Tender Document - Indore - MPAKVN

130
Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.) Contractor AKVN (I) Ltd. Indore 1 MADHYA PRADESH AUDYOGIK KENDRA VIKAS NIGAM (INDORE), LTD. INDORE (A GOVT. OF MADHYA PRADESH UNDERTAKING- SUBSIDIARY OF MP TRIFAC LTD. BHOPAL) Reg. Office: 3/54, A.B. Road, Press Complex, Indore 452 011 Tender Document (Percentage Rate) Development work of De-Notified Area from SEZ-II at Pithampur Distt. Dhar (M.P.) (June, 2016)

Transcript of Tender Document - Indore - MPAKVN

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 1

MADHYA PRADESH AUDYOGIK KENDRA VIKAS NIGAM (INDORE), LTD. INDORE (A GOVT. OF MADHYA PRADESH UNDERTAKING- SUBSIDIARY OF MP TRIFAC LTD. BHOPAL)

Reg. Office: 3/54, A.B. Road, Press Complex, Indore 452 011

Tender Document (Percentage Rate)

Development work of De-Notified Area from SEZ-II at Pithampur Distt. Dhar (M.P.)

(June, 2016)

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 2

MADHYA PRADESH AUDYOGIK KENDRA VIKAS NIGMAM (INDORE), LTD. INDORE

Tender Document

Percentage Rate

Development work of De-Notified Area from SEZ-II at Pithampur Distt. Dhar (M.P.)

(June, 2016)

Office of the : M.P. A.K. V. N. (I) Indore (M.P.)

NIT number and Date : 5981 dt. 28.06.2016

Agreement number and Date : _______________________________________________

Name of work : Development work of De-Notified Area

from SEZ-II at Pithampur Distt. Dhar (M.P.)

Name of the Contractor :_______________________________________________

Probable Amount of contractor

(Rs. In figure) :477.26 Lacs

(Rs. In words) : Four Corers Seventy Seven Lacs Twenty six Thousand only

Contract Amount

(Rs. In figure) : _______________________________________________

(Rs. In words) : _______________________________________________

Stipulated period of completion :09 months (including rainy season)

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 3

Tender Document

Table of Contents

Section No

Particulars Page No.

Section 1 NIT

Section 2

Instructions to Bidder (ITB)

Bid Data Sheet

Annexure A to M

Section 3

Table of Clauses

Part-I General Condition of Contract (GCC)

Contract Data

Annexure N to W

Part-II Special Condition of Contract (GCC)

Section 4 Bill of Quantities (BOQ)

Section 5 Agreement Form

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 4

SECTION 1

Notice Inviting E-tender

Madhya Pradesh Audyogik Kenrda Vikas Nigam

N.I.T. No. 5981/ E- tendering dated 28.06.2016

Online percentage rate bids for the following works are invited from registered contractor and firms of repute fulfilling registration criteria:

Sr. No./Pkg/Co

de

Work District’s Probable Amount

(Rs. In Lakh)

Completion period

(months)

1 Development work of De-Notified Area from SEZ-II at Pithampur

Distt. Dhar (M.P.)

Dhar 477.26 lacs 09 (Including Rainy season)

1. Interested bidders can view the NIT on website http://www.mpeproc.gov.in

2. The Bid Document can be purchased only online from 10:30 AM (time)29-06-2016 (date) to17:30(time)12-07-2016(date).

3. Amendments to NIT, if any, would be published on website only, and not in newspaper.

Signature and designation

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 5

Notice Inviting Tender

OFFICE OF THE MP AUDYOGIC KENDRA VIKAS NIGAM INDORE

N.I.T. No. 5981/ E- tendering dated 28.06.2016

Online percentage rate bids for the following works are invited from registered contractor and firms of repute fulfilling registration criteria:

Sr. No./Pkg/Code

Name of work District Probable Amount of contract

(Rs. In lakh)

Earnest money deposit (EMD)

(in Rs.)

Cost of Bid document (in Rs.)

Category of contractor

Period of completion

(in months)

1

Development work of De-Notified Area

from SEZ-II at Pithampur Distt.

Dhar (M.P.)

Dhar 477.26 lacs

4,77,260/- 15,000/- Class B and above

09 months (Including Rainy Season)

1. All details relating to the bid document (s) Can be viewed and downloaded free of cost on the website.

2. Bid Document can be purchased after making online payment of portal fees through Credit/Debit/Cash Card internet banking.

3. At the time of submission of the bid the eligible shall be required to: i) Pay the cost of bid document ii) Deposit the Earnest Money iii) Submit a check list and iv) Submit an affidavit v) Bank Solvency Rs. 25 Lacs. Details can be seen in the Bid date sheet.

4. Eligibility For Bidders: (a) At the time of submission of the bid the bidder should have valid registration with the

Government of Madhya Pradesh, PWD / Central Government / State Government / Semi Government in appropriate class. However, such bidders who are not registered with the Government of Madhya Pradesh and are eligible registration can also submit their bids after having applied for registration of with appropriate authority.

(b) The bidder would be required to have valid registration at the time of signing of the contract.

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 6

(c) Failure to sign the contract by the selected bidder, for whatsoever reason, shall result in forfeiture of the earnest money deposit.

5. Pre-Qualification – Prequalification conditions, wherever applicable, are given in the Bid data sheet

6. Special Eligibility – Special Eligibility conditions are given in the bid data sheet.

7. The Bid Document can be purchased only online from 10:30(time) 29-06-2016 (date) to 17:30 (time)12-07-2016(date). Other key dates may be seen in bid data sheet.

8. Amendments to NIT, if any would be published on website only, and not in newspaper.

Signature and Designation

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 7

SECTION 2

INSTRUCTIONS TO BIDDERS (ITB)

A. GENERAL

1. Scope of Bid The detailed description of work, hereinafter referred as ‘work’, is given in the Bid data sheet.

2. General Quality of Work: The work shall have to be executed in accordance with the technical specifications specified in the bid data sheet/ contract data, and shall have to meet high standers of workmanship, safety and security of workman and works.

3. Procedure for Participation in E-Tendering The Procedure for Participation in E-Tendering is given in the bid data sheet.

4. One Bid Per Bidder 4.1 The bidder can be individual entity or a joint venture (if permitted as per bid data sheet). 4.2 No bidder shall be entitled to submit more than one bid whether jointly or severally. If he

does so, all bids wherein the bidder has participated shall stand disqualified.

5. Cost of bidding The bidder shall bear all costs associated with the preparation and submission of his bid, and no claim whatsoever for the same shall lie on the government.

6. Site visit and examination of works The bidder is advised to visit and inspect the site of works and its surrounding and obtain for itself on its own responsibility all information that may be necessary for preparing the bid and entering into a contract for construction of the work. All costs in this respect shall have to be borne by the bidder.

B. Bid Document 7. Content of bid documents

The bid document comprises of the following document:

1. NIT with all amendments 2. Instructions to Bidders, Bid data Sheet with all annexures 3. Conditions of contract:

i) Part I General Conditions of Contract and the contract data with all annexures; and ii) Part II Special Conditions of Contract.

4. Specifications 5. Drawings 6. Priced Bill of Quantities 7. Technical and Financial bid 8. Letter of Acceptance 9. Agreement, and 10. Any other documents, as specified

8. The bidder is expected to examine carefully all instruction, conditions of contract, the contract data, forms, terms and specifications, bill of quantities, forms and drawing in the Bid Document. Bidder shall be solely responsible for his failure to do so.

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 8

9. Pre-Bid Meeting (Where applicable)

Wherever the bid data sheet provides for pre-bid meeting:

9.1 Details of venue, date and time would be mentioned in the Bid Data Sheet. Any change in the schedule of pre-bid meeting would be communicated on the website only, and intimation to bidders would not be given separately.

9.2 Any prospective bidder may raise his queries and/or seek clarifications in writing before or during the pre-bid meeting. The purpose of such meeting is to clarify issues and answer questions on any matter that may be raised at that stage. The Employer may, at his option, give such clarifications as are felt necessary.

9.3 Minutes of the Pre-bid meeting including the gist of the questions raised and the responses given together with any response prepared after the meeting will be hosted on the website.

9.4 Pursuant to the pre-bid meeting of the Employer deems it necessary to amend the Bid Document; it shall be done by issuing amendment to the online NIT.

10. Amendment of Bid Document

10.1 Before the deadline for submission of bids, the Employer may amend or modify the Bid document by publication of the same on the website.

10.2 All amendments shall form part of the Bid document.

10.3 The Employer may, at its discretion, extend the last date for submission of bids by publication of the same on the website.

C. Preparation of Bid

11. The bidders have to prepare their bids online, encrypt their Bid Data in the Bid Forms and submit Bid Seals (Hashes) of all the envelopes and documents related to the Bid required to be uploaded as per the time schedule mentioned in the key dates of the Notice Inviting e-Tenders after signing of the same by the Digital Signature of their authorized representative.

12. Documents Comprising the Bid

The bid submitted online by the bidder shall be in the following parts: Part-1 This shall be known as online Envelope A and would apply for all bids. Online Envelope A shall contain the following as per details given in the Bid Data Sheet:

i) Registration number or proof of application for registration and organizational details in format given in the Bid Data Sheet.

ii) Payment of the cost of Bid Document: iii) Earnest Money; and iv) An affidavit duly notarized. v) Bank Solvency Rs. 25.00 lacs.

Part 2- This shall be known as online Envelope B and required to be submitted only in works where pre-qualification conditions and/or special eligibility conditions are stipulated in the Bid Data Sheet. Online Envelope B shall contain a self- certified sheet duly supported by documents to demonstrate fulfillment of pre-qualification conditions.

Part 3 This shall be known as online Envelope C and would apply to all bids. Envelope C shall contain financial offer in the prescribed format enclosed with the Bid Data Sheet.

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 9

13. Language The bid as well as all correspondence and documents relating to the bid exchanged by the Bidder and the Employer shall be in English or Hindi. Supporting documents and printed literature that are part of Bid may be in another language provided they are accompanied by an accurate translation of the relevant passages in English. In such case, for the purposes of interpretation of the bid, such translation shall govern.

14. Technical Proposal

14.1 Only, in case of bids with pre-qualification conditions defined in the Bid Data Sheet, the Technical Proposal shall comprise of formats and requirements given in the Bid Data Sheet.

14.2 All the documents / information enclosed with the Technical Proposal should be Self-attested and certified by the bidder. The Bidder shall be liable for forfeiture of his earnest money deposit, if any document / information are found false/fake untrue before acceptance of bid. If it is found after acceptance of the bid, the bid sanctioning authority may at his discretion forfeit his performance security/ guarantee, security deposit, enlistment deposit and take any other suitable action.

15. Financial Bid

i. The bidder shall have to quote rates in format referred in Bid Data Sheet, in overall percentage, and not item wise. If the bid is in absolute amount overall percentage would be arrived at in relation to the probable amount of contract given in NIT. The overall percentage rate would apply for all items of work.

ii. Percentage shall be quoted in figures as well as in words. If any difference in figures and words is found, lower of the two shall be taken as valid and correct.

iii. The bidder shall have to quote rates inclusive of all duties, taxes, royalties and other levies; and the Employer shall not be liable for the same.

iv. The material along with the units and rates, which shall be issued, if any, by the department to the contractor, is mentioned in the Bid Data Sheet.

16. Period of Validity of Bids The bids shall remain valid for a period specified in the Bid Data Sheet after the data of “close for biding” as prescribed by the Employer. The validity of the bid can be extended by mutual consent in writing.

17. Earnest Money Deposit (EMD)

17.1 The Bidder shall furnish, as part of the Bid, Earnest Money Deposit (EMD), in the amount specified in the Bid Data Sheet.

17.2 The EMD shall be in the form of Fixed Deposit Receipt of a scheduled commercial bank, issued in favour of the name given In the Bid Data Sheet. The Fixed Deposit Receipt shall be valid for six months or more after the last data of receipt of bids. However, other form(s) of EMD may be allowed by the Employer by mentioning it in the Bid Data Sheet.

17.3 Bid not accompanied by EMD shall be liable for rejection as non-responsive. 17.4 EMD of bidder whose bids are not accepted will be returned within ten working

days of the decision on the bid.

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 10

17.5 EMD of the successful bidder will be discharge when the bidder has signed the agreement after furnishing the required performance security.

17.6 Failure to sign the contract by the selected bidder, within the specified period, for whatsoever reason, shall result in forfeiture of the earnest money deposit.

D. Submission of Bid

18. The Bidder is required to submit online bid duly signed digitally, and Envelop “A” in physical form also at the place prescribed in the Bid Data Sheet.

E. Opening and Evaluation of Bid

19. Procedure

19.1 Envelope ‘A’ shall be opened first online at the time and data notified and its contents shall be checked. In cases where Envelop ‘A’ does not contain all requisite document, such bid shall be treated as non- responsive, and Envelop B and /or C of such bid shall not be opened.

19.2 Wherever Envelop ‘B’ (Technical Bid) is required to be submitted, the same shall be opened online at the time and date notified. The bidder shall have freedom to witness opening of the Envelop ’B’. Envelop ‘C’ (Financial Bid) of bidder who are not qualified in Technical Bid (Envelop ‘B’) shall not be opened.

19.3 Envelope ‘C’ (financial Bid) shall be opened online at the time and date notified. The bidder shall have freedom to witness opening of the Envelop ‘C’.

19.4 After opening Envelop ‘C’ all responsive bids shall be compared to determine the lowest evaluated bid.

19.5 The Employer reserves the right to accept or reject any bid, and to annul the bidding process and reject all the bids at any time prior to contract award, without incurring any liability. In all such cases reasons shall be recorded.

19.6 The Employer reserves the right of accepting the bid for the whole work or for a distinct part of it.

20. Confidentiality

20.1 Information relating to examination, evaluation, comparison and recommendation of contract award shall not be disclosed to bidder or any other person not officially concerned with such process until final decision on the bid.

20.2 Any attempt by a bidder to influence the Employer in the evaluation of the bids or contract award decisions may result in the rejection of his bid.

F. Award of Contract

21. Award of Contract The Employer shall notify the successful bidder by issuing a ‘Letter of Acceptance’ (LOA) that his bid has been accepted.

22. Performance Security

22.1 Prior to signing of the contract the bidder to whom LOA has been issued shall haveto furnish performance security of the amount in the form and for the duration, etc. as specified in the Bid Data Sheet.

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 11

22.2 Additional performance security, if applicable, is mentioned in the bid data sheet and shall be in the form and for the duration, etc. similar to Performance Security.

23. Signing of contract Agreement 23.1 The successful bidder shall have to furnish Performance Security and Additional

Performance Security, if any, and sign the contract agreement within 15 days of issue of LOA.

23.2 The signing of contract agreement shall be reckoned as intimation to commencement of work. No separate work order shall be issued by the employer to the contractor for commencement of work.

23.3 In the event of failure of the successful bidder to submit Performance Security and Additional Performance Security, if any or sign the Contract Agreement, his EMD shall stand forfeited without prejudice to the right of the employer for taking any other action against the bidder.

24. Corrupt Practices The Employer requires that bidders observe the highest standard of ethics during the procurement and execution of contracts. In pursuance of this policy, the Employer:

i. May reject the bid for award if it determines that the bidder recommended for award has, directly or through an agent, engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract; and

ii. May debar the bidder declaring ineligible, either indefinitely or for a stated period of time, to participate in bid, if it at any time determines that the bidder has, directly or through an agent, engaged in corrupt, fraudulent, collusive, or coercive practices in competing for, or in executing, a contract.

For the purposes of this provision, the terms set forth above are defined as follows:

a. “corrupt practice” means the offering, giving, receiving, or soliciting, directly or indirectly, anything of value to influence improperly the action of another party;

b. “fraudulent practice” means any Act or omission, including a misrepresentation, that knowingly or recklessly misleads, or attempts to mislead, a party to obtain a financial or other benefit or to avoid an obligation;

c. “coercive practice” means impairing or harming, or threatening to impair or harm, directly or indirectly, any party or the property of party to influence improperly the actions of a party’

d. “collusive practice” means an arrangement between two or more parties designed to achieve an improper purpose, including influencing improperly the action of another party.

******(End of ITB)******

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 12

Bid Data Sheet

General

Sr. No.

Particulars Date

1 Office inviting tender MP AKVN (I) LTD. Indore

2 NIT No. 5981

3 Date of NIT 28.06.2016

4 Bid documents download available from date & time 29.06.2016 / 10:30 AM

5 Website link http://www.mpeproc.gov.in

Section 1 – NIT

Clause Reference

Particulars Date

2 Portal fees As notified in E-Tendering Website

3

Cost of bid document Rs. 15,000/- e/c portal processing fee

Cost of bid document payable at Online Payment Mode

Cost of bid document in favor of Online Payment Mode

4 Affidavit format Annexure B

5

Pre- qualification required Yes

Required as below: (a) In case of Roads and Bridge works costing more than Rs. Five Crore. and (b) In case of Building works costing more than Rs. Fifty lacs.

If yes, details

Annexure-C (Evaluation by Executive Engineer who will intimate reasons to disqualified bidders)

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 13

6 Special Eligibility Yes

If yes, details Annexure ‘D’

7 Key dates Annexure ‘A’

Section 2 – ITB

Clause Reference

Particulars Date

1 Name of work

Development work of De-Notified Area from SEZ-II at Pithampur Distt. Dhar (M.P.)

2 Specifications

Annexure E

In addition to as below:

a) In case of Road and Bridge works: “Specification for Road and bridge work (fifth revision) by MORTH

b) Stipulation by SOR in force

c) IRC, MPPWD, CHPPEO, CPWD.

3 Procedure for Participation in e-tendering Annexure F

4 Whether joint venture is allowed NA

If yes, requirement for joint venture NA

9

Pre bid meeting to be held Yes

If yes, date, time & place

Date- 00.07.2016

Time from 3:00 PM

Place :Free Press House, First Floor, 3/54 Press Complex A.B. Road Indore MP. AKVN (I) Indore

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 14

Clause Reference

Particulars Date

12

Envelope-A containing:

i. Cost of Bid Document

ii. EMD

iii. An affidavit duly notarized as per annexure – B

iv. Should reach in physical form

At the office of the

14

Envelope-B containing Technical Proposal

Registration number or proof of application for registration and organization details as per Annexure H

Documents of Pre Qualification criteria

Annexure – I and

Annexure – I (Format I-1 to I-5)

15 Envelope-C Financial Bid (only on line) Annexure – J

Materials to be issued by the department Annexure – K

16 Period of validity of Bid 120 Days

17

Earnest money deposit Rs.4,77,260/-

Forms of earnest money deposit i. FDR

ii. Demand draft of scheduled commercial bank

iii. Interest bearing securities of post office

EMD valid for a period of Six months or more

FDR must be drawn in favour of MD AKVN (I) Ltd. Indore

21 Letter of Acceptance (LoA) Annexure L

22 Amount of performance security 5% of contract amount

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 15

Clause Reference

Particulars Date

Additional performance security, if any

Equal to an amount arrived at, by multiplying the contract amount with difference of percentage between percent rates (below/minus), of successful bid and ten percent (below/minus), considering bid rates less than ten percent below PAC, to be unworkable and shall require additional performance security (guarantee)

Performance security in the format Annexure M

Performance security in favour of MD AKVN (I) Indore

Performance security valid up to Valid defect liability period plus 3 months

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 16

Annexure –A (see clause 1, 7 of section 1 NIT)

KEY DATES

Sr. No

Work Department

Stage

Bidder’s Stage

Start Expiry Envelopes

Date Time Date Time

1 Purchase of tender - online

29-06-2016

10:30 12-07-2016

17:30 Envelop A/B/C

2 Bid submission –

online

15-07-2016

17:30 Envelop A/B/C

3 Mandatory open (Envelope-A&B)

19-07-2016

15:00 Envelope-A & B

4 Financial Bid open (Envelope-C)

22-07-2016

15:00 Envelope-C

Original term deposit receipt of earnest money deposit, demand draft for the cost of bid document and affidavit shall be submitted by the bidder so as to reach the office as prescribed in bid data sheet at list one calendar day before specified start time and date in key dates for opening of technical proposal as per key dates in bid data sheet. (The physical submission as above should be done upto 17:30 hrs. on 18-07-2016)

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 17

Annexure – B (See clause 3 of section 1 NIT)

‘AFFIDAVIT’ (To be contained in Envelope A)

(On Non judicial Stamp of Rs.100)

I/we ____________________________________________________________________________who is/ are __________________ ______________________________________(status in the firm/company) and competent for submission of the affidavit on behalf of M/s________________________________ (contractor) do solemnly affirm and oath and state that:

I/we am/are fully satisfied for the correctness of the certificates / records submitted in support of the following information in bid document which are submitted in response to notice inviting e- tender No. ________________________ for ____________________________________(name of the department). I/we am/are fully responsible for the correctness of following self-certified information/documents and certificates:

1. That the self-certified information given in the bid document is fully true and authentic. 2. That:

a. Term deposit receipt deposited as earnest money, demand draft for cost of bid document and other relevant document provided by the Bank are authentic.

b. Information regarding financial qualification and annual turnover is correct. c. Information regarding various technical qualifications is correct.

3. No close relative of the undersigned and our firm/ company is working in the department.

OR Following close relatives are working in the department: Name ____________________ Post ________________________ Present Posting____________________________

Signature with seal of the Deponent (Bidder)

I/we_____________________________________________________ above deponent do hereby certify that the facts mentioned above paras 1 to 4 are correct to the best of my knowledge and belief. Verified today________________________________ (dated) at _____________________(place)

Signature with seal of the Deponent (Bidder)

Note: Affidavit duly notarized in original shall reach at least one calendar day before opening of the bid.

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 18

Annexure – C (See clause 5 of section 1 NIT)

Eligibility / Pre-Qualification Criteria Eligibility For Bidders: A. At the time of submission of the bid the bidder should have valid registration with the

Government of Madhya Pradesh, PWD / Central Government / State Government / Semi Government in appropriate class. However, such bidders who are not registered with the Government of Madhya Pradesh and are eligible registration can also submit their bids after having applied for registration of with appropriate authority.

B. The bidder would be required to have valid registration at the time of signing of the contract.

C. Failure to sign the contract by the selected bidder, for whatsoever reason, shall result in forfeiture of the earnest money deposit. The bidder should have:

A. Financial /Technical i. Experience of having successfully executed Civil Infrastructure Projects ( Excluding

Irrigation earthworks projects ): bidder can submit the experience certificates upto the date of submission of tender and same will be considered.

a. Three similar works, each costing not less than the amount equal to 20% the probable amount of contract during the last 3 financial years; or

b. Two similar works, each costing not less than the amount equal to 30% of the probable amount of contract during the last 3 financial years; or

c. One similar work of aggregate cost not less than the amount equal to 50% of the probable amount of contract in any one year during the last 3 financial years;

ii. Average annual construction turnover on the construction works not less than 50% of the probable amount of contract during the last 3 financial years:

iii. Executed items of work in any one financial year during the last 3 financial years which should not be less than the minimum, physical requirement, if any, fixed for the work.

iv. Bid Capacity – Bidder shall be allotted work up his available bid capacity which shall be work out as given in format one I-2 of Annexure I.

B. Physical Physical qualifications for the work shall be as below

Sr. No.

Particulars Quantity Period

1 Construction of asphalted road ( 7 M. carriage way)

2 Km

Any One Financial Year During the

last Three Financial Year

2 Work of Cement Concrete 300 cum

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 19

(The Employer shall specify all physical qualifications required). Note: above criteria are indicative, subject to suitable stipulations by the department and specific Bid.

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 20

Annexure – D (See clause 6 of Section 1 NIT)

Special Eligibility Criteria

The bidder should have Experience of:

A. Erection of Gates :______________________________________________________

B. Construction of tunnel :______________________________________________________

Note: above criteria are indicative, subject to suitable stipulations by the department and specific Bid

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 21

Annexure – E (See clause 2 of section 2 ITB & clause 10 of GCC)

Specifications

1. MORTH Department specifications,

2. IRC Specifications,

3. CPWD Specifications

4. MP PWD Specifications

5. CPHEEO Manual / PHE Specifications

The provisions of general/ special conditions of contract, those specified elsewhere in the bid document, as well as execution drawing and notes, or other specifications issued in writhing by the employer shall form part of the technical specifications of this work.

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 22

Annexure-F

(See clause 3 of section 2 ITB)

Procedure for Participation in e- tendering

1. Registration of Bidders on e-tendering System: All the PWD registered bidders are already registered on the new e- procurement portal http://www.mpeproc.gov.in. The user id will be the contractor ID provided to them from MP Online. The password for the new portal was been send to the bidder registered email ID for more details may contact M/s Tata Consultancy Services Corporate Block, 5th floor, DB city Bhopal-462011 email id: [email protected]. Helpdesk phone numbers are available on website.

