Você está na página 1de 95

ANDHRA PRADESH

INDUSTRIAL INFRASTRUCTURE CORPORATION


LIMITED
O/o The Chief Engineer-II, 4th floor, Parishrama Bhavanam, Basheerbagh,
Hyderabad-4
TENDER NOTICE No. 20/CE-II/APIIC/2015-16 Dated:29.06.2015
FORM A
1.Name of work

:Providing electrification to R&R colony to facilitate


balance
beneficiaries of about 1050 plots duly
making of 11kV Bay Extension at 33/11KV
substation, laying of 11kV line on 11 Mts Spun poles
with 100sq.mm AAA conductor, Providing 16Nos
DTRs and laying of LT 3 Phase 5 wire line on 9.5mtrs
PSCC spun poles with 55 sq.mm AAA conductor and
providing 325Nos street light fittings all along the
internal roads in the R&R colony layout at
Veduruvada(V), Atchutapuram (M), Visakhapatnam
Dist (3rd Call).

2.

Estimated value of work put to tender


(ECV)

3.

Details of EMD in the shape of DD

4.

Rs.1,26,68,062.00

a) Along with Application

Rs. 1,27,000/-

b) Before executing agreement Bond


or more based on contract value

Rs.1,90,000/-

Date and time for Receipt of tenders


29.06.2015

From 04.00 PM on

Upto
5.00
06.07.2015
5.

PM

Time and date of opening of tenders:


a)
Technical Bid

b)

08.07.2015 @ 11.00 AM

on

06.07.2015 @ 05.15

PM
Price Bid

CERTIFICATE
6.

i)
the

I/We am/are not debarred from tendering for contracts of any of


departments

ii)

for any reason what so ever.

I/We hereby certify that information given in the tender is


correct. If, at any stage, it is found to be incorrect, I/We
understand that the contract is
liable to be terminated,
rescinded and action could be taken against me/us by the
Corporation, for damages.

CONTRACTOR

Page: 1

CHIEF ENGINEER-II

SIGNATURE OF THE TENDERER

ANDHRA PRADESH

INDUSTRIAL INFRASTRUCTURE CORPORATION


LIMITED
O/o The Chief Engineer-II, 4th floor, Parishrama Bhavanam, Basheerbagh,
Hyderabad-4

NOTICE INVITING TENDER


Note: All Dates are in dd/mm/yyyy hr: min as per Indian Standard Time (IST)
IST=GMT+5:30hrs
1.

Department Name :

Andhra Pradesh Industrial Infrastructure


Corporation Limited.

2.

Circle / Division

Head Office, Hyderabad

3.
Tender Number
:
20/CE-II/APIIC/2015-16
Dated:29.06.2015
4.
Name of work
:
Providing electrification to R&R
colony to facilitate balance beneficiaries of about 1050 plots
duly making of 11kV Bay Extension at 33/11KV substation,
laying of 11kV line on 11 Mts Spun poles with 100sq.mm AAA
conductor, Providing 16Nos DTRs and laying of LT 3 Phase 5
wire line on 9.5mtrs PSCC spun poles with 55 sq.mm AAA
conductor and providing 325Nos street light fittings all along
the internal roads in the R&R colony layout at Veduruvada(V),
Atchutapuram (M), Visakhapatnam Dist. (3rd Call)
5.
Estimated Contract Value (ECV): Rs. 1,26,68,062.00
6.

Period of Contract

06(Six) - months

7.

Form of Contract

L.S.

8.

Tender Type

Open

9.

Tender Category

Works

10.

EMD / Bid Security

11.

Processing Fee

12.
Transaction Fee
APTS, Hyderabad

in the shape of DD favouring


Rs.1,27,000/- (INR)
APIIC Ltd, payable at
Visakhapatnam
:
Rs.2,000/:

Rs.4,333/- (INR) Payable to M/s


through on line.

13.

Bid download start Date

29.06.2015 at 4:00 PM

14.

Bid Download end Date

06.07.2015 upto 01:00 P.M

CONTRACTOR

Page: 2

CHIEF ENGINEER-II

15.

Bid Submission Closing

06.07.2015 upto 5.00 PM

16.

Bid Submission

Online

17.

Prequalification/
:
Technical Bid Opening
Date( Qualification &
Eligibility stage)
Price Bid Opening Date
(Financial Bid Stage)

06.07.2015 at 05.15 P.M

18.
19.

Place of Tender Opening

08.07.2015 at 11.00 A.M

O/o Chief Engineer-II, APIIC Ltd, 4th floor,


Parisrama Bhavan, Basheerbagh, Hyderabad500 004
:

20.
Officer Inviting
Hyderabad.
Bids / Contact Person

Chief Engineer-II, APIIC Ltd.,

21

Address / E-mail ID

apiic.electrical@gmail.com

22

Contact Details /

040-23237622 Ext:427

23

Eligibility Criteria
:
a)
G.O.MS No 178, I&CAD dated 27-9-1997
(Electrical)
b)
G.O.MS No 132, T, R&B dated 11-8-199
(Electrical)
c)
G.O.MS 8, T, R&B dated 8-1-2003
(Electrical)
d)
G.O.MS No 94, I&CAD dated 1-7-2003
(Electrical)

24.

Class - I

Class - I

Class - I

Class - I

e)

Contractors with valid registration in appropriate class i.e., ClassI (Electrical) in Central government, other State government
departments and undertakings are also eligible in accordance
with the G.O.MS No 94, I&CAD dated 1-7-2003

f)

Contractor should posses Grade A Electrical license issued by


A.P.Electrical Licensing Board.

g)

Other conditions and further information related to tender notice may be


obtained on e procurement market place at
www.eprocurement.gov.in.

Procedure for submission of Bids:


(a)
Bidders need to contact Chief Engineer-II for information on eProcurement.
(b)
Bidders need to register on the electronic procurement market
place
of
Government
of
Andhra
Pradesh
i.e.,
www.eprocurement.gov.in on registration on the e-Procurement
market place they will be provided with a user ID and password
by the system using which they can submit their bids online.
(c)

While registering on the e-procurement market Place, Bidders


need to scan and upload the required documents as per the
Tender requirements onto their profile. The e-procurement
market place provides an on line self service Registration facility
to such of the contractors who are already registered with
respective participating departments for works/ supply of
specified goods and services.

CONTRACTOR

Page: 3

CHIEF ENGINEER-II

(d)

The following certificates, documents etc., are to be scanned,


uploaded and attached online on to the e-procurement platform
at www.eprocurement.gov.in
1.
Copy of contractors valid registration certificate
under appropriate class with any State or Central Government
Departments and undertakings.
2.
Copy of valid Provident Fund registration.
3.
Copy of Latest IT returns filed along with copy of
PAN.
4.
Copy of Registration under AP VAT act 2005 (TIN).
5.
Value of Electrical Engineering works executed in
the last five financial years in the tenderers name in
Statement-I along with supporting certificates.
6.
The details of similar works (each of value not less
than 50% of ECV) executed as Prime Contractor (in the same
name) during the last five years, showing year wise break up
of value of work executed in Statement-II with supporting
certificates.
7.
The physical quantities of specified works
executed as Prime Contractor (in the same name) in the last
five financial years with year wise break up work wise in
Statement-III duly supported with work done certificates.
8.
Details of existing commitments (i.e. works on
hand) with supporting certificates in Statement-IV.
9.
The availability of Key / critical construction /
quality control equipment in Statement-V.
10.
The availability of Key personnel in Statement-VI.
11.
The information on litigation history in StatementVII.
12.
Proof of Liquid assets in the shape of Solvency
certificate for the required amount
13.
DD towards Earnest Money Deposit ( As indicated
in NIT)
14.
DD towards processing fee (As indicated in NIT)
15. Consortiums will not be accepted

(e)

As per G.O. Ms. No.174, Dated : 01.09.2008 of Irrigation & CAD


(PW-REFORMS) Dept., submission of original Hard copies of the
uploaded scan copies of DD / BG towards EMD by participating
bidders to the tender inviting authority before opening of the
price bid be dispensed forthwith.

(f)

Successful (L1) tenderer shall furnish the originals of all the


documents / certificates / statements uploaded by him to the
Chief Engineer-II for verification and return before concluding
agreement.

(g) The tenderer shall be required to furnish a declaration in online


stating that the soft copies supplied by them are genuine. Any
incorrectness / deviation noticed will be viewed seriously and
apart from canceling the work duly forfeiting the EMD, criminal
action will be initiated including suspension of business.
(h) Steps for registration and submission of bids are described in
detail in the Bidders Training Booklet available with the
department as well as at the above web site.
(i)

All participating bidders shall pay 0.03% of Estimate Contract


Value + service tax i.e. Rs.4,333/- towards transaction fee at
the time of bid submission through online payment to M/s.
Vayam Technology, Hyderabad. The successful bidder shall pay

CONTRACTOR

Page: 4

CHIEF ENGINEER-II

0.04% of ECV Rs.5,068/- towards corpus fund in the form of DD


payable to the Managing Director, A.P.T.S., Hyderabad at the time
of concluding agreement and hand over same to the Chief
Engineer-II, APIIC Ltd., Hyderabad.
(j)

EM.D. is to be paid by way of Crossed Demand Draft @ 1.0% of


ECV drawn in favour of APIIC Ltd, Visakhapatnam, along with
bids. The balance EMD @ 1.5% of ECV or TCV whichever is high
minus EMD furnished with tender is to be paid at the time of
concluding agreement. The balance EMD shall be in the form of
Demand Draft for works with ECV of Rs.2.00 Crores and below.
For works with ECV above Rs.2.00 Crores, the balance EMD shall
be in the form of either Demand Draft or Bank Guarantee as per
format annexed. All the bidders shall invariably upload the
scanned copies of DD/BG in e-procurement system and this will
be the primary requirement to consider the bid as responsive
and Originals must be submitted to the Chief Engineer-II, APIIC.

(k) The Department shall carry out the technical bid evaluation solely
based on the uploaded certificates / documents, DD / BG towards
EMD in the e-procurement system and open the price bids of the
responsive bidders.
(l)

The bidder shall authenticate the bid with his digital certificate for
submitting the bid electronically on e-Procurement platform and
the bids not authenticated by digital certificate of the bidder will
not be accepted on the e-procurement platform.(G.O.Ms.No.6,
dated 28/02/2005 of IT & C Dept., Govt. of AP).

(m) The Department will notify the successful bidder for submission of
original hard copies of all uploaded documents DD / BG towards
EMD prior to entering into agreement.
(n) The successful bidder shall invariably furnish the original DD/BG
towards EMD, certificates / documents of the uploaded scanned
copies to the Tender inviting Authority before entering into
agreement either personally or through courier or post and the
receipt of the same within the stipulated.
CONDITIONS OF TENDER NOTICE
1.

The tender should be submitted online through eprocurement with


the required processing fee, transaction fee and EMD in the shape of
Bank DDs separately for each work, as indicated in the Tender Notice.
No other form of payment will be accepted. No exemption of EMD will
be entertained in respect of any category under any circumstances.
The Bank DDs shall be drawn as follows.
i.

Processing fee of Rs.2000/- (Demand Draft) in favour of


APIIC Ltd., payable at Visakhapatnam

ii.
EMD of Rs.1,27,000/- (Demand Draft) @ 1.0% ECV (in favour
of APIIC
Ltd., payable at Visakhapatnam.
iii.

Corpus fund @ 0.04% of ECV i.e., Rs.5,068/- in favour of


Managing Director/APTS payable at Hyderabad by successful
bidder.

CONTRACTOR

Page: 5

CHIEF ENGINEER-II

2.

The processing fee, transaction fee by the tenderers and corpus


fund by the successful bidder will neither be refunded nor adjusted,
under any circumstances.

3.

The date stipulated in tender notice regarding receipt of tenders


and opening of tenders etc., are firm and under no circumstances will
they be relaxed unless officially extended. If due to any reason the
last date specified for opening of tenders happens to be an extraordinary holiday, the tenders will be opened on the next working day,
the timings being unaltered.

4.

The tender process shall be in two stages (1) Technical bid and (2)
Price bid.

5.

The tender opening authority will first open the Technical bid at the
specified date and time and examine whether the tenderer satisfies
the requirements of qualification criteria.

6.

The bidder should submit the following particulars invariably in


formats specified in the tender schedule under Annexure-I along with
necessary certificates, failing which his tender shall be treated as
incomplete and summarily rejected. To qualify for consideration of
award of the contract each tenderer should fulfill the following criteria
and submit information in the form of certificates or statements issued
by the competent authorities as prescribed:
i.

Any
Electrical
Contractor/Supplier/Manufacturer
should
possess valid class-I electrical registration with Grade A license
issued by electrical licensing authority.

ii.

Valid Provident Fund registration.

iii.

Evidence of satisfactory completion (not less than 90% of


contract value as a prime contractor) of group of similar works
(each of not less than 50% of ECV) and total value not less than
Rs.63.34Lakhs (at current price level) in any one year during
the last five financial years not earlier than April-2010 or
current financial year. The experience certificate shall be issued
by an officer of Government Department / undertaking of the
concerned work not below the rank of Executive Engineer or
equivalent and countersigned by the Superintending Engineer or
equivalent.

iv.

The sub-contractors / GPA holders experience shall not be


taken into account in determining the bidders compliance with
the above qualification criteria.

v.

Experience relating to the works executed in State / Central


Government Department or State / Central Government
undertaking shall only be considered.

vi.

Executed in any one year, the following minimum quantities of


work:

1)
2)

CONTRACTOR

Erection and commissioning of LT & 11KV


or above lines over PSCC/Spun poles with
AAA/ACSR conductor7 KM
Erection
and
commissioning
of
distribution transformers (63KVA and
above)---8Nos

Page: 6

CHIEF ENGINEER-II

vii.

Availability (either owned or leased) of the following key and


critical equipment for the work:
Equipment Type and
S.
Qty.
No.
Characteristics
Ropes, ladders, Crow bars
a)
10 Nos.
Tractor
b)
1 No.
Chain pulley blocks/Triflers
c)
2 Nos.
Aluminum Pulleys for stringing.
d)
1 No.
Winch and T & P
e)
1 No.
Mechanized
pole
erection
f)
1 No.
equipment.

viii.

Qualification and experience of key personnel proposed for


administration and execution of the contract:
Positio
n

Name

Year of Experience Year of Experiences


(General)
with
the
proposed
position

ix.

Value of existing commitments and on- going works to be


completed during the period of completion of works for which
tenders are invited with name of works.

x.

Liquid assets / credit facilities of not less than Rs.63.34Lakhs


(Credit limits / letter of credit / solvency certificate from banks
etc., issued not earlier than one year from the date of Tender
Notice.)

xi.

Annual financial turnover on Electrical contracts during last


five financial years with sufficient proof such as Auditor
certificate, balance sheet / Profit and Loss Account / experience
from concerned Departments.

xii.

Assessed bid capacity must be greater than estimate value


put to tender.

xiii.

Latest IT returns filed along with copy of PAN card.

xiv.

Registration under AP VAT act 2005 (TIN) with the Commercial


Tax Department.

xv.

If the tenderer is a partnership concern an attested copy of


Form A showing all the names of partners obtained from
Registrar of firms shall be furnished.

xvi.

In technical bid the tenderers shall furnish the credentials by a


declaration on Non-judicial stamp paper of Rs.20/- as per the
Proforma under Check list Annexure I duly supported with proof
of evidence of all the above certificates.

xvii.

The tenderer should produce ownership certificate / lease


certificate of proof of having in possession hot mix plant,
Mechanical paver finisher and other T&P required for carrying out
the work duly certified by an officer of the Government
Department not below the rank of an Executive Engineer (for
road works only).

CONTRACTOR

Page: 7

CHIEF ENGINEER-II

The successful tenderer shall produce all original certificates for


verification before the stipulated date for concluding agreement and
return on the day of concluding agreement.
7.

Even though the tenderer meets the above qualification criteria,


he/she is subject to be disqualified if he/she is found to have mislead or
made false representation in the forms / statements submitted in proof
of the qualification requirements or record of poor performance such as
abandoning works, works not properly completed as per the contract,
inordinate delays in completion, litigation history and / or financial
failures and / or participated in the previous tendering to the same
works and quoted unreasonably high bid prices. If certificates/
documents or information submitted by the tenderer are found to be
false either at the time of evaluation of tenders, processing of tenders
or after concluding agreement or at any point of time during execution
of work in respect of either unsuccessful bidders or the successful
bidder, Criminal Action will be initiated against the tenderer in addition
to invoking other penal action (Viz.,) Forfeiture of EMD paid, forfeiture
of with held amount, forfeiture of value of work done but not paid,
termination of the agreement and debarring the tenderer/ contractor
for tendering for all future works in APIIC.

8.

The price bid of those tenderers who fulfill the qualification criteria
will only be opened and considered for award of work.

9.

The Chief Engineer-II, APIIC Ltd., Hyderabad reserve the right to reject
any or all the tenders or to accept any tender wholly or in part without
assigning any reason whatsoever.

10.

The tenderer who withdraws his tender within the validity period
mentioned in the tender document will forfeit his EMD.

11.

The building materials like cement, steel, A.C. Sheets, bitumen,


explosives, electrical, water supply and sanitary materials etc.,
required for the work will not be supplied by the Department and shall
be arranged by the contractor himself.

12.

Defects liability period is 24 months from the date of completion of


work in all respects.

13.

Tenders with an excess of more than 10% of current estimate rates


shall be summarily rejected.

14.

Liquidated damages as indicated in the tender document will be


imposed for delayed execution of work.

15.

The contractor, shall not without written consent of the Zonal


Manager, assign the contract or sublet any portion of the work to any
other person.
In case it becomes necessary to permit the contractor
to sublet any portion of the contract, the Zonal Manager shall limit
such permission to following items of work, namely, (1) Labour
Contract (2) Material Contract (3) Transport Contract (4) Engaging
Specialists for special items of works as enjoined in APSS.
In the event it is found that any portion of the work is sublet, without
written consent of Zonal Manager, action will be taken against the
contractor by debarring him from participating in the tender for the
period as decided by the agreement concluding authority. However the
debarring period shall not be less than one year.

CONTRACTOR

Page: 8

CHIEF ENGINEER-II

INSTRUCTIONS TO TENDERERS
A GENERAL
Name of work:Providing electrification to R&R colony to facilitate
balance beneficiaries of about 1050 plots duly making of
11kV Bay Extension at 33/11KV substation, laying of 11kV
line on 11 Mts Spun poles with 100sq.mm AAA conductor,
Providing 16Nos DTRs and laying of LT 3 Phase 5 wire line
on 9.5mtrs PSCC spun poles with 55 sq.mm AAA
conductor and providing 325Nos street light fittings all
along the internal roads in the R&R colony layout at
Veduruvada(V), Atchutapuram (M), Visakhapatnam Dist.
(3rd Call)
1.1

The Chief Engineer-II invites bids for the above work during the
period, for which dates and time specified in the NIT and will be
opened by the Chief Engineer-II or his nominee at his office on the date
and time mentioned in the NIT.

1.2

The intending bidders would be required to enroll themselves on


the e-procurement market place at www.eprocurement.gov.in .

1.3

The tenders should be in the prescribed form invited on eprocurement by the Chief Engineer-II (As specified in NIT) that can be
downloaded at free of cost from the website www.eprocurement.gov.in
.

1.4

The dates stipulated in the tender notice are firm and under any
circumstances they will not be relaxed unless officially extended.

1.5

The Tenderer should upload scanned copies of all requisites including


DDs with self attested copies of the same in e-procurement portal and
successful bidder shall submit the uploaded documents to the tender
inviting authority. The bidder shall sign on all the statements,
documents, certificates, uploaded by him owning responsibility for
their correctness/authenticity. Contractor should produce the originals
of all documents for verification, if asked, for by the Competent
Authority.

1.6

The tender opening authority will not consider any tender received
after expiry of date and time fixed for receipt of tenders.

1.7

Tenderers shall furnish declaration that they have not been


blacklisted in any department in Andhra Pradesh or any state in India.
Any wrong declaration in this regard which comes to notice at a later
date will disqualify them and the tenders so received will be rejected
apart from taking suitable action on the defaulting tenderer.

1.8

All participating bidders shall pay 0.03% of Estimate Contract


Value + service tax i.e. Rs.4332/- towards transaction fee at the time
of bid submission through online payment to M/s. Vayam Technology,
Hyderabad. The successful bidder shall pay 0.04% of ECV Rs.5068/towards corpus fund in the form of DD payable to the Managing
Director, A.P.T.S., Hyderabad at the time of concluding agreement and
hand over same to the Chief Engineer-II, APIIC Ltd., Hyderabad.

CONTRACTOR

Page: 9

CHIEF ENGINEER-II

1.9

The successful tenderer is expected to complete the work within


the time period specified in the NIT.

1.10

Bidders are required to submit their price bid only online in eprocurement platform. No offline tenders will be considered.

2.0
2.1

Firms Eligible to Tender:


The Firms who
i)
possess the valid registration in the class and category
mentioned in the NIT, valid PF registration and satisfy all the
conditions therein.
ii)
are not blacklisted or debarred or suspended by the Government
for what-ever the reason, prohibiting them not to continue in the
contracting business
iii)
have complied with the eligibility criteria specified in the NIT
are the eligible tenderers.

2.2
i)

Firms Ineligible to Tender:


A retired officer of the Govt. of AP or Govt. of India executing
works is disqualified from tendering for a period of two years
from the date of retirement without the prior permission of the
Government.

ii)

The Tenderer who has employed any retired officer as mentioned


above shall be considered as an ineligible tenderer.

iii)

The contractor himself or any of his employees is found to be


Gazetted Officer who retired from Government Service and had
not obtained permission from the Government for accepting the
contractors employment within a period of 2 years from the date
of his retirement.

iv)

The Contractor or any of his employees is found at any time after


award of contract, to be such a person who had not obtained the
permission of the Government as aforesaid before submission of
the tender or engagement in the Contractors service.

v)

Contractor shall not be eligible to tender for works in the Zone


where any of his near relatives are employed in the rank of
Assistant Manager and above. The Contractor shall intimate the
names of persons who are working with him in any capacity or
are subsequently employed. He shall also furnish a list of
Gazetted /Non-Gazetted, APIIC Employees related to him. Failure
to furnish such information tenderer is liable to be removed from
the list of approved contractors and his contract is liable for
cancellation.

