of the river may be taken as 2 meters below the ground level. 5. Tower is to be designed for 2 Deg. line deviation, however, arrangements are to be made at cross-
arm trips for attaching double tension insulator strings also.
6. The height of the 220kV D/C lines to be crossed by these structures is to be taken as 34 meters.
7. Suitable extension of 4.5, 9 and 18 meters are to be provided with these special structures so as
to achieve the requirement of line crossing.
124
APPENDIX-I (D-1)
STATEMENT OF GUARANTEED TECHNICAL PARTICULARS AND OTHER PERFORMANCE
DATA FOR SUPPLY OF ACSR „PANTHER‟ AGAINST SPECIFICATION NO. TN No. (02/2019-20)
.
PRINCIPAL TECHNICAL PARAMETERS OF ACSR "'PANTHER" CONDUCTOR -------------------------------------------------------------------------------------------------
S. No. Particulars 'PANTHER'
-------------------------------------------------------------------------------------------------
1. Nominal Aluminium area (in Sq.mm) 200
2. No. of strands and nominal diameter (in mm):
i) Aluminium 30/3.00
ii) Steel 7/3.00
3. Sectional area of aluminium (in sq.mm) 212.1
4. Total sectional area (in Sq.mm) 261.5
5. Approximate overall diameter (in mm) 21.00
6. Approximate total mass 974 (in Kg./Km.)
7. Calculated resistance at 0.139
20 Degree C.(Max. in Ohms/Km)
8. Approximate calculated 89.67 breaking load (KN)
9. Lay ratio:
(a) Steel core (six wire layer) Max. - 28 Min. - 13
(b) Aluminium wire:
i) Outer most layer Max. - 14
Min. - 10
ii) Layer immediately beneath Max. - 16
outer most layer. Min. – 10
10. Final Modulus of Elasticity (GN/sq.m.) 80
11. Co-efficient of Linear Expansion/Deg.C. 17.8 x 10-6 12. Ratio of aluminium wire diameter to 1.000
Steel wire diameter.
13. Standard Length (Mtrs.) 1400 + 5%
125
APPENDIX –I (D-2)
DETAILS OF SOLID ALUMINIUM AND GALVANISED STEEL WIRE USED IN CONSTRUCTION
OF ALUMINIUM CONDUCTOR GALVANISED STEEL REINFORCED CODE "PANTHER".
S. No. Particulars ACSR "PANTHER
1. ALUMINIUM WIRE:
i) Nominal diameter 3.00 mm
ii) Maximum diameter 3.03 mm iii) Minimum diameter 2.97 mm
iv) Cross sectional area of 7.069 sq. mm
nominal diameter wire.
v) Mass 19.11 Kg/Km
vi) Breaking load (Min.):- a) Before stranding: 1.17 KN
b) After stranding: 1.11 KN
vii) Resistance at 20 Deg. C.(Max.) 4.079 Ohm/KM
2. GALVANISED STEEL WIRE:
i) Nominal diameter 3.00 mm
ii) Maximum diameter 3.06 mm
iii) Minimum diameter 2.94 mm
iv) Cross sectional area of 7. 069 sq. mm nominal diameter wire.
v) Mass 55.13 Kg/Km
vi) Breaking load (Min.):-
a) Before stranding: 9.29 KN b) After stranding: 8.83 KN
126
APPENDIX-II
DETAILS OF CLEARANCES
1. Line Voltage 132kV 220kV
2. No. of circuits One/Two One/Two
3. Minimum Electrical Clearance between
Conductors
(i) Vertical 3900 4900
(ii) Horizontal 6600 8400
4. Clearance:
(a) Single suspension string with angle of
swing:-
(i) NIT 1530mm 2130mm
(ii) 15 Deg. 1530mm 1980mm
(iii) 30 Deg. 1370mm 1830mm
(iv) 45 Deg. 1220mm 1675mm
(v) 60 Deg. 1070mm
(b) Double suspension string angle of swing 1530mm 2130mm
(c) Tension string (Single/double) with no
swing
1530mm 2130mm
(d) Jumper with angle of swing:
(i) NIT 1530mm 2130mm
(ii) 10 Deg. 1530mm 2130mm
(iii) 20 Deg. 1070mm 1675mm
(iv) 30 Deg. 1070mm
5. Minimum Ground Clearance 6.1 M 7.0 M
6. Minimum vertical Mid Span clearance
between earth wire and the nearest power
conductor
6.1 M 8.5 M
127
APPENDIX-III
FOUNDATION PARTICULARS AGAINST TN No. (02/2019-20)
LINE VOLTAGE: 220KV AND 132KV, NO. OF CIRCUIT: ONE/TWO
S. No. DESCRIPTION DETAILS
1 Type of soil(s) clay (i) Dry
(ii) Wet
(iii) Partially submerged
(iv) Fully submerged
2 Ultimate bearing pressure (Kg/Sq. m) (i) Dry - 30000
(ii) Wet – 10900
3 Angle of internal friction of soil (Degrees)
(i) Dry - 25 (ii) Wet – 10
4 Weight of earth (Kg/Cu.m) (i) Dry - 1440
(ii) Wet – 940
5 Weight of concrete (Kg/Cu.m) (i) Dry - 2200
(ii) Wet – 1200
6 Concrete Mixture
(i) Pad M100 – 1:3:6 (Size of the aggregate 40.0 m.m)
(ii) Pyramid or stepped part M150 – 1:2:4 (Size of the aggregate 40.0 m.m)
(iii) Chimney M150 – 1:2:4 (Size of the aggregate 20.0 m.m)
7 Minimum thickness of concrete over
stub
100 mm
8 Minimum chimney size 300 mm square
9 Length of stub concrete 1500 mm
10 Distance between lower edge of stub
angle and pad of base concrete
100 – 150 mm
10A Distance above ground level of joint of tower stub and super structure
600mm, Out of this 300mm of stub member above GL (Shall be encased in concrete)
NOTE:- The magnitude of limit loads for foundation shall be taken 10% higher than those for
the corresponding towers.
128
Appendix-IV (1)
GUARANTEED TECHNICAL & OTHER PARTICULARS OF 70KN & 120KN DISC INSULATORS
/132KV & 220KV, SUSPENSION (70KN) & TENSION (120KN) PORCELAIN LONGROD
INSULATORS UNDER TN No. (02/2019-20)
S.No. Description Details
For 70 KN For 120 KN
1. Type Conventional Ball & Socket, Disc Insulators “B”/ Porcelain
long rod insulators“A”
2. Specification to which
the insulator shall
confirm
IS:731/1971, latest amendments, IEC-383, IS:3188/1988,
IS:2486(Pt-I)/1993(Second Rev.), IS:2486(Pt-II)/1989
(Second Rev.) & IS:2486 (Pt-III) / 1974, latest edition of
IEC:433/1980 & IEC:575/1977
3. Dimension:
(a) Diameter 255 mm (disc)
(b) Spacing 145 mm (disc)
(c) Tolerance AS per relevant ISS
(d) Colour Brown
(e) Surface Glazed
(f) Description (Material & surface treatment)
(i) Socket cap MCI / SGI
(ii) “W/R” Clip Phospher Bronze / Stainless steel
(iii) Cushion
(iv) Ball Pin Drop forged steel
4. Creepage distance
(a) For 70KN Disc 280 mm (Min.)
(b) For 120KN Disc 290 mm (Min.)
(c) For 132kV string for
moderately polluted
atmosphere (total)/
porcelain long rod
insulator
2250 mm (Min.)
(d) For 220kV string for moderately polluted
atmosphere (total)/
porcelain longrod
insulator
3800 mm (Min.)
5. Ball Dia 16 mm 20 mm
Visible discharge test
(disc)
9 kV (RMS)
Wet power frequency withstand test(disc)
35 kV (RMS)
Impulse voltage
withstand test(disc)
75 kV (Peak)
6. Electromechanical
strength
70 KN 120 KN
7. All electrical &
mechanical values of
string
Confirming to highest system voltage 245kV/145kV in
Table-1A of IS:731/1971 (with latest amendments)
8. No. of Disc for single tension string for
normal tension location
--- 10 Nos.- For 132kV system &
14 Nos.- For 220kV system
9. No. of Disc for double
tension string for special
tension location
--- 2X10 Nos.- For 132kV
system and
2X14 Nos.- For 220kV
system
10 No. of Disc for single 09 Nos.- For 13 Nos.- For --------
129
suspension string for
normal suspension
location
132kV
system
220kV
system
11 No. of Disc for double suspension string for
normal suspension
location
2X9 Nos.- For 132kV
system
2X13 Nos.- For 220kV
system
--------
12 Power System 132kV, 3 Phase, 50 Hz
effectively earthed
220kV, 3 Phase, 50 Hz.
Cycles effectively earthed
(a) Highest system voltage 145kV (RMS) 220kV (RMS)
(b) Visible discharge test
(Power freq. voltage)
105 kV (RMS) 154kV (RMS)
(c) Wet power frequency withstand test
230kV (RMS) 395kV (RMS)
(d) Impulse voltage
withstand test
550kV (Peak) 900kV (Peak)
(e) Power Frequency 1.3 times the actual dry flash over voltage of the unit
(f) Max. temperature of
insulator carrying
current and exposed to
Sun
75 Deg.C.
130
Appendix-IV (2)
GUARANTEED TECHNICAL & OTHER PARTICULARS OF SINGLE SUSPENSION, DOUBLE SUSPENSION, SINGLE TENSION & DOUBLE TENSION HARDWARE
FITTINGS SUITABLE FOR ACSR "PANTHER" CONDUCTOR UNDER TN No. (02/2019-
20).
S.NO. DESCRIPTION SINGLE& DOUBLE SUSPENSION HARDWARE
SINGLE & DOUBLE TENSION HARDWARE
1 Drawing No. RRVN/SE/TLPC/ (a) RSS-405:S/S Zebra (b) RDS-407:D/S Zebra (c) RST-406:S/T Zebra (d) RDT-408:D/T Zebra (e) RT-003-S/S Panther (f) RT-005-S/T Panther (g) RDT-404:D/T Panther
2 Size & designation of Ball and
Socket with Standard spec. to which it conforms
Suspension H/W : 16mm
Tension H/W : 20mm As per IS:2486/ P- I to IV, latest amendment
3 Hardwares components description
Socket Clevis / Tongue / Eye FS
Ball Clevis / Eye FS
Clevis Clevis / Eye FS
Chain Link FS
Yoke Plate MS
Arcing Horn MS
Security Clip SS
Ball Hook/ U-shackle / U-clevis FS
Fasteners
Plain washers MS
Split pins BRASS / SS
Nuts & Bolts MS / FS
Spring washers SS
Cotter pins FS / MS
4 Standard Specifications to which the material conforms to
IS:2486/ Part-I to IV
5 Standard Specifications to which the galvanizing conforms to
IS:2633 : Hot dip Galv. IS: 1577: Electro Galv.
6 Clamps
(i) Components description Suspension clamps Tension clamps
(a) Clamp body H.S. Al. Alloy /Alu. EC grade Al. Alloy Gt.4600 of IS:617 (Min. purity 99.5%) latest amendments
(b) Keeper Plate H.S. Al. Alloy
(c) Steel sleeve FS
(ii) Slip strength 8 to 15% of conductor 95% of conductor breaking load breaking load
(iii) Breaking strength
ACSR ZEBRA 7000 Kgs 13289 Kgs
ACSR PANTHER 4500 Kgs 9144 Kgs.
(iv) Electrical resistance 75% of the resistance of Conductor
7 Complete String
(i) Mechanical failing load Suspension clamps Tension clamps
ACSR ZEBRA 7000 Kgs 13289 Kgs
ACSR PANTHER 4500 Kgs 9144 Kgs.
131
APPENDIX-IV (3)
GUARANTEED TECHNICAL & OTHER PARTICULARS FOR ARMOUR ROD SUITABLE FOR ACSR "ZEBRA" & ACSR "PANTHER" CONDUCTOR UNDER TN No. (02/2019-20).
S.NO. DESCRIPTION ACSR ZEBRA ACSR PANTHER
1 Drawing No. RPA-001
2 Type Pre – formed
3 Suitable for (Conductor size) 28.62 mm 21 mm
No. of rods per set 12 11
4 Breaking strength of single rod Min. 35 Kg per sq.mm.
5 Length of each rod 2540 mm 1930 mm
6 Diameter of each rod 7.87mm,
Tolerance –
0 to -1mm
6.35mm
Tolerance –
0 to -1mm
7 Tolerance in dimensions 0 to (-)51 mm
8 (a) Raw material used Al. Alloy
8 (b) Percentage purity of raw material used
99% purity
9 Standard to which material will be
manufactured and tested
IS:2121 / Part- I / 1981
10 Conductivity Min. 39% of IACS
11 Lay of Helix Right Hand
12 Slip strength 25% of UTS of conductor
132
APPENDIX-IV (4)
GUARANTEED TECHNICAL & OTHER PARTICULARS FOR MID SPAN COMPRESSION JOINT SUITABLE FOR ACSR "ZEBRA" & ACSR "PANTHER" CONDUCTOR UNDER TN
No. (02/2019-20).
