apbsnl.etenders.in3 > c > > # > 79 4 & 79 4& 7 $ &!$ , . & 7.&&...

84
E-Tender for UG cable construction and Maintenance Works in DNC Division of Kurnool SSA for the year 2017-18 Page 1 of 84 Signature of Bidder Hkkjr la pkj fuxe fyfeVs M Hkkjr ljdkj dk m|e BHARAT SANCHAR NIGAM LIMITED (A Government of India Enterprise) dk;kZ y;&egkiz ca /kd] nw jla pkj ftyk] ch,l,u,y Hkou] lq uds lyk jks M] duw Z y&518050 O/o the General Manager Telecom District, BSNL Bhavan, Sunkesula Road, Kurnool-518 050 . E - Tender PART-1 BID DOCUMENT E-TENDER FOR UNDERGROUND CABLE CONSTRUCTION & Maintenance WORKS IN Dhone Division of KURNOOL SSA DURING 2017-2018 Tender Schedule No. GMTD-KNL /MM/U/G Cable Cons..works/E-Tender/DNC Dn/17-18/2 Dated @ KNL the 12.03.2018 Visit us at www.ap.bsnl.co.in And https://apbsnl.etenders.in Service Fees (non refundable) (payable to service provider through online payment): Rs. 2477/-FOR FURTHER DETAILS KINDLY VISIT OUR WEB SITE: www.ap.bsnl.co.in OR eProcurement Portal https://apbsnl.etenders.in. To : M/S / Smt / Sri. KURNOOL TELECOM DISTRICT

Upload: buidung

Post on 06-Jul-2018

225 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: apbsnl.etenders.in3 > C > > # > 79 4 & 79 4& 7 $ &!$ , . & 7.&& $ $ ;& $ ;, , 7! & . . &> 9> $ ! ... 4 9 E4 ! ! .9,& 7 !,& 3 D P& 5> & & & $& !! .7 > ! > ., MMMMMMMMMMM MM ( . !. E

E-Tender for UG cable construction and Maintenance Works in DNC Division of Kurnool SSA for the year 2017-18

Page 1 of 84 Signature of Bidder

Hkkjr lapkj fuxe fyfeVsMHkkjr ljdkj dk m|e

BHARAT SANCHAR NIGAM LIMITED(A Government of India Enterprise)

dk;kZy;&egkizca/kd] nwjlapkj ftyk] ch,l,u,y Hkou] lqudslyk jksM] duwZy&518050O/o the General Manager Telecom District, BSNL Bhavan, Sunkesula Road, Kurnool-518 050.

E - Tender

PART-1

BID DOCUMENT

E-TENDER FOR UNDERGROUND CABLE CONSTRUCTION& Maintenance WORKS IN Dhone Division ofKURNOOL SSA DURING 2017-2018

Tender Schedule No.GMTD-KNL /MM/U/G Cable Cons..works/E-Tender/DNC Dn/17-18/2 Dated @ KNL the12.03.2018

Visit us at www.ap.bsnl.co.inAnd https://apbsnl.etenders.in

Service Fees (non refundable) (payable to service provider through online payment): Rs.2477/-FOR FURTHER DETAILS KINDLY VISIT OUR WEB SITE: www.ap.bsnl.co.in OReProcurement Portal https://apbsnl.etenders.in.

To :

M/S / Smt / Sri.

KURNOOL TELECOMDISTRICT

Page 2: apbsnl.etenders.in3 > C > > # > 79 4 & 79 4& 7 $ &!$ , . & 7.&& $ $ ;& $ ;, , 7! & . . &> 9> $ ! ... 4 9 E4 ! ! .9,& 7 !,& 3 D P& 5> & & & $& !! .7 > ! > ., MMMMMMMMMMM MM ( . !. E

E-Tender for UG cable construction and Maintenance Works in DNC Division of Kurnool SSA for the year 2017-18

Page 2 of 84 Signature of Bidder

Hkkjr lapkj fuxe fyfeVsMHkkjr ljdkj dk m|e

BHARAT SANCHAR NIGAM LIMITED(A Government of India Enterprise)

dk;kZy;&egkizca/kd] nwjlapkj ftyk] ch,l,u,y Hkou] lqudslyk jksM] duwZy&518050O/o the General Manager, Telecom Dist., BSNL Bhavan, Sunkesula Road, Kurnool-518 050.

TABLE OF CONTENTSSection Content Page No. QUALIFYING BID DOCUMENTI. Notice Inviting Tender 3

General guide lines 5Technical DetailsE-Tendering Instructions to Bidders 7

II. Bid Form 11III. Tenderer’s Profile 12

IV. Instructions to Bidders 14

V. General (Commercial) Conditions of the Contract. 25

VI. Special Conditions of the Contract. 38

VII. Scope of Work and Jurisdiction of Contract 48

VIII . UG Cable Construction Specifications 50

IX Material security Bond form 50

X. Agreement 51

XI. Letter of Authorization for Attending Bid Opening 52

XII. Certificate Stating No Relatives Working in BSNL Unit 52

XIII. List of the Documents to be submitted along with Bid 53

XIV. Rate of Empty Cable Drums 53FINANCIAL BID DOCUMENT 54

XV. Rates to be quoted by the tenderer for UG Cable Construction &Mtce.Works55&56

MANUAL

XVI UG Cable construction Practice manual 57

Page 3: apbsnl.etenders.in3 > C > > # > 79 4 & 79 4& 7 $ &!$ , . & 7.&& $ $ ;& $ ;, , 7! & . . &> 9> $ ! ... 4 9 E4 ! ! .9,& 7 !,& 3 D P& 5> & & & $& !! .7 > ! > ., MMMMMMMMMMM MM ( . !. E

E-Tender for UG cable construction and Maintenance Works in DNC Division of Kurnool SSA for the year 2017-18

Page 3 of 84 Signature of Bidder

Hkkjr lapkj fuxe fyfeVsMHkkjr ljdkj dk m|e

BHARAT SANCHAR NIGAM LIMITED(A Government of India Enterprise)

dk;kZy;&egkizca/kd] nwjlapkj ftyk] ch,l,u,y Hkou] lqudslyk jksM] duwZy&518050O/o the General Manager, Telecom Dist., BSNL Bhavan, Sunkesula Road, Kurnool-518 050.

Notice Inviting Tender

E-Tender for underground cable construction & Maintenance inDhone Dn.of KURNOOL SSA during 2017-18

Tender No.GMTD-KNL /MM/U/G Cable Cons.works/E-Tender/DNC Dn./KNL SSA/17-18/2 Dated @ KNLthe 06.03.2018

E-Tenders are invited for and on behalf of CMD, BSNL by the General ManagerTelecom District, Kurnool from the Eligible Contractors for carrying out Under GroundCable Construction & Maintenance works in Dhone Dn.of Kurnool SSA for the Year2017-18. The Bids are to be submitted online through https://apbsnl.etenders.in orwww.apbsnl.co.in

I) Name of the Work: Under Ground Cable Construction & Maintenance Worksin Dhone Dn.of Kurnool SSA during 2017-18

Area of Contract: Kurnool Telecom DistrictS. Name of the Estimated

CostBidSecurity2.5%ofestimatedcost

SecurityDeposit

BidDocument

No. SSA of work (inRs)

(EMD inRs)

(SD in Rs) Cost(in Rs)

1 “Tender for U/G Cableconstruction &Maintenance works inDhone Dn.of Kurnool SSAfor the year 2017-18”.

4,00,000/- 10,000/- 10% ofestimated cost

590/-

Tender processing fee : decided by ASP (To be paid to M/s Nextenders India Pvt Ltd E-Portal Vendor)

II) The important dates involved in E-Tender process of download/upload &submission are given below.

i. NIT availability in E-tender portal for downloading : 12.03.2018 Onwards

ii. Tender Closing date & Time : 04.04.2018 13.00 hours

iii. iii. Technical Bid open date & Time : 04.04.2018 16.30 hours

iv. iv. Finance Bid open Date & Time : will be intimated later.

III) Period of Contract: Two Years from the Date of Agreement and the tender periodmay be extended based on requirement as per the approval of GMTD, Kurnool.IV) Eligibility of Contractors: -

Tenderers who have at least One year Experience in Cable laying Work on rate runningcontact or at least 5 Kms of Cable laying work in BSNL/MTNL/State or Central Govt./anyPSU/Private Telecom Operator during last 5 financial Years i.e 2012-13, 2013-14, 2014-15,2015-16, 2016-17 and retired DOT/BSNL Employees. The experience Certificate should

Page 4: apbsnl.etenders.in3 > C > > # > 79 4 & 79 4& 7 $ &!$ , . & 7.&& $ $ ;& $ ;, , 7! & . . &> 9> $ ! ... 4 9 E4 ! ! .9,& 7 !,& 3 D P& 5> & & & $& !! .7 > ! > ., MMMMMMMMMMM MM ( . !. E

E-Tender for UG cable construction and Maintenance Works in DNC Division of Kurnool SSA for the year 2017-18

Page 4 of 84 Signature of Bidder

clearly indicate the quantum of work done in Kms with details and cost of work, certified byan officer in concerned organization not below the rank of DE. In case of Retired DOT/BSNLEmployees, experience certificate is not required.

V)E- Tender document can be downloaded / uploaded from the E-Portal website of M/sNextenders India Pvt Ltd ie., https://apbsnl.etenders.in Tender documents may be availableonly for viewing by using the link available in the website: www.ap.bsnl.co.in As tenders areinvited through e-tendering process, physical copy of the tender document would not beavailable for sale. However the bidders interested to participate in tender should make Servicefee, and registration free to the E-portal vendor ie M/s Nextenders India Pvt Ltd.The Tenderer should submit the cost of the tender document (Rs.590/-) in the form of

Cash or Demand Draft drawn in favour of Accounts Officer (Cash), O/o General Manager,BSNL, Kurnool.

VI) Amendments if any to the Tender document will be notified in the abovewebsite as and when they are made. It is the responsibility of the vendors who havedownloaded the tender document to note these amendments and submit tendersaccordingly.

VII) All the mandatory / eligibility documents mentioned in the tender document shouldbe scanned and uploaded in the e-tender portal , non-receipt of any of themandatory documents, is liable for rejection.

VIII)Late and delayed tenders shall not be considered.IX) If the tender opening day happens to be a holiday, the tender will be opened at the

same time on the next working day.X) The tenderer will be bound by all terms, conditions and specifications as detailed in

this tender document. The tender, which is not accompanied by the requisite bidsecurity, shall be summarily rejected.

XI) The cost of tender document is neither refundable nor transferable. This office is notresponsible for any postal delay.

XII) The Bidders are requested to go through the tender documents carefully, beforeuploading the bids .The details for E-Tender processing may be followed as per the

E-tender instructions given in Page no. 7 to 10XIII)Further information regarding the tender, can be had from the officer calling the

tender or from our website or from this office on any working day between 10:00 Hrsand 16:00 Hrs.

XIV) The General Manager, BSNL , Kurnool reserves the right to award the work to oneor more contractors, reject any tender without specifying any reasons and toterminate the contract at any time.

XV) The General Manager, BSNL,Kurnool also reserves the right to award the work onnomination basis if it is found required in the interest of BSNL. The Bidders shouldnot add / alter any clause of the conditions to the tender.

Asst. General Manager (Plg),BSNL, Kurnool- 518050.

Telephone No.08518-249929

Page 5: apbsnl.etenders.in3 > C > > # > 79 4 & 79 4& 7 $ &!$ , . & 7.&& $ $ ;& $ ;, , 7! & . . &> 9> $ ! ... 4 9 E4 ! ! .9,& 7 !,& 3 D P& 5> & & & $& !! .7 > ! > ., MMMMMMMMMMM MM ( . !. E

E-Tender for UG cable construction and Maintenance Works in DNC Division of Kurnool SSAfor the year 2017-18