Note: Near relatives include


1.
Sons, step sons, daughters, and step daughters.
2.
Son-in-law, and daughter-in-law.
3.
Brother-in-law, and sister-in-law.
4.
Brothers and Sisters.
5.
Father and Mother.
6.
Wife / Husband.
7.
Father-in-law and Mother-in-law
8.
Nephews, nieces, uncle and aunties
9.
Cousins and
10. Any person residing with or dependent on the contractor.
3.0

Qualification data of the Tenderers

CONTRACTOR

Page: 10

CHIEF ENGINEER-II

3.1

The tenderer shall furnish the following particulars in the formats


provided online and supported documentary evidence shall be
uploaded duly signed and attested.
a) Check slip to accompany the tender as per annexure-I on Rs.20.00
Non-Judicial Stamp Paper.
b) Attested copies of documents relating to the Registration of the
firm, Registration as Electrical Contractor, Partnership deed,
Articles of Association, Registration under AP VAT act 2005 (TIN)
along with sales tax / VAT clearance, PAN, PF Registration, etc.
Note:
The Partnership firms, which are registered as Contractors
shall intimate the change in partnership deed, if any, as per GO
Ms No.58, I & CAD, dt.23.4.2002 within one month of such
change. Failure to notify the change to the registration authority
in time will entail the firms to forfeit their registration and their
tender will be rejected. The intimation of change of partners if
any and the acceptance by the Registration authority may be
enclosed.
c) Value of all Electrical Engineering works executed year wise during
the last five financial years (As specified in NIT) in Statement.I.
d) Details of group of similar works (each of not less than 50% of ECV)
in any one year and total magnitude of such works value not less
than Rs.63.34Lakhs (at current price level) in the name of the
tenderer as Prime Contractor during the last five years not
earlier than April-2010, showing actual date of completion &
year wise break up of value of work executed in Statement .II.
e) Year-wise specified quantities executed by the tenderer during the
last five financial years in Statement-III
f) Details of the existing commitments i.e. works on hand and works
for which tenders are submitted in Statement No-IV.
g) Availability of Key & critical construction / quality control equipment
in Statement V;
h) Availability of key personnel for administration / site management
and execution viz., technical personnel required for the work
Statement VI;
i) Information regarding any litigation, with Government during the
last five years, in which the Tenderer is involved in Statement-VII;
j) Availability of working capital for the work [Liquid assets, credit
facility and availability of other financial resources such as
solvency etc];
k) The proposed methodology and program of construction, backed
with equipment planning and deployment, duly supported with
broad calculations, justifying their capability of execution and
completion of the work as per technical specifications within the
stipulated period of completion as per milestones.
l) The particulars of quality control testing Lab owned, OR tie up with
established quality control testing laboratories.

3.2

Tenders from Joint Ventures are not acceptable unless specifically


stated otherwise.

CONTRACTOR

Page: 11

CHIEF ENGINEER-II

3.3

QUALIFICATION CRITERIA FOR OPENING OF THE PRICE BID.


A)

To qualify for opening the Price Bid, the bidders in their


name should have during the last five years.
i)

To qualify for opening the Price Bid, the bidders in their


name should have, during the last five financial years not
earlier than April-2010, satisfactorily completed in any
one year as a PRIME CONTRACTOR, group of similar works
(each of not less than 50% ECV) in any one year and total
magnitude of such works value not less than Rs.63.34
Lakhs at current price level.
Note:
The cost of completed work of previous years shall
be given weightage of 10% per year to bring them to
current price level for the financial year in which bids are
invited. Financial years are those immediately preceding
the financial year in which the tenders are invited)
ii)
1)
1)

B)

Each bidder should have executed in any one year the


following minimum physical quantities.
Erection and commissioning of LT & 11KV
or above lines over PSCC/Spun poles with
AAA/ACSR conductor7KM
Erection
and
commissioning
of
distribution transformers (63KVA and
above)---8Nos

Each bidder should further demonstrate (As specified in


NIT):
i) Availability (either owned or leased) of the following key and
critical equipment for the work:
Equipment Type and
S.
Qty.
No.
Characteristics
Ropes, ladders, Crow bars
a)
10 Nos.
Tractor
b)
1 No.
Chain pulley blocks/Triflers
c)
2 Nos.
Aluminum Pulleys for stringing.
d)
1 No.
Winch and T & P
e)
1 No.
Mechanized pole erection equipment.
f)
1 No.
Note:
The major equipment to attain the completion of
works in accordance with the prescribed construction
schedule is shown in the above table.
ii)

iii)

Availability of the Key personnel


1) Graduate Engineer (Electrical)
2) Diploma Engineer (Electrical)

:
:

1 No.
1 No.

Liquid assets and / or credit facilities of not less than


Rs.63.34 Lakhs (Credit facility / letter of credits /
Solvency certificates from Banks etc).

Bid capacity.
The tenderer who meets the above qualification criteria and whose
available bid capacity is more than the estimated contract value will be

CONTRACTOR

Page: 12

CHIEF ENGINEER-II

qualified for opening of Price bid. The available bid capacity will be
calculated as under:
Available Bid Capacity :
2AN-B.
Where,
A= Maximum value of Electrical engineering works executed in its
name in any one financial year during the last five financial years
(updated to current Price level) taking into account the works
completed as well as works in progress.
N=

Number of years prescribed for completion of the work for which


tenders are invited [months / 12].

B=

Updated value (at current Price level), of all existing


Commitments i.e., on going works, works likely to be awarded to
be executed during the Period of completion of the work for
which tenders are invited.
Annual turnover cost of completed works and balance works on
hand etc., shall be updated by giving weightage of 10% per year
to bring them to current price level.

No relaxation will be given to any of the qualification criteria.


Note:
The experience gained in a registered JV firm to the extent
of the tenderers share shall be considered if the tenderer
happens to be the lead partner.
3.4

Even though the tenderers meet the above qualifying criteria, they
are liable to be disqualified / debarred / suspended / blacklisted if they
have

Furnished false / fabricated particulars in the forms, statements


and /annexures submitted in proof of the qualification
requirements
Not turned up for entering into agreement, when called upon.
record of poor performance such as abandoning the work, not
properly completing the contract, inordinate delays in
completion, litigation history or financial failures etc.
participated in the previous bidding for the same work and had
quoted unreasonably and
even while execution of the work, if found that the work was
awarded to the Contractor based on false / fake certificates of
experience, the Contractor will be blacklisted and work will be
taken over invoking clause 61 of PS to APSS.

3.5

Tenders with an excess of above 10% of the estimated contract


value shall summarily be rejected.

3.6

For tenders up to 15% less than the estimated contract value of


work, no additional security deposit is required. But for tenders
beyond less than 15% of the estimated Contract Value of work, the
difference between the tendered amount and 85% of the estimated
contract value, shall be paid by the successful tenderer at the time of
concluding agreement as an additional security through a Demand
Draft on a Nationalised Bank / Scheduled bank to fulfill the contract.

3.7

a)

If the percentage quoted by a tenderer is found to be either


abnormally high or with in the permissible ceiling limits

CONTRACTOR

Page: 13

CHIEF ENGINEER-II

prescribed but under collusion or due to unethical practices


adopted at the time of tendering process, such tenders shall be
rejected.
b)

A tenderer submitting a tender which the tender accepting


authority considers excessive and or indicative of insufficient
knowledge of current prices or definite attempt of profiteering
will render himself liable to be debarred permanently from
tendering or for such period as the tender accepting authority
may decide. The tenderer overall percentage should be based on
the controlled prices for the materials, if any, fixed by the
Government or the reasonable prices permissible for the tenderer
to charge a private purchaser under the provisions of clause-6 of
the hoarding and profiteering prevention ordinance of 1943 as
amended from time to time and on similar principle in regard to
labour supervision on the construction.

4.0
4.1

One Tender per Tenderer:


Each tenderer shall submit only one tender for the work. A
tenderer who submits more than one Tender will cause dis-qualification
of all the tenders submitted by the tenderer.

5.0
5.1

Cost of Tendering
The tenderer shall bear all costs associated with the preparation
and submission of his tender and the tender inviting authority will in no
case be responsible and liable for those costs.

6.0
6.1

Site Visit.
The tenderer, at the tenderers own responsibility and risk is
advised to visit and examine the Site of Work and its surroundings and
obtain all information that may be necessary for preparing the Tender
for entering into a contract, for construction of the work. The costs of
visiting the site shall be at the tenderers own expense.

7.0
7.1

B. TENDER DOCUMENT
Contents of Tender document.
One set of tender document, comprises of the following:
Technical bid
1)
Notice Inviting Tenders (NIT)
2)
Instructions to Tenderers
3)
Forms of Tender and qualification information
4)
Conditions of Contract.
5)
Specifications.
6)
Drawings.
Price bid

Bill of Quantities and Price bid.

8.0
8.1

Clarification on Tender Documents


A prospective tenderer requiring any clarification on tender
documents may contact the tender Inviting Officer at the address
indicated in the NIT.

9.0
9.1

Amendment to Tender Documents


Before the last date for submission of tenders, the tender Inviting
Officer may modify any of the Contents of the Tender Notice, tender
documents by issuing amendment / addendum.

9.2

Any addendum/amendments issued by the Tender Inviting Officer


shall be part of the Tender Document.

9.3

To give prospective tenderers reasonable time to take an


addendum into account in preparing their bids, the Tender Inviting

CONTRACTOR

Page: 14

CHIEF ENGINEER-II

Officer may extend if necessary, the last date for submission of


tenders.
C.

PREPARATION OF TENDERS.

10.0
10.1

Language of the Tender.


All documents relating to the tender shall be in the English
Language only.

11.0
11.1

Documents comprising of the Tender.


The tender comprise the following which are available online at
www.eprocurement.gov.in/
(a)
Technical Bid, and drawings.
(b)
Qualification information and supporting documents [to be
uploaded by the tenderer.
(c)
Price bid containing bill of quantities (Schedule A) and the Bid
offer.

12.0
12.1

Bid Offer:
Bill of Quantities called Schedule A and the bid offer accompanies
the tender document. It shall be explicitly understood that the Tender
Inviting Officer does not accept any responsibility for the correctness or
completeness of this schedule A and this schedule A is liable to
alterations by omissions, deductions or additions at the discretion of
the Chief Engineer-II or as set forth in the conditions of the contract. The
Schedule A shall contain the items of work to be carried out indicated
as part-I and LS provisions as Part-II. The percentage quoted by the
contractor shall be applicable only to part-I. However, the provisions
contained in the part-II will be operable basing on the conditions
provided in the Tender Document. The tenderers will have to state
clearly their willingness to execute the work at certain specific
percentage of excess or less or at par of the ECV indicated in Part-I at
the space provided therein in Schedule A. The LS amount indicated in
part-II are maximum reimbursable amounts. The tenderer should
however quote his lumpsum tender based on this schedule of
quantities. He should quote his offer as a overall tender percentage.
The over all tender percentage should be written both in words and
figures. The bid offer i.e., percentage shall be written both in figures
and words legibly and free from errors.

12.2

The Schedule A (or Price-bid) contains not only the quantities but
also the rates worked out by the Department and the amount for each
item and total value of the estimated contract. The tenderer should
workout his own rates keeping in view the work, site conditions and
quote his overall tender percentage with which he intends to execute
the work.

12.3

The bid offer shall be for the whole work and not for individual
items / part of the work.

12.4

All duties, taxes, and other levies payable by the contractor as per
State / Central Government rules, except otherwise mentioned, shall
be included in the tender percentage quoted by the tenderer, however
keeping in view the maximum reimbursable amounts specified in partII of Price Bid.

12.5

The tendered contract amount as computed based on overall


tender percentage is subject to variation during the performance of the
Contract in accordance with variation in quantities etc.

13.0

Validity of Tenders:

CONTRACTOR

Page: 15

CHIEF ENGINEER-II

13.1

Tenders shall remain valid for a period of not less than three
months from the last date for receipt of tender specified in NIT.

13.2

During the above mentioned period no plea by the tenderer for any
sort of modification of the tender based upon or arising out of any
alleged misunderstanding of misconceptions or mistake or for any
reason will be entertained.

13.3

In exceptional circumstances, prior to expiry of the original time


limit, the Tender Inviting Officer may request the bidders to extend the
period of validity for a specified additional period. Such request to the
tenderers shall be made in writing. A tenderer may refuse the request
without forfeiting his E.M.D. A tenderer agreeing to the request will not
be permitted to modify his tender, but will be required to extend the
validity of his E.M.D. for a period of the extension.

14.0
14.1

Earnest Money Deposit


The Tenderer shall furnish, Earnest Money Deposit equivalent to
1.0% of ECV in the shape of crossed demand draft along with the
tender. (As specified in NIT).
The balance EMD @ 2.50% of ECV / TCV whichever is higher minus
EMD already paid along with tender shall be paid at the time of
concluding Agreement by the successful Tenderer. The balance EMD
shall be in the form of Demand Draft for works with ECV of Rs.2.00
Crores and below. For works with ECV above Rs.2.00 Crores, the
balance EMD shall be in the form of either Demand Draft or Bank
Guarantee as per format annexed. The DD/BG shall be drawn from a
Scheduled Bank / Nationalised Bank.

14.2

Demand Drafts furnished towards EMD along with tender shall be


valid for a period of three months from the date of tender notice.

14.3

Bank Guarantee furnished towards balance EMD shall be valid up


to 28days beyond defects liability period.

14.4

Demand Drafts are to be scanned and uploaded along with the Bid,
and the original Demand Draft uploaded of worth Rs.2000/- shall be
submitted to the office of the Chief Engineer-II so as to reach at least one
day before the date of opening of the Price bid. Failure to furnish the
original Demand Draft before price bid opening as above will entail
rejection of bid and blacklisting.

14.5

The EMD of tenderers will be returned no sooner the tenders are


finalised or end date of the Tender validity period which-ever is earlier.

14.6

The earnest money deposited by the successful tenderer will not


carry any interest and it will be dealt with as provided in the conditions
stipulated in the tender.

14.7

The E.M.D. shall be forfeited.


(a) if the tenderer withdraws the tender during the validity period
of tender.
(b) in the case of a successful tenderer, if he fails to sign the
Agreement for whatever the reason.

14.8

In consideration of the Chief Engineer-II /Tender Committee


undertaking to investigate and to take into account each tender and in
consideration of the work thereby involved, all earnest monies
deposited by the tenderer will be forfeited to the Corporation in the

CONTRACTOR

Page: 16

CHIEF ENGINEER-II

event of such tenderer either modifying or with-drawing his tender at


his instance within the said validity period of three months.
15.0
15.1

Retention:
The APIIC shall retain from each payment due to the contractor @
the rate of 7.5% of bill amount until completion of the whole of the
Works.

15.2

On completion of the whole of the Works, half the total amount


retained (including EMD ) will be released to the Contractor and the
remaining half when the Defects Liability Period has passed and the
Engineer-in-Charge has certified that all the Defects notified, if any by
the Engineer-in-Charge to the Contractor before the end of this period
have been corrected.

16.0
16.1

Signing of Tenders
If the tender is made by an individual, it shall be signed with his
full name and his address shall be given. If it is made by a firm, it shall
be signed with the co-partnership name by a member of the firm, who
shall also sign his own name, and the name and address of each
member of the firm shall be given. If the tender is made by a
corporation, it shall be signed by a duly authorised officer who shall
produce with his tender satisfactory evidence of his authorisation.
Such tendering corporation may be required before the contract is
executed, to furnish evidence of its corporate existence. Tenders
signed on behalf of G.P.A. holder will be rejected.

16.2

The Tender shall contain no alterations or additions, except those


to comply with instructions issued by the Tender Inviting Officer, or as
necessary to correct errors made by the tenderer, in which case all
such corrections shall be initialed by the person signing the tender.

16.3

No alteration which is made by the tenderer in the contract form,


the conditions of the contract, the drawings, specifications or
statements / formats or quantities accompanying the same will be
recognised; and, if any such alterations are made the tender will be
void and disqualified.
D.

17.0
17.1

SUBMISSION OF TENDERS.

Submission of Tenders:
The tenderers who are desirous of participating in eprocurement
shall submit their technical bids, price bids etc., in the Standard
formats prescribed in the Tender documents, displayed at emarket
place. The tenderers should upload the scanned copies in support of
their Technical bids. The bidders shall sign on all the statements,
documents, certificates, uploaded by him, owning responsibility for
their correctness / authenticity.
As per G.O. Ms. No.174, Dated : 01.09.2008 of Irrigation & CAD (PWREFORMS) Dept., submission of original Hard copies of the uploaded
scan copies of DD / BG towards EMD by participating bidders to the
tender inviting authority before opening of the price bid be dispensed
forthwith.

17.2

The APIIC Limited will not hold any risk and responsibility for the
loss in transit during uploading of the scanned document, for the
invisibility of the scanned document online, and any other problem(s)
encountered by the tenderers while submitting their bids online.

CONTRACTOR

Page: 17

CHIEF ENGINEER-II

17.3

The following certificates, documents etc., are to be scanned and


uploaded
on
to
the
eprocurement
platform
at
www.eprocurement.gov.in .
i.
Any Electrical Contractor/Supplier/Manufacturer should possess
valid class-I (Electrical) in Central government, other State
government departments and undertakings
ii.
Copy of valid Provident Fund registration.
iii.
Copy of Latest IT returns filed along with copy of PAN.
iv.
Copy of registration under AP VAT Act 2005 (TIN)
v.
Value of Electrical Engineering works executed in the last five
financial years in the tenderers name in Statement.I along with
supporting certificates.
vi.
Contractor should posses Grade A Electrical license issued by
A.P.Electrical Licensing authority.
vii.
The details of group of similar works (each of not less than 50%
of ECV) in any one year executed as Prime Contractor (in the
same name) during the last five years, showing year wise break
up of value of work executed in Statement-II with supporting
certificates
viii.
The physical quantities of specified works executed as Prime
Contractor (in the same name) in the last five financial years
with year wise break up work wise in Statement-III duly
supported with work done certificates.
ix.
Details of existing commitments (i.e. works on hand and works
for which tenders are submitted) with supporting certificates in
Statement-IV.
x.
The availability of Key / critical construction / quality control
equipment in Statement-V.
xi.
The availability of Key personnel in Statement-VI.
xii.
The information on litigation history in Statement-VII.
xiii.
Proof of Liquid assets in the shape of Solvency certificate for the
required Amount.

17.4

Any other condition regarding receipt of tenders in conventional


method appearing in Tender document may be treated as Nonapplicable.

18.0
18.1

Last date / time for Submission of the Tenders.


Tenders must be submitted online not later than the date and time
specified in NIT.

18.2

The Chief Engineer-II may extend the dates for receipt of Tenders by
issuing an amendment in which case all rights and obligations of the
Chief Engineer-II and the tenderers will remain same as previously.

19.0
19.1

Late Tenders.
Tenders will not be received after the bid submission closing date
and time prescribed in NIT.

20.0
20.1

Modification to the Tender.


Tenderers can modify their Tender percentage online before the
last date/time prescribed in NIT.

CONTRACTOR

Page: 18

CHIEF ENGINEER-II

E. TENDER OPENING AND EVALUATION


21.0
21.1

Tender opening
The technical bids will be opened online by the Chief Engineer-II or
any officer authorized by the Chief Engineer-II at the time and date as
specified in the tender documents. All the Statements, documents,
certificates, Demand Draft etc., uploaded by the tenderer will be
verified and downloaded, for technical evaluation. The clarifications,
particulars, if any, required from the bidders, will be obtained either
online or in the conventional method by addressing the bidders. The
technical bids will be evaluated against the specified parameters /
criteria same as in the case of conventional tenders and the technically
qualified bidders will be identified. The tenderers or their authorized
representatives can be present at the time of opening of the tenders.
Either the tenderer himself or one of his representative with proper
authorization only will be allowed at the time of tender opening.

21.02 The technical bids containing the qualification requirements will be


opened and uploaded certificates will be verified.
22.0
22.1

Clarification on the Technical Bid.


The tender opening authority may call upon any tenderer for
clarification on the statements, documentary proof relating to the
technical bid. The request for clarification and response thereto shall
be in writing and it shall be only on the qualification information
uploaded online by the tenderer. The clarification called for from the
tenderers shall be furnished within the stipulated time, which shall not
be more than a week.

22.2

The tenderer shall furnish the clarification, if any, called for within
the stipulated time, failing which his tender is liable for disqualification
and rejection.

23.0

Examination of Technical bids and Determination of


Responsiveness
23.1
The Chief Engineer-II will evaluate whether each tenderer is
satisfying the eligibility criteria prescribed in the tender document and
declares them as a qualified tenderer.
23.2

If the technical bid of a tenderer is not satisfying any of the


eligibility criteria it will be rejected by the Chief Engineer-II. If any error is
found in the evaluation of tenders the VC&MD may directed the Chief
Engineer-II to re-evaluate the tenders.
The final decision taken
thereafter by the VC&MD will be binding upon the tenderers.

23.3

If any alteration is made by the tenderer in the tender documents,


the conditions of the contract, the drawings, specifications or
statements / formats or quantities the tender will be rejected.

24.0
24.1

Price Bid Opening:


The price bids of the technically qualified bidders will only be
opened online by the Chief Engineer-II and the result will be displayed on
the emarket place which can be seen by all the bidders who
participated in the tenders.

24.2
24.3

The Price Bid of the Unqualified Tenderers will not be opened.


Tenders shall be scrutinised in accordance with the conditions
stipulated in the tender document. In case of any discrepancy and
non-adherence of conditions of tender document by the tenderer, the

CONTRACTOR

Page: 19

CHIEF ENGINEER-II

decision taken by the Tender Accepting Authority on tenders shall be


final and binding on the tenderer.
25.0
25.1

Evaluation and Comparison of Price Bids


The Chief Engineer-II will evaluate and compare the price bids of all
the qualified Tenderers.

25.2

Negotiations at any level are strictly prohibited. However, good


gesture rebate, if offered by the lowest tenderer prior to finalization of
tenders may be accepted by the tender accepting authority.

25.3

Selection of tenderer among the lowest & equally quoted tenderers


will be in the following orders:
a)
The tenderer whose bid capacity is higher will be selected.
b)
In case the bid capacity is also same the tenderer whose annual
turnover is more will be preferred.
c)
Even if the criteria incidentally become the same, the turnover
on similar works and thereafter machinery available for the work
and then the clean track record will be considered for selection.

26.0
26.1

Process to be Confidential.
Information relating to the examination, clarification, evaluation
and comparison of tenders and recommendations for the award of a
contract shall not be disclosed to tenderers or any other persons not
officially concerned with such process until the award to the successful
tenderer has been announced by the tender accepting authority. Any
effort by a tenderer to influence the processing of tenders or award
decisions may result in the rejection of his tender.

26.2

No Tenderer shall contact the Chief Engineer-II or any authority


concerned with finalisation of tenders on any matter relating to its
tender from the time of the tender opening to the time the Contract is
awarded.

26.3

Before recommending / accepting the tender, the tender


recommending / accepting authority shall verify the correctness of
certificates submitted to meet the eligibility criteria and specifically
experience.
The authenticated agreements of previous works
executed by the lowest tenderer shall be called for.

26.4

Tenders will be finalised by the Chief Engineer-II for the works with
ECV of up to Rs.2.00 Crores. The tenders for the works costing more
than Rs.2.00 Crores will be referred to Tender Committee along with
technical bid evaluation for consideration. The Tender Committee shall
scrutinize the tenders submitted by Chief Engineer-II in accordance with
the conditions stipulated in the tender document and recommend to
the VC & MD, APIIC for acceptance.

27.0
27.1

27.2

F.
AWARD OF CONTRACT
Award Criteria
The Chief Engineer-II will award or recommend to the Competent
tender accepting authority for award of the contract to the tenderer
who is found technically qualified as per the tender conditions and
whose price bid is lowest.
The tender accepting authority reserves the right to accept or
reject any tender or all tenders and to cancel the tendering process, at
any time prior to the award of Contract, without thereby incurring any
liability to the affected tenderer or tenderers or any obligation to
inform the affected tenderer or tenderers of the reasons for such
action.

CONTRACTOR

Page: 20

CHIEF ENGINEER-II

28.0
28.1

Notification of Award and Signing of Agreement.


The tenderer whose Tender has been accepted will be notified of
the award of the work by the Chief Engineer-II, prior to expiration of the
Tender validity period by registered letter. This letter (hereinafter and
in the Conditions of Contract called Letter of Acceptance) will
indicate the sum that the APIIC Ltd will pay the Contractor in
consideration of the execution, completion, and maintenance of the
Works by the Contractor as prescribed by the Contract (hereinafter and
in the Contract called the Contract Amount).