S.NO. DESCRIPTION ACSR ZEBRA ACSR PANTHER
1 Drawing No. RCJ-001
2 Type Compression
3 Suitable for (Conductor size) 28.62 mm 21 mm
4 Outside diameter of sleeves
(a) Before compression
(i) Aluminium 48 mm 38mm
(ii) Steel 20.8 mm 18mm
(b) After compression
(i) Aluminium 40/46 mm 32/37 mm
(ii) Steel 17.5/20.2 mm 15.1/17.4 mm
5 Guaranteed breaking load strength
of the mid span joint as percentage of ultimate tensile
strength of conductor
95%
6 Conductivity of the compression
joint expressed as percentage of
the conductivity of the conductor
100%
7 Guaranteed slip strength of the
mid span joints expressed as percentage of ultimate tensile
strength of conductor
95%
8 Resistance as percentage of
measured resistance of equivalent
length of conductor
Less than 75%
9 Standard specification to which
the material will be manufactured and tested
IS:2121/P-II/1981 with latest
amendments
APPENDIX-IV(5)
GUARANTEED TECHNICAL & OTHER PARTICULARS FOR REPAIR SLEEVES SUITABLE FOR ACSR "ZEBRA" & ACSR "PANTHER" CONDUCTOR UNDER TN No.
(02/2019-20).
S.NO. DESCRIPTION ACSR ZEBRA ACSR PANTHER
1 Drawing No. RRS-001
2 Type Compression
3 Suitable for (Conductor size) 28.62 mm 21 mm
4 Outside diameter of sleeves
(a) Before compression
(i) Aluminium 48 mm 38mm
(b) After compression
(i) Aluminium 40/46 mm 32/37 mm
5 Standard specification, to which
the material will be manufactured
and tested
IS:2121, P-II, 1981
133
APPENDIX-IV(6)
GUARANTEED TECHNICAL & OTHER PARTICULARS FOR VIBRATION DAMPERS SUITABLE FOR ACSR "ZEBRA" & ACSR "PANTHER" CONDUCTOR UNDER TN No.
(02/2019-20).
S.NO. DESCRIPTION ACSR ZEBRA ACSR PANTHER
1 Drawing No. (i) RVD-002-4R-3 – For ACSR Zebra
(ii) RVD-002-4R-2 – For ACSR Panther
2 Type 4 R
3 Messenger Cable
(a) Total no. of strands 19
(b) Strength of the steel used 135 Kg/Sq.mm.
(c) Shield or not Shield
4 Magnetic power loss value of
damper at current rating value of
conductor
Less than 1 watt
for 500 A
-------
5 Material, its type and composition
for various dampers components
(a) Clamps Al. Alloy
(b) Damper mass Cast iron
(c) Messenger cable High strength steel
(d) Bolts & Nuts MS
6 Mass Pull off load 500 Kg. (Min.)
7 Acceptance curve for damping
efficiency
IS:9708 / 1993
APPENDIX-IV (7)
GUARANTEED TECHNICAL & OTHER PARTICULARS FOR VIBRATION DAMPERS
SUITABLE FOR 7/3.15mm & 7/4.00mm GSS EARTH WIRE UNDER TN No. (02/2019-20).
S.NO. DESCRIPTION 7/ 4.00 mm 7/ 3.15 mm
1 Drawing No. RVD-002-4R-5
2 Type 4 R Stock Bridge
3 Messenger Cable
(a) Total no. of strands 19
(b) Strength of the steel used 135 Kg/Sq.mm.
(c) Shield or not Shield
4 Material, its type and composition
for various dampers components
(a) Clamps Al. Alloy
(b) Damper mass Cast iron
(c) Messenger cable High strength steel
(d) Bolts & Nuts MS
5 Mass Pull off load 500 Kg. (Min.)
6 Acceptance curve for damping efficiency
IS:9708 / 1993
134
APPENDIX-IV(8)
GUARANTEED TECHNICAL & OTHER PARTICULARS FOR MID SPAN COMPRESSION JOINT SUITABLE FOR 7/3.15mm & 7/4.00mm GSS EARTH WIRE UNDER TN No.
(02/2019-20).
S.NO. DESCRIPTION 7/ 4.00 mm 7/ 3.15 mm
1 Drawing No. RGCJ-001
2 Type Compression
3 Suitable for (Earthwire size) 7/4.00 mm 7/3.15 mm
4 Guaranteed breaking load
strength of the mid span
joint as percentage of
ultimate tensile strength of
conductor
95% of breaking load of respective ground wire
5 Guaranteed slip strength of
the mid span joints expressed as percentage of
ultimate tensile strength of
conductor
95% of breaking load of respective ground wire
6 Resistance as percentage of
measured resistance of
equivalent length of conductor
Less than 75%
7 Standard specification to
which the material will be
manufactured and tested
IS:2121 with latest amendments
APPENDIX-IV(9)
GUARANTEED TECHNICAL & OTHER PARTICULARS FOR REPAIR SLEEVES
SUITABLE FOR 7/3.15mm & 7/4.00mm GSS EARTH WIRE UNDER TN No. (02/2019-
20).
S.NO. DESCRIPTION 7/ 4.00 mm 7/ 3.15 mm
1 Drawing No. RGRS-001
2 Type Compression
3 Suitable for (Earthwire size) 7/4.00 mm 7/3.15 mm
4 Guaranteed breaking load strength
of the mid span joint as percentage
of ultimate tensile strength of
conductor
95% of breaking load of respective ground
wire
5 Guaranteed slip strength of the mid
span joints expressed as percentage
of ultimate tensile strength of conductor
95% of breaking load of respective ground
wire
6 Resistance as percentage of
measured resistance of equivalent
length of conductor
Less than 75%
7 Standard specification to which the
material will be manufactured and
tested
IS:2121 with latest amendments
135
APPENDIX-IV (10)
GUARANTEED TECHNICAL & OTHER PARTICULARS FOR STRAIN ASSEMBLY SUITABLE FOR 7/3.15mm & 7/4.00mm GSS EARTH WIRE UNDER TN No. (02/2019-
20).
S.NO. DESCRIPTION 7/ 4.00 mm 7/ 3.15 mm
1 Drawing No. RGTC-001
2 Type Compression
3 Manufactured as per ISS IS : 2121
4 Material used
(i) U-Clevis FS
(ii) Clamp FS
(iii) Fasteners
(a) Nuts & Bolts MS/FS
(b) Plain washers MS
(c) Spring washers Spring steel
(d) Cotter pin FS/MS
(e) Split pin Brass/SS
5 Min. Slip strength in Kg. 5520 Kgs
6 Min. Ultimate strength 5810 Kgs
7 No. of U-Shackles per assembly 2
8 No. of Dead end clamp 1
APPENDIX-IV(11)
GUARANTEED TECHNICAL & OTHER PARTICULARS FOR SUSPENSION ASSEMBLY SUITABLE FOR 7/3.15mm & 7/4.00mm GSS EARTH WIRE UNDER TN No.
(02/2019-20).
S.NO. DESCRIPTION 7/ 4.00 mm 7/ 3.15 mm
1 Drawing No. RGSC-001
2 Type Envelope
3 Manufactured as per ISS IS : 2121/P-III/latest amendments
4 Material used
(i) Eye Hook FS
(ii) Clamp & Keeper MCI
(iii) Fasteners
(a) Nuts & Bolts MS/FS
(b) Plain washers MS
(c) Spring washers Spring steel
(d) Cotter pin FS/MS
(e) Split pin Brass/SS
5 Min. Slip strength in Kg. 5520
6 Min. Ultimate strength 5810 Kgs
7 Tested on standard spec. IS:2121/P-III
8
136
APPENDIX-IV(12)
GUARANTEED TECHNICAL & OTHER PARTICULARS FOR FLEXIBLE COPPER EARTH BOND UNDER TN No. (02/2019-20).
S.NO. DESCRIPTION 7/ 4.00 mm 7/ 3.15 mm
1 Drawing No. REB-2
2 Type Flexible
3 Manufactured as per ISS IS : 2121/P-III/1992, latest amendments
4 Material used for
(i) Flexible Bond Tinned - Copper
(ii) Lugs Tinned - Copper
5 Construction of flexible Copper
Bond
Standard wire
37/7/0.417mm
6 Material used for
(i) Flexible Bond (Sq.,mm) 35 (Min.)
(ii) Lengths 500mm (Min.)
7 Slip strength of Copper Bond 300 Kg. (Min.)
8 Dimension of Bolt alongwith Nut
& Lock washer
16 x 40 mm
9 Packing details Double gunny bag
137
APPENDIX-IV(13)
GUARANTEED TECHNICAL & OTHER PARTICULARS FOR 7/3.15mm & 7/4.00mm GSS EARTH WIRE UNDER TN No. (02/2019-20).
S.NO. DESCRIPTION 7 / 3.15 mm 7 / 4.00 mm
1 Standard specification to which the material shall conform
(a) GSS Wire IS : 12776 / 2002 (latest amended)
(b) Galvanisation IS : 12776 / 2002 (latest amended)
(c) Wooden drum IS : 12776 / 2002 (latest amended)
2 Size and No. of wires in GSS wire 7 / 3.15 mm 7 / 4.00 mm
3 Tolerance in diameter on
individual strand
Min. – 3.07 mm
Max. – 3.25 mm
Min. – 3.92 mm
Max. – 4.08 mm
4 Overall diameter of GSS wire (in
mm with tolerance)
9.45 mm
Min. – 9.21 mm Max. – 9.75 mm
12.00 mm
Min. – 11.76 mm Max. – 12.24 mm
5 Sectional area (in sq.mm.) 54.55
(on nominal dia.
Of single wire)
87.96
(on nominal dia. Of
single wire)
6 Weight of GSS wire (in Kg/Km) 426 687
7 Minimum Elongation (on 200mm gauge length) (in %)
(i) Before stranding 4 %
(ii) After stranding 3.5 %
8 Minimum breaking load of GSS
wire (in KN)
54.00 87.10
9 Minimum Tensile strength of wire (in N/ Sq.mm.)
(i) Before stranding 1100
(ii) After stranding 1050
10 Zinc coating on wires
(a) Amount of coating (gm/sq.m.)
(i) Before stranding 240 260
(ii) After stranding 228 238
(b) Uniformity of coating
(i) Before stranding 3 dips of a minute
(ii) After stranding 2 dips of 1 minute and 1 dip of ½ minute
11 Equivalent modulus of Elasticity
in Kg / Sq.mm.
19 x 10
12 Co-efficient of linear expansion
(Per Deg. Centigrade)
11.5 x 10
13 Torsion of wire on 100 D
(i) Before stranding 20
(ii) After stranding 18
14 Strand lay and lay length (in mm) RH – Min 123mm
Max 265mm
RH – Min 156 mm
Max 336 mm
15 Maximum D.C. resistance per Km.
of the wire with connected to standard weight at 20 Deg.C
(in Ohm)
3.41 2.09
16 Full particulars and specification
of Galvanisation
Heavily coated as laid down in IS-
4826/1979 (latest amended)
17 Standard length of GSS wire with
tolerance in each drum
1500 Mtrs., +/- 5%
18 No. of standard lengths of GSS
wire in each drum
One / Two lengths
19 Dimensions of drum As per IS:1778 (latest)
20 Packing details As per specification
138
APPENDIX-IV(14)
GUARANTEED TECHNICAL & OTHER PARTICULARS FOR ELECTRO-GALVANISED SPRING WASHERS UNDER TN No. (02/2019-20).
S.No. Description Details
1. Specification & standards for
(a) Spring washers As per IS : 3063 / 1994
(b) Galvanizing As per IS:1573/1986, Grade-4 with latest
amendments
2. Size M 16-B
3. Tolerance As per IS : 3063 / 1994
4. Raw material
(a) Grade Service Grade 3
(b) Type of Steel used Carbon steel Grade 3 as per IS:4072/1975
with latest amendments
5. Chemical Composition ( % ) IS:4072/1975 service grade 3/ Designation 70 C 6
(a) Carbon % Max. 0.65 to 0.75 %
(b) Phosphorous % max. 0.05 %
(c) Sulpher % Max. 0.05 %
(d) Silicon % max. 0.10 to 0.35 %
(e) Manganese % Max. 0.50 to 0.80 %
6. Standard to which spring washer
shall conform
(i) Sampling procedure confirming to
ISS
As per IS:6821/1973 for spring washers &
As per IS:1573/1986 for galvanizing
(ii) Inspection/checking/testing as
per ISS
As per IS:3063/1994 & IS:4072/1996
(iii) Dimensions:
(a) Internal diameter 16.2 + 0.8 mm
(b) Wire section (5 +/- 0.2) x (3.5 +/- 0.2)
(c) Free height 7.00mm Min. & 8.30mm Max.
(iv) Hardness test 43.6 to 50 HRC
(v) Twist test No sign of fracture upto 90 deg.
