1
Signature of Contractor Signature of Purchaser
For Authorised Use only B-1 Type Tender No.
For 2010-2011
GOVERNMENT OF MAHARASHTRA
WATER RESOURCES DEPARTMENT
SUPERINTENDING ENGINEER
GHATGHAR (E & M) CIRCLE, KALWA, THANE
EXECUTIVE ENGINEER,
GODAVARI HYDRO ELECTRIC AND LIFT IRRIGATION DIVISION No. 1, KALWA, THANE.
TENDER DOCUMENT
TENDER NO. B1 / EE / GODAVARI/I/ 2010-2011.
2
Signature of Contractor Signature of Purchaser
Name of Work : Design, manufacture, test before dispatch, supply, transport up to storage site, re- transportation up to erection site, loading and
unloading of equipment / material, insurance till taking over by department ,erection, testing, commissioning and two years operation
& maintenance after commissioning of 33/6.6 kV Switchyard equipment, Power Transformer, XLPE Power & Control cables etc.
Including related Civil Works in respect of Bramhagavan Lift Irrigation Scheme, Stage -II, Tal. Paithan Dist : Aurangabad.
Estimated Cost : Rs. 23058230.00
PRICE RS. 10,000/- FOR EACH TENDER DOCUMENT
GOVERNMENT OF MAHARASHTRA
WATER RESOURCES DEPARTMENT
TENDERDOCUMENT
FOR
Design, manufacture, test before dispatch, supply, transport up to storage site, re- transportation up to erection site, loading and
unloading of equipment / material, insurance till taking over by department ,erection, testing, commissioning and two years
operation & maintenance after commissioning of 33/6.6 kV Switchyard equipment, Power Transformer, XLPE Power & Control
3
Signature of Contractor Signature of Purchaser
cables etc. Including related Civil Works in respect of Bramhagavan Lift Irrigation Scheme, Stage -II, Tal. Paithan Dist :
Aurangabad.
Estimated Cost : Rs. 23058230.00
Cost of Tender Form : Rs. 10000/- per copy
Date First available :
Issue to : ____________________________________
____________________________________
____________________________________
Registered in Class : ____________________________________
____________________________________
D.R. No. & Date : ____________________________________
5
Signature of Contractor Signature of Purchaser
ई - अ�प मुदतीची िनिवदा सुचना
महारा� शासन - जलसंपदा िवभाग
घाटघर (िववयां)मंडळ, , , , कळवा, , , , ठाणे.
िनिवदा बमांक - बी 1111////इइ / गोदावरी / 1 1 1 1 ////2010201020102010----2011 2011 2011 2011
मु2य
अिभयंता
(िव3ुत),
जलिव3ुत
ूक�प,
एच एस
बी सी.
बँ◌ंक
िब�डींग, 4
था मजला,
एम.जी.रोड
कामाचे नांव
कामाची
अंदािजत
र;कम
(<पये
लाखात).
इसारा
र;कम <.
काम पूण?
कर@याचा
एकूण
कालावधी
शासकीय संकेत
ःथळाव<न
(www.maharashtra.go
v.in) को-या िनिवदा
डाऊनलोड
मोहोरबंद िनिवदा
िःवकार@याची
अंितम वेळ व
िदनांक.
मोहोरबंद
िनिवदा
उघड@याची वेळ
व िदनांक.
को-या िनिवदा
संचाची िकंमत
(ना-
परतावा)
6
Signature of Contractor Signature of Purchaser
,फोट?,
मुंबई-400
001 हे
राHयपाल
महारा�
शासन
यांIया
वतीने व
किरता
महारा�
शासनाकडे
अिधकृत
नLदणी
असले�या
वग?-अ
7
Signature of Contractor Signature of Purchaser
िव3ुत
कंऽाटदारा
कडून
खालील
नमूद
केले�या
कामाकिर
ता दोन
िलफाफा
पNदतीत
ब-1
ट;केवारी
मोहरबंद
िनिवदा
मागिवत
8
Signature of Contractor Signature of Purchaser
आहेत.
अ.ब.
1
2
3
4
5
6
7
8
9
1.
ॄWहगXहाण उपसा िसंचन योजना
टYपा-2 किरता िव3ुत पुरवठा
कर@यासाठी 33/6.6 के.Xही.
[मतेचे िव3ुत कळयंऽ उपकरण,े
6.3 एम.Xही.ए.[मतेचे रोिहऽ,
ए;स एल पी इ पॉवर आिण
कंशोल केबल संबंधीत ःथाप^य
कामासह इ^यादीचे संक�पन,
उ^पादन, पुरवठा, वाहतूक,
साठवण, उभारणी, चाचणी,
काया?ि_वतीकरण आिण
काया?ि_वतीकरणानंतर दोन वष?
पिरचलन व देखभालीचे काम.
230.58
230582/
-
एकुण
कालावधी 4
मिहने पूण?
कामासाठी.
14/03/2011 ते
25/02/2011
30/03/2011
16 वाजता
30/03/2011
31/03/2011
18 वाजता
<.10,000/-
िनिवदा
संचाIया दोन
ूतीसाठी.
िटप :-
9
Signature of Contractor Signature of Purchaser
2) को-या िनिवदा दःतऐवज हे महारा� शासनाIया वेबसाईट (संकेतःथळ) maharashtra.etenders.in वर ‘ Tender ’ या िशषा?खाली िदनांका
14/03/2011 पासून 25/03/2011 पयcत उपलdध आहे. िनिवदाकार सिवःतर सुचनेतील पूव? अह?ता िनकष वरील रकाना ब 6 मNये
िदले�या कालावधीत डाऊन लोड क< शकतील.कोण^याही शासकीय काया?लयातून िनिवदांची िवबी केली जाणार नाही.डाऊन लोडींग
बाबत काही अडचण अस�यास (020)241466666 या दरNवनीवरू संपक? साधावा.
3)
कर@याबाबतचा अज? िनिवदाकाराने आिथ?क व तांिऽक पाऽता िनकषासाठीची मािहती आवँयक कागदपऽासह िनिवदा डाउन लोडींग
शेवटIया तारखेपूवf िकमान तीन काया?लयीन िदवस अगोदर सादर कर@याची द[ता gयावी. िनिवदाकाराने सादर केलेले पूव? अह?ता
पाऽता िनकष तपास�यानंतर, पाऽ िनिवदाकारांना ^याIया मोहरबंद िनिवदा सादर कर@यािवषयी ( पोःटाने / ई-मेल hारे) कळिव@यात
येईल.
4) काय?कारी अिभयंता, गोदावरी जलिव3ुत व उपसा िसंचन िवभाग ब.1, कळवा, ठाणे यांचे नावाने ःटेट बँक ऑफ इंिडयाIया ठाणे
शेझरी शाखा, ठाणे येथे देय होणारा <.10000/- (<. दहा हजार फk) (ना परतावा) इत;या रकमेचा रेखांिकत ( Cross D.D. )
धनाकषा?Iया ःव<पात िनिवदा दःतऐवजासोबत सादर करावे. िनिवदा ःवीकार@याचय िविहत कालावधीत िनिवदा दःतऐवजासोबत
धनाकष? सादर न करणा-या िनिवदाकाराचे िनिवदा रl ठरिवली जाईल.
5) कंऽाटदाराने शासनाIया संकेत ःथळावर उपलdध असले�या िनिवदा कागदपऽात कोणतेही बदल क< नयेत. तसे के�याचे आढळ�यास
^याची िनिवदा रl कर@यात येईल. व ते इतर कायदेशीर कारवाईस पाऽ ठरतील.
10
Signature of Contractor Signature of Purchaser
6) िनिवदा दःतऐवज बाबत काही तबार उदभव�यास शासनाIया संकेतःथळावरील िनिवदा दःताऐवज हे ूमािणत िनिवदा दःताऐवज
मानले जातील.
7) सिवःतर िनिवदा सुचना अधी[क अिभयंता, घाटघर (िववयां) मंडळ, सहकार िव3ामंिदर समोर, कळवा-ठाण ेयांचे काया?लयातील सूचना
फलकावर पहावयास िमळेल.
8) िनिवदा पूव? बैठक िदनांक 1/03/2011 दपारीु 12.00 वाजता मु2य अिभयंता (िव), जलिव3ुत ूक�प, 4 था मजला, एचएसबीसी बँक
इमारत, फोट?, मुंबई-01 यांचे काया?लयात घे@यात येईल.
9) कोणतीही कारण न देता एक अथवा सव? िनिवदा फेटाळ@याचा, िनिवदा आमंऽण रl कर@याचा िकंवा पूव? अह?ता िनकषामNये वाढ िकंवा
िशिथल कर@याचा अिधकार िनWन ःवा[रीकराने राखून ठेवला आहे.
सही/-
मु2य अिभयंता (िव3ुत),
जलिव3ुत ूक�प, मुंबई 01.
11
Signature of Contractor Signature of Purchaser
e –SHORT PERIOD TENDER NOTICE
GOVERNMENT OF MAHARASHTRA, WATER RESOURCES DEPARTMENT
BRAMHAGAVAN LIFT IRRIGATION SCHEME STAGE II
TENDER NO. B1 / EE / GODAVARI/I/ / 2010-2011.
Sealed Percentage B-1 tenders in the prescribed form under two envelop system are invited for following work on behalf of Governor of
Maharashtra by the Chief Engineer (Elect.), Hydro Projects, 4th floor, HSBC Bank Building, M.G.Road, Fort, Mumbai-400 001(Ph. No. 022-
22674867, 22670074, Fax 022-22670074 from eligible registered licensed class ‘A” electrical contractor having registration with
Maharashtra state .
Sr.No.
Name of Work
Estimated Cost
(Rs.in
lakhs)
Earnest money in
Rs.
Time limit for
completi
on of
work
Period for down loading
blank tender
document
from Govt. website
www.maharas
htra.gov.in
Last Date & Time for
receipt of
sealed
tender by pre
qualified
tenderer.
Date & Time for
opening of
sealed PQ
tender
Cost of Blank Tender document
(Non Refundable)
1 2 3 4 5 6 7 8 9
1. Design, manufacture, test before
dispatch, supply, transport up to storage site, re- transportation up to
erection site, loading and unloading
of equipment / material, insurance till taking over by department ,erection,
testing, commissioning and two years
operation & maintenance after
commissioning of 33/6.6 KV Switchyard equipment, Power
Transformer, XLPE Power & Control
cables etc. Including related Civil Works. in respect of Bramhagavan
Lift Irrigation Scheme, Stage -II,
Tal. Paithan, Dist : Aurangabad..
230.58
230582/-
4 months
14/03/2011
to
25/03/2011
30/03/2011
at
16.00 p.m.
30/03/2011
31/03/2011
at 3.00 p.m.
Rs. 10,000/- for blank tender
document by pre-
qualified tenderers. The
details of these
payments are
given in this notice and in
Detailed Tender
Notice
12
Signature of Contractor Signature of Purchaser
1. Blank tender document is available from 14/02/2011 to 28/02/2011for downloading on Maharashtra Government’s website www.maharashtra.gov.in under the title “Tender”. The tenderer shall download the detailed tender notice containing pre qualification criteria
during period specified in col.4 above. No tender document will be sold from Government office. In case of any difficulty regarding down
loading the document, the Tenderer may contact phone No.(022) 22029120 ( of the Govt. department handling the tender website).
2. The tenderer is required to submit information about their financial and technical capability in the Schedules of Pre-qualification criteria along
with supporting documents to establish that he fulfills the qualifying requirements as stated in “Detailed Tender Notice”. The tenderer should
ensure that the application for establishing fulfillment of the qualifying requirements shall be furnished at least 3 working days prior to last date of period after down loading the tender document. Pre-qualification document submitted by the tenderer will be examined and only the
Tenderers fulfilling qualifying requirements will be informed (by post/ e-mail) to submit their sealed tenders, for the equipment.
3. The tenderer has to submit (as a cost of Tender Document) a crossed demand draft of Rs 10000/- ( Rs. Ten Thousand only) (Non refundable)
drawn in favour of Executive Engineer, Godavari Hydro Electric and Lift Irrigation Division No.1, Kalwa, Thane-400605 (Maharashtra)
payable at State Bank of India, Thane Treasury Branch , Thane alongwith tender Document. The tender of the tenderer will be rejected if he
fails to furnish this DD alongwith this tender on the stipulated date of submission of the tender Document
4. No alteration or changes shall be made by the tenderer in the tender Document as appearing on government website. If any alteration or changes
in Tender Document is found then his Tender will be treated as non - responsive and rejected. The Tenderer will be liable for action.
5. For disputes/complaints regarding Tender Document, if any, the Tender Document on Government Website shall be treated as ‘Certified’
Document.
6. Detailed Tender Notice can be viewed on the Notice Board in the office of the Superintending Engineer, Ghatghar (E&M) Circle, Kalwa,
Opp. Sahakar Vidyamandir, old Mumbai- Pune Road, Thane- 400605.
7. Pre-tender conference of prospective tenderers who have downloaded the Tender document, and require some clarifications will be held
on 01/03/2011 at 12.00 Hrs. in the office of the Chief Engineer (Electrical), Hydro Projects, in his office at 4th Floor, HSBC Bank Building,
Fort, Mumbai 01.
8. The right is reserved by the under signed to reject or ignore any or all tenders or annul the tendering process altogether and enhance or dilute the
qualifying requirement for assessment of the capacity and capability of the tenderers without assigning any reasons whatsoever.
Sd/-
Chief Engineer(Elect) Hydro Projects
Mumbai-400001.
14
Signature of Contractor Signature of Purchaser
INDEX
Sr. No. Description Page No
1 Section I
Detail Tender Notice for Pre-qualification
2 Section II
Instruction to Tenderer and General Condition of Contract
3 Section III
B-1 Tender Form and Tender for Work
Schedule – A
Schedule - B
4 Section – IV
Standard Condition of Contract
5 Section – V
Special Condition of Contract
6 Section – VI
Technical Specification
7 Section – VII
Guaranteed Technical Particulars
8 Section – VIII
Drawings
15
Signature of Contractor Signature of Purchaser
INDEX
SR.
NO.
PARTICULARS PAGE
NO.
PRESS NOTICE IN MARATHI
PRESS NOTICE IN ENGLISH
1 SECTION - I
DETAILED TENDER NOTICE
2 SECTION II
INSTRUCTION TO TENDERER AND GENERAL CONDITION OF
CONTRACT
2.1 DEFINITIONS
2.2 ELIGIBLE TENDERER
2.3 PRE - TENDER CONFERENCE
2.4 REVISION OR AMENDMENTS OF TENDER DOCUMENTS:-
2.5 MANNER OF SUBMISSION TENDER AND ITS ACCOMPANIMENTS
2.6 OPENING OF TENDERS
2.7 INSTRUCTIONS FOR SUBMISSION OF ENVELOPE NO.1
2.8 INSTRUCTIONS FOR SUBMISSIONS OF ENVELOPE NO 2
2.9 TENDER UNITS
2.10 CORRECTIONS
2.11 PERIOD OF VALIDITY OF TENDER.
2.12 COMPLETION OF TENDER DOCUMENT
2.13 LANGUAGE
2.14 LICENCE UNDER CONTRACT LABOUR REGULATION AND ABOLITION
ACT 1970.
16
Signature of Contractor Signature of Purchaser
2.15 PRELIMINARY EXAMINATION
2.16 RESPONSIVENESS OF TENDERS
2.17 CLARIFICATION OF THE TENDERS
2.18 EVALUATION AND COMPARRISON OF TENDER
2.19 CONTACTING THE PURCHASER
2.20 SECURITY CUM PERFORMANCE DEPOSITE
2.21 AWARD OF CONTRACT
2.22 PURCHASER’S RIGHT TO ACCEPT ANY TENDER OR REJECT ANY OR ALL
TENDERS
2.23 NOTIFICATION OF AWARD
2.24 SINGING OF CONTRACT
ANNEXURE - A
SECTION II - GENERAL INFORMATION AND CONDITION
DESCRIPTION OF THE PROJECT
STATUS OF THE PROJECT
CLIMATIC CONDITION
SCOPE OF THE WORK
INFORMATION ABOUT WORK SITE
DETAILS OF WORK
INFORMATION ABOUT OBTAINING TENDER FORM AND ITS
SUBMISSION
EARNEST MONEY AND SECURITY DEPOSIT
APPENDIX
APPENDIX – A - DETAILS OF TECHNICAL PERSONNEL WITH THE
CONTRACTOR
APPENDIX – B - DETAILS OF PLANTS & MACHINERY IMMEDIATELY
AVAILABLE WITH THE TENDERER FOR USE ON THIS WORK
APPENDIX – C - DETAILS OF WORKS OF SIMILAR TYPE AND
MAGNITUDE CARRIED OUT BY THE TENDERED
17
Signature of Contractor Signature of Purchaser
APPENDIX – D - DETAILS OF OTHER WORKS TENDERED FOR AND IN
HAND ON THE DATE OF SUBMISSION OF TENDER
APPENDIX – E - DETAILS OF PLANTS AND MACHINARY PROPOSED TO
BE USED FOR WORKS BUT NOT IMMEDIATELY AVALIABLE
APPENDIX – F- DECLARATION OF THE CONTRACTOR
APPENDIX – G -- MODEL FORM OF BANK GUARANTEE
BONDGUARANTEE BOND
APPENDIX – H -- INDENTURE FOR SECURED ADVANCES
APPENDIX – I -- PROFESSIONAL TAX CLEARANCE CERTIFICATE
APPENDIX – J -- AGREEMENT
APPENDIX – K -- FORM OF TENDER FORWARDING LETTER
APPENDIX – L -- EMD ASSIGNMENT FORM
APPENDIX – M -- POWER OF ATTORNEY
SECTION – IV
STANDARED CONDITION OF CONTRACT
B- 1 FORM
SECTION – V
SPECIAL CONDITION OF CONTRACT
1 CONTRACTOR TO INFORM HIMSELF FULLY
2 CONTRACT DRAWINGS AND SPECIFICATIONS
3 DATA AND DRAWINGS TO BE FURNISHED BY THE CONTRACTOR
4 ERRORS, OMISSIONS, DISCREPANCIES:
5 USE OF SITE
6 CONTRACTOR NOT TO DISPOSE OFF SOIL ETC
7 GOLD/SILVER, MINERALS, OILS, RELICS, ETC FOUND ON THE SITE
8 ACCESS TO SITE AND WORK AND CO-OPERATION WITH OTHER
CONTRACTORS
9 CLEANING UP
10 PERIOD AND HOURS OF WORK
18
Signature of Contractor Signature of Purchaser
11 SIGNING FIELD BOOKS, LONGITUDINAL SECTIONS, CROSS SECTIONS
AND
12 MEASUREMENT BOOKS
13 PROGRAMME OF CONSTRUCTION
14 MATERIALS
15 LABORATORY FOR TESTING WORK
16 HIRE OF CONSTRUCTION EQUIPMENT’S: (NOT APPLICABLE)
17 BILLS AND PAYMENTS
18 SECURITY DEPOSIT
19 NO INTEREST ON MONEY DUE TO THE CONTRACTOR
20 OTHER CONTRACTOR FOR THE WORK
21 CONTRACT DOCUMENTS AND MATTERS TO BE TREATED AS
CONFIDENTIAL
22 ACCESS TO THE CONTRACTOR’S BOOK
23 BREACH ON PART OF PURCHASER NOT TO ANNUAL CONTRACT
24 LOCAL LAWS
25 PERSONNEL OF THE CONTRACTOR
26 DEATH, BANKRUPTCY ETC
27 NOTICES, HOW TO BE GIVEN
28 PASSING OF FOUNDATION ETC.
29 REFERENCE TO STANDARD SPECIFICATIONS
30 COMMUNICATIONS AND NOTICES BY CONTRACTORS
31 NON-COMPLIANCE OF CONTRACT CONDITIONS
32 EXTRA ITEMS
33 PRICE VARIATION:- (NOT APPLICABLE)
34 COMPENSATION FOR DELAY IN COMPLETION OF WORK ON
PURCHASER ACCOUNT
19
Signature of Contractor Signature of Purchaser
35 CO-ORDINATION WITH OTHER CONTRACTORS
36 UNDERTAKING UNDER CONTRACT LABOUR ACT
37 PHOTOGRAPHS OF THE WORKS
38 DATA, DRAWINGS TO BE FURNISHED BY THE CONTRACTOR
39 FENCING, LIGHTING AND VENTILATION
40 LIABILITY FOR ACCIDENTS TO PERSONS
41 THE CONTRACTOR TO SUPPLY AND BE RESPONSIBLE FOR THE
SUFFICIENCY OF THE MEANS EMPLOYED
42 COVERING OF WORK
43 QUANTITIES OF WORK
44 ACCURACY OF LINES, LEVELS AND GRADES : SETTING OUT
45 EXCAVATED MATERIAL
46 SAFETY MEASURES
47 MAINTENANCE
48 SUNDAYS AND HOLIDAYS
49 BANK GUARANTEE
50 HANDING OVER OF WORK
51 INSTRUMENTATION
52 INSPECTION OF WORKS
53 OPENING OUT WORKS
54 REMOVAL OF IMPERFECT WORK
55 JURISDICTION OF COURT FOR DISPUTES
56 MODE OF PAYMENT OF THE QUANTITIES OF EXCAVATION, MASONRY
AND CONCRETE ITEMS EXECUTED IN EXCESS 125% (NOT APPLICABLE)
57 MODE OF PAYMENT OF EXCAVATION QUANTITIES IN RUNNING BILL
AND FINAL BILL
20
Signature of Contractor Signature of Purchaser
58 STATUTORY CLEARANCE FROM ELECTRICAL INSPECTOR :
59 VALUE ADDED TAX
60 INSURANCE
61 TEST, INSPECTION AND REJECTION OF DETECTIVE MATERIALS AND
WORKS
62 PLANS, DRAWINGS AND OTHER DATA AND APPROVAL FROM
ELECTRICAL INSPECTOR.
63 ADDITIONAL CONDITIONS REGARDING PAYMENT OF ROYALTY
CHARGES AS PER BOMBAY MINOR MINERAL EXTRACTION
(AMENDMENT) RULES, 2003. (NOT APPLICABLE)
64 WARRANTY
65 DEFECT LIABILITY
66 COMPUTER & EQUIPMENT FACILITY
67 INSURANCE CHARGES
68 CIVIL WORKS IN SWITCHAYRD AREA
69 SITE FACILITY :- (NOT APPLICABLE)
70 POWER SUPPLY
71 STORAGE, WATCH AND WARD
72 EVALUATION OF TENDER
SECTION – VI
TECHNICAL SPECIFICATION
SECTION – VII
GUARANTEED TECHNICAL PERICULARS
SECTION – VIII
DRAWING
22
Signature of Contractor Signature of Purchaser
SECTION - I
DETAILED TENDER NOTICE
SECTION -I
DETAILED TENDER NOTICE
GOVERNMENT OF MAHARASHTRA,
WATER RESOURCES DEPARTMENT
BRAHMAGAVAN LIFT IRRIGATION SCHEME STAGE II
1.1 Sealed online tender (e-tender) in two envelope system in the percentage B-1 tender form are
invited from eligible registered licensed class ‘A’ Electrical contractor having registration with
Maharashtra State Government by the Superintending Engineer, Ghatghar (E &M) Circle ,
Opposite Sahakar Vidya mandir, Old Mumbai- Pune High Way, Kalwa, Thane -400605 for and
behalf of the Governor of Maharashtra for Design, manufacture, test before dispatch, supply,
transport up to storage site, re- transportation up to erection site, loading and unloading of
equipment / material, insurance till taking over by department ,erection, testing, commissioning
and two years operation & maintenance after commissioning of 33/6.6 kV Switchyard equipment
as described in brief here under for Brahmagavan Lift Irrigation Scheme, Stage -II, Tal -
Paithan, Dist - Aurangabad.
Brief Description of Equipment.
a) 33 kV switchyard equipment, XLPE Power & Control cables, earthmat etc.
b) 3 Phase, 50 Hz Dyn11, copper wound ONAN cooled outdoor power transformer of
following rating
i) 33/6.6 kV, 6.3 MVA, with OLTC ((+) 5 % to (-) 15 %)
ii) 33/0.433 kV , 160 kVA with off load tap changer ( (+) 5 % to (-) 15 %)
1.2.1 Up loading list of Pre qualified
Tenderer on Government e-tender
portal
From 11/03/2011 at 1600 hrs. to 11/3/2011 at 1700
hrs is available on Government of Maharashtra web
site www.maharashtra.gov.in at e-tender portal.
23
Signature of Contractor Signature of Purchaser
1.2.2 Time and period & place of issue
of blank Main Tender Document
to Pre qualified Tenderer.
Blank Tender document is available on Government
of Maharashtra web site maharashtra.etenders.in at e-
tender portal. Pre qualified tenderers may download
the document within stipulated period i.e From
14/03/2011 at 1601 hrs. to 25/03/2011 at 1600 hrs.
1.2.3 Main Tender Document and
online bid (Technical Envelope)
From 14/03/2011 at 1601 hrs. to 25/03/2011 at 1600
hrs.
1.2.4
Main Tender Document and
online bid (Commercial
Envelope)
From 14/03/2011 at 1601 hrs. to 25/03/2011 at 1600
hrs.
1.2.5 Pre tender conference meeting Will be held on 21/03/2011at 1200 hrs. in the office
of the Superintending Engineer, Ghatghar (E &M)
Circle , Opposite Sahakar Vidya mandir, Old
Mumbai- Pune High Way, Kalwa, Thane -400605
Phone No. 022-25444487
1.2.6 Close bidding for general
condition (Technical and
Commercial Envelope)
From 25/03/2011 at 1600 hrs. to 25/03/2011 at 1630
hrs.
1.2.7
Date & time for online bid
submission.
From 25/03/2011 at 16.31 to 30/03/2011 at 1630 hrs.
24
Signature of Contractor Signature of Purchaser
1.2.8 Date & time for opening of
Tender document ( Technical)
( Envelope No. 1)
From 30/03/2011 at 1631 hrs. to 31/03/2011 at 1400
hrs. in the presence of Tenderer ( who chose to be
present) in the office of the Superintending Engineer,
Ghatghar (E &M) Circle , Opposite Sahakar Vidya
mandir, Old Mumbai- Pune High Way, Kalwa,
Thane -400605 Phone No. 022-25444487
1.2.9 Date & time for opening of
Tender document (Financial bid
opening)
From 31/03/2011 at 14.01 to 31/03/2011 at 18.00 in
the presence of intending Tenderer ( who chose to be
present) in the office of the Superintending Engineer,
Ghatghar (E &M) Circle , Opposite Sahakar Vidya
mandir, Old Mumbai- Pune High Way, Kalwa,
Thane -400605 Phone No. 022-25444487
1.2.10 ‘Estimated cost’ of work put to
Tender
Rs. 23058230.00
1.2.11 Earnest money to be paid with the
Tender
Rs. 230582.00
1.2.12 ‘Performance Security Deposit’ 10 % of contract price in the form of the Bank
Guaranty.
1.2.13
‘Validity’ of Tender
90 days from the date of deadline of submission of
Tenders.
Note: - Physical envelope for supporting document, etc. shall be submitted as elaborated in clause
No. 2.5 of section II of this tender document.
1.3 Time-limit for completion of
work from the date of
Notification of Award.
4 months.
1.4 A Pre tender conference of those tenderers who have purchased the tendering document will be
held on 21/03/2011at 1200 hrs. in the office of the Superintending Engineer, Ghatghar (E &M)
Circle , Opposite Sahakar Vidya mandir, Old Mumbai- Pune High Way, Kalwa, Thane - 400605
Phone No. 022-25444487 wherein the prospective tenderers will have an opportunity to obtain
clarification to the contents in the pre qualification document .The clarification and amendment,
25
Signature of Contractor Signature of Purchaser
if any will be issued to all prospective tenderers. The tenderer shall note that these amendments
shall from part of tendering documents and shall base his tender accordingly.
1.5 Receipt of sealed tenders and their opening will be done in the office of the Superintending
Engineer, Ghatghar (E &M) Circle , Opposite Sahakar Vidya mandir, Old Mumbai- Pune High
Way, Kalwa, Thane -400605
1.6 Tenders received without earnest money and / or other accompaniments are liable for outright
rejection.
1.7 The right is reserved by the undersigned to reject any or all tenders or annul the tendering process
altogether without any reason whatsoever for such decision.
Sd/-
Superintending Engineer,
Ghatghar (E &M) Circle ,
Kalwa, Thane
26
Signature of Contractor Signature of Purchaser
SECTION II
INSTRUCTION TO TENDERER
AND
GENERAL CONDITION OF CONTRACT
27
Signature of Contractor Signature of Purchaser
SECTION II
INSTRUCTION TO TENDERER
AND
GENERAL CONDITION OF CONTRACT
28
Signature of Contractor Signature of Purchaser
SECTION II
INSTRUCTION TO TENDERER
AND
GENERAL CONDITION OF CONTRACT
2.1 Definitions
a) “Purchaser” The purchaser means “Governor of Maharashtra” and shall include his
successors and assigns.
b) Chief Engineer shall mean Chief Engineer (Elect.), Hydro Projects, Mumbai.
c) “Engineer / Engineer-in-charge” shall mean the Executive Engineer in Charge of the
works and shall also include the Superior Officers of the Engineering Department i.e.
the Superintending Engineer of respective Circle / Chief Engineer.
d) “Engineer’s representative” shall mean the Deputy Engineer who is direct incharge
of the works and shall include any Electrical Engineer of the Corporation.
e) “Contractor” shall mean the person, firm or company who enters into contract, with
the Purchaser and shall include their executors, administrators, successors and
submitted assignees.
f) “Contract” shall mean and include agreement having completely tender document
with specification & drawings.
g) “Work” shall mean the work to be executed in accordance with contract.
29
Signature of Contractor Signature of Purchaser
h) “Specifications” shall mean the specifications for material and works as specified in
Tender Document.
i) “Drawing” shall mean prints of the maps, drawings, plans of the contract and shall
include any modifications of such drawing and any further drawings as may be
issued by the Engineer-in-Charge from time to time.
j) “Site” shall mean the land and the other places in which the works are carried out
and any other lands or places provided by the Purchaser.
k) “Defect(s) liability period” shall mean period of 12 months from the date of issue of
completion certificate by the Engineer-in-charge.
Singular & plural :
Works importing the singular number shall also include the plural & Vice Versa
Where the context requires.
Heading and Marginal Headings:
The headings & the marginal headings in the contract are solely for the purpose of
facilitating references and shall not be deemed to be part thereof or taken into
consideration in the interpretation construction thereof or of the contract.
2.2 ELIGIBLE TENDERER
The tenderer must be a single firm. The-tender shall be a class 'A' Electrical
contractor registered with Government of Maharashtra who fulfils the qualifying
requirements as per clause 1.5 of PQ document.
2.3 PRE - TENDER CONFERENCE:
A pre-tender conference of the Pre-qualified Bidders will be held on 21/03/2011 at
12.00 hours in the office of the Superintending Engineer, Ghatghar (E&M) Circle,
Opposite Sahakar Vidya Mandir, Old Mumbai Pune High way , Kalwa, Thane
400605 wherein the prospective Bidders who are declared as Pre-qualified and have
30
Signature of Contractor Signature of Purchaser
downloaded blank tender documents , will have an opportunity to obtain clarifications
to the contents in the-tender documents. The clarification and the amendments, if
any, will be issued to all prospective tenderers. The tenderer shall note that these
clarifications/ amendments issued (if any) by Purchasers shall form part of the-
tender Documents and shall base his bid accordingly.
2.4 Revision or Amendments of Tender Documents:-
Right is reserved to revise or amend the-tender documents prior to last date notified
for the receipt of tenders and such revisions or amendments or extensions shall be
communicated to all concerned by post and by notice in the press as may be
considered suitable.
Tenderer shall be presumed to have carefully examined all documents, forms,
statements, special conditions, schedules, drawings and specifications of contract
and to have fully acquainted himself with all details of the site, raw / semi finished /
finished bought out material and equipment etc. weather characteristics and labour
conditions in general and with all the necessary information and data etc. pertaining
to and needed for the work prior to tendering of the work.
2.5 Manner of submission of Tender and its Accompaniments:-
The pre qualified Tenderer whose name appear on the e-tender website will have to
make a payment towards purchase of main tender document. The details regarding
purchase of main tender document and subsequent downloading of main tender
document is given in e-tender notice for this tender. Tender is to be prepared and
submitted online using digital signature certificate.
31
Signature of Contractor Signature of Purchaser
a) Envelope No. 1:-
The first Envelope marked as "Envelopes No.1” on website shall contain the
following documents signed by digital signature.
i) EMD in the form of D.D. drawn from Nationalised Bank/ Schedule Bank shall be
submitted as detailed in the e-tender notice for this tender and in “Annexure A” of
this section. Certificates of exemption for payment of earnest money will not be
accepted.
ii) VAT
MVAT Registration Certificate in appropriate form issued by Maharashtra
Government.
The MVAT on transfer of property of goods involved in the execution of work
contract ( Re. enacted Act – 2005 ) from Sales Tax Department.
iii) PAN card or attested copy of income tax return :-
iv) Power of Attorney ( Appendix - M )
v) The Contractor shall have to produce the copy of certificate of Registration under
sub section (1) of section 5 of Maharashtra State Tax on Professions trade callings
and Employment Act 1975 ( see Rule 3(2) from the Professional Tax Office of the
concerned district. The contractor shall have to submit copy of Professional Tax and
clearance certificate in format vide (Appendix - I)
vi) The tenderer shall submit on Non - Judicial stamp Paper of face value Rs.100/- ( Rs.
Hundred Only ) an agreement in the form of Appendix ‘J’ for and fulfillment of the
contract. The tenders will not be accepted in the absence of such agreement.
vii) The tenderer shall submit tender forwarding letter (Proforma in Appendix - K)
viii) Contractor's Declaration Form. (Appendix - F )
ix) Agreement (Appendix – J)
32
Signature of Contractor Signature of Purchaser
x) Details of Technical Personnel with tenderer (Proforma in Appendix ‘A’ of the-tender
form).
xi) List of machinery and plants immediately available with the tenderer for use on this
work and list of machinery proposed to be utilised on this work but not immediately
available and the manner in which it is proposed to be procured. (Proforma in
Appendix ‘B’ & ‘E’ of the-tender form).
xii) Details of other works tendered for and in hand with the tenderer, the value of work
unfinished on the last date of submission of the tender. The certificates from the
head of offices under which the works are in progress should be enclosed (Proforma
in Appendix ‘D’ of the-tender form.) The performance of contractor should be
satisfactory.
xiii) Deed of partnership or Article of Association and Memorandum of Association for
limited Company.
xiv) The contractor shall have to submit information regarding proof of payment of labour
provident fund, as certificate from competent authority valid on the date fixed for
submission of tender.
Note for Envelope No. 1
1. The tenderer shall submit the document at Sr. viii, ix, x, xi, xii, and xiii online
only (Tenderer shall download these forms, fill it in physically , signe it, and
up load after scanning it)
2. After submitting the EMD as per e-tender notice, all supporting documents in
envelope No. 1 and the documents at sr. no. i, ii, iii, iv, v, vi, vii, ix, xii, xiii and
xiv shall be filled in and submitted to Superintending Engineer, Ghatghar ( E
& M) Circle, Kalwa, Thane before last date and time of submission of main
tender.
33
Signature of Contractor Signature of Purchaser
The document listed at note No 2 above should be submitted in sealed envelope
addressed+ to Superintending Engineer, Ghatghar ( E & M) Circle, Kalwa, Thane
and superscribed as follows alongwith name of Bidder written on the envelope
Envelope No.1
Tender No B1/EE/Godavari/I of 2010-2011
Brahmagavan Lift Irrigation Scheme Stage II
It shall be the responsibility of the tenderer to upload details of EMD as mentioned in
e-tender notice within specified time.
b) Envelope No.2 - Tender:-
The second envelope clearly marked as "Envelope No.2" on website shall contain
the main tender including the common set of conditions / stipulations issued by the
GOMWRD after the pre - tender conference and bank guarantee / DD for additional
Earnest Money Deposit if required as detailed in 2.7.1. A tender submitted without
this would be considered as invalid.
The tenderer should quote his offer in the form of percentage below or above
estimated cost given in system generated template. The tenderer should quote his
offer for which he is eligible. If he quote for whole, will be treated as non- responsive
and their offer will be out rightly rejected. He should not quote his offer anywhere
directly or indirectly in Envelope No.1 failing which the Envelope No.2 shall not be
opened and his tender shall stand rejected. The contractor shall quote for the work
as per details given in the main tender and also based on the common set of
conditions issued / additional stipulations made / or given for examination before
submission of the-tender by the firm as informed to him by a letter from the
Superintending Engineer, of the office as given in Annexure A of this section after
34
Signature of Contractor Signature of Purchaser
pretender conference. This tender shall be unconditional. Documents as required in
clause 1.4 of this PQ document. If applicable, shall also be included.
The envelope No.2 will also contain the following. :
i) Covering letter of the offer.
ii) System generated price bid
iii) Special features, the Tenderer feels worth mentioning about his offer.
iv) Guaranteed performance and technical particulars as included in the drawings,
specifications of the equipment offered by the Tenderer.
v) Tender form with dully filled in B1 tender form.
vi) DD for additional EMD. ( if applicable)
Note for envelope No. 2
1. Sr. No. i to v above shall be uploaded on the Government of Maharashtra e-tender
portal.
2. Sr. No. vi to be submitted if applicable in envelope to Superintending Engineer,
Ghatghar (E&M) Circle, Kalwa, Thane.
c) SUBMISSION OF TENDER:-
The tenderer who completes the purchase, downloading and tender preparation
will be allowed to submit their tender in given time frame. At submission stage-
tender has to upload details of EMD alongwith the duplicate receipt No. of
division. The tenderer also has to submit online the service provider fee of Rs.
1024( Rs. One thousand twenty four only) as given on the e-tender portal.
The tenderer will have to upload signed copy of the drawings according to which
the work is to be carried out.
The right is reserved to revise or amend the contract documents prior to the date
notified for the receipt of tenders or extended date. Such deviations amendments
35
Signature of Contractor Signature of Purchaser
or extensions, if any, shall be communicated in the form of corrigendum by letter
or/and notice in News Papers as may be considered suitable.
The competent authority is free to verify the information submitted by tenderer by
all means and ways. If any information submitted by tenderer found absurd,
false, incomplete, misleading, and fabricated in wrong way then his tender will be
rejected and legal action will be taken against firm, person as per the provision of
the Indian Laws.
The offer shall be deemed to be valid for the period of 90 days from the date of
submission of the tender,
The bidders are advised to visit the site, examine and familiarize themselves with
the site condition prior to submission of bid.
2.6 OPENING OF TENDERS:-
On the schedule date of opening specified in the “key dates” bids submitted
by the tenderer will be opened online in the office of the Superintending
Engineer, Ghatghar (E&M) Circle, Kalwa, Thane by competent authority,
unless any compelling reasons requires postponement of the opening of
tender, Financial bid (commercial envelope) containing detailed price offer will
not be opened until technical evaluation has been completed. The date and
time of opening of this envelope will be updated on
http://wrd.maharashtra.etenders.in.
2.7 INSTRUCTIONS FOR SUBMISSION OF ENVELOPE NO.1:-
2.7.1 ADDITIONAL EARNEST MONEY
In case contractor's offer is less than 90 % or more than 110% of the
estimated cost at stated at Sr. No. 1.4 of Annex A. Additional earnest money
in the form of DD for an amount equal to 10% of the difference of the
36
Signature of Contractor Signature of Purchaser
contractor's offer and 90% or 110% of the estimated cost as stated above
shall be enclosed in Envelope No.2. Non - Submission of Bank Guarantee will
result into outright rejection of the tender. This shall be from any Scheduled
Bank's Branch situated in the State of Maharashtra.
The earnest money amount shall not carry any interest whatsoever. The
earnest money will be refunded ( and Bank Guarantee, if any, will be
released) in the case of tenderers whose tenders are not accepted, only after
completion of all formalities in respect of the accepted tender or in case of
expiry of validity of offer, when specially withdrawn by the tenderer. In the
case of successful tenderer, the earnest money will be refunded after
completion of contract documents and payment of security deposit as per the
provisions made clause 2.20 – Security Deposit or converted into Security
Deposit if required.
2.7.2 INCOME TAX
Income Tax will be deducted from the sums to be paid to the contractor for
the works carried out at 2% of the gross amount, and surcharge & education
cess on Income Tax as per prevailing Corporation orders from time to time.
2.7.3 MVAT registration certificate in appropriate form issued by Maharashtra value
added tax 2002. The MVAT on transfer of properly in goods involved in the
execution of work contract ( Reenacted Act – 2005 ) from sales tax
department.
2.7.4 PROFESSIONAL TAX :
Certificate of registration with the professional tax officer of the district in form
I A. Certificate of registration under section 5(1) and 5(2) of the Maharashtra
Sales Tax on Professions, Trades, callings and employment act 1975. Form
37
Signature of Contractor Signature of Purchaser
is as Appendix – ‘I’. It should also be made clear that the employees shall be
all those who receive the wages / salaries from the tenderer and shall include
the office and held staff and those operating machinery & equipment. This
also ensure that the machinery said to be deployable for the subject work is
really in the ownership of the tenderer.
2.7.5 CONSORTIUM:-
The tendere may be Consortium. The lead partner of the consortium shall be in
the business of supply, erection and commissioning of 33 kV or above switchyard
equipment for at least five years. The bidder shall furnish this information in PQ
document. One of the partners shall be designated ‘Chief Co-ordinator / Partner-
in-charge’ who shall have the responsibility for overall co-ordination between the
partners. In case of consortium represented by trading company, the trading
company may be designated as Partner-in-Charge. In case the contract is
awarded to the consortium, the partner-in-charge shall be authorized to incur
liabilities and receive instructions for and on behalf of any and all parties of the
association and the entire execution of the contract including payment shall be
done exclusively with him. In other words ‘Chief Co-ordinator / Partner-in-charge’
shall have 100% responsibility for execution of the contract. Statements to this
effect shall be included in the draft agreements.
2.8 INSTRUCTIONS FOR SUBMISSIONS OF ENVELOPE NO 2:-
Documents to be submitted in Envelope No.2 shall conform to the instruction given
below.
i) CONTRACTOR TO INFORM HIMSELF FULLY:
The tenderer shall be deemed to have fully acquainted himself with the work and site
conditions and carefully examined the special conditions, the specifications,
schedules and drawings and shall be deemed to have fully informed himself
38
Signature of Contractor Signature of Purchaser
regarding the location conditions. The tenderer shall also be deemed to have fully
acquainted with the various activities and positions of the manufacturer, supply of
raw, semi finished, bought out material and equipment etc.
ii) CONDITIONAL TENDER:-
Conditional tenders will be summarily rejected. The tenders which do not fulfil any of
the conditions of the notified requirements laid down in this detailed tender notice,
the general rules and directions for the guidance of the tenderers as mentioned in the
B-1 form or are incomplete in any respect, are likely to be rejected without assigning
any reasons thereof.
iii) TENDER RATE:-
The tenderer should quote his offer at appropriate place in "B-1" form, both in
figures as well as in words in English. In case there is difference between the
rates quoted as expressed in words and in figures, the rates as expressed in
words will be taken as correct irrespective of whether it is lower or higher than
that expressed in figure. The rates mentioned in the-tender shall be taken as
applying to all conditions of weather and will be inclusive of all taxes, if any.
The rates should be written in words in one line only as far as possible.
iv) If the quoted offer by the tenderer is above or below 10% of the estimated
cost then the tenderer shall furnish his rate analysis for all items costing
Rs.50,000/- ( Rs.Fifty thousand only ) and above put to tender in Envelope
No.2 in justification of the workability of the rates. Tenderer shall also submit
additional information in the analysis of the rates wherever called for by the
Corporation, without which the offer will not be considered.
2.9 TENDER UNITS:
39
Signature of Contractor Signature of Purchaser
The-tender has been invited on under the Metric System of measurements. The
tenderer should particularly note the units mentioned in Schedule B on which rates
are to be based.
2.10 CORRECTIONS:-
Any corrections in the entries made by the tenderer should be by crossing the
incorrect portion and writing the corrected portion above and each such correction
shall bear the attestation of the tenderer.
2.11 PERIOD OF VALIDITY OF TENDER.
The offer shall remain valid for a period of 90 ( Ninety days ) from the date of the
opening of tender, and there after until it is withdrawn by notice in writing by the
tenderer, duly addressed to the authority as stated at Sr.No.2.10 of Annexure - A of
this Section, and sent by R.P.A.D. If the acceptance of tender is not communicated
within 90 days or before and if the offer is withdrawn by the Contractor as aforesaid,
earnest money paid in cash shall be refunded in full.
2.12 COMPLETION OF TENDER DOCUMENT
While completing tender documents, the contractor must invariably complete
appendices included in the-tender documents giving correct information. However,
this information shall have to be submitted by the contractor in the prescribed
formats separately in Envelope No.1 as per provisions of paragraph 1.4 of the
Detailed Tender Notice.
2.13 LANGUAGE:-
The language of all correspondence regarding this work shall be English only.
2.14 LICENCE UNDER CONTRACT LABOUR REGULATION AND ABOLITION
ACT 1970.
40
Signature of Contractor Signature of Purchaser
2.14.1 The successful tenderer should produce to the satisfaction of the competent
authority accepting the-tender a valid and current license issued in his favour under
the provisions of contract Labour ( Regulation and Abolition ) Act, 1970 and the
Maharashtra Contract Labour ( R & A ) Rules 1971, before signing the contract. On
failure to do so the acceptance of the tenderer will be withdrawn and also the
earnest money and additional earnest money deposit if any will be forfeited to
Corporation.
2.14.2 The successful tenderer should produce to the satisfaction of the competent
authority accepting the-tender a valid and current VAT / Sales Tax Clearance
Certificate as required under the Government of Maharashtra Act XXXVI of 1989 in
for II Rule 4(1) M.S.T. on works contract ) from the VAT / sales tax department
before signing the contract, on failure to do so the acceptance of the-tender will be
withdrawn and the earnest money deposit and additional earnest money deposit if
any will be forfeited to the Corporation.
2.15 PRELIMINARY EXAMINATION:
The purchaser will examine the-tender to determine whether they are complete ,
whether any computation errors have been made, whether the document have
been properly signed and whether the tenders are generally in order.
2.16 RESPONSIVENESS OF TENDERS
The purchaser will determine the substantial responsiveness of each tender to the-
tender document with respect to commercial aspects. For the purpose of this a
substantially responsive tender is the one which conforms to all the terms,
conditions and specifications of tender document without material deviation ,
objections, conditionally or reservation(s) which affects in any substantial way the
scope, quality or inconsistent with the-tender document, the purchaser rights or the
41
Signature of Contractor Signature of Purchaser
successful tenders obligations under the contract or (ii) whose rectification would
unfairly affect the competitive position of other tenderers who are presenting
substantially responsive tender. In particular deviations from or objections to or
reservation about critical provision , such as those concerning Earnest Money
(clause 2.7.1) , Taxes and Duties ( clause 2.7.2,2.7.3 & 2.7.4) , Required tender
validity ( clause 2.11) , Security Deposit ( clause 2.20), related description in the
date sheets will treated as non responsive.
