Tender Document

Download as pdf or txt
Download as pdf or txt
You are on page 1of 201

HYDERABAD GROWTH CORRIDOR LIMITED

nd
HGCL Office Building, 2 Floor, Kajaguda Road,
Adjacent to ORR, Nanakramguda-500104

Package-III

NAME OF THE WORK:-Design, Supply, Installation, Testing, Commissioning, of


illumination to the Outer Ring Road, Hyderabad for the Main Carriage Way/ Inter changes/
Junctions/Service Roads at junctions and Under Pass areas from Keesara to Pedda Amberpet
(67.00Km to 101 km) total 34 Km length in the state of Telangana, India and Operation &
Maintenance of illumination with connected switch gear for a period of Seven years from
the date of Operational Acceptance Certificate.

Bid Document

Volume-I

1
HYDERABAD GROWTH CORRIDOR LIMITED
***
BID NOTICE No.84 /CGM(T)/HGCL/DGM(Elec)/8036/2019-20, Dt:- 05- 03-2020

NAME OF WORK (Package-III) : Design, Supply, Installation, Testing,


Commissioning, of illumination to the
Outer Ring Road, Hyderabad for the Main
Carriage Way/ Inter changes/
Junctions/Service Roads at junctions and
Under Pass areas from Keesara to Pedda
Amberpet (67.00Km to 101 km) total 34
Km length in the state of Telangana, India
and Operation & Maintenance of
illumination with connected switch gear for
a period of Seven years from the date of
Operational Acceptance Certificate.

NAME AND ADDRESS OF THE


CONTRACTOR WHO DOWN :
LOADED THE BID DOCUMENTS.

2
STANDARD BID DOCUMENT

INDEX

SI.No DETAILS Page No.


1 BID NOTICE & ELIGIBILITY CRITERIA 4
2 INSTRUCTIONS TO TENDERERS 14
A) General. 15
B) Tender Document 29
C) Preparation of Tenders 30
D) Submission of Tenders 34
E) Tender Opening and Evaluation. 35
F) Award of Contract. 39
3 FORMS OF TENDER& CHECKLIST FOR QUALIFICATION
42
CRITERIA
CHECKLIST TO ACCOMPANY THE TENDER 43
DECLARATIONS 45
4 CONDITIONS OF CONTRACT 62
TENDER 63
A) General 67
B) Time for completion. 73
C) Quality Control 78
D) Cost Control 84
E) Finishing the Contract 91
F) Special conditions 93
5 Technical Specifications 113
6 List of Approved Makes 153
7 Special Conditions for O&M 154
8 Special Conditions for Payment for O&M 159
9 Service Levels for O&M 160
10 Price bid 173
11 Formats of securities 174
12 DRAWINGS 185

3
HYDERABAD GROWTH CORRIDOR LIMITED
***
BID NOTICE
BID NOTICE No.84 /CGM(T)/HGCL//DGM(Elec)/8036/2019, Dt:05-03-2020

1. Tenders for the work mentioned below are invited from the Contractors / Contracting
firms registered with Government of Telangana.
Package-III: Design, Supply, Installation, Testing,
Commissioning, of illumination to the Outer Ring
Road, Hyderabad for the Main Carriage Way/ Inter
changes/ Junctions/Service Roads at junctions and
Under Pass areas from Keesara to Pedda
1) Name of the work :
Amberpet (67.00Km to 101 km) total 34 Km
length in the state of Telangana, India and
Operation & Maintenance of illumination with
connected switch gear for a period of Seven years
from date of Operational Acceptance Certificate

Estimate Contract value of work put to


2) : Rs.25.50 Crores
Tender
3) Period of completion of work : 12 Months
4) Form of contract / : Lumpsum.
Single entity / JV consortium with members not
Exceeding 3 (Three) registered under G.O. Ms.
Class of contractor eligible No 94,I& CAD Dept.
(PW COD) Dept.,Dt.1.7.2003 &
GOMs No.66 I&CAD Dt.2-4-2015
Class I (Electrical) with Electrical A-Grade
License.
Any agency can bid individually or can participate
in only one JV consortium
E.M.D(Bid Security): In the form of :
BG/DD in the name of MANAGING
DIRECTOR, HGCL.
Bank & Br.: S.B.I, Tarnaka,
Hyderabad Rs.25.50 Lakhs
5) Account No: 62017194053
IFSC No:SBIN0020454
MICR Number: 500002359
Scanned copy as proof of payment shall
be uploaded.
6) Date and time for downloading of tenders : 07-03-2020
4
Last date and time for submission of : 20-03-2020 Up to 3.00 PM
7)
Tenders

Date and time of opening of tenders : 20-03-2020 @ 3.30 PM


a) Technical Bid
8)
b) Pre- Bid Meeting 13-03-2020 at 11:30Hrs in the office of Chief
:
General Manager (T), HGCL, Nanakramguda.

c) Mockup Test The Mockup test by the technically qualified


: bidders has to be arranged within 7 days from
the date of intimation.
d) Price Bid : will be decided later

Note: Following conditions will over rule the conditions stated in the tender documents, wherever
relevant and applicable.

2.
a) The intending Bidders need to contact the Chief General Manager (T), HGCL for
information on e-procurement.
b) The intending Bidders need to register in the electronic procurement market place of
Government of Telangana by login the website, www.tender.telangana.gov.in On
registration in the e-procurement market place, you will be provided an user ID and
password using which you can submit the bids in on line.
c) The bidder shall authenticate the bid with his Digital keys for submitting the bid
electronically on e-Procurement platform and the bids not authenticated by digital
keys of the bidder will not be accepted on the e-Procurement platform. For obtaining
Digital keys, they may Contact: Telangana Technology Services Limited, HACA
Bhavan, 2nd floor, Opp. To Assembly, Nampally, Hyderabad-500004 Phone: 040-
23226970 Fax: 040-23228057

d) They may please Contact Registration Authorities of any Certifying Authorities in


India. The list of CAs is available by clicking the link
https://tender.telangana.gov.in/login.html Technical Helpdesk Vupadhi Techno
Services Pvt. Ltd. 1st Floor, Ramky Grandiose, Sy. No: 136/2 & 4, Gachibowli,
Hyderabad - 500032. Telangana State.+91 40-33762222, 23, 7337445545 Contact
Details for Payment related Queries/Support. For Axis:98493 15284 For ICICI:+91
22-61376752 or +91 22-61376644.

e) While submitting the tender on the e-procurement market place, Bidders need to scan
and upload all the required documents as per the tender requirements/conditions.
However, the tenders of those bidders shall be acceptable who have paid the required
EMD as per tender conditions. The scanned copy as proof of payment shall be up
loaded without which the bids will not be considered.

5
f) Service and gateway charges shall be borne by the bidders only.

g) If the bidder is participating first time in e-procurement, then, it is obligatory on the


part of the bidder to fulfill all formalities such as registration, obtaining Digital
Signature Certificate/keys etc. well in advance.

h) The bidder whoever is submitting the tender on e-procurement platform shall


invariably upload the scanned copies of the all documents as mentioned.
 EMD shall be from an Indian Scheduled commercial Bank (excluding
Cooperative Banks) as defined in section 2€ of RBI Act, 1934.
 No proposal will be accepted without valid earnest money deposit and tender
document fee.
 Technical Bid: Bidders must positively complete online e-tendering procedure
at www.tender.telangana.gov.in. They have to submit the documents as
prescribed in the tender online in the website.
 Financial Proposal:- Bidder must submit the financial bid document as per
format given in tender document in online and uploaded as per instructions
therein.
 The Bidder must be technically qualified in all respects and qualified in
mockup test then only the Price Bid will be opened in online. The bidder can
view the price bid opening date by visiting our web site.

i) Bidders are requested to visit our e-tendering website & HMDA website regularly
for any clarifications and /or for extension of due date for submission or
corrigendum/addendum etc.

j) HMDA/ HGCL shall not be responsible in any way for delay/difficulties/


inaccessibility of the downloading facility from the website for any reason what so
ever.
 The e-procurement market place provides an online self-service registration
facility to such of the contractors who are already registered with respective
participating departments for supply of specified goods and services.

3. As per G.O.Ms.No.174 I & CAD Dept., dt.1.9.2008 :

i) Submission of original Hard Copies of the uploaded scan copies of


CHALLAN / BG towards EMD by participating bidders to the tender inviting
authority before opening of the price bid is dispensed forthwith.

6
ii) All the bidders shall invariably upload the scanned copies of CHALLAN/BG in
e-procurement system and this will be the primary requirement to consider the bid
as responsive.

iii) The Department shall carry out the technical bid evaluation solely based on the
Uploaded certificates/documents, CHALLAN/BG towards EMD in the
e-procurement System and open the price bids of the responsive bidders.

iv) The Department will notify the successful bidder for submission of original hard
copies of all uploaded documents, CHALLAN/BG towards EMD prior to entering
into agreement.

v) The successful bidder shall invariably furnish the original CHALLAN/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 date shall
be the responsibility of the successful bidder. The Department will not take any
responsibility for any delay in receipt/non-receipt of original CHALLAN/BG
towards EMD, certificates/documents from the successful bidder before the
stipulated time. On receipt of documents, the Department shall ensure the
genuinity of the CHALLAN/BG towards EMD and all other certificates/
documents uploaded by the bidder in e-procurement system in support of the
qualification criteria before concluding the agreement.

vi) If any successful bidder fails to submit the original hard copies of uploaded
certificates/documents, CHALLAN/BG towards EMD within the stipulated time
or if any variation is noticed between the uploaded documents and the hard copies
submitted by the bidder, the successful bidder will be suspended from
participating in the tenders on e-Procurement platform for a period of 3 years. The
e- Procurement system would deactivate the user ID of such defaulting successful
bidder based on the trigger/recommendation by the tender Inviting Authority in
the system. Besides this, the Department shall invoke all processes of law
including criminal prosecution of such defaulting bidder as an act of extreme
deterrence to avoid delays in the tender process for execution of the development
7
schemes taken up by the Government. The information to this extent may be
displayed in the e-procurement platform website.
4. a) A minimum of 3 days time gap shall be maintained between opening of technical
bids and opening of price bids.
b) The successful (L1) tenderer shall furnish the original hard copies of all the
Certificates / statements uploaded by him before concluding agreement.
c) The tenderer shall be required to furnish a declaration in online stating that the
soft copies uploaded by them are genuine. Any incorrectness / deviation noticed
will be viewed seriously and apart from cancelling the work duly forfeiting the
EMD, criminal action will be initiated including suspension of business.
d) Before concluding the agreement with the L1 tenderer, the tender inviting
authority shall ensure the genuinity of CHALLAN/BG furnished by bidder
towards EMD and all the certificates uploaded by the bidder online by deputing
responsible departmental officials.
e) The Government as further decided that, notwithstanding any existing provisions
of the T.S. Public works Department Code as well as other orders and executive
instructions in force if any tenderer fails to submit the hard copies of
CHALLAN/BG for EMD, hard copies of uploaded documents within the
stipulated time the tenderer will be suspended disqualified from participating in
the tenders on „e-procurement plat form‟ for a period of 12 months from the date
of bid submission. The suspension of tenderer shall be automatically enforced by
the e-procurement system (As per G.O.Ms. No.6 I&CAD (PW-Reforms)
Dept., dt.11.1.2005 and G.O.Ms.No.245 I&CAD (PW-Reforms) dept.,
dt. 30.12.2005)

5. Action to be taken against the lowest bidder, who back out at the time of
Agreement, the contract Registration will be suspended for a period of one year
duly forfeiting the E.M.D. as per G.O.Ms.No.259, T.R&B (Roads-V) Dept.,
dt.6.9.2008.

8
6. Eligibility criteria for opening the Price Bid:

1. The Bidder should have satisfactorily executed the works as a prime Contractor/ JV
Authorized Sub Contractor.
Note:
a) Single entity / JV consortium with members not exceeding 3 (Three) registered under
G.O. Ms. No 94, I & CAD Dept. (PW COD) Dept.,Dt.1.7.2003 & GOMs No.66 I&CAD
Dt.2-4-2015 Class I (Electrical) with Electrical A-Grade License or equivalent issued
by Govt. of Telangana or any state Govt./ Govt. undertakings.
Any agency can bid individually or can participate in only one JV consortium

b) The Bidders shall have to submit following documents (certified by Notary / attested by
the Gazetted officer) along with technical bid.
c) All Experience of Govt./Semi Govt./ Govt. under takings with in India only will be
considered on production of work completion Certificate signed by an Engineer not
below the rank of Executive Engineer counter signed by an officer not less than rank of
Superintending Engineer. The certificate must clearly indicate (i) name of the work (II)
the date of commencement of work (III) the date of completion of work (IV) Nature of
work (V) that the work has been completed satisfactory. (VI) Contract value, billing
amount. (VII) Performance of the contractor. )

i) The bidders should possess Class-I (Electrical) with A-Grade Licence (Electrical) or
equivalent issued by Govt. of Telangana or any State Government/ Central Govt. or Govt.
under takings.

ii) Copy of GST Registration.

iii) Copy of Permanent Account Number i.e. (PAN) Card.

iv) Proof of payment of EMD.

v) Copy of latest Income Tax returns i.e. FY 2018-19 submitted to IT Dept. along with
proof of its submission

vi) Liquid assets and/ or credit facilities of not less than Rs.6 Crores (credit facility/ letter of
credits/ Solvency certificate certificates from banks etc).

9
vii) Satisfactorily completed as a prime contractor/JV/ authorized sub contractor in similar
works of value not less than Rs.12.75 crores in any one year during the last 10 financial
years i.e. from 2009-2010 to 2018-2019 and 2019-20 (up to submission of bid date)
(updated to current price level at the rate of 10% per year) Similar nature of work means
the agreement/ work order should contain Supply, installation, testing & commissioning
of external illumination, supply and laying of underground cables or operation &
maintenance of street lighting or erection of Transformers, panels and electrical line
works. For any project spreading over two or more financial years, the value of work
will be considered on pro-rata basis. (As per Annexure -4).

NOTE for JV requirement: The lead partner and other partners shall meet
respectively of value of similar nature of work not less than 40% and 25% respectively
of requirements and they must satisfy collectively the total requirement in similar
works carried out in clause (vii).

viii) Minimum key quantities:


The Minimum key quantities executed in any one financial year during last ten(10) financial
years financial years i.e. from 2009-2010 to 2018-2019 and 2019-20 (up to submission of
bid date) shall be as follows (as per Annexure-5).

SI. No Item Qty

Supply installation testing & commissioning of (SITC)


1 Electrical street light Poles (7.0 m & above height 831 Nos.
poles)

SITC Road Street lighting with LED/conventional


2 1617 Nos
luminaries (above 90W )
SITC PVC insulated, PVC Sheathing / XLPE
3 43.775 Km
Underground cable (16Sqmm & above cable)

Note for JV requirement:


(a) Any partner or combinely all the partners can provide the minimum quantities
experience requirement of each item in any one year in the last 10 years. The
experience of each of the 3 items can be in different years in the last 10 years.
However, in the event of combined experience of all the partners the minimum
quantities requirements of each item shall also be in the same financial year.
(b) Any partner can contribute experience of minimum quantities in total for each item
such as supply or installation individually in any one year during the last 10 years.
The experience of each of the 3 items can be in different years in the last 10 years.

ix) Details of existing commitments i.e. work on hand and works for which tenders are
submitted (value of B: shall be furnished by the bidders).
Note: Bid capacity computed by the formula (2 AN –B) shall be greater than the ECV.
10
Bid capacity: The bidder who meets the above qualification criteria and whose available
bid capacity is more than the estimated contract value will be qualified for opening of
price bid. The available bid capacity will be calculated as under:

Available bid capacity : 2AN-B.

Where,

A= Value of works executed in their name in any one financial years during the
last ten(10) financial years i.e. from 2009-2010 to 2018-2019 and 2019-20
(up to submission of bid date) (updated to current price level at the rate of
10% per year) taking into account the work completed as well as works in
progress
OR
Annual turnover in works executed in any one financial year during the last
ten years /(10) financial years i.e. from 2009-2010 to 2018-2019 and 2019-20
(up to submission of bid date) (updated to current price level at the rate of
10% per year) certified by chartered accountant.

N= Number of years prescribed for completion of the work for which tenders are
invited (months/12).

B= value of existing commitments and ongoing works to be completed during the


period of completion of works tenders are invited.

Note for JV requirement:


The lead partner and other partners shall meet respectively not less than 40% and 25% of
such requirements and they must satisfy collectively the total requirement in respect of bid
capacity clause (ix).
Note:

The statement showing the value of existing commitments and ongoing works as well as the
stipulated period of completion remaining for each of the works listed should be issued by
the Engineer-in-Charge of Govt. Dept./ undertaking not below the rank of executive
Engineer or equivalent and countersigned by the rank of SE or equivalent. The statement to
the above effect will be clearly enclosed to the bidding document, and the tenderer shall
furnish the particulars invariably in the same format failing which the tender shall be treated
as incomplete and summarily rejected.

x) The bidders shall furnish a declaration to the effect that the required key
equipment (as per the statement enclosed) is available with him or that he shall
lease or hire the equipment. (as per Annexure-8).

11
xi) The bidder should declare the availability of the experienced key personnel as per
statement enclosed (Annexure -7) for execution of the work.

xii) Information regarding any litigation with Government during the last five years,
in which the bidder is involved (Litigation History) should be furnished. If there is
no litigation history, a NIL report should be submitted. As per proforma
(Annexure-9) enclosed.

xiii) Declaration on Genuineness of the certificates: The bidder shall be required to


furnish a declaration as per the statement enclosed Any incorrectness/ deviations
noticed in the certificate will be viewed seriously and apart from cancelling the
work (Annexure-10).

xiv) Lighting design calculations shall be submitted for each typical road
configuration for all the proposed luminaries using Dialux. (as per ANNEXURE-
11). Soft copy of photometry files to be submitted along with design calculation
reports. Lux levels have to be submitted in grid distribution area( for each design
luminaries make, wattage ,lumen output, Color temperature and other luminaries
parameter have to be submitted . as per ANNEXURE-11).

The application and all enclosures shall be signed by a duly authorized representative
holding Power of Attorney for signing the application, and a certified copy of the Power
of Attorney signed by the legally authorized representative of the firm shall accompany
the application.

2. The Bidders who determined to have complied with the eligibility criteria, (I to XIV above)
will be called for the mockup test. The price bid of the Bidders who qualified in the Mockup
test only will be opened.

3. If the office happens to be closed on the dates specified above, the respective activity will be
performed at the designated time on the next working day without any notification.

4. Any other details can be had from the Office of the Chief General Manager, HGCL.

5. The CGM, HGCL reserves the right to reject the tenders without assigning any reasons.

12
6. All the Bidders are requested to follow up the e-procurement website of Govt. of Telangana
www.tender.telangana.gov.in for e-procurement procedure and for additional information,
like addendums, and corrigenda etc. Any addendums and corrigenda etc. will also be
published in HMDA website: www.hmda.gov.in and no paper publication will be issued.

Chief General Manager (Tech),


Hyderabad Growth Corridor Limited,
HGCL Office building, 2nd floor, Kajaguda road,
Adjacent to ORR, Nanakramguda-500104
Email:[email protected]

13
INSTRUCTIONS TO THE BIDDERS

14
INSTRUCTIONS TO BIDDERS
A – GENERAL

Name of work(Package-III): Design, Supply, Installation, Testing, Commissioning, of


illumination to the Outer Ring Road, Hyderabad for the
Main Carriage Way/ Inter changes/ Junctions/Service Roads
at junctions and Under Pass areas from Keesara to Pedda
Amberpet (67.00Km to 101 km) total 34 Km length in
the state of Telangana, India and Operation & Maintenance
of illumination with connected switch gear for a period of
Seven years from date of Operational Acceptance
Certificate

Scope of work:
1.0 The CHIEF GENERAL MANAGER (TECH), HYDERABAD
GROWTH CORRIDOR LIMITED here in after called "the Employer”
invites Bids for the construction and completion of works (as defined in
these documents, hereinafter referred to as "the Works") detailed in the table
given in the instruction to bidders.

A) The successful bidder will be expected to complete the works within 12


months from the date of commencement of the Works.

B) The Works under this Contract shall be carried out in accordance with the
bidding documents constituting the Contract and shall consist of:
Lighting design calculations shall be submitted for each typical road
configuration for the entire proposed luminary using Dialux. Soft copy of
photometry files to be submitted along with design calculation reports. Lux
levels has to be submitted in grid distribution area and to meet the lux
levels as per technical specifications mentioned in section-5( for each
design luminary make, wattage ,lumen output, colour temperature and other
luminary parameter has to be submitted along with technical bid).

15
SI.No LOCATION DESCRIPTION
major carriage way street lighting for 8 lanes plus
HIGHWAYS Keesara to Pedda paved shoulders of road width 18.2 m [ using 12.0
Amberpet (67.00Km to 101 km) total m pole with twin bracket of 2.5m length on both
1.
34 Km length -18.2 m road width on sides having 2x 1 no 210 watt(26250 lumens) led
each side of median (4+4) lanes. street lights @ 30.0 m spacing and 5.0 m width
median].
Major carriage ways street lighting for 8 lanes plus
HIGHWAYS at Junctions from acceleration & deceleration lanes & paved
Keesara to Pedda Amberpet shoulders of road width 21.0 m [ using 12.0 m pole
2.
(67.00Km to 101 km) total 34 Km with twin bracket of 2.5 m length both sides
length -21.00 m road width having 2x 1 no 235 watt( 29375 Lumens) led street
lights @ 30.0 m spacing and 5.0 m width median.
a) carriage ways street lighting for 6 lanes using
9.0 m pole with 1.5 m twin bracket- and 130
watt (16250 Lumens) led street lights @ 30.0
m spacing for 6 lanes roads of road width
Cross Roads between Junctions ,up &
10.5m.
3. down ramps and other areas for new
b) up/down ramp ways street lighting for 2/3
locations
lanes 7.5 m pole with single/twin bracket @
30.0 m spacing for 2/3 lanes roads available
LED lighting has to be arranged with 120
watts(15000 Lumens) for 9.0 m road width.
a) carriage ways street lighting for 6 lanes [
already 10.0 m pole with twin bracket @ 30m
spacing for 6 lanes roads available, now
brackets have to be replaced with new and
LED lighting have to be arranged with 130
watts luminaries (16250 Lumens) for 10.5 m
road width.

b) carriage way street lighting for 4 lanes [


already 10.0 m pole with twin bracket @ 30.0
m spacing for 4 lanes roads available, now
Cross Roads between Junctions and
brackets have to be replaced with new and
4. other areas where already 10 m poles
LED lighting have to be arranged with 130
existing
watts luminaries) (16250 Lumens) for 9.0 m
road width.

c) Up/down ramp ways street lighting for 2/3


lanes [ already 10.0 m pole with single/twin
bracket @ 30.0 m spacing for 2/3 lanes roads
available, now brackets have to be replaced
with new and LED lighting have to be
arranged with 130 watts (16250 Lumens)
luminaries for 9.0 m road width
16
SI.No LOCATION DESCRIPTION

Service Road Lighting at Junctions Street Lighting for Service Roads using 7.5m pole
5. only[ 2nos service Roads – 600mts with 1 no 120 watt(15000 Lumens) LED Street
length on Both sides ] Light @ 30.0 m spacing for 9.0 m road width.
Interim Junction areas and cross roads below Main Highways including underpass
a. Already 20.0 m High mast lighting with
12x2*400watts Metal Halide flood lights
provided. Now they have to replaced with 400
watts 48000 lumens LED flood lights Non-
dimmable drivers for 90.0 m dia. Circle and
6. All Junctions 75.0 m dia circle for achieving 50 lux at
junctions.
b. for new high mast erection for 90.0 m/75.0 m
dia. Circle lighting has to be designed with
30.0 m / 20.0 m height High Mast with 400
watts above 48000 lumens LED flood lights.
Underpass area lighting has to be done with
80Watts High Bay lights (under pass width 30.0 m,
7. Underpass Lighting length 50.0 m, height 5.2 m.) and 30W street lights
for 50.0 m length, 3.0m height underpass bridges
(PUPs)
The road lighting has to be done with 2Nos. 30Mtr
Bridge on Musi river between Ghatkesar High Mast on both sides of the bridge and lighting
8.
And Taramtipet (200 m length) has to be arranged with 400Watts LED flood
lights.
9. Details of the control and automation system should be provided as per the specification

C) The successful bidder shall plan the work in such a manner that, the works of
illumination on Main Carriageway, Junctions and Service roads are to be completed
so as to put the illumination system in operation at the earliest.

D) Availability of the Project Area: The Employer shall provide the right-of-way for road
and bridge works and other appurtenant works to the Contractor. However, the
Contractor shall have to make his own arrangements, at his own cost for the land required
by him for site offices, stock yard, concrete batching plant, casting yard, testing
laboratories, labour camps, other camps, etc.

E) The successful bidder is required to complete the works within the period stipulated in
IFB from the date of the Commencement of the Works.

17
F) The Employer has engaged Deputy General Manager as “the Engineer” for the Project.
The Chief General Manager (Tech) of HGCL will act as the Employer.
a) ECV put to tender: Rs. 25.50 Crores
b) Period of completion : 12 Months.
c) SSR adopted: Common SSR of 2019-20
d) Details of provisions included in the ECV put to tender.

1. Seigniorage charges : As per GO Ms. No. 67


2. Contract profit and Overheads : @ 13.615 %

e) The rates mentioned in Schedule “A” are also inclusive of all overhead charges
and include the following :

i) Site accommodation, setting up plant, access road, water


supply, electricity and general site arrangements.
ii) Office furniture, equipment and communications
iii) Expenditure on Corporate office of contractor
iv) Site supervision
v) Documentation and “as built” drawings
 Mobilization/ de-mobilization of resources
 Labour camps with minimum amenities and transportation to work sites.
 Light vehicles for site supervision including administrative and
managerial requirements.
 Laboratory equipment and quality control including field and laboratory
testing.
 T & P and survey instruments and setting outworks, including verification
of line, dimensions, trial pits and bore holes, where required.
 Watch and ward
 Traffic management safety precaution during construction
 Expenditure on safeguarding environment
 Sundries
 Financing Expenditure
 Work Insurance/ compensation
 Engaging of hydra with bucket.
 Maintenance for five years

G) The Reimbursable amounts are as follows
GST will be paid as per the rules in vogue

18
The Chief General Manager, HGCL invites tenders for the above works vide
BID NOTICE No.84 /CGM(T)/HGCL//DGM(Elec)/8036/2019, Dt: 05 -03-2020
1.1 As per the directions issued by the Government in GO MS No.174 I&CAD (PW-
REFORMS) dated 1.9.2008, submission of original hard copies of the uploaded scan
copies of CHALLAN/BG towards EMD and other certificates/documents by
participating bidders to the tender opening authority before opening of the price bid is
dispensed with. All the bidders shall invariably upload the scanned copies of
CHALLAN/BG in e-procurement system will be the primary requirement to
consider the bid as responsive. The Department shall carry out the technical bid
evaluation solely based on the uploaded certificates/documents, CHALLAN/BG
towards EMD and open the price bids of the responsive bidders. The Department
will notify the Successful bidder for submission of original hard copies of all uploaded
documents, CHALLAN/BG towards EMD prior to entering into agreement.

1.2 The Successful bidder shall invariably furnish the original CHALLAN/BG towards
EMD, Certificates/documents of the uploaded scanned copies of the tender inviting
authority before entering into the agreement either personally or through courier or post
and the receipt of the same within the stipulated date shall be the responsibility of the
successful bidder. The Department will not take any responsibility for any delay in
receipt/non-receipt of original CHALLAN/BG towards EMD, certificates/documents
from the successful bidder before the stipulated time. On receipt of documents, the
department shall ensure the genunity of the CHALLAN/BG towards EMD and all other
certificates/documents uploaded by the bidder in support of qualification criteria before
concluding agreement.

1.3 If the successful bidder fails to submit the original hard copies towards EMD and other
documents with in the stipulated time, the successful bidder will be suspended from
participating in the tenders on e-procurement for a period of three years. The e-
procurement system will deactivate the user ID of such defaulting successful bidder
based on the trigger/recommendation by the tender inviting authority and also criminal
prosecution shall be invoked

1.4 The tenderers shall be required to furnish a declaration in online stating that the soft
copies uploaded by them are genuine. Any incorrectness / deviations noticed will be
viewed seriously and apart from cancelling the work duly forfeiting the EMD, Criminal
action will be initiated including suspension of business.

1.5 The successful tenderer is expected to complete the work within the time period specified
in the bid.

19
2. Firms Eligible to Tender:

2.1 The Firms who

i) Possess the valid registration in the class and category mentioned in the
BID and satisfy all the conditions therein.
ii) Are not blacklisted or debarred or suspended by the Government for
whatever the reason, prohibiting them not to continue in the contracting
business.
iii) Have complied with the eligibility criteria specified in the BID are
the eligible tenderers.

2.2 Firms Ineligible to Tender:


i) A retired officer of the Govt. of Telangana 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 Bidder who has employed any retired officer as mentioned above shall be
considered as an ineligible bidder.

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 contractor‟s 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
Contractor‟s service.

v) Contractor shall not be eligible to tender for works in the division / circle where
any of his near relatives are employed in the rank of Assistant Engineer or
Assistant Executive Engineers and above on the Engineering side and Divisional
Accounts Officer and above on the administrative side. 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,
State Government Employees related to him. Failure to furnish such information
bidder is liable to be removed from the list of approved contractors and his
contract is liable for cancellation.

20
Note: Near relatives include
1. Sons, step sons, daughters, and stepdaughters.
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 aunts
9. Cousins and
10. Any person residing with or dependent on the contractor.

3. Qualification data of the Bidders:

The bidder shall furnish the following particulars online in the formats enclosed and
supported by documentary evidence as specified, invariably in the same format. The
documents shall be numbered in the same sequence as listed in the statement. The
documents uploaded may be checked as per the check list accompany the tender.
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, Dated: 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.
Qualification Criteria:
A. The Bidder should have satisfactorily executed the works as a prime Contractor/JV/
Authorized Sub Contractor.

Note:
a) Single entity / JV consortium with members not exceeding 3 (Three) registered under
G.O. Ms. No 94, I & CAD Dept. (PW COD) Dept.,Dt.1.7.2003 & GOMs No.66 I&CAD
Dt.2-4-2015 Class I (Electrical) with Electrical A-Grade License or equivalent issued
by Govt. of Telangana or any state Govt./ Govt. undertakings.

Any agency can bid individually or can participate in only one JV consortium

b) The Bidders shall have to submit following documents (certified by Notary / attested by
the Gazetted officer) along with technical bid.
c) All Experience of Govt./Semi Govt./ Govt. under takings with in India only will be
considered on production of work completion Certificate signed by an Engineer not
below the rank of Executive Engineer counter signed by an officer not less than rank of
21
Superintending Engineer. The certificate must clearly indicate (i) name of the work (II)
the date of commencement of work (III) the date of completion of work (IV) Nature of
work (V) that the work has been completed satisfactory. (VI) Contract value, billing
amount. (VII) Performance of the contractor. )

i) The bidders should possess Class-I (Electrical) with A-Grade Licence (Electrical) or
equivalent issued by Govt. of Telangana or any State Government/ Central Govt. or Govt.
under takings.

ii) Copy of GST Registration.

iii) Copy of Permanent Account Number i.e. (PAN) Card.

iv) Proof of payment of EMD.

v) Copy of latest Income Tax returns i.e. FY 2018-19 submitted to IT Dept. along with
proof of its submission

vi) Liquid assets and/ or credit facilities of not less than Rs.6 Crores (credit facility/ letter of
credits/ Solvency certificate certificates from banks etc).

vii) Satisfactorily completed as a prime contractor/JV/ authorized sub contractor in similar


works of value not less than Rs.12.75 crores in any one year during the last 10 financial
years i.e. from 2009-2010 to 2018-2019 and 2019-20 (up to submission of bid date)
(updated to current price level at the rate of 10% per year) Similar nature of work means
the agreement/ work order should contain Supply, installation, testing & commissioning
of external illumination, supply and laying of underground cables or operation &
maintenance of street lighting or erection of Transformers, panels and electrical line
works. For any project spreading over two or more financial years, the value of work
will be considered on pro-rata basis. (As per Annexure -4).

NOTE for JV requirement: The lead partner and other partners shall meet
respectively of value of similar nature of work not less than 40% and 25% respectively
of requirements and they must satisfy collectively the total requirement in similar
works carried out in clause (vii).

viii) Minimum key quantities:


The Minimum key quantities executed in any one financial year during last ten(10) financial
years financial years i.e. from 2009-2010 to 2018-2019 and 2019-20 (up to submission of
bid date) shall be as follows (as per Annexure-5).

22
SI. No Item Qty

Supply installation testing & commissioning of (SITC)


1 Electrical street light Poles ( 7.0 m & above height 831 Nos.
poles)

SITC Road Street lighting with LED/conventional


2 1617 Nos
luminaries (above 90W )
SITC PVC insulated, PVC Sheathing / XLPE
3 43.775 Km
Underground cable (16Sqmm & above cable)

Note for JV requirement:


(c) Any partner or combinely all the partners can provide the minimum quantities
experience requirement of each item in any one year in the last 10 years. The
experience of each of the 3 items can be in different years in the last 10 years.
However, in the event of combined experience of all the partners the minimum
quantities requirements of each item shall also be in the same financial year.
(d) Any partner can contribute experience of minimum quantities in total for each item
such as supply or installation individually in any one year during the last 10 years.
The experience of each of the 3 items can be in different years in the last 10 years.

ix) Details of existing commitments i.e. work on hand and works for which tenders are
submitted (value of B: shall be furnished by the bidders).
Note: Bid capacity computed by the formula (2 AN –B) shall be greater than the ECV.

Bid capacity: The bidder who meets the above qualification criteria and whose available
bid capacity is more than the estimated contract value will be qualified for opening of
price bid. The available bid capacity will be calculated as under:

Available bid capacity : 2AN-B.

Where,

A= Value of works executed in their name in any one financial years during the
last ten(10) financial years i.e. from 2009-2010 to 2018-2019 and 2019-20
(up to submission of bid date) (updated to current price level at the rate of
10% per year) taking into account the work completed as well as works in
progress
OR
Annual turnover in works executed in any one financial year during the last
ten years /(10) financial years i.e. from 2009-2010 to 2018-2019 and 2019-20
(up to submission of bid date) (updated to current price level at the rate of
10% per year) certified by chartered accountant.

23
N= Number of years prescribed for completion of the work for which tenders are
invited (months/12).

B= value of existing commitments and ongoing works to be completed during the


period of completion of works tenders are invited.

Note for JV requirement:


The lead partner and other partners shall meet respectively not less than 40% and 25% of
such requirements and they must satisfy collectively the total requirement in respect of bid
capacity clause (ix).
Note:

The statement showing the value of existing commitments and ongoing works as well as the
stipulated period of completion remaining for each of the works listed should be issued by
the Engineer-in-Charge of Govt. Dept./ undertaking not below the rank of executive
Engineer or equivalent and countersigned by the rank of SE or equivalent. The statement to
the above effect will be clearly enclosed to the bidding document, and the tenderer shall
furnish the particulars invariably in the same format failing which the tender shall be treated
as incomplete and summarily rejected.

x) The bidders shall furnish a declaration to the effect that the required key
equipment (as per the statement enclosed) is available with him or that he shall
lease or hire the equipment. (as per Annexure-8).

xi) The bidder should declare the availability of the experienced key personnel as per
statement enclosed (Annexure -7) for execution of the work.

xii) Information regarding any litigation with Government during the last five years,
in which the bidder is involved (Litigation History) should be furnished. If there is
no litigation history, a NIL report should be submitted. As per proforma
(Annexure-9) enclosed.

xiii) Declaration on Genuineness of the certificates: The bidder shall be required to


furnish a declaration as per the statement enclosed Any incorrectness/ deviations
noticed in the certificate will be viewed seriously and apart from cancelling the
work (Annexure-10).

xiv) Lighting design calculations shall be submitted for each typical road
configuration for all the proposed luminaries using Dialux. (as per ANNEXURE-
11). Soft copy of photometry files to be submitted along with design calculation
reports. Lux levels have to be submitted in grid distribution area( for each design
luminaries make, wattage ,lumen output, Color temperature and other luminaries
parameter have to be submitted . as per ANNEXURE-11).
24
The application and all enclosures shall be signed by a duly authorized representative
holding Power of Attorney for signing the application, and a certified copy of the Power
of Attorney signed by the legally authorized representative of the firm shall accompany
the application.