(vi) Permanent set test As per IS:3063/1994
(vii) Galvanizing 25 Microns - Min. local thickness & 38 Microns – Min. average thickness
(viii) Standard spec. according to which
quality and process of galvanizing
shall confirm
As per IS:1573/1986, Service Grade – 4
7. Weight of spring washers 0.891MT per Lac Nos. as per IS:3063/1994
139
APPENDIX-IV (15)
GUARANTEED TECHNICAL & OTHER PARTICULARS FOR GI BOLTS & NUTS (TN No. (02/2019-20))
S.No. DESCRIPTION DETAILS
1. Specification & standards for
Galvanized Bolts – Nuts
As per IS:12427/2001, IS:1363(Pt-III)/1992,
IS:1367 (Pt-2/2002,3/2002&6/1994) &
IS:14394/1996
2. Property class:
(a) For Bolt “5.6” (as per IS:12427/2001) & properties as specified in IS:1367 (Part-3)/2002
(b) For Nut “5” (as per IS:12427/2001) & properties as
specified in IS:1367 (Part-6)/1994
3. Tolerance As per IS:1367 (Part-2)/2002
4. Raw material
(a) Grade “C” as specified in IS:1367 (Part-II)/2002
(b) Type of Steel used Low or medium Carbon steel
(c) Dimension Nominal dia - 16 mm
(d) Length of Bolt 35,40,45,50,55,60,65,70,75 &85(as per
IS:12427/2001)
(e) Length of Nut 15 mm (as per IS:1363 (Part-3)/1992
5. Chemical Composition ( % )
(i) For Hexagonal Bolts:
(a) Carbon % Max. 0.15 to 0.55 %
(b) Phosphorous % max. 0.05 %
(c) Sulpher % Max. 0.06 %
(ii) For Hexagonal Nuts:
(a) Carbon % Max. 0.50 %
(b) Phosphorous % max. 0.06 %
(c) Sulpher % Max. 0.15 %
6. Mechanical properties
(i) For Hexagonal Bolts:
(a) Tensile strength (N/Sq.mm.) 500 (Min.)
(b) Yield Stress (N/Sq.mm.) 300 (Min.)
(c) Stress under proof load (N/Sq.mm.) 280 (Min.)
(d) Brinell Hardness HB 147 (Min.)
(e) Rockwell Hardness HRB 79 (Min.)
(f) Vickers Hardness HV 155 (Min.)
(g) Elongation after fracture % Min. 20%
(h) Strength under wedge loading 500 (Min.) N/Sq.mm.
(i) Head Soundness No fracture
(j) Impact strength test (J) 25 (Min.)
(ii) For Hexagonal Nuts:
(a) Proof stress (N/Sq.mm.) 490 (Max.)
(b) Vickers Hardness HV- (Min.-Max.) 130-302
7. Galvanising
(Hot dip mass and eqt. Thickness of coating)
(a) Min. average coating
(i) Mass g/Sq.M 375
(ii) Thickness micrometer 54
(b) Minimum individual coating
(i) Mass g/Sq.M 300
(ii) Thickness micrometer 43
8. Sampling procedure
(a) For G.I. Bolt-Nuts As per IS:1367 (Part-17)/1996
(b) Galvanising IS:1367 Pt-XIII – 1983
9. Whether the material bear ISI YES
140
certification mark
APPENDIX-IV(16)
GUARANTEED TECHNICAL & OTHER PARTICULARS FOR GI STEP BOLTS WITH TWO
NUTS & TWO PLAIN WASHERS (TN No. (02/2019-20))
S.No. Description Details
1 Specification & standards for
Galvanised Bolts – Nuts
As per IS:10238/2001 & IS:1363(Pt-III)/1984
IS:1367(Pt-II/2002), (Pt-III/2002),(Pt-VI/ 1994), (Pt-XIII/1988) & IS:12427/2001 with
latest amendments
2 Property class
(a) For Bolt 4.6 (IS:1367 Pt-III/2002)
(b) For Nut 5 (IS:1367 Pt-VI/1994)
3 Tolerance for Step Bolt-Nuts As per IS:10238/2001, IS:2016/1967 &
IS:1367 (Part-2)/2002
4 Raw material
(a) Grade C
(b) Type of Steel used Low or medium Carbon steel
(c) Dimension M 16
(d) Length of Bolt 175mm (as per IS:10238/2001)
Plain washer (as per IS:2016/1967)
5 Chemical Composition ( % )
(i) For Step Bolts:
(a) Carbon % Max. 0.55 %
(b) Phosphorous % max. 0.05 %
(c) Sulpher % Max. 0.06 %
(ii) For Nuts:
(a) Carbon % Max. 0.50 %
(b) Phosphorous % max. 0.06 %
(c) Sulpher % Max. 0.15 %
6 Mechanical properties
(i) For Step Bolts:
(a) Tensile strength (N/Sq.mm.) 400 (Min.)
(b) Yield Stress (N/Sq.mm.) 240 (Min.)
(c) Stress under proof load (N/Sq.mm.)
225 (Min.)
(d) Brinell Hardness HB 114 (Min.)
(e) Rockwell Hardness HRB 67 (Min.)
(f) Vickers Hardness HV 120 (Min.)
(g) Elongation after fracture % Min. 22%
(h) Strength under wedge loading 400 (Min.) N/Sq.mm.
(i) Head Soundness No fracture
(j) Cantilever load Kgs. 150 (Max.)
(ii) For Nuts:
(a) Proof stress (N/Sq.mm.) 490 (Max.)
(b) Vickers Hardness HV (Min.-Max.) 130-302
7 Galvanising
(Hot dip mass and eqt. Thickness
of coating)
(a) Min. average coating
(i) Mass g/Sq.M 375
(ii) Thickness micrometer 54
(b) Minimum individual coating
(i) Mass g/Sq.M 300
(ii) Thickness micrometer 43
8 Sampling procedure
141
(a) For Step Bolt with two nuts & two
plain washers
As per IS:1367 (Part-17)/1996
(b) Galvanising IS:1367 Pt-XIII – 1983
APPENDIX-IV(17)
GUARANTEED TECHNICAL & OTHER PARTICULARS FOR DANGER PLATE, PHASE
PLATE & NUMBER PLATE (TN No. (02/2019-20))
S.No. Description Details
1 Specification & standards
(i) General checking 1) Visual as per IS:2551-1982
2) Dimensional
3) Description printed
(ii) Colour Enamelling Thickness of Enamel & whether proofness as
per IS:5 -1978 with latest amendments
(iii) Resistance to citric acid at room
temperature & boiling temperature
As per IS:3972 (Pt-II/Sec-I)-1985 with latest
amendments
(iv) Low & High voltage tests for
detecting and locating defects
As per IS:3972 (Pt-2/Sec-II)-1985 with latest
amendments
(v) Production of specimen for testing As per IS:3972 (Pt-1/Sec-I)-1982 with latest
amendments
2 Thickness of M.S. plate 1.6 mm
3 Diameter of holes
a) For Danger plate 17.5 mm dia holes
b) For Phase plate 17.5 mm dia holes
c) For Number plate 17.5 mm dia holes
4 Colour Enamel
a) For Danger plate The danger plate shall be vitreous enameled
coloured white with letters, figures &
conventional skull and cross bones in signal red colour conforming to IS-5-1978 on the
front side and rear side should be enameled
black. Holders for fixing the plates should be
drilled not punched.
b) For Phase plate The phase plate shall be vitreous enameled
coloured both sides with Red, Blue and
Yellow for phase representation (Equal quantities)
c) For Number plate The number plate shall be vitreous enameled.
Red coloured numbers on white background.
5 Marking Power
142
APPENDIX-V
LIST OF DRAWINGS RELATING TO LINE MATERIALS
S.No. NAME OF ITEM
1
2
3
4
5
EARTHING ARRANGEMENT FOR 220kV & 132kV TRANSMISSION LINE TOWERS
DANGER PLATE FOR 220KV
DANGER PLATE FOR 132KV
PHASE PLATE
NUMBER PLATE
143
144
145
146
147
148
APPENDIX-VI A
(1) Statement giving item wise details of monthly receipt of line material and consumption for erection of line
for the month of ____________________
(2) Order No. & date ________________________
(3) Name of line ___________________________________
S. No.
Item Provisional requirement
Receipt of material Consumption of material in line Balance quantity of material in stores ( 6 – 9 )
Quantity received up to last month
Quantity received during this month
Quantity lying at site store at the end of this month
Quantity utilized up to last month
Quantity utilized during this month
Quantity utilized up to the end of this month
1 2 3 4 5 6 7 8 9 10
SIGNATURE OF THE CONTRACTOR
149
APPENDIX-VI B
Daily monitoring work-sheet for transmission line construction
Name of line ___________________________________
Order No. ________________________
S.No. Activity Unit Work done
till last date
Work done
today
Total up to
date
1 2 3 4 5 6
1 Survey KM
2 Foundation No.
3 Tower erection No.
4 Stringing KM
5 Other Misc. works like shoring, shuttering,
revetment, masonary,
dewatering etc.
Details of Today‟s activity:
Survey KM
Foundation: Location Nos.
Tower erection Location Nos.
Stringing : Location No. _________
( E/W & conductor separately) TO __________
SIGNATURE OF CONTRACTOR
150
APPENDIX-VI C
(1) Details of progress achieved during I/II fortnight of Month ____________________
(2) Order No. & date ________________________
(3) Name of line ___________________________________
(A) Sr.
No.
Erection
activity
(All)
Unit Total
work
involved
Work
done
upto last
fortnight
Work
done
during
fortnight
Total
Work
done
upto this
report
Balance
work to
be done
Remarks
1 2 3 4 5 6 7 8 9 10
(Details of work done activity wise, location wise)
SIGNATURE OF THE CONTRACTOR
151
ANNEXURE-III
FORM OF POWER OF ATTORNEY FOR JOINT VENTURE
(ON NON-JUDICIAL STAMP PAPER OF APPROPRIATE VALUE TO BE PURCHASED IN THE NAME OF
BIDDER)
KNOW ALL MEN BY THESE PRESENTS THAT WE, THE PARTNERS WHOSE DETAILS ARE GIVEN
HEREUNDER____________________________ HAVE FORMED A JOINT VENTURE UNDER THE LAWS OF
________________________ AND HAVING OUR REGISTERED OFFICE/HEAD OFFICE AT _____________
(HEREINAFTER CALLED THE `JOINT VENTURE‟ WHICH EXPRESSION SHALL UNLESS REPUGNANT TO THE
CONTEXT OR MEANING THEREOF, INCLUDE ITS SUCCESSORS, ADMINISTRATORS AND ASSIGNS) ACTING
THROUGH M/S____________ BEING THE PARTNER IN-CHARGE DO HEREBY CONSTITUTE, NOMINATE
AND APPOINT M/S_____________________ A COMPANY INCORPORATED UNDER THE LAWS OF
__________________ AND HAVING ITS REGISTERED/HEAD OFFICE AT ___________________________
AS OUR DULY CONSTITUTED LAWFUL ATTORNEY (HEREINAFTER CALLED “ATTORNEY” OR “AUTHORISED
REPRESENTATIVE” OR “PARTNER INCHARGE” ) TO EXERCISE ALL OR ANY OF THE POWERS FOR AND ON
BEHALF OF THE JOINT VENTURE IN REGARD TO SPECIFICATION NO. __________ PACKAGE
________________________, THE BIDS FOR WHICH HAVE BEEN INVITED BY RAJASTHAN SOLAR PARK
DEVELOPMENT COMPANY LIMITED, JAIPUR, (RAJASTHAN) (HEREINAFTER CALLED THE
“PURCHASER”) TO UNDERTAKE THE FOLLOWING ACTS:
i) TO SUBMIT PROPOSAL AND PARTICIPATE IN THE AFORESAID BID SPECIFICATION OF THE
PURCHASER ON BEHALF OF THE “JOINT VENTURE”.
ii) TO NEGOTIATE WITH THE PURCHASER THE TERMS AND CONDITIONS FOR AWARD OF THE
CONTRACT PURSUANT TO THE AFORESAID BID AND TO SIGN THE CONTRACT WITH THE PURCHASER
FOR AND ON BEHALF OF THE “JOINT VENTURE”.
iii) TO DO ANY OTHER ACT OR SUBMIT ANY DOCUMENT RELATED TO THE ABOVE.
iv) TO RECEIVE, ACCEPT AND EXECUTE THE CONTRACT FOR AND ON BEHALF OF THE “JOINT
VENTURE”.
IT IS CLEARLY UNDERSTOOD THAT THE PARTNER INCHARGE SHALL ENSURE PERFORMANCE OF THE
CONTRACT‟S), THE SAME SHALL BE DEEMED TO BE A DEFAULT BY ALL THE PARTNERS.
IT IS EXPRESSLY UNDERSTOOD THAT THIS POWER OF ATTORNEY SHALL REMAIN VALID BINDING AND
IRREVOCABLE TILL COMPLETION OF THE GUARANTEE PERIOD IN TERMS OF THE CONTRACT.