2. Digital Certificate: The bids submitted online should be signed electronic with a Class III Digital Certificate to establish the identity of the bidder submitting the bid online. The bidders may obtain Class III Digital Certificate issued by an approved certifying authority authorized by controller of certifying authorities, Government of India a Class III Digital Certificate is issued upon the receipt of mandatory identity proofs along with an application. Only upon the receipt of the required documents, a digital certificate can be issued. For details please visit cca.gov.in

Note:

i. It may take upto 7 working days for issuance of Class III Digital Certificate; hence the bidders are advised to obtain the certificate at the earliest. Those bidders who already have valid Class Iii Digital Certificate need not obtain another Digital Certificate for the same. The bidder may obtain more information and the application from required to be submitted for the issuance of Digital Certificate from cca.gov.in

ii. Bids can be submitted till bid submission end date. Bidder will require digital signature while bid submission.

The digital certificate issued to the authorized user of a partnership firm private limited company / public limited company and used for online biding will be considered as equivalent to a no-objection certificate / power of attorney to that user.

In case of Partnership firm, majority of the partners have to authorize a specific individual through authority letter signed by majority of the partners of the firm.

In case of Privet Limited Company, Public Limited Company, the Managing Director has to authorize a specific individual through authority letter. Unless the certificate is revoked, it will be assumed to represent adequate authority of the specific individual to bid on behalf of the organization for online bids as per information Technology Act 2000. This authorized user will be required to obtain a digital certificate. The Digital Signature executed through the use of digital certificate of this authorized user will be binding on the firm. It shall be the responsibility of Management / Partners of the concerned firm to inform the certifying authority, if the Authorized user changes, and apply for a fresh Digital certificate for the new authorized user.

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 23

3. Set up of Bidder’s Computer System: In order for a bidder to operate on the e-tendering System, the Computer System of the bidder is required to be set up for Operating System, Internet Connectivity, Utilities, Fonts, etc. The details are available at https://www.mpeproc.gov.in

4. Key Dates: The Bidders are strictly advised to follow the time schedule (Key Dates) of the bid on their side for tasks and responsibilities to participate in the bid, as all the stages of each bid are locked before the start time and date and after the end time and date for the relevant stage of the bid as set by the department.

5. Preparation and Submission of Bids: The bidders have to prepare their bids online, encrypt their Bid Data in the Bid forms and submit Bid of all the envelopes and documents related to the Bid required to be uploaded as per the time schedule mentioned in the key dates of the notice inviting e-tendering after signing of the same by the Digital Signature of their authorized representative.

6. Purchase of Bid Document: For purchasing of the bid document bidders have to pay Service Charge online ONLY which is Rs (as per Bid Data Sheet). Cost of bid document is separately mentioned in the detailed NIT. The Bid Document shall be available for purchase to concerned eligible bidder immediately after online release of the bids and upto scheduled time and date as set in the key dates. The payment for the cost of bid document shall be made online through Debit/Credit card, Net Banking or NeFT Challan through the Payment getaway provided on the portal.

7. Withdrawal, Substitution and notification of bids

Bidder can withdraw and modify the bid till bid submission end date.

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 24

Annexure-G (See clause 4 of section 2 ITB)

Joint Venture (J.V)

If J.V. is allowed following condition and requirements must be fulfilled-

1. Bids submitted by a joint venture of two or more firms as partners shall comply with the following requirements:

a. One of the partners shall be nominated as being Lead Partner, and this authorization shall be evidenced by submitting a power of attorney signed by legally authorize signatories of all the partners;

b. The bid and, in case of a successful bid, the agreement, shall be signed so as to legally binding on all partners;

c. The partners in charges shall be authorized to incur liabilities and receive instructions for and on behalf of any and all partners of the joint venture and the entire execution of the contract including payment, shall be done exclusively with the partner in charge;

d. All partners of the joint venture shall be liable jointly and severally for the execution of the contract in accordance with the contract terms, and a statement to this effect shall beincluded in the authorization mentioned under [c] above, as well as in the bid and in the agreement [in case of a successful bid];

e. The joint venture Agreement should indicate precisely the role of all members of JV in respect of planning, design; construction equipment, key personnel, work execution, and financing of the project. All members of JV should have active participation in execution during the currency of the contract. This should not be varied/modified subsequently without prior approval of the employer;

f. The joint venture agreement should be registered, so as to be legally valid and binding on all partners; and

g. A copy of the joint venture agreement entered into by the partners shall be submitted with the bid.

2. The figures for each of the partners of a joint venture shall be added together to determine the bidder’s compliance with the minimum qualifying criteria required for the bid all the partners collectively must meet the criteria specified in full. Failure to comply with the requirement will result in rejection of the joint venture’s bid.

3. The performance security of a joint venture shall be in the name of the partner lead partner/ joint venture.

4. Attach the power of attorney of the partners authorizing the bid signatory (ies) on behalf of the joint venture

5. Attach the Agreement among all partners of the joint venture [and which is legally binding on all partners], which shows the requirements as indicated in the instructions to bidders’.

6. Furnish details of participation proposed in the joint venture as below:

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 25

DETAILS OF PARTICIPATION IN THE JOINT VENTURE

Participation Details

Firm ‘A’ (lead Partner)

Firm’B’ Firm ’C’

Financial

Name of the Banker(s)

Planning

Construction Equipment

Key Personnel

Execution of work

(Give details on contribution of each)

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 26

Annexure- H

(See clause 12 of section 2 – ITB & clause 4 of GCC)

Organizational Details (To be contained in envelope-A)

Sr. No

Particulars Details

1 Registration number issued by centralized registration system of Govt. of M.P. or Proof of application for registration.

(if applicable, scanned copy of proof of application for registration to be uploaded

2 Valid registration of bidder in appropriate class through centralized registration of Govt. of MP

Registration No._________Date (scanned copy of registration to be uploaded)

3 Name of Organization /Individual/ Proprietary Firm/Partnership Firm

4

Entity of Organization

Individual/ Proprietary Firm/Partnership Firm

(Registered under Partnership Act)/ Limited company (Registered under the companies Act-1956)/Corporation/joint Venture

5 Address of Communication

6 Telephone Number with STD code

7 Fax Number with STD code

8 Mobile Number

9 E-mail Address for all communications

Details of Authorized Representative

10 Name

11 Designation

12 Postal Address

13 Telephone Number with STD code

14 Fax Number with STD code

15 Mobile Number

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 27

16 E-mail Address

Note:

In case of partnership firm and limited company certified copy of partnership deed/articles of association and Memorandum of association along with registration certificate of the company shall have to been closed.

Signature of Bidder with Seal

Date:_________________________

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 28

Annexure – I

(See clause 14 of section 2 – ITB)

Envelope- B, Technical Proposal Technical Proposal shall comprise the following documents: Sr. No. Particulars Details to be Submitted

1 Experience – Financial & Physical Annexure – I (Format:I-1)

2 Annual Turnover Annexure – I (Format:I-2)

3 List of technical personnel for the key positions Annexure – I (Format:I-3)

4 List of key equipment’s/machines for quality control labs Annexure – I (Format:I-4)

5 List of key equipment’s/machines for construction work Annexure – I (Format:I-5)

Note:

1. Technical Proposal Should be uploaded duly page numbered and indexed. 2. Technical proposal uploaded otherwise will not be considered.

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 29

Annexure –I (Format:I-1) (See clause 14 of section 2- ITB)

Financial & Physical Experience Details A. Financial Requirement:

The bidder should have completed Civil Infrastructure Projects ( Excluding Irrigation earthworks projects ) either of the below:

a. Three similar works, each costing not less than the amount equal to 20% of the probable amount of contract during the last 3 financial years; or

b. Two similar works, each costing not less than the amount equal to 30% of the probable amount of contract during the last 3 financial years; or

c. One similar work of aggregate cost not less than the amount equal to 50% of the probable amount of contract in any one year during the last 3 financial years;

To be filled in by the contractor:

i. Details of successfully completed similar works shall be furnished in the following format. ii. Certificate duly signed by the employer shall also be enclosed for each completed similar work.

Agreement number &

year

Name of work

Date of Work Order

Date of Completion

Amount of contract

Employer’s name and Address

Existing commitments – (Value of ‘C’ for Bid Capacity Formula)

Agreement number &

year

Name of work

Date of Work Order

Date of Completion

Amount of contract

Amount of balance

work

Employer’s name and Address

B. Physical Requirement:

Execution of similar items of work in any one financial year during the last 3 financial years should not be less than the minimum physical requirement fixed for the work.

Sr. Particulars Actual Quantity Executed

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 30

No. Year-1 Year-2 Year-3

1 Physical qualification required NO

Note: 1. Certificate duly signed by the employer shall be enclosed for the actual quantity executed in any one year during the last 3 financial years. 2. Similar works: the similarity shall be based on the physical size, complexity, methods technology for road & water supply works.

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 31

Annexure – I (Format: I-2) (See clause 14 of section -2 ITB)

Annual Turnover Requirement: Average annual construction turnover on the construction works not less than 30% of the probable amount of contract during the last 3 financial years;

To be filled in by the contractor:

Financial Year

Payments received for contracts in progress or completed

1

2

3

4

5

Note:

i. Annual turnover of construction should be certified by the chartered Accountant.

ii. Audit balance sheet including all related notes, and income statements for the above financial years to be enclosed

Bid Capacity

Applicants who meet the minimum qualifying criteria in the evaluation as stated above are to be evaluated further for bid capacity as under:

Bid Capacity = (1.5 A X B)-C

Where

A = Maximum value of civil engineering works executed in any one year during the last five year (10% weightage per year shall be given to bring the value of work executed at present price level)

B = Proposed contract period in years.

C = Amount of work in hand at present.

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 32

Annexure – I (Format: I-3)

(See clause 14 of section -2 ITB & clause 6 of GCC)

List of Technical Personnel for the Key Positions Minimum Requirement Available with the Bidder

Sr. N

o

Key

Posi

tion

Min

imum

re

quir

emen

t

Qual

ifica

tion

Age

Sim

ilar w

ork

expe

rien

ce

Tota

l wor

k Ex

peri

ence

Sr. N

o

Nam

e of

Per

sonn

el

Key

Posi

tion

Qual

ifica

tion

Age

Sim

ilar w

ork

expe

rien

ce

Tota

l wor

k Ex

peri

ence

1 Senior Engineer

1 BE Civil Upto 45 Years

Alteast 3 Projects

5 Years for BE and 10 years for Diploma

2 Junior Engineer

1 BE or Diploma in Civil

Upto 45 Years

Alteast 2 Projects

3 Years for BE and 5 Years for Diploma

3 Supervisor

2 Diploma in civil or ITI

Upto 45 Years

Alteast 2 Projects

5 Years

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 33

Annexure – I (Format: I-4)

(See clause 14 of section -2 ITB)

List of Key Equipment’s/ Machines for Quality Control Labs Minimum requirement Available with the Bidder

Sr. No.

Name of Equipment / Machinery Quantity Name of

Equipment / Machinery

Quantity

1 Set of bucket for bulk density 30 lit. cap sample diving.( Various sizes 15, 20, 30 Lit.)

1

2. Riffle Box ( Sample Diving Box) 1

3. Bitumen extractor (Hand/Electrically operated)

1

4. Marshal stability testing machine. 1

5. Field density ( Send replacement method)

1

6. Straight edge 3m. long ISMC 50 X 100 1

7. M. S. Camber plate 2.75 m. 3.5 m. 7.0 m long

1 No. each

8. Constant temporary Hot Water bath 1.No.

9. Electronic weigh balance capacity up to 2000 g. with least count of 0.1 Grame.

1 No.

10. G. I. Trays of various sizes 12

11. Digital thermometers capacity upto 210° c. withleast count. 1 0 c.

1

12. Electric Oven 1

13. Marshall stability moulds with rammer 1 Set.

14. Chemicals ( Benzene / Trichloroethylene.)

250 Liter.

15. Filter papers 500/season

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 34

16. Weight Box with 5 Kg. To 1.gm. weights. 1

17. Fractional weight Box & pan balance. 1

18. G-1 / Brass Sieves of various sizes for gradation as required

1 No. each.

19. Pick axes 2

20. Cooking gas / Kerosene burner with cylinder. 1

21. Impact Test Apparatus ( For coarse Aggregate)

1

22. Flakiness and Elongation test gauges. 1

23. Penetrometer’s with standard needle for asphaltTest

3

24. Compression Testing machine 1 No.

25. Concrete cube moulds 15 Nos.

26 Slum Cone 1 No.

27 Measuring Cylinder @ 1000 ml. capacity

1 No.

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 35

Annexure – I (Format: I-5)

(See clause 14 of section -2 ITB)

List of Key Equipment’s/ Machines for Construction Work Minimum requirement Available with the Bidder

Sr. No. Name of Equipment /

Machinery Quantity

Name of Equipment /

Machinery Quantity

As per MOST specification

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 36

Annexure – J

(See clause 14 of section – 2 ITB)

FINANCIAL BID (To be contained in Envelope-C)

Name of Work_____________________________________________________________________

I/we hereby bid the for the execution of the above work within the time specified at the rate (in figure)__________________ (in words)____________________________ percent below / above or at per based on the Bill of Quantities and item wise rates given therein all respects and in accordance with the specifications, designs, drawings and instruction in writing in all respects in accordance with such conditions so far as applicable. I/we have visited the site of work and am/are fully aware of all the difficulties and conditions likely to affect carrying out the work. I/we have fully acquainted myself / ourselves about the conditions in regard to accessibility of site and quarries / kilns, nature and the extent of ground, working conditions includingstacking of materials, installation of tools and plant conditions effecting accommodation and movement of labour etc. required for the satisfactory execution of contract.

Should this bid be accepted, I/we hereby agree to abide by and fulfill all the terms and provisions of the said conditions of contract annexure hare to so far as applicable, or in default thereof to forfeit and pay to the Governor of Madhya Pradesh or his successors in office the sums of money mentioned in the said conditions.

Note: i. Only one rate of percentage above or below or at par based on bill of quantities and

item wise rates given therein shall be quoted. ii. Percentage shall be quoted in figures as well as in words. If any difference in figures

and words is found lower of the two shall be taken as valid and correct rate. If the bidder is not ready to accept such valid and correct rate and declines to furnish performance security and sign the agreement his earnest money deposit shall be forfeited.

iii. In case the percentage “above” or “below” is not given by a bidder, his bid shall be treated as non-responsive.

iv. All Taxes and duties levies by State Govt. and Govt. of India applicable for the work, shall be included in the rate quoted by the bidder, i.e. all taxes and duties liable to be paid by the contractor shall bear by the contractor, and any tax or duties arises for the same work on AKVN shall be deducted from the bill of the contractor.

Signature of Bidder

Name of Bidder

The above bid is hereby accepted by me behalf of the MPAKVN(I) Ltd., Indore dated the ________ Day of ______________20_____

Signature of Officer by whom accepted

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 37

Annexure – K (See clause 15 of section 2 – ITB)

Material to Be Issued By the Department Sr. No.

Name of Material Rate (Issue

rate) Unit Remarks

----------------------------NIL--------------------------

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 38

Annexure – L

(See clause 21 of section -2 ITB)

Letter of Acceptance (LOA)

No.______________________ Dated:_________________

To,

M/s_______________________

(Name and address of the contractor)

Subject:______________________________________________

(Name of the work as appearing in the bid for the work)

Dear Sir (s),

Your bid for the work mentioned above has been accepted on behalf of the governor of Madhya Pradesh at your bided percentage ______ below/ above or at per the bill of quantities and item wise rates given therein.

You are requested to submit within 15 (fifteen) days from the date of issue of this latter:

a. The performance security/ performance guarantee of Rs. _____________ (in figures) (Rupees______________________________________) in words only). The performance security shall be in the shape of term deposit receipt / bank guarantee of any nationalized / schedule commercial bank valid up to three months after the expiry of defects liability period.

b. Sign the contract agreement.

Please note that the time allowed for carrying out the work as entered in the bid is thirty months including rainy season, shall be reckoned from the date of signing the contract agreement.

Signing the contract agreement shall be reckoned as intimation to commencement of work and so separate letter for commencement of work is required. Therefore, after signing of the agreement, you are directed to the Engineer-in-charge for taking the possession of site and necessary instruction to start the work.

Yours Faithfully Executive Engineer

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 39

Annexure – M

(see clause 22 of section -2 ITB)

Performance Security To, ______________________(Name of Employer ______________________ ______________________(Address of Employer

WHEREAS ________________________[name and address of contractor)

(Hereinafter called "the Contractor") has undertaken, in pursuance of Letter of Acceptance No.__________ dated ____________ to execute _____________[name of Contract and brief description of Works] (hereinafter called "the Contract”).

AND WHEREAS it has been stipulated by you in the said Contract that the Contractor shall furnish you with a Bank Guarantee by a recognized bank for the sum specified therein as security for compliance with his obligation in accordance with the Contract;

AND WHEREAS we have agreed to give the Contractor such a Bank Guarantee:

NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you on behalf of the Contractor, up to a total of ___________ [amount of guarantee]* ___________ ___(in words), such sum being payable in the types and proportions of currencies in which the contract Price is payable, and we undertake to pay you, upon your first written demand and without cavil or argument, any sum or sums within the limits of _________________[amount of guarantee] as aforesaid without your needing to prove or to show grounds or reasons for your demand for the sum specified therein.

We hereby waive the necessity of your demanding the said debt from the contractor before presenting us with the demand.

We further agree that no change or addition to or other modification of the terms of the Contract of the Works to be performed there under or of any of the Contract documents which may be made between you and the Contractor shall in any way release us from any liability under this guarantee, and we hereby waive notice of any such change, addition or modification.

Our liability under this bank guarantee shall not exceed Rs. …................ (Rs. ……………….Only )& We further declare that this Bank Guarantee will be valid from ………………. To …………….. and we declare that this Bank Guarantee will be renewed automatically: we undertake to renew this Bank Guarantee on our own till the matter is settled & fully discharged by the MD MP AKVN Indore. The liability of the Importer shall not be discharged in any account without the consent of the MD MP AKVN Indore in writing.

This guarantee shall be valid until 3 (three) months from the date of expiry of the Defect Liability Period.

Signature, Name and Seal of the guarantor __________________________________________ Name of Bank ________________________________________________________________ Address_______________________________________________________________________ Phone No., Fax No., E-mail Address, of Signing Authority_______________________

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 40

Date___________________________________________________________________________________

* An amount shall be inserted by the Guarantor, representing the percentage the contract Price specified in the Contract including additionalsecurity for unbalanced Bids, if any and denominated in Indian Rupees.

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 41

SECTION 3

Conditions of Contract Part- I General Conditions of Contract (GCC)

Table of Clauses of GCC

Clause No.

Particulars Clause No.

Particulars

A. General

1 Definitions

21 Payments for Variations and / or Extra Quantities

2 Interpretations and Documents

22 No compensation for alteration in or restriction of work to be carried out

3 Language and Law 23 No interest Payable

4 Communications 24 Recovery from contractors

5 Subcontracting 25 Tax

6 Personnel 26 Check Measurements

7 Force Majeure 27 Termination by Engineer in charge

8 Contractor's Risks 28 Payment upon Termination

9 Liability For Accidents To Person 29 Performance security

10 Contractor to Construct the work 30 Security deposit

11 Discoveries 31 Price Adjustment

12 Dispute Resolution System

32 Mobilization and Construction Machinery advance

B. Time Control 33 Secured Advance

13 Programme 34 Payments Certificates

14 Extension of Time E. Finishing the Contract

15 Compensation for Delay 35 Completion Certificate

16 Contractor’s quoted percentage 36 Final Account

C. Quality Control F. Other Conditions of Contract

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 42

17 Tests 37 Currencies

18 Correction of Defects noticed during the Defect Liability Period

38 Labour

D. Cost Control 39 Compliance with Labour Regulations

19 Variations- Change in original Specifications, Designs, Drawings etc.

40 Audit and Technical Examination

20 Extra Items

41 Death or Permanent Invalidity of Contractor

42 Jurisdiction

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 43

A. General

1. Definitions

1.1. Bill of Quantities: means the priced and completed Bill of Quantities forming part of the Bid.

1.2. Chief Engineer: means Chief Engineer, MPTRIFAC, Bhopal.

1.3. Completion: means completion of the work as certified by the Engineer-in-charge, in accordance with provision of agreement.

1.4. Contract: means the contract between the Employer and the contractor to execute, complete and/or maintain the work. Agreement is synonym of contract and carries the same meaning wherever used.

1.5. Contract Data: means the documents and other information which comprise of the contract.

1.6. Contractor: means a person or legal entire whose bid to carry out the work has been accepted by the Employer

1.7. Contractor’s Bid: means the completed bid document submitted by the contractor

1.8. Contract Amount: means the amount of contract worked out on the basis of accepted bid.

1.9. Completion of Work: means completion of the entire contracted work. Exhaustion of quantity of any particular item mentioned in the bid document shall not imply completion of work or any component thereof.

1.10. Day: means the calendar day.

1.11. Defect: means any part of the work not completed in accordance with the specifications included in the contract.

1.12. Department: means department of the State Government viz. MPAKVN(I), Water Resources Department, Public Works Department, Public Health Engineering Department, Rural Engineering Services and any other organization which adopts this document.

1.13. Drawing: means drawings including calculation and other information provided or approved by the Engineer-in-charge.

1.14. Employer: means the party as defined in the contract data, who employs the contractor to carry out the work. The Employer may delegate any or all functions to a person or body nominated by him for specified functions. The word employer / Government /Department wherever used denote Employer.

1.15. Engineer: means the person named in the contract data.

1.16. Engineer in charge: means the person named in the contract data.

1.17. Equipment: means the contractor’s machinery and vehicles brought temporarily to the site for execution of work.

1.18. Government: means Government of Madhya Pradesh.

1.19. In writing: means communicated in written form and delivered against receipt.

1.20. Material: means all supplies, including consumables, used by the contractor for incorporation in the work.

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 44

1.21. Superintending Engineer: means Superintending Engineer-in-Charge of the circle concerned

1.22. Stipulated period of completion: means the period in which the contractor is required to complete the work. The stipulated period is specified in the contract Data.

1.23. Specification: means the specification of the work included in the contract and any modification or addition made or approved by the Engineer-in-charge.

1.24. Start Date: means the date of signing of agreement for the work.

1.25. Sub-contractor: means a person or corporate body who has a contract with the contractor, duly authorized to carry out a part of the construction work under the contract.

1.26. Temporary work: means work designed, constructed, installed, and removed by the contractor that are needed for construction or installation of the work.

1.27. Tender/Bid, Tendered/Bidder: are the synonyms and carry the same meaning where ever used.

1.28. Variation: means any change in the work which is instruction or approved as variation under this contract.

1.29. Work: The expression “work” or “works” where used in these condition shall unless there be something either in the subject or context repugnant to such construction, be construed and taken to mean the work by virtue of contract, contracted to be executed, whether temporary or permanent and whether original, altered, substituted or additional.

2. INTERPRETATIONS AND DOCUMENT

2.1. Interpretations

In the contract, except where the context requires otherwise:

a. words indicating one gender include all genders;

b. words indicating the singular also include the plural and vice versa.

c. Provision including the word “agree”, “agreed” or “Agreement” require the agreement to be recorded in writing;

d. Written” or “ in writing” means hand-written, type-written, printed or electronically made, and resulting in a permanent record;

2.2. Document Forming Part of Contract

1. NIT with all amendment.

2. Instructions of Bidders (ITB, Bid Data sheet with all annexures)

3. Conditions of Contract:

i. Part I General Conditions of contract and the contract Data with all annexures

ii. Part II special Conditions of contract.

4. Specifications

5. Drawings

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 45

6. Bill of Quantities

7. Technical and Financial Bid

8. Agreement, and

9. Any other document (s), as specified.

3. Language and Law The language of the Contract and the law governing the Contract are stated in the contract data.

4. Communications All certificates, notice for instruction to be given to the Contractor by Employer/Engineer shall be sent to the address or contact details given by the contractor in [Annexure H of ITB]. The address and contact details for communication with the Employer/Engineer shall be as per the details given in the contract Data. Communication between parties that are referred to in the conditions shall be in writing. The notice sent by facsimile (fax) or other electronic means (email) shall also be effective on confirmation of the transmission. The notice sent by registered post or speed post shall be effective on delivery or at the expiry of the normal delivery period as undertaken by the postal service. In case of any change in address for communication, the same shall be immediately notified to Engineer-in-charge.

5. Subcontracting Subcontracting shall be permitted for contracts of value more than amount specified in the Contract Data with following conditions.

a. The Contractor may subcontract up to 25 percent of the contract price with the approval of the Employer in writing, but will not assign the contact. Subcontracting shall not alter the Contractor's obligations.

b. Following shall not form part of Subcontracting

i. Hiring of labour through a labour contractor.

ii. The purchase of Materials to be incorporated in the works.

iii. Hiring of plant & machinery

c. The sub-contractor will have to be registered in the appropriate category in the centralized registration system for contractors of the GoMP.

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 46

6. Personnel

6.1. The Contractor shall employ for the construction work and routine maintenance the technical personnel as provided in the Annexure I-3 of Bid Data Sheet, if applicable. If the Contractor fails to deploy required number of technical staff, recovery as specified in the Contract Data will be made from the contractor.

6.2. If the Engineer asks the Contractor to remove a person who is a member of the Contractor's staff or work force, stating the reasons, the Contractor shall ensure that the person leaves the Site within three days and has no further connection with the works in the contract.