28.2

When a tender is to be accepted the concerned tenderer shall


attend the office of the Chief Engineer-II on the date fixed in the Letter of
acceptance. Upon intimation being given by the Chief Engineer-II, of
acceptance of his tender, the tenderer shall make payment of the
balance E.M.D., and additional security deposit wherever needed by
way of Demand Draft from a Nationalized / Scheduled Bank and sign an
agreement in the form prescribed by the department for the due
fulfillment of the contract. Failure to attend the Chief Engineer-IIs office
on the date fixed, in the written intimation, to enter into the required
agreement shall entail forfeiture of the Earnest Money deposited. The
written agreement to be entered into between the contractor and APIIC
Ltd shall be the foundation of the rights and obligations of both the
parties and the contract shall not be deemed to be complete until the
agreement has first been signed by the contractor and then by the
proper officer authorized to enter into contract on behalf of APIIC Ltd.

28.3

The successful tenderer has to sign an agreement within a period


of 15 days from the date of receipt of communication of acceptance of
his tender. On failure to do so his tender will be cancelled duly
forfeiting the E.M.D., paid by him without issuing any further notice
and action will be initiated for black listing the tenderer.

29.0
29.1

Corrupt or Fraudulent Practices


The Government / APIIC require that the bidders / suppliers /
contractors under Government financed contracts; observe the highest
standard of ethics during the procurement and execution of such
contracts. In pursuance of this policy, the Government/APIIC Ltd
(a) define for the purposes of the provision, the terms set forth below
as follows:
(i) corrupt practices means the offering, giving, receiving or
soliciting of any thing of value to influence the action of a
Government/APIIC official in procurement process or in contract
execution: and
(ii) fraudulent practice means a misrepresentation of facts in order
to influence a procurement process or the execution of a contract
to the detriment of the Government /APIIC Ltd and includes
collusive practice among Tenderers (prior to or after Tender
submission) designed to establish in Tender prices at artificial
non-competitive levels and to deprive the Government/APIIC of
the benefits of free and open competition.
(b) Will reject a proposal for award if it determines that the Tenderer
recommended for award has engaged in corrupt or fraudulent
practices in competing for the contract in question.
(c) Will blacklist / or debar a tenderer, either indefinitely or for a
stated period of time, if at any time determines that the firm has
engaged in corrupt or fraudulent practices in competing for, or in
executing an APIIC/Government Contract.

CONTRACTOR

Page: 21

CHIEF ENGINEER-II

(d) Further more, Tenderers shall be aware of the provisions stated in


the General Conditions of Contract.

FORMS OF TENDER
QUALIFICATION
INFORMATION

CONTRACTOR

Page: 22

CHIEF ENGINEER-II

QUALIFICATION INFORMATION
Note: Only uploaded certificates are to be submitted in Hard copies.
Annexure I
CHECKLIST TO ACOMPANY THE TENDER
(To be furnished on Rs.20 Non Judicial Stamp Paper)
Name of work: Providing electrification to R&R colony to facilitate
balance beneficiaries of about 1050 plots duly making of 11kV Bay
Extension at 33/11KV substation, laying of 11kV line on 11 Mts Spun
poles with 100sq.mm AAA conductor, Providing 16Nos DTRs and
laying of LT 3 Phase 5 wire line on 9.5mtrs PSCC spun poles with 55
sq.mm AAA conductor and providing 325Nos street light fittings all
along the internal roads in the R&R colony layout at Veduruvada(V),
Atchutapuram (M), Visakhapatnam Dist. (3rd Call)
Page No.
S.
Submitt
Description
(see Note
No
ed
below)
(1)
(2)
(3)
(4)
1
DDs regarding EMD and Processing Fee
Yes / No
2
Copy of Contractors valid Registration under
appropriate Class-I Electrical with State/Central
Yes / No
Government departments and undertakings.
3
Copy of valid Provident Fund registration.
Yes / No
4
Copy of latest IT returns filed along with copy of
Yes / No
PAN card.
5
Copy of Registration under AP VAT act 2005 (TIN)
along with sales tax / VAT clearance certificate.
Yes / No
6
Value of Electrical Engineering works executed in
the last five years in the Tenderers name in
Statement-I with supporting certificates.
Yes / No
7
Details of group of similar works (each of not less
than 50% ECV) in any one year completed as
Prime Contractor (in the same name) during the
Yes / No
last five Years in Statement-II with supporting
certificates..
8
Quantities of work executed as Prime Contractor
(in the same name) in the last five years - in
Yes / No
Statement- III with supporting certificates.
9
Details of existing commitments i.e., work on hand
and works for which tenders are submitted in
Yes / No
Statement-IV with Supporting Certificates.
10 Availability of key / critical equipment in
Yes / No
Statement-V
11 Availability of Key personnel in Statement-VI.
Yes / No
12 Litigation history in Statement VII.
Yes / No
13 Proof of liquid assets in the shape of Solvency
Yes / No
certificates etc., for the required amount.
14 Copy of Grade A Electrical license issued by
Yes / No
A.P.Electrical Licensing Board.
15 List of certificates enclosed
Yes / No
Notes: 1) All the statements, copies of the certificates, documents etc., shall be
given page
numbers on the right corner of each certificate, which will be
indicated in column (4) against each item.
The statements
furnished shall be in the formats appended to the tender document.
2) The information shall be filled-in by the tenderer in the checklist and
statements-I to VII, for the purposes of verification as well as
evaluation of the tenderers Compliance to the qualification criteria as
provided in the Tender document. Successful (L1) tenderer shall furnish
CONTRACTOR

Page: 23

CHIEF ENGINEER-II

the originals of all the documents / certificates / statements uploaded


by him to the Chief Engineer-II for verification and return before
concluding agreement.
DECLARATION
I have gone through
carefully all the Tender conditions and solemnly declare that I / we will abide
by any penal action such as disqualification or black listing or determination
of contract or any other action deemed fit, taken by, APIIC Ltd., against us, if
it is found that the statements, documents, certificates produced by us are
false / fabricated.
I / WE hereby declare that, I / WE have not been blacklisted / debarred /
Suspended / demoted in APIIC Ltd., or any department in Andhra Pradesh or
in any State due to any reasons.
Signature of the Tenderer
STATEMENT I
Value of Electrical Engineering works executed in each year during the
last five financial years by the Tenderer.
Sl. No.
Financial Year
Value in Rs.
1.
2.
3.
4.
5.
Attach certificate(s) issued by the Executive Engineer concerned and
countersigned by Superintending Engineer showing work wise / year wise
value of work done in respect of all the works executed by the Tenderer
during last five years OR
Certificate from Chartered Accountant supported with Annual Balance Sheet
tallying with I.T. Clearance certificate.
Signature of the Tenderer
STATEMENT II
Details of single similar work completed in the Name of the Tenderer
during the last five years.
Agreement
Sl.
Name of the
Address of Agt.
Value of
No. &
No
work
Concluding Authority
Contract
dated.
1

Stipulat
ed
Actual
period
date of
of
completi
complet
on
ion
6

Value of work done year wise


during the last five years.
1st
Yea
r

2nd
Year

3rd
Year

4th
Year

5th
Year

10

11

12

13

Total
value of
work
done.

14

Attach certificates issued by the Executive Engineer concerned and


countersigned by the Superintending Engineer showing work wise / year wise
value of work done and date of completion.

CONTRACTOR

Page: 24

CHIEF ENGINEER-II

Signature of the Tenderer


STATEMENT III
Physical quantities executed by the Tenderer in any one year during the last
five financial years. [work wise / year wise].
Sl.
Financi
No
al Year
.
1
1
2
3
4
5

Nam
Agt.
e of
No
work

Quantities executed / Year wise.


WBM
BM /
GSB
/
EWE R.C.C.
SDB
/ GB
WM
C
M
5
6
7
8
9

Any
other
items.
10

Attach certificates in support of the above quantities issued by the


Executive Engineer concerned and countersigned by the Superintending
Engineer duly showing the quantities executed year wise.
Signature of the Tenderer
STATEMENT IV
Details of Existing Commitments.
Details of works on hand and, yet to be completed as on the date of
submission of the Tender and works for which Tender s have been submitted
are to be furnished.
A) Existing Commitments on ongoing works:

Sl.
N
o

Nam
e of
work

Addres
s of
Agt.
Concluding
authority

Agt.
No.
&
Dat
e
4

Stipu
lValue
Valu ated
of
e of perio work
cont
d of
done
-ract comp
so
far.
letion
5
6
7

Balance
Value of
works to
be
completed
8

AnticiUpdate
pated
d value
date
of
of
balance
compwork
letion
9

10

Attach certificates issued by the Executive Engineer concerned and


countersigned by Superintending Engineer, indicating the balance work to be
done, and likely period of completion.
Signature of the Tenderer
B) Details of works for which Tenders are submitted [awarded /
likely to be awarded]
Date on
Address of Estima- Stipulated
which
Present
Sl.
Name of
Agt.
ted
period of
tender
stage of
No.
work
Concluding
value
complewas
Tender.
authority
of work
tion
submitted
1
2
3
4
5
6
7

CONTRACTOR

Page: 25

CHIEF ENGINEER-II

Signature of the Tenderer


STATEMENT - V
Availability of Critical Equipment
The tenderer should furnish the information required below, regarding
the availability of the equipment, required for construction / quality control
duly certified by an officer of Govt. Department not below the name of
Executive Engineer.
Number Possessed
Sl.
Number
Details of Equipment
No.
required
Owned Leased
Total
1
2
3
4
5
6

Signature of the Tenderer

Alternately a declaration regarding the equipment owned shall be


produced by the Tenderer on a non-judicial stamp paper of Rs.100/- as below
along with proof of ownership such as invoice / certificate of registration by
the competent authority.
Sl.
No.
1

Details of
each
Equipment
2

Year of
purchas
e
3

Regn.
Numb
er
4

Capacit
y

Any other
data.

Is it in working
condition

Signature of the Tenderer


DECLARATION
I .do hereby solemnly affirm and
declare that I /we own the above equipment for using on the subject
work and also declare that I / We will abide by any action such as
disqualification or determination of Contract or blacklisting or any
action deemed fit, if the department detects at any stage that I/we
do not possess the equipment listed above.
Signature of the Tenderer
STATEMENT VI.
Availability of Key Personnel
Qualification and experience of Key Personnel proposed to be deployed
for execution of the Contract.
Working with
Sl.
Designatio Qualificatio
Total
Name
the tenderer
No
n
n
Experience
since.
1
2
3
4
5
6

CONTRACTOR

Page: 26

CHIEF ENGINEER-II

Signature of the Tenderer


STATEMENT - VII
Information on litigation history in which Tenderer is the Petitioner.
S.
No

Case
No. / Year

Court
where
filed.

Subject
Matter /
Prayer in the
case.
4

Respondent
s i.e., SE /
CE

Present
Stage.

Signature of the Tenderer

CONDITIONS OF CONTRACT

CONTRACTOR

Page: 27

CHIEF ENGINEER-II

TENDER
[To be submitted along with the Hard copies of work done
certificates.]
Date:
To
The Chief Engineer-II,
APIIC Limited,
4th Floor, Parishrama Bhavan,
Hyderabad - 500 004.
Sir,
I / We do hereby tender and if this tender be accepted, under take to execute
the following work viz Providing electrification to R&R colony to
facilitate balance beneficiaries of about 1050 plots duly making of
11kV Bay Extension at 33/11KV substation, laying of 11kV line on 11
Mts Spun poles with 100sq.mm AAA conductor, Providing 16Nos
DTRs and laying of LT 3 Phase 5 wire line on 9.5mtrs PSCC spun
poles with 55 sq.mm AAA conductor and providing 325Nos street
light fittings all along the internal roads in the R&R colony layout at
Veduruvada(V), Atchutapuram (M), Visakhapatnam Dist(3 rd Call) as
shown in the drawings and described in the specifications attached therein
with such variations by way of alterations or additions to, and omissions
from the said works and method of payment as provided for in the
conditions of the contract for the sum of Rs (Rupees
. Only) or such other sum as may be
arrived under the clause of the standard preliminary specifications relating to
Payment on lump-sum basis or by final measurement at unit rates
I/WE have also quoted percentage excess or less on E.C.V., shown in
Schedule A Part-I, annexed (in words and figures) for which I/We agree to
execute the work when the lumpsum payment under the terms of the
agreement is varied by payment on measured quantities of work.
I / We understand that if any options viz. perecentage excess / less or equal
to are not selected, the percentage quoted will be taken as percentage
less by default.
I/WE agreed to keep the offer in this tender valid for a period of Three
month(s) and not to modify the whole or any part of it for any reason within
above period.
If the tender is withdrawn by me/us for any reasons
whatsoever during the tender validity period, the earnest money paid by
me/us will be forfeited to APIIC Ltd.
I/WE hereby distinctly and expressly, declare and acknowledge that, before
the submission of my/our tender I/We have carefully followed the instructions
in the tender notice / document and have read the MORT&H specifications /
A.P.S.S. and the preliminary specifications therein with addenda volumes and
that I/We have made such examination of the contract documents and the
plans, specifications, quantities and of the location where the said work is to
be done, and such investigation of the work required to be done, and in
regard to the material required to be furnished as to enable me/us to
thoroughly understand the intention of same and the requirements,
covenants, agreements, stipulations and restrictions contained in the
contract, and in the said plans and specifications, and distinctly agree that
I/We will not hereafter make any claim or demand upon the APIIC Ltd based
upon or arising out of any alleged misunderstanding or misconception /or
mistake on my/or our part of the said requirement, covenants, agreements,
stipulations, restrictions and conditions.
I/WE enclosed to my/our tender a crossed demand draft (No dated:
..) for Rs.
1,27,000/- as earnest money not to bear
interest.
CONTRACTOR

Page: 28

CHIEF ENGINEER-II

I/WE shall not assign the contractor or sublet any portion of the same. In
case if it becomes necessary such subletting with the permission of the
Zonal Manager shall be limited to (1) Labour contract, (2) Material contract,
(3) Transport contract and (4) Engaging specialists for special item of work
enjoined in A.P.S.S.
IF MY/OUR tender is not accepted the sum shall be returned to me/us on
application when intimation is sent to me/us of rejection or at the expiration
of three months from last date of receipt of this tender, whichever is earlier.
If my/our tender is accepted the earnest money shall be retained by APIIC
Ltd as security for the due fulfillment of this contract. If, (1)upon written
intimation to me/us by the Chief Engineer-IIs Office, I/We fail to attend the
said office on the date therein fixed or (2)upon intimation being given to
me/us by the
Chief Engineer-II of acceptance of my/our tender, I/We fail to pay the additional
security deposit or (3)if I/We fail to enter into the required agreement within
the stipulated date and time, then I/We agree for the forfeiture of the earnest
money. Any notice required to be served on me/us here under shall be
sufficiently served on me/us if delivered to me/us personally or forwarded to
me/us by post (registered or ordinary) or left at my/our address given herein.
Such notice shall if sent by post be deemed to have been served on me/us at
the time wherein due course of post it would be delivered at the address to
which it is sent.
I/We fully understand that the written agreement to be entered into between
me/us and APIIC Limited shall be the foundation of the rights of the both the
parties and the contract shall not be deemed to be complete until the
agreement has first been signed by me/us and then by the proper officer
authorised to enter into contract on behalf of APIIC Limited.
I/WE agree to pay the transaction fee at 0.03% of Estimate Contract Value +
service tax thereon through online at the time of bid submission to M/s C1
India Private Limited, and the successful bidder shall pay 0.04% of ECV
towards corpus fund in the form of DD payable to the Managing Director,
A.P.T.S., Hyderabad at the time of concluding agreement and hand over same
to the Chief Engineer-II, APIIC, Hyderabad.
I am/we are professionally qualified and my/our qualifications are given
below:
Name
Qualification

I/WE will employ the following technical staff for supervising the work and
will see that they are always at site during working hours, personally
checking all items of works and pay extra attention to such works as required
special attention (eg) Reinforced concrete work.
Name of members of
Qualification.
technical staff proposed to
be employed

I / WE declare that I/WE agree to recover the salaries of the technical staff
actually engaged on the work by APIIC Ltd from the work bills, if I/We fail to
employ technical staff as per the tender conditions.
CONTRACTOR

Page: 29

CHIEF ENGINEER-II

TENDERERS / CONTRACTORS CERTIFICATE.


(1)
I/WE hereby declare that I/We have perused in detail and examined
closely the Ministry of Road Transport and Highways (MORT&H)
specifications IRC publications and Andhra Pradesh Standard
Specifications, all clauses of the preliminary specifications with all
amendments and have either examined all the standards specifications
or will examine all the standard specifications for items for which I/We
tender, before I/We submit such tender and agree to be bound and
comply with all such specifications for this agreement which I/We
execute in the APIIC Ltd.
(2)

I/WE certify that I/We have inspected the site of the work before
quoting my Percentage excess or less on ECV, I /We have satisfied
about the quality, availability and transport facilities for stones, sand
and other materials.

(3)

I/WE am/are prepared to furnish detailed data in support of my bid


offer, if and when called upon to do so without any reservations.

(4)

I/WE hereby declare that I/We will pay an additional security deposit in
terms of condition 3.06 of Instructions to Tenderers in case if my/our
offer is less than
(-)15%.

(5)

I/WE hereby declare that I am/we are accepting to reject my tender in


terms of condition 3.07 of Instructions to Tenderers.

(6)

I / We hereby declare that I / We will not claim any price escalation.

(7)

I/WE hereby declare that I am/We are accepting for the defect liability
period as 24 months as per G.O.MS.No.8 of TR&B Dept., dt:08.01.2003
instead of 6 months under clause 28 of APSS.

(8)

a) I/WE declare that I/WE will procure the required construction


materials including earth and use for the work after approval of the
Engineer-in-Charge. The responsibility for arranging and obtaining
the land for borrowing or exploitation in any other way shall rest
with me/us for the materials for construction, I/WE shall ensure
smooth and un-interrupted supply of materials.
B) I/WE declare that the responsibility for arranging and obtaining the
land for disposal of spoil/soil not useful for construction purposes
shall rest with me/us.
C) I/WE declare that I/WE shall not claim any compensation or any
payment for the land so arranged for disposal of soil and the land
for borrow area. My/our quoted percentage excess over or less
than the ECV, are inclusive of the land so arranged.

(9)

I/WE declare that I/WE will execute the work as per the mile stone
programme, and if I/WE fail to complete the work as per the mile stone
programme I/We abide by the condition to recover liquidated damages
as per the tender conditions.

(10) I/WE declare that I/WE will abide for settlement of disputes as per the
tender conditions.
DECLARATION OF THE TENDERER.
1)

I/WE have not been black listed in any Govt. department due to any
reasons.

CONTRACTOR

Page: 30

CHIEF ENGINEER-II

2)

I/WE have not been demoted to the next lower category for not filing
the tenders after buying the tender schedules in a whole year and
my/our registration has not been cancelled for a similar default in two
consecutive years.

3)

I/WE agree to disqualify me/us for any wrong declaration in respect of


the above and to summarily reject my/our tender.

Address of the Tenderer :

Phone No.:
Fax No.:
CONTRACTOR.

CONTRACTOR

Page: 31

CHIEF ENGINEER-II

CONDITIONS OF CONTRACT
1.0 BID
1.1
The tenderers particular attention is drawn to the sections and
clauses in the Standard Preliminary Specifications dealing with:
1.
Test, Inspection and Rejection of defective materials and work
2.
Carriage
3.
Construction plant
4.
Water and lighting
5.
Cleaning up during progress and for delivery
6.
Accidents
7.
Delays
8.
Particulars of payment
The tenderer should closely peruse all the specification clauses, which
govern the over all tender percentage he is tendering.
1.2

A Bill of quantities, (Schedule-A) accompanies this tender. It shall be


definitely understood that, the APIIC Ltd does not accept any
responsibility for the correctness or completeness of this schedule and
that, this schedule is liable to alterations by omissions, deductions or
additions at the discretion of the Chief Engineer-II, APIIC Ltd., Hyderabad/
Zonal Manager APIIC Limited or as set forth in the conditions of
contract.The tenderer will however base his LS tender on this schedule
of quantities. He should quote on overall excess / less percentage over
estimate rates which will be provided to him in Schedule A. The
estimated rates given in Schedule A cannot be questioned. They
shall form a basis for the tenderer to quote his offer with suitable
percentage excess or less over the estimated rates indicated in this
schedule.

1.3

If more than one tenderer quote the same percentage, the Chief
Engineer-II, APIIC Ltd., Hyderabad reserve the right to award the work to
any of the tenderers in his absolute discretion and the decision of the
Chief Engineer-II, APIIC Ltd., Hyderabad shall be final and binding on the
tenders in this regard. The clause 25.03 of instructions to Tenderers
may also be seen.

1.4

If any alteration is made by the tenderer in the contract form, the


conditions of contract, the drawing, specifications or quantities
accompanying the same tender will be rejected.

1.5

The attention of the tenderer is directed to the contract requirements


as to the time of beginning or the rate of progress and the dates for
the completion of the whole work and its several parts. Time is
essence of contract.

1.6

Vernacular signature should be translated in English.

1.7

If the documents are signed by authorised officer of a Corporation


participating in tender, it must be stamped under the signature
"Authorised by Power of Attorney" and copy of such Power of Attorney
should be enclosed to the tender.

1.8

The bid offer will hold good till the completion of work even if extension
of contract period is granted by the Corporation. No escalation in rate
will be considered and the tenderer has to quote his bid taking into
account the period involved for completion of work.

1.9

The bid offer shall be inclusive of preparing and maintaining the


service roads and watering etc. No separate payment will be made to

CONTRACTOR

Page: 32

CHIEF ENGINEER-II

the contractor on these accounts. Warning signals wherever necessary


shall be put up and maintained as directed by Zonal Manager at
contractor's own cost.
1.10 The tenderer should inspect the site and check up the available
sources of water for carrying out the work throughout the year
(monsoon or non monsoon season) irrespective of the quantum of
rainfall and quote their over all tender percentage accordingly. No
subsequent claims for extra water leads will be entertained under any
circumstances.
2.0 MATERIALS:
2.1

The tenderers attention is directed to the requirements of


materials under the clause Materials and Workmanship in the
preliminary specifications of APSS. Materials conforming to the latest
relevant I.S. Specifications and other approved Codes and
Specifications shall be used on the work and the tenderer shall quote
his rates accordingly.
It shall be responsibility of the contractor to
arrange for testing of all materials procured for the works under such
consignment or at regular intervals as may be specified in APSS at his
cost and only after the engineer is satisfied fully with the test results
the materials of those consignments will be allowed to be utilized on
the work. The contractor shall maintain a record of test results which
shall be made available to the engineers for the inspection.

2.2

Every tenderer is expected before quoting his offer, to inspect the


site of the proposed work. He should also inspect the quarries and
satisfy himself about the quality and availability of materials.
The
contractor shall procure the required material from the quarries of his
choice as per the specification mentioned in the Schedule A. In every
case,
the materials must comply with the relevant standard
specifications and to standard laboratory tests. Samples of material
as called for in the standard specification or as required by the Zonal
Manager in any case shall be submitted for Zonal Managers approval
before the supply to site of works is begun.

2.3

It is the responsibility of the contractor to bring the materials


required for the work from any source however subject to verification
and approval of the Zonal Manager in regard to the quality and
specification required as per the specification of the work with in rates
quoted by the Contractor.
No representation of extra rate on any
account will be allowed.