Page 5 of 84 Signature of Bidder

XV. TECHNICAL DETAILS:3.1. Objectives of the Proposal:3.1.1. To improve the quality of services of Landline / Broadband.3.1.2. To improve the MTTR (mean time to repair) of cable faults'3.1.3. Prevention and timely rectification of faults'3.2. Scope of the UG Cable Maintenance work:3.2.1. To identify cable fault including overhead cables (if any).3.2.2. Timely restoration work initiated such as digging and pit preparation etc. as per standard ofBSNL construction manual3.2.3. To ensure proper jointing of each pair of the UG cable through testing team of BSNL and CableJointer of contractor.3.2.4. Cable route patrolling.3.3. Roles of BSNL staff:3.3.1. Staffs at BSNL MDF Test Room, Line men and Cable Jointers are the key persons in OutdoorPlant maintenance.3.3.2. Staff at BSNL MDF/Test Room: The staff shall provide testing help with the person engaged incable restoration work of the contractor. Person engaged for cable restoration work shall report toconcerned officer i.e "DE/SDE/JTO outdoor" as the case may be' All testing report will be prepared bythe MDF/Test room staff.3.3.3. Cable jointer/sectional PM shall co-ordinate with the contractor manpower so as to ensure thequality of restoration work. They should also co-ordinate for rectification of fault to the personsengaged by the contractor. Details of work done report will be given to DE/SDE in charge of outdoorplant.3.3.4. SDE/DE (Outdoor Plant): The nodal officer shall be unit in charge i.e. SDO/JTO/TTA as the casemay be in SDCA and the work of contractor shall be scrutinized by these officers including area DEalso.3.3.5. Demarcation of responsibility is necessary to streamline the work for better execution.Nodal person at the contractor end and BSNL end shall be displayed with address, contact no., e-mailfor transparency.3.4. Contractor's Responsibilities:3.4.1. Contractor manpower shall have knowledge of laying and jointing of telecom UG cable network.Skilled persons are to be deployed for jointing of cable's pair. Contractor should abide by prevailinglabour Wages Act. Necessary testing instruments such as route tracer, cable fault locator, jointingtools, insulation testers etc. are to be managed by contractor. Stores required for attending thefault/restoration as assessed by JTO/SDE, will be received by the contractor and after completion ofwork, all unutilized materials shall be returned by the contractor to stores and shall be properlyaccounted. Actual utilization of the material shall be certified by the contractor and to be attested by incharge JTO/SDE. Contractor has to provide safety measure while attending cable work to the workersand providing proper barricades and road signs wherever required. Transportation of labourers andmaterials to work spot and back to their station shall be the responsibility of the contractor. Afterrectification of cable fault, Same has to be verified from JTO/SDE before processing the bills.Patrolling of cable network may be scheduled in a time bound manner as preventive maintenance.3.4.2. Contractor should intimate to concern SDOT/JTO by e-mail, SMS etc after rectification of faultsindicating completion time of repair work followed by written confirmation. The testing of cable pairs isrequired as per standard line parameters to avoid complaints of noise/low signal/low SNR especially incase of broadband.3.4.3. Obtaining permission from local authorities shall be the responsibility of the contractor.Sufficient time (say 2 working days) may be given to contractor for obtaining the permission. It mayvary slightly depending on local conditions.3.4.4. If any damages are done by contractor to any other service providers/agencies network withinthe operating area, then compensation/restoration would be the responsibility of the contractor.3.5. BSNL Responsibilities:3.5.1. BSNL has to intimate about the cable faults to Contractor by e-mail, SMS etc (whichever isfeasible immediately) to take action for rectification of the faults followed by written confirmation.3.5.2. All stores such as jointing kits, sleeves, tapes, UG cables etc. are to be supplied by BSNL.Contact numbers, details of the outdoor staff and lay-out diagram of the UG cable may be given to thecontractor.3.5.3. If lay-out diagram is not available, all possible help may be extended to the contractor.

Page 6: apbsnl.etenders.in3 > C > > # > 79 4 & 79 4& 7 $ &!$ , . & 7.&& $ $ ;& $ ;, , 7! & . . &> 9> $ ! ... 4 9 E4 ! ! .9,& 7 !,& 3 D P& 5> & & & $& !! .7 > ! > ., MMMMMMMMMMM MM ( . !. E

E-Tender for UG cable construction and Maintenance Works in DNC Division of Kurnool SSAfor the year 2017-18

Page 6 of 84 Signature of Bidder

3.6. Cable repair time:The allowable time (including fault localization time) is as follow:3.6.1. For overhead cable, allowable repair time should be 12 hours.3.6.2. Up to 20 pair cable, allowable repair time should be 28 hours'3.6.3. 50 to 200 pair cable, allowable repair time should be 32 hours.3.6.4. More than 200 pair cable, allowable repair time should be 48 hours.3.6.5. Extra time may be given in unavoidable circumstances by the DE outdoor in charge as per localconditions.3.7. Rates/quotes by Contractor:3.7.1. The vendor will be required to quote the rates on monthly basis. The rates are to be quotedbased on the defined SLA and area given for maintenance. If the cable network is increased ordecreased by 10%, then rate may be increased or decreased proportionately and to be reviewed onquarterly basis.3.7.2. Shifting of the cable network is required some times to attend fault to achieve the SLA. Hence,cable/pillar/DP shifting for maintenance work will be part of the quoted rate.3.8. Penalties:3.8.1. The bill will be submitted on monthly basis.3.8.2. Penalty will be imposed on the basis of cables repair delay time. The penalty recommended isas below:In-time repair of cables (in %) Penalty

(i) >=95 % No penalty(ii) 85 -<95 % 10% deduction of billed amount(iii) 75 - <85 % 20% deduction of billed amount(iv) <75 % 25% deduction of billed amount

3.8.3. If the percentage of cable attended within norms is less than 75% for 3 months within a year,BSNL reserve the right to terminate the contract after giving due notice after taking into account all thecircumstances as per local conditions. If any discrepancy (like calculation of down time or any othermatter etc) arises, the DE outdoor in charge of that area will be the final authority to decide the matter.

Signature of Bidder

Page 7: apbsnl.etenders.in3 > C > > # > 79 4 & 79 4& 7 $ &!$ , . & 7.&& $ $ ;& $ ;, , 7! & . . &> 9> $ ! ... 4 9 E4 ! ! .9,& 7 !,& 3 D P& 5> & & & $& !! .7 > ! > ., MMMMMMMMMMM MM ( . !. E

E-Tender for UG cable construction and Maintenance Works in DNC Division of Kurnool SSAfor the year 2017-18

Page 7 of 84 Signature of Bidder

E-tendering Instructions to Bidders

Annexure -INFORMATION & INSTRUCTIONS TO THE BIDDERS

FORUSING ONLINE ELECTRONIC PROCUREMENT SYSTEM (ePS)

Special Conditions & instructions for using online Electronic ProcurementSystem (EPS) through portal (website) https://apbsnl.etenders.in adoptedby APBSNL Telecom Circle as given in the subsequent pages will over-rulethe conditions stated in the tender documents, wherever relevant andapplicable. Service Provider’s Information: The APBSNL has adopted eProcurement System for its some of

SSAs/District Office through https://apbsnl.etenders.in. The details of our eProcurement Serviceprovider are as below:

M/s Nextenders (India) Pvt. Ltd.

Contact No: 0771 – 4079 400 Ex-2

Email: [email protected]

Registration of the Contractors/Suppliers/Bidders: All the Contractors/Suppliers/Vendorsintending to participate in the tenders floated online using Electronic Procurement System (EPS)are required to get registered on the eProcurement Portal (website) https://apbsnl.etenders.in.

After successful Registration on above mentioned portal you’ll get a linkin auto generated e-mail fired to your registered e-mail id. Click on thatlink to activate your user ID to access the website.After that, you will be allowed to participate in the tenders floated by thedepartment using the Electronic Procurement System.

Viewing of Online Tenders: The contractors/Suppliers/bidders can view tenders floated ononline Electronic Procurement System (EPS) hereinafter referred as “eProcurement System”through portal (website) at https://apbsnl.etenders.in. They can view the details like onlinescheduled dates (Key Dates), Tender details, Terms and Conditions, drawing (if any) and anyother information. To download through workflow they need to login on to the above portal andcan download the tender documents of an eTender.

Online Schedule: The contractors/bidders/vendors can view the Online Scheduled dates ofeProcurement System (time schedule) for all the tenders floated using the online eProcurementsystem on above mentioned portal (website) https://apbsnl.etenders.in.

The bidders are strictly advised to follow dates and time as mentioned inSchedule of a particular tender. The date and time will be binding on allthe bidders. The bidders are required to complete the stage within thestipulated time as per the schedule to continue their participation in thetender. All online activities are time tracked and the system enforcestime locks that ensure that no activity or transaction can take placeoutside the start and end dates and time of the stage as defined.The Schedule dates are subject to change in case of any amendmentin schedule due to any reason stated by the Department.

Page 8: apbsnl.etenders.in3 > C > > # > 79 4 & 79 4& 7 $ &!$ , . & 7.&& $ $ ;& $ ;, , 7! & . . &> 9> $ ! ... 4 9 E4 ! ! .9,& 7 !,& 3 D P& 5> & & & $& !! .7 > ! > ., MMMMMMMMMMM MM ( . !. E

E-Tender for UG cable construction and Maintenance Works in DNC Division of Kurnool SSAfor the year 2017-18

Page 8 of 84 Signature of Bidder

Obtaining a Digital Certificate and its Usage: On eTendering System the bids should beEncrypted and Signed electronically with a Digital Signature Certificate (DSC) to establish theidentity of the bidder on online Portal. The Digital Signature Certificate (DSC) has two keys i.e.Public Key and Private Key with two distinct certificate viz. Signing & Encryption (two certificates).The Public Key is used to Encrypt (code) the data and Private Key is used to decrypt (decode) thedata. The Encryption means conversion of normal text into coded language whereas decryptionmeans conversion of coded language into normal text. These Digital Signature Certificates (DSCs)should be purchased from our eProcurement Service Provider. The information regarding detailsof DSC application forms and cost should be enquired from our Service Provider.

Please contact for DSC issuance:

M/s Nextenders (India) Pvt. Ltd.Help Desk No.: 0771- 4079 400 Ex-2Email: [email protected] The Bid (Online Offer) for a particular eTender may be submitted only using the Digital

Signature Certificate (DSC). In case, during the process of a particular eTender, the userloses his Digital Certificate (i.e. due to virus attack, hardware problem, operating systemproblem), he may not be able to submit the bid online. Hence, the users are advised tokeep their Digital Signature Certificates in safe custody.

In case of online Electronic Tendering, if the Digital Certificate issued to the authorizeduser of a firm is used for signing and submitting an online bid, it will be consideredequivalent to a no-objection certificate/power of attorney to that User. The firm has toauthorize a specific individual via an authorization certificate signed by all partners to usethe Digital Certificate as per Indian Information Technology Act 2000 and itsamendments. The Digital Signature of this authorized user will be binding on the firm. Itshall be the responsibility of management / partners of the registered firms to inform thecertifying authority or Sub Certifying Authority; in case of change of authorized user andthat a fresh digital certificate is procured and issued an “Authorization Certificate‟ forthe new user. The procedure for application of a Digital Certificate will remain the samefor the new user.

The same procedure holds true for the authorized users in a private/Public limitedcompany. In this case, the authorization certificate will have to be signed by the directorsof the company.

Bidders participating in e-tendering shall check his/her validity of Digital SignatureCertificate before bidding in the specific work floated online at the eProcurement Portal(website) through https://apbsnl.etenders.in.

Submission of Earnest Money Deposit:

Techno-commercial Bid shall accompany interest-free EMD through Demand Draft. Thedetails of EMD can be obtained from Tender document of respective Tender OR fromabove eProcurement Portal through https://apbsnl.etenders.in.

Page 9: apbsnl.etenders.in3 > C > > # > 79 4 & 79 4& 7 $ &!$ , . & 7.&& $ $ ;& $ ;, , 7! & . . &> 9> $ ! ... 4 9 E4 ! ! .9,& 7 !,& 3 D P& 5> & & & $& !! .7 > ! > ., MMMMMMMMMMM MM ( . !. E

E-Tender for UG cable construction and Maintenance Works in DNC Division of Kurnool SSAfor the year 2017-18

Page 9 of 84 Signature of Bidder

Refund of Earnest Money Deposit to the unsuccessful/successful bidders will be made asper the conditions given in the tender document.

A scanned copy of DD against EMD should be uploaded mandatory while Bid Preparationstage (as per the Schedule mentioned in online eTender) and original D.D. should besubmitted to the designated BSNL office in the sealed envelope on or before the duedate mentioned in Schedule of respective eTender.

Submission of Tender Document Fees:

The Contractors/Suppliers/Vendors have to submit the Tender Document fees asmentioned in Tender Document (if applicable). If the bidders are exempted from Tenderdocument fees then they have to upload copy of exemption certificate during biddingprocess.

Tender Download: The Eligible Bidders can download the Tender Document online from aboveeProcurement Portal https://apbsnl.etenders.in on or before the Schedule Dates mentioned inthe eTender floated.

Submission of online bids: The bidders are required to prepare their bids on onlineeProcurement Portal as mentioned above. During bid preparation the bidders have to Map theKey of DSC hence they are advised to procure DSCs at earliest to participate in the eTender. Theyare required to upload the scan copies of Demand Draft for Tender Document Fees and EarnestMoney Deposit. Also bidders are required scan and upload any other documents related to theircredentials and submit wherever asked online. The bidders have to prepare their commercial bidonline during in this stage only and seal (Encrypt) the online bid with their Digital SignatureCertificates. The Bidders should take note of any corrigendum being issued on the web portal ona regular basis. The bidders will not be able to change their technical details and offer (rates)after expiry of due date and time on online portal.

Opening of Tender (Electronic offers): The authority receiving the tenders or his duly authorizedofficer shall first open the "EMD Envelope" (if applicable) of all the contractors/bidders and checkfor the validity of EMD and other Pre-Qualification Documents ( if any) submitted in the“EMD/Technical Envelope”, if any, as required by apbsnl.etenders.in In case, the requirementsare incomplete, the Technical Bid/Commercial (whichever is applicable) of the concernedcontractor received shall not be opened.

The authority shall then open the tenders submitted by the contractorsonline through the apbsnl eTendering Portal (website).

Shortlisting of Bids (Electronic Offers): After the evaluation (online/manual) of a specificEnvelope (i.e. EMD or Technical) and offers submitted by contractors, the shortlisting process willbe executed on online eProcurement Portal only.