7. Force Majeure 7.1. The term “Force Majeure” means an exceptional event or circumstance :

(a) Which is beyond a party’s control,

(b) Which such party could not reasonably have provided against before entering into the contract.

(c) Which, having arisen, such party could not reasonably have avoided or overcome, and

(d) Which is not substantially attributable to the other party Force majeure may include, but is not limited to, exceptional events or circumstance of the kind listed below, so long as conditions (a) to (d) above are satisfied:

i. War, hostilities (whether war be declared or not), invasion, act of foreign enemies,

ii. Rebellion, terrorism, sabotage by persons other than the contractor’s personnel, revolution, insurrection, military or usurped power, or civil war,

iii. Riot, commotion, disorder, strike or lockout by persons other than the contractor’s personnel,

iv. Munitions of war, explosive materials, ionizing radiation or contamination by radio-activity, except as may be attributable to the contractor’s use of such munitions, explosives, radiation or radio-activity, and

v. Natural catastrophes such as earthquake, hurricane, typhoon or volcanic activity.

7.2. In the event of either party being rendered unable by force majeure to perform any duty or discharge any responsibility arising out of the contract, the relative obligation of the party affected by such force majeure shall upon notification to the other party be suspended for the period during which force majeure event lasts. The cost and loss sustained by either party shall be borne by respective parties.

7.3. For the period of extension granted to the Contractor due to Force Majeure the price adjustment clause shall apply but the penalty clause shall not apply. It is clarified that this sub clause shall not give eligibility for price adjustment tocontracts which are otherwise not subject to the benefit of price adjustment clause.

7.4. The time for performance of the relative obligation suspended by the force majeure shall stand extended by the period for which such cause lasts. Should the delay caused by force majeure exceed twelve months, the parties tothe contract shall be at liberty to foreclose the contract after holding mutual discussions.

8. Contractor’s Risks

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 47

8.1. All risks of loss or damage to physical property and of personal injury and death which arise during and in consequence of the performance of the Contract are the responsibility of the Contractor.

8.2. All risks and consequences arising from the inaccuracies or falseness of the documents, drawing, designs, other documents and/or information submitted by the contractor shall be the responsibility of the Contractor alone, not with standing the fact that the designs/ drawings or other documents have been approved by the department.

9. Liability for Accidents to Person The contractor shall be deemed to have indemnified and saved harmless the government against all action, suits, claims, demands, costs etc. arising in connection with injuries suffered by any persons employed by the contractor or his subcontractor for the works whether under the General law or under workman’s compensation Act, or any other statute in force at the time of dealing with the question of the liability of employees for the injuries suffered by employees and tohave taken steps properly to ensure against any claim there under.

10. Contractor to Construct the Works 10.1. The Contractor shall construct, install and maintain the Works in accordance withthe

Specifications and Drawings as specified in the Contract Data.

10.2. In the case of any class of work for which there is no such specification as is mentioned in Contract Data, such work shall be carried out in accordance with the instructions and requirement of the Engineer-in-charge.

10.3. The contractor shall supply and take upon himself the entire responsibility of the sufficiency of the scaffolding, timbering, machinery, tools and implements, and generally of all means used for the fulfilment of this contract whether such means may or may not be approved or recommended by the Engineer.

11. Discoveries

Anything of historical or other interest or of significant value unexpectedly discovered on the Site shall be the property of the Employer. The Contractor shall notify the Engineer of such discoveries and carry out the Engineer's instructions for dealing with them.

12. Dispute Resolution System

12.1. No dispute can be raised expect before the competent authority as defined in contract data in writing giving the full description and ground of dispute. It is clarify that merely recording protest while accepting measurement and/or payment shall not be taken as raising a dispute.

12.2. No dispute can be raised after 45 days of its first occurrence. Any dispute raised after expiry of 45 days of its first occurrence shall not be entertained and the employer shall not be liable for claims arising out of such dispute.

12.3. The Competent Authority shall decide the matter within 45 days.

12.4. Appeal against the order of the Appellate Authority can be preferred within 30 days to the Appellate Authority as defined in the Contract Data. The Appellate Authority shall decide the dispute within 45 days.

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 48

12.5. Appeal against the order of the Appellate Authority can be preferred before the Madhya Pradesh Arbitration Tribunal constituted under Madhya Pradesh Madhyastham Adhikaran Adhiniyam, 1983.

12.6. The Contractor shall have to continue execution of the works with due diligence notwithstanding pendency of a dispute before any authority or forum.

B. Time Control

13. Programme 13.1. Within the time stated in the Contract Data, the Contractor shall submit to the

Engineer for approval a Programme showing the general methods, arrangements, order and timing for all the activities for the construction of works.

13.2. The program shall be supported with all the details regarding key personnel, equipment and machinery proposed to be deployed on the works for its execution. The contractor shall submit the list of equipment and machinery being brought to site, the list of key personnel being deployed, the list of machinery/equipment being placed in field laboratory and the location of field laboratory along with the Programme.

13.3. An update of the Programme shall be a programme showing the actual progress achieved on each activity and the effect of the progress achieved on the timing of the remaining Works, including any changes to the sequence of the activities.

13.4. The Contractor shall submit to the Engineer for approval an updated programme at intervals no longer than the period stated in the Contract Data. If the Contractor does not submit an updated Programme within this period, the Engineer may withhold the amount stated in the Contract Data from the next payment certificate and continue to withhold this amount until the next payment after the date on which the overdue Programme has been submitted.

13.5. The Engineer's approval of the Programme shall not alter the Contractor’s obligations.

14. Extension of Time 14.1. If the Contractor desires an extension of time for completion of the work on the

ground of his having been unavoidably hindered in its execution or on any other grounds, he shall apply, in writing, to the Engineer-in-charge, on account of which hedesires such extension. Engineer-in-Charge shall forward the aforesaid application to the Competent Authority as prescribed.

14.2. The competent authority shall grant such extension at each such occasion within a period of 30 days of receipt of application from contractor and shall not wait for finality of work. Such extensions shall be granted in accordance with provisions under clause- 15 of this agreement.

14.3. In case the work is already in progress, the Contractor shall proceed with the execution of the works, including maintenance thereof, pending receipt of the decision of the competent authority as aforesaid with all due diligence.

15. Compensation for delay

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 49

15.1. The time allowed for carrying out the work, as entered in the agreement, shall be strictly observed by the Contractor.

15.2. The time allowed for execution of the contract shall commence from the date of signing of the agreement. It is clarified that the need for issue of work order is dispensed with.

15.3. In the event milestones are laid down in the Contract Data for execution of the works, the contractor shall have to ensure strict adherence to the same.

15.4. Failure of the Contractor to adhere to the timelines and/or milestones shall attract such liquidated damages as is laid down in the Contract Data.

15.5. In the event of delay in execution of the Works as per the timelines mentioned in the Contract Data the Engineer-in-charge shall retain from the bills of the Contractor amount equal to the liquidated damages leviable until the Contractor makes such delays good. However, the Engineer-in-charge shall accept bankable security in lieu of retaining such amount.

15.6. If the Contractor is given extension of time after liquidated damages have been paid, the Engineer in Charge shall correct any over payment of liquidated damages by the Contractor in the next payment certificate.

15.6.1. In the event the Contractor fails to make good the delay until completion of the stipulated contract period (including extension of time) the sum so retained shall be adjusted against the liquidated damages levied.

16. Contractor’s quoted percentage The Contractor’s quoted percentage rate referred to in the "Bid for works" will be deducted/ added from/to the net amount of the bill after deducting the cost of material supplied by the department.

C. Quality Control

17. Tests

17.1. The Contractor shall be responsible for:

a. Carrying out the tests prescribed in specifications, and

b. For the correctness of the test results, whether preformed in his laboratory or elsewhere.

17.2. The contractor shall have to establish field laboratory within the time specified and having such equipment’s as are specified in the Contract Data.

17.3. Failure of the Contractor to establish laboratory shall attract such penalty as is specified in the Contract Data.

18. Correction of Defects noticed during the defect Liability Period 18.1. The Defect Liability Period of work in the contract shall be as per the contract Data.

18.2. The Contractor shall promptly rectify all defects pointed out by the Engineer well before the end of the Defect Liability Period. The Defect Liability Period shall automatically stand extended until the defect is rectified.

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 50

18.3. If the contractor has not corrected a defect pertaining to the defect liability period to the satisfaction of the engineer, within the time specified by the Engineer, the Engineer will assess the cost of having the defect corrected, and the cost of correction of the defect shall be recovered from the performance security or any amount due or that may become due to the contractor and other available securities.

D. Cost Control

19. Variations - Change in original Specifications, Designs, and Drawings

19.1. The Engineer-in-charge shall have power to make any alterations, omissions or additions to or substitutions in the original specifications, drawings, designs and instructions, that may appear to him to be necessary during the progress of the work and the contractor shall carry out the work in accordance with any instructions which may be given to him in writing signed by the Engineer-in-charge, and such alterations, omission, additions or substitutions shall not invalidate the contract and any altered, additional or substituted work, which the contractor maybe directed to do in the 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 agrees to do the main work.

19.2. The time for the completion of the work shall be adjusted in the proportion that the altered, additional or substituted work bears to the original contract work and the certificate of the Engineer-in-charge shall be conclusive as to such proportion.

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 51

20. Extra Items

20.1. All such items which are not included in the priced BOQ shall be treated as extra items. The rates of extra items, if any, will preferably be governed by prevailing rates in Dhar Distt. based on following SOR including WPI- 1. MPPWD for Road & Bridge works w.e.f 03.11.2014 with amended up to date of NIT. 2. Electrical works w.e.f. MPPKVVCL SOR 2013-14, and PWD SOR w.e.f 01.08.2014. 3. MP PHED SOR Water supply & Sewer works w.e.f 2.12.2009 with amended upto date of NIT. 4. MP PWD Building SOR 01.08.2014 with amended upto date of NIT. For Extra Items not covered under above mentioned SOR, rates will be decided as follows- Rate analysis as per local market will be prepared and submitted by contractor to Rate approval committee which will be submitted to Managing Director. The decision of Managing Director will be final and binding on the Contractor.

21. Payments for Variations and / or Extra Quantities

21.1. The rates for such additional (Extra quantity), altered or substituted work/extra items under this clause shall be worked out in accordance with the following provisions in their respective order:-

a. The contractor is bound to carry out the additional (Extra quantity), work at the same rates as are specified in the contract for the work.

b. If the item is not in the priced BOQ and is included in the SOR of the department, the rate shall be arrived at by applying the quoted tender percentage on the SOR rate.

c. If the rates for the altered or substituted work are not provided in applicable SOR - such rates will be derived from the rates for a similar class (type) of work as is provided in the contract (priced BOQ) for the work.

d. If the rates for the altered, substituted work cannot be determined in the manner specified in the sub clause (c) above - then the rates for such composite work item shall be worked out on the basis of the concerned schedule of Rates minus/plus the percentage quoted by the contractor.

e. If the rates for a particular part or parts of the item is not in the Schedule of Rates and the rates for the altered, or substituted work item cannot be determined in the manner specified in sub clause (b) to (d) above, the rate for such part or parts will be determined by the competent authority as defined in the contract data on the basis of the rate analysis derived out of prevailing market rates when the work was done.

f. But under no circumstances, the contractor shall suspend the work on the plea of non-acceptability of rates on items falling under sub clause (a) to € in case the contractor does not accept the rate approved by the Engineer in charge for a particular item, the contractor shall continue to carry out the item at the rates determined by the competent authority. The decision on the final rates payable shall be arrived at through the dispute settlement procedure.

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 52

22. No compensation for alterations in or restriction of work to be carried

22.1. If at any time after the commencement of the work, the Engineer-in-charge, for any reason whatsoever, not require the whole or any part of the work as specified in the bid to be carried out; the Engineer-in-charge shall give notice in writing of the fact to the Contractor and withdraw that whole or any part of the work.

22.2. The Contractor shall have no claim to any payments or compensation what so ever, on account of any profit or advantage which he might have derived from the execution of work in full or on account of any loss incurred for idle men and machinery due to any alteration or restriction of work for whatsoever reason.

22.3. The Engineer-in-charge may supplement the work by engaging another agency to execute such portion of the work, without prejudice to his rights.

23. No Interest Payable No interest shall be payable to the Contractor on any payment due or awarded by any authority.

24. Recovery from Contractors Whenever any claim against the Contractor for the payment arises under the contract, the department may be entitled to recover such sum by:

(a) Appropriating, in part or whole of the Performance Security and Additional Performance Security, if any; and/or security deposit and / or any sums payable under the contract to the contract to the contractor.

(b) If the amount recovered in accordance with (a) above is not sufficient, the balance sum may be recovered from any payment due to the contractor under any other contract of the department, including the securities which become due for release.

(c) The department shall, further have an additional right to effect recoveries as arrears of land revenue under the M.P. land revenue code.

25. Tax

25.1. The rates quoted by the Contractor shall be deemed to be inclusive of the commercial tax and other levies, duties, cess, toll, taxes of Central and state Governments, local bodies and authorities.

25.2. The liability, if any, on account of quarry fees, royalties, octroi and any other taxes and duties in respect of materials actually consumed on public work, shall be borne by the Contractor.

25.3. Any changes in the taxes due to change in legislation or for any other reason shall not be payable to the contractor.

26. Check Measurements

26.1. The department reserves to itself the right to prescribe a scale of check measurement of work in general or specific scale for specific works or by other special orders.

26.2. Checking of measurement by superior officer shall supersede measurements by subordinate officer(s), and the former will become the basis of the payment.

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 53

26.3. Any over/excess payments detected, as a result of such check measurement or otherwise at any stage up to the date of completion of the defect liability period specified in this contract, shall be recoverable from the Contractor, as per clause 24 above.

27. Termination by Engineer in Charge

27.1. If the contractor fails to carry out any obligation under the contract, the Engineer in charge may by notice require the contractor to make good the failure and to remedy it within a specified reasonable time.

27.2. The Engineer in Charge shall be entitled to terminate the Contract if the contractor

a. Abandons the Works or otherwise plainly demonstrates the intention not to continue performance of his obligations under the contract;

b. The Contractor is declared as bankrupt or goes into liquidation other than for approved reconstruction or amalgamation;

c. Without reasonable excuse fails to comply with the notice to correct a particular defect within a reasonable period of time;

d. The Contractor does not maintain a valid instrument of financial security as prescribed;

e. The Contractor has delayed the completion of the Works by such duration for which the maximum amount of liquidated damages is recoverable;

f. If the Contractor fails to deploy machinery and equipment or personnel or set up a field laboratory as specified in the Contract Data;

g. If the contractor, in the judgment of the Engineer in charge has engaged in corrupt or fraudulent practices in competing for or in executing the contract;

h. Any other fundamental breaches as specified in the Contract Data;

27.3. In any these events or circumstances, the Engineer in charge may, upon giving 14 days’ notice to the contractor, terminate the contract and expel the contractor from the site. However, in the case of sub-paragraph (b) or (g) of clause 27.2 the engineer in charge may terminate the contract immediately.

27.4. Not with standing the above, the Engineer-in-Charge may terminate the contract for convenience by giving notice to the Contractor.

28. Payment upon Termination

28.1. If the contract is terminated under clause 27.3, the Engineer shall issue a certificate for value of the work accepted on final measurements, less advance Payments and Penalty as indicated in the Contract Data. The amount so arrived at shall be determined by the Engineer-in-Charge and shall be final and binding on both the parties.

28.2. Payment on termination under clause 27. 4 above- If the Contract is terminated under clause 27.4 above, the Engineer shall issue a certificate for the value of the work done, the reasonable cost of removal of Equipment, repatriation of the Contractor's personnel employed solely on the Works, and the Contractor's costs of protecting and securing the Works and less advance payments received up to the

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 54

date of the certificate, less other recoveries due in terms of the contract and less taxes due to be deducted at source as per applicable law.

28.3. If the total amount due to the Employer exceeds any payment due to the Contractor, the difference shall be recovered as per clause 24 above.

29. Performance Security The Contractor shall have to submit performance security and additional performance security, if any, as specified in the Bid Data Sheet at the time of signing of the contract. The contractor shall have to ensure that such performance security and additional performance security, if any, remains valid for the period as specified in the Contract Data.

30. Security Deposit-

30.1. Security Deposit shall be deducted from each running bill at the rate as specified in the Contract Data. The total amount of Security Deposit so deducted shall not exceed the percentage of Contract Price specified in the Contract Data.

30.2. The security deposit may be replaced by equivalent amount of bank guarantee or fixed deposit receipt assigned to the Employer, with validity up to 3 (three) months beyond the completion of Defect Liability Period/ extended Defect Liability Period.

30.3. The Security Deposit shall be refunded on completion of Defect Liability Period.

31. Price Adjustment 31.1. Applicability

1. Price adjustment shall be applicable only if provided for in the Contract Data. 2. The price adjustment clause shall apply only for the works executed from the

date of signing of the agreement until the end of the initial intended completion date or extensions granted for reasons attributed to Employer by the Engineer.

3. The Contractor shall not be entitled to any benefit arising from the price adjustment clause for extension in the contract period for reasons attributed to the contractor/Authority.

4. In the Force Majeure event the price escalation clause shall apply.

31.2. Procedure

1. Contract price shall be adjusted for increase or decrease in rates and price of labour, materials, fuels and lubricants in accordance with following principals and procedures and as per formula given in the contract data.

2. The price adjustable shall be determined during each quarter from the formula given in the contract data.

3. Following expression and meaning are assigned to the work done during each Quarter:

R= Total value of work during the quarter. It would include the amount of secured advance granted, if any, during the quarter, less the amount of secured advance recovered, if any during the quarter, less value of material issued by the department, if any, during the quarter.

4. Weightages of various components of the work shall be as per the Contract Data.

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 55

31.3. To the extent that full compensation for any rise or fall in costs to the contractor is not covered by the provisions of this or other clauses in the contract, the unit rate sand prices included in the contract shall be deemed to include amounts to cover the contingency of such other rise or fall in costs.

31.4. The index relevant to any quarter, for which such compensation is paid, shall be the arithmetical average of the indices relevant of the calendar month.

31.5. For the purpose of clarity it is pointed out that the price adjustment may be either positive or negative, i.e. if the price adjustment is in favour of the Employer, the same shall be recovered from the sums payable to the Contractor.

32. Mobilization and Construction Machinery

32.1. Payment of advance shall be applicable if provided in the Contract Data.

32.2. If applicable, the Engineer in charge shall make interest bearing advance payment to the contractor of the amounts stated in the Contract Data, against provision by the contractor of an unconditional Bank Guarantee in a form and by a nationalized/ scheduled banks, in the name as stated in the Contract Data, in amounts equal to the advance payment. The guarantee shall remain effective until the advance payment has been repaid, but the amount of the guarantee shall be progressively reduced bythe amounts repaid by the contractor.

32.3. The rate of interest chargeable shall be as per Contract Data.

32.4. The construction machinery advance, if applicable, shall be limited to 80% of the cost of construction machinery and admissible only for new construction machinery.

32.5. The advance payment shall be recovered as stated in the Contract Data by deducting proportionate amounts from payment otherwise due to the Contractor. No account shall be taken of the advance payment or its recovery in assessing valuations of work done, variations, price adjustments, compensation events, or liquidated damages.

33. Secured Advance

33.1. Payment of secured advance shall be applicable if provided in the Contract Data.

33.2. If applicable, the Engineer shall make advance payment against materials intended for but not yet incorporated in the Works and against provision by the contractor of an unconditional Bank Guarantee in a form and by a nationalized/ scheduled bank, in the name as stated in the Contract Data, in amounts equal to the advance payment. The guarantee shall remain effective until the advance payment has been adjusted, but the amount of the guarantee shall be progressively reduced by the amounts adjusted by the contractor.

33.3. The amount of secured advance and conditions to be fulfilled shall be as stipulated in the Contract Data.

33.4. The Secured Advance paid shall be recovered as stated in the Contract Data.

34. Payment Certificates

The payment to the contractor will be as follows for construction Work:

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 56

a) The Contractor shall submit to the Engineer monthly statements of the value of the work executed less the cumulative amount certified previously, supported with detailed measurement of the items of work executed.

b) The Engineer shall check the Contractor’s monthly statement and certify the amount to be paid to the contractor.

c) The value of work executed shall be determined, based on the Measurement approved by the Engineer/ Engineer-in-charge.

d) The value of work executed shall comprise the value of the quantities of the items in the Bill of Quantities completed.

e) The value of work executed shall also include the valuation of Variations and Compensation Events.

f) All payments shall be adjusted for deductions for advance payment, security deposit, other recoveries in terms of contract and taxes at source as applicable under the law.

g) The Engineer may exclude any item certified in a previous certificate or reduce the proportion of any item previously certified in any certificate in the light of later information.

h) Payment of intermediate certificate shall be regarded as payments by way of advance against the final payment and not as payments for work actually done and completed.

i) Intermediate payment shall not preclude the requiring of bad, unsound and imperfect or unskilled work to be removed and taken away and reconstructed or be considered as an admission of the due performance of the contractor any part thereof, in any respect or the occurring of any claim.

j) The payment of final bill shall be governed by the provisions of clause 36 of GCC.

E. Finishing the Contract

35. Completion Certificate

35.1. Completion Certificate in the prescribed format in Contract Data shall be issued by the Engineer-in-Charge after physical completion of the Work.

35.2. After final payment to the Contractor, a Final Completion Certificate in the prescribed format in the Contract Data shall be issued by the Engineer-in-charge.

36. Final Account

36.1. The Contractor shall supply the Engineer with a detailed account of the total amount that the Contractor considers payable for works under the contract within 21 days of issue of certificate of physical completion of works. The Engineer shall issue a Defects Liability Certificate and certify any payment that is due to the Contractor within 45 days of receiving the Contractor’s account if it is correct and complete. If the account is not correct or complete, the Engineer shall issue within 45 days a schedule that states the scope of the corrections or additions that are necessary. If the Account is still unsatisfactory after it has been resubmitted, the matter shall be referred to the Competent Authority as defined in the Contract Data, who shall decide on the amount payable to the contractor after hearing the Contractor and the Engineer in Charge.

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 57

36.2. In case the account is not received within 21 days of issue of Certificate of Completion as provided in clause 32.1 above, the Engineer shall proceed to finalise the account and issue a payment certificate within 28 days.

F. Other Condition of Contract

37. Currencies All payments will be made in Indian Rupees.

38. Labour

38.1. The Contractor shall, unless otherwise provided in the Contract, make his own arrangements for the engagement of all staff and labour, local or other, and for their payment, housing, feeding and transport.

38.2. The Contractor shall, if required by the Engineer, deliver to the Engineer a retune in detail, in such form and at such intervals as the Engineer may prescribe showing the staff and the numbers of the several classes of labour from time to time employed by the Contractor on the Site and such other information as the Engineer may require.

39. Compliance with Labour Regulations 39.1. During continuance of the contract, the contractor and his sub-contractors shall

abide at all times by all existing labour enactments and rules made there under, regulations, notifications and bye laws of the State or Central Government or local authority and any other labour law (including rules), regulations, bye laws that may be passed or notification that may be issued under any labour law in future either by the State or the Central Government or the local authority. Salient features of some of the major labour laws that are applicable to construction industry are given in the Contract Data. The Contractor shall keep the employer indemnified in case any action is taken against the employer by the competent authority on account of contravention of any of the provision of any Act or rules made their under, regulations or notifications including amendments. If the Employer is caused to pay or reimburse, such amounts as may be necessary to cause or observe, or for non observance of the provisions stipulated in the notifications/byelaws/Acts/Rules/ regulations including amendments, if any, on the part of the Contractor, the Engineer/Employer shall have the right to deduct from any money due to the Contractor including his amount of performance security. The Employer/Engineer shall also have right to recover from the Contractor any sum required or estimated to be required for making good the loss or damage suffered by the Employer. The employees of the Contractor and the Sub-Contractor in no case shall be treated as the employees of the Employer at any point of time.

40. Audit and Technical Examination Government shall have the right to cause an audit and technical examination of the works and the final bill of the contract including all supporting vouchers, abstract etc. to be made after payment of the final bill and if as a result of such audit and technical examination any sum is found to have been overpaid in respect of any work done by the contractor under the contract or any work claimed by him to have been done under the contract and found not to, have been executed, the Contractor shall be liable to refund the amount of overpayment and it shall be lawful for Government to recover the same from him in the manner prescribed in clause 24 above and if it is found that the Contractor was paid less than what was due to him, under the

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 58

contract in respect of any work executed by him under it, the amount of such under payment shall be duly paid by Government to the Contractor.

41. Death or Permanent Invalidity of Contractor If the Contractor is an individual or a proprietary concern, partnership concern, dies during the currency of the contract or becomes permanently incapacitated, where the surviving partners are only minors, the contract shall be closed without levying any damages/ compensation as provided for in clause 28.2 of the contract agreement. However, if the competent authority is satisfied about the competence of the survivors, then the competent authority shall enter into a fresh agreement for the remaining work strictly on the same terms and conditions under which the contract was awarded.

42. Jurisdiction This contract has been entered into the State of Madhya Pradesh and its validity, construction, interpretation and legal effect shall be subjected to the courts at the place where this agreement is entered into. No other jurisdiction shall be applicable.