The purchaser will also carry out a detailed evaluation of the-tender in order to
determine substantial responsiveness of the-tender with respect to technical
aspects of the-tender document. In order to make such a determination , the
purchaser will examine and compare the technical aspect of the-tender based on
the information supplied by the tenderer taking in to account the following factor.
a) Overall completeness and compliance with the technical specifications and
drawings, deviation form the technical specification and those deviations not so
identified, suitability of the facilities offered in relation to the environmental and
climatic conditions prevailing at the site , and quality , function and operation of
any, process control concept included in the tender. The-tender that does not
meet minimum acceptable standards of completeness consistency and detail
will rejected for non responsiveness.
b) Conformity to guaranteed performance criteria and equipment as specified in
the-tender document.
c) Type , quantity and long term availability of mandatory spare parts and
maintenance services : and
d) Any other relevant factors listed in the-tender document.
42
Signature of Contractor Signature of Purchaser
A tender determined as not substantially responsive will be treated non-responsive
and will be rejected by the purchaser and may not subsequently be made responsive
by the tenderer by correction of non conformity. The purchasers determination of the
tender’s non-responsiveness is to based on the contests of the-tender itself without
recourses to extrinsic evidence.
The purchaser may waive any minor infirmity or non conformity or irregularity in a
tender which does not constitute a material deviation provided such waiver does not
prejudice or affect the relative ranking of the tender.
2.17 CLARIFICATION OF THE TENDERS
The purchaser may ask the tenderer, whose-tender is previously determined as
“Substantially responsive “for clarification of his tender with a view to obtaining minor
missing details. The request for such clarification and the response shall be in writing
and no change in the price or substance of the-tender shall be sought, offered or
permitted
2.18 EVALUATION AND COMPARRISON OF TENDER
Evaluation and comparison of tenders previously determined to be substantially
responsive shall be made on the basis of prices quoted by the tenderer for the total
work.
2.19 CONTACTING THE PURCHASER
2.19.1 Subject to clause 2.17, no tenderer shall contact the purchaser in any matter relating
to his tender form the time of tender opening upto the time the contract is awarded.
2.19.2 Any efforts by a tenderer to influence the purchaser in the purchaser’s tender
evaluation, tender comparison or contract award decisions, may result in the
rejection of the tender.
43
Signature of Contractor Signature of Purchaser
2.20 SECURITY CUM PERFORMANCE DEPOSIT
i) Within 30 days from the date of “Notification of Award” the successful
tenderer shall have to furnish a security deposit equivalent to 10 % of contract
price . In case cost of the tenderer’s offer is less than 90 % or more than 10
% of the estimated cost of the work indicated by the purchaser in his tender (
inviting) notice, the successful tenderer shall have to furnish additional
security deposit equivalent to 10 % of difference between 90 % of the
estimated cost of work which is indicated by the purchaser in the-tender
notice and “ cost of work as per tenderer’s offer” ( For example, if tenderer’s
offer is less by 25 % of the estimated cost then the percentage of additional
security deposit payable by the tenderer to the purchaser shall be (25-10) x
10/100= 1.5 % of estimated cost) The security deposit amount (10 % of the
contract price) shall be enhanced by the amount so arrived at to
accommodate the additional security deposit if applicable . The security
deposit shall be in the form of irrevocable Bank Guaranty provided in the-
tender document.
ii) The proceeds of the security deposit shall be payable to purchaser as
compensation for any loss resulting from the supplier’s failure to complete his
obligation under the contract.
iii) The security deposit shall be dominated in the currency of the contract and
shall be in the following form
A bank guarantee issued by the Schedule Bank acceptable to the purchaser
and in the form provided in the-tender documents, valid upto expiration of
Warranty and maintenance period.
44
Signature of Contractor Signature of Purchaser
iv) The security deposit will be discharged by the purchaser and returned to the
supplier not later than 30 days following the date of completion of the
supplier’s performance obligation, including any Warranty and maintenance
allegations under the contract.
v) Failure of the successful bidder to comply with the requirement of Clause 2.6
shall constitute sufficient grounds for annulment of the award and forfeiture of
the Earnest Money in such event the purchaser may make the award to the
next lowest evaluated tenderer or call for new tenders.
2.21 AWARD OF CONTRACT
Award Criteria
Subject to clause 2.7.2 the purchaser will award ‘ the contract in full or in part to the
successful tenderer whose-tender has been determined to be substantially
responsive and is the lowest evaluated tender.
2.22 PURCHASER’S RIGHT TO ACCEPT ANY TENDER OR REJECT ANY OR ALL
TENDERS
Purchaser reserves the right to accept or reject any tender and annual the tendering
process and reject all tenders at any time prior to award of contract without therby
incurring any liability to the affected tenderer(s) or any obligation to inform the
affected tenderer’s of the ground for the purchasers action.
2.23 NOTIFICATION OF AWARD
2.22.1 Prior to the expiration of the period of tender validity the Purchaser will notify the
successful tenderer in writing by registered letter or by cable or fax to be
confirmed- in writing by registered letter that his tender has been accepted.
2.22.2 The contract will come in to force from the date of notification award.
45
Signature of Contractor Signature of Purchaser
2.22.3 Upon the successful tenderer’s furnishing of security deposit pursuant to clause
the Purchaser will promptly discharge his Earnest Money.
2.24 SINGING OF CONTRACT
Upon receipt of “Notification of Award” from the Purchaser, the successful tenderer
(s) / the supplier (s) shall promptly prepare the detailed contract document
incorporating all agreement between the parties. The tenderer and the Purchaser
shall sign and date the contract document. The contract will come into existence
from the date of Notification of Award subject to furnishing security deposit by the
tenderer.
ANNEXURE - A
SECTION II - GENERAL INFORMATION AND CONDITION
A) DESCRIPTION OF THE PROJECT
Bramhagavan Lift Irrigation Scheme Stage II at paithan in Aurangabad district
is undertaken by Godavari Marathawada Irrigation Development Corporation
for lifting of water from jayakwadi dam. This scheme is for irrigation of farm
land.
B) STATUS OF THE PROJECT
Work is in progress as per design of C.D.O. Nasik. Excavation is completed
and columns are executed upto RL 456.30 mts. With side wall. Pump floor
slab is @ RL 456.30 mtr.
46
Signature of Contractor Signature of Purchaser
C) CLIMATIC CONDITION
a) Maximum ambient temperature : 43 0C
b) Minimum ambient temperature : 10 0C
c) Annual average rain full : ----
d) Relative humidity : ----
e) Attitude above sea level : ----
f) Maximum wind velocity(km/hours) : ----
D) SCOPE OF THE WORK
Design, manufacture, test before dispatch, supply, transport up to storage site,
re- transportation up to erection site, loading and unloading of equipment /
material, insurance till taking over by department ,erection, testing,
commissioning and two years operation & maintenance after commissioning of
33/6.6 KV Switchyard equipment, Power Transformer, XLPE Power & Control
cables etc. Including related Civil Works. in respect of Brahmagavan Lift
Irrigation Scheme, Stage -II, Tal. Paithan Dist : Aurangabad.
E) INFORMATION ABOUT WORK SITE
1 Location of work : Paithan , Jayakwadi Dam
2 Nearest Railway Station : Aurangabad
3 Nearest Air Port : Aurangabad
4 Road : Aurangabad - Paithan
5 Nearest Telephone and Telegraph
facility
: Aurangabad and Paithan
6 Nearest petrol and diesel pump : Aurangabad and Paithan
47
Signature of Contractor Signature of Purchaser
7 Position of land acquisition : Land acquisition procedure
will be done as per
requirements.
F DETAILS OF WORK
1.1 Name of work : Design, manufacture, test before
dispatch, supply, transport up to
storage site, re- transportation
up to erection site, loading and
unloading of equipment / material,
insurance till taking over by
department ,erection, testing,
commissioning and two years
operation & maintenance after
commissioning of 33/6.6 KV
Switchyard equipment, Power
Transformer, XLPE Power & Control
cables etc. Including related Civil
Works in respect of Brahmagavan
Lift Irrigation Scheme, Stage -II, Tal.
Paithan Dist : Aurangabad.
1.2 Estimated Cost : Rs. 23058230.00
1.3 Earnest Money Deposit : Rs. 230582.00
1.4 Additional Earnest Money
Deposit
: -----
48
Signature of Contractor Signature of Purchaser
1.5 Security Deposit : 10 % of contract price in the form of
the Bank Guaranty.
1.6 Additional Security
Deposit
:
1.7 Class of Contactor : Class A PWD ( Electrical wing)
registered contractor in Maharashtra
State.
1.8 Period of completion work : 4 Months
2.0
INFORMATION FOR OBTAINING TENDER FORMS AND ITS
SUBMMISSION
2.1 Name and address of the
Executive Engineer in
charge of the work in
whose name earnest
money and security
deposit is to be pledged.
: Executive Engineer,
Godavari Hydro Electric and Lift
Irrigation Division No. 1,
Kalwa, Thane - 400 605
2.2 Cost of Down Loaded Blank
Tender document
: Rs. 10000/- ( Rs. Ten thousand
only)
2.3 Name and address of the
officer receiving pre
qualification document.
: Superintending Engineer ,
Ghatghar (E&M) Circle,
Kalwa, Thane.
Phone No. 022-25444487
2.4 Pre tender conference 21/03/2011 at 12.00 Hrs. in the
49
Signature of Contractor Signature of Purchaser
meeting office of Superintending Engineer ,
Ghatghar (E&M) Circle,
Kalwa, Thane.
2.5 Name and address of the
officer receiving and
opening the tender
document.
Superintending Engineer ,
Ghatghar (E&M) Circle,
Kalwa, Thane.
Phone No. 022-25444487
2.6 The name of authority for
accepting the tender
document
Superintending Engineer ,
Ghatghar (E&M) Circle,
Kalwa, Thane.
Phone No. 022-25444487
3.0 Work and site condition As per above
4.0 Period of completion and
programme of work
4 months
5.0 Earnest Mooney / Security Deposit
5.1 Earnest Money Deposit Rs. 230582.00
5.2 Security Deposit 10 % of contract price in the form of
the Bank Guaranty.
5.3 If EMD / Security Deposit
is in the form of demand
draft it should be drawn on
any nationalised bank at
Thane
5.4 Name of the Executive Executive Engineer,
50
Signature of Contractor Signature of Purchaser
Engineer in charge of the
work in whose name
demand draft is to be
drawn.
Godavari Hydro Electric and Lift
Irrigation Division No. 1,
Kalwa, Thane - 400 605
52
Signature of Contractor Signature of Purchaser
APPENDIX - A
DETAILS OF TECHNICAL PERSONNEL WITH THE CONTRACTOR
Sr.
No.
Description Name Length of
service in
the firm
Qualifications
Professional experience
and
details of works carried out
Remark
1 2 3 4 5 6 7
1 Project Manager
2 Works Manager (Electrical Senior
Engineer)
3 Engineers (Electrical )
4 Supervisors
( Note : If there is no technical personnel with your firm please give details how can your firm manage the same in remark column.
53
Signature of Contractor Signature of Purchaser
APPENDIX - B
DETAILS OF PLANTS & MACHINERY IMMEDIATELY AVAILABLE WITH THE TENDERER FOR USE ON THIS WORK
Sr.
No.
Name of Equipment No. of Units Kind of
Make
Capacity Age and Condition Present
Location
Remark
1 2 3 4 5 6 7 8
Note : If No machinery available with the firm please give details how your firm will manage the same
54
Signature of Contractor Signature of Purchaser
APPENDIX - C
DETAILS OF WORKS OF SIMILAR TYPE AND MAGNITUDE CARRIED OUT BY THE TENDERED
Sr.
No.
Name of Work Place Tendered cost Rs. In
Lakhs
Time in months
which completed
Date of completion Principal features
1 2 3 4 5 6 7
55
Signature of Contractor Signature of Purchaser
APPENDIX - D
DETAILS OF OTHER WORKS TENDERED FOR AND IN HAND ON THE DATE OF SUBMISSION OF TENDER
Work in Hand Works Tendered for Sr.
No.
Name of Work Place
Tendered Cost
Rs. Lakhs
Cost of
remaining work
Rs. Lakhs
Anticipated
date of
completion
Estimated
Cost Rs.
Lakhs
Date by
which
decision is
expected
Stipulated date
of period of
completion
Remarks
1 2 3 4 5 6 7 8 9 10
56
Signature of Contractor Signature of Purchaser
APPENDIX - E
DETAILS OF PLANTS AND MACHINARY PROPOSED TO BE USED FOR WORKS BUT NOT IMMEDIATELY AVALIABLE
If already owned Sr.
No.
Name of
Equipment
No. of Units Kind of
Make
Capacity
Age and
Condition
Location Probable date of
availability
If to be
purchased
When month
and year)
Remarks
1 2 3 4 5 6 7 8 9 10
57
Signature of Contractor Signature of Purchaser
APPENDIX - F
DECLARATION OF THE CONTRACTOR
1.0 I / We ____________________________ Contractor(s), hereby undertake that
I/We shall pay the labourers engaged on the work as indicated in Annexure - A to
Section 2 - Detailed Tender Notice, wages as per Minimum Wages Act, 1948 and
amendments thereto applicable to the zone in which work lies and act
accordingly. I/We also undertake to abide by the various laws in force and extend
necessary facilities and amenities to the staff and workers employed by me/us.
2.0 I / We hereby declared that I/We have made myself / ourselves thoroughly
conversant with the local conditions regarding all materials and labour on which
I/We have bidded my/our rates for this work. The specifications of this work have
been carefully studied and understood by me / us before submitting this tender.
Signature of the Contractor
58
Signature of Contractor Signature of Purchaser
APPENDIX - G
MODEL FORM OF BANK GUARANTEE BOND
GUARANTEE BOND
1.0 This deed of Guarantee is made on the _________________
by______________ _____________________________________ having his
head office at ______________ (hereinafter called the ‘said Contractor(s) from
the demand under the terms and conditions of Agreement dated ___________
made between _____________ and ______________for
____________________________ (hereinafter called ‘the Agreement) of
additional security deposit for the due fulfillment by the said Contractors of the
terms and conditions contained in the said Agreement on production of a Bank
Guarantee for Rs. ____________ (Rs. ________________________ only). We,
_____________________ (hereinafter referred to as ‘the Bank’) at the request of
_________________________ (Contractor) do hereby undertake to pay to the
Executive Engineer, Godavari Hydro Electric and Lift Irrigation Division No. 1,
Kalwa, Thane - 400 605 (hereinafter referred to as Purchaser), an amount not
exceeding Rs. ___________ against any loss or damage caused to or suffered
by the Purchaser by reasons of any breach by the said Contractor of any of the
terms or conditions contained in the said Agreement.
2.0 We, ____________________________________ (indicate the name of bank) do
hereby undertake to pay the amount due and payable under this guarantee
without any demur, merely on a demand from the Purchaser stating that the
amount claimed is due by way of loss or damage caused to or would be caused
59
Signature of Contractor Signature of Purchaser
to or suffered by the Purchaser by reason of breach by the said Contractor(s) of
any of the terms of conditions contained in the said Agreement or any reason of
the contractor(s) failure to perform the said agreement. Any such demand
made on the bank shall be conclusive as regards the amount due and payable
under this guarantee shall be restricted to an amount not execeeding
Rs.________.
3.0 We undertake to pay to the Purchaser any money so demanded not withstanding
any dispute or dispute raised by the Contractor(s) Supplier(s) in any suit or
proceeding pending before any court or tribunal relating thereto, our liability
under this present being absolute and unequivocal. The payment so made by us
under this bond shall be valid discharge of our liability for payment there under
and the Contractor(s) Supplier(s) shall have no claim against us for making such
payment.
4.0 We, __________________________________(indicate the name of Bank)
further agree that the guarantee herein contained shall remain in full force and
effect during the period that would be taken for the performance of the said
Agreement and that it shall continue to be forcible till all the dues of the
Purchaser under or by virtue of the said Agreement have been fully paid and its
claims satisfied or discharged or till __________________ (Office / Purchaser) of
________________________ (indicate the name of Administrative Officer)
certifies that terms and conditions of the said Agreement have been fully and
properly carried out by the said Contractor(s) and accordingly discharges this
guarantee. Unless a demand or claim under this guarantee is made on us in
60
Signature of Contractor Signature of Purchaser
writing on or before the ______________ we shall be discharged from all liability
under this guarantee thereafter.
5.0 We, ________________________________ (indicate the name of Bank) further
agree with the Purchaser that the Purchaser shall have the fullest liberty without
our consent and without affecting in any manner our obligations hereunder to
vary any of the terms and conditions of the said Agreement or to extend time of
performance by the said Contractor from time to time or postpone for any time or
from time to time any of the powers exercisable by the Purchaser against the
said Contractor(s), and to forth or enforce any of the terms and conditions
relating to the said Agreement, and we shall not to be relieved from our liability
by reason of any such variation, or extension being granted to the said
Contractor(s) or for any forbearance, act or commission on the part of the
Purchaser or any indulgence by the Purchaser to the said Contractor or by any
such matter or thing whatsoever which under the law relating to surety would, but
for this provision, have effect of so relieving us.
6.0 This guarantee will not be discharged due to the change in the constitution of the
Bank or the change in the constitution of the Contractors / Suppliers.
7.0 We, ___________________________ (indicate the name of Bank) lastly
undertake not be revoke this guarantee during its currency except with the
previous consent of the Purchaser in writing.
Date the __________ day of _____________ 20
for _____________________________
61
Signature of Contractor Signature of Purchaser
(Indicate the Name of Bank)
APPENDIX “H”
INDENTURE FOR SECURED ADVANCES
( For use in cases in which the contract is for finished work and the contractor has
entered into an agreement for the execution of a certain specified quantity of work in a
given time)
THIS INDENTURE made the _________________ day of _________ between
__________ expression shall where the context so admits or implies be deemed to
include his executors, administrators and assigns) of the one part and the Purchaser
( hereinafter called as the Purchaser which expression shall where the context so admits
or implies be deemed to include his successors in office and assigns) of the other part.
WHEREAS by an agreement dated _______________ ( hereinafter called the said
Agreement) the Contractor has agreed.
AND WHEREAS the Contractor has applied to the Purchaser that he be allowed
advances on the security of materials absolutely belonging to him and brought by him to
the site of the works, the subject of the said Agreement for use in the construction of
such of the works as he has undertaken to execute at rates fixed for the finished work (
inclusive of the cost of material and labour and other charges)
AND WHEREAS the Purchaser has agreed to advance to the contractor the sum of
Rupees_________(in words, Rupees _______________________________________)
on the aforesaid security and has reserved to himself the option of making any further
advance or advances on security of aforesaid nature, the quantities and other particulars
62
Signature of Contractor Signature of Purchaser
of the materials on the security of which the advance or advances are made being
detailed in Part - II of the running account bill for the said works, signed at the time being
by the Contractor on.
NOW THIS INDENTURE WITNESS that in pursuance of the said Agreement and in
consideration of the sum of Rs. ________________ on or before the execution of these
presents paid to the Contractor by the Purchaser ( the receipt whereof the Contractor
both hereby acknowledge) and of such further advances ( if any) as may be made to
him as aforesaid, the Contractor does hereby covenant and agree with the Purchaser
and declare as follows.
1. That the said sum of Rs. ...................... so advanced by the Purchaser to the
Contractors as aforesaid shall be employed by the Contractor in or towards
expediting the execution of the said works and for none other purpose
whatsoever.
2. That the material detailed in the said running account bill which have been
offered to and accepted by the Purchaser as security are absolutely the
Contractor’s own properly and free from encumbrances of any kind and the
Contractor will not make any application for or receive a further advance on the
security of materials which are not absolutely his own properly, and free from
encumbrances of any kind and the Contractor indemnifies the Purchaser against
all claims to any materials in respect of which an advance has been made to him
as aforesaid.
3. That the materials detailed in the said running account bill and all other materials
on the security of which any further advance or advances may hereafter be made
as aforesaid (hereinafter called the said materials) shall be used by the
63
Signature of Contractor Signature of Purchaser
contractor solely in the execution of the said works in accordance with the
directions of the Divisional officer, Division (hereinafter called the Divisional
officer) and in the terms of the said Agreement.
4. That the Contractor shall make at his own cost all necessary and adequate
arrangement for the proper watch, safe custody and protection against all risks of
the said materials and that until used in construction as aforesaid, the said
materials shall remain at the site of the said works in the Contractor’s custody
and on his own responsibility and shall at all times be open to inspection by the
Divisional officer or any officer authorised by him. In the event of the said
materials or any part thereof being stolen, destroyed or damaged, the Contractor
will forthwith replace the same with other materials of like quality or repair and
make good the same as required by the Divisional officer.
5. That the said materials shall not on any account be removed from the site of the
said works except with the written permission of the Divisional officer or an officer
authorised by him in that behalf.
6. That the advances shall be repayable in full when or before the contractor
receives payment from the Purchaser of the price payable to him for the said
works under the terms and provisions of the said agreement, provided that if any
intermediate payments are made so the contractor on account of work done,
then on occasion of each such payment, the Purchaser will be at liberty to make
a recovery from the contractor’s bill for such payment by deducting there from the
value of the said materials then actually used in the construction and in respect
of which recover has not been made previously , the value for this purpose being
64
Signature of Contractor Signature of Purchaser
determined in respect of each description of materials at the rates at which
amounts of advances made under these presents were calculated.
7. That if the Contractor shall at any time make any defaults in the performance or
observance of any of the terms and provisions of the said agreement or of these
presents, the total amounts of the advance or advances that may still be owing to
the Purchaser Maharashtra shall immediately on the happening of such defaults
be repayable by the Contractor to the Purchaser , together with interest thereon
at twelve percent per annum from the date of respective dates of such advance
of advances to the date of repayment and with all costs, charges, damages and
expenses incurred by the Purchaser in or for the recovery thereof or the
enforcement of this security or otherwise by reason of the default of the
Contractor and the Contractor hereby covenants and agrees with the Purchaser
to repay and pay the same respectively to him accordingly.
8. That the Contractor hereby charges all the said materials with the repayment to
the Purchaser of the said sum of Rs. ................... and any further sum or sums
advanced as aforesaid and all costs, charges, damages and expenses payable
under these presents PROVIDED ALWAYS and it is hereby agreed and declared
that not with standing anything in the said agreement and without prejudice to the
powers contained therein, if and whenever the covenant for payment and
Repayment hereinbefore contained shall become enforceable and the money
owing shall not be paid in accordance therewith, the Purchaser may at any time
thereafter adopt all or any of the following courses as he may deem best.
a) Seize and utilise the said materials or any part thereof in the completion of
the said works on behalf of the Contractor in accordance with the
65
Signature of Contractor Signature of Purchaser
provisions in that behalf contained in the said agreement, debiting the
Contractor with the actual cost of effecting such completion and the
amount due in respect of advances under these presents and crediting
the contractor with the value of work done as if he had carried it out in
accordance with the said agreement and at the rates thereby provided. If
the balance is against the Contractor, he is to pay the same to the
Purchaser on demand.
b) Remove and sell by public auction the seized materials or any part
thereof and out of the moneys arising from the sale, retain all the sums
aforesaid repayable to the Purchaser under these presents and pay over
the surplus ( if any) to the Contractor.
c) Deduct all or any part of the money owing out of the security deposits or
any sum due to the contractor under the said Agreement.
9. That except in the event of such default on the part of the contractor as
aforesaid interest on the said advance shall not be payable.
10. That in the event of any conflict between the provisions of these presents and the
said Agreement, the provisions of these presents shall prevail and in the event of
any dispute or difference arising over the construction or effect of these presents,
the settlement of which has not been hereinbefore expressly provided for the
same shall be referred to the Superintending Engineer,
...................................................... Circle, whose decision shall be final.
IN WITNESS WHEREOF the said ....................................... and
.................................... ............................................. by the order and under the
direction of the Purchaser have hereunto set their respective hands the day and
66
Signature of Contractor Signature of Purchaser
year first above written. Signed, sealed and delivered by the said Contractor in
the presence.
Witness
Signature
Name:-
Address
Signed by ...............................
by the order and direction of the Purchaser in presence of
Witness :
Signature :
Name :
Address :
67
Signature of Contractor Signature of Purchaser
APPENDIX - I
PROFESSIONAL TAX CLEARANCE CERTIFICATE
This is to certify that M/s. _______________________________________ of (address),
is a registered dealer under the Maharashtra State Tax on Professions, Traders Callings
and Employment’s Act No. XVI of 1975, holding Registration Certificate No.
___________ w.e.f. ______________________.
The said dealer has paid all tax dues up to 31st March ___________ (previous year)
under the act. The dealer has paid the Professional Tax dues for the employees
mentioned below.
Sr. No. Name of the Employee Designation
There is no Profession Tax dues outstanding against the dealer under the act.
68
Signature of Contractor Signature of Purchaser
This certificate is valid for ONE year from the date of issue.
Signature ______________
Professional Tax Officer
Place :___________
Date : __________
APPENDIX ‘J’
AGREEMENT
Articles of agreement executed on this the _____________ of _________________
Two Thousand Eleven and _______________________ between the Executive
Engineer, GOMWRD ( hereinafter referred to as GOMWRD of the one part and
Shri__________________________________________________________ ( Name
and address of the tender) ( hereinafter referred to as “ the bounden”) of the other part.
Whereas in response to the notification No. ____________ dated ________________
the bounden has submitted to the GOMWRD a tender for the work
_________________________ _________________________ specified therein subject
to the terms and conditions contained in the said tender.
Whereas the bounden has also deposited with GOMWRD a sum of Rs.
___________________ as earnest money for execution of an agreement undertaking
the due fulfillment of the contract in case his tender is accepted by the GOMWRD.
Now these presents witness and it is mutually agreed as follows:
1. In case the tender submitted by the bounden is accepted by the GOMWRD and
the contract for _________________________ is awarded to the bounden, the
69
Signature of Contractor Signature of Purchaser
bounden shall within _________ days of acceptance of his tender execute an
agreement with the GOMWRD incorporating all the terms and conditions under
which the GOMWRD accepts his tender.
2. In case the bounden fails to execute the agreement as aforesaid incorporating
terms and conditions. governing the contract, the GOMWRD shall have power
and authority to recover from the bounden any loss or any damage caused to the
GOMWRD by such breach, as may be determined by the GOMWRD by
appropriating the earnest money deposited by the bounden and if the earnest
money is found to be inadequate the deficit amount may be recovered from the
bounden and his properties, movable and immovable in the manner hereafter
contained.
3. All sums found due to the GOMWRD under or by the virtue of this agreement
shall be recoverable from the bounden and his properties. movable and
immovable, under the provisions of the Maharashtra Land Revenue Code for the
time being in force as though such sums are arrears of land revenue and in such
other manner as the GOMWRD may deem fit.
4. I/We ________________________________________________________
agree that the lead and lift charges of construction materials are incorporated in
the agreement and is accepted and no additional claims will be made on this
account. In witness whereof Shri.
_________________________________________ (Name and designation) for
and of behalf of the GOMWRD and Shri. ______________________________
____________________ the bounden have hereunto set their hands the days
and year shown against their respective signature.
70
Signature of Contractor Signature of Purchaser
Signed by Shri. __________________________________ date___________________
in the presence of Witness.
1. ____________________________________
2. ___________________________________
Signed by Shri ___________________________________ in the presence of witness.
1. ____________________________________
2. ___________________________________
APPENDIX - K
FORM OF TENDER FORWARDING LETTER
(To be submitted in Envelope No. –1 )
To,
Superintending Engineer,
Ghatghar (E & M) Circle,
Kalwa, Thane
Subject - Design, manufacture, test before dispatch, supply, transport up to storage
site, re- transportation up to erection site, loading and unloading of equipment /
material, insurance till taking over by department ,erection, testing, commissioning
and two years operation & maintenance after commissioning of 33/6.6 KV
Switchyard equipment, Power Transformer, XLPE Power & Control cables etc.
Including related Civil Works. in respect of Bramhagavan Lift Irrigation Scheme,
Stage -II, Tal. Paithan Dist : Aurangabad.
Ref: Tender No. B1/EE/ GODAVARI/I /2010-2011.
Dear Sir,
71
Signature of Contractor Signature of Purchaser
1. Having examined the Tender Document, amendments date _________ the
receipt of which is hereby duly acknowledged we the undersigned undertake
Design, manufacture, test before dispatch, supply, transport up to storage site,
re-transportation up to erection site, loading and unloading of equipments /
material, insurance till taking over by department, erection, testing,
commissioning of 33/6.6 KV Switchyard equipments, 6.3 MVA Power
Transformer, XLPE Cable, Power & Control cables, Switchyard Earthmat, Fire
fighting equipments etc. @ Bramhagavan Lift Irrigation Scheme, Stage -II, Tal.
Paithan Dist : Aurangabad.
2. We, the undersigned hereby bid in accordance with the said instruction,
conditions of contract, specifications, schedule and drawings.
3. We undertake, if our tender is accepted to commence work and to complete the
work for the items specified in the contract reckoned from the date of
‘Acceptance of Tender’ as communicated by you. Further, we undertake to
provide a ‘Performance Security’ for an amount of 10% (five percent) of the total
contract price.
4. We agree to abide by our tender for period of 90 days fixed for deadline for
submission of tender and in default, agree to forfeit to Purchaser the amount of
‘Earnest Money’ furnished with the tender.
5. Until a formal contract is prepared and executed, this tender together with your
written acceptance thereof and your notification of award constitute a binding
contract between us. Earnest Money for an amount Rs. 230582/- in favour of the
Executive Engineer, Godavari Hydro Electric and Lift Irrigation Division No. 1,
Kalwa, Thane is enclosed herewith.
72
Signature of Contractor Signature of Purchaser
Yours faithfully,
Signature ___________________
Designation _________________
for and on behalf of (Name of Company)
Address __________________________
Tel. No. __________________________
Telex No. __________________________
Fax No. __________________________
APPENDIX – L
EMD ASSIGNMENT FORM
Article of agreement executed of this the ___________________ of _____
_____________________________________and between the Executive Engineer
GOMWRD ( herein after referred to as GOMWRD ) of the one part of Shri.
____________ _______________________________________ (Name and address of
the tenderer ( hereinafter referred to as the bounden of the other part ).
Whereas the response to the notification No.___________ dated ______ the
____________________bounded has submitted to the GOMWRD tender for the work
__________________________specified therein subject to the terms and conditions
contained in the said tender.
Whereas the bounden has also deposited with GOMWRD a sum of Rs._______
____________________________ as earnest money for execution of an agreement
undertaking the due fulment of the contract in case his accepted by GOMWRD.
73
Signature of Contractor Signature of Purchaser
Now these presents witness and it is mutually agreed as follows.
1) In case the tender submitted by the bounded is accepted by the GOMWRD and
contract for ________________________________________ is awarded to the
bounden the bounden shall within days of acceptance of this tender execute an
agreement with the GOMWRD incorporating all the terms and conditions under
which the GOMWRD accepts his tender.
2) In case the bounden fails to execute the agreement as aforesaid incorporating
terms and conditions governing the contracts, the GOMWRD shall be power and
authority to recover from the bounden any loss of any damage caused to the
GOMWRD in each breach as may be determined by the GOMWRD by
appropriating the earnest money deposited by the bounden and if the earnest
money is found to be inadequate the deficit amount may be recovered from the
bounden and his properties movable and immovable in the manner hereinafter
contained.
3) All sums found due to the GOMWRD under or by the virtue of this agreement
shall be recoverable from the bounden and his properties movable and
immovable under the provisions of the Maharashtra land revenue code for the
time being in force as though such sum are arrears of land revenue an such
other manner as the GOMWRD may deem fit.
4) In witness where of Shri. _______________________ (Name and Designation)
for and on behalf of the GOMWRD and Shri.
______________________________ in bounden have hereunto set their hands
the days and year shown against their respective signature.
74
Signature of Contractor Signature of Purchaser
Signed by Shri. ___________________________________ date ___________ in the
present of witness.
1)
2)
Signed by Shri. _______________________________________ in the presence of
witness.
1)
2)
Note :- The tenderer shall mention the work he intends to quote.
75
Signature of Contractor Signature of Purchaser
APPENDIX - M
POWER OF ATTORNEY
(To be submitted in Envelope No.1)
I, _____________________________________________________ certify that I
am
___________________________________________________________________
Secretary of the Corporation/ Company, Organized under the laws of
_____________________and that ___________________ the Tender No.
__________________ dated _____________ is authorised to bind the
Purchaser by authority of its governing body.
________________________
( SEAL)
SECRETARY
76
Signature of Contractor Signature of Purchaser
SECTION – III
B-1 TENDER FORM AND TENDER
FOR WORKS
SCHEDULE 'A'
SCHEDULE 'B'
77
Signature of Contractor Signature of Purchaser
SECTION - III
B- 1 TENDER FORM
---------------------------------------------------------------------------------------------------------------------
PERCENTAGE RATE TENDER AND CONTRACT FOR WORKS
---------------------------------------------------------------------------------------------------------------------
GOVERNMENT OF MAHARASHTRA
WATER RESOURES DEPARTMENT
CIRCLE: - Ghatghar (E&M) Circle, Kalwa, Thane.
DIVISION: - Godavari Hydro Electric & Lift Irrigation Division No. 1 , Kalwa, Thane.
General Rules and Directions for the Guidance of Contractors
1. All works proposed to be executed by contract shall be notified in a form of invitation to
tender notice pasted on a board hung up in the office of the Executive Engineer and signed
by the Executive Engineer.
This form will state the work to be carried out as well as the date for submitting and opening
tenders and the time allowed for carrying out the work, also the mount of the earnest money
and additional earnest money if required to be deposited with the tender and the amount of
the security deposit and addition security deposit if required to be deposited by the successful
tenderer and the percentage if any to be deducted from bills. Copies of the specification,
designs and drawings, estimated rates scheduled rates and any other documents required in
connection with the works shall be signed by the Executive Engineer for the purpose of
identification and shall also be open for inspection by contractors at the office of the
Executive Engineers during office hours.
Where the works are proposed to be executed according to the specifications recommended
by a contractor and approved by a competent authority on behalf of the Purchaser such
specifications with designs and drawing shall form part of the accepted tender.
78
Signature of Contractor Signature of Purchaser
1. In the event of the tender being submitted by a firm, It must be signed by each partner
thereof, and in the event of the absence of any partner, It shall be signed on his behalf by a
person holding a power of attorney authorising him to do so.
2A The contractors shall pay along with the tender the sum as stipulated in Annex 'A' to section I
as and by way of earnest money. The contractor may pay the and amount by forwarding
along with the tender. Demand draft drawn on bank and in favour of the Executive Engineer
as indicated in Annex A of Detailed Tender Notice.
ii) The contractor shall also enclose irrevocable bank guarantee of sum as stipulated in Annex A
Sr. No. 1.3.1 if his offer is less than 90% of the updated estimated cost as stated at Sr. No.
5.0 Annex. A . The said amount of earnest money shall not carry any interest whatsoever.
iii) If after submitting the Tender the contractor withdraws his offer, or modifies the same or if
after the acceptance of his tender the contractor fails or neglects to furnish the balance of
security deposit without prejudice to any other rights and powers of the Purchaser hereunder
of in law. Purchaser shall be entitled to forfeit the full amount the earnest money and the
additional Ernest money deposited by him
iv) In the event of this tender not being accepted the amount of earnest money deposited by the
contractor shall unless it is prior there to forfeited under the provision of sub-clause (iii) above
be refunded to him on his passing receipt therefore.
2. Receipts for payments made on account of any work, when executed by a firm should also
be signed by all the partners except where the contractors are described in their tender as
firm which case the receipt shall be signed in the name of the firm by one of the partners or
by some other person having authority to give effectual receipts of the firm.
3. Any person who submits a tender shall fill up usual printed form stating at what percentage
above or below the rates specified in Schedule-B ( memorandum showing items of work to be
carried out) he is willing to undertake the work. The person who submits the tender shall also
fill up printed form of schedule-B part-II Anticipated additional items as foreseen by the
tenderer wherein the tenderer shall mention itemwise quantity, rate and amount as assessed
by him. However the percentage above or below the rates specified in Schedule-B (
79
Signature of Contractor Signature of Purchaser
Memorandum showing items of works to be carried out ) he is willing to undertake the work,
shall be applicable only for the items, rates and quantities stipulated in Schedule-B part –I.
Only one percentage on all the estimated rates shall be named. Tenderers who propose any
alternation except in connection with Schedule –B part –II Anticipated additional items as
foreseen by the tenderer in the works specified in the said form of invitation to the tender or in
the time allowed or carrying out the work or which contain any other conditions of any sort
other than those specified in this tender documents will be liable to rejection. No printed form
of tender shall include a tender for more than one work but if contractor who wishes to tender
two or more works they shall submit a separate tender for each. Tenders shall have the name
and number of the work to which they refer, written outside the envelope.
4. The officer indicated in Annex 'A' to Section II shall open tender in the presence of
contractors who have submitted tenders or their representatives who may be present at the
time and he will enter the amount of the several tenders in the comparative statement in a
suitable form in the event of tender being accepted the contractor shall for the purpose of
identification sign copies of the specifications and other documents mentioned in Rule 1 in
event of tender being rejected the competent officer shall refund the amount of the earnest
money deposited by the contractor on his giving a receipt for the return of money.
5. The officer competent to dispose of the tenders shall have the right of rejecting all or any of
the tenders.
6. No receipt for any payment alleged to have been made by a contractor in regard to any
matter relating to this tender or the contract shall be valid and binding on Purchaser unless it
is signed by the Executive Engineer.
7. No materials of any type required for the work shall be supplied by the Corporation. All the
work shall be executed by the tenderer with his own material(s) . The memorandum of work
to be tendered for shall be filled in and completed by the office of the Executive Engineer
before the tender own is issued. If a form issued to an intending tenderer has not been so
filled in and completed he shall request the said office to have this done before he completes
and delivers his tender.
80
Signature of Contractor Signature of Purchaser
8. All work shall be measured net by standard measure and according to the rules and customs
of the Purchaser and without reference to any local custom.
9. Under no circumstances shall any contractor be entitled to claim entered for items in this
contract.
11. All corrections additions or pasted slips should be initialed.
12. The measurements of work shall be taken according to the usual methods a use in the
Purchaser and no proposals to adopt alternative methods will be accepted. The Executive
Engineer's decision as to what is the usual method in use in the Purchaser will be final.
The measurements shall be recorded in the measurement Book (MB) on the basis of Field
Book (FB) (for leveling purpose) in black ink. The all(s) FB(s) shall be the property of
corporation. The rules of measurements as stipulated in the MPW Manual shall be applicable
"Mutatis - Mutandis" On completion of the work / termination of contract, the MS(s) & FB(s)
shall be property of the Corporation.
The contractor shall submit certified (certified by the concerned SDO/SDE/EE-1/AEE) copies
of the measurement sheet(s) related to the R.A. bill/Final bill along with the R.A. Bill / Final
Bill, without which his R.A. Bill / Final bill shall not be considered for payment.
13. In view of the difficult position regarding the availability of foreign exchange foreign exchange
would be released by the Purchaser for the purchase of plant & machinery required for the
execution of the work contracted for.
14. The contractor will have to construct shed for storing controlled and valuable materials at
work site having double locking arrangement. The materials will be taken for use in the
presence of the Purchaserperson. No materials will be allowed to be removed from the site of
works without prior permission of Engineer-in-charge.
15. Successful tenderer will have to produce to the satisfaction of the accepting authority a valid
and current license issued in his favour under the provision of Contract Labour (Regulation
and Abolition Act, 1970 ) before starting work failing which acceptance of the tender will be
liable for withdrawal and earnest money will be forfeited to Corporation.
81
Signature of Contractor Signature of Purchaser
16. The contractor shall comply with the provisions of the apprentice act 1961 & rules & orders
issued here under from time to time. If he fails to do so his failure will be a breach of the
contract and the Chief Engineer / S. E. may in his discretion cancel the contract the
contractor shall also be liable for any pecuniary liability arising on account of any violation by
him of the act.
82
Signature of Contractor Signature of Purchaser
B-1 TENDER FORM
PERCENTAGE RATE TENDER & CONTRACT FOR WORKS.
Tender for works
1. I/We hereby tender for the execution
for the GOMWRD ( here-in before In figure as well as in
and here-in-after referred to as words
Purchaser) of the work specified in
memorandum as enclosed within the
time specified in such memorandum
at ---------%--------------------------------------
---------percent below / above the
estimated rates entered in Schedule 'B'
and in accordance in all respects with
the specifications designs. drawings
and instructions in writing referred to in
Rule 1 hereof.
2. I/We agree that the offer shall remain Amount to be
open for acceptance for a minimum specified in words &
period of 90 days from the date fixed in figures
for opening the same & thereafter until
it is withdrawn by me/us by notice in
writing duly addressed to the authority
opening the tenders and sent by
registered post AD or other wise
delivered at the office of such
authority. Demand Draft on State Bank of
India , Thane or any Scheduled Bank
83
Signature of Contractor Signature of Purchaser
Payable at Thane respect to the sum of
Rs. ---------------------------- in words Rupees
--------------------------------------------------------
--------------------------------------------------------
--------------------- representing the
earnest money is herewith forwarded.
Additional earnest money in the form
of Bank Guarantee as required in view
of offer being lower than 10% below
the updated estimated cost as stated
at Sr. No.1.2 of Annex 'A' is also
enclosed. The amount of earnest
money shall not bear interest and shall
be liable to be forfeited to the
Purchaser should I/We fail to (i)
abide by the stipulation to keep the
offer open for the period mentioned
above or (2) sign & complete the
contractor documents as required by
the Engineer & furnish the security
deposit & additional security deposit if
any as specified in Sr. E. 1.6 at
Annexure of the memorandum
enclosed within the time limit laid
down in clause (a) of conditions of
contract. The amount of earnest
money may be adjusted towards the
security deposit or refunded to me/us if
84
Signature of Contractor Signature of Purchaser
so desired by me/us in, writing, unless
the same any part thereof has been
forfeited as aforesaid.
3. Should this tender be accepted I/we
hereby agree to abide by and fulfill
and the terms & provisions of the
conditions of Contract Special
conditions of contract included in this
booklet to Purchaser the sum of
money mentioned in the said
conditions.
85
Signature of Contractor Signature of Purchaser
MEMORANDUM
a) General Description : Design, manufacture, test before dispatch,
supply, transport up to storage site, re-
transportation up to erection site, loading and
unloading of equipment / material, insurance
till taking over by department ,erection, testing,
commissioning and two years operation &
maintenance after commissioning of 33/6.6 KV
Switchyard equipment, Power Transformer,
XLPE Power & Control cables etc. Including
related Civil Works. in respect of Brahmagavan
Lift Irrigation Scheme, Stage -II, Tal. Paithan
Dist : Aurangabad.
b) Estimated Cost. : Rs. 23058230.00
c) Earnest money ( EMD ) : Rs. 230582.00
d) Additional Earnest money in the form of
Bank Guarantee. As per clause No. i (b)
Page No.75
:
e) Security Deposit (SD)
i) Initial ( In cash)
ii) To be deducted from R.A.
bills
:
f) Additional SD in the form of Bank
Guarantee As per clause No. ii (b) Page
No.75
:
g) Percentage, if any, to be deducted from
bills so as to make up the total amount
required as Security Deposit
by the t ime, half the work as measured
by the cost is due 5% ( Five
percent )
:
86
Signature of Contractor Signature of Purchaser
h) Time allowed for the work from date of
written order to commence.
Signature of Contractor Signature of Witness
Address Address
Date Day of Occupation
The above tender is hereby accepted by me for and on behalf of the Corporation.
Date Day of Signature of the officer
( To be filled by tenderer ) by whom accepted
87
Signature of Contractor Signature of Purchaser
SCHEDULE – A
APPLICABLE FOR WORKS COSTING LESS THAN 100 LAKHS
Schedule showing ( Approx.) the material to be supplied from the departmental stores for work
contracted to be executed preliminary and Auxiliary work and the rate at which they are to be charged
for
Sr.
No.
particulars Quantity
Rates at which the material will
be charged to the Contractor
Place of
Delivery
--------------------------------------------- Nil --------------------------------------------------
Executive Engineer,
Godavari Hydro Electric and Lift Irrigation Division
No. 1 , Kalwa, Thane
88
Signature of Contractor Signature of Purchaser
CONDITIONS FOR SCHEDULE 'A'
Note:-
1) The person or firm submitting the tender should see that the rates in the above schedule are
filled up by the Engineer-in-charge. on the issue of the form prior to the submission of tender.
2) The cost of cement shown above is inclusive of cost of empty cement bags. The empty
cement bags need not be returned to the Purchaserby the contractor.
3) The charges for conveyance of the materials from the place of delivery to site of work will be
borne by the contractor. All the materials shall be made available for delivery on working days
during the office hours.
4) The quantities in Schedule 'A' are approximate and may vary according to the actual and
confide use in this work.
5) All the materials mentioned in Schedule 'A' required for the work shall be taken from the
Purchaseronly. The materials from the outside sources in lieu of materials from. the outside
sources in schedule 'A' shall not be allowed to be used except under writing permission from
the Executive Engineer. The sample of such material shall be tested all contractors cost. The
materials not conforming to the required standard shall be removed by the contractor at once
from the site of the work at his cost.
6) The materials viz. cement, steel etc. lying unused with the contractor after completion of the
work and if they are not returned, the contractor shall pay for such materials at] double the
rate at which the materials were issued to him. Recovery of S.T. and G.T on the cost of
surplus materials which are not returned by the contractor will be levied) as applicable and
as per rules.
7) The contractor will have to construct a shed with double locking arrangement at his own cost.
8) The contractor shall submit an account of all materials issued to him from time to time and
whenever demanded and before final bill is produced. Materials that cannot be accounted for
shall be recovered from him at penal rates as may be decided by the Executive Engineer. 9)
Claim for extra payment on delay in supply of these materials will not be entertained.
89
Signature of Contractor Signature of Purchaser
10) Proper account of day to day consumption of materials issued as per Schedule 'A' be
maintained by the contractor or his authorized representative on site and it shall be checked
by the PurchaserOfficer even,' day in token of its correctness.
90
Signature of Contractor Signature of Purchaser
SCHEDULE - B
Name of Work : Design, manufacture, test before dispatch, supply, transport up to storage site, re- transportation up to erection site, loading and unloading of equipment / material, insurance till taking over by department ,erection, testing, commissioning and two years operation & maintenance after commissioning of 33/6.6 KV Switchyard equipment, Power Transformer, XLPE Power & Control cables etc. Including related Civil Works. in respect of Brahmagavan Lift Irrigation Scheme, Stage -II, Tal. Paithan Dist : Aurangabad.
Item.
No.
Qty. Unit Description of Item Rate (Rs.) Per Amount (Rs.)
1 2 3 4 5 6 7
1 1 Nos. 33 / 6.6 KV ,6.3 MVA, 3ph. 50 Hz,
ONAN, with OLTC (- 5 % to + 15 %)
outdoor Power Transformer with all
fitting and standard accessories and
first filling of Oil etc. complete.
7475507.92 No 7475507.92
2 2 Nos. 36 KV rated, insulation class, BIL 170
KV peak, 630 A, 17.5 KA breaking
capacity, 3-Phase 50 Hz, Triple Pole,
gang operated mechanism, outdoor
SF-6 Circuit breaker, with support
structure etc. complete.
785305.79 No 1570611.58
3 6 Nos. 36 KV insulation class 17.5 KA single
phase, 100 Hz, four core, hermetically
sealed, outdoor type Current
Transformer. having current ratio
100 / 1 / 1 / 1 / 1 Amp. etc. complete.
108620.28 No. 651721.68
4 3 Nos. 36 KVA rated insulation class, single
phase, 50 Hz, two core, hermetically
sealed, outdoor type Potential
Transformer having voltage ratio 33 kV //3 /110 V//3 /110V//3
70456.40 No 211369.20
91
Signature of Contractor Signature of Purchaser
5 3 Set 36 KV rated insulation class, BIL 170
KV peak, 17.5 KA breaking capacity,
3-Phase, 50 Hz, 200 A, double break
centre post rotating, manually gang
operated, turn and twist type with
reduction gear mechanism, outdoor type Isolator With Earth Blades, etc.
complete.