THE JOINT VENTURE HEREBY AGREES AND UNDERTAKES TO RATIFY AND CONFIRM ALL THE
WHATSOEVER THE SAID ATTORNEY/AUTHORIZED REPRESENTATIVE QUOTES IN THE BID, NEGOTIATES
AND SIGNS THE CONTRACT WITH THE PURCHASER AND/OR PROPOSES TO ACT ON BEHALF OF THE JOINT
VENTURE BY VIRTUE OF THIS POWER OF ATTORNEY AND THE SAME SHALL BIND THE JOINT VENTURE
AS IF DONE BY ITSELF.
IN WITNESS THEREOF THE PARTNERS CONSTITUTING THE JOINT VENTURE AS AFORESAID HAVE
EXECUTED THESE PRESENTS ON THIS __________ DAY OF ___________ UNDER THE COMMON SEAL(S)
OF THEIR COMPANIES.
FOR AND ON BEHALF OF THE PARTNERS OF JOINT VENTURE
_____________________
_____________________
_____________________
THE COMMON SEAL OF THE ABOVE PARTNERS OF THE JOINT VENTURE: THE COMMON SEAL HAS BEEN AFFIXED THERE UNTO IN THE PRESENCE OF:
WITNESS
152
1.SIGNATURE___________ 2.SIGNATURE___________
NAME___________ NAME___________ DESIGNATION___________ DESIGNATION___________
OCCUPATION___________ OCCUPATION___________
153
ANNEXURE-IV
PROFORMA FOR JOINT VENTURE AGREEMENT
(ON NON JUDICIAL STAMP PAPER OF APPROPRIATE VALUE TO BE PURCHASED IN THE NAME
OF JOINT VENTURE)
PROFORMA OF JOINT VENTURE AGREEMENT BETWEEN ..................... ………………………. AND
………………………………FOR BID SPECIFICATION No. ………………………… OF RSDCL.
This joint venture agreement executed on this ……………day of ---------------------
………….two thousand ………………. between M/s …………….., a company incorporated under the laws of …………………..and having its registered office at …………………(hereinafter called
the “lead Partner” which expression shall include its successors, executors and permitted
assigns), M/s ……………………….. a company incorporated under the laws of --------------------
……………………and having its registered office at ………………… (hereinafter called the
“Partner” which expression shall include its successors, executors and permitted assigns) and M/s ………………….. a company incorporated under the laws of …………………………………….
and having its registered office at …………………………(hereinafter called the “Partner” which
expression shall include its successors, executors and permitted assigns) for the purpose of
making a bid and entering into a contract (in case of award) against the Specification No.
…………………. for construction of 220kV & 132kV transmission line(s) on turnkey basis with
Rajasthan Solar Park Development Company Ltd., Jaipur (Rajasthan) (hereinafter called the “purchaser‟.
WHEREAS the purchaser invited bids as per the above mentioned specification for the
manufacture, supply of equipment/materials stipulated in the bidding documents under
subject package for lot of 220KV & 132kV transmission line(s) on turnkey basis.
AND WHEREAS clause 1.15, Section-I (Qualifying requirements for bidders) forming part
of the bidding documents, inter-alia stipulates that a Joint venture of two qualified
manufacturers as partners, meeting the requirements of Clause 1.15 as applicable may
bid, provided the Joint Venture fulfills all other requirements under Clause 1.15, Section-I
(Qualifying requirements for bidders) of ) and in such a case, the Bid Proposal Form shall be signed by all the partners so as to legally bind all the partners of the joint venture, who
will be jointly and severally liable to perform the contract and all obligations hereunder.
The above clause further states that the Joint Venture agreement shall be attached to the
bid and the contract performance guarantee will be as per the format enclosed with the
bidding document without any restrictions or liability for either party.
AND WHEREAS the bid has been submitted to the Purchaser vide proposal No.
………………….. dated …………….. by Lead partner based on the Joint Venture agreement
between all the partners under these presents and the bid in accordance with the
requirements of clause 1.15, section-I(Qualifying requirements for bidders) has been signed by all the partners.
NOW THIS INDENTURE WITNESSETH AS UNDER:
In consideration of the above premises and agreements all the partners to this Joint
Venture do hereby now agree as follows:
1. In consideration of the award of the contract by the purchaser to the Joint Venture
partners, we, the partners to the Joint Venture agreement do hereby agree that M/s
……………………. shall act as Lead Partner and further declare and confirm that we
shall jointly and severally be bound unto the Purchaser for the successful performance of the contract and shall be fully, responsible for the design, manufacture, supply, and
successful performance of the material/equipment in accordance with the contract.
154
2. In case of any breach of the said contract by the Lead Partner or other partner(s) of the
Joint Venture agreement, the partner(s) do hereby agree to be fully responsible for the
successful performance of the contract and to carry out all the obligations and responsibilities under the contract in accordance with the requirement of the contract.
3. Further, if the purchaser suffers any loss or damage on account o any breach in the
contract or any shortfall in the performance of the Equipment/material in meeting the
performances guaranteed as per the specification in terms of the Contract, the
partner(s) of these presents undertake to promptly make good such loss or damages caused to the Purchaser, on its demand without any demur. It shall not be necessary or
obligatory for the Purchaser to proceed against Lead Partner to these presents before
proceeding against or dealing with other Partner(s).
4. The financial liability of the Partners of this Joint Venture agreement to the Purchaser, with respect to any of the claims arising out of the performance or non-performance of
the obligations set forth in the said Joint Venture agreement, read in conjunction with
the relevant conditions of the contract shall, however, not be limited in any way so as to
restrict or limit the liabilities of any of the partners of the joint venture agreement.
5. It is expressly understood and agreed between the partners to this joint venture agreement that the responsibilities and obligations of each of the partners shall be as
delineated in separate Appendix ("To be incorporated suitably by the Partners) to this
agreement. It is further agreed by the Partners that the above sharing of responsibilities
and obligations shall not in any way be a limitation of joint and several responsibilities
of the partners under this contract.
6. This Joint Venture agreement shall be construed and interpreted in accordance with
the laws of India and the courts of Jaipur shall have the exclusive jurisdiction in all
matters arising there under.
7. In case of an award of a contract, we the partners to the Joint Venture agreement do hereby agree that we shall be jointly and severally responsible for furnishing a contract
performance security from a bank in favour of the purchaser in the currency of the
contract.
8. It is further agreed that the Joint Venture agreement shall be irrevocable and shall form
an integral part of the contract, and shall continue to be enforceable till the purchaser discharges the same. It shall be effective from the date first mentioned above for all
purposes and intents.
IN WITNESS WHEREOF, the partners to the Joint Venture agreement have through their
authorized representatives executed these presents and affixed common seals of their companies, on the day, month and year first mentioned above.
1. Common seal of …………..
has been affixed in my/our presence
pursuant to the Board of Director's Resolution dated ...........
For Lead Partner
(Signature of authorized representative)
Name ……………………………
Designation……………………..
Common Seal of the Company
Signature ……………………………….
Name ………………………………..
Designation ……………………….
2. Common seal of ………….. has been affixed in my/our presence
pursuant to the Board of Director's
Resolution dated .................
For Lead Partner (Signature of authorized representative)
Name ………………………………
Designation……………………..
155
WITNESSES
1. …………………………………… 2. …………………………………
(Signature) (Signature)
Name ………………………….. Name ………………………..
……………………………………. ……………………………….
(Official address) (Official address)
Common Seal of the Company
Signature ……………………………….
Name ………………………………..
Designation ……………………….
156
ANNEXURE-V
PERFORMA OF BID BANK GUARANTEE (For Bid Security)
(Bank Guarantee in lieu of 80% of bid security on non-judicial Stamp Paper of Rajasthan
Government worth Rs.100.00 or of the value as required under Rajasthan State Stamp Duty
Act)
To,
The Director (Technical),
Rajasthan Solar Park Development Company Ltd.,
E-166, Yudhishthir Marg, C-scheme,
JAIPUR.
1. Whereas ……………………..(name of the Bidder) ( hereinafter called the Bidder) has
submitted its bid dated………….(date of submission of bid) for the construction of
………..(name of contract)(hereinafter called " the Bid").
2. Know all people by these presents that WE……………..(name of bank) of ……………..(name of country), having our registered office at…………………..(addresses of bank) ( hereinafter
called " the Bank"), are bound into…………………..(name of Purchaser) (hereinafter called "
the Purchaser") in the sum of Rs.* for which payment well and truly to be
made to the said Purchaser, the Bank bids itself, its successors, and assigns by these
presents. Sealed with the Common Seal of the said Bank this ……………day of ……………20…………
3. The conditions of this obligation are:
(i) If the Bidder withdraws its Bid during the period of bid. Validity specified by the Bidder
in the Bid Form:
or (ii) If the bidder refuses to accept the correction of error in his Bid;
or
(iii) If the Bidder, having been notified of the acceptance of its Bid by the Purchaser during
the period of bid validity.
(a) Fails or refuses to execute the Contract Agreement, if required: or
(b) Fails or refuses to furnish the performance security, in accordance with the General
Conditions of Contract.
4. We undertake to pay the purchaser up to the above amount upon receipt of its first written
demand, without the purchaser having to substantiate its demand, provided that in its
demand the Purchaser will note that the amount claimed by it is due to it owing to the occurrence of one or all of the three conditions specifying the occurred condition or
conditions.
5. The decision of the Managing Director, RAJASTHAN SOLAR PARK DEVELOPMENT
COMPANY LTD, JAIPUR shall be final whether breach has been committed on the right to demand the amount of guarantee from us which has accrued to the purchaser.
6. This guarantee shall not cease or determine, if the purchaser grants time or indulgence or
vary the terms of the contract with the Contractor or without our consent or knowledge.
7. The guarantee herein contained shall not be affected by any change in the constitution of
the Contractor.
157
8. We……………………further undertake not to evoke this guarantee during its currency
except with the previous consent of Managing Director, RAJASTHAN SOLAR PARK
DEVELOPMENT COMPANY LTD, JAIPUR.
9. All disputes arising under the said guarantee between the Bank and the Company or
between the Contractor and the Company pertaining to the guarantee shall be subject to
the jurisdiction of Courts in Jaipur, Rajasthan alone.
10. This guarantee will remain in force up to and including one hundred eighty (180) days after the date of the opening of bids, i.e. up to ………………., with a further grace period of
Ninety (90 ) days and any demand in respect thereof should reach the Bank not later
than the above date.
Your‟s faithfully,
Bankers (EXECUTANT)
Signed by the above named Bank in presence of:
(Signature with full Name and Address)
Witness:
1.___________________
2.___________________ Attested by Notary Public, First Class Magistrate or directly confirmed by the executing bank.
* The Bidder should insert the amount of the guarantee in words and figures denominated in
the currency of bid. This figure should be same as shown in clause No.1.03 of the instruction
to bidders.
Note: In case the bid is submitted by a Joint Venture, the Bid Bank guarantee shall be in the name of Lead partner or in the name of joint venture partners submitting the Bid
covering all the partners of the joint venture.