43. Consumption of hard rock

The Quantity of hard rock obtained manually/ by blasting / bracker will be used at site and it will be payable to the bidder @ Rs. 250.00/- per cum of rock excavated on as is where is basis.

******(End of GCC)******

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 59

Contract Data

GCC Clause

Particulars Data

1.14 Employer MP AKVN (I) Ltd. Indore Executive Engineer

1.15 Engineer MP AKVN (I) Ltd. Indore Executive Engineer

1.16 Engineer in Charge MP AKVN (I) Ltd. Indore Executive Engineer

1.22 Stipulated Period of completion 09 months (including rainy season) (Period is always excluding rainy season, unless mentioned otherwise) and as below: For Road & Bridge works costing: Upto Rs. 5 Crores- max 12 months From Rs. 5 to 10 Cr. Max 18 months From Rs. 10 to 20 Cr. Max 24 months From Rs. 20 to 50 Cr. Max 28 months More than Rs. 50 Cr. Max 36 months For Conventional Building works costing: Upto Rs. 50 lacs max 12 months From Rs. 50 lacs to 2 Cr. Max 15 months From Rs. 2 to 5 Cr. Max 18 months From 5 to 10 Cr. Max 20 months From 10 to 20 Cr. Max 24 months More than Rs. 20 Cr. Max 30 months For Prefab Building works: The time permitted to be kept is 50% of time prescribed for conventional construction.

3 Language & Law of Contract English & Indian Contract Act. 1872

4 Address & contact details of the Contractor

As per 'Annexure-H'

Address & contact details of the Employer/ Engineer – phone, Fax, e-mail

Executive Engineer

MP AKVN (I) Ltd. Indore

phone 0731-2556111 [email protected]

5 Subcontracting permitted for the Contract Value

More than Rs. Five Crores.

6 Technical Personnel to be provided As per 'Annexure-I' (Format I-3)

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 60

GCC Clause

Particulars Data

by the contractor – requirement, &

Penalty, if required TechnicalPersonnel not employed

Rs. Fifty thousand per month for each graduate engineer and

Rs. Twenty Five thousand per month for each diploma engineer

10 Specifications As per 'Annexure - E'

Drawing As per 'Annexure - N'

12 Competent Authority for deciding dispute under Dispute Resolution System

Managing Director MP AKVN (I) Ltd. Indore

Appellate Authority for deciding dispute under Dispute Resolution System

Managing Director MP AKVN (I) Ltd. Indore

13 Period for submission of updated construction program

Every 3 months

or

At the end of every milestone, whichever is less

Amount to be withheld for notsubmitting construction program in the prescribed period

@ 1 % (Percent) of contract amount, subject to a maximum of Rs. 50,000/-

14 Competent Authority for granting Time Extension

Managing Director MP AKVN (I) Ltd. Indore

Unlimited

15 Milestones laid down for the contract

Yes

If yes, details of Milestones As per 'Annexure - O'

Liquidated Damage As per 'Annexure - P'

17 List of equipment for lab As per 'Annexure - Q'

Time to establish lab 30 days from date of signing of the Agreement

Penalty for not establishing field Laboratory

1% of contract amount per month,

Subject to a maximum of Rs. 50,000/- per month of delay the delay

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 61

GCC Clause

Particulars Data

18 Defect Liability Period 36 Months after physical completion of work Note:- The Defect liability Period is restricted for work done by the contractor & theft of materials will not be considered after handover / completion of work. Or in accordance with clause 18.3 GGCC), the Engineer in Charge shall intimate the contractor about the cost assessed, for making good the defects, and if the contractor has not corrected defects, action for correction, of defects shall be taken by the Engineer in Charge as below: (a) deploy departmental labour and material Or (b) engage a contractor by issuing a work order at contract rate/SOR rate Or (c) sanction supplementary work in a existing agreement to a contractor for zpnal works or similar other work Or (d) invite open tender Or (e) combination of above

21 Competent Authority for determining the rate

Managing Director MP AKVN (I) Ltd Indore

27 Any other condition for breach of contract

Yes as below :

If the contractor fails to achieve 50 % financial progress in any milestone and/or fails to achieve 75% financial progress in two consecutive mile stone

28 Penalty Penalty Shall include :

a. Security deposit as per clause 30 of General Conditions of Contract and

b. Liquidated Damages imposed as per clause 15 or Performance Security (Guarantee) including Additional Performance Security (Guarantee), ifany, as per clause 29 of General Conditions ofContract, whichever is higher

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 62

GCC Clause

Particulars Data

29 Performance guarantee (Security)shall be valid up to

Till issue of physical completion certificate as per clause 35.1

30 Security Deposit to be deducted from each running bill

At the rate of 5%. of Gross amount of running bill

Maximum limit of deduction of Security Deposit

Up to 5% of Final Contract Amount.

31 Price adjustment formula and procedure to calculate

As per Annexure R

The price adjustment shall apply only in respect of cement, steel, Bitumen and POL components

31.1.(1) Clause 31.1(1) Price adjustment shall be applicable

Price adjustment shall be applicable only in case where the amount in NIT is more than Rs. 10 (Ten) crores. This clause shall not have any bearing with the contract amount.

Clause 31.2.4 weightages of component in the work

a) A) Cement - 3.00%

b) B) Steel - 1.00%

c) C) Bitumen- 7.34%

d) D) POL - 7.50%

32 Clause 32.1 Mobilization and Construction Machinery Advance Applicable

No Mobilization and Construction Machinery Advance Payable

Clause 32.2 If yes, Unconditional Bank Guarantee

NOT APPLICABLE

Clause 32.3 If yes, Rate of interest chargeable on advances

NOT APPLICABLE

Clause 32.4 If yes, Type & Amount of Advance payment that can be paid

NOT APPLICABLE

Clause 32.5 If yes, Recovery of advance

NOT APPLICABLE

33 Clause 33.1 Secured Advance Applicable

NOT APPLICABLE

Clause 33.2 if yes, Unconditional Bank Guarantee

NOT APPLICABLE

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 63

GCC Clause

Particulars Data

Clause 33.2 if yes, Amount of Secured Advance

NOT APPLICABLE

Clause 33.3 if yes, Conditions for Secured Advance

NOT APPLICABLE

Clause 33.4 if yes, Recovery for Secured Advance

NOT APPLICABLE

35 Completion Certificate – after physical completion of the Work

As per 'Annexure - U'

Final Completion Certificate – afterfinal payment on completion of the work

As per 'Annexure - V'

36 Competent Authority Executive Engineer MP AKVN (I) Ltd. Indore

39 Salient features of some of the major labour laws that are applicable

As per Annexure – W

40 Competent Authority Managing Director MP AKVN (I) Ltd. Indore

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 64

Annexure-N (See clause 10 of section 3 – GCC)

Drawings

List of drawings:-

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 65

Annexure-O (See clause 15 of section 3 – GCC)

Details of Milestones

Sl.No. Milestone Duration Achievement

1 1st Upto 3 months from commencement of work

25% of the Contract Amount

2 2nd Upto 6 months from commencement of work

50% of the Contract Amount

3 3rd Upto 9 months from commencement of work

75% of the Contract Amount

4 4th Upto 12 months from commencement of work

100% of the Contract Amount

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 66

Annexure-P

(See clause 15 of section 3 – GCC)

Compensation for Delay If the contractor fails to achieve the milestones, and the delay in execution of work is attributable to the contractor, the Employer shall retain an amount from the sums payable and due to the contractor as per following scale –

i. Slippage up to 25% in financial target during the milestone under consideration — 2.5% of the work remained unexecuted in the related time span.

ii. Slippage exceeding 25% but up to 50% in financial target during the milestone under consideration — 5% of the work remained unexecuted in the related time span.

iii. Slippage exceeding 50% but up to 75% in financial target during the milestone under consideration— 7.5% of the work remained unexecuted in the related time span.

iv. Slippage exceeding 75% in financial target during the milestone under consideration— 10% of the work remained unexecuted in the related time span.

Note: For arriving at the dates of completion of time span related to different milestones, delays which are not attributable to the Contractor shall be considered. The slippage on any milestone is if made good in subsequent milestones or at the time of stipulated period of completion, the amount retained as above shall be refunded. Incase the work is not completed within the stipulated period of completion along with all such extensions which are granted to the Contractor for either employer default or Force Majeure, the compensation shall be levied on the contractor at the rate of 0.05% per day of delay limited to a maximum of 10% of contract price.

The decision of Managing Director MP AKVN (I) Ltd. Indore shall be final and binding upon both the parties.

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 67

Annexure-Q (See clause 17 of section 3 – GCC)

List of Equipment for Quality Control Lab As per section 3

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 68

Annexure-R (See clause 31 of section 3 – GCC)

Price Adjustment The formulas for adjustment of price are as follow:

R= Value of work as defined in Clause 31.2(3) of General Conditions of Contract

Weightages* of component in the work

Sr. No

Component Percentage of component in the

work

1 Cement – Pc 3.00

2 Steel – Ps 1.00

3 Bitumen- Pb 7.34

4 POL - Pf 7.50

* Weightages of various components of the work shall be as determined bycompetent technical sanction authority.

Adjustment for cement component

(ii) Price adjustment for increase or decrease in the cost of Cement procured by the contractor shall be paid in accordance with the following formula:

Vc = 0.85x Pc/100 x R x (C1-C0)/C0

Vc= Increase or decrease in the cost of work during the month under consideration due to changesin rates for cement.

Co= The all india wholesale price index for Grey cement on the date of opening of Bids as published by the Ministry of Industrial Development, Government of India, New Delhi. (www.eaindustry.nic.in)

C1= The all india average wholesale price index for Grey cement for the month under consideration as published by the Ministry of Industrial Development, Government of India, New Delhi. (www.eaindustry.nic.in)

Pc= Percentage of cement component of the work

Note: For the application of this clause, index of Grey Cement has been chosen to represent Cement group.

Adjustment for Steel component

(iii) Price adjustment for increase or decrease in the cost of Steel procured by the contractor shall be paid in accordance with the following formula:

Vs = 0.85x Ps/100 x R x (S1-S0)/S0

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 69

Vs= Increase or decrease in the cost of work during the month under consideration due to changes in rates for steel.

So= The all india wholesale price index for Grey steel (Bars and Roads) on the date of opening of Bids as published by the Ministry of Industrial Development, Government of India, New Delhi. (www.eaindustry.nic.in)

Si= The all india average wholesale price index for Grey steel (Bars and Roads) for the month under consideration as published by the Ministry of Industrial Development, Government of India, New Delhi. (www.eaindustry.nic.in)

Pc= Percentage of steel component of the work

Note: For the application of this clause, index of Bars and Roads has been chosen to represent steel group.

Adjustment for bitumen component

(iv)Price adjustment for increase or decrease in the cost of bitumen shall be paid in accordance with the following formula:

Vb = 0.85x Pb/100 x R x (B1-B0)/B0

Vb= Increase or decrease in the cost of work during the month under consideration due to changes in rates for bitumen.

Bo= The Official retail price of bitumen at the IOC depot at nearest center on the data of opening of Bids.

Bi= The Official retail price of bitumen at the IOC depot at nearest center for the 15th day of the month under consideration.

Pb= Percentage of bitumen component of the work

Adjustment for POL (fuel and lubricant) component

(v)Price adjustment for increase or decrease in the cost of POL (fuel and lubricant)shall be paid in accordance with the following formula:

Vf = 0.85x Pf/100 x R x (Fi-F0)/F0

Vf= Increase or decrease in the cost of work during the month under consideration due to changes in rates for fuel and lubricants.

Fo= The Official retail price of High Speed Diesel at the existing consumer pumps of IOC at nearest center on the data of opening of Bids.

Fi= the Official retail price of HSD at the existing consumer pumps of IOC at nearest center for the 15th day of the month under consideration.

Pb= Percentage of fuel and lubricant component of the work.

Note: For the application of this clause, the price of High Speed Diesel has been chosen to represent fuel and lubricant group.

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 70

Annexure-S (See clause 32 of section 3 – GCC)

Bank Guarantee Form for Mobilization and Construction Machinery

To

______________________(Name of Employer)

_______________________(Address of Employer)

_______________________(Name of Contractor)

In accordance with the provisions of the General Conditions of Contract, clause 31 ("Mobilization and Construction Machinery Advance") of the above-mentioned contract __________________[name and address of Contractor] (hereinafter called “the Contractor") shall deposit with ______________ [name of Employer] a bank guarantee to guarantee his proper and faithful performance under the said Clause of the Contract in an amount of _______________[amount of Guarantee]*_________________(in words).

We, the _______________[bank of financial institution], as instructed by the Contractor, agree unconditionally and irrevocably to guarantee as primary obligator and not as surety merely, the payment to _________________[name of Employer] on his first demand without whatsoever right of obligation on our part and without his first claim to the Contractor, in the amount not exceeding ____________[amount of guarantee]* ___________________________[in words].

We further agree that no change or addition to or other modification of the terms of the Contractor or Works to be performed there under or of any of the Contract documents which may be made between __________________[name of Employer] and the contractor, shall in any way release us from any liability under this guarantee, and we hereby waive notice of any such change, addition or modification.

This guarantee shall remain valid and in full effect from the date of the advance payment under the Contract until _________________ [name of Employer] receives full repayment of the same amount from the Contractor.

Yours truly,

Signature and seal :_______________________________________

Name of Bank/Financial Institution:______________________

Address:____________________________________

Data:_____________________________________

* An amount shall be inserted by the bank or financial institution representing the amount of the advance payment, and denominated Indian Rupees.

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 71

Annexure-T (See clause 33 of section 3 – GCC)

Indenture for Secured Advance

Not Applicable This indenture made the ____________________________day of 20___ Between____________(hereinafter called the contractor which expression shall where the context so admits or implies be deemed to include his executors, administrators and assigns) or the one part and the Employer 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 employer that he may be allowed advance 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 executive at rates fixed for the finished work (inclusive of the cost of materials and labour and other charges)

AND WHEREAS the employer has agreed to advance to the contractor the sum of rupees _____________

On the security of materials the quantities and other particular of which are details in account of secured advance attached to the running account bill for the said works signed by the contractor on_______________and the employer has reserved to himself the option of making any further advance or advance on the security of other materials brought by the contractor to the site of the said works.

Now THIS INDENTURE WITNESSETH that in pursuance of the said agreement and in consideration of the sum of rupees__________________on or before the execution of these present paid to the contractor by the employer (the receipt where of the contractor doth hereby acknowledge) and of such further advance (if any) as may be made to him as a for said the contractor doth hereby covenant and agree with the president and declare as follows:

That the said sum of Rupees______________ so advance by the employer to

1) The contractor as aforesaid and all or any further sum of sum advance as aforesaid shall be employer by the contractor in or towards expending the execution of the said works and for no other purpose whatsoever.

2) That the materials details in the said account of secured advance which have been offered to and accepted by the employer as security are absolutely the contractor’s own propriety and free from encumbrance 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 property and free from encumbrances of any kind and the contractor indemnified the employer against all claims to any materials in respect of which an advance has be made to him as aforesaid.

3) That the materials detailed in the said account of secured advance and all other materials on the security of which any further advance or advance may hereafter be made as aforesaid (Hereafter called the said materials) shall be used by the contractor solely in the execution of the said works in accordance with the directions of the Engineer.

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 72

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 engineer or any officer authorized by him. In the event of the said materials or any part thereof being stolen, destroyed or damaged or becoming deteriorated in a greater degree than is due to reasonable use and wear thereof the contractor will forthwith replace the same with other materials of like quality or repaid and make good the same required by the Engineer.

5) That the said materials shall not be removed from the site of the said works except with the written permission of the engineer or an officer authorized by him on that behalf.

6) That the advance shall be repayable in full when or before the contract receives payment from the employer of the employer of the price payable to him for he said works under the terms and provision of the said agreement. Provided that if any intermediate payments are made to the contractor on account of work done than on the occasion of each such payment the employer 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 than actually used in the construction and in respect of which recovery has not been made previously, the value for this purpose being determined in respect of each description of materials at the rates at which the amounts of the advances made under these presents were calculated.

7) That if the contractor shall at any time make any default in the performance or observance in any respect of any of the terms and provisions of the said agreement or of these presents the total amount of the advance or advances that may still be owing of the employer shall immediately on the happening of such default be repayable by the contractor to be the employer together with interest thereon at twelve percent per annum from the date or respective dates of such advance or advances to the date of repayment and with all costs, charges, damages and expenses incurred by the employer 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 employer to reply and pay the same respectively to him accordingly.

8) That the contractor hereby charges all the said materials with the repayment to the employer of the said sum of rupees_____________________and any further sum of sum advance as aforesaid and all costs, charges, damages and expenses payable under these presents PROVIDED ALWAYS and it is hereby agreed and declared that notwithstanding anything in the said agreement and without prejudice to the power contained therein if and whenever the covenant for payment and repayment here-in-before contained shall become enforceable and the money owing shall not be paid in accordance there with the employer may at any time thereafter adopt all or any of the following courses as he may deem best:

a. Seize and utilize the said materials or any part thereof in the completion of the said works on behalf of the contractor in accordance with the provision in that behalf contained in the said agreement debiting the contractor with the actual cost of effecting such completion and the amount due to 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 same to the employer on demand.

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 73

b. Remove and sell by public auction the seized materials or any part thereof and out of the money arising from the sale retain all the sums aforesaid repayable or payable to the employer under these presents and pay over the surplus (if any) to the contractor.

c. Deduct all or any part of the moneys owing out of the security deposit or any sum due to the contractor under the said agreement.

9) That expect 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 the 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 been here-in-before expressly provided for the same shall be referred to the employer whose decision shall be final and the provision of the Indian Arbitration Act for the time being in force shall apply to any such reference.

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 74

Annexure –U (See clause 35 of section 3-GCC)

Physical Completion Certificate

Name of Works:

______________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________

Agreement No._______________________________________________________Date_________________________________

Amount of Contract Rs._________________________________________________

Name of Agency:_____________________________________________________________________________________________

Used MB No.____________________________________________________________________

Last measurement recorded

a. Page No. & MB No.___________________________________

b. Data___________________________________________________

Certified that the above mentioned work was physically completed on___________________________(date)

And taken over on _____________________(date) and that I have satisfied myself to best of my ability that the work has been done properly.

Date of issue

Executive Engineer

MP AKVN (I) LTD. INDORE

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 75

Annexure –V

(See clause 35 of section 3-GCC)

Final Completion Certificate Name of Works:

______________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________

Agreement No._______________________________________________________Date_________________________________

Amount of Contract Rs._________________________________________________

Name of Agency:_____________________________________________________________________________________________

Used MB No.____________________________________________________________________

Last measurement recorded

a. Page No. & MB No.___________________________________

b. Data___________________________________________________

Certified that the above mentioned work was physically completed on___________________________(date)

And taken over on _____________________(date)

Agreement amount Rs.___________________________

Final Amount paid to contractor Rs___________________

Incumbency officers for the work

I have satisfied myself to best of my ability that the work has been done properly

Date of issue

Executive Engineer

MP AKVN (I) LTD. INDORE

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 76

Annexure –W

(See clause 39 of section 3-GCC)

Salient Features of Some Major Labour Laws Applicable a. Workman Compensation Act 1923:- The Act provided for compensation in case of injury

by accident arising out of and during the course of employment.

b. Payment of Gratuity Act 1972: Gratuity is payable to an employee under the Act on satisfaction of certain conditions on separation if an employee has completed the prescribed minimum years (say, five years) of services or more or on death the rate of prescribed minimum days’ (say, 15 days) wages for every completed year of service. The Act is applicable to all establishments employing the prescribed minimum number (say, 10) or more employees.

c. Employee P.F. and Miscellaneous Provision Act 1952: The Act Provides for monthly contributions by the employer plus workers at the prescribed (say. 10% or 8.33%). The benefits payable under the Act are:

i. Pension or family pension on retirement or death as the case may b.

ii. Deposit linked insurance on the death in harness of the worker.

iii. Payment of P.F. accumulation on retirement/ death etc.

d. Maternity Benefit Act 1951:The Act Provides for leave and some other benefits to woman employees in case of confinement or miscarriage etc.

e. Contract Labour (Regulation & Abolition) Act 1970: The Act provides for certain welfare measures to be provided by the contractor to contract labour and in case the contractor fails to provide, the same are required to be provided, by the principal employer by law. The principal employer is required to take certificate of registration and the contractor is required to take license from the designated officer. The Act is applicable to the establishments or contractor of principal employer if they employ prescribed minimum (say 20) or more contract labour.

f. Minimum Wages Act 1948: The Employer is to pay not less than the minimum wages fixed by appropriate Government as per provisions of the Act if the employment is a scheduled employment. Construction of building, roads, runways is scheduled employment.

g. Payment of Wages Act 1936: It lays down as to by what date the wages are to be paid, when it will be paid and what deductions can be made from the wages of the workers.

h. Equal Remuneration Act 1979: The Act provides for payment of equal wages for work of equal nature to male and female workers and for not making discrimination against female employees in the matters of transfers, training and promotions etc.

i. Payment of Bonus Act 1965: The Act applicable to all establishments employing prescribed minimum (say, 20) or more workman. The Act provided for payments of annual bonus within the prescribed range of percentage of wages to employees drawing up to the prescribed amount of wages, calculated in the prescribed manner. The Act does not apply to certain establishments. The newly set-up establishments are exempted for five years in certain circumstances. States may have different number of employment size.

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 77

j. Industrial Disputes Act 1947: The Act lays down the machinery and procedure for resolution of industrial disputes, in what situations a strike or lock-out becomes illegal and what are the requirements for laying off or retrenching the employees or closing down the establishment.

k. Industrial Employment (Standing Orders) Act 1946: It is applicable to all establishment employing prescribed minimum (say, 100 or 50). The Act provides for laying down ruls governing the conditions of employment by the employer on matters provided in the Act and gets these certified by the designated Authority.

l. Trade Unions Act 1926: The Act lays down the procedure for registration of trade unions of workmen and employers. The Trade Unions registered under the Act have been given certain immunities from civil and criminal liabilities.

m. Child Labour (Prohibition & Regulation) Act 1986: The Act prohibits employment of children below 14 years of age in certain occupations and processes and provides for regulation of employment of children in all other occupations and processes. Employment of child labour is prohibited in building and construction industry.

n. Inter-State Migrant Workmen’s (Regulation of Employment & Condition of Services) Act 1979: The Act is applicable to an establishment which employs prescribed minimum (say, five) or more inter-state migrant workmen through an intermediary (who has recruited workmen in one state for employment in the establishment situated in another state). The inter-state migrant workmen, in an establishment to which this Act becomes applicable, are required to be provided certain facilities such as housing, Medical-Aid, Travelling expenses from home upto the establishment and back etc.

o. The Building and Other Construction Workers (Regulation of Employment and Conditions of Services) Act 1996 and the cess Act of 1996: All the establishments who carry on any building or other construction work and employs the prescribed minimum (say,10) or more workers are covered under this Act. All such establishment are required to pay cess at the rate not exceeding 2% of the cost of construction as may be modified by the Government. The Employer of the establishment is required to provide safety measures at the building or construction work and other welfare measure, such as canteens, first-aid facilities, ambulance, housing accommodation for workers near the work place etc. th employer to whom the Act applies has to obtain a registration certificate from the registering officer appointed by the Government.

p. Factories Act 1948: The Act lays down the procedure for approval of plans before setting up a factory, health and safety provisions, welfare provisions, working hours, annual earned leave and rendering information regarding accidents or dangerous occurrences to designated authorities. It is applicable to premises employing the prescribed minimum (say, 10) persons or more with aid of power another prescribed minimum (say,20) or more persons without the aid power engaged in manufacturing process.

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 78

SECTION 3

Condition of Contract Part-II Special Condition of Contract [SCC]

1. FIELD LABORATORY. a. The contractor shall arrange to provide a well-furnished and fully equipped field

laboratory which shall be manned by adequately qualified technical staff The laboratory shall preferably located adjacent to the plant site and shall be provided with amenities like, electric supply, toilet block etc. The laboratory equipment shall confirm to Clause 121.3 of Page 26 of MORTH specifications of roads and bridges. The equipment shall be preferably of AMIL make. This shall be considered as incidental to work and no separate payment whatsoever will be made for the same.

b. After completion of work the above property will be contractor’s property. c. The Contractor shall prepare printed proforma for recording readings and results of

each type of tests. Such formats shall be got approved from the Engineer-in-charge. The Contractor should keep a daily record of all the tests carried out by him. Two copies of the test results should be submitted to Engineer-in-charge within 7 days from the date of testing for examination and approval one copy of test results will be returned to the Contractor by the Engineer-in-charge for keeping the record of test results in acceptable manner at site of work.

d. All quality Control register/records shall be maintained by the Contractor and checked by the Engineer-in-charge or his representatives regularly.

e. No payment will be made to contractor without the recombination of quality control

agency.

f. It is mandatory for Contractor to carryout 10% of tests at Government Engineering

College/PWD testing Laboratory.