140344.92 Set 421034.76
6 2 Sets 36 KV rated insulation class, BIL 170
KV peak, 17.5 KA breaking capacity,
3-Phase, 50 Hz, 200 A, double break
centre post rotating, manually gang
operated, turn and twist type with
reduction gear mechanism, outdoor
type Isolator Without Earth Blades,
etc. complete.
134534.46 Set 269068.92
7 9 Nos. 36 KV rated insulation class, BIL 170
KV peak, single phase, 50 Hz. station
class, gap less type, outdoor
Lightening Arrestor along with surge
counter and insulating base plate etc.
complete.
32248.04 No 290232.36
8 200 Mtrs. 6.6 KV (E) XLPE type Aluminium
conductor, single core, 240 Sq. mm.
power cable etc. complete.
1329.45 Mtr. 265890.00
9 8 Nos. Heat shrinkable cable Termination Kit,
suitable for 1C x240 Sq. mm. XLPE
Power cable.
3921.23 No 31369.84
10 1 No. 33 KV Incoming Feeder Control &
Relay panel as per detailed
specification.
688315.83 No 688315.83
11 1 Nos. 33/3.3 KV Transformer Control &
Relay panel as per detailed specification.
741950.83 No 741950.83
12 12.3 Tons. (a) Galvanised steel structure for
33 KV/ 3.3 KV sub station.
146155.38 Ton 1797711.17
92
Signature of Contractor Signature of Purchaser
0.6 Tons. (b) Hardware such as nut-bolts, spring
washers, and foundation bolts,
anchors,plane washers. etc.
158670.21 Ton 95202.13
13 1 Nos. 33 / 0.433 KV, 160 KVA, 3 Phase, 50
Hz, ONAN with OFF load tap changer
ranging +5% to -5% in step of 2.5%
each, Dynll vector group, outdoor
Station Transformer with all fitting
and standard accessories and first
filling of oil etc. complete.
744405.42 No 744405.42
14 1 Sets 36 KV grade, Horn Gap Fuse, 07
Amp.
17096.16 No 17096.16
15 (a) L.T. Power and control cables
between various equipments with
necessary material, laying termination
etc. complete.
250 Mtrs. 1) 2C x 2.5 mm2 (YWY) 138.40 Mtr. 34600.00
500 Mtrs. 2) 3C x 2.5 mm2 (YWY) 164.82 Mtr. 82410.00
2200 Mtrs. 3) 4C x 2.5 mm2 (YWY) 195.01 Mtr. 429022.00
55 Mtrs. 4) 4C x 4.0 mm2 (YWY) 329.22 Mtr. 18107.10
175 Mtrs. 5) 7C x 2.5 mm2 (YWY) 358.57 Mtr. 62749.75
240 Mtrs. 6) 12C x 2.5 mm2 (YWY) 504.10 Mtr. 120984.00
225 Mtrs. 7) 16C x 2.5 mm2 (YWY) 693.24 Mtr. 155979.00
450 Mtrs. 8) 30C x 2.5 mm2 (YWY) 1174.27 Mtr. 528421.50
350 Mtrs. 9) 4C x 16 mm2 (AYFY) 197.53 Mtr. 69135.50
40 Mtrs. 10) 4C x 25 mm2 (AYFY) 255.82 Mtr. 10232.80
16 Galvanised cable trays 16 SWG for
laying L.T. Power and control cables
as below.
80 Mtrs. 500 mm width 1452.61 Mtr. 116208.80
35 Mtrs. 300 mm width 817.93 Mtr. 28627.55
40 Mtrs. 200 mm width 625.74 Mtr. 25029.60
93
Signature of Contractor Signature of Purchaser
17 6 Nos, Junction Boxes/Marshalling boxes for
equipment in each bay with associated
wiring/cabling etc. complete. (Junction
box – 4 Nos; Marshalling box – 2
Nos.)
18437.03 No. 110622.18
18 Fire fighting equipments as below.
1 No. 1] Foam type, trolley mounted, fire
extinguisher, 50 Ltr. Capacity
20828.26 No. 20828.26
1 Nos. 2] CO2 type fire extinguisher 22.5 Kg
Capacity
26504.63 No. 26504.63
2 No. 3] CO2 type fire extinguisher 4.5 Kg Capacity
6972.55 No. 13945.10
1 Set 4] Fire bucket (4 Nos.) with stand 2614.71 Set 2614.71
19 Spares at 5% on Item Nos. 1, 2, 5,6,10,
11 & 13
595544.72
20 Service tax at 12.36% on E.T.C.
charges.
82147.21
21 Charges of Inspection & Testing, 110000.00
23 Electrical Inspector Charges 50000.00
24 0.470 Kms. ACSR Conductor (MINK): Supplying
and erecting ACSR conductor of size
6/1-3.66 mm (Mink) complete. (255 Kg/meter).
52454.85 Km 24653.78
25 4 No. Bus Post Insulator : Supplying and
erecting porcelain post type insulator suitable for 33 KV Line, complete. As
per Specification No. OH-INS / PST
2323.65 No. 9294.60
94
Signature of Contractor Signature of Purchaser
26 61 Mtrs. PVC Power Cable : Supplying and
erecting PVC armoured cable 3.½ core
150 Sq.mm. stranded/solid aluminium
conductor with continuous 12.97
mm.(8 SWG) G.I. earth wire complete
erected with glands and lugs in provided trench/laid in provided pipe
in an approved manner. As per
Specification No.CB-LT / AL
712.95 Mtr. 43489.95
27 2 Sets Termination Kit: - Providing and
erecting epoxy outdoor/indoor end
termination kit for L.T. PVC armoured
cable of size 150 to 185 Sq.mm. with
necessary material. As per
Specification No.CB-JT / LT
740.25 set 1480.50
28 12 Nos. Disc Insulator :- Supplying and
erecting porcelain disc tape insulator,
suitable for 33 KV line complete. As
per Specification No.OH-INS / DI
2643.90 No. 31726.80
29 2.3 KM Shield Wire :- Supplying and
erecting hard drawn 8 SWG G.I. Wire
coplete ercted for overhead line with
propuer size of G.I. Wire.
9262.05 Km 21302.72
30 491 Kgs Iron Work for Trays :- Supplying and
erecting iron work for G.I. perforated
cable tray supports, complete with
bending, cutting, drilling and welding complete at the position with
necessary material duly painted with
one coat of red oxide and two coats of
enamel paint to match as per direction
of authority. The size of angle
channels/flat is as under.
1) Angle 50 x 50 x 6 mm.
2) Channel 100 x 50 x 6 mm.
3) Flat 50 x 6 mm
96.60 Kg. 47430.60
Lighting System for Switchyard :
Lightening System of switchyard
consists of the following :
95
Signature of Contractor Signature of Purchaser
31 4 Nos. Swaged Pole : Supplying and
erecting steel tubular swaged pole
139.7 x 114.3 x 88.9 mm dia. with 4.5
x 3.65 x 3.25 mm thickness (5 + 1.75
+ 1.75 Mtr) length respectively and
total 8.5 Mtr. long, with pole cap, base plate in provided foundation. (Weight
109 Kg). As per Specification No.
OH-PL / STP
9272.55 No. 37090.20
32 4 Nos. Pole Foundation : Providing cement
concrete foundation including
excavation for the poles 60 cm x 60
cm x 1.5 Mtr. deep in 1:3:6 cement
concrete (20 x 25 stone metal) and 45
x 45 x 45 cm/45 cm dia x 45 cm height plinth duly plastered and with
necessary curing and finishing in an
approved manner.
1999.20 No. 7996.80
33 4 Nos. HPSV Fitting : Supplying and
erecting street light 250 watts HPSV
lamp fitting, on provided brackets. As
per Specification No. FG-ODF / GSL
3345.30 No. 13381.20
34 4 Nos. HPSV Lamp : Supplying and Erecting
H.P.S.V. lamp threaded type 230 V,
250 Watt (SON Type)
580.65 No. 2322.60
35 4 Nos. Pole Bracket : Supplying and erecting
street light bracket for erection of
single fitting on tubular welded pole
with 40 mm. Dia., 1.0 Meter long 'B'
grade G.I. pipe, along with pole cap of
125 mm dia 600 mm long duly welded
. As per Specification No.FG-BKT /
BPC
1043.70 No. 4174.80
96
Signature of Contractor Signature of Purchaser
36 4 Nos. FRP Box : Supplying and Erecting
FRP box of size 250 mm x 200 mm x
100 mm 2.7 mm thick complete, on
pole. As per Specification No.CB-SB.
485.10 No. 1940.40
37 12 Mtrs. G. I. Pipe : Supplying and erecting ISI
mark G.I. Pipe ‘A” Grade 40 mm dia.
erected for enclosing PVC armoured
cable on pole. As per Specification No. CW-PLB / GP. Para 4.2.1 & 4.2.2
( Chapter 17.5).
192.15 Mtr. 2305.80
38 212 Mtrs. Cable : Supplying erecting PVC
armoured cable with ISI mark 4 Core
4 Sq. mm. aluminium conductor with
Continuous 5.48 Sq.mm.(12 SWG) G.I. wired complete ericted Glands
and lugs. As per Specification No. CB-
LT / AL.
120.75 Mtr. 25599.00
39 123 Mtrs. Trench : Making trench in soft soil of
suitable width and depth for laying
provided L.T. cable upto 10 Sq. mm.
complete. As per Specification
No.CW-EXN / CTR.
73.50 Mtr. 9040.50
40 40 Mtrs. Mains : Supplying and erecting mains
F.R.L.S. stranded copper PVC
insulated wire laid in provided conduit
in side pole. As per Specification
No.WG-MA / BW
44.10 Mtr. 1764.00
41 1.5 Kgs. Earth Wire : Supplying erecting G.I. earth wire 14 SWG complete erected
on wall with necessary claims in an
approved manner for earthing or with
copper lugs, cable sockets of 30 A and
more at each end with necessary
cadmium plated double nut and bolt
with washers and covering it with
bituminous compound.
98.70 Kg. 148.05
97
Signature of Contractor Signature of Purchaser
42 4 Nos. Miniature Circuit breaker : Supplying
and erecting and marking DPMCB 6
Amp. to 32 Amp. 'B' Series (lighting )
in provided distribution board. As per
Specification No. SW-SWR / MCB
412.65 No. 1650.60
43 1 No. Miniature Circuit breaker : Providing
erecting and commissioning RCCB
only of electromagnetic type with 20
kA breaking capacity, 40 Amp., 4 pole complete.As per Specification No.
SW-RCCB / RCCB
2809.80 No. 2809.80
44 40.5 Kgs. Supplying and erecting Iron work for
panel board complete with bending,
cutting, drilling and welding complete
erected at the position with necessary
material duly painted with one coat of red oxide and two coats of enamel
paint to match the switch gears or as
per direction of authority. The size of
the angle is 50 x 50 x 6 mm.
96.60 Kg. 3912.30
45 0.9 Sq.M. CRCA Sheet 1.6 mm.(16 gauge) to be
used for fabrication of boxes panel
board etc. including, cutting, bending,
drilling, welding, riveting etc. and
painting with one coat of real lead
paint and two coat of enamel paint.
1734.60 Sq.M. 1561.14
46 1 No. Locking Arrangement : Supplying
and erecting self locking arrangement
with duplicate keys made of brass duly
erected flush with surface of panel.
159.60 No. 159.60
47 0.108 CuM. C.C. Foundation : Providing cement
concrete for foundation or for concrete filling in 1:3:6 ratio with 20 to 25 mm
stone metal duly plastered with
necessary curing for pole muffing or
any other purpose.
3354.75 Cu.M. 362.31
98
Signature of Contractor Signature of Purchaser
48 1 No. Distribution Board : Supplying and
erecting Tripple pole and neutral
distribution board TPNDB surface /
flush mounted, suitable for SPMCB of
12 ways on iron frame / laminated
board (Horizontal type). As per specification No. SW-SWR /
MCBDB.
1504.65 No. 1504.65
49 1 No. First Aid Box : Supplying standard First Aid Box with necessary
antiseptic creamer, medicine for use
on wound due burn, crepe bandage,
gauge bandage, medicated ready to use
bandage (band-aid) adhesive tape for
medicinal use, scissors, anti-septic
solution (Salon or similar) etc. of
standard make.
304.50
No.
304.50
50 1 Nos. Instruction Chart : Providing printed
instruction chart for treating persons
suffering from electric shock, printed
in English & Marathi and duly laminated.
59.85 No. 59.85
51 2 Pairs Rubber Hand Gloves : Providing pair
of duly tested Rubber Hand Gloves as
per IS:340715 suitable for working on
22 KV supply
352.80 Pair 705.60
52 5 Sq.M. Rubber Matting : Supplying and rubber matting of 12 mm thickness as
per IS : 5424 and of required length
and breath with good insulation
property for 22 Kv.
1919.40 Sq.M. 9597.00
Chain Link Fencing :-
53 108 Sect. Chain Link Fencing : Supplying and
erecting fencing of section having size
2450 mm in height from ground level
and 1200 mm width, with angle iron
frame work erected in fundation and
painted. as per specification No. SS-
AS / FSG.
2016.00 Sect. 217728.00
99
Signature of Contractor Signature of Purchaser
54
8
Nos.
Corner Support : Supplying and
erecting size 50 x 50 x 6 cm. angle
iron as corner support 0.5 Mtr. away
from the fence support fixed at the
middle of the fencing frame and the
other side in C.C. foundation of 15 x 15 x 40 cms. complete duly painted
with one coat of red oxide and two
coats of aluminium paint.
765.45
No.
6123.60
55 82 Kgs. Barbed Wire on ‘V’ Portion :
Supplying and erecting barbed wire
two ply with 12 SWG ply and 12
SWG barb with a gap between two
barbs of 75 mm. firmly fixed on
provided angle supports with
necessary material. (6.044 mtr/Kg)
65.10 Kg. 5338.20
405 Kgs. Angle for ‘V’ Portion : Supplying and
erecting Iron Work for panel board or
other purposes complete with bending
cutting, drilling and welding complete
erected at the position with necessary
material duly painted with one coat of
red oxide and two coats of enamel
paint as per directions by authority.
The size of Angle is 50 x 5 x 6 mm.
96.60 Kg. 39123.00
56 1 No. Double Leaf Hinged Door : Supplying
and erecting double leaf hinged door
each 150 cms in width x 185 cms. in
height using ‘B’ class G.I. Pipe, with
angle iron support, chin link jali,
complete supported on channel iron , erected in foundation and painted.
As per specification No. SS-AS /
DLD.
6332.55
No. 6332.55
Earth Mat :-
57 8816 Kgs. Supplying and erecting iron work for
earth mat or other purposes complete
with bending, cutting, drilling and
welding complete erected at the
position with necessary materials duly painted with one coat of red oxide and
two coats of enamel paint to match the
switch gear or as per the direction by
the authority. Mesh M.S.flat size 80 x
10 mm., for risers 50 x 12 mm. and
M.S. round bar 32 mm. in diameter
and M.S. angle 50 x 50 x 6 mm. for
clits.
96.60 Kg. 851625.60
100
Signature of Contractor Signature of Purchaser
58 36 Cu.M. Excavating hard murum / metal road
(B.T.) by chiseling for preparing pit
for poles stay or earth plates or for
laying cables, pipes and clearing the
site by removing debris and making
the site good.
130.20 Cu.M. 4687.20
59 640.00 Cu.M. Excavating soft murum/metal road
(B.T.) by chiseling for preparing pit
for poles stay or earth plates or for
laying cables, pipes and clearing the site by removing debris and making
the site good.
102.90 Cu.M. 65856.00
60 150 Mtrs. Drilling of 35 mm. holesholes in
murum for fixing 32 mm dia. M.S.
round bars up to 3 Mtr. length in rock
to fix M.S. round bar, including flushing the holes, conveying all
machinery equipments and necessary
watering etc. complete.
721.65 Mtr. 108247.50
61 660 Kgs. Supplying and erecting G.I. strip of
size 50 x 6 mm and 32 x 6 mm. sizes
used for earthing on wall and/or any
other purpose with necessary
aluminium clamps fixed on wall
painted with bituminous paint in an
approved manner. joint be done as per
specification No. EA-EP.
79.80 Kg. 52668.00
62 54 Mtrs. Supplying and erecting ISI mark G.I.
Pipe 100 mm dia. ‘C’ class. in position
with accessories. As per specification
No. CW-PLB / GP
1015.35 Mtr. 54828.90
63 18 Nos. Refilling of earth pits by charcoal salt
and soil .
1250.00 No. 22500.00
64 75 Kgs. Supplying and erecting G.I. strip of 50
x 5 mm used for “C” clamps for earth-pit pipes (100 mm dia.) erected with
necessary clamps, nut, bolts, in
approved manner.
79.80 Kg. 5985.00
101
Signature of Contractor Signature of Purchaser
Permanent Water Supply Arrangement
to Earth Pits -
65 168 Mtrs. Supplying and erecting ISI mark G.I.
Pipe 40 mm dia. ‘B’ class at position
with accessories. As per specification
No. CW-PLB / GP.
246.75 Mtr. 41454.00
66 72 Mtrs. Supplying and erecting ISI mark G.I.
Pipe 15 mm dia. ‘B’ class at position
with accessories. As per specification
No. CW-PLB / GP.
100.80 Mtr. 7257.60
67 1 No. Supplying and erecting non-return
valve 40 mm dia. in position made of
gunmetal.
833.70 No. 833.70
68 7 Nos. Supplying and erecting C.I. Flange 40
mm dia. with necessary nut, bolts and
washers with rubber seal in position.
78.75 No. 551.25
69 1 No. Supplying and erecting 40 mm dia. at
Gun metal foot valve at position with
necessary materials.
443.10 No. 443.10
70 55 Mtrs. Supplying and erecting flat flexible 3
core 4 Sq. mm PVC sheathed submersible type copper cable suitably
clamped at fixed interval with column
pipe assembly complete.
76.65 Mtr. 4215.75
71 1 No. Supplying and erecting submersible
pump set suitable for 150 mm dia.
bore well, 3 HP, 230 Volts, 50 Hz,
AC, with delivery head from 84 to 40
Mjtrs.and discharge from 30 to 90
LPM. (Max. efficiency at 69
Mtrs.head & 60 Ltrs.discharge and
delivery pipe of necessary diameter.)
erected with necessary H type clamps.
25360.65 No. 25360.65
102
Signature of Contractor Signature of Purchaser
72 18 Nos. Providing and fixing Bib -Cock stop
tap Brass heavy duty screw down 15
mm dia.
136.50 No. 2457.00
73 1 No. Supplying and erecting D.O.L. starter,
400 V, 3-phase, 50 cycle, with no volt
coil and overload element with
necessary material and connected to supply upto 10 HP.
1716.75 No. 1716.75
74 1.68 Sq.M. CRCA Sheet 1.6 mm.(16 gauge) to be
used for fabrication of boxes panel
board etc. including, cutting, bending,
drilling, welding, riveting etc. and
painting with one coat of real lead
paint and two coat of enamel paint.
1734.60 Sq.M. 2914.13
75 57.60 Kgs. Supplying and erecting iron work for
panel board or other purposes
complete with bending, cutting,
drilling and welding complete erected
at the position with necessary material duly painted with one coat of red
oxide and two coats of enamel paint
two match the switch gear as per the
direction by the authority. The size of
Angle is 50 x 50 x 6 mm.
96.60 Kg. 5564.16
76 1 No. Supplying and erecting triple pole iron
clad H.C. type reversible fuse and switch with neutral link 415/500 V,
16A, approved make complete erected
an angle iron frame.
903.00 No. 903.00
77 1 No. Supplying and erecting self locking
arrangement with duplicate keys made
of brass duly erected with surface of panel/cupboard.
159.60 No. 159.60
103
Signature of Contractor Signature of Purchaser
78 3986 Kgs. Iron Work : Supplying and erecting
Iron work for cable trench cover
complete with bending, cutting,
drilling and welding complete erected
at the position with necessary material
duly painted with one coat of real oxide and two coats of enamel paint to
match the switch gears or as direction
of authority. The sizes of Angle, Plates
& Bar etc. are as under-(1) MS Angle
50 x 50 x 6 mm. (2) Chequred Plate
0.5 mm. thick (3) MS Plate 5 mm.
thick (4) Plain Bar 10 mm. Dia.
96.60 Kg. 385047.60
79 727 Sq.M. Spreading of metal : Providing and
spreading stone metal 25mm size for
100 mm. depth above the ground level.
94.50 Sq.M. 68701.50
80 1 Lot Supply of measuring / testing
equipments as below :
200000.00 200000.00
a) Motorized transformer oil testing
kit – 1 No.
b) Megger 5 KV – 1 No. & 1 kV - 1
No.
c) Digital Multimeter – 1 No.
d) Set of double ended spanner – 1
Set e) Set of fix spanner – 1 set.
f) Set of screwdriver kit – 1 No.
g)Set of Screw Drivers (100mm,
150mm, & 300mm.) - 1 Set
h) Cutting plier,10 inch – 1 No.
h) Wire/Cable Insulation
remover – 1No.
i) Lug crimping tool (upto 10 mm2
cable) – 1 No.
j) Motorised EarthTester – 1 No.
k) Tong Tester – 1 No.
i ) Wire / cable insulation remover - 1 NO.
j) Lug crimping tool ( From 10
sq,mm.to 300 sq,mm cable) -1 No.
k) Motorised Earth Tester -1 No
l) Digital Tong Tester - 1 No
104
Signature of Contractor Signature of Purchaser
m) Box Spanner along with rachet -1
No.
n) Nose Plier - 1No.
O) Al. telescopic Ladder - 1No.
P) Pipe Wrench, 36 mm. & 23 mm.
Jaw - 1 No. each
81 Job Work two years operation & maintenance
after commissioning of 33/6.6 KV
Switchyard
2596634.87
GRAND TOTAL 23058230.07
SAYS 23058230.00
Rs. ………………………..
Note:- The above price are inclusive of all taxes and duties, transport, storage,
insurance, watch and ward charges.
I/ We agree to carry out the work at ……….percent ( …………………….percent)
above / below the estimated cost i.e. Rs……………(
Rs……………………………………………………… ) ( in figure of words)
Signature of Bidder :
Name and full Address :
105
Signature of Contractor Signature of Purchaser
SCHEDULE B PART II
Schedule of quantities and tender rates for anticipated additional
items as foreseen by the contractor
Sr.
No.
Description of Item Unit Rate in Fig. In
words ( Rs.)
Amount (Rs.)
Total of Part II
106
Signature of Contractor Signature of Purchaser
Note 1 :- All work shall be carried out with contractor’s own materials and as per the
specifications Part A & B.
Note 2 :- All the columns in the Schedule ‘B’ Part- II should be filled in ink and the total of
the entries in the last columns should be struck by the contractor under his
signature.
Note 3 :- Rates quoted include clearance of site ( prior to commencement of work and at
its close) in all respects and hold good for work under all conditions of site,
moisture, weather etc.
Note 4 :- The tender % as quoted by the tenderer in the space provided for in the
Memorandum of work shall be applicable only for the items, rates and quantities
stipulated in schedule ‘B’ Part A & B, as put to tender by Corporation.
Note 5 :- All the additional item(s) as many as foreseen by the tenderer with quantity(es),
rates(s), amount(s) and the detailed description shall be entered in to by the
tender in the space provided below Schedule ‘B’ Part – II. Anticipated additional
items as foreseen by the tenderer, The tenderer is free to attach additional
sheets, if required by him and sign the sheets, which will form part form part of
the tender. The specifications for the additional item(s) as foreseen by the tender
shall be in conformity with the nearest comparable item stipulated in the Hand
book of standard Specifications (PWD) and the applicability shall be decided
before the acceptance the tender.
Note 6 :- The amounts of all the items of Part – A & B of schedule ‘B’ with % (+ or -) and
the amount of Part – II of Schedule ‘B’ will be totaled and this will be considered
as the offer of the tenderer.
Note 7:- The work in additional items in Schedule ‘B’ Part – II shall be paid for only when
executed.
Note 8:- The provisions of Price variation para No. 33 of Special condition shall be
applicable for the work executed under Additional item of Schedule ‘B’ of Part –
107
Signature of Contractor Signature of Purchaser
II. The provision of Clause 38 conditions of contract – Quantity Variation clause
will not be applicable to the Additional items in Schedule ‘B’ of Part – II.
Note 9 :- In case of works having estimated cost put to tender less than Rs. 100 lakhs
cement and steel shall be supplied by Corporation at the rates mentioned in
Schedule ‘A’ and shall only be used for all the items in this Schedule requiring
cement and steel.
Note 10 :- Quantities indicated in Schedule ‘B’ Part – II by the contractor are fixed shall be
paid only on execution. No payment in excess of these quantities will be
admissible.
Note 11:- As per format of price break up enclosed.
Note 12:- While quoting percentage rate in B-1 Tender form, Contractors are requested to
see clause No. 66 of Special conditions of contract.
109
Signature of Contractor Signature of Purchaser
B – 1 TENDER FORM
CONDITIONS OF CONTRACT
A) Security Deposit Clause 1 : The person / persons whose tender may be accepted (
hereinafter called the contractor, which expression shall unless
excluded by a repugnant to the context include his heirs,
executors, administrators, and assigns ) shall (A) within 10 days
(which may be extended by the Superintending Engineer
concerned up to 15 days if Superintending Engineer concerned up
to 15 days if Superintending Engineer thinks fit to do so ) of the
receipt by him of the notification of the acceptance of his tender
deposit with the Executive Engineer in cash or Purchaser
securities endorsed to the Executive Engineer a sum sufficient
which will make up the initial security deposit specified in the
tender form at para (d) (i) of memorandum provided always that in
the even of the contractor depositing a lump sum by way of
security deposit as contemplated at (A) above then and in such
case as the sum so deposited shall not amount as specified in
memorandum it shall be lawful for Purchaser at the time of making
any payment to the contractor for work done under contract to
make up the full amount of security deposit as specified in
memorandum at para (c) by deducting a sufficient sum at the rate
specified at (g) of memorandum from every such payment as last
aforesaid until the full amount of the security deposit is made up.
110
Signature of Contractor Signature of Purchaser
All compensation or other sums of money payable by the
contractor to Purchaserunder the terms of his contract may be
deducted from or paid by the sale of sufficient part of his security
deposit or from the interest arising there from or from any sums
which may become due by Purchaser to the contractor under any
other contract or transaction of any nature on any account
whatsoever and in the event for his security deposit being reduced
by reason of any such deduction or sale as aforesaid the
contractor shall within ten days there after make good in cash or
Purchaser securities endorsed as aforesaid any sum of sums
which may have been deducted from or raised by sale of his
security deposit of any part thereof. The security deposit referred
to when paid in cash may at the cost of the depositor be converted
into interest bearing Purchaser securities provided that the
depositor has expressly desired this in writing.
B) Additional
security deposit
In case contractor’s offer is less than 90% of the updated (B)
Additional Security estimated cost as stared at Sr. No.1.4a of
Annexure ‘A’ additional Deposit. Security Deposit in the form of
irrevocable Bank Guarantee for a period equal to period of
contract and for an amount equal
to the difference to the contractor’s offer and 90 % of the updated
estimated cost as stated above shall be submitted to the Engineer
in charge at the time of completing tender documents.
Non submission of the above Additional Security Deposit will result
111
Signature of Contractor Signature of Purchaser
into forfeiture of the E.M.D. and additional E.M.D. If the amount of
the security deposit to be paid in a lump sum and Additional
Security Deposit in form of irrevocable Bank Guarantee is not paid
within the period specified at (A) above the tender/contract already
accepted shall be considered as canceled and legal steps taken
against the contractor for recovery of the amounts. The amount of
the Security Deposit lodged by the contractor shall be refunded
along with the payment of the final bill if the date up to which the
contractor has agreed to maintain the work in good order is over. If
such date is not over only 50 % amount of security deposit shall be
refunded along with the payment of the final bill. The amount of
Security Deposit retained by the Purchaser shall be released after
expiry of period up to which the contractor has agreed to maintain
the work in good order is over. In the event of the contractor failing
of neglecting the
complete rectification work within the period up to which the
contractor has agreed to maintain the work in good order then
subject to provisions of clauses 17 and 20 hereof the amount of
security Deposit retained by Purchaser shall be adjusted towards
the excess cost incurred by the Purchaser on rectification work.
The Additional Security Deposit shall be refunded to the contractor
on issuing of the completion certificate by the Engineer-in-charge
as stipulated in the clause No. 7 of the contract provided that the
Engineer-in-charge if demanded in writing by the contractor shall
112
Signature of Contractor Signature of Purchaser
from time to time release the Additional security Deposit in part
which are in proportion to the amount of the completed work.
Compensation of delay
Compensation
of delay
Clause 2 : The time allowed for carrying out the work as entered in
the tender shall be strictly observed by the contractor’s and shall
be reckoned from the date on which the order to commence work
id given to the contractor’s. The work shall through the stipulated
period of the contract proceeding with all due diligence ( time
being deemed to be the essence of the contract on the part of the
contractor’s ) and the contractor’s shall pay as compensation an
amount equal to one percent or such smaller amount as the
Superintending Engineer ( whose decision in writing shall be final )
may decide of the amount of the estimated cost of the whole work
as shown in the tender for every day that the work remains
uncommented or unfinished after the proper dates. And further to
ensure good progress during execution of the work, the
contractor’s shall be bound. in all cases in which the time allowed
for any work exceeds one month to complete the part works in
specified time slice as per the programme given in Annexure A to
Section I – Detailed Tender Notice / enclosed at the end of
Schedule “B”.
If the contractor’s has not achieved the target as per physical
programme of all items with respect to time as given in Annexure
“A” to Section I – Detailed Tender Notice / enclosed at the end of
113
Signature of Contractor Signature of Purchaser
the Schedule “B” then the compensation will be recovered with
prior notice to the contractor’s till the achievement of particular
target as decided by the Engineer-incharge.
In the event of the contractor’s failing to comply with this condition he
shall be liable to pay as compensation an amount equal to one
percent or such smaller amount as the Superintending Engineer (
Whose decision in writing shall be final ) may decide of the said
estimated cost of the
whole work for every day that the due quantity of work remains
incomplete : Provided always that the total amount of compensation
to be paid under the provisions of this clause shall not exceed 10
percent of the estimated cost of the work as shown in the tender
Superintending Engineer, should be the final authority in this respect.
Action when
whole of
security deposit
is forfeited
Clause 3: In any case in which under any clause of this
contract the contractor’s shall have rendered himself
liable to pay compensation amounting to the whole of his security
deposit as specified at para (e) of the memorandum or in the
case of abandonment of the work owing to serious illness or
death of the contractor’s or any other cause. The Executive
Engineer on behalf of the Purchaser shall have power to adapt
following course.
To rescind the contract ( for which rescission notice in writing to
the contractor’s under the hand of Executive Engineer shall be
conclusive evidence ) and in that case the security deposit and
114
Signature of Contractor Signature of Purchaser
addition security deposit of the contractor’s shall stand forfeited
and be absolutely at the
disposal of corporation.
In case the contract shall be rescinded under clause above the
contractor’s shall not be entitled to recover or be paid any sum for
any work therefore actually performed by him under this contract
unless and until the Executive Engineer shall have certified in
writing the performance of the such work and the amount payable
to him in respect thereof and he shall only be entitle to be paid the
amount so certified.
The contractor’s shall have no claim to compensation for any loss
sustained by him by reasons of his having purchased or procured
any materials or entered into any engagements or made any
advance on account of or with a view to the execution of the work
or the performance of the contract. The contractors; shall also be
not eligible to tender for the work remaining unexecuted under
this contract.
Action when Clause 4 : If progress of any particular portion of work is
unsatisfactory, the Executive Engineer shall notwithstanding that
the general progress of the work is in accordance with the
condition mentioned in clause 2 be entitled to take action as under
after giving the contractors 10 days notice in writing.
The Purchaser will have to order that the work of the contractor be
measured up and to take such part there of as shall be un execute
115
Signature of Contractor Signature of Purchaser
out of his hands and to give it to another contractor to complete in
which case all expenses incurred to advertisements for fixing a
new contracting agency additional supervisory staff including the
cost of work charged establishment and the cost of the work
executed by the new contract agency will be debited to the
contractor and the value of the work done or executed through the
new contractor ( including escalation due ) shall be credited to the
contractor in all respects and in the same manner and at the same
rates as if it had been carried out by the contractor under the terms
of this contract. The certificate of the Executive Engineer as to all
the cost of the work and other expenses incurred as aforesaid for
or in getting the unexecuted work done by the new contractor and
as to the value of the work so done shall be final and conclusive
against the contractor.
In case the cost of the work executed through a new contractor
and other allied expenses exceeding the value of such work
credited to the contractors the amount of excess shall be deducted
from any money due to the contractor by Government of
Purchaserunder the contractor otherwise howsoever or from his
security deposit and additional security deposit or the sale
proceeds thereof provided, however, that the contractor shall have
no claim against Purchaser even if the certified value of the work
done through a new contractor exceeds the certified cost of such
work and allied expenses. The contractor shall have no claims to
116
Signature of Contractor Signature of Purchaser
compensation for any loss sustained by him by reason of his
having purchased or procured any materials or entered into any
engagements or made any advances on account of or with a view
to the execution of the work or the performance of the contract.
The contractor of the whole work shall not be considered eligible to
tender for the execution of work so withdrawn from this contract.
The contractor will have no claim for compensation for any loss
sustained by him owing to such action.
Contractor remain
liable to pay
compensation if action
not taken under
clause 3 & 4
Clause 5 : In any case in which any of the powers conferred upon
the Executive Engineer by clause 3 an 4 here of shall exercised
the non-exercise thereof shall not constitute a waiving of any of the
conditions hereof and such powers shall notwithstanding be
exercisable in the event of any future case of default by the
contractor for which under any clauses hereof he is
have become exercisable and the same shall not have been
declared liable to pay compensation amounting to the whole of his
security deposit and additional security deposit and the liability of
the contractor for past and future compensation shall remain
unaffected in the event of the Executive Engineer taking action
under clause 3 be may iif he so desires take possession of all of
any tools, plant, materials and stores in or upon the work or the
site thereof or belonging to the contractor of procure by him and
intended to be used for the execution of the work or any part
thereof paying or allowing for the same in account at the contract
117
Signature of Contractor Signature of Purchaser
Power to take
possession of or
require
removal of or
sale
contractors
plant
rates or in the case of contract rates not being applicable at
current market rates to be certified by the Executive Engineer
whose certificate thereof shall be final. In the alternative the
Executive Engineer may after giving notice in writing to the
contractor or his clear of the work foreman or other authorized
agent require him to remove such tools & plant materials or stores
from the premises within a time to be specified in such notice and
in the
event of the contractor failing to comply with any such requisition
the Executive Engineer may remove them at the contractors
expense or sell them by auction or private sale on account of the
contractor and at his risk in all respects and the certificate of the
Executive Engineer as to the expense of any such removal and
the amount of the proceeds and expense of any such sale shall be
final and conclusive against the contractor.
Extension of
time
Clause 6: If contractor shall desire an extension of the time for
completion of work on the ground of his having been unavoidable
hindered in its execution or on any other ground he shall apply in
writing to the Executive Engineer before the expiration of the
period stipulated in tender on or before the expiration of 30 days
from the date on which he was hindered as aforesaid or on which
118
Signature of Contractor Signature of Purchaser
the cause for asking for extension occurred, whichever is earlier
and the Executive Engineer or in the opinion of Superintending
Engineer or Chief Engineer as the case may be if in his opinion
there were reasonable grounds for granting an extension grant
such extension as he thinks necessary or proper be decision of the
Executive Engineer / Superintending Engineer / Chief Engineer in
this matter shall be final.
Final certificate Clause 7 : On the completion of the work the contractor shall be
furnished with a certificate by the Executive Engineer ( hereinafter
called the Engineer-in-charge ) of such completion but so such
certificate shall be given or shall the work be considered to be
completed until the contractor shall have removed from the
premises on which the work shall have been executed all
scaffolding, surplus materials and rubbish and shall have cleaned
off the dirt from all wood work, door, windows , walls floor or their
parts of any building in or upon which the work has been executed
or of which he may have had possession for the purpose of
executing the work or until the work have been measured by the
Engineer-in charge or where the measurements have been taken
by his subordinates until they have received approval of the
Engineer – in – charge the said measurements being binding and
conclusive against the contractor. If the contractor shall fail to
comply with the requirements of this clause as to the removal of
scaffolding surplus materials and rubbish and cleaning of dirt on or
119
Signature of Contractor Signature of Purchaser
before the date fixed for the completion of the work the Engineer-
in-charge may at the expenses of the contractor, remove such
scaffolding surplus materials and rubbish and dispose off the same
as he thinks fit and clean off such dirt as aforesaid so incurred but
shall have no claim in respect of any such scaffolding or surplus
materials as aforesaid except for any sum actually realised by the
sale thereof.
Payment on
intermediate
certificate to
be regarded as
advances
Clause 8 : No payment shall be made for any work estimated to
cost less than rupees one thousand till after the whole of work
shall have been completed and a certificate of completion given.
But in the case of works estimated to cost more than rupees one
thousand the contractor shall on submitting a monthly part of the
work then approved and passed by the Engineer – in – charge
whose certificate of such approval and passing of the sum to
payable shall be final and conclusive against the contractor All
such intermediate payments shall be regarded as payments by
way of advance against the final payments only and not a
payments for work actually done and completed and shall not
preciude the Engineer-incharge from requiring any bad unsound
imperfect or unskillful work to be removed or taken away and
reconstructed or re-created nor shall any such payment be
considered as an admission of the due perforation of the contract
or any part thereof in any respect or the occurring of any claim nor
shall it conclude determine or effect in any other way the powers of
120
Signature of Contractor Signature of Purchaser
the Engineer-in-charge as to the final settlement of the accounts or
otherwise or in any other way very or affect the contract. The final
bill shall be submitted by the contractor within one month of the
date fixed for the completion of the work, otherwise the Engineer-
in-charges certificate of the measurements and of the total amount
payable for work shall be final and binding on all parties.
Payment at
reduced rates
on account of
items of work
accepted as
completed to
be at the
discretion of
the Engineer-incharge
Clause 9 : The rates for several items of work estimated to the
more than Rs. 1,000/- agreed to within, shall be valid only when
the item concerned is accepted as having been completed fully in
accordance with the sanctioned specifications. In cases where the
items of work are not accepted as so completed by the Engineer-
in – charge may make payment on account of such items at such
reduced rates as he may consider reasonable in the preparation of
final or on account bills
Bill in
quadruplicate
to be
submitted
monthly –
Measurement
Recording by
Engineer
Clause 10: A bill shall be submitted by the Contractor in each
month on or before the date fixed by the Engineer-in-charge for all
work executed in the previous month on the basis of
measurements recorded by the authorized Engineer of the
Purchaser.
The measurements for payments of running account bills shall be
taken by the authorized Engineer of the Purchaser in the presence
of contractor or his authorised representative and shall be
recorded in M.B. of corporation. Based on the above
121
Signature of Contractor Signature of Purchaser
measurements the contractor shall have to submit his R.A. bills in
the bill format.
Initial levels before starting of work / foundation levels / final
measurements shall be taken by authorised Engineer of Engineer-
in-charge in the presence of contractor or his authorized
representative and same shall be signed by the contractor in taken
of his acceptance.
Contractor shall employ a qualified Engineer as his authorised
representative to be present while taking measurements by
authorised Engineer of Corporation.
A bill shall be submitted by the contractor in each month or before
date fixed by the Engineer-in-charge for all work executed. As far
as possible the payment of the bills will be made monthly to the
extent of availability of funds for the work under this contract.
However, the payment of final bill will be made after :
i) Detailed scrutiny of the measurements and the acceptance of
the bill there after.
ii) The contractor produces the challan of having made the
payment into District Treasury in respect of all dues of VAT under
the Maharashtra VAT on transfer of goods involved in the
execution of works contract Act. 2005.
Bills to be on
printed forms
Clause 11: The contractor shall submit all bills on the printed forms
in the format approved by the Engineer in charge. The charges to
be made in the bills shall always be entered at the rates specified
122
Signature of Contractor Signature of Purchaser
in the tender. In the case of any extra work ordered in pursuance
of these conditions, and not mentioned or provided for in the
tender at the rates hereinafter provided for such work.
Stores supplied
by Corporation.
Clause 12: If the specification or estimate of the work provides for
the use of any special description of material to be supplied form
the store of the Purchaser or if it is required that the contractor
shall use certain stores to be provided by the Engineer in charge (
Such material and stores and the prices to be charged there for an
hereinafter mentioned being so far as practicable for the
convenience of the contractor but not so as in any way to control
the meaning or effect of this contract specified ion the schedule or
memorandum here to annexed. ) The contractor shall be supplied
with such materials and stores as may be required from time to
time to be sued by him for the purpose of the contract only and
value of the full quantity of the materials and stores so supplied
shall be set off or deducted from any sums then due or thereafter
to become due to the contractor under the contract or otherwise or
from the security deposit or he proceeds of sale thereof it the
security deposit or the proceeds of
sale thereof it the security deposit is held in Purchaser securities
the same or sufficient portion thereof shall in that case be sold for
the purpose. All materials supplied to the contractor shall remain
the absolute property of Purchaser and shall on no account be
removed from the sites of the work and shall at all times be open
123
Signature of Contractor Signature of Purchaser
for inspection by the Engineer-in-charge. Any such materials
unused and in perfectly good condition at the time of completion or
termination of the contract shall be returned to the Purchaser store
if the Engineer in charge so requires by a notice in writing given
under his hand but the contractor shall not be entitled to return any
such materials except with consent of the engineer in charge and
he shall have no claim for compensation on account of any such
material supplied to him as aforesaid but remaining unused by him
or for any wastage in or damage to any such material.
Clasue 12(A) : If all stores of controlled materials such as cement,
steel etc. supplied to the contractor by Purchaser should be kept
by the contractor under lock & key and will be accessible for
inspection by Executive Engineer, or his authorised agent at all the
times.
Works to be
executed in
accordance
with
specifications
drawings orders
etc.
Clause 13: The contractor shall execute the whole and every part of the
work in the most substantial and workman like manner and both as
regards materials and every other respect in strict accordance with
specifications. The contractor shall also conform exactly. fully and
faithfully to the designs, drawing and instructions in writings relating to
the work signed by the Engineer in charge and lodged in his office and to
which the contractor shall be entitle to have access for the purpose of
inspection at such office or on the site of the work during office hours the
contractor will be entitled to receive three sets of contract drawing and
tender along with the work order free of cost further copies of the
contract drawings and working drawing if required by him shall be
124
Signature of Contractor Signature of Purchaser
supplied at the rate of Rs. 100/- per working drawing except where
otherwise specified.
Alterations in
specifications
and designs
not to
invalidate
contracts.
Rates for works
not entered in
estimate or
schedule of
rates of the
Clause 14 : The Engineer in charge shall have power to make any
alterations in or additions to the original specifications. drawings
designs and instructions that may appear to him to be necessary
or advisable during the progress of the work and the contractor
shall be found to carry out the work in accordance with any
instructions in this connection which may be given to him in writing
signed by the Engineer in charge and such alteration shall not
invalidate the contract and any additional work which the
contractor may be directed to do in he manner above specified as
part of the work shall be carried out by the contractor on the same
conditions in all respects on which he agreed to do the main work
and at the same rates as are specified in the tender for the main
work. And if the additional and altered work included any class of
work for which no rate is specified in this contract then such class
of work shall be carried out at the rates entered in the schedule of
rates of the division or at the rates mutually agreed upon between
the Engineer-in-charge and the contractor which ever are lower. If
the additional or already work for which no rate is entered in the
Schedule of rates of the division is ordered to be carried out before
the rates are agreed upon then the contractor shall within seven
days of the date of receipt by him of the order to carry out the
work, inform the engineer in charge of the rate which it is his
125
Signature of Contractor Signature of Purchaser
districts
intention to charge for such class of work. And if the engineer in
charge dose not agree to this rate he shall by notice in writing be
at liberty to cancel his order to carry out such call of work and
arrange to carryout in such manner as he may consider advisable
provided always that if the contractor shall commence work or
incur
any expenditure in regard thereof before the rates shall have been
determined as lastly herein before mentioned then in such case he
shall only be entitled to be paid in respect of the work carried out
or expenditure incurred by him prior to the date of the
determination of the rate as aforesaid according to such rate of
rates as shall be fixed by the engineer in charge in the event of a
dispute, the decision of the Superintending Engineer of the circle
will be final.
Where however, the work is to be executed according to the
designs, drawings and specifications, recommended by the
contractor and accepted by the competent authority the alteration
above referred to shall be within the scope of such designs
drawings and specification appended to the tender.
The time limit for the completion of the work shall be extended in
the proportion that increase in its cost occasioned by alternations
or additions bears to the cost of the original contract work and the
certificate of the Engineer in charge as to such proportion shall be
conclusive. However
126
Signature of Contractor Signature of Purchaser
Extensions of
time in
consequence
of additions or
alterations.
such an extension will be governed by provisions of clause 6.
No claim to any
payment or
compensation
for alteration in
or restriction of
work.
Clause 15: I) If any time after the execution of the contract
documents the Engineers shall for any reason what so ever other
than default on the part of the contractor for which the Purchaser is
entitled to rescind the contract desires that the whole or any part of
the work specified in the tender should be suspended for any
period or that the whole or part of the work should not be carried
out at all he shall give to the contractor a notice. writing of such
desire
and upon the receipt of such notice contractor shall forthwith
suspend or stop the work wholly or in part as required after having
due regard to the appropriate stage at which the work should be
stopped or suspended so to cause any damage or injury to the
work already done o endanger the safety stopped or suspended
shall have no claim to any payment or compensation whatsoever
by reason of or in presence of an notice as aforesaid, on account
of any suspension, stoppage or curtailment except to the extent
specified hereinafter.
127
Signature of Contractor Signature of Purchaser
2) Where the total suspension of work ordered as aforesaid
continued for a continuous period exceeding 90 days the
contractor shall be at liberty to withdraw from the contractual
obligations under the contract so far as it pertains to the
unexecuted part of the work by giving a 10 days prior notice in
writing to the engineer within 30 days of the expiry of the said
period of 90 days of such intention and requiring the engineer to
record the final measurement of the work already done and to pay
final bill. Upon giving such notice the contractor shall be deeded to
have been discharged from his obligation to complete the
remaining unexecuted work under his contract. On receipt of such
notice the engineer shall proceed to complete the measurements
and make such payment as may be finally due to the contractor
within a period of 90 days from the receipt of such notice in
respect of the work already done by the contractor. Such payment
shall not in any manner prejudice the right of the contractor to any
further, compensation under the remaining provisions of this
clauses.
3) Where the Engineer required the contractor to suspend the
work for a period in excess of 30 days at any time or 60 days in
the aggregate the contractor shall be entitled to apply to the
Engineer within 30 days of the resumption of work after. Such
suspension for payment of compensation to the extent of
pecuniary loss suffered by him in respect of working machinery
128
Signature of Contractor Signature of Purchaser
remained idle on the site or on the account of his having and to
pay the salary or the wages of
labor engaged by him during the said period of suspension
provision always that the contractor shall not be entitled to any
claim in respect of any such working machinery, salary or wages
for the first 30 days whether consecutive or in aggregate of such
suspension or in or in respect of any suspension whatsoever
occasioned by unsatisfactory work or any other default on his part.
The decision of the Engineer in this regard shall be final &
conclusive against the contractor.