2.4

The APIIC Limited will not however, after acceptance of a bid, pay
any extra charges for lead or for any other reason, in case, the
contractor is found later on to have misjudged the availability of
materials.
Attention of the contractor is directed to the Standard
Preliminary Specification regarding payment of seignior age, toll etc.

2.5

The contractor shall make his own arrangements for procurement


of all construction materials including explosives, cement, steel, A.C.
Sheets, bitumen, Water supply / Sanitary / Electrical materials. The
CE/ZM is entitled to inspect or examine all such materials at any time.
The contractor shall provide necessary assistance for such inspection
or examination as may be required.

2.6

The temporary stores shed shall be constructed by the agency and


to that effect certificates by ZM(E)/ZM should be given in the M.Book. If
the temporary stores shed is not constructed a deduction at 1% on

CONTRACTOR

Page: 33

CHIEF ENGINEER-II

cost of cement including T.P. will be recovered from the contractors


bill.
2.7

It shall be understood and agreed that the contractors rates are to


include all royalties and costs arising from patents, trademarks and
copyrights if any, involved in the work. Whenever the contractor
requires or desires to use any design device, materials or process
covered by or patent or copy right the tenderer shall indemnify the
APIIC Ltd., from any and all claims for the infringement by reason of
the use of any such patented design, device, materials or process to be
performed under the contract and indemnify the APIIC Ltd., for any
costs, expenses and damages which the organization may be obliged
to incur by reason of any such infringement at any time during the
execution or after the completion of the work.

2.8

For any material issued departmentally as per site requirements


the rate for such materials shall be recovered at (a) Market rate (b)
Book value plus 10% storage
charges (c) Estimate rates whichever is higher. For any material issued
by the Department, the contractor shall arrange for transportation
from department stores at site to the works site, storage of material at
site etc. and shall bear all related costs.

2.9

The Contractor shall follow all regulations of Government of India in


respect of import licenses etc., if the procurement of the material is
through imports and he shall be responsible for the payment of
applicable duties and taxes, port clearances, inland transportation etc

3.0 RATE OF PROGRESS


3.1
The following rate of progress will be required to be maintained by
the contractor. The date of commencement of work is date of signing
the agreement, but not the date of handing over the site. Contractor
shall give a separate time schedule for the early completion of the
whole work with accelerated programme. It is imperative that the
work progress well ahead of the rate of progress given below.
3.2

The intended completion period for the whole of the work is


06(Six) months with the following milestones.

Mileston
e-1
Mileston
e-2

No. of
Minimum
months from
percentage
the date of
of work to be
signing
completed
agreement
End
of
2
20%
months
End
of
4
60%
months

Mileston
e-3

End
of
months

Mile stone
No.

3.3

100%

Physical work to be
completed
Completion of 20%
work
Completion of 60%
work in all
respects
Completion of
100% work in all
respects

Detailed programme shall be prepared in the form of bar charts for


collection of material and executing various component items of work.
Progress will be watched by the Zonal Manager as per this programme
which shall be got approved by the Zonal Manager. The entire work is
to be completed within the above stipulated period. The Contractor
shall pay liquidated damages to APIIC at the rate per day indicated
below for each day that the completion day is later than the intended

CONTRACTOR

Page: 34

CHIEF ENGINEER-II

completion date for the whole of the work or each day of the
milestones stipulated in the above para. APIIC will deduct liquidated
damages from payments due to the Contractor. Payment of liquidated
damages does not affect the contractors liabilities.
For mile stone 1 Rs. 1267/- per day.
For mile stone 2 Rs. 3800 /- per day.
For mile stone 3 Rs. 6334 /- per day.
The maximum amount of liquidated damages for the whole of the work
shall however be limited to 10(Ten) percent of final contract price.
4.0 SUBLETING OF WORKS:
4.01 No part of the contract shall be sublet without permission of the Chief
Engineer-II /Zonal Manager or shall transfer be made by Power of
Attorney authorizing others to receive payment on the contractors
behalf.
4.02 The Zonal Manager can if necessary, limit permission to sublet the
following items of work only.
i.
Labour Contract
ii.
Material Contract
iii.
Transport Contract
iv.
Engaging specialists for special items of work as enjoined
in APSS.
In the event it is found that any portion of the work is sublet
without consent of Zonal Manager, action will be taken against the
Contractor by debarring him from participating in the tender for the
period as decided by the agreement concluding authority. However,
the debarring period shall not be less than one year.
5.0

TAXES, SEIGNIORAGES & ROYALTIES

5.1

The bid offer shall be for the completed rates of work i.e. inclusive
of all charges such as leads, Lifts, classification and incidental charges,
shoring and strutting, scaffolding rehandling material, hire and
operational charges of all T&P, all taxes such as Excise duty / CST,
Seigniorages and Royalties, etc.

5.2

All taxes seigniorage charges, Royalties, tolls. Octroi etc., in


respect of materials to be consumed on the work and also in the
finished items of work etc. must be born by the Contractors
themselves.

5.3

Seigniorage Charges
a)

The seigniorage charges will be recovered from the


bills of the contractor as stipulated by the Government from time to
time.

b)

The Corporation shall recover the seigniorage


charges from the bills of the contractor for the quantities worked out
on the basis of the work done and measured as per the theoretical
requirements at the rates prescribed by the Mines & Geology
Department and credit the amounts to the accounts of the Mines &
Geology Department. The rates at which the recovery will be done
shall be as directed by the Director of Mines & Geology Department
from time to time and prevailing as on date of recording of
measurements in the measurement Books.

CONTRACTOR

Page: 35

CHIEF ENGINEER-II

c)

5.4

In respect of sand used on the works, the contractor


should produce valid transit form in token of having paid the
seigniorage fee to the Department of Mines & Geology. In the event
of non production of such proof, the Corporation shall recover
normal seigniorage fee plus one time penalty and remit to the
account of Mines & Geology Department.
Value Added Tax (VAT)

5.04.1
The rates indicated in BOQ(Schedule-A) are inclusive of Value
Added Tax (VAT) for works contract.
5.04.2
VAT at the prescribed rates as indicated by Government from
time to
time, shall be recovered from the work bills and remitted to
Government immediately thereafter.
5.04.3TDS certificate (Form No:501-A) shall be issued by APIIC to the
contractor for
the amount of VAT recovered and remitted to the
Government.
5.04.4The contractor has to furnish Form No-501/501-A (TDS Certificate) with
TIN Number to the Zonal Offices so as to enable the Zonal Office to certify
the recovery and remittance of VAT from the work bills..
5.04.5In case the contractor opts for composite scheme and submits the
necessary registration certificate for deduction of VAT at 5% the same shall
be recovered
and remitted to the Government without adding differential
VAT amount to the
bill.
5.4.6The contractor should produce a valid VAT Clearance Certificate before
the payment of the final bill, failing which payment to the contractor will
be withheld.
5.50 Construction workers Cess :
5.51 A provision of 1% of cost of construction towards cess on labour
welfare is made in the estimate as 1% labour cess component was
included in the payment already paid to APEPDCL.
5.52 Construction workers Cess Act 1996: As per the Building & other
construction workers Act 1996 & The AP Rules made there under, the
Building & other construction workers Cess Act, 1996, Sec.3 of Cess Act,
(read with rule 4(3) of the cess rules and in accordance with
S.O.No.2899, dated 26/03/1996 of the Government of India), 1% Cess
has not to be added to the bill and not to be deducted from each
running bill paid for works (1% labour cess aws paid to
APEPDCL) which are covered by the definition of Building and
other construction work. The deducted amount is to be remitted by
way of challans in the Andhra Bank to commissioner of labour.
5.60 Service Tax :
5.60.1
As per the provisions of Finance Act, 2007 and Rules of Service
Tax, the service provider/contractor who provides taxable service, is
responsible for paying Service Tax.
5.60.2
For Works Contract service tax is payable at the rate of 14% on
Labour component which is taken as 30% of grass value of work.
5.60.3
The Service Tax component shall be added to each running bill
14% (as applicable from time to time) of 30% of gross value of work) of
gross value and paid to the contractor. After payment of the bill the
agency shall produce proof of payment of Service Tax to the concerned
department before payment of next bill.
CONTRACTOR

Page: 36

CHIEF ENGINEER-II

6.2

Labour Welfare Cess

6.2.1 As per the Building and Other Construction workers (regulation of


Employment and conditions of service) Act, 1996 (Main Act) and
Building and other Construction workers welfare Cess Act, 1996 ( Cess
Act) and the Cess rules, 1998 Cess is to be collected from the
Employers underataking Construction activity to implement welfare
measures to the construction workers.
6.2.2 All the establishments who carryon any building or other construction
work and employs 10 or more workers are covered under this Act. All
such establishments are required to pay Cess at the rate 1% of the
cost of construction or as may be modified by the Government from
time to time.
6.2.3 The Cess shall not be added to each bill @ 1% and then not to be
recovered from the Contractors bill. The Cess so recovered from the
work bills has to be remitted by way of Cross Demand Draft in favour of
A.P Building and Other construction (Since 1% labour cess component
was paid to APEPDCL)
7.0 INCOME TAX:
a) Each tenderer must also send a certificate of income tax
verification from the
appropriate income tax authorities in the
prescribed form. This certificate will
be valid for one year from the
date of issue and to be enclosed to all tenders submitted during the
year.
b) If a certificate for the current year had already been produced
by him during the calendar year in which the tender is made it will
be sufficient if such particulars are furnished.
c) During the execution of contract, deduction of income tax at
2.24% or at the
rate applicable as decided by the Govt. from
time to time shall be made from the gross payment of each bill of
the contract.The contract value of which is in
excess
of
Rs.10,000/-.
For deduction of tax at rates lower than 2.24%
procedure stipulated under section 194-c (4) Income tax Act 1961
shall be followed.
8.0 PAYMENT FOR AUTHORISED EXTRAS & SUPPLEMENTAL ITEMS
8.1 The work shall be carried out in accordance with the AP Standard
specifications and all the relevant specifications ISI Codes IRC, MORT &H and
their addenda from time to time, local bye-laws for sanitary and water
supply and Indian and A.P. Electricity Rules for all Electrical Installations
which will be applicable for any or specified item of contract work.
8.2 The contractor is bound to execute all supplemental items that
are found essential, incidental, contingent and inevitable during the
execution of work, at the rates to be worked out as detailed below:
a) For all items of work in excess of quantities shown in schedule-A
agreement rates will hold good for making payment. However
necessary approval for the excess quantities shall be obtained
from the competent authority before execution.
b) For items directly deducible from similar items in the agreement the
rates shall be derived by adding to or subtracting from the
agreement rate of such similar item, the cost of the difference in
quantity of material and labour between the new items and the
similar item in the agreement, worked out with reference to
CONTRACTOR

Page: 37

CHIEF ENGINEER-II

standard schedule of rates adopted in the sanctioned estimate


plus or minus the overall tender percentage;
c) For new items which do not correspond to any item in the
agreement, the rate shall be as per the' standard schedule of
rate plus or minus the overall tender percentage;
d) For items of work other than those mentioned in (c) above and not
listed in the SSR will be carried out at the rates worked out on
data. 10% profit will be allowed on materials not covered by SSR
and on labour as per Clause 63 of PS to APSS.
Note: The term standard schedule of rates (used in the above
clauses), means the Schedule of
Rates of the year adopted in the
sanctioned estimate with which the tenders are compared.
8.3

Where there is a piped water supply arrangement, the contractor has


to arrange the following at his own cost.
a) The contractor should lay the necessary pipe line from the point of
delivery as indicated by the Engineer in Charge duly installing a
water meter fixed in a masonry chamber with necessary locking
arrangement etc.
b) The contractor shall approach the concerned Estate Officer of the
Corporation and conclude necessary agreement for water supply
in the prescribed format and arrange payment of water charges
at the prevailing rates and produce the receipt of payment to the
Engineer-in-Charge.
c) If the Contractor fails to do so, the same would be .recovered from
his bills.
d) The contractor should make arrangement for storage of sufficient
quantity of water required atleast for a day's work.

9.0 LIQUIDATED DAMAGES:


9.01 The entire work is to be completed within period indicated in clause
3.02 of Conditions of Contract from the date of concluding the
Agreement by maintaining the required progress as per the milestones
stipulated. In case of delay in the completion of any milestone beyond
the stipulated date liquidated damages will be imposed on the
contractor for the delay as per the provisions of Cl. 3.03 of Conditions
of Contract.
10.0 EXPLOSIVES:
a)

The Contractor has to make his own arrangements to secure


explosives required for the work.

b)

It shall be the responsibility of the contractor to transport


explosives to site and store, in accordance with provision of the
Explosives Act that may be in force at that time.

c)

The rate given for blasting and removing the hard granite rock
will be for solid quantity measured in solid or by stack
measurement allowing 40% towards voids which ever is lesser.

11.0 INJURIES DUE TO ACCIDENTS:


11.01 The contractor shall at all times indemnify the APIIC Limited against all
claims which may be under the Workmen Compensation Act or any
Statutory modification thereof or the rules of compensation payable in

CONTRACTOR

Page: 38

CHIEF ENGINEER-II

consequence of any accident or any injury sustained by any workman


engaged in the performance of the business relating to this Contract.
11.02 In all cases of personal injury to workman employed by a Contractor on
this work for which contractor is liable to pay compensation under
Workmen Compensation Act. He shall pay the prescribed medical fee
to the Medical Officer for issue of C & D forms prescribed failing which
the said fee will be paid to the Medical Officer by the Corporation and
recovered from the contractor's bills.
Indemnity Bond to be Executed by the contractor while
entering into agreement:
Name of work:
Providing electrification to R&R colony to
facilitate balance
beneficiaries of about 1050 plots duly
making of 11kV Bay Extension at 33/11KV substation, laying of
11kV line on 11 Mts Spun poles with 100sq.mm AAA conductor,
Providing 16Nos DTRs and laying of LT 3 Phase 5 wire line on
9.5mtrs PSCC spun poles with 55 sq.mm AAA conductor and
providing 325Nos street light fittings all along the internal
roads in the R&R colony layout at Veduruvada(V),
Atchutapuram (M), Visakhapatnam Dist. (3rd Call)
Agreement No:
I/We ., contractor S/o .
aged
resident of .. do hereby bind myself / ourselves to pay
all the claims which may come (a) Under workmen's Compensation Act 1923,
with any statutory modification thereof and rules there under or injury
sustained (b) under Minimum wages Act 1948, (c) Under payment of Wages
Act, 1936 (d) Under the Contract Labour (Regulation of Abolition Act 1970, by
any workman engaged for the performance of the business relating to the
above contract i.e. failing such payment of claims of workman engaged in
the above work, abide in accepting for the recovery of such claims effected
from any of my / our assets with the department.
TENDERER / CONTRACTOR
11.03 As per Contract Labour (Regulation and Abolition) Act, 1970 the
contractor has to obtain proper license from the licensing officer of the
labour department and produce to the officer of the labour department
concerned during inspection.
11.04 In respect of all labour directly or indirectly employed on the work, the
contractor shall comply with all legislations and rules of State/Central
Government or other Local Authority framed from time to time
governing the protection of health, sanitary arrangements, wages,
welfare and safety for labour employed on building and construction
works. The rules and other statutory obligations with regard to fair
wages, welfare and safety, reasons, maintenance of registers etc., will
be deemed to be part of the contract.
12 LIABILITY FOR EXCESS PAYMENT
12.01 In case of over payment or wrong payment made if any to the
contractor due to
wrong interpretation of the provisions of the contract or otherwise and
due to oversight of calculation error etc., such excess payment will be
deducted in the subsequent or final bill of the work or failing that from
the bills under any other contract with the Corporation or department
of the Government at any time thereafter from the deposit or any other
contract/contracts. If no payment is due to the contractor from any

CONTRACTOR

Page: 39

CHIEF ENGINEER-II

Government department, the amount will be collected from his assets


as Govt. dues by the revenue authorities.
13.0 MISCELLANEOUS:
13.01 The contractor will not be entitled to get interest on arrears, which
may, on the final settlement of his accounts be found due to him.
13.02 Claims due to variation in the prices of any materials or articles
including petrol, diesel, grease etc., or due to other account will not be
entertained.
13.03 Contractor has to make his own arrangements in regard to power
supply and drinking and other water facilities.
13.04 The Corporation shall have the right to omit any item of work or add
more items put to tender either before or after concluding the
agreement for the work with a corresponding deduction addition from
the total bid amount without altering the quoted rate for the remaining
items of the tender.
13.05 All risks of loss of or damage to physical property and of personnel
injury & death, which arise during and in consequence of the
performing of the contract are the responsibility of the contractor
14.0 SPECIAL CONDITIONS
14.01 Clearing the site, taking mark out, marking centre lines, construction of
masonry pillars, for bench mark and mark out etc., shall be done by
the contractor at his own cost.
14.02 Final clearance of the site, roadways shall be done by the Contractor at
his own cost. Even during construction the site shall be kept
reasonably clean and orderly and accessible for inspection. Proper
approaches and ladder shall be provided by the contractor for
inspection by the Engineer.
14.03 Tenderers while submitting the tenders should certify in the tender,
that they have actually inspected the site and alignment of work and
have examined before tendering the nature and extent of various kinds
of soils at various depths and have based their tenders on such
examinations by them.
14.04 The contractor shall make his own arrangements for all the tools and
plant required for the execution of the work.
14.05 No re-handling of excavated soil or materials will be payable. All
excavated materials will have to be deposited at the places earmarked
by the Zonal Manager.
14.06 For all fittings of electrical, sanitary and water supply items, fixtures to
doors and windows, supply of steel windows and flush wood doors,
paints etc,., the product marked ISI should be used.
14.07 Under Apprentice Act 1971, Section 3(b), it is statutory obligation for
the employer to engage the requisite number of apprentices in the
trade of brick masonry/building construction. The contractor has to
employ, and maintain apprentice in the trade to brick masonry/building
construction till the completion of work at the rate of one apprentice of
the above trade for the work 'worth Rs.20,000/- of the contract and the
number commensurate with the total contract.
CONTRACTOR

Page: 40

CHIEF ENGINEER-II

14.08 In addition to the normal inspection by the regular staff in-charge of


work, the work will also be inspected by any person authorised by
APIIC Limited or by the State or District level Vigilance Cell unit, and if
any substandard work or excess payment are noticed with reference to
M. Books etc, during the inspection, recoveries will be ordered based
on their observations and these will be effected by the Zonal Manager.
14.09 Steel Centering only shall be used for all R.C.C. items of works.
14.10 The Contractor shall give a 10 years guarantee Bond against termite
attack after execution of antitermite treatment for the buildings.
14.11 No advance payments shall be allowed on part work executed in
respect of any items of work indicated in schedule A. Payment will be
allowed only on finished item of work.
15.0 RULES FOR THE PROVISIONS OF HEALTH & SANITARY
ARRANGEMENTS FOR WORKERS
15.01 The contractor's special attention is invited to Clauses 37, 38, 39 and
51 of the Preliminary Specifications to the A.P. Standard Specifications
and he is required to provide at his own expenses the following
amenities to the satisfaction of the Zonal Manager.
15.02 First Aid :
(a)
At every work place, there shall be provided and maintained, so
as to be easily accessible during working hours, First Aid Boxes at
the rate of not less than one box for 150 contract labour or part
there of employed.
(b)

The First Aid Box shall be distinctly marked with a Red Cross on
White background and should contain the requisite equipment.
First Aid appliances and medicine including adequate supply of
sterlised dressing and sterilised cotton wool shall be kept in good
order. They shall be placed under the charge of responsible
person who shall be readily available during working hours.

15.03 Drinking Water:


a)

In every work place, there shall be provided and maintained at


suitable places, easily accessible to labour, a sufficient supply of
cold water fit for drinking at the rate of 3 gallons per head per
day.

b)

Where drinking water is obtained from an intermittent public


water supply each work site, shall be provided with a storage
tank, where such drinking water shall be stored.

c)

Every water supply storage shall be at a distance of not less than


80 Feet from any latrine, drain or other source of pollution.
Where water has to be drawn from an existing well, which is
within such proximity of any latrine, drainage or other sources of
pollution, the well shall be properly chlorinated before water is
drawn from it for drinking. All open wells shall be entirely closed
in and be provided with a trap door which shall be dust proof.

d)

A reliable pump shall be fitted to each well. The trap door shall
be kept locked and opened only for inspection or cleaning which
shall be done at least once in a month.

CONTRACTOR

Page: 41

CHIEF ENGINEER-II

15.04 Washing and Bathing places: Adequate washing and bathing places
shall be provided separately for men and women. Such places shall be
kept clean and well drained. Bathing or washing should not be allowed
in or near any drinking water well.

15.05 Latrines and urinals :


a)
These shall be provided within the precincts of every work site.
Latrine and urinals in an accessible place and the
accommodation separately for each of them shall be on the
following scales or on scale as. directed by Zonal Manager in any
particular case:
Seats
i)
Where the number of persons employed
2
does not exceed (50)
ii)
Where the number of persons employed
3
exceed (50), but does not exceed (100)
iii)
For every additional (100)
3
(b) If women are employed separate latrine and urinals shall be
provided on the same scale as for men.
(c) Except in work sites provided with water flushed, latrines
connected with a water born sewage system, all latrines shall be
cleaned at least twice during working hours and is kept in strictly
sanitary condition. The receptacle shall be tarred inside and
outside at least once in a year.
(d) The excreta from the latrines shall be disposed off at the
contractor's expenses in out way pits approved by the Local
Public Health Authorities. The contractor shall also employ
adequate number of scavengers and conservancy staff to keep
the latrines and urinals in a clean condition.
16.0 SHELTERS DURING REST:
At the work site, they shall be provided free of cost, two suitable sheds
one for meals and other for resting for the use of workers. The height
of each shelter shall not be less than 3 metres from the floor level to
the lowest part of the roof. These shall be kept clean and the space
provided shall be on the basis of 0.60 sq.m. per head.
16.01 Creches:
a)

At every work site at which 50 or more women workers are


ordinary employed there shall be provided two huts of suitable
size for the use of children under the age of 6 years belonging to
such women. One hut shall be used for infants games and play
and the other as their bed-room.

b)

The huts shall be constructed on at a standard not lower than the


following:
i
Thatched roofs
ii
Mud floors and walls.
iii
Planks spread over the mud floor and covered with
matting.
Thus, the huts shall be restricted to children, to attendants and
mothers of the children.

CONTRACTOR

Page: 42

CHIEF ENGINEER-II

(c)

The rooms shall be provided with suitable and sufficient openings


for light and ventilation. There shall be adequate provision of
sweepers to keep the places clean.