2. Responsibilities for level and Alignment The Contractor shall be entirely and exclusively responsible for the horizontal and vertical alignment, the levels and correctness of every part of the work and shall rectify effectively any errors or imperfection therein. Such rectification shall be carried out by the contractor, at his own cost, when instructions are issued to that effect by the engineer-in-charge. 3. The contractor shall be submit the Project Completion Schedule within the time period

allowed for completion of the construction of the project and scheduled project completion date, its time schedule and provide CPM/ PERT charts for the completion of set activities (within 7 days from date of agreement).

4. In case the contractor fails to employ the technical staff as aforesaid, the Managing Director shall have the right to take suitable measures.

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 79

5. The contractor should give the names and other details of the Graduate Engineer, Diploma Holder Sub-Engineer whom he intends to employ or who is under employment on the work at the time he commences the work.

6. The contractor should give a certificate to the effect that the Engineer/Diploma holder Sub. Engineer is exclusively in his employment.

7. Contractor is sole responsible for execution of entire work as per tender conditions, specifications, prevailing procedures, codes and instruction issued on time to time by Managing Director, AKVN (Indore) MP limited or his authorized representative.

8. Contractor has to coordinate with all the concerned authorities for obtaining approvals prior/during/after the work to ensure the hurdle free execution of work within the stipulated time frame.

9. Execution of work means planning, approval, providing, supply, installing execution/ construction, testing, mock testing/trial runs, commissioning and undertaking of maintenance/repairs during defect liability/warranty period.

10. Contractor has to carry out the detailed survey prior to start of construction activities. The survey should be submitted to Engineer in-charge for approval. All the roadwork, drainage, water supply or other work shall be carried out as per the predetermined / approved levels by Engineer in-charge. It is essential for the contractor to prepare the shop drawing or any drawing as instructed by Executive Engineer or Engineer in-charge and take the approval prior to execution of the item/work.

11. Plantation and landscaping work has to be carried out with due care and all protection work should be undertake to protect/conserve the trees/lawn for long run even after completion of work. Good quality and well grown species shall be used.

Conditions applicable for Contract :-All the conditions of the tender notice will be binding on the contractors in addition to the conditions of the contract in the prescribed form.

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 80

1. TECHNICAL SPECIFICATIONS OF 33 KV and 11 KV GAPLESS LIGHTNING ARRESTORS

SCOPE This specification covers single phase outdoor metal oxide type gapless surge arresters for use in effectively earthed system with the transformer neutral effectively earthed with normal voltage of 11KV for 9KV Lightning arrestors and 33KV for 30KV Lightning Arrestors. The rated voltage of Arrestors shall be 9KV (rms) for 11KV system and 30KV (rms) for 33KV system. SPECIAL CONDITIONS The atmosphere at places is laden with dust in suspension during the dry months and subject to fog in cold months. The temperature variation between the daily minimum and maximum is large. Heavy lightning is usual in the area during the month of May to November. The area is also subjected to heavy monsoon rains 80% to 90% of the annual precipitation during the months of June to October. SYSTEM CONDITIONS I Nominal system voltage 33KV 11KV Ii Highest system voltage 36KV 12KV iii Frequency 50Hz 50Hz Iv Fault level 1500 MVA 350 MVA

The system is 3-phase 50 Hz solidity grounded system with earth fault protection .The winding of transformer wherever to be protected is connected on delta formation in primary and star formation in secondary. We have provision of placing one set of surge arresters at the entry of the each line (feeder) in the substation and one set near to the transformers for 33KV system & only one set each on 11 KV Distribution transformers. The insulation level provided in our transformer is 170 KV Peak for 33 KV systems and 75 KV peak in case of 11 KV System.

STANDARD The surge arresters shall strictly conform to IEC 99-4/IS-3070 Part-3 – 1993 with latest amendment if any in all respects. Maximum residual voltage shall comply with the requirement given hereunder: - The surge arresters meeting any other authoritative standards, which ensure equal or better performance, than mentioned above shall be acceptable. The technical requirement has been detailed out below:- The agency should offer nearest rating of surge arresters. The transformers, which are to be protected having BIL 170 KVP for 33 KV winding & 75 KVP for 11KV winding. We will be installing our LAs at a distance of 5/10 metres from transformer (another 5 metres be added towards height of LAs lead length and bushing of transformer. Considering 20% safe margin as per IEC the impulse voltage of more than 136 KVP should not appear across the 33 KV side of transformer. Similarly, impulse voltage of more than 60 KVP should not appear across 11KV winding of transformer. Required Technical Particulars

No. Particulars Requirements 1. Nominal system voltage 33KV 11KV 2. Type of Arrestor Metal Oxide Metal Oxide 3. Applicable standard IEC 99/4

IS 3070 Pt.-III latest amendment

IEC 99/4 IS 3070 Part-III latest amendment

4. Rated Arrestor voltage IV rms 30 9

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 81

No. Particulars Requirements 5. Maximum continuous operating

voltage KV rms 24 7.2

6. Nominal discharge current rating (8/20 micro set) KA

10.0 5.0

7. Minimum discharge capability (KA/KV)

As per long duration discharge class 2 of IEC 99/4

8. Long duration discharge class 2 2 9. Maximum residual voltage at

nominal discharge current of 8/20 micro sec. wave, KV peak

85 32

10. Maximum steep current impulse residual voltage at nominal discharge current, KV Peak

93 38

11. Maximum switching impulse residual voltage at 500 Amp. (Peak)

70 NA

12 Minimum prospective symmetrical current (KA)

40 15

13 Impulse high current short duration discharge of 4/10 micro sec. Wave (KAP)

100 65

14 Max. radio interference voltage at 1000 Hz (micro volts)

1000 -

15 Overall temporary over voltage withstand capacity (KV rms)

a) 1.0 Sec. 36 10 b) 10.0 Sec. 34 9.5 c) 100.0 Sec. 32 - 16 Impulse withstand voltage

(KVP) 170 75

17 Current impulse withstand level

As duty prescribed in line discharge class-I of IEC TC-37/IS 3070 Part-III

18 impulse of long duration current 75 Amp. Peak for 1000 micro secs.

18 Pressure relief device Class “A” N.A. 19 Disconnecting device N.A. As per required

specification IS: 3070 (Part-2) 1985

20 Min. Creepage distance of porcelain housing (mm)

900 300

21 Top & Bottom metal cap Hot Dip Galvanized

22. Terminal arrangement Built in clamping type can be adjusted for Horizontal & Vertical Power off to suit conductor save squirrel to carbon

23. Earthing Terminal The base of L.A. shall be provided with two separate terminal / distinctly marked for connection to earth

Residual voltage for 8/20 micro sec. Wave of nominal discharge current KA are specified above, however, we will prefer still lower residual voltage to ensure better protection.

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 82

The requirement of energy is very specific based on our system. The firms are requested to supply nearest energy rating of LAs for both single and double shot. Current impulse withstand level – The 9 KV arrestors shall withstand 18 impulse of long duration current with a peak level of 75 Amp & duration 1000 micro secs. 30KV arrestors shall meet the duty prescribed in line discharge Class-I of IEC TC-37. Disconnecting Device The arrestor for 11KVsystem to be provided with a suitable disconnecting device. This shall be connected in series with the ground lead and should not affect the sealing system of the arrestor. The disconnecting device shall conform to the requirement specified in IS:3070 (Part-II) 1993 & IEC 99-4 (1991-II) clause 5.12, 7.6.3. Pressure Relief Device The arrestor for 33KV system should have a suitable pressure relief system in order to avoid damage to its porcelain housing. Each and every individual unit of surge arrestor shall be hermetically sealed and fully protected against ingress of moisture for which suitable rubber gaskets with effective sealing system should be used. The hermetic seal shall be effective for ensure life time service of arresters and under the service conditions specified. The agency shall furnish sectional view showing details of sealing employed. Manufacturers should device a suitable routine production testing to verify the efficiency of sealing. All the units of arresters of same rating shall be interchangeable type without adversely affecting the performance. The lightning (surge) arrestor shall be suitable for pedestal type mounting. All necessary bolts, nuts clamps etc., required for mounting on support structure shall be included in the scope for supply. All porcelain housing shall be free from lamination cavities and other flaws affecting mechanical and electrical strengths. The porcelain should be non-porous. All exposed ferrous parts shall be not dip galvanized as per IS: 2633. Line and ground terminals should be hot dip galvanized. TERMINAL CONNECTORS Terminal connectors shall be manufactured and tested as per IS: 5361 & should be type tested. The terminal connector drawings should be submitted separately for approval of owner. All casting shall be free from blowholes, surface blisters, cracks and cavities. All sharp edges and corners shall be blurred and rounded off. All Current carrying parts shall be designed and manufactured to have minimum contact resistance. The contact surface must be machined smooth to obviate excessive current density. The terminal connector for connection of conductor should be suitable for squirrel to raccoon conductor with Universal take off arrangement (can be adjusted for both horizontal & vertical take-off) and should have adequate current carrying capacity. The terminal connector shall be manufactured out of aluminium alloy grade LM 9 or 25 as per IS and by gravity die casting process only. Terminal connector should have six bolts to hold the conductor a conductor hold length shall be 100mm approximately. All nuts, washers, bolts etc. shall be stainless steel/hot dip galvanized. The top metal gap and the base of the lightning arrestors shall be galvanized. The base of the Lightning Arrestor shall be provided with two separate terminals distinctly marked for connection to earth. NAME PLATE The arresters shall be provided with non-corrosive 2 mm thick metal nameplate embossed and fitted rigidly on arrestor body with indelibly marked with the following information: 1. Manufacturer’s name or trademark and Identification (serial) No. of the arrestor. 2. Rated voltage 3. Maximum continuous operating voltage 4. Type 5. Rated frequency 6. Nominal discharge current

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 83

7. Long duration discharge class 8. Pressure relief current in KA rms. 9. B.I.L. of the equipment to be protected 10. Year of manufacture 11.The nameplate should be fitted rigidly so that during life of arrestor, there should not be any possibility of removal of nameplate. Drawings The agency shall furnish two sets of following drawings for owner’s approval before commencing the supplies. General outline drawings of the complete arrestor with technical parameters. Drawings showing clearance from ground and other live objects and between adjustment poles of surge arresters required at various heights of surge arrestors .Drawings showing details of pressure relief devices. Mounting clamp details of surge arresters. Details of the terminal and ground terminal .Volt - time characteristics of surge arresters. The detailed dimensional drawing of porcelain housing shall indicate ID, OD, thickness and insulator details such as height, profile of petticoats, angle of inclination and gap between successive petticoats, total creepage distance etc. TEST & TEST CERTIFICATES Type Test Certificates The following type tests shall be made in accordance with Clause 71 of IEC 99/4/IS-3070 Part-III latest amendment. 1. Insulation withstand test 2. Residual voltage test 3. Long duration current impulse withstand test 4. Operating duty test 5. Pressure relief test (for 30KV LAs) 6. Test of Arrestor Dis-connectors (for 9KV LAs) 7. Partial discharge test. The following additional tests are to be made in accordance with IS 3070 (part-II)

1985:- 1. Temperature cycle test on porcelain housing 2. Porosity test for porcelain components 3. Galvanizing test on steel metal parts Acceptance Tests The following tests as per clause 8.2 of IEC 99/4 and IS-3070 Part-I/Part/III shall be done on the lower whole number of the cube root of the number of arresters to be supplied. 1. Power frequency reference voltage test at reference current on complete arresters. 2. Lightning impulse residual voltage test at nominal discharge current on complete

arresters. 3. Porosity test on porcelain 4. Partial discharge test 5. Galvanizing test on exposed steel parts 6. Visual / dimensional exam 7. Routine Tests The following routine tests as per Clause 8.1 of IEC 9/4 / IS-3070 Part-1/Part-III are to be conducted by the manufacturer on offered lot for pre-despatch inspection. The lot offered without routine test reports shall not be considered & delay in acceptance of the offer will be on firm’s account: - 1. Measurement of the reference voltage on the complete arresters. 2. Residual voltage test at nominal discharge current on the complete arresters or

sections. 3. Test to verify the efficiency of sealing. INSPECTION

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 84

All tests and inspection shall be made at the place of manufacture unless otherwise specially agreed upon by the manufacturer and the owner. The manufacturer shall offer the inspector (representing the owner) all reasonable testing facilities without charges to satisfy him that the material is supplied in accordance with the Specification. The owner has the right to have the tests carried out by an independent Agency subject to recovery of testing expenditure in case of failure, whenever there is dispute regarding the quality of supply.

2. SPECIFICATIONS FOR 1.1 KV PVC INSULATED POWER CABLES 1. SCOPE

Specifications cover the design, manufacture, testing at works, inspection and delivery at site of 1.1 kV PVC Insulated cable. The material to be offered under the specification shall be of proven design by way of commercial operation for more than 5 years.

2. STANDARDS IS 3975 Mild Steel wires, formed wires and tapes for armouring of cables. IS 8130 Conductor for insulated electric cables and flexible cords. IS 5831 PVC insulation and sheath of Electric Cables IS 1255 Code of Practice for Insulation and maintenance of Power Cable up to &

including 33 kV rating 3. CONDUCTOR

· All conductor shall be standard · All conductors shall be of high electrical conductivity Aluminium conforming to

requirement of IS 8130 – 1984 with latest amendments. · Before stranding, the conductor shall be circular in cross section, uniform in quality,

solid, smooth and free from scale, sharp edges and other defects. 4. INSULATION

· The conductor shall be provided with Polyvinyl Chloride insulation applied by extrusion process. PVC insulation shall be strictly as per IS-5831 and its latest amendments.

· The insulation shall be both heat and moisture resistant and shall be suitable for continuous operation at conductor temperature of 90 degree C, rising momentarily to 250 degree C under short circuit conditions.

· It shall fit tightly to the conductor and shall be applied concentrically above the conductor in thickness, consistent with the voltage classification. No tolerance on the negative side shall be acceptable.

· The insulation shall be so applied that it shall be possible to remove it without damaging the conductor.

· The insulating material shall have excellent electrical properties with regard to resistivity, dielectric constant and loss factor and also shall have high tensile strength and resistance to abrasion. This shall not deteriorate at elevated temperatures or when immersed in water. The insulation shall be preferably fire resistant and also resistant to chemicals like acids, alkalis, oils and ozone etc.

5. FILLERS · Fillers or bedding used in multi-conductor cables shall be non-wicking and non-

moisture-absorbing. Further, the compounds used with fillers shall be such as to have no deleterious effect on other components of the cable and to be stable at cable temperatures.

· Fillers shall be so chosen as to be compatible with the temperature ratings of the cables and shall have no deleterious effect on any other component of the cable.

6. INNER SHEATH · The laid up cores shall be provided with an inner sheath applied by extrusion

process. It shall be ensured that it is as circular as possible.

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 85

· The inner sheath material shall be of polyvinyl chloride (PVC) compound conforming to the requirements of type ST 2 compound of IS: 5831 with latest amendments.

· The inner sheath shall be so applied that if fits closely on the laid up cores and it should be possible to remove it without damage to the insulation. No tolerance on the negative side shall be acceptable.

7. ARMOURING · The armouring shall be of galvanized steel wires for multi core cables. The galvanized

steel wires shall comply with the requirements of IS: 3975 with latest amendments. No tolerance on the negative side shall be acceptable.

8. OUTER SHEATH · The outer sheath material shall be of polyvinyl chloride (PVC) compound conforming

to the requirements of type ST2 compound of IS: 5831 with latest amendments shall be provided over the armouring to offer a high degree of mechanical protection against abrasion.

· The outer sheath shall be applied by extrusion process. No tolerance on the negative side shall be acceptable.

9. CORE IDENTIFICATION Individual core of multi-core cables shall be colour coded and/or numbered for proper

identification in accordance with relevant IS / manufacturer’s standard, subject to specific approval of purchaser.

10. REELS /DRUMS Cables shall be supplied in the drums made from eco-friendly material in the specified length. The Drums shall be strong, weatherproof and non-returnable. The ends of the cable shall be sealed by means of non-hygroscopic sealing material.

11. GENERAL · All cables shall be suitable for installation in air, conduits, ducts, and open concrete

trenches or for direct burial in either wet or dry locations for normal operating conditions.

· All cables shall be flexible and easy to bend, pull, handle and install. 12. TESTS & INSPECTION

Cables shall be subjected to routine & acceptance tests in accordance with the IS 7098 (Part – I, in addition to physical, ageing and electrical tests at the Manufacturer’s plant in accordance with applicable standards and will be approved by 3rd party agency.

12.1 Type Test The successful bidder shall submit the following type test reports conducted on similar equipments for approval of owner. a) Annealing test (for copper) b) Tensile Test (for aluminium) c) Conductor resistance test d) Test for Armour wires e) Test for thickness of insulation check f) Physical test for insulation g) Physical test for PVC sheath

i. Fire resistance. ii. Cold-impact

iii. Bleeding and blooming h) Partial discharge test i) Bending Test j) Dielectric power factor tests k) Heating cycle test l) Impulse withstand test m)High voltage test (water immersion test) All the following routine / acceptance tests specified in relevant standards shall be witnessed by the owner / consultant.

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 86

12.2 Acceptance Test a) Conductor resistance test b) Test for thickness of insulation and sheath c) Partial discharge test (for screened cables only) d) High voltage test (water immersion test) e) Annealing test (for copper) f) Tensile test (for aluminium) g) Wrapping test (for aluminium) h) Insulation resistance test

12.3 Routine tests a) Conductor resistance Test b) Partial discharge test (for screened cable only) c) High voltage test.

12.4 Test Certificates Five (5) copies of routine / acceptance test certificates shall be produced with the endorsement of the inspecting authority to the purchaser before effecting dispatch.

3. TECHNICAL SPECIFICATIONS OF 11 KV & 33 KV AIR BREAK SWITCHES SCOPE This specification provides for manufacture, testing at works and supply of 11KV & 33KV AB switches. The 11KV and 33 KV AB switches shall conform to IS: 9920 (Part-I to IV) AB SWITCHES The 11KV & 33KV Air Break Switches are required with two poles in each phase. The AB Switches shall be supplied complete with phase coupling shaft, operating rod and operating handle. It shall be manually gang operated and vertically break and horizontal mounting type. The equipment offered by the bidder shall be designed for a normal current rating of 400 Amps and for continuous service at the system voltage specified as under: i) 11 KV AB Switch : 11KV + 10% continuous50C/ssolidly Grounded

Earthed neutral system i) 33KV AB Switch : 33 kV + 10% -do- The length of break in the air shall not be less than 400 mm for 11KV AB Switches and 500 mm for 33 KV AB Switches. The 11KV & 33KV AB Switches are required with post insulators. The AB switches should be suitable for mounting on the structure. The mounting structure will be arranged by the bidder. However, the AB Switches shall be supplied with base channel for mounting on the structure which will be provided by the owner. The phase to phase spacing shall be 750mm in case of 11KV AB Switches & 1200mm in case of 33KV AB Switches. POST INSULATORS The complete set of three phase AB Switches shall have stacks of post insulators. 11KV AB Switches : 3 No. 11KV Post Insulator per stack 33KV AB Switches : 3 No. 33KV Post Insulator per stack The post insulators should conform to the latest applicable Indian standards IS: 2544 Specification for Porcelain Post insulator of compact solid core or long rod insulators are also acceptable. Creepage distance should be adequate for highly polluted outdoor atmosphere in

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 87

open atmosphere. The porcelain used for manufacture of AB Switches should be homogeneous free from flaws or imperfections that might affect the mechanical dielectric quality. They shall be thoroughly vitrified, tough and impervious to moisture. The glazing of the porcelain shall be of uniform brown in colour, free from blisters, burns and other similar defects. Insulators of the same rating and type shall be interchangeable. The porcelain and metal parts shall be assembled in such a manner that any thermal expansion differential between the metal and porcelain parts through the range of temperature variation shall not lose the parts or create undue internal stresses which may affect the electrical or mechanical strength. Cap and base of the insulators shall be interchangeable with each other. The cap and base shall be properly cemented with insulators to give perfect grip. Excess cementing must be avoided. Each 11KV & 33KV Post Insulators should have technical particulars as detailed below:

Sr. No Description 11 kV 33 kV i Nominal system voltage kV (rms) 11 33 ii Highest system voltage kV (rms.) 12 36 iii Dry Power Frequency one kV minute withstand voltage

(rms) in KV 35 75

iv Wet Power frequency one minute withstand voltage (rms) in KV

35 75

v Power Frequency puncture kV (rms) voltage 1.3 times the actual dry flashover voltage

vi Impulse withstand voltage kV (Peak) 75 170 vii Visible discharge voltage kV (rms) 9 27 viii Creepage distance in mm (minimum) 320 580

The rated insulation level of the AB Switches shall not be lower than the values specified below:-

Sl. No

Standard declared voltage KV/RMS

Rated Voltage of the AB Switches

Standard impulse with stand voltage (positive & negative polarity kV (Peak)

One Minute power frequency withstand voltage kV (rms)

Across the Isolating distance

To earth & between poles

Across the Isolating distance

To earth & between poles

i 11KV 12KV 85KV 75KV 32KV 28KV ii 33KV 36KV 195KV 170KV 80KV 70KV

TEMPERATURE RISE The maximum temperature attained by any part of the equipment when in service at site under continuous full load conditions and exposed to the direct rays of Sun shall not exceed 45 degree above ambient. MAIN CONTACTS AB Switches shall have heavy duty self-aligning type contacts made of hard drawn electrolytic copper/brass. The various parts should be accordingly finished to ensure interchange ability of similar components. The moving contacts of the switch shall be made from hard drawn electrolytic copper brass. This contact shall have dimensions as per drawing attached so as to withstand safely the highest short-circuit currents and over voltage that may be encountered during service. The surface of the contact shall be rounded smooth and silver-plated. In nut shell the male and female contact assemblies shall ensure.

1. Electro-dynamic withstands ability during short circuits without any risk of repulsion of contacts.

2. Thermal withstands ability during short circuits.

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 88

3. Constant contact pressure even when the lower parts of the insulator stacks are subjected to tensile stresses due to linear expansion of connected bus bar of flexible conductors either because of temperature variations or strong winds.

4. Wiping action during closing and opening. 5. Fault alignment assuring closing of the switch without minute adjustments.

CONNECTORS The connectors shall be made of hard drawn electrolytic copper or brass suitable for Raccoon/Dog ACSR conductor for both 11KV & 33KV AB Switches. The connector should be 4 -bolt type. OPERATING MECHANISM All AB Switches shall have separate independent manual operation. They should be provided with ON/OFF indicators and padlocking arrangements for locking in both the end positions to avoid unintentional operation. The isolating distances should also be visible for the AB Switches. The AB Switch will be supplied with following accessories:

Sl No

Item Size of 11KV AB Switch Size of 33KV AB Switch

i Operating Rod (GI dia) ISI mark

Length 5.50 meter 25MM

Length 5.50 mtrs dia: 40MM

ii Phase coupling square rod (GI) ISI mark

Length 1800 mm Size 25x25 mm

Length 2700 mm Size 40 x 40 mm

iii Hot dip galvanized Operating handle (GI)

1 No. 1 No.

The AB Switches shall be capable to resist any chance of opening out when in closed position. The operating Mechanism should be of robust constructions, easy to operate by single person and to be located conveniently for local operation in the switchyard. The GI pipe shall conform to ISS: 1239-68 and ISI marked by embossing. The vertical down rod should be provided with adequate joint in the mid-section to avoid bending or buckling. Additional leverage should be provided to maintain mechanical force with minimum efforts. All iron parts should be hot dip galvanized. All brass parts should be silver plated and all nuts and bolts should be hot dip galvanized. ARCING HORNS It shall be simple and replaceable type. They should be capable of interrupting line-charging current. They shall be of first make and after break type. BUSH The design and construction of bush shall embody all the features required to withstand climatic conditions specified so as to ensure dependable and effective operations specified even after long periods of inaction of these Air Break Switches. They shall be made from highly polished Bronze metal with adequate provision for periodic lubrication through nipples and vent. DESIGN, MATERIALS AND WORKMANSHIP All materials used in the construction of the equipment shall be of the appropriate class, well finished and of approved design and material. All similar parts should be accurately finished and interchangeable. Special attention shall be paid to tropical treatment to all the equipment, as it will be subjected during service to extremely severe exposure to atmospheric moisture and to long period of high ambient temperature. All current carrying parts shall be of non-ferrous metal or alloys and shall be designed to limit sharp points/edges and similar sharp faces. The firm should have the following type test certificate. The type test should be from CPRI or equivalent lab:-

1. Test to prove capability of rated peak short circuit current and the rated short time current. The rated short time current should correspond to minimum of 10K Amp and the peak short circuit current should correspond to minimum of 25K Amps.

2. Lightning impulse voltage test with positive & negative polarity.

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 89

3. Power Frequency voltage dry test and wet test 4. Temperature rise test 5. Mill volt drop tests

The above tests should be performed on the AB Switches, manufactured as per owner approved drawing with the specification. Along with the type test certificate, the certified copy of the drawing (from the testing lab) should also be kept for inspection of our officer. Also the test certificates should not be older than 5 years from the date of opening of tender. Dimension of 11 & 33KV AB Switches in (Max.).Tolerance 5%.

Sl. Particulars 11KV AB Switch 33KV AB Switch i MS Channel 450x75x40 675x100x50 ii Creepage

distance of Post Insulator

320mm (Min) 580mm (Min)

iii Highest of Port shell

254 mm 368 mm

iv Fixed contact assembly i) Base 165x36x8 165x36x8 Ii) Contact 70x30x6 70x30x6 Iii) GI cover 110x44 140x44 v) Spring 6 Nos. 6 Nos.