************

Signature of Bidder

Page 10: apbsnl.etenders.in3 > C > > # > 79 4 & 79 4& 7 $ &!$ , . & 7.&& $ $ ;& $ ;, , 7! & . . &> 9> $ ! ... 4 9 E4 ! ! .9,& 7 !,& 3 D P& 5> & & & $& !! .7 > ! > ., MMMMMMMMMMM MM ( . !. E

E-Tender for UG cable construction and Maintenance Works in DNC Division of Kurnool SSAfor the year 2017-18

Page 10 of 84 Signature of Bidder

Registration

The Tender document can be downloaded from the website: and to be submitted in the e-format. Cost of Tender document (in the form of DD) and Bid Security( in the form of DD) (inoriginal) have to be submitted to AGM(Plg), %GMTD, BSNL, KURNOOL, by person or by postbefore the scheduled date and time of submission of the Tender otherwise the Bid will not beconsidered.

Amendments, if any, to the tender document will be notified in the above website as andwhen such amendments are notified. It is the responsibility of the bidders who havedownloaded the tender document from the website to keep themselves abreast of suchamendments before submitting the tender document. Intending bidders are requested toregister themselves with M/s Nextenders India Pvt Ltd through https://apbsnl.etenders.in forobtaining user ID, Digital Signature etc., by paying Vendor registration free andprocessing fee for participating in the above mentioned tender.

AGM(Plg), %GMTD, BSNL, KURNOOL, has decided to use the process of E-tendering forinviting this tender and thus physical copy of the tender would not be sold.

Note: After successful submission of Registration details and processing fee (as applicable)and Vendor Registration free.

Contact For support M/s Nextenders (India) Pvt. Ltd.Contact No: 0771 – 4079 400 Ex-2

Email: [email protected]

BSNL Contact-IBSNL’s Contact person AGM(Plg.%GMTD,BSNL,Kurnool-518050Telephone/ Mobile No. 9490290299[between10:00 Am to 17.30PmE-Mail ID [email protected]

BSNL Contact-IIBSNL’s Contact person SDE(MM)%GMTD,BSNL,Kurnool-518050Telephone/ Mobile No. 9490131146[between10:00 Am to 17.30PmE-Mail ID [email protected]

Signature of Bidder

Page 11: apbsnl.etenders.in3 > C > > # > 79 4 & 79 4& 7 $ &!$ , . & 7.&& $ $ ;& $ ;, , 7! & . . &> 9> $ ! ... 4 9 E4 ! ! .9,& 7 !,& 3 D P& 5> & & & $& !! .7 > ! > ., MMMMMMMMMMM MM ( . !. E

E-Tender for UG cable construction and Maintenance Works in DNC Division of Kurnool SSAfor the year 2017-18

Page 11 of 84 Signature of Bidder

Some Bidding related Inform ation for this Tender (Sealed Bid)The entire bid-submission would be online on ETS. Broad outline of submissions are asfollows: The documents to be uploaded are given in page No.56 of Tender Document.

Offline Submissions:The bidder is requested to submit the following documents through offline method so asto reach the O/o AGM (Plg), O/o GMTD, BSNL Bhavan, KURNOOL 518050 before 13:00hrs of 04.04.2018 in a separate envelope.a) DD/NSIC towards the cost of tender document as per NIT at Page No.3b) DD/NSIC towards Bid Security/EMD as per NIT at Page No.3c) Letter of Authorization (If applicable) and mandatory documents as per Section XI at

Page No.55.The bidder has to upload the scanned copy of the above documents during uploading ofthe bid in E-format.Special Note on Security of BidsSecurity related functionality has been vigorously implemented in ETS in amultidimensional manner. Starting with ‘Acceptance of Registration by the ServiceProvider’, provision for security has been made at various stages in Electronic Tender’ssoftware. Specifically for Bid submission, some security related aspects are outlinedbelow: As part of the Electronic Encrypted functionality, the contents of both the“Electronic forms” and the “Main-Bid” are securely encrypted using a Password created bythe server itself. The Pass-word is more difficult to break. This method of bid-encryptiondoes not have the security and data integrity related vulnerabilities which are inherent ine-tendering systems which use Public-Key of the specified officer of a Buyerorganization for bid-encryption. Bid-encryption in ETS is such that the Bids cannot bedecrypted before the Public Online Tender Opening Event (TOE), even if there isconnivance between the concerned tender-opening officer of the Buyer organization andthe personnel of e-Tendering service provider.

Public Online Tender Opening Event (TOE):

ETS offers a unique facility for Public Online Tender Opening Event (TOE). TenderOpening Officers as well as authorized representatives of bidders can attend the PublicOnline Tender Opening Event (TOE) from the comfort of their offices. For this purpose,representatives of bidders (i.e. Supplier organization) duly authorized are requested tocarry a Laptop and Wireless Connectivity to Internet.Every legal requirement for a transparent and secure Public Online Tender Opening Event( TOE) has been implemented on ETS.As soon as a Bid is decrypted with the corresponding “Pass Phrase” as submitted onlineby the bidder himself (during the TOE itself), salient points of the Bids are simultaneouslymade available for downloading by all participating bidders. The tedium of taking notesduring a manual Tender Opening Event is therefore replaced with this superior andconvenient form of ‘Public Online Tender Opening Event (TOE)’.ETS has a unique facility of ‘Online Comparison Chart‘ which is dynamically updated aseach online bid is opened. The format of the chart is based on inputs provided by theBuyer for each Tender. The information in the Comparison Chart is based on the datasubmitted by the Bidders. A detailed Technical and/or Financial Comparison Chartenhances Transparency. Detailed instructions are given on relevant screens.ETS has a unique facility of a detailed report titled “Minutes of Online Tender OpeningEvent (TOE)” covering all important activities of Online Tender Opening Event (TOE). Thisis available to all participating bidders for Viewing/Downloading.There are many more facilities and features on ETS. For a particular tender, the screensviewed by a Supplier will depend upon the options selected by the concerned Buyer.

Signature of Bidder

Page 12: apbsnl.etenders.in3 > C > > # > 79 4 & 79 4& 7 $ &!$ , . & 7.&& $ $ ;& $ ;, , 7! & . . &> 9> $ ! ... 4 9 E4 ! ! .9,& 7 !,& 3 D P& 5> & & & $& !! .7 > ! > ., MMMMMMMMMMM MM ( . !. E

E-Tender for UG cable construction and Maintenance Works in DNC Division of Kurnool SSAfor the year 2017-18

Page 12 of 84 Signature of Bidder

Other Instructions

For further instructions, the vendor should visit the home-page of the portal(https://apbsnl.etenders.in)Important Note: It is strongly recommended that all authorized users of Supplierorganizations should thoroughly peruse the information provided under the relevant links,and take appropriate action. This will prevent hiccups, and minimize teething problemsduring the use of ETS.

The following FOUR KEY INSTRUCTIONS for BIDDERS must be assiduously adhered to:

1. Obtain individual digital Signing Certificate (DSC or DC) well in advance of yourfirst tender submission deadline on ETS.2. Register your organization on ETS well in advance of your first tender submissiondeadline on ETS.3. Get your organization’s concerned executives trained on ETS well in advance ofyour first tender submission deadline on ETS.4. Submit your bids well in advance of tender submission deadline on ETS.

(There could be last minute problems due to internet time out, breakdown, etc) while thefirst three instructions mentioned above are especially relevant to first time users of ETS,the fourth instruction is relevant at all times.

Minimum Requirements at Bidders End:

Computer System with good configuration (Min P IV, 1 GB RAM, Windows-XP),Broadband connectivity, Microsoft Internet Explorer 6.0 or above Digital Certificate (s)

Signature of Bidder

Page 13: apbsnl.etenders.in3 > C > > # > 79 4 & 79 4& 7 $ &!$ , . & 7.&& $ $ ;& $ ;, , 7! & . . &> 9> $ ! ... 4 9 E4 ! ! .9,& 7 !,& 3 D P& 5> & & & $& !! .7 > ! > ., MMMMMMMMMMM MM ( . !. E

E-Tender for UG cable construction and Maintenance Works in DNC Division of Kurnool SSA forthe year 2017-18

Page 13 of 84 Signature of Bidder

SECTION IIBID FORM

ToThe General Manager Telecom District, BSNL,KURNOOL.

Dear Sir,

Having examined the conditions of Contract and Specifications including addenda thereceipt of which is hereby duly acknowledged. We, undersigned, offer to execute thework of Under Ground Cable Construction Works in DNC Dn. Of Kurnool SSA inconformity with said drawings, conditions of Contract and Specifications as may beascertained in accordance with the Schedule of Prices attached herewith and made partof this Bid.We undertake, if our Bid is accepted, we will execute the work in accordance withSpecifications, Time Limits & Terms and Conditions stipulated in the Tender Document. Ifour Bid is accepted, we shall submit the Securities as per the conditions mentioned in theContract.We agree to abide by this Bid for the entire Tender period from the date fixed for BidOpening (Qualifying Bid) and it shall remain binding upon us and may be accepted at anytime before the Expiry of that Period.Until a format Agreement is prepared and executed, this Bid together with your writtenacceptance thereof in your notification of award shall constitute a binding Contractbetween us.

Bid submitted by us is properly sealed and prepared so as to prevent any subsequentalteration and replacement.

Dated this……….day of……… 2018

Signature of Authorized Signatory .......................In capacity of..................................................

Duly authorized to sign the Bid for and on behalf of

.........................

Witness.................... Signature of Bidder

Address...................

Signature................

EMDparticulars D.D.No. dated

Name of the Bank:

Branch:

Page 14: apbsnl.etenders.in3 > C > > # > 79 4 & 79 4& 7 $ &!$ , . & 7.&& $ $ ;& $ ;, , 7! & . . &> 9> $ ! ... 4 9 E4 ! ! .9,& 7 !,& 3 D P& 5> & & & $& !! .7 > ! > ., MMMMMMMMMMM MM ( . !. E

E-Tender for UG cable construction and Maintenance Works in DNC Division of Kurnool SSA forthe year 2017-18

Page 14 of 84 Signature of Bidder

SECTION III

TENDERER'S PROFILE

Passport sizephotograph of the

tenderer / authorizedsignatory holding powerof Attorney.

General:

1. Name of the Tenderer/Firm___________________________________________2. Name of the Person submitting the Tender whose Photograph is Affixed

Shri/Smt__________________________________________________________(In case of Proprietary/Partnership Firms, the Tender has to be signed by

Proprietor Partner only, as the case may be)3. Address of the Firm

................................................................................................……………………………………................................................................................................................ ........……………………………………...........................................................................................................................................4.

Telegraphic Address…………………………………………………………………….......................................

5 . Tel No. (With STD Code)(O).......... ........................(Fax)..........................

......................................................................... [R]..............................

6 . Registration & incorporation particulars of theFirm : i) Proprietorship ii) Partnership iii) PrivateLimited iv) Public Limited(Please attach attested copies of documents of registration/Incorporation of your firm

with theCompetent authority as required by business law)

7. Name of Proprietor/Partners/Directors............................................. ... ... ... ......

................................................................................... ... ... ... ... ... ... ..........8. Tenderer's Experience Certificated Details (An Attested Copy of ExperienceCertificated may

Please be enclosed)

9. Tenderer's Bank, its Address and his Current Account Number, IFSC code, e-mailid....................................

. . . . . …………………………….... .. .…….............10. Permanent Income Tax Number, Income Tax circle............................................................................................................................. ........................ ... .........................…….........................

(Please attach a copy of last Income Tax Return)

Signature of Bidder11. Infrastructural Capabilities:

a. Capacity Trenching per Day (in

Page 15: apbsnl.etenders.in3 > C > > # > 79 4 & 79 4& 7 $ &!$ , . & 7.&& $ $ ;& $ ;, , 7! & . . &> 9> $ ! ... 4 9 E4 ! ! .9,& 7 !,& 3 D P& 5> & & & $& !! .7 > ! > ., MMMMMMMMMMM MM ( . !. E

E-Tender for UG cable construction and Maintenance Works in DNC Division of Kurnool SSA forthe year 2017-18

Page 15 of 84 Signature of Bidder

Meters) ......................................................................b. Capacity of Cable Laying per Day (in

Meters)...............................……………………………….c. Capacity of Pulling Cable through Duct per Day (in

Meters).... ......................................d. Capacity of Engaging Mazdoors per

Day.....................................................................e. Particulars of Vehicles available with the Tenderer:

Type of Vehicle(s) Registration Number

f. Particulars of other Machines possessed by the Contractor which can helpin Trenching, Cable Laying and Cable Pulling;

…………………………………………………………………………………………............................

…………………………………………………………………………………………............................

I/We hereby declare that the information furnished above is True and Correct.

Place:Date: Signature of Tenderer/AuthorizedSignatory......................................