4) In the event of –
i) Any total stoppage of work on notice form the Engineer
under sub clause (1) in that behalf.
ii) Withdrawal by the contractor form the contractual obligation
to complete the remaining unexecuted work under sub
clause (2) on account of continued suspension of work
for a period exceeding 90 days.
OR
iii) Curtailment in the quantity of item or items originally
tendered on account of any alteration, omission or
substitution in the specification drawing, designs or
instruction under clause (14 (1) where such curtailment
excised 25 % in the quantity and the value of quantity
curtailed beyond 25% at the rates for the item specified
129
Signature of Contractor Signature of Purchaser
in the tender is more than Rs. 5000/-
It shall be open to the contractor within 90 days form the service of
(i) The notice of stoppage of work or (ii) The notice of withdrawal
form the contractual obligation under the contract on account of
the continued suspension of the work or (iii) Notice under clause
14 (1) resulting in such curtailment to produce the Engineer
satisfactory documentary evidence that he had purchased or
agreed to purchase material for use in the contracted work before
receipt by him of the notice of stoppage. suspension or curtailment
and required the Purchaser to take over on payment such material
at the rates determined by the Engineer, provided however such
rates shall in no case exceed the rates at which the same was
acquired by the contractor. The Purchaser shall thereafter take
over the materials, so offered are not in excess of the
requirements of the unexecuted work as specified in the accepted
tender and are of quality & specification approved by the Engineer.
No claim to
compensation
on account of
loss due to
delay in supply
of material by
corporation
Clause 15 A : The contractor shall not be entitled to claim any
compensation form Purchaser for the loss suffered by him on
account of delay by Purchaser in the supply of materials where
such
delay is caused by
i) Difficulties relating to the supply of railway wagons.
ii) Force- majeure
iii) Act of God
130
Signature of Contractor Signature of Purchaser
iv) Act of enemies of the state or any other reasonable cause
beyond the control of corporation.
In the case of such delay in the supply of materials. Purchaser
shall grant such extension of time for the completion of the work as
shall appear to the Executive Engineer to be reasonable in
accordance with the circumstances of the case. The decision of
the Executive Engineer as to the extension of the time shall be
accepted as final by the contractor & will be governed by the
provision of clause 6.
Time limit for
unforeseen
claims
Clause 16 : Under no circumstances whatever shall be contractor
be entitled to any compensation from Purchaser on any account
unless the contractor shall have submitted a claim in writing to the
Engineer-in-Charge within one month of the case of such claim
occurring.
Action &
Compensation
payable in
case of bad work
Clause 17: If any time before the security deposit or any part
thereof is refunded to the contractor it shall appear to the Engineer
– incharge of his subordinate in charge of the work work. That any
work has been executed with unsound, imperfect of unskillful
workmanship or with materials of inferior quality, of that materials
or articles provided by him for the execution of the work are
unsound. or of a quantity inferior to that contracted for, or are
otherwise not in accordance with the contract, it shall be lawful for
the Engines-in-charge to intimate this fact in writing to the
contractor and then notwithstanding the fact that the work,
131
Signature of Contractor Signature of Purchaser
materials or articles complained of may had been inadvertently
passed, certified and paid for the contractor shall be bound for with
to recite, or remove or reconstruct the work so specified in whole
or in part, as the case may or if so required shall remove the
materials or articles so specified and provided other proper and
suitable materials or articles at his own charge and cost and in the
event of his filing to do so within period to be specified by the
Engineer-in-charge in the written intimation aforesaid, the
contractor shall be liable to pay compensation at the rates of one
percent on the amount of estimate foe every day not exceeding 10
days, during which failure so continues and in the case of any
such failure the Engineer-in-charge may rectify of remove and re-
execute the work or remove and rejoice the materials or articles
complained of as the case may be at the risk and expense in all
respect of the contractor. Should the Engineer-in- charge consider
that any such inferior work or materials as described above may
be accepted or made use of it shall be within his direction to
accept the same at such reduced rates as he may fix therefore.
Work to be
open to
inspection.
Clause 18: All works under or in course of execution or executed
in pursuance of the contract shall at all times be open to the
inspection and supervision of the Engineer-incharge and his
subordinates and the contractor shall at all times during the usual
working hours and at all times at which reasonable notice of the
intention of the Engineer-in-charge and his subordinates to visit
132
Signature of Contractor Signature of Purchaser
Contractor or
responsible
agent to be
present.
the work shall have been given to the contractor either himself or
present to receive orders and instruction or have a responsible
agent duly accredited in writing present for that purpose. Orders
given to the contractors dully authorities agent shall be considered
to have the same force and effect as if they had been given to the
contractor himself.
Notice to be
given before
work is covered
up.
Clause 19 : The contractor shall give not less than five days notice
in writing to the Engineer-incharge or his subordination in charge
of the work before coving up to otherwise placing beyond the
reach of measurement an work in order that the same may be
measured and correct dimension thereof taken before the same is
so covered up or placed beyond the reach of measurements and
work shall not cover up or place beyond the reach of measurement
any work without its consent in writing of the Engineer-in-charge or
his subordinate in charge of the work and if any work shall covered
up or placed beyond the reach of measurement without such
notice having been given or consent obtained the same shall be
uncovered at the contractors expense & in default thereof no
payment or allowance shall be mad for such work or for the
materials with the same was executed.
Contractor
liable for
Clause 20 : If during the period of 12 months from the date of
completion as certified by the Engineer-in-charge pursuant to
133
Signature of Contractor Signature of Purchaser
damage done
and for
imperfections
for three
months after
certificate.
Clause-7 of the contract of 12 months attar commissioning the
work, whichever is earlier in the opinion of the Executing Engineer,
the said work is defective in any manner whatsoever the contractor
shall forthwith on receipt of notice in that behalf from the Executive
Engineer, duly commence execution and complete carry out at his
cost in cherry respect all the work that may be necessary for
rectifying & setting right the defects specified therein including
dismounting and reconstruction of unsafe portions strictly in
accordance with and in the manner prescribed and under the
supervision of the Execution Engineer. In the event of the
contractor failing or reflecting to commence execution of the said
reification work with in the period presented therefor in the said
notice and/or to complete the same as aforesaid as required by
the said notice, the Executive Engineer get the same executed
and carried out departmentally or by any other agency at the risk
on account and all the cost of the contractor. The contractor shall
forthwith on demand pay to the Purchaser the amount of such
costs, charges, and expenses sustained or incurred by the
Purchaser of which the certificate of Executive Engineer shall be
final and binding on the contract , such costs, charges and
expenses shall be deemed to be arrears of and revenue and on
the event of the contractor failing or neglecting to pay the same on
demand as aforesaid without prejudice to any other night and
remedies of the corporation, the same may be recovered from the
134
Signature of Contractor Signature of Purchaser
contractor as arrears of land revenues. The Purchaser shall also
be entitled to deduct the same form any account which may be
payable or which may thereafter become payable by the
Purchaser to the contractor either in respect of the said work or
any other work whatsoever or form the amount of security deposit
retained by Corporation.
Contractor to
supply plant,
ladders,
scaffolding etc
.And is liable for
damages
arising from non
provisions of
life fencing etc.
Clause 21 : The contractor shall supply at his own cost all
materials (expect such special materials. if any as may in
accordance with the contract be supplied from the Purchaser
stores) point, tools, appliance, implements, ladders carriage,
tackle, scaffolding and temporary work requisite for the proper
execution of the work, whether in the original, attired or subsisted
from and whether including in the specification of other documents
forming part of the contract or referred to in the side conditions or
not and which may be necessary for the purpose of satisfying or
complying with the requirement of the Engineer-in-charge as to
any matter as to which under conditions he is entitled to be
satisfied or which he is entitled to require together with the raring
there for to and from the work. The contractor shall also supply
without charge the requisite number of persons with the means
and materials necessary for the purpose of setting out works and
counting, weighting and assisting in the measurement or
examination at any time & from item to time of the work or the
materials, failing which the same may be provided by the
135
Signature of Contractor Signature of Purchaser
Engineer-in-charge at the expense of the contractor and the
expenses may be deducted from any money due to the contractor
under the contractor or from his security deposit or the proceed of
sale thereof a sufficient portion thereof. The contractor shall
provided all necessary fencing and lights required tap protect the
public from accident and shall also the bound to bear the
expenses of defensive of every suit, action or other legal
proceeding that may be brought beanie person for injures stained
owing too neglect of the above precautions and to pay any
damages and costs which may be awarded in any such suit, action
or proceedings to any such person or which may with the consent
of the contractor be aid for compromising any claim by any such
person.
Clause 21 (A) : The contractor shall provided scaffolds and
working platforms gangways and stairways and shall comply with
the following regulations in connection therewith.
a) Suitable scaffolds shall be provided for workmen for all work
that cannot be safety done from a ladder or by other means.
b) A scaffolds shall not be constructed taken down or substantially
altered expect.
i) under the supervision of a competent and responsible person
and
ii) as far as possible by competent workers possessing adequate
experience in this kind of work.
136
Signature of Contractor Signature of Purchaser
c) All scaffolds and appliances connected there with and all
ladders shall
i) be of sound material
ii) be of adequate strength having regard to the loads and strains
to which they will be subjected and
iii) the maintained in proper condition.
d) Scaffolds shall be so constructed that no part thereof can be
displaced in consequence of normal use.
e) Scaffolds shall not be over-loaded and so far as practicable the
load shall be evenly distributed.
f) Before installing lifting gear on scaffolds special precaution shall
be taken to ensure the strength and stability of the scaffold.
g) Scaffolds shall be periodically by the competent persons.
h) Before allowing a scaffold to be used by his workmen the
contractor shall whether the scaffold has been erected by his
workmen or not take steps to ensure that if complies fully with the
regulation here-in-specified.
i) Working platform, gangways, stairways shall) be so constructed
that no part thereof can sag unduly or unequally.
ii) be so constructed and maintained having regard to the prevailing
conditions as to reduce as far as practicable risks of persons and
stripping or slipping, and
iii) Be kept from form any unnecessary obstruction.
ii) In the case of working platforms, gangways, working place and
stairways at a height exceeding 3 meters.
137
Signature of Contractor Signature of Purchaser
i) Every working platform and every gangways shall be close boarded
unless other adequate measure are taken to ensure safety.
ii) Ever working platform and gangways shall have adequate width
and
iii) Every working platform, gangways, working place and stairway
shall be suitable fenced.
k) Every opening in the floor of a building or in a working platform
shall expect for the time and to extent required to allow the excess
of persons or the transport or shifting of material be provided with
suitable means to prevent the fall of persons or material.
l) When persons are employed on roof where three is a danger of
falling from a height exceeding 3 meters suitable precautions shall
be taken to prevent the fall persons of materials.
m) Suitable precautions shall be taken to prevent persons beings
struck by articles which might fall from scaffolds or other working
places.
n) Safe means of access shall be provided to all working platforms
& other working places.
o) The contractor(s) will to make payments to the laborers as per
Minimum Wages Act.
Clause 21 (B) The contractor shall company with the following
regulations as regards the Hoisting Appliances to be used by him.
a) Hoisting machines and tackle, including their attachments,
anchorage and support shall.
138
Signature of Contractor Signature of Purchaser
i) Be of good mechanical construction, sound material and
adequate strength and free from patent defect.
ii) Be kept in good repair and good working order.
b) Every rope used in hoisting or lowering materials or as a means
of suspension shall be of suitable quality and adequate strength
and free from patent defect.
c) Hoisting machines and tackle shall be examined and adequately
tested after erection on the site and before use and be re-
examined and in position at intervals to be prescribed by the
Corporation.
d) Every chain. ring . hook, shackle, swivel and pulley block used
in hoisting or lowering materials or as means of suspension shall
be periodically examined.
e) Every crane driver or hoisting appliance operator shall be
properly qualified.
f) No person who is below the age of 18 years shall be in control of
any hoisting machine, including any scaffold which or give signals
to the operator.
g) In case of every hoisting machine and of every chain, ring,
shackles, swivel, pulley bock used in hoisting or lowering or as a
means of suspension the safe working load shall be ascertained
by adequate means.
h) Every hoisting machine and all gear referred to in proceeding
regulation shall be plainly marked with the safe working load.
139
Signature of Contractor Signature of Purchaser
i) In case of a hoisting machine having a veritable safe working
load, each safe working load and the conditions under which it is
applicable shall be clearly indicated.
j) No part of any hoisting machine or of any gear referred to in
regulation (g) above shall be loaded beyond the safe working load
expect for the purpose of testing.
k) Moters, gearing, transmission, electric, wring and other
dangerous parts of hoisting appliances shall be provided with
efficient safeguards.
l) Hoisting appliances shall be provided with such means as will
reduce to minimum risk of the accidental descent of the load.
m) Adequate precaution shall be taken to reduce to a minimum the
risk at any part of suspended load becoming accidentally
displaces.
measures for
prevention of
fire
Clause 22 : The contractor shall not set fire to any standing jungle,
tress, brush wood or grass without attention point from the
Executive Engineer. When such permit is given and also in all
cases when destroying out or dug up tees. brushwood, grass etc.
by fire, the contractor shall take necessary measure to prevent
such fire spreading to or otherwise damaging surrounding
property. The contractor shall make his own arrangements for
dunking water for the labors employed by him.
Liability of
contract for
Clause 23 : Compensation for all damage done internationally or
unintentionally by contractors labor whether in or beyond the limits
140
Signature of Contractor Signature of Purchaser
any damage
done in or
outside work
area
of Purchaserproperty including any damage caused by the
spreading of fire mentioned in clause 22 shall be estimated by the
Engineer-in charge or such other officer as he may appoint and
the estimates of the Engineer-in-charge
subject to the decisions of the Superintending Engineer on apparel
shall be final and the contractor shall be bound to pay amount of
the assessed compensation on demand, falling which the same
will be recovered from the contractor as damages in the manner
prescribed in clause 1 or deducted by the Engineer-in-charge from
any sums that may be due or become from Purchaser to
contractor under this contract or otherwise.
The contractor shall bear the expenses of defending any action or
other legal proceeding that may be brought by any persons for
injury sustained by him owing to neglect of precautions to present
the spread of fire and shall pay any damages and cost that may be
awarded by the count in consequence
Employment of
female labour
Clause 24 : DELETED
Work on weekly
holidays
Clause 25 : No work shall be done on weekly local holidays
without the sanction in writing of the Engineer-in-charge.
Work not to
sublet.
contract may
Clause 26 : Contract shall not be assigned or subject without the
written approval of the Engineer-in-charge. And if the contractor
shall assign or subject his contract or attempt so to do or become
141
Signature of Contractor Signature of Purchaser
be rescinded
and security for
subletting it
without
approval of far
bribing a
corporation
officer or if
contractor
becomes
insolvent.
insolvent or commence any proceedings to get himself adjudicated
and insolvent or make any compositions with his creditors or
attempt so to do or it bribe , gratingly loan, perquisite reward of
advantage, pecuniary or otherwise shall either directly on indirectly
be given or promised or offered by the contractor or any of his
servants or agents to any Purchaser officer or person in the
employment of Purchaser in any way relating to his officer or
employment or if any such officer or person shall become in any
way directly or indirectly interested in the contract the Engineer-in-
charge may thereupon by notice in writing resin the contract any
the security, deposit and additional security deposit of the
contractor shall there upon stand forfeited and be absolutely at the
disposal of Purchaserand same consequences shall ensure as if
the contract had been rescinded under clause 3 here of and
addition the contractor shall not be entitle to recover or be paid for
any work therefore actually performed under the contract.
Sum payable by way of
Compensation to be
considered as
reasonable
compensation
without reference to
actual loss.
Clause 27 : All sum payable by a contractor by way of
compensation under any of these condition shall be considered as
a reasonable compensation to be applied to the use of Purchaser
without reference to the actual loss or damage sustained and
whether reference to the actual loss or damage sustained and
whether any damage has or not been sustained.
Changes in the Clause 28 : In the case of tender by the partners any change in the
142
Signature of Contractor Signature of Purchaser
constitution of firm to
be notified
constitution of a firm shall be forthwith notified by the contractor to
the Engineer-in-charge for his information.
Direction and
control of the
superintending
Engineer
Clause 29 : All work to be executed under the contract shall be
executed under the direction and subject to the approval in all
respects of the Superintending Engineer of the circle for the time
being who shall be entitled to direct at what point or point and in
what manner they are to be commenced and from time to time
carried out.
Clause 30.1 : Except where otherwise specified in contract and
subject to the powers delegated to him by Purchaserunder the
code, rules than the force the decision of Superintending Engineer
of the circle for the time being shall be final, conclusive and
binding or all parties of the contract upon all question relating to
the meaning of the specification, design, drawing and instructions
herein before mentioned and as to the quality or workmanship or
materials used on the work or as to any other question claim, right
matter or thing whatsoever if any arising out
or relating to the contract, designs, drawings specification estimate
instruction, orders or these condition or otherwise concerning the
works, or the execution or failure to execute same, whether
arising during the progress of work or after the completion or
abandonment thereof.
Clause 30.2 The contractor any within 30 days of receipt by him of
any order passed by the Superintending Engineer of the circle as
143
Signature of Contractor Signature of Purchaser
aforesaid appeal against it to the Chief Engineer concerned with
the contract work or project
provided that -
a) The accepted value of the contract exceeds Rs. 10 Lakhs ( Rs.
Ten Lakhs )
b) Amount of claim is not less than Rs. 1.00 Lakh ( Rs. One Lakh)
Clause 30.3 If the contractor is not satisfied with the order passed by
the chief Engineer as aforesaid the contractor may within 30 days of
receipt by him of any such order appeal against it to the Execute
Director Maharashtra Krishna Valley
Development PurchaserPune, who if convinced that primafacle the
contractor’s claim rejected by Superintending Engineer / Chief
Engineer is frivolous and that there is some substance in the claim of
contractor as would merit detailed
examination & decision by Executive Committee / standing
Committee shall put up the Executive Committee / standing
committee at / Purchaserlevel for suitable decision.
Stores of
European or
American
manufacturer
to be obtained
from
corporation
Clause 31 : The contractor shall obtain from the Purchaserstores
all stores and articles of European of American manufacture which
may be required for the work of any part thereof or in making up
any articles required there for / or in connection therewith unless
he has obtained permission in writing from Engineer –in-charge to
obtain such stores and articles elsewhere. The value of such
stores and articles may be supplied to the contractor by the
144
Signature of Contractor Signature of Purchaser
Engineer-in-charge will be debited to the contractor in his account
at the rates shown in the schedule, in form A
attached to the contract & if any are not entered in the said
schedule, they shall be debited to him at cost price which for the
purpose of this contract shall include the cost of carriage & other
expenses whatsoever which shall have been incurred in obtaining
delivery of the same at the stores aforesaid.
Lump sums in
Estimates
Clause 32 : When the estimate on which a tender is made includes
lump sum in respect of part of works the contractor shall be
entitled to payment in respect of the item of work involved or the
part of work in question at the same rates as are payable under
this contract for each item or if the part of work in question is not in
the opinion of the Engineer-in-charge capable measurement of
Engineer-in-charge may at his described any the lump sum
amount entered in the estimate and the certificate in writing of the
Engineer-incharge shall be final & conclusive against the
contractor with regard to any sum or sums payable to him under
the provisions of this clause.
Action where
no
specification
Clause 33 : In case of any class of work for which there is no such
specification as is mentioned in Rule 1 such work shall be carried
out in accordance with the divisional specifications and in the
event of there being no divisional
specification than in such case the work shall be carried out in all
respects in accordance with all instructions & requirements of the
145
Signature of Contractor Signature of Purchaser
Engineer-in charge.
Definition of
work
Clause 34 : The expression ‘work’ or ‘works’ where used in these
conditions shall unless there be something in the subject of
context repugnant to such construction be construed to mean the
work or works contracted to be executed under or in virtue of the
contract whether original, altered, substituted or additional.
Contractor’s
percentage
whether
applied to net
or gross
amount of bill
Clause 35 : The percentage referred to in the tender shall be
deducted from / added to the gross amount of the bill before
deducting the value of any stock issued.
Payment of
quarry fees and
royalties
Clause 36 : All quarry fees, royalties, octroi dues & ground rent for
stacking materials if any , should be paid by contractor. Amount of
royalties charges will be withheld from the respective R.A. bills and
payment will released on production of receipts of paid royalty
charges by the contractor.
Compensation
under
workmen’s
compensation
act.
Clause 37 : The contractor shall be responsible for & shall pay any
compensation to his workmen payable under the workmen’s
compensation Act 1923 ( VIII of 1923 ) ( there in after called the
said Act ) for injuries caused to the workmen if such compensation
is payable and or paid by Purchaser as principal under sub-
146
Signature of Contractor Signature of Purchaser
section(i) of section 12 of the said Act on behalf of the contractor it
shall be recoverable by Purchaser from the contractor under sub-
section(2) of the said section such compensation shall be
recovered in the manner laid down in clause 1 above.
Clause 37(A) : The contractor shall be responsible for and shall pay
the expenses to providing medical aid to any workmen who may
suffer a bodily injury as a result of an accident. If such expenses are
incurred by Purchaser the same shall be recoverable from contractor
forthwith and be deducted without prejudice to any other remedy of
Purchaser from any amount due or that may become due to the
contractor.
Clause 37 (B) : The contractor shall provide all necessary personal
safety equipment and list and apparatus available for the use of
the persons employed on the site & shall maintain the same in
condition suitable for immediate use
at any time & shall comply with the following regulation in
connection therewith. a) The worker’s shall be required to use the
equipments so provided by the contractor & contractor shall take
adequate steps to ensure proper use of equipment by those
concerned. b) When work is carried on in proximity to any place
where there is a risk of drawing all
necessary equipment shall be provided & kept ready for use & all
147
Signature of Contractor Signature of Purchaser
necessary steps shall be taken for prompt rescue of any person in
danger. C) Adequate provision shall be made for prompt first aid
treatment of all injuries likely to be sustained during the course of
the work.
Clause 37 (C) : The contractor shall duly comply with the provision
of apprentices Act 1961 ( III of 1961 ) the rules made thereunder &
orders that may be issued from time to time under the said Act &
the said Rules & on his failure or neglect to do so he shall be
subject to all the liabilities & penalties provided by the said Act &
said Rules.
Claim for
quantities
entered in the
tender or
estimates.
Clause 38: 1) Quantities shown in the tender are approximate and
no claim shall be entertained for quantities of work executed being
either more or less than those entered in the tender or estimates.
2) Quantities in respect of the several items shown in the Schedule
“B” , Part I of the tender are approximate and no revision in the
tendered rates shall be permitted in respect of any of items so long
as subject to any special provision
constrained in the specification prescribing different percentage of
permissible variation the quantity of the item does not exceeds the
tender quantity by more than 25 percent and so long as the value
of the excess quantity beyond this limit at the rate of the item
148
Signature of Contractor Signature of Purchaser
specified in the tender is not more than Rs. 5,000/-
3) The contractor shall if ordered in writing by the Engineer so to
do, also carry out any quantities in excess of the limit mentioned in
sub clause (2) here of on the same condition as and in accordance
with the specification in the tender and at the rates (i) derived from
the rates entered in the current schedule of rates and in the
absence of such rate (ii) at the rate prevailing in the market. The
rate shall be revised with reference to current DSR prevalent at
that time on year to year basis or revised in accordance with
mutual agreement there on whichever is less.
4) In case the quantity of any item reduces by more than 25% the
rates of such item shall be revised as per provisions of sub clause
3 of clause 38. However the total payment of such item shall be
limited to seventy five percent of estimated cost of that item put to
tender.
5) The provisions of this clause will not be applicable to the
additional anticipated items in Schedule-‘B’, Part – II.
Employment of
famine labour
etc
Clause 39 : The contractor shall employ any famine, convict of
other labour of a particular kind or class if ordered in waiting labour
etc. to do so by the Engineer-in-charge
Claim for Clause 40 : No compensation shall be allowed for any delay
149
Signature of Contractor Signature of Purchaser
compensation
for delay starting the
work
caused in the starting of the work on account of acquisition of land
or in the case of clearance work on account of delay in according
to sanction of estimates.
Claim for
compensation
for delay in
execution of
work
Clause 41 : No compensation shall be allowed for any delay in the
execution of the work on account of water standing on borrow. pits or
compartments. The rates are inclusive for hard or cracked soil,
excavation in mud sub-soil water or water standing in barrow pits and
no claim for an extra rates shall be entertained unless otherwise
expressly specified.
Entering upon
or
commencing
any portion of
work
Clause 42 : The contractor shall be enter upon or commence any
portion of work expected with the written authority and instruction
of the Engineer-in-charge or of his subordinate in charge of the
work failing such authority the contractors shall have no claim to
ask for measurement of or payment of work.
Minimum age
of person
employed, the
employment of
donkeys and or
other animals.
Clause 43 : i) No contractors shall employ any person who is
under the age of 14 years.
ii) No contractors shall employ donkeys or other animals with
breaching of string or then rope. The breaching must be at least
there inches wide 3 and should be of tape ( Nawar )
iii) The Engineer –in-charge or his Agent is authorised to remove
from the work any persons of animal found working which does not
satisfy these conditions and no responsibility shall be accepted by
Purchaserfor any delay caused in completion of the work by such
removal.
150
Signature of Contractor Signature of Purchaser
iv) The contractors shall pay fair and reasonable wages to the
workmen employed by him, in the contract undertaken by him in
the event of any dispute arising between the contractor and his
workmen on the grounds that the wages paid are not fair and
reasonable the dispute shall be referred without delay to the
Executive Engineer shall be conclusive and binding on the
contractors but such decision shall not in any effect the conditions
in the sanctioned tender rates.
v) Contractors shall provide drinking water facilities to the workers
similar amenities shall be provided to the workers engaged on
large work in urban areas.
vi) The contractor should take precaution against accidents which
take place on account of labour using loose garments while
working near machinery.
Method of
payment
Clause 44: Payment to contractors shall be made by cheque
provided the amount exceeds Rs. 500/- Amounts not exceeding
Rs. 500/- will be paid in cash.
Acceptance of
condition compulsory
Before tendering the
work
Clause 45 : Any contractors who does not accept these conditions
shall not be allowed to tender for works.
Employment of
scarcity labour
Clause 46 : If Government declares a state of scarcity or famine to
visit in any village situated within 16 km of the work the contractors
shall employ upon such parts of the works as are suitable for
151
Signature of Contractor Signature of Purchaser
unskilled labour any persons certified to him to him by Executive
Engineer may have delegated this duty in writing to be in need of
relief and shall be bound to pay to such persons wages not below
the minimum which Government may have fixed in this behalf. Any
disputes which may arise in connection with the implementation of
this clause shall be decided by the Executive Engineer whose
decisions shall be final and binding on contractors.
Clause 47 : The price quoted by the contractors shall not in any
case exceed the control price. If any fixed by Government or
reasonable price which it is permissible for him to charge a private
purchaser for the same class and description the controlled price
or the price permissible exceed the controlled price or the price
permissible under Hoarding and Profiteering ordinance, 1948 as
amended from times to time. if the price quoted exceed the
controlled price or the price permissible under hoarding and
profiteering prevention ordinance the contractors will specifically
mention this fact in this tender along with the reasons for quoted
such higher price. The purchaser at his description will in such
case exercise the right of revising the price at any stages so as to
conform with the controlled price as permissible under the
Hoarding and prevention ordinance This discretion will be
exercised without prejudice to any other action that may be taken
against the contractor.
Clause 48 : The rates to be quoted by the contractors must be
152
Signature of Contractor Signature of Purchaser
inclusive of states Tax No. extra payment on this account will be
made to the contractor.
Surplus material Clause 49 : In the case if materials may remain surplus with the
contractors from those issued for the work contracted for the date
of ascertainment of the materials being surplus will be taken as the
date of the sale for the purpose of sales tax and the sales tax will
be recovered on such sales.
Employment of
local labour
Clause 50 : The contractor shall employ the unskilled labour to be
employed by him on the said work only from locally available
labours and shall give performance to those persons enrolled
under Maharashtra Government Employment and self
Employment department’s scheme.
Provided, however, that if the required unskilled labours are not
available locally the contractor shall in the first instance employ
such number of persons as is available and there after may with
previous permission in writing fo the Executive Engineer in charge
of the said work of in the rest of requirement of unskilled the labour
from outside the above scheme. Charge of the said work obtain
the rest of the requirement of unskilled labour from outside the
above scheme.
Wages as per
minimum
wages Act 1948
Clause 51 : Wages to be paid to the skilled and unskilled labours
engaged by the contractors. the contractors shall any the labours
skills according to the wages prescribed by the Minimum wages
Act of 1948 applicable to the area in which the work of the
153
Signature of Contractor Signature of Purchaser
contractors is located.
Hiring of
Machinery
Clause 52 : All amounts whatsoever which the contractor is liable
to pay to the Purchaser in connection with the execution of the
work including the amount payable in respect of (i) materials and /
or stores supplied / issued
hereunder by the Purchaser to the contractor ii ) hire charges in
respect of heavy plant machinery and equipment given on hire by
the Purchaserto the contractor for execution by him of the work
and / or on which advances have been given by the Purchaser it
the contractor shall be deemed to be arrears of the Land Revenue
and the Purchaser any without prejudice to and other right and
remedies of the Purchaser recover the same from contractor as
arrears of revenue.
Maharashtra
Contract
Labour (Rules
1977)
Clause 53 : The contractor shall duly comply with all the previsions
of the contract labour ( Regulation and Abolition ) Act 197 ( 37 of
1970 ) and the Maharashtra contract labour ( Regulation and
Abolition ) Rules 1971 as amend from time to time and all other
relevant status and statuary provisions conceding payment of
wages particularly to workmen employed by the contractor and
working on the site of the work in particular contractor shall pay
wages to each worker employed by him on the site of the work at
the rates prescribed under the Maharashtra contract labour (
Regulation and Abolition ) Rule 1971.1 if the contractor fails or
neglect to pay wages as the said rates or makes short payment
154
Signature of Contractor Signature of Purchaser
and the Purchaser makes such payment of wages in full or part
thereof less paid by the Corporation
to such workers shall be deemed to the arrears of Lands Revenue
and the Purchaser shall be entitled to recover the same as such
from the contractors or deduct the same from the amount payable
by the Purchaser to the contractor hereunder or from any other
amounts payable to him by the Corporation.
MVAT Tax Clause 54 : The contractor shall duly comply with all the provisions
of the Maharashtra state tax on he professions and tenders
callings and employment act 1975 ( See Rule 3(2). The contractor
shall obtain certificate of registration clearance certificates and
when demanded.
Maharashtra
Professional Tax
Clause 55 : The contractor shall duly comply with all the provisions
of the Maharashtra Value Added Tax Act 2005 rule 58 on the
transfer of goods involved in the execution of work contracts. As
per the Maharashtra value Added Tax on the transfer of property
in goods involved in the execution of works contracts of the
contract rules, the amount of tax deducted at source is 2% in
respect of contractor registered under VAT ACT 2005 and 4% in
respect of contractors not registered under VAT Act 2005 from
every payment made towards such contracts where the aggregate
amount payable is more than Rs. 50,000/- during one year.
Fuel
arrangement
Clause 56: The contractor shall make arrangement to supply fuel
for domestic use to all the labours engaged on site and prvent the
155
Signature of Contractor Signature of Purchaser
for labours of
contractors
labour from cutting trees fro the purpose of fuel. If the contractors
labour found to cut the trees the contractor shall be held
responsible for the same and shall be punished as per the
provision in forest conservation Act – 1980.
157
Signature of Contractor Signature of Purchaser
SECTION V
SPECIAL CONDITIONS OF CONTRACT
1.0 Contractor to inform himself fully:
The contractor shall be deemed to have carefully examined the work and site
conditions, the special conditions, the specifications, schedules and drawings
and shall be deemed to have visited the work site, his own quarries for rubble
and sand and to have fully informed himself regarding the availability of
construction materials, local conditions, ancillary works required to be done etc.
before quoting the offer.
The contractor has to ascertain and satisfy himself regarding the lead involved
for the material required for the work. The offer quoted by him shall include the
cost of this component. So that no extra lead charges will be claimed by him
during execution of work.
This will be applicable in the case of items and specifications of works where the
cost of lead is involved for the materials brought by the contractor.
If he shall have any doubts as to the meaning of any portion of the special
conditions or the scope of work or the specifications or any other matter
concerning he contract, he shall in good time, set forth the particulars thereof and
submit them to the Engineer-in-charge. The Engineer-in-charge generally means
the Executive Engineer directly in charge of the work, but also means
the Superintending Engineer, Chief Engineer of Purchaser, for exercising powers
under this contract.
2.0 Contract Drawings and Specifications:
158
Signature of Contractor Signature of Purchaser
2.1 On acceptance of the tender, three sets of contract drawings and working
drawings as well as one certified copy of the accepted tender will be
supplied to the contractor free of charge within one week. on request by
the contractor and at the discretion of Engineer incharge.
the contractor may be supplied additional copies of contract documents to
be charged at the rate of Rs. 1500/- ( Rs. One thousand five hundred only
) per set.
2.2 The drawings which from part of this contract show the works to be done
in such details as possible to do for the present. They will be
supplemented or superseded by such additional detailed drawings as may
be necessary as the work progress. The contractor shall carry out the
work in accordance with these additional and . or revised drawings as the
case nay be at the applicable rates as per the contract. The contractor
shall be supplied a maximum number of three copies of each of the such
working drawings free of charge. Should the contractor require any
additional copy for his use, the me may be supplied at the discretion of
Engineer-in-chare and the contractor will be charged Rs. 500/- per set of
contract drawings and Rs. 100/- for each of such additional copy of each
drawing.
2.3 The contractor shall check all drawings carefully and intimated the
Engineer-in-charge immediately any errors or omissions discovered. The
contractor shall not take advantage of any kind of errors or omissions in
the drawings supplied.
3.0 Data and Drawings to be furnished by the Contractor:
159
Signature of Contractor Signature of Purchaser
A) Prior to the commencement of the work the contractor shall submit to the
Engineer-in-charge for approval, drawings or prints on white ammonia
paper of size 1020 mm x 690 mm or 510 mm x 345 mm as may be
suitable in triplicate showing, the location of major plant workshop, if any,
roadways, temporary bridges, unloading facilities and storage yards, etc.
which he proposes to put up at the site.
B) Then contractor shall submit to the Engineer-in-charge for approval within
one month from the date of his receiving notice to start work a layout plan
of construction plant and equipment for the execution of the work which
the contractor proposes to adopt at site.
C) Any changes in the approved layout will be subject to further approval.
D) The approval of the drawings, however, will not relieve the contractor of
his responsibility from any errors or omissions.
4.0 Errors, Omissions, Discrepancies:
A) In case of errors, omissions and / or disagreement between written and
scaled dimensions on the drawings or between the drawings and
specifications, the following orders of preference shall apply.
• between actual scaled and written dimensions or description on
drawing and corresponding one in the specification, the latter shall
be adopted.
• between the quantities in the schedule of quantities and those
arrived at from the drawings, the former shall apply.
160
Signature of Contractor Signature of Purchaser
• Between the written description of the item in the schedule of
quantities and the detailed specifications of the same item the
latter shall be adopted.
B) The information in connection with the works and work site as well as
specifications are contained in this book of contract in general and in
particular in two parts, viz, special conditions and specifications for item of
work in case of any discrepancy or repugnancy in the clauses in these
sections, the specifications will prevail over special conditions.
C) The special conditions of contract and the specifications shall prevail over
various clauses of B-1 tender form.
D) In all cases of omissions and / or doubts or discrepancies, in the
dimensions or description of any item, a reference shall be made to the
Engineer-in-charge whose elucidation, elaboration or decision shall be
considered as authentic and final subject to he Clause 30.1 of B-1 Form.
The contractor shall be held responsible for any errors that may occur in
the work through lack of such reference and precaution.
5.0 Use of site :
A) All land required shall be arranged by the contractor from private land
owner / Revenue department at his own cost and no claim on this account
shall be entertained.
B) All areas of operation, including those of his staff and labour colonies, in
case handed over to the Contractor shall be cleared and handed over
back in good condition to the Engineer-in-charge, except the areas under
works constructed from the Engineer-in-charge. The contractor shall make
161
Signature of Contractor Signature of Purchaser
good, to the satisfaction of the Engineer-incharge any damage or
alterations made to areas which he has to hand over back or to other
property or land handed over to him for the purpose of this work.
C) The lands shall as herein before mentioned, be handed over back to the
Engineer-in-Charge within three months after the completion of the work
under this contract or the termination of the contract whichever is earlier.
Also no land shall be held by the contractor longer than the Engineer-in-
charge shall deem necessary and the Contractor shall on due notice by
the Engineer-in-charge vacate and return the land which the Engineer-in-
charge may certify as no longer required by the contractor for the purpose
of the works. In case the lands are not handed over back to the Purchaser
within the time limit,
specified above, penal rent as may be decided by the Engineer-in-charge
will be recoverable.
D) If the vegetation and forest is noticeable in project area. The contractor
should take utmost care for the preservation of this vegetation and forest.
Any damage in this variation and forest will have to be compensated by
the contractor and decision from Engineer-in-charge will be final and
binding on contractor.
6.0 Contractor Not To Dispose Off Soil etc.:
The contractor shall not sell or otherwise dispose off or remove exert for the
purpose of this contract, sand stone, clay, battiest, earth rock or other substance
of materials which may be obtained from the excavation made for the purpose of
these contract or any produce from the site. All such substance, materials and
162
Signature of Contractor Signature of Purchaser
produces shall be the property of Purchaser and shall be disposed off in a
manner and at a poach shown in the drawings or as and where the Engineer-in-
charge may direct.
7.0 Gold/Silver, Minerals, Oils, Relics, etc found on the site. :
All gold, silver, oil or other minerals of any description and all precious stones,
coins treasure, relic, antiquities and other similar things which shall be found in or
upon the site, shall be property of Government and the Contractor shall duly
preserve the same to the satisfaction of the Engineer-in-charge and shall from
time to time, delive the same to such person or persons as the Engineer-in-
charge may appoint.
8.0 Access to site and work and Co-operation with other contractors:
The Engineer-in-charge may, if he considers fit, form time to time, enter on any
lands which may be in the possession of the Contractor under the contract for the
purpose of exciting any works not included in the contract and may execute such
works not included in this contract by agents or by other contractors at his option
and the contractor shall in accordance with the requirements of Engineer-in-
charge afford all reasonable facilities for execution of he works, including
occupation of lands by structures or otherwise to any other contractor employed
by the Purchaser and his workmen or for he workmen of the Purchaser who may
be employed in the execution on or near the site of work not included in the
contract, or of any contract in connection with or specially to the works and in
default, the contractor shall be liable to the Purchaser for any delay or
experiences incurred by reason of such defaults. The contractor shall not
however, on account of any such modified, new or extra work executed by or for
163
Signature of Contractor Signature of Purchaser
the same of the Purchaser be entitled to claim relief from the obligation to
execute the works. The contractor shall also Co-operate with other contractors
with all fairness and mutual understanding and use the common facilities like
access roads to quarries, whether supply arrangements, etc.
The contract shall also not cause adversely or inadvertently and obstruction or
impediments in the progress of the progress of the other works beings executed
by Purchaser or through other agencies, In the event of dispute regarding the
claim, the responsibility, liabilities etc. in respect of such facilities, the decision of
he Engineer-in-charge shall be final.
9.0 Cleaning up :
a) The contractor shall at all times keep the construction areas and his
colony and storage free from accumulation of waste or rejected materials.
b) Prior to the complain of the work, the contractor shall remove all rubbish
from and around the premises and all tools, scaffolding equipment, and
materials which are not part of permanent structures except otherwise
asked for or as provided under any other clauses of this contract, the
premises will be left in a manner fully satisfactory to the Engineer-in-
charge.
10.0 Layout of construction roads :
The contractor shall have to submit detailed plan to the Engineer-in-charge.
Showing the layout of the work site, roads and approach roads proposed by him
before he start the actual work such a road layout plan will be scrutinized by the
Engineer in- charge and any modifications suggested by him will be binding on
the contractor if it is decided by the Engineer-incharge to have some of the roads
164
Signature of Contractor Signature of Purchaser
pressed by the contractor as common roads for common use for Purchaser and
other contractors or convenient and for compact, and planned layout of work site,
the contractor will be bound to construct them and allow them to be used
simultaneously by other contractors and departments. In case of disputes, the
decision of the Engineer-incharge shall be final and binding on the contractor.
11.0 Period and hours of work :
The work shall be done usually during the day time, in the interest of progress if it
is felt necessary to work during night, the contractor shall obtain specific
permission of the Engineer-incharge. If the work is to be done at night, prior
permission of Engineer-in-charge should be obtained and adequate lighting
arrangement shall be made as directed by the Engineer-incharge.
12.0 Signing Field Books, Longitudinal Sections, Cross Sections and
Measurement Books:
12.1 Before starting the work, and at the end before the work is covered, levels
for plotting the longitudinal section (along the axis as decided by the
Engineer-in-charge or his authorised representative) and cross sections of
the proton of the work shall be taken by the authorised Engineer of the
contractor in the presence of the Engineer-in-charge
or his duly arthorised representative and the same shall have to be got
attested form the Engineer-in-charge or his representative in the
authorised books shall be final and finding on the contractor. For this
purpose, suitable date or date shall be fixed by the Engineer-in-charge
and intimated to the contractor at least three days in advance, if the
contractor or his duly authorised agent fails to attend on the appointed
165
Signature of Contractor Signature of Purchaser
date or dates, the levels will be taken on such alignment and cross
sections as will be useful for reference permanently and described under
specifications for ‘Excavation’. The point of locations for the level will
depend upon the roughness of the area and will also be at last in
conformity with the requirements for specifications for ‘Excavation’ as far
as possible.
13.0 Programme of Construction:
Work and Progress Schedules:
The contraction programme is given in Annex ‘A’ to Section 1 – Detailed Tender
Notice of tender document based on which the physical programme is prepared.
If the tenderer dose not agree with this programme, he shall submit his own
programme without snagging total period of tender along with tender documents
inclusive of the physical programme as stated above, subject to the provision that
50% of the work shall be completed in 50% of the contract period.
In case it is subsequently found necessary to alter his programme agree in
contract document including the changes in the sequence of the items, the
contractor shall submit in good time a revised programme incorporating
necessary modification proposed and get the same approved form the Engineer-
incharge.
The submission of the works programme and approval to it by the Engineer-in-
charge shall not relieve the contractor of any of his duties or responsibilities
166
Signature of Contractor Signature of Purchaser
under the contractor, like timely completion, the damages due to fold or other
natural calamities etc. The contractor shall not be entitled for any claims for any
damages caused due to particular work programme. It is the entire responsibility
of he contractor to frame the programme after anticipating the rains, floods, etc.
Actual work turned out shall be mainly taken into account and not just the sum
total of the various payment s made to the contractor.
The advance on the material brought to the site of work will be accounted for
while arriving at the progress achieved by the contractor in terms of proportion of
the total work tendered for.
14.0 Materials :
a) Cement
The cement shall conform to I.S.269-1967 and subsequent revision for
Portland Cement and I.S 1489-1976 and subsequent revisions for
Pozollana cement.
All cement required for the work under this contract (If work cost is more
than Rs. 100 lakhs) shall be procured, well in advance by the contractor in
polyphone bags to twenty to a metric ton as received from the cement
actuaries. The cement bags shall be branded by words’ GOVERNMENT
OF MAHARASHTRA’ with 80 mm high and 15 mm thin letters on one side
of the beg. The contractor shall be writer application collect the
authorization letter indicating contract number quantity of cement from the
contractor intends to purpose the cement to brand the cement bags as
stipulated above.
167
Signature of Contractor Signature of Purchaser
The contractor shall produce proof of purpose of cement form the cement
form the cement factories the purpose bill supported by Delivery Challan
and Excise Gate Pass shall constitute adequate proof of purchase.
Cement shall be stored in such a way as to allow the removal and use of
cement in chronological order of receipt i.e. first received being first used.
Cement shall be kept in a store under double locking arrangement (one
lock to be operated by contractor and second lock to be operated by the
authorised person of Purchaser) so that it can be taken out or fresh stock
admitted with the knowledge of supervising staff of the Purchaser. The
watch and word of the cement stores shall be the responsibility of the
contractor.
In the event of cement in branded bags remaining surplus due to
authorised reduction in quantity of work certified by the Engineer-in-
charge and as noticed after the issue of completion certificate, the
contractor may chose either of the following three alternative.
1 To transfer the cement in branded bags, with prior written
permission from the Engineer-in-charge. to any of the contract
work with the Purchaser and account for the same therein.
2 To sell the cement in branded bags with prior written permission
from the Engineer-in-charge to any of the contractors carrying out
the works on contract with the Purchaser at a price to be
negotiated by both the contract account for the same.
3 To sell the cement in branded bags with prior written permission
from the Engineer-in-charge to the Purchaser at the Ex-factory
168
Signature of Contractor Signature of Purchaser
price = Sales tax + Octroi, if any + delivery at Purchaser go down
as directed by the Purchaser. If the purchases price paid by the
contractor plus delivery at Purchaser go down is the above, the
lower of the two shall be considered. The Purchaser will accept the
cement in branded bags only if the same is as per the
specifications and of acceptable quality.
For works costing less than Rs. 100 lakhs, cement shall be
supplied by Purchaser at the rtes and place of delivery as specified
in schedule ‘A’
15.0 Laboratory for testing work :
Whenever the testing of materials concert maxis, motor and also of foundations
of completed works are equipped as per the detailed specifications or otherwise
required by the Engineer-incharge at Contractor’s cost and the results given by
this laboratory shall be considered correct and authentic by the contract.
The materials, mixes and any other arrangements, including laboures, shall be
supplied by the contractor to the Purchaser free of cost. the samples for testing
shall be taken in the presence of Engineer-in-charge or his representative
present on site.
The Contractor or his authorised representative shall have a free access in these
laboratories, to get himself satisfied about procedures of testing etc. Even if the
contractor or his representative fails to remain present which collecting samples
or testing the result will be considered as authentic and binding on the contractor.
16.0 Hire of Construction Equipment’s: (Not Applicable)
169
Signature of Contractor Signature of Purchaser
Construction equipment owned by the Purchaser, if available and can given on
hire conveniently, will be made available on specific request to the contractor at
rates that will be prescribed by Purchaser form time to time. Supervision charges
will also be levied as prescribed by the Purchaser. and shall agree to the specific
rates of hire and supervision charges in force on the day of transaction in writing
before machinery in taken out of the Purchaser’s yard by him. The contractor
shall pay irrevocable bank guarantee for a value equal to 25% of the cost of the
similar new machinery; for a period equal to period of hire plus three months.
Some such items of equipment are indicated below.
Rated Equipment
i) Tankers
ii) Diesel road rollers
iii) Tippers
iv) Dozers
v) Loader
vi) Seismopactor
The machinery shall be entirely in the custody of the Purchaser. It shall be issued
to the contractor at the yard where they are stationed. The machinery will not be
allowed to level the work area on any account. All machinery so hired will be
entirely operated and maintained by the Purchaser in consideration of the hire
charges to be paid by the contractor.
If an equipment is to be used in excess of 8 (eight) hours per day, permission of
the Engineer-in-charge shall be obtained in advance.
170
Signature of Contractor Signature of Purchaser
Reckoning of working hours will start from the time the machinery leaves
Purchaser yard, where it has to return to it daily, and in other cases when the
machinery actually states working. Cosign time of working will be when it returns
to the Purchaser yard or actually ceases working for the day, respectively.