Moving Contact Assembly

i Base Assembly 135x25x8 170x40x8 ii Moving 180x25x9 290x25x14 iii Bush Bronze Metal Bronze Metal iv Thickness of Grooves 7 11

Connectors

i Connector 60x50x8 (Moving & fix both)

60x50x8 (Moving & fix both)

The bidder should provide AB Switches with terminal connectors, set of insulators, mechanical inter works and arcing horns sets. The base channel for the mounting of AB Switches shall also be included in the scope of AB Switches. The operating mechanisms together with down pipe operating handle etc. are also included in the scope of supply

4. TECHNICAL SPECIFICATIONS OF 11 KV DO FUSE UNITS

SCOPE This specification provides for manufacture, testing at works before dispatch and delivery of 11 KV DO Fuse units. This covers outdoor open, drop-out expulsion type fuses suitable for installation in 50Hz 11KV distribution system. APPLICATION The D.O. Fuses are intended for use on Distribution transformers for protection/isolation of the same during overload or fault conditions. APPLICABLE STANDARD Unless otherwise modified in this specification, the drop out fuse shall conform to IS: 9385 (Part-I) to III) as amended from time to time. DROP OUT FUSES The drop-out fuses shall be expulsion type. This shall be ‘D’ type and out-door lift off type suitable for manual operation by an operating rod from the ground level. The drop out operation will be angular in vertical plane. The equipment offered, shall be suitable for 11KV three phase 50 C/S solidly grounded earthed neutral systems. It shall be designed for a normal current rating of 200 Amps.

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 90

The drops out fuses are required with Post Insulators. These shall be suitable for mounting on the structure. The bracket/channel hardware for DO Fuses shall be provided with adequate sizes of nuts, bolts and washer for mounting on the structures. POST INSULATORS Each 11KV DO Fuse shall have two Nos 11 KV Post Insulators. The insulator shall conform to IS: 2544 of 1973 with latest amendment. The porcelain used for manufacture of DO Fuse units shall be homogeneous, free from flaws or imperfections that might affect the mechanical or dielectric strength. They shall be thoroughly vitrified tough and impervious to moisture. The glazing of the porcelain shall be of uniform brown colour free from blisters, burns and other similar defects. Insulators of the same rating and type shall be interchangeable. The porcelains and metal parts shall be assembled in such a manner that any thermal expansion differential between the metal and porcelain parts through range of temperature variation shall not loosen parts or create undue internal stresses which may affect the electrical or mechanical strength and rigidity. Each cap and base pin shall be made of high-grade cast steel or malleable steel casting and they shall be machine faced and smoothly galvanized. The cap and base shall be properly cemented with insulators to give perfect grip. Excess use of cement shall be avoided. The agency shall invariably enclose with the offer, the type test certificate of MPPKVVCL design DO Fuse along with certified copy of the drawing and other relevant technical guaranteed particulars. Please note that offers without the type test reports / certificates will not be entertained and may be rejected. Each 11KV Post Insulators should have technical parameters as detailed below:-

S.No. Particulars i Nominal system voltage KV (rms) 11 ii Highest system voltage KV (rms) 12 iii Dry Power Frequency with stand voltage KV

(rms) 35

iv Power Frequency puncture voltage KV (rms) 1.3 times the actual dry flashover voltage

v Impulse withstand voltage KV (rms) 75 vi Visible discharge voltage KV (rms) 9 vii Creepage distance in mm (minimum) 320 viii Cantilever strength (KN) 6.60

As stated above unless otherwise modified in this specification the drop out shall conform to IS: 9385 (Part-I to III) and as amended from time to time. RATED VOLTAGE The rated voltage shall be 11KV for 11KV DO Fuses respectively. RATED CURRENT The rated current shall be 200 Amp. For 11KV DO Fuses RATED LIGHTNING IMPULSE WITHSTAND VOLTAGE VALUES FOR THE FUSE BASE The rated lightning impulse withstands voltage both for positive and negative polarities shall be as given below:-

a To earth and between poles 75KV Peak b Across the isolating distance of

fuse base 85KV Peak

RATED ONE MINUTE POWER FREQUENCY WITHSTAND VOLTAGE (DRY AND WET) VALUES FOR THE FUSE BASE a) To earth and between poles 28KV Peak

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 91

b) Across the isolating distance of 32KV Peak fuse base

RATED BREAKING CAPACITY The rated breaking capacity shall be 8KA (A symmetrical). Submission of type test certificate of rated breaking capacity in case of 11KV DO FUSE Unit is essential. MAIN CONTACTS The main contacts of the D.O. Fuse shall be suitable for heavy duty, properly aligned and made from Brass material. These shall have good finish and smooth surface and shall be silver-plated. All the sharp edges shall be rounded off. These contacts shall be so designed to withstand highest short circuit breaking current that may be encountered during service. In nutshell the contact assembly shall ensure.

1. Electrodynamics withstands ability during short circuit without any risk of repulsion of contact.

2. Thermal withstands ability during short circuits. 3. Constant contact pressure even when the lower parts of the insulator stacks are

subjected to tensile stresses due to linear expansion of connected bus bar or flexible conductors either because of temperature variation or strong winds.

4. Proper alignment to ensure smooth operation of D.O. Fuse without adjustment. CONNECTORS The connectors shall be made from Brass suitable for ACSR Squirrel, Weasel, Rabbit and Raccoon. The connectors should be bolted type having 4 bolts & groove to hold the conductor. All brass parts should be silver plated for corrosion resistance and efficient current flow. All ferrous parts should be hot dip galvanized as per the latest version of IS: 2633. Nuts and bolts shall conform to IS: 1364 and should be hot dip galvanized. Spring washer should be Electro galvanized. FLY NUTS These shall be provided at both the ends of SRBP tube for tightening the fuse elements. The nut shall be provided with one flat washer of 25mm dia. The arrangement shall be made to ensure that the fuse wire runs centrally inside the SRBP tube after tightening. SPRING STRIPS The spring strips shall be of phosphone bronze multi line brush type having a high pressure contacts and should retain its tension under minimum continuous service current of 200 Amps at 90 degree C. OPERATING HOOKS The brass operating hook shall be fixed over the SRBP tube in such a way that the barrel can be removed for replacing the fuse element by operating rod from the ground level. The drop out fuse units shall operate efficiently; speed of operation shall not depend on the inclination of the fuse. However, the inclination of the fuse barrel shall be adjusted in such a way that the barrel does not drop by gravitational force. D.O. BARRELS The D.O. Fuse Barrels shall be made from SRBP and shall conform to BSS: 1314. The agency shall furnish the test certificate for the fuse barrels offered for use in the drop out fuses along with each lot offered for inspection to the inspecting officer. The test certificates of SRBP barrel should indicate the following test results:-

i. Dimension a) External dia : b) Wall thickness : c) Internal dia : ii. Max. wrapping in 12” length of the tube : iii. Axial electric strength (Proof test in oil : The barrel should with stand this test

at 90 degree C at 25KV rms 50 C/s) satisfactorily for one minute

iv. Radial electric strength (Proof test in oil : -do- at 90 degree C at 19KV rms 50 C/s.)

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 92

v. Surface electric strength (Proof test in air : -do- at room temp.(32 degree C) at 14KV rms at 50 C/s. vi. Water absorption in 14 hours : vii. Resistance to Hot Oil : viii. Cohesion between layers : ix. Machine ability :

The agency should indicate the name of manufacturers of SRBP roles from where they will purchase the barrels to make available the test certificate. The barrels should have the properly to resist fire whenever the fuse is blown off. It should not catch fire easily during blowing off of fuse element inside the barrel which causes short time high temperature. DESIGN, MATERIALS AND WORKMANSHIP All materials used in the construction of the equipment shall be of the appropriate class, well finished and of approved design and material. All similar parts should be accurately finished and interchangeable. The connecting of cap and pin with insulator should be perfect to avoid any kind of loosening. After cementing the insulator should be cured adequately in water to attain good gripping. TESTS Each D.O. Fuse units shall strictly comply with requirement of all the type tests and shall be subjected to all routine tests stipulated in the relevant standard. All tests shall be made prior to despatch in the presence of the representative of the owner. No material should be despatched without prior approval of the tests certificate by the owner. Along with the inspection report of D.O. Fuse Units, the agency should invariably furnish Routine Test Certificate of DO Fuse barrels & Post insulator from their respective manufacturers. Each DO Fuse shall be provided with name plate of size 2” x 1” on steel strip in case of 11KV and size 4” x 2” on steel channel in case of 33KV and shall be either riveted bolted or pasted. The following shall be indicated on the plate:- 1. Name of manufacturer 2. Sl. No. of the equipment 3. Rating……………………. Amps………………….Volts Please note paper should not be used for name plate. Aluminium sheet of at least 2 mm thick embossed with above marking should be provided on the equipment for identification. The material should be packed in Wooden cartoons. DIMENSION

S.No. Particulars Dimension of D.O. Fuse Unit in mm 11KV

1 Drawing No. 2 G.S. Flat 245 x 25 x 6 3 G.S. Channel - 4 Fuse Barrels 330x25x14 5 Lower Contact Hinge of

Barrel

i Connectors 60x60x6 ii Hinge Contact Length 95 iii -do- Width 85 iv Thickness of Hinge Outer 5 Inner 4 6 Barrel take out hook i Width 25 ii Thickness 4

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 93

iii Length 30 iv Inner dia meter 25 v Thickness between inner

outer dia 3 mm

7 Operating Hook i Width 18 ii Thickness 3 iii Inner Radius 19 iv Outer Radius 22.5 8 Female contact i Main contact width 65 ii Strip thickness 1.5 iii Strip Length 100 iv Width 20 v Female contact height 75 9 Female contact Holder i Length 74 ii Upper width 34 iii Lower width 40 10 Creepage of insulator 320

5. TECHNICAL SPECIFICATIONS OF HARD DRAWN STRANDED ALUMINUM AND

STEEL-CORED ALUMINUM CONDUCTOR FOR OVERHEAD POWER LINES SCOPE: This specification provides for the Manufacture, Testing before dispatch, supply and delivery of ISI marked Aluminium Conductors Galvanized Steel Reinforced (ACSR) and All Aluminium Alloy (AAA) conductors. STANDARD: The conductor shall strictly comply with the Indian Standard Specification IS: 398 (Part-I & II)/1976 & (Part-IV)/1994 with the latest amendments unless otherwise stipulated in this specification, or any other International Standards which ensure equal or better quality material and workmanship. MATERIAL: The conductors shall be of best quality and workmanship. The steel reinforced aluminium conductors shall be manufactured of hard drawn EC grade aluminium wires and high tensile galvanized steel wires of the sizes as specified in Table-I and with mechanical and electrical properties as specified in Table-II. The coating on the galvanized steel wires may be applied by the hot process or electrolytic process in accordance with IS: 4826-1968 (specifications for galvanized coating on round steel wires). AAA Conductor shall however be constructed of heat-treated aluminium magnesium silicon alloy wire. The wires shall be smooth and free from all imperfections such as spills and splits and rolling and wire drawing defects etc. resulting in reduction in cross-sectional area over the entire length. TOLERANCE: The following tolerance shall be permitted: i) Tolerance on Nominal diameter wires plus/minus 1%. ii) Tolerance on Nominal diameter of High Tensile Galvanized Steel Wires plus/minus 2%. MODULUS OF ELASTICITY AND CO-EFFICIENT OF LINEAR EXPANSION The values of the final modulus of elasticity and co-efficient of linear expansion of ACSR/AAA Conductor shall be as given hereunder: Item No. of

Wires Final modulus of Elasticity GN/mm2 (Practical)

Co-efficient linear expansion per O° C

Density at temp. of 20°C

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 94

ACSR 6/1 (Al./Steel)

79 19.1×10-6 for ACSR Conductor

7.8 gm/cm3 (Steel) 2.703 gm/cm3 (Aluminium)

ACSR 6/7 (Al./Steel)

76 19.8×10-6 for ACSR Conductor

7.8 gm/cm3 (Steel) 2.703 gm/cm3 (Aluminium)

AAAC 7 0.6324×10-6 kg/cm2

23.0x10-6 Alu. Alloy

2.7 kg/cm3 (Al. Alloy)

The wires of Aluminium Alloy Conductor shall be of heat treated aluminium, magnesium, silicon alloy having composition appropriate to the technical and electrical properties as specified in Table-I of IS:398 (Pt-IV)/1994. JOINTS IN WIRES: a) No two joints shall be permitted in the aluminium stranded closer than 15 metres. b) No joints shall be permitted in galvanized steel wires. c) In AAA Conductors there shall be no joint in any wire/stranded conductor containing wires

except those made in the base rod or wire before final drawing.

STRANDING The wires used in the manufacture of a stranded conductor before stranding satisfy all requirement of IS: 398 (Part-II & IV)/1976 & 1994 with its latest amendments. The lay ratio of the layer shall be within the limit given above. In all construction, the successive layers shall have opposite directions of lay. The outer most layer being right handed. The wires in each layer shall be evenly and closely stranded. LAY RATIO: The lay ratio (ratio of the axial length of a complete turn of the helix formed by an individual wire in a stranded conductor to the external diameter of the helix) shall be within the limit given above. PACKING AND MARKING: The conductor shall be wound in non-returnable reels or drums conforming to IS: 1778-1961 (Specifications for reels and drums for bare wire) or the latest version thereof. The drums shall be marked with the following details:-

a) Manufacturer’s Name b) Trade mark, if any c) Drum No. & Identification Number d) Size of Conductor e) Number & lengths of pieces of Conductor on each Drum f) Gross Mass of the Packing g) Net Mass of Conductor h) ISI or relevant International Standard specification mark, if any i) Name and address of the Consignees

PACKING CONDITION The reels/drums shall be of such constructions as to assure delivery of conductors free from displacement and damage and should be able to withstand all stresses due to handling and the stringing operation so that the conductor surface is not dented, scratched or damaged in any way during manufacture, transport and erection. The conductor shall be properly lagged on the Drums. The conductor drum should be suitable for wheel mounting. Before reeling, cardboard or other suitable material shall be secured to the drum and inside flanges of the drums. After reeling the

Item No. of Wires Ratio of Alu. wire dia to steel wire dia

Lay ratio for aluminium wire

Aluminium Steel Total Max. Min. ACSR Conductor

6 7 14 10

ACSR Conductor

6 13 3 14 10

AAA Conductor

6 1 7 N.A. 14 10

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 95

conductor, the exposed surface should be wrapped with suitable soft material e.g. polythene sheet etc. across the flanges to protect the conductor from dirt, grit and damage during transportation and handling and also prevent ingress of rain water during storage/transport. All wooden components shall be manufactured out of seasoned wood of good quality free from defect that may materially weaken the component parts of the Drums. Preservative treatment for anti-termite/anti-fungus shall be applied to the entire drum with preservatives of a quality which is not harmful to the conductor. STANDARD LENGTH AND GROSS WEIGHT OF CONDUCTOR: The gross weight of each package shall not exceed to the following limits subject to a tolerance of + 10%.

i) For Steel Reinforced Aluminium Conductor of 50 mm2 and 80 mm2 size (& equivalent sizes of 55 mm2 & 80 mm2 of AAA Conductor) (Code word Rabbit & Raccoon respectively)

1500 Kg

“The standard wire length for ACSR/AAA shall be 2 Kms. Except for 80 mm2 of ACSR & equivalent size of AAA Conductor (code word “Raccoon”) and 50 mm2 of ACSR & equivalent size of AAA Conductor (code word “Rabbit”), for which it shall be 1.2 Kms. and 1.5 Kms. respectively. Longer lengths shall be acceptable. Short lengths of not less than 50% of the standard lengths, as indicated above, shall be acceptable to the max. extent of 10% of the quantity ordered for each size.” TESTS Samples of individual aluminium, aluminium alloy and steel wires for tests shall be taken before stranding from not less than 10% of the spools/coils. If samples are taken after stranding they shall be obtained by cutting 1.2 metres from the outer end of the finished conductor from not more than 10% of the reels. The mechanical tests shall be carried out on single wires only and not on complete conductor. The following tests shall be carried out on Aluminium Wires as per detailed procedure given in IS: 398 (Part-II)/1976 and on Aluminium Alloy Wires as per detailed procedure given in IS: 398 (Part-IV)/1994:-

a) Breaking Load Test (in both i.e. ACSR/AAA Conductors) b) Elongation Test (in case of AAA Conductors only) c) Wrapping Test (in case of ACSR Conductors only) d) Resistance Test (in both i.e. ACSR/AAA Conductors)

The following tests shall be carried out on galvanized steel wires as per detailed procedure given in IS: 398 (Part-II) 1976:-

a) Breaking Load Test b) Ductility Test (by either of the procedures viz. Torsion Test or Elongation Test) c) Wrapping Test d) Galvanizing Test (the uniformity of Galvanizing and the weight of coating shall be in

accordance with IS: 4826-1968). The rejection and re-test procedure shall be followed as stipulated in IS: 398 (Part-II)/1976 and IS: 398 (Part-IV)/1994. CHECKING AND VERIFICATION OF LENGTH OF CONDUCTORS The supplier/manufacturer of conductor should arrange for the inspection by the representative of the owner specially authorized for this purpose. At least 5% of the total number of Drums of conductors taken at random should be checked to ascertain the lengths of conductor adopting either of the following two methods:- a) The drum along with the conductor should be weighed and six empty drums along with

protective laggings & studs etc. normally used for winding the conductor should also be weighed. Net weight of the conductor should be calculated by subtracting the average weight of the six empty drums from the gross weight of the conductor and drums. Having known the weight of the conductor, the length of the conductor can be computed.

In case of empty conductor drums, a check weighment of every one in ten empty drums shall also be done before the conductors are wound on the drums.

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 96

b) Arrangements should be made available in the works of the manufacturer for transferring the conductor from one reel to another at the same time measuring the length of the conductor so transferred by means of a meter. Percentage shortage if any in the length thus obtained and as declared by the agency in the packing list shall be applied to all the drums.

CHECK MEASUREMENT Where length of conductor is verified by weighment basis the determining factor will be length/weight ratio of the sample drums verified at the firm’s premises of the lot of which the drum under measurement at the consignee’s end forms a part. Wherever at the end of the consignee, length measurement machines are available, conductors shall be accepted by verification of lengths only and where the length measurement machines are not available, conductor shall be accepted on weighment basis. In case, where the recorded weight on the drum tallies with the measured weight at consignee end, then the conductor length shall be accepted as recorded on the drum. In other cases, the determining factor will be weight/length ratio of the sample(s) inspected at the firm’s premises of the lot of which the drum under measurement at the consignees end, forms a part. The factors of weight/length ratio shall however be made available to the consignees in the dispatch instructions itself. If such factors are not available due to some reasons, actual measurement of diameter shall be made and weight/length ratio shall be obtained for the purpose of computing length. TABLE-I SIZE AND PROPERTIES OF ACSR/AAA CONDUCTORS i) For ACSR Conductors (As per IS:398 (Pt-II)/1976)

Code Word

Nominal Alumi-nium Area

Stranding and Wire Area

Sectional Area of Aluminium

Total Sectio-nal Area

App. Over all Diameter

App. Mass

Calculated resista-nce at 20°C

App. Calculated Breaking load

mm2 Mm mm mm2 mm2 mm2 Kg/km Ohm/km

KN

Rabbit 50 6/3.35

1/3.35

52.88 61.70 10.05 214 0.5560 18.25

Raccoon 80 6/4.09

1/4.09

78.83 91.97 12.27 319 0.3736 26.91

Dog 100 6/4.72

7/1.57

105.00 118.50 14.15 394 0.2810 32.41

ii) For AAA Conductors (As per IS:398 (Pt-IV)/1994)

Sr. No.

Actual Area

Stranding & Wire Dia

App. overall Dia

App. Mass Calculated Maximum resistance at 20°C

App. Calculated breaking load

mm2 Mm mm Kg/km Ohm/km KN 1 22 mm 7/2.0 6.0 60.16 1.5410 6.45 2 34 mm 7/2.5 7.5 94.00 0.9900 10.11 3 55 mm 7/3.15 9.45 149.20 0.6210 16.03 4 80 mm 7/3.81 11.43 218.26 0.4250 23.41 5 100 mm 7/4.26 12.78 272.86 0.3390 29.26

TABLE – II A) PROPERTIES OF ALUMINUM / STEEL WIRES USED IN THE CONSTRUCTION OF ACSR

CONDUCTOR i) For Aluminium Wires

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 97

Size Diameter Gross Sectional Area of Nominal Dia. Wire

Mass Resistance 20°C

Breaking Load Min.

Nominal Min. Max. Before standing

After standing

1 2 3 4 5 6 7 8 9 mm mm mm mm2 Kg/Km Ohm/Km KN KN Rabbit 3.35 3.32 3.38 8.8140 23.82 3.286 1.43 1.36 Raccoon 4.09 4.05 4.13 13.140 35.51 2.208 2.08 1.98 Dog 4.72 4.67 4.77 17.50 47.30 1.661 2.78 2.64

ii) For Steel Wires

Size Diameter Gross Sectional Area of nominal dia. wire

Mass Breaking Load Min.

Nominal Min. Max. Before Stranding

After Stranding

1 2 3 4 5 6 7 8 mm Mm mm mm2 Kg/Km KN KN Rabbit 3.35 3.28 3.42 8.814 68.75 11.58 11.00 Raccoon 4.09 4.01 4.17 13.140 102.48 17.27 16.41 Dog 1.57 1.54 1.60 1.936 15.10 2.70 2.57

B) PROPERTIES OF ALUMINUM ALLOY WIRES USED IN THE CONSTRUCTION OF AAA CONDUCTORS

Size (Code-word)

Diameter Gross Sectional Area of Nominal Dia. wire

Mass Resistance 20°C

Breaking Load (Min.)

Nominal

Min. Max. Before Stranding

After Stranding

1 2 3 4 5 6 7 8 9

mm2 (mm) (mm)

(mm)

(mm2) (Kg/Km)

Ohm/Km KN KN

55 (Rabbit)

3.15 3.12 3.18 7.793 21.04 4.290 2.41 2.29

80 (Raccoon)

3.81 3.77 3.85 11.400 30.78 2.938 3.52 3.34

100 (Dog) 4.26 4.22 4.30 14.250 38.48 2.345 4.40 4.18

06. TECHNICAL SPECIFICATION FOR DISTRIBUTION TRANSFORMER

1. SCOPE

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 98

This specification covers the technical requirements of design, manufacture, testing at works, supply of 11 KV/433 volts, 50 HZ, 200 KVA outdoor type distribution transformers complete with all accessories for efficient and trouble-free operation.

2. STANDARDS The equipment covered by this specification shall, unless otherwise stated, be designed, constructed and tested in accordance with latest revisions of relevant Indian Standards and shall confirm to the Regulations of local Statutory Authorities.

IS: 2026 - Power transformers IS: 10028 - Code of practice for selection, installation and maintenance of

transformers. IS: 2099 - Bushings for alternating voltage above 1000V. IS: 3637 - Gas operated relays.

IS: 4257 - Dimensions for clamping arrangements for porcelain transformer bushings.

IS: 335 - New insulating oils IS: 6600 - Guide for loading of oil immersed transformer. IS: 3639 - Fittings & accessories for power transformer

The transformer supplied shall satisfy all the requirements of Local Statutory authorities and modifications if any required at site shall be carried out by the supplier at his own cost.

3. GENERAL REQUIREMENTS The transformer shall be of core type, 2 winding, 3 phase oil immersed having a rating by natural air cooling and shall be suitable for outdoor installation. The transformer and all its accessories shall be capable of withstanding for 3 seconds without damage in case of any external short circuit.

3.1 Voltage and Frequency Variations Transformer shall operate without injurious heating on any Tap under the following conditions provided increase in voltage is not accompanied by reduction in frequency. At rated KVA at any voltage within ± 10% of the rated voltage At rated current at a voltage equal to 105% of the rated voltage. A frequency variation of ± 3%.

3.2 Overloads It shall be possible to operate the transformer satisfactorily upto overloads of 150% of the rated value in confirmation with the loading guide specified in IS: 6600. There shall be no limitation imposed by bushings, tap changers, auxiliary equipments to meet this requirement.

3.3 Rated Power and Temperature Rise The transformer shall be capable of operating at rated power specified in the technical schedule on a continuous basis and with the cooling classification given at the most onerous simultaneous climatic conditions specified. The temperature rises guaranteed shall not be exceeded when the transformer is operated continuously at the rated power.

3.4 Rated Voltage and Tapping The principal tapping rated voltage shall be as specified. The tapings shall provide a variation in the transformation ratio without producing phase displacement. All tapings shall be full power tapings.

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 99

The transformer shall be provided with OFF Load externally hand operated switch with OFF load Tap sets for + 5% to -7.5 % in steps of 2.5% on HV side so as to give constant voltage on LV side

3.5 Impedance Voltage and Short Circuit Impedance The impedance voltage at principal tapings shall be 4%

3.6 Short Circuit Withstand Capability The transformer shall be designed, and constructed to withstand short circuit fault level of 50KA for 1 Sec without damaging the thermal and dynamic effects of external short circuits between phases or between phase and ground.