158
ANNEXURE-VI (1A)
SCHEDULE OF TENTATIVE QUANTITY FOR TOWER MATERIAL AND GI NUTS & BOLTS
220KV D/C lines from Nokh Solar Park Pooling Sub-stations to PGCIL‟s 765kV GSS,
Bhadla-II (60.45 KMs) and internal 220kV D/C & S/C Tr. lines (11.00 KMs)
Sr. Description of Tower Material Unit Tentative Ceiling
Unit
Weight in
MT
Total
Weight of
Tower in
MT
No. Quantity
1 220KV D/C TTA Stub Nos. 156 0.205
220KV D/C TTA Super Structure Nos. 156 4.339 220KV D/C TTA alongwith Stub Nos. 156 4.544 708.864 220KV D/C TTB Stub Nos. 35 0.316 220KV D/C TTB Super Structure Nos. 35 6.65
220KV D/C TTB alongwith Stub Nos. 35 6.966 243.81 220KV D/C TTC Stub Nos. 30 0.397 220KV D/C TTC Super Structure Nos. 30 7.5 220KV D/C TTC alongwith Stub Nos. 30 7.897 236.91
220KV D/C TTD Stub Nos. 26 0.549 220KV D/C TTD Super Structure Nos. 26 8.867 220KV D/C TTD alongwith Stub Nos. 26 9.416 244.816
+3 MTR. EXTENSION OF 220KV D/C TTA Nos. 9 0.745 6.705
+6 MTR. EXTENSION OF 220KV D/C TTA Nos. 6 1.495 8.97
+3 MTR. EXTENSION OF 220KV D/C TTB Nos. 4 1.326 5.304
+6 MTR. EXTENSION OF 220KV D/C TTB Nos. 4 2.169 8.676
+3 MTR. EXTENSION OF 220KV D/C TTC Nos. 4 1.525 6.1
+6 MTR. EXTENSION OF 220KV D/C TTC Nos. 4 2.606 10.424
+3 MTR. EXTENSION OF 220KV D/C TTD Nos. 3 1.657 4.971
+6 MTR. EXTENSION OF 220KV D/C TTD Nos. 2 2.64 5.28
SST OF 220KV D/C TTA Nos. 2 0.582 1.164
SST OF 220KV D/C TTB Nos. 1 1.066 1.066
SST OF 220KV D/C TTC Nos. 1 1.111 1.111
SST OF 220KV D/C TTD Nos. 1 1.302 1.302
2 220KV S/C TTA Stub Nos. 6 0.14
220KV S/C TTA Super Structure Nos. 6 2.736
220KV S/C TTA alongwith Stub Nos. 6 2.876 17.256
220KV S/C TTB Stub Nos. 1 0.223
220KV S/C TTB Super Structure Nos. 1 3.622
220KV S/C TTB alongwith Stub Nos. 1 3.845 3.845
220KV S/C TTC Stub Nos. 1 0.267
220KV S/C TTC Super Structure Nos. 1 3.771
220KV S/C TTC alongwith Stub Nos. 1 4.038 4.038
220KV S/C TTD Stub Nos. 3 0.327
220KV S/C TTD Super Structure Nos. 3 4.93
220KV S/C TTD alongwith Stub Nos. 3 5.257 15.771
+3 MTR. EXTENSION OF 220KV S/C TTA Nos. 1 0.436 0.436
+6 MTR. EXTENSION OF 220KV S/C TTA Nos. 0 0.905 0
+3 MTR. EXTENSION OF 220KV S/C TTB Nos. 0 0.72 0
+6 MTR. EXTENSION OF 220KV S/C TTB Nos. 0 1.201 0
+3 MTR. EXTENSION OF 220KV S/C TTC Nos. 0 0.612 0
+6 MTR. EXTENSION OF 220KV S/C TTC Nos. 0 1.263 0
+3 MTR. EXTENSION OF 220KV S/C TTD Nos. 1 0.848 0.848
159
+6 MTR. EXTENSION OF 220KV S/C TTD Nos. 0 1.701 0
SST OF 220KV S/C TTA Nos. 1 0.352 0.352
SST OF 220KV S/C TTB Nos. 1 0.673 0.673
SST OF 220KV S/C TTC Nos. 1 0.434 0.434
SST OF 220KV S/C TTD Nos. 1 0.596 0.596
3 220kV D/C MCTA (Multi-circuit) Stub Nos. 5 0.431
220kV D/C MCTA (Multi-circuit) Super
structure
Nos. 5 11.45
220kV D/C MCTA (Multi-circuit) alongwith
Stub
Nos. 5 11.881 59.405
220kV D/C MCTB (Multi-circuit) Stub Nos. 1 0.718
220kV D/C MCTB (Multi-circuit) Super
structure
Nos. 1 16.303
220kV D/C MCTB (Multi-circuit) alongwith
Stub
Nos. 1 17.021 17.021
220kV D/C MCTC (Multi-circuit) Stub Nos. 1 0.907
220kV D/C MCTC (Multi-circuit) Super
structure
Nos. 1 19.084
220kV D/C MCTC (Multi-circuit) alongwith
Stub
Nos. 1 19.991 19.991
220kV D/C MCTD (Multi-circuit) Stub Nos. 3 0.966
220kV D/C MCTD (Multi-circuit) Super
structure
Nos. 3 25.451
220kV D/C MCTD (Multi-circuit) alongwith
Stub
Nos. 3 26.417 79.251
4 Stub of 220KV D/C Special tower Nos. 2 0.341
Super Structure of 220KV D/C Special tower Nos. 2 5.767
220KV D/C Special tower alongwith stub Nos. 2 6.108 12.216
+4.5Mtr. Extn. of 220KV D/C Special tower Nos. 1 1.5 1.5
+9Mtr. Extn. of 220KV D/C Special tower Nos. 1 3.063 3.063
+18Mtr. Extn. of 220KV D/C Special tower Nos. 1 6.248 6.248
SST of 220KV D/C Special tower Nos. 1 1.258 1.258
5 GSS Structure AT1 Nos. 12 2.478 29.736
AB1 Beam Nos. 8 1.468 11.744
TOTAL WEIGHT OF TOWER MATERIAL MT. 1781.155
160
ANNEXURE-VI (1B)
SCHEDULE OF TENTATIVE QUANTITY FOR TOWER MATERIAL AND G.I. NUTS & BOLTS
220KV D/C lines from Nokh Solar Park Pooling Sub-stations to PGCIL‟s 765kV GSS,
Bhadla-II (60.45 KMs) and internal 220kV D/C & S/C Tr. lines (11.00 KMs)
Sr.
No.
Description of Tower Material UNIT Tentative
Quantity
(MT)
Ceiling Unit
Weight in
MT
Total Weight
of Tower in
MT
5 G.I. NUTS & BOLTS
16 X 35 mm MT 21.95
16 X 40 mm MT 21.28
16 X 45 mm MT 11.67
16 X 50 mm MT 5.60
16 X 55 mm MT 3.24
16 X 60 mm MT 0.38
16 X 65 mm MT 1.34
16 X 70 mm MT 0.34
16 X 75 mm MT 0.96
6 TOTAL WEIGHT OF G.I. NUTS &
BOLTS
MT
66.75
NOTE: Quantity indicated in the above schedule is tentative. The successful bidder will prepare
the complete bill of material after the check survey is completed and profile is approved
by the purchaser. The final bill of material shall also be checked and approved by the
engineer/purchaser and the payment will be made on the basis of such approved quantities of towers and associated line material.
161
ANNEXURE-VI (2A)
SCHEDULE OF TENTATIVE QUANTITY FOR TOWER MATERIAL AND G.I. NUTS & BOLTS
LINE:- 132KV S/C line (on D/C Towers) for Godawari Solar power plant (4.40 Kms)
Sr.
NO.
DESCRIPTION OF TOWER MATERIAL UNIT TENTATIVE
QUANTITY
CEILING
UNIT
WEIGHT IN
MT
TOTAL
WEIGHT
OF TOWER
IN MT
1 132KV D/C TTA Stub Nos. 12 0.166
132KV D/C TTA Super Structure Nos. 12 2.949
132KV D/C TTA alongwith Stub Nos. 12 3.115 37.38
132KV D/C TTB Stub Nos. 1 0.247
132KV D/C TTB Super Structure Nos. 1 3.301
132KV D/C TTB alongwith Stub Nos. 1 3.548 3.548
132KV D/C TTC Stub Nos. 2 0.262
132KV D/C TTC Super Structure Nos. 2 3.744
132KV D/C TTC alongwith Stub Nos. 2 4.006 8.012
132KV D/C TTD Stub Nos. 5 0.454
132KV D/C TTD Super Structure Nos. 5 4.849
132KV D/C TTD alongwith Stub Nos. 5 5.303 26.515
+3 MTR. EXTENSION OF 132KV D/C TTA Nos. 1 0.483 0.483
TOTAL WEIGHT OF TOWER MATERIAL MT 75.938
162
ANNEXURE-VI (2B)
SCHEDULE OF TENTATIVE QUANTITY FOR TOWER MATERIAL AND G.I. NUTS & BOLTS
LINE:- 132KV S/C line (on D/C Towers) for Godawari Solar power plant (4.40 Kms)
S.
NO.
Description of Tower Material Unit Tentative
Quantity (MT)
Ceiling Unit
Weight in MT
Total Weight of
Tower in MT
1 G.I. NUTS & BOLTS
16 X 35 mm MT. 0.9636
16 X 40 mm MT. 1.067
16 X 45 mm MT. 0.3303
16 X 50 mm MT. 0.1982
16 X 55 mm MT. 0.0555
16 X 60 mm MT. 0.164
TOTAL WEIGHT OF G.I. NUTS &
BOLTS
MT.
2.78
NOTE: Quantity indicated in the above schedule is tentative. The successful bidder will prepare
the complete bill of material after the check survey is completed and profile is approved
by the purchaser. The final bill of material shall also be checked and approved by the engineer/ purchaser and the payment will be made on the basis of such approved
quantities of towers and associated line material.
ANNEXURE-VI (3)
SCHEDULE OF TENTATIVE QUANTITY OF 132KV TOWER MATERIAL TO BE DISMANTLED
LINE:- 132KV existing S/C line (on D/C Towers) of Godawari Solar power plant (3.10 Kms)
S. No. Particulars Tentative
Quantity
1 Dismantling of Towers:
Dismantling of super structures: Dismantling of 132kV D/C tower of S/C line
having super structure along with extensions having tack welded Bolts & Nuts
(in any tower) including removing of D-shackles, hungers, U-bolt, Step bolt,
ACD, Danger Plate, Number Plate, Phase Plates of all type of towers &
collecting the same at one place.
10 Nos.
2. De-stringing of conductor/Earth wire:
(A) De-stringing of ACSR 3 Nos. Panther conductor, dismantling of
vibration dampers & armour rods, removal of conductor from clamps &
fitting in rollers, de-tensioning, de-hoisting of insulator string as required
and collecting the material at one place.
3.10 Kms.
(B) De-stringing of Earth wire:
De-stringing of Earth wire, dismantling of earth bonds, vibration dampers,
de-clipping & fitting in rollers, de-tensioning and collecting the material
and collecting the material at one place.
3.10 Kms.
163
ANNEXURE-VII
CEILING WEIGHT (FOR PAYMENT PURPOSE) OF VARIOUS TOWER MATERIAL
S.No. Description of Tower Material Per Unit Ceiling Weight in MT
1 220KV D/C TTA STUB 0.205
2 220KV D/C TTA SUPERSTRUCTURE 4.339
3 220KV D/C TTA ALONGWITH STUB 4.544
4 220KV D/C TTB STUB 0.316
5 220KV D/C TTB SUPERSTRUCTURE 6.650
6 220KV D/C TTB ALONGWITH STUB 6.966
7 220KV D/C TTC STUB 0.397
8 220KV D/C TTC SUPERSTRUCTURE 7.500
9 220KV D/C TTC ALONGWITH STUB 7.897
10 220KV D/C TTD STUB 0.549
11 220KV D/C TTD SUPERSTRUCTURE 8.867
12 220KV D/C TTD ALONGWITH STUB 9.416
13 +3 MTR. EXTENSION OF 220KV D/C TTA 0.745
14 +6 MTR. EXTENSION OF 220KV D/C TTA 1.495
15 +3 MTR. EXTENSION OF 220KV D/C TTB 1.326
16 +6 MTR. EXTENSION OF 220KV D/C TTB 2.169
17 +3 MTR. EXTENSION OF 220KV D/C TTC 1.525
18 +6 MTR. EXTENSION OF 220KV D/C TTC 2.606
19 +3 MTR. EXTENSION OF 220KV D/C TTD 1.657
20 +6 MTR. EXTENSION OF 220KV D/C TTD 2.640
21 SST OF 220KV D/C TTA 0.582
22 SST OF 220KV D/C TTB 1.066
23 SST OF 220KV D/C TTC 1.111
24 SST OF 220KV D/C TTD 1.302
25 220KV S/C TTA STUB 0.140
26 220KV S/C TTA SUPERSTRUCTURE 2.736
27 220KV S/C TTA ALONGWITH STUB 2.876
28 220KV S/C TTB STUB 0.223
29 220KV S/C TTB SUPERSTRUCTURE 3.622
30 220KV S/C TTB ALONGWITH STUB 3.845
31 220KV S/C TTC STUB 0.267
32 220KV S/C TTC SUPERSTRUCTURE 3.771
33 220KV S/C TTC ALONGWITH STUB 4.038
34 220KV S/C TTD STUB 0.327
35 220KV S/C TTD SUPERSTRUCTURE 4.930
36 220KV S/C TTD ALONGWITH STUB 5.257
37 +3 MTR. EXTENSION OF 220KV S/C TTA 0.436
38 +6 MTR. EXTENSION OF 220KV S/C TTA 0.905
39 +3 MTR. EXTENSION OF 220KV S/C TTB 0.720
40 +6 MTR. EXTENSION OF 220KV S/C TTB 1.201
41 +3 MTR. EXTENSION OF 220KV S/C TTC 0.612
42 +6 MTR. EXTENSION OF 220KV S/C TTC 1.263
43 +3 MTR. EXTENSION OF 220KV S/C TTD 0.848
44 +6 MTR. EXTENSION OF 220KV S/C TTD 1.701
45 SST OF 220KV S/C TTA 0.352
46 SST OF 220KV S/C TTB 0.673
47 SST OF 220KV S/C TTC 0.434
164
48 SST OF 220KV S/C TTD 0.596
49 220KV D/C SPECIAL TOWER STUB 0.341
50 220KV D/C SPECIAL TOWER SUPERSTRUCTURE
5.767
51 220KV D/C SPECIAL TOWER ALONGWITH STUB 6.108
52 +4.5 MTR. EXTENSION OF 220KV D/C SPECIAL TOWER
1.500
53 +9 MTR. EXTENSION OF 220KV D/C SPECIAL TOWER
3.063
54 +18 MTR. EXTENSION OF 220KV D/C SPECIAL TOWER
6.248
55 SST OF 220KV D/C SPECIAL TOWER 1.258
56 220kV D/C MCTA (Multi-circuit) Stub 0.431
57 220kV D/C MCTA (Multi-circuit) Super structure 11.45
58 220kV D/C MCTA (Multi-circuit) alongwith Stub 11.881
59 220kV D/C MCTB (Multi-circuit) Stub 0.718
60 220kV D/C MCTB (Multi-circuit) Super structure 16.303
61 220kV D/C MCTB (Multi-circuit) alongwith Stub 17.021
62 220kV D/C MCTC (Multi-circuit) Stub 0.907
63 220kV D/C MCTC (Multi-circuit) Super structure 19.081
64 220kV D/C MCTC (Multi-circuit) alongwith Stub 19.991
65 220kV D/C MCTD (Multi-circuit) Stub 0.966
66 220kV D/C MCTD (Multi-circuit) Super structure 25.451
67 220kV D/C MCTD (Multi-circuit) alongwith Stub 26.417
68 132KV D/C TTA STUB 0.166
69 132KV D/C TTA SUPERSTRUCTURE 2.949
70 132KV D/C TTA ALONGWITH STUB 3.115
71 132KV D/C TTB STUB 0.247
72 132KV D/C TTB SUPERSTRUCTURE 3.301
73 132KV D/C TTB ALONGWITH STUB 3.548
74 132KV D/C TTC STUB 0.262
75 132KV D/C TTC SUPERSTRUCTURE 3.744
76 132KV D/C TTCALONGWITH STUB 4.006