Note:

a) The tenders will be opened online on the specified date by the Chief General Manager
HGCL.

b) The price-bids of such bidders who are determined to have complied with the
eligibility criteria, will only be opened.

3.1 Joint venture/Consortium along with agreement as per annexure- 12 & 13:

Bids submitted by a joint venture of two or more firms as partners shall


comply with the following requirements:

a) There shall be a Joint Venture Agreement between the


constituent firms specific for the contract packages for which
the bids are submitted. The JV Agreement shall include
among other things, the joint venture's objectives, the
proposed management structure, the proposed distribution of
responsibilities both financial as well as technical for
execution of the work, the contribution of each partner to
the joint venture operation, the commitment of the partners
to joint and several liability for due performance,
recourse/sanctions within the joint venture in the event of
default or withdrawal of any partner and arrangements for
providing the required indemnities.
b) The most experienced partner(Lead Partner) of the Joint
Venture will provide suitable experienced personnel for at
least 3 (three) positions at site for the purpose of general
planning, site management and plant operations, during the
whole period of contract execution and a statement to this
effect should be included in the Joint Venture Agreement.

c) The bid, and in the case of the successful bidder, the Form
of Agreement, shall be signed and / or executed in such a
manner as may be required for making it legally binding on
all partners (including operative parts of the ensuing
Contract in respect of Arbitration Agreement etc.)

25
d) The partner-in-charge shall be authorized to incur liabilities
and to receive instructions for and on behalf of all partners
of the Joint Venture and the entire execution of the Contract
including payment shall be carried out exclusively through
the partner-in-charge. A statement to this effect should be
included in the joint venture agreement.

e) All partners of the Joint Venture shall be liable jointly


and severally for the execution of the Contract in
accordance with the Contract terms, and a statement to
this effect shall be included in the joint venture
agreement.

f) Bid Security as required can be furnished by any


partner.

g) The performance security of a joint venture


shall be in the name of the joint venture only.

h) Joint Venture Agreement shall contain a clause to the


effect that there shall be a separate JV Bank Account
(distinct from the Bank Accounts of the individual
partners) to which the individual partner shall
contribute their share capital and/or working capital.

i) Joint Venture Agreement shall also contain a clause to


the effect that the financial obligations of the JV shall
be discharged through the said JV Bank Account only
and also all the payments received by the JV from the
Employer shall be through that account alone

j) In the event of any other partner leaving the JV, it shall


be intimated to the Employer within 30 days by the other
partner(s). Failure to do so shall be construed as default
of the Contractor and the Employer may take action
under clause 61 of the condition of the contract
.
k) In case the joint venture agreement is not acceptable to
the Employer, the joint venture will modify the
agreement so as to be acceptable to the Employer.

26
l) The bid submitted shall include all information as
required under the provisions of Clause 5 and furnished
separately for each partner

m) Joint ventures must comply with the following


requirements:

 Subject to complying individual experience


requirements mentioned in Clause 3 of
Instructions to Bidder.

n) Even though the bidder 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 and/or not
turned up for entering into agreement, when called upon.

 Record of poor progress such as abandoning the work, not properly


completing the contract, inordinate delays in completion, litigation
history or financial failures etc. and/or Participated in the previous
bidding for the same work and had quoted unreasonably high tender
percentage 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.

3.2 Quality Control laboratory: Deleted.

3.3 Tenders up to 5 % Excess will be considered as per the G.O.Ms.No 230,


Dt. 13-08-2007 and the tenders with an excess of above 5% of the estimated
contract value will be rejected.

3.4 For tenders up to 25% less than the estimated contract value of work, no additional
security deposit is required. But for tenders less than 25% of the estimated
Contract Value of work, the difference between the tendered amount and 75% of
the estimated contract value, shall be paid by the successful bidder at the time of
concluding agreement as an additional security to fulfill the contract through a

27
Bank Guarantee or Demand Draft on a Nationalised/Schedule Bank in the
prescribed format valid till completion of the work in all respects

3.5 a) If the percentage quoted by a bidder is found to be either abnormally high or


with in the permissible ceiling limits prescribed but under collusion or due to
unethical practices adopted at the time of tendering process, such tenders shall be
rejected.

b) A bidder 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. One Tender per Tenderer:


4.1 Each Tenderer shall submit only one Tender for the work. A Tenderer who
submits more than one Tender will cause disqualification of all the Tenders
submitted by the Tenderer.
5. Cost of Tendering
5.1 The bidder 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. Site Visit.
6.1 The Tenderer, at the Tenderer‟s 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 execution of
the work. The costs of visiting the site shall be at the Tenderer‟s own expense.

28
B. TENDER DOCUMENT

7. Contents of Tender document.

7.1 One set of Tender document, comprises of the following:

Technical bid
1) BID
2) Instruction to Tenderers
3) Forms of Tender and qualification information
4) Conditions of Contract.
5) Specifications
6) List of approved makes
7) Special conditions for O&M
8) Special conditions for payments O&M
9) Service levels for O&M
10) Drawings
11) Forms of Securities. i.e., EMD, Additional Security etc.

Price bid
Bill of Quantities and Price bid.

8. Clarification on Tender Documents

8.1 A prospective Bidder requiring any clarification on Tender documents may contact the
Tender Inviting Officer at the address indicated in the BID. The Tender Inviting Officer
will also respond to any request for clarification, received through post.
9. Amendment to Tender Documents

9.1 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 and it shall be kept in online.

9.3 To give prospective Tenderers reasonable time to take an addendum into account in
preparing their bids, the Tender Inviting Officer may extend if necessary, the last date for
submission of tenders.

29
C. PREPARATION OF TENDERS.
10. Language of the Tender.
10.1 All documents relating to the tender shall be in the English Language only.

11. Documents comprising of the Tender.


11.1 The bidder who so ever is submitting the tender on e-procurement platform shall
invariably upload the scanned copy of the all documents as mentioned as well as
submit the copy of the same in physical form as per the checklist and original EMD
in the form of BG within 2 days from the date of submission of tender The Bidders
shall sign on all the statements, documents, certificates, uploaded by him, owning
responsibility for their correctness/authenticity.

11.2 The technical bids will be opened on line by the Chief General Manager at the time
and date as specified in the tender documents. All the statements, documents,
certificates, proof of payment of EMD etc., uploaded by the Tenderers will be
downloaded for technical evaluation. The clarifications, particulars if any required
from the Bidders will be obtained 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 result of technical bid evaluation will be displayed on
the e market place, which can be seen by all the bidders who participated in the
tenders. The technically qualified bidders will be allowed for mockup test. The price
of bidders shall be opened online at the notified date of those who qualify in technical
bid and mockup test.

12. Bid Offer:

12.1 Bill of Quantities called Schedule “A” and the bid offer accompanies the tender
document as Volume-I. 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 General Manager or as set forth in the conditions of the
contract. The Schedule “A” shall contain the items of work 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 bidder 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 bidder
should quote his lump-sum tender based on this schedule of quantities. He should quote
30
his offer as an overall tender percentage. The overall tender percentage should be written
both in words and figures. The bid offers i.e., percentage shall be written both in figures
and words legibly and free from erasures, over writings or corrections of figures.
Corrections where unavoidable should be made by crossing out, and rewriting duly
initializing with date.

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, shall be included in the tender percentage quoted by the bidder.

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.

12.6 Transaction fees payable to TSTS,


The service charges payable to TSTS at the time of submission of E-tender is as
indicated below:

The participating bidders will pay transaction fee at 0.03% of ECV (Estimated Contract
Value) + applicable GST on 0.03% of ECV

GST as levied by the Government of India on transaction fee if any, electronic payment
gateway charges are to be borne by the bidders.

12.7 Charges payable to TSTS towards corpus fund:

The successful bidder will pay further fee at 0.03% of ECV (Estimated Contract Value)
payable to Managing Director, TSTS. The ceiling amount of Cropus Fund for works
costing ECV up to Rs. 50.00 Crore is Rs.10,000/-and for works costing ECV above Rs.
50.00 Crore is Rs.25,000/-to create a e-procurement corpus fund to be administered by
TSTS.

31
The above fee is payable by the successful bidder through a DD drawn in favour of
Managing Director, TSTS, Hyderabad at the time of conclusion of the agreement. The
said DD shall be sent to Managing Director TSTS by the Chief General Manager who is
entering into agreement with the successful bidder.

13. Validity of Tenders:

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 BID.

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 the period of the extension.

14. Earnest Money Deposit (Bid Security):


14.1 The bidder shall furnish, Bid Security equivalent to 1% of ECV. A proof of payment of
Bid Security is to be scanned and uploaded in e-procurement system along with the Bid
and this will be the primary requirement to consider the bid as responsive. The
performance security of the successful bidder, 10.00% of ECV / TCV whichever is
higher, shall be paid at the time of concluding Agreement. This performance security is
against performance security and retention money and can be in the form of B.G. or D.D.

14.2 The Bid Security of unsuccessful Bidders will be returned no sooner the tenders are
finalized or end date of the Tender validity period whichever is earlier.

14.3 The 1% proof of payment of Bid Security paid by the successful bidders at the time of
submission of Tender the Demand Draft will be discharged if the Tenderer furnishes
performance security for the full 10.00% at the time of concluding agreement.
14.4 The performance security furnished by the successful tenderer will not carry any interest
and it will be dealt with as provided in the conditions stipulated in the tender. The
performance security shall furnished and it shall be valid for the duration of contract
period and the O&M period for Seven (7) years and in case any valid extension of
contract period is granted, the validity of BGs shall also be extended for the
corresponding period. The Bank Guarantee on Nationalized/Schedule Bank furnished

32
by the Tenderer towards additional security amount shall be valid till the work is
completed in all respects.

14.5 The Bid Security 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.

14.6 In consideration of the Chief General Manager HGCL, Tender committee undertaking to
investigate and to take into account each tender and in consideration of the work thereby
involved, all Earnest Money deposited by the Tenderer will be forfeited to HGCL in the
event of such tenderer either modifying or with-drawing his tender at his instance within
the said validity period of three months.

15. Signing of Tenders.

15.1 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 authorized officer who shall produce with his tender
satisfactory evidence of his authorization. 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.

15.2 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.

15.3 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 recognized; and, if any such alterations are made the tender will be void.

33
D. SUBMISSION OF TENDERS.

16. Submission of Tenders:

16.1 The bidders who desire to participate in e-procurement should upload the scanned copies
in the prescribed formats of tender documents, in support of eligibility in the prescribed
formats of tender documents, in support of eligibility for opening of their price bid, as
mentioned in the clause 25. The bidders shall sign on all the statements, documents,
certificates which are uploaded by them owing responsibility for their correctness /
authenticity. The documents uploaded online will only be considered for evaluation as
per G.O.Ms.No.174, Irrigation & CAD (PW-Reforms) Department, Dated 01.09.2008.

16.2 The Department 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 his bids online.

Related certificates, documents etc., duly attested are to be scanned and uploaded on to
the „e‟ procurement platform at www.tender.telangana.gov.in in support of items
mentioned in the document.

16.3 The Tenderer shall invariably ensure that all the documents pertaining to the qualification
criteria should be uploaded and furnished on e-procurement platform.

16.4 Any other condition regarding receipt of tenders in conventional method appearing in
Tender document may be treated as Non-applicable.

17. Last date / time for Submission of the Tenders.

17.1 Tenders must be submitted on line not later than the date and time specified in BID.
17.2 The Chief General Manager may extend the dates for issue and receipt of Tenders by
issuing an amendment in which case all rights and obligations of the Chief General
Manager and the Tenderers will remain same as previously.

18. Late Tenders.


18.1 Any Tender received after the last date / time prescribed in BID will be summarily
rejected.
34
19. Modification to the Tender.

19.1 No Tender shall be modified after the last date /time of submission of Tenders.

E) TENDER OPENING AND EVALUATION


20. Tender opening
20.1 The Technical bids will be opened online by the Cheif General Manager, HGCL at the
time and date as specified in the tender documents. All the Statements, documents,
certificates, Demand Draft / Bank Guarantee etc., uploaded by the Tenderers will be
verified and downloaded, for technical evaluation. The clarifications, particulars, if any,
required from the bidders, will be obtained eitgher 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 result of Technical bids evaluation will be
displayed on the „e‟ market place, which can be seen by all the Tenderers who
participated in the Tenders.

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. Those who
qualify in technical will be allowed for mockup test and open the price bids of the
responsive bidders those who pass the mockup test only.

20.2 DELETED

20.3 DELETED.

21. Clarification on the Technical Bid.

21.1 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 furnished 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.

21.2 The Tenderer if so desirous, shall agree in writing to furnish the clarification called for
within the stipulated time and, for disqualification and rejection of his tender in the event
of failure to do so.

35
22. Examination of technical Bids and Determination of Responsiveness

22.1 The Chief General Manager will evaluate whether each Tenderer is satisfying the
eligibility criteria prescribed in the tender document and declares them as a qualified
Tenderer.

22.2 If the Technical Bid of a Tenderer is not satisfying any of the eligibility criteria it will be
rejected by the Chief General Manager. However, the tender accepting authority detects
any error in the evaluation of Tenders by the tender accepting authority while returning
the tenders may direct the Chief General Manager, to re-evaluate the tenders.

22.3 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.

22.4 The technical bid of such bidders, who are determined to have complied with the
eligibility criteria, and approved by the Tender Committee of HGCL will be intimated to
conduct the mockup test.

22.5 Mockup Test: The Bidder is required to supply 10 Nos. light fixtures (wattage not more
than 210 watts and lumen output not less than 26250 lumens along with test reports from
CPRI/ NABL Lab for electrical & photometric parameters) as per proposed design along
with the other accessories of light fixtures / luminaries of specified types as per submitted
design and specifications mentioned in the tender. Out of which 2 nos. randomly selected
for testing at CPRI/ (NABL) lab for luminar parameters & these two luminaries will not
be returned. The test parameter should met with tender specifications , Supply & fixing of
poles and light fixtures etc., for the mockup shall be done with 4 nos. poles with 30
meters spacing and 8 Nos. light fixtures on the existing 8 lane ORR main carriageway of
width 18.20 m location shown by the HGCL. The mock up shall meet the requirements of
average 30 Lux (with MF 0.85), transverse uniformity E min/E max ≥ 0.33, E min/E avg.
≥ 0.4), longitudinal uniformity (E min/E max ≥ 0.7) on 8 lane main carriage way for road
width of 18.2Mtrs. The bidder is required to show automation and dimming technology
with GSM/GPRS, panel in the mockup and control the above luminaries and required
functionalities has to shown to the committee. The Bidder shall depute representative
having complete knowledge to explain their product in detail. Bidder shall organize &
bear all cost of providing samples material, illumination arrangement power generator,
transport, loading, unloading, security, etc for the mockup. Mockup will be evaluated by
a committee, nominated by HGCL. If required modifications will be suggested and an
undertaking to agree to the modifications without any financial implications will be taken
from the Bidder. However, in case of major changes, if any in the work or if HGCL feels
36
that some modifications need to be done to create a level playing field, a revision it the
price bid could be allowed only at the discretion of HGCL. Those who qualify in the
mockup as above shall be invited for the opening of financial bid. The cost of mockup
shall be borne by the bidder”. To avoid delay, the bidder should get ready with all
arrangements to carryout MOCKUP test at any time within 7 days from the date of
intimation letter.

The bidder shall supply the proposed materials /equipments required for mockup test and
lab test for all items specified in the mockup test criteria and the equipment shall be
supplied individually and separately for each package.

The tests shall be conducted for each package without inter dependency to other packages
of the same bidders and tests results shall be considered package wise only for further
evaluation. Every bidder in each package shall supply their proposed equipments/
materials required separately.

23. Price Bid Opening:

23.1 At the specified date and time, the price bids of all the technically qualified bidders who
pass the mockup test will be opened online by the Chief General Manager and the result
will be displayed on the „e‟ market place which can be seen by all the bidders who
participated in the Tenders.

23.2.1 The price bids of qualified Tenderers whose technical bids are found satisfying the
eligibility criteria and who passed the Mock-up test shall be considered for opening in the
presence of representatives of the qualified bidders.
23.2.2 The order of opening of the price bid of 4 packages shall be done randomly by carrying
out the lottery for packages Sl.No. 1 to 4 in the presence of bidders or their
representatives.

23.3 Deleted.
23.4 Tenders shall be scrutinized in accordance with the conditions stipulated in the Tender
document. In case of any discrepancy of non-adherence conditions the Tender accepting
authority shall communicate the same which will be the binding both on the tender
opening authority and the Tenderer. In case of any ambiguity, the decision taken by the
Tender Accepting Authority on tenders shall be final.

23.5 Even though the bidders are free to bid for all the packages, only two works per
bidder will be considered for award subjected to availability of bid capacity. The
price bids of the packages will be opened for evaluation and award of work shall
be as per conditions and evaluation criteria mentioned.

37
24. Evaluation and Comparison of Price Bids

24.1 The Chief General Manager will evaluate and compare the price bids of all the qualified
Tenderers.

24.2 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.
24.3 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.

25. Discrepancy in Tender percentage quoted.


25.1 In case of any discrepancy between the overall tender percentage quoted in words and figures,
the percentage quoted in words shall prevail. In case the Tenderer has quoted overall tender
percentage only in words and not in figures or vice versa, such tender shall be treated as
incomplete and rejected.

26. Process to be Confidential.


26.1 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.

38
26.2 No Tenderer shall contact the Chief General Manager or any authority concerned with
finalization of tenders on any matter relating to its Tender from the time of the Tender
opening to the time the Contract is awarded. If the Tenderer wishes to bring additional
information to the notice of the Chief General Manager, it should do so in writing.

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 finalized by the Executive Engineers / General Managers / Chief General
Managers for the works costing up to Rs.2 Crores. The tenders for the works costing
more than Rs.2 Crore will be referred to HGCL Tender Committee along with Technical
Bid evaluation for consideration. The Committee of tenders shall scrutinize the tenders
submitted by Engineer-in-Chief / Chief General Manager / Project administrators in
accordance with the conditions stipulated in the Tender Document and in case any
discrepancy of non-adherence to the conditions, the same shall be communicated which
will be binding both on the tender concluding authority and contractor. In case of any
ambiguity the decision taken by the HGCL Tender Committee on tenders shall be final.

F. AWARD OF CONTRACT

27. Award Criteria

27.1 The Chief General Manager will award or recommend to the competent tender accepting
authority for award of the contract to the Tenderer who is found qualified technically and
in Mockup test as per the Tender conditions and whose price bid is lowest.

27.2 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.

39
27.3. The tenders are invited in 4 Packages. The bidders are free to participate in all the tenders
but only two works will be awarded to each bidder on becoming L1 subject to the
availability of his bid capacity.

27.4 The price bids shall be opened randomly by taking up lottery for the 4 packages. After
opening of the first package, the bid capacity of the L1 bidder for the 2nd work shall be
evaluated and considered. If the L1 bidder satisfies the bid capacity by evaluating with
the ECV of the 2nd package then it shall be considered for opening of the price bid of the
2nd bid ,if not his financial bid will not opened and similar criteria shall be followed for
all packages.

28. Notification of Award and Signing of Agreement.

28.1 The Tenderer whose Tender has been accepted will be notified of the award of the work
by the Chief General Manager, 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 Government 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 General Manager concerned on the date fixed in the Letter of acceptance. Upon
intimation being given by the Chief General Manager, of acceptance of his tender, the
Tenderers shall make payment of the balance E.M.D., and additional security deposit
wherever needed by way of Demand Draft or unconditional and irrevocable Bank
Guarantee obtained from a Nationalized/Schedule Bank, and sign an agreement in the
form prescribed by the department for the due fulfillment of the contract. Failure to
attend the Chief General Manager‟s office on the date fixed, in the written intimation, to
enter into the required agreement shall entail forfeiture of the Earnest Money deposited.

40
28.3 The written agreement to be entered into between the contractor and the Government
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 the
Government.
28.4 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. Corrupt or Fraudulent Practices
29.1 The Government requires 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
(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 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

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 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 firm, 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 a Government Contract.

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

41
of Contract.

FORMS OF TENDER
&
42
CHECK LIST FOR QUALIFICATION CRITERIA

43
CHECK LIST FOR QUALIFICATION CRITERIA

Annexure –I
CHECKLIST TO ACOMPANY THE TENDER
Note: The bidder shall furnish the following particulars online in the formats enclosed and
supported by documentary evidence as specified, invariably in the same format. The
documents shall be numbered in the same sequence as listed in the statement. The
documents uploaded may be checked as per the check list accompany the tender. The
bidder has to check in which financial year he is meeting qualification criteria and
mention on the top of the proforma and enclose the related experience certificates only.

Submitted in Page No. (see


S.No Description
Cover „A‟ Note below)
1 The bidders should possess Class-I (Electrical) with A-
Grade Licence (Electrical) or equivalent issued by
Govt. of Telangana or any State Government/ Central Yes / No
Govt. or Govt. under takings.
2 Copy of GST Registration. Yes / No
3 Copy of Permanent Account Number i.e. (PAN) Card. Yes / No
4 proof of payment of EMD Yes / No
5 Copy of latest Income Tax returns i.e. FY 2018-19 Yes / No
submitted to IT Dept. along with proof of its submission.
6 Proof of liquid assets in the shape of Solvency certificates
Yes / No
etc., for the required amount.
7 A copy of experience certificate issued by competent
authority duly Satisfactorily completed as a prime
contractor/JV/ authorized sub contractor in similar works
of value not less than Rs.12.45 crores in any one year
during the last 10 financial years i.e. from 2009-2010 to
2018-2019 and 2019-20 (up to submission of bid date)
(updated to current price level at the rate of 10% per
year) Similar nature of work means the agreement/ work
order should contain Supply, installation, testing & Yes / No
commissioning of external illumination, supply and
laying of underground cables or operation &
maintenance of street lighting or erection of
Transformers, panels and electrical line works. For any
project spreading over two or more financial years, the
value of work will be considered on pro-rata basis. (As
per Annexure -4).

44
8 Minimum key quantities: The Minimum key quantities
executed in any one financial year during last ten(10)
financial years financial years i.e. from 2009-2010 to Yes / No
2018-2019 shall be (as per annexure-5) with supporting
certificates

9 Details of maximum value of works executed in their


name taking into account the work completed as well as
works in progress in any one year during the last 10
financial years i.e. from 2009-2010 to 2018-2019 with Yes / No
supporting certificates (updated to current price level
at the rate of 10% per year) (value of „A‟ for Bid
capacity calculation) (as per annexure-6)
10 Details of existing commitments i.e., work on hand with
Supporting Certificates .(value of „B‟ for Bid capacity Yes / No
calculation)
11 Bid capacity calculation sheet (2AN-B) Yes / No
12 Declaration on availability of Key equipment as per
Yes / No
proforma (as per annexure-8)
13 Declaration on availability of Key personnel as per
Yes / No
proforma (as per annexure-7)
14 Declaration on Litigation history as per proforma (as per
Yes / No
annexure-9).
15 Declaration towards genuineness of the certificates as per
Yes / No
proforma. (as per annexure-10).
16 Lighting design calculations shall be submitted for each
typical road configuration for all the proposed luminaires Yes / No
using Dialux.( as per annexure -11).
17 If the participant is JV/Consortium, the agreement copy
shall be submitted as per the annexure-12 and power of Yes / No
attorney as per annexure-13

Note:

1. The information shall be filled-in by the Tenderer in the checklist and the declarations shall
be enclosed to the Technical bid for the purposes of verification as well as evaluation of the
Tenderer‟s Compliance to the qualification criteria as provided in the Tender document. All
the Certificates, documents, statements / declarations as per checklist shall be uploaded .

45
DECLARATIONS & ANNEXURES

46
ANNEXURE- 4

 PQ year is financial year at which bidder meeting qualification criteria FY-

Gross Value of
Gross Value of Work Project Value at
Name of the agreement, Work Start Completion FY for Years for Project Value at
SI.No. Name of Customer Work Done (in Completion current level i.e FY
work Date & Date Years PQ PQ PQ FY
Rs.) Date 2018-19
Number
1 2 3 4 5 6 7 8=7-6 9 10 11=5/8*10 12=11*2.35
Model calculation
2009-
1 PWD -Delhi 444117916 26.03.2008 23.09.2010 2.50 1.00 177,647,166 417470840.10
10

Year before FY 2018-19 Multiplying Factor


One : FY 2017-18 1.10
Two : FY 2016-17 1.21
Three : FY 2015-16 1.33
Four : FY 2014-15 1.46
Five : FY 2013-14 1.61
Six : FY 2012-13 1.77
Seven : FY 2011-12 1.95
Eight : FY 2010-11 2.14
Nine: FY 2009-10 2.35

47
ANNEXURE- 5

Name of the bidder Total Qty For 1 FY 2009-2010


Gross
Nam Nam Value
of LED SITC
e of e of Comp Years LED
SI. agree Gross Value of Work Start Complet FY for lumi of UG SITC of UG
Cust the letion for Poles Poles luminarie
No. ment, Done Date ion Date PQ nari cable( cable
ome wor Years PQ s
Date & es km)
r k Numbe
r
1 2 3 4 5 6 7 8 9 10 11 12 13 14= 15= 16=
11/8*10 12*8/10 13/8*10
Model Calculation
PWD
26.03.200 23.09.201
1 -Delhi 444117916 2.50 2009-10 1.00 3800 7289 185 1520 2916 74
8 0

48
ANNEXURE- 6

Gross Value Gross


Name Work Project Project Value at
Name of of agreement, Value of Work Start Completion FY for Years
SI.No. of the Completion Value at PQ current level i.e
Customer Date & Work Done Date Years PQ for PQ
work Date FY FY 2018-19
Number (in Rs.)
1 2 3 4 5 6 7 8=7-6 9 10 11=5/8*10 12=11*2.35
Model Calculation
1 PWD -Delhi 444117916 26.03.2008 23.09.2010 2.50 2009-10 1.00 177,647,166 417470840.10

49
ANNEXURE- 7
KEY PERSONNEL

I / We __________________________declare that the following essential key


personnel required for the project during Design, Supply, Installation, Testing,
Commissioning, of illumination available /hired with me as notes against each:

No. of
S. No Key Personnel Qualifying Experience Persons
required
B.E. (Elect.)
Min. 5 years as
1 Project Manager or 1
Project Manager
Equivalent

B.E/ Dipoma
2 Site Engineer-1 (Elect.)/ Min 3 years
1
or Equivalent

B.E./ Diploma
3 Site Engineer-2 (Civil.) or Min 3 years
Equivalent 1

Accident prevention
4 Any Graduate 5 years relevant experience 1
Officer

Skilled workers and operators Minimum 5% shall have obtained certificate of proficiency from
any institute.

Signature of the Tenderer

50
ANNEXURE-8

DECLARATION ON KEY EQUIPMENT

I / We __________________________declare that the following equipment is owned or


leased/hired by me as notes against each:

S.No. Equipment Type and Minimum No. Owned Leased/Hired


Capacity
Characteristics Required.
Not less 1Nos.
1 Bucket elevator than13.0 Mtr
Height
2 Escort 5 tons 1Nos.
3 Tractors with trailer - 1Nos.

Signature of the Tenderer

ANNEXURE-9

INFORMATION ON LITIGATION HISTORY

Court Subject Matter /


S. Case No. / Respondent‟s
where Prayer in the Present Stage.
No Year i.e., SE / CE
filed. case.

1 2 3 4 5 6

Note: A NIL report should be furnished if there is no litigation history

Signature of the Tenderer


51
ANNEXURE-10
DECLARATION ON GENUINENESS OF THE CERTIFICATES

I / We ………………………………………………………………. 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, the Department 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 any department in Telangana state or in any
State due to any reasons.

Signature of the Tenderer

52
ANNEXURE-11

Lighting design calculations shall be submitted for each typical road configuration for the entire
proposed luminary using Dialux. Soft copy of photometry files to be submitted along with
design calculation reports. Lux levels has to be submitted in grid distribution area and to meet
the lux levels as per technical specifications mentioned in section-5( for each design luminary
make, wattage ,lumen output, colour temperature and other luminary parameter has to be
submitted along with technical bid).

SI.No LOCATION DESCRIPTION


major carriage way street lighting for 8 lanes plus
HIGHWAYS Kokapet to Keesara to
paved shoulders of road width 18.2 m [ using 12.0
Pedda Amberpet (67.00Km to 101
m pole with twin bracket of 2.5m length on both
1. km) total 34 Km length -18.2 m road sides having 2x 1 no 210 watt(26250 lumens) led
width on each side of median (4+4) street lights @ 30.0 m spacing and 5.0 m width
lanes. median].
Major carriage ways street lighting for 8 lanes plus
HIGHWAYS at Junctions from acceleration & deceleration lanes & paved
Keesara to Pedda Amberpet shoulders of road width 21.0 m [ using 12.0 m pole
2.
(67.00Km to 101 km) total 34 Km with twin bracket of 2.5 m length both sides
length -21.00 m road width having 2x 1 no 235 watt( 29375 Lumens) led street
lights @ 30.0 m spacing and 5.0 m width median.
a) carriage ways street lighting for 6 lanes using
9.0 m pole with 1.5 m twin bracket- and 130
watt (16250 Lumens) led street lights @ 30.0
m spacing for 6 lanes roads of road width
Cross Roads between Junctions ,up &
10.5m.
3. down ramps and other areas for new
b) up/down ramp ways street lighting for 2/3
locations
lanes 7.5 m pole with single/twin bracket @
30.0 m spacing for 2/3 lanes roads available
LED lighting has to be arranged with 120
watts(15000 Lumens) for 9.0 m road width.
a) carriage ways street lighting for 6 lanes [
already 10.0 m pole with twin bracket @
30m spacing for 6 lanes roads available,
now brackets have to be replaced with new
and LED lighting have to be arranged with
130 watts luminaries (16250 Lumens) for
Cross Roads between Junctions and 10.5 m road width.
4. other areas where already 10 m poles
existing b) carriage way street lighting for 4 lanes [
already 10.0 m pole with twin bracket @ 30.0
m spacing for 4 lanes roads available, now
brackets have to be replaced with new and
LED lighting have to be arranged with 130
watts luminaries) (16250 Lumens) for 9.0 m
road width.
53
Sl.No LOCATION DESCRIPTION
c) Up/down ramp ways street lighting for
2/3lanes [ already 10.0 m pole with
single/twin bracket @ 30.0 m spacing for 2/3
lanes roads available, now brackets have to be
replaced with new and LED lighting have to be
arranged with 130 watts (16250 Lumens)
luminaries for 9.0 m road width
Service Road Lighting at Junctions Street Lighting for Service Roads using 7.5m pole
5. only[ 2nos service Roads – 600mts with 1 no 120 watt(15000 Lumens) LED Street
length on Both sides ] Light @ 30.0 m spacing for 9.0 m road width.
Interim Junction areas and cross roads below Main Highways including underpass
a. Already 20.0 m High mast lighting with
12x2*400watts Metal Halide flood lights
provided. Now they have to replaced with 400
watts 48000 lumens LED flood lights Non-
dimmable drivers for 90.0 m dia. circle and
6. All Junctions 75.0 m dia circle for achieving 50 lux at
junctions.
b. for new high mast erection for 90.0 m/75.0 m
dia. circle lighting has to be designed with 30.0
m / 20.0 m height High Mast with 400 watts
above 48000 lumens LED flood lights.
Underpass area lighting has to be done with
80Watts High Bay lights (under pass width 30.0 m,
7. Underpass Lighting length 5080 m, height 5.2 m.) and 30W street
lights for 50.0 m length, 3.0m height underpass
bridges (PUPs)
The road lighting has to be done with 2Nos. 30Mtr
Bridge on Musi river between
High Mast on both sides of the bridge and lighting
8. Ghatkesar And Taramtipet (200 m
has to be arranged with 400Watts LED flood
length)
lights.
9. Details of the control and automation system should be provided as per the specification

54
(Annexure-12)

JOINT VENTURE / CONSORTIUM AGREEMENT

THIS JOINT VENTURE/ CONSORTIUM AGREEMENT is entered and execution on


this the_____________________ BY AND BETWEEN:

First party(Lead partner)________________________ , a proprietary firm/ a company


incorporated under the companies Act, 1956 and having its registered office at
__________________________________________and represented by
_______________(herein after referred to as the “ First Party” which expression shall,
unless repugnant to the context include its successors and permitted assigns)
AND

Second Party _________________________________________ a proprietary firm


represented by _____________________________(herein after referred to as the “
Second Party” which expression shall, unless repugnant to the context include its
successors and permitted assigns)

The above mentioned First Party, Second Party are collectively referred to as the (JV
Name) as a “ Parties” and each individually referred to as a “Party”

WHEREAS,

a) Hyderabad Growth Corridor Limited represented by its Managing Director


(hereinafter referred to as the “ Employer” which expression shall,
unlessrepugnant to the context or meaning thereof, include its administrators,
successors and assigns) has invited bids (the Bids) by its Bid Documents for

55
“Design, Supply, Installation, Testing, Commissioning, of illumination to the
Outer Ring Road, Hyderabad for the Main Carriage Way/ Inter changes/
Junctions/Service Roads at junctions and Under Pass areas from Keesara to
Pedda Amberpet (67.00Km to 101 km) total 34 Km length in the state of
Telangana, India and Operation & Maintenance of illumination with connected
switch gear for a period of Seven years from date of Operational Acceptance
Certificate” vide bid notice No:84/CGM(T)/HGCL/DGM(Elec)/8036/2020,
Dated: 05.03.2020.

(B) The parties are interested in jointly bidding for the project as members of a joint
venture (JV) and in accordance with the terms and conditions of the bid
document in respect of the project, and

(C) It is a necessary condition under the bid document that the members of the joint
venture shall enter into a joint venture agreement.

NOW IT IS HEREBY AGREED AS FOLLOWS:

1. Definitions and Interpretations

In this Agreement, the capitalized terms shall, unless the context otherwise
requires have the meaning ascribed thereto under the Bid Documents.

2. Joint Venture/ Consortium

2.1.
a. the parties do hereby irrevocably constitute a Joint Venture by Name
_____________(the “Joint Venture”) for the purposes of jointly participating in
the bidding process for the project.
b. the permanent address of the joint venture shall be __________________.

56
2.2 The parties hereby undertake to participate in the bidding process only through
this joint venture and not individually and/ or through any other joint venture/
joint venture constituted for this project, either directly or indirectly or through
any their Associates.

3. Shares in the JV: The parties agree that the proportion of shares among the
parties in the JV shall be as follows.

Name of the party Share of the work (as Responsibilities


percentage of contract
amount)
First party
Second party

4. In consideration of the award of the contract by the Employer to the Joint venture,
we, the partners to the joint venture agreement do hereby agree that shall act as
lead partner and further declare and confirm that we shall jointly and severally be
bound to the Employer for the successful performance and execution of contract in
accordance with the contract terms of the contract and shall be fully, responsible
for the design, manufacture, supply and successful performance of the material/
equipment and O&M for 7 years in accordance with the contract.

5. In case of any breach of the said contract by the lead partner or other partner(s) of
the joint venture agreement, the partner(s) do hereby agree to be fully responsible
for the successful performance of the contract and to carry out all the obligations
and responsibilities under the contract in accordance with the requirement of the
contract.

6. Further, if the Employer suffers any loss or damage on account of any breach in
the contract or any shortfall in the performance of the equipment/material in
meeting the performances guaranteed as per the specification in terms of the
contract, the partner(s) of these presents undertake to promptly make good such
loss or damages caused to the employer, on its demand without any demur. It shall
not be necessary or obligatory for the employer to proceed against lead partner to
these presents before proceeding against or dealing with other partner(s).

57
7. The financial liability of the partners of this joint venture agreement to the
employer, with respect to any of the claims arising out of the performance or non-
performance or withdrawal of any partner or arrangements for providing required
indemnities of the obligations set forth in the said joint venture agreement, read in
conjunction with the relevant conditions of the contract shall, however, not be
limited in any way so as to restrict or limit the liabilities of any of the partners of
the joint venture agreement.

8. It is expressly understood and agreed to by the partners to this joint venture


agreement that the responsibilities and obligations of each of the partners shall be
as per the shares delineated above. It is further agreed by the partners that the
above sharing of responsibilities and obligations shall not in any way be a
limitation of joint and several responsibilities of the partners under this contract.

9. This joint venture agreement shall be construed and interpreted in accordance with
the Laws of India and the courts of Hyderabad shall have the exclusive jurisdiction
in all matters arising there under.

10. In case of an award of a contract, we the partners to the joint venture agreement do
hereby agree that we shall be jointly and severally responsible for furnishing a
performance security form a bank (Performance Bank Guarantee) in favour of the
purchaser In the currency of the contract for the performance of the said contract.