Name of the Tenderer……………………………………………

Seal of the Tenderer

Signature of Bidder

Page 16: apbsnl.etenders.in3 > C > > # > 79 4 & 79 4& 7 $ &!$ , . & 7.&& $ $ ;& $ ;, , 7! & . . &> 9> $ ! ... 4 9 E4 ! ! .9,& 7 !,& 3 D P& 5> & & & $& !! .7 > ! > ., MMMMMMMMMMM MM ( . !. E

E-Tender for UG cable construction and Maintenance Works in DNC Division of Kurnool SSA forthe year 2017-18

Page 16 of 84 Signature of Bidder

Section IVInstruction to Bidders

A. INTRODUCTION.1. DEFINITIONS:a. BSNL: Bharat Sanchar Nigam Limited and his Successors.b. CMD BSNL: Chairman and Managing Director of BSNL. All references of Department

CGM:Chief General ManagerPGM:Principal General ManagerGM:General ManagerDGM:Deputy General Manager/Area ManagerAGM: Assistant General ManagerDE: Divisional Engineer / Divisional Engineer (Projects)SDE: Sub Divisional EngineerJTO: Junior Telecom OfficerCAO:Chief Accounts OfficerAO: Accounts OfficerJAO: Junior Accounts Officer

Including other Officers in the Department, whatever designations assigned to them fromtime to time, who may be the in-Charge of Direction, Supervision, Testing, Acceptanceand Maintenance including their successor(s) in the Office appearing in various clausesshall be taken to mean the Bharat Sanchar Nigam Limited under the Ministry ofCommunications, Government of India.

c. The Head of SSA means,GMTD, BSNL, KURNOOL SSA and his Successors.

d. The jurisdiction of GMTD, KURNOOL: The jurisdiction of GMTD,Kurnool meansKurnool SSA Which coincides Geographically with Kurnool Revenue District.

e. Representative of GMTD, KURNOOL: Representative of GMTD, Kurnool meansOfficer and staff for the time being in "Kurnool SSA" deputed by the GMTD, Kurnoolfor Inspecting or Supervising the Work or Testing etc.

f. Engineer-in-Charge: The Engineer-in-Charge means the Engineering Officernominated by the GMTD, Kurnool to supervise the work, under the Contract.(Minimum Divisional Engineer Level Officer).

g. Site Engineer: Site Engineer shall mean an SDE of the Department who may beplaced by the GMTD, Kurnool, Kurnool Telecom District as in-Charge of the work atsite at any Particular period of time.

h. A/T Unit: A/T Unit shall be mean Acceptance and Testing unit of the Department.

i. A/T Officer: An Officer authorized by GMTD, Kurnool to conduct A/T.

Signature of Bidder

Page 17: apbsnl.etenders.in3 > C > > # > 79 4 & 79 4& 7 $ &!$ , . & 7.&& $ $ ;& $ ;, , 7! & . . &> 9> $ ! ... 4 9 E4 ! ! .9,& 7 !,& 3 D P& 5> & & & $& !! .7 > ! > ., MMMMMMMMMMM MM ( . !. E

E-Tender for UG cable construction and Maintenance Works in DNC Division of Kurnool SSAfor the year 2017-18

Page 17 of 84 Signature of Bidder

j. Contract: The term Contract means, the documents forming the Tender andAcceptance thereof and the formal agreement executed between the CompetentAuthority on behalf of CMD,BSNL and the Contractor, together with the documentsreferred to therein including these Conditions, the Specifications, Designs, Drawingsand Instructions issued from time to time, by the Engineer-in-Charge and all thesedocuments taken together shall be deemed to form one Contract and shall becomplementary to one another. In the Contract, the following expressions shall, unlessthe context otherwise requires, have the meanings, hereby respectively assigned tothem. The expression works or work shall unless there be something either in thesubject or context repugnant to such construction, be construed and taken to meanthe works by or by virtue of the Contract contracted to be executed whetherTemporary or Permanent, and whether original, altered, substituted or additional.

k. Contractor: The Contractor shall mean the Individual, Firm or Company, Enlisted withDepartment of Telecom in accordance with procedure for Enlistment of Contractor orother Contractors, whether incorporated or not, undertaking the works and shallinclude the legal personnel representative of such Individual or the persons comprisingsuch Firm or Company, or the successors of such Firm or Company and the permittedassignees of such Individual, Firm or Company.

l. Work: The expression "Works" shall unless there be something either in the subject orcontext repugnant to such construction be construed and taken to mean the works byor by virtue of the Contract Contracted to be executed whether Temporary orPermanent and whether Original Altered, Substituted or Additional.

m. Schedule(s): Schedule(s) referred to in these conditions shall mean the relevantSchedule(s) or the Standard Schedule of Rates mentioned in the Document.

n. Site: The Site shall mean the land/or other places on, into or through which work is tobe executed under the Contract or any adjacent Land, Path or Street through which,the work is to be executed under the Contract or any adjacent Land, Path or Streetwhich may be allotted or used for the purpose of carrying out the Contract.

o. Normal Time or Stipulated Time: Normal Time or Stipulated Time means timespecified in the Work Order to complete the Work.

p. Extension of Time: Extension of Time means the time granted by the GMTD, Kurnoolto complete the Work beyond the Normal Time or Stipulated Time.

q. Date of Commencement of Work: Date of Commencement of Work means the Dateof Actual Commencement of Work or 7th Day from the Date of issue of Work Order,whichever is earlier.

r. Due Date of Completion: Due Date of Completion shall be the Date by which thework shall be completed at Site including clearance of Site.

s. Duration of Completion of Work: The Duration of Completion of Work orCompletion Time shall be Time specified in the Work Order plus Extension of TimeGranted, if any.

t. Expected Risk: Excepted Risk are Risks due to War (whether declared or not),Invasion, Act of Foreign Enemies, Hostilities, Civil War, Rebellion, Revolution,Insurrection, Military or Usurped Power, any Acts of Government damages from Aircraft,acts of God, such as Earthquake, Lightning and Unprecedented Floods and other causesover which, the Contractor has no control and the same having been accepted as such,by the Accepting Authority or causes solely due to use or occupation by the Governmentof the part of the Work, in respect of which a Certificate of Completion has been issued.

Page 18: apbsnl.etenders.in3 > C > > # > 79 4 & 79 4& 7 $ &!$ , . & 7.&& $ $ ;& $ ;, , 7! & . . &> 9> $ ! ... 4 9 E4 ! ! .9,& 7 !,& 3 D P& 5> & & & $& !! .7 > ! > ., MMMMMMMMMMM MM ( . !. E

E-Tender for UG cable construction and Maintenance Works in DNC Division of Kurnool SSAfor the year 2017-18

Page 18 of 84 Signature of Bidder

2. ELIGIBILITY OF BIDDERS:The Invitation of Bids is open to the Contractors as per their eligibility mentioned in NITof this Tender Document.The Company or Firm or any other person is not permitted to Tender for Works inBSNL unit in which his near relative(s) is (are) posted. The unit is defined as SSAfor Non-Executive Employee and all SSAs in a Circle including Circle Office forExecutive Employees (including those called as Gazetted Officers at present).The Tenderer should give a Certificate that none of his/her near relative isworking in the BSNL unit The Format of the Certificate is

"I…..................................................... ......................S/o ............................…...... .......R/o .................................................. here by certify that none of myrelative(s) as defined in the Tender Document is/are employed in BSNL unit asper details given in Tender Document. In case at any stage, it is found that theinformation given by me is false/incorrect, BSNL shall have the absolute right totake any action as deemed fit/without any prior intimation to me."

Signature of BidderB. THE BID DOCUMENTS:3. BID DOCUMENTS:3.1 The Construction Work to be carried out, Goods required, Bidding Procedures andContract Terms are prescribed in the Bid Documents. The Bid Documents include:

3.1.1 Qualifying Bid:3.1.1.1 Notice Inviting Tender& E-Tendering instructions to

bidders(Page.NO.3&12)3.1.1.2 Bid Form. (Page.NO.13)3.1.1.3 Tenderer's Profile. (Page.NO.14)3.1.1.4 Instruction to Bidders. (Page.NO.16-26)3.1.1.5 General (Commercial) Conditions of the Contract.

(Page.NO.27-39)3.1.1.6 Special Conditions of Contract. (Page.NO.40-49)3.1.1.7 Scope of Work and Jurisdiction of the Contract. (Page.NO.50-

51)3.1.1.8 UG Cable Construction Specifications (page no.52)3.1.1.9 Material security bond.(page no.52)3.1.1.10 Agreement (Sample). (page no.53 )3.1.1.11 Letter of Authorization for Attending Bid Opening. (page no.

54 )3.1.1.12 Certificates regarding none of relative working in this SSA.

(page no.54)3.1.1.13 List of Documents to be submitted along with the Qualifying

Bid.(p.no-55)3.1.1.14 Rates of Empty Cable Drums(page no.55 )

3.1.2 Financial Bid(Page no.56)3.1.2.1 Rates to be quoted for Cable Construction &Mtce.works(page

no. 57-58 )3.1.2.2 UG Cable Construction Specifications (page no.59-80 )

3.1.3 The Bidder is expected to examine all Instructions, Forms, Terms andSpecifications in the Bid Documents. Failure to furnish all informationrequired as per the Bid Documents or submission of Bids notsubstantially responsive to the Bid Documents in every respect willbe at the Bidder's risk and shall result in rejection of the Bid.

Page 19: apbsnl.etenders.in3 > C > > # > 79 4 & 79 4& 7 $ &!$ , . & 7.&& $ $ ;& $ ;, , 7! & . . &> 9> $ ! ... 4 9 E4 ! ! .9,& 7 !,& 3 D P& 5> & & & $& !! .7 > ! > ., MMMMMMMMMMM MM ( . !. E

E-Tender for UG cable construction and Maintenance Works in DNC Division of Kurnool SSAfor the year 2017-18

Page 19 of 84 Signature of Bidder

Signature of Bidder

4 QUERIES ON BID DOCUMENTS:

4.1 A prospective bidder, requiring any clarification on the Bid Documents shall submit hisqueries through the BSNL in writing and by Email to the BSNL’s mailing address indicatedin the invitation of Bid. BSNL shall respond in writing to any request for the clarification ofthe Bid Documents, which it receives not later than 10 days prior to the date ofopening of the EOIs i.e. not later than TOC date. This date shall prevail overdates for submitting queries appearing anywhere on E-Tender portal. Copies ofthe query (without identifying the source) and clarifications by the BSNL shall be uploadedas Clarifications to the concerned EOI on BSNL website & on ETS portal, as addenda, forall the prospective bidders who have downloaded the official copy of EOI documents fromETS portal.

4.2 Any clarification issued by BSNL in response to query raised by prospective biddersshall form an integral part of bid documents and it shall amount to an amendment of

relevant clauses of the bid documents.

4.3 The format in which the clarifications are to be sent via FAX / E-mail (in MS-Excelsheets only) is

S.No. Section Clause Ref Page Brief Query/

No. No in Bid Description of Comments ofthe clause bidder

5. AMENDMENT OF BID DOCUMENTS

5.1 At any time, prior to the date of submission of Bids, BSNL may, for any reason,whether at its own initiative or in response to a clarification requested by a prospectivebidder, modify bid documents by amendments.

5.2 The amendments shall be notified in writing through E-Tendering portal to allprospective bidders on the address intimated at the time of purchase of the biddocument from BSNL and these amendments will be binding on them.

5.3 In order to afford prospective bidders a reasonable time (min 7 days) to take theamendment into account in preparing their bids, BSNL may, at its discretion, extend thedeadline for the submission of bids suitably.

C. PREPARATION OF BIDS6. Cost of Bidding:

The Bidder shall bear all costs associated with the preparation and submission of the Bid.The Department, will in no case, be responsible or liable for these costs, regardless of theconduct or outcome of the Bidding process.

Signature of Bidder

Page 20: apbsnl.etenders.in3 > C > > # > 79 4 & 79 4& 7 $ &!$ , . & 7.&& $ $ ;& $ ;, , 7! & . . &> 9> $ ! ... 4 9 E4 ! ! .9,& 7 !,& 3 D P& 5> & & & $& !! .7 > ! > ., MMMMMMMMMMM MM ( . !. E

E-Tender for UG cable construction and Maintenance Works in DNC Division of Kurnool SSAfor the year 2017-18

Page 20 of 84 Signature of Bidder

7. DOCUMENTS ESTABLISHING BIDDER'S ELIGIBILITY AND QUALIFICATIONS:The Bidder shall furnish, as part of his Bid Documents establishing the Bidder's eligibility,the following Documents:

i) Bid Security in accordance to Clause No. 8.

ii) Tender Document (s), in original, duly filled in and signed by Tenderer or his authorizedRepresentative along with seal on each page. All corrections and overwriting must beinitialed with date by the Tenderer or his Authorized Representative.

iii) The copy of Experience Certificate issued by an officer not below the rank of DE dulyattested by a Gazetted officer.

iv) Attested copy of PAN.

v) Certificate stating that none of his/her near relative is working in the BSNL unit(SSA/Circle) where the Tenderer is called for.

vi) The Registration of the Firm.Authenticated Copy of Partnership Deed in cases of Partnership Firm.

vii) Solvency Certificate for Rs.2 Lakhs from any Nationalized Bank. The SolvencyCertificate shall not be older than date of NIT.

viii) Bid Form, duly filled in, as per Section II.

Viii) Tenderers Profile, duly filled in, as per section III of the Tender Document.

ix) Original "Letter of Authorisation" in case person other than the Tenderer has signedthe Tender Documents.

x) Service Tax registration certificate copy

xi) Attested Copy of EPF registration certificate with registration number.

xii) Attested Copy of ESI registration certificate with registration number.

xiii) Attested Copy of Labour license from the Regional Labour Commissioner withthe number of labourer permitted to be employed by the tenderer.

8. EMD (BID SECURITY):

8.1 The Bidder shall furnish, as part of his Bid, a Bid Security (EMD) for an amountnoted under Bid Security column in NIT. NSIC holders are exempted from EMD. Nointerest shall be paid by the Department on the Bid Security for any period, what so ever.8.2 The Bid Security is required to protect the BSNL against the risk of Bidders conduct,which would warrant the Security's forfeiture, pursuant to Para 8.7.