Log books shall be maintained by the Engineer or his authorized representative
for each piece of equipment in the form laid down by the engineer. The
Contractor or his duly authorized agent shall verify and sign in the log book or on
the machinery duly slip in lieu thereof, daily. If the contractor’s representative fails
to sign the log book, the entries made by the Purchaser's representative shall be
binding on the contractor. Any complaint or representation regarding the
recorded working hours must be submitted in writing with 24(twenty four) hours
of the close of the shift. The Engineer’s decision regarding such disputes
pertaining to working hours shall be final and binding on the Contractor.
complaints or representations made after lapse of 24 (twenty four) hours limit
shall not be considered. The log nooks shall form the basis for raising debits
against the Contractor.
All expenses in respect of oil, fuel, grease, cotton waste etc. shall be borne by
the Purchaser. Crew for operating the equipment shall be provided by the
Purchaser.
All minor and major repairs shall be carried out by the Purchaser, to keep the
equipment in working condition. However in case of any breakage, damages,
slips etc. which may occur due to the negligence of contractors labour,
equipment or staff or by reason, for which Purchaser personnel are not
responsible the cost of such damages shall be recovered from the contractor.
171
Signature of Contractor Signature of Purchaser
The decision regarding fixing of responsibility for any damages shall rest with the
Engineer-in-charge and decision given by him shall be binding on the Contractor.
Equipment shall be given on hire only when these can be spared. No claim on
account of sickness or non availability of machinery shall be entertained.
In case of damage to the equipment during haulage to site of work from
Purchaser stores or serving yard, full cost of repairs shall be recovered from the
contractor
when damage is due to rough handling. That damage to trucks/tippers due to
bad haulage roads will also be recovered from the contractor. Decision of the
Engineer-in-charge regarding of repairs and cause of damage shall be final and
binding on the contractor.
A truck, tipper, tanker and any other equipment may be hired for a single day at a
time and the minimum charges to be levied will be 8 (eight) hours plus mileage or
for 8 (eight) hours when mileage is not applicable.
Compressor and concrete mixers shall not be hired or less than a day time and
minimum charges for hire will be that for four hours per day. Crusher shall not be
hired for a period less than a moth at a time. the minimum charges for hire will be
those for 25 (twenty five) days and 8 (eight) hours per day.
17.0 Bills and payments :
1) One running payments in a month is permitted. First bill shall be submitted
by the contractor by 10th day of the month, Payment of this bill shall be
effected as stated in clause 10 to B-1 form. Non-submission of the bills on
the schedule dates will absolve the Purchaser of the liability to make
payment.
172
Signature of Contractor Signature of Purchaser
2) The format of running bill on which the bills are be submitted by the
contractor will be supplied to the contractor by the Purchaser. Printed
copes of the bill forms as per this format shall be arranged by the contract
at his cost. The bills in five copies shall be submitted to the
concerned Deputy Engineer, in the standard Proforma only.
3) The final bill shall be submitted within one month of the date issues of
completion certificate.
18.0 Security Deposit : ( Not Applicable)
The security deposit accumulated from deductions from the running account bills
may from time and at any time on application by and at the cost of the Contractor
be covered into interest bearing Purchaser securities approved by and in the
name of the Purchaser. Should the market value of the securities fall for any
reasons whatsoever below that specified, the contractor shall make good the
same in cash or as may otherwise b acceptable wherever called upon to do so or
to replace the security by other acceptable to the Engineer-incharge.
The contractor shall bear all charges for commission and brokerage incidents the
purchases , safe custody withdrawal and collection of interest on these
securities.
19.0 No interest on money due to the contractor :
No omission by the Engineer to pay the amount due upon measurements of
otherwise shall vitiate or make void the contract nor shall the contractor be
entitled to interest on any guarantee bond or payment in arrears nor on any
balance which may on the final settlement of his account be found due to him.
20.0 Other Contractor for the work :
173
Signature of Contractor Signature of Purchaser
Purchaser has the right to split-up the project work detailed in the work and site
conditions, into distinct items and this contract shall apply only to those items
which shall have been specified in this contract.
Should Purchaser enter into other contractors for specified items of the project
work, each contractor shall co-operate with others to the fullest extent and shall
allow others every facility and co-operation for execution of their works
simultaneously and satisfactorily, as intended in the designs, specifications and
drawings.
Should there be a dispute or disagreement between the contractors for any
cause whatsoever, the same shall be referred to the Engineer-in-charge whose
decision regarding the coordination, co-operation and facilities to be provided by
any of the contractors to others shall be final and binding on all parties and such
a decision or decisions shall not vitiate any contract nor absolve the contractor of
his responsibilities under the contract nor form the grounds for any claim of
compensation.
21.0 Contract documents and matters to be treated as confidential:
All documents correspondence decisions and other matters concerning the
contract shall be considered as of confidential and restricted nature by this
contractor and be shall not divulge or allow access thereto any unauthorised
person.
22.0 Access to the Contractor’s Book :
Whenever it is considered necessary by the Engineer-in-charge to ascertain the
actual cost of execution of any particulars item of work or supply of plant of
174
Signature of Contractor Signature of Purchaser
material he shall direct the contractor to produce the relevant documents such as
pay-rolls records of personnel, invoices of materials and any and all other data
and documents relevant to the item or necessary to determine its cost etc. the
contractor shall where so required furnish information pertaining to the aforesaid
items in the mode and manner that may be specified.
23.0 Breach on part of Purchaser Not to Annual Contract :
No breach or non-observance on the part of Purchaser of any of the conditions
contained herein shall an all this contract or discharge the contractor form the
observance and performance thereof but on application by the Engineer-in-
charge an extension of time any be given to the contractor in respect of such
breach or non-observance by the Purchaser , which shall
be governed by Clause 6 to B – 1 form.
The Contractor shall not, however, be entitled to consideration or any extension
of time for any item of the work unless the contractor shall have made an
application in waiting to the Executive-in-charge within one month of the cause
needing such extension, but the Engineer-in-charge may at his discretion, which
shall be conclusive, while the condition regarding this period of one month
24.0 Local Laws :
All local laws in force at the time of entering into the contract and those enacted
thereafter shall vibe binding on the Contractor and he shall abide by the same.
All import and excise duties, sales tax, local panchayat tax and other taxes shall
be borne by the Contractor and they shall be deemed to have been covered by
his quoted tender rates, except that the contractor shall not be liable to any land
tax for the land handed over to him for the operation in connection with this
175
Signature of Contractor Signature of Purchaser
contract or for his colony or appurtenant works constructed by him for the
purpose of his contract.
The contractor shall also be liable to all relevant provision of the Indian Income
Tax Act. which may be applicable to him from time to time
The contractor shall also be liable to all relevant provisions of the Indian Income
Tax Act, which may be applicable to him from time to time.
The contractor shall protect and indemnify Purchaser against all claims or
liabilities arising from or based on the violation of such laws, ordinances,
regulations, bylaws by him or his employee.
25.0 Personnel of the contractor:
The Contractor shall at all times, maintain on the work a staff of duly qualified
engineers and supervisors of sufficient experience of similar other jobs, to assure
that the quality of work turned out shall be as intended in the specifications. The
Contractor shall also maintain at the work, a Works Manager of sufficient status,
experience and office and duly authorise him to deal with all aspects of the day to
day work. All communications to and commitments works Manager shall be
absolutely binding on the Contractor.
The Contractor shall supply to the Engineer-in-charge details of names,
qualifications and experience in regards to all supervisory staff employed by the
Contractor and notify changes when made, and satisfy the Engineer-in-charge
regarding the quality and sufficiency of staff thus employed.
The Engineer-in-charge will have the unquestionable right to ask for changes in
the quality and number of contractor’s staff. Thecontractor shall on the written
directives of the Engineer-incharge remove from the works any person employed
176
Signature of Contractor Signature of Purchaser
thereon, who may in the opinion of the Engineer-in-charge be incompetent or has
misconduct himself. Such person shall not be employed again, on the work,
without the written permission of the Engineer-in-charge. The contractor shall
have to submit information regarding proof of payment of Professional Tax and
the clearance certificate in format vide Appendix ‘I’.
26.0 Death, Bankruptcy etc. :
If the contractor shall die or commit any act of bankruptcy or being a Purchaser
commences winding up expect for reconstruction purposes or carry on its
business under a receiver, the executors, successors or other representatives in
law of the estate of the contractor or any such receiver, liquidator or any person
whom the contract may become vested, shall forthwith give notice thereof in
writing to the Purchaser and shall for one month, during which he shall take all
reasonable steps to prevent a stoppage of work, have the option of carrying out
this contract subject to his or their providing such guarantee as may be required
by the Purchaser, but not exceeding value of the work for the time being
remaining unexcited. In the event of stoppage of work the period of the option
under this clause shall be fourteen days, only. Should the above option be not
exercised. The contract may be terminated by Purchaser, by a notice in writing to
contractor or his successor. The power and provisions reserved to Purchaser in
this contract of taking of the work out of the contractor’s hand shall immediately
become operative, Copy of such notice shall be pasted on work site and
advertised in newspaper.
27.0 Notices, How to be given :
177
Signature of Contractor Signature of Purchaser
Where any legal or other notice or any other document or any other direction is to
be given to or served upon the Contractor, it shall be deemed to be duly given or
served, if it shall have been either delivered to him personally or to his
recognised agent or works Manager (including in the case of company, the
Secretary of such Company) or delivered at or sent through the post, addressed
to the last known place of business, or abode of the contractor, a notice or other
documents which shall be so given to or so served on any one of the partners in
such firms, shall be deemed to have been given or served on all of them.
Work Order Book :
The contractor shall maintain bound work order book at work site as the
Engineer-in-charge may direct. This work order book shall have machine
numbered pages in triplicate. The contractor shall make them available to the
Engineer-in-charge or his representative, whenever called for.
Executive Engineer or his representative may record order about works, in this
book leaving the original copy in the book and removing the second and third
copy with him. The contractor or his authorised representative, shall also sign
this work order, in token of it’s acceptance.
All orders recorded in these work order book, shall be deemed to have been
served on the contractor. On completion of the work all the work order books
may be handed over to the executive Engineer.
In the event of refusal of the Contractor’s representative on the spot to sign the
work order book. Engineer-in-charge shall take the necessary further steps in
respect of further communication and control, modification or stoppage of work
as deemed fit at the entire responsibility of the contractor.
178
Signature of Contractor Signature of Purchaser
28.0 Passing of Foundation etc. :
After the completion of the work of excavation, the same will be checked and
passed by the Executive Engineer. No masonry or concrete or back filling shall
be laid. Unless the foundation is so passed. No concreting shall commence
unless the centering and the reinforcement is checked and passed by the
Engineerin- charge.
29.0 Reference to Standard Specifications :
The specifications of the work as enclosed with this contract document are drawn
with a specific reference to site conditions and do not every where include the
details of the standard tests and procedures, which are already laid down and
available in the current Indian Standard Specifications. Where ever such details
are not specified in this contract. The provision under current Indian Standard
Specifications and / or the Standard Specifications (1970) of the Government of
Maharashtra shall be deemed to be applicable.
30.0 Communications and Notices by Contractors :
All communications and / or notices pertaining to works and concerning matters,
such as passing and approving of foundation, reinforcement and form work,
measurements, mark outs, etc. shall not be addressed by the Contractor to an
Officer below the rank Sub-Divisional Officer. All such notices communications,
should be addressed in good time so as not to hold up the work.
31.0 Non-compliance of Contract Conditions :
If the contractor shall neglect or fail to proceed with the works, with due diligence
or he violates any of the provisions of the contract, the Engineer-in-charge may
179
Signature of Contractor Signature of Purchaser
given notice to the contractor, identifying deficiencies in performance and
demanding corrective action. The Engineer-in-charge, shall also clearly state in
the notice the nature of action, that shall be taken, if contractor fails to fulfill by
necessary corrective action.
Depending on nature of default the Engineer-in-charge at his desecration, shall
have two options, regarding action to be taken in case of default by contractor.
He shall withhold nay of the payments due to the contractor or shall terminate the
contractor in whole or in part. But Engineer-in-charge shall, clearly mentioned in
his notice, the action that shall be taken if the contractor fails to take the
corrective action. The period of 14 days shall be given to the contractor to take
such corrective action after the issue of such notice.
No claims, for compensation of any sort, from contractor will be entertained for
withholding the bills indefinitely till specified requirements are complied with by
the contractor.
After the issue of the notice about default by the contractor, the contractor shall
not remove, from the site any plant, equipment and materials. The Purchaser
shall have a lien on all such plants, equipments and materials from the date of
such notice, till deficiencies have been corrected.
32.0 Extra Items:
Extra items of work shall not vitiate the contract. The contractor shall be bound to
execute extra items of work as directed by the Engineer-in-charge. The rates for
extra items will be governed by the provisions of clause 14 and 30 of conditions
of contract.
33.0 Price Variation:- (Not Applicable)
180
Signature of Contractor Signature of Purchaser
i) Price variation clause shall be applicable for the Electrical equipments for
Transformers, circuit breaker only. Amount to words PVC shall be
calculate on the basis formulated by “IEEMA INDIA,”
ii) The price variation shall not be payable for excess quantities payable
under provision of clause 38 of B-1 from.
iii) No price variation will be paid on the items for which IEEMA has not
formulated / developed.
34.0 Compensation for delay in completion of work on Purchaser account :
(This clause is applicable only if the estimated cost put to tender is more than Rs.
100 lakh.)
Compensation by way of reliefs on account of delay in completion of work due to
(1) Shortage, (2) land acquisition etc. will be decided and given as described
below. In case of total stoppage of work, compensation for idle labour and
contractors overhead charges for the persons question, for which detailed record
should be maintained by project officer may, be granted to the contractor either
careful scrutiny of the claims and obligating Purchaser approval Formulas form
containing the record of labour should be got approved by the contractor from the
Engineer-in-charge well in advance.
The appropriate affected period for considering grant of relief shall be decided by
the Chief Engineer (Electrical), Hydro Projects, Mumbai. However, no relief will
be admissible for the stoppage for a period less than two months. The decision
regarding grant of relief in such cases shall be taken by Chief Engineer
(Electrical), Hydro Projects, Mumbai and it will be final and binding on contractor.
35.0 Co-ordination with other contractors :
181
Signature of Contractor Signature of Purchaser
The contractor should note that there will be other agencies including Purchaser
working in the same area for works other than the included in this contract. The
contractor shall cooperate with these agencies to the fullest extent and shall
allow them reasonable facility and co ordination for execution of work,
simultaneously and satisfactorily as intended in the contract conditions,
specifications and drawings.
Should there be a dispute or disagreement between the contractor and other
agencies for any cause whatsoever, the same shall be referred to the Engineer-
in-charge whose decision regarding Co-ordination and facilities to be provided by
all contractor to others shall be final and binding on all parties and such decision
shall not vitiate any contract or absolve the contractor of this responsibility under
the contract, and shall not form ground for any claim or compensation.
36.0 Undertaking under Contract Labour Act :
The contractor shall furnish the undertaking towards implementation of contract
Labour Act as given in Appendix – F.
37.0 Photographs of the Works :
The contractor will not be allowed to take photographs showing field work or the
general location of the work. The Engineer, may however, at his discretion, allow
a few construction photographs to be taken for the purpose of the contractor’s
record. Prior approval of the Engineer-in-charge should be obtained in such
cases and also in case such photographs are to be exhibited in public literature
and calendars. etc. in all such cases negatives of the photos shall be submitted
to the Engineer, after taking approval number of copies and the negative will
become the absolute property of the Purchaser.
182
Signature of Contractor Signature of Purchaser
38. Data, Drawings to be furnished by the contractor :
a) Prior to the commencement of the work, the contractor shall submit to the
Engineer-in-charge for approval, drawings of prints in white ammonia
paper size 1020 mm. x 690 mm. or 510 mm. x 345 mm. as may be
suitable, in triplicate, showing the location of major plant, workshop if any,
roadways, temporary bridges unloading facilities and storage yards etc.
which he proposes to put at the site and the contractor is supposed to
plan with respect to make available the land suitable to the plan submitted
by the contractor.
b) The contractor shall submit to the Engineer-in-charge for approval within
one month from the date of his receiving notice to start work.
i) A layout plan of construction plants and equipments for the
execution of the work which the contractor proposes to adopt at
site and
c) Any changes in the approved layout will be subject to further approval
from the Engineer-in-charge.
d) The approval of the drawings, however, will not relive the Contractor of his
responsibility from any errors or omissions.
39.0 Fencing, lighting and Ventilation :
a) The contractor shall be responsible for the proper lighting, fencing,
guarding and necessary health and safety measures while executing all
works under this contract and for proper provision of temporary roadways,
guards, footways, fences, caution notices, etc. as far as the same may be
rendered necessary by reasons of the work, for the accommodation of the
183
Signature of Contractor Signature of Purchaser
workmen. foot passengers or other traffic and of owners and occupiers of
adjacent property and of the public and at all remain responsible for any
accidents that may occur on account of his failure to take proper and
timely precaution.
b) Maintenance of Services :
After all the work under this contract is completed and accepted as such,
in case the Engineer-in-charge so directs, the contractor shall maintain
the lighting, Ventilation, communication facilities etc. upto a date
determined by the Engineer-in-charge, but not longer than for a period of
twelve months. All reasonable charges for such maintenance otherwise
not required by the Contractor for his purposes under the contract will be
borne by Purchaser. As regards the reasonableness of such charges, the
decision of the Engineer-in-charge shall be final and binding on the
Contractor.
40.0 Liability for accidents to Persons :
It shall be contractor’s responsibility to protect against accidents on the work site.
He shall indemnify the Purchaser against any claims for damage to the property,
injury to workers or any other persons, deaths etc. On the occurrence of an
accident resulting in death or which is so serious as to be likely to result, in death
the contractor shall within 24 hours report in writing to the Engineerin- charge,
the facts stating clearly about the circumstances in which accident has occured
and the subsequent action taken. Other minor accidents causing minor injuries
and loss of property should be communicated in writing, promptly to the
Engineer-incharge. In all cases the contractor shall indemnify the Purchaser
184
Signature of Contractor Signature of Purchaser
against all losses or damage resulting directly or indirectly from the contractor’s
failure to report in the manner aforesaid. This includes penalties or fines if any,
payable by the Government as a consequence of failure to give notice under the
Workmen’s Compensation Act or failure to conform to the provisions of the said
Act in regard to such accidents.
In the event of accident in respect of which compensation may become payable
under the Workmen’s Compensation Act VIII, of 1923 including all subsequent
modifications there of, Engineerin- charge may retain the sums of money as may
in the opinion of Engineer-in-charge be sufficient ot meet such liability out of the
amounts payable to the contractor. These sums shall be recovered from the
immediate payment due to the contractor in one installment or in more than one
installments. The decision of the Engineer-in-charge regarding this shall be final
and binding on the contractor. On receipt of award from the Labour
Commissioner the balance amount shall be reimbursed to or recovered from the
contractor.
It should be noted that though the Purchaser is a Principal employer the
complete responsibility of compensation shall be on the contractor.
41.0 The contractor to supply and be responsible for the sufficiency of
the means employed :
The contractor shall supply and take upon himself the entire responsibility of the
sufficiency of the scaffolding, timbering, tools, implements and generally of all the
means irrespective of whether such means may or may not have been approved
of or recommended by the Engineer-in-charge and the Contractor must accept all
185
Signature of Contractor Signature of Purchaser
risks of accidents or damages from whatever cause they may arise, until the
completion of this contract.
42.0 Covering of work :
The contractor shall give not less than seven days notice in writing to the
Engineer-in-charge of the work which is proposed to be covered up or placed
beyond the reach of measurements so that the measurements may be taken
before the work is covered up or placed beyond the reach of measurements. No
work shall be covered up or placed beyond the reach of measurements before
ensuring that the measurements of work to be covered up are recorded. Any
work covered up or placed beyond the reach of measurements without such
notice having been given or consent obtained, the same shall be uncovered at
the Contractor’s expenses and in default there of no payment or allowance shall
be made for such work or for materials with which the same was executed.
43.0 Quantities of work :
The quantities of work under the various items in the Schedule “B” Part – I
Schedule of Quantities and Bid Rates as estimated by the Purchaser’s have
been provided as could be reasonably nticipated and should be taken as
indicative only. The amount of work will depend upon the actual conditions that
will be encountered in the construction and the results of detailed designs which
will continue to be refined as more field date and information comes to hand. If
the work is stated by the Purchaser, the quantities put to tender shall be reduced
to the extent the work is done by the Purchaser upto the date of starting the work
by the contractor. No claims due to reduction in quantity on his account will be
entertained.
186
Signature of Contractor Signature of Purchaser
44.0 Accuracy of lines, levels and Grades :
Setting Out :
a) The contractor shall be responsible for the true and proper setting put of
the work and for the correctness of the position, levels, dimension
alignment of all parts of the work and for the provisions of all necessary
instruments, appliances and labour in connection with this.
b) For the purpose of setting out, one permanent bench mark shall be
established the contractor near the value of which shall be given to the
contractor, by the Engineer-in-charge on demand by the contractor.
Similarly the reference line in the form of centre line of junction wall and of
some other components, if found by the Engineer-in-charge for complete
setting out the structure shall be given. All the setting out shall be with
reference to this bench mark and reference line.
c) If at time during the progress of works the error shall appear or arise in the
possible, level, dimensional alignment of any part of the work, the
contractor shall rectify such error to the satisfaction of Engineer-in-charge
without any extra cost.
d) The periodical checking of these by Purchaser staff shall not absolve the
contractor of his responsibility regarding accuracy. In case of deviation,
the contractor shall make good to the discrepancy at his own cost and
without any compensation for the additional work involved. Wherever such
187
Signature of Contractor Signature of Purchaser
discrepancies, if any, are found to arise between the works of different
contractors at the junction of their works, the relative liability to set right
their respective discrepancies shall be fixed by the Engineer-in-charge,
whose decision shall be final and binding on the contractors concerned.
The Engineer-in-charge shall further have the unquestioned right to rectify
the discrepancies and recover the costs from the contractor or contractors
according to proportions as he may consider reasonable.
e) It is the responsibility of contractor to preserve the benchmark and the
reference points established for setting out.
45.0 Excavated Material
All the materials available from excavation will be the property of Purchaser and
shall be disposed off only as directed by the Engineer-in-charge. The materials of
approved quality available from the excavation including that carried out by the
Purchaser may be used by the contractor in the items of works included in
Schedule ‘B’ or for ancillary or preparatory work, free of cost Prior approval of
Engineer-in-charge for such use shall, however, be taken. The contractor shall
make proper arrangements for sorting out and stacking material of approved
quality that he proposes to use as aforesaid. Purchaser will be free to make use
other materials not required or not likely to be required for use by the contractor
as will be determined by the Engineer-in-charge.
The excavated material not to be used by the contractor as above or stacked for
his use, but remaining unused at site after completion of works, shall be disposed
off by the contractor at his own cost in manner and at place shown in the
drawings or as and where the Engineer-in-charge may direct.
188
Signature of Contractor Signature of Purchaser
The contractor should utilise material available from excavated stuff for back
filling.
46.0 Safety Measures :
The contractor shall arrange for the safety in his operations as required including
the provisions in the safety manual published by the Central Water and Power
Commission, New Delhi (Jan. 1962 Ed.) In case the contractor fails to make such
arrangements the Engineer-in-charge shall be entitled to cause them to be
provided and to recover the cost there of from the contractor. The following are
some of the measures listed, but the same are not exhaustive and the contractor
shall all to and suggest these precautions on his own where necessary and
should comply with the directions issued by the Engineer-in-charge in this behalf
from time to time and at all times.
Providing protective head guard to workers in the works like deep excavation to
protect them against fall of overburden materials. Getting the workers in such
jobs periodically examined for chest trouble due to too much breathing in fine
dust.
Taking such normal precaution like fencing and lighting to excavations or
trenches, not allowing, nails or metal parts or useless timber spread around,
marking danger area for blasting whistles etc.
Providing sufficient suitable and safe accesses to all work spots including
ladders, gangways, platforms, etc. avoiding naked wires, etc. such would
electrocute the workers.
Taking necessary steps towards training the workers concerned on the use of
machinery before they are allowed to handle them independently and taking all
189
Signature of Contractor Signature of Purchaser
necessary precautions in and around areas where machines hoists and similar
units are working.
47.0 Maintenance :
After the works are completed in all respects in accordance with the contract
condition, a completion certificate will be issued by the Engineer-in-charge. Form
the date of issue of completion certificate, till the expire of calendar months, the
Contractor shall be liable for the replacement of any part of the plant or work
found to be defective from the causes arising from faulty materials or
workmanship or other causes, for which in the judgement of the Engineer-in-
charge, the Contractor is responsible and for making good any damage arising
there from.
48.0 Sundays and holidays :
No work shall be done on weekly local holidays or on other Government
holidays, due gazetted or on holidays observed by local usage without the prior
sanction of the Engineer-in-charge. Withholding of such sanction shall not from
any grounds for compensation or extension of time limit.
If on the other hand the Engineer-in-charge directs that the work shall be
proceeded with on days and during hours otherwise not permissible under this
contract, the Contractor shall proceed with the works as directed, without in any
way violating this contract or forming any grounds for compensation or claim.
The Contractor shall, in his dealing with labour at all times during the period of
this contract have due regard to local festivals, religious and other customs.
49.0 Bank Guarantee:
190
Signature of Contractor Signature of Purchaser
Bank guarantee shall be given on the stamp paper of Rs. 100/- in the form
preserved by the Purchaser. The bank guarantees shall be valid for the entire
period of contract till the date of issue completion certificate as prescribed under
Para No. 7 of Conditions of Contract. It will be the responsibility of the contractor
to get validity of Bank Guarantee extended on the stamp paper of Rs. 100/- at
least one month prior to expire date from time to time, falling which the Bank
Guarantees shall be encashed by the Purchaser well before expiry date of bank
guarantees and cash accrued will be all the disposal of the Purchaser.
50.0 Handing over of work :
All the work and materials, before finally taken over by Purchaser will be the
entire liability of the contractor for guarding, maintaining and making good any
damages of any magnitude, interim payments made for such work will not after
this position. The handing over by the contractor and taking over by the
Executive Engineer or his authorised representative will be always in writing of
which copies will go to the Executive Engineer or his authorised representative
and the contractor. It is however, understood that before taking over such work
Purchaser will not put it into regular use as district from casual or incidental one
except as specifically mentioned else where or as mutually agreed to.
51.0 Instrumentation :
In case, it is proposed to have any instrumentation, in work the instruments and
their accessories will be procured and installed by the Purchaser as per
programme framed by the Engineerin- charge. Care should be taken by the
Contractor to protect these instruments as well as their connections during
various construction operations. The contractor shall also extend all facilities for
191
Signature of Contractor Signature of Purchaser
installation and observation of these instruments. All the operations required for
facilitating the installation of the instruments shall stand included in the relevant
items of tender. No claim, however shall be entertained due to any delay or
obstruction that might be created due to installation or observation.
52.0 Inspection of Works :
The Engineer or his duly authorised representative shall have at all times full
power to inspect the work, whenever in progress either on the site, in the
contractor’s premises or the work site. Further, contractor shall not without
written authorisation permit entry on site of work of any person expect authorized
representative of the Purchaser or the Engineer or the contractor’s staff and
labour directly engaged on and in connection with the work.
The contractor shall at his cost provide all necessary facilities for proper
inspection and supervision of the work gangways, platforms, scaffolding and
ladders, etc. of suitable dimensions and sufficiently strong at appropriate
locations and all accesses to passages etc. shall be well lighted and maintained
in good order. The Engineer’s decision about the sufficiency and
adequacy thereof shall be final.
The contractor shall during working hours, maintain supervisor of sufficient
training and experience to supervise various items and operations of the work
and the said supervisors shall remain present during inspections of the Engineer.
All orders and directions given to such supervisors or other staff of the contractor
shall be deemed to have been given to the contractor, to be present on any
specified inspection and the contractor shall comply with such directions.
53.0 Opening out works :
192
Signature of Contractor Signature of Purchaser
Should the Engineer consider, if necessary, in order to satisfy himself as to the
quality of work the contractor shall at any time during the continuance of the
contract pull down or cut into any part of the work, and make such openings into
and to such an extent through the same as the Engineer may direct and the
contractor shall make good the same at his cost and to the satisfaction of the
Engineer.
54.0 Removal of imperfect work :
If it shall appear, that the work has been executed with unsound, imperfect or of
an inferior quality or otherwise not in accordance with the contract documents,
the contractor shall at his own cost rectify, reform, remove or reconstruct the
same, wherein whole or in part as may be, directed by the Engineer, whether or
not, the value of any such work of material shall have been included in any
payment made to the contractor. The decision of the Engineer may, if he thinks
fit, allow such work to be paid at reduced rates and his decision will be final and
binding, provided further that the rates fixed by the Engineer, be not acceptable
to the contractor, he shall have the option to replace the defective work or
materials with ones in accordance with the specified standards.
55.0 Jurisdiction of court for disputes:
Disputes, if any, arising out of this contract shall be subject to the jurisdiction of
the High Court of Bombay.
56.0 Mode of Payment of the Quantities of Excavation, Masonry and Concrete
items Executed in Excess 125% (Not Applicable):-
56.1 Clause No. 38 of B-1 Tender Form pertains to payment of quantities of different
items of Schedule ’B’ in excess of 125% of the tendered quantities. It is to be
193
Signature of Contractor Signature of Purchaser
clarified that in the case of items of excavation in soft strata and hard strata, in
the present tender, this clause will become applicable only if the total quantity of
excavation (i.e. quantity given in Schedule ‘B’ Part-1, Excavation in soft strata,
quantity given for Excavation in hard strata) exceeds by 125% during execution.
For payment of quantity executed in excess of 125% of Total quantity of
excavation following procedure will apply.
Case 1 : Where quantity of excavation executed, exceeds 125% of total of
tendered quantity of items of excavation in soft strata and in hard
strata, but quantity executed of anyone of the individual items is
less than or equal to the tendered quantity for that item. All the
excess quantity beyond 125% of total tendered quantity in items of
excavation in soft strata and hard strata: will be paid by revising the
rate of only that item where excess has
occurred.
Case 2 : Where total quantity of excavation executed for both items
(excavation in soft strata and hard strata) exceeds 125% of the
total tendered quantity of items of excavation, quantity in excess of
125% of total tendered quantity will be distributed in the ratio of
Executed quantity of individual item of excavation
Total executed quantity of items of excavation in soft strata
and hard strata.
and will be paid by revising the rate of individual item as per clause
38(2), subject to the provision that the revision of rate will be
applicable only for the quantity of individual item executed beyond
194
Signature of Contractor Signature of Purchaser
the tendered quantity. In case of executed quantity is less than
75% of the total quantity of excavation in soft strata and hard
strata, these will be treated on similar lines as in case (1) and (2)
above.
Case 3 : Where total quantity of all masonry items taken together exceeds
125% of the total tendered quantities of items of all masonry items,
quantity in excess of 125% of total tendered quantity will be
distributed in the ratio of
Executed quantity of individual item of masonry
Total executed quantity of items of masonry items taken
together.
and will be paid by revising the rate of individual item as per clause
38(2), subject to the provision that the revision of rate will be
applicable only for the quantity of individual item executed beyond
the tendered quantity.
In case of executed quantity is less than 75% of the total quantity
of masonry items taken together, these will be treated on similar
lines as in case (1) and (2) above.
Case 4 : Where total quantity of all concrete items taken together exceeds
125% of the total tendered quantities of concrete items, quantity in
excess of 125% of total tendered quantity will be distributed in the
ratio of
Executed quantity of individual item of concrete
Total executed quantity of all concrete items taken
195
Signature of Contractor Signature of Purchaser
together.
and will be paid by revising the rate of individual item as per clause
38(2), subject to the provision that the revision of rate will be
applicable only for the quantity of individual item executed beyond
the tendered quantity.
In case of executed quantity is less than 75% of the total quantity
of all concrete items taken together, these will be treated on similar
lines as in case (1) and (2) above.
For payment of quantities in execss of 125% of tendered quantity
for items other than excavation, masonry and concrete items,
provision of clause 38(2) of B-1 Tender form will be applicable.
57.0 Mode of payment of excavation quantities in running bill and final bill :
The tendered rates will be treated as inclusive of all taxes, duties, excise etc. The
phase wise payments will be released as under, after deducting all taxes and
security deposit as mentioned in the tender document. Schedule – B.
1. 75% of the tendered cost for that item in Schedule ‘B’ is payable. When
material is received at site.
2. 10% of the cost will be paid on completing the erection of the equipment.
3. 12.5% of the cost will be paid after successful completion of testing and
commissioning at site.
4. 2.5% of the cost will be paid against submission of Bank Guarantee and
Bank Guarantee will be discharged after giving satisfactory performance
196
Signature of Contractor Signature of Purchaser
for 24 Months and after the necessary satisfactory performance certificate
by Engineerin- charge at site.
58.0 Statutory Clearance from electrical inspector :
Contractor shall arrange to get statutory clearance certificate of work executed by
him as per schedule B & Technical specification from Electrical Inspector. The
charges towards the inspector will be borne by the contractor.
59.0 Value Added Tax :
“The tender rates are inclusive of all taxes, rates and cess and are also inclusive
of the leviable tax in respect of sale by transfer of property in goods involved in
the execution of a work contract under the provision of Rule 58 of Maharashtra
Value Added Tax Act 2005, for the purpose of levy of Tax.”
60.0 Insurance :
i) The contractor, shall unless other wise specified by the Engineer, insure
the plan and shall keep it insured against destruction of damage by fire,
earthquake, flood, storm under exposure to weather or through riot, Civil,
commotion, war or rebellion, theft, etc. for the full value of the plant and
materials until the plant is taken over.
ii) The insurance for the equipment shall be effected by the contractor with
Government insurance Fund on behalf of the Purchaser covering the risks
towards handing transit, storage at site, re-transporting upto place of
erection, testing and commissioning of the equipment at site and also for
further period of 90 days, for replacement value of the plant and material.
The address of Government Insurance fund is as below.
197
Signature of Contractor Signature of Purchaser
iii) Director of Insurance, Maharashtra housing and Area Development
Authority (MHADA) Building I. Kalanagar, Bandra East, Bombay.
iv) The tenderer shall note that insurance effected through and other
company will not be accepted.
v) The Contractor shall take the policy in the name of the consignee of the
Purchaser. The Insurance policy then will be assigned to the contractor for
further operation. The Insurance shall be full and shall cover and loss or
damage in accordance with what is said above. The claims arising out of
composite insurance policy shall be dealt with or handled by the
contractor at his own cost after receipt of preliminary damage / loss
intimation given by the Purchaser or damage / loss noticed by the
contractor himself.
vi) The Insurance of plan up to a period of 90 days beyond period of 1.
months for completion of work as per clause and satisfactory performance
and guarantee test shall be on the account of contractor.
vii) Third party Insurance: In addition to above the contractor shall indemnity
the Purchaser against the loss or damages to the property of the third
party and or injuries to the third person which may arises out of or in
consequences of transport, storage and erection, testing and
commissioning of the goods / equipment.
viii) Insurance payment will be reimbursed after the necessary payment
receipt shall be obtained from Director of Insurance (MHADA) Mumbai in
case of non DSR items in the tender. And said insurance amount shall be
paid to the contractor as per provision of documentary proof of
198
Signature of Contractor Signature of Purchaser
evidences.
ix) The rates in the schedule B in case of DSR Items are inclusive of all
taxes, cesses, Insurance, overhead & transportation. So as per
Government Resolution No. ʴɨÉɺÉ1098/|ÉGò
ú28/98/¶ÉɺÉxÉ ½þ¨ÉÒ / Ê´ÉkÉ Ê´É¦ÉÉMÉ
¨ÉÆjÉɱɪÉ, ¨ÉÖƤÉ<Ç ÊnùxÉÉÆEò 19 +ÉìMɺ]õ 1998,
If insurance document is not submitted by Agency the Amount worth to
1% of Tender Amount to be recovered from the 1st R.A. Bill.
61.0 Test, Inspection and rejection of detective materials and works :
The Engineer shall have access at all times to the places where components are
being manufactured for use under the contract to determine that manufactures is
proceeding in accordance with drawings and specification and the Engineer shall
also have access at all times to the places of storage.
Further, contractor shall not without written authorisation, permit entry on site of
work of any person except authroised representative of the Purchaser or the
Engineer or the contractor’s staff and directly engaged on and in connection with
the work.
The tests and inspections of items specified at contractors manufactures works
or sub-works be witnessed by two representative of the Engineer. The contractor
will provide the cost of travel, lodging and boarding of the inspectors. The travel
shall be arranged generally by Air, 1st class Railway or Car. The Purchaser
reserves the right to appoint and deploy the services of the outside agency, in
association with the Purchaser for said purposes, however changes for the
199
Signature of Contractor Signature of Purchaser
services with the outside agency will be borne by the Purchaser. The acceptance
of the test shall be entirely with the Engineer or his authorized representative.
The test and inspection of the item to be carried out.
All the equipment’s covered under specification.
A) The test report of manufactures certifying that the equipment is
manufactured as per specifications of the tender shall be furnished by the
contractor.
B) Contractor can bot be relived from the responsibility even if the drawing
and quality are approved by the Engineerin- charge for the purposes of
guarantee and quality of equipment.
Inspection and Tests at Manufactures works and waive of Inspection :
The contractor shall arrange Inspection of the electrical equipments like
conductor, fabrication, G.I. wire, stay wire, transformer pin insulator, Disc
insulators and RSJ poles at supplies please by M.S.E.D.C. L’s representative /
authority. if required as per M.S.E.D. C. L. norms at the cost of contractors. This
cost is deemed to be included in the contract price.
The waival of inspection can be considered if contractor produces, recent lest
certificates for similar type of equipment as approved by MSEDCL.
Inspection by MSEDCL and Purchaser's Engineers.
62.0 Plans, Drawings and Other Data and Approval From Electrical Inspector.
1) The Contractor shall submit the following information to the Engineer for
approval within the time stipulated against each item below.
a) Drawings or prints in triplicate showing the location of major plants and
other facilities which he proposes to put up at the site, including any
200
Signature of Contractor Signature of Purchaser
changes in the general laying Drawings shall be submitted at least 15
days prior to the work commencement.
b) The contractor shall furnish complete engineering data of each set of
equipment such as name of manufacture, the type and model of each
principal item of equipment proposed to be furnished and erected at
started in the annexure Standard catalogues pages and other documents
of the tenderer, may be used in the tender to provide additional
information and date as deemed necessary by the Indenter. The review of
these date by the Engineer will covers only general confirmation of the
data to the specifications and documents interfaces with the dimensions
which might affect plant layout. This review by the Engineer may not
indicate a through review of all dimensions quantities and details of the
equipment, materials any devices or items indicated or the accuracy of the
information submitted. This review and / or approved by the Engineer
shall not be constracted by the contractor as limiting any of his
responsibilities and requirement specified under these specifications and
documents. The above data shall be submitted within 15 days of the date
of issue of work order.
c) The approval to the pains and the drawings, designs and other data
submitted by the contractor for approval will be given within 15 days.
d) Two sets of reproducible drawings (tracings) as required by the Engineer
shall be furnished by the contractor.
e) The contractor is required to get approved the various drawings for 33/6.6
kV switchyard layouts before execution of work within 15 days from the
201
Signature of Contractor Signature of Purchaser
date of work order letter. The contractor has get statutory clearance from
Electrical inspector before putting in to operation of the plant.
Each drawing submitted by the contractor shall be clearly marked with the name
of the Engineer and the name of the project if standard catalogue pages are
submitted, the applicable items shall be indicated therein. All titles notings,
markings and writings on the drawings shall be in English. All dimensions should
be in Metric units.
All manufacturing and fabrication work in connection with the equipment prior to
the approval of the drawings shall be at the contractor’s risk. The contractor may
make any changes in the design which are necessary to make the equipment
conform to the provision and indent of the contract and such changes will again
be subjected to the approved by the Engineer. Approval of contractors drawings
or work by the Engineer shall not relieve the contractor of any of the
responsibilities and liabilities under the contract.
63.0 Additional conditions regarding payment of royalty charges as per
Bombay Minor Mineral Extraction (Amendment) Rules, 2003. (Not
applicable)
1. The royalty charges are to be paid by the Contractor to the Revenue
authorities. This is the prime responsibility of Contractor as per Tender
Clause No. 36 of this Tender Document.
2. Percentage as stated in para 7 B of Annex –A of the Detailed Tender
Notice shall be withheld by MKVDC for the purpose of payment towards
royalty charges. This amount shall be released to the contractor subject to
the following conditions.
202
Signature of Contractor Signature of Purchaser
a) Contractor shall submit proof of the payment of the royalty charges to the
concerned Revenue Authorities acceptable to the Engineer-in-charge.
b) The total amount that can be released shall be limited to the actual
payment made as mentioned in the condition (a).
c) If the actual royalty charges are less than the amount withheld, remaining
amount shall be retained by the MKVDC.
d) If the actual royalty charges are more than the amount withheld, the
contractor shall pay the excess amount to the concerned Revenue
Authority without any burden on the MKVDC.
e) The contractor shall indemnify MKVDC towards payment of the royalty
charges.
64.0 Warranty :-
This warranty shall remain valid for 24 month from data of putting in to
commercial use.
65.0 Defect Liability :-
Within a period of Three years after completion & commissioning of work if any
repair due to the defect in construction & equipment the same will be rectified by
the contractor at his own cost. The security deposit amount is only payable after
completion of this period.
Contractor have to provide the arrangement for running and maintenance of the
work completed and commissioned in this tender during defect liability period.
The arrangement includes men, machinery, skilled / unskilled labour, parts,
equipments required for running & maintenance of the work.
66. COMPUTER & EQUIPMENT FACILITY:
203
Signature of Contractor Signature of Purchaser
A) COMPUTER FACILITY: (NOT APPLICABLE)
The Contractor shall be required to provide Five (5)Desktop computer of
“Compaq” Make with latestconfiguration with mouse, 17” L.C.D. monitors,
UPS & Laser printer including “WINDOW” software. The computers will be
jointly used by the contractor & MKVDC till completion of the work & then
finally handed over to MKVDC for further use. The cost of providing &
utilizing the provision of Computer shall be deemed to have been included
in the total cost of work & no separate payment for this will be made.
B) VEHICLE FACILITY: (NOT APPLICABLE)
The Contractor shall provide bolero Jeep inspection vehicle as ordered by
Engineer-in-charge. The inspection vehicle mainly used for arranging the
visits of AIBP & MKVDC officials for inspection work till completion of work
& finally shall be retained by the MKVDC. Financial provision of such
vehicles & machine agreement shall deemed to be included in the offer
and no separate payment for this shall be considered. The vehicle should
be registered with RTO in the name of Executive Engineer Mhaisal
Electrical & Mechanical Division, Sangli & other necessary taxes &
insurance etc. should be paid by the contractor.
C) FURNITURE FACILITY: (NOT APPLICABLE)
The contractor shall provide following types of Office furniture as
ordered by Executive Engineer-in-charge within 1 (One) Month from
date or order. Financial provision of such furniture shall deemed to be
included in the offer & no separate payment for this shall be
considered.
204
Signature of Contractor Signature of Purchaser
Sr. No. Description Qty.
1. Godrej Viva Executive Table 2 Nos.
2. Godrej Earl 7201 R Chair 2 Nos.
3. Godrej – T 9 Table 5 Nos.
4. Godrej – Bravo mid back chair 5 Nos.
5. Godrej – Earl 7201 R chair 2 Nos.
6. Godrej Computer Table 5 Nos.
Champion C-10
67.0 INSURANCE CHARGES :
Additional conditions regarding payment of Insurance charges as
1) The Insurance charges are to be paid by the Contractor to the Director of
Insurance Maharashtra State, Mumbai.
2) The Insurance Amount will be released to contractor as per conditions
mentioned below.
a) The contractor shall submit the original proof of Insurance policies to the
Engineer-in-charge.
b) After the verification of record submitted by the Contractor the total
amount that can be released shall be limited to the actual payment made
as mentioned in the condition (a).
c) If the actual Insurance charges claimed are less than the provision made
in the tender the amount shall be paid as per actual.
d) If the actual Insurance charges claimed are more than the provision made
in the tender then the amount shall be paid limited to the provision made
in tender.
205
Signature of Contractor Signature of Purchaser
3) Please see Clause No. 60 of Special condition of contract which shall be
applicable / considered during Insurance payment.
68.0 CIVIL WORKS IN SWITCHAYRD AREA:
The construction work partaining to civil wing like excavation. leveling,
construction of cable trenches ( main & sub trenches), foundations required for
installation of electrical switchyard equipments, construction of plinth required for
transformers, metal spreading in switchyard area shall be in scope of Purchaser.
Fencing around the switchyard areas etc. shall be scope of contactor.
For this, contractor shall submit the complete design in respect of above work
along with drawings for according approval from Electrical wing to the Executive
Engineer-in-charge. After getting the approval from concern authority, contractor
shall be complete the civil work in supervision of Engineer-in-charge of Electrical
wing.
69. Site Facility :- (Not Applicable)
The contractor shall provide furnish, maintain & remove on completion of the
work, a suitable office on site for the use of Executive staff’s representative at
main entrance of Tembhu Stage I(A), I(B) & Stage II. The covered area exclusive
of veradan should not be less than 400 Sq. feet. It may have bamboo matting
walls & provide a basket type latrine root, paved floor should be 18” above
ground level. Contractor should provide a basket type latrine, urinals & keep the
clean daily. This is supposed to be included in his rate.
70. Power supply :
206
Signature of Contractor Signature of Purchaser
The Tenderer shall note that no power supply is available at the work site. Hence
the tenderer shall make his own arrangements of power for welding, drilling etc.
71. Storage, watch and ward :
Sufficient storage of steel and other materials shall be arranged by tenderer.
Watch and ward of the same upto completion of the work shall be arranged by
the tenderer at his cost. No responsibility of any material of the tenderer will be
taken by the department.
72. EVALUATION OF TENDER :
Evaluation & comparison of the offers shall be carried out on the cost for work
quoted in the Envelope No.2 Load losses & No load losses will be considered for
Evaluation purpose for transformers.
No change in the price after the opening of the Envelope No. 2 will be allowed.
The difference in guaranteed performance value as detailed in Annexure-B-1
(Enclosed on next page) will be taken in to account for equalising the bid price of the
power transformer.
Weightage will be given to the Tenderer who will pay Sales Tax / Turnover Tax to
Government of Maharashtra according to the payment declared vide clause 59 of
special condition of contract.
ANNEXURE – B – I
207
Signature of Contractor Signature of Purchaser
EVAULATION OF THE BIDS ON ACCOUNT OF TECHNICAL PERFORMANCE DATA AND
GURANTEES OF EQUIPMENT OFFERED AND APPLYING LIQUIDATED DAMAGES:
A) RATES FOR EVALUATION OF LOAD AND NO LOAD LOSSES.
The bidder has to quote the guaranteed values for the losses in the data sheet as
below.
1. Guaranteed maximum iron loss in KW at 750 C of average winding temperature
at rated voltage.
2. Guaranteed maximum load loss ( Copper loss + Stray loss ) in KW at average
winding temperature of 750 C.
3. Guaranteed maximum auxiliary loss in KW because of consumption by cooling
fans / Air blowers etc. at average winding temperature 750 C (Loss at 3 are not
applicable to ONAN rating) The quoted guaranteed values shall be corrected by
increasing the same to take into account permissible tolerance limit as per IS -
2026. These corrected values of the losses will then be compared with reference
to the lowest corrected value of these losses. For the purpose of evaluation of
the bid, the total price of the bid shall be increased at the following rates for
excess losses arrived over and above the reference lowest corrected value of the
losses mentioned earlier.
I) For no load losses : Rs. 343000/- Per excess KW loss.
II) For load losses : Rs. 140000/- per excess KW loss.