3.7 Insulation Levels The insulation shall withstand the rated lightning impulse voltage and power frequency withstand voltages.

3.8 Winding Insulation The insulation class of winding shall be as per class F with temperature rise restricted to class B insulation.

4. CONSTRUCTIONAL FEATURES 4.1 General

a) Screw, studs, nuts and bolts shall be hot dip galvanized. Exposed parts shall be designed so that water cannot collect at any point.

b) Materials in contact with oil shall be such as not to contribute to the formation of acid in oil.

c) All similar parts particularly the removable ones shall be interchangeable.

Porcelain shall not engage directly with hard interposed between the porcelain and fittings. All porcelain clamping surface in contact with gaskets shall be accurately grounded and free from glaze.

4.2 Core

a) The core shall be built up, interleaved with high grade, non-ageing, low loss, high permeability, cold rolled grain oriented, silicon steel laminations properly treated for core material.

b) The final core assembly shall be rigidly clamped to ensure adequate mechanical strength and to prevent vibrations during operation.

c) The frame, clamps and core bolts shall be electrically insulated from the core. Such insulation shall be capable of withstanding maximum temperature existing in the core. For this purpose, class B or better insulation shall be used. Core clamps shall be electrically connected to the tank.

d) The core and windings shall be suitably braced to prevent displacement or distortion during transportation or abnormal electrical conditions in service.

e) The core shall be provided with lugs suitable for lifting the complete core and coil assembly.

f) All metal parts of the transformer core assembly except individual core laminations, core bolts and side-clamping plates shall be earthed. The magnetic circuit shall be earthed to the clamping structure through one removable core insulation test link only, placed in an accessible position beneath an inspection opening provided in the main tank cover.

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 100

4.3 Windings a) The coils shall be of high conductivity electrolytic aluminium conductor,

properly insulated and stacked. b) Coil assembly shall be suitably supported between adjacent sections by

insulating spacers and barriers which shall be permanently secured in place.

c) Windings shall not contain sharp bends which might damage the insulation or produce high dielectric stresses.

d) Coils shall be so insulated that the effect of impulse and power frequency voltage stresses are minimum.

e) The transformer windings shall be connected in group of vector symbols specified. All terminal and tap markings shall be in accordance with IS: 2026.

4.4 Bushings All bushings shall conform to the requirements of the latest revision of IS: 2099. The bushing ratings, impulse withstand levels and creepage distance shall be in accordance with the technical requirements attached. All bushings shall be of porcelain and shall be sound, free from defects and thoroughly vitrified. The glaze shall not depend upon insulation, shall be smooth, hard, of a uniform shade of brown and shall cover completely all exposed parts of the insulator.

5. CONSTRUCTIONAL FEATURES FOR OIL FILLED TRANSFORMERS 5.1 Tank

a) Tanks shall be of arc welded construction and fabricated from good commercial grade low carbon steel of adequate thickness. All seams shall be properly welded.

b) The tanks shall have sufficient strength to withstand the following without any deformation. I. The tank together with core and oil can be lifted and transported

without damage or loss of oil . II. Mechanical shock during transportation.

c) The tank cover shall be bolted into the tank with weatherproof hot oil resistant, resilient gasket in between for complete oil tightness. Bushings, turrets, holes and other devices, shall be designed to prevent any leakage of water into the tank or oil from the tank.

d) Tank cover shall not distort when lifted. Each tank shall be fitted with inspection covers of ample size to give easy access to internal connections of the bushings, current transformers, winding connections and earth link for testing.

e) The design shall be such that the cover does not support the weight of the core and windings.

f) Tank cover shall be fitted with pockets for oil temperature indicator which shall be located in the position of maximum oil temperature at maximum continuous rating.

g) The under-carriage of the transformer shall be provided with channels to mount on existing double pole structure

h) Each tank shall be provided with following handling facilities capable of lifting and / or moving the transformer complete and filled with oil.

i. Lifting lugs of adequate capacity shall be provided on tank to lift completely assembled transformer filled with oil.

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 101

ii. Jacking pads in accessible position shall be provided to enable the transformer to be raised or lowered.

iii. Suitable haulage holes shall be provided to the complete transformer. Lifting handle shall be provided on the tank inspection covers.

I) Two numbers body earthing terminals capable of carrying maximum system earth fault current for a duration of at least equal to the period for which the main windings are designed shall be provided close to the base of the tank at diagonally opposite positions.

j) Tank, tank cover, Cable Box, Marshalling Box and other associated components on the transformers shall have electrical continuity for earthing with suitable earthing clamp.

5.2 Explosion Vent The explosion vent shall be of double diaphragm type. An explosion vent of sufficient size shall be mounted on the tank to protect the tank from damage and to control the explosion of oil during an internal fault. The explosion vent shall be mounted such that pressure relief is not invalidated by the operation of valves and it shall direct the oil downwards and away from tanks and bushings. It shall be capable of maintaining the oil tightness of the equipment under all conditions of normal service.

5.3 Conservator Tank A conservator tank shall be mounted on the top above the highest point of the oil circulating system of the transformer. It shall be of ample capacity to accommodate the expansion and contraction of oil in the whole system over the extreme possible temperature range. The conservator oil outlet pipe shall be fixed above the base of the conservator to form a sump to trap condensation and sludge. One end of the conservator shall be fixed by bolts to enable the tank to be cleaned. Each conservator shall be fitted with: I. At least one oil level indicator of direct reading prismatic glass type

visible from ground level. The oil level indicator shall be marked to indicate the correct oil level.

II. Oil filling hole with cover. III. The conservator tank shall be vented to atmosphere through a weather

proof-dehydrating breather with activated silica gel as dehydrating agent.

5.4 Cooling Units a) The cooling unit shall consist of detachable type of radiators made of

pressed sheet steel of thickness not less than 1.0mm. b) Radiators shall be designed so that all painted surfaces can be

thoroughly cleaned by hand and subsequently painted inside by suitable brushes. They shall be also so designed to avoid pockets in which moisture, dust or sand may collect.

c) Radiators shall withstand the pressure tests appropriate to the main tank. They shall be also capable of withstanding without damage the full vacuum associated with oil treatment.

d) The radiators shall be provided with the following accessories. I. Bolted gasketed flanges connection at each point of connection

to the main tank. II. Air release plug on top.

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 102

III. Oil drain plug at bottom at convenient level. 5.5 Transformer Oil

Insulating oil shall conform to IS: 335 and shall be suitable in all respects for operating the transformer at the ratings and under conditions laid down in the specification. The transformer shall be supplied with oil for first filling. An extra 10% of the total oil requirement shall be provided in non-returnable containers suitable for outdoor storage.

5.6 Oil Temperature Indicator a) Thermometer pocket and sensing element with dial type thermometer

calibrated in degree Celsius, with a hard reset pointer to register the highest temperature attained, shall be provided for indicating temperature of the top layer oil in tank.

b) The cover shall be equipped with a viewing aperture of adequate size fitted with clear glass.

5.7 Breathers a) Each conservator of the transformers shall be provided with a silica gel

breather complete with oil seal and oil level indication window. b) Visual indication of the extent to which the silica gel has absorbed

moisture shall be provided. The unit must allow simple cleaning and replacement of the desiccant and sealing oil without the use of tools, by using wing nuts or similar forms of corrosion-resistant hand-tightening devices.

c) The breather shall be mounted at approximately 1000mm from bottom level and connecting pipe to the main tank by means of brackets.

5.8 Valves Each transformer shall be fitted with the following valves: I. One valve at the top and one valve at the bottom of the tank mounted

diagonally opposite to each other for connection to oil circulating and filtering equipments. The lower valve shall also function as drain valve. These valves shall be fitted with blank flanges.

II. Oil sampling valves at top and bottom of the tank with flange. III. 1 No. Air Release plug.

5.9 MARSHALLING BOX a) The box shall be mounted either on the transformer tank or on a separate

mounting frame with brackets and shall conform to IP:55 degree of protection for the enclosure.

b) This box shall contain all auxiliary devices except those mounted on the transformer. The control terminals and connectors shall have suitable current carrying conductors. A removable bottom gland plate shall be furnished for cable entry. Cable glands and lugs shall also be provided. 2 Nos. brass stud brass to be provided on either side of the box for body earthing. Stud type terminals shall be provided for terminating control wires.

5.10 Cable Box The LV cable box shall be of outdoor type sheet steel construction, self-supporting, with all standard facilities including the body earth terminal. Cable box shall be provided on LV side of the transformer and shall be suitable for PVC aluminium conductor cables. It shall be air-insulated unit. HV side of the transformer shall be suitable for porcelain bushings. Suitable stud bolt with three

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 103

no nuts shall be provided inside the cable brass box for cable armour with necessary pad for connecting to the main earth bus.

6. TAP CHANGER 6.1 Off Circuit Tap Changing Gear

a) The off- load tap changing gear shall be provided on the H.V. windings for a variation of no load voltage as specified.

b) It shall be operated by an external three-phase gang operated switch. The operating shaft shall be brought out of the tank and provided with a hand wheel so that it can be operated at a standing height from ground level. In case of linear type tap changer switch, the operating handle should conveniently be located on the tank body for ease of operation. The tap switch should have locking facility.

c) A visual tap changing indicator for the tapping shall be provided and provision shall be made to padlock the handle in each tap position. The arrangement shall be such that the padlock cannot be inserted unless contacts are correctly engaged and suitable pad locking arrangement shall also be provided.

d) All contacts of the tapping shall be silver plated and held in position under strong contact pressure so as to avoid constant pitting of any type whatsoever. The tapping switches shall be provided with mechanical end stops, which prevent movement beyond an end position.

7. ACCESSORIES The following accessories in addition to specified earlier shall be provided as per IS: 2026. - Rating plate - Terminal marking plate - Lifting lugs - Earthing terminals with lugs - Thermometer pocket - Jacking pads - Undercarriage fitted with ISMC-100 for mounting 0n Four pole str.

8. NOISE AND VIBRATION - Care shall be taken to ensure the design and manufacture so as to reduce

noise and vibration to the level of that obtained in good modern practice. 9. PAINTING

All accessories and transformer tank shall be sand blasted and grounded to produce a smooth, clean surface, free from scale, grease and rust. After cleaning, the surfaces shall be given a phosphate coating followed by a coat of high quality red oxide or yellow chromate primer. The transformer shall be finished with two coats of synthetic enamel paint of shade 631 of IS 5. The color will be furnished later by the purchaser

10. TESTS 10.1 Factory Tests

a) Complete tests shall be made at the manufacturer's plant to determine the performance and operating characteristics of the assembled transformers, and their respective accessories to determine whether or not the guarantees have been met. Unless otherwise specified, all tests shall be carried out in accordance with IS: 2026, and shall include the following.

10.2 Routine Tests

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 104

a) Resistance measurement of all windings on the rated voltage connection and on all taps.

b) Ratio tests on the rated voltage connection and on taps. c) Polarity and phase relation tests. d) Impedance and load loss at rated current on the rated voltage connection

(principal tap) and on all the taps. e) No-load loss and current at rated voltage. f) Dielectric test. g) Power frequency withstand test. h) Insulation resistance tests on winding, auxiliary devices, core and tank

I Test on tap changer II Mechanical Operation Test III Insulation test on auxiliary circuits

10.3 Type Tests The Bidder shall furnish copies of type test certificates along with the Bid for similar rating of transformer already conducted. a) Temperature rise test b) Zero phase sequence test at all taps. c) Audible sound level test. d) Impulse voltage withstand test. e) However the bidder to furnish the separate rate for above type test

individually as a unit rate. Bidder shall furnish the calculations for current density, flux density, losses etc in support of the design for the purchasers review.

10.4 Other Tests - Acceptance test a) Pressure tests on the tank and cooling system. b) Operational tests to show the correct functioning of all devices associated

with the transformer. All routine and acceptance tests shall be witnessed by the Purchaser's Engineer. Purchaser is free to carry out stage inspection of the material / equipment at any stage during fabrication/manufacture of the material to ascertain the quality and design of the equipment. Copies of routine / acceptance test certification shall be produced with the endorsement of inspecting authority to the purchaser before effecting dispatch.

10.5 Drawings and Manual The following drawings and manual shall be submitted for the Engineer's approval after award of contract in quadruplicate. a) General arrangement of transformer showing

i. Details of bushing including electrical and mechanical characteristics. ii. Conservator with its supports.

iii. Explosion vent. iv. Radiator with valves, air release and oil drain plugs. v. Marshalling box.

vi. Disconnection chamber and cable box connection arrangement. vii. Marshalling box wiring diagram.

viii. Rating & Diagram plate drawing. ix. Buchholz relay drawing x. Indicating meter & Gas & oil operated relay catalogue and test details.

xi. Indicating meter & cast oil operated relay. b) Manufacturing schedule and test schedule.

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 105

c) Installation, operating and maintenance manual. 10.6 Transformer Losses

The Transformer shall be designed with no load & load losses to be restricted to the values of losses as prescribed & accepted by MPPKVVCL. Transformers with higher losses than MPPKVVCL recommended losses shall not be accepted.

10.7 Installation The transformer shall be installed as per the manufactures instruction manual & shall conform to the requirements of IS 10028:1981 transformer & all other accessories shall be handled carefully in its upright position as indicated on the packing case.

APPROVED VENDOR LIST;- The bidder shall use Public sector manufacturers brand with ISI mark products only . In case public sector manufacturers products are not available he should seek approval of any of makes mentioned below from MPAKVN (I) LTD who shall grant approval for these makes after verification that manufacturer has relevant type test certificates from NABL accredited laboratories and has past experience of supply .

S. No. Item Description Name of Vendor

1 11/0.433 KV, 100 KVA Power Transformer .1) BHEL

2) Areva T & D /Crompton/ABB/Volt amp

3) MPPKVVCO approved makes like Star Delta Transformers/Tesla/Capital Transformers

2 LT Cable 1) RR Cables 2) Finolex 3) Havell’s 4 )RPG Cables

3 11 KV Disc / Pin Insulators

1) BHEL

2) Rajshree

3) Insulators and Electricals

4 11 KV Lightening Arrestor 1) BHEL 2) Elpro International ltd. 3) Areva T & D Ind. Ltd

4) MPPKVVCO LTD approved vendors after approval by MPAKVN

5 11 KV D.O. Fuse/ HRC Fuse 1) BHEL

2) Areva T & D Ind. Ltd.

3) Mahalaxmi Electricals

4) RUMA

6 AAAC/ ACSR Conductor 3. MPPKVVCO LTD approved vendor viz after approval by MPAKVN

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 106

7 All Misc material MPPKVVCO LTD approved vendor viz after approval by MPAKVN

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 107

SECTION 4

BILL OF QUANTITES (BOQ) General Description of Work : Development work of De-Notified Area from SEZ-II at

Pithampur Distt. Dhar (M.P.)

Probable Amount of Contract:

(Rs.In Figure): 477.26 Lacs

(Rs. In Words) : Four Corers Seventy Seven Lacs Twenty Six Thousand.

Detailed scope of the work, specification and payment schedule for lump-sum items (Following scope of work is only for guiding the contractor but not include all work which may require completing the Jobs)

Bill of Quantity for execution of work

Development work of De-Notified from SEZ -II Pithampur Distt. Dhar (M.P.)

SCHEDULE FOR ROAD WORK

S. No.

Description of Item Quantity Unit Rate (Rs.)

Amount (Rs.)

1

Clearing and Grubbing Road Land. (Clearing and grubbing road land including uprooting rank vegetation, grass, bushes, shrubs, saplings and trees girth up to 300 mm, removal of stumps of trees cut earlier and disposal of unserviceable materials and stacking of serviceable material to be used or auctioned up to a lead of 1000 metres including removal and disposal of top organic soil not exceeding 150 mm in thickness.) (A) in area of light jungle(SOR 3-11-2014/Item-2.2 page no.13)

4.22 Hectare 48602.00

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 108

2

Excavation in Soil using Hydraulic Excavator and Tippers with disposal upto 1000 metres. (Excavation for roadwork in soil with hydraulic excavator of 0.9 cum bucket capacity including cutting and loading in tippers, trimming bottom and side slopes, in accordance with requirements of lines, grades and cross sections, and transporting to the embankment location within all lifts and lead upto 1000m)

13675.45 Cum 55.00

(SOR 3-11-2014/Item-3.4 page no.17)

3

Embankment Construction with Material Obtained from Borrow Pits (Construction of embankment with approved material CBR>5 obtained from borrow pits with all lifts and leads, transporting to site, spreading, grading to required slope and compacting to meet requirement of table 300-2)

26353.40 Cum 168.00

(SOR 3-11-2014/Item-3.12 page no.18)

4

Granular Sub-base with Close Graded Material (Table:- 400-1) Plant Mix Method (Construction of granular sub-base by providing close graded Material, mixing in a mechanical mix plant at OMC, carriage of mixed Material to work site, spreading in uniform layers with motor grader on prepared surface and compacting with vibratory power roller to achieve the desired density, complete as per clause 401 )

5373.01 Cum 943.00

(SOR 3-11-2014/Item-4.1 page no.21)

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 109

5

Wet Mix Macadam (Providing, laying, spreading and compacting graded stone aggregate to wet mix macadam specification including premixing the Material with water at OMC in mechanical mix plant carriage of mixed Material by tipper to site, laying in uniform layers with paver in sub- base / base course on well prepared surface and compacting with vibratory roller to achieve the desired density.)and as per clause of section 400.

2813.13 Cum 1557.00

(SOR 3-11-2014/Item-4.11 page no.22)

6

Construction of Shoulders with approved material/selected soil i/c excavation all lifts & leads i/c grading to required slope & camber of 4% and compacting using vibratory roller of 80 to 100 kN static weight to meet requirement as per relevant clause of 400. (B) Hard Shoulders (CBR value >12)

3106.78 Cum 223.00

(SOR 3-11-2014/Item-4.13 page no.23)

7

Prime coat (Providing and applying primer coat with bitumen emulsion on prepared surface of granular Base including clearing of road surface and spraying primer at the rate of 0.75 kg/sqm using mechanical means.)

11252.50 Sqm 40.00

(SOR 3-11-2014/Item-5.1 page no.25)

8

Providing and applying tack coat with bitumen emulsion using emulsion pressure distributor on the prepared bituminous/ granular surface cleaned with mechanical broom and as per relevant clauses of section-503. (i) @ 0.25 kg per sqm (normal bituminous surfaces)

11252.50 Sqm 14.00

(SOR 3-11-2014/Item-2.2 page no.13)

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 110

9

Dense Graded Bituminous Macadam (Providing and laying dense bituminous macadam using crushed aggregates of specified grading, premixed with bituminous binder @ 4.0 to 4.5% by weight of total mix of mix and filler, transporting the hot mix to work site, laying with a hydrostatic paver finisher with sensor control to the required grade, level and alignment, rolling with smooth wheeled, vibratory and tandem rollers to achieve the desired compaction as per MoRTH specification clause No. 507 complete in all respects.) (a) Using 100-120 TPH Batch mix Plant and Paver Finisher Hydraustatic with Sensor control. (ii) for Grading II (19 mm nominal size)

675.15 Cum 8096.00

(SOR 3-11-2014/Item-5.5 (D-2) page no.26)

10

Bituminous Concrete (Providing and laying bituminous concrete using crushed aggregates of specified grading, premixed with bituminous binder @ 5.4 to 5.6 % of mix and filler, transporting the hot mix to work site, laying with a hydrostatic paver finisher with sensor control to the required grade, level and alignment, rolling with smooth wheeled, vibratory and tandem rollers to achieve the desired compaction as per MORTH specification clause No. 509complete in all respects)(b) Using 40-60 TPH Batch mix Plant.(iv) for Grading-II ( 30-45 mm thickness ) with 60/70 bitumen(VG-30)

450.10 Cum 9106.00

(SOR 3-11-2014/Item-5.6 (B-iv) page no.27)

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 111

11

Road Marking with Hot Applied Thermoplastic Compound with Reflectorising Glass Beads on Bituminous Surface (Providing and laying of hot applied thermoplastic compound 2.5 mm thick including reflectorising glass beads @ 250 gms per sqm area, thickness of 2.5 mm is exclusive of surface applied glass beads as per IRC:35 .The finished surface to be level, uniform and free from streaks and holes.)

525.50 Sqm 637.00

(SOR 3-11-2014/Item-8.15 page no.44)

12 Providing and laying reinforced cement concrete pipe 300mm dia NP-4 for service ducts below concrete pavement.

67.00 RM 880.00

(SOR 3-11-2014/Item-6.13 page no.35)

SCHEDULE OF HUME PIPE CULVERT SINGLE ROW 6 NO.

AND DOUBLE ROW 2 NO.

S. No. Description of Item Quantity Unit

Rate in Rs.

Amount in Rs.

1 Excavation for Structures (Earth work in excavation of foundation of structures as per drawing and technical specification, including setting out, construction of shoring and bracing, removal of stumps and other deleterious matter, dressing of sides and bottom and backfilling with approved material.)as per relevant clauses of section 300 & 2100 in

2141.46 Cum 58.00

B Mechanical Means (i) Depth upto 3 m

(SOR 03-11-2014 R& B/Item-12.1 page no.58)

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 112

2 Providing P.C.C. M-15 Nominal mix for hume pipe culverts in foundation and sub structure etc. as per drawing and as per relevant clauses of section 1500, 1700, 2100 and 2900.Including Senting shuttering.

(SOR 03-11-2014 R& B/Item-9.8 page no.51)

218.36 Cum 5374.00

3 Laying Reinforced Cement Concrete Pipe NP4/prestrssed concrete pipe on first class bedding in single row . (Providing and Laying Reinforced cement concrete pipe NP4/prestrssed concrete pipe for culverts on first class bedding of granular material (cost of bedding included) in single row including fixing collar with cement mortar 1:2 but excluding excavation, protection works, backfilling, concrete and masonry works in head walls and parapets.

Pipe 1000 mm dia 140 Mtr 6998.00

(SOR 03-11-2014 R& B/Item-9.2 page no.50)

4 Plain/Reinforced cement concrete in sub-structure complete as per drawing and technical specifications Including Senting shuttering.

E. RCC Grade M20

(i) Height upto 5m

Case I. Using concrete Mixer 102.36 Cum 5465.00

(SOR 03-11-2014 R& B/Item-12.8 page no.59)

5 Providing and laying Pitching on slopes laid over prepared filter media including boulder apron laid dry in front of toe of embankment complete as per drawing and

90 Cum 1193.00

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 113

Technical specifications Stone / Boulder

(SOR 03-11-2014 R& B/Item-12.8 page no.59)

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 114

SCHEDULE OF RCC STORM WATER DRAIN

Sr. No. Particulars of item Quantity Unit Rate Amount in

Rs.

1

Excavation for Structures (Earth work in excavation of foundation of structures as per drawing and technical specification, including setting out, construction of shoring and bracing, removal of stumps and other leterious matter, dressing of sides and bottom and backfilling with approved material.)as per relevant clauses of section 300 & 2100 in

2700.00

Cum 55.00

B Mechanical Means

(i) Depth upto 3 m

(SOR 3-11-2014/Item-3.4,I,B,(i) / page no. 17)

2

Granular Sub-base with Close Graded Material (Table:- 400-1) Plant Mix Method (Construction of granular sub-base by providing close graded Material, mixing in a mechanical mix plant at OMC, carriage of mixed Material to work site, spreading in uniform layers with motor grader on prepared surface and compacting with vibratory power roller to achieve the desired density, complete as per clause 401 )

270.00 Cum 943.00

(SOR 3-11-2014/Item-4.1 page no.21)

3 Plain/Reinforced cement concrete in sub-structure complete as per drawing and technical specifications

270.00 Cum 4695.00

A. PCC Grade M15

(i) Height upto 5m

(SOR R&B 31-01-2013/Item-13.5,A,(i) / page no. 49)

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 115

4 Plain/Reinforced cement concrete in sub-structure complete as per drawing and technical specifications

945.00 Cum 5279.00

E. RCC Grade M20

(i) Height upto 5m

Case I Using concrete Mixer

(SOR R&B 31-01-2013/Item-13.5,E,(i),Case I / page no. 49)

5

Supplying, fitting and placing Mild steel reinforcement complete in sub-structure as per drawing and technical specification and as per relevant clause of section 1600.

34.67 Tone 73463.00

(SOR R&B 31-01-2013/Item-13.7 / page no. 50)

6

Providing and fixing in position 25 mm thick bitumen impregnated fibre board conforming to IS: 1838 including cost of primer, sealing compound in expansion joints.