11. It is further agreed to that this joint venture agreement shall be irrevocable and
shall form an integral part of the contract, and shall continue to be enforceable till
the purchaser/ employer discharges the same. It shall be effective from the date
first mentioned above for all purposes and intents.

12. The most experienced partner(Lead Partner) of the Joint Venture will provide
suitable experienced personnel for at least 3 (three) positions at site for the
purpose of general planning, site management and operations, during the whole
period of contract execution and a statement to this effect should be included in
the Joint Venture Agreement.

58
13. The partner-in-charge shall be authorized to incur liabilities and to receive
instructions for and on behalf of all partners of the Joint Venture and the entire
execution of the Contract including payment shall be carried out exclusively
through the partner-in-charge.

14. In the event of any partner leaving the JV, it shall be intimated to the employer
within 30 days by the other partners. Failure to do so shall be construed as default
of the contractor and the employer may take action under clause:61 of the
conditions of contract.

15. In case the Joint Venture agreement is not acceptable to the employer, the joint
venture will modify the agreement so as to be acceptable to the employer.

16. The joint venture shall jointly prepare and submit their offer to the employer in
such form containing such terms and conditions as the employer shall require.

17. The authorized official of joint venture shall be signatory for and on behalf of JV
who shall sign and submit the tender, communicate, negotiate and attend meeting
convened by the employer on behalf of JV.

18. It is further to that there be a separate JV Bank Account (distinct from the Bank
Accounts of the individual partners) to which the individual partner shall
contribute their share capital and / or working capital.

Further all the financial obligations of the JV shall be discharged through the JV
Bank Account only and also all the payments received from the employer should
be credited to JV Bank Account alone.

19. Terminations
This Agreement shall be effective the date hereof and shall continue in full force
and effect during the contract period, defect liability period and O&M period for 7
years and in accordance with the contract to be entered into with employer, in case
the project is awarded to the joint venture. However, in case the joint venture is
either not qualified for the project or does not get selected for award of the project,
the agreement will stand terminated.

59
IN WITNESS WHEREOF THE PARTIES ABOVE NAMED HAVE EXECUTED AND
DELIVERED THIS AGREEMENT AS OF THE DATE FIRST ABOVE WRITTEN.

SIGNED, SEALED AND DELIVERED

For and on behalf of the First party by ____________________________

Signature :
Name :
Designation :
Address :
SIGNED, SEALED AND DELIVERED
For and on behalf of the Second party by ____________________________
Signature :
Name :
Designation :
Address :
Witnesses:
1.

2.

( The document should be notarized & Attested with the advocate)

60
(Annexure-13)

POWER OF ATTORNEY FOR JOINT VENTURE

KNOW ALL MEN BY THESE PRESENTS THAT WE,


__________________________represented by __________(being the lead member of
the joint venture) and __________________________________________(hereinafter
called the „joint venture‟) and___________ represented by ________________have
formed joint venture ________________ for the purpose of bidding for
“___________________________” which has been called for by Hyderabad Growth
Corridor Limited represented by its Managing Director(herein after referred to “ the
Employer”).

Whereas the parties to the Joint venture collectively do hereby constitute, nominated and
appoint _____________________________________, as our power attorney duly

constituted lawful attorney (hereinafter called “Attorney” or “ Authorized


Representative”) to exercise all or any of the powers for and behalf of the joint venture in
regard to BID No. 84/CGM(T)/HGCL/DGM(Elec)/8036/ 2020, called for by the
Employer, to undertake the following acts.
i) To submit proposal and participate in the aforesaid bid specification of the
Employer on behalf of the “Joint Venture”.

ii) To negotiate with the employer regarding the terms and conditions for award
of the contract pursuant to the aforesaid bid and to sign the contract with the
employer for and on behalf of the “Joint Venture”.

iii) To do any other act or submit any document related to the above.

iv) To receive, accept and execute the contract for and behalf of the “Joint
Venture”.

61
It is clearly understood that the partner in-charge shall ensure performance of the
contract and if one or more partner(s) fails to perform their respective portions of
the contract(s), the same shall be deemed to be a default by all partners.

It is expressly understood that this Power of Attorney shall remain valid, binding
and irrevocable till completion of the warranty period in terms of the contract.

The joint venture hereby agrees and undertakes to ratify and confirm all the acts
whatsoever the said Attorney/ Authorized representative quotes in the bid,
negotiates and signs the contract with the purchaser and/ or proposes to act on
behalf of the joint venture by virtue of this power of attorney and the same bind
the joint venture as if done by itself.

IN WITNESS THEREOF the partners constituting the joint venture as aforesaid


have executed these present on this _______________________ under the
common seal(s) of their companies.

For(Lead partner) For(Second partner)

Specimen Signature of
(Authorized representative)

WITNESS

1. Signature : 2. Signature :
Name : Name :
Designation : Designation :
Occupation : Occupation :

(The document should be notarized & Attested with the advocate)

62
CONDITIONS OF CONTRACT

63
TENDER

Date: ……………

To

The Chief General Manager,


HGCL.

Sir,
I / We do hereby tender and if this tender be accepted, under take to execute the following work
Design, Supply, Installation, Testing, Commissioning, of illumination to the Outer Ring Road,
Hyderabad for the Main Carriage Way/ Inter changes/ Junctions/Service Roads at junctions and Under
Pass areas from Keesara to Pedda Amberpet (67.00Km to 101 km) total 34 Km length in the state
of Telangana, India and Operation & Maintenance of illumination with connected switch gear for a
period of Seven years from date of Operational Acceptance Certificate as shown in the drawings and
described in the specifications deposited in the office of the Chief General Manager, HGCL Hyderabad
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. 25.50 Crores
(Rupees Twenty Five Crores and Fifty Lakhs 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., 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 measurement quantities.
I/WE have quoted Percentage excess or less on E.C.V., in Schedule „A‟ Part – I both in words
& figures. In case of any discrepancy between the Percentage excess or less on E.C.V., in
words and figures, the rates quoted words only shall prevail.
I/WE agreed to keep the offer in this tender valid a period of Three month(s) mentioned in the
tender notice 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, the earnest money paid by
me/us will be forfeited to Government
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 and have read
the A.P.S.S. and the preliminary specifications therein and the A.P.S.S. addenda volume and
that I/We have made such examination of the contract documents and the plans, specifications
and 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 Government 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.

64
I/WE shall not assign the contractor or sublet any portion of the same except the conditions in
clause 5.1 of conditions of contract – General - A. In case if it becomes necessary such
subletting with the permission of the Chief General Manager, HGCL 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 the Government as security for the due fulfillment of this contract. If upon
written intimation to me/us by the Chief Engineer‟s Office, I/We fail to attend the said office on
the date herein fixed or if upon intimation being given to me/us by the Chief Engineer or
acceptance of my/our tender, and if I/We fail to make the additional security deposit or to enter
into the required agreement as defined in condition-3.5 of the tender notice, then I/We agree 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 hereunder shall be sufficiently served on me/us if delivered to me/us
personally or forwarded to me/us by post to (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 when in 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
Government 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 Government.
I/We agree to pay transaction fee @ 0.03% of ECV (Estimated Contract value) + applicable GST over
transaction fee for all works, at the time of bid submission electronically. For tenders wherever ECV is
not available, i.e., for goods and services, the transaction fee shall be calculated on quoted value.
I/We agree to pay GST as levied by the GOI on transaction fee if any, electronic payment gateway
charges.

I/WE will employ the following technical staff for supervising the work as per declaration and
will see that one of them is always at site during working hours, personally checking all items
of works and paint extra attention to such works as required special attention (eg) Reinforced
concrete work.
I / WE declare that I/WE agree to recover the salaries of the technical staff actually engaged on
the work by the department, from the work bills, if I/We fail to employ technical staff as per the
tender condition.
TENDERERS / CONTRACTOR‟S CERTIFICATE.

(1) I/WE hereby declare that I/We have perused in detail and examined closely the 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
Irrigation & Command Area Development Department.

(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.
65
(3) I/WE am/are prepared to furnish detailed data in support of all my quoted rates, 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 conditions 3.6
of Instructions to Tenderers

(5) I/WE hereby declare that I am/we are accepting to reject my tender in terms of condition 3.7 of
instructions to Tenderers

(6) I/WE hereby declare that I am/We are accepting for the defect liability period as 24 months

(7) 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.

a) 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.

b) 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
or less ECV., are inclusive of the land so arranged and I/We will hand over the land so
arranged for disposal of soil to; the department after completion of work.

c) I/WE declare that I/WE will not claim any extra amount towards any material used for the
work other than the quoted works for respective schedule „A‟ items.

(8) 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 abide by the condition to recover
liquidated damages as per the tender conditions.

(9) 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 department in Andhra Pradesh due to any reasons.

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.

66
Address of the Tenderer :

Phone No.: Fax No.:

CONTRACTOR.

Note: 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 authorized
officer who shall produce with his tender satisfactory evidence of his authorization. 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

67
CONDITIONS OF CONTRACT
A. GENERAL

1. Interpretation:

 In interpreting these Conditions of Contract, singular also means plural, male also
means female, and vice-versa. Headings have no significance. Works have their
normal meaning under the language of the contract unless specifically defined. The
Engineers-in-charge will provide instructions clarifying queries about the conditions
of Contract.

 The documents forming the Contract shall be interpreted in the following order of
priority:
1) BID
2) Instruction to Tenderers
3) Forms of Tender and qualification information
4) Conditions of Contract.
5) Specifications
6) List of approved makes
7) Special conditions for O&M
8) Special conditions for payments O&M
9) Service levels for O&M
10) Drawings
11) Forms of Securities. i.e., EMD, Additional Security etc.
12) Bill of quantities (Price-bid)
13) Any other document listed as forming part of the Contract.

2. Engineer-in-Charge‟s Decisions:
2.1 Except where otherwise specifically stated, the Engineer-in-charge will decide the contractual
matters between the Department and the contractor in the role representing the Department.

3. Delegation:
3.1 The Engineer-in-charge may delegate any of his duties and responsibilities to other officers and
may cancel any delegation by an official order issued.

4. Communications:
4.1 Communications between parties, which are referred to in the conditions, are effective only
when in writing. A notice shall be effective only when it is delivered (in terms of Indian
Contract Act)

68
5. Sub-contracting:

 If the prime contractor desires to sub-let a part of the work, he should submit the
same at the time of filing tenders itself or during execution, giving the name of the
proposed Sub-contractor, along with details of his qualification and experience. The
Tender Accepting Authority should verify the experience of the Sub-contractor and
if the Sub-contractor satisfies the qualification criteria in proportion to the value of
work proposed to be sub-let, he may permit the same. The total value of works to be
awarded on sub-letting shall not exceed 50% of contract value. The extent of
subletting shall be added to the experience of the sub-contractor and to that extent
deducted from that of the main contractor.
6. Other Contractors:
The Contractor shall cooperate and share the Site with other contractors, Public authorities,
utilities, and the Department. The Contractor shall also provide facilities and services for them
6.1
as directed by the Engineer-in-charge.

7. Personnel:
 The Contractor shall employ the required Key Personnel named in the Schedule of
Key Personnel to carry out the functions stated in the Schedule or other personnel
approved by the Engineer-in-charge. The Engineer-in-charge will approve any
proposed replacement of Key personnel only if their qualifications, abilities, and
relevant experience are substantially equal to or better than those of the personnel
listed in the Schedule.

 Failure to employ the required technical personnel as per agreement by the


contractor, amount will be recovered from the contractors bills towards technical
personnel as per SSR 2019-2020.

 The technical personnel should be on full time and available at site whenever required
by Engineer in Charge to take instructions.

 The names of the technical personnel to be employed by the contractor should be


furnished in the statement enclosed separately.

 In case the contractor is already having more than one work on hand and has
undertaken more than one work at the same time, he should employ separate
technical personnel on each work.

 If the contractor fails to employ technical personnel the work will be suspended or
department will engage a technical personnel and recover the cost thereof from the
contractor.

 If the Engineer-in-charge asks the contractor to remove a person who is a


member of

Contractor‟s staff or his work force stating the reasons the Contractor shall ensure
that the person leaves the site forthwith and has no further connection with the work
in the contract.

69
8. Contractor‟s Risks:

8.1 All risks of loss of or damage to physical property and of personnel injury and death,
which arise during and in consequence of the performance of the contract, are the
responsibility of the contractor.

9. Insurance:

9.1 The Contractor shall provide, in the joint names of the Department and the
contractor, insurance cover from the Start Date to the end of the Defects Liability
Period i.e., 6 months after completion for the following events which are due to the
Contractor‟s risks.
a) loss of or damage to the Works, Plant and Materials;
b) loss of or damage to the Equipment;
c) loss of or damage of property in connection with the Contract; and
d) Personal injury or death of persons employed for construction.

9.2 Policies and certificates of insurance shall be delivered by the Contractor to the
Engineer-in-charge at the time of concluding Agreement. All such insurance shall
provide for compensation to be payable to rectify the loss or damage incurred.
i) The contractor shall furnish insurance policy in force in accordance with
proposal furnished in the Tender and approved by the Department for
concluding the agreement.
ii) The contractor shall also pay regularly the subsequent insurance premium
and produce necessary receipt to the Engineer-in-Charge, well in advance.
iii) In case of failure to act in the above said manner the department will pay the
premium and the same will be recovered from the Contractors payments.

9.3 Alterations to the terms of insurance shall not be made without the approval of the
Engineer-in-Charge.
10 Site Inspections:

10.1 The contractor should inspect the site and also proposed quarries of choice
for materials source of water and quote his percentage including quarrying,
conveyance and all other charges etc.

10.2 The responsibility for arranging the safety precautions on Outer Ring Road
main carriage way and hydra with bucket to stand and diamond core cutting
of holes by the core cutting machine operator etc.,

11 Contractor to Construct the Works:

11.1 The Contractor shall construct and Commission the Work in accordance with
the specifications and Drawings.

12 Diversion of streams / Vagus / Drains: Deleted

12.1 The contractor shall at all time carry out construction of cross drainage works
in a manner creating least interference to the natural flow of water while
consistent with the satisfactory execution of work. A temporary diversion
shall be formed by the contractor at his cost where necessary. No extra
payment shall be made for this work.
70
12.2 No separate payment for bailing out sub-soils, water drainage or locked up
rain water for diversion, shoring, foundations, bailing of pumping water
either from excavate ion of soils from foundations or such other incidental
will be paid. The percentage to be quoted by the contractor is for the finished
item of work in situ and including all the incidental charges. The borrow pits
are also to be de-watered by the contractor himself at his expense, if that
should be found necessary.

12.3 The work of diversion arrangements should be carefully planned and


prepared by the contractor and forwarded to the Deputy General Manager
technically substantiating the proposals and approval of the Deputy General
Manager obtained for execution.

12.4 The contractor has to arrange for bailing out water, protection to the work in
progress and the portion of works already completed and safety measures for
men and materials and all necessary arrangements to complete the work.

12.5 All the arrangements so required should be carried out and maintained at the
cost of the contractor and no separate or additional payments are admissible.

12.6 Coffer Dams.

Necessary coffer dams and ring bunds have to be constructed at the cost of
contractor and same are to be removed after the completion of the work. The
contractor has to quote his percentage keeping the above in view.
13 Power Supply.

13.1 The power supply at available location will permitted to use HGCL power
supply on payment basis. In the absence of power supply the contractor shall
make his own arrangements for obtaining power from the Electricity dept., at
his own cost.

13.2 The contractor shall satisfy all the conditions and rules required as per Indian
Electricity Act 1910 and under Rule-45(I) of the Indian Electricity Rules,
1956 as amended from time to time and other pertinent rules.

13.3 The power shall be used for bonafide Departmental work only.

14 Temporary Diversions (Works on Roads / Highways)

14.1 The contractor shall at all time carryout work on the Road / Highway in a
manner creating least interference to the flow of traffic while consistent with
the satisfactory execution of the same. For all works involving improvements
to the existing Road / Highway, the contractor shall in accordance with the
directions of the Engineer-in-charge provide and maintain during the
execution of the work a passage for traffic, either along a part of the existing
carriage way under improvement or along a temporary diversion constructed
close to the Road / Highway.

71
14.2 If in the opinion of the Engineer-in-Charge, it is not possible to pass the
traffic on part width of the carriageway for any reason, a temporary diversion
close to the Road / Highway shall be constructed as directed. It shall be
paved with the materials such as hard morrum, gravel and stone, metal to the
specified thickness as directed by the Engineer-in-Charge. In all cases, the
alignment, gradients and surface type of the diversion including its junctions,
shall be approved by the Engineer-in-charge before the Road / Highway is
closed to traffic.

14.3 The contractor shall take all necessary measures for the safety of traffic
during construction and provide erect and maintain such barricades, including
signs, markings, flags lights and information and protection of traffic
approaching or passing through the section of the Road / Highway under
improvement. Before taking up any construction, an agreed phased
programme for the diversion of traffic on the Road / Highway shall be drawn
up in consultation with the Engineer-in-charge.

14.4 The barricades erected on either side of the carriage way portion of the
carriage way closed to traffic, shall be of strong design to resist violation and
painted with alternative black and white stripe. Red lanterns or warnings
lights of similar type shall be mounted on the barricades at night and kept lit
throughout from sunset to sunrise.

15 Ramps:

Ramps required during execution may be formed wherever necessary and same are
to be removed after completion of the work. No separate payment will be made for
this purpose.

16 Monsoon Damages:

Damages due to rain or flood either in cutting or in banks shall have to be made good
by the contractor till the work is handed over to the Department. The responsibility
of de-silting and making good the damages due to rain or flood rests with the
contractor. No extra payment is payable for such operations and the contractor shall
therefore, had to take all necessary precautions to protect the work done during the
construction period.

17 The works to be completed by the intended completion date:

17.1 The contractor may commence execution of the works on the start date and
shall carry out the works in accordance with the programme submitted by the
contractor, as updated with the approval of the Engineer-in-Charge, and
complete the work by the Intended completion date.

72
18 Safety:

18.1 The Contractor shall be responsible for the safety of all activities on the site
and persons working on ORR main carriage way, up & down ramps ,
junctions & service roads15Mts height bridge to drill the holes and persons
working on main carriage way.

19 Discoveries:

19.1 Anything of historical or other interest or of significant value unexpectedly


discovered on the Site is the property of the Government. The Contractor is
to notify the Engineer-in-charge of such discoveries and carry out the
Engineer-in-Charge‟s instructions for dealing with them.

20 Possession of the Site.

20.1 The Department shall give possession of the site to the Contractor. If
possession of a part site is given, the Department will ensure that the part site
so handed over is amenable to carryout the work at site by the Contractor.

21 Access to the Site:

21.1 The Contractor shall provide the Engineer-in-Charge and any person
authorised by the Engineer-in-Charge, access to the site and to any place
where work in connection with the Contract is being carried out or is
intended to be carried out.

22 Instructions:

22.1 The Contractor shall carry out all instructions of the Engineer-in-charge and
comply with all the applicable local laws where the Site is located.

23 Settlement of disputes:

23.1 If any dispute of difference of any kind whatsoever arises between the
department and the Contractor in connection with, or arising out of the
Contract, whether during the progress of the works or after their completion
and whether before or after the termination, abandonment or breach of the
Contract, it shall in the first place, be referred to and settled by the Engineer-
in-charge who shall, within a period of thirty days after being requested by
the Contractor to do so, give written notice of his decision to the Contractor.
Upon receipt of the written notice of the decision of the Engineer-in-Charge
the Contractor shall promptly proceed without delay to comply with such
notice of decision.

23.2 If the Engineer-in-Charge fails to give notice of his decision in writing within
a period of thirty days after being requested or if the Contractor is dissatisfied
with the notice of the decision of the Engineer-in-Charge, the Contractor may
within thirty days after receiving the notice of decision appeal to the
Department who shall offer an opportunity to the contractor to be heard and
to offer evidence in support of his appeal, the Department shall give notice of
73
his decision within a period of thirty days after the Contractor has given the
said evidence in support of his appeal, subject to arbitration, as hereinafter
provided. Such decision of the Department in respect of every matter so
referred shall be final and binding upon the Contractor and shall forthwith be
given effect to by the Contractor, who shall proceed with the execution of the
works with all due diligence whether he requires arbitration as hereinafter
provided, or not. If the Department has given written notice of his decision to
the Contractor and no claim to arbitration, has been communicated to him by
the Contractor within a period of thirty days from receipt of such notice the
said decision shall remain final and binding upon the Contractor. If the
Department fail to give notice of his decision, as aforesaid within a period of
thirty days after being requested as aforesaid, or if the Contractor be
dissatisfied with any such decision, then and in any such case the contractor
within thirty days after the expiration of the first named period of thirty days
as the case may be, require that the matter or matters in dispute be referred to
arbitration as detailed below:

SETTLEMENT OF CLAIMS:
Settlement of claims for Rs. 50,000/- and below by Arbitration.

All disputes or difference arising of or relating to the contract shall be referred to the
adjudication as follows:
a) Claims up to a value of rupees 10,000 / - : General Manager, HGCL.

b) Claims above value of rupees 10,000/- and up to rupees 50,000/- : Chief


General Manager, HGCL.

The arbitration shall be conducted in accordance with the provisions of Indian


Arbitration and Conciliation Act 1996 or any statutory modification thereof.
The arbitrator shall state his reasons in passing
the award. Claims above Rs.50,000/-.

All claims of above Rs.50,000/- are to be settled by a Civil Court of Hyderabad


jurisdiction by way of Civil suit and not by arbitration.
A reference for adjudication under this clauses shall be made by the contractor
within six months from the date of intimating the contractor of the preparation of
final bill or his having accepted payment whichever is earlier.
B. TIME FOR COMPLETION
24 Program:

24.1 The total period of completion is 12 months from the date of entering with
agreement to proceed including rainy season.

24.2 The attention of the Contractor is directed to the contract requirement at the
time of beginning of the work, The rate of progress and proportionate value
of work done from time to time as will be indicated by the Executive
Engineer‟s Certificate for the value of work done will be required. Date of

74
commencement of their programme will be the date for concluding
agreement but not the date of handing over site.

24.3 After signing the agreement, the contractor shall forthwith begin the work,
shall regularly and continuously proceed with them.
24.4 Rate of progress:
Work programme of achieving the milestones (Statement I attached).p.97

Mile stone Period from the Minimum percentage of work to be


No. date of signing completed
agreement (Cumulative)

Milestone-1 End of 3 months Completion of 15% of work

Milestone-2 End of 6 months Completion of 50% of work

Milestone-3 End of 9 months Completion of 75% of work

Completion of whole of the works including


Milestone-4 End of 12 months commissioning

Incentive for early


0.5% of initial contract price per month not
Incentive completion of whole
exceeding 1.5% of contract price.
work

ii) Site schedule of programme of handing over site to the contractor.

iii) The contractor shall achieve the financial progress, otherwise Liquidated
Damages shall be levied as per the condition No.48.3 of conditions of
contract.

24.5 The contractor shall commence the works on site within the period specified under
condition 17.1 to 24.3 above after the receipt by him of a written order to this effect
from the Chief General Manager and shall proceed with the same with due
expedition and without delay, except as may be expressly sanctioned or ordered by
the Chief General Manager.

24.6 Save in so far as the contractor may prescribe, the extent of portions of the site of
which the contractor is to be given possession from time to time and the order in
which such portions shall be made available to him and, Subject to any requirement
in the contract as to the order in which the works shall be executed, the Chief
General Manager will, with the Executive Engineer‟s written order to commence
the works, give to the contractor possession of so much of the site as may be
required to enable the contractor to commence proceed with the execution of the
works in accordance with the programme if any, and otherwise in accordance with
such reasonable proposals of the contractor as he shall by written notice to the Chief
General Manager, make and will from time to time as the works proceed, give to the
contractor possession of such further portions of the site as may be required to
75
enable the contractor to proceed with the execution of the works with due dispatch
in accordance with the said programme or proposals as the case maybe ; if the
contractor suffers delay or incurs cost from failure on the part of the Chief General
Manager to give possession in accordance with the terms of this clause, the Chief
General Manager shall grant an extension of time for the completion of works.

24.7 The contractor shall bear all costs and charges for special or temporary way leases
required by him in connection with access to the site. The contractor shall also
provide at his own cost any additional accommodation outside the site required by
him for the purposes of the work.

24.8 Subject to any requirement in the contract as to completion of any section of the
works before completion of the whole of the works shall be completed in
accordance with provisions of clauses in the Schedule within the time stated in the
contract calculated from the last day of the period named in the statement to the
tender as that within which the works are to be commenced or such extended time
as may be allowed.

24.9 Delays and extension of time:

No claim for compensation on account of delays or hindrances to the work from any
cause whatever shall lie, except as hereafter defined. Reasonable extension of time
will be allowed by the officer competent to sanction the extension, for unavoidable
delays, such as may result from causes, which in the opinion of the Executive
Engineer, are undoubtedly beyond the control of the contract. The Deputy General
Manager shall assess the period of delay or hindrance caused by any written
instructions issued by him, at twenty five percent in excess or the actual working
period so lost.
In the event of the Deputy General Manager failing to issue necessary instructions
and thereby causing delay and hindrance to the contractor, the latter shall have the
right to claim an assessment of such delay by the Chief General Manager of the
Circle whose decision will be final and binding. The contractor shall lodge in
writing with the Deputy General Manager a statement of claim for any delay or
hindrance referred to above, within fourteen days from its commencement,
otherwise no extension of time will be allowed. Whenever authorized alterations or
additions made during the progress of the work are of such a nature in the opinion of
the Deputy General Managers to justify an extension of time in consequence
thereof.
If there are valid reasons for extending the contract period, proposals for extension
of time should be sent to the authority competent to accord sanction of Extension of
Agreement time sufficiently in advance and in any case at least one month before
the expiry of the contract period.
25 Construction Programme:
25.1 The Contractor shall furnish within fortnight of the order of the work a
programme showing the sequence in which he proposed to carry out the
work, monthly progress expected to be achieved, also indicating date of
procurement of materials plant and machinery. The schedule should be such
that it is practicable to achieve completion of the whole work within the time
limit fixed and in keeping with the Mile stone programme specified and shall
76
obtain the approval of the Engineer-in-charge. Further rate of the progress as
in the program shall be kept up to date. In case it is subsequently found
necessary to alter this program, the contractor shall submit sufficiently in
advance the revised program incorporating necessary modifications and get
the same approved by the Engineer - in - Charge. No revised program shall
be operative without the approval of Engineer - in - Charge.

25.2 The Chief General Manager, shall all times have the right, without any way
violating this contract, or forming grounds for any claim, to alter the order of
progress of the works or any part thereof and The contractor shall after
receiving such directions proceed in the order directed. The contractor shall
also report the progress to the Chief General Manager with in 7 days of the
Executive Engineers direction to alter the order of progress of works.

25.3 The contractor shall give written notice to the Engineer - in - Charge
whenever planning or progress of the works is likely to be delayed on
disrupted unless any further drawings or order including a direction,
instruction or approval is issued by the Engineer - in - Charge within a
reasonable time. The notice shall include details of the drawing or order
required and of why and by when it is required and of any delay or disruption
likely to be suffered if it is late.

26 Speed of Work

26.1 The Contractor shall at all times maintain the progress of work to conform to
the latest operative progress schedule approved by the Engineer - in - Charge.
The contractor should furnish progress report indicating the programme and
progress once in a month. The Engineer - in - Charge may at any time in
writing direct the contractor to slow down any part or whole of the work for
any reason (which shall not be questioned) whatsoever, and the contractor
shall comply with such orders of the Engineer - in - Charge. The compliance
of such orders shall not entitle the contractor to any claim of compensation.
Such orders of the Engineer - in - Charge for slowing down the work will
however be duly taken into account while granting extension of time if asked
by the contractor for which no extra payment will be entertained.

26.2 Delays in Commencement or progress or neglect of work and forfeiture of


earnest money, Security deposit and withheld amounts:If, at any time, the
Engineer - in - Charge shall be of the opinion that the contractor is delaying
commencement of the work or violating any of the provisions of the
contractor is neglecting or delaying the progress of the work as defined by
the tabular statement. “Rate of progress” in the “Articles of Agreement”, he
shall so advise the contractor in writing and at the same time demand
compliance in accordance with conditions of Tender Notice. If the contractor
neglects to comply with such demand within seven days after receipt of
notice, it shall then or at any time there after, be lawful for the Engineer-in-
Charge to take suitable action in accordance with Clause.60 of APSS.

77
27 Suspension of works by the Contractor.

27.1 If the Contractor shall suspend the works, or sublet the work without sanction
of the Engineer-in-Charge, or in the opinion of the Engineer - in - Charge
shall neglect or fail to proceed with due diligence in the performance of his
part of the Contract as laid down in the Schedule rate of progress, or if he
shall continue to default or repeat such default in the respects mentioned in
clause.27 of the APSS, Engineer - in - Charge shall take action in accordance
with Clause 61 of APSS.

27.2 If the Contractor stops work for 28 days and the Stoppage has not been
authorised by the Engineer - in - Charge the Contract will be terminated
under Clause 61 of APSS.

27.3 If the Contractor has delayed the completion of works the Contract will be
terminated under Clause.61 of APSS.

28 Extension of the Intended Completion Date:

28.1 The Engineer - in - Charge shall extend or recommend for extension, in


accordance with the Department / Government orders in force, the Intended
Completion Date if a Variation is issued which makes it impossible for
Completion to be achieved by the Intended Completion Date.

28.2 The Engineer - in - Charge shall decide whether and by how much to extend
the Intended Completion Date within 30 days of the Contractor asking the
Engineer for a decision upon the effect of a Variation and submitting full
supporting information. If the Contractor has failed to give early warning of a
delay or has failed to cooperate in dealing with a delay, the delay by this
failure shall not be considered in assessing the new Intended Completion
Date.

29 Delays Ordered by the Engineer-in-Charge:

29.1 The Engineer - in - Charge may instruct the Contractor to delay the start or
progress of any activity within the Work.

30 Early Warning:

30.1 The contractor is to warn the Engineer - in - Charge at the earliest


opportunity of specific likely future events or circumstances that may
adversely affect the execution of works.

30.2 The Contractor shall cooperate with the Engineer - in - Charge in making and
considering proposals for how the effect of such an event or circumstance can
be avoided or reduced by anyone involved in the work and in carrying out
any resulting instruction of the Engineer - in - Charge.

78
31 Management Meetings:

31.1 The Engineer - in - Charge may require the Contractor to attend a


management meeting. The business of a management meeting shall be to
review the programme for remaining work and to deal with matters raised in
accordance with the early warning procedure.

C. QUALITY CONTROL

32 Identifying Defects:

32.1 The Engineer - in - Charge shall check the Contractor‟s work and notify the
Contractor of any Defects that are found. Such checking shall not affect the
Contractor‟s responsibilities. The Engineer - in - Charge may instruct the
Contractor to verify the Defect and to uncover and test any work that the
Engineer considers may be a Defect.

33 Tests:

33.1 If the Engineer - in - Charge instructs the contractor to carry out a test not
specified in the specification to check whether any work has a defect and the
contractor shall pay for the test and any samples.

34 Correction of Defects:

34.1 The Engineer - in - Charge shall give notice to the contractor of any defects
before the end of the defects liability period, which begins on completion.
The defects liability period shall be extended for as long as defects remain to
be corrected by the contractor.

34.2 Every time notice of a defect is given, the contractor shall correct the notified
defect within the length of time specified by the Engineer - in - Charge‟s
notice.
35 Uncorrected defects

35.1 If the contractor has not corrected the defect within the time specified in the
Engineer-in-Charge‟s notice, the Engineer-in-Charge will assess the cost of
having the defect corrected and the contractor will pay this amount.

35.2 The Engineer - in - Charge shall introduce O.K cards and prescribed the
formats there of. O.K cards shall relate to all major components of the work.
The contractor/his authorized representative shall be required to initiate and
fill in and present the O.K card to the construction staff who would check the
respective items and send to the quality control staff for final check and
clearance/O.K. Any defects pointed out by the construction supervision staff
or by the Quality Control staff shall promptly be attended to by the
contractors and the fact of doing so be duly recorded on the back of O.K
card.

79
35.3 The Engineer - in - Charge may also introduce check lists which shall be kept
in Bound registers by the construction supervision staff. The contractor may
be required to fill up these lists in the first instance and shall be subsequently
checked by the Construction / Quality Control engineers.

36 Quality Control

Any required material has to be procured after taking source approval from the
Engineer-In-Charge. The material will be dispatched only after testing with respect to
tender specifications at factory. The contractor has to arrange conveyance to two
members from HGCL from work site to factory to witness the tests.

I. Materials of Foundation bolts :


a) Thickness and Quality Material:
The thickness and quality of the materials shall conform IS standards. For foundation
bolts EN-8 material has to be used.

Acceptance criteria:
The Thickness and quality material location shall be chosen only through random
techniques as closer as required to yield the minimum number of test results for
evaluating a day‟s work the same will be send to Lab for quality check to meets
required specifications.
b) RECOVERY FROM CONTRACTOR:
If any deviation is beyond the above limit, the work shall be rejected.

II. Foundations:
The marking for pole foundations has to be done as per the directions of Engineer-In-
Charge. The excavation for pole pits has to be done as per the drawings and
specifications and the reinforcement of steel has to be prepared as per the directions
of Engineer-in-charge. After verification of pit dimensions and reinforcement by the
Engineer-in-charge the permission will be accorded to take up the work. The grade of
the concrete will be tested randomly if test results found not satisfactorily the
concerned foundations will be rejected. The water curing has to be done regularly
from next day of the erection of foundation to 14 days.

III. Materials of octagonal & highmast poles


The octagonal pole has to be manufactured as per the tender specifications, drawing
approvals taken from the Engineer-in-charge.

a) Thickness and grade of steel: The thickness and grade of steel materials shall confirm
IS standards and tender specifications. The minimum thickness shall not be less than
specified thickness.

b) Galvanized Thickness:
The poles and highmast should be fabricated with high tensile steel as per ASTL A572
Grade 50 steel with galvanization of above 90microns thickness.

c) Weight:
The all weight should be as per standard only
80
d) RECOVERIES:
Shortfall in thickness / quantity / weight
Any shortfall in thickness / quantity / weight will be rejected.

IV. luminairs, cables, panels and other related items:


All materials should be supplied as per specifications and IS standards only. Any
deviation the work will be rejected.

37 Quality policy:

37.1 The quality of construction shall be of highest standards.

The materials, equipment, tools and plants and workmanship should be of high
standards and acceptable quality conforming to the specifications.

The contractor 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
38 Quality plan:

The contractor shall draw quality plan based on the Quality Management System of
ISO 9001-2000 and submit the same to the Chief General Manager, HGCL, Tarnaka,
Hyderabad, at the time of concluding agreement for his approval.
Quality plan for raw materials/ construction materials/ finished products/works:

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.
The contractor shall collect various raw materials, construction materials well in
advance before its use and shall get them tested as per the approved quality plan. No
material shall be used unless it passes all the check/tests as per the acceptance
criteria given and a record of all checks/tests/ verifications shall be maintained at
site.
All the materials used in the works including electrical, Sanitary and water supply
works should be as per the list of approved materials, makes and suppliers enclosed.
The department reserves the right to insist upon using any of the materials from these
lists of approved materials.
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 and shall be of reputed and approved brand/make.
81
Tests required to be conducted at outside laboratories shall be done at those labs
which have availability of required instruments traceable to national standards and
which are approved by the Department. Reports obtained from such labs should
indicate the calibration status and traceability to national standards of their
equipments for accepting the results.
39 Quality control Lab: Deleted

40 Quality Registers

The contractor shall maintain the Quality Test Registers at site in the format
specified and record therein the results of all the tests conducted. The relevant
reports of the tests conducted shall be maintained in a separate file.
Return of Site documents:
All the site records/ documents mentioned therein shall be returned to the Engineer-
in-charge in full shape after the satisfactory completion of the work.
41 Quality Control Inspections:

In addition to the normal inspections by the regular staff in charge of the


construction of work, periodical inspection by Chief General Manager or his
nominees, the work will also be inspected the Architects and Project Management
consultants for this project and any other authorized external quality control
agencies. If any sub-standard materials, work or workmanship is noticed, action will
be taken based on their observations and these will be affected by the Engineer-in-
charge of the execution of the work.
42 Quality Audit:
The Department may engage external agencies for conducting quality audit in which
case the following methodology would be adopted:
i) The external agencies shall conduct quality control tests as per the standard procedures in
the presence of Construction and Quality Control Engineers and the Contractor.

ii) The observations of the external agencies on the quality of work should be recorded then
and there and signatures of all the concerned obtained as a token of acceptance of the
observations .

iii) If any sub-standard materials, work or workmanship is noticed, action will be taken
based on their observations and these will be affected by the Engineer-in-charge of the
execution of the work.