III) Auxiliary losses : Rs. 137000/- per excess KW loss.
B) RATES FOR LIQUIDATED DAMAGES:
208
Signature of Contractor Signature of Purchaser
For the purposes of ascertaining whether the guarantees are fulfilled or otherwise
each transformer shall be tested at factory before dispatch and the above
mentioned losses shall be measured. The measured losses shall then be
compared with the quoted guaranteed losses and provision regarding liquidated
damages / penalty for failure to meet the guarantees etc. shall be double the rate
taken for evaluation as stipulated below.
I) For no load losses : Rs. 686000/- Per excess KW loss.
II) For load losses : Rs. 280000/- per excess KW loss.
III) Auxiliary losses : Rs. 274000/- per excess KW loss.
I. The penalty will be limited to 10% of contract price of trans. If the penalty
exceeds 10% of the contract price the trans. will be rejected.
209
Signature of Contractor Signature of Purchaser
SECTION VI
TECHNICAL SPECIFICATION
SECTION VI
TECHNICAL SPECIFICATION
210
Signature of Contractor Signature of Purchaser
6.1 A) DESCRIPTION OF THE PROJECT:
Proposed Bramhagavhan Lift Irrigation stage II is on Jayakwadi project
reservoir in Aurangabad District. The scheme envisages the construction of
pump house near reservoir.
The source of water is available from Jayakwadi project reservoir. Water is
taken through approach channel fore bay, and lifted by six numbers of pumps
and delivered into two delivery chambers through two rising mains.
One power transformer of 6.3 MVA is proposed for power supply & 1 Nos.160
kVA Station transformers for auxiliary supply. These transformers would be
supplying the load of the pump house.
33KV outdoor switchyard will be constructed near pump house 1 No. of
power transformers will be located in this outdoor switchyard. The distance
between center line of the transformers to control & protection panel located
in the pump house is approximately 25 Mtr. The inter connection between
L.V.side of transformer & the 6.6 kV .H.T. panel in the control room will be
done by means of 6.6 kV. XLPE cable. 1 No station transformers
33/0.433KV, 160 kVA will be installed in the outdoor switch yard to provide
L.T.power supply to pump house .
B) STATUS OF THE PROJECT :-
Work is in progress as per design of C.D.O. Nasik. Excavation is completed
and columns are executed upto RL 456.30 mts. With side wall. Pump floor
slab is @ RL 456.30 mtr.
C) CLIMATIC CONDTIONS:
a) Maximum ambient temp. 430c
b) Minimum ambient temp. 100c
c) Annual average rain full mm
d) Relative humidity
e) Altitude above sea level
211
Signature of Contractor Signature of Purchaser
i) Maximum wind velocity (km/hours)
6.2 SPARES
6.2.1 Spares list for Brahmagavan L.I.S.St-II is attached in Schedule B- Part-II.
Contractor has to supply spares as per the list attached in Schedule – B.
6.2.2 The scope shall also cover the following responsibilities of the Supplier/Contractor.
i) To prepare and submit to the Purchaser the following
a) Cable schedule and cable termination schedule.
b) Layout drawings of various equipment showing therein clearances,
foundation details, all dimensions and also of cable trenches, racking
arrangements etc.
c) Design and civil foundation drawings to.
Construct the equipment foundations and cable trenches accordingly.
Transformer foundation details shall include the following:-
Soak pit below the transformer to be filled with gravel, cavity volume left out
in the pit shall be more than the volume of oil in transformer.
Burnt oil tank of 1.5 times oil volume to be provided outside the switchyard.
The tank shall be covered with RCC slab with 1m X 1m opening and
ladder to go down and showing air vent pipe, pumping arrangement,
interconnecting piping with transformer, soak pit & with proper slope for the
piping.
ii) To ensure that all equipment before dispatch are properly match marked with
distinctive direction marks attached on them corresponding to those on
drawing so as to ensure correct assembly and alignment at site.
iii) To ensure that all parts are adequately matchmarked to facilitate field
erection and with contract number and packing list enclosed showing the
parts contained therein.
iv) To ensure that packing provided is such that it is acceptable to insurance
authorities.
v) To arrange for further distribution of A.C supply beyond the point at which
same as made available to him by the purchaser near the work area, for
erection of the equipment at site.
212
Signature of Contractor Signature of Purchaser
vi) To ensure compliance with industrial safely provisions, fire prevention
measures during the entire period of erection, testing and commissioning at
site.
vii) To ensure that the supervisory and working personal posted for the work are
well experienced and competent for executing work efficiently. All Engineers
shall be authorised and licensed experts.
viii) To ensure that adequate sets of necessary drawings, erection manuals,
testing instruments, testing procedures and commissioning details are made
available to the erection personnel well in advance.
ix) To arrange for storage, watch and ward of the equipment until commissioning
is completed and equipment are put into commercial use.
x) The check and satisfy himself about levels of foundations, provisions of block
outs, dimensions of block outs, foundations, etc. executed by the Civil
Engineering Contractor of Purchaser, The supplier shall be responsible for
minor chipping or roughening concrete surface upon or against which any
equipment/plant is to be erected.
xi) To follow scrupulously the provisions and rules of Indian Electricity Act in all
electrical installation works.
xii) To follow all the statutory provisions contained in various acts pertaining to
workmen labour employed by the Supplier for the erection work.
xiii) To ensure maintenance of good order in his camp at site and on his work and
to that end employ such officers/ watchmen etc. as required.
xiv) To furnish drawings, data and any other details, information required by
Electrical Inspector and to arrange for his inspection, payment of fees to
obtain Electrical Inspector’s clearance certificate. In addition to above the
contract shall also observe the following :
a. Work shall be commenced and carried out only after obtaining necessary
approval of relevant drawings from Electrical Inspector, I.E.L & D of
region.
b. Prior intimation shall be given to the Electrical Inspector about
commencement of work.
c. After completing the work as per approved drawing, the following
documents/papers shall be submitted to the Electrical Inspector for the
purpose of Inspection :
213
Signature of Contractor Signature of Purchaser
• Copy of completion report of electrical installation.
• Earth test report.
• Copy of manufacturers’ test reports of Electrical equipments such as
transformer, breaker, C.T., P.T. isolator, cables, panels etc.
• Copy of test report of transformer oil.
• Copy of test report of protective relays after attending necessary
setting required.
• Any other document as required by the Electrical inspector.
d. If any fault/defect is observed during inspection the same shall be set
right after the same has been pointed out by the Electrical Inspector.
e. Inspection shall be carried out only in the presence of Contractor’s
representative and Purchaser’s .representative.
f. Earth leakage circuit breaker (ELCB) shall be provided for safely purpose
in LT Circuit wherever necessary.
g. Inspection shall be carried out only after submission of completion report
of the work.
h. L.T. Panel should be capable of withstanding all the tests given under
Table 7 of IS 8623 (Part III) - 1993.
i. An undertaking in the format as prescribed by Electrical Inspector shall be
furnished to the effect that all electrical safety rules shall be followed
during installation work.
6.2.3. It is not the intention to completely specify details of the design and
contraction of various equipment. However, the equipments shall conform in
all respect to high standards of engineering, design and workmanship. It shall
be capable of performing continuous commercial operation in a manner
acceptable to the purchaser who will interpret the meaning of drawings and
specification and shall have power to reject any work or material which, in his
judgment, is not in accordance there with. The equipment offered shall be
complete with all components necessary for their effective and trouble free
operation. Such components shall be deemed to be within the scope of
supplier’s supply, irrespective of Whether these are specifically brought out
in this specification and /or commercial order or not.
214
Signature of Contractor Signature of Purchaser
6.3 DETAILED ITEM WISE TECHNICAL SPECIFICATIONS, TESTS AND
STANDARDS :
SF-6 Circuit breaker
The breaker shall conform to the specific technical requirements mentioned below :
1 Type : SF-6
2 Number of poles : 3
3 Installation : Outdoor
4 Rated voltage ( KV rms) : 36
5 System frequency : 50 Hz
6 Continuous current rating (A) : 630
7 System Neutral grounding : Effectively Earthed
8 Mounting : On hot dip galvanized to steel
support structure to be
supplied by the supplier.
9 Type of operation : Three single pole gang
operated.
10 Height of concrete plinth above
Ground level ( to be provided by
the Purchaser)
: 300 mm
11 Minimum height to the lowest
part of the support insulator from
ground level or minimum height
of live conductor shall be at least
3.7M from the ground level
: 2500 mm
12 Rated operating duty circle : 0-0.3 Sec-C0-3 mins – CO as
per IEC- Pub 56
13 Operating time
i) Operating time ms
ii) Closing time
:
Not exceeding 50 ms
Not exceeding 120 ms
14 Maximum total break time at
rated Breaking capacity
: 100 ms
215
Signature of Contractor Signature of Purchaser
15 1.2/50 micro – second impulse
withstand voltage
: 170 kV
16 One minute power frequency
withstand voltage( KV r.m.s)
: 70
17 Short circuit current and duration : 17.5 kV and 2 secs.
18 Percentage D.C. component : Corresponding to minimum
opening time as per IEC-56
19 Permissible limit of temperature
Maximum permissible
temperature
:
900 C
20 Temperature rise at a maximum
temperature not exceeding
:
450 C
The breaker will be required to break small inductive currents and line charging current
without causing excessive over voltage and charging current without restrike.
The breaker shall consist of three single phase units together electrically. The basic design,
shall be such that the closing and tripping time of individual pole shall be constant, under all
conditions of faults or normal tripping, at specified range of pressure and temperature. All
the three phases will be required to open or close at a time and within the specified range of
pole discrepancy.
The breaker shall be suitable for electrical local as well as remote operation from the control
room. In addition to this, there shall be provision for local manual closing and tripping in
case of failure of control supply. The operating mechanism shall be spring charging type by
electrical control under normal operation. The mechanism shall be adequately designed for
specified tripping and reclosing duty . The entire operating mechanism , control circuit
spring Charging motor etc. as required , shall be housed in an outdoor type (water proof)
sheet steel box.
216
Signature of Contractor Signature of Purchaser
The box shall conform to the degree of protection IP-55 of IS 2147 and shall be mounted on
a separate concrete plinth of approx. 300 mm . Height being provided by the Purchaser.
Control Circuits:
The breaker control circuit shall include the following features:
1. Electrically independent trip circuit.
2. One local /remote selection switch.
3. Conveniently located manual emergency trip.
4. While opening & /or closing all the three poles shall operate simultaneously.
5. Anti-pumping feature.
6. Independence of trip circuit from local/remote selection.
7. Alarms, indications, monitoring equipment & inter-locks as specified elsewhere.
8. Auxiliary switches.
Each operating mechanism of the circuit breaker shall be provided with auxiliary
switches with ten(10) NO & ten (10) NC contacts exclusively for the purchaser’s use
with continuous current rating of at least 10 A.D.C. breaking capacity of the contacts
shall be min 2A with circuit time constant less than 20 milli seconds at the rate
D.C.voltage.Normal position of auxiliary switches refers to contact position when
circuit breaker is open.
9. Trip circuit supervision for pre trip as well as post trip.
Alarms & Indications:
Potential free contacts shall be provided, duly wired upto the operating mechanism housing
/control cabinet for the following alarms & indications on the control panel.
Alarms
1. General lockout for SF-6 Gas.
2. Low pressure of SF-6 Gas.
3. Control Circuit unhealthy.
4. Auxiliary D.C.supply failure.
Indications
i) Breaker on-off
ii) Spring charged
Mechanical indication
217
Signature of Contractor Signature of Purchaser
The operating mechanism housing shall be provided with the following mechanical
indicators /counters.
i) Breaker on-off
ii) Operation counter to register the no. of Breaker Operations.
SF-6 Gas & Features:
The SF-6 breakers, shall be supplied with first filling of SF-6 gas, which shall have excellent
insulating & non-poisonous arc extinguishing property.
Following features shall be provided for monitoring of SF-6 gas in the breaker:-
i) SF-6 gas density meter with two potential free contacts of suitable rating. One of
these contacts shall be used for annunciation of low density .The other contact shall
be used by the supplier to ensure breaker lockoutin the event of low SF-6 gas
density. The Successful bidder shall furnish chart showing relation between pressure
and density of SF-6 gas, as well as settings for alarm and lockout.
ii) Suitable pressure gauges shall be provided for SF-6 gas. Gauge dials shall be
clearly visible with naked eye to an observer standing on ground.
iii) Adequate no. of pressure switches, shall be provided for monitoring Pressure of SF-
6 gas. The pressure switches shall be provided with sufficient number of potential
free No & NC contacts for use in control protection and alarm circuit.
The bidder shall furnish along with the bid, detailed schematic drawing showing all
types of control protection, monitoring schemes to be Employed by him. The successful
bidder shall be required to modify the schemes, if necessary, after discussions with the
Purchaser.
Closing coil shall operate correctly at all values of voltage between 85% and 110% at
the rated control voltage and trip coil shall operate correctly
at values of voltage between 70% and 110% of the rated control voltage.
Take off terminal pads:
Terminal pads shall be provided with silver plating of at least 25 microns thickness as
these are made of metal other than Aluminum. No such Plating shall be required if the
terminal is made out of Aluminium. The Pads shall be suitably designed to take the
218
Signature of Contractor Signature of Purchaser
approximate terminal loads, specified below. The breaker shall be designed to withstand the
rated terminal load, wind load/earth quake load and short circuit forces. The Short circuit
forces to be considered for the design shall be based on length of bus bars consisting of
conductors and phase to phase spacing shown below :-
Voltage Jumper length Phase to phase spacing
36KV 2.0m 1.5m
The current density adopted for the design of the terminal pad shall in no case exceed 1.6
A/Sq.mm. for copper pad, and 1.0 A/Sq.mm. for pad made of other material.
The vertical clearance of lowest terminal pad from ground level (including Concrete
foundation plinth) shall be as given below. In no case the height less than that indicated will
be accepted.
36 KV breakers – 3700 mm.
Porcelain Housing:
The porcelain housing for the interrupter shall be of a single piece construction without any
joint. It shall be made of homogenous, vitreous Porcelain of high mechanical and dielectric
strength. Glazing of porcelain shall be of uniform brown or dark brown colour with a smooth
surface arranged to shed away rain water or condensed water particles (fog).
Breaking units shall be mounted on insulator column of three/four Insulators in each column.
The clearance in air from the lower line terminal to earth shall be minimum 430 mm.
Galvanising :
All ferrous parts including nuts, bolts, plain and spring washers of size M 10 and above,
support channels, structures etc. shall be hot dip galvanised confirming to latest IS 2629 or
any other equivalent authoritative standards. All other fixing nuts, bolts, washers of size
below M 10 shall be made out of stainless steel.
Mounting :-
The design and supply of support structure, required for mounting the Circuit Breaker in
Purchaser`s Switchyard, shall be in the supplier`s scope. The supplier`s scope also includes
foundation bolts, nuts, plain washers, spring washers etc. necessary for the support
structure. The support Structure can be lattice type and shall be made out of hot dip
galvanized steel, wheel mounted type support shall not be accepted. The support structure
shall be installed on a concrete plinth of 300 mm height to be arranged by the purchaser.
The height of the support structure shall meet the following requirements :-
219
Signature of Contractor Signature of Purchaser
i) Vertical clearance of lowest terminal pad as specified in clause 6.5.5
ii) Minimum height of 2200 mm above the top of concrete plinth (This is a
Statutory Regulation).
The circuit breaker shall be connected to adjacent equipment in the Switchyard through
ACSR conductor.
The loading data to be considered by the supplier for design of support Structure shall
include the following :
i) Dead weight of the circuit breaker structure, Bus Bars.
ii) Operational steady state and impact loading.
iii) Wind load on the circuit breaker structure, Bus Bars.
iv) Short circuit forces.
The support structure shall be designed on the basis of applicable Indian/ International
Standards and codes of practice.
The successful bidder shall furnish following details along with first lot of Drawings to be
submitted by him.
Mechanical Loading Data considered for design of support Structure. This data
should be supported by calculations.
Detailed structural Design calculations.
Loading Date necessary for the design of foundations.
Earthing :
The operating mechanism housing, support structure etc. shall be provided with two
separate earthing terminals for bolted connection to 50x10 mm M.S. flat for connection to
station earthmat. The connecting point shall be clearly marked.
Air Break Isolator
The principal technical parameters of the isolators are given below :
1 Rated frequency (Hz) 50
2 System Neutral earthing Effectively earthed.
3 No. of phase (poles) 3
4 Temp. rise As per relevant IS/IEC Publication.
5 Safe duration of overload
a) 150% of rated current 5 min.
b) 120% of rated current 30 min
220
Signature of Contractor Signature of Purchaser
6 Rated voltage 36 kV rms.
7 Type of disconnect (AB) Double break centre pole rotating
8 Rated normal current (A. rms) 200 Amp.
9 Short time current (KA) 17.5
10 Special requirements a) Earthing blades shall be capable be
cable to discharge the trapped charges
of the line
b)Isolator main switch shall be required
to make or break the line charging
current when no significant change in
voltage occurs across the isolating
distance on account of make or break.
11 Basic insulation level
i. Lightening impulse withstand
voltage to earth.
ii. Rated power frequency withstand
voltage to each
170 kV
70 kN
12 Min. creeping distance 840 mm or 900 mm
13 Phase to phase spacing for
installation
1500 mm
14 Height of centre line of terminal Pad
above ground level
Min 3885 mm
The isolator shall be three phase manually gang operated, horizontal, double break type
with turn and twist type moving blades and with gang operated vertical break earth blades.
The isolators shall be equipped with hot dip galvanised channel iron base, post type
insulators suitable for pedestal type mounting, self aligning copper or copper alloy, heavily
tinned high pressure contacts. The shape of the contacts shall such as to avoid pitting
caused of earthing blades and contacts shall be the same as those of main switch and
moving contacts respectively.
Cross sectional area of earthing blades and contacts shall not be less than 50% of cross
sectional area of main blades and contacts. The earthing blades shall have the same short
circuit rating (thermal and dynamic)as that of main switch.
221
Signature of Contractor Signature of Purchaser
The insulator shall be made of homogenous and vitreous porcelain of high mechanical and
dielectric strength. It shall have sufficient mechanical strength to sustain electrical and
mechanical loading. All moving parts shall be suitably balanced so that switch operates
smoothly and is thoroughly controlled at all stages of closing or opening movements without
vibration or shock. Means shall be provided on all devices for taking up the lost motion in
opening mechanism and for adjusting the travel at each blade independently. The isolator
shall remain in position in case of heavy shocks due to earthquake.
Isolator shall be provided with manually operated operating mechanism, gang operated
through crank and reduction gear, for main switch and lever /hand on the operating shaft for
earth switch. The isolator shall be operated with minimum force and ease. The operating
mechanism shall provide quick, simple and effective operation. The operating mechanism
shall be suitable to hold the main switch and earth switch in closed or opened position at
any circumstances. Operating mechanism shall be equipped with four numbers of NC and
four numbers of NO contacts and separate and reliable auxiliary switches exclusively for
purchasers inter locking and protection scheme. Separate operating box shall be provided
for earth switch. Provision for electro mechanical locking for open or close position of earth
switch shall be provided. Auxiliary switches indication circuit and provision for electrical
interlocking shall be provided in the control circuit of earth switch.
Following interlock shall be provided :
1) Isolators and earthing switches shall be provided with padlocking to lock them in
fully open or fully closed positions. Padlocks shall be supplied with the isolators.
2) Isolator and earthing switch shall be mechanically interlocked such that it will not be
possible to close the earthing switch when the isolator is in closed position and vice –
versa.
3) Isolators shall be provided with fail safe electrical interlocking feature with circuit
breaker. A separate by pass switch shall be provided on the local control cabinet to
facilitate emergency manual operation of isolator.
4.) In addition to electrical interlock “Castel” key type shall be provided.
Earthing :
Flexible copper connections shall be provided between rotating earth blades and the frame
which shall have a cross section of at least 50 mm and shall be tinned or suitably treated
against corrosion.
222
Signature of Contractor Signature of Purchaser
The frame of each disconnector and earthing switch shall be provided with two reliable
earthing terminals for connectors to the Purchaser’s earthing conductor/flat so also clamping
screw suitable for carrying specified short time current.Flexible ground connections shall be
provided for connecting operating handle to the earthing flat. The diameter of clamping
screw shall be at least 12 mm.The connecting point shall be marked with earth symbol.
Instrument transformers:
The insulation of the instrument transformer shall be so designed that the internal insulation
shall have higher electrical withstand capability than the external insulation. The dielectric
withstand values specified in this specifications are meant for fully assembled instrument
transformer.
The porcelain housing shall be of a single piece construction without any joint or coupling
.The housing shall be made of homogenous vitreous porcelain of high mechanical and
dielectric strength. The vertical clearance of porcelain housing shall be at least 450nm.
Insulating oil required for first filling of the instrument transformers shall be covered in
supplier’s scope of supply. The oil shall meet the requirements of latest IS-335.
The instrument transformers shall be vacuum filled with oil after processing and thereafter
hermetically sealed to eliminate breathing and to prevent air and moisture from entering the
tanks.
The instrument transformers shall be complete with all fittings, drain and sampling valves,
earthing terminals, terminal box etc and shall withstand satisfactorily dielectric test voltage,
corresponding to basic insulation level.
Instrument transformers provided with nitrogen cushion for compensation of oil volume
variation shall be provided with prismatic type of oil sight window at suitable location so that
the oil level is clearly visible with naked eye to an observer standing at ground level. If metal
bellow is used for the above purpose a ground glass window shall be provide to monitor the
position of metal bellow.
For compensation of variation in volume of the oil due to temperature variation nitrogen
cushion or stainless steel bellows shall be used. Rubber diaphragms shall be permitted for
this purpose.
Metal tanks of instrument transformers shall be provided with two separate earthing
terminals for bolted connection by 50 X 8 mm flats for connection to station earth.
Instrument transformers shall be provided with suitable lifting arrangement to lift the entire
unit. Lifiting arrangement (lifting eye) shall be positioned in such a way so as to avoid any
223
Signature of Contractor Signature of Purchaser
damage to the porcelain housing or the tanks during the process of lifting for installation /
transport. The general arrangement drawing shall show clearly the lifting arrangement such
as lifting type, guide etc.
Suppliers shall check adequacy of CT & PT parameters for the type of protections and
metering offered and confirm the same by furnishing detailed calculations for CTs and PTs,
knee point voltage, CT secondary resistance, VA, burden etc.
Current Transformers:
Current transformers shall be as per technical specifications given below:-
1 Type of C.T./Installation : Single phase /Dead
Tank/outdoor/oil filled &
Hermetically sealed
2 Type of mounting Pedestal type
3 Suitable for system frequency 50Hz
4 Method of earthing the system to be
connected to
Effectively earth.
5 Rated continuous current(A) 120% of the rated primary
Current
6 Acceptable limit of temperature rise
above the specified ambient temperature
for continuous operation at rated current
As per IS 2705
7 Current ratio 200/ √1/√1/√1 for protection
and metering purpose.
8 Rated insulation class(KV r. m. s) 36 kV (r. m. s.)
9 Basic insulation level(KVP) 170 kV (r. m. s.)
10 One min. dry power frequency withstand
voltage primary(KV r. m. s)
70 kV (r. m. s.)
11 Power frequency over voltage withstand As per clause 7.4 and 7.5 of
224
Signature of Contractor Signature of Purchaser
requirement for secondary winding (KV r.
m. s)
IS-2705(Part-1) 1981.
12 Minimum creepage distance of porcelain
Housing (mm)
900
13 Rated short time current (kA r. m. s)
17.5
14 Core Details
Core No I II III IV
Purpose Protection Protection Metering Spare
Burden(VA) 30 30 30 30
Class of 5P10 5P10 0.5 5 P 10
accuracy
Note:
The above characteristics of CT are tentative and these will be provided as per the final
requirement of control and protective equipment included in the scope of this tender.
The C.T. secondary terminals shall be brought out in a weather proof terminal box .The
terminal box shall be provided with a removable gland plate and
Glands. Polarity shall be invariably marked on each primary & secondary terminal. Facility
shall be provided for short circuiting and grounding of the C.T. secondary terminals inside
the terminal box.
The cable glands shall be suitable for 1100 Volts grade, PVC insulated, PVC sheathed
multicore 4 Sq. mm Stranded Copper conductor PVC cable. The terminal box shall be dust
and vermin proof. The C. T. characteristics shall be such as to provide satisfactory
performance for burdens ranging from 25% to 100% of rated burden over a range of 10% to
100% of rated current in case of metering CTs & up to the accuracy limit factor / knee point
voltage in case of relaying CTs.
Potential Transformers ;
The potential transformer shall be as per technical specification given below.
1. Type : Single phase / outdoor type / oil filled
and hermetically sealed.
225
Signature of Contractor Signature of Purchaser
2. Type of mounting : Pedestal type.
3. Rated voltage factor : 1.5 for 30 seconds
4. Core details and purpose : core – I for metering
core – II for protection
5. Class of accuracy : 0.5, PS
6. Voltage ratio : 33KV/110V/110V
√3/ √3/ √3 7. Rated voltage (KV r.m.s.) : 36
8. Basic insulation level (KVP) : 170
9. One minute dry power
frequency withstand voltage
(KV rms)
a) primary terminal : 70
b) secondary terminal : 2
10. Min. creepage distance (mm) : 900
11. Burden (VA)
Core – I 100
Core – II 100
The P.T. Secondary terminals shall be brought out in a weather proof terminal box . The
H.R.C. fuses meant four protection of secondary windings shall also be located in the
terminal box . The terminal box shall be provided with removable gland plate & gland
suitable for 1100 volts grade PVC insulated, PVC sheathed multicore 2.5 sq.mm stranded
copper cable.
The terminal box shall be dust & vermin proof. Polarity shall be invariably marked on each
potential transformer at the secondary terminals in the terminal box.
The N-end of primary shall be connected to earth through a link which can be removed for
testing purposes.
Lightning arresters
The lightning arresters shall be as per specification given below:
1. Type Heavy duty metal oxide gapless units suitable
for outdoor installation , it consists of non liner
226
Signature of Contractor Signature of Purchaser
blocks of matel oxide assembled in series in
follows porcelain or polymer insulator station
class
2. Installation Outdoor
3. Nominal system voltage 33KV
4. System highest Voltage 36KV
5. Rated voltage of arrester 30KV
6. Rated frequency 50 Hz
7. No.of phase 3
8. System neutral earthing Effectively earthed system
9. Nominal disCharge current 10 kA
10. Maximum line to earth voltage Not exceeding 80% of highest
system voltage of 36 KV
11. Mounting Pedestal
12. Equipment to be protected Power transformers, 33KV
Switch gear equipment &
33KV transmission lines.
13. Maximum 1.250 impulse 110.5 kV
Spark over voltage (KV peak )
14. Wheather overhead shield wire Provided
on switchyard equipment
provided
227
Signature of Contractor Signature of Purchaser
Lighting arrester shall be equipped with surge counter, & insulating base.Arrester shall
ensure endurance for discharging multiple strokes, long duration discharges & switching
surges. The arrester units shall be perfectly sealed to prevent atmospheric influences.
Galvanised steel structures for Switchgear equipment
The galvanised steel structures shall be of lattice type of fabricated construction. They shall
be hot dip galvanized. The quality of hot dip galvanising shall be determined by tests given
in IS728-1959 “Method for determination of weight, thickness & uniformity of coating on
Galvanised articles other than wires & sheets.” All punching / drilling work shall be
completed & the burns shall be removed before putting the members for galvanising.
The structure for each equipment shall be complete with necessary bolts, nuts, washers
ect. for foundation & also for mounting of equipment.
All the structures shall be designed to withstand for the following conditions:
1) Wind pressure in any horizontal direction of 150 kg/Sq. mm on 1.5 times the
projected area of each member of one face of built up column & on net area of other
portions of the structure. On all the conductors & insulators carried by the structure,
the wind pressure shall be allowed at the rate stated above on 2/3 times the
projected area.
2) Gravity loading: This will consist of the dead weight of all conductors & apparatus &
apparatus ‘carried by’ the structures including structure’s own dead weight.
3) Tension loading:
Tension in the conductor and ground wire shall not exceed 900 kg.
4) Factors of safety :
All structures must be designed with a minimum factor of safety of 2.5 under the
maximum conditions of loading referred above, based on the yield points of the
materials.
The quantity of steel structure mentioned under class 6.2.2(6) is tentative .The
payment will be made @ unit rate on the basis of the actual quantity arrived after
detailed design.
Bus bar material for Switchgear equipment
228
Signature of Contractor Signature of Purchaser
a) Conductor
The conductor shall be stranded ACSR MINK & shall conform to relevant Indian or
British Standard Specification .
b) Clamps
The various clamps required shall conform to the following specification :
The clamps shall be of low grade aluminium alloy ,complete with nuts-bolts, washers
.The joints between the copper terminal & ACSR conductor shall be ensured through
bi-metallic plates. Sufficient contact pressure should be maintained to ensure low
contact resistance but not so great as to cause relaxation of the joints by cold flow.
The design of the joint between the clamp & the conductor or equipment terminal
should be such that the pressure is maintained within the said range under all
conditions of services.
To avoid excessive local pressure ,the contact pressure should be evenly distributed
by use of pressure plates or washers of adequate area & thickness .
All the edges & corners shall be rounded off to avoid corona effect due to
sharpness.
Bimetallic joints should be protected from the effects of electrolytic action.
The resistance of the clamps shall be very low.
c) Bushings
The high voltage bushings used in circuit breaker , instrument transformers & other
equipments covered in these specifications shall conform to the latest edition of
British Standard Specification NO.BS 223 or equivalent Indian Standard
Specification 2099.
The ratings of high voltage bushings shall be properly co-ordinated with the rating of
equipment for which they are to be used
The bushings shall be of porcelain oil filled condenser type & shall have ample
insulation ,mechanical strength & rigidity for satisfactory operation under climatic
conditions specified in clause No. 6.3 oil filled bushings shall be free from oil leakage
& shall be provided with suitable sight gauge to show the oil level in the bushing
.Approved means shall be provided to ensure that the correct oil level is maintained
.It shall be provided with convenient means for sampling & draining the oil .The
bushing shall be designed to prevent accumulation of explosive gases & to provide
adequate oil circulation to remove internal heat .The bushing shall be so designed
229
Signature of Contractor Signature of Purchaser
that there will be no undue stress on any part due to temperature variations.
Adequate means shall be provided to accommodate expansion of the oil.
The bushing shall be entirely free from radio disturbances when operating at voltage
up to 10% above the rated voltage & shall be free from Corona effects. All bushings
shall be equipped with suitable terminals or approved type & size.
The porcelain used in construction of busing shall be homogeneous, free from
laminations, hair cracks cavitation & other flaws or imperfections that might be
thoroughly vitrified, tough & impervious to moisture, the glazing of the porcelain shall
be free from imperfections such as blisters & burns.
d) Insulators :
All post suspension & tension insulators as required for 33KV switchgear & other
connections shall conform to Indian Standard Specifications.No.731:1971 with latest
amendment, thereof .The tension & suspension fittings(Hardware) shall be as per IS
2486 (Part I & II ) 1971 with insulation level as 170 KV peak & one minutes power
frequency withstand voltage 70 KV r.m.s.
All the insulators shall be complete with necessary hardware fittings. The suspension
& tension insulators shall be so arranged that the maximum loading on them does
not exceed 200Kg & 900Kg.respectively.Every suspension & tension insulator string
for 33KV system shall be provided with arcing horns both on the conductor & disc &
at the structure & disc. The design & location of the arcing horns shall be such that it
will reduce the liability of damages to the conductor, clamps & insulator under all
flash over conditions & it shall not present a foot –hold or porch for large birds. The
design of arcing horns together with complete description & data shall be submitted
to the purchaser for approval before use.
The porcelain shall not engage directly with hard metal & where necessary an
approved yielding material shall be interposed between the porcelain & fittings. All
Fixing material used shall be of approved quality & applied in an approved manner &
shall not enter into chemical action the metal parts or cause fracture by expansion in
service. Where cement is used as fixing medium, cement thickness shall be taken to
correctly centre & locate the individual parts during cementing.
230
Signature of Contractor Signature of Purchaser
The arrangements of connections & methods of joining them to the apparatus shall
be such that the expansion or contraction of the connections shall not subject the
associated apparatus to any stress.
Joints between bus & tee off connections shall securely clamp the conductor & at the
same time provide ample contact surface for carrying the full rated current of the
equipment. The design of the joints & connectors shall facilitate the breaking of these
joints when required. Special care shall be taken to avoid the possibility of any
electrolytic action between conductors, clamps & materials of the apparatus. The
connector should be bimetallic wherever necessary.
As the ACSR conductor is to be used for switchyard connections, suspension
insulators, strings, clamps, jumper connections etc. shall be suitable for connections
between ACSR conductors. Two sets of earthing rods for 33KV shall be provided for
temporary earthing of the bus conductor or circuit connections during outage &
repairs.
Any other minor items, forming the part & parcel of bus bar material shall be deemed
to be included in the scope, though not specifically stated here.
Earthing Materials : For Switchgear equipment
The Contractor’s scope of earthing work shall be as under :
i) To inter-connect the earthing terminals of equipment ( which are in his scope) with
the station earthmat by proving a suitable M.S. flat for the said interconnection.
ii) To provide the earth wire (lightening shield wire) on the top of towers and earth mask
to protect the outdoor equipment from the strokes of lightning. The size of this wire
shall be 7/8 SWG and shall be hot dip galvanised, brand new, best quality.
iii) To provide the various clamps as required for fixing the earthwire on top of towers. It
shall be noted that the earthing is to be provided for each of the following apparatus :
a) All structures and steel works, the base of all equipment and control gear etc.
b) All metal casings or metallic coverings of the electrical apparatus.
231
Signature of Contractor Signature of Purchaser
The earthing shall conform to IS 3043. Bidder shall note that in carrying out the
earthing work, no welding of any M.S flat shall be made on the galvanised steel
structures.
The quantity covered under the scope of earthing material shall be to suit the
equipment layout generally as shown in the drawings.
Junction Boxes/Marshalling boxes for Switchgear equipment
Each equipment shall be provided with a junction box as near as possible to the equipment.
In addition one marshalling box for each bay shall be provided. Boxes shall be fabricated
from sheet metal steel and shall be outdoor type, weather and vermin proof with hinged door
and lock. They shall be duly painted from inside and outside as per standard industrial type
painting.
Each box shall have detachable gland plates for incoming and outgoing cables. Each box
shall contain adequate terminal strips for cable connections. The terminals shall be of
ELMAX-10 type or equivalent.
Control and Relay panels :- construction details
Panels shall be free standings floor mounting type and shall be simplex design with doors at
the rear. For the control transformers, Bus sections, incoming and outgoing feeders,
different types of control and relay panels shall be offered. All the panels shall be of same
height of 2250 mm.
Panels shall be made of rigid welded structural frames, enclosed completely with smooth
finished hot rolled sheet steel of thickness not less than 2 mm. For front, rear, sides, top and
bottom portions. There shall be sufficient reinforcement to provide level surfaces, resistance
to vibration and rigidity during transport and installation. Panels shall be completely metal
enclosed and shall provide a degree of protection not less that IP 30 in accordance with IS
2147.
Each simplex panel shall be provided with hinged full doors at the back. The doors shall be
provided with 3 point locks operated by suitable handle. Bottom plates of the panels shall be
provided with removable gland plates to allow cable entries from the bottom. Gland plates
shall be suitable for fixing the cable glands at an elevated height of at least 200 mm above
the base frame.
232
Signature of Contractor Signature of Purchaser
Design, material selection and workmanship shall be such as to result a neat appearance
both inside and outside, with no welds, rivets or bolt heads apparent from outside. Steel
sheets shall be suitably treated to achieve neat appearance and long life Final painting of
panels shall be done with synthetic enamel paint of light gray colour to shade No. 631 as per
IS – 5 for exterior and white for interior
Wiring, Fuses and Terminal Blocks
All wiring shall be carried out with 1100 volts grade, single core, multistrand, flexible copper
wires with PVC insulation. Conductor size shall be 4 sq. mm (min) for C.T. circuits and 2.5
sq. mm for other circuits wiring thoughs may be used for routing the cables. Wire
numberings and colour code for wiring shall be as per IS- 375.
Terminal connectors for control wiring shall be stud type, made of brass. Terminal blocks
shall be of clip on design made out of non trackable insulating material of 1100 V grade. At
least 20% spare terminals shall be provided on each terminal block.
All fuses, if used, shall be HRC cartridge type, mounted on plug-on type fuse bases. Fuse
bases shall have imprints of the fuse rating and voltage. No fuse shall be provided on DC
negative and AC neutral. Links shall be provided for DC negative and AC neutral. Bidders
may alternatively offer MCBS/MCCBS in place of fuses.
All front mounted as well as internally mounted items including fuses shall be provided with
individual identification labels. Labels shall be mounted directly below the respective
equipment and shall clearly indicate the equipment designation.
Lamps/Heater and Earthig :
Each panel shall be provided with one cubicle illumination lamp controlled by door operated
switch. Space heater along with control switch shall also be provided in each panel. Both the
lamp and the heater shall be suitable for 240 volts, single phase, A.C. operation. One five
Amp. Three pin socket along with control switch shall be provided in each panel.
Each panel shall be provided with earth bus of size 25 X 3 mm (min). The earth bus shall be
of copper. All metallic cases of relays, meters, instruments, etc. shall be connected to this
bus independently
Bill of material for each Panel.
233
Signature of Contractor Signature of Purchaser
Bill of material for Incoming feeder, Transformer feeder and Outgoing feeder control and
relay panels shall be as follows :
Sr.
No
Description 33 KV Incoming,
Outgoing feeder
Control Panel
(Quantity per
panel)
Transformer relay
and control panel
(Quantity per
panel)
1 2 3 4
1. Circuit label 1 No. 1 No.
2. Ammeter 96 mm2 2400 scale 1 No. 1 No.
3. Voltmeter 96 mm2 2400 scale 1 No. 1 No.
4. Ammeter selector switch 1 No. 1 No.
5. Voltmeter selector switch 1 No. 1 No.
6. Discrepancy control for C.B. 1 No. 1 No.
7. Local/Remote selector switch 1 No. 1 No.
8. Amber indicating lamp for Trip.
Circuit healthy
1 No. 1 No.
9. Push button for Trip circuit healthy
test
1 No. 1 No.
10. White indicating lamp for spring
charged.
1 No. 1 No.
11. Mimic diagram section 1 set 1 set
12. Triple pole non directional combined
O/C & E/F relay (IDMTL 3 second
relays)
- 1 set
13. Local breaker back up relay 1 No. -
14. Alarm scheme consisting of alarm
Relay, auto trip indicating lamp &
Accept/ Reset push button
1 Set. 1 Set.
15. Alarm bell 1 No. 1 No.
16. P.T. Fuse fail indicating lamp 1 set -
17. Space heater along with control
switch
1 set 1 set
234
Signature of Contractor Signature of Purchaser
18. Cubicle illumination lamp
Along with door operated control
switch
1 set 1 set
19. T.N.C. Switch for C.B 1 No. 1 No.
20. Power plug along with control switch 1 set 1 set
21. Wiring along with H.R.C fuses
MCB/MCCB terminal blocks &
Terminal connectors
1 set 1 set
22. Flasher relay for discrepancy switch 1 set 1 set
23. 33 KV breaker trip circuit
supervision relay
1 No. 1 No.
24. Breaker lockout relay for SF-6 gas
density
1 No. 1 No.
25. Six way alarm / facia blocks 3 Nos. 2 Nos.
26. High speed trip relay 1 No. 1 No.
27. Relay for D.C. fail supervision with
push button, bell, lamps etc.
1 set. 1 set.
28. Frequency meter 1 No. -
29. Indicating MW meter 1 No. -
30. KWH meter and RKVAh meter with
reverse running stop.
1 No. -
31. Percentage biased differential relay
(without harmonic restraint)
- 1 No.
Note : i) All the relays should be Numerical type.
ii) All necessary Auxiliary relays, matching C.Ts/P.Ts, indicating
lamps, flicker relays etc. shall be deemed to be included in the scope of
supplier so as to complete the scheme in all respect.
iii) It is not obligatory on the part of the bidder to provide three/ four separate
panels for accommodating all controls / Protections / annunciations as given
in the bill of material . Bidder can offer one panel with three/ four
compartments / sections in order to accommodate all the items covered in the
bill of material.
235
Signature of Contractor Signature of Purchaser
Scheme Features
Trip circuit supervision scheme shall be provided in circuit breaker. The scheme shall be
such that it will be possible to test the healthiness of the trip circuit irrespective of whether
the breaker is in the closed or open condition.
Discrepancy switches shall be with built in lamps. The scheme shall be such that when the
circuit breaker is “ON” and the switch is in close position and also when the circuit breaker
and the switch are both in “OPEN” position, the lamps shall be OFF whenever there is
discrepancy between breaker position and the switch position, the lamp shall flash till the
time the switch is reset. Flasher relay used be of reputed make, Discrepancy switch shall be
robust enough & shall be of reputed make, accepted by the Purchaser. In case the switch
does not have adequate contacts, suitable auxiliary relays shall be included in the scope.
When one of the P.T fails, the same shall be indicated automatically by the “P.T. fail”
indicating lamps.
Mimic Diagram
Mimic diagram depicting the bus and the relative position of circuit breakers and isolators
shall be provided on each control panel. Mimic diagram shall be neatly painted with traffic
yellow colour to shade No. 388 as per IS-5. The mimic shall have 105 mm. Width.
Discrepancy control switch for the circuit breaker shall be mounted within the mimic,
indicating the circuit breaker position.
6.6 kV XLPE and L.T. Cables :
The cables shall conform to the technical particulars and specifications given below :
A) 6.6 kV XLPE Cables :
i. Voltage grader - 33/6.6 kV(E)
ii. Impulse level - 75 kVP
iii. Nominal area of conductor - 300 sq.mm, 240 sq. mm
iv. No. of Core - Single Core
v. Conductor material - Compacted, stranded,
electrical grade, high conductivity
Aluminium. wires.
vi. Type of Insulation - Cross linked polyethylene
236
Signature of Contractor Signature of Purchaser
(XLPE) insulated.
vii. Screening - Conductor screening and the
insulation screening as per IS-
7098.
viii. Armoured or Unarmoured - Unarmoured
ix. Cables to be used in
Earthed or unearthed system- Earthed System
x. Conductor Joints - It should be noted that no
joints are allowed for entire drum length
of a cable.
xi. Drum Length and Tolerance in Length of each drum :
The quantity of cables specified is approximate. The exact quantity, however which
is to be decided based on final layout of equipment and cable routing shall be
supplied. Payment shall be made on the basis of rate accepted in the contract and
actual quantity of cable work executed. The aforesaid cable shall be wound on
suitable number of drums without any intermediate joints. The drums on which the
cable is supplied shall be non returnable and shall be the property of the Purchaser.
xii. Cable Routing :
The cables are to be laid in air on cable trays/support. For short length cables are to
run through trench i.e. in switchyard area. However over major part of route length,
the cables are to run on cable racks open to atmosphere.
B) L.T. Power and control cables
i) The cables shall be of 1.1 KV grade PVC insulated. The conductor
for power cable shall be of Aluminum and Copper for control cables. The cable shall
conform to relevant IS . For control cables conductor size shall be of 4 sq. mm for
C.T. circuits and 2.5 sq. m for other control circuits. For L.T. power cables conductor
size shall be decided as per the current rating requirement. All control cables shall be
unarmoured and L.T power cables shall be armoured.
4 Core of 3 ½ core Red, Yellow, Blue & Black
( reduced neutral core shall be black)
5 Core Red, Yellow, Blue, Black and
237
Signature of Contractor Signature of Purchaser
Gray.
For cables having more than 5 core, two adjacent core (counting core and direction
core) in each layer shall be blue and yellow respectively and remaining cores gray.
ii) Conductor Joints :
It shall be ensured that no conductor joints are allowed for entire length of each cable
drum.
iii) Cable Quantity:
The complete quantity of L.T. power and control cables required for the
following shall be included in the scope of supplier :
i) For interconnection between various equipment, Junction boxes, Marshalling
Boxes in 33 KV Switchyard.
ii) For interconnection between Switchyard equipment and transformer relay
and incoming feeder control panels located in Pump House Control Room.
iii) For interconnection between Marshalling Boxes of Power transformers and
transformer relay panels for following protection and annunciations.
a) Oil level low (alarm)
b) Winding temperature- high (alarm), too high (trip)
c) Oil temperature – high (alarm), too high (trip)
d) Bouchholz –(Alarm), (trip)
e) Protection described against bill of material.
iv) For interconnection between DCDB and ACDB ( both inside and pump
house) and Switchyard equipment for AC and DC power supply required for
operation of auxiliary electrical equipment of switchyard.
v) The scope shall cover engineering work of preparation of cable schedule and
cable termination schedule which are to be approved by the Engineer. The
cable schedule shall contain the following.
i) Size of cable
ii) Identification number
iii) Reference drawing number
iv) Equipment reference (i.e from equipment to equipment)
v) Purpose of interconnection e.g. power supply, alarm,
annunciation, metering, trip, close, interlocking etc.
vi) Approximate length of cable.
238
Signature of Contractor Signature of Purchaser
vii) In case pf spare cable, the term spare shall be used.
The cable termination schedule shall contain the following details :
i) Cable number.
ii) Equipment reference drawing.
iii) Equipment terminal markings for individual cores.
iv) Apparatus reference number of equipment.
v) Equipment reference.
v) Cables shall be laid on the cable trays provided on cable racks.
While laying cables shall be so handled that there is no damage to any cable.
For this purpose , suitable rollers shall be used.
The clamps to be provided for L.T. power and control cables shall be
fabricated from Aluminum flat of 16 gauge thickness and 30 mm width with
holes drilled for fixing to the cable trays by means of bugadi nuts and bolts.
vi) The work of termination is confined to the terminal equipment where the
cables are to be connected and shall comprise of making gland holes, fixing
the glands of appropriate size and specified types.
When the gland plates are provided in the panel, the Contractor shall have to
drill suitable holes in the gland plate for fixing of glands.
The cable glands shall be made up of brass with nickel coating and complete
with checknuts etc. The termination work shall consist of slicing the outer
sheath insulation for separation of core, combing of cores, belting the cores
by plastic belting straper / Nylon cords, fixing the core identification ferrule as
per the cable termination schedule, crimping the terminal lugs and fixing to
the terminals,. The lugs shall crimping type copper lugs for control cables and
Aluminium lugs for L.T. Power Cable.
vii) After laying and termination of the cables, the Contractor shall have to check
the continuity of all the cores, correctness of all be connections as per wiring
diagram, polarity of power cables and proper earth connections of cable
glands, cable boxes, armour and metallic sheath and also shall have to carry
out insulation resistance test by using 500 V megger, D.C. test voltage after
installation (before commissioning ) shall be carried out as per IS 1255-83.
239
Signature of Contractor Signature of Purchaser
vii) All the tools and tackles such as stand/jacks, rollers etc. for laying of cables
and clamps, aluminum cable clamps for fixing cables shall be included in the
scope of the supplier. The materials such as cable glands, tags, ferrules,
cable terminal lugs etc. for termination work and tools/tackles and testing
instruments shall also be included in the scope of the supplier.
Packing and Marking
The XLPE and L.T. PVC Cables shall be supplied in specified length with tolerance
of 5% over total required quantity.
The packing may be in accordance with the manufacturers standard practice but
acceptable to the insurance Authorities. The inner or take off ends of each cable
shall be sealed and enclosed under a metallic cap for its protection against
damages.
The care shall be taken that the drum is sufficiently strong for the protection of cable
during transit. The drum shall be securely battened.