77 132KV D/C TTD STUB 0.454
78 132KV D/C TTD SUPERSTRUCTURE 4.849
79 132KV D/C TTD ALONGWITH STUB 5.303
80 +3 MTR. EXTENSION OF 132KV D/C TTA 0.483
81 +6 MTR. EXTENSION OF 132KV D/C TTA 0.994
82 +3 MTR. EXTENSION OF 132KV D/C TTB 0.627
83 +6 MTR. EXTENSION OF 132KV D/C TTB 1.140
84 +3 MTR. EXTENSION OF 132KV D/C TTC 0.830
85 +6 MTR. EXTENSION OF 132KV D/C TTC 1.475
86 +3 MTR. EXTENSION OF 132KV D/C TTD 0.896
87 +6 MTR. EXTENSION OF 132KV D/C TTD 1.719
88 SST OF 132KV D/C TTA 0.396
89 SST OF 132KV D/C TTB 0.510
90 SST OF 132KV D/C TTC 0.637
91 SST OF 132KV D/C TTD 0.698
92 132KV S/C TTA STUB 0.124
93 132KV S/C TTA SUPERSTRUCTURE 1.901
94 132KV S/C TTA ALONGWITH STUB 2.025
95 132KV S/C TTB STUB 0.148
96 132KV S/C TTB SUPERSTRUCTURE 2.290
165
97 132KV S/C TTB ALONGWITH STUB 2.438
98 132KV S/C TTC STUB 0.179
99 132KV S/C TTC SUPERSTRUCTURE 2.220
100 132KV S/C TTCALONGWITH STUB 2.399
101 132KV S/C TTD STUB 0.272
102 132KV S/C TTD SUPERSTRUCTURE 2.975
103 132KV S/C TTD ALONGWITH STUB 3.247
104 +3 MTR. EXTENSION OF 132KV S/C TTA 0.428
105 +6 MTR. EXTENSION OF 132KV S/C TTA 0.961
106 +3 MTR. EXTENSION OF 132KV S/C TTB 0.452
107 +6 MTR. EXTENSION OF 132KV S/C TTB 1.004
108 +3 MTR. EXTENSION OF 132KV S/C TTC 0.445
109 +6 MTR. EXTENSION OF 132KV S/C TTC 0.979
110 +3 MTR. EXTENSION OF 132KV S/C TTD 0.670
111 +6 MTR. EXTENSION OF 132KV S/C TTD 1.450
112 SST OF 132KV S/C TTA 0.305
113 SST OF 132KV S/C TTB 0.389
114 SST OF 132KV S/C TTC 0.489
115 SST OF 132KV S/C TTD 0.449
116 132KV D/C NARROW BASE TTB STUB 0.366
117 132KV D/C NARROW BASE TTB SUPER STRUCTURE
4.602
118 132KV D/C NARROW BASE TTB ALONGWITH STUB
4.968
119 SST OF 132KV D/C NARROW BASE TTB 0.222
166
ANNEXURE-VIII
ADVANCE BANK GUARANTEE
(Advance Bank Guarantee on non-judicial stamp paper of Rajasthan Govt. of requisite value)
The Director (Tech), GUARANTEE NO.______
Rajasthan Solar Park Development Company Ltd, DATE ______________
JAIPUR (RAJ.) AMOUNT ____________
DATE OF VALIDITY___________
DATE OF VALIDITY WITH GRACE PERIOD___________
THIS DEED OF GUARANTEE is made this day _____________of ____________ of the year
_________ between the Managing Director, Rajasthan Solar Park Development Company Ltd
(which expression shall unless excluded by or repugnant to the context includes his successors,
assigns and his authorized representatives, hereinafter called “The Purchaser”) of the one part and
the _________________________,having its Head office at ________________________________
hereinafter called “The Bank” (which expression shall unless excluded by or repugnant to the
context includes its successors and assigns) of the other part.
WHEREAS MESSERS ________________________________(hereinafter called “The Contractor”),
having their/its Registered/Head office at _____________________, agreed to supply the material to the
Managing Director, Rajasthan Solar Park Development Company Ltd against Purchase order No._______
dated______________(hereinafter referred to as the contract).
AND WHEREAS in terms of the Purchase Order, the purchaser has agreed to pay to the
contractor an amount of Rs.___________________ (Rupees ________________) as advance against
submission, by the said contractor, of a Bank Guarantee for a like sum.
AND WHEREAS the said purchaser has agreed to accept a Bank Guarantee from
_________________, the Bankers of the said contractor.
AND WHEREAS at the request of the contractor the Bank has agreed to execute these presents.
NOW THIS INDENTURE WITNESS AND IT IS HEREBY AGREED AND DECLARED by the
and between the parties hereto as follows:
1. We, _________________ hereby irrevocably guarantee the due fulfillment by the said
contractor of the said purchase/work order regarding supply of materials of the agreed
manufacturers make and we also hereby guarantee payment to the said purchaser up to and not
exceeding altogether a sum of ___________(Rupees____________________ ), if the
delivery of the material/equipments and completion of substation/bay/line is delayed from the
date of contractual delivery/completion period to the date of actual delivery/completion and / or
the amount if any payable by the contractor to the said purchaser on account of any breach on the
part of said contractor in the performance of the said purchase order regarding supply and
erection of material for ___________________
2. The decision of the Managing Director, Rajasthan Solar Park Development Company Ltd, Jaipur
shall be final whether breach has been committed on the right to demand the amount of guarantee
from us which has accrued to the purchaser.
3. This guarantee shall not ceases or determine, if the purchaser grants time or indulgence or vary
the terms of the contract with the contractor or without our consent or knowledge.
4. The guarantee herein contained shall not be affected by any change in the constitution of the
contractor.
167
5. We, _____________________ further undertake not to evoke this guarantee during its
currency except with the previous consent of the Managing Director, Rajasthan Solar Park
Development Company Ltd, Jaipur.
6. All disputes arising under the said guarantee between the Bank and the Company or between the
contractor and the Company pertaining to the guarantee shall be subject to the jurisdiction of
Courts in Jaipur, Rajasthan alone.
7. This guarantee shall become operative on the day on which the said advance payment of Rs.
______________ is received by the contractor.
8. NOT WITHSTANDING anything contained herein before, our liability under this guarantee is
restricted to Rs. _____________ (Rupees_________________) if the delivery of material and
completion of substation/bay/line is delayed from the date of contractual delivery/ completion
period to the date of actual delivery/completion.
9. Our guarantee shall remain in force until ____ or 90 days from the date of actual taking over of
the substation/bay/line whichever is later, but not later than _______, unless a demand or claim in
writing is presented to us under the guarantee within six months from that date i.e. on or before
_________ all the rights of the owner under the said guarantee shall be forfeited and we shall
be released and discharged from all liabilities there-under.
Dated this _________________day __________ of the year _____
Yours faithfully,
Bankers (Executent)
Signed by the above named Bank in presence of :-
(Signature with full Name and Address)
Witness :
1.___________________
2.___________________
Attested by Notary Public, First Class Magistrate or directly confirmed by the executing bank.
Note:- In case the bid is submitted by a Joint Venture, the Bid Bank guarantee shall be in the name
of Lead partner or in the name of joint venture partners submitting the Bid covering all the
partners of the joint venture.
168
ANNEXURE-IX
SECURITY BANK GUARANTEE
(On non-judicial stamp paper of requisite value)
Bank Guarantee in lieu of Security deposit on non-judicial stamp paper of Rajasthan Govt. worth Rs-
---------(stamp paper value as required as per RSDCL norms).
The Director (Technical),
Rajasthan Solar Park Development Company Ltd,
Jaipur (Raj.)-302001.
In consideration of the Managing Director, Rajasthan Solar Park Development Company Ltd,
Jaipur (hereinafter called the Purchaser) having agreed that in respect of order No.______ dated
______ (hereinafter) referred to as contract) placed with M/s. ______________________ having
their registered office at _________________________ (hereinafter called the contractor) the
contractor need not furnish the security deposit in cash and/or Bank draft. We the
_______(hereinafter called the Bank) undertake to pay the purchaser on demand the sum or sums
of money payable as security deposit by the contractor in respect of Order No. ___________ dated
_________ placed by the Company with the contractor subject to the following terms & conditions.
(1) Payment pursuant in this undertaking will be demanded by the purchaser from the Bank and
will be met by the Bank without question in the case in which the Contractor, on receipt of
the order and/or after the acceptance of this tender has been communicated to him by the
purchaser, make default in entering into an agreement or having entered into such Agreement
or otherwise the contractor makes default in carrying out the contract thereof. As to whether the
occasion or ground is arisen for such demand the decision of the Managing Director, Rajasthan
Solar Park Development Company Ltd and any other officer exercising the powers of Managing
Director, Rajasthan Solar Park Development Company Ltd shall be final.
(2) The liability of the Bank shall not at any time exceed to Rs. _________ (Rupees
__________________________________)
(3) The undertaking will be determined on ___________ but will not withstanding such
determination, continue to be in force till the expiry of 3 months from the date of completion of
lot of 220KV & 132KV transmission line(s) (including 132kV dismantling work) complete in
all respect as per specification against the aforesaid order.
(4) No variation in the terms of tender, acceptance or agreement as between the contractor and
the purchaser made without the purchaser's consent shall discharge this undertaking.
(5) No indulgence or grant of time by the purchaser to the contractor without the acknowledgement
of the Bank will discharge the liabilities of the Bank under this guarantee.
(6) The guarantee herein contained shall not be affected by any change in the constitution of the
contractor.
(7) Notwithstanding anything contained herein before the Bank's liability under this guarantee is
restricted to Rs.__________ (Rupees ___________________________) and the guarantee
shall remain in force up to _______________ unless demand or claim in writing is presented
on the Bank within 3 months from the date, the Bank shall be released and discharged
from all liabilities there under.
(8) All disputes arising under the said guarantee between the Bank and the COMPANY or between
the contractor and the Company pertaining to the guarantee shall be subject to the jurisdiction of
Courts only at Jaipur in Rajasthan.
169
(9) The Bank further undertakes not to revoke this guarantee during its currency except with the
previous consent of the Managing Director, RSDCL.
IN WITNESS WHEREOF the Bank has executed these presents the day __________ and year
_________________.
Yours faithfully,
EXECUTANT
Signed by the above named Bank in presence of :-
(Signature with full Name and Address)
Witness:
1.___________________
2.___________________
Attested by Notary Public, First Class Magistrate or directly confirmed by the executing bank.
Note:- In case the bid is submitted by a Joint Venture, the Bid Bank guarantee shall be in the name
of Lead partner or in the name of joint venture partners submitting the Bid covering all the
partners of the joint venture.