8.3 EMD shall be paid in the form of Cash or Crossed Demand Draft issued by aScheduled Bank, drawn in favour of Accounts Officer (Cash), O/o GMTD, BSNL, Kurnoolpayable at Kurnool. In case of cash payment, ACG-67 receipt issued by AO(Cash) to beenclosed.

8.4 A Bid not secured in accordance with Para 8.1 & 8.3 shall be rejected by theDepartment as non responsive.8.5 The Bid Security of the unsuccessful Bidder will be refunded as promptly aspossible as but not later than 30 days after the Expiry of the period of Bid validityprescribed bythe Department.

8.6 The successful Bidder's Bid Security will be returned after payment of SD (10%Value of cost of tender Awarded) or EMD will be converted as SD and remaining balanceamount of SD 7.5% will be collected.

Page 21: apbsnl.etenders.in3 > C > > # > 79 4 & 79 4& 7 $ &!$ , . & 7.&& $ $ ;& $ ;, , 7! & . . &> 9> $ ! ... 4 9 E4 ! ! .9,& 7 !,& 3 D P& 5> & & & $& !! .7 > ! > ., MMMMMMMMMMM MM ( . !. E

E-Tender for UG cable construction and Maintenance Works in DNC Division of Kurnool SSAfor the year 2017-18

Page 21 of 84 Signature of Bidder

Signature of Bidder

Page 22: apbsnl.etenders.in3 > C > > # > 79 4 & 79 4& 7 $ &!$ , . & 7.&& $ $ ;& $ ;, , 7! & . . &> 9> $ ! ... 4 9 E4 ! ! .9,& 7 !,& 3 D P& 5> & & & $& !! .7 > ! > ., MMMMMMMMMMM MM ( . !. E

E-Tender for UG cable construction and Maintenance Works in DNC Division of Kurnool SSAfor the year 2017-18

Page 22 of 84 Signature of Bidder

8.7 The Bid Security shall be forfeited :-

8.7.1 If a Bidder withdraws his bid during the period of Bid validity specified in the BidDocument or

8.7.2 If the Bidder makes any modifications in the Terms and Conditions of the Tenderbefore acceptance of the Tender, which are not acceptable to the BSNL or

8.7.3 In case of a successful Bidder, if the Bidder fails to sign the Agreement or tofurnish Material security in accordance with relevant clause.

9. BID PRICES:

9.1 The Bidder shall give the Total Composite Price inclusive of all Levies and Taxes,Packing, Forwarding, Freight and Insurance in case of Materials to be supplied andinclusive of all Taxes and Levies in case of works to be executed, excluding Goodsservice tax. The Goods Service Tax will be paid at the applicable rate extra. TheContractor shall be responsible for transporting the materials, to be supplied by theDepartment (At the District Telecom Store) or otherwise to execute the work underthe Contract, to site at his/their own cost. The costs of transportation aresubsumed in the Schedule Rates and therefore no separate charges are payable onthis account. The offer shall be firm in Indian Rupees.

9.2 Prices shall be quoted by the Bidder in Rates of Financial Bid. Prices quoted at anyother place shall not be considered

9.3 The price quoted by the bidder shall remain fixed during the entire period ofcontract and shall not be subject to variation on any account. A bid submitted withan adjustable price quotation will be treated as non-responsive and rejected.

9.4 Discount, if any, offered by the Bidders shall not be considered unless they arespecifically indicated in the Schedule of Rates (Financial Bid). Bidders desiring tooffer Discount shall therefore modify their offers suitably while quoting and shallquote clearly net price taking all such factors like Discount, free supply, etc., intoaccount.

10. PERIOD OF VALIDITY OF BIDS:10.1 Bid shall remain valid for 240 days from Date of Opening of the Bid (Qualifying Bid).

A BID VALID FOR A SHORTER PERIOD SHALL BE REJECTED BY THE BSNL ASNON-RESPONSIVE.10.2 The GMTD, BSNL, Kurnool reserves the right to request the lowest 3 Bidders as perread out list on the opening Day to extend the Bid Validity for a period of further 120days and the Bidder has to necessarily extend the Bid Validity. Refusal to extend the BidValidity will result in forfeiture of the Bid Security. A Bidder accepting the request andextending the Bid Validity will not be permitted to modify his Bid.

11. SIGNING OF BID:11.1 The Bidder shall submit, as a part of his Bid, the Bid Documents (in original) dulysigned on each and every page, establishing the conformity of his Bid to the BidDocuments of all the works to be executed by the Bidder under the Contract.

(Note: The Tenderer is advised to keep a Photocopy (at his own cost) of the BidDocuments for his own reference.)

11.2 The Bid shall contain no inter-lineation, erasures or overwriting except asnecessary to correct errors made by the Bidder in which case such corrections shall besigned with date by the person or persons signing the Bid.

Signature of Bidder

Page 23: apbsnl.etenders.in3 > C > > # > 79 4 & 79 4& 7 $ &!$ , . & 7.&& $ $ ;& $ ;, , 7! & . . &> 9> $ ! ... 4 9 E4 ! ! .9,& 7 !,& 3 D P& 5> & & & $& !! .7 > ! > ., MMMMMMMMMMM MM ( . !. E

E-Tender for UG cable construction and Maintenance Works in DNC Division of Kurnool SSAfor the year 2017-18

Page 23 of 84 Signature of Bidder

D. SUBMISSION OF BIDS12.Online submission:

i) Scanned copy of DD for Bid Document Rs 590 /- (Rupees Five hundred and ninetyonly). ii) Scanned copy of DD for EMD as per TABLE of NIT. iii) All the mandatorydocuments listed in page No.16 of tender document. iv) Signed copy of Tenderdocument.v) Bid Documents (Financial Bids) only in online.

13. Off line submission:

The Tenderer should submit in the 4 envelopes as detailed below.Envelope-A(Technical Bid)

Cost of tender document DD.

Envelope-B(Technical Bid)

DD bid security (EMD). In case of firms seeking relaxation in EMDnecessary attested copies of current NSIC certificate to besubmitted.

Envelope-C(Technical Bid)

All Documents mentioned as mandatory (Refer Page 16)

Envelope-D(Financial bid)

(

All Documents mentioned as mandatory (Refer Page 16)Separate envelope for financial bid.

The above 4 envelopes, after properly WAX/PVC tape sealed put into one envelopeand sealed with WAX/PVC tape . That envelope to be prominently super-scribed as"TENDER FOR UNDERGROUND CABLE CONSTRUCTION and Maintenance WORKS IN DNCDn.of Kurnool SSA FOR THE YEAR 2017-18” can be dropped in to the Tender Box keptin front of the Chamber of AGM(Plg),O/o GMTD, BSNL Bhavan, Kurnool-518050 or sent byregistered post addressed to the AGM(Plg), III Floor, O/o GMTD, BSNL Bhavan, SunkesulaRoad,Kurnool-518050, so as to reach this office on or before 13:00 hrs of 27.03.2018.The tenders will be opened by the AGM(Plg), O/oGMTD, BSNL, Kurnool-518050 as per the‘TOE’ procedures, on the same day at 16:30 Hrs at chamber of Asst.General Manager (Plg)O/oGMTD, BSNL, Kurnool – 518050. If any of the tenderers or their representatives wantsto participate in TOE, will be allowed after verification of their proof of identity &authorization. If the tender opening day happens to be a holiday, the tender will beopened at the same time on the next working day. Tenders received after the prescribedtime and date will not be entertained. The bidders should upload Techno-commercial Bids& Financial bids simultaneously. The bids will be evaluated Techno-commercially first andthereafter Financial bids of Techno-commercially compliant bidders only shall be opened.i. Tenders will be accepted upto 13.00 Hrs of 27.03.2018. Tenders will be opened

at 15.00 hours of the same day before such of the tenderers or theirrepresentatives who are present.

ii. The General Manager, BSNL, Kurnool reserves the right to reject any or all of thetenders without assigning any reason whatsoever. It is not obligatory to acceptthe lowest tender.

iii. No correspondence will be entertained from the tenderers on the subject.

iv. Authenticated copy of Partnership deed, in case of Partnership firm and Power ofattorney to operate the tender shall be submitted before making agreementrepresentative.

[

v. Tenders received in covers not sealed/ not properly sealed will be rejected.

vi. The General Manager, BSNL, Kurnool reserves the right to postpone the date ofopening of the tender or to cancel the tender notice at any time. Any requestfrom tenderers to postpone or to change date of opening of the tender due to anyreason whatsoever shall not be considered.

Page 24: apbsnl.etenders.in3 > C > > # > 79 4 & 79 4& 7 $ &!$ , . & 7.&& $ $ ;& $ ;, , 7! & . . &> 9> $ ! ... 4 9 E4 ! ! .9,& 7 !,& 3 D P& 5> & & & $& !! .7 > ! > ., MMMMMMMMMMM MM ( . !. E

E-Tender for UG cable construction and Maintenance Works in DNC Division of Kurnool SSAfor the year 2017-18

Page 24 of 84 Signature of Bidder

vii. The tenderer should certify and affix his signature on each and every page of thetender document, and return it along with his tender offer, as a token of hisacceptance of each of the condition specified on each page of the tenderdocuments.

viii. The tenderer will be bound by all terms, conditions and specifications as detailedin this Tender documents.

ix. If the date of opening of the tender specified in the Notice Inviting Tenderhappens to be a holiday due to any reason, the tender will be opened on theimmediate succeeding working day at the same time as specified in the NoticeInviting Tender,without any more notices.

x. BSNL reserves the right to place supply order to any extent on any othercontractor.

xi. The rates quoted should be in figures and words. Any corrections / overwritingshould be attested by a full signature of the tenderer. If rates quoted in figuresand words are different, rates in words will be taken for consideration.

xii. Ambiguity in rates of items will make the tender invalid. The tenderer shouldquote his rate inclusive of sales tax, surcharge and additional surcharge etc..Erasures, over-writing and unattested corrections will render the tender liable forrejection

xiii. Goods Service tax will be paid by BSNL only at the rates in force from time to timeif the Goods Service tax Registration No. is printed in the bill. It is theresponsibility of the contractor to claim or not to claim Goods Service Tax and theremittance of Goods Service Tax promptly as per the central excise departments’rulings. It is the duty of the contractor to answer to the central excisedepartment’s query on Goods Service Tax and BSNL is no way responsible forGoods Service Tax.

xiv. PURCHASER’S RIGHT TO ACCEPT OR REJECT ANY OR ALL BIDS

The General Manager, BSNL, Kurnool reserves the right to accept or reject any bid,and to annual the bidding process and reject all bids, at any time prior to award ofcontract without assigning any reason whatsoever and without thereby incurringany liability to the affected bidder or bidders on the grounds of purchaser’s action.The undersigned reserves the right to accept any tender and to place order forsupply of the item to the same party or different parties.

xv. The tender of the tenderer who attempts canvassing in any manner will besummarily rejected. Any attempt for negotiations direct or indirect on the part ofthe tenderer with the authority to whom he has submitted the tenders theauthority who is competent finally to accept it, after he has submitted his offer orany endeavor to secure any interest for an actual or prospective tenderer willrender the tender liable to exclusion from consideration.

xvi. On payment of prescribed security deposit by the successful tenderer and on theirsigning the required agreement etc., the EMD paid by other unsuccessfultenderers will be refunded. The EMD of other unsuccessful tenderers will berefunded within a reasonable time after a final decision of tenders, normallywithin six months from the date of opening of the tender.

xvii. No clause or condition should be added or altered in the tender form/agreementform and if any clause is found to have been added or altered the tender will berejected. Submission of tender will bind tenderer to the acceptance of allconditions specified in the agreement.

xviii. Any tender with new conditions of the tenderers other than those specified in thetender document is liable to be summarily rejected.

Page 25: apbsnl.etenders.in3 > C > > # > 79 4 & 79 4& 7 $ &!$ , . & 7.&& $ $ ;& $ ;, , 7! & . . &> 9> $ ! ... 4 9 E4 ! ! .9,& 7 !,& 3 D P& 5> & & & $& !! .7 > ! > ., MMMMMMMMMMM MM ( . !. E

E-Tender for UG cable construction and Maintenance Works in DNC Division of Kurnool SSAfor the year 2017-18

Page 25 of 84 Signature of Bidder

xix. No modification by the contractor of any of the conditions will be permitted afterthe tender is opened.

14. LATE BID

xx. Tenders will not be received after the specified time of closing of the tender andthe same shall be rejected and returned unopened to the bidder. It is the primeresponsibility of the tenderer to ensure timely submission of the tender.Representatives of the tenderers should produce letter of authority for attendingthe tender opening.

xxi. The tenderer should quote his rate in the tender bid form. The rate quoted must beinclusive of all taxes and charges like sales tax, EPI/ESI etc., The tender will beapproved inclusive of all taxes.

xxii. This contract shall be valid for two year from the date of agreement. However theperiod may be extended necessary for another one year in steps of three months.

xxiii. BSNL reserves the right to offer counter Price quoted by any bidder, if the ratesquoted are not reasonable.

15. MODIFICATIONS AND WITHDRAWL OF BIDS:15.1 The Bidder may modify or withdraw his Bid after submission and before opening,

provided that the intimation is deposited by the Bidder in a properly sealedenvelope

(With Wax/Packing PVC Tape) in the Tender Box, before the Scheduled Time & Date forclosing of Tender.15.2 No Bid shall be modified subsequent to the deadline for submission of Bids.