The items of cable which are in less quantity should be supplied in one lengths on
the drum. The marking shall be done on the drum, containing the following
information:-
i) Trade name; if any.
ii) Name of the manufacture
iii) Name of project
iv) Nominal sectional area of the conductor
v) No. of core
vi) Type of the cable and voltage grade
vii) Length of the cable in meters
viii) Address of consignee
ix) Gross weight
x) Direction of rotation of drum for unwinding the cable.
xi) Year of manufacture.
G.I. PERFORATED CABLE TRAYS AND ACCESSORIES
240
Signature of Contractor Signature of Purchaser
G.I. perforated cable trays and accessories should be manufactured from 14 SWG of
steel sheets/rolled sheets duly punched for perforation.
The galvanising of cable trays should be by hot dip method and shall be of best
quality. There should not be any burrs or uneven surfaces on the galvanised cable
trays on account of the provision of the slot, perforation or on account of cutting of
trays during manufacturing as this may damage the cables during installation.
Each cable tray should be of 2.5 m length and should have side edge of 20 mm on
both of its side. The trays shall be fixed /erected on M.S. Angles ,by means of G.I.
Nut /Bolts (Bugadi bolts and nuts) of 8 mm size.
The perforation of tray should be of size 10 mm x 20 mm elliptical for proper
ventilation of cables laid on the trays and also for fixing the trays with cable racks by
means of nut /bolts.
The cable trays should have good perforation against atmospheric conditions like
rain , sun and humidity. The bidder while making offer, shall carefully consider the
service conditions, given in detailed technical specification for continuous trouble free
and long life durability of G.I. cable trays , especially about the galvanising process.
Galvanising
The Galvanising to the cable trays and accessories shall be applied by hot dipped
process. The quality of hot dipped galvanising shall be in conformity with relevant IS
/Code of practice.
The weight of zinc coating shall be equivalent/not less than 610 gms. of zinc per sq.
mtr. of surface. The zinc coating shall be smooth, clean and uniform thickness and
free from defects. The preparation of galvanising itself shall not adversely affect the
mechanical properties of the coated material.
All drillings , punching, cutting, bending of parts shall be completed and all burrs shall
be removed before the galvanising process is applied.
Cable Racking :
The cables shall be laid in trenches over the galvanised trays supported by M.S.
Angles of sufficient size inside the switchyard. From switchyard to pump house
cables shall be laid on cable trays placed on cable rack supported by M.S. channels
241
Signature of Contractor Signature of Purchaser
of size 100 mm. about 1.5 m above the ground level channels (supports) shall be
spaced at about 1 m. interval 3.3 KV Power cable, L.T. power cables and control
cables shall be laid on separate cable trays in tiers. The details of laying/clamping
arrangement shall be subject to approval of the Purchaser. The cable trenches and
cable spreader area is to be covered by M.S. chequerred plate 7.00 mm thick. The
chequerred plates will rest on M.S, angle 50 X 50 X 6 mm fixed on both top ends of
cable trench.
The M.S supporting arrangement shall be finally painted with aluminum paint after
applying one coat of red oxide.
All the material for laying, clamping and earthing etc. shall be included in the scope
of supplier.
Cable laying and Termination work
The scope of work shall cover the following :
1) Engineering work for preparation of cable schedule and cable termination schedule
of the equipment included in this bid document.
2) Laying of various L.T power and control cables and 6.6 kV XLPE cables.
3) The termination work shall comprise of making the gland holes, fixing the glands of
appropriate size and specified types, separating the cable cores by slicing the outer
sheath insulation, combing of cores, belting the cores by plastic belting straper/
Nylon cords, fixing the core identification ferrules, crimping the terminal lugs and
fixing to the terminals as per the cable termination schedule approved by the
purchaser.
Tools and Tackles :
All the tools and tackles such as stand/ jacks, rollers etc. for laying of cables and clamps,
aluminum cable clamps for fixing cable shall be included in the scope of the supplier. The
material such as cable glands, cable termination kit for 6.6 kV XLPE cables, tags, ferrules,
cable terminal lugs etc. for termination work and tools/tackles and testing instruments shall
also be included in the scope of the supplier.
Cable Schedule :
The cable schedule shall contain the following details :
i) Size of cable
242
Signature of Contractor Signature of Purchaser
ii) Identification number
iii) Reference drawing numbers
iv) Equipment reference i.e.( from equipment to equipment)
v) Purpose of interconnection e.g. power supply, alarm, annunciation, metering, trip,
close, interlocking etc.
vi) Approximately lengths of cable.
vii) In case of spare cable, the term spare shall be used.
Cable termination Schedule :
Cable termination schedule shall contain the following details :
i) Cable number
ii) Equipment reference drawing
iii) Equipment terminal marking for individual cores
iv) Apparatus reference number of equipment
v) Equipment reference
The work of cable laying :
Cables are to be laid on the cable trays in cable trenches and cable racks. While
laying, cables shall be so handled that there is no damage to any cable. For this
purpose, suitable rollers shall be used.
The clamps to be provided for L.T. power and cables shall be fabricated from the
aluminum flat of 16 gauges thickness and 30 mm width with holes drilled for fixing to
the cable trays by means of bugadi nuts and bolts. The 6.6 kV XLPE cables shall be
laid on two open racks in air. Each rack shall contain four single core cables. The
cables shall be fixed by the help of aluminum clamps. Clamps shall be included in
the scope of the tender.
Work of cable termination :
i)L.T power and control cables :
The work of termination is confined to the terminal equipment where the cables are
to be connected. When the gland plates are provided in the panel, the Contractor
shall have to drill the suitable holes in the gland plates for fixing the glands. The
cable glands shall be made up of brass with nickel coating and complete with check
nuts etc.
After slicing the cable sheath for separation of core, all the cores shall be dressed,
combed and belted properly.
243
Signature of Contractor Signature of Purchaser
Each cable core shall be fixed with the core identification ferrules as per cable
termination schedule. After fixing the ferrules, the cable core ends shall be prepared
for fixing the lugs. The lugs shall be crimping type copper lugs for control cables.
ii) 6.6 kV XLPE Cables :
The work of termination for 1 C X 300 sq. mm. 6.6 kV Aluminum conductor, XLPE
cables ( one cable per phase) shall be used for interconnection between 6.6 kV H.T.
panels (located in pump house) and L.V. side of 6.3 MVA power transformer (
located in outdoor switchyard). Termination to be done shall be of heat shrinkable
type or any other approved type. The end termination kit shall be included in the
scope of supplier.
Testing of the cables :
i) After laying the cables, the Contractor shall have to carry out the
following tests :
a) Continuity test
b) Insulation resistance test.
Cable voltage grade Megger rating
1.1 kV 500 V
6.6 kV 1000 V
ii) After termination of cables:
The Contractor shall have to check the continuity of all the cores ,
correctness of all the connections as per wiring diagrams,
correctness of polarity of power cables and proper earth connections of cable glands
,cable boxes armour and metallic sheath. Apart from tests specified as above the
Contractor shall have to carryout H.V test of 3.3 KV XLPE cables.
iii) Testing of cable installation :
D.C. test volage after installation ( before commissioning) shall be carriedout as per
IS 1255-83.
Power Transformers :
Type and Rating :
The details regarding type and rating together with other data of each transformer
shall be as specified at Sr. No/ 1 to 30 below :
1. Rated capacity (MVA) 6.3 MVA
2. Type 3 phase Outdoor core type
3. Rated voltage kV 33/6.6
244
Signature of Contractor Signature of Purchaser
4. Frequency 50 Hz (+ 3% to -5 %)
5. Type of transformer Oil immersed type with
mineral oil
6. Installation Outdoor
7. Type of cooling ONAN
8. Rated voltage
H.V winding kV 33
L.V. winding kV 6.6
9. Type of Tap Changer On load tap changer on H.V
side in steps of 1.25% in 16 equal steps
from +5% to – 15 %
10. Highest voltage of equipment
H.V. side kV (r.m.s.) 36
L.V side kV (r.m.s.) 6.6
11. Vector group Y No Yno
12. Method of earthing ( H.V side) Neutral Effectively earthed.
13. Method of earthing ( L.V side) Neutral Effectively earthed.
14. Type of H.V. terminal 36 KV class porcelain bushings with
plain sheds
as per IS:3347
15. Type of L.V. terminal Cable end box suitable for
connection to XLPE cables and with air
insulated disconnecting/ isolating
chamber.
16. Insulation levels of Bushing
and winding
H.V. kV (peak) 170
L.V. kV (peak) 60
17. Rated short duration power
frequency withstand voltage
(r.m.s..)
H.V. kV (peak) 70
L.V. kV (peak) 20
18. Creepage distance of Bushing 25 mm per KV for highest
245
Signature of Contractor Signature of Purchaser
voltage System.
19. Type of mounting On wheel, mounted on Rails.
20. Percentage impedance (%) 7.15/6.00
21. Over voltage operating capacity 125% of rated voltage for 60 sec.
Duration. And 140% of rated voltage for 5 sec.
22. i) Design flux density at
Rated load, frequency
& voltage (Tesla) 1.7
ii) Max. flux density (Tesla) 1.9
23. Type of winding insulation
H.V. Fully insulated.
L.V. Fully insulated.
24. System short circuit level and
duration for which transformer
shall be capable to withstand the
thermal and dynamic stresses 17.5 KA for 2 Sec.
(KV(RMS/Sec.)
25. Current density for H.V. & L.V Not exceeding 1.6 Amp/mm2
26. Noise level and rated voltage and As per latest NEMA standard.
Frequency
27. Temperature rise
Max ambient temperature 500 C
Permissible temperature rise 500 C
of oil
Permissible temperature rise 550 C
of winding
28. Minimum clearance in air
A) H.V. Side
a) Phase to Phase (mm) 351
b) Phase to Earth(mm) 222
B) L.V. Side
a) Phase to Phase (mm) 90
b) Phase to Earth(mm) 70
246
Signature of Contractor Signature of Purchaser
General design of Apparatus :
The transformer and accessories shall be designed to facilitate operation, inspection,
maintenance and repairs and also to ensure satisfactory operation under such
sudden variation of load and voltage as may be met with under working conditions
on the system including those due to short circuit and earthquake forces. The
transformer shall be designed for terminal short circuit. The design shall incorporate
every reasonable precaution and provision for the safety of all those concerned in
the operation and maintenance of the equipment keeping in view the requirement of
Indian Electricity Rules.
The material used shall be of the best quality and of the class most suitable for
working under condition specified and shall withstand variations of temperatures and
atmospheric conditions arising under working conditions with our undue distortion or
deterioration or the setting up of undue stresses in any part, and also without
affecting strength and suitability of the various parts for the work which they have to
perform.
Corresponding parts liable to replacement shall be interchangeable.
Cast iron shall not be used for chambers of oil filled apparatus or for any part of the
equipment which is in tension or subject impact stresses.
All outdoor apparatus, including bushing insulators with their mounting, shall be
designed so as to avoid pocket in which water can collect.
Mean shall be provided for the easy fabrication of all bearings and where necessary
of any mechanism or moving part that is not oil immersed.
All mechanism shall, where necessary, be constructed of stainless steel, brass or
gun-metal to prevent sticking due to rust or corrosion.
All connections and contacts, shall be of ample section and surface for carrying
continuously the specified current without undue heating and fixed connections shall
be secured by bolts or set of screws of ample size adequately locked. Lock nuts shall
be used on stud connections carrying current. All taper pieces used in any
mechanisms shall be of the split type complying with IS 2393 for these items.
GALVANISING
Galvanising where specified shall be applied by the hot drip process or by eletro –
galvanising process and for all part other than steel wires shall consist of a thickness
of zinc coating equivalent to not less than 610 gm of zinc per square meter of
surface. The zinc coating shall be smooth, clean and of uniform thickness and free
247
Signature of Contractor Signature of Purchaser
from defects. The preparation of galvanising and the galvanising itself shall not
adversely affect the mechanical properties of the coated material. The quality will be
established by tests as per IS 2633. Alternative to galvanising, aluminizing shall also
be considered.
All drilling, punching, cutting, bending and welding of parts shall be completed and all
burns shall be removed before the galvanising process is applied.
Galvanising of wires shall be applied by the hot-dipped process and shall meet the
requirements of the relevant Indian Standard. The zinc coating shall be smooth,
clean , and of uniform thickness and free from defects. The preparation for
galvanising itself shall not adversely affect the mechanical properties of the wire.
Surface which are in contact with oil shall not be galvanized or cadmium plated.
LABELS :
Labels shall be provided for all apparatus such as relays, switches, fuses, contained
in any cubicle or marshalling kiosk.
Descriptive labels for mounting indoors or inside cubicles and kiosks shall be of
material that will ensure permanence of the lettering. A matt/or satin finish shall be
provided to avoid dazzle from reflected light. Labels mounted on dark Surface shall
have white lettering on a black background. Danger notices shall have red lettering
on white background. All plates shall be incorridiable material, Labels shall be
attached to panels with brass screws or with steel screw which have received rust
preventive treatment or these can be stuck with araldite also.
BOLTS AND NUTS
Steel bolts, nuts exposed to a atmosphere with suitable finishes like cadmium plating
or zinc plating passivity shall be used for diameters above 6 mm. All nuts, bolts and
pins shall be locked in position with the exception or those external to the
transformer.
On outdoor equipment all bolts, nuts and washers in contact with non-ferrous parts
which carry current shall be of brass where the transfer of current is through the
bolts. If bolts and nuts are at such phases so that they are inaccessible by means of
ordinary spanners, suitable special spanners shall be provided by the supplier.
CLEANING AND PAINTING :
Before painting of filling with oil or compound, all un galvanized parts shall be
completely clean and free from rust, scale and grease and all external surface
cavities on castings shall be filled by metal deposition.
248
Signature of Contractor Signature of Purchaser
The interior of transformer tank and other oil filled chambers and internal structural
steel work shall be cleaned of all scale and rust by shot blasting or other approved
method. These surfaces shall be painted with hot oil resisting varnish or paint.
Except for nuts, bolts and washers which may have to be removed for maintenance
purposes, all external surfaces shall receive a minimum of three coats of paints.
The primary coat shall be applied immediately after cleaning. The second coat shall
be of an oil and weather resisting nature and preferably of a shade of color easily
distinguishable from the primary and final coats and shall be applied after the primary
coat has been touched up whereever necessary. The final coat shall be of a glossy
oil and weather resisting non-fading paint of shade No.631of IS:5, primer paint shall
be ready made zinc chrome as per IS:104 intermediate and final coats of paint shall
be as per IS:2932.
Nuts, bolts and washers which may have to be removed for maintenance purposes
shall receive a minimum of one coat of paint after erection.
All interior surfaces of mechanism chambers and kiosk except those which have
received anticorrosion treatment shall receive three coats of paint applied to the
thoroughly cleaned metal surface. The final coat shall be light coloured anti-
condensation mixture.
Any damage to paint work incurred during transport and erection shall be made good
by the Contractor by thoroughly cleaning damaged portion and applying the number
of coats of paint that had been applied before the damage was caused. One coat of
additional paint shall be applied by the supplier at site, after erection, testing and
commissioning
OIL:
The transformer and all associated oil filled equipment shall normally be supplied
along with the first filling of oil, besides, 10% excess quantity of oil shall also be
supplied in non-returnable drums.
The filling of the transformer with oil shall be done under Vaccum. The oil shall be as
specified in IS:335, and shall be free of moisture., dirt. Dust,etc. It shall have uniform
quality throughout.
249
Signature of Contractor Signature of Purchaser
PREVENTION OF ACIDITY:
The design and all materials and processes used in the construction of the
transformer, shall be such as to reduce to a minimum the risk of the development of
acidity in the oil. Special measures, such as nitrogen sealing or the use of inhibited
oil shall not be resorted to.
ELECTRICAL CHARACTERISTICS AND PERFORMANCE:
TYPE OF TRANSFORMER AND OPERATING CONDITIONS:
The Transformer shall be oil immersed and shall be of core type, suitable for
outdoor installation. The cooling shall be of ONAN type.
Transformer shall be capable of operating under natural cooled conditioned “up to
the specified load”.
The transformer shall be capable of being operated without danger on any tapping at
the rated MVA with voltage variation of ± 10% corresponding to the Voltage of the
tapping.
The maximum flux density in any part of the core and yoke at the rated MVA, Voltage
and frequency shall be such that under 10 percent continuous over voltage condition,
it does not exceed 1.9 Tesla. The manufacturer shall state the over fluxing capability
and corresponding withstand duration for the transformer for factors 1.25 and 1.4.
RADIO INFLUENCE AND NOISE LEVEL:
(I) The transformer shall be designed with particular attention to the suppression of
maximum harmonic voltage, especially the third and fifth so as to minimize
interference with communication circuit.
(II) The noise level of transformer when energised at normal voltage and frequency shall
not exceed, when measured under standard conditions, the values specified in CBIP
recommendations.
The transformer shall be capable of being loaded in accordance with IS 6600 up to
loads of 150%. There shall be no limitation imposed by bushings, tap changers etc.
or any other associated equipments.
The transformer and all its accessories shall be designed to withstand without injury
the thermal and mechanical effects of any external short circuit to earth and of short
250
Signature of Contractor Signature of Purchaser
circuits at the terminals of any winding for a period of 2 seconds. The short circuit
level of the HV system to which the subject transformer will be connected shall be
17.5 KA for 2 seconds.
Transformer shall be capable of withstanding thermal and mechanical stresses
caused by symmetrical or asymmetrical faults on any winding.
Transformer shall withstand, without injurious heating, voltage and frequency
fluctuations which produce the following overfluxing condition.
110% continuous
125% for 1 minute
140% for 5 seconds.
CONTINUOUS MAXIMUM RATINGS AND OVERLOADS
Transformer shall comply as regards rating temperature rise and overloads, with the
appropriate requirements of IS 2026 when operating with natural cooling.
The transformer except where stayed shall be capable of continuous operation in
accordance with IS 6600 (1988)- Guide for loading of oil immersed transformers.
Transformer with tapping ranges extending more than 5 percent below the nominal
voltage shall meet the temperature rise limits specified in IS 2026 on all tapping, on
which the rated current is not more that 95 percent of maximum rated current on the
lowest voltage tapping . On other tapping , it shall operate continuously without the
injurious heating. The loading of the transformer is to be in accordance with IS 6600
“Guide for loading of oil immersed transformers.”
During normal day to day operation each transformer of the two transformers
provided for each pump house shall cater to approximately 50% load of the rated
capacity of transformer. However, in case of failure of any of the two transformers
the other transformer shall cater to full load in addition to short duration overload due
to high starting current of pump motors. The transformer shall be suitable for
continuous operation within a frequency variation of +3% to -5% from normal 50 Hz.
ELECTRICAL CONNECTION :
Transformer shall be connected in accordance with the IS Vector symbol Ynyno.
CORES :
251
Signature of Contractor Signature of Purchaser
The cores shall be constructed from high grade cold rolled non-aging grain oriented
silicon steel laminations.
MAGNETIC CIRCUIT :
The design of the Magnetic circuit shall be such as to avoid static discharges,
development of short circuit paths within itself or to the earthed clamping structure
and the production of flux components to right angle to the plane of the laminations
which may cause local heating.
Every care shall be exercised in the selection, treatment and handling of core steel to
ensure that as far as practicable, the laminations are flat and the finally assembled
core is free from distortion.
The oxide/silicate coating given on the core steel laminations can be insulated by the
manufacturers if considered necessary.
Oil ducts shall be provided where necessary to ensure adequate cooling. The
winding structure and major insulation shall not obstruct the free flow of oil through
such ducts. Where the magnetic circuit is divided into pockets by cooling ducts
parallel to the planes of the laminations or by insulating material above 0.25 mm.
Thick tinned copper strip bridging pieces shall be inserted to maintain electrical
continuity between pockets. The frame work and clamping arrangements shall be
earthed in accordance with clause 6.10. The insulation structure for the core to bolts
and core to clamp plates shall be such as to withstand a voltage of 2000 V AC for
one minute.
MECHANICAL CONSTRUCTION OF CORES :
All parts shall be of robust design capable of withstanding any shocks to which they
may be subjected during lifting, transport, installation and service.
All steel sections used for supporting the core shall be thoroughly sand blasted or
shot blasted after cutting, drilling and welding. Any non magnetic or high resistance
alloy be of established quality.
Adequate lifting lugs shall be provided to enable core and winding to be lifted.
252
Signature of Contractor Signature of Purchaser
Adequate provision shall be made to prevent movement of the core and winding
relative to the during transport and installation or while in service.
The supporting frame work of the cores shall be so designed as to avoid the
presence of pockets which would prevent complete emptying of the tank through the
drain value, or cause trapping of air during filling.
WINDINGS :
a) Windings shall be made using Class A paper insulated conductors.
b) The conductors shall be of electrolytic grade copper free from scales and burrs.
c) The insulation of transformer windings and connections shall be free from
insulating compounds which are liable to soften, ooze out, shrink or collapse and
be non-catalytic and chemically inactive in transformer oil during service.
d) Coil assembly and insulating spaces shall be so arranged as to ensure free
circulation of oil and to reduce the hot spot of the winding.
e) The coils would be made up, shaped and braced to provide for expansion &
contraction due to temperature variations.
f) The conductor shall be transposed at sufficient intervals in order to minimize
eddy currents and to equalise the distribution of currents and temperature along
the winding .
g) Tapping shall be so arranged as to preserve the magnetic balance of the
transformer at all voltage ratio.
INTERNAL EARTHING ARRANGEMENTS:
GENERAL
All metal parts of the transformer with the exception of the individual core
laminations, core bolts and associated individual clamping plates shall be maintained
at some fixed potential.
EARTHING OF CORE CLAMPING STRUCTURE:
253
Signature of Contractor Signature of Purchaser
The top main core clamping structure shall be connected to the tank body by a
copper strip. The bottom clamping structure shall be earthed by one or more of the
following methods.
a) By connection through vertical tie-rods to the top structure.
b) By direct metal to metal contact with the tank base, maintained by the weight of
the core and windings.
c) By a connection to the top structure on the same side of the core as the main
earth connection to the tank.
d)
EARTHING OF MAGNETIC CIRCUIT:
The magnetic circuit shall be earthed to the clamping structures at one point only
through a link placed in an accessible position beneath an inspection opening in the
tank cover. The connection to the link shall be on the same side of the core as the
main earth connection.
Magnetic circuits having an insulated sectional construction shall be provided with a
separate link for each individual section. Where oil ducts or insulating barriers
parallel to the plane of the laminations divide the magnetic circuit into two or more
electrically separate parts, the ducts or barriers shall be bridged in accordance with
clause 6.8.1 and the magnetic circuit shall not be regarded as being sectional
construction.
EARTHING OF COIL CLAMPING RINGS
Where coil clamping rings are of metal at earth potential, each ring shall be
connected to the adjacent core clamping structure on the same side of transformer
as the main earth connection.
SIZE OF EARTHING CONNECTION:
254
Signature of Contractor Signature of Purchaser
All earthing connections with the exception of these from the individual coil clamping
rings shall have a cross sectional area of not less than 0.8 sq.cm. connections
inserted between laminations of different sections of core shall be a cross-sectional
area of not less than 0.2 sq.cm.
TANK:
Transformer tank shall be of conventional type.
The transformer tank and cover shall be fabricated from good commercial grade low
carbon steel suitable for welding and of adequate thickness. The tank of the
transformer shall be complete with all accessories and shall be designed so as to
allow the complete transformer in the tank and filled with oil, to be lifted by crane or
jacks, transported by road, rail or water without over-straining any joints and without
causing subsequent leakage of oil.
The main tank body excluding tap changing compartment, and radiators shall be
capable of with standing vacuum gauge pressure of 68.0 KN/M2 (500 Sq.mm of Hg.)
The base of each tank shall be so designed that it shall be possible to move the
complete transformer unit by skidding in any direction without injury when using
plates or rails.
The tank shall be provided with fixed under base. If the base is of channel
construction. It shall be designed to prevent the retention of water. Tank stiffeners
shall also be designed to prevent retention of water.
Whenever possible the transformer tank and its accessories shall be designed
without pockets wherein gas may collect. Where pockets can not be avoided, pipes
shall be provided to vent the gas into the main expansion pipe. The vent pipes shall
have minimum inside diameter of 15 mm Except for short branch pipes which may
be 6 mm. minimum inside diameter.
All joints other than those which may have to be broken shall be welded, when
required they shall be double welded. All bolted joints to the tank shall be fitted with
suitable oil-tight gaskets which shall give a satisfactory service under the operating
conditions and guaranteed temperature, rise conditions. Special attention shall be
given to the methods of making hot oil tight joints between the tank and cover as also
255
Signature of Contractor Signature of Purchaser
between the cover and the bushing and all other outlets to ensure that the joints can
be remade satisfactorily at site and with ease with the help of semiskilled labour.
One no. detachable aluminum ladder shall be provided to ascend the top of
transformer tank. Ladder shall be fitted with clamps to the tank.
LIFTING AND HAULAGE FACILITLES:
The tank shall be provided with:
a) Lifting lugs suitable for lifting the transformer complete with oil.
b) A minimum of four jacking lugs in accessible positions to enable the
transformer complete with oil, to be raised or lowered using hydraulic or
mechanical jacks. The minimum height of the lugs above the base shall be
500mm.
c) Suitable haulage holes shall be provided.
TANK COVERS:
The tank cover shall be of adequate strength, and shall not distort when lifted,
inspection opening shall be provided as necessary to give easy access to bushings
or changing ratio or testing the earth connection. Each inspection opening shall be of
ample size for the purpose for which it is provided and at least two openings one at
each end of tank shall be provided.
The tank cover shall be stopped to prevent retention of rainwater and shall not distort
when lifted.
The tank cover and inspection covers shall be provided with suitable lifting
arrangements.
Unless otherwise approved inspection covers shall not weigh more than 25kg each.
The tank cover shall be fitted with pockets for a thermometer and for the bulbs for oil
and winding temperature indicators. Protection shall be provided where necessary,
for each capillary tube.
The thermometer pocket shall be fitted with a captive screwed top to prevent the
ingress of water.
256
Signature of Contractor Signature of Purchaser
The pockets shall be located in the position of maximum oil temperature at
continuous maximum rating and it shall be possible to remove the instrument bulbs
without lowering the oil in the tank .
Compressible gasket, if used shall have metallic steps to prevent over compression.
Guide within the tank or other satisfactory means shall be provided for directing the
core and coils they are being lowered into or removed from the tank
Ample space shall be provided above the tank bottom for collection of sediments.
AXLES AND WHEELS:
The transformer shall be provided with wheels and axles of such dimension and so
supported that under any service condition they shall not deflect sufficiently to
interference with the movement of the transformer. Suitable locking arrangement
shall be provided to prevent the accidental movement of the transformer.
All wheels shall be detachable and shall be of cast iron or steel as required. They
shall be bidirectional type and suitable for 1676 mm gauge.
The whets shall be so arranged that they can be turned through 900 when the tank is
jacked up clear of the rails or floor. Locking arrangement for short circuit and seismic
condition shall be provided so as to avoid vibration of tank
CONSERVATOR VESSEL, OIL GAUGE AND BREATHER:
A conservator complete with sump and drain valve shall be provided in such a
position as not to obstruct the electrical connections to the transformer having a
capacity between highest and lowest visible levels to meet the requirement of
expansion of the total cold oil volume in the transformer and cooling equipment from
the minimum ambient temperature to 900 C. The minimum indicated oil level shall be
with the feed pipe from the main tank covered with not less than 15mm depth of oil
and the indicating range of oil level shall be from minimum to maximum.
If the sump is formed by extending the feed pipe inside the conservator vessel, this
extension shall be for at least 25mm. The conservator shall be designed so that it
can be completely drained by means of the drain valve provided when mounted as in
service.
257
Signature of Contractor Signature of Purchaser
One end of the conservator shall be bolted into position so that it can be removed for
cleaning purpose.
One oil gauge magnetic type shall be provided
The oil level when temperature reaches 300 C shall be marked on the gauge. Taps
or valves shall not be fitted to oil gauge.
The oil connection from the transform tank to the conservator vessel shall be
arranged at a rising angle of 3 to 9 degrees to the horizontal upto the Buchholz relay
and shall consist or 80 mm inside diameter pipes as per IS:3639.
A valve shall be provided at the conservator to cut off the oil supply to the
transformer after providing a straight run of pipe for at least a length of five times the
internal diameter of the pipe on the tank side of the gas and oil actuated relay and at
least three times the internal diameter of the pipe on the conservator side of the gas
and oil actuated relay.
Conservator vessel shall be fitted with a breather in which Silica gel is the
dehydrating agent and designed so that
a) The passage of air is through the Silica gel.
b) The external atmosphere is not continuously in contact with Silica gel.
c) The moisture absorption indicated by a change in colour of the tinted crystals
can be easily observed from distance.
d) The breather shall be mounted at approximately 1400mm above ground
level.
The relevant provisions as applicable depending on type of cooling shall prevail.
FILTER AND DRAIN VALVES SAMPLENG DEVICES AND AIR RELEASE PLUG:
The transformer shall be lifted with the following :
a) The filter and drain valves as specified.
b) A drain valve to be fitted to each conservator for diameter upto 650mm.
Size of the valve 15mm.
For diameter above 650mm. Size of the valve 25mm.
c) A robust oil sampling device shall be provided at the top and bottom of the main
tank. The sampling device shall not be fitted on the filter valves specified under (a)
above.
d) One 15mm. Air release plug.
258
Signature of Contractor Signature of Purchaser
All other valves opening to atmosphere shall be fitted with black flanges.
RADIATOR CONNECTIONS :
Valves and valve mountings shall be provided as specified under technical specification,
depending on type of cooling applicable.
They shall be of full way type with internal screw and shall be opened by turning counter
clockwise when facing the hand wheel.
Means shall be provided for padlocking the bottom valve in the open and closed positions.
This is required for the valves where opening device like hand wheel, keys etc. are the
integral part.
All valves except radiator valves shall be of gun metal. The radiator valves shall be of cast
iron body with gunmetal fittings.
Every valve shall be provided with an indicator to show clearly the position of the valve.
All valves, shall be provided with flanges having machined faces.
The drilling of valve flanges shall comply with the requirements of IS 3639.
PRESSURE RELITF DEVICE :
The pressure relief device shall be provided of sufficient size for rapid release of any
pressure that may be generated within the tank and which might result in damage to the
equipment. The device shall operate at a static pressure of less than the hydraulic test
pressure for transformer tank. Means shall be provided to prevent the ingress of rain.
The relief device shall be mounted on the main tank and if on the cover, shall be fitted with
skirt projecting 25 mm. inside the tank and of such a design to prevent gas accumulation.
If a diaphragm is used, it shall be of suitable design and material and situated above
maximum oil level.
If a diaphragm is put at base of pipe, an oil gauge is required on the stand pipe for indicating
fracture of diaphragm.
ACCOMMODATION FOR AUX, APPARATUS :
Ring type turret mounted/tank mounted neutral current transformer shall be provided.
259
Signature of Contractor Signature of Purchaser
EARTHING TERMINAL :
Two ground pads with bolting arrangements for M.S. earthing strip shall be welded to the
transformer tank or base, ground pads shall be near the base of transformer at about 1.5 m
above the ground level and welded to one corner of the opposite tank sides. The pads shall
be complete with threaded holes with nut, bolts etc. The earthing terminals shall be capable
of carrying for 4 seconds the short circuit current of the transformer.
RATING, DIAGRAM AND PROPERTY PLATES :
The following plates shall be fixed to the transformer tank at an average height of about
1750 mm above ground level.
a) A rating plate bearing the data specified in the appropriate clauses of IS:2026.
b) A diagram plate showing the internal connections and also the voltage vector
relationship of the windings in accordance with IS:2026 and in addition a plan
view of the transformer, giving the correct physical relationship of the terminals
no. Load voltage shall be indicated for each tap.
All valves shall be provided with table showing the function of the valve.
c) A plate showing the location and function of all valves and air release cocks or
plugs. The plate shall also warn operators to refer to the maintenance
instructions before applying the vacuum treatment for drying. The above plates
shall be materials capable of withstanding continuous outdoor service.
JOINTS AND GASKETS :
All gaskets used for making oil tight joints shall be of proved material such as
granulated cock bounded with synthetic rubber or synthetic rubber gaskets.
COOLING :
260
Signature of Contractor Signature of Purchaser
The transformer shall be provided with ONAN type of cooling to give the rated
output at rated voltage and frequency without exceeding the limits of temperature
rise as specified in IS 2026/1972 or latest amendment thereon.
Radiators shall be mounted directly to the Tank.
Radiators connected directly to the tank shall be detachable and shall be provided
with machined or ground flanged inlet and outlet branches, 19 mm drain plug shall
be provided at the bottom and 19mm air release plug shall be provided at the top of
each radiator for draining and filling.
Valves shall be provided on the tank at each point of connection to the tank.
The oil circuit of all coolers shall be provided with the following:
a) A valve at each point of connection to the transformer tank.
b) Removable blanking plates to permit the blanking off the main oil connection of
each radiator.
c) A drain valve 25 mm at lowest point of each tank of radiator.
d) A thermometer pocket fitted with a captive screwed cap on the inlet and outlet oil
branches of each separately mounted cooler tank.
e) A filter valve at the top and bottom of each cooler tank of cooler.
f) Air release plugs 15mm.
The radiators shall be so designed that they are accessible for cleaning and painting and
to prevent accumulating of water on the outer surface and to ensure against formation of
gas pockets when the tank has been filled.
Bidder shall clearly mention in his bid the details regarding radiators, their location, type,
quality, No. of valves, cooling surface, permissible pressure and the various accessories
provided for radiators.
TAP CHANGING GEAR:
ON Load top changing gear
The transformer shall be equipped with ON circuit tap changer connected to the taps on
high voltage winding for varying its effective ratio of transformation whilst the transformer is
de-energised and without producing phase displacement.
The tapping range shall be -5% to +15%in the steps of 1.25% on either side.
261
Signature of Contractor Signature of Purchaser
The facilities for locking the mechanism in any of position shall be provided along with tap
position indicator. The mechanism shall be such that it will be impossible to leave a winding
open on short circuit when the operating handle is in a locked position. Warning plate
indicating that switch shall be operated only when the transformer is de-energised, shall be
fitted. Rated output on all taps without exceeding the temperature rise shall be available
from the transformer.
TERMINAL & BUSHING
H.V.BUSHINGS.
The high voltage bushing shall be of 36 KV class outdoor oil immersed type and the neutral
bushings shall be of porcelain stem type. The high voltage bushing shall be mounted on the
detachable adopter and the neutral bushing shall be mounted directly on cover.
The electrical characteristics of bushings shall conform to the IS:3347 and IS:2099. They
shall have high factor of safety against leakage to ground and shall be so located as to
provide adequate electrical clearance between the bushings and grounded parts. Bushings
of identical voltage ratings shall be interchangeable. They shall be equipped with terminals
of approved type and size. All external current carrying contact terminals shall be silver
plated adequately. The insulation class of the high voltage neutral of H.V , spacing between
the bushings shall be adequate to prevent flashover between the phases under all
conditions of operations.
Special adjustable rod gaps shall be provided for the 33KV terminal bushing to enable the
co-ordination of insulation level with surge diverter. The gap settings shall be fixed with
reference to the impulse strength of 33 KV.
All porcelain used in bushing shall be wet process homogenous free from lamination,
cavities and other flaws or imperfection that might effect mechanical or dielectric strength
and shall be oil vitrified through and impervious to moisture.
The blazing of porcelain shall be uniform in colour and shall be free from imperfections,
burns, blisters etc.
Clamps and fittings made of steel or malleable iron shall be galvanized. All bolt threads shall
be greased before erection.
The bushing flanges shall not be of a re-entrant shape which may trap air.
The minimum clearance in air between live conductive parts and live conductive part to
earthed structures shall be furnished.
All bushings shall have puncture strength greater than the dry flash over voltage.
262
Signature of Contractor Signature of Purchaser
The bidder shall give guarantee withstand voltage for bushing and shall furnish the
calibration curves with different settings of co-ordination gaps to decide the actual gap
setting. The bidder’s recommendations, in this regard are invited.
ARRANGEMENT OF L.V. TERMINLS & TERMINAL BOX:
The supplier shall provide on 3.3 KV i.e. low voltage side bushings, terminals which shall be
suitable for connecting to suitable numbers of XLPE cables per phase. The details of cables
will be furnished to successful bidder.
The L.V. side of the transformer shall be with cable box and with air insulated
disconnecting/isolating chamber.
TEMPERATURE INDICATING DEVICE & ALARM:
The following temperature indicators shall be provided for the transformer:
i) Dial type thermometer for oil temperature with pointer to register the
highest temperature reached and adjustable alarm and trip contracts.
ii) Dial type thermometer for winding temperature indicator with a pointer to register the
highest temperature reached and the adjustable alarm and trip contacts for winding.
The temperature indicators shall be housed in the marshalling box.
One No. of winding temperature indicator shall be provided.
Winding temperature indicator shall be suitable for operation with rating of 5 Amps. 110 Volt
+ 10% to -15 % D.C. for following purpose :
i) To provide “winding temperature high” alarm.
ii) To provide “winding temp. too high” alarm and trip.
The tripping contacts of winding temperature indication shall be adjustable to close between
600 C and 1200 C and alarm contacts to close between 500 C and 1000 C and both shall be
re-open when the temperature has fallen by about 100 C.
It shall be possible to calibrate the scale and adjust to give commands to all contacts,
equipment/contacts shall be accessible on removal of cover.
The temperature indicator shall be so designed that it shall be possible to check the
operation of the contacts and associated equipment.
Connection shall be brought from the device to terminal placed inside the marshalling box.
263
Signature of Contractor Signature of Purchaser
BUCHHOLZ RELAY :
The transformer shall be fitted with Buchholz relay mounted on the conservator of feed pipe,
with two auxiliary contact. The relay shall confirm to IS:3637 or latest amendment thereon.
The upper element shall be made use of for operating the alarm and the lower element for
operating the tripping.
The relay shall be provided with test cock to take a flexible pipe connection for checking the
operation of relay.
To allow gas to be collected at ground level, a pipe approximately 5 mm inside diameter
shall be connected to the gas release cock of the Buchholz relay and brought down to a
point approximately 1.25 m above ground level where it shall be terminated by a cock.
A machined surface shall be provided on the top of each relay to facilitate the setting of the
relays and to check the mounting angle in the pipe and the corss level of the relay.
The design of the relay mounting arrangements, and the associated pipe work shall be such
that mal operation of the relay shall not take place under normal service conditions.
The pipe work shall be so arranged that all gas rising from the transformer shall pass into
Buchholz relay. The oil circuit through the relay shall not form a delivery path in parallel with
any circulating oil pipe, nor shall it be tied into or connected through the pressure relief vent.
Sharp bends in the pipe work shall be avoided.
Adequate clearance between oil pipe work and live metal shall be provided.
The supplier shall note that Buchholz relay with Mercury contacts will not be acceptable.
MARSHALLING BOX:
A sheet steel vermin proof, well ventilated arch weather proof marshalling box of suitable
construction shall be provided for the transformer ancillary apparatus. The box shall have
domed or sloping roofs and the interior and exterior painting shall be as specified under
clause “Painting” .
The door of the kiosk shall be fitted with clear glass window to facilitate the observations of
the dial thermometer readings.
As the marshalling kiosk is to be fitted on the transformer meant for outdoor installation, the
gaskets provided for its door shall be of such type that it seals the kiosk to make it perfectly
water -proof.
The marshalling kiosk shall house the following equipment:
264
Signature of Contractor Signature of Purchaser
1. Heater with thermostat control.
2. 60W,230 V bulb with 5A switch.
3. 5A,3 pin socket with switch.
4. Fuse and links.
5. Winding temperature indicator with electrical contacts for alarm and trip positions.
6. Oil temperature indicator with electrical contacts for alarm and trip position.
7. Terminal block with 20% spare terminal in the kiosk ( wiring diagram shall be
preferably attached/pointed on non corrosive metal sheet attached to inside
cover).
8. Gland plates for incoming and outgoing cables.
All electrical connections shall be of standard copper PVC insulated as per IS:694 crimped
tinned copper lugs shall be used for connection. The temperature indicators shall be so
mounted that dials are not more than 1600mm from ground level. All incoming cables shall
enter the kiosk from the
bottom and the gland plate shall not be less than450mm from the base of box.
The gland plate associated compartment shall be sealed in suitable manner to prevent the
ingress of moisture from the cable trench.
Undrilled gland plate shall be provided for accommodating gland for incoming and outgoing
cables.
PROTECTIONS
It is proposed to provide the following protections for the transformer:
1. Differential protection.
2. Over current and earth fault protection.
3. Double float buchholz relay (to be provided by supplier ) operating at two levels,
one for alarm and other for tripping
4. The purchaser will provide station type lightning arrestor for protection of
transformer.
The protection relays will trip the corresponding 33KV circuit breakers. The bidder may
recommend any additional protection which he considers necessary.
Supplier will have to co-ordinate as regards capacity and distance of LA’s on both side of
transformer. Details of LA will be furnished to the successful bidder.
265
Signature of Contractor Signature of Purchaser
CONTROL CONNECTIONS AND INSTRUMENT WIRING TERMINAL BOARD AND
FUSES :
All wiring connections, terminal boards, fuses and links shall be suitable for tropical
atmosphere. Any wiring liable to be in contact with oil shall have oil resisting insulation and
the bared ends of stranded wire shall be sweated together to prevent creepage of oil along
the wire.
Panel connections shall be neatly and squarely fixed to the panel. All instruments and panel
wiring shall be run in PVC or non-rusting metal cleats of the limited compression types. All
wiring to a panel shall be taken from suitable terminal boards.
Where conduits are used, the runs shall be laid with suitable falls and the lowest parts of the
run shall be external to boxes. All conduit runs shall be adequately drained and ventilated.
Conduits shall be not be run at or below ground level.
When 415 volt connections are taken through junction boxes or marshalling boxes, they
shall be adequately screened and “415 VOLTS DANGER” notices must be fixed to the
outside of the junction boxes or marshalling boxes.
All box wiring shall be in accordance with relevant ISS. All wiring shall be of PVC cable of
stranded copper of 660 volt grade and size not less than 4 sq. mm for C.T. leads and not
less than 2.5 sq. mm for other connections.
All wires on panels and all multi core cable shall have ferrules which bear the same number
of both end.
All those points of inter connection between the wiring carried out by separate Contractors,
where a change of number cannot be avoided, double ferrules shall be provided on each
wire. The change of numbering shall be shown on the appropriate diagram of the
equipment.
The same ferrule number shall not be used on wires in different circuits on the same panels.
Ferrules shall be of white insulating material and shall be provided with glossy finish to
prevent the adhesion of dirt. They shall be clearly and durably marked in black and shall not
be attached by damp or oil.
Stranded wires shall be terminated with tinned Ross Courney terminals, claw washers on
crimped tubular lugs. Separate washers shall be used for each wire. The size of the washer
shall be suited to the size of the wire terminated. Wiring shall in general be accommodated
on the sides of the box and the wires for each circuit shall be separately grouped .
266
Signature of Contractor Signature of Purchaser
Back of panel wiring shall be arranged so that access to the connecting stems of relays and
other apparatus is not impeded.
Wires shall not be joined or tied between terminal points.
Wherever practicable, all circuit in which the voltage exceeds 125 Volts, shall be kept
physically separated from the remaining wiring. The function of each circuit shall be marked
on the associated terminal boards.
Where apparatus is mounted on panel all metal cases shall be separately earthed by means
of copper wire or strip having a cross section of not less than 2 sq. mm where strip is used,
the joints shall be sweated.
All wiring diagram for control and relay panel preferably be drawn as viewed from the back
and shall show the terminal board arranged as in service. All diagrams shall show which
view is employed.
Multi core cable tails shall be so bound that each wire may be traced without difficulty to its
cable.
The screens or screen pairs of multi core cables shall be earthed at one end of the cable
only. The position of earthing connections shall be shown clearly on the diagram.
All the terminals board shall be mounted obliquely towards the rear doors to give easy
access to terminations and enable ferrule number to be read without difficulty.
Terminal board rows should be spaced adequately not less than 100 mm apart to permit
convenient access to wires and terminations.
Terminal boards shall be so placed with respect to the cable gland (at minimum distance of
200 mm.) as to permit satisfactory arrangement of multi core cable tails.
Terminal boards shall have pairs of terminals for incoming and outgoing wires, insulating
barriers shall be provided between adjacent connections. The height of the barriers and the
spacing between terminals shall be such as to give adequate protection while allowing easy
access to terminals. The terminals shall be adequately protected with insulating dust proof
covers.
No live metal shall be exposed at the back of the terminal boards.
All fuses shall be of the cartridge type. Fuses and links shall be labelled.
FITTINGS AND ACCESSORIES:
The transformer shall be provided with the following accessories and fittings:
1. Inspection cover
2. Rating and diagram plate
267
Signature of Contractor Signature of Purchaser
3. Two earthing terminals
4. Lifting lugs
5. Drain valve with plug or blanking flange
6. Dehydrating silica gel breather with oil seal
7. Oil level indicator with min. marking (magnetic type with low oil alarm contact)
8. Thermometer pocket on tank cover
9. Oil filling hole and cap
10. Conservator with associated accessories as detailed in specifications
11. Air release device
12. Jacking lugs
13. Filter valves (Two Nos .with caps and adapter, one at the bottom and other at the top
of the transformer)
14. Single flanged bi-directional rollers broad gauge (1676 mm.)
15. Dial type thermometer for oil temperature indicators with max. pointer and adjustable
alarm and trip contacts.
16. Dial type thermometer for winding temperature indicator with max. pointer and
adjustable alarm and trip contacts.
17. Explosion vent
18. Double float Buchholz Relay with alarm and trip contact with double element
arrangement and one shut off value on conservator side.
19. Marshalling kiosk complete with accessories, spare contacts, wiring heaters, lighting,
earthing arrangement and wiring diagram etc. as detailed in this specification.
20. Pulling eyes on both sides.
21. Bottom oil sampling valve
22. Detachable radiator
23. Neutral C .T’s
24. 3 Nos. H.V. Bushing with Bimetallic flexible connectors.
25. Pressure relief valve with set of initiating contacts
26. Off load Top Changer
27. 3 Nos. L.V. Bushing suitable for XLPE cable connection
28. 1 No. H.V. Neutral Bushing on Tank cover
29. 1 No. detachable aluminium ladder with clamps on tank wall
30. 1 No. L.V. Neutral bushing
31. Hydraulic jacks (4 Nos.) of suitable capacity for handling of transformer
268
Signature of Contractor Signature of Purchaser
NOTE: The size of drain valves, filter valves, relief valves, plugs etc. shall be as per the
recommendations of CBIP manual on transformer.
EARTHING SYSTEM IN SWITCHYARD
The scope shall cover complete requirement of earthing system for the 33 KV switchyard
including supply, installation, testing, commissioning of the same.
The earthing system shall meet the requirement of IS 3043 and shall also include local
regulations in force. The earthmat work shall be done as per drawing. Attached and
instructions of site incharge.
CONSTRUCTION FEATURES
A) EARTHING LAYOUT :
The switchyard shall be provided with a complete earthing system, comprising earth
electrodes.
The fault level at 33 KV switchgear is approximately 1000 MVA. The bidder shall design the
earthing grid to achieve safe touch and step potentials as per the standards. The effecting
earthing resistance shall not exceed 1 ohm. The soil treatment, if any, to bring down the soil
resistivity, if found higher, shall be done after the measurement of soil resistivity at site. M.S.
flats for earth grid and suitable size 80 X 10 mm of M.S. flats / Wire shall be used as per the
design requirement for earthing or equipment in switchyard.