170
ANNEXURE-X
Performance Bank Guarantee Form (On Non-judicial Stamp Paper of requisite value)
To, The Director (Tech), Rajasthan Solar Park Development Company Ltd, Jaipur. Dear Sir, THIS DEED OF GUARANTEE is made this day __________ of __________________ of the year_________between the Managing Director, Rajasthan Solar Park
Development Company Ltd (which expression shall unless excluded by or repugnant to the context includes his successors and assignees) of the one part and the _________________________ hereinafter called "The Bank" (which expression shall unless excluded by or repugnant to the context includes its successors and assignees) of the other part. WHEREAS MESSERS ________________________ (hereinafter called contractor) agreed for supply of material and equipments and erection, testing and successful commissioning of lots of 220KV & 132KV transmission line(s) (Name of line, Materials, works) to Managing Director, Rajasthan Solar Park Development Company Ltd against Order No._________________dated _____ (hereinafter referred to as the contract). AND WHEREAS as per the terms of the contract, it was provided that the contractors should furnish a Bank Guarantee equivalent to ________% of the total contract value (supply of material/equipments, ETC charges and associated cost of civil works) by way of security for supplying free of cost any material/equipment/ carrying out of erection/ commissioning and civil works that may be required due to defect arising from faulty materials, design and workmanship, so as to make it meet the guarantee and requirements of the contract. AND WHEREAS at the request of the contractors, the Bank has agreed to execute these present. NOW, THIS INDENTURE WITNESS AND IT IS HEREBY AGREED AND DECLARED by and between the parties hereto as follows:
1. The Bank hereby guarantees to the Managing Director, Rajasthan Solar Park Development Company Ltd, the fulfillment by the contractors of the various obligations imposed on them under the aforesaid contract including the obligations of the contractors to supply and install materials/equipments and test/ commission the equipments of the good quality and workmanship and the bank further guarantees to the Rajasthan Solar Park Development Company Ltd that the contractors shall substitute and supply and install, commission free of cost any material, equipment that may be required due to defects arising from faulty material, design and workmanship and the Bank undertakes to indemnity and keep the Managing Director, Rajasthan Solar Park Development Company Ltd indemnified to the extent of Rs._________(in words Rupees ____________) against any loss or damage may be caused to or suffered by the Rajasthan Solar Park Development Company Ltd by reason of any failure by the contractors to supply
171
and install materials/ equipments of good quality, design and workmanship as aforesaid and further undertake to pay to the Managing Director, Rajasthan Solar Park Development Company Ltd on demand a sum not exceeding Rs.________ (Rupees ________________) in the event of the contractor falling or neglecting to perform and discharge the aforesaid duties and obligations on their part to be observed and performed under the said contract.
The decision of the Managing Director, Rajasthan Solar Park Development Company Ltd as to where the contractor have failed or neglected to perform or discharge their duties and obligations as aforesaid and as to the amount payable to the Managing Director, Rajasthan Solar Park Development Company Ltd by the Bank herein shall be final and binding on the Bank.
2. The guarantee herein contained shall remain in full force and effect during the
performance period that would be taken for the performance of the said contract
and it shall continue to be enforceable till all the obligations to the Rajasthan Solar Park Development Company Ltd under or by force of the contract have been fully and properly discharged by the said contractor(s), subject however, to the conditions that the Rajasthan Solar Park Development Company Ltd will have no right under this guarantee after 12 months from the date of handing over of lot of Transmission line(s) to RSDCL complete in all respect after its successful commissioning provided further that if any, claim arises by virtue of this guarantee before the aforesaid date, the same shall be enforceable against this bank notwithstanding the fact that the same is enforced after the aforesaid date.
The general guarantee period for all equipments, items, works against this contract shall be 12 months from completion of lot of Transmission line(s) & it‟s handing over to RSDCL and up to extended guarantee period if any as per provisions of contract.
3. The guarantee herein contained shall not be affected by any change in the
constitution of the contractor(s) or Bank. 4. The Managing Director, Rajasthan Solar Park Development Company Ltd shall have
the fullest liberty without affecting the guarantee to postpone for any time and from time to time any of the powers exercisable by the COMPANY against contractor(s) and either to enforce or forebear from enforcing any of terms and conditions of the said contract and the Bank shall not be released from its liability under this guarantee and exercise of the Rajasthan Solar Park Development Company Ltd. of the liberty with reference to the matter resaid or by the reasons time being given to the contractor(s)or any other forbearance act or omission on the part of the Rajasthan Solar Park Development Company Ltd to the contractors or by any other matter or thing whatsoever which under the law relating to the sureties shall but
for this provision have the effect of so releasing the bank from such liability. 5. The Bank further undertakes not to revoke the guarantee during its currency
except with the previous consent of the Managing Director, Rajasthan Solar Park Development Company Ltd in writing.
6. All disputes arising under the said guarantee, between the Bank and the Company
or between the contractor and the Company pertaining to the guarantee, shall be subject to the jurisdiction of Courts, only at Jaipur in Rajasthan alone.
7. Notwithstanding anything contained herein before, the Bank's liability under this
guarantee is restricted to Rs._________ (Rupees _____________ and the guarantee
172
shall remain in force up to __________________________________ unless demand or claim in writing is presented on the Bank within six months from that date, the Bank shall be released and discharged from all liabilities there under. However, the validity of the bank guarantee shall be extended as and when required by the Company.
8. IN WITNESS WHERE OF THE BANK HAS executed these presents the days and
year written above.
Yours faithfully,
EXECUTANT Signed by the above named Bank in presence of:-
(Signature with full Name and Address) Witness: 1.___________________ 2.___________________ Attested by Notary Public, First Class Magistrate or directly confirmed by the executing bank. Note:- In case the bid is submitted by a Joint Venture, the Bid Bank guarantee shall
be in the name of Lead partner or in the name of joint venture partners submitting the Bid covering all the partners of the joint venture.
173
ANNEXURE-XI
PROFORMA OF APPLICATION FOR PAYMENT
Project :
Equipment package : Date :
Name of Contractor : Contract No. :
Contract Value : Contract Name:
Unit reference : Application Serial number:
To
Director (Finance),
Rajasthan Solar Park Development Company Ltd,
Jaipur.
Dear Sir,
APPLICATION FOR PAYMENT
1. Pursuant to the above referred Contract Dated ...... the undersigned hereby
applies for payment of the sum of .………….
2. The above amount is on account of:(check whichever applicable).
(i) Initial advance (Schedule**)
(ii) Progressive payment against dispatch of equipment (Schedule **)
(iii) Progressive payment against Erection (Schedule**)
(iv) Inland transportation (Schedule**)
(v) Inland insurance
(vi) Extra work not specified in contract
(Ref. Contract change order No.................)
(vii) Other (specify)
(viii) Final payment (Schedule**)
as detailed in the attached schedule(s) which form an integral part of this application.
3. The payment claimed is as per item(s) No. (s)...... of the payment schedule annexed to
the above mentioned Contract.
4. The application consists of this page, a summary of claim statement (Schedule**), and
the following signed schedule
1. ...................................................
2. ...................................................
174
3. ...................................................
The following documents are also enclosed
1. ...................................................
2. ...................................................
3. ...................................................
Signature of Contractor/
Authorized Signatory
* Application for payment will be made to Director (Fin), RSDCL, Jaipur with copy to the
Director (Tech) designated for this purpose at the time of award of the contract.
** Proforma for the Schedules will be mutually discussed and agreed to during the
finalisation of the Contract Agreement.
175
RAJASTHAN SOLAR PARK DEVELOPMENT COMPANY LIMITED
SECTION-IV
(SCHEDULES)
FOR
CONSTRUCTION OF FOLLOWING TRANSMISSION LINES
Lot-1: This consists of following lines:
(i) 220 kV D/C line from Park Pooling Station-1 to PGCIL 765 kV GSS, Bhadla-II: 28.85 Kms.
(ii) 220 kV D/C line from Park Pooling Station -4 to PGCIL 765 kV GSS, Bhadla-II: 31.60 Kms.
(iii) 220 kV D/C line from Park Pooling Station -1 to Park Pooling Station - 2: 6.49 Kms.
(iv) 220 kV D/C line from Park Pooling Station -3 to Park Pooling Station - 4: 1.87 Kms. (v) 220 kV S/C line from Park Pooling Station -2 to Park Pooling Station - 3: 2.64 Kms.
Lot-2: This consists of following work & line:
(i) Dismantling of existing 132kV S/C Tr. line (on 132kV D/C Towers) of Godawari Plant
at Nokh- 3.10 Kms.
(ii) Construction of new 132kV S/C Tr. line (on 132kV D/C Towers) for Godawari Plant at Nokh- 4.40 Kms.
TURNKEY PROJECT
UNDER
SPECIFICATION No. RSDCL/D(T)/LINE/SP/TK/ TN No. (02/2019-20)
176
SCHEDULE-I (B)
(Must be filled in by the bidder and uploaded with Technical Bid)
To,
The Director (Technical),
Rajasthan Solar Park Development Company Ltd.,
JAIPUR.
Dear Sir,
With reference to your invitation to the tender against specification No. /RSDCL/D(T)/LINE/SP/TK/TN No. (02/2019-20), we agree to construct the following
220kV & 132kV transmission line(s) (including dismantling of 132kV line) in the lots on
turnkey basis for which required Bid Security has been deposited:
S.No. NAME OF TRANSMISSION LINE
(a) (b)
Lot-1: This consists of following lines:
(i) 220 kV D/C line from Park Pooling Station-1 to PGCIL 765 kV GSS, Bhadla-II: 28.85 Kms.
(ii) 220 kV D/C line from Park Pooling Station -4 to PGCIL 765 kV GSS, Bhadla-II: 31.60 Kms.
(iii) 220 kV D/C line from Park Pooling Station -1 to Park Pooling Station - 2: 6.49 Kms. (iv) 220 kV D/C line from Park Pooling Station -3 to Park Pooling Station - 4: 1.87 Kms.
(v) 220 kV S/C line from Park Pooling Station -2 to Park Pooling Station - 3: 2.64 Kms.
Lot-2: This consists of following work & line:
(i) Dismantling of existing 132kV S/C Tr. line (on 132kV D/C Towers) of Godawari Plant
at Nokh- 3.10 Kms.
(ii) Construction of new 132kV S/C Tr. line (on 132kV D/C Towers) for Godawari Plant at Nokh- 4.40 Kms.
--------------------------------------------------------------------------------------------------------------- 1. The offer is valid for a period of 180 days after the date of opening of Techno-commercial
Bid.
2. The prices are „firm‟ & no variation shall be allowed.
3. It is noted that the quantities as mentioned in the specification are approximate and we agree to supply any quantity as per your requirement.
4. The completion period of transmission line(s) (including dismantling of 132kV line) shall
strictly be in accordance with your delivery clause as given in Schedule-VII of this
specification. In case, we fail to complete the transmission line(s) as indicated in the
Clause No. 10, we shall pay penalty as per Clause No. 11 of Section-II of this
specification. 5. The material shall conform to your specification No. RSDCL/D(T)/LINES/SP/TK/TN
No. (02/2019-20) and as per relevant ISS in all respect.
6. We confirm that we agree to all the terms and conditions as well as the technical
stipulations of your specification No. RSDCL/D(T)/LINES/SP/TK/TN No. (02/2019-
20) and there are no deviations other than as specified in the Schedule-IV.
Yours faithfully,
(Signature)
Name & Designation with Seal of the firm
177
SCHEDULE OF RATES FOR UNIT QUANTITY ITEMS FOR CONSTRUCTION OF 220 KV
& 132kV TRANSMISSION LINES AGAINST TN No. (02/2019-20) ON TURNKEY BASIS (BSR w.e.f 01.04.17)
Section-IV Schedule-III
S.No. Particulars Unit Unit Rate in
Rs.
1 Detail Survey as per tentative route:
It includes the following major activities:
Pegging of line route, providing of survey pillar at an
interval of 3-4 Km in the line route with required
jungle clearance for survey, profile preparation of approved route on graph sheet and marking of offset
on either side of line, marking of side clearance for
hills, sand dunes etc, as per specification and tower
scheduling.
kM
8756
2 Check Survey as per approved route of line which
includes Re-checking of the line route as per approved profile,
chainage, tower center marking, pit marking, bi-
section of angle tower as required at site.
kM
3255
3 Excavation
Excavation, excluding back filling, including shoring,
shuttering, dewatering, etc. upto the required depth as per foundation specification/drawings.
(i) Any soil, soft rock other than hard rock.
(ii) Hard rock (with blasting subject to
permission or without blasting)
CUM.
CUM.
392
1269
4 SETTING OF TEMPLATE & STUB/ANCHOR BOLT
(A) Setting of template & stub/anchor bolt & removal after concreting, excluding cost of excavation and
concreting but including back filling with
excavated/ borrowed earth (with lead & lift) in
layers with ramming and watering as per
specification. (i) Towers including extension up to 9 meters
(ii) Special tower for any span including
extension
(B) Anchoring of steel in the hard rock foundation and
for excavating holes up to 0.5 cum on lift up to
1.5M
MT
MT
Nos.
17327
20829
250
5 CONCRETING: Providing and laying cement concrete for all types of
foundation as per latest ISS:456 including cement,
sand, stone aggregate 20mm nominal size, water etc.,
preparing surfaces, shuttering, mixing, placing,
ramming, curing, finishing as per specification and drawings.
(i) 1:4:8 Mix
(ii) 1:3:6 Mix
(iii) 1:2:4 Mix
(iv) 1:1.5:3 Mix
(v) Rate for mortar ratio 1:1
CUM.
CUM.
CUM.
CUM.
CUM.
7575
8525
8784
10715
5331
6 Cutting, bending, welding of joints if required, fixing and placing of steel reinforcement as per specification
and drawings including material.
MT.
61496
7 EARTHING:
178
(A) Earthing of towers with pipe type earthing
excluding the supply of pipes, wires, flats &
connectors, but including coke/charcoal, etc.,
excavation, augering and backfilling in all types of soil.