E. BID OPENING16. Opening of BID16.1. E-Tenders will be opened at the prescribed time and date as mentioned in NIT inthe chamber of the Assistant General Manager (Plg), O/oGMTD, BSNL Bhavan,Kurnool-518050by the Tender Opening Committee. The representatives of the tenderers should bring

the letter of authorization.16.2. In case the date fixed for opening of bids is subsequently declared as holiday byGovernment of India, the revised schedule will be notified. However, in the absence ofsuch notification, the bids will be opened on the next working day, time and venueremaining unaltered.16.3. Financial bid shall be opened after scrutiny, evaluation of qualifying bids on thedate and time to be intimated to the successful tenderers only for technically qualifiedtender.

17 CLARIFICATION OF BIDS BY THE DEPARTMENT:To assist in examination, evaluation and comparison of Bids, the Department may, at itsdiscretion ask the Bidder for clarification of its Bid. The request for its clarification andits response shall be in writing. However, no post Bid clarification at the initiative of theBidder shall be entertained.

18 PRELIMINARY EVALUATION:18.1 Department shall evaluate the Bids to determine whether they are complete,whether any computational errors have been made, whether required sureties havebeen furnished, whether the documents have been properly signed and whether theBids are generally in order.

18.2 If there is discrepancy between words and figures, the amount in words shallprevail. If the Contractor does not accept the correction of the errors, his Bid shall berejected.

Page 26: apbsnl.etenders.in3 > C > > # > 79 4 & 79 4& 7 $ &!$ , . & 7.&& $ $ ;& $ ;, , 7! & . . &> 9> $ ! ... 4 9 E4 ! ! .9,& 7 !,& 3 D P& 5> & & & $& !! .7 > ! > ., MMMMMMMMMMM MM ( . !. E

E-Tender for UG cable construction and Maintenance Works in DNC Division of Kurnool SSAfor the year 2017-18

Page 26 of 84 Signature of Bidder

18.3 Prior to the detailed evaluation, pursuant to clause 22, the Department willdetermine the substantial responsiveness of each Bid to the Bid Document. For purposeof these clauses a substantially responsive Bid is one which conforms to all the termsand conditions of the Bid Documents without deviations. The Department'sdetermination of Bid's' responsiveness is to be based on the contents of the Bid itselfwithout recourse to extrinsic evidence.18.4 A Bid, determined as substantially non responsive will be rejected by theDepartment and shall not subsequent to the Bid Opening be made responsive by theBidder by correction of the non -conformity.18.5 The Department may waive any minor infirmity or non-conformity or irregularityin a Bid which does not constitute a material deviation, provided such waiver does notprejudice or affect the relative ranking of the Bidder.

19 EVALUATION AND COMPARISON OF SUBSTANTIALLY RESPONSIVE BIDS:19.1 The Department shall evaluate in detail and compare the Bids previouslydetermined to be substantially responsive pursuant to clause 18.19.2 The Evaluation and Comparison of Responsive Bids shall be on the Lowest rateoffered and indicated in Schedule of Rates of the Bid Documents. *Lowest quotationwill be decided on lowest Total rate on schedule rates. TEC is free to adopt any methodfor evaluating L1 bidder to the best advantage of BSNL.

20 CONTACTING THE DEPARTMENT:20.1 Subject to Clause 17 no Bidder shall try to influence the Department on anymatter relating to its Bid, from the time of Bid opening till the time the Contract isawarded.20.2 Any effort by the Bidder to modify his bid or influence the Department in theDepartment's Bid Evaluation, Bid Comparison or the Contract award decisions shall resultin the rejection of the Bid.

21. AWARD OF CONTRACT:21.1 The Department shall consider award of Contract only to those Eligible Bidderswhose offers have been found Technically, Commercially and Financially Acceptable.

21.2 The work against the Tender is for two year's requirement and the Terms andConditions of this Tender shall be operative for a period of two Years from the Date ofSigning of Agreement between the Department and the Contractor.21.3 Extension of period of contract: The period of operation of tender is extendable upto one year, on the same terms and conditions as per the work requirement.21.4 The General Manager Telecom District, KURNOOL reserves the right, that thework will be awarded to more than one contractor. If work allotted to two contractorsL1 will be awarded 70% of total quantum work and L2 will be awarded 30%of totalquantum of work if he is willing to work at L1 rates.

22. BSNL RIGHT TO VARY QUANTUM OF WORK:The quantity of cables to be laid in NIT is to give an idea and likely to vary, and theTenderers will not have any claim whatsoever in any manner based on this figure as thequantity depends on the supply of cables and necessity. However, in general, theDepartment, at the time of award of work under the contract, reserves the right todecrease or increase the work by up to 25% of the total quantum of work specified inthe schedule of requirements without any change in the rates or other terms andconditions.

23 . BSNL RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL BIDS:The BSNL reserves the right to accept or reject any Bid and to annul theBidding process and reject all Bids, at any time prior to award of contractwithout assigning any reason what-so-ever and without thereby incurring any

Page 27: apbsnl.etenders.in3 > C > > # > 79 4 & 79 4& 7 $ &!$ , . & 7.&& $ $ ;& $ ;, , 7! & . . &> 9> $ ! ... 4 9 E4 ! ! .9,& 7 !,& 3 D P& 5> & & & $& !! .7 > ! > ., MMMMMMMMMMM MM ( . !. E

E-Tender for UG cable construction and Maintenance Works in DNC Division of Kurnool SSAfor the year 2017-18

Page 27 of 84 Signature of Bidder

liability to the affected Bidder or Bidders on the grounds for the Department'saction.24 . ISSUE OF LETTER OF INTENT:24.1 The issue of Letter of Intent shall constitute the intention of the Department toenter into the Contract with the Bidder. Letter of Intent will be issued as offer to theSuccessful Bidder.24.2 The Bidder shall within 21 days of issue of Letter of Intent, give his acceptancealong with Security Deposit in conformity with clause 5(1) Section V, provided with theBid Documents.

25. SIGNING OF AGREEMENT:25.1 The Signing of Agreement shall constitute the Award of Contract on the Bidder.The Agreement with the Successful Bidder shall be signed by the Department within aweek of submission of SD.25.2 As soon as the Tender is approved by the Competent Authority, the Bid Security(EMD) deposited by the Successful Bidder shall be refunded after Payment of SD (10%value of Contract Awarded) or EMD will be converted as SD and remaining balanceamount of SD of 7.5% will be collected. Security Deposit will be held by the Departmenttill the completion of Warranty Period.SD is to be paid by cash to AO (Cash), O/oGMTD, BSNL, Kurnool or D/D drawn infavour of Accounts Officer (Cash), O/oGMTD, BSNL, Kurnool payable at Kurnool or maybe submitted in the form of Bank Guarantee (on Non-Judicial Stamp Paper of Rs. 100/-)from any Scheduled Bank/ any Bank Authorized by RBI valid for a Period of 2 Years.

26. ANNULMENT OF AWARD:

Failure of the Successful Bidder to comply with the requirement of Clause 25 shallconstitute sufficient ground for the annulment of the award and forfeiture of the BidSecurity, in which event, the Department may make the award to any other Bidder atthe discretion of the Department or call for new Bids.

Signature of Bidder

Page 28: apbsnl.etenders.in3 > C > > # > 79 4 & 79 4& 7 $ &!$ , . & 7.&& $ $ ;& $ ;, , 7! & . . &> 9> $ ! ... 4 9 E4 ! ! .9,& 7 !,& 3 D P& 5> & & & $& !! .7 > ! > ., MMMMMMMMMMM MM ( . !. E

E-Tender for UG cable construction and Maintenance Works in DNC Division of Kurnool SSAfor the year 2017-18

Page 28 of 84 Signature of Bidder

SECTION V

GENERAL (COMMERCIAL) CONDITIONS OF THE CONTRACT

1 . Application:The General Conditions shall apply in Contracts made by the Department for theExecution of Cable Construction Works.

2. STANDARDS:The Works to be executed under the Contract shall conform to the standards prescribedin the Under Ground Cable Construction Practices.3 . PRICES:3.1 Prices charged by the Contractor for the works performed under the Contract shallnot be higher from the prices Quoted by the Contractor in his Bid.

3.2 Price once Fixed will remain valid for the Period of Contract. Increase and Decreaseof Taxes/Duties will not affect the price during this period4 . SUBCONTRACTS:The Contractor shall not assign, Sub Contract or subject the whole or any part of theworks covered by the Contract, under any circumstances.

5. SECURITY:

( I) SD (PERFORMANCE SECURITY):a. The Security Deposit is fixed as 10% on the Estimate Cost. If the Successful Tendererfails to pay the required SD in the prescribed period his EMD will be forfeited. FurtherSecurity Deposit will be collected if required. The Bid Security (EMD) paid by theSuccessful Tenderers will be released only after the payment of Security Deposit infull. The EMD paid by the unsuccessful Tenderers will be refunded only afterfinalization of the Tender.

b. The proceeds of the SD (Performance Security) shall be payable to the Departmentas compensation for any loss resulting from the Contractor's failure to complete itsobligations' under the Contract.

c. The Security Deposit will be released after six months on completion of the tenderPeriod provided there are no recoveries to be made arising out of poor quality ofwork, incomplete work and/or violation of any Terms and Conditions of the Contractas stipulated in the Bid Document.

d. No Interest will be paid to the Contractor on the Security Deposit.6. ISSUE OF WORK ORDERS AND TIME LIMIT:The Work Orders shall be issued by the Divisional Engineer in-Charge of cableconstruction and maintenance works or his representative after examining the Technicaland planning details of the works to be executed. The Work Order issuing authority shallmention the time limit to execute the Work Order after seeing the quantum of work andstore availability position. The Department reserves the right to cancel or modify theWork Order in the event of change of plan.

7 . EXTENSION OF THE TIME LIMIT:7.1 GeneralIn each Work Order, the Work Order issuing authority shall specify the time allowed forCompletion of Work, consistent with magnitude and urgency of work. The time allowed

Page 29: apbsnl.etenders.in3 > C > > # > 79 4 & 79 4& 7 $ &!$ , . & 7.&& $ $ ;& $ ;, , 7! & . . &> 9> $ ! ... 4 9 E4 ! ! .9,& 7 !,& 3 D P& 5> & & & $& !! .7 > ! > ., MMMMMMMMMMM MM ( . !. E

E-Tender for UG cable construction and Maintenance Works in DNC Division of Kurnool SSAfor the year 2017-18

Page 29 of 84 Signature of Bidder

for carrying out the work is to be strictly observed by the contractor and shall bereckoned from seventh day from the date of issue of work order.

7.2 Application for Extension of the Time and Sanction of Extension of Time( EOT)7.2.1 There may be some hindrances, other than covered under force majeure, whileexecution of work and in such cases the Contractor shall apply in writing to the WorkOrder issuing Authority for Extension of Time (EOT), on account of which he desires' suchextension within three days of occurrence of hindrance. The Work Order issuing Authorityis empowered to grant Extension of Time for completion of work on certain conditions. Heshall exercise such powers, if the following conditi ons are satisfied.7.2.1.1The application contains the ground(s), which hindered the contractor in executionof work.7.2.1.2 The Engineer-in-charge is of the opinion that the grounds shown for ‘extension oftime are reasonable. '7.2.2 The Competent Authority shall consider the request keeping all the facts andcircumstances in view and shall grant Extension of Time, if in his opinion, there arereasonable and sufficient grounds for granting such Extension and the reasons for delayare not ascribable to the Contractor.7.2.3 The Competent Authority may also grant Extension of Time for completion of workin cases where reasons for delay are ascribable to the Contractor, but such Extension ofTime shall be with LD charges as per clause dealing with penalty for delays In executionof works.7.2.4 The decision of the Competent Authority on period of Extension of Time or refusalfor Extension of Time shall be final and binding on the Contractor.[

7.3 Grant of Extension of Time without Applications:7.3.1 There are, at times, practical difficulties like non-availability of Materials, delay inproviding permissions/right of way etc. reasons of which are ascribable to the Department.In such cases, the Engineer-in-Charge with the Approval of Competent authority tosanction EOT, may issue Extension of Time suomoto without waiting for Contractor tomake an application for EOT. The Department will, however, not be liable to theContractor for any losses or damages, costs, charges, or expenses that the Contractormay in any way sustain/ suffer due to delay in making the above available.8 . MEASUREMENT, INSPECTION, TESTING AND ACCEPTANCE TESTING:8.1 Measurement:8.1.1 The Measurement Books are to be maintained by the Officer-in-Charge of the workor his immediate Engineering Subordinate not below the rank of Junior Telecom Officer.The entry shall be made in Ink. No entry shall be erased. If a mistake is made, it shouldbe corrected by crossing out the incorrect words or figures and inserting the corrections,the corrections thus made shall be initialed & dated by the Officer concerned.8.1.2 Responsibility of taking and recording Measurements: The Measurement ofvarious items of Work shall be taken and recorded in the Measurement Book issued witheach Work Order. The Measurement shall be taken and recorded by an Officer not belowthe rank of Junior Telecom Officer, supervising the work. The Junior Telecom Officer/SubDivisional Engineer, directly responsible for supervision of work, shall be responsible foraccuracy of 100% of Measurements. The Sub Divisional Engineer where Junior TelecomOfficer is supervising Officer shall be responsible for conducting test check of 20% ofMeasurements. The Divisional Engineer shall be responsible for conducting Test Check of10% of Measurements.8.1.3 Method of Measurements: The Measurements of the work shall be done foractivity-wise as and when the item of work is ready for Measurement. The methods ofMeasurement of various items are enumerated as under:* Measurement of Depth of TrenchesFor the Cable Routes of one Work Order the Points of Measurements (POM) shall be at adistance of 10 meters starting from 0 (Zero) Meter. For example, if the length of the

Page 30: apbsnl.etenders.in3 > C > > # > 79 4 & 79 4& 7 $ &!$ , . & 7.&& $ $ ;& $ ;, , 7! & . . &> 9> $ ! ... 4 9 E4 ! ! .9,& 7 !,& 3 D P& 5> & & & $& !! .7 > ! > ., MMMMMMMMMMM MM ( . !. E

E-Tender for UG cable construction and Maintenance Works in DNC Division of Kurnool SSAfor the year 2017-18

Page 30 of 84 Signature of Bidder

route is 25 meters, the POMs shall be at 0M, 10M, 20M and 25M. The Measurement ofDepth shall be recorded at each Point of Measurement (POM) in the Measurement Book inMeters up to two decimal points. For example, 57Cms. Depth shall be recorded as 0.57

M.The Under Ground Cables are required to be laid in the Trenches of 90Cms Depth. In caseUnder Ground Cables are laid in Trenches of Different Depths other than the above inunavoidable circumstances, the Tenderer should Note, that proportionate rate to that ofthe Specified Depth will be applied and paid only on specific recommendations of SDE andDE in-Charge concerned and relaxation by the Competent Authority. In order toencourage the contractor to achieve best possible depth in the face of site constraints, thefollowing scale of payment shall be applied for digging trenches of lesser depths, subjectto condition that relaxation has to be granted by the competent authority for lesserdepths.