Earthing conductor shall be buried at least 600 mm. below finished grade level unless stated
otherwise. Minimum spacing between ground electrodes shall be provided unless stipulated
otherwise.
Wherever earthing. Conductors cross cable trenches, underground service ducts, pipes,
tunnels etc. it shall be laid minimum 300 mm. below shall be rerouted in case it fouls with
equipment/ structures foundations.
Tap connections from the earthing grid to the equipment/ structures to be earthed shall be
through MS. Flat size 50 X 10 MM suitable size brought out the locations of the equipment’s
structure.
EQUIPMENT AND STRUCTURES EARTHING
Earthing pads shall be provided by the supplier of the apparatus/ equipment at accessible
position. The connection between earthing pads and the earthing grid shall be made by
short and direct earthing lead free from links and splices.
269
Signature of Contractor Signature of Purchaser
Steel/RCC columns, metallic stars etc. shall be connected to the nearby earthing grid
conductors by two earthing leads. Metallic pipes, conduits and cable tray sections for cable
installations shall be bounded to ensure electrical continuity and connected to earthing
conductors at regular interval. Apart from terminal connections, beginning points shall also
be connected to earthing system.
Metallic conduits shall not be used as earth continuity conductor.
Wherever earthing conductor crosses or runs along metallic structures such as water,
conduits, pipes etc. and steel reinforcement in concrete it shall be bonded to the same
Light poles, junction boxes on the poles, cable and boxes/gland lockout switches etc. shall
be connected to the earthing conductor running along with the supply cable which in turn
shall be connected connected to earthing grid conductor at minimum two points.
Melallic sheaths and armour of all multicore power cables shall be earthed at both
equipment and switchgear end,
Sub-station gates shall be connected to the gate rod by65 Sq.mm.600 mm long flexible
braid and the gate post and in turn, shall be connected to main earthing conductor by
separate earth conductor.
SPECIFIC REQUIREMINT FOR EARTHING SYSTEMS
Each earthing lead from the neutral of the power transformer shall be connected to two
electrodes treated earth pit which in turn shall be connected to station earthing grind. All
electrodes shall have cement concrete pit with a cast iron cover hinged to a cast iron frame
to have access to the joints.
Earthing terminal of each lightning arrestor, power transformer and lighting down conductors
shall be directly connected to station earthing grid through risers.
JOINTING
A) Earthing connections with equipment earthing pads shall be bolted type Contact
surface shall free from scale, paint, enamel, grease, rust or dirt. Two bolts shall be
provided for making each connection. Equipment bolt connections, after being
checked and tested shall be painted with anti corrosive paint / compound.
Steel to copper connections shall be brazed type and shall be treated to prevent
moisture ingression.
270
Signature of Contractor Signature of Purchaser
B) EARTHING SYSTEM
All the electrical equipment’s as well as non electrical parts of electrical equipment
above 250 volts protecting device such as chain link fencing, cable trays shall be
earthed at two independent points in earth grid.
All the material used for eathing shall be as per IS 3043.
All underground connections and joints in earthing system shall be welded, however
connections with equipment shall be by bolted joint. All joints shall be supplied with
petroleum jelly for bolted joints and in case of welded joints by bitumen compound.
When G.I. conductor is jointed with alluminium conductor, the contact surface of G.I.
shall be covered with bituminous compound.
Neutral connections shall not be used for earthing of equipment directly. Earthing
conductor shall protected against mechanical damage. Earthing running along the
cable tray be secured at intervals.
Minimum size of the earth conductor shall be in accordance with IS 3043.
All earth connections shall be as short as possible and direct without links
C) EARTH GRID
The main earthing grid shall be of rectangular formation and shall consists of earth
pit and electrodes, main earth conductors, test links to measure earth electrode
resistance at periodic intervals.
The design consideration for the earthing system shall take into account the
following:
Total 75 Nos. of earthpits are to be made as per drg. excavation for earthpits - 1 mtr.
X 1 mtr.X 3 mtr. (Depth). This is to be filled with alternate layers of charcoal, salt &
black cotton soil. 100mm dia. G.I. pipe, ’c’ class 3.00mtr long is to be connected with
main earthmat with necessary clamps, nut, bolts etc, Civil construction at the top side
of earthpit is to be done as per drg. & instructions. These earthpits are to be covered
by M.S chequred plate of 5.00mm thick.
Contractor has to drill holes in switchyard at location as per drawing for fixing M.S
rod of 32mm Ǿ& 3.00mtrs. Long. These electrodes are to be connected to earth rods
by M.S angle clit of size 50x50x6 mm. Total no. of electrodes to be erected are 75
Nos. for each switchyard at St-II. The welding of earth rods with main earthmat
should be done properly. Burs are to be removed. The work should be done at site
as per direction of site in charge.
271
Signature of Contractor Signature of Purchaser
Eath electrodes shall be give treatment to reduce the earth resistivity of grid. If
however watering arrangements may be provided for earth electrode where
resistivity is high.
Earth pit water supply pipe line work is to be carried out as per sechedule B & drg.
attached .
Transformer neutral when earthed shall be with two separate electrode.
Transformer body shall have to separate earth pits.
OUTDOOR EQUIPMENT EARTHING:
Each transformer neutral shall be provided with two separate earth leads to two separate
earth pits located near transformer.
Wherever earth conductor crosses the trenches, rail track etc, it shall run below the trench.
Equipment structures shall be earthed at two diametrically opposite points.
Each pole of H.V lightning arrestors shall be grounded with minimum one direct earth pit.
CT’s secondary winding shall be connected to earthing grid by minimum two earthing
conductors. CT and PT’s secondary neutral shall be earthed at the terminal block where
they control panel.
Every alternate post of switchyard fencing shall be earthed and gate shall be earthed by
filexible G.I wire.
Any two dimetrical opposite legs of switchyard tower lightening shield wire protection shall
be earthed at the base.
A well distributed earth mat shall be provided below ground on which operator would stand
and operate isolator or circuit breaker.
TESTING AND COMMISSIONING:
Entire earthing system shall be tested for continuity by ELV tester after installation.
The connection of entire grid including test pit shall be checked The entire grid earth
resistance shall be taken and recorded and if required improved to acceptable limit. All
adjustment work shall be carried out by Contractor during testing and commissioning
SWITCH YARD LIGHTING:
The lighting system for the outdoor switchyard shall be designed in such a way that uniform
illumination level is achieved to facilitate normal operation and maintenance activities and at
272
Signature of Contractor Signature of Purchaser
the same time to ensure safety of the working personnel. Any dark spots shall be avoided.
This requires careful placing of luminaries, selection of proper mounting heights and
provision of sockets in the marshalling kiosks and mechanism boxes of circuit
breakers/disconnect switches for providing of supplementary lighting wherever required. The
lighting shall be such as it would provide adequate level of flare free illumination without
creating undesirable shadows.
The switchyard lighting scheme to be provided shall be generally as shown in drawing & as
per schedule – B. It shall consist of mainly 4 Nos. of 1 x 250 W HPSV flood light fixtures on
8.5 Mts pole . The scope shall include supply of lamps, lighting and power panel, cabling
etc. as indicated in the drawing & schedule-B.
Scope of work as specified in indicative and subject to changes required as per detail design
to be furnished by the bidder.
It shall also be the responsibility of the bidder to work out a detail layout of the lighting
system including lighting fixtures in order to provide the specified level of illumination. The
bidder shall be responsible for measuring the levels of illumination after installation. The
number and type of fixtures shall be furnished along with the design and layout for approval
before commencement of installation.
SPARES/MAINTENANCE TOOLS, TACKLES :
The list of spares/ maintenance tools, tackles which has been specified under the scope of
work is on the presumption that these are the essential spare parts/ Maintenance tools,
tackles required for proper maintenance and operation of the switchyard equipment for a
period of at least 5 years following first commissioning of the entire system . The tenderer, if
he so considers necessary, supply additional such items and indicate its requirement
appropriate in Schedule-B.
TESTING OF INSTALLATION AND COMMISSIONING :
The complete erected plant shall be offered for inspection by purchaser’s Engineer. After
such inspection, each equipment and system shall be tested by the Contractor in
accordance with applicable standards in presence of purchasers Engineer. THE RESULTS
OF ALL TESTS SHALL BE RECORDED FOR FUTURE REFERENCE
1) Following physical tests shall be carried out on all the equipments
a) Check for physical damage.
b) Workmanship as per specification
273
Signature of Contractor Signature of Purchaser
c) Completeness of installation.
d) Check name plates as per specification.
e) Check adequacy of tightness of nut, bolts, clamps and other
connecting terminals.
f) Check leakage of oil or air, oil level.
g) Check earth connections.
h) Check cleanness and glaze of insulating and bushing surface.
i) Check clearances between live parts and earth.
2) Equipment Tests :
All tests as specified to be conducted at site.
3) Commissioning and Tests on completion :
1) After successful conduct of tests after erection and after
obtaining all necessary statutory clearances, the entire plant shall be
commissioned by the Contractor.
2) During commissioning the Contractor shall supply all material and labour to
supervise, operate, keep in operation, adjust, test, service, repair and do all
things necessary to keep the plant running. This shall be inclusive of the
provision of such labour on a 24 hours a day basis during the test period and
for such other period of continuous operation as purchaser may consider
necessary to establish the efficient operation of the plant.
3) Vibration and noise level and alignment shall be checked.
4) If any test results show noticeable variation from the enquiry specification
requirement for the plant or any particular item of the plant, the Contractor
shall immediately take steps to rectify the deficiency without any extra cost to
the purchaser.
5) As soon as work is completed the Contractor shall give notice of such
completion. Within three months of receipt of such notice. The Engineer shall
furnish the Contractor with a certificate of completion after satisfactory
performance of the equipment. Until such time, the Contractor shall run and
maintain the plant at a stretch from the date of commissioning. The plant shall
be taken over by the purchaser and taking over certificate will be issued by
the purchaser provided all the defects are rectified to the satisfaction of the
purchaser.
TESTS :
274
Signature of Contractor Signature of Purchaser
A) Tests at Manufacturer’s Works :
a) Type Tests :
All the equipment offered, shall be fully type tested as per relevant standard
in case the equipment of type and design offered has already been type
tested, the bidder shall furnish four sets of the type test reports along with the
offer.
The type tests for power transformer shall include :
i) Temperature rise test.
ii) Impulse voltage test.
iii) Pressure test of tank.
iv) Vacuum test of tank.
For any change in design/ type already type tested and design/ type offered against this
specification, purchase reserves the right to demand repetition of tests without any extra
cost in case the equipment have not been type tested earlier, all type test as per relevant
standards shall be carried out by the successful bidder in the presence of purchaser’s
representative without any extra cost.
a) Routine Test :
All equipment offered should be routine tested as per relevant I.S.S., shall be carried
out in the presence of representative of the inspecting agency , authorised/
representative of the purchaser.
b) Test at Site :
All the tests at site as per the relevant Indian Standards shall be carried out on all
equipment after the erection work is completed.
Routine Test:
The following routine tests will have to be carried out on each of the piece supplied at
manufacturers work/ site.
For Circuit Breakers :
1) Measurement of Insulation Resistance of main circuit.
2) Mechanical Operating Tests.
3) Checking interlocks.
4) Measurement for timings for opening/ closing etc.
275
Signature of Contractor Signature of Purchaser
5) Power frequency voltage withstanding test on main circuit.
6) Voltage withstand test on control and auxiliary circuit.
For Isolators :
1) Measurement of Insulation Resistance of main circuit.
2) Tests to prove satisfactory operation.
3) Power frequency voltage withstand test on main circuit.
4) Voltage withstand test on control & auxiliary circuit.
For Lightning arrester :
1) Measurement of insulation resistance.
2) Noting the initial readings of surge counters
3) Residual voltage tests.
4) Partial disCharge test.
5) Measurement of reference voltage
For Current Transformers :
1) Verification of terminal marking and polarity.
2) Measurement of insulation resistance.
3) Ratio test on windings.
4) Over voltage inter turn test.
5) Partial disCharge test.
6) Determination of errors or other characteristics according to the requirement of
accuracy class.
For Potential Transformers :
1) Measurement of insulation resistance.
2) Partial disCharge test
3) Verification of terminal marking and polarity
4) Over voltage inter turn test
5) Determination of errors or other characteristics according to the requirement of
accuracy class .
For Control and Relay Panel :
1) Tolerance of panel vertically ( 30 to vertical), Mechanical test for alignment,
Rigidity.
2) Checking and verification of panel wiring as per approved schematic and
meggering test .
276
Signature of Contractor Signature of Purchaser
3) Checking of electrical clearance in panels.
4) H.V. test 2.0 KV for 1 min. or dielectric test as per I.S.
5) Relay testing by secondary injection and by operating by hand to test operation.
6) Operations of all protective circuits, contact operation of all switches, operation
test on annunciator circuits, i.e. electrical control inter lock and sequential
operation test.
7) Routine test on relay associated equipment as per applicable standard.
For 6.6 kV XLPE and LT PVC Cables :
All the acceptance tests and routine tests, high voltage tests ( tests at room temperature
and water immersion test) at the manufacturer works as prescribed in I.S with latest
amendment shall be carried out for the power and control cables.
For type tests the bidder shall have to furnish relevant type test certificates.
For G.I. perforated cable tray and accessories :
Routine tests on G.I. perforated cable trays and accessories as per applicable standard.
For Power Transformer/ Station Transformer :
1) Insulation Resistance Test
2) Ration and polarity test
3) Oil test as per IS 335/1972 before putting transformer into operation
4) Any other test considered essential for commissioning of transformer.
All the typical test before commissioning of the transformer as per Appendix-B of IS 10028
Part II shall be carried out.
For Switchyard lighting system :
1) Continuity test
2) Measurement of illumination level
The list of test to be carried out on different equipment stated above are indicative.
Purchaser reserves right to ask supplier to carry out such more tests on site, as may be
required by the relevant I.S without any extra cost Commissioning check for CBs, Insulators,
C.T.’s., P.T.’s, L.A.’s, Control panel may be carried out as per IS.
LIST OF STANDARDS TO BE MADE APPLICABLE
1. 2. 3. 4.
277
Signature of Contractor Signature of Purchaser
Sr.
No.
Standard Ref.
No.
Title
I Circuit Breakers :
1. IS 2516 Specification for circuit breakers.
2. IEC 376 Specification and acceptance of new supply of
sulphur- hexa- fluoride.
3 IS 2147 Degree of protection provided for enclosure for
low voltage switch gear and control gear.
4 IS 325 Specification for 3 phase, inductior motor.
5 IS 2629 Recommended practice for hot dip galvanising of
iron and steel.
6 CIGRE Working
group Report dt.
13/12/1972.
Switching over voltage in EHV and UHV systems
with special reference to closing and reclosing
transmission lines.
7 Indian Electricity Rules
8 IS
IS
4379
7311
High pressure cylinder in which SF-6 is
transported and stored at site.
II Isolator :
1 IS 1818
Alternating current isolators and earthing
switches.
2 IS 9921 …do….
3 IS 2544 Insulators.
4 IS 4759 Hot dip galvanising coating on structural steel.
5 IS 1473 Electroplating coating of zinc on iron and steel.
6 IS 375 Marking and arrangement for switch gear, bus bar,
main collectors and auxiliary wiring.
III Current Transformer
1 IS 2705
(I-IV)
Current Transformer.
2 IS 2099 High Voltage porcelain bushing
3 IS 3347 Dimension of porcelain transformer bushing
4 IS 2071 Method of high voltage testing.
278
Signature of Contractor Signature of Purchaser
5 IS 335 Insulation oil for transformer and switchgear.
IV Potential Transformers :
1 IS 3156 Voltage Transformers
2 IS 3202 Code of practice for climate proofing of
electrical equipment.
V Lightning Arresters
1 IS 3070
(Part-I)
1974
Lightning arresters for alternating current
system, Part I Non linear
Resistor type Lighting arresters.
2 IS 3070
(Part-II)
1974
Lightning arresters for alternating current
system, Part II Expulsion
Type L.A.
VI Control and Relay Panels
1 IS 3131
8686
Electrical relays for power system and
Protection.
2 IS 2705 Auxiliary current transformer.
3 IS 3156 Auxiliary potential transformer.
4 IS 722 Energy Meter
5 IS 1248 Indicating Instrument
6 IS 6875 Control Switches
7 IS 5 Colour shed.
8 IS 375 Colour code for wiring of A.C./D.C/ and
C.T./P.T. Circuit.
9 IS
IS
3427
2147
Degree of protection for cubicles
10 IS 6005 Code of practice for phosphating iron and steel
11 IS 4483 Panel cut out dimensions for electrical relays
12 IS 9224 Fuses
13 IS 4794 Push Buttons.
14 IS 2208 H.R.C. Fuses.
VII PVC/XLPE Cables
1 IS 1554
(Part-I)
PVC insulated ( heavy duty) electric cables for
working voltage upto and including 1100 Volt (
279
Signature of Contractor Signature of Purchaser
1976 Second Revision) ( with Amendment No. 1 to
6.
2 IS 8130-1984 Conductors for insulated electric cables.
3 IS 5831-1984 PVC insulation and sheath of electrical cables
and flexible cords.
4 IS 7098-1985
(Part-II)
Cross linked Polyethylene insulated PVC
sheathed cables for working voltage from 3.3
KV upto and including 33 KV ( First Revision)
VIII G.I. Perforated cable trays and accessories
1 IS 1700-1974
(Part-I, II, III)
Sheet steel and strips
2 IS 2663-1986 Method of testing uniformity of coating on zinc
coated articles
3 IS 6158-1984 Recommended practice for safe guarding
against embitterment of hot dip galvanising iron
and steel products.
4 IS 6159-1985 Recommended practice for design and
preparation of material prior to galvanising
5 IS 2029-1985 Recommended practice for hot dip galvanising
of iron and steel.
IX Power Transformers/ Station Transformer
1 IS 109 Copper
2 IS 335 Specification for insulating oil for transformer and
switchgear
3 IS 648 Grain oriented electrical steel sheet for magnetic
circuits.
4 IS 649 Method of testing steel sheets for magnetic circuits of
power electrical apparatus.
5 IS 1886 Code of practice for installation and maintenance of
transformers.
6 IS 1271
Classification of insulating material for electrical
machinery and apparatus in relation to their stability in
service
280
Signature of Contractor Signature of Purchaser
7 IS 2026 Specification for power transformer ( Part I to IV)
ELECTRICAL WORKS – MAKES OF PRODUCT/ MANUFACTURERE
Sr.
No.
Equipment Name of Acceptable makes
1 33 kV , SF-6 Circuit breaker Siemens, ABB, NGEF, Crompton
Greaves, Jyoti, Bhel, Kirloskar, Voltas
2 33 kV Isolator 1) BIMCO Isolator Ltd. Hydrabad
2) PACTIL, Mumbai
3) Kiran, Thane
4) Universal Isolator
5) Hivelm Industies, Madras
6) Atlas, Mumbai
7) Trans Elec. Calcutta.
3 L.A. 1) ELPRO
2) OBLUM
3) LAMCO, Hyderabad
4) IGE(I) Ltd.
5) WS Isolator
6) Crompton
4 CT and PT 1) System Electrical control,
Mumbai, ABB
2) AEP, Mumbai
3) Gyor (33 kV only)
4) IMP (33 kV only)
5) Starlite Electrical, Pune (33 kV
only)
6) Proyog Electrical, Thane (33 kV
only)
7) AE/Crompton
5 Relays 1) ABB
2) Siemens
281
Signature of Contractor Signature of Purchaser
3) GEC, Alstom India
6 Control and Protection Panel 1) Jyoti
2) BHEL
3) NGEF
4) ABB
5) Archana Electricals
6) Advance Electricals
7) Sigmens
8) GEC Alstom
9) L and T
7 XLPE Cable CCI, Fort Gloster, Asian Cable,
Universal Cable, NICCO
8 Control Cable CCI, Fort Gloster, Asian Cable,
Universal Cable, NICCO
9 Transformar 33 kV 1) Bharat Bijali
2) Crompton Greaves
3) EMCO
4) ABB
5) Kirloskar Electric
6) Voltamp
7) Mahati
8) IMP
9) Apex
10 Luminaries Philips, Crompton , Wipro, Bajaj
Note: Tenderer can propose the makes of the equipments which are not
incorporated above and are equally standard with those makes mentioned
above will be accepted subject to prior approval from concerned authority.
OPERATION AND MAINTENANCE
Contractor has to carry out operation & maintenance work of 33/6.6 kV switchyard and its all
associated equipments for two year period. The two year period will start from completion of
282
Signature of Contractor Signature of Purchaser
entire work incorporated in this tender & after successful commission of both 33/6.6 kV bay
and 33 kV / 433 V bay.
Scope of work for operation
Contractor has to carry out operation work in shift-duties for 24 hours per day during the O &
M period of two year. Following technical / non technical staff should be employed by the
Contractor for the two year O & M period to both sites separately (Brahmagavan L.I.S.
Stage II)
A) For 33/6.6 kV switchyard at Brahmagavan L.I.S. Stage - II one Engineer incharge
1st shift 2nd shift 3rd shift
Skilled Electrician /
wireman
1 1 1
Helper 1 1 1
Watchmen 1 1 1
Engineer- in-Charge who will be responsible for all day today activities & will report to
concerned sub Division time to time. The Engineer -in-Charge should be available at project
site. The log sheet of important readings should be filled in every shift per hour & then to be
submitted to concerned sub division regularly. The proforma of log sheet should get
approved by the Contractor from the Division office.
The attendance of shift persons & Contractors site Engineer will be checked by the
concerned sub division officer/engineer. The Engineer–in-Charge of Contractor can leave
the project site by taking prior permission form sub division officer. But in any case the shift
crew should be present at both sites till operation & maintenance period finishes.
Scope of work :-Maintenance.
Maintenance work of 33/3.3 KV switchyard and equipments should be done by Contractor
as per operation& maintenance manuals of each equipments for the two year period,
Contractor has to arrange all tools tackles, special purpose tolls/ machinery required to
complete the maintenance job. All the major / minor repair works, maintenance works
pertaining to this tender work should be carried out immediately by the Contractor at his
own cost. Periodical maintenance of all switchyard equipments should be done as per
operation & maintenance manuals & as per latest relevant I.S. Contractor has to brought the
material from market immediately to carry out the maintenance work without any time delay.
283
Signature of Contractor Signature of Purchaser
Civil work:-
Contractor has to carry out all civil work like switchyard plot development equipment
foundations, cable trenches, cable spreader, fencing wall, fencing gate pillars, partition wall
between transformers, oil soak pits, drainage pipe line up to soak pit, metal spreading etc.
Contractor has to submit foundation details, cable trenches details, civil drawing for
approval. The details of civil items are as below.
284
Signature of Contractor Signature of Purchaser
SECTION - VII
GUARANTEED TECHNICAL
PARTICULARS
7.0 GUARANTEED TECHNICAL PARTICULARS AND DETILAS FOR SUB-
STATION
7.1 33 / 6.6 KV, 6.3 MVA TRANSFORMAERS (To be filled in by the Tenderer)
Sr.
No
Description Particulars
1 Name of Manufacturer
2 Fully address
3 a) Normal full load output KVA at normal tap.
285
Signature of Contractor Signature of Purchaser
b) Continuous output ( corresponding to I.S. Rating at
normal tap )
4 a) Voltage between phases ( HV. side ) at no load and full
load rating.
5 Maximum temperature rise of
a) Windings ( by resistance method
b) Cores ( by thermorneter)
c) Oil ( by thermomotor)
6 Magnetizing current & power
a) At normal voltage and frequency ( Amps.)
at maximum voltage and normal frequency ( Amps)
7 a) Core-loss at rated voltage and frequency ( Amps)
b) Core loss at Max. voltage and frequency, in KW.
8 a) Resistance of HV winding per phase, in ohms.
9 Copper loss at rated voltage, current and bad lines
frequency at 850 C
10 a) Max. induction at normal voltage and
frequency ( lines per Sq.cm)
b) Grade of lamination used
c) Type of insulation between core stampings.
11 Efficiency at max. permissible temperature, at unity p.f.
and 0.8 p.f.
a) 125% load
b)100 % load
c) 85% load
d) 50% load
e) 25% load
12 Max. working current density of
a) HV winding amps/ Sq.cm.
b) LV winding amp / Sq.cm.
13 Reactance drop on full load %
286
Signature of Contractor Signature of Purchaser
14 a) Regulation ( full load & UPF ) at 850 C
b) Regulation at 850 C ( full load & 0.8 PF – lag)
15 Impedance %
16 Details of Tapings on HV side.
17 Over load capacity of transformer for 2 hours.
1) Minimum clearance to earth
a) of primary winding in and out of oil (mm)
b) of secondary winding in and out of oil (mm)
2) Width of oil duct between core and LV winding and
between LV & HV winding(mm)
18 Impulse strength of HV winding ( stating
wave form adopted ) KV.
19 Total radiating surface sq. mtr. Other Particulars
1 Over-all dimensions of the transformer L x B x H (mm)
2 Weight of
a) Core laminations : Kg.
b) Copper : Kg.
c) Transformer core oil and insulation : Kg.
d) Tank and fitting : Kg.
e) Oil : Kg.
f) Transformer complete with oil
3 Oil
a) Quantity required for first fitting ( in liters )
b) Class
c) Makers’s name and country of origin
4 Particulars of tap changing device
a) Type and brief description
b) Is and indicator arrangement fitted to show the position.
c) Can it be locked in position
5 a) Make and type of breather fitted to the transformer.
b) Type of dehydrating agent.
287
Signature of Contractor Signature of Purchaser
6 Type of tank & tank cover.
7 1) For what voltage has the insulation between turns been
designed ( Volts )
a) In the body of winding
b) At the end turns.
2) Percentage of end turns with reinforced insulation
8 Type and class of insulation on
a) HV conductors
b) LV conductors
c) LV to core
9 Section of copper used in
a) H.V. winding (mm dia.)
b) L.V. winding ( mm dia)
10 State whether the transformer complies fully with this
specification and its requirements. If not state the extend
of
deviations from the same.
11 Is a name plate showing the particulars as
required provided of not
Particulars of H.V. Bushings
1 Maker’s name, address, and country of origin.
2 Type
3 Dry flashover voltage at 50 Cycles (KV)
4 Wet flashoer voltage at 50 Cycles (KV)
5 Impulse flashover voltage KV ) ( Staging the wave form
adopted )
6 Class of bushing.
Particulars of LV Bushings.
1 Makers name , address and country of origin.
2 Type
3 Dry flashover voltage 50 Cycles (KV)
288
Signature of Contractor Signature of Purchaser
4 Wet flashover voltage at 50 Cycles (KV)
5 Impulse flashover voltage ( KV) (Stating the wave form
adopted )
6 Class of bushing.
7.2 SF6 CIRCUIT BREAKERS
1 Name of manufacturer
2 Manufacturer’s type and design
3 Rated voltage kV
4 Type of circuit breaker
5 Rated continuous current under site conditions
6 Rated short circuit breaking current Karms
Rated duration of short circuit Sec.
Rated short circuit making current KA peak
7 Maximum rise of temperature over ambient for rated
current size conditions
0C
8 Rated latching current kA
9 Rated operating duty
10 a) Total interrupting time
i) Minimum ms
ii) Maximum ms
b) Closing time ms
11 a) Rated transient recovery voltage for
terminal faults
KV peak
12 Arc voltage V V
13 Arcing current A
14 Arcing time 100%, 60%, 30%, and 10% Sec
15 Rated transient recovery voltage for short line faults KV peak
16 Insulation level of the breaker
a) One minute power frequency withstand voltage kVms
b) impulse withstand voltage KV peak
289
Signature of Contractor Signature of Purchaser
17 Minimum clearances in air
a) Between phases (live parts) mm
b) Between live parts and earth mm
c) Center to center distance between phases mm
18 Whether the circuit breaker is fixed trip or trip free
19 Type of operating mechanism
20 Method of tapping
a) Normal
b) Emergency
c) Nominal voltage of trip coil Volts
d) Pick-up range Volts
e) Power for tripping mechanism Watts
21 Method of closing
a) Normal voltage of closing coils Volts
b) Power for closing mechanism Watts
22 Rated time charging breaking current A
23 Rated cable charging breaking current A
24 Critical current (current giving the longest are when a
break takes place)
A
25 Maximum over voltage to earth of the circuit breaker when
breaking currents
a) unloaded transformer KV peak
b) unloaded lines KV peak
c) capacitor banks KV peak
d) Cable charging KV peak
26 Number of operations, the circuit breaker is capable of
performing without inspection, replacement of main
contacts
or parts
a) Rated interrupting capacity
b) Rated continuous current
290
Signature of Contractor Signature of Purchaser
27 Quantity of SF6 gas Kgs
28 Bushing
a) Make
b) Weight
c) 1 min dry power frequency withstand voltage KVrms
d) Total creepage distance Mm
e) Permissible safe cantilever loading Kg
29 Rated control voltage V,DC
30 Overall dimensions of circuit breaker Dwg. No.
31 Weight of complete 3-phase circuit breaker Kg
32 Weight, literature enclosed giving details of arcing
chamber, main and arcing contacts
Yes / No
7.3 ISOLATORS
1 Name of manufacturer
2 Manufacturer’s type and designation
3 Rated voltage kV
4 Type of isolator
5 Current rating
a) Continuous under site conditions A
b) 1 second kA
c) Dynamic kA
6 Design ambient temperature 0C
7 Maximum temperature of current carrying
parts when carrying rated current
continuously at site conditions
0C
8 Rated insulation level
a) One minute power frequency wet withstand voltage
i) Across isolating distance KVms
ii) To earth and between poles KVms
b) 1.2/50 micro sec. Impulse withstand voltage
291
Signature of Contractor Signature of Purchaser
i) Across isolating distance KV peak
ii) To earth and between poles KV peak
9 Contacts and material of current carrying parts
a) Type of main & arcing contacts
b) Material of contacts
i) Main
ii) Arcing
c) whether contacts are silver faced Yes / No
d) Material of current carrying parts
10 Capacity to interrupt mangnestising current A
11 Capacity to interrupt line charging current A
12 Clearance in air
a) Between poles mm
b) Between live parts and earth mm
c) Between live parts when switch is open mm
i) On the same pole mm
ii) Between adjacent poles mm
13 Type of interlocks
14 Insulator data
a) Type
b) Number of units
c) Height of the stack mm
d) Bolt circle diameter mm
e) tensile strength Kg
f) compressive strength Kg
g) Torsional strength Kg-m
h) Cantilever strength-upright Kg
i) Power frequency dry flash-over voltage KV
j) Power frequency wet flash – over voltage KV
k) 1.2/50 micro sec, positive wave impulse flash-over
voltage
KV peak
292
Signature of Contractor Signature of Purchaser
l) 1.2/50micro sec, impulse withstand voltage KV peak
m) Power frequency puncture voltage Mm
n) Total creepage distance KV
o) Visual discharge voltage Mm
p) Dry arcing distance
15 Operating mechanism manual / motor
16 Motor rated voltage & output
17 Terminal stud
a) Horizontal / Vertical
b) Diameter Mm
c) Length Mm
18 18 Weight of complete 3 – phase isolator Kg
19 19 Overall dimensions of complete isolator Dwg No.
20 Material of supporting structure
7.4 CURRENT TRANSFORMERS ( FOR 33 KV )
1 Name of manufacturer
2 Manufacturer’s type and designation
3 Rated voltage kV
4 Maximum system voltage KV
5 Current rating
a) 1 second A
b) Dynamic KA
6 Design ambient temperature 0C
7 Rated insulation level
a) One minute power frequency wet withstand voltage KVms
b) 1.2 / 50 micro sec. Impulse withstand voltage KV peak
8 CT details – line CTs
CORE 1
a) Ratio
b) Burden
293
Signature of Contractor Signature of Purchaser
c) Accuracy class
CORE 2
a) Ratio
b) Burden
c) Accuracy class
d) Knee point voltage
e) Magnetizing current
f) Secondary resistance
CORE 3
a) Ratio
b) Burden
c) Accuracy class
9 CT details – transformer CTs
CORE 1
a) Ratio
b) Burden
c) Accuracy class
d) Knee point voltage
e) Magnetizing current
f) Secondary resistance
CORE 2
a) Ratio
b) Burden
c) Accuracy class
CORE 3
a) Ratio
b) Burden
c) Accuracy class
CORE 4
a) Ratio
b) Burden
294
Signature of Contractor Signature of Purchaser
c) Accuracy class
10 Insulator data
a) Type
b) Number of units
c) Height of the stack Mm
d) Bolt circle diameter Mm
e) Tensile strength Kg
f) Compressive strength Kg
g) Torsional strength Kg-m
h) Cantilever strength – upright Kg
i) Power frequency dry flash – over voltage KV
j) Power frequency wet flash – over voltage KV
k) 1.2/50 micro sec., impulse withstand voltage KV peak
l) 1.2/50 micro sec., impulse withstand voltage KV peak
m) Power frequency puncture voltage Mm
n) Total creepage distance KV
o) Visual discharge voltage
11 Terminal stud
a) Horizontal / Vertical
b) Diameter Mm
c) Length Mm
d) Material Cu / Al
12 Weight of single current transfomer kg
13 Overall dimensions of current transformer Dwg. Enclosed Yes / No
14 Whether, literature enclosed giving details of arcing
chamber, main and arcing contacts
Yes / No
15 Whether all type test reports as per latest IS enclosed
Yes / No
7.5 VOLTAGE TRANSFORMERS
1 Name of manufacturer
295
Signature of Contractor Signature of Purchaser
2 Manufacturer’s type and designation
3 Rated voltage kV
4 Maximum system voltage KV
5 Design ambient temperature 0C
6 Rated insulation level
a) One minute power frequency wet withstand voltage KVms
b) 1.2 / 50 micro sec. Impulse withstand voltage KV peak
7 VT secondary details
CORE 1
a) Ratio
b) Burden
c) Accuracy class
d) Winding Connections
CORE 2
a) Ratio
b) Burden
c) Accuracy class
d) Winding Connections
8 Insulator data
a) Type
b) Number of units
c) Height of the stack Mm
d) Bolt circle diameter Mm
e) Tensile strength Kg
f) Compressive strength Kg
g) Torsional strength Kg-m
h) Cantilever strength – upright Kg
i) Power frequency dry flash – over voltage KV
j) Power frequency wet flash – over voltage KV
k) 1.2/50 micro sec., impulse withstand voltage KV peak
l) 1.2/50 micro sec., impulse withstand voltage KV peak
296
Signature of Contractor Signature of Purchaser
m) Power frequency puncture voltage Mm
n) Total creepage distance KV
o) Visual discharge voltage
9 Terminal stud
a) Horizontal / Vertical
b) Diameter Mm
c) Length Mm
d) Material Cu / Al
10 Weight of single current transfomer kg
11 Overall dimensions of current transformer Dwg. Enclosed Yes / No
7.6 LIGHTNING ARRESTERS
1 Name of manufacturer
2 Manufacturer’s type and designation
3 Rated voltage kV
4 Arrestor class and type
5 8/20 micro sec. Wave nominal discharge current KA
6 Minimum discharge capability KJ / kV
7 Maximum 100%, 1.2/50 micro sec. Spark over voltage kV Peak
8 Maximum front – of – wave spark over voltage
9 Virtual steep ness of front
10 Rate of rise KV/micro
sec
11 Time to spark over Micro sec.
12 Minimum dry & wet power frequency spark over voltage KVrms
13 Residual voltage corresponding to KVpeak
a) steep current impulse
b) lightning impulse
c) switching impulse
14 Reference voltage Kvrms
15 Reference current A
297
Signature of Contractor Signature of Purchaser
16 Over voltage withstand capability for
a) 10 cycles KVrms
b) 1 second KVrms
c) Continuous KVrms
17 17 Energy discharge capacity KJ / kV
18 Maximum residual voltage at nominal discharge current KVrms
19 Discharge voltage at 10KA discharge current KVrms
20 Impulse current withstand
a) high current short duration (4/10 micro sec. Wave) KA peak
b) Low current long duratin A peak
c) virtual duration of rectangular wave Micro sec.
21 One minute dry power frequency withstand voltage of
arrestor housing
KVrms
22 1.2/50 micro sec. Impulse withstand test voltage of
arrestor housing
KV peak
23 Total creepage distance of whole arrestor housing Mm
24 Cantilever strength of complete arrestor Kg
25 Visual discharge level for falling power frequency voltage KV
26 Pressure relief class as per IEC 99
27 Range of millimeter provided for leakage current
measurement
mA
28 Weight of complete arrestor Kg
29 Overall dimensions of complete arrestor Dwg. Enclosed Yes / No.
30 Whether, literature enclosed giving details of discharge
counter, terminals
Yes / No.
31 Whether, all type test reports as per latest IS/IES
enclosed
Yes / No.
7.7 CLAMPS AND CONNECTORS
1 Name of manufacturer
2 Applicable standard
298
Signature of Contractor Signature of Purchaser
3 Type
4 For connection to circuit breaker
a) conductor size
b) equipment terminal size
Material of construction
a) clamp body
b) bolts and nuts
c) spring washers
d) liners if any
5 For connection to isolator
a) conductor size
b) equipment terminal size
Material of construction
a) clamp body
b) bolts and nuts
c) spring washers
d) liners if any
6 For connection to CT
a) conductor size
b) equipment terminal size
Material of construction
a) clamp body
b) bolts and nuts
c) spring washers
d) liners if any
7 For connection to VT
a) conductor size
b) equipment terminal size
Material of construction
a) clamp body
b) bolts and nuts
299
Signature of Contractor Signature of Purchaser
c) spring washers
d) liners if any
8 For connection to LA
a) conductor size
b) equipment terminal size
Material of construction
a) clamp body
b) bolts and nuts
c) spring washers
d) liners if any
9 For connection to Bus post insulator
a) conductor size
b) equipment terminal size
Material of construction
a) clamp body
b) bolts and nuts
c) spring washers
d) liners if any
10 Maximum temperature rise over ambient temperature
when carrying rated current
0C
11 Rated terminal load and factor of safety Kg
12 Weight of clamp complete with hardware
7.8 CONTROL AND RELAY PANELS
1 Panels designations
2 Name of manufacturer
3 Type of construction Simplex / desk – cum – panel
4 Type of sheet steel (Hot rolled / Cold rolled )
5 Thickness of sheet steel
Front Mm
Back Mm
300
Signature of Contractor Signature of Purchaser
Sides Mm
6 Paint treatment and colour shades (External & Internal )
7 Weight of each panel Kg
8 Dimensions if each panel section (Width X Depth X Height
)
9 General arrangement drawing No.
a) Individual panel section
b) Overall arrangement of complete panels showing floor space
10 Largest package for transport
Weight
Dimension
11 Special interconnecting cables, if required included Yes / No
12 Special tools and devices for maintenance included
(Attached list)
Yes / No
13 AUXILARY / INTERFACE RELAY
a) Make and type designation
b) Nominal voltage and % variation Volts + %
c) Contacts, Hand Reset / Self reset
d) No. of pairs of contacts
Make contacts
Break contacts
e) Speed of operation of relay m-sec
f) Pick-up / drop – off ratio
g) Burden of relay VA
14 CONTROL SWITCHES
a) Make and front dimensions
b) Type of switch (Spring returns to neutral / discrepancy )
c) Type of handle ( Pistol Grip . spade or ‘T’ knob / ball
handle )
d) Contact rating :
Continuous current A
301
Signature of Contractor Signature of Purchaser
Voltage Volts
15 PUSH – BUTTONS
a) Make
b) Actuator type
Momentary / maintained
Shrouded to prevent inadvertent operation
c) Whether integral engraved inscription plates provided
d) Type and No. of NO/NC contacts
e) Contact rating :
Continuous current A
Voltage Volts
16 INDICATING LAMPS
a) Type
b) Ratings :
Voltage
Wattage
c) Series resistors are provided Yes / No
d) Life of lamp in burning hours Hours
17 ANNUNCIATORS
a) Make
b) Dimensions of each window (L X W X H ) Mm
c) No. of lamps per window
d) Lamps
Volts
Watts
e) Auxiliary supply voltage and permissible variation Volts / %
18 INDICATING METERS
i) Ammeter
a) Make
b) Type of movement
c) CT Sec. Current A
302
Signature of Contractor Signature of Purchaser
d) Burden VA
e) Accuracy class and standard
f) Overall dimensions (front) mm
ii) Voltmeter
a) Make
b) Type of movement
c) VT Sec. Voltage
d) Burden
e) Accuracy class and standard
f) Overall dimensions (front)
iii Power factor meter
a) Make
b) Type of movement
c) VT Sec. Voltage
d) Burden
e) Accuracy class and standard
f) Overall dimensions (front)
iv) Frequency meter
a) Make
b) Type of movement
c) VT Sec.voltage
d) Burden
e) Accuracy class and standard
f) overall dimensions (front)
v) Energy meters
a) Make
b) Type of Mesurement
c) ( 3 phase, 3 wire unbalanced
power /3 phase, 4 wire unbalanced
power )
d) CT ratio A/A
303
Signature of Contractor Signature of Purchaser
e) VT ratio
f) accuracy and standard to which
meter conforms
g) Burden
h) Current coil VA
i) Voltage Coil VA
j) No. of digits in the meter
19 PROTECTION RELAYS
i) IDMT Overall current relay, IDMT
earth fault relay
a) Make and type designation
b) Setting range %
c) Contacts, Hand Reset / Self reset
d) No. of pairs of contacts
Make contacts
Break contacts
e) Burden of relay VA
f) Auxiliary supply voltage V
ii) Instantaneous over current relay
a) Make and type designation
b) Setting range %
c) Contacts, Hand Reset / Self reset
d) No. of pairs of contacts
Make contacts
Break contacts
e) Burden of relay VA
f) Auxiliary supply voltage V
iii) Instantaneous earth fault relay
a) Make and type designation
b) Setting range %
c) Contacts, Hand Reset / Self reset
304
Signature of Contractor Signature of Purchaser
d) No. of pairs of contacts
Make and type designation
Break contacts
e) Burden or relay VA
f) Auxiliary supply voltage V
iv) Transformer differential relay
a) Make and type designation
b) Contacts, Hand Reset / Self reset
Make contacts
Break contacts
d) Burden of relay VA
e) Auxiliary supply voltage V
v) Neutral displacement relay
a) Make and type designation
b) Setting range %
c) Contacts, Hand Reset / Self reset
d) No. of pairs of contacts
Make contacts
Break contacts
e) Burden of relay VA
f) Auxiliary supply voltage V
vi) Under Voltage relay
a) Make and type designation
b) Setting range %
c) Contacts, Hand Reset / Self reset
d) No. of pairs of contacts
Make contacts
Break contacts
e) Burden of relay VA
f) Auxiliary supply voltage V
vii) Restricted earth fault relay
305
Signature of Contractor Signature of Purchaser
a) Make and type designation
b) Setting range %
c) Contacts, Hand Reset / Self reset
d) No. of pairs of contacts
Make contacts
Break contacts
e) Burden of relay VA
f) Auxiliary supply voltage V
7.9 33 KV pin Insulators :
1 Electrical characteristics of Insulators
a) Nominal system voltabe.
b) Highest system voltage
a) Visible Discharge voltage 9 min.
b) Dry minute power frequency withstand voltage.
c) Wet 1 minute power frequency withstand voltage.
d) Power frequency puncture withstand voltage.
e) Impulse ( 1.2 / 50 Micro second wave) withstand
voltage.
f) Impulse flashover ( 1.2 / 50 Mico second wave) voltage
+Ve
g) Impulse flshover (1.2 /50 Micro second wave) Voltage –
Ve
h) Dry Flashover voltage
i) Wet Flashover Voltage
2. Mechanical characteristic of Insulator
a) Minimum failing load.
b) Minimum creeping distance
a) Minimum cantilever strength for pin / post insulators.
3. Colour of Glaze
4 Standard according to which porclain insulators shall be
manufactured and tested.
306
Signature of Contractor Signature of Purchaser
5 Size of Insulators
a) Height
b) Overall outside diameter
b) Ball and socket size
6 Weight per unit ( Approx.)
7 Tolerance in dimension if any
8 Suspension / Tension Hardware
a) Material used
b) Minimum failing load
c) Type of Hardware i.e. Crimping / Bolted.
d) Standard to which hardware confirm
e) Suitable for ACSR conductor size
f) Grade & standard Galvanizing if any.
7.10 ACSR CONDUCTOR
Sr.
No.
Particular Unit Details of
Conductor MINK
1 Name of ACSR conductor &make
2 Wire diameter
(a) Aluminium mm
(b) Steel mm
3 Conductors per phase No
4 Inter phase spacing mm
5 Nominal Aluminium area Sq.mm
6 Total conductor area Sq.mm
7 Calculated resistance at 20 Deg. (Max)
for conductor
ohm/Km
8 Approx calculated breaking load Kg.
9 Modulus of elasticity Kg. Sq.mm
10 Coefficient of linear expansion Deg.
307
Signature of Contractor Signature of Purchaser
11 Overall diameter mm
12 Weight of conductor Kg/Km
13 I.S. code for erection of conductor
14 I.S. code for Elect. & Mech.
Characteristic of conductor
7.11 GROUND WIRE :-
1) Size SWZ/MM
2) Location
7.12 RSJ Poles
1 Size mm
2 Weight Kg Per Mtr.
3 Cross section area cm
4 Width of flange mm
5 Thickness of flange mm
6 Thickness of web mm
7 Moment of Inertia a) IXX cm
b) IYY cm
8 Radius of Gyration a) RXX cm
b) IYY cm
9 Moduli of section a) ZXX cm
b) ZYY cm
10 Span length in meter m ( Approx)
11 Wind load on conductors Kg/m.
7.13 INSULATOR
1) INSULATOR STRING Single Tension string.
308
Signature of Contractor Signature of Purchaser
a) No. of standard Disc Nos.
b) Size of Disc mm
c) Electro Mechanical strength KN
3.13 XLPE POWER CABLES 3 X 150 mm2
1 Name of manufacturer
2 Voltage grade KV
Size Sq.mm.
3 Nominal area of conductor 1)Nos
2) mm
4 Number and dia of strands in conductor mm
5 Nominal diameter ofconductor
6 Conductor material
7 Type of material for
a) Conductor shielding andthickness
8 Insulation details
a) Type
b) Thickness mm
9 Nominal thickness of PVC mm
10 Nominal thickness of XLPE insulation mm
a) Process used for application
11 Overall diameter of cable mm
12 Weight of finished cable Kg/Km
13 Details of drum
a) Standard drum length M
b) Tolerance on standard drum length + %
c) Approx. Gross weight (For normal delivry length) Kg.
14 D.C. resistance at operating temp. 200 C Ohm/Km
15 A.C. resistance at operating temp. 90 C Ohm/Km
16 Inductance when cables are laid in close
309
Signature of Contractor Signature of Purchaser
i) Trefoil formation MH/KM
ii)Horizontal formation MH/KM
17 Capacitance FD/KM
18 Dielectric loss at reted voltage and frequency Watt / KM
19 Charging current at rated voltage and frequency AMP / Km.
20 Permissible maximum temperature of conductor for continuous
operation at rated current.
0C
21 Continuous current rating single core cable laid in At 400C
i) Trefoil formation
a) Direct in ground Amp
b) In duct Amp
c) In Air Amp
22 Short circuit rating of cable for At 200 C
i) One second duration KA
ii) Three second duration KA
23 Final temperature of conductor during (22) above with
temperatures prior to short circuit 50 C and 90 C
0C
24 Minimum bending radius for installation
25 Reference to standard specification for current rating and
derating factors.
26 Impulsive level KVP
27 Permissible tension in cable. Kg.