16.2 Canteen: A cooked food canteen on a moderate scale shall be


provided for the benefit of workers, if it is considered essential.
16.3 Sheds for the workers: The contractor should provide at his own
expenses, sheds for housing the workers. The sheds shall be of a
standard not less than the cheap shelters type to live in which the
workers in the locality are accustomed. The sheds are to be in row with
5' clear space between sheds and 30'-0 clear space between rows if
conditions permit. The workers camp shall be laid out in units of 400
persons each unit to have a clear space of 40' each side.
16.4 Land required temporarily for storing contractor's materials or
for housing their staff: "The contractor should make his own
arrangements for temporary acquisition of land required for storing his
materials and for housing staff at his expenses.
17.0 LABOUR & FAIR WAGES CLAUSE
17.01 The contractor shall employ labour in sufficient number to maintain the
required rate of progress and of quality to ensure workmanship of the
degree specified in the contract and to the satisfaction of Zonal
Manager.
17.02 The Contractor shall pay to labour employed by him either. directly or
through subcontractors, wages not less than fair wages as defined in
the contractors labour Regulations.
17.03 The Contractor shall comply with the provisions of the payment of
wages Act 1936, Minimum Wages Act 1948, Employers liability Act
1930. Workmens Compensation Act 1923, Industrial Disputes Act
1947, Contract Labour Regulation and Abolition Act 1970 or any
modifications thereof or any other Law relating thereto and Rules made
there under from time to time.
17.04 The contractor shall not withstanding the provisions of any clause to
the contrary, wages to be paid to the labourer in directly engaged on
the work including any labour engaged by subcontractor in connection
with the said work as if the labourer had been directly employed by
him.
17.05 In respect of labour directly or indirectly employed in the work for the
purpose of contractor's part of the agreement, the contractor shall
comply with the Rules & Regulations on the maintenance of suitable
records prescribed for this .purpose from time to time by Government.
He should maintain his accounts and vouchers on the payment of
wages to the labourers to the satisfaction of the Zonal Manager.
17.06 The Zonal Manager shall have the right to call for such records as
required to satisfy himself on the payments of fair wages to the
labourers and shall have the right to deduct from the contract amount
a suitable amount for making good the loss suffered by the workers.
17.07 The Contractor shall be primarily liable for all payments to be made
and for the observance of the regulations framed by the Government

CONTRACTOR

Page: 43

CHIEF ENGINEER-II

from time to time without prejudice to JPs right to claim indemnity from
his subcontractors.
17.08 The contractor shall ensure strict compliance of the provisions of the
Employees Provident Fund Act 1952 and the scheme framed there
under in, so far as they are applicable to their establishment and
agencies engaged by them, the contractor is further required to
indemnify the Corporation against any loss of damage whatsoever that
may be suffered by the Corporation as a result of any claims, damages
or penalties for any failure or noncompliance on their part with the
provisions of the aforesaid. Act and the scheme framed there under.
17.09 The contractor shall ensure implementation of all the relevant
provision of the above act and shall deemed to be the principal
employer for the purpose. Accordingly they will get themselves
registered with the concerned statutory authority as provided under
the Act and shall be directly responsible to the authorities there under
for compliance with the provisions thereof.
In pursuance of the above provisions, the contractor is required to
maintain Attendance Register for all his employees employed for the
subject work and other records and cause recovery of their P.F.
contributions from their wages / salaries and remit the same along with
the Employer's Contribution to the Regional Provident Fund Authorities
with necessary returns.
18.0 INSURANCE CLAUSE:
18.01 The work executed by the contractor under the contract shall be
maintained at the contractor's risk until the work is taken over by the
Zonal Manager. The Contractor shall accordingly arrange insurance
against fire and other usual risks during such period unless otherwise
specified.
18.2 Provided however that, the contractor shall not be liable for all or any
loss or damage occasioned by or arising out of acts of GOD and in
particular unprecedented flood, volcanic eruption, earthquake or other
convulsion of nature, invasion, the act of foreign enemies, hostilities or
war like operations (before or after declaration of war) rebellion,
military or usurped power.
18.3 The contractor has to obtain the insurance policy for agreement period
plus defects liability period in favour of APIIC Ltd and produce the same
at the time of concluding agreement.
18.4 Reimbursement of the policy premium amount will be made not
exceeding the amount indicated against this item under Part-II of
Schedule' A' on production of insurance policies to the satisfaction of
Zonal Manager.
18.5 The contractor shall insure to its full insurable value but not less than
the amount of the outstanding advances all plant and equipment for
which he may have received or secured advance. All payments against
all insurable risks of loss or damages for whatsoever causes as far as it
shall be insurable risk advance payments aforesaid the insurance shall
be made in the name of the APIIC Ltd., and the policies and the
premium receipts from time to time shall be deposited with the Zonal
Manager who shall in the case of failure on the part of the contractor,
pay the premiums so as to have the unquestioned power to keep the
policies alive and also recover from the contractor the expenses
incurred in this behalf. Further all money received under such policies

CONTRACTOR

Page: 44

CHIEF ENGINEER-II

shall unless otherwise permitted by the Zonal Manager be applied in or


towards reinstallation or preparation of the plant and equipment.
18.6 On failure to produce the required insurance policies, these will be
obtained by the Corporation at the cost of the contractor and the cost
of premium together with its charges will be deducted from contractor
bills. In addition a fine at the rate of 100% of the policy premium
amount will also be deducted from immediate next running bill.
19.0 TECHNICAL AGENTS:
19.01 Tenderers should themselves be professionally qualified or undertake
to employ technically qualified Engineers to look after the work. The
tenderer should therefore state in clear terms whether they are
professionally qualified or whether they undertake to employ technical
staff and if so to give the professional qualifications of the technical
staff employed under him. In case both L.S and K.2 contracts of
Rs.50000/- and above in value, the contractor, irrespective of his class,
shall be required to employ technical personnel as follows on the
concerned works whether technical skill is required or not.
From Rs.50,000- to Rs.1.00 lakhs
One I. T.I candidate
Between Rs.1.00 lakh to Rs. 5.00 lakhs
One Diploma holder
Between Rs.5.00 lakh to Rs.15.00 lakhsOne Graduate Engineer
Or two Diploma Holders
Above Rs.15.00 Lakhs
One Graduate Engineer
And One Diploma Holders
19.02 The appointment of staff shall be on full time basis and they shall be
available at work site whenever required by the Engineer-in-Charge to
take instructions. The successful tenderer will have to furnish the name
and qualifications of the technical assistant(s) employed by him
together with willingness letters of the, technical assistant(s) and the
appointment order of the contractor at the time of concluding the
agreement. A note will be recorded to this effect in the agreement
enabling the Zonal Manager to enforce the recovery from his bills for
non-employment of technical assistants.
Name of the technical staff to be employed.
(i)
(ii)
19.03 In case of failure of the contractors to employ all technical staff as
above, recovery shall be made from his bills at the following rates, for
such periods as the staff is not actually present at site as assessed by
the Zonal Manager.

Cost of Works

Rate of recovery

.
(a) Between Rs.50,000-to Rs.l.00 lakhs. . .Rs.......per month
(b) Between Rs.l.00 lakh to Rs.5.00 lakhs.......................Rs.
month
(c) Between Rs.5.00 lakh to Rs.15.00 lakhs....................Rs.
month
(d) Over Rs.15.00 lakhs................ ..................Rs.33,410/month
(Rupees Thirty Three Thousand Four Hundred and Ten

per
per
per
only)

19.04 The Zonal Manager APIIC concerned is the sole judge:


CONTRACTOR

Page: 45

CHIEF ENGINEER-II

a) to decide whether qualified technical staff is actually supervising the


work and
b) to decide the actual period of absence of such staff which requires
the above recovery to be enforced and his decision is final and
binding on the contractor.
19.05 a)
The Contractor should engage the technical personnel as
indicated in
Clause No: 20.01.
b)
The contractor should produce the copies of appointment order
with payment vouchers for the technical persons engaged.
c)
Reimbursement towards engaging technical personnel will be
made not exceeding the amount indicated against this item
under Part-II of Schedule 'A on production of copies of
appointment orders with payment vouchers.
d)
On failure to produce the copies of appointment orders with
payment vouchers, reimbursement shall not be allowed, in
addition a penalty equal to 100% of L.S. provision will be
imposed for not engaging technical personnel.
20.0 GROUP INSURANCE SCHEME:
20.01 The contractor shall furnish to the Zonal Manager, every month the
particulars of Group insurance scheme in respect of employees
employed by the contractor in the proforma statement given below:
Full name
of
Sex,
Name of
Date of
Date of
S.
the
Occupatio
REMARK
the
Commencem leaving
No.
employee
n
S
contractor
ent
service
Date of
Service
Birth
1
2
3
4
5
6
7

21.0 SETTLEMENT OF DISPUTES:


21.01 The arbitration clause No. 73 as provided in the P.S. to APSS shall not
apply to this contract. The Civil Courts of Hyderabad / Secunderabad
only shall have jurisdiction to entertain the disputes arising out of this
Contract by way of Civil suits.
22.0 SPECIAL CONDITIONS (ELECTRICAL)
22.01 The contractor shall possess requisite live license i.e. Grade-A issued
by Andhra Pradesh Electrical Licensing Board so as to carry out internal
electrification and external electrification works of the buildings under
the direct supervision of an appropriate permit holder not lower in rank
than an Supervisor and Wiremen holding Certificates of Competency
permits and as stipulated in G.O.Ms.No.l, dated 02-01-1987.
22.2 The contractor has to keep his license in currency till the work is
completed. If license is suspended or revoked during the period in which
the work is in progress, the contract will be terminated awarded to
some other agency, recovering the extra cost if any from the contractor.
22.3 The materials used should be as per the list of materials enclosed. The
Chief Engineer-II I Zonal Manager reserves the right to insist on any of the
materials from this list of approved materials.

CONTRACTOR

Page: 46

CHIEF ENGINEER-II

22.4 Bulbs, tubes and ceiling fans will have to be supplied' by contractor
himselves if required .the Corporation and the contractor has to make
his own arrangements to transport the same and to keep under the
safe custody of the contractor at his cost till they are fixed in the
respective and the installation is completely handed over to the
corporation after completion.
22.5 The work shall be' carried out strictly in conformity with code of
practice for electrical wiring and fittings in industrial buildings to the
latest Indian standard Specifications appended here under and also as
per IE rules and IE act and subsequent addenda thereon. If the work
carried out do not comply with the code of practice and the corporation
specifications and if the workmanship is unsatisfactory, it shall be
binding the contractor to re-do the job without any extra cost, and is
liable for penalty as decided by the corporation towards inconvenience
caused.
22.6 The work should be carried out under the direct Supervision of quaified
person holding a certificate of competency for the type of work
involved.
22.7 After completion of work, a test certificate for all the' installations and
a plan of building should be furnished indicating the location of various
mains and sub-mains and all the fittings together with a circuit
diagram duly numbered (in the diagram). The final bill will not be paid
till the above diagrams are submitted and approved after verification.
22.8 The contractor will be responsible for any defects noticed due to
improper workmanship or defective material supplied by him for two
calendar years from the date of final completion of work. The security
deposits shall be released to the contractor after completion of the
observation period of two years from the date of final completion of
work, after ensuring satisfactory performance of the installation.
22.9 Lugs shall be provided for all earth connections.
22.10 The contractor should arrange for the transport of men and material to
the work spot, at his cost.
22.11 All civil works and patch works necessitated for providing 'electrical
installations shall be made good to the original finish and colour at the
cost of the contractor and shall be to the satisfaction of the civil
Engineer-in-charge. A certificate from him should be obtained to the
effect that the civil and patch works are done satisfactorily. It will be
the responsibility of the electrical contractor to obtain such certificate
from the civil engineer. Unless such certificate is produced, no final
payment will be made.
22.12 Concreting to the poles and providing independent earthing should be
done in presence of Corporation staff.
22.13 Samples of all materials to be supplied by the contractor shall be
produced for approval of the Zonal Manager concerned. Only approved
materials shall be used for the works.
22.14 It shall be the responsibility of the contractor for getting the installation
approved by the Government Electrical Inspector prior to energisation,
wherever required by the Corporation at his cost.

CONTRACTOR

Page: 47

CHIEF ENGINEER-II

22.15 Necessary Instruments for testing of the wiring shall be arranged by


the contractor himself and testing arranged at his cost before
energising of the installation.
22.16 Conduit layout/wiring layout/location of points/location of earth pits
etc., shall be marked at site first and got approved from Engineer-inCharge before commencement of the work.
22.17 All the conduits for telephone system should be provided with 14 SWG
steel wires and also suitable junction boxes shall be provided at an
interval of not more than 10m and no extra payment shall be made on
this account.
22.18 Fabrication design of all main and sub-mains with MCBs etc., as per
specifications furnished by the Corporation shall be got approved by
the Engineer-in-charge, prior to fabrication by submitting detailed
dimensional sketch.
22.19 All the construction debris due to electrical works shall be cleared now
and then and site should be kept clean of the electrical debris by the
contractor at all the times.
22.20 The material on Electrical works. Rejected if any by the Engineer-incharge should be immediately removed from site.
22.21 The contractor shall make his own arrangements at his cost for supply
of general and special T & P required for execution of the work and its
successful commissioning.
22.22 All the metallic boxes, housing control switches regulators and plugs,
sockets, metallic light fittings etc., shall be suitably earthed with 14
SWG GI wire as per specifications.
22.23 The Electrical work shall be progressed by the contractor side by side
with progress of the building work. Laying of conduits for recessed
portions shall be in pace with the building progress so that no
hindrance to the progress occurs at any stage. It will be the
contractors responsibility to keep a constant watch on the progress of
building work and to co-ordinate laying of conduits on walls / ceiling.
22.24 For any clarification on electrical work the decision of the Engineer-incharge shall be final and binding.
22.25 All the locations of the cables laid directly underground shall be
indicated clearly by cable marker made of CI plate embedded in
concrete block and shall be projected above the ground/floor level
15mm at an interval of 30m.
22.26 Proper lettering with paint on all the main switches indicating the
following should be incorporated as directed by the Engineer-in-charge.
a)
Size of incoming cable and place from which it is coming along
with the length of cable.
b)

Size of outgoing cable to the place where it is going along with


length of outgoing cable.

c)

Fuse rating.

22.27 The contractor shall supply and install weather proof junction boxes.
No extra amount is payable on this account.

CONTRACTOR

Page: 48

CHIEF ENGINEER-II

22.28 Caution notices i.e., Danger boards shall be provided on the panel
boards/main switches at the cost of the contractor.
22.29 The wiring should be according to the following colour code.
Red for
R Phase' .
Yellow for
Y Phase
Blue for
B Phase
Black for
Neutral
22.30 The contractor shall perform all excavation and back filling at his cost,
as directed by the Engineer-in-charge.
22.31 Clearing the site, taking mark out, making lines etc., shall be done ate
the cost of contractor. Final clearance of the site, shall be done by the
contractor at his own cost.
22.32 Tenderers while submitting the tenders should certify in the tender that
they have actually inspected the site and alignment of works and have
based their tenders on such examinations by them.
22.33 The Contractor cannot hold the Corporation responsible for any
damage on account of delay in supplying the material if any proposed
to be supplied by Corporation.
22.34 The work should be executed by the contractor as per standards of
APEPDCL under supervision of APEPDCL officials and APIIC officials.
22.35 The material used in the works should confirm to APEPDCL/
APSPDCL/TSNPDCL /TSSPDCL/APTRANSCO specifications only.
22.36 Major material like supports, conductors, structural steel, equipment
etc. should be purchased from the approved and registered vendors for
items like transformers & VCB etc with the APEPDCL/ APSPDCL/TSNPDCL
/TSSPDCL/APTRANSCO with estimation of APIIC. Original warranty card
to be handed over to ADE/Operation/ APEPDCL/ Atchutapuram and copy
to APIIC and acknowledgment to be furnished to ZM/APIIC/Spl.zone/
Visakhapatnam.
22.37 The purchase bills for materials should be furnished to the concerned
DE/ Operation/APEPDCL for inspections and copy to be submitted to
ZM/APIIC/ Visakhapatnam.
22.38 If any unforeseen calamities/accidents occur during the execution and
liability period of the above work the agency should be made all
arrangements to get claims from insurance company, the APIIC shall not
be held responsible for such incidents and consequential losses or
damages in execution/ Liability period.
22.39 The handing over of the work executed by the contractor to the
concerned ADE/Operation/APEPDCL is the responsibility of the
contractor and the quality of the work executed shall be confirmed to
APEPDCL specifications. The statutory inspection remarks to be
attended in full shape to the satisfaction of the concerned
DE/operation/APEPDCL. The defects if any pointed out during statutory
inspection shall be rectified by the contactor at his cost.
22.40 The contractor shall handover all the materials in the works executed
by him to APEPDCL authorities after completion in full shape and
acknowledgment to be submitted to APIIC. The dismantling material if
any shall be handed over to ADE/Operation and acknowledgment to be
furnished to ZM/ APIIC/Spl.Zone/Visakhapatnam.
CONTRACTOR

Page: 49

CHIEF ENGINEER-II

22.41 The contractor shall make his own arrangements for line clearances
incordination with concerned operation section of APEPDCL required for
execution of work.
22.42 In respect of works pertaining to Distribution Transformers and bay
extension portion of the scheme, the instruction issued by APEPDCL
officials shall be abide by and the instructions of the APEPDCL officials
and the APEPDCL prevailing norms shall be followed.
22.43 The work should be executed by a contractor as per standards of
APEPDCL under supervision of APEPDCL officials and APIIC officials.
22.44
The
material
used
in
the
APEPDCL/APTRANSCO specifications.

works

should

confirm

to

22.45 Original warranty cards of all major items should be handed over to
concerned ADE/Operation/ APEPDCL and acknowledgment to be
furnished to DZM/Electrical/ APIIC.
22.46 The purchase bills for materials should be furnished to the concerned
DE/Operation/APEPDCL for inspections by the higher authorities at a
later date or may be required to be produced to Audit.
22.47 The major materials like conductors, supports and equipment should
be got inspected and certified by concerned DE/M&P at manufacture
works.
22.48 In respect of DTRs work portion, the instruction issued time to time by
APEPDCL has to fallow the contractor and act accordingly.
22.49 All materials should be procured from registered approved vendors list
of APEPDCL.
22.50 The contractor shall be responsible for restoration of adjacent lines
damaged while execution of the work.
22.51 Clearance from ground, buildings, trees and telephone lines shall be
provided in conformity with the Indian Electricity Rules, 1956 as
amended up to date
22.52 The line should be far away from telecommunication lines as
reasonably possible. Parallelism with these lines shall be avoided as far
as practicable.
22.57 The stringing equipments shall be of sufficient capacity to string
AAA/ACSR conductor.
22.58 A suitable braking device shall be provided to avoid damaging, loose
running out and kinking of the conductors. Care shall be taken to
ensure that the conductor does not touch and rub against the ground
or objects, which could scratch or damage the strands.
22.59 When lines being erected run parallel to existing energized power lines,
the Contractor shall take adequate safety precautions to protect
personnel from the potentially dangerous voltage build up due to
electromagnetic

and

electrostatic

coupling

in

the

pulling

wire,

conductors and earth wire during stringing operations.


CONTRACTOR

Page: 50

CHIEF ENGINEER-II

22.60 The Contractor shall also take adequate safety precautions to protect
personnel from potentially dangerous voltage build up due to distant
electrical storms or any other reason.
22.61 The conductor shall be continuously observed for loose or broken
strands or any other damage during the running out operations, it shall
be brought to the notice of the Engineer-In-Charge and shall not be
used without his approval. Repair to conductors, if necessary, shall be
carried out with repair sleeves and not more than one repair sleeve will
be used in one span.
22.62 Repairing of the conductor surface shall be carried out free of cost only
in case of minor damage, scuff marks, etc. The final conductor surface
shall be clean, smooth and free from projections, sharp points, cuts,
abrasions etc. After compression the sharp edges must be smoothened
by filing.
22.63 The Contractor shall be entirely responsible for any damage to the like
poles, insulators etc during stringing.
22.64 The stringing of the conductor shall be done by the standard stringing
method.(See technical specifications)
22.65 The Bidder shall submit complete details of the stringing method to
Engineer-in-charge for approval. Conductors shall not be allowed to
hang in the stringing blocks for more than 96 hours before being pulled
to the specified sag.
22.66 All the joints on the conductor shall be of compression type, in
accordance with the recommendations of the manufacturer, for which
all necessary tools and equipment like compressors, dies etc., shall be
arranged by the contractor. Each part of the joint shall be cleaned by
wire brush till it is free of rust or dirt, etc. This shall be properly
greased with anti-corrosive

compound

if recommended

by the

manufacturer, before the final compression is carried out with the


compressors.
22.67 All the joints or splices shall be made at least 30 meters away from the
pole. No joints or splices shall be made in spans crossing over main
roads, railway line and Small River spans. Not more than one joint per
conductor per span shall be allowed. The compression type fittings
shall be of the self centering type or care shall be taken to mark the
conductors to indicate when the fitting is centered properly.
22.68 The contractor shall provide & install protective guarding as per REC
construction standard for both 33 and 11 kV line, The guarding shall be
provided at all the crossing i.e. road, telecommunication & power lines,
railway line, nallaha etc.
22.69 The contractor is required to follow local statutory regulations
stipulated in Electricity (Supply) Act 1948, Indian Electricity Rules 1956
as amended and other local rules and regulations referred in these
CONTRACTOR

Page: 51

CHIEF ENGINEER-II

specifications.
22.70 The contractor shall follow the technical specifications enclosed in the
tender document while execution of work.

CONTRACTOR

Page: 52

CHIEF ENGINEER-II

TECHNICAL SPECIFICATIONS

CONTRACTOR

Page: 53

CHIEF ENGINEER-II

TECHNICAL SPECIFICATION FOR 33 KV LINES


TECHNICAL SPECIFICATIONS FOR 12.5Mts CONCRETE SPUN POLES
1. Scope: This specification covers design, manufacture, testing and supply
of pre-stressed concrete spun poles of size 12.5Mts designed for a working
load of 350 Kg.
2. Applicable Standards: The poles shall comply with the relevant
provisions made in the following Indian Standard Specification s or the latest
version thereof:
IS:1678-1978-Specification for pre-stressed concrete poles for overhead
power, traction and telecommunication lines.
IS:2905-1966-Methods of test for concrete poles for overhead power,
telecommunications lines.
IS:7321-1974-Code of practice for selection , handling and erection of
concrete poles for overhead power, telecommunications lines.
3. Terminology: For the purpose of this specification, the definitions of
Average Permanent Load, Load Factor, Transverse Load, at first crack,
Ultimate Failure, Ultimate Transverse Load and Working Load Shall be as per
IS:1678.
4. Dimension and shape: The poles shall be of hollow circular section with
and outside taper of 1:75. The diameter and thickness shall be as per design
requirements. The tolerances shall be as follows:
Outer diameter

+4

-2mm

Length

+50 -10mm

5. Cement:
5.1 High strength ordinary Portland cement conforming to IS:8112 or
ordinary

Portland

cement

conforming

to

IS:269-1976

or

Rapid

hardening cement conforming to IS:8041E-1978,shall be used, which


shall have the following additional requirements:
a)

Initial setting Time

Not less than 30 minutes

b)

Final setting Time

Not less than 600 minutes

The minimum compressive strength of standard motor cube with standard


sand as per IS:650 at 7 days shall be 375Kg /Cm square.
A minimum of 3 trial cubes shall be made with aggregate grading to be
used for the approved design mix and the average compressive
strength result at 7 days shall be determined to access the suitability
of the cement, for every batch of cement.

CONTRACTOR

Page: 54

CHIEF ENGINEER-II

6. Aggregates:
Coarse and fine aggregates used for the casting of poles shall confirm
to IS:383 or any other equivalent international standards. The nominal
max. Size of aggregate shall in no case exceed 20mm or 1/4 th the
minimum thickness of the pole. Whichever is less, provided further at
the size of aggregate shall be at least 5 mm less than the spacing
between the pre-stressing wires.
Each size of graded aggregate shall be stocked in different storage bins
or stock piles and shall be mixed only after the quantity required for
each size has been separately weighed. The storage bins or stock piles
shall be under cover to protect from weather.
7. Water:
Water should be free from Chlorides, Sulphates, Other salts and
organic matter potable water will be generally suitable.
8.