(B) Earthing of towers legs with counterpoise
type earthings excluding supply of materials
but including excavation and backfilling in all
types of soil:
(i) each set by laying 4 wires each 15m long at a depth of 600mm
(ii) each set by laying 4 wires each 25m long at a
depth of 600mm
Set
Set
Set
1568
1960
3271
8 ERECTION OF TOWERS:
Erection of super structures including D- shackles,
ACD, Hangers, U-Bolts, step bolts, danger plate, phase plate, number plate etc. Also including tack
welding of bolts & nuts upto bottom cross arm/beam
level including application of Zinc Rich paint
(i) Erection of towers (with extensions up to 9 meters)
(ii) Erection of Special tower (with extension)
MT
MT
4876
7212
9 Erection of substation structures including leveling, setting of stub & Tighting, Punching of Nuts & Bolts
and tack welding upto beam level as per specification.
MT 5299
10 CONDUCTOR STRINGING
(A) Stringing of ACSR Panther including hoisting of
insulator string, laying, jointing & tensioning of
conductor, clamping with Armour rods and fixing of vibration damper per route KM of the line.
(i) Single conductor
(ii) Single conductor for river crossing
(B) Stringing of AL-59 (Moose equivalent) conductor
including hoisting of insulator string, laying, jointing & tensioning of conductor, clamping with
Armour rods and fixing of vibration damper per
route KM of the line:
(i) Single conductor
(ii) Single conductor for river crossing
kM
kM
kM
kM
9624
12543
12332
16148
11 EARTHWIRE STRINGING (A) Stringing of galvanised steel stranded wire
including laying, jointing & tensioning, clamping,
clipping and fixing vibration damper and earth
bond etc.
(i) One No. 7/3.15 mm galvanised wire
(ii) One No. 7/4.00 mm galvanised wire (iii) Two No. 7/3.66 mm galvanised wire
(B)Stringing of galvanised steel stranded wire
including laying, jointing & tensioning, clamping,
clipping & fixing vibration damper and earth bond
etc. per route KM of the line for river crossing section, i.e. from Anchor tower to Anchor tower for
regular flowing river only.
(i) One No. 7/3.15 mm galvanised wire
(ii) One No. 7/4.00 mm galvanised wire
(iii) Two No. 7/3.66 mm galvanised wire
(C) Stringing of OPGW (24/48/96 fiber) by tensioning,
erecting tension assembly, suspension assembly,
kM
kM kM
kM
kM
kM
KM
6713
7834 11751
8726
10195
15265
10195
179
using splice boxes, using down lead clamp, holder,
joint in „IN-OUT‟ joint boxes, clipping, earthing &
laying OFC induct pipe from tower gantry to control
room, complete in all respect including fixing vibration damper and earth bond etc.
12 DISMANTLING OF TOWERS:
Dismantling of super structures alongwith
extensions, having tack welded Bolts & Nuts,
including removing of D shackles, hangers, U-Bolts,
step bolts, ACD, Danger plate, number plate, Phase
plate of tower including transportation from site to our store and stacking of all material
(A) 132 KV and 220KV S/C & D/C Towers (all types)
(B) 400 KV S /C & D/C Towers (all types)
(C) 220KV D/C Special Tower
(D) 400KV S/C & D/C Special Tower (E) Sub-Station Structures
MT
MT
MT
MT MT
5846
6740
8209
9504 5846
13 DESTRINGING OF CONDUCTOR/ EARTH WIRE
(A) De-stringing of ACSR panther conductor:
Dismantling of vibration dampers and armour
rods, removal of conductor from clamps and fitting
in rollers, de-tensioning, de-hoisting of insulator
string as required and collecting the material & depositing the same in our store and stacking:
(i) Single conductor
kM
10590
(B) De-stringing of Earth wire:
Dismantling of earth bonds, vibration dampers,
de-clipping & fitting in rollers, de-tensioning and
collecting the material & depositing the same in our store & stacking:
(i) One No. 7/3.15 mm galvanised wire
(ii) One No. 7/4.00 mm galvanised wire
(iii) Two No. 7/3.66 mm galvanised wire
kM
kM
kM
7374
8611
12931
14 RIVETMENT OF TOWERS
(A) Providing & laying cement concrete including curing, compaction etc. complete using stone
aggregate 40 mm nominal size (crusher broken) in
foundation plinth, using 1 Cement: 5 Sand: 10
aggregate mix.
(B) Random rubble stone masonry for revetment in
1:5 cement sand mortar including providing and fixing 100mm dia PCC drain pipe & raised and
cut-pointing on stone masonry in 1:3 cement sand
mortar excluding excavation but including Back
filling inside revetment using excavated/ borrowed
earth (with all lead & lift) in layers not exceeding 20cm in depth & consolidating each deposited
layer by ramming and watering.
(C) Random rubble dry stone pitching including
preparing surface etc. complete with raised & cut
pointing in cement sand mortar 1:3, curing etc.
(D) Cement concrete coping grade 1:2:4 (1cement: 2 coarse sand: 4 graded stone aggregate) rounding
off edges etc. but excluding the cost of nosing of
steps etc. complete for 75mm thick with 20mm
thick nominal size aggregate
(E) Brick masonry in foundation & plinth with bricks of class designation 75 in cement mortar 1:5 (1
cement : 5 coarse sand)
CUM.
CUM.
CUM.
Sq. Mtr.
CUM.
2263
2167
780
348
2786
180
(F) Brick on edge flooring with bricks of class
designation 75 including pointing in cement
mortar (1:3) complete laid on 12mm thick bed of
cement sand mortar 1:6.
Sq.
Mtr.
356
SIGNATURE OF BIDDER OR AUTHORISED REPRESENTATIVE OF COMPANY/AGENCY
NAME
STATUS
NAME OF THE TENDERING COMPANY
SEAL/STAMP
181
SCHEDULE-IV
DEPARTURE FROM SPECIFICATION
The bidder shall state under this schedule the departure from the purchaser's specification in
respect of both technical and commercial terms & conditions:-
-------------------------------------------------------------------------
S.No. Deviations from Specification -------------------------------------------------------------------------
1) Technical Deviations:
2) Commercial Deviations:
-------------------------------------------------------------------------
Certified that we agree to all Technical Specification & Commercial Terms and conditions
as laid down in "General Conditions of Contract" except for the deviations to the extent
indicated above.
(Signature)
Name & Designation
with Seal of the firm.
182
SCHEDULE-V
DETAILS OF PAST EXPERIENCE OF EXECUTED WORKS OF 220KV AND ABOVE VOLTAGE CLASS LINES DURING LAST 7 YEARS FROM THE DATE OF BID OPENING
NAME OF THE BIDDER:-
S.
No.
Name,
Address,
Telephone
No., Mobile
No., e-mail
address &
Fax No. of
owner
Order
No. &
Date
Value of
order
(Rs. in
lacs)
Name of
line with
kV
rating,
No. of
circuit
Line
length
executed
in Kms.
Engineering
carried out
Name of
item/
material
supplied
Name of
erection
activities
carried
out
Scheduled
completion
date/
period
Actual
completion
date/
period
Date of
commiss-
Ioning of
line
Documents
enclosed
for
execution
of these
works
Remarks,
If any
1 2 3 4 5 6 7 8 9 10 11 12 13 14
SIGNATURE OF BIDDER OR AUTHORISED
REPRESENTATIVE OF COMPANY/AGENCY NAME STATUS
NAME OF THE TENDERING COMPANY
SEAL/STAMP
183
Schedule-VI
INFORMATION REQUIRED FROM FIRMS ALONGWITH THEIR TECHNO-COMMERCIAL BID -------------------------------------------------------------------------------
Participating Firms shall furnish following information in separate statement along with
Techno-Commercial bid which will be opened on scheduled date of tender opening -------------------------------------------------------------------------------
1. Lead Agency: Name
Address
2. Other Collaborator/Partner:
Name
Address 3. Details to be furnished:
(i) Full Legal Name
(ii) Full Address of
(a) Registered Office
(b) Office where to correspondence to be made:
(iii) Authorized Contact Person (s): (Power of Attorney to be enclosed)
(iv) Phone No.
(v) Telex No.
(vi) Telefax No./Email.
(vii) Telegraphic Address:
(viii) Nature of registration of agency.
(Whether sole/Proprietor/Partnership/
Private Limited/Public Limited.)
(ix) Memorandum of Understanding and
Articles of Association of the Agency.
4. MODE OF PARTICIPATION:
(i) As single bidder
(ii) On Joint venture basis.
5. BASIS OF PARTICIPATION:
The firm shall clearly indicate whether it:
Desires to take up the entire work of
construction of 220/132 transmission lines
on Turnkey basis and to be completed as per specification.
6. Experience in execution of 220 KV & above Voltage Class Transmission Lines:
184
Agencies intending to participate for
these works should furnish briefly their
past experience in the enclosed Schedule-V.
7. Indicate the responsibilities undertaken
by the field of specialization undertaken
in executing 220kV & above voltage class lines:
(i) Design and engineering
(ii) Preparation of specification for
procurement items.
(iii) Procurement
(iv) Construction and erection.
(v) Testing and commissioning.
(vi) Performance guarantee(s)
(vii) Operation and maintenance.
8. What was the financing arrangement
for above work ? Whether the funding
was done by the Agency or through a
separate financial institution.
9. FINANCIAL DETAILS:
Agencies are required to furnish details
of financial structure of the company and
provide Annual Financial Report,
Balance sheet, Profit & Loss account of the company for the past 5 (five) years.
Further clearance certificate:
a) Annual Financial Report.
b) Balance Sheet.
c) Solvency Certificate.
d) ITCC.
10. Agencies are required to Indicate the
funding proposals for the construction of
220kV/132kV Transmission lines
(i) Equity proposed to be brought in:
(a) by the single bidder/lead partner
of Joint venture.
(b) other collaborators/ Joint venture
partners/ Financial Institution(s).
(ii) Debt profile/source of debt.
(a) Indian
185
(b) Suppliers credit etc.
11. ORGANISATIONAL STRUCTURE & CAPABILITY:
Agencies should furnish the following information
/document in respect of their organization:
(i) Corporate structure:
Details of various divisions/departments
including manpower available and
responsibilities undertaken
by such divisions/departments.
(ii) List of 220KV or above Transmission line
constructed/owned and/or operated &
maintained by the agency.
(iii) Proposed organization structures for
execution of work under consideration.
(iv) Any other information which the
Agency considers relevant.
NOTE: Please furnish documents in support of the above, wherever necessary.
PLACE: STATUS NAME
ADDRESS OF FIRM
DATE: SEAL OF THE FIRM
186
SCHEDULE-VII
Schedule of erection of 220 KV &132kV Transmission lines.
Sr. No.
Name of the Line Period of completion for supply, erection,
testing &
commissioning of all
transmission lines
1.
Lot-1: This consists of following lines:
(i) 220 kV D/C line from Park Pooling Station-1 to PGCIL 765
kV GSS, Bhadla-II: 28.85 Kms.
(ii) 220 kV D/C line from Park Pooling Station -4 to PGCIL 765 kV GSS, Bhadla-II: 31.60 Kms.
(iii) 220 kV D/C line from Park Pooling Station -1 to Park Pooling
Station - 2: 6.49 Kms.
(iv) 220 kV D/C line from Park Pooling Station -3 to Park Pooling
Station - 4: 1.87 Kms. (v) 220 kV S/C line from Park Pooling Station -2 to Park Pooling
Station - 3: 2.64 Kms.
Lot-2: This consists of following work & line:
(i) Dismantling of existing 132kV S/C Tr. line (on 132kV D/C
Towers) of Godawari Plant at Nokh- 3.10 Kms.
(ii) Construction of new 132kV S/C Tr. line (on 132kV D/C Towers) for Godawari Plant at Nokh- 4.40 Kms.
15 Months
Note:-
Completion Period: All the above transmission lines of both the lots included in this
specification (including dismantling of 132kV line) shall be completed and commissioned/
handed over within a period of 15 (Fifteen) months in all respect from the date of issue of detailed purchase order(s). This completion period is inclusive of monsoon period also.
SIGNATURE OF BIDDER OR AUTHORISED REPRESENTATIVE OF COMPANY/AGENCY
NAME
STATUS
NAME OF THE TENDERING COMPANY
SEAL/STAMP
SCHEDULE-VIII
187
REAL TIME GROSS SETTLEMENT (RTGS)/NATIONAL ELECTRONIC FUND TRANSFER (NEFT)
From:- M/s ____________________
____________________
____________________
____________________
The Director (Finance), Rajasthan Solar Park Development Company Ltd.,
Jaipur.
Sub: RTGS/NEFT Payments.
We refer to remittance of our payments using RBI‟s RTGS/NEFT. Our payments may be made
through the above system to our under noted account at our cost:
Name of the City
Bank Code No.
Branch Code No.
Bank‟s Name
Branch Address
Branch Telephone/Fax No.
Supplier‟s Account No.
Type of Account
IFSC code for NEFT
IFSC code for RTGS
Supplier‟ name as per account
Telephone No. of supplier
Suppiler‟s e-mail ID
Confirmed by Banker
Signature of bidder with Stamp & Address