Depth between Rates applicable as % of approved rates

80cms to 89cms Proportion of approved rates

70cms to 79cms 75 % of approved rates

60cms to 69cms 65 % of approved rates

50cms to 59cms 50 % of approved rates

40cms to 49cms 40 % of approved rates

30cms to 39cms 30 % of approved rates

20cms to 29cms NIL

10cms to 19cms NIL

* Measurement of Lengths and Profiles of Strata and ProtectionThe Measurements of Length of Trenches are on Running Meter Basis for ParticularCategory of Surface Strata viz. Non-Surfaced Strata and Surfaced Strata irrespective ofType of Soil encountered while digging.For Maintenance works Measurement details are not necessary in M-BookThe Length of Trenches Dug in different Strata in a route shall be measured and recordedItem Code-Wise in the Measurement Book. The route length from POMs and total of ItemCode -Wise length should match.The type of protection provided (Item Code-Wise) in a route shall be recorded in theMeasurement Book in the sheet provided for this purpose.• Measurement of Length of Cable: The Length of Cables Laid in Trenches, throughPipes and through Ducts shall be measured by use of, RODO Meter/Measuring Tape. Thelength should be cross verified with the marking of lengths on the Cables. The lengthsshall be recorded in sheet provided in the Measurement Book.• Measurement of Other Items: The Measurement/Numerical details of Other Itemsshall be recorded in the sheets provided for respective items viz.

> Erection, Termination, Painting and Sign Writing of DPs.

> Construction of Plinths and Erection, Painting and Sign Writing of Pillars.

> Termination of Cables on Pillars.

Page 31: apbsnl.etenders.in3 > C > > # > 79 4 & 79 4& 7 $ &!$ , . & 7.&& $ $ ;& $ ;, , 7! & . . &> 9> $ ! ... 4 9 E4 ! ! .9,& 7 !,& 3 D P& 5> & & & $& !! .7 > ! > ., MMMMMMMMMMM MM ( . !. E

E-Tender for UG cable construction and Maintenance Works in DNC Division of Kurnool SSAfor the year 2017-18

Page 31 of 84 Signature of Bidder

> Termination of Cables on Pillars (Distribution Cables)

8.1.5 The Contractor shall Sign all the Measurement Recorded in the Measurement Book.This will be considered as an acceptance by the Contractor, of Measurements recorded inthe M Book. In case Contractor fails to attend at the Measurements or fails to Countersignor to record the difference with in a week, than in any such events the Measurementstaken by Engineer-in-Charge or by the Subordinate as the case may be shall be final andbinding on the Contractor and the Contractor shall have no right to dispute the same.

8.1.6 The Divisional Engineer before passing the Bill for sections covered by each set ofMeasurement may carry out test check by re-opening trench at as many locations asnecessary as specified in document procedures for Under Ground Cable Construction andBills will be passed only when he is personally satisfied of the correctness of entries in the" Measurement Book " and also when he is satisfied of other aspects of the work as perthe terms of the Contract.The Contractor shall provide the necessary assistance of Labour for re-opening of trenchfor test check by the Divisional Engineer. Separate payment shall not be made to thecontractor for such test checks, however such Test Pits shall not be more than 10% of theCable Laying Work.8.2 Inspection, and Quality Control:8.2.1: The Quality of Works:- The quality of Telecom Services largely depend on thequality of external plant of which UG cable component which covers the major portion.The UG cables are vulnerable to damages due to work of other agencies.8.2.2: The Quality of U.G cables plant depends upon the quality of individual items as

work involved viz Depth of Cables laid, care while pulling &laying ,protection, jointing ofcables and termination on MDF, Pillars & DPs and at last but not the least ondocumentation of cable network. In order to ensure quality in CableConstruction/Maintenance Work, each component of work needs attention. The worksshall be carried out strictly in accordance with specifications laid down to achieve therequisite quality aim.

8.2.3: it is imperative that the Contractor(s) is/are fully conversant with theConstruction Practices. The Contractors are expected and bound to ensure quality inConstruction Works in accordance with specifications laid down. The Contractor shallengage adequate and experienced Supervisors to ensure that works are carried out asper specifications and with due diligence and in a Professional Manner. The contractorshall satisfy himself/themselves that the work confirms to the quality specificationsbefore offering the same to A.T Wing for Acceptance and Testing.

8. 2.4: An assessment of extent of interest shown by the Contractors in executing theworks with requisite quality shall be recorded and used in evaluating the Contractors'Performance Rating (CPR).

8.2.5 In addition to Acceptance Testing being carried out by AT Wing and supervisionby Construction Officers, all works at all times shall be open to inspection of theDepartment. The Contractors shall be bound, if called upon to do so, to offer, the worksfor inspection without any extra payment.

8.2.6 Site Order Book: The site order book is one of the Primary records to bemaintained by the JTO supervising the work during the course of execution of works. Thenoting made by officers as well as contractors will form as basis for operation of manycontractual clauses. The contractor shall remove all the defects pointed out by thedepartment in the site order book. The site order book is to be maintained in theprescribed format. The Contractor or their authorize representatives shall also be libertyto note their difficulties etc.in these books. The Site order books shall invariably beconsulted at the time of making final Payment to the contractor.

Page 32: apbsnl.etenders.in3 > C > > # > 79 4 & 79 4& 7 $ &!$ , . & 7.&& $ $ ;& $ ;, , 7! & . . &> 9> $ ! ... 4 9 E4 ! ! .9,& 7 !,& 3 D P& 5> & & & $& !! .7 > ! > ., MMMMMMMMMMM MM ( . !. E

E-Tender for UG cable construction and Maintenance Works in DNC Division of Kurnool SSAfor the year 2017-18

Page 32 of 84 Signature of Bidder

8.3 Testing and Acceptance Testing:8.3.1 The work shall be deemed to have been completed only after the same has beenaccepted by the AT Officer. The Contractor shall make Test Pits at the locations desiredby AT Officer for conducting test checks without any extra payment. The Contractorshall restore the pits after test measurements to its original shape. The Contractor shallbe responsible to provide test/Measurement Tools and Testers for conducting varioustests. If the Measurements taking by AT Officer are found to be lesser than themeasurements recorded by the Officer responsible for recording the Measurements, theMeasurement taken by AT Officer shall prevail without prejudice to any punitive actionagainst the Contractor as per provisions of the Contract and the Officer recording theMeasurements. The Contractor shall be obligated to remove defects/deficienciespointed out by the AT Officer without any additional cost to the Department. The SubDivisional Engineer responsible for construction, after having satisfied himself ofcompletion of work ready for AT shall offer the work to AT Officer for conductingAcceptance and Testing. The work shall be offered for AT as soon as work of a PrimaryCable from MDF to Pillar or work of Distribution Cable from Pillar to DPs are completedin all respects.8.3.2 The Contractor shall, provide Labour, if demanded by the AT Officer for Diggingof Test Pits and other necessary infrastructure for carrying out the AT Work. No extrapayment will be made for the Digging of Test Pit.8.3.4 For fault clearing works the contractor should obtain certificate from the concernedSDE/DE that the fault was cleared.

9 . WARRANTY:9.1 The Contractor shall warrant that the material supplied for the work shall be newand free from all defects that may develop under the conditions provided by the Contractand under proper use, arising from faulty materials, design or workmanship such ascorrosion of the equipment, inadequate quantity of materials etc., and shall remedy suchdefects at his own cost when called upon to do so by the Department who shall state inwriting in what respect the stores are faulty. This warranty shall survive inspection orpayment for, and acceptance of goods, but shall expire except in respect of complaintsnotified prior to such date, twelve months after the acceptance testing.9.2 The Cable Joint shall be guaranteed for a period of twelve Months from the Date ofClosing of Joint. In case of failure of the joint due to poor workmanship i.e., failure ofjoint without external damage, within the stipulated period of guarantee the Contractorshall repair the joint(s) at his own cost within 24 hours of informing him, failing which theDepartment may carry out the repairs and penalty equivalent to Five Times of theapproved rate of the Jointing Work plus the cost of materials used shall be recoveredfrom the Contractor from his Pending Bill/SD or any amount due to him without prejudiceto any other action as per terms and conditions of the Tender. The cost of jointing kit,supplied by the Department, used to revive the joint shall be deducted from the runningbills of the Contractor pending for payment or from Security if all Bills have been settled.

9.3 Replacement under warranty clause shall be made by the Contractor free of allcharges at site including Freight, Insurance, cost of works and other incidental charges.

10. AUDIT AND TECHNICAL EXAMINATION:10.1 Government shall have the right to cause an Audit and Technical Examination of the

Work and the Final Bills of the Contractor including all supporting vouchers, abstractetc., to be made after payment of the Final Bill and if as a result of such Audit andTechnical Examination any sum is found to have been overpaid in respect of anywork done by the Contractor under the Contract or any work claimed by him to havebeen done by him under the Contract and found not to have been executed , theContractor shall be liable the refund the amount of over payment and it shall belawful for Government to recover the same from him in the manner prescribed inclause with the heading payment of Bills (same chapter), or in any other manner

Page 33: apbsnl.etenders.in3 > C > > # > 79 4 & 79 4& 7 $ &!$ , . & 7.&& $ $ ;& $ ;, , 7! & . . &> 9> $ ! ... 4 9 E4 ! ! .9,& 7 !,& 3 D P& 5> & & & $& !! .7 > ! > ., MMMMMMMMMMM MM ( . !. E

E-Tender for UG cable construction and Maintenance Works in DNC Division of Kurnool SSAfor the year 2017-18

Page 33 of 84 Signature of Bidder

legally permissible and if it is found that the Contractor was paid less than what wasdue to him under the Contract in respect of any work executed by him under it, theamount of such under payment shall be duly paid by Government to the Contractor.

10.2 Provided that Government shall be entitled to recover any sum overpaid, nor theContractor shall be entitled to payment of any sum paid short where such paymenthave been agreed upon between the Divisional Engineer or his Subordinate Officeron one hand and the Contractor on the other under any term of the Contractpermitting payment for work after assessment by the General Manager TelecomDistrict, Kurnool or his Subordinate Officer.

10.3 Any sum of money due and payable to the Contractor (including Security Depositreturnable to him) under this Contract may be appropriate by the Government forthe Payment of a sum of money arising out or under any other Contract made by theContractor with the Government.