Admixtures:
Admixtures should not contain calcium chloride or other chlorides and
salts which are likely to promote corrosion of pre-stressing steel.

9. Reinforcement:
9.1 Reinforcing bars and wires used for the manufacture or pre-stressed
concrete poles shall conform to the following Indian Standards of any other
equivalent International Standards.
a) IS: 1785(Part-I)/1983 Specification for plain hard drawn steel wire for
pre-stressed concrete: Part-I cold-drawn stress relieved wire (second
revision).
b) IS: 1785(Part-II)/ Specification for plain hard drawn steel wire for
pre-stressed concrete Part-II as drawn wire (First revision).
c) IS: 2090-1983 Specification for high tensile steel bars used in prestressed concrete (First revision).
d) IS: 6003 1983 Specification for indented wire for pre-stressed
concrete (First revision).
e) IS: 6006-1983 Specification for uncoated stress relieved strand for
pre-stressed concrete (First revision).
9.2

The surface of all reinforcement shall be free from loose scale, oil,
grease, clay or other material that may have deteriorating effect on
the bond between the reinforcement and the concrete.

10. Concrete:
The concrete mix shall be designed to the requirement laid down for
controlled concrete (also called design mix concrete) in IS-1343 (code
of practice for pre-stressed concrete) and IS-456 (code of practice for

CONTRACTOR

Page: 55

CHIEF ENGINEER-II

plain and reinforced concrete) of any other equivalent International


standards subject to the following special condition.
a)

Minimum works cube strength at 28 days should be at least 50N/mm


square.

b)

The concrete strength a transfer should be at least half the 28 days


strength ensured in the design.

11.

Design requirement
The pole shall be designed for the following requirements

Factor of safety for the poles shall not be les than 2.0
The average permanent load shall be taken as 50% of the working load.
The F.O.S. against first crack load shall be 1.0
At average permanent load, permissible tensile stress in concrete shall be
3.0N/mm square.
At the design value of first crack load, the hypothetical flexural tensile stress
of M50
concrete grade shall not exceed 6.3 N/mm square.
The maximum compressive stress in concrete at the time of transfer of
pre-stress shall not exceed 0.8 times the cube strength.
12. Moulds :
Moulds shall be of steel and of rigid construction to prevent distortion
and so arranged as to provide smooth surface. The moulds shall not
allow any leakage of cement grout during casting. The holes in the end
plates for the HT wires shall be accurately drilled by jigs to ensure
interchangeability. The end plates shall be designed to withstand the
forces arising out of the change in direction of pre-stressing wires
during tensioning.
13. Tensioning of Wires :
The HT wires shall be placed axially at regular spacing along the
circumference. The spacing shall be as per IS 1678, while cutting of HT wires
will be by automatic machines, button heading and forming reinforcement
cages shall be done manually.
Helical steel shall be 2.7mm dia MS wires and the pitch shall be 150mm.
The clear cover shall be 20mm.
Pre-tensioning shall be by atomic machines. Force shall be applied on the
entire group of HT wires to ensure all wires are equally stressed.
CONTRACTOR

Page: 56

CHIEF ENGINEER-II

The pre-stressing wires shall be stretched by an approved method. The


anchoring of the stretched wires shall be such that during manufacture and
until the wires are released, no slipping occurs. The forces at the time of
initial stretching shall in addition to imparting of designed pre-stresses also
be sufficient to overcome the friction on account of any change in the
inclination of wires and slippage that might occur during the anchoring
process which will have to be suitably compensated.
The tensioning of pre-stressing steel shall be carried out in a manner that will
induce a smooth and even rate of increase of stress in the wires.
The force induced in the pre-stressing wires shall be determined by means of
gauges attached to the tensioning apparatus and cross checked by extension
to be achieved shall be determined in advance, based on trails conducted on
representative samples of the wires as used in the poles. The accuracy of the
devices for measuring of the tensioning force shall be within plus or minus
5%.
14. Mixing and Consolidation of concrete
14.1. Provision shall be made to measure the quantities of cement and of
fine and coarse aggregates by weights only. The accuracy of the
measuring equipment shall be plus or minus 3%. All the measuring
equipments shall be maintained in clean, serviceable condition and its
accuracy checked regularly. Modern high speed mixers, preferably pan
or turbine type shall be used for mixing the concrete.
14.2. The manufacture of poles shall be done under suitable cover and not in
the open.
14.3. The concrete shall be thoroughly mixed and consolidated
14.4. The freshly cast poles shall be protected during the first stage of
hardening from the harmful effects of sunshine, dry winds, cold and
rains.
15. De-tensioning of Wires :
15.1. The anchoring system shall provide a devise for gradual de-tensioning
of the wires. No back pulling of the wires shall be permitted in the
gradual de-tensioning device for the purpose of release of any wedge
or other parts of the de-tensioning device. Flame cutting of the wires
before release of the full tension shall be strictly prohibited.
15.2. The transfer of pre-stress shall not be affected until the concrete in the
poles has attained the specified strength as established of cube tests.
16. Curing :
The curing shall be done as a saturated steam at 65 degree centigrade to
ensure that 80% ultimate strength is reached in 6 hours. Thereafter the HT
wires will be cut, poles de-moulded and transferred to water for 14 days
curing.
CONTRACTOR

Page: 57

CHIEF ENGINEER-II

During manufacture, periodical tests on concrete cubes of preferably spun


hollow cylindrical specimen measuring 200mm in dia and 300mm in height
shall be carried out till the concrete achieves the required strength at
transfer. Thereafter, the test on concrete shall be carried out as detailed in
IS:1343 or any other equivalent international standards. The manufacturer
shall supply when required by the purchaser results of compressive test
conducted in accordance with IS:456 or any other equivalent International
Standards on concrete cubes made from the concrete used for the poles. If
the purchaser so desires the manufacturer shall supply cubes for test
purpose and such cubes shall be tested in accordance with Is:456 or any
other equivalent International Standards.

17. Earthing
Earthing shall be provided by having a length 6mm , M.S. rod embedded in
concrete during manufacturer and the ends of the wires left projecting from
the poles to length of 100mm, at 250mm from top and 150mm below ground
level.
Earth Rod shall not be allowed to come in contact with the pre-stressing
wires.
18. Finish :
Poles shall be free from surface defects including hair cracks. The surface of
the poles in contact with the steel mould shall be smooth and regular in
shape and shall, as for as possible, be free from pores. Water retaining
pockets or honey combing formation shall not be admissible, 25mm thick 1:2
cement mortar covers shall be provided on the full areas of the top of pole.
The ends of the pre-stressing wires shall be cut as close to the surface of the
pole as possible and in any case shall not project more than 3mm.
The ends of the pre-stressing wires shall be given two coats of suitable anticorrosive paints approved by the purchaser.
No touching up or finishing by cement grout etc. shall be done on the poles
after it is removed from the moulds.
A cement concrete base plate shall be provided at the bottom of pole.

CONTRACTOR

Page: 58

CHIEF ENGINEER-II

19. Welding and lapping of steel :


The high tensile steel wire shall be continuous over the entire length of
the end on. Welding shall not be allowed in any case. However, jointing
or coupling may be permitted provided the strength of the joint or
coupling is not less than the strength of each individual wire.
20.

Provision of Holes and Hooks


Through holes shall be provided for fixing cross arms and top clamp as
specified by purchaser.
PVC inserts shall be provided at intervals of 600mm on alternate sides
for fixing up of step bolts along the length of pole.
A set of step up bolts shall be supplied along with each lot of 100
poles.

21.

Tests

During manufacture, tests on concrete shall be carried out as detailed in


clause 16.2 of this specification.
Transverse strength test
Poles made of ordinary Portland cement shall be tested on the completion of
28 days and poles made from rapid hardening cement only on the
completion of 14 days after the day of manufacture.
The pole may be tested in either horizontal or vertical position. If tested in
horizontal position provisions shall be made to compensate for the
overhanging weight of the pole for this purpose the overhanging portion of
the pole may be supported on a moveable trolley or similar device.
The pole shall be rigidly supported at the butt and for a distance equal to the
agreed depth of planting.
Load shall be applied at a point 600mm from the top of the pole and shall be
steadily and gradually increased to the design value of the transverse load at
first crack. The deflection at this load shall be measured.
A Pre-stressed concrete pole shall be deemed not to have passed to test if
visible cracks appear at a stage prior to the application of the design
transverse load for the first crack.
The load shall then be reduced to zero and increased gradually to a load
equal to the first crack load plus 10% of the minimum ultimate transverse
load, and held up for 2 minutes. This procedure shall be repeated until the
load reaches the value of 80% of the minimum ultimate transverse load and
CONTRACTOR

Page: 59

CHIEF ENGINEER-II

thereafter increased by 5% of the minimum ultimate transverse load until


failure occurs. Each time the load is applied, it shall be held for 2 minutes.
The load applied to pre-stressed concrete pole at the point of failure and
shall be measure to the nearest five kilograms.
The pole shall be deemed not to have passed the test if the observed
ultimate transverse load is less than the designed ultimate transverse load.
22.

Sampling and Inspection:

22.1. Scale of sampling:


Lot: In a consignment, 500 poles or part thereof of the same mounting
height, same dimensions and belonging to the same batch of
manufacturer shall be grouped together to constitute a lot.
Sub-lot: - If the number of poles in a lot exceeds 500, the lot shall be divided
into a suitable number of sub-lots such that the number of poles in any
sub-lot shall not exceed 500. The acceptance or otherwise of a sub lot
shall be determined on the basis of the performance of samples
selected from it.
The number of poles to be selected from a lot or a sub-lot shall depend upon
its size and shall be in accordance with col. 1 and 2 of the following table.
Size

of Dimensional requirement
Sample size
Permissible No. No. of poles for
lot
of
transverse

(1)
(2)
Upto 100 10
101
to 15

defective

strength

samples

test

(3)
1
1

(4)
4
3

20
0
201

to 20
30
0

301

to 30
50
0

The number of poles to be tested shall be subject to agreement


between the purchaser and the supplier i.e. 1 in 200 usually.
22.1.3.

These poles shall be selected at random. In order to ensure

randomness, all the poles in the lot or the sub-lot may be arranged in a
serial order and starting from any random pole, every r the pole may
CONTRACTOR

Page: 60

CHIEF ENGINEER-II

be included in the sample. r being the integral part of N/n where N is


the size of the lot or the sub-lot n is the sample size.
Number of Tests
All the poles as selected 22.1.3. shall be tested for overall length, crosssection and uprightness. The permissible tolerance shall be within the limits
specified in clause 11(i) of this specification.
The number of poles to be tested for transverse strength test shall be in
accordance with col. 4 of the table in 22.1.3. These poles may be selected
from these already tested in 22.2.1
22.3. Criteria for Conformity :
A lot or sub-lot shall be considered as conforming to this specification if the
conditions under 22.3.2. and 22.3.3. are satisfied.
The number of poles which does not satisfy the requirements of overall
length, cross-section and uprightness shall not exceed the corresponding
number given in col. 3 of the Table under clause 22.1.3. If the number of
such poles exceeds the corresponding number, all poles in the lot or sub-lot
shall be tested for these requirements, and these are not satisfying the
requirements shall be rejected.
All the poles tested for transverse strength test shall satisfy the requirements
of the test. If one or more poles fail, twice the number of poles originally
tested shall be selected from those already selected and subjected to the
test. If there is no failure among these poles, the lot or the sub-;lot shall be
considered to have satisfied requirements of this test.
23. Marking :
The pole shall be clearly and indelibly marked with the following particulars
either during or after manufacture but before testing at a position so as to
easily read after erection in position.
Month and year of manufacture
Transverse strength of pole in Kg.
Serial number of the pole
Position of center of gravity of the pole with the word C. g.
24.

Schedule of Requirement. Desired Deliveries and prices:

CONTRACTOR

Page: 61

CHIEF ENGINEER-II

The schedule of requirements and Desired deliveries, prices and other


requirements are indicated in Annexure I to Annexure VII.
The prices shall be firm.
ERECTION OF 33 KV LINE OVER 12.5 Mtr Spun Poles
1.0

SCOPE:
The works of erection of 33 KV interlinking lines on 100% turnkey
basis. The 33 KV line is to be erected on 12.5 Mtr. Spun poles with 100
Sqmm AAA conductor at an average span of 80Mtrs.
The scope covers the survey of the proposed route, tree clearance
wherever necessary, transport of material to the locations, erection of
the line, testing of the line and handing over to the A.P.E.P.D.C.L. as per
specification.

2.0

GENERAL:
The contractor should be well acquainted with the I.E. Rules 1956 as
amended from time to time and with the Indian Telegraph Act 1889 so
that the necessary provisions therein may be followed.

3.0

SURVEY OF THE ROUTE:


The tentative route map of the line to be erected will be furnished by
the APEPDCL to he contractor along with the copy of the concluded
agreement.
The contractor is required to carry out the detailed survey of the route
of the line and fix up the locations at the average span indicated in the
schedule and mark the locations and submit a detailed route map to
the Engineer in charge of the work within 30 days for approval. In the
course of surveying by the contractor, any conspicuous variations in
the change and physical feature to those indicated in route map and as
actually existing as noticed, the deviations must be brought to the
notice of the APEPDCLs Engineer. The APEPDCLs Engineer if
considered necessary shall make alterations to the route map and
communicate the same to the contractor in writing. As such alterations
shall be carried out accordingly and the APEPDCLs Engineer, after
inspecting the surveyed route and the revised route map shall be given
for final approval by the Engineer in charge in writing to the contractor.

CONTRACTOR

Page: 62

CHIEF ENGINEER-II

4.0

WAY LEAVES AND TREE CUTTINGS :


The contractor shall submit proposals for way leaves and right of way.
Permission will be obtained by the APEPDCL within reasonable time for
the contractor shall give with due notices. The contractor shall arrange
for tree cuttings or tree branches cutting also.
The width of tree clearance to be adopted for the lines of various
voltages is as detailed below:
11 KV (trunk lines):
All growth within 6.096 M (20ft) from the centre line of support and all
trees which may fail and foul the line.
The contractor shall take all possible steps to see that standing crops
etc., are not damaged while attending to tree cutting. When such
damage is inevitable the compensation will be borne by the APEPDCL
provided the damage is with the prior concurrence of the Engineer.
The contractor shall bear the compensation for damage caused by the
gangs without prior concurrence of the Engineer concerned.
No trees shall be cut until APEPDCL has made necessary arrangement
with the authorities concerned and permission is given to the
contractor to cutl such tree. The contractor shall arrange to remove
the obstacles as soon as possible.
At time however, it may not possible for the APEPDCL to arrange rightof-way for excavation of pole pits or erecting the poles of stringing the
line. At all such times, the contractor shall shift his gangs to other
areas. The rates quoted shall cover all such contingencies and no
extra payments shall be claimed for such contingencies.

5.0

EXCAVATION OF POLE /STAY/STRUT/ DP PITS:


After the final survey of the line and after marking the pole locations
with pegs, excavation work has to be commenced in accordance to the
approved route map. Excavation is generally done by pick axes, crow
V-bars and showers although some times earth augers are used.
Excavation of pole pits in very hard or rocky soil or in rock beds may
involve blasting of rock by suitable explosives. The pits for the
supports are excavated in the direction of the line as this will facilitate
the erection of support, in addition to giving greater lateral stability,

CONTRACTOR

Page: 63

CHIEF ENGINEER-II

the depth of the foundation to be excavated for pole shall be in


accordance with relevant sketch for the erection of pole or strut or D.P
etc.
Excavation rates for poles, struts and D.P. pits shall be quoted by the
contractor for the following types of soil including dewatering of pits
and shoring and shuttering wherever necessary. No quotation for extra
rate for dewatering during excavation and shoring and shuttering will
be entertained.
All soils other than hard rock.
Hard rock: Hard Rock will be that which requires drilling and blasting
by any method. The cost of drilling and blasting shall be included in the
quoted rates. In certain cases, when the area around the location
happens to be an inhabited area consequent to which blasting cannot
be restored to, the excavation may have, to be dug with or by the
process of drilling wedging, hammering and splitting or by the process
of heating and splitting by sudden cooling. The rate quoted shall take
into consideration such contingencies also. Whenever blasting is
resorted to, the contractor shall make adequate arrangements of
safety precautions. The A.P.E.P.D.C.L. will not be responsible for any
damages or accidents arising out of process of blasting.
Note:

For soils other than hard-rock excavation rate to be quoted shall

include back filling the pits with excavated soils after concreting
wherever necessary.
For soils covered by hard rock variety, the excavation rate shall be
including back filling with excavated rock bits and borrowed earth duly
reamed after laying the designed rock foundation.
No extra charges shall admissible for the removal of the fallen earth in
the pit, when once excavated.
The quoted rates should cover all contingencies during the process of
excavation. For any reasons what so ever, no extra claim will be
accepted.
6.0

FOUNDATION:

CONTRACTOR

Page: 64

CHIEF ENGINEER-II

Classification of Foundation:
Depending on the type of soils, the subsoil water table and the
presence of surface water, four types of foundation designs will be
used for each locations classified in the following manner.
1)

Wet type: To be used for locations:


Where sub-soil waters is wet at 1.5 meters or more below the ground
level.
Which are in surface water for long period with water generation not
exceeding one meter below the ground level e.g. the paddy fields.

2)

In black cotton soils.


a) Partially submerged type:
To be used at locations where sub-soils water table is met at more than
0.75 meters from the ground level.
b) Fully submerged type:
To be used at locations where sub-soil waters is met at less than 0.75
meters from the ground level.

3)

Rocky type:
To be used at location where hard rock is met with and where the bond
strength between the rock and the concrete will be very high.

7.0

ANCHORING AND PROVIDING GUYS FOR SUPPORTS:


Guys are to be provided to the supports at the following places (I)
Angle locations, (ii) Dead and locations, (iii) Tee-off points, (iv) Steep
gradient locations to avoid uplift on the poles.
The installation of guy will involve the following works:
Excavation of pit and fixing of stay rod.
Fastening guy wire to the support.
Tightening guy wire and fastening to the anchor.
The marking of the guy pit for excavation, the excavation of pits and
setting of the anchor rod must be carefully carried out. The stay rod
should be placed in the position such that the angle of inclination of
the rod with the vertical face of the pit is as the case may be. The
concreting of the stay at the bottom should then be carried out. The

CONTRACTOR

Page: 65

CHIEF ENGINEER-II

back filling and ramming must be well done thereafter, and allowed to
set for at least 7 days. Where the existence of guy wire proves
hazardous, it should be protected with suitable asbestos pipe, filled
with concrete, of about 2Mtrs. length above the ground level, duly
painted with white and black stripes so that it may be visible at night.
The turn buckle shall be mounted at the pole end of the stay and guy
wire so fixed that the eye bolt turn buckle is half way in the working
position thus giving the maximum movement for tightening or
loosening.
Guy insulators are placed to prevent the lower part of the guy from
becoming electrically energized by a contact of the guy when the
conductors snap and fall on them or due to leakage. No guy insulator
shall be located less than 2.6Mtrs. from the ground. The anchoring and
providing guys for supports (Single guy Bow guy an fly guy) shall be
done as per sketch 3 enclosed. Bow guy and fly guy shall have to be
provided as per the field conditions.
8.0

FIXING OF CROSS ARMS AND INSULATORS


After the erection of supports and providing guys, the next step would
be mount the cross arms on the support. The cross arm is to be
mounted after the support is erected. The lineman should climb the
support having requisite tools with him and the cross arm is then tied
to a hand line and pulled up by the ground man, through a pulley till
the cross arm reaches the linemen. The ground man should station
himself well to one side so that if any material drops from the top of
the pole it may not strike him. All the materials required should be
lifted or lowered by means of the hand line. In no case, the material or
the tools should be dropped or thrown from the pole top.
The fixing of 33 KV cross arms shall be in accordance to spacing
detailed in Sketch G.I. bolts and nuts and spring washers of good
quality only shall be used which have to be procured by the contractor.

8.1

Back Clamps:
The back clamps for fixing of the V cross arms will have to be
procured by the contractor and shall be in accordance with sketch
enclosed and the clamp shall be fabricated with 75 X 8mm M.S.Flat for
11 KV line.

8.2

Top Cleats:

CONTRACTOR

Page: 66

CHIEF ENGINEER-II

The top cleat shall be got fabricated with M.S. channel of 100x50mm
and MS angle of 65x65x6mm for 11 KV shall be in accordance with
sketches enclosed.
9.

INSULATORS (As per IS 731)


The pins for insulators shall be fixed in the holes provided in the cross
arms and the pole top brackets. The insulators shall be mounted in
their places over the pins and tightened. In the case of strain or angle
supports, where strain fittings are provided for this purpose, on strap of
the strain fittings is placed over the cross arm before placing the bolts
in the hole of the cross arms. The nut of straps is so tightened that the
strap can move freely in horizontal direction, as this is necessary to fix
the strain insulator.
Note:The insulators shall be cleaned and examined for defects before
fixing. It shall be ensured that all the current carrying parts are
smooth and without dirt, cracks or chips.

10.0 STRINGING OF THE LINE CONDUCTORS:


For the guidance of the contractor in handling the conductor and in
stringing certain Dos and Donts are given below, before the workmen
actually commence the stringing work.
10.1 Dos and Donts
Dos:
Use proper equipment for handling aluminum conductors at all times.
Use skids, or similar method for lowering reels or coils from transport
or ground.
Examine reel before unreeling for presence of nails or any other object,
which might damage the conductor.
Rotate the reel or coil while unwinding conductor.
Grip all strands while pulling out the conductor.
Control the unreeling speed with a suitable braking arrangement.
Use wooden guards of suitable braking arrangement.
Use long straight, parallel jaw grip with suitable liners when pulling
conductor thus avoiding nicking or kinking of the conductor.
Use free-running sleeves or blocks with adequate grooves for
drawing/paving conductors.
Use proper sag charts.
Mark conductors with crayons or adhesive tape of such (other) material
which will not damage the strand.
CONTRACTOR

Page: 67

CHIEF ENGINEER-II

Make all splicing with the proper tools.