For all works costing more than Rs.2.00 Crores the Contractor shall submit quality plan and
also show proof of owning quality lab.
Note: In addition to the normal inspection by the regular staff in-charge of the construction
of work, the work will also be inspected by the Deputy General Manager/General Manager
Quality control Circle or by the State or District level Vigilance Cell Unit and any other
authorised external Agency if any sub-standard work or excess payments are noticed with
reference to measurement books etc., during inspection, action will be taken based on their
observations and these will be effected by the Engineer-in-Charge of the execution of the
work.

82
Maintenance of Quality, Quantity and Penalties to be imposed for deficient
execution of work on the contractors are as follows:
I. Materials of Foundation bolts :
a) Thickness and Quality Material:
The thickness and quality of the materials shall conform IS standards. For foundation
bolts EN-8 material has to be used.

Acceptance criteria:
The Thickness and quality material location shall be chosen only through random
techniques as closer as required to yield the minimum number of test results for
evaluating a day‟s work the same will be send to Lab for quality check to meets
required specifications.
b) RECOVERY FROM CONTRACTOR:
If any deviation is beyond the above limit, the work shall be rejected.

II. Foundations:
The marking for pole foundations has to be done as per the directions of Engineer-In-
Charge. The excavation for pole pits has to be done as per the drawings and
specifications and the reinforcement of steel has to be prepared as per the directions
of Engineer-in-charge. After verification of pit dimensions and reinforcement by the
Engineer-in-charge the permission will be accorded to take up the work. The grade of
the concrete will be tested randomly if test results found not satisfactorily the
concerned foundations will be rejected. The water curing has to be done regularly
from next day of the erection of foundation to 14 days.

IV. Materials of octagonal & highmast poles


The octagonal pole has to be manufactured as per the tender specifications, drawing
approvals taken from the Engineer-in-charge.

a) Thickness and grade of steel: The thickness and grade of steel materials shall confirm
IS standards and tender specifications. The minimum thickness shall not be less than
specified thickness.

b) Galvanized Thickness:
The poles and highmast should be fabricated with high tensile steel as per ASTL A572
Grade 50 steel with galvanization of above 90microns thickness.

c) Weight:
The all weight should be as per standard only

e) RECOVERIES:
Shortfall in thickness / quantity / weight
Any shortfall in thickness / quantity / weight will be rejected.

IV. luminairs, cables, panels and other related items:


All materials should be supplied as per specifications and IS standards only. Any
deviation the work will be rejected.

83
GENERAL:
1. The edges of the carriageway shall be correct within a tolerance of +/- 10mm.
2. The negative tolerance of top layer shall not be permitted in conjunction with positive
tolerance of bottom layer.
3. The QC shall inspect the work at every stage of execution particularly before laying
bituminous layers & during execution of BT layer on their own. QC is meant for quality
assurance. Any check after completion does not serve the quality assurance.
4. The contractor shall test all the materials as per agreement specifications and results
shall be recorded duly signed by the Contractor or his representative and the section
officer. The name of work and quarry location shall be clearly noted in the test reports.

Inspections and Quality Control. For pipeline works


i) In addition to the quality assurance inspections of the concerned Engineer-In-Charge
and his subordinate Engineers of HGCL at site for all the civil works, the contractor is
required to cooperate and extend all facilities for the routine / regular / surprise, quality
control inspections of the Engineer-In-charge and his subordinate Engineers, HGCL
and or for the quality check inspections of third party personnel if any engaged by
HGCL including collection and testing of samples.

ii) In the case of various pipes and manholes, in addition to the required quality assurance
inspections and tests by the concerned Engineer-In-Charge and his subordinate
Engineers of HGCL at factory and at site as the case may be, the contractor is required
to cooperate and extend all facilities for the routine / regular / surprise, quality control
inspections and tests for the various pipes and manholes, by the Engineer-In-Charge ,
HGCL and his subordinate Engineers and or for the quality check inspections and tests
by third party personnel if any engaged by HGCL including collection and testing of
samples etc.

iii) In the case of various appurtenances in addition to the required quality assurance
inspections and tests by the concerned Engineer-In-Charge and his subordinate
Engineers of HGCL at factory and at site as the case may be, the contractor is required
to cooperate and extend all facilities for the routine / regular / surprise, quality control
inspections and tests for the various valves as above, by the Engineer-In-Charge ,
HGCL and his subordinate Engineers and or for the quality check inspections and tests
by third party personnel if any engaged by HGCL Since such inspections usually
involve the inspecting personnel visits to the various manufacturing units at different
stages, the cost of said inspections would be borne by HGCL, in case of successful
visits. In case of failure of the relevant tests for the valves at the manufacturing units the
cost of such inspection would be recovered from the contractor.

84
D. Cost Control

43 Bill of Quantities:

37.1 The Bill Quantities shall contain items for the construction work to be done
by the Contractor.

37.2 The Contractor is paid for the quantity of the work done at the estimate rate
in the Bill of Quantities for each item plus or minus Tender percentage.

44 Changes in the Quantities:

a. The contractor is bound to execute all supplemental works that are found
essential, incidental and inevitable during execution of main work.

b. The payment of rates for such supplemental items of work will be regulated
as under; Supplemental items directly deducible from similar items in the
original agreement.

i. The rates shall be derived by adding to or subtracting from the agreement


rate of such similar item the cost of the difference in the quantity of
materials labour between the new items and similar items in the
agreement worked out with reference to the Standard Schedule of Rates
adopted in the sanctioned estimate with which the tenders are accepted
plus or minus over all tender percentage.

ii. (a) Similar items but the rates of which cannot be directly deduced from
the original agreement.

(b) Purely new items which do not correspond to any item in the
agreement.

iii. The rates of all such items shall be Estimated Rates plus or minus overall
Tender premium.

45 Extra Items:
a. Extra items of work shall not vitiate the contract. The contractor shall be bound
to execute extra items of work as directed by the Engineer - in – Charge. The
rates for extra items shall be worked out by the Deputy General Managers per the
conditions of the Contract and the same are binding on the Contractor.
th
b. The contractor shall before the 15 day of each month, submit in writing to the
Deputy General Manager a statement of extra items if any that they have
executed during the preceding month failing which the contractor shall not be
entitled to claim any.
85
c. Entrustment of additional items:

i. Where ever additional items not contingent on the main work and outside the
scope of original agreement are to be entrusted to the original contractor
dispensing with bids and if the value of such items exceeds the limits up to
which the officer is empowered to entrust works initially to contractor without
calling for tenders, approval of next higher authority shall be obtained.
Entrustment of such items on nomination shall be at rates not exceeding the
estimated rates.

ii. Entrustment of the additional items contingent on the main work will be
authorised by the officers up to the monetary limits up to which they
themselves are competent to accept items in the original agreement so long as
the total amounts up to which they are competent to accept in an original
agreement rates for such items shall be worked out in accordance with the
procedure (I) For all items of work in excess of the quantities shown in the
Bill of Quantities of the Tenders, the rate payable for such items shall be
estimate rates for the items (+) or (-) over all tender percentage accepted by
the competent authority.

iii. Entrustment of either the additional or supplemental items shall be subject to


the provisions of the agreement entered into by a Competent Authority after
the tender is accepted. The Chief General Manager being the higher authority
who entered into the agreement approves the rate for the items / variation in
quantity in the current agreement. The items shall not be ordered by an officer
on his own responsibility if the revised estimate or deviation statement
providing for the same requires the sanction of higher authority.

Note: It may be noted that the term Estimate Rate used above means the rate in the sanctioned
estimate with which the tenders are accepted, or if no such rates is available in the
estimate, the rate derived will be with reference to the Standard Schedule of Rates
adopted in the sanctioned estimate with which tenders are accepted.
46 Cash flow forecasts:

a. When the program is updated, the contractor is to provide the Engineer-in-charge


with an updated cash flow forecast.
47 Payment Certificates:

a. The Contractor shall submit to the Engineer - in - Charge monthly statements of


the estimated value of the work completed less the cumulative amount certified
previously.

b. The Engineer - in - Charge shall check the Contractor‟s monthly statement within
14 days.
c. The value of work executed shall be determined by the Engineer - in - Charge.

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

86
e. The Engineer - in - Charge may exclude any item certified in a previous
certificate or reduce the proportion of any item previously certified in any
certificate in the light of later information.

48 Payments:

a. Payment for the work done by the contractor will be made for the finished work
based on the measurements recorded in measurement books by any officer of the
department not lower in rank than a Assistant Engineer and check measured by
any officer not lower in rank than a Deputy Executive Engineer. The
measurement shall be recorded at various stages of the work done and also after
work is completed. The contractor shall be present at the time of recording of
each set of measurement and their check measurement and accept them then and
there so as to avoid disputes at a later stage. If the contractor is not available at
the work spot at the time of recording measurements or check measurements the
particulars of measurements shall be signed by the authorized agent of contractor
based on which the contractor shall accept the set of measurements without any
further dispute. If for any reason the contractor‟s authorized agent is also not
available at site when the department decides to suspend the work recording of
measurements in the absence of the contractor or his authorized representative
the department shall not entertain any claim from the contractor for any loss
incurred by him on this account. The Contractor shall however note that the
Department cannot indefinitely wait for recording the measurement due to the
absence of the Contractor and his authorized agent and check measure them even
in the absence of the contractor.
b. For all material.
i) 70% of the agreement rate for each item will be paid for all material as per site
requirement after testing at factory and conveyance to site as per specifications
and on production

ii) 15% of the agreement rate after laying, fixing, and erection &15% agreement
rate after commissioning and put in use.

c. Payments and Certificates:

i. Payments shall be adjusted for recovery of advance payments, liquidated


damages in terms of tender conditions and security deposit for the due fulfillment of the
contract. Payment will be made to the Contractor under the certificate duly recording the
measurements in the Measurement Books, issued at reasonably frequent intervals by the
Engineer - in - Charge, and payment will be the sum equal to 100% of the value of work
done as so certified by Engineer-in-charge.
ii. In case of over payments or wrong payment if any made to the contractor due to
wrong interpretation of the provisions of the contract, APSS or Contract conditions
etc., such unauthorized payment will be deducted in the subsequent bills or final
bill for the work or from the bills under any other contracts with the HGCL or at
any time there after from the deposits available with the HGCL.

87
iii. Any recovery or recoveries advised by the Government Department either state or
central, due to non-fulfillment of any contract entered into with them by the
contractor shall be recovered from any bill or deposits of the contractor.

iv. No claim shall be entertained, if the same is not represented in writing to the
Engineer-in-Charge within 15 days of its occurrence.

v. The contractor is not eligible for any compensation for inevitable delay in handing
over the site or for any other reason. In such case, suitable extensions of time will
be granted after considering the merits of the case.

vi. Wherever the audit parties of A.G point out that the contractor is unintendly
benefited, then the employer is empowered to recover the same amount from
the Contractor and it is binding on the contractor

d. Intermediate Payments:

i. For intermediate Stage of work, only part rates as fixed by the Engineer - in -
Charge will be paid.

ii. Part rates shall be worked out for the work done portion based on the actual
operations involved keeping in view the value of the balance work to be
done, to avoid unintended benefit to the Contractor in initial Stage.

a. 70% of the agreement rate for each item will be paid for all material as
per site requirement after testing at factory and conveyance to site as per
specifications and on production

b. 15% of the agreement rate after laying, fixing, and erection &15%
agreement rate after commissioning and put in use.

iii. Full rate shall be paid when the work is completed to the full profile as noted
in the drawings.

iv. For earthwork in cutting, 10% of the quantity will be with held for
intermediate payments and the same will be released after completing the
work to the profiles as per drawings and disposal of the spoil material at the
specified places and handing over the balance useful stone. For this purpose
a length of 25 mts. will be taken as a Unit.

v. For earth work, embankment formation work, 10% of the quantity will be
withheld for intermediate payments and the same will be released after
completing the bund to the profiles as per drawings including trimming of
side slopes and all other works contingent to the bund profile. For this
purpose, 25mts of length will be taken as a Unit.

88
vi. For the structure works either with masonry or concrete where the height of
structure is more than three meters, the quantities executed in the lower level
will be withheld at the rate of one percent for every three meters height, if
the balance height o the structure work is more than three meters in being
over the executed level and the same will be released only after the entire
work is completed as certified by the Engineer-in-Charge.

vii. For C.M. & C.D. works and for lining works, spread over more than 2
Km. In length 5 percent of the concrete and Masonry quantities will be
with held and the same will be released after completion of all C.M. &
C.D. works and lining for the entire length certified by the Engineer-in-
Charge.
viii. Where payment is intended for aggregates by Bill of Quantities item
based on stack measurements, 10% of the quantity measured will be
withheld. No payment or advance will be made for unfixed materials
when the rates are for finished work in site.

49 Interest on Money due to the Contractor:

a. No omission by the Deputy General Manager or the sub-divisional officer to pay


the amount due upon certificates shall vitiate or make void the contract, nor shall
the contractor be entitled to interest upon any guarantee fund or payments in
arrear, nor upon any balance which may, on the final settlement of his accounts,
found to be due to him.

50 Certificate of Completion of works:


a. Certificate of Completion of works:

i. When the whole of the work has been completed and has satisfactory
passed any final test that may be prescribed by the Contract, the
Contractor may give a notice to that effect to the Engineer-in-Charge
accompanied by an undertaking to carry out any rectification work during
the period of maintenance, such notice and undertaking shall be in writing
and shall be deemed to be request by the Contractor for the Engineer-in-
Charge to issue a Certificate of completion in respect of the Works. The
Engineer-in-Charge shall, within twenty one days of the date of delivery
of such notice either issue to the Contractor, a certificate of completion
stating the date on which, in his opinion, the works were completed in
accordance with the Contract or give instructions in writing to the
Contractor specifying all the Works which, in the Engineer-in-Charge'‟
opinion, required to be done by the Contractor before the issue of such
Certificate. The Engineer-in-Charge shall also notify the Contractor of
any defects in the Works affecting completion that may appear after such
instructions and before completion of the Works specified there in. The
Contractor shall be entitled to receive such Certificate of the Completion
within twenty one days of completion to the satisfaction of the Engineer-
in-Charge of the Works so specified and making good of any defects so
notified.

ii. Similarly, the Contractor may request and the Engineer-in-Charge shall
issue a Certificate of Completion in respect of:

89
a) Any section of the permanent works in respect of which a separate time for
completion is provided in the Contract, and

b) Any substantial part of the permanent works which has been both completed to
the satisfaction of the Engineer-in-Charge and occupied or used by the
department.

iii. If any part of the Permanent Works shall have been completed and shall
have satisfactorily passed any final test that may be prescribed by the
Contract, the Engineer-in-Charge may issue such certificate, and the
Contractor shall be deemed to have undertaken to complete any
outstanding work in that part of the Works during the period of
Maintenance.

51 Taxes included in the bid:

51.1 The percentage quoted by the contractor is inclusive of Goods & Services Tax
(GST) component on individual items and all other taxes on all materials that the
contractor will have to purchase for performance of this contract.

51.2 GST component shown in Part „B‟ of the estimate shall be added in each bill of the
contractors who opt for composition scheme and recovered.

51.3 In respect of those contractors, who do not opt for composition scheme, the GST
component loaded in the estimate in Part „B‟ shall not be released to them with their
bills. However, GST loaded in Part „B‟ of the estimate shall be recovered and for the
recovery made, a deduction certificate shall be issued, based on which they have to
claim adjustment through their returns submitted to their respective assessing
authorities.

52 Price Adjustment: DELETED

52.2 The Price Adjustment shall be both for increase and decrease in the prices
for the works completed within the original agreement period.

52.3 The price adjustment shall apply only for the work carried out within the agreement
period and shall not apply to work carried out beyond the agreed period of
completion.

In addition, the Price adjustment shall be for valid extension given for natural
calamities duly limiting to the actual period/ days lost and for portion of work where
work is delayed due to land acquisition/ shifting of utilities (this shall also be limited
to actual length affected).
52.4 The variation clause will be when the variation in rates is more or less than 5% of
the rate provided in the technical sanctioned estimate based on which bids are
invited or All India wholesale price index as stipulated in the G.O.Ms no 35,
T(R&B) (R.I) Dept., dated 28/2/2006 on the date twenty eight days prior to closing
date of submission of bids whichever is advantageous to the department.

90
52.5. To the extent that full compensation for any rise or fall costs to the contractor is not
covered by the provisions of this or other clauses in the contract, the unit rate and
prices included in the contact shall be deemed to include amounts to cover the
contingency of such rise or fall in costs.
53 Retention: DELETED

As performance security collecting 10% of ECV/TCV deduction of retention money


not required.

54 Liquidated Damages

a. If for any reason, which does not entitle the contractor to an extension of
item, the rate of progress of works, or any section is at any time, in the
opinion of the Chief General Manager too slow to ensure completion by the
prescribed time or extended time for completion Chief General Manager
shall so notify the contractor in writing and the contractor shall there upon
take such steps as are necessary and the Chief General

Manager may approve to expedite progress so as to complete the works or


such section by the prescribed time or extended time. The contractor shall
not be entitled to any additional payment for taking such steps. If as a
result of any notice given by the Chief General Manager under this clause
the contractor shall seek the Chief General Managers permission to do any
work at night or on Sundays, if locally recognized as days or rest, or their
locally recognized equivalent, such permission shall not be unreasonably
refused.
b. If the contractor fails to complete whole of the works or any part thereof or
section of the works within the stipulated periods of individual mile stones
(including any bonafide extensions allowed by the competent authority
without levying liquidated damages), the Chief General Manager may
without prejudice to any other method of recovery will deduct one tenth of
one percent of contract value per calendar day or part of the day for the
period of delays subject to a maximum of 10% of the contract value not as
a penalty from any monies in his hands due or which may become due to
the contractor. The payment or deductions of such damages shall not
relieve the contractor from his obligation to complete the works, or from
any other of his obligations and liabilities under the contract.
c. The liquidated damages for the whole of the work:
Mile stone Period from the date of Minimum percentage of work to be Liquidated damages
No. signing the agreement Completed (Cumulative) amount in Rupees per
day
For the End of 3 months Completion of 15% of work Rs 50,000/-
Milestone-1
For the
End of 6 months Completion of 50% of work Rs 50,000/-
Milestone-2

For the
End of 9 months Completion of 75% of work Rs 75,000/-
Milestone-3

For the Completion of whole of the works


End of 12 months Rs 1,00,000/-
Milestone-4 including commissioning

Incentive for early completion 0.5% of initial contract price per month not exceeding 1.5% of
Incentive
of whole work contract price.

91
The maximum amount of liquidated damages for the whole of the works is ten
percent of final contract price.
If the progress is made good such that the total work is completed within the final
milestone, the intermediate liquidated damages levied for milestones 1 &2 shall be
reviewed by the Chief General Manager, HGCL and waive off the same.
55 Payment of Mobilization Advance : Deleted

56 Securities:

a. The performance security and Additional Security (for discount tender


percentage beyond 25%) shall be provided to the Department not later
than the date specified in the Letter of Acceptance and shall be issued in an
amount and form and by a bank acceptable to the Department. The
performance security shall be valid until a date 28 days from the date of
expiry of Defects Liability Period and the additional security shall be valid
until a date 28 days from the date of issue of the certificate of completion.

57 Cost of Repairs:

a. Loss or damage to the works or materials to the works between the start date and
the end of the defects correction periods shall be remedied by the contractor at
the contractor‟s cost if the loss or damage arises from the contractor‟s acts or
omissions.

E. FINISHING THE CONTRACT

58 Completion:

a. The Contractor shall request the Engineer-in-Charge to issue a Certificate of


completion of the Works and the Engineer-in-Charge will do so upon deciding
that the work is completed.

59 Taking Over:

a. The Department shall takes over the Site and the Works within seven days of the
Engineer-in-Charge issuing a certificate of Completion and handed over to
O&M team for further 7 years maintenance.

60 Final Account:

a. The Contractor shall supply to the Engineer-in-Charge a detailed account of the


total amount that the Contractor considers payable under the Contract before the
end of the Defects Liability Period. The Engineer-in-Charge shall issue a Defects
Liability Certificate and certify any final payment that is due to the Contractor
within56 days of receiving the Contractor‟s account if it is correct and complete.
If it is not, the

92
Engineer-in-Charge shall issue within 56 days a schedule that states the scope of
the corrections or additions that are necessary. If the final Account is still
unsatisfactory after it has been resubmitted, the Engineer-in-Charge shall decide
on the amount payable to the Contractor and issue a payment certificate with in
56 days of receiving the Contractor‟s revised account.
61 Termination:

a. The Department may terminate the Contract if the contractor causes a


fundamental breach of the Contract.

b. Fundamental breaches of Contract include, but shall not be limited to the


following.

i) The Contractor stops work for 28 days when no stoppage of work is shown on
the current program and the stoppage has not been authorized by the Engineer-in-
Charge.

ii) The Contractor is made bankrupt or goes into liquidation other than for a
reconstruction or amalgamation.

iii) The Engineer-in-Charge gives Notice that failure to correct a particular Defect is
a fundamental breach of Contract and the Contractor fails to correct it within a
reasonable period of time determined by the Engineer-in-Charge and

iv) The Contractor does not maintain a security which is required and

v) The Contractor has delayed the completion of works by the number of days for
which the maximum amount of liquidated damages can be paid as defined.

vi) If the contractor, in the judgment of the Department has engaged in corrupt or
fraudulent practices in competing for or in the executing the contract. For the
purpose of this paragraph: “corrupt practice” means the offering, giving, receiving or
soliciting of anything of value to influence the action of a public official in the
procurement process or in contract execution. “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 Department / Government and
includes collusive practice among Tenderers (prior to or after Tender submission)
designed to establish Tender prices at artificial non-competitive levels and to deprive
the HGCL of the benefits of free and open competition.

c. Notwithstanding the above the Department may terminate the contract for
convenience.

d. If the Contract is terminated, the Contractor shall stop work immediately, make
the Site safe and secured leave the Site as soon as reasonably possible.

93
62 Payment upon Termination:

a. If the Contract is terminated because of a fundamental breach of Contract by the


Contractor, the Engineer-in-Charge shall issue a certificate for the value of the
work done less advance payments received upon the date of the issue of the
certificate, less other recoveries due in terms of the Contract, less taxes due to be
deducted at source as per applicable law and less the percentage to apply to the
work not completed. Additional Liquidated Damages shall not apply. If the total
amount due to the Department exceeds any payment due to the Contractor the
difference shall be a debt payable to the Department.

63 Property:

a. All materials on the Site, Plant, Equipment, Temporary Works and Works are
deemed to be the property of the Department if the Contract is terminated
because of Contractor‟s default.

64 Release from Performance:

a. If the Contract is frustrated by the outbreak of war or by any other event entirely
outside the control of either the Department or the Contractor the Engineer-in-
Charge shall certify that the contract has been frustrated. The Contractor shall
make the site safe and stop work as quickly as possible after receiving this
certificate and shall be paid for all works carried out before receiving it and for
any work carried out after wards to which commitment was made.

F. SPECIAL CONDITIONS
65 Water Supply:

The Contractor has to make his own arrangements for water required for the work and to
the colonies and work sites, which are to be established by the Contractor.

66 Electrical Power :

HGCL will be permitted to use the power supply at available locations and payment
basis. In absence of power supply the Contractors will have to make their own
arrangements for drawing electric power from the nearest power line after obtaining
permission from the Telangana State Electricity Board at his own cost. In case of failure
of electricity, the Contractor has to make alternative arrangements for supply of
electricity by Diesel Generator sets of suitable capacity at place of work.
The contractor will pay the bills of Electricity Board for the cost of power consumed by
him.
The contractor shall satisfy all the conditions and rules required as per Indian Electricity
Act 1910 and under rule –45(I) of the Indian Electricity Rules, 1956 as amended from
time to time and other pertinent rules.

94
The power shall be used for bonafide Departmental works only.
a. Electric Power for Domestic Supply:

a) The contractor has to make his own arrangements for the supply of electric
power for domestic purposes and the charges for this purpose have to be paid by
him at the rates as fixed by the Andhra Pradesh State Electricity Board from time
to time.

b) The contractor will have to make his own arrangements to lay and maintain the
necessary distribution lines and wiring for the camp at his own cost. The layout
and the methods of laying the lines and wiring shall have the prior approval of
the Engineer-in-Charge. All camp area shall be properly electrified. All lines,
streets, approaches for the camp etc., shall be sufficiently lighted for the safety of
staff and labour of the contractor, at the cost of the Contractor and it will be
subject to the approval of the Engineer-in-Charge.

67 Land:
a. Land for Contractor‟s use:

The contractor will be permitted to use Department land for execution of work. The
contractor shall have to make his own arrangements for acquiring and clearing the site,
leveling, providing drainage and other facilities for labour staff colonies, site office,
work-shop or stores and for related activities. The Contractor shall apply to the
Department within a reasonable time after the award of the contract and at least 30 days
in advance of its use, the details of land required by him for the work at site and the land
required for his camp and should any private land which has not been acquired, be
required by the contractor for his use. The same may be acquired by the contractor at his
own cost by private negotiations and no claim shall be admissible to him on this
account.
The Engineer-in-Charge reserves the right to refuse permission for use of any
department land for which no claim or compensation shall be admissible to the
contractor. The contractor shall, however, not be required to pay cost or any rent for the
Department land given to him.
b. Surrender of occupied land

a) The Government land as here in before mentioned shall be surrendered to the


Engineer-in-Charge within seven days, after issue of completion certificate. Also no
land shall be held by the contractor longer than the Engineer-in-Charge shall deem
necessary and the contractor shall on the receipt of due notice from the Engineer-in-
Charge, vacate and surrender the land which the Engineer-in-Charge may certify as
no longer required by the Contractor for the purpose of the work.
b) The contractor shall make good to the satisfaction of the Engineer-in-Charge any
damage to areas, which he has to return or to other property or land handed over to
him for purpose of this work. Temporary structures may be erected by the contractor
for storage sheds, offices, residences etc., for non-commercial use, with the
permission of the Deputy General Manager on the land handed over to him at his
own cost. At the completion of the work these structures shall be dismantled site
cleared and handed over to the Executive Engineer. The land required for providing
amenities will be given free of cost from Department lands if available otherwise the
contractor shall have to make his own arrangements.
95
c. Contractor not to dispose off Spoil etc.,

The contractor shall not dispose off or remove except for the purpose of fulfillment
of this contract, sand, stone, clay ballast, earth, trees and shrubs or other materials
obtained in the excavate ion made or lying on the site of the work, and all such
materials and produce shall remain property of the HGCL. The Department may
upon request from the contractor, or if so stipulated in the conditions of the contract
allow the contractor to use any of the above materials for the works either free of
cost or after payment as may be specifically mentioned or considered necessary
during the execution of the work.
68 Roads:

In addition to existing public roads and roads Constructed by Government, if any, in


work area all additional approach roads inside work area and camp required by the
Contractor shall be constructed and maintained by him at his own cost. The layout
design, construction and maintenance etc. of the roads shall be subject to the
approval of the Engineer-in-Charge. The contractor shall permit the use of these
roads by the Department / Government free of charge.
It is possible that work at, or in the vicinity of the work site will be performed by the
Department or by other contractors engaged in work for the Department during the
contract period. The contractor shall without charge permit the Department and such
other contractor and other workmen to use the access facilities including roads and
other facilities, constructed and acquired by the contractor for use in the performance
of the works.
The contractor‟s heavy construction traffic or tracked equipment shall not traverse
any public roads or bridges unless the contractor has made arrangement with the
authority concerned. In case contractor‟s heavy construction traffic or tracked
equipment is not allowed to traverse any public roads or bridges and the contractor is
required to make some alternative arrangements, no claim on this account shall be
entertained.
The contractor is cautioned to take necessary precautions in transportation of
construction materials to avoid accidents.
69 Payment for Camp Construction

No payment will be made to the contractor for construction, operation and


maintenance of camp and other camp facilities and the entire cost of such work shall
be deemed to have been included in the tendered rate for the various items of work in
the schedule of quantities and bids.

70 Explosive And Fuel Storage Tanks

No explosive shall be stored within 1/2 (half) KM of the limit of the camp sites. The
storage of gasoline and other fuel oils or of Butane, Propane and other liquefied
petroleum gases, shall confirm to the regulations of Andhra Pradesh State
Government and Government of India. The tanks, above ground and having capacity
in excess of 2000 liters, shall not be located within the camp area, nor within 200m,
of any building.

96
71 Labour:

The contractor shall, make his own arrangements for the engagement of all staff and
labour, local or other, and for their payment, housing, feeding and transport.
Labour importation and amenities to labour and contractor‟s staff shall be to the
contractor‟s account. His quoted percentage shall include the expenditure towards
importation of labour amenities to labour and staff;
The contractor shall, if required by the Engineer-in-Charge, deliver to the Engineer-
in-Charge a written in detail, is such form and at such intervals as the Engineer-in-
Charge may prescribe, showing the staff and the numbers of the several classes of
labour from time to time employed by the contractor on the Site and such
information respecting Contractor‟s Equipment as the Engineer-in-Charge may
require.
72 Transportation of Labour:

The contractor shall make his own arrangement for the daily transportation of the
labour and staff from labour camps colonies to the work spot and no labour or staff
of the contractor shall stay at the work spot. No extra payment will be made to the
contractor for the above transportation of the labour and his quoted percentage to the
work shall include the transportation charges of labour from colonies to work spot
and back.
The contractor will at all times duly observe the provisions of employment of
children Act XXVI of 1938 and any enactment or modification of the same and will
not employ or permit any person to do any work for the purpose under the provisions
of this agreement in contravention of said Act. The contractor here by agrees to
indemnify the department from and against all claims, penalties which may be
suffered by the department or any person employed by the department by any default
on the part of the contractor in the observance and performance of the provisions of
the employment of children Act. XXVI of 1938 or any enactment or modification of
the same.
As per Govt. memo No.721/Gr.(1)/81-35, dt:17.11.87. The contractor shall obtain
the insurance at his own cost to cover the risk on the works to labour engaged by him
during period of execution against fire and other usual risks and produce the same to
the Deputy General Manager concerned before commencement of work.
73 Safety Measures:

1. The contractor shall take necessary precautions for safety of the workers and
preserving their health while working in such jobs, which require special protection
and precautions. The following are some of the measures listed but they are not
exhaustive and contractor shall add to and augment these precautions on his own
initiative where necessary and shall comply with directions issued by the Deputy
General Manager or on his behalf from time to time and at all times.

2. Providing protective foot wear to workers situations like mixing and placing of
mortar or concrete sand in quarries and places where the work is done under much
wet conditions.

3. Providing protective head wears to workers at places like underground excavate ions
to protect them against rock falls.

97
4. Providing masks to workers at granulates or at other locations where too much fine
dust is floating about and sprinkling water at frequent intervals by water hoses on all
stone crushing area and storage bins abate to dust.

5. Getting the workers in such jobs periodically examined for chest trouble due
to too much breathing in to fine dust.

6. Taking such normal precautions like fencing and lightening in excavate ion of
trenches, not allowing rolls and metal parts of useless timber spread around, making
danger areas for blasting providing whistles etc.
7. Supply work men with proper belts, ropes etc., when working in precarious slopes
etc.
8. Avoiding named electrical wire etc., as they would electrocute the works.

9. Taking necessary steps towards training the workers concerned on the machinery
before they are allowed to handle them independently and taking all necessary
precautions in around the areas where machines hoists and similar units are working.

74 Fair Wage Clause:


The contractor shall pay not less than fair wages to laborers engaged by him on the
work.

“Fair” wages means wages whether for time of piecework notified by the
Government from time in the area in which the work is situated.

The contractor shall not with-standing the revisions of any contract to the contrary
cause to be paid to the labour, in directly engaged on the work including any labour
engaged by the sub-contractor in connection with the said work, as if the labourers
had been directly employed by him.

In respect of labour directly or indirectly employed in the works for the purpose of
the contractors part of the agreement the contractor shall comply with the rules and
regulations on the maintenance of suitable records prescribed for this purpose from
time to time by the Government. He shall maintain his accounts and vouchers on the
payment of wages to the labours to the satisfaction of the Executive Engineer.

The Deputy General Manager shall have the right to call for such record as required
to satisfy himself on the payment of fair wages to the labours and shall have the right
to deduct from the contract amount a suitable amount for making good the loss
suffered by the worker or workers by reason of the “fair wages” clause to the
workers.

The contractor shall be primarily liable for all payments to be made and for the
observance of the regulations framed by the Government from time to time without
prejudice to his right to claim indemnity from his sub-contractors.

As per contract labour (Regulation and abolition) Act. 1970 the contractor has to
produce the license obtained from the licensing officers of the labour department
along with the tender or at the time of agreement.

98
Any violation of the conditions above shall be deemed to be a breach of his contract.

Equal wages are to be paid for both men and women if the nature of work is same
and similar. The contractor shall arrange for the recruitment of skilled and unskilled
labour local and imported to the extent necessary to complete the work within the
agreed period as directed by the Deputy General Manager in writing.

75. Indemnity Bond:


NAME OF WORK: Design, Supply, Installation, Testing, Commissioning, of illumination
to the Outer Ring Road, Hyderabad for the Main Carriage Way/ Inter changes/
Junctions/Service Roads at junctions and Under Pass areas from Keesara to Pedda
Amberpet (67.00Km to 101 km) total 34 Km length in the state of Telangana, India and
Operation & Maintenance of illumination with connected switch gear for a period of Seven
years from date of Operational Acceptance Certificate.

We __________________________, contractor Resident of ______________________do


hereby bind our self to pay all the claims which may come (a) under Workmen‟s
Compensation Act. 1933 with any statutory modification there of and rules there under or
otherwise for or in respect of any damage or compensation payable in connection with any
accident or injury sustained (b) under Minimum wages Act 1948 (c) under payment of
wages Act.1936 (d) under the Contractor labour (Regulation and Abolition) Act. 1970 by
workmen engaged for the performance of the business relating to the above contract. Failing
such payment of claims of workmen engaged in the above work, we abide in accepting for
the recovery of such claims, affected from any of our assets with the departments.

Signature of the Contractor


76 Compliance With Labour Regulations:

During continuance of the contract, the contractor and his sub contractors shall abide
at all times by all existing labour enactments and rules made there under, regulations,
notifications and bye laws of the State or Central Government or local authority and
any other labour law (including rules), regulations, bye laws that may be passed or
notifications that may be issued under any labour law in future either by the State or
the Central Government or the local authority and also applicable labour regulations,
health and sanitary arrangements for workmen, insurance and other benefits. Salient
features of some of the major labour laws that are applicable to construction industry
are given below. The contractor shall keep the Department indemnified in case any
action is taken against Department by the competent authority on account of
contravention of any of the provisions of any Act or rules made there under,
regulations or notifications including amendments. If the Department is caused to
pay or reimburse, such amounts as may be necessary to cause or observe, or for non-
observance of the provision stipulated in the notifications/bye
laws/Acts/Rules/regulations including amendments, if any, on the part of the
contractor, the Engineer-in-charge /Department shall have the right to deduct any
money due to the contractor including his amount of performance security. The
99
Department/Engineer-in-Charge shall also have right to recover from the contractor
any sum required or estimated to be required for making good the loss or damage
suffered by the Department.
The employees of the Contractor and the Sub-contractor in no case shall be treated as
the Department of the Department at any point of time.

77 Salient features of some major labour laws applicable to establishment engaged


in buildings and other construction work:
(a) Workmen compensation Act 1923: The Act provides for compensation in case if
injury by accident arising out of and during the course of employment.
(b) Payment of Gratuity Act 1972: Gratuity is payable to an employee under the Act on
satisfaction of certain conditions on separation if any employee has completed 5
years service or more, or
on death, the rate of 15 days wages for every completed year of service. The Act is
applicable to all establishments, employing 10 or more employees.
(c) Employees P.F. and Miscellaneous provision Act 1952: The Act provides for
monthly contributions by the Department plus workers @ 10% or 8.33%. The
benefits payable under the Act are:

(i) Pension or family pension on retirement or death, as the case may be.
(ii) Deposit linked insurance on the death in harness of the worker.
(iii) Payment of P.F. accumulation on retirement/death etc.,

(d) Maternity Benefit Act 1951: The Act provides for leave and some other benefits to
women employees in case of confinements or miscarriage etc.