11. PAYMENT TERMS:11.1 Procedure for Preparation and settlement of bills:11.1.1 The work order shall contain work of one or more primary cables and/ordistribution cable works of one or more pillars. As stated earlier the work has to beorganized in such a way so that the cables are available for release of connections at theearliest and in line with this thinking the contractor should carry out the works in asystematic manner either of a primary cable or a number of primary cables on the sameroute or distribution cables of a pillar in one stretch. All Items of work involved in this unitof work, (MDF to Pillar and Pillar to DPs) shall be completed in all respects beforepreferring the bills, for the work. The provision of running bill has been made to make iteasy for the contractor to manage his cash flow and to complete the work systematicallyand meaningfully in a shortest possible time. The procedure for preparation of runningand final bills is enumerated as under:

11.1.1.1 Procedure for preparation, processing and payment of running bills: The contractorshall prepare the running bills in triplicate ensuring execution of part work in its completenessas envisaged above, correctness of rates and quantum of work and submit the bills to SDEin-charge of work. The bills shall be prepared accurately and as per measurements recordedin the measurement book and after acceptance testing of all the items involved in the work.The contractor should submit the running bill within 10 days of acceptance and testing. TheS.D.E. In-charge shall record the certificate on the running bill that the site order books havebeen consulted before signing the running bills. This would enable the S.D.E. to ensurewhether the defects pointed during execution have been rectified or not.The S.D.E. In-charge of work shall scrutinize the bills and accord necessary certificates andsubmit the running bills with the documents as mentioned below to the Divisional Engineer,In -Charge of work.* First Copy of bill with first copies of measurement sheets of measurement book andA/T reports (Payable Copy)* Second copy of bill with second copies of measurement sheets of measurement bookand A/T reports (Not for payment)* Third copy of the bill with photocopies of measurement sheets and A/T reports (Notfor Payment).11.1.1.2 The Divisional Engineer shall exercise the prescribed checks on the bills and accordnecessary certificates on the bills. The Divisional Engineer shall retain the third ropy in recordand record it in the estimate file maintained in his office and send first and second copies withall documents to Works Section of Planning Cell for processing of bills and release ofpayment.11.1.1.3 The work section of Planning Cell shall process the bills in the estimate file of theconcerned work and scrutinize the bills vis-a-vis work order issued, sanctioned provisions inthe estimate etc. The bill shall be passed, after necessary scrutiny by Works Section, by theofficer competent to pass the bill. Against any running bill, payment to the extent of only 90%

Page 34: apbsnl.etenders.in3 > C > > # > 79 4 & 79 4& 7 $ &!$ , . & 7.&& $ $ ;& $ ;, , 7! & . . &> 9> $ ! ... 4 9 E4 ! ! .9,& 7 !,& 3 D P& 5> & & & $& !! .7 > ! > ., MMMMMMMMMMM MM ( . !. E

E-Tender for UG cable construction and Maintenance Works in DNC Division of Kurnool SSAfor the year 2017-18

Page 34 of 84 Signature of Bidder

shall be made which shall be treated as an advance to the contractor. 10% of the bill amounttowards Performance Security Deposit and Statutory taxes (Income Tax etc.) applicable tocontract shall be deducted at the time of payment from each running bill. Account payeecheque for the amount passed in the bill will be issued only after the contractor gives astamped receipt for the amount, if the bills are not pre-receipted. Details of payment of all thebills shall be entered into contract's ledger by Work Section of the Planning Cell.11.1.1.4 In exceptional cases where work required for preferring a Running Bill cannot becompleted within reasonable time due to non-availability of stores or any other reason andwhere the department is responsible for delay, the concerned D.G.M. may permit payment ofrunning bill (prepared without completing the work end-to-end for that unit of work) to theextent of 70% so that the contractor does not face resource crunch. Such payment shall betreated as an advance payment to the contractor like any other Running Bills.11.1.2 Procedure for Preparation, Processing and Payment of Final Bill: TheContractor shall prepare the Final Bill in Triplicate & Acceptance and Testing of all theworks and submit the same to SDE in-Charge of Work within 30 days of Acceptance andTesting and payment shall be made within Three Months if the amount of the Contract isup to Rs. Two Lakhs and in Six Months if the same exceed Rs. Two Lakhs, of thesubmission of such Bill. The Final Bill shall be prepared for all the Measurements of allitems involved in execution of complete Work Order. The Contractor shall prepare theFinal Bill containing the following details:* The Bill for all the Quantities as per Measurements at the Approved Rates* Adjustment of Amount received against Running Bills* Adjustment of Statutory Taxes already recovered* Store reconciliation statement furnishing account of stores received against the WorkOrder and returned to the Designated Store Godown as surplus with requisiteverifications from Store -in-Charge/SDE in-Charge of Work.

* Letters of EOT(s) if work could not be completed within stipulated time.11.1.2.1 The SDE in-Charge of work shall scrutinize the Final Bill against the worksentrusted and accord necessary Certificates stating that the work has been executedsatisfactorily in accordance with specifications and terms and conditions of the contract.The SDE shall verify the quantities of items of work with reference to measurementsrecorded in the measurement book (and also A/T reports in case of any deviations notedby A/T Officer). The SDE in-Charge of work shall submit the Final Bills, along with otherdocuments mentioned above, with the documents as mentioned hereunder to theDivisional Engineer, in-Charge of Work.* Bill Prepared by the Contractor.*Material Reconciliation Statement.* Measurement Book. * AT Certificates* The site Order Book* The hindrance register* Details of Recoveries/Penalties for delays, damages to Departmental/ Third partyproperties as per provisions of the Contract. In case no recovery is to be made, NILreport needs to be submitted.11.1.2.2 The Divisional Engineer shall exercise the prescribed checks on the Bills andAccord necessary Certificates on the Bills. The Divisional Engineer shall retain the ThirdCopy of the Bill along with Photocopies of other Documents not available in his EstimateFile and send First and Second Copies of the Bill, Measurement Book and OtherDocuments submitted by SDE along with the Bills as above to Works Section of thePlanning Cell for processing and Final Payment.11.1.2.3 The Works Section of Planning Cell shall process the Bills in the Estimate File ofthe concerned work and scrutinize the Bills vis-a-vis Work Order issued, SanctionedProvisions in the Estimate etc. The Works Section shall scrutinize the Bill who recover allthe Liabilities of the Contractor and Statutory Taxes. The Bill shall be passed, afternecessary Scrutiny by Works Section, by the Officer Competent to Pass the Final Bill.

11.2 Procedure for Payment for Sub Standard Works:

Page 35: apbsnl.etenders.in3 > C > > # > 79 4 & 79 4& 7 $ &!$ , . & 7.&& $ $ ;& $ ;, , 7! & . . &> 9> $ ! ... 4 9 E4 ! ! .9,& 7 !,& 3 D P& 5> & & & $& !! .7 > ! > ., MMMMMMMMMMM MM ( . !. E

E-Tender for UG cable construction and Maintenance Works in DNC Division of Kurnool SSAfor the year 2017-18

Page 35 of 84 Signature of Bidder

11.2.1 The Contractors are required to execute all works satisfactorily and in accordancewith the specifications. If certain items of work are executed with unsound, imperfect orunskilled workmanship or with materials of any inferior description or that any materialsor articles provided by him for execution of work are unsound or of a quality inferior tothat Contracted for or otherwise not in accordance with the Contract (referred to assubstandard work hereinafter), the Divisional Engineer in-Charge shall make a demand inwriting specifying the work, materials or articles about which there is a complaint.11.2.2 Timely Action by Construction Officers: Timely reporting and action, to a greatextent, can prevent occurrence of Sub Standard Work, which will be difficult or impossibleto rectify later on. It is incumbent on the part of Construction Officers to point out thedefects in work in time during progress of the work. The Junior Telecom Officer/SubDivisional Engineer responsible for Execution and Supervision of work shall without anyloss of time submit a report of occurrence of any substandard work to the DivisionalEngineer in-Charge besides making an entry in the Site Order Book. A Notice in respect ofdefective work shall be given to the Contractor by Divisional Engineer in-Charge in writingduring the progress of work asking the Contractor to rectify/replace/remove thesubstandard item of work and also definite time period within which suchrectification/removal/replacement has to be done. After expiry of the Notice Period, if theContractor fails to rectify/replace/remove the substandard items, the defects shall be gotrectified/replaced/removed, departmentally or through some other agency at the risk andcost of the Contractor.11.2.3 Non-reporting of the substandard work in time on the part of reconstructionOfficer(s) shall not in any way entitle the Contractor to claim that the defects were notpointed out during execution and as such the Contractor cannot be absolved of theresponsibility for substandard work and associated Liabilities.

11.2.4 Authority and Procedure to accept substandard work and payment thereof: Theremay be certain items of work pointed out as substandard which may be difficult to rectifyand in the opinion of the Head of SSA, the items in question will not materially deterioratethe quality of service provided by the Construction, the Head of SSA shall appointCommittee to work out the reduced rates payable to the Contractor for such substandardwork. The Committee shall constitute one Divisional Engineer other than the one who isdirectly in-Charge of Under Ground Cable Construction Works involving substandard itemsof work, as Chairman and one SDE (Planning) and an Accounts Officer as Members. TheCommittee shall take into account the approximate cost of material/work pointed out assubstandard and recommend the rates payable for substandard work which shall notexceed 60% of the Approved Rates of the item in question.11.2.5 Record of Sub Standard Work: The items adjudged as substandard shall beentered into the Measurement Book with Red Ink.12. DISPOSAL OF EMPTY CABLE DRUMS:12.1 The Contractor shall be responsible to dispose off the empty cable drums after

laying of the cable. The Competent Authority taking in to account the prevailingmarket rates has fixed the cost of various sizes of cable drums. The cost of emptycable drums shall be deducted from the Bill for the work on which the cable alongwith the drum has been issued or any other amount due to the Contractor or fromSecurity Deposit. 12.2 Rates fixed for various types of empty cable drums aregiven in Tender Document (Qualifying Bid). The rates are fixed and there is nopercentage above or below applicable on these Rates.(Section-XIV)

12.3 The Contractor shall be responsible for the accounting of the cable drums issued andshall mention the number and types of cable drums in the Bill so that the amount isdeducted from the Bills due.11.3.4 The contractor shall not be allowed to dump the empty cable drums in Govt./publicplace, which may cause inconvenience to Govt./Public. If the contractor does not disposeoff the empty cable drums within 3 days of becoming empty, the department is at libertyto dispose off the drum in any manner deemed fit and also recover the amount fixed inthis contract for empty cable drums along with the transportation charges to be decidedby General Manager Telecom, Rajahmundry from the bill/ security deposit/any otheramount due to the contractor.

Page 36: apbsnl.etenders.in3 > C > > # > 79 4 & 79 4& 7 $ &!$ , . & 7.&& $ $ ;& $ ;, , 7! & . . &> 9> $ ! ... 4 9 E4 ! ! .9,& 7 !,& 3 D P& 5> & & & $& !! .7 > ! > ., MMMMMMMMMMM MM ( . !. E

E-Tender for UG cable construction and Maintenance Works in DNC Division of Kurnool SSAfor the year 2017-18

Page 36 of 84 Signature of Bidder

13. PENALTY CLAUSE:13.1 Delays in the Contractor's Performance:13.1.1 The time allowed for completion of the work as entered in the Tender shall bestrictly adhered by the Contractor and shall be deemed to be the most important aspectof the Contract on the part of the Contractor and shall be reckoned from Seventh Dayfrom issue of Work Order by the Department. The work shall, throughout the stipulatedperiod of contract, be proceeded with all due diligence to achieve the desired progressuniformly and the Contractor shall pay as Penalty to 1.0 ( one) percent of the amount(minimum Rs One thousand per week) of the incomplete work for every one week ofdelay in completion of work, subject to a maximum of 10 (ten) percent of the cost of thework awarded .13.1.2 On any Date the Penalty payable as above, reaches 10% (ten percent) of theEstimated Cost of the work, the Contractor should proceed with the work further only ongetting a written instructions from the Divisional Engineer that, he is allowed to proceedfurther with the work. It will be in the discretion of the Divisional Engineer to allow theContractor to continue with the work on the basis of any written agreement reachedbetween the Contractor and the Divisional Engineer one of the conditions of suchagreement may be a stipulation for the Contractor to agree for realization of penalty fordelay at a higher rate as may be agreed between the Divisional Engineer and Contractor.

13.1.3 Penalty for Delay in Completion of the Work shall be recoverable from the Bills ofthe Contractor and/or by adjustment from the Security Deposit or from the Bills of anyother Contract. However, adjustment from Security Deposit will be made only when theContract has been terminated or at the time of Final settlement of Bills on Completion ofWork.

[

In case of Slow Progress of the Work in, a section which have been awarded to aparticular Contractor, and the Public interest does not permit Extension of Time Limit forcompletion of the Work, the General Manager Telecom District ,Kurnool will have the fullright to order that the scope of the Contractor may be restricted to such fraction of thewhole of the work and get the balance executed at the risk and cost of the Contractor.The details are given in Rescission of the Contract clause of the Bid Document. All suchpayments shall be recovered from the Contractor's Pending Bills or Security Deposit.

13.1.4 The General Manager Telecom District, Kurnool reserves the right of cancel theContract and Forfeit the Security Deposit if the Contractor fails to commence the workwithin 7 days after issue of the Work Order.

13.2 Penalty for Causing Inconvenience to the Public:

13.2.1 To ensure progress during the execution of work and to cause minimuminconvenience to the Public, the Contractor shall not dig a trench of more than 200meters at a stretch in a route at a time. He shall cause to lay cable and close suchtrenches expeditiously. Under any circumstances a stretch of trench of maximum 200meters shall not be kept open for more than 4 days in case of cable laying by diggingpaved surfaces. In the event of Contractor failing to comply with, these conditions, apenalty of recovery up to Rs.300/- per day the trench is kept open beyond the time limitallowed may be imposed by the Department. This penalty will be in addition to thatpayable for delay or slow work.13.2.2 The Contractor shall not be allowed to dump the empty cable drums/wastematerials in Govt./Public Place, which may cause inconvenience to Govt./Public. If theContractor does not dispose off the empty cable drums/waste materials within 3 days ofbecoming empty, the Department is at liberty to dispose off the drum in any mannerdeemed fit and also recover the amount fixed in this Contract for empty cabledrums/waste materials from the Bill/Security Deposit along with the costs incurred by theDepartment in disposing off such materials. The Department may also levy a penalty upto Rs. One Thousand for each such default.

Page 37: apbsnl.etenders.in3 > C > > # > 79 4 & 79 4& 7 $ &!$ , . & 7.&& $ $ ;& $ ;, , 7! & . . &> 9> $ ! ... 4 9 E4 ! ! .9,& 7 !,& 3 D P& 5> & & & $& !