Use a twisting wrench for twisting the joints.
Chromate or graphite conducting oxide-inhibiting grease should be
applied before cleaning with wire brush.
Donts:
Do not handle conductors without proper tools at any stage.
Do not pull conductors without ensuring that there is no obstruction on
the ground.
Do not pull out excess quantity of conductor than required.
Do not make jumper connections on dirty or weathered conductor.
Clean the conductor using sand paper or wire brush.
Do not handle aluminum conductors in a rough fashion but handle it
with care it deserves.
10.2 Conductor Erections
The erection of overhead line conductor is a very important phase in
construction.
The erection of conductors can be sub-divided into 4 separate parts as
follows:
Transport of conductors to work site.
Paving and stringing of conductors.
Tensioning and sagging of conductors.
Jointing of conductors.
At important crossing of roads, canals, navigable rivers, railways etc.,
flagmen should be in attendance to ensure that normal services are
not unduly interrupted. These crossings should only be carried out in
conjunction with and with the approval of the proper authorities
concerned.
The conductor drums shall be transported to the tension point without
injuring the conductor. If, it is necessary to roll the drum on the ground
for a small distance, it should be slowly rolled in the direction of the
arrow marked on the drum. The drum should be so supported that it
can be rotated freely. For this purpose the drum should either be
mounted on the cable drum supports or jacks or hung by means of
chain pulley of suitable capacity, suspended from a tripod. In case if it
is not possible to raise the conductor drum by any of the above
methods, a trench of suitable depth slightly bigger than the conductor
drum may be dug, so as to facilitate free rotations of the drum when it
is suspended in the trench by means of M.S. Shaft. While paving, care
CONTRACTOR

Page: 68

CHIEF ENGINEER-II

should be taken to see that conductor does not rub against any
metallic fitting of the pole or on the bad/rocky ground. Wooden tussles
should be used for this purpose to support the conductor.
The conductor should be passed over the poles on wooden or
aluminum snatch pulley blocks provided with low friction bearings.
While conductor is being paved out slowly, some braking arrangements
should be made so that the rotation of the drum may be stopped in
emergency.
In case the length of one piece of the conductor is less than the length
of the section in which conductor paving is being done, it is easy to
stretch one length of all phases from one end and the remaining length
from another end of the section and thereafter jointing the two ends of
the conductor where they meet on no account any part of the
conductor shall be left at a height of less than 5 meters. Above the
ground over night and the work shall be so arranged that before the
end of the day, the conductor shall be raised to minimum height of 5
meters above the ground by rough sagging.
10.3

Mid Span Jointing of Conductors:


The mid span jointing of conductors should be carried out by using
2Nos. aluminum ferrules of required size, one inner and one outer
ferrule and the crimping of the ferrules is to be done by using proper
crimping tools. Aluminum tape is to be wound over the conductor
before insertion into the ferrules to have better grip.

10.4

Sagging and Tensioning:


On the completion of the paving of the conductors and making midspan joints if any, tensioning operations will commence. Temporary
stays will have to be provided for both the anchoring supports in the
section where the stringing has to be done. At the tensioning end, one
of the conductors is pulled manually up to a certain point and then
come along clamp is fixed to the conductor to be tensioned. The grip
to the come along clamp is attached to double sleeve pulley block or
the pulley lift machine and gradually tensioned.
The conductor should then be sagged in accordance with the sagtemperature chart for the particular conductor and span. The sag
should then be adjusted in the middle span of the section. The
Engineer will provide the sag chart.

CONTRACTOR

Page: 69

CHIEF ENGINEER-II

The stretch of the conductor has to be taken out before stringing in


order to avoid the gradual increase in sag due to the setting down of
the individual wires. There are ways of accomplishing this.
10.5

Pre Stressing:
In this method the conductor is pulled up to a tension considerably
above the correct figure, but never exceeding fifty percent of breaking
load for a short period of say twenty minutes. As this method requires
more time and involves the use of stronger tackle to secure the higher
tension the other method of over-tensioning is commonly adopted.

10.6

Over tensioning:
This method consists of pulling up the conductor to a tension a little
above the theoretical tension for the prevailing temperature and fixed
it up at that tension with correspondingly reduced sag. After a certain
time the conductor will settle down to the correct sag and tension. A
tension of five to eight percent more than the theoretical value has
been found to be suitable for the sizes of ACSR and AAAC conductors
standardized by REC. The ambient temperature during sagging may
be recorded correctly.
Conductors can be sagged correctly only when the tension is the same
in each span through out the entire length of the section. Use of
snatch blocks reduces the friction and chances of inequality of tension
in various spans.
Sagging can be accomplished by several different methods but most
commonly used method is sighting. The sighting sag method of
measuring sag is by the use of targets placed on the supports below
the cross arms. The targets may be light strip of wood clamped to the
pole at a distance equal to the sag below the conductor when the
conductor is placed in snatch block. The lineman sees the sag from
the next pole. The tension of the conductor is then reduced or
increased, until, the lowest part of the conductor in the span coincides
with the linemans line of sight.
When sagging is completed, the tension clamps shall be fixed. The
clamp can be fitted on the conductor without releasing the tension. A
mark is made on the conductor at a distance from the cross arms equal
to the length of complete strain insulator. Before the insulator sets is
raised to position, all nuts should be free. Come along clamp is placed

CONTRACTOR

Page: 70

CHIEF ENGINEER-II

on the conductor beyond the conductor clamp and attached to the


pulling unit. The conductor is pulled insufficiently to allow the insulator
assembly to be fitted to the clamp. After the conductor is clamped to
insulator, assembly unit may be released gradually. If the tension is
released with a jerk, an abnormal stress may be transferred to
conductor and support, which may result in the failure of the cross
arms, stay or pole in some cases. After the stringing is completed, all
poles, cross arms, insulators, fitting etc., are checked up to ensure that
there have been no deformities etc.
The next step is to place the conductor on the top of the pin insulator
from the snatch block and removing snatch blocks. Conductors are
then fastened to insulator by the use of aluminum wires. The following
points should be observed:
Proper size of the binding wire which can be readily handled and with
adequate strength to be used.
The length of tie wire should be sufficiently long for making complete
tie including the end allowance for gripping with the ends.
A good tie should provide a secure binding between the line conductor
and insulator and should reinforce the conductor on either side of the
insulator.
The use of cutting pliers for binding the site wire should be avoided.
The tie wire, which has been used, previously should not be re-used.
Before tieing the conductor to the insulator two layers of aluminum
tape should be wrapped over the conductor in the portion where it
touches the insulator. The width and thickness of aluminum tape to be
used for a specific size of conductors has been specified in handbooks
of aluminum conductor manufactures and the same may be preferred
to. The aluminum tapes should also be used at the tension clamp and
for proper grip.
Normally in straight runs of line, the conductors are run on the top of
insulators, when there is small angle of deviation the conductor is
placed inside groove and binded. Accordingly, there are two methods
of tieing the conductors to insulators. The binding wire/tie wire has to

CONTRACTOR

Page: 71

CHIEF ENGINEER-II

be procured by the contractor and the bid price shall include the cost
of this.
The contractor shall entirely responsible for any damage to the
supports, other accessories and conductor. He shall also be
responsible for proper distribution of the conductor drums to keep
number and lengths of cut pieces of the conductor to a minimum.
10.7

Conductor damage and repair:


If the conductor is damaged for whatever reasons and damage is not
repaired aluminum sleeves etc., it shall be brought to the notice of the
Engineer and shall not be used without his approval. Even repairing of
conductor surfaces shall be done only in case of minor damages, scuff
marks etc. which are safe from both electrical and mechanical points of
view. The final conductor surface shall be clean, smooth, without any
projections, sharp points, cut or abrasion etc., giving satisfactory
corona and R.I performance.
No joint or splice be made in spans crossing over main roads, railways,
small rivers or in tension spans. Not more than one joint per conductor
shall be allowed in one span. The strength of the joint shall confirm to
I.E rule 75.

10.8 Stringing rate:


The stringing rate for stringing of the conductor per route length of line
shall include paving, stringing, clamping, jointing, tensioning, strain
disc binding, clamping and fitting of all necessary accessories.
Wherever necessary ground clearance have to be measured to ensure
obtaining adequate line clearance as per I.E. rule 77 (I).
10.9 Jumpering
The jumpering at all locations where it is required i.e. cut points and
tapping points etc. Should be done by using aluminum T-Clamps of
suitable size required for the conductor, and using aluminum tape over
the conductor at the T-clamp location to have a better grip. The bolts
of the T-clamps should be tightened to the required torque to prevent
any loose contacts at the jumper locations.
10.10
TESTS:
The following tests shall be carried out on wires used for AAAC as per
detailed procedures and test samples given in the IS 398 Part-IV/1994
with latest amendments thereof.
i) Breaking Load Test.
ii) Elongation test.
iii) Resistance.
CONTRACTOR

Page: 72

CHIEF ENGINEER-II

The rejection and retest procedure shall be followed as stipulated in


IS:398/Part-IV of 1994, or any other latest amendments thereof.
The type tests as specified in the IS should be carried out not later
than 5 years from the date of opening of bid.
10.11 The supplier shall furnish the following documents as proof of purchase
of RAW material along with each inspection offer.
a) Invoice of the supplier
b) Supplier Test Certificate
c) Packing List
d) Bill of Landing
e) Bill of Entry Certificate by Custom
f) Description of material, electrical analysis, physical inspection, certificate
of surface defects, thickness and width of material wherever applicable.
11.0 EARTHING
11.1

Pipe Earthing:
At D.P. Location pits are to be excavated, the steel and metal parts are
to be earthed by pipe earthling as per the drawing of sketch enclosed
to this specification. Duly filling the pits with bentonite compound and
black cotton soil (in1:6 ratio) and shall be maintained up-to a distance
of 300 mm from the pipe in all sides. The top edge of the pipe shall be
at least 200 mm below the ground level. The steel strips shall be fixed
not less than 300 mm deep from the ground level.
The tenders shall quote the charges for earthing inclusive of the cost of
bentonite compound and block cotton soil, excavation and back-filling.

11.2

Pole Earthing:
All supports shall be properly earthed with coil earthing.
The earthing of DP structures should be done in the presence of Asst.
Divisional Engineer/Construction only.

11.3 CROSSINGS:
Guarding shall be erected as per standards and as per sketch a, b, c,
enclosed for Railways, telephone lines and power lines.
11.4 Danger Boards
Danger boards of approved size shall be provided at places specified by
engineer.
12.0 EXECUTION OF WORKS RELATING TO POWER LINE CROSSINGS
AND RAILWAY CROSSINGS:

CONTRACTOR

Page: 73

CHIEF ENGINEER-II

Work such as erection of support underneath an existing power line


and paving out of conductors and earth-wire and stringing the power
line crossing span or a railway crossing span, will have to be done only
after receipt of line clear form APEPDCL authorities and approval from
the concerned officer, which some times, may not match with program
of the contractor. In such cases, the contractor shall execute such
works as and when approvals are received. His rates for line erection
and stringing shall take into consideration such contingencies also.
13.0 CONCRETING:
Note:All DP structures, Vertical formations, Single pole cut
points, Angle locations and all other Spun pole locations
should be concreted.
The cement concrete used for the foundation shall be of ratio 1:3:6
using 40mm HBG metal.
The sand used for the concrete shall be composed of hard silicon
materials and well sieved. It shall be clear and a sharp angular grit
type of and free from earthy or organic matter and deleterious salts.
The aggregate shall be of clean broken hard granite or other stone
specified or approved by the Engineer. It shall be hard, close grained
quality. It shall also be as far as possible cube like preferably angular,
but not flaky, perfectly clean and free from the earth organic or other
deleterious matter, 40 mm aggregate shall be of size as will pass
through 40 mm square mesh measured in the clear.
The water used for mixing concrete shall be fresh and conform to ISI it
should be clean and free from oil, acids and alkali. Saltiest or brackish
water should not be used.
The concrete should be mixed as stiff as the requirements of placing
the concrete in the forms or moulds with as and the degree to which
the concrete resists segregation will permit. Hence, the quantity of
water used should not be too much.
Proper forms of moulds adequately braced to retain proper shape while
concreting should be used. The mould should be made watertight so
that cement cream will not come out leaving only sand and jelly
consequently forming honeycombing in the concrete. The rate for

CONTRACTOR

Page: 74

CHIEF ENGINEER-II

concrete should be made so that the works are not held up on this
account.
After concerting to the required height, the top surface should be
finished smooth, with slight slope towards the outer edge to drain off
the rainwater falling on the copings. These copings and muffing should
be done after the stringing is completed in respect of tension locations
and the Engineer at site may decide such other locations as. For such
locations an adhoc reduction of Rs.100/- per location will be made
while billing for concrete and this will be released after the coping and
muffing are completed.
In wet locations, the site must be kept completely dewatered both
during the placing of the concrete and for 24 hours after completion.
There should be no disturbance of concrete by water during this
period. No extra rate will be paid for the dewatering and the rate for
concrete shall be inclusive of dewatering charges.
The forms of moulds shall not be removed before a lapse of about 24
hours after the completion of concreting. After removal of the form
moulds, the concreted surface, wherever required, shall be repaired
with a rich cement and sand motor in the shortest possible time.
The full concreting for the poles if erected in excavated pit shall be
done so that the complete block will be of the dimensions
0.6X0.6X1.5Mts up to ground level including base concreting of 75mm
thick with 1:3:6 CC mix.
If augur is used for making pole pits, ramming shall be done after
erection of pole.
14.

WORKMANSHIP:
The contractor shall entirely be responsible for the correct erection of
all support as per the approved drawings, and their correct setting and
alignment, as approved by the Engineer. If the supports and D. P.
structures after the erection are found to differ from approved route
maps and drawings or to be out of alignment, the contractor shall
dismantle and re-erect them correctly at his own cost without
extension of time. The supports must be truly vertical and in plumb
after erection and so straining will be permitted to bring them to
vertical position. Verticality of each support shall be measured by the
contractor and furnished to the Engineer.

15.

Location numbers for each pole shall be painted on the pole.

CONTRACTOR

Page: 75

CHIEF ENGINEER-II

Anti-climbing devices and danger boards are to be provided at all


railway crossings and road crossings and DP locations. No extra
charges shall be admissible even though separate gangs may have to
be sent by the contractor for fitting these accessories and attachments
on the support at the appropriate time.
16.

FINAL CHECKING, TESTING AND COMMISSIONING


After the completion of the works final patrolling and checking of the
line shall be done by the contractor to ensure that all the foundation
works, pole erection and stringing have been done as approved by the
Engineer, and also to ensure that they are complete in all respects.
Contractor shall prepare pole schedules and hand it over to the
Engineer. All works shall be thoroughly inspected keeping in view of
the following main points.
i)

Sufficient back filled earth is lying over each foundation pit and it
is adequately compacted.

ii)

Concreting and coping of poles are in good and finally shaped

conditions.
iii)

All the accessories and insulators are strictly as per the drawings
and are free from any defects or damages, what so ever.

iv)

All the bolts and nuts should be hot dip G.I. material and as per
contractual provisions.

v)

The stringing of the conductor has been done as per the approved
sag and desired clearances are available.

vi)

No damage, minor or major to the conductor, earth wire,


accessories and insulator strings will unattended are noticed.

vii)

For all points double jumpers shall be provided to each phase. The
jumpers provided at the cut points are connected rigidly to the
tension hardware utilizing all the jointing bolts provided for the
purpose.

The contractor shall submit a report to the above effect to the


Engineer. In case, it is noticed later that some or any of the above are
not fulfilled the engineer will get such items rectified through other
agencies and recover the cost of such works from the bills payable to
the contractor against that contract or any other contract executed by
him for the APEPDCL
After final checking, the lines shall be tested for insulation in
accordance with tests prescribed by the Engineer. All arrangements
for such testing or any other test desired by the Engineer, shall be
CONTRACTOR

Page: 76

CHIEF ENGINEER-II

done by the contractor and necessary labour, transport and testing


equipment shall be provided by him. The contractor defects found out
as a result of such tests, shall rectify any, forthwith, without any extra
charges to the APEPDCL
In addition to the above, the contractor shall be responsible for testing
and ensuring that the total and relative sags of the conductors are
within the specified tolerance. Such tests shall be carried out at
selected points along the route as required by the Engineer and the
contractor shall provide all necessary equipment and labour to enable
the test to be carried out. After satisfactory tests on the line and
approval by the Engineer the line shall be energized at full operating
voltage before handling over.
17.

Supply of materials by the contractor:


The contractor has to make his own arrangements for procurement,
supply and use of materials and compliance of the following should be
ensured.
These materials should conform to the relevant Indian Standard
specification. These materials shall be supplied at least one month in
advance of their requirement manufactures test certificate for these
materials shall be submitted and got approved by Engineer before
utilization. He shall guarantee the materials so supplied by the
contractor for satisfactory performance up to the end of the
maintenance and defects liability period.
All materials to be supplied should fully conform to provisions under
clause 3 of Instructions to Bidders.
In procurement of these items the contractor shall follow all regulations
of the APEPDCL/Government of India in respect of import license etc., if
he chooses to procure these from imports. Further, the contractor shall
be responsible for the payment of applicable duties and taxes, port
clearance inland transportation etc.
The materials for which advance is given by APEPDCL is to be insured
by the contractor at his cost from the date of payment of advance to
the date stated in the certificate of completion for the whole of the
works.

CONTRACTOR

Page: 77

CHIEF ENGINEER-II

Material & Quality:


All the material used in the works shall be of the best quality of their
respective kinds as specified herein. They shall be obtained from
sources and suppliers approved by the Engineer or his representatives,
and shall comply strictly with the tests, specified herein after or, where
tests are not specified in this specification, they should conform to the
requirements of the latest issue of the relevant Indian standards herein
after abbreviated to as (I.S.) or other approved National Standards
authorized by the Engineer. The contractor has got the obligation of
showing the proof of source of any material procured by him, to the
APEPDCL on demand.
Inspection and Testing:
Any materials used in the works shall be subject to inspection and tests
if required by the Engineer. Unless otherwise stated, the costs of all
tests required by this specification shall be deemed to be included in
the rates and prices named by the contractor in the bill (schedule) of
quantities.
Any material, which is prepared or manufactured without notice having
been given in writing to the Engineer, may be rejected if the Engineer
considers that his inspection was necessary during the process of
manufacture of such material.
Approvals:

No material shall be used in the works unless the

Engineer or his representative has first approved it.


18

INFORMATION AND DATA:


The information furnished is the best available however, the APEPDCL
does not guarantee the correctness or interpretations, deductions or
conclusions which are given as supplementary information in the Bid
Documents or in any reports, maps, drawings, diagrams or in other
reference information available to the bidder from the APEPDCL of or
otherwise.
The information have been produced as found, communicated to
ascertained or otherwise learned by the APEPDCL
It will be the Bidders responsibility to satisfy himself from the
Reference Information supplied and/or inspection of the site that
sufficient quantities of construction materials required for the works
shall exists in the designated borrow areas or quarry sites.

CONTRACTOR

Page: 78

CHIEF ENGINEER-II

The APEPDCL does not accept any responsibility either in handing over
the quarries or procuring the materials or any other facilities. The
Tenders will not be entitled for any extra rate or claim for the
misjudgment on his part for the quantity and quality of materials
available in the quarries.
Failure by the Bidder to have done all the timings, which is in
accordance with this condition he is deemed to have done, shall not
relieve the successful Bidder of the responsibility for satisfactorily
completing the works as required at the rates quoted by him.
19

CONSTRUCTION MATERIALS
Cement:
The contractor has to make his own arrangements for the procurement
of cement to required specifications required for the works subjected to
the followings:
a) The contractor shall procure cement, required for the works only
from reputed cement factories (Main producer) acceptable to the
Engineer in-Charge. The contractor shall be required to furnish to the
Engineer in-Charge bills of payment and test certificates issued by the
manufactures to authenticate procurement of quality cement from the
approved cement factory. The contractor shall make his own
arrangement for adequate storage of cement.
b)

The contractor shall procure cement in standard packing of all

50Kg per bag from the authorized manufacturers. The contractor shall
make necessary arrangement at his own cost to the satisfaction of
Engineer-in-Charge for actual weighment of random sample from the
available stock and shall conform with the specification laid down by
the Indian Standard Institution or other standard foreign institutions as
the case may be, Cement shall be got tested for all the tests as
directed by Engineer-in-Charge at-least one month in advance before
the use of cement bags brought and kept in site Godown.
The Contractor free of cost shall supply cement bags required for
testing. However, the testing charges for cement will be borne by the
APEPDCL. If the tests prove unsatisfactory, then the charges will be
borne by the Contractor.

CONTRACTOR

Page: 79

CHIEF ENGINEER-II

c)

The Contractor should store the cement of 60 days requirement at

least one month in advance to ensure the quality of cement so brought


to site and shall not remove the same without the written permission of
the Engineer-in-Charge.
The Contractor shall forthwith remove from the works area any cement
that the Engineer-in-Charge may disallow for use, on account of failure
to meet with required quality and standard.
The contractor shall further, at all times satisfy the Engineer-in-charge
on demand, by production of records and books or by submission of
returns and other proofs as directed, that the cement is being used as
tested and approved by Engineer-in-charge for the purpose and the
Contractor shall at all times, keep his records up to date enable the
Engineer-in-charge to apply such checks as he may desire.
Cement which has been unduly long in storage with the Contractor or
alternatively has deteriorated due to in adequate storage and thus
become unfit for use in the works will be rejected by the department
and no claim will be entertained. The Contractor shall forthwith
remove from the work area, any cement the Engineer-in-charge may
disallow for use on work and replace it by cement complying with the
relevant Indian Standards.
20.0 STEEL:
The Contractor shall procure mild steel reinforcement bars, high yield
strength deformed (HYSD) bars, rods and structural steel etc., required
for the works, only from the main or secondary producers
manufacturing steel to the prescribed specifications of Bureau of Indian
Standard or equivalent and licensed to affix ISI or other equivalent
certifications marks and acceptable to the Engineer-in-Charge.
Necessary ISI list certificates are to be produced to Engineer-in-Charge
before use on works. The unit weight and dimensions shall be as
prescribed in the relevant Indian standard specifications of steel. (As
per IS 2062)
21.0 WASTAGE:
The contractor will be allowed for claiming additional quantities with
the following maximum additional quantities of materials to cover sag
jumpering, wastage & losses etc., during erection of the line.

CONTRACTOR

Page: 80

CHIEF ENGINEER-II

(i)Conductor

a) Up to 1% of the route length for each of the


conductors. This % includes sag and jumpers.
b) Actual utilization of conductor for stiffness. Bridling
points in addition (as above)

Note:The Contractor has to follow R.E.C. standard for the works


wherever it is not specifically mentioned above.
22.0 Vacuum Circuit Breaker:
I.

APPLICABLE STANDARDS:
Unless otherwise modified in this specification, the Circuit Breakers,
Current Transformers etc. shall comply with the following Standards
with latest amendments.
IS

II.

13118/1991 High Voltage A.C. Circuit Breakers.


62271-100/2008 Circuit Breakers (latest versi
IEC on).
IS
2705 (Part I to IV/1992) Current Transformers.
IS
335 -Oil
IS
2633 - Galvanization
1060
IS
1
-Primary terminals
IS
2099/1986 Bushings for Alternating Voltages.
IS
13010/2003 IS 13779/1999 Energy Meters
IS
3231/1986 & 87 Relays.
IS
1248/2003 Ammeters & Voltmeters.
13947/Pt 1/93 Degree of protection provided b y
IS
enclosures.
CLIMATIC CONDITIONS:

The climatic conditions under which the equipment shall operate


satisfactorily are as indicated at clause No.22 of General terms and
conditions for supply of materials.

1.1.