(e) Contract Labour (Regulation & Abolition) Act 1970: The Act provides for certain
welfare measures to be provided by the contractor to contract labour and in case the
Contractor fails to provide, the same are required to be provided by the Principal
Department by Law. The Principal Department is required to take certificate of
Registration and the contractor is required to take license from the designated
Officer. The Act is applicable to the establishments or Contractor of Principal
Department if they employ 20 or more contract labour.
(f) Minimum wages Act 1948: The Department is supposed to pay not less than the
Minimum wages fixed by appropriate Government as per provisions of the Act if the
employment is a scheduled employment construction of Buildings, Roads, Runways
are scheduled employments.

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

(h) Equal Remuneration Act 1979: The Act provides for payment of equal wages for
work of equal nature to Male or Female workers and for not making discrimination
against Female employee in the matters of transfers, training and promotions etc.

100
(i) Payment of Bonus Act 1965: The Act Is applicable to all establishments employing
20 or more employees. The Act provides for payment of annual bonus subject to a
minimum of 8.33% of wages and maximum of 20% of wages to employees drawing
Rs. 3500/- per month or less. The bonus to be paid to employees getting Rs.2500/-
per months or above and up to Rs.3500/- per month shall be worked out by taking
wages as Rs.2500/- per monthly only. The Act does not apply to certain
establishments. The newly set-up establishments are exempted for five years in
certain circumstances. Some of the State Governments have reduced the employment
size from 20 to 10 for the purpose of applicability of this Act.

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

(k) Industrial Employment (Standing Orders) Act 1946: It is applicable to all


establishments employing 100 or more workmen (employment size reduced by some
of the State and Central Government to 50). The Act provides for laying down rules
governing the conditions of employment by the Department on matters provided in
the Act and get the same certified by the designated Authority.

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

(m) Child Labour (Prohibition & Regulation) Act 1986:The Act prohibits employment of
children below 14 years of age in certain occupations and processes and provides for
regulation of employment of children in all other occupations and processes,
Employment Child Labour is prohibited in Building and Construction Industry.

(n) Inter-State Migrant workmen‟s (Regulation of Employment & Conditions of


service) Act 1979:The Act applicable to an establishment, which employs 5 or more
inter-state migrant workmen through an intermediary (who has recruited workmen in
one state for employment in the establishment situated in another State). The inter
State migrant workmen, in an establishment to which this Act becomes applicable,
are required to be provided certain facilities such as housing, medical aid, travelling
expenses from home up to the establishment and back, etc.

(o) The Building and Other Construction workers (regulation of Employment and
conditions of service) Act 1996 and the Cess Act of 1996: 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 not exceeding 2% of the cost of construction as may be modified by the
Government. The Department of the establishment is required to provide safety
measures at the Building or construction work and other welfare measures, such as
Canteens, First-aid facilities, Ambulance, Housing accommodations for workers
near the work place etc. The Department to whom the Act applies has to obtain a
registration certificate from the Registering Officer appointed by the Government.

101
Recovery towards cess will be made as per Clause 110.
(p) Factories Act 1948: The Act lays down the procedure for approval of plans before
setting up a factory, health and safety provisions, welfare provisions, working hours,
annual earned leave and rendering information regarding accidents or dangerous
occurrences to designated authorities. It is applicable to premises employing 10
person or more with aid of power or 20 or more persons without the aid of power
engaged in manufacturing process.

78 Liabilities of the Contractor


a. Accident Relief and workmen compensation:
The contractor should make all necessary arrangements for the safety of
workmen on the occurrence of the accident, which results in the injury or
death of any of the workmen employed by the contractor, the contractor shall
within 24 hours of the happenings of the accident and such accidents should
intimate in writing to the concerned Asst. Engineer / Asst. Deputy General
Manager of the Department the act of such accident. The contractor shall
indemnify Department against all loss or damage sustained by the
Department resulting directly or indirectly from his failure to give intimation
in the manner aforesaid including the penalties or fines if any payable by
Govt. as a consequence of Govt. failure to give notice under workmen‟s
compensation Act or otherwise conform to the provisions of the said Act. In
regard to such accident.
b. In the event of an accident in respect of which compensation may become
payable under the workmen‟s compensation Act VIII 23 whether by the
contractor, by the Department it shall be lawful for the Deputy General
Manager to retain such sum of money which may in the opinion of the
Deputy General Manager be sufficient to meet such liability. The opinion of
the Deputy General Manager shall be final in regard to all matters arising
under this clause.

c. The contractor shall at all times indemnify the Govt. of T.S. against all claims
which may be made under the workmen‟s compensation act or any statutory
modification thereafter or rules there under or otherwise consequent of any
damage or compensation payable in consequent of any accident or injuries
sustained or death of any workmen engaged in the performance of the
business relating to the contractor.

79 Contractor‟s Staff, Representatives and Labour:

(a) The contractor shall, at all times, maintain on the works, staff of qualified Engineers,
and Supervisors of sufficient experience of similar other jobs to assure that the
quality of work turned out shall be as intended in the specifications. The contractor
shall also maintain at the works, a Work Manager or sufficient status, experience and
office and duly authorize him to deal with all aspects of the day-today work. All
communications to any commitments by the Work Manager shall be considered as
binding on the Contractor.

(b) The Contractor shall at all times submit details of skilled and unskilled labour and
equipment employed to the Engineer-in-Charge in prescribed proforma as he may
require to assess and ensure the proper progress of work.
102
(c) If the contractor does not employ the technical person agreed to on the work a fine of
Rs.25,000/- will be imposed. If he does not employ for 7days, thereafter it becomes a
fundamental breach of contract.
80 Accommodation and food:

The contractor should arrange accommodation he needs, at his own cost. The
contractor shall make his own arrangements for supply of food grains, fuel and other
provision to his staff and laborers including controlled commodities.
81 Relationship:

Contractor shall have to furnish information along with tender, about the relationship
he is having with any officer of the Department, Government of Andhra Pradesh of
the rank Assistant Engineer and above engaged in the work and any officer of the
rank of Assistant Secretary and above of the Department of Government of Andhra
Pradesh.
82 Protection of adjoining premises:

The contractor shall protect adjoining sites against structural, decorative and other
damages that could be caused by the execution of these works and make good at his
cost any such damages.
83 Work during night or on Sundays and holidays:

The works can be allowed to be carried out during night, Sundays or authorized
holidays in order to enable him to meet the schedule targets and the work shall
require almost round the clock working keeping in view:
(i) The provisions of relevant labour laws being adhered to:

(ii) Adequate lighting, supervision and safety measures are established to the
satisfaction of the Engineer-in-Charge and

(iii) The construction programme given by the Contractor and agreed upon by the
Engineer-in-Charge envisages such night working or working during
Sundays or authorized holidays.

84 Layout of materials stacks:

The contractor shall deposit materials for the purpose of the work on such parts only
of the ground as may be approved by the Engineer-in-Charge before starting work. A
detailed survey,clearly indicating position and areas where materials shall be stacked
and sheds built is to be conducted by the contractor at his own cost and only after
obtaining necessary approval of the plan for use of sites by the Engineer-in-Charge,
the Contractor can use the sites accordingly.
85 Use of blasting materials:

Procurement of blasting materials and its storage is the responsibility of the contractor.
The contractor shall engage licensed blaster for blasting operation. The contractor is to
act in accordance with Indian Explosive Act and other rules prevailing, during the
execution of work. It is the responsibility of the contractor to see, that works by other
agencies in the vicinity are not hampered, in such cases if any claim is made by other
agencies that should be borne by the contractor. Carriage of blasting materials, from the
magazine to the work site, is the responsibility of the contractor.

103
86 Equipment:

a. The contractor shall have sufficient equipment and labour and shall work such
hours and shifts as may be necessary to maintain the progress on the work as per
the approval progress schedule. The working and shifts hours shall comply with
the Govt. Regulations in force.

b. It is to expressly and clearly understood that contractor shall make his own
arrangements to equip himself with all machinery and special tools and plant for
the speedy and proper execution of the work and the department does not
undertake responsibility towards their supply.

c. The department shall supply such of the machinery that may be available on hire
basis but their supply cannot be demanded as matter of right and no delay in
progress can be attributed to such non-supply of the plant by the department and
the department cannot be made liable for any damage to the contractor. The
Contractor shall be responsible for safe custody of the departmental machinery
supplied to him (which will be delivered to contractor at the machinery yard at
site of work) and he has to make good all damages and losses if any other than
fire, wear and tear to bring it to the conditions that existed at the time of issue to
the contractor before handing over the same to the department. The hire charges
for the machinery handed over to the contractor will be recovered at the rate
prevalent at the time of supply. The contractor will have to execute supplemental
agreement with Deputy General Manager at the time of supply of the machinery.

d. The acceptance of departmental machinery on hire is optional to the contractor.

87 Steel forms:

Steel forms should be used for all items involving and use of centering and shuttering
shall be single plane without any dents and undulations.
88 Inconvenience to public:

The contractor shall not deposit materials at any site, which will cause inconvenience to
public. The Engineer-in-Charge may direct the contractor to remove such materials or
may undertake the job at the cost of the contractor.
89 Conflict of interest:

Any bribe, commission, gift or advantage given, promised or offered by on behalf of


contractor or his partner, agent or servant or any one on his behalf to any officer,
servant, representatives, agents of Engineer-in-Charge, or any persons on their behalf, in
relation to the obtaining or to execution of this, or any other contract with Engineer-in-
Charge shall in addition to any criminal liability, which it may occur, subject to the
cancellation of this or all other contracts and also to payment of any loss or damage
resulting from any such cancellation. Engineer-in-Charge shall then be entitled to deduct
the amount, so payable from any money, otherwise due to the contractor under this or
any other contract.

104
90 Contract documents and materials to be treated as confidential:

All documents, correspondences, decisions and orders, concerning the contract shall be
considered as confidential and/or restricted in nature by the contractor and he shall not
divulge or allow access to them by any unauthorized person.
91 General obligations of Contractor:

a. The contractor shall, subject to the provision of the contract and with due care
and diligence, execute and maintain the works in accordance with specifications
and drawings.

b. The contractor shall promptly inform the Department and the Engineer-in-
Charge of any error, omission, fault and such defect in the design of or
specifications for the works which are discovered when reviewing the contract
documents or in the process of execution of the works.

c. If Contractor believes that a decision taken by the Engineer-in-Charge was


either outside the authority given to the Engineer-in-Charge by the Contract or
that the decision was wrongly taken, the decision shall be referred to the
technical expert within 14 days of the notification of the Engineer-in-Charge‟s
decisions.

d. Pending finalization of disputes, the contractor shall proceed with execution of


work with all due diligence.

92 Security measures:

a) Security requirements for the work shall be in accordance with the Departments general
requirements including provisions of this clause and the Contractor shall conform to
such requirements and shall be held responsible for the actions of all his staff,
employees and the staff and employees of his sub-contractors.

b) All contractors‟ employees, representatives and sub-contractor‟s employees shall wear


identifications badges provided by the contractor. Badges shall identify the contractor,
showing and employee‟s number and shall be worn at all times while at the site.
Individual labour will not be required to wear identification badges.
c) All vehicles used by the contractor shall be clearly marked with contractor‟s name.

d) The contractor shall be responsible for the security of the works for the duration of the
contract and shall provide and maintain continuously adequate security personnel to
fulfill these obligations. The requirements of security measures shall include, but not
limited to maintenance of order on the site, provision of all lighting, fencing, guard
flagmen and all other measures necessary for the protection of the works within the
colonies, camps and elsewhere on the site, all materials delivered to the site, all persons
employed in connection with the works continuously throughout working and non
working period including nights, Sundays and holidays for duration of the contract.

e) Other contractors working on the site concurrently with the contractor will provide
security for their own plant and materials. However, their security provisions shall in
no way relieve the contractor of his responsibilities in this respect
f) Separate payment will not be made for provision of security services.

105
93 Fire fighting measures:

a) The contractor shall provide and maintain adequate fire fighting equipment and take
adequate fire precaution measures for the safety of all personnel and temporary and
permanent works and shall take action to prevent damage to destruction by fire of
trees shrubs and grasses.

b) Separate payment will not be made for the provision of fire prevention measures.

94 Provisions of Health and Sanitation:

a. The contractor shall implement the sanitary and watch and ward rules and
regulations for all forces employed under this contract and if the Contractor
fails to enforce these rules, the Engineer-in-Charge may enforce them at the
expenses of the Contractor.

The contractor‟s special attention is invited to clause 37, 38, 39 and 51 of the
preliminary specification to the A.P.S.S. and he is required to provide at his
own expenses the following amenities to the satisfaction of Engineer-in-
charge concerned.

b. First Aid: At the work site there shall be maintained in a readily accessible
place, first aid appliances and medicine including adequate supply of
sterilized dressing and sterilized cotton wool. The appliance shall be kept in
good order. They shall be placed under the charge of a responsible person,
who shall be readily available during working hours.

c. Drinking water:

Water of good quality for drinking purpose shall be provided for the worker
on a scale of not less than 2 gallons per head per day.

a) 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.
b) Every water supply storage shall be at a distance of not less than 10 M. from any
latrine drain or other source of pollution where water has to be drained. Any existing
well, which is within such proximity of any latrine, drain or other source of
pollution, the well shall be properly chlorinated before water is drawn from it for
drinking. All such wells shall be dust and water proof.
c) A reliable pump shall be fitted to each inner well. The trap door shall be keep locked
and opened only for inspection or cleaning which shall be done at least once a
month.
d. Washing and bathing place:

Adequate washing and bathing places shall be provided separately for men and
women. Such place shall be keep clean and well drained, bathing or washing should
not be allowed in or near any drinking water well.

106
e. Latrine and Urinals:

There shall be provided within the area of every work site latrines and urinals in an
accessible place to men and women separately. For each of them shall be on the
following scales or the scale as directed by Engineer-in-charge in any particular case.

(i). Where the number of persons

employed does not exceed 50 2

Where the number of persons employed


(ii) 3
exceeds 50 but does not exceed 100

(iii) For every additional 100 3

If women are employed, separate latrines and urinals separated from those for men
shall be provided on the same scale.

Except in work site provided with water flushed latrines connected with a water
borne sewage systems all latrine shall be cleaned at least four times daily and at least
twice during working hours and kept in a strict sanitary condition. The receipt scales
shall be tarred inside and outside at least once a year.

The excrete from the latrines shall be disposed off at the contractors expenses in a
way approved by the local public health authority. The contractor shall also employ
adequate number of scavengers and conservancy shall to keep the latrines and urinals
in a clean condition.

f. Shelters during Rest:

At the work site there shall be provided free of cost two suitable sheds, one for meals
and other for rest for the use of workers.
g. Creches:

At every work site at which 50 or more women workers are ordinarily employed
there shall be provided two huts of suitable size for use of children under the age of 6
years. One hut shall be used for infant‟s games and other as a bed room. The hut
shall be constructed on a standard not lower than the following.
1. Thatched roots

2. Mud floors and wall

3. Planks spread over the mud floor and covered with matting. The use of huts shall
be restricted to children their attendants and mothers of the children.

h. Land should be acquired temporarily for Storing Contractor‟s materials or for


housing their staff.
107
The contractor should make his own arrangements for temporary acquisition of land
required for storing his materials and for the housing of his staff at his own expenses

95 Training of personnel:

The contractor, shall, if and as directed by the Engineer-in-Charge provide free of


any charge adequate facilities, for vocational training of Departmental Officers,
students, Engineers, supervisors, foremen, skilled workmen etc. not exceeding six in
number at any one time on the contractor‟s work. Their salaries, allowances etc. will
be borne by the Department and the training schemes will be drawn up by the
Engineer-in-Charge in consultation with the contractor.

96 Ecological balance:

a) The contractor shall maintain ecological balance by preventing de-forestation, water


pollution and defacing of natural landscape. The contractor shall so conduct his
construction operation as to prevent any unnecessary destruction, scarring, or
defacing of the natural surrounding in the vicinity of the work. In respect of the
ecological balance, Contractor shall observe the following instructions.

i) Where unnecessary destruction, scarring, damage or defacing may occur, as


result of the operation, the same shall be repaired replanted or otherwise
corrected at the contractor‟s expense. The contractor shall adopt precautions
when using explosives, which will prevent scattering of rocks or other debris
outside the work area. All work area including borrow areas shall be
smoothened and graded in a manner to conform to the natural appearances of
the landscape as directed by the Engineer-in-Charge.

ii) All trees and shrubbery which are not specifically required to be cleared or
removed for construction purposes shall be preserved and shall be protected
from any damage that may be caused by the contractor‟s construction
operation and equipment. The removal of trees and shrubs will be permitted
only after prior approval by the Engineer-in-Charge. Special care shall be
exercised where trees or shrubs are exposed to injuries by construction
equipment, blasting, excavating, dumping, chemical damage or other
operation and the contractor shall adequately protect such trees by use of
protective barriers or other methods approval by the Engineer-in-Charge.
Trees shall not be used for anchorages. The contractor shall be responsible
for injuries to trees and shrubs caused by his operations. The term “injury”
shall include, without limitation bruising, scarring, tearing and breaking of
roots, trunks or branches. All injured trees and shrubs be restored as nearly as
practicable without delay to their original condition at the contractor‟s
expense.

(iii) The contractor‟s construction activities shall be performed by methods that


will present entrance or accidental spillage of solid matter contaminants,
debris and other objectionable pollutants and wastage into river. Such
pollutant and waste include earth and earth products, garbage, cement
concrete, sewage effluent, industrial wastes, radio-active substances,
108
mercury, oil and other petroleum products, aggregate processing, mineral
salts and thermal pollution. Pollutants and wastes shall be disposed off in a
manner and at sites approved by the Engineer-in-Charge.

(iv) In conduct of construction activities and operation of equipments the


contractor shall utilize such practicable methods and devices as are
reasonably available to control, prevent and otherwise minimize the air
pollution. The excessive omission of dust in to the atmosphere will not be
permitted during the manufacture, handling and storage of concrete
aggregates and the contractor shall use such methods and equipment as a
necessary for collection and disposal or prevention of dust during these
operation. The contractor‟s methods of storing and handling cement shall
also include means of eliminating atmospheric discharges of dust, equipment
and vehicles that give objectionable omission of exhaust gases shall not be
operated. Burning of materials resulting from clearing of trees, bushes,
combustible construction materials and rubbish may be permitted only when
atmospheric conditions for burning are considered favorable.

b) Separate payment will not be made for complying with the provisions of this clause
and all cost shall be deemed to have been included in the unit rates and prices
included in the contract if any provision is not complied with within a reasonable
time even after issue of a notice in this respect, the necessary operations would be
carried out by the Engineer-in-Charge at the cost of the Contractor, Orders of the
Engineer-in-Charge in this respect would be final and binding on the contractor.

97 Preservation of existing vegetation:

a) The contractor will preserve and protect all existing vegetation such as trees, on or
adjacent to the site which do not unreasonably interfere with the construction as may
be determined by the Engineer-in-Charge. The contractor will be held responsible for
all unauthorized cutting or damage of trees, including damage due to careless
operation of equipment, stockpiling of materials or trekking of grass areas by
equipment. Care shall be taken by the Contractor in felling tress authorized for
removal to avoid any unnecessary damages to vegetation and tress that are to remain
in place and to structures under construction or in existence and to workmen.

b) All the produce from such cutting of trees by the contractor shall remain the property
of Department and shall be properly stacked at site, approved by the Engineer-in-
Charge. No payment whatsoever shall be made for such cutting and its stacking by
the Contractor. If any produce from such cutting is not handed over to the
Department by the contractor, he shall be charged for the same at the rates to be
decided by the Engineer-in-Charge. The recovery of this amount shall be made in
full from the intermediate bill that follows.

c) The contractor shall also make arrangements of fuel deposits for supply of required
fuel for the labourer to be employed for cooking purpose at his own cost in order to
prevent destruction of vegetation growth in the surrounding area of the work site.

109
98 Possession prior to completion:

The Engineer-in-charge shall have the right to take possession of or use any completed
part of work or works or any part there of under construction either temporarily or
permanently. Such possession or use shall not be deemed as an acceptance of any work
either completed or not completed in accordance with the contract with in the interest
of Clause 28 of APSS except where expressly otherwise specified by the Engineer-in-
charge.
99 Payment upon termination:

If the contract is terminated because of a fundamental breach of contract by the


contractor, the Engineer-in-Charge shall issue a certificate for the value of the work
done less advance payment received upon the date of the issue of the certificate and
less the percentage to apply to the work not completed as indicated in the contract
data. Additional liquidated damages shall not apply. If the total amount due to the
Department exceeds any payment due to the contractor the difference shall be a debt
payable to the Department. In case of default for payment within 28 days from the date
of issue of notice to the above effect, the contractor shall be liable to pay interest at
SBI PLR+2% per annum for the period of delay.

100 Access to the contractor‟s books:

Whenever it is considered necessary by the Engineer-in-Charge to ascertain the actual


cost of execution of any particular extra item of work or supply of the plant or material
on which advance is to be made or of extra items or claims, he shall direct the
contractor to produce the relevant documents such as payrolls, records of personnel,
invoices of materials and any or all data relevant to the item or necessary to determine
its cost etc. and the contractor shall when so required furnish all information pertaining
to the aforesaid items in the mode and manner that may be specified by the Engineer-
in-Charge.

101 Drawing to be kept at site:

One copy of the drawings furnished to the contractor shall be kept by the contractor on
the site and the same shall at all reasonable time be available for inspection and use by
the Engineer-in-Charge and the Engineer-in-Charge‟s representative and by any other
persons authorized by the Engineer-in-Charge in writing.
102 B.I.S. [I.S.I.] books, MoRT&H / APSS to be kept at site:

th
A complete set of Indian Standard specification, MoRT&H Specification (4 revision
referred to in “Technical Specifications” and A.P.S.S. shall be kept at site for
reference.
103 Site Order Book:
An order book shall be kept at the site of the work. As far as possible, all orders
regarding the work are to be entered in this book. All entries shall be signed and dated
by the Department Officer in direct charge of the work and by the contractor or by his
representative. In important cases, the Deputy General Manager or the Chief General
Manager will countersign the entries, which have been made. The order book shall not
be removed from the work, except with the written permission of the Executive
Engineer.
110
104 Variations by way of modification, omissions or additions:

For all modifications, omissions from or additions to the drawings and specifications,
the Deputy General Manager will issue revised plans, or written instructions, or both
and no modification, omission or addition shall be made unless so authorized and
directed by the Deputy General Manager in writing. The Deputy General Manager
shall have the privilege of ordering modifications, omission or additions at any time
before the completion of the work and such orders shall not operate to annual those
portions of the specifications with which said changes do not conflict.
Engineer-in-Charge‟s Decision:

It shall be accepted as in separable part of the contract that in matters regarding


materials, workmanship, removal of improper work, interpretation of the contract
drawings and contract specification, mode of the procedure and the carrying out o
the work, the decision of the Engineer-in-Charge, which shall be given in writing
shall be binding on the contractor.
105 Care and diversion of river/stream:

The contractor shall submit details regarding the diversion and care of river or
stream during construction of the work along with a separate print-out of the time
table showing earliest and latest start and finish dates of various activities. He should
submit a detailed layout plan with drawings for the diversion and care of river during
construction of work. The above arrangements shall be at contractor‟s cost.

106 Income tax

a) During the currency of the contract deduction of income tax at 2.24% shall be made
from the gross value 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) of Income Tax Act, 1961 shall be followed.
b) Income Tax clearance certificate should be furnished before the payment of final
bill.

c) The contractor‟s staff, personnel and labour will be liable to pay personnel income
taxes in respect of their salaries and wages as are chargeable under the laws and
regulations for the time being in force, and the contractor shall perform such duties
in regard to such deductions thereof as may be imposed on him by such laws and
regulations.

107 Seigniorage charges as per GOMs No 67, I&C(MI) Dept., Dt 26-09-2015 & GOMs
No 16 (I&C) dt 16-3-2016.

107.1 Seigniorage charges will be recovered as per rules from the work bills of the
contract or based on the theoretical requirement materials at the rates indicated in
the above G.Os. and as per Government Orders from time to time

111
107.2 The rates are liable to be revised and amended from time to time by the State
Government, by notification in the „Telangana Gazette‟. If the revised seigniorage
fee is more than the above mentioned, the recovery from the contractor‟s bills is
as per revised rates, without modifying the proposed seignorage charges as
mentioned above.

107.3 The seigniorage charges are to be recovered as provided in the agreement. Any
escalation in these charge beyond the provisions of the agreement are to be borne by
the department debiting such escalated amount to the works estimate concerned.

107.4 Deleted

108 Goods & Service Tax (GST ):

GST will be paid as per the rules in vouge

109 Supply of construction materials:

i) The contractor has to make his own arrangements for procurements, supply and use
of construction materials.

ii) All materials so procured should confirm to the relevant specifications indicated in
the bidding documents.

iii) The contractor shall follow all regulations of the Department/Government of India in
respect of import licenses etc., of the procurement of the materials is through imports
and he shall be responsible for the payment of applicable duties and taxes, port
clearances, inland transportation etc.
iv) The contractor shall make his own arrangements for adequate storage of the
materials.

a. The contractor shall purchase Bitumen / Emulsion only from the reputed firm i.e.,
HPCL, BPCL and IOCL. They shall not be permitted to use CRMB bought from
private manufactures

b. The contactors shall procure original bills towards purchase of bitumen / emulsion
while submitting the bills for payment.

Deputy General Manager(HGCL) Concerned should endorse the name of work on


the bills / vouchers / invoices for which the bitumen / emulsion is utilized to avoid
reuse of bills on other works.
The contractors shall order and procure the bitumen / emulsion work wise so that the
contractor obtain invoice / bills work wise and submit the same to the Deputy
General Manager(HGCL) concerned while preparing the bills.
c. Deleted

112
110 Labour cess:
An amount @ 1% (one percent) will be deducted from the bills payable to
the contractor as per the provisions of Building & Other Construction workers
(Regulation of employment and conditions of service) Act 1996 and Building &
Other construction workers welfare cess act 1996 and the cess rules 1998 of
Govt of India and G.O Ms No: 69, dt: 03-12-1999 and G.O.Ms No: 57, dt: 26-06-
2007 & G.O.Ms No: 41 dt: 30-04-2007 and G.O.Ms No: 59, dt: 29-06-2007.

Any other special conditions applicable to the work put to Tender.]


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

113
SECTION -5
TECHNICAL SPECIFICATION
HYDERABAD GROWTH CORRIDOR LIMITED

Name of the Work: Design, Supply, Installation, Testing, Commissioning, of


illumination to the Outer Ring Road, Hyderabad for the Main Carriage Way/ Inter
changes/ Junctions/Service Roads at junctions and Under Pass areas from Keesara to
Pedda Amberpet (67.00Km to 101 km) total 34 Km length in the state of Telangana,
India and Operation & Maintenance of illumination with connected switch gear for a
period of Seven years from date of Operational Acceptance Certificate.

BID NOTICE No. 84/CGM(T)/HGCL//DGM(Elec)/8036/2020, Dt: 05.03.2020

BIDDING DOCUMENTS FOR ITEM RATE CONTRACT

Section Description Page No.

5 Technical Specifications

6 List of Approved Makes

7 Special Conditions for O&M

8 Special Conditions for Payment for O&M

9 Service Levels for O&M

114
SCOPE OF WORK:

Name of the Work: Design, Supply, Installation, Testing, Commissioning, of


illumination to the Outer Ring Road, Hyderabad for the Main Carriage Way/ Inter
changes/ Junctions/Service Roads at junctions and Under Pass areas from Keesara to
Pedda Amberpet (67.00Km to 101 km) total 34 Km length in the state of Telangana,
India and Operation & Maintenance of illumination with connected switch gear for a
period of Seven years from date of Operational Acceptance Certificate.

Street Lighting / High Mast Lighting / UNDER PASS/ Junction Lighting Electrical Work

PROJECT BACKGROUND
8/10 Lanes Highway of Outer Ring Road Hyderabad including Service Roads at junctions and
flyovers, up& down ramps from Keesara to Pedda Amberpet (67.00Km to 101 km) total 34
Km length.

CHAINAGE: 67.00 KM [Keesara junction] to 101 KM [Pedda Amberpet] Junction – 4/6/8/10


lanes lighting including service Roads at junctions, Up& down ramps at junctions.

115
Site Location Map

116
Highway Lighting
HGCL Hyderabad and their nominated electrical consultant reviewed various Updated Lighting
technology and standards applicable in India as well as Abroad and using recent trends in
International / Domestic Lighting has come to a conclusion to follow following standards for
maintaining Illumination level for respective areas.

Horizontal uniformity
Uniformity
Average Uniformity longitudinal
Transverse
Location Illumination [E minimum / E
[E minimum / E [E minimum /
at 0.0 m level average] E
Maximum
Road surface Maximum

4/6/8 Lanes Highways 30 0.4 0.33 >0.7

Cross roads 30 0.4 0.33 >0.7

Service Roads 25 0.4 0.33 >0.7

Junctions 50 0.4 0.25 -

Under Pass Area Of


bridges / various
30 0.4 0.33 DELETED
Junctions below Main
carriage ways

Special Note
1. Highway lighting4/6/8/10 lanes Illumination standards decided by HGCL as per
I.S.1944 (Part –I & II) 1970 and as per National Lighting Code 2010(SP72:2010)
of BIS.

2. Light Loss Factor: 0.85.to be considered.

3. Major Carriage ways & Flyovers i.e. 6/8 lanes Bidders are requested to match
Horizontal Illumination as specified.

4. Grid of illumination Measurement: 1.75m (transverse) x 3.00m (longitudinal) ….


For highways.
5. Grid of illumination Measurement: 1.75m (transverse) x 3.00 m (longitudinal) ….
For Service Roads.

6. Grid of illumination Measurement: 2.5 m (transverse) x 2.5 m (longitudinal) …. For


Junctions.

7. Grid of illumination Measurement: 2.5m (transverse) x 2.5m (longitudinal) ….


For underpass areas of Fly-overs & various junction areas.

117
Lighting (General Outdoor Illumination):
Outdoor lighting as per Bill of Materials estimated for above project indicates an efficient street
lighting/area lighting of the Major Carriage ways / Service Roads at junctions / Junctions / Fly-
over and underpass.
Pease refer Drawing / Bill of Material along Technical Specifications to follow. For
Successful Bidders there will be a condition that they have to submit Lighting design for the
Various locations before execution of the work and same has to be approved by HGCL‘s
Consultant & Engineer. Lighting design should adhere from the approved Manufacturer list
only and there if it is not meeting the desired light level during design or after execution then
bidders will have to compensate illumination level with extra supply of Light fittings
/poles/electrical mentioned in the list w/o any extra cost.
Initial design have been made based on the luminaries reference in the drawings and there
though on each item similar equivalent have been approved; however on different
manufacturer equivalent in case design does not match as per location wise requirement there
initial luminaries type have to give priority with even in case of initial luminaries catalogue
reference if bidders are following respective manufacturer design to be submitted for approval.

Successful Bidders will have to submit execution drawings indicating poles, mast positions and
a declaration regarding Specification of High mast/ Poles and light fittings are followed as per
specification mentioned along Bill of Materials. After completion of all works as built drawings
has to be submitted duly indicating the poles, High masts and feeder pillar boxes. The
numbering should be given to all poles, location wise details of poles connected to each feeder
pillar has to be painted on feeder pillar boxes

Scope of the project:


The services of Street lighting/ High Mast Lighting & Experienced in Electrical
contractors/Manufacturer are called for the New Street lighting/ High mast Lighting on Major
4/ 6/8/10 lane carriage / Service Roads at junctions /Junction areas / Flyover / Underpass area
with modern concept of Lighting as planned The broad area of scope is detailed in technical
specifications / drawing / and bill of materials.

Scope of work:
6/8 Lanes Highway of Outer Ring Road Hyderabad including Service Roads at junctions/ junctions
and flyovers between Keesara to Pedda Amberpet (67.00Km to 101 km) total 34 Km
length as per section 1(B) instruction to the bidder.

Illumination Design Concept

Major Carriage ways 8 lanes with auxiliary lane18.2 mts road width: from Keesara to
Pedda Amberpet (67.00Km to 101 km) total 34 Km length

Main Carriage ways will have 12m Pole with 2.5 m overhang consists of 2x210 watt Led street light
to cover Road span 18.2 m on one sides. Poles will be spaced at 30m Spacing between the poles
on same direction. Pole foundation should be 300 mm above the ground level, the mounting
height of luminar is about 13.6 mts

118
Major Carriage ways 10 lanes with auxiliary lane21.0 mts road width: from Keesara to
Pedda Amberpet (67.00Km to 101 km) total 34 Km length

Main Carriage ways at junctions where acceleration & deceleration lanes exists and road width
21.00mts will have to use 12m Pole with 2.5 m overhang consists of 2x235 watt Led street light to
cover Road span 21.00 m on one sides.

Poles will be spaced at 30m Spacing between the poles on same direction. Pole foundation
should be 300 mm above the ground level, the mounting height of luminar is about 13.6mts
junctions at Keesara to Pedda Amberpet.

The existing 10mts height poles on main carriageway has to removed and shifted to nearest up
ramps/down ramps/ service roads (wherever required) and new 12 mts poles with foundations
has to be erected on main carriage way .
The existing poles at 30mts spacing at up ramps, down ramps and service roads has to be
utilized same by replacing the brackets with new brackets and luminar with LED luminairs.
Remaining poles removed from MCW/ new poles has to be utilized as per the instructions of site
engineer.
On service Roads there will be 7.5m Pole on which 1x 120 watt (Maximum) LED Street light
will be installed. Pole Spacing will be 30 Mts

Junction Areas (from Keesara to Pedda Amberpet (67.00Km to 101 km) total 34 Km
length

Junction areas like Patancheruvu /Peddaamberpet/ Bongluru Junction etc. These areas are below
level of Main carriage ways. Presently with 20mts highmast with 2*400 watts MHL luminars,
the same has to be replaced with 400W non dimmable LED luminairs or equivalent lumen
pocket LED flood lights.

ELECTRICAL SYSTEM SECTION WISE –LOCATION WISE


Electrical distribution of power is proposed for every1.5 to 2km span basis where Min In-comer/
Sub-station will be at middle of 1.5 to 2km span; Main HT Lines (11kv/0.415kv will be
terminated as In-comer to every Sub-station location Area wise Load distribution and selection
of Sub-station as per the load requirements at site in consultation with TSSPDCL. In BOQ
following 3 types of requirements proposed for getting power supply from TSSPDCL including
laisoning and 10% of supervision charges and cost of DTR has to be paid to TSSPDCL as per
estimate rate. The work has to do with registered TSSPDCL contractor only.

LT Electrical Supply has to be arranged as per the load requirement up to 40 KW as


per TSSPDCL estimates rates including paying supervision charges, development
charges and security deposit charges and complete the electrical work with 12 mts RS
(a) joist poles, AB switch, HG fuse set with LT distribution box with 125 Amps MCCB
including erection of 63KVA DTR,fencing ,earthing ,etc.. complete structure with out
line work at load point, including laisoning from different sections., including
releasing of service etc..complete for finished item of work.

119
Erection of 11KV line work extension of the above work including cost of pole and
(b) conductor with a span of 50mts and cross arams, concreting of poles including
necessary items for each pole for finished item work.

LT Electrical Supply has to be arranged as per the load requirement up to 40 KW as


per TSSPDCL estimates rates including paying supervision charges development
charges and security deposit charges and complete the electrical work by enhancing
(c) existing DTR with erection of 63KVA DTR with LT distribution box with 125 Amps
MCCB, earthing for existing DTR structure work at load point, including laisioning
from different sections including releasing of service complete and handing over of
removed DTR to TSSPDCL stores for finished item of work.

Sub-station Onwards Electrical distribution system Main feeder pillars. Supplying,


installation, testing & commissioning of cubical (Type-1) type IP 55 for outdoor type Distribution
Panel for 415V, 3 Phase, 4Wire 50 Hz AC supply system fabricated in compartmentalized
(preferably) design from CRCA sheet steel of 2mm thick for frame work and covers, 3mm thick
for gland plates i/c cleaning & finishing complete with 7 tank process for powder coating in
approved shade, having suitable capacity extensible type TPN Aluminum Alloy bus bars of high
conductivity, DMC/ SMC bus bar supports, with short circuit withstand capacity of 50KA for 1
Sec., bottom base channel of MS section not less than 100mm x 50mm x 5mm thick, fabrication
shall be done in transportable sections, entire panel shall have a common copper earth bar of size
25mm x 5mm at the rear with 2 Nos. earth stud, solid connections from main bus bar to switch
gears with required size of Al. bus bars and control wiring with 1.5 sq.mm. zero halogen fire
retardant insulated copper conductor S/C cable, cable alleys, cable gland plates in two half, i/c
providing following switch gears including design, supply, installation, programming and testing
and commissiong of GPRS/GSM web based system for switching , dimming, controlling and
monitoring of LED street lights control from this feeder pillar defend under technical
specifications including providing required sim cards and wiring in the panel. The panel shall be
mounted on the suitable foundation etc., complete for finished item of work.(the size of the panel
should be design in such a way that all out going and incoming feeders should be take conform
bottom of the panel with sufficient spacing between feeders and terminated with separate
terminal blocks )

Incoming

1 Set of 125A TP MCCB 35KA.(with D-sine MTX -2 protection, OC and S/C release)

(i) Supply and erection of L.T CT operated. 3phase Digital multifunction energy meter (in built
RS485) with 3 lines LCD display for measuring all the parameters (voltage / Current / Power /
frequency / power factor / KW / KWH / KVAR/ KVARH/) on existing box panel board including
connections etc., complete. (iii) RYB LED indicating light protected by 2 Amp. S.P. MCB (iv)
ELR with CBCT (v) A/M switch (vi) LED light inside the panel. The approved makes of the
meters as per the section-6 of the tender document.