35.01 Sqm 404.00

MP PWD SOR- Item No - 5.21, Page No.8

SCHEDULE OF DISTRIBUTION NETWORK FOR WATER SUPPLY

Sr. No. Description Quantity Unit Rate (Rs)

Amount (Rs)

1

Earthwork in excavation for pipe trench in all kind of soil and WBM in areas including dressing, watering and ramming and disposal of excavated earth lead up to 50 meters and lift up to 1.5m, disposal earth

1504.80 Cum 107.00

(SOR 2009-10- W&S/I-12.1/page no.154)

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 116

2

Filling available excavated earth in trenches, plinth sides of foundation in layers not exceeding 20cm. In depth including consolidation of each layer by ramming watering, lead up to 50m and lift upto 1.5m in all kind of soil

902.88 cum 11.00

(SOR 2009-10- W&S/I-12.b/page no.154)

3

Providing, laying and jointing following socket & spigot centrifugally cast (Spun) Ductile Iron pressure pipes with inside cement mortar lining (class K-7) conforming to IS 8329/2000 with suitable Rubber Gasket (Push on) joints as per IS:5382/85 including

(SOR 2009-10-W&S/I-4.1/page no.53)

100 mm dia 370.00 Meter 962.00

150 mm dia 1988.00 Meter 1422.00

200 mm dia 150.00 Meter 1808.00

4

Providing and Laying Ductile Iron Double Socket 45° Bends conforming to IS-9523/2000 having dimension as per table 16 of IS- 9523/2000 in the following nominal diameter/sizes with external bitumen coating and internal cement mortar lining.

(SOR 2009-10-W&S/I-4.15/page no.61)

150 mm dia 2.00 Each 1553.00

5

Providing and Laying Ductile Iron Double Socket 90° Bends conforming to IS-9523/2000 having dimension as per table 15 of IS- 9523/2000 in the following nominal diameter/sizes with external bitumen coating and internal cement mortar lining.

(SOR 2009-10-W&S/I-4.13/page no.60)

150 mm dia 2.00 Each 1942.00

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 117

6

Providing and Laying Ductile Iron All socket Tees conforming to IS-9523/2000 having dimension as per table 21 of IS-9523/2000 in the following nominal diameter/sizes with external bitumen coating and internal cement mortar lining with finishing as per clause 13 of IS-9523/2000.

(SOR 2009-10-W&S/I-4.21/page no.65)

200mm x 200mm 1.00 Each 4152.00

200mm x 150mm 1.00 Each 3645.00

150mm x 150mm 1.00 Each 2633.00

150mm x 100mm 1.00 Each 2228.00

150mm x 80mm 8.00 Each 2025.00

100mm x 80mm 4.00 Each 1400.00

7

Providing & fixing of following Cast iron double flanged sluice valves as per I.S.:14846-2000 fitted with cast iron cap including jointing & testing with cost of jointing material such as bolts, nuts, rubber insertions etc. all complete PN-1.0

(SOR 2009-10-W&S/I-8.1/page no.103)

150mm dia 5.00 Each 5889.00

200mm dia 1.00 Each 9540.00

8

Providing and laying ductile iron PN- 16 type flanged sockets confirming to IS-9523/2000 having dimensions as per table 23 of IS- 9523/2000 in the following nominal diameter/sizes with external bitumen coating and internal cement mortar lining with finishing as per clause 13 of IS- 9523/2000

(SOR 2009-10- W&S/I-4.7/page no.56)

150mm dia 5.00 Each 1395

200mm dia 1.00 Each 2088

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 118

9

Providing and laying ductile PN-16 type iron flanged spigot conforming to IS-9523/2000 having dimension as per table 24 of IS- 9523/2000 in the following nominal diameter/sizes with external bitumen coating and internal cement mortar lining with finishing as per clause 13 of IS-9523/2000

(SOR 2009-10- W&S/I-4.9/page no.57)

150mm dia 5.00 Each 1694

200mm dia 1.00 Each 2304

10

Providing and laying Ductile iron mechanical joint collar with follower glands conforming to IS- 9523/2000 having dimensions as per table 24 of IS- 9523/ 2000 in the following nominal diameter/Sizes with external bitumen and internal cement mortar.

(SOR 2009-10- W&S/I-4.11/page no.59)

100mm 4.00 Each 2222

150mm dia 10.00 Each 3462

200mm dia 2.00 Each 4534

11

Providing and fixing following cast iron double air valves, flanged without in built isolating valve as per IS: 14845-2000 including joints & testing with cost of jointing material and rubber insertion all complete as per IS- 13095-1991

(SOR 2009-10- W&S/I-8.12/page no.108)

80mm 6.00 Each 2534.00

12

Man holes:- constructing Brick Masonary manhole in cement mortar 1:5 ( 1cement : 5 fine sand ) RCC top slab 1:2:4 (1cement :2 coarse sand : 4 Graded stone aggregate 20mm nominal size) foundation concrete 1:4:8 (1 cement:4coarse sand: 8 graded stone aggregate 40mm nominal size) inside plastering 12mm thk with cement mortar 1:3 ( 1 cement: 3 coarse sand) finished with

18.00 Each 6290.00

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 119

floating coat of neat cement and making channels in CC 1:2:4 (1 cement: 2 coarse sand :4 graded stone aggregate 20 mm nomianl size ) including finishing the channel to shape, curing etc, with CI cover with frame etc.

11.2.1 For 1 no. 90 x 80 x 45 cm deep with cover and frame of (23+15) 38 kg

(SOR 2009-10- W&S/I- 11.2.1/page no.138)

13

Providing and fixing 100mm diameter Fire hydrant conforming to IS: 908-1975 wall mounted type gun metal landing valve and brass couplings to receive fire hose including all specials necessary flanges, brass plugs etc complete.

MIDC DSR(ws/d/1) page no-149 6.00 Nos 2534.00

14 Providing and laying in position following Cast Iron plugs.

100 mm 2.00 Each 206.00

150mm 4.00 Each 464.00

(SOR 2009-10- W&S/I- 1.1.5/page no.18)

15

Providing and Laying Ductile Iron Double Socket Reducer conforming to IS-9523/2000 having dimension as per table 21 of IS-9523/2000 in the following nominal diameter/sizes with external bitumen coating and internal cement mortar lining with finishing as per clause 13 of IS-9523/2000

150mm x 100mm 1.00 Each 1263.00

200mm x 150mm 3.00 Each 1944.00

(SOR 2009-10- W&S/I-4.25/page no.68)

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 120

SCHEDULE OF STREET LIGHT NETWORK

SR. NO.

PARTICULARS UNIT QTY RATE AMOUNT

1 SITC of LT (1.1KV) Grade PVC insulated PVC sheathed 'Aluminium' conductor GI steel strip armoured Power cable of the following size :- (from Transformer panel to Street Light panel)

a) 3.5 Core x 35 Sqmm Mtr 100 174.23

2 SITC of Double compression brass glands with end terminations for 1100 V grade PVC insulated Aluminium conductor armoured power cables of the following sizes alongwith cutting of gland plate, providing lugs/thimbles duly crimped and all end accessories:-

a) 3.5 Core x 35 Sqmm Nos. 10 486.00

3 SITC of LT (1.1KV) Grade PVC insulated PVC sheathed 'Aluminium' conductor GI round wire armoured Power cable of the following sizes:-

a) 4-Core 16 Sqmm Mtr 250 94.77

b) 4-Core 6 Sqmm Mtr 181 60.75

4 SITC of End terminations with double compression brass glands for 1100V grade PVC insulated Aluminium conductor Armoured power cables of the following sizes alongwith cutting of gland plate, providing lugs/thimbles duly crimped and all end accessories:-

a) 4-Core 16 Sqmm Nos. 30 243.00

b) 4-Core 6 Sqmm Nos. 25 145.80

5 SITC of one meter high 40 mm dia, HDPE pipe of 4.0 Kg pressure with bend on one side for cable intake & on one side for cable outlet to be provided along swaged poles but with in PCC

Set 70 133.65

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 121

6 SITC of Earthing Coil (coil of 115 turns of 50mm dia and 2.5mtr lead of 4.0mm G.I. wire) as decided by Engineer-in-charge of MPPKVVCL and consultant

Nos. 35 157.95

7 SITC of PCC foundation for mounting Road Lighting control panel of size 1400 (W) x 450 (D) x 550 (H) mm, 150 mm above ground level including but not limited to the following.

Nos. 4 4301.10

8 SITC of 150 mm dia Hume pipe of NP- 3 class one meter below ground level for road crossing purposes of road lighting cable including digging of earth work , sealing of both ends with gunny bag and covering of both ends with 150mm thick river sand layer and as per site requirement. levelling in original condition duly rammed with water in segments

Mtr 40 1215.00

9 R S JOIST 9.3 METER 175X85MM Nos. 20 10481.10

10 SITC of Earthing Coil (coil of 115 turns of 50mm dia and 2.5mtr lead of 4.0mm G.I. wire) as decided by Engineer-in-charge of MPPKVVCL and consultant PG.NO.108/ITM.87

Nos. 50 157.95

11 SITC of Concreting (with ratio 1:3:6) of foundation for H-Beam Pole of 13/11mtr long (including digging of 0.6 mt. x 0.8 mt. pit of 2.0 mt. depth and erecting the pole over a 20 cms thick concrete base padding of 1:3:6 concrete (0.65 CMT) mix and back filling with boulders) as decided by Engineer-in-charge of MPPKVVCL and consultant PG.NO.136/ITM.2

Cmt 13 4301.10

12 Supply and Installation of Red Oxide Paint as decided by Engineer-in-charge of MPPKVVCL and consultant PG.NO.104/ITM.19

Ltr 20 103.28

13 Supply and Installation of Aluminium Paint as decided by Engineer-in-charge of MPPKVVCL and consultant PG.NO.104/ITM.20

Ltr 20 206.55

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 122

SCHEDULE OF 100KVA 11/0.433KV OUTDOOR SUB-STATION

SR. NO.

PARTICULARS UNIT QTY RATE AMOUNT

1 SITC of 100KVA, 11/0.433KV Transformer (conventional type) as decided by Engineer-in-charge of MPPKVVCL and consultant

Nos. 2 101236.00

2 SITC of H-Beam 152x152mm 37.1Kg/mtr, 13mtr long as decided by Engineer-in-charge of MPPKVVCL and consultant

Nos. 2 35451.10

3 SITC of H-Beam 152x152mm 37.1Kg/mtr, 11mtr long as decided by Engineer-in-charge of MPPKVVCL and consultant

Nos. 2 29997.14

4 SITC of Concreting (with ratio 1:3:6) of foundation for H-Beam Pole of 11mtr long (including digging of 0.6 mt. x 0.8 mt. pit of 2.0 mt. depth and erecting the pole over a 20 cms thick concrete base padding of 1:3:6 concrete mix and back filling with boulders) as decided by Engineer-in-charge of MPPKVVCL and consultant

Cm 2.6 4301.10

5 SITC of DC cross arm of size 100x50x6mm 8' centre with 2-pair of clamps (for LA, AB switch, Pin and DO fuse) suitable for H-Beam as decided by Engineer-in-charge of MPPKVVCL and consultant

Set 2 4290.17

6 SITC of Transformer mounting DC cross arm of size 100x50x6mm with complete arrangement (belting angle of size 50x50x6mm with 2-cross fixing channel, clamping angle of size (50x50x6mm) suitable for H-Beam as decided by Engineer-in-charge of MPPKVVCL and consultant

Set 2 9481.86

7 SITC of Stay set 20mm complete with back clamps, Stay wire 7/4.0mm (8.5Kg per stay set) and turn buckles as decided by Engineer-in-charge of MPPKVVCL and consultant

Set 10 1737.45

8 SITC of concreting (1:3:6) of stay set 20mm complete with back clamps, Stay wire 7/4.0mm (8.5Kg per stay set) and turn

Cmt 3 4301.10

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 123

buckles

9 SITC of 11KV Disc insulator (Polymer) with strain hardware fitting as decided by Engineer-in-charge of MPPKVVCL and consultant

Nos. 10 291.60

10 SITC of 11KV (5KN) Polymer Pin insulator with top clamp 65x65x6mm angle complete as decided by Emgineer-in-charge of MPPKVVCL

Nos. 10 431.33

11 SITC of 11KV Lightning Arrestor as decided by Engineer-in-charge of MPPKVVCL and consultant

Nos. 10 449.55

12 SITC of 11KV (Polymer) AB switch with complete fittings as decided by Engineer-in-charge of MPPKVVCL and consultant

Nos. 6 6585.30

13 SITC of 11KV (Polymer) DO fuse unit as decided by Engineer-in-charge of MPPKVVCL and consultant

Nos. 6 1652.40

14 SITC of AAA Rabbit Conductor for jumper Mtr. 60 34.14

15 SITC of Earthing set (DTR earthing) set of three pits as per drawing no. F-10 as decided by Engineer-in-charge of MPPKVVCL and consultant

Nos. 2 5467.50

16 SITC of LT Distribution box suitable for 100KVA Transformer with Isolator on Incoming with HRC fuse as decided by Engineer-in-charge of MPPKVVCL and consultant

Nos. 2 16475.40

17 SITC of Distribution Box mounting channel of size 75x40x6mm as decided by Engineer-in-charge of MPPKVVCL and consultant

Nos. 4 274.59

18 SITC of 70Sqmm single core XLPE insulated unarmoured aluminium conductor cable as decided by Engineer-in-charge of MPPKVVCL and consultant

Mtr. 35 58.20

19 SITC of 150Sqmm single core XLPE insulated unarmoured aluminium conductor cable as decided by Engineer-in-charge of MPPKVVCL

Mtr. 35 115.00

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 124

and consultant

20 SITC of Static Energy Meter (3-phase 4-wire with CT and Modem) as decided by Engineer-in-charge of MPPKVVCL and consultant

Nos. 2 2916.00

21 SITC of Anti Climbing Devices (Barbed wire 2.24mm dia, 14 SWG, 3.5Kg wire per pole) as decided by Engineer-in-charge of MPPKVVCL and consultant

Nos. 4 279.45

22 Supply and Installation of HT tape for covering LT bushing as decided by Engineer-in-charge of MPPKVVCL and consultant

Mtr. 60 36.45

23 Supply and Installation of Danger Board Enamalled type 11KV as decided by Engineer-in-charge of MPPKVVCL and consultant

Nos. 4 72.90

24 Supply and Installation of Red Oxide Paint Ltr. 5 103.28

25 Supply and Installation of Aluminium Paint Ltr. 5 206.55

26 Supply and Installation of MS nuts and Bolts Kg 8.5 97.20

SCHEDULE OF 11KV LINE (SINGLE CIRCUIT)

SR. NO. PARTICULARS UNIT QTY RATE AMOUNT

1 SITC of H-Beam 152x152mm 37.1Kg/mtr, 13mtr long as decided by Engineer-in-charge of MPPKVVCL and consultant PG.NO.107/ITM.43

Nos. 29 35451.10

2 SITC of H-Beam 152x152mm 37.1Kg/mtr, 11mtr long as decided by Engineer-in-charge of MPPKVVCL and consultant PG.NO.107/ITM.43

Nos. 20 29997.14

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 125

3 SITC of Concreting (with ratio 1:3:6) of foundation for H-Beam Pole of 13/11mtr long (including digging of 0.6 mt. x 0.8 mt. pit of 2.0 mt. depth and erecting the pole over a 20 cms thick concrete base padding of 1:3:6 concrete (0.65 CMT) mix and back filling with boulders) as decided by Engineer-in-charge of MPPKVVCL and consultant PG.NO.136/ITM.2

Cmt 32.5 4301.10

4 SITC of single pole cut point fitting channel of size 100x50mm PG.NO.122/ITM.65

Set 10 2313.36

5 SITC of 11KV 'V' Cross arm angle type (65x65x6mm angle) as decided by Engineer-in-charge of MPPKVVCL and consultant

Nos. 50 974.43

6 SITC of Back Clamps (65x8mm flat) for H-Beam pole

Pair 100 194.40

7 SITC of 11KV Top Clamps angle type 65x65x6mm as decided by Engineer-in-charge of MPPKVVCL and consultant PG.NO.121/ITM.14

Nos. 50 236.93

8 SITC of Earthing Coil (coil of 115 turns of 50mm dia and 2.5mtr lead of 4.0mm G.I. wire) as decided by Engineer-in-charge of MPPKVVCL and consultant

Nos. 86 157.95

9 SITC of 11KV Polymer Pin insulator as decided by Emgineer-in-charge of MPPKVVCL

Nos. 168 194.40

10 SITC of AAAC Raccon Conductor with 3% sag as decided by Engineer-in-charge of MPPKVVCL and consultant PG.NO.107/ITM.53

Km 2.7 50872.05

11 SITC of Jointing sleeves suitable for 80 Sqmm Aluminium conductor equivalent to AAAC with all necessary arrangement as decided by Engineer-in-charge of MPPKVVCL and consultant PG.NO.112/ITM.195

Nos. 40 170.10

12 SITC of Stay Set 16mm complete with back clamp, stay wire 7/3.15mm (5.5Kg stay wire per stay set) and buckles as decided by Engineer-in-charge of MPPKVVCL and consultant PG.NO.108/ITM.86

Nos. 30 425.25

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 126

13 SITC of Concreting (with ratio 1:3:6) of foundation for Stay set @0.3cmt per stay as decided by Engineer-in-charge of MPPKVVCL and consultant PG.NO.136/ITM.3

Cmt 6 4301.10

14 Supply and Installation of Red Oxide Paint as decided by Engineer-in-charge of MPPKVVCL and consultant PG.NO.104/ITM.19

Ltr 80 103.28

15 Supply and Installation of Aluminium Paint as decided by Engineer-in-charge of MPPKVVCL and consultant PG.NO.104/ITM.20

Ltr 80 206.55

16 Supply and Installation of Anti Climbing Devices (Barbed wire 2.24mm dia, 14 SWG, 3.5Kg wire per pole) as decided by Engineer-in-charge of MPPKVVCL and consultant PG.NO.120/ITM.351

Mtr. 70 279.45

17 Supply and Installation of Danger Board Enamalled type 11KV as decided by Engineer-in-charge of MPPKVVCL and consultant PG.NO.120/ITM.354

Nos. 100 72.90

18 Supply and Installation of Binding Wire and Tape

Kg 81 218.70

19 Supply and Installation of MS nuts and Bolts PG.NO.104/ITM.21

Kg 151.1 97.20

20 SITC of 11KV 150sqmm 3-core underground XLPE HT cable including binding wire and para tape as decided by Engineer-in-charge of MPPKVVCL

Mtr. 100 10197.50

21 SITC of Cable jointing kit (heat shrinkable) with lugs for 11KV grade as decided by Engineer-in-charge of MPPKVVCL

Set 4 9740.00

22 SITC of 11KV AB cable 150sqmm for jumper as decided by Engineer-in-charge of MPPKVVCL

Mtr. 20 839.00

23 SITC of GI pipe 150mm dia B-grade along DP as decided by Engineer-in-charge of MPPKVVCL

Mtr 30 1537.00

24 SITC of RCC Hume pipe 300mm inner dia 30mm thick for underground cabling as decided by Engineer-in-charge of MPPKVVCL

Mtr 100 1069.00

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 127

25 SITC of Cable chamber with cement cover for inspection and cable pulling of size 750x750x1000mm

Nos. 3 3341.00

26 SITC of Bi-metallic Clamp as decided by Engineer-in-charge of MPPKVVCL

Nos. 12 588.00

27 SITC of Steel Tubular Pole swaged type as per IS:2713-1980 complete with base plate and top canopy of following sizes :

Single arm 9 Mtr high pole type 410 SP - 29 with 1.5 mtr neck overhang on one side

Nos. 20 13643.00

28 42.13 Erection of RS Joist pole / 'H' Beam / steel tubular / steel rail pole of length 7 metres but not exceeding 10 metres in cement concrete 1:3:6 (1 cement : 3 core sand: 6 graded stone aggregate 40mm nominal size) base, foundation,muffing including excavation and back refilling etc. as required.

Each 20 3316.00

29 SITC of Single arm bracket of 32mm dia B-class of 3 Mtr neck overhang on H-Beam pole

Nos. 30 691.34

30 SITC of 20mm (NB) dia, 3 meter long GI pipe (medium class) Earth Electrode/Station in 150mm diameter bore/pits surrounded with charcoal & salt homogeneous mixture upto pit bottom with 2 runs of GI strip size 25x5mm along the pipe for the purpose of earthing of Street light panel complete with civil works, salt and charcoal etc.

Nos. 4 2913.57

31 SITC of Earthing of Street Light control Panel from pipe Earthing Electrodes/ Stations with 25x5mm GI Strip 600mm below ground level covered with sand and few portion above ground level including all associated civil works alongwith joints with GI nuts and bolts and brazing with equipments where ever necessary.

Mtr 49 93.56

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 128

32 SITC of 3-phase and neutral 415V, 4-wire free standing plinth Mounted Street Light control panel (double door type) made out of 12/14SWG MS sheet after seven tank Process and painting with Epoxy Powder coating as per detailed technical specifications. The metering shall be provided as specified. The panel shall have short circuit withstanding capacity of minimum 35kA and consist of the switchgears as mentioned below.

Nos. 4 29440.67

63A TPN MCB as incomer - 1 no.

kWH meter - 1 no.

24 Hrs. & 7 Days (real time clock) Digital Timer - 1 No.

RYB indicating LED lamps with fuses - 1 Set

3-Pole Contactor of 32A - 4 nos.

32A SPN MCB as outgoing - 6 nos.

33 SITC of approved make of low watt T-5 Lamp roadway / street light luminary with epoxy powder coated sheet steel / Aluminum housing with epoxy white powder coated CRCA sheet steel gear tray , electronic ballast (HF), PF > 0.95, THD <30% , clear acrylic cover with necessary materials connection including mounting with GI pipe Light 'A' class 32/38 mm dia, clamps on existing wall / pole etc. complete as required (without lamp)

31.21.2 T - 5 Lamp 4 X 24 watt Nos. 80 7523.00

29.19.6 T - 5 Lamp - 24 Watt Each 81.5 166.00

34 SITC of LT (1.1KV) Grade PVC insulated PVC sheathed 'Copper' stranded conductor unarmoured Power cable size 3Cx2.5 Sqmm with in poles from Junction Box to Luminaires.

Mtr 2500 207.77

35 SITC of POLE JUNCTION BOX

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 129

i) Outdoor type, weather proof Junction Box of size 200 (W) x 200 (H) x 100 (D) mm made out of 2.5 mm thick CRCA Sheet (minimum) with door out of 14 SWG CRCA Sheet having 2 nos. knobs, padlocking arrangement, 3mm thick Gland Plate shrouded with transparent poly carbonate sheet with IP-55 degree of protection and powder coat painted and equipped with the following :- NOTE : Junction Box meant for cable LOOP IN & LOOP OUT arrangement should be suitable for mounting on existing single arm swaged poles

Nos. 80 729.00

a) 6-terminal connectors

b) 6A, 10 KA, SP (one Pole) MCB mounted on C-channel = 1 no.

c) Neutral Link = 1 no.

36 Outdoor type, weather proof Junction Box of size 200 (W) x 200 (H) x 100 (D) mm made out of 2.5 mm thick CRCA Sheet (minimum) with door out of 14 SWG CRCA Sheet having 2 nos. knobs, padlocking arrangement, 3mm thick Gland Plate shrouded with transparent poly carbonate sheet with IP-55 degree of protection and powder coat painted and equipped with the following :- NOTE : Junction Box meant for cable LOOP IN & LOOP OUT arrangement should be suitable for mounting on existing double arm swaged poles

Nos. 50 1215.00

a) 6-terminal connectors

b) 6A, 10 KA, SP (one Pole) MCB mounted on C-channel = 2 nos.

c) Neutral Link = 1 no.

Executive Engineer

Tender document Development work of De-Notified from Area SEZ-II At Pithampur Distt. Dhar (M.P.)

Contractor AKVN (I) Ltd. Indore 130

SECTION 5 AGREEMENT FORM

This agreement, made on the ______________________________ day of _______________ between ___________________ (name and address of employer) (hereinafter called “the Employer) and ____________________________ (name and address of contractor) hereinafter called “the contractor” of the other part.

Whereas the Employer is desirous that the Contractor execute __________________________________________ (name and identification number of contractor for the execuation and completion of such works and the remedying of any defects therein, at a cost of Rs.______________

NOW THIS AGREEMENT WITNESSED as follows:

1. In this Agreement, words and expression shall have the same meanings as per respectively assigned to them in the conditions of contract hereinafter referred to and they shall be deemed to form and be read and construed as part of this agreement.

2. In consideration of the payments to be made by the Employer to the Contractor as hereinafter mentioned, the contractor hereby covenants with the Employer to execute and complete the works and remedy any defects therein in conformity in all aspects with the provisions of the contract.

3. The employer hereby covenants to pay the Contractor in consideration of the execution and completion of the works and remedying the defects wherein Contract Price or such other sum as may become payable under the previous of the contract at the times and in the manner prescribed by the Contract.

4. The following documents shall be deemed to form and be ready and construed as part of this Agreement viz.

i. Letter of Acceptance

ii. Contractor’s Bid

iii. Condition of Contract : General and Special

iv. Contract Data

v. Bid Data

vi. Drawings

vii. Bill of Quantities and

viii. Any other documents listed in the Contract Data as forming part of the Contract.

In witnessed where of the parties here to have caused this Agreement to be executed the day and year first before written.

The Common Seal of _______________________________________________ was hereunto affixed in the presence of:

s Signed, Sealed and Delivered by the said __________________________________ _____________________________________________ in the presence of:

Binding Signature of Employee______________________________

Binding Signature of Contractor______________________________