PRINCIPAL
PARAMETERS :
CIRCUIT BREAKERS
:
Nominal System
Voltage
:

1.2
1.3
1.4
1.5

Type
Service
No. of Poles/Phases
High system voltage

:
:
:
:

1.6

Rated Frequency

III.
1.

1.7
1.8
1.8.
1.
1.8.
2

System of earthing
Insulation level
Impulse withstand
Voltage :
One minute power
frequency:
withstand voltage.
1.8. Power frequency
CONTRACTOR

:
:

11KV
Vacuum porcelain
clad
out door
THREE
12KV
50 Hz
Neutral solidly
grounded
75 KVP
28 KV (rms)
2 KV (rms)/1 Minute
Page: 81

CHIEF ENGINEER-II

withstand :
voltage on Auxiliary
circuit
Note : Please note that the above insulation levels supply at the
reference conditions of temperate, pressure and humidity specified
below :

1.9

20 degree
Temperature
:
C.
1013
Pressure
:
millibars
Humidity
:
11 g/m 3
Rated Thermal Current : 1250 A

1.10. Rated short circuit breaking current:


1.10.1. Symmetrical
: 25 KA/3 Sec
As per IS 13118/1991 or IE C 622711.10.2. Asymmetrical
: 100/2008
1.11 Rating making
2.50 times Rated Short circuit breaking
.
capacity
: Current
(Symmetrical)
1.12. Rated short time
withstand
Current for 3 Sec.
: 25 KA
1.13 Total break time
: 60 m. sec (max)
1.14 Bushing Insulator
Creepage
distance
1.15. Mounting
Rated Operating
1.16. sequence
1.17 Operating
.
Mechanism

1.18 Terminal
.
Connector
1.18.1. Material
1.18.2. Suitable for
1.19 Limits of
.
temperature

Not less than 300 mm

Steel Structure
O-0.3S CO-3min :
CO

:Motor operated/ Manual spring Charged. The


standard
DC Voltage for the operating devices shall be
24V DC.
Operating Voltage for motor spring charging
mechanism
shall be 250V with +/- 20%, DC/AC
single phase.
Normally the breaker shall be operated by
Power and
there shall be provision for manual operation.
:
:
Aluminium
:
Panther ACSR
:The limits of temperature shall be in accordance
with IS13118/ IEC-62271-100/2008

1.20
.
Requirement of Simultaneity of Poles:
The maximum difference between instants
of contact
touching during closing and the maximum
difference
between the instant of contacts
separation during
opening between 3 poles shall not exceed
CONTRACTOR

Page: 82

CHIEF ENGINEER-II

1.21 Protection

one half cycle


of the rated frequency. The Breaker shall be
open and
close simultaneously on all three phases for
fault on any
phase and or all the phases.
:The Breaker shall be provided with
I) 3 Over Current (3 O/L) and one Earth fault
(1E/L)
IDMT relays with high set instantaneous
elements for
Feeder VCBs having CTs of ratio: 400-200100/1-1A
as per GTP .

II) Anti pumping relay.


III) Master trip relay
(H/R)
Note : The Numerical relays shall preferably be self powered with high set
features with IDMT 1.3 Sec. Over current relay settings ranging from 5% to
200% in steps of 1% and earth fault relay settings ranging from 5% to 80%
in steps of 1%.
Settings for high set instantaneous elements for relays of 11KV Feeder VCBs
shall be as follows.
High Set Instantaneous feature :
Over current 50% to 2000% in steps of 5% for
24V DC Earth Fault 50% to 2000% in steps of
5% for 24V DC
Over current earth fault time setting start from 0.01 to 1Sec in steps of
0.01Sec The relays shall have facility of minimum 5 Nos. fault tripping data
such as 1.fault magnitude 2.Date and time of occurrence 3.Flag indication.
The over current relays shall be Numerical draw ou t type and all other
mechanical relays are of non-draw out type.
The over current relays should be as per list in Bill of material with IDMT
characteristics and also with high set instantaneous elements for high fault
currents and shall comply with IS-3231.
1.22 Auxiliary Power
Supply :
1.22.1 A.C. Supply

1.22.2 D.C. Supply


1.22.3. Supply point:

: 250 V 20% (Phase to neutral),


50 HZ 5%, effectively earthed
system.
24V 20%, 2 wire Un grounded
: system.

1.22.3.1 Auxiliary power supplies listed above will


be made Available to each circuit breaker as
below :
A.C. Supply
D.C. Supply
CONTRACTOR

Single
: Feeder
Single
: feeder
Page: 83

CHIEF ENGINEER-II

1.22.3.2 M.C.B. shall be provided at the circuit breaker for each incoming
A.C. Supply. For D.C. supply double pole M.C.B. shall be provided.
(with different colours for easy identification).
The rating of MCB shall be 10A.
2.
2.1

Current Transformers :
Rated voltage

2.2.

Type

2.3.
2.4

Earthing
Insulation level

11 KV
Single phase outdoor live
tank oil
cooled ,Vacuum impregnated
type
Solidly earthed

2.4.1 Nominal system voltage

11 KV

2.4.2 .Highest system voltage


2.4.3
.
Impulse withstand voltage
One minute power frequency
2.4.4 withstand voltage
a. Primary
b. Secondary
2.5 Frequency

12 KV

75 KV P

2.6

:
:
:
:

28 KV
3 KV
50 Hz
400-200-100/11A

Transformation ratio
:
Rated secondary current
2.7 (Amp)
:
i) Core I (Protection)
:
1
ii) Core II (Metering)
:
1
2.8 Rated output (VA)
:
i) Protection
:
15 VA
ii) Metering
:
5 VA
2.9. Class of accuracy :
2.9.1.i) Protection (Core I)
:
5P10
2.9.1.ii) Metering (Core II)
:
0.2S
2.10 Short time thermal current and its
duration :
25KA/3Sec
The short time thermal current should suit the breaker rupturing
capacity and duration
to suit the maximum
tripping Time.
--- 10 for protective core
2.11 Accuracy Limit factor
:
--Immersed in new
2.12 Class of Insulation
:
insulating oil.
2.12.1 Limit of Temp. Rise (Max.)
:
55 Degree C.
Rated Continuous Thermal
2.13 Current
:
630 A
NOTE: The CTs shall be live tank outdoor type and shall be offered with
first filling of oil. The oil shall confirm to the latest IS:335.

CONTRACTOR

Page: 84

CHIEF ENGINEER-II

Relevant Indian Standards for the various materials to be used in the


Electrical works as per specification condition No.30.05
LIGHTING FIXTURES AND ACCESSORIES
IS:1913 General and safety requirements for electric lighting fittings.
IS:3538 Water proof electric lighting fittings.
IS:4012 Dust proof electric lighting fittings
IS:4013 Dust tight electric lighting fittings
IS:
Industrial lighting fittings with metal reflectors
1777
IS:3287 Industrial lighting fittings with plastic reflectors
IS:2439 Well glass lighting fittings for use underground in mines (non-flame
proof type)
IS:1947 Specifications for flood lights
IS:5077 Specifications for decorative lighting outfits
IS:2149 Luminaries for street lighting
IS:2418 Tubular fluorescent lamps
IS:2183 High pressure mercury vapour lamps
IS:
Specification for Bayon at lamp holders.
1258
IS:3323 Bi-pin lamp holders for tubular fluorescent lamps.
IS:1534 Ballasts for use in fluorescent lighting fittings (part 1)
IS:1569 Capacitors for use in fluorescent lighting fittings.
IS:2215 Starters for fluorescent lamps
IS:3324 Holders for starters for tubular fluorescent lamps.
IS:416
GLS lamps.
IS:3553 Water tight electric fittings
IS:2713 Tubular steel poles.
IS:280
MS wire general engineering purposes.
CONDUITS & ACCESSORIES AND JUNCTION BOXES:
IS:1653
Rigid steel conduits for electrical wiring
IS:3480
Flexible steel conduit for electrical wiring
IS:2667
Fittings for rigid steel conduits for electl.wiring
IS:3837
Accessories for rigid steel conduits for electrical wiring
IS:4649
Adopters for flexible steel conduits
IS:5133
Steel and cast iron boxes
IS:2629
Hot dips galvanising of iron and steel
LIGHTING PANELS
IS:4237
General requirements for switchgear control gear for voltages
not exceeding 1000V
IS:2147
Degrees of protection provided by enclosures for low voltage
switches and control gear
IS:3202
Code of practice for climate for climate proofing of electrical
equipment
IS:8828
Miniature Air-bread circuit breakers for voltage not exceeding
1000V
IS:2959
AC conductors of voltage not exceeding 1000V
IS:5
Ready mixed paints
IS:2551
Danger notice plates
IS:4064
Normal duty air-break switches and composite units of air-break
switches and fuses for voltages not exceeding 1000V
IS:2705
Current transformers
IS:2208
HRC cartrige fuse links
IS:5082
Wrought aluminium and aluminium alloys, bars,. rods, tubes
and sections for electrical purposes
IS:8623
Factory build Assemblies of switch gear and control gear for
voltage upto and including 1000V AC and 1200V DC
IS:1248
Direct acting electrical indicating instruments
CONTRACTOR

Page: 85

CHIEF ENGINEER-II

CAB L E S
IS:694

PVC insulated cables for working voltage upto and including


1100V

IS: 1554(1) PVC insulated 11 OOV armoured / unarmored cables.


ELECTRICAL INSTALLATION
IS: 1293
3 - pin plug.
IS:371
Two or three pin ceiling roses
IS:3854
Switches for domestic and similar purposes
IS:32
Code of practice for Electrical working installation (system
voltage not exceeding 650V)
IS:5216
Guide for safety procedures & practices min electrical work
IS:3043
Code of practice for earthing
IS:3646
Code of practice for interior illumination part 11
IS:1944
Code of practice for lighting of public thorough fares
IS:3106
Guide for selection of Electrical equipment for hazardous areas
IS:800
Code of practice for use of structural steel in General building
construction
IS:2633
Methods of testing uniformity of coating on zinc coated articles
IS:6005
Code of practice for phosphate iron and steel
Conductors

IS: 398 (Part


VI)
/1994

Specification for Aluminium conductors for


overhead transmission purpose

IS:1778/1980
IS 9997 :
1991
IS:5484:1997

Reels and drums for bare conductors


Aluminium Alloy Redraw Rods For
Electrical Purposes.
E.C.Grade Aluminium Rod produced by
Continuous Casting and Rolling

Distribution transformers

IS -2026
IS - 1180
IS 12444
IS -3347
IS-335
IS - 5
IS - 104
IS 2099
IS - 649
IS - 4257
IS - 7421
IS - 3347
IS - 5484
IS - 9335
IS - 1576
IS / 6600
IS 2362
IS 6162
IS 6160
IS 5561
IS 6103

Specification for Power Transformers


Outdoor distribution Transformer up to and including 100
kVA
Specification for Copper wire rod
Specification for porcelain Transformer bushing
Specification for Transformer Oil
Specification for colors for ready mixed paints
Ready mixed paint, brushing zinc chromate, priming
specification for high voltage porcelain bushing
Testing for steel sheets and strips and magnetic circuits
Dimensions for clamping arrangements for bushings
Specification for Low Voltage bushings
Specification for Outdoor Bushings
Specification for Al Wire rods
Specification for Insulating Kraft Paper
Specification for Insulating Press Board
Guide for loading of oil Immersed Transformers
Determination of water content in oil for porcelain bushing of
transformer
Paper covered aluminum conductor
Rectangular Electrical conductor for electrical machines
Electrical power connector
Testing of specific resistance of electrical insulating liquids

CONTRACTOR

Page: 86

CHIEF ENGINEER-II

IS 6262
IS 6792
IS 10028
Insulators
IS-1445/1977

Method of test for power factor and dielectric constant of


electrical insulating liquids
Determination of electrical strength of insulating oil
Installation and maintenance of transformers.

IS: 731 - 1971

Standard to which the insulator will be


manufactured and tested
11KV Pin Insulators

33KV Pin
Insulators

IS: 731 - 1971


IS: 2486 Part-II 1989

LIST OFTHE APPROVED MATERIALS FOR USE ELECTRICAL WORKS AS


PER SPECIAL CONDITION NO. 22.03
S.
As per Tender Schedule A only
Name of material
No
As per Tender Schedule A only
1.
Insulated wire sheathed PVC
cables are acceptable. In the
case of conduits PVC
insulated cables' should be
used.
2.

UG Cables

As per Tender Schedule A only

3.

M.C.Bs/M.C.C.Bs.
5A single pole switches two
way switches, flush type
switches
Pendent holders & batten
holders and brackets.

As per Tender Schedule A only

6.

Ceiling roses, junction boxes


and E.I. shades.

-do-

7.

Screws or nails of all sizes

8.

Wooden accessories
(including
Fillets gutties, board and
blocks including, double
boards.

BRASS /M.S. ONLY


MAKE OF WELL SEASONED HIGH
QUALITY WOOD WITHOUT KNOTS AND
WELL
POLISHED
(APPROVAL
OF
CONCERNED TO BE TAKEN BEFORE
USE).

4.

5.

Any ISI make only

BEST INDIAN MAKE

I hereby agree to use materials only from the makes specified against each
item.

Signature of Tenderer / Contractor

CONTRACTOR

Page: 87

CHIEF ENGINEER-II

BILL OF QUANTITIES
AND
PRICE BID.

Name of work : Providing electrification to R&R colony to facilitate


balance
beneficiaries of about 1050 plots duly
making of 11kV Bay Extension at 33/11KV
CONTRACTOR

Page: 88

CHIEF ENGINEER-II

substation, laying of 11kV line on 11 Mts Spun poles


with 100sq.mm AAA conductor, Providing 16Nos
DTRs and laying of LT 3 Phase 5 wire line on 9.5mtrs
PSCC spun poles with 55 sq.mm AAA conductor and
providing 325Nos street light fittings all along the
internal roads in the R&R colony layout at
Veduruvada(V), Atchutapuram (M), Visakhapatnam
Dist. (3rd Call)
BILL OF QUANTITIES
PREAMBLE
1.

The Bill of Quantities shall be read in conjunction with the instructions


to Tenderers, General and Special conditions of Contract, Technical
Specifications and Drawings.

2.

The quantities given in the Bill of Quantities are estimated and


provisional and are given to provide common basis for tendering. The
quantities here given are those upon which the lumpsum tender cost
of the work is based but they are subject to alterations, omissions,
deductions or additions as provided for in the conditions of this
contract and do not necessarily show the actual quantities of work to
be done. The basis of payment will be actual quantities of work
ordered and carried out as measured by the Engineer and valued at
the estimate rate plus or minus tender percentage quoted in the Bill of
Quantities where applicable, and otherwise at such rates and prices as
the Engineer-in-Charge may fix within the terms of Contract.

3.

The estimate rates in the Bill of Quantities shall, except in so-far as it is


otherwise provided under the Contract include cost of all constructional
material, labour, machinery, transportation, erection, maintenance,
profit, taxes and duties together with all general risks, liabilities and
obligations set out or implied in the Contract.

4.

The plans enclosed with the tender are liable to be altered during
execution of work as per necessity of site conditions. The Tender
percentage quoted by the tenderer shall hold good for execution of
work even with altered plans.

5.

The whole cost of complying with the provisions of the Contract shall
be included in the estimated rates for items provided in the Bill of
Quantities and where no items are provided in the Bill of Quantities,
their cost shall be deemed to be distributed among the estimate rates
entered for the related items of work.

6.

General directions and descriptions of work and materials are not


necessarily repeated nor summarised in the Bill of Quantities.
References to the relevant sections of the Contract documentation
shall be made before entering estimate rate against each item in the
Bill of Quantities.

7.

The method of measurements of completed work for payment shall be


in accordance with the relevant B.I.S. Codes & A. P. S. Specifications
and MORTH Specifications.

8.

All items of work are to be executed as per the drawings /


specifications supplied with the contract documents.
If there is any contradiction between the drawings and the text of the
specifications, the later shall prevail.

CONTRACTOR

Page: 89

CHIEF ENGINEER-II

9.

The Tenderer should inspect and select the quarries of his choice
before he quotes the tender percentage and satisfy himself about the
availability of required quantum of materials.

10.

Diversion drains should be excavated before completion of the


embankments and the useful soils should be used in the nearby
embankments.

11.

The actual mix proportion by weight to be adopted during execution


will be got designed in the laboratories to suit the grade of concrete
and mortar to be used in case of design mix.
It will be the
responsibility of the contractor to manufacture concrete and mortar of
required strength.

12.

The quantum of measurement for all items of earthwork involving


conveyance manually or by machinery shall be as assessed by level
measurement. The measurements for the embankment will be for the
consolidated banks only.

13.

Wherever bailing out of water is involved either for excavation of


foundations or for constructions, the percentage quoted shall take into
account the dewatering charges necessary. No separate payment will
be made for dewatering.

14.

Wherever embankment work is involved, useful soils approved by the


Engineer-in-Charge from the cutting reaches and diversion drains shall
be taken and used for forming nearby embankments. Soils used for
constructions will be at free of cost.

15.

The quoted tender percentage shall also include the work of any kind
necessary for the due and satisfactory construction, completion and
maintenance of the works according to the drawings and these
specifications and further drawings and orders that may be issued by
the Engineer-in-Charge from time to time.
The quoted tender
percentage shall include compliance by the Contractor with all the
general conditions of contract, whether specifically mentioned or not in
the various clauses of these specifications, all materials, machinery,
plant, equipment, tools, fuel, water, strutting, timbering, transport,
offices, stores, workshop staff, labour and the provision of proper and
sufficient protective works, diversions, temporary fencing and lighting.
It shall also include safety of workers, first aid equipments suitable
accommodation for the staff and workmen, with adequate sanitary
arrangements, the effecting and maintenance of all insurances, the
payment of all wages, salaries, fees, royalties / Taxes, duties or other
charges arising out of the execution of works and the regular clearance
of rubbish, reinstatement and clearing-up of the site as may be
required on completion of works safety of the public and protection of
the works and adjoining land. The work of Building in quality control /
assurance shall be deemed to be covered in the quoted percentage.

16.

The Contractor shall ensure that, the quoted tender percentage shall
cover all stages of work such as setting out, selection of materials,
selection of construction methods, selection of equipment and plant,
deployment of personnel and supervisory staff, quality control testing
etc. The work quality assurance shall be deemed to be covered in the
quoted percentage.

17.

a)

The special attention of the tenderer is drawn to the conditions in


the tender notices wherein reference has been made to the
Andhra Pradesh Standard Specifications [APSS] and the Standard
preliminary specifications containing therein. These preliminary

CONTRACTOR

Page: 90

CHIEF ENGINEER-II

specifications shall apply to the agreement to be entered into


between the contractor and the APIIC and shall form an inseparable condition of the contract along with the estimate. All
these documents taken together shall be deemed to form one
contract and shall be complimentary to another.
b)

The tenderer shall examine, closely the MORT&H / A.P.S.S. and


also the standard preliminary specifications contained therein
and sign the Chief Engineer-IIs office copy of the MORT&H /APSS
and its addenda volume in token of such study before submitting
his overall tender percentage which shall be for finished work insitu. He shall also carefully study the drawings and additional
specifications and all the documents, which form part of the
agreement to be entered into by the successful tenderer. The
APSS / MORT&H and other documents connected with contract
such as estimate, plans, specifications, can be seen on all
working days in the office of the Chief Engineer-II.

18.

The contractor shall himself procure the required construction


materials of approved quality including the earth for formation of
embankment and water from quarries / sources of his choice. All such
quarries / sources of materials required for the work shall be got
approved by the Engineer-in-Charge in writing well before their use on
the work.

19.

The defect liability period of contract in terms of GO Ms.No.8, T.R&B


Dept., dt:8.1.2003 is twenty four months.
The estimate rates for items shown in the Schedule A include all
construction materials. No escalation in rates will be paid unless
specified in the tender document. The tenderer has to quote an overall
tender percentage considering all the aspects of the tender to
complete the finished item of work as per the APSS / MORT&H/ B.I.S.
specifications, the special specifications appended, drawings etc.

20.

21.

If there is any contradiction between APSS / MORT&H and B.I.S.,


specifications listed and detailed technical specifications, the latter
shall prevail.

22.

In case of a job for which specifications are not available with the
Schedule or in APSS / MORT&H or B.I.S. code and are required to be
prescribed, such work shall be carried out in accordance with the
written instructions of the Engineer-in-charge.

23.

The contractor should use the excavated useful soils and stone for
construction purpose.
Soils used for construction based on the
suitability will be at free of cost and the cost of stone used for
construction purpose will be recovered from the contractors bill.
The contractor should quote his tender percentage keeping in view of
the above aspects.

24.

The Unit rates noted below are those governing payment of extras or
deductions for omissions according to the conditions of the contract as
set-forth in the preliminary specifications of the A.P. standard
specifications and other conditions of specification of this contract.

25.

It is to be expressly understood that the measured work is to be taken


according to the actual quantities when in place and finished according
to the drawings or as may be ordered from time to time by the Zonal
Manager and the cost calculated by measurement or weight at their
respective rates without any additional charge for any necessary or

CONTRACTOR

Page: 91

CHIEF ENGINEER-II

contingent works connected works connected herewith.


The
Percentage Excess or less on ECV quoted are for works in situ and
complete in every respect.
26.

All duties, taxes and other levies payable by the contractor as per
State / Central Govt. rules except otherwise provided in the contract
shall be included in the tender percentage quoted by the tenderer.

CONTRACTOR

Page: 92

CHIEF ENGINEER-II

BILL OF QUANTITIES
Name of work : Providing electrification to R&R colony to facilitate
balance
beneficiaries of about 1050 plots duly
making of 11kV Bay Extension at 33/11KV
substation, laying of 11kV line on 11 Mts Spun poles
with 100sq.mm AAA conductor, Providing 16Nos
DTRs and laying of LT 3 Phase 5 wire line on 9.5mtrs
PSCC spun poles with 55 sq.mm AAA conductor and
providing 325Nos street light fittings all along the
internal roads in the R&R colony layout at
Veduruvada(V), Atchutapuram (M), Visakhapatnam
Dist. (3rd Call)
SCHEDULE - A

Sl. Approximat
No. e Quantity

SpeciDescription of
fication
Unit
work
No. / APSS
/ BIS

Estimat
e Rate
In
Amount
figures
in Rs.
/
words

Schedule - A
enclosed

CONTRACTOR

Page: 93

CHIEF ENGINEER-II

PRICE BID

Name of work : Providing electrification to R&R colony to facilitate


balance
beneficiaries of about 1050 plots duly
making of 11kV Bay Extension at 33/11KV
substation, laying of 11kV line on 11 Mts Spun poles
with 100sq.mm AAA conductor, Providing 16Nos
DTRs and laying of LT 3 Phase 5 wire line on 9.5mtrs
PSCC spun poles with 55 sq.mm AAA conductor and
providing 325Nos street light fittings all along the
internal roads in the R&R colony layout at
Veduruvada(V), Atchutapuram (M), Visakhapatnam
Dist. (3rd Call)
Estimated contract value (in figures & words) : Rs. 1,26,68,062.00
(Rupees One crore Twenty Six Lakhs Sixty eight Thousand sixty two
Only)
I We/M/s. do hereby express my willingness to
execute the aforesaid work as per the conditions, standards, specifications,
rules, regulations, etc., stipulated in the tender documents.

a)

at an overall

tender percentage of ..

(in figures)

. percent (in words) over estimated


contract value(ECV).
OR
b)

at estimated rates

SIGNATURE:
NAME OF THE TENDERER /:
AUTHORISED SIGNATORY.

CONTRACTOR

Page: 94

CHIEF ENGINEER-II

SCHEDULE-'B'
DRAWINGS: All drawings to be signed by the Contractor as well as the officer
entering into the agreement.
S.No.
1.

Description

Nos.

Layout plan

1No.

NOTE: Under the provisions of section 3 & 4 of the official Secret Act 1923
the contractor is prohibited from passing any information/plans pertaining to
the work to any unauthorized persons either in part or in full.
SCHEDULE C
List of specifications for the various items of work supplementing those
described in Schedule A by Standard specification Nos.

Declaration
I/We hereby declare that, I/We have inspected and satisfied myself/ourselves
thoroughly and I am / We are conversant with the local conditions regarding
all materials and labour required for the work on which I/We have based
my/our rates for the work. The specifications, plans, designs and conditions
of contract on which the rates based completely, have been studied by
me/us before submitting the tender.

TENDERER/CONTRACTOR

CONTRACTOR

Page: 95

CHIEF ENGINEER-II

Você também pode gostar