120
Bus Bar
200 A, 415V, 4 strip, 25 KA, 50 Hz Aluminum Bus bar
Outgoing feeders without automation (spare)
1 Set of 63 A TP MCB 25 KA with terminal block
Outgoing feeders with automation control with required separate accessories like energy
meter(quasar in built RS485), controller with DALI dimming technology and required auxiliary
contactors to control all outgoing feeders combined or separately
1). 2sets of outgoings with each 70Amp L&T ML4 type contactors with each outgoing feeders
connected through each 63Amps TP MCCB, 25K, D-Sine MTX -2 motor duty with2 terminal
blocks for output.
2). 2sets of outgoings with each 45Amp L&T ML type contactors with outgoing feeders
connected through each 63Amps TP MCCB, 25K, D-Sine MTX -2 motor duty with2 terminal
blocks for output.
Supplying, installation, testing & commissioning of cubical (Type-1) type IP 55 for outdoor type
Distribution Panel for 415V, 3 Phase, 4Wire 50 Hz AC supply system fabricated in
compartmentalized (preferably) design from CRCA sheet steel of 2mm thick for frame work and
covers, 3mm thick for gland plates i/c cleaning & finishing complete with 7 tank process for
powder coating in approved shade, having suitable capacity extensible type TPN Aluminum
Alloy bus bars of high conductivity, DMC/ SMC bus bar supports, with short circuit withstand
capacity of 50KA for 1 Sec., bottom base channel of MS section not less than 100mm x 50mm x
5mm thick, fabrication shall be done in transportable sections, entire panel shall have a common
copper earth bar of size 25mm x 5mm at the rear with 2 Nos. earth stud, solid connections from
main bus bar to switch gears with required size of Al. bus bars and control wiring with 1.5
sq.mm. zero halogen fire retardant insulated copper conductor S/C cable, cable alleys, cable
gland plates in two half, i/c providing following switch gears including design, supply,
installation, programming and testing and commissioning of GPRS/GSM web based system for
switching , dimming, controlling and monitoring of LED street lights control from this feeder
pillar defend under technical specifications including providing required sim cards and wiring in
the panel. The panel shall be mounted on the suitable foundation etc., complete for finished item
of work.(the size of the panel should be design in such a way that all out going and incoming
feeders should be take from bottom of the panel with sufficient spacing between feeders and
terminated with separate terminal blocks )
Incoming

1 Set of 125A TP MCCB 35KA.(with D-sine MTX -2 protection, OC and S/C release)

(i) Supply and erection of L.T CT operated. 3phase Digital multifunction energy meter (in built
RS485) with 3 lines LCD display for measuring all the parameters (voltage / Current / Power /
frequency / power factor / KW / KWH / KVAR/ KVARH/) on existing box panel board including
connections etc., complete. (iii) RYB LED indicating light protected by 2 Amp. S.P. MCB (iv)
ELR with CBCT (v) A/M switch (vi) LED light inside the panel. The approved makes of the
meters as per the section-6 of the tender document.

Bus Bar

121
200 A, 415V, 4 strip, 25 KA, 50 Hz Aluminum Bus bar

Outgoing feeders without automation (spare)

2 Set of 63 A TP MCCB 25 KA

Outgoing feeders with automation control with required separate accessories like energy meter,
controller and required auxiliary contactors to control all outgoing feeders combindly or
separately

1). 2sets of outgoings with each 63Amp L&T ML type contactors with each 2 outgoing feeders
connected through each 63Amps TP MCCB, 25K, D-Sine MTX -2 motor duty with terminal
block.

2). 2sets of outgoings with each 45Amp L&T ML type contactors with 2 outgoing feeders
connected through each 63Amps TP MCCB, 25K, D-Sine MTX -2 motor duty with terminal
block.

3). 1set of outgoings with32Amps TP MCB, connected to 32Amp L&T ML type contactors with
1 outgoing feeders.

Main feeder pillars at Junctions .


Supplying, installation, testing & commissioning of cubical (Type-2) type IP 55 for outdoor
type Distribution Panel for 415V, 3 Phase, 4Wire 50 Hz AC supply system fabricated in
compartmentalized (preferably) design from CRCA sheet steel of 2mm thick for frame work
and covers, 3mm thick for gland plates i/c cleaning & finishing complete with 7 tank process
for powder coating in approved shade, having suitable capacity extensible type TPN
Aluminum Alloy bus bars of high conductivity, DMC/ SMC bus bar supports, with short
circuit withstand capacity of 50KA for 1 Sec., bottom base channel of MS section not less than
100mm x 50mm x 5mm thick, fabrication shall be done in transportable sections, entire panel
shall have a common copper earth bar of size 25mm x 5mm at the rear with 2 Nos. earth stud,
solid connections from main bus bar to switch gears with required size of Al. bus bars and
control wiring with 1.5 sq.mm. zero halogen fire retardant insulated copper conductor S/C
cable, cable alleys, cable gland plates in two half, i/c providing following switch gears
including design, supply, installation, programming and testing and commissiong of
GPRS/GSM web based system for switching , dimming, controlling and monitoring of LED
street lights control from this feeder pillar defend under technical specifications including
providing required sim cards and wiring in the panel. The panel shall be mounted on the
suitable foundation etc., complete for finished item of work.(the size of the panel should be
design in such a way that all out going and incoming feeders should be take conform bottom
of the panel with sufficient spacing between feeders and terminated with separate terminal
blocks )

Incoming

1 Set of 160A TP MCCB 35KA.(with D-sine MTX -2 protection, OC and S/C release)

122
(i) Supply and erection of L.T CT operated. 3phase Digital multifunction energy meter (in
built RS485) with 3 lines LCD display for measuring all the parameters (voltage / Current /
Power / frequency / power factor / KW / KWH / KVAR/ KVARH/) on existing box panel
board including connections etc., complete. (iii) RYB LED indicating light protected by 2
Amp. S.P. MCB (iv) ELR with CBCT (v) A/M switch (vi) LED light inside the panel. The
approved makes of the meters as per the section-6 of the tender document.

Bus Bar

200 A, 415V, 4 strip, 25 KA, 50 Hz Aluminum Bus bar

Outgoing feeders without automation (spare)

1 Set of 63 A TP MCCB 25 KA

Outgoing feeders with automation control with required separate accessories like energy
meter, controller with DALI dimming technology and required auxiliary contactors to control
all outgoing feeders combindly or separately

1). 2sets of outgoings with each 70Amp L&T ML4 type contactors with each outgoing feeders
connected through each 63Amps TP MCCB, 25K, D-Sine MTX -2 motor duty with2 terminal
block.

2). 3sets of outgoings with each 45Amp L&T ML3 type contactors with outgoing feeders each
connected through e 63Amps TP MCCB, 25K, D-Sine MTX -2 motor duty with2 terminal
blocks for output.

3). 1set of outgoings with32Amps TP MCB, connected to 32Amp L&T ML type contactors
with 1 outgoing feeders.

Sub feeder pillar for service road , up& Down Ramps.


Supplying, installation, testing & commissioning of cubical type IP 55 for outdoor type
Distribution Panel for 415V, 3 Phase, 4Wire 50 Hz AC supply system fabricated in
compartmentalized (preferably) design from CRCA sheet steel of 2mm thick for frame
work and covers, 3mm thick for gland plates I/C cleaning & finishing complete with 7
tank process for powder coating in approved shade, having suitable capacity extensible
type TPN Copper bus bars of high conductivity, DMC/ SMC bus bar supports, with
short circuit withstand capacity of 50KA for 1 Sec., bottom base angle of MS section
not less than 50mm x 50mm x 5mm thick, fabrication shall be done in transportable
sections, entire panel shall have a common copper earth bar of size 25mm x 5mm at the
rear with 2 Nos. earth stud, solid connections from main bus bar to switch gears with
required size of Al. bus bars and control wiring with 1.5 sq.mm. zero halogen fire
retardant insulated copper conductor S/C cable, cable alleys, cable gland plates in two
half, i/c providing following switch gears.. The panel shall be mounted on the suitable
foundation etc complete for finished item of work for service road feeder pillar.

123
Incoming
1 Set of 32A 4P MCCB 25KA.
RYB LED indicating light protected by 2 Amp. S.P. MCB
10A Auto Manual Switch,6Amps SP MCB 10KA
Outgoing
3 Set of 16 A TP MCB 10 KA /9Nos 16A SP MCB10KA
Auxiliary contactor (2No+2Nc),240AC

Sub feeder pillar for high masts at Junctions.

Supplying, installation, testing & commissioning of cubical type IP 55 for outdoor type
Distribution Panel for 415V, 3 Phase, 4Wire 50 Hz AC supply system fabricated in
compartmentalized (preferably) design from CRCA sheet steel of 2mm thick for frame work
and covers, 3mm thick for gland plates i/c cleaning & finishing complete with 7 tank process
for powder coating in approved shade, having suitable capacity extensible type TPN Copper
bus bars of high conductivity, DMC/ SMC bus bar supports, with short circuit withstand
capacity of 50KA for 1 Sec., bottom base frame angle of MS section not less than 50mm x
50mm x 5mm thick, fabrication shall be done in transportable sections, entire panel shall have
a common copper earth bar of size 25mm x 5mm at the rear with 2 Nos. earth stud, solid
connections from main bus bar to switch gears with required size of Al. bus bars and control
wiring with 2.5 sq.mm. zero halogen fire retardant insulated copper conductor S/C cable, cable
alleys, cable gland plates in two half, i/c providing following switch gears. The panel shall be
mounted on the suitable foundation etc., complete for finished item of work for High Mast
feeder pillar

Incoming
1 Set of 32A TP MCCB 25KA.
RYB LED indicating light protected by 2 Amp. S.P. MCB
10A Auto Manuel Switch,6Amps SPMCB 10A
Outgoing
16A,SP MCB 10KA-6Nos.
16A,TP MCB 10KA-1No.
18A,TP contactor 240AC, AC-1
Automatic select switch
Up &down illumination Push button (LED)-2 Nos.
Stop push button-1No.

HORIZANTAL DIRECTIONAL DRILLING:


Horizontal directional drilling for 160mm /110mm with duct laying and digging the pits for
setting high end automated Appolo or equivalent HDD Machine at both ends of crossing has to

124
be done on outer ring road or service roads, up& down ramps with out cutting the roads.
Manufacture supply & delivery of 160 /110mMM dia HDPE pipe confirming to IS 4984-1995
including transportation to work site pressure – 8 Kg/sqmm Grade PE-80 has to be laid after
drilling the duct before laying the cable and sealing has to be done both end for future usage.

DETAILED TECHNICAL SPECIFICATION OF OCTAGONAL HOT DIP


GALVANISED STREET LIGHT POLES.

1.01 Structure:

Poles shall be continuously tapered OCTAGONAL cross section, presenting a good and
pleasing appearance and based on proven design conforming to international standards, to give
an assured performance, and reliable service. The pole shall be suitable for wind loadings as per
IS 875 part3 1987.

1.02 Construction :

Poles shaft shall be fabricated from special steel plates, 3/4 mm thick, conforming to ASTMA
572 Gr 50, cut and folded to form an octagonal section and welded. Steel shall be with less than
0.06 % silicon content to assure a better and lasting quality for galvanizing. Poles shall be made
in single section. The welding shall be in accordance with AWS. The procedural weld geometry
and the workmanship shall be exhaustively tested on the completed welds. Welding shall be
checked by using ultrasonic testing methods also.

Minimum dimensions of the pole shall be as per the enclosed drawings. Poles shall be provided
with base plate, which shall be free from any lamination or incursion. The welded connection of
the base flange shall be done using a base plate welding machine and shall be fully developed to
the strength of the entire section The base of the pole shall be complete in all respects with base
plate before hot dip galvanizing internally and externally as per ASTM A 123 and 153. Pole
shall be hot dip galvanized in single dipping method. No cutting or welding shall be allowed on
the pole after hot dip galvanising. Hot dip galvanizing above 86 Microns as per BS729. 4 no.
stiffners should be provided for 12.0/9.0/7.5mts height pole.

An adequate door opening shall be provided at the base of the pole at a convenient location.
Provision shall be given inside this door for fixing the electrical terminals. The opening shall be
such that it permits clear access to the inside of the pole. The door opening shall be complete
with a close fitting, vandal resistant, door; provided with a screw type locking facility.

1.03 Pole bracket

Poles shall be provided with a single arm or double arm bracket as per the requirement of the
project. Bracket shall be connected to the pole by using a proper connection as per the enclosed

125
drawings. Brackets also shall be Hot dip galvanized. Poles and Brackets shall be of the same
make.

1.04 Foundation Bolts.

Foundation bolts for the pole shall be supplied by the pole manufacturer. Foundation bolts shall
be designed and manufactured using EN-8 steel as per the enclosed drawings. Exposed threaded
portion of the foundation bolts shall be galvanized. Bolts shall be supplied with 2 nuts and 2
washer with lock nut.

DETAILED TECHNICAL SPECIFICATION


OF HIGH MAST LIGHTING SYSTEM

1.01 Structure:

The High mast shall be of continuously tapered, 20 sided polygonal cross section, presenting a
good and pleasing appearance and shall be based on proven design conforming to international
standards, to give an assured performance, and reliable service. The structure shall be suitable
for wind speed as per IS 875 part 3 1987.

1.02 Construction:

The mast structure shall be fabricated from special steel plates, conforming to ASTM A 572
with min. yield 450 mpa, cut and folded to form a 20 sided polygonal section and welded.
Silicon content of the steel shall be less than 0.06 %. No circumferential welded joints shall be
provided in individual sections. The welding shall be in accordance with AWS. The procedural
weld geometry and the workmanship shall be exhaustively tested on the completed welds. The
mast shall be provided with fully penetrated flange, which shall be free from any lamination or
incursion. Base plate shall be welded only with Automatic base plate welding machine. Manual
base plate welding shall not be accepted. For the environmental protection of the mast, the entire
fabricated mast shall be hot dip galvanized, internally and externally as per ASTM A 123 AND
153. Galvanizing shall be without any lead content. Hot dip galvanizing above 86 Microns as
per BS729. Sufficient no.s stiffners (as requested by Engineer / Consultant) should be provided
for 20/30mts height pole.

126
Mast shall be delivered in multiple sections of length approximately 10 mtr to i.e. 30M mast
shall be delivered in three; At site the sections shall be joined together by slip-stressed-fit
method. No site welding or bolted joint shall be done on the mast. The minimum over lap
distance shall be 1.5 times the diameter at penetration. The top/bottom diameters and plate
thickness of the mast shall be decided based on proper design confirming to TR No 7. The mast
structure shall be suitable to sustain an assumed maximum reaction arising from a wind speed as
per IS 875 (three second gust), and shall be measured at a height of 10 metres above ground
level. The design life of the mast shall be a minimum of 25 years.

An adequate door opening shall be provided at the base of the mast and the opening shall be
such that it permits clear access to equipment like winches, cables, plug and socket, etc. and also
facilitates easy removal of the winch. The door opening shall be complete with a close fitting,
vandal resistant, weatherproof door, provided with a heavy-duty double internal lock with
special paddle key. The door opening shall be carefully designed and reinforced with welded
steel section, so that the mast section at the base shall be unaffected and undue buckling of the
cut portion shall be prevented.

1.03 Raising and lowering mechanism:

Raising and lowering mechanism is the most important part of the mast as it is to carry the load
of the light fittings and help the operator to maintain the mast in good condition. As these
lighting masts normally are installed in public areas, safety of this system is of at most
importance. Major components of the raising and lowering system are as explained below.

1.03.01 Lantern Installation ring:

A fabricated Lantern installation ring shall be provided for fixing and holding the flood light
fittings and control gear boxes. The Lantern installation ring shall be special design and shall be
steel tube construction with provision for drawing wiring cables. It shall be in two halves and
can be jointed after installation of mast. Suitable numbers of arms shall be provided in the
installation ring for mounting luminaries and control gear boxes. Electrical junction box shall be
provided in the installation ring for distribution of power to luminaries.

1.03.02. Winch:

The winch shall be double drum type with double worm gear. Safe working load of the winch
shall be suitable as per head load calculation. Winch shall be capable of individual drum
rotation. Gear arrangement shall be such that in case of failure of one gear, the other should hold
the load on winch without causing accidental damage to light fitting or surroundings. Hence
overall factor of safety of the winch shall be 2. Winch shall be completely self sustaining type.
Winch shall be type tested in presence of a reputed Institution and test certificate shall be
furnished before supply of materials. Gear shall be housed in a totally enclosed permanent oil
bath. Lubrication oil shall be of SAE140 grade.

127
At least 5 to 6 turns of rope shall remains on the drum even when the lantern installation ring
shall be fully lowered and rested on the rest pads. It shall be possible to operate the winch
manually by a suitable handle and/or by an integral power tool motor. It shall be possible to
remove the double drum winch through the door opening provided at the base of the mast.

The capacity, operating speed, safe working load, recommended lubrication and serial number of
the winch shall be clearly marked on each winch.

1.03.03 Head Frame:

The head frame, which shall be the top mounted unit of the mast, is of welded steel construction.
The head frame shall be fixed to the mast with flange joint. Flange joint shall be ensure the
proper fitment and restrict the rotation of the head frame with mast axis. The head frame house
shall contain two pulleys for drawing the wire ropes and one pulley for electrical cable. The
pulley block shall be made of non- corrodible material and shall be of die cast Aluminum Alloy
(LM6). Pulley made of synthetic materials such as Plastic or PVC is not acceptable. Self-
lubricating bearings and stainless steel shaft shall be provided to facilitate smooth and
maintenance free operation for long period. Head frame structure shall be having docking arm to
position and limit the lantern installation ring.

1.03.04 Stainless Steel Wire Ropes:

The suspension points of the lantern installation ring shall be at an angle of 120 degree to ensure
proper balancing. There shall be two ropes at the winch drum which shall be increased to 3 nos.
through compensating disc. Further the three wire ropes shall run continuously to the lantern
ring end. Wire ropes shall be stainless steel of AISI 316 or better grade with 7/19 construction,
the central core being of the same material. Rope diameter shall be not less than 6 mm.
Combined breaking strength of both the ropes shall be more than 5 times the safe working load
of the winch. This is as specified in TR No. 7. Termination of the ropes at the ends shall be
specially designed to have proper grip and safety. Termination of the rope at the lantern
installation ring end shall be with proper thimble. Other end shall be with copper telluric.

1.04 Electrical System, Cable and Cable Connections :

A suitable terminal box shall be provided at the base compartment of the high mast for
terminating the incoming cable. The electrical connections from the bottom to the top shall be
made by special rubber trailing cable with EPR insulation and PCP sheathed to get flexibility
and endurance. At the top there shall be a weather proof junction box to terminate the trailing
cable. Connections for individual luminaries can be provided from this box at site.

ELECTRICAL HOIST CABLE


Pcp sheathed and EPR INSULATION COPPER CORE of normally 5corex 4 sq.mm
provided between Junction box attached to Lantern Ring/ base of the Masts.

Flat cables facilities rotation on minim. Space / no chance of loose gripping on pulleys
attached to head frame.

128
Each copper round cables of 5cx4sq.mm will be used as under;

1core…….. “R” Phase. 1


core………”Y” Phase. 1
core……….” B” Phase. 1
core……… Neutral.
1core……….. Earthing.

Each 5cx4 sq. mm copper cable can accommodate maxim. 10nos480w flood lights. Cable-
socket: Round cable Base Ends will have one set of suitable Socket for 5-pin [Male-Female]
Socket suitable for 5cx4sq.mm pcp sheathed EPR insulated copper Cable.

Junction Box :

a) Suitable connecting device between luminaries/ Trailing cables. Incoming is always


trailing cable / Outgoing No. of ways to cater luminaries electrical connections. A MS
Fabricated IP-55 version Distribution board with suitable no. of out goings w.r.t
Luminaries will be provided.

b) 12 way. Or its‟ Multiple depending On Luminaries Load on High mast.

1.05 Power Tool

A suitable, high-powered, electrically driven, internally mounted power tool, with manual over
ride shall be supplied for raising and lowering of the lantern carriage for maintenance purpose.
Speed of the power tool shall be to suit the system. The power tool shall be single speed,
provided with required rating. This motor shall be coupled with the winch using a sprocket and a
chain. Motor shall be mounted inside the base compartment of the mast. Control circuit for the
mast shall be with a push button for operation from a safe distance. There shall be separate
torque-limiting device to protect the wire ropes from over stretching. It shall be mechanical with
suitable load adjusting device.

1.06 Lightning Finial

One number heavy duty hot dip galvanized lighting finial shall be provided for each mast. The
lightning finial shall be minimum 1.2 M in length and shall be provided at the centre of the head
frame. It shall be bolted solidly to the head frame to get a direct conducting path to the earth
through the mast.

1.07 Earthing Terminals:

Suitable earth terminal using 12 mm diameter GI bolt shall be provided at a convenient location
at the base of the Mast, for lightning and electrical earthing of the mast.

129
All Major Carriage ways [ 4/ 6/8 lanes] street lighting will be followed as per above
luminaries for street lighting or approved equivalent

1X210 WATT LED Street light with maximum Electrical Load including LED
Driver load will be restricted to 210 watt per unit

light is recommended for use in Highways 8

Street Light Luminaries should deliver 26250 Lumens.( Minimum)


Housing: High pressure Die-cast LM6/ADC12 Aluminum housing with corrosion
resistant
polyster powder coating with Separate optical compartment, manufacture emblem logo
embossed in to the housing.

Non-Corrosive Optical Cover.

Extra-white Toughened Glass thermally hardened.

Mounting bracket: Integrated with Luminaries High pressure die-cast Aluminum

Gasket: Silicon Rubber.

Connection: Screw Connection block.

1X 120 WATT LED STREET LIGHT

High power Modular Street light is a state of art street lights. Lantern with flexible LED
modules with its robust product construction high system efficacy and good optical design.

LED Street light is recommended for up & down ramps Illumination


Electrical Load is 120 watt.
Street Light Luminaries should deliver 15000 Lumens. Minimum
Housing: High pressure Die-cast LM6/ADC12 Aluminum housing with corrosion
resistant polyster powder coating with separate optical compartment ,manufacture
emblem logo embossed in to the housing.
Non-Corrosive Optical Cover.
Extra-white Toughened Glass thermally hardened.
Mounting bracket: Integrated with Luminaries High pressure die-cast Aluminum
Gasket: Silicon Rubber.

130
1X 110 WATT LED STREET LIGHT

High power Modular Street light is a state of art street lights. Lantern with flexible LED
modules with its robust product construction high system efficacy and good optical design.

LED Street light is recommended for Service Road Illumination, up & down ramps road
width is around 7.5mtr.
Electrical Load is 110 watt.
Street Light Luminaries should deliver 13750 Lumens. Minimum
Housing: : High pressure Die-cast LM6/ADC12 Aluminum housing with corrosion
resistant polyster powder coating with separate optical compartment ,manufacture
emblem logo embossed in to the housing.
Extra-white Toughened Glass thermally hardened.
Mounting bracket: Integrated with Luminaries High pressure die-cast Aluminum
Gasket: Silicon Rubber.
1X 130 WATT LED STREET LIGHT

High power Modular Street light is a state of art street lights. Lantern with flexible LED
modules with its robust product construction high system efficacy and good optical design.

LED Street light is recommended for road between two rotaries and up & down ramps,
where as the road width around 10.5mts
Electrical Load is 130 watt.
Street Light Luminaries should deliver 16250 Lumens. Minimum
Housing: High pressure Die-cast LM6/ADC12 Aluminum housing with corrosion
resistant polyster powder coating with separate optical compartment ,manufacture
emblem logo embossed in to the housing.
.
Non-Corrosive Optical Cover.
Extra-white Toughened Glass thermally hardened.
Mounting bracket: Integrated with Luminaries High pressure die-cast Aluminum
Gasket: Silicon Rubber.

1X 235 WATT LED STREET LIGHT

High power Modular Street light is a state of art street lights. Lantern with flexible LED
modules with its robust product construction high system efficacy and good optical design.

LED Street light is recommended for MCW Illumination


Electrical Load is 235 watt.
Street Light Luminaries should deliver 29375 Lumens. Minimum

131
Housing: High pressure Die-cast LM6/ADC12 Aluminum housing with corrosion
resistant polyster powder coating with separate optical compartment ,manufacture
emblem logo embossed in to the housing.
.
Non-Corrosive Optical Cover.
Extra-white Toughened Glass thermally hardened.
Mounting bracket: Integrated with Luminaries High pressure die-cast Aluminum
Gasket: Silicon Rubber.

TECHNICAL SPECIFICATION
[Applicable for Highways as well as For Junction roads& Service Road Luminaries]

No Criteria Specification for LED street light fitting

Luminaries configuration Shall consist of separate optical and


1 / control gear compartment. Driver should be early
technical requirement replaceable in the field condition
High pressure die cast Aluminum LM6/ADC12 housing with
corrosion resistant polyester powder coating with separate
2 Housing / Body of fitting
optic comportment manufacturer emblem/logo embossed
into the housing.
Aesthetically designed housing with corrosion resistant
3 Finish
polyester powder coating.
LED cover - UV stabilized Polycarbonate / Integrated
optics cover/ Toughened glass (The integrated optics cover
4 Cover / glass should be non-corrosive, non- yellowing and should not
depreciate light due to aging).

Luminaire should be full cut-off as per IS 1944.


The dome and engineering of Luminair should be in such a
5
way that light should be light up road but should not distract
Glare control details & should not visible to driver while travelling on road.
6 Protection – IP Optical and Control gear compartment-IP 66
7 Impact resistance Impact resistance greater than or equal to IK 08
Structured High power LED array with ceramic base and
single die for optimized roadway distribution photometric
8 Optical assembly
with photometric lenses designed to optimize application
efficiency andminimal glare.
9 Operating voltage 140-270 volt universal electronic driver
10 Frequency 50 Hz
11 Power factor > 0.95
Fixture designed ambient
12
Temperature + 35 degree C
13 Operating temperature Range 0 to +50 degree C
14 Working Humidity 10% to 90% RH
15 Storage Temperature 0 to 50 degree C

132
No Criteria Specification for LED street light fitting

Total Current Harmonic


16
distortion Total Current Harmonic Distortion should be lesser than 10%
Total system wattage and Nominal value to be printed in the label and within +/-
17 lumens of Fixture including 2% variation from the printed value
Driver
LED efficacy
18
(lumen/watt) Efficacy of LED should be greater than 130 lumens / watt.
19 LED Luminaire efficacy >125 lumen/watt
Power efficiency / LED
driver The efficiency shall be more than 85 % in all cases at
20 efficiency all times during project period.
21 Lumen maintenance L70 @ 50,000 hours
Correlated Color Temperature shall be nominal 5700K (with
Correlated Colour
22 variation limits of ±355K) per ANSI C78.377A CCT
temperature standard.
23 CRI The value of CRI shall be more than 70.
Make of LED: CREE /Philips Lumileds /Osram/Nichia . The
26 Make of LED
LED shall be of Surface Mounted Design
Lens to provide on appropriate LEDs to obtain desired
27 Lens
distribution.
28 LED Drive Current LED Driving current not more than 1050ma
140-270 Volt universal potted electronic/ analog dimmable
drivers with internal surge protection more than 4KV SPD in
29 Driver Specification
side the luminair with DALI/ (0 to 10 volts) or (any proved
technology) Dimming.
The Luminaire light shall be constant. The voltage variation /
fluctuations in the specified voltage range
30 Lumen Output Variation shall not impinge upon the lumen it produces. Maximum +/-
2% is allowed throughout in the input
operating voltage range.
As per IEC safety standards IEC61000, 61547,
31 Electrical safety as per IEC.
61347
Standard Conformations of
32 The luminaire conform to IEC 60598 / 10322
luminaire

Any CPRI/NABL accredited laboratory for luminaries


33 Reports / certifications
and driver
External surge protection of 10KV (DM / CM) and
34 Luminaries protection protection device like over voltage and short circuit, over
load, open circuit, mis wiring ect., components should be
enclosed in a housing / Luminaries
(a)The luminaire should be tested as per IEC 60598
standards and following test reports should be submitted:
35 Test Reports of luminaries
Heat Resistance Test, Thermal Test, Ingress Protection
Test, Electrical / Insulation Resistance Test, Endurance

133
Test, Humidity Test & surge test. The 35 Test reports of
luminaire should be tested for 'Drop test' as per IEC 60068-
2-31/IS9000 Part 7 / Sec 3 standards. The luminaire should
be tested for 'Vibration test' as per ANSI/IEC 68-2-6
standards.
Measurements of Solid-State Lighting Products)
(b) The LED‟ used should comply to LM-80 standards
(IESNA: Approved Method for Measuring Lumen
Maintenance of LED Light Sources and LED lumen
depreciation time to L70 based on LM-80 data)
© The luminaries should be tested for Electrical &
Photometric parameters should comply to LM-79 standards
and surge test
(d)Copy of above test certificates should be
Submitted with tender.
(e) Random samples from supplied lot should be tested at
CPRI/NABL and report submitted for acceptance

LED street light fitting should be supplied with serial


number which should be printed on label the same
should fixed to the fitting. The label should mention:
36 Serial number Name of Manufacturer, model name and number,
system lumen pack, nominal CCT, Wattage of fitting,
Date of Manufacture, and other labeling details as per
IS.
100% replacement guarantee for a period of seven years
37 Guarantee from the date of enerzisation for the Electrical and
Photometric

Substation( distribution Transformers):

This Project involves Outdoor Sub-Station which are distributed in various locations of ORR in
the span of 1.5 to 2.0 km length. All these substations will be supplied by TSSPDCL on
payment of 10% supervision charges, Development charges& SD charges asper estimate
sanctioned by TSSPDCL and line works has to be carried out with registered TSSPDCL
contractor only.

General Distribution Board Specifications:


All MDB‟s/ SDB‟s/ DB‟s should be provided with polythene/PVC plastic cover to protect them
from rust/damages, during execution of work till the work is actually completed and handed
over to the department.

134
The loose wire boxes/cable end boxes (adaptor boxes) shall be provided on the various electrical
boards to facilitate the termination of the wiring in the various mountings. The boxes shall be of
the same make as the DB‟s as far as possible.
Wherever the company made cable end boxes are not available they shall be neatly fabricated
with 16 SWG CRCA sheet steel, duly powder coated, dust & vermin proof and the front cover
of MS sheet shall be with rubber gasket suitably screwed or with 3mm thick phenolic laminated
sheet of Hylam/ Formica instead of MS sheet, as desired by the Engineer-in-charge. The length
of such boxes shall be same/or more as the width of the electrical switchboard. Such loose wire
boxes are deemed included in the scope of the work and no extra payment shall be made for
them.

All floor-mounted panels shall invariably be provided with 200mm height blank cubicles at the
bottom and shall be mounted on 75mmX75mmX6mm thick M.S. channel on all the sides. It
shall have a continuous earth bus of the same size and material as the main phase running
continuously along the length of the panel extending on either side for earth connection.

The doors of all cubicle panels shall be hinged type including those of bus bar chambers and
cable Alleys. The locking shall be with chrome plated metal key locks. All doors shall be
earthed with copper conductor wire as approved by the Engineer-in-charge.

All panels/DB‟s shall be suitable for 50ºC ambient temperature.


The MCB should be of the same make as that of MCB DB‟s. Contractor shall obtain
approval of the Engineer-in-charge before procurement of MCB DB‟s. Cables and wires will be
connected to MCB‟s through screw less connectors.

All model of modular accessories required for the work shall be got approved from the
Engineer-in-charge from among the approved makes. The base plate shall be preferably in sheet
steel or otherwise in unbreakable polycarbonate/ABS. The cover plates shall be screw less type
in shade approved by the Engineer-in-charge.
The MCCB‟s shall be compatible for microprocessor based circuit breaker control
modules for reliable protection and accurate measurement. The rated Service breaking capacity
(kArms) shall be 100% of Ultimate breaking capacity (kArms). All MCCB‟s shall be current
limiting type with features of load-line reversibility and suitable for horizontal as well as vertical
mounting without any de-rating.
MCCB‟s shall be used with terminal spreaders and all terminals shall be shrouded to avoid
direct contact. Cables and wires will be connected to MCCB‟s through screw less connectors.
Mechanical Castle key interlock shall be provided between the incomer MCCB‟s, wherever two
different incomer sources are provided in the panel, as per the directions of the Engineer in
charge. The same is deemed included in the scope of work.
All measuring and indicating instruments shall be protected through fuses/ MCB‟s and
isolating switches. All work should be carried out as per drawings and specifications and as
approved by the “Engineer- in- Charge”.

135
L.T CABELS
1. GENERAL

L.T. Cables shall be supplied, inspected, laid, tested and commissioned in accordance
with drawings, specifications, relevant Indian Standards, CPWD specifications and cable
manufacturer‟s recommendations. The cable shall be delivered at site in original drums
with manufacturer‟s name clearly written on the drums. The recommendations of the
cable manufacturer with regard to jointing and sealing shall be strictly followed.

2. MATERIALS

The LT Power cables shall be XLPE insulated PVC sheathed type aluminum conductor
armoured cable conforming to IS : 7098 : Part-I : 1988 with up-to-date amendments and
also PVC insulated copper conductor armoured cable conforming to IS:1554 : Part I :
1988 whereas control cable shall be PVC insulated copper conductor armoured/
unarmoured cable conforming to IS: 1554 : Part-I : 1988.

3. INSTALLATION OF CABLES

Cables shall be laid directly in ground, pipes, masonry ducts, on cable tray, surface of
wall/ceiling etc. as indicated on drawings, BOQ and/or as per the direction of Engineer-
In-Charge. Cable laying shall be carried out as per CPWD specifications.

4. INSPECTION

All cables shall be inspected at site and checked for any damage during transit.
5. JOINTS IN CABLES

The Contractor shall take care to see that the cables received at site are apportioned to
various locations in such a manner as to ensure maximum utilisation and avoiding of
cable joints. This apportioning shall be got approved from Engineer-In-Charge before the
cables are cut to lengths.

6. LAYING CABLES IN GROUND

Cables shall be laid by skilled experienced workmen using adequate rollers to minimize
stretching of the cables. The cable drums shall be placed on jacks before unwinding the
cable. With great care it shall be unrolled on over wooden rollers placed in trenches at
intervals not exceeding 2 metres. Cables and other accessories shall be laid as per CPWD
specification and other relevant IS codes. Cable shall not be laid in the same trench or
alongside a water main.

At all changes in direction in horizontal and vertical planes, the cables shall be bent
smooth with a radius of bent not less than 12 times the diameter of cables. Minimum 3
meter long loop shall be provided at both end of cable.

136
Distinguishing marks may be made on the cable ends for identifications of phases.
Insulation tapes of appropriate voltage and in red, yellow and blue colours shall be
wrapped just below the sockets for phase identifications.

PROTECTION OF CABLES
The cables shall be protected by bricks laid on the top layer of the sand for the full length of
underground cable. Where more than one cables is laid in the same trench, the bricks shall
cover all the cables and shall project a minimum of approximately 80mm on either side of the
cables. Cable under road crossings and any other places subject to heavy traffic shall be
protected by running them through Hume Pipes of suitable size.

EXCAVATION & BACK FILL

All excavation and back fill required for the installation of the cables shall be carried out by
the Contractor in accordance with the drawings and requirements laid down elsewhere.
Trenches shall be dug true to line and grades. Back fill for trenches shall be filled in layer not
exceeding 150mm. Each layer shall be properly rammed and consolidated before laying the
next layer.

The Contractor shall restore all surface, roadways, sidewalks, kerbs wall or the works cut by
excavation to their original condition to the satisfaction of the Engineer-In-Charge.

LAYING OF CABLES ON CABLE TRAY/SURFACE OF WALL / CEILING


Cable shall be laid on perforated M.S. Cable tray. Cables shall be properly dressed before
cable ties/clamps are fixed. Wherever cable tray is not proposed, cables shall be fixed on
surface of wall or ceiling slab by suitable MS clamps/ saddles. Care shall be taken to avoid
crossing of cable.

CABLES ON HANGERS OR RACKS


The Contractor shall provide and install all iron hangers racks or racks with die cast cleats
with all fixings, rag bolts or girder clamps or other specialist fixing as required.
Where hangers or racks are to be fixed to wall sides, ceiling and other concrete structures,
the Contractor shall be responsible for cutting away, fixing and grouting in rag bolts and
making good.
The hangers or racks shall be designed to leave at least 25mm clearance between the cables
and the face to which it is fixed. Multiple hangers shall have two or more fixing holes. All
cables shall be saddled at not more than 150mm centres. These shall be designed to keep
provision of some spare capacity for future development.

CABLES TAGS
Cable tags shall be made out of 2 mm thick aluminum sheets, each tag 1-1/2 inch in dia with
one hole of 2.5mm dia, 6mm below the periphery. Cable designations are to be punched with
letter/number punches and the tags are to be tied inside the panels beyond the glanding as
well as below the glands at cable entries. Trays tags are to be tied at all bends. On straight
lengths, tags shall be provided at every 5 metres.

137
TESTING OF CABLES

Prior to installation, burying of cables, following tests shall be carried out. Insulation test
between phases, phase & neutral, phase & earth for each length of cable.

a. Before laying.
b. After laying.
c. After jointing.
On completion of cable laying work, the following tests shall be conducted in the presence of
the Engineer-In-Charge.

2 Insulation Resistance Test (Sectional and overall).


o) Continuity Resistance Test.
p) Earth Test.
All tests shall be carried out in accordance with relevant Indian Standard code of practice and
Indian Electricity Rules. The Contractor shall provide necessary instruments, equipment‟s
and labour for conducting the above tests & shall bear all expenses of conducting such tests.

PROTECTIVE EARTHING & LIGHTNING PROTECTION Scope

The scope of work shall cover earthing stations, laying copper/GI earth strips and connecting the
power panels, DBs and switch boards.

Indian TNS system of earthing as shown on IS: 3043 shall be followed for the entire installation
under the scope.

All the non-current carrying metal parts of electrical installation shall be earthed properly. All
metal conduits, trunking, cable sheaths, switchgear, distribution fuse boards, light fittings and all
other parts made of metal shall be bonded together and connected by means of specified earthing
conductors to an efficient earthing system. All earthing shall be in conformity with Indian
Electricity Rules. The Earthing System shall totally comprise the following:-Earth Electrodes

Earthing Leads Earth Conductors Residual current earth leakage circuit breakers where
applicable per IE rules All three phase equipment shall have two separate and distinct body
earths and single phase equipment shall have a single body earth.

Standards
The following standards and rules shall be applicable:
a) IS: 3043 - 1966 Code of Practice for earthing.
b) Indian Electricity Act and Rules

138
All codes and standards mean the latest. Where not specified otherwise the installation shall
generally follow the Indian Standard Code of Practice or the British Standard Code of Practice
in the absence of Indian Standards.

Scheme:

Lightning Protection:

To cater for lightning protection of the complete roof structure made of steel including the flood
lighting system it has been proposed to provide for 1 no of 1200 mm long GI finial at top of each
of the 22 light mast provided in the inner edge of the roof and one no of 1200 mm long GI finial
at the top of the alternate cable supporting steel column on the outer edge of the roof structure.
Thus there will be 44 finials, which will be interconnected through horizontal run of GI
lightening conductors of 20 mm x 3 mm GI tape both radially from inside to outside and
circumference on the outer edge. The complete steel structure should be connected to the
lightening system through horizontal conductors. 22nos down conductors here been provided on
the outer support column structure and connected to the earth, thus GI plate earth and testing
joints.

Body Earthing:

Body earthing of the sports lighting system is provided thus 4nos GI plate earth at each of the
sports lighting control room where the earthing is terminated in two nos. of GI earth Busbars.
Two sets of GI tape earthing of two no 50 mm X 6 mm GI strip shall independently run from the
sports lighting control up to the roof and distribution board placed there. From distribution
boards to individual fixture earthing connection to be continued through 3 core power cables.

Earthling Material
Materials of which the protective system is composed shall be resistant to corrosion or be
adequately protected against corrosion. The material shall be as specified in the schedule of
quantities BOQ and shall comply with the following requirements:

Galvanised Steel - Galvanized steel used shall be thoroughly protected against corrosion by hot
dipped Zinc coating. The material coating shall withstand the test specified in IS 2309:1969.
The strips to be used shall be in maximum lengths available as manufactured normally avoiding
unnecessary joints.

Earth Stations
Plate Earthing Station
The earthing station shall be as shown on the approved working drawing. The earth electrodes
shall be 600 x 600 x 6 mm GI plate as required. The earth resistance shall be maintained with a

139
suitable soil treatment and watering arrangement as per approved working shown on drawings or
as directed at site. Excavated soft soil shall be thoroughly mixed with 6 percent by weight of
common salt with 10 percent by weight of water and alternate layers of charcoal and filled in the
earth pit. Independent earth shall have same specification subject to meeting the earthing value
criterion for communication system. The resistance of each earth station should not exceed 1
ohms. The earth lead shall be connected to the earth plate through brass bolts as per approved
working drawings.

Number of Earth Stations

In all cases the relevant provision of rule 33, 61 & 67 of the Indian Electricity Rules 1956 as
amended shall be complied with.
The number of stations shall be large enough to trip on over current largest MCCB in the system
Metallic covers or supports of all medium or H.T. apparatus or conductors shall, in all cases be
connected to not less than two separate and distinct earth electrodes.

Location of Earth Electrode

The following guidelines shall be followed for locating the earth electrodes An earth electrode
shall not be situated less than 3 metres from any building. The excavations for electrode shall
not affect the column footings or foundations of the buildings. Entrances, pavements and road
ways shall not be used for locating the earth electrode. In such cases electrode may be further
away from the building.
The location of the earth electrode shall be such where the soil has reasonable chance of
remaining moist, as far as possible.
Method of Installing Watering Arrangement In the case of plate earth electrode, a watering pipe
of 50mm dia. of medium class G.I. Pipe shall be provided and attached to the electrode. A
funnel with mesh shall be provided at the top of this pipe for watering the earth. The watering
funnel attachment shall be housed in masonry enclosure of not less than 1000 x 500 x 600 mm.
A cast iron/M.S. frame with cover having identity mode “EARTH” and having locking
arrangement shall be suitably embedded in the masonry enclosure.

Earth leads and connections


The strip earthing leads shall be connected to the Earth Electrode at one end and to the main
equipment at the other end. The earthing lead shall connect to the earthing network in the
installation.
Earth lead shall be bare copper or galvanised steel as specified with sizes shown of on approved
working drawings. Copper lead shall have a phosphor content of not over 0.15 present.
Galvanized steel buried in ground shall be protected with bitumen and hessian wrap or polythene
faced hessian and bitumen coating. At road crossings necessary hume pipes or UPVC Pipes shall
be laid. Earth lead run on surface of wall or ceiling shall be fixed on saddles or wall so that the
strip is at least 8mm away from the wall surface.

140
All earth strips shall be jointed as follows:
Copper : Copper riveting with 80mm fish plate and brazing
Galvanized : Lap welding with 50mm minimum lap Steel: Overlay: not
less than 50 mm in all cases

Strip earthing leads shall be of copper/GI and as per specifications. The buried strip earthing
lead shall be in trench not less than 0.5 m deep. If conditions necessitates use of more than one
earthing lead, they shall be laid as widely distributed as possible, preferably in a single straight
trench or in a number of trenches radiating from one point. In the case of plate earth electrode,
the earthing lead shall be securely bolted to the plate with two bolts, nuts, check nuts and
washers as required by IS 3043:1987. All materials used for connecting the earth lead with
electrode shall be GI in case of GI Pipe and GI plate earth electrodes or tinned brass in case of
Copper plate electrode.
Connection of Earthing Conductors.
Main earthing conductors shall be taken from the earth connections at the substation to the earth
bar at the main switch boards in the TN-S configuration and the earth bar may also be directly
earthed as in Indian TN-S.
Sub-mains earthing conductors shall run from the earth bar at the main switch board to the sub
distribution boards and to the final distribution boards. Loop earthing conductors shall run from
the final distribution boards and shall be connected to any point on the main/sub-main earthing
conductor, or its distribution board.

Metal conduits, cable sheathing and armouring shall be earthed at the ends adjacent to switch
boards at which they originate, or otherwise at the commencement of the run by an earth
bonding conductor in effective electrical contact with cable sheathing, switches, accessories,
lighting fitting etc. shall be effectively connected to the Loop Earthing Conductors. A metallic
conduit shall not be considered as the only protective earth conductor.

Point wiring for lights, fans, ceiling fans, exhaust fans, 5 A & 15A sockets and the like and sub-
main wiring, shall all have an earth continuity conductor (ECC) width the same cross section
and type of wires used, the minimum in this case being 2.5 sqmm copper.

Prohibited Connections.
Neutral conductor, sprinkler pipes, or pipes conveying gas, water, or inflammable liquid,
structural steel work, metallic enclosures, metallic conduits and lighting protection system
conductors shall not be used as a means of earthing an installation or even as a link in an
earthing system. However, these are to be effectively earth boded.
Resistance to Earth.

No earth electrode shall have a greater ohmic resistance than 3 ohms as measured by an
approved earth testing apparatus. In rocky soil the resistance may be up to 5 ohms. The

141
electrical resistance measured between earth connection at the main switchboard and any
other point on the completed installation shall be low enough to permit the passage of current
necessary to operate fuses or circuit breakers. The number of earth stations should be
increased to effectively achieve the tripping of the over current devices.

The clean earth shall be provided for communication system as per the values prescribed by
the relevant standards

Equipment earthing

All apparatus and equipment transmitting or utilising power shall be earthed as per drawings.
The earth continuity conductor may be drawn inside the conduit in which case, it should be
insulated. Metallic conduit shall not be accepted as an earth continuity conductor. A separate
insulated/bare earth continuity conductor of size related to phase conductor shall be
provided. Non-metallic conduit shall have an insulated earth continuity conductor of the
same size as above. All metal junction and switch boxes shall have an inside earth stud to
which the earth conductor shall be connected. The earth conductor shall be distinctly
coloured (green) for easy identification. Armoured cables shall be earthed by 2 bonding earth
connections to the armouring at both the ends and the size of connection being as above. In
multiple cables entering a panel/DB, the cable joints shall be bonded together using a
bonding wire selected on the basis of the largest size of cable in the group. In the case of
unarmoured cable, an earth continuity conductor shall either be run outside along the cable.
3-Ph. power panels and distribution boards shall have 2 distinct earth connections of the size
correlated to the incoming cable size. In case of 1-Ph. DB‟s a single earth connection is
adequate. Similarly for 3- Ph and 1-Ph. isolating switches there shall be 2 and 1 earth
connections respectively, sizes being correlated to the incoming cable.

3-Ph. motors and other 3-Ph. apparatus shall have 2 distinct earth connections of size equal
to incoming feeder size. For 1-Ph motor and 1-Ph apparatus, the single earth connections
shall be provided of the above size.

Artificial treatment of soil

If the earth resistance is too high and the multiple electrode earthing does not give
adequate low resistance to earth as specified in clause then the soil resistivity immediately
surrounding the earth electrodes shall be reduced by adding sodium chloride, calcium chloride,
sodium carbonate, salt and soft coke or charcoal in suitable proportions.

Testing

The following earth resistance values shall be measured with an approved earth megger and
recorded. Each earthing station Earthing system as a whole Earth continuity

142
GSM based Street Light Automation System:
3.6 System Specification:

i). The Streetlight Control System with GSM Interface should have a control
Central station/ server with two way communication using GPRS/Ethernet
communication.
ii). Street light Automation system should have dimmer option maximum up
to 50% in up to 5 ranges or linear dimming through DALI or( 0 to 10 )Volts or
any proved technology.
iii). Switching of up to 160 lamps MCW & 80 nos on service roads & High Mast
lights per feeder pillar with load up to 125 Amp
continuous load Lamps consisting of LED Lights,
Iv). The system should have a provision for remote and local operation with
A three way selector switch.

The street light wireless automation and tracking:


The controller should remotely control and Monitor Street lights on the ORR by using
GSM/GPRS technology. The automation system should be highly reliable system which
provides critical data on power theft, short circuit, energy leakages, and energy losses due to
earth leakages, fused lights & health of street lights.
The efficient two way GSM communication should be made between the street light
controller and control server so we send real time commands to the street light controller and
retrieve the data from the street light controller.

The software should provide two way communication for monitoring of street lights from
control server to feeder pillar box. Once programmed with ON/OFF/ dimming time the device
should operate as per fixed program even though the external communication fails for more than
one year also. It should update its real time clock with satellite timing even though there there is
no communication network also.
 The status of the luminaries should be intimated to the user by default where ever there is a
change in the state
 The data should be sent to the user when switch ON the device manually.

 Operation from desktop & Android phone:

1. All the lamps should monitor and controlled by the desktop PC/ Andriod phone.
2. Should provide various reports dynamically along with power statistics.
3. Controls the device for switch ON/OFF/ status/ Dimming should be up to 50% or 10% to 100% in
up to 5 stages or linear dimming.
4. Should control the day light changes as per the seasonal fimnings.
5. Atomized security levels to login in to the monitoring screen.
6. Should send the message/alert precisely pin pointing the FPB where the bulbs are fused with
more than 5% failure.
7. Should send alert on unusual activates.

143
8. The separate window should provide on the dash board to show feeder pillar wise connected
load and the load current and actual load in service and their load amps and voltage should be
recorded in all feeder pillars every hour. The report has to be generated feeder pillar wise on
hourly interval, remarks has to be recorded if any load current increasing/ decreasing. The
same should be submitted to HGCL on daily basis.
9. If the power consumption pattern exceeds the defend threshold value, the system should alert
the enforcement agencies as theft alert.

Lighting Management System (CCMS)


The LED Streetlights panels shall be with astronomical clock device to
automatically set the timings for lights ON/OFF throughout the year.
Lighting management system shall be locally mounted in street light feeder
pillars.
Inefficient use of light may lead energy waste and create impact on burning hours
of luminary as well. To protect luminary from afore said point automatically light
control system is to be provided.
A centralized solution shall be adopted for intelligent operation. Hardware modules
shall be installed in control cabinet (Lighting feeder pillars) and shall enable
communication from the central server location to control cabinet via GSM. All the
data is to be sent to the central server, where it is stored and accessible for reports,
fault rectification, load balancing and emergencies such as accident, flooding etc.

The controller meeting all the functional requirement shall also be accepted.
The system shall be consisting of following typical components & modules:
(a) System Central Processing Unit (CPU)
This is the central processing unit of the module system. This will be
equipped with microprocessor unit and run on linux/ MS Window. Direct
communication between modules take place by means of an A-bus
interface, which is based on industrially proven RS-485 technology. The
CPU module serves as a WAN communications and data concentrator
module. Two-way communication with the central server takes place via
Ethernet, GPRS or SMS. The module will have the ability to automatically
switch between different available communication carriers in order to
provide the stable and reliable communication. Data are either delivered to
the server immediately or stored locally in the built in flash memory of CPU
module until scheduled delivery. Software and configuration can be updated
remotely from the server and stored on the CPU module enabling it to
autonomously execute tasks e.g. turn the street light on/off or collect meter
reading based on the configuration set up by the user. Voltage value on all
three phases of the main supply shall also be monitored by the CPU
module.
Shall be able to Monitor the following:

144
8.1.1.1.1 Battery shutdown
8.1.1.1.2 Communication class availability
8.1.1.1.3 Over/under mains voltage (on every phase)
8.1.1.1.4 Mains power failure
8.1.1.1.5 Phase fault (only in multi phase mains networks)
8.1.1.1.6 Mains rated input for cabinet door detection
Photocell input for streetlight control
(b) Battery Module
Battery module is the client module in the system. It is a backup / UPS
module which are used for supplying other modules with emergency power
in the event of the failure of supply. This system will incorporate an A-Bus
interface which is based on the industrially proven RS-485 technology. The
A-Bus interface is used for power supply and for direct communication
between modules. The battery will be recharged with the power as long as
the battery is supplied with 12V from A-Bus interface.
If main power fails, battery will instantaneously take over the supply of A-
Bus. This will enable the CPU module to store data and send main power
failure alarm to the central server before it is shut down safely.
The controller should powered by standby battery backup of 4 to 6 hours so
that it keeps sending data to central server in case of power cut in that area.
(c) Switch Module
Switch module is a client interface module in the system. It will consist of
two individually controllable relays. These relays are isolated and are used
for switching minor loads on and off directly and three phase or larger loads
via an intermediate breaker.
(d) Current Module
The current module is a client interface module in the system. It will detect
asymmetrical earth leakage in electrical system and for monitoring current
changes in each phase. For this purpose, one leakage transformer and two
three phase current transformer are connected to the module. Leakage and
current threshold value can easily be configured to fit specific needs in web
application that will run on a central server. Current module will be used for
wide range of monitoring purpose. Power failure, cable breakage, street
lamp failure, leakage etc. are immediately reported to the central server.
(e) M-Bus Module
M-bus module is designed for two-way communication with M-Bus
compatible equipment from various manufacturers. It is used for two-way
communication with M-Bus compatible electricity meter. The M-module
will collect data reading and other data from the meters and subsequently

145
transfer these data to CPU module that act as a data concentrator. The CPU
module delivers the data to the central server when required. Direct
communication and power supply between M-Bus module and CPU
Module are handled by A-Bus interface which is based on RS-485
technology.
(f) Dimming Module
This module will allow increasing and decreasing the light intensity and thereby
reduced electricity consumption. The light is dimmed from the control cabinet
either through a remote access of dashboard through internet or through a pre-
scheduled dimming calendar, thereby allowing unique dimming setting for each
sector of city.
Each CCMS Panel can execute Multi-Step dimming pattern to the connected
dimmable LED Streetlight over PLC /wireless RF by way of DALI/ (0 to 10
volts). To perform the above functions any proved technology which perform
all the above functions also allowed.
(g) Monitoring GUI SCADA”

i). Shall be a reputed make with special functions required for the project

ii). Should have unlimited tags (as the expected no. of tags are expected to touch 1 lac
nos. or more Should have unlimited number of control cabinets. Should support
standard databases .
iii) Should be OPC compliant
iv) The system should show the abstract of communication status light On/OFF/
Dim status on Web interface. If you further click on we have to able to know
about details of the which feeder pillars are in On/OFF/ Dim status.
v) The contractor has to provide GPRS /GSM antennas to each feeder pillar for
better communication.
vi) The separate window should provide on the dash board to show feedar pillar wise
connected load and the load current and actual load in service and their load amps
and voltage should be recorded in all feeder pillars every hour. The report has to be
generated feeder pillar wise on hourly interval, remarks has to be recorded if any
load current increasing/ decreasing. The same should be submitted to HGCL on
daily basis.
vii) Should have all the possibilities of protocols for future up gradation with any
third party system through API. It should be possible to create reports, both as
html pages or as Excel files. Should have feature of creating Web Clients for
future viewing Should support API for third party software integrations.

(h) DATA Transmission System:

The following options are to be considered:

146
1. By GPRS/Ethernet connectivity – Energy Meter reading at predefined time
periodically and same logged by the central server.

2. By direct polling by Central Station – the Central SCADA/ server will call up each
unit periodically and fetch details of metering from each location and update its
records with date and time. In this case all controllers will have DATA enabled SIM
from GSM service provider.

3. By continuous Connection with the field control units – this option enables the
central station to be always in touch with all field controllers and can keep on logging
at very frequent intervals. In this case all controllers will have GSM modems with
GPRS/EDGE communication capability provided by the GSM service provider.

(i) Guard for Overvoltage Protection: This module shall provide over voltage
protection specifically for the CPU, capable of withstanding surge pulses up to ±
6 kV and burst pulses up to ± 4 kV. The module shall consist of four independent
protected mains rated channels which each have a built-in thermal protection,
Surge protection level ± 6 kV according to EN61000-4-5, Burst protection level ±
4 kV according to EN61000-4-4, Three mains rated phase (line) inputs: L1, L2
and L3 and shall be DIN Rail Mounted.

(j) Additional System Requirements:

The system shall generate power failure alarm or Individual Phase failure
alarm The system should able detect the panel door open condition and should
notify the user. The system shall support to integrate both analog and digital
type of Photocell. The system shall allow configuring priority levels for
commands (Eg. Fixed programs , Manuel switching, twilight switching ). The
system shall provide API for integrating with third party applications like
SCADA or ERP applications for basic monitoring and control. The system
shall provide facility for inventory management for luminaires.
(k) Web based management of the Lighting system

 It shall be possible to create a node hierarchy to reflect the geographical area that is
monitored and controlled by the system.

 All actions performed in the GUI are related to selected node and its child nodes.

 It shall be possible to post messages on the GUI for the other users of the web based
management system.

 The GUI shall have a search box to search for nodes, boxes, modules, meters and
programs

 The GUI shall give an overview of the communication status of all the boxes in the
selected node tree.
 The GUI shall indicate the photocell history.

147
 It shall be possible in the GUI to manually operate the light for the selected node tree to
switch the light to ON, OFF

 The GUI shall indicate the light status for all the boxes of the selected node tree.

 It shall be possible to set an operational mode for the boxes. The operational modes shall
be “operational”, “Installation”, “maintenance w/ alarm”, or “maintenance w/o alarm”

 It shall be possible to generate an alarm overview, filtered on alarm severity, alarm type,
alarm state, alarm period.

(l) Reporting
 It shall be possible to create reports, both as html pages or as Excel files.

 It shall be possible generate an alarm report, filtered on alarm severity, alarm type,
alarm state, alarm period, no. of parent nodes.

 It shall be possible to generate a report on the meter readings.


 It shall be possible to generate a burn time report.

 It shall be possible to create an action report, based on modules, light commands,


report, alarm, photocell or light status.

 It shall be possible to create a lamp surveillance report for critical lamp failure,
preventive lamp replacement or failures before burning hours.

 It shall be possible to generate reports from Historical data available in Lighting control
system server for following:
o Switching operations

o Alarms/ Warning generated


o Run Time of Circuits

(m) Programming
 It shall be possible to create programs based on a fixed time table.

 In the fixed time table program, it shall be possible to define ON and OFF commands.

 It shall be possible to activate the fixed time table on a daily, weekly or monthly basis

 It shall be possible to activate the fixed time table based on a time period; from
day/month to day/month. I
 It shall be possible to create programs based on a twilight table.
 It shall be possible to generate a twilight table based on a geographic location.

 It shall be possible to combine a twilight table with a primary and secondary photocell.

148
 In the twilight table program, it shall be possible to define a Twilight table sunrise
offset

 In the twilight table program , it shall be possible to define a Twilight table sunset
offset

 In the twilight table program, it shall be possible to include ON and OFF commands at
fixed times between sunset and sunrise.
 In the twilight table program, it shall be possible to define a photocell event
delay for the primary and for the secondary photocell.

Software upgrade
It shall be possible to upgrade the software locally on the CPU using a USB stick.
It shall be possible to upgrade the software remotely through the webpage application.

Customers, permission groups and users

10. It shall be possible to define “Customers” to limit access for users within these
“Customers” to only a part of the node tree.

11. It shall be possible to define permission groups to define different levels of user access.

12. It shall be possible to design user accounts within customers, and assign a permission
group and a password to each user.
13. It shall be possible to subscribe users to alarms via SMS or email.
14. It shall be possible for a user to control ON, OFF

(n) Control Room Application

 The streetlight automation system shall feature a map application that gives an overview
of all boxes on top of a street map or a satellite image.

 It shall be possible to visualize the light status of the boxes or the alarm status of the
boxes.
 It shall be possible to see the geo-location data of a selected box.
 It shall be possible to see the serial number of a selected box.
 It shall be possible to see the node of a selected box.
 It shall be possible to see the name of a selected box.
 It shall be possible to see the communication status of a selected box.
 It shall be possible to see the alarm status of a selected box.
 It shall be possible to see the phone number of a selected box.

 It shall be possible to see the communication status of the carriers of a selected box.
 It shall be possible to see the light status of a selected box.

 It shall be possible to set the Configurable communication class with Control station /
server:- Ethernet, GPRS or SMS
 The following faults shall be displayed in alarms

o Under/over voltage detection o


Main breaker error

149
o Contactor fault
o Circuit breaker off
o Circuit phase errors (fuse, breaker, etc.)
o Main power failure
o Leakage to ground
o Manual switch activated
o Phase current out of range
o Control cabinet door open
o Flashing bulbs
o Bulb failures
iv) Low Power Factor
 Communication failure with server
External Electrification works:
The external electrification works have to be carried out as per the standards in consultation
with TSSPDCL and Chief Electrical Inspector to Government of Telangana, duly obtaining
approval to the drawings and to have liaisoning such as processing applications and obtaining
estimate approvals including intimations and executing them under exemption process and also
during enegisation process. The cost of liaisoning shall be considered as being included in the
cost of items of work in the Bill of Quantities.

Tests on Completion

Tests on Completion procedure shall be applied to the equipment, switch gear comprising
illumination including both external and internal electrification and power cables after they are
installed at the specified location, and adjusted and tested by the Contractor. Test on
completion shall be conducted at two levels; test on completion for a portion of works, and test
on completion for the Works. The test on completion for a portion of works shall be conducted
for a group of equipment at a site that functions as a subsystem and achieves part of the system
functions. The unit of test shall be as specified hereunder.

The test on completion for the Works shall be conducted for the whole of the
illumination system including the supporting switch gear. Overall system functions as
illumination system shall be tested.

The Contractor shall keep a clear record of all tests conducted. The record shall include time,
place, equipment, procedure, functions, persons attending, and faults or problems encountered.
The test results, even if they are not satisfactory, shall be documented and submitted to the
Employer‟s Representative for review.

If permanent electric supply is available the Employer will provide electricity free of charge to
the Contractor for the purpose of conducting test on completion if permanent electrical supply is

150
available. Otherwise, the Contractor shall arrange electricity, water and gas necessary for the test
on completion.

The Contractor shall prepare or arrange the test apparatus and equipment, temporary connection,
testing software, test data, test vehicle, tools and other items necessary for conducting test. The
cost of such items shall be included in the cost of test in the Pricing Document and no separate
payment shall be made.

Plant and Equipment

In all cases where traffic is permitted to use the whole or a portion of the existing road before the
work is completed, all plant items and similar obstructions shall be removed from the road at
night, if at all possible. Otherwise, they shall be delineated at night if they stay within 2 meters
of the edge of the roadway by two red lights suspended vertically from the point of obstruction
nearest to the roadway. The lights may be omitted in cases where there is permanent obstruction,
such as trees less than 2 meters from the edge of roadway and the plant or equipment are not
closer to the road than the permanent obstruction.

During the day, a red flag shall project beyond the extremity of all plant items (other than
vehicles) adjacent to the traffic lane

Vehicles
Vehicles that are used to carry out operations on the roadway and that are required to travel
slowly or to stop frequently shall be made as conspicuous as possible. This shall be achieved by
painting them in a distinctive colour or painting the rear portion with diagonal stripes of a
contrasting colour or providing flashing lights on the top of the vehicle. They shall also have a
plate on the rear side with the words "Slow Moving"

Safety Plan
The Contractor shall prepare and submit a safety plan before the start of installation work at site
for approval of the Employer‟s Representative. The safety plan shall describe the precautions
and measures to be followed by all members of the Contractor including the staff of
subcontractors to prevent accident during the work. It shall also contain the emergency response
measures in case of accident.

151
The Tenderer shall describe safety plan that the Tenderer intends to adopt for the works at site in
his Technical Proposal.

Operator's Manual
The Contractor shall prepare and submit operator‟s manual to be used by the operators
belonging to traffic monitoring and control division during their daily operation. The manual
shall explain the procedure to log-on and log-off for duty operator console and other procedures
necessary for daily operation. In addition, the manual shall describe the operating procedure of
the Roadside Equipment. The description shall be plain and concise in a step-by-step manner
using illustrations and photos as much as possible. The details of the internal mechanism are not
required in the manual. The manual shall also describe the action to be taken by operator in
exceptional cases. The description shall be limited to the operation of the Equipment and system
operation and the actions related to those events occurring on the road are not required.

Likewise, the manual shall describe the actions to be taken when any of the components
comprising illumination becomes defective or malfunctions. Detail manual and outline manual
shall be provided.

Workmanship

All equipment and components shall be new and shall be designed and manufactured in the
soundest manner, using materials most suited to the particular services. All materials shall
comply with the latest relevant authorized standards for testing materials unless otherwise
specified or permitted by the Employer‟s Representative. For the design of all equipment, it shall
be considered to enable to make ease of their maintenance work.

All workmanship shall be of the highest class throughout to ensure smooth and vibration free
operation under all possible operating conditions, and the design, dimensions and materials of all
parts shall be such that the stresses to which they may be subjected shall not render them liable
to distortion, undue wear, or damage under the most severe conditions encountered in service.

All parts shall conform to the dimensions shown on the Employer‟s Requirements –

Drawings and shall be built in accordance with approved drawings. All joints, datum surfaces,
and mating components shall be machined and all castings shall be spot faced for nuts. All
machined finishes shall be shown on the approved drawings. All screws, bolts, studs & nuts and
threads for pipe shall conform to the latest standards of the International Organization for
Standardization covering these components and shall either all conform to the standards for
metric sizes.

152
Nameplate

All equipment supplied under the Contract shall have a nameplate. The nameplate shall indicate
as a minimum, manufacturer‟s name, model, type or make, serial number, manufactured month
and year. In addition, other information such as input voltage, current, frequency, and complying
standards may be described. Information on the nameplate shall be printed or inscribed in
indelible manner.

The nameplate shall be firmly attached to the cabinet at the suitable position by screw, rivet or
adhesive and shall not be easily removed.

Wind

All outdoor equipment and their support, individually and fully assembled and installed as a
whole, shall withstand an instantaneous wind velocity of at least 45 m/sec.

Cable Identification
Cable and wire ends shall be prepared using only approved means which avoid damage to
conductors and shall be clearly and indelibly marked in accordance with relevant diagrams for
wiring up and circuit checking. Each cable shall have an indelible label securely fixed near each
end, giving its reference number in the cable „As-Built‟ schedules.

Throughout the installation the arrangement of wire and terminal identities shall be consistently
followed and shall be as agreed with the Employer‟s Representative.

Any phase wires in power circuits used for distribution other than 240/415V shall have the phase
voltage clearly marked at each end of the conductor.

153
SECTION -6
List of approved makes of Electrical materials to be used for the work providing LED
Street Lighting on ORR Hyderabad.

S.No. Materials Make

1 Octagonal Poles Bajaj / Valmont / TRANSRAIL.

2 High Mast poles Bajaj / Valmont / TRANSRAIL.

a).LUMINAIRE MAKE : Tested and certified by


CPRI/NABL with authorized certificates in electrical
3 LED street Lights & photometric parameters as per LM-79 b) LED
MAKE : PHILIPS LUMILEDS / CREE /
NICHIA / OSRAM / SAMSUNG.
MAKE: Tested and certified by CPRI/NABL with
authorized certificates in electrical & photometric
4 LED Flood lights parameters as per LM-79
5 MCBS/Isolators L&T / Schreder / Siemens.
6 MCB Distribution boards L&T / Schreder / Siemens.
Torrent / Universal / CCI /
7 LT UG aluminum cables
Unicab/polycab/KEI/havels./Gloster Cable
Torrent / Universal / CCI / Unicab/polycab,/ Havels/
8 HT XLPE cables
Gloster Cable
9 Distribution Transformers TSSPDCL approved make
Schreder / L & T/ Siemens/
Automatic Street Light ABB/CROMPTON/Philips/Bajaj or equivalent controller
10
Control System which performs all the functions as specified in tender
document.
11 Connectors Elmex/ Connect well/ Raychem/ Andrew Yule
PVC FRLS / HFFR insulated
12 Finolex / RR kabel/ Gloster Cable
flexible Copper cable
13 PVC conduit pipes Sudhakar / Modi / Atul.with ISI marked
14 16 Gauge MS conduit pipe NAI / Bharath / GB. with ISI marked
A.B. Switch/H.G. Fuse
15 Set/Lightning TSSPDCL approved make
arrestor/Insulators
16 GI pipes/ GI wire / GI flat TATA/JINDAL with ISI marked
L.T. / CT operated 3phase
Digital
multifunction energy meter with
3 lines LCD display for
17 SECURE /L&T / .(with RS 485)
measuring all the parameters
(voltage / Current / Power /
frequency / power factor / kw /
kwh / KVAR/ KVARH/)
18 HT termination kits Reychem/M seal/Denson/Multy
19 HDPE pipes Sudhakar,Dura Line (Dura guard) or its equivalent make
20 Powe contactors L&T make ML type contactors only
21 UPVC Ashirwad/finolex/sudhakar

154
SECTION-7
(Special conditions for O&M)

ESSENTIAL CONDITIONS FOR O&M STREET LIGHTING WORKS:-

1 Operation & maintenance shall be for period of 7 years from the date of successful
commissioning of the project is deemed to be included in the prices quoted by the bidder. No
extra amount shall be payable to the contractor on account of O&M.
2 The contractor shall be paid for O&M on quarterly basis shown under special conditions.
3 The O&M shall necessarily mean managing all kind of day to day operations (switching on,
change over and switching off) and maintenance of entire street lighting system including
supply of all kind of materials, painting etc. Contractor shall arrange qualified man power, tools
& tackles, equipment‟s, spares, statutory clearances, transportation to staff etc. without any
extra cost implications to the client. O&M staff shall work as per the instructions of the
Engineer.
4 The contractor shall depute qualified Electrical engineer cum supervisor having minimum 5
years of relevant experience Wireman, helpers in adequate numbers to meet the requirement of
O&M. The contractor shall engage only license holder electricians and wireman. Necessary
safety equipment shall be provided by the contractor to his employees/Staff.
5 The Contractor shall have to give the list of names of the personnel to be engaged for the work
with their pass port size photographs, certificates & qualifications proof etc. The list will have
to be updated once in every six months.
6 The Contractor shall fulfill all provision under various acts like contract labour act, minimum
wages act, workman compensation act, Indian Electricity act etc. as applicable to such work.
Any financial implication arising due to breach of any act shall be fully borne by the contractor.
The contractor shall also be liable to pay service tax or any other taxes to Govt. for carrying out
the O&M work.

7 The Contractor shall deploy adequate numbers of mobile ladders/cranes of suitable heights for
O&M purpose.
8 The lighting fixtures which are out of order shall have to be repaired within 48 hours.
shall attend the same immediately and inform to the Engineer. The Contractor shall also
however, for critical locations as defined by the Engineer, corrective actions need to be taken up
with in 24hours. In case of any electrical shock/ emergency/theft, the Contractor lodge police
compliant, if required. The Contractor shall be fully responsible for any damage and /or loss of
life, accident occurring during the work.

155
9 All required maintenance spares such as controllers, contactors, wires, cables, junction box,
cable jointing kits, hard ware, etc. all kinds of T&P etc. shall be in the scope of supply of the
contractor. HGCL shall not provide any materials at all. The Contractor shall be required to
maintain good aesthetics of the equipment‟s like poles, brackets, SLFP etc.

10 The Contractor shall provide office accommodation with communication to his


engineers/Supervisors. The Maintenance staff of the contractor shall be available round the
clock on all days including holidays/Sundays.
11 After successful completion of 7 years of O&M period, The Contractor needs to hand over the
complete installation to the Engineer in good working condition. At the time of handing over,
The Contractor needs to submit complete item wise inventory as given in the priced BOM
format at the time of Bid submission.
12 To watch the day to day functioning of LED road way lighting over the ORR and to maintain
day to day power consumption record and the same has to be compared with TSSPDCL meter
readings. Analysis has to do whether theoretical consumption inline with recorded
consumption. The daily reports, weekly and monthly reports has to be prepared and submitted
accordingly.
13 To attend the day to day complaints as per the routine maintenance schedule and to see that
there should not be any dark spot at any place over the ORR.
14 To attend day to watch over the feeder pillar panels and to see that there should not be any loose
connections and any problem noticed with MCBs/MCCBs/relays should be attended
immediately.
15 To attend the day to day inspection of pole junction boxes and to see that there should not be
any loose connections and any problem noticed with MCBs/Run of Mains/connectors should be
attended immediately.

16 To keep patrol vehicle along with O&M staff as per the specifications of the agreement on shift
duties so as keep ORR lighting in to work in condition at all times.

17 To pour the water in to the earth pits at the transformer yards, feeder pillar panels, pole junction
boxes including D.P. Structure and to see that earth resistance is maintained as per the IE rules
and there should not be any earth fault at any place.

18 To coordinate with civil O&M agency and Toll agency and to see that there should not be any
power supply interruptions and to attend the complaints noticed by the both civil O&M agency
and Toll agency immediately.

19 To coordinate with TSSPDCL and to see that there should not be any power supply
interruptions and to attend the complaints noticed by the TSSPDCL immediately.

156
20 To coordinate with TSCEIG authorities during their inspections and to see that there all
observations have to be attended as per IE rules immediately and necessary compliance report
have to be furnished through Licensed Electrical Contractor under intimation to the both The
Engineer and HGCL.

21 To attend the replacement of worn out HG fuses, LT fuses at the Transformer yards during the
interruption of power supply shown under service levels.

22 To conduct periodical check over the underground cable over the both main carriage way and
service roads and to test IR values and to see that there should not be any cable failures and
cable end terminations.
23 To maintain record over the time to time glowing period of the LED lighting through sub
subsisting GSM based automation system and to intimate the same to the Engineer and HGCL.

24 To watch the performance of the GSM based automation system in consultation with
manufacturers and service providers to attend the rectifications time to time and to see that there
should not be any break down of GSM based automation system at any time.

25 To take all precautionary measures during the natural calamities such as heavy rains etc and
there should not be any interruption of illumination over the both main carriage way and service
roads.

26 To ensure that only genuine and good quality with ISI marked of materials are used during the
course of replacement of worn out parts and break downs.

27 To keep the crane with skilled operator and to see that there should not be any traffic hindrance
during the break downs and necessary road safety precautions have to be followed in
consultation with civil O&M agency and Toll agency.
28 To keep sufficient stock of required electrical consumables at the site stores so to avoid all
possible delays in attending the complaints.

31 To coordinate with both civil police and traffic police and to see that there should not be any
power supply interruptions and to attend the complaints noticed by the both civil police and
traffic police immediately.

32 To arrange necessary temporary illumination arrangements with generator with required staff
during unavoidable circumstances with in no time.

157
33 To coordinate with both Urban Forestry and Horticulture staff and to see that there should not
be any power supply interruptions to the pump sets & water supply and to attend the complaints
noticed by the both Urban Forestry and Horticulture staff immediately.

34 To check the poles periodically and to see that there should not be any corrosion is noticed
over the poles and necessary anti corrosion process have to be taken up immediately.

35 To check the Feeder pillar panels periodically and to see that there should not be any corrosion
is noticed over the poles and necessary anti corrosion process have to be taken up immediately.
All cable entries should be closed at feeder pillers and poles bottom not to enter any rats inside
the poles and feeder pillers.

36 To check over the High Mast poles periodically and to see that there should not be any defect is
noticed over the poles and necessary rectifications have to be taken up immediately.Gear oil
shoud be changed every year and greasing has to be done frequently.

37 To check over the LED flood lights regularly and to see that there should not be any
illumination interruption is noticed at any time and necessary rectifications/replacements have
to be taken up with in no time.

38 To arrange periodical inspection of transformers


39 It is the complete responsibility of the agency to keep the stand by transformers during the
exigencies and to maintain the uninterrupted power supply.

40 To furnish the day to day record, periodical checks record to the Engineer and HGCL during
their inspections and to obtain their counter signatures in token of verification. No payment can
be considered in the absence of above record.
41 It is the complete responsibility of the agency to interact with local authorities and pay
necessary charges towards ESI and PF contributions regularly and No payment can be
considered in the absence of above record.
40 The contactor has to collect electricity bills for all lighting service connections every month
from TSSPDCL and take the check readings from TSSPDCL energy meters and verify the
consumption with consumption recorded in energy meter in the feeder pillar boxes and arrival
of consumption with connected load and comparison and analysis has to be done. IF any
excess billing observed or excess consumption observed same has to be brought the HGCL
notice same has to be rectified immediately failing which loss will be recovered from the
contactor only.

158
42 In the event communication failure the contractor has to check the feeder pillar immediately
and if the problem pertains to service provider the same has to inform to service provider and
monitor till the complaint rectified with the information to HGCL.
43 The separate window should provide on the dash board to show feeder pillar wise connected
load and the load current and actual load in service and their load amps and voltage should be
recorded in all feeder pillars every hour. The report has to be generated feeder pillar wise on
hourly interval, remarks has to be recorded if any load current increasing/ decreasing. The
same should be submitted to HGCL on daily basis.

43 In the event of malfunction of automation system or dimming system or controller during


construction period or O&M period the double the excess energy consumption charges will be
recovered from the contractor.

159
SECTION-8
(Special conditions for Payment)

1 The quoted rate is for finished item of work shall be inclusive of transportation, vehicles,
labour, etc. except GST. The same will be allowed with bill as per the prevailing govt rules

Payment in respect of Supply, Installation, Testing & Commissioning (Part-A):

2 The payment during execution of the works will be considered for finished item of work as
against each item of work as under.

Payment in respect of O&M Works (Part-B):

3 The payment during O&M will be considered as under after successful completion of each
quarter subject to fulfillment of service level requirements. Daily reports, weekly reports and
monthly reports are to be generated and to be submitted regularly. In case of deficiencies in
service levels, the penalties will be levied as stipulated and the balance amount will be
considered for payment.

Period Payment

2.5% of O&M Contract Price (Part-B) per


During first 2 (Two) years each quarter
rd th 3.5% of O&M Contract Price (Part-B) per
During 3 & 4 Year each quarter
th 4% of O&M Contract Price (Part-B) per
During 5 & 6th Year each quarter
th 5% of O&M Contract Price (Part-B)
During 7 Year per each quarter

160
SECTION-9
Service levels
Service Level Requirements:
Service level means the operation and maintenance services delivery criteria established for the services
specified in service level table. The purpose of Service Levels specified in the Service Levels Tables is
to clearly define the levels of service which shall be provided by the Contractor to HGCL during O&M
period i.e. Seven Years from the date of Operational Acceptance Certificate. The service level
parameters mentioned in the service level table shall be measured on a quarterly basis as per the
individual service level parameter requirements, through appropriate service level measurement tool.
Measurement of service levels for illumination systems shall be automatic using reports from
appropriate management tool like GPRS. Measurement of Service Level parameters will be carried out
on cumulative basis in a quarter. Non meeting service levels would attract a penalty for every hour of
downtime beyond the downtime permissible. The Contractor needs to ensure that the service levels as
per service level table is being compiled daily reports, weekly reports & monthly reports. Contractor
needs to submit service level report along with the quarterly payment invoice. in the event the service
level is not achieved, service level penalty as applicable on the quarterly payment would be charged as
per Service Level Table. Contactor has to submit daily reports, weekly reports, monthly reports to study
the performance of service levels

If the level of required performance of the system/services is degraded significantly at any time during
the Operation and Maintenance Period, the Contractor shall rectify the situation to the satisfaction of the
Employer, failing which the Employer may exercise his right under the Conditions of Contract.

The Contractor and HGCL shall regularly review the performance of the services being provided by the
Contractor and the effectiveness of these Service Levels. The Contractor is responsible for development
and implementation of appropriate management tools like GPRS which shall be basis for all project
reviews.

The Tender shall report down time that is not attributable to the Contractor, such as public
communication failure or thunderbolt to The Employer within three (3) days after the failure. The
Employer shall assess the downtime and permit the Tender to consider downtime for the calculation of
service level.

Service Levels Review Process:


Either Employer or Contractor may raise an issue by documenting the business or technical problem,
which presents a reasonably objective summary of both points of view and identifies specific points of
disagreement with possible solutions.

o A meeting or conference call will be conducted to resolve the issue in a timely manner.
The documented issues will be distributed to the participants at least 24 hours prior to the
discussion if the issue is not an emergency requiring immediate attention.

161
24 The Employer and the Contractor shall develop an interim solution, if required, and subsequently
the permanent solution for the problem at hand. The Contractor will then communicate the
resolution to all interested parties.

o In case the issue is still unresolved, the arbitration procedures described in the Conditions of
Contract Part II Conditions of Particular Applications will be applicable.

o The contractor has to maintain minimum stock for replacement of defective equipment/spares for
smooth operation & Maintainance of system as under:

Sl. No. Description of material Quantity


1 Octagonal Poles
12.0m octagonal Poles 25 Nos
9.0m octagonal Poles 2 Nos
7.5m octagonal Poles 6 Nos
2 Luminaire:
400W 5 Nos
235W 5 Nos
210W 50 Nos
130W 6 Nos
120 6 Nos

3 Cables:
95Sqmm 3.5C 200m
25Sqmm 4C 1000m
16Sqmm 4C 500m
10Sqmm 4C 200m
2.5 Sqmm3C 200m
4 Earthing:
Earth pipes, 2.5m 5 Nos
GI wire, 4mm 1500 m
5 feeder pller box
MCW 1 no.
Service road 1 no
Feeder piller controllers 2 no.s
6 MCCB
160 amps 3
125 amps 3
100 amps 3
7 Power contactors
70 amps ML-4 6
45 amps ML-3 6
32 amps ML-2 6
8 MCBs,
63A 5
32A 5
6A 5

NOTE: 1. The consumed materials must be replenished and see that, the above stock is maintained
at any point of time.
2. After completion of O&M period all the spares shall be handed over to HGCL upon
payment of material cost as per the rates mentioned in the agreement.

162
Service Level Penalties:
The total deduction should not exceed 20% of the Quarterly Billing Value (QBV).
25 Two consecutive quarterly deductions of more than 20% of the applicable fee on account of any
reasons will be deemed to be an event of default and termination.

o The certifications would be obtained by the Contractor latest by end of Third Quarter of the
Operations phase failing which the subsequent QBVs will deferred till the certifications is
obtained.

26 In the event of any of the above happening, it shall be governed by terms & conditions defined in
this Tender Document.

Operation and Maintenance Intervention Service Levels

Time
Criteria Penalty to
Allowe
/ Extent be levied per
Type of d to
Sl. (% of incident if
Defects Treatment / Action Maintenanc Compl
No. sub not attended
e e
section in scheduled
te the
length) time
work
External
1 Electrification

HG fuse burnt Replacement with new Rs 1000/-


1.1 Out/LT fuse Any One Urgent 6 Hours per
burnt out hour/location

Replacement with new Rs 1000/-


1.2 Cable burnt out Any Urgent 6 Hours
One per hour
Rs 1000/-
A.B. Switch not
1.3 Any Immediate repairs Urgent 6 Hours Per
working
hour/location
To inform TSSPDCL
HT/LT meter for rectification bring to
1.4 Any Routine
not working notice of HGCL& follow
up action till rectification
To inform TSSPDCL
and to provide hired Rs 5000/ per
Failure of
1.5 Any transformer for temporary Urgent 3 Days day per
Transformer restoration till transformer location
replaced.

3. Poles & Foundation

163
Damage of
Octagonal Permanent restoration RS 5000/
2.1 poles/High mast Any and Replacing the Urgent 5 Days per
Poles damaged poles Day/location

Permanent restoration
Damage of and Replacing the RS 5000/
15
2.2 poles with Any damaged poles and Urgent per
Days
foundation construction of Day/location
foundation
Feeder pillar
3 panels
Permanent restoration
Damaged of Immediate
and Replacing the Rs 5000/ per
3.1 Feeder pillar Any / 3 days
damaged feeder pillar Day/location
panels Urgent
panels

4 MCCBs/MCBs

Damage of
MCCBs/MCBs/ Immediate Rs 1000/-
4.1 HRC fuses Any repairs/Replacement Urgent 6 Hours per day
5. UG cables

5.1 Cable failure Any Replacement with new Urgent 6 Hours Rs 1000/-
One per hour

Permanent restoration Immediate


Rs 1000/ per
5.2 Glands failure Any and Replacing the / 6 hours
damaged Glands Urgent hour

Permanent restoration Immediate


Rs 1000/ per
5.3 Lugs burnt out Any and Replacing the / 6 hours
damaged Lugs Urgent hour

6 Earthing
Permanent restoration Immediate
Rs 1000/ per
6.1 Earthing failures Any and Replacing the / 6 hours
damaged parts Urgent Hour

Permanent restoration Immediate


and Replacing the / Rs 1000/ per
6.2 GI strip failures Any 6 hours
damaged strip Urgent hour

Power supply
Failures
Immediate restoration Immediate
Rs 1000/ per
7. Any and Replacing the / 6 hours
damaged parts Urgent hour

164
GSM based
8. automation
system
To monitor day to day Rs 1000/ per
8.1 Monitoring of Any Routine Daily Day per feeder
automation operation of the system
and to furnish data piller
To repair/replace faulty
Rs 1000/ per
Automation components and to
8.2 Any Urgent 6 hours Hour per
system failures upkeep the system in to
feeder piller
working condition
9. Illumination
To maintain at least
Immediate Rs 1000/ per
98% glowing of LED
9.1 Illumination Any / Daily Day per feeder
Luminaires in Each
Urgent piller
feeder pillar
To maintain average
30 Lux level on main Rs 1000/ per
Illumination
9.2 Any carriageway and 25 Lux Routine Daily Day per feeder
levels on service roads on each piller
feeder piller

165
SECTION-10
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
thelumpsum 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
ofwork ordered and carried out as measured by the Contractor and verified 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.

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.

166
9. The Tenderer should inspect and select the quarries of his choice before he quotes the tender
percentage in the Schedule of Bill of Quantities 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. 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 excavate ion or for foundations or for
constructions, the percentage quoted shall take into account the de-watering charges necessary.
No separate payment will be made for de-watering.

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 equipment suitable accommodation for the staff
and workmen, with adequate sanitary arrangements, the effecting and maintenance of all
insurance, 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 tender 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 Telangana state Standard Specifications [APSS] and the Standard
preliminary specifications containing therein. These preliminary specifications shall apply to the
agreement to be entered into between the contractor and the Government of Telangana and shall
form an in-separable 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.

167
b) The Tenderer shall examine, closely the T.S.S.S. / MORT&H and also the standard
preliminary specifications contained therein and sign the Chief General Manager‟s office copy
of the TSSS / MORT&H and its addenda volume in token of such study before submitting his
overall tender percentage which shall be for finished work in-situ. 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 TSSS / 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 General Manager, HGCL.

18. The Tenderers attention is directed to requirements for materials under the clause „materials and
workmanship‟ in the preliminary specifications of APSS. Materials conforming to the Bureau of
Indian Standards specifications, TSSS etc., shall be used on the work and the Tenderers shall
quote his overall tender percentage accordingly.

19. The Tenderer has to do his own testing of materials and satisfy himself that they conform to the
specifications of respective I.S.I. Codes before tendering.

20. 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 of the work.

21. The contractor shall himself procure the steel, cement, Bitumen, Blasting materials, sand, metal,
soils, etc., and such other materials required for the work well in advance. The contractor has to
bear the cost of materials for conveyance. The department will not take any responsibility for
fluctuations in market in cost of the materials, transportation and for loss of materials etc.

22. Inspection of site and quarries by the Tenderer: Every Tenderer is expected before quoting his
overall tender percentage, to inspect the site of proposed work. He should also inspect the
quarries and satisfy himself about the quality, and availability of materials. The best class of
materials to be obtained from quarries, or other sources shall be used on the work. In every case
the materials must comply with the relevant standard specifications. Samples of materials as
called for in the standard specifications or in this tender notice, or as required by the

Executive Engineer, in any case, shall be submitted for the Executive Engineer‟s approval before
the supply to site of work is begun.

23. The Tenderer‟s particular attention is drawn to the sections and clauses in the T.S. standard
specification dealing with

a) Test, inspection and rejection of defective materials and work.


b) Carriage
c) Construction plant
d) Water and lighting
e) Cleaning up during the progress and for delivery.
f) Accidents
g) Delays
h) Particulars of payments.

The contractor should closely peruse all the specification clauses, which govern the overall
tender percentage he is tendering.

168
24. 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.

25. 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 TSSS / MORT&H / B.I.S. specifications, the special
specifications appended, Drawings etc.

26. If there is any contradiction between TSSS / MORT&H and B.I.S. specifications, listed and
detailed technical specifications, the latter shall prevail.

27. 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.

28. The contractor should use the excavated useful soils and stone for construction purpose. Soils
used for construction either for homogeneous section in hearting or in casing zone based on the
suitability will be at free of cost and the cost of stone used for construction purpose will be
recovered from the contractor‟s bill.
The contractor should quote his tender percentage keeping in view of the above aspects.

29. Additions and alternations by the Tenderer in the Schedule of quantities will disqualify the
tender.

30. In the case of discrepancies between the written description of the item in the Schedule “A” and
the detailed description in the specification of the same item, the latter shall be adopted.

31. The Unit rates noted below are those governing payment of extras or deductions for omissions
according to the conditions or the contract as set-forth in the preliminary

Specifications of the T.S. standard specifications and other conditions of specification of this
contract.

32. 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 Deputy General Manager and the cost calculated by measurement or weight at
their respective rates without any additional charge for any necessary or contingent works
connected works connected herewith. The Percentage Excess or less on ECV quoted are for
works in situ and complete in every respect.

33. For all items of work in excess of the quantities indicated the rates payable for such excess
quantities will be tendered rates i.e., estimate rates plus or minus tender percentage.

34. For all items of work, intermediate payment will be made provisionally as per relevant clause.
Full-accepted agreement rates will be paid only after all the items of works are completed.

35. The contractor is bound to execute all supplemental works that are found essential incidental and
inevitable during execution of main work.

169
36. The contactor has to arrange to &pro flight tickets and accommodation with lodging, bording
& local travelling for inspection of material for all materials at manufacture /procurement place
for three persons from HGCL including consultant from his residence/reqested place to
inspection places for each inspection .

37. Bill of Quantities called Schedule “Part-A & Part -B ” and the bid offer accompanies the tender
document as Volume-II. The Bill of Quantities 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.
38. 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.
39. The payment of rates for supplement items of work will be regulated as under.

A) Extra Items:

a. Extra items of work shall not vitiate the contract. The contractor shall be bound to
execute extra items of work as directed by the Engineer - in – Charge. The rates for extra
items shall be worked out by the Deputy General Managers per the conditions of the
Contract and the same are binding on the Contractor.

th
b. The contractor shall before the 15 day of each month, submit in writing to the Deputy
General Manager a statement of extra items if any that they have executed during the
preceding month failing which the contractor shall not be entitled to claim any.

B) Entrustment of additional items:

i. Where ever additional items not contingent on the main work and outside the scope of
original agreement are to be entrusted to the original contractor dispensing with bids
and if the value of such items exceeds the limits up to which the officer is empowered
to entrust works initially to contractor without calling for tenders, approval of next
higher authority shall be obtained. Entrustment of such items on nomination shall be
at rates not exceeding the estimated rates.

ii. Entrustment of the additional items contingent on the main work will be
authorised by the officers up to the monetary limits up to which they themselves
are competent to accept items in the original agreement so long as the total
amounts up to which they are competent to accept in an original agreement rates
for such items shall be worked out in accordance with the procedure (I) For all
items of work in excess of the quantities shown in the Bill of Quantities of the
Tenders, the rate payable for such items shall be estimate rates for the items (+) or
(-) over all tender percentage accepted by the competent authority.

iii. Entrustment of either the additional or supplemental items shall be subject to the
provisions of the agreement entered into by a Competent Authority after the
tender is accepted. The Chief General Manager being the higher authority who
entered into the agreement approves the rate for the items / variation in quantity in
the current agreement. The items shall not be ordered by an officer on his own

170
responsibility if the revised estimate or deviation statement providing for the same
requires the sanction of higher authority.

Note: It may be noted that the term Estimate Rate used above means the rate in the sanctioned estimate
with which the tenders are accepted, or if no such rates is available in the estimate, the rate derived
will be with reference to the Standard Schedule of Rates adopted in the sanctioned estimate with
which tenders are accepted.

STATEMENT - I

Work Programme of Achieving the Mile stones:

Period from the Minimum percentage of work to be


Mile stone
date of signing completed
No.
agreement (Cumulative)

Milestone-1 End of 3 months Completion of 15% of work

Completion of 50% of work


Milestone-2 End of 6 months
Completion of 75% of work
Milestone-3 End of 9 months
Completion of whole of the works
Milestone-4 End of 12 months including commissioning

Incentive for early


0.5% of initial contract price per month not
Incentive completion of whole
exceeding 1.5% of contract price.
work

171
BILL OF QUANTITIES
[Part-I ]

Name of work Given in the Estimate: Design, Supply, Installation, Testing,


Commissioning, of illumination to the Outer Ring
Road, Hyderabad for the Main Carriage Way/ Inter
changes/ Junctions/Service Roads at junctions and
Under Pass areas from Keesara to Pedda Amberpet
(67.00Km to 101 km) total 34 Km length in the state
of Telangana, India and Operation & Maintenance of
illumination with connected switch gear for a period
of Seven years from date of Operational Acceptance
Certificate
Approximate Specification Unit Estimate
Quantity No. / APSS / In Rate Amount in
S.No Description of work
In figures/ BIS / figures In figures / Rs.
words MORT&H / words words

Schedule - A
Enclosed

172
BILL OF QUANTITIES

Part-II

i) The rates mentioned in Schedule “A” are inclusive of the following


including seigniorage charges etc and also Contractors over heads,
profit and other provisions i.e., overhead and contract profit at
13.615%. The overhead charges includes

 Site accommodation, setting up plant, access road,


water supply, electricity and general site
arrangements.
 Office furniture, equipment and communications
 Expenditure on Corporate office of contractor
 site supervision
 Documentation and “as built” drawings
 Mobilisation/ de-mobilisation of resources
 Labour camps with minimum amenities and
transportation to work sites.
 Light vehicles for site supervision including
administrative and managerial requirements.
 Laboratory equipment and quality control including
field and laboratory testing.
 T & P and survey instruments and setting outworks,
including verification of line, dimensions, trial pits
and bore holes, where required.
 Watch and ward
 Traffic management and providing hydra with
bucket during core cutting on bridge side wall at the
height of 15mts on ground level.
 Expenditure on safeguarding environment
 Sundries
 Financing Expenditure
 Sales/ Turn overtax
 Work Insurance/ compensation
ii) The Reimbursable amounts are as follows
GST will be paid as per the rules in vogue

173
PRICE BID
[to be placed in the COVER -„B‟]

Name of work Given in the Estimate: Design, Supply, Installation, Testing,


Commissioning, of illumination to the Outer Ring Road, Hyderabad for the Main
Carriage Way/ Inter changes/ Junctions/Service Roads at junctions and Under Pass
areas from Keesara to Pedda Amberpet (67.00Km to 101 km) total 34 Km length
in the state of Telangana, India and Operation & Maintenance of illumination
with connected switch gear for a period of Seven years from date of Operational
Acceptance.

Certificate ESTIMATED CONTRACT VALUE (IN FIGURES&WORDS) : Rs.25.50/- crores


(Rupees Twenty Five Crores and Fifty Lakhs only)

I Sri / Smt./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)…………………………………………………………………

………….(in words) excess / lessover estimated value.

OR

b) at estimate value.

SIGNATURE, NAME OF THE TENDERER / AUTHORISED SIGNATORY.

174
FORMATS OF SECURITIES

175
FORM OF SOLVENCY CERTIFICATES BY MANDAL REVENUE OFFICER

I, ______________________________________ Mandal Revenue Officer, of


_________________________________________ do hereby certify, on being satisfied by
the Examination of Revenue and other records and local enquiries that ______________
________________________________ [here the name and address of the contractor
should be mentioned] is solvent to the extent of Rs._______________ [Rupees _______

_____________________________________________________________________

_____].
Date :
Place: MANDAL REVENUE OFFICER

SEAL OF THE OFFICE

FORM OF SOLVENCY CERTIFICATE BY BANKS

I, ______________________________________________ Managing Director /


Manager / General Manager / Agent of
_________________________________________ Bank Limited do hereby certify that a
__________________________________________

_______________________ [here the Names and addresses of the contractor] to be


solvent to the extent of Rs.__________________ [Rupees

__________________________ ________________________________] as disclosed by


the information and record which are available with the aforesaid bank.

For the ___________________________ Bank


Date:
Place:
Signature of Bank Manager
[Authorised to Sign]

176
FORM OF BID SECURITY (BANK GUARANTEE)

WHEREAS, (Name of Bidder) (hereinafter called “the bidder”) has

submitted his bid dated (date) for the construction of

[name of contract] (hereinafter called

“the Bid”).

KNOW ALL MEN by these presents that We, [Name of Bank)

of [Name of Country] having our registered

office at (hereinafter called “the Bank”) are bound unto

[Name of Employer]

(hereinafter called “the Employer”) in the sum of

)1 for which payment will and

truly to be made to the said Employer the Bank binds himself, his successors
and assigns by these presents.

SEALED with the Common Seal of the said Bank this _day of 2014.

THE CONDITIONS of this obligation are:


6. If the Bidder withdraws his Bid during the period of bid validity specified in
the Form of Bid; or

7. If the Bidder does not accept the correction of arithmetical errors of his Bid
Price in accordance with the Instructions to Bidder; or

8. If the Bidder having been notified of the acceptance of his Bid by the Employer
during the period of bid validity,

a. fails or refuses to execute the Form of Agreement in accordance with the


Instructions to Bidders, if required; or

177
b. fails or refuses to furnish the Performance Security, in accordance with
the Instructions to Bidders,

we undertake to pay the Employer up to the above amount upon receipt of his first
written demand, without the Employer having to substantiate his demand, provided that
in his demand the Employer will note that the amount claimed by him is due to him
owing to the occurrence of one or any of the conditions, specifying the occurred
condition or conditions.

This Guarantee will remain in force up to and including the date 148 (one hundred and
forty eight) days after the deadline for submission of bids as such deadline is stated in
the Instructions to Bidders or as it may be extended by the Employer, notice of which
extension(s) to the Bank is hereby waived. Any demand in respect of this Guarantee
should reach the Bank not later than the above date.

Notwithstanding anything contained herein before, our liability under this guarantee is

restricted to Rs. (Rs. ) and the guarantee shall

remain valid till _. Unless a claim or a demand in writing is made upon us on or

before all our liability under this guarantee shall cease.

DATE
SIGNATURE OF THE BANK
SEAL OF THE BANK
SIGNATURE OF THE WITNESS
Name and Address of the Witness

1
Amount of Bid Security in figures and words in accordance with Sub Clause 17.1 of
Instructions to Bidders (Section I Volume I).

178
Form of Agreement

THIS AGREEMENT made the [insert day] day of [insert month] , [insert year] ,
between

[insert name of the Employer] (hereinafter “the Employer”), of the one part, and
[insert name of the Contractor] (hereinafter “the Contractor”), of the other part:

WHEREAS the Employer desires that the Works known as [name of the Contract]
should be executed by the Contractor, and has accepted a Bid by the Contractor for
the execution and completion of these Works and the remedying of any defects
therein,

The Employer and the Contractor agree as follows:


1 In this Agreement words and expressions shall have the same meanings as are
respectively assigned to them in the Contract documents referred to.

2 The following documents shall be deemed to form and be read and construed as
part of this Agreement. This Agreement shall prevail over all other Contract
documents.

3 the Letter of Acceptance;

4 the Letter of Technical Bid ;

5 the Letter of Price Bid

6 the addenda Nos [insert addenda numbers, if any] (if any);

7 the Particular Conditions ;

8 the General Conditions;

9 the Specification

10 the Drawings;

11 the completed Schedules; and

179
12 the Acknowledgement of Compliance with Guidelines for Procurement under
Japanese ODA Loans.

For the purpose of interpretation, the priority of the listed documents shall be
in accordance with the above listed order.

13 In consideration of the payments to be made by the Employer to the Contractor as


specified in this Agreement, the Contractor hereby covenants with the Employer to
execute the Works and to remedy defects therein in conformity in all respects with
the provisions of the Contract.

14 The Employer hereby covenants to pay the Contractor in consideration of the


execution and completion of the Works and the remedying of defects therein, the
Contract Price or such other sum as may become payable under the provisions of
the Contract at the times and in the manner prescribed by the Contract.

IN WITNESS whereof the parties hereto have caused this Agreement to be


executed in accordance with the laws of [insert the laws of the borrowing
country] on the day, month and year specified above.

Signed by Signed by

for and on behalf of the Employer for and on behalf the Contractor

in the presence of in the presence of

Witness, Name, Signature, Address, Date Witness, Name, Signature,

Address, Date

180
Form of Performance
Security
Option 1: (Demand Guarantee)
[Insert Guarantor letterhead or SWIFT identifier code]
Beneficiary: [Insert name and Address of the Employer] Date: [Insert date of issue]
PERFORMANCE GUARANTEE No.: [Insert guarantee reference number]
Guarantor: [Insert name and address of place of issue, unless indicated
in the letterhead]
We have been informed that [insert name of Contractor, which in the case of a joint
venture shall be the name of the joint venture] (hereinafter called "the Applicant") has
entered into Contract No. [insert reference number of the contract] dated [insert date]
with the Beneficiary, for the execution of [insert name of the contract and brief
description of the Works] (hereinafter called "the Contract").

Furthermore, we understand that, according to the conditions of the


Contract, a performance guarantee is required.

At the request of the Applicant, we as Guarantor, hereby irrevocably undertake to pay


the Beneficiary any sum or sums not exceeding in total an amount of [insert amount in
figures] ([insert amount in words] ),1 such sum being payable in the types and
proportions of currencies in which the Contract Price is payable, upon receipt by us of
the Beneficiary‟s complying demand supported by the Beneficiary‟s statement,
whether in the demand itself or in a separate signed document accompanying or
identifying the demand, stating that the Applicant is in breach of its obligation(s) under
the Contract, without the Beneficiary needing to prove or to show grounds for its
demand or the sum specified therein.

This guarantee shall expire, no later than the [insert the day] day of [insert
month], [insert year] 2, and any demand for payment under it must be received by
us at this office indicated above on or before that date.

1 The Guarantor shall insert an amount representing the percentage of the Accepted
Contract Amount specified in the Letter of Acceptance, less provisional sums, if any,
and denominated either in the currency(cies) of the Contract or a freely convertible
currency acceptable to the Beneficiary.

2 Insert the date twenty-eight days after the expected completion date as described in
GC Clause 11.9.

181
The Employer should note that in the event of an extension of this date for completion
of the Contract,

CF-8 Section IX. Annex to the Particular Conditions - Contract Forms

This guarantee is subject to the Uniform Rules for Demand Guarantees


(URDG) 2010 Revision, ICC Publication No. 758, except that the supporting
statement under Article 15(a) is hereby excluded.

[signature(s)]

182
SCHEDULE 'A' [Part-I ]

Schedule of Rates and Approximate Quantities


A) The quantities here given are those upon which the lump sum tender cost of work is based but they are subject to alteration,
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 total contract value and unit rates noted below are those governing payment of extras or
deductions for omissions according to the conditions to the contract as set-forth in the preliminary specifications of the
TSstandard specifications and other conditions of specification of this contract.
B) It is to be expressly understood that the measured work is to be taken net (not withstanding any custom or practice to the
contrary) 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 Deputy General Manager and the cost calculated by measurement or weight, at their respective rates
without any additional charge for any necessary or contingent works connected works connected therewith. The total contract
value is for works in situ and complete in every respect.
C) Additions and alterations in the schedule of quantities will disqualify the tender.
D) In case of discrepancies between the written description of the item in the Schedule 'A' and the detailed description in the
specification of the same item, the latter shall be adopted.

Approximate Units of
S. Rate Amount in

Quantity Description of work TSSS No calculation


No Figures figures
In figures .

Separately enclosed

183
BILL OF QUANTITIES
Part-B

1. Recoverable amounts :

a) Seignorage charges as applicable.

b) I.T. as applicable etc.


c) Labour Cess as applicable.

2. Reimbursable amounts:

a) GST as per the Govt. rules

184
Schedule - C

A - SPECIAL SPECIFICATIONS [S.S.]

SCOPE OF WORK
The information and data furnished herein relevant to the work and site conditions are
general. It shall be the responsibility of the contractor to fully acquaint himself with the nature
and location works, quarries, local conditions and other aspects which are relevant to the work.

A) Location of the work: The Hyderabad Outer Ring Road Main Carriage Way/ Inter changes/
Junctions/Service Roads at junctions and Under Pass areas from Keesara to Pedda
Amberpet (67.00Km to 101 km) total 34 Km

B) SSR (Year, and extra allowance considered).

SSR 2019-20

C) Any other information available with the department relevant to the work (land
acquisition, funds): Available.

Note: The information furnished is the best available. However the department does not
guarantee the correctness of interpretations, deductions of conclusions which are
given as supplementary information. The information has been produced as found
communicated ascertained or otherwise learned by the department.

Chief General Manager,


HGCL, Nanakramguda,
Hyderabad

185
SECTION-12
DRAWINGS
1.0 DRAWINGS:

1.1 The plans enclosed with the tender are liable to the altered during execution of work as
per necessity of site conditions. The premium/less quoted by the contractor for various
items shall hold good for execution of work even with altered plans.

1.2 One set of drawings, on the basis of which actual execution of the work is to proceed
shall be furnished free of cost to the contractor by the Chief General Manager / Deputy
General Manager progressively according to the work program submitted by the
contractor and accepted by the Chief General Manager / Executive Engineer. Drawings
for any particular activity shall be issued to the contractor at least 30 days in advance of
the scheduled date of the start of the activity. However, no extra claims by the contractor
toward any delay in issue of drawing or issue of any revision / change to the drawings
issued earlier shall be admissible. The Chief General Manager shall intimate the
contractor 7 days in advance regarding any delay to issue of drawings, for any particular
stage of works. If work gets affected due to delay to issue of drawings, for any particular
stage of work the contractor shall be granted extension of time in terms of condition 14.7
of tender notice.
1.3 Signed drawings above shall not be deemed to be an order for work unless they entered
in the agreement or schedule of drawings under proper alterations of the contractor and
Deputy General Manager or unless they have been sent of the contractor by the Deputy
General Manager with a covering letter confirming that the drawing in and authority for
work in contract.

1.0 DISCREPANCIES:
2.1 In case of discrepancies between documents the following order of procedure shall
apply:-

2.1.1 Between the written description of written dimensions in the drawings and the
corresponding one in the specifications, the latter shall apply.

2.1.2 Figured dimensions shall supersede scaled dimensions. The drawings on a larger
scale shall take precedence over those on a smaller scale.

2.1.3 Drawings issued as construction drawings from time to time shall supersede
tender drawings and also the correspondence drawings previously issued.

Note: The contractor should not execute any component of work without obtaining the
working drawings. Any work done without drawings shall be at the contractor‟s
responsibility only. Acceptance for such work will be at the discretion of the
Executive Engineer.
186
2.0 SECRECY CLAUSE:

The drawings and specifications made available to the tenderer shall exclusively be used
on the work and they are retained from passing on each plan to any un-authorized hand
either in parts or in full under the provisions of Section-3 and 5 of the official secrets Act
1923. Any violation in this regard will entail suitable action under appropriate clause or
official secret Act 1923.

Index:

SlNo Description Nos

1 Proposed location map 1

2 GA drawing for 30m high mast 1

3 TDS for 30m high mast 1

4 Foundation details for 30m high mast 1

5 GA drawing for 20m high mast 1

6 TDS for 20m high mast 1

7 Foundation details for 20m high mast 1

8 GA Drawing for 12Mtr Octagonal pole 1

9 Foundation details for 12m Octagonal pole 1

10 GA Drawing for 7.5Mtr Octagonal pole 1

11 Foundation details for 7.5m Octagonal pole 1


GA Drawing for 9.0Mtr Octagonal pole with SA
12 Bracket
1

GA Drawing for 9.0Mtr Octagonal pole with DA


13 Bracket
1

14 Foundation details for 9.0m Octagonal pole 1


Total 14

187
Site Location Map

188
General Arrangement GA Drawing for 30m High Mast

189
190
Foundation Drawing for 30m High mast

191
General Arrangement GA Drawing for 20m High Mast

192
193
Foundation Drawing for 20m High mast

194
General Arrangement Drawing for 12Mtr Pole With 2.5m DA Brkt.

195
12Mtr Pole Foundation Drawing

196
General Arrangement Drawing for 7.5Mtr Pole With 1.5m SA Brkt.

197
7.5Mtr Pole Foundation Drawing

198
General Arrangement Drawing for 9.0 Mtr Pole with SA bracket

199
General Arrangement Drawing for 9.0 Mtr Pole with DA bracket

200
9.0Mtr Pole Foundation Drawing

201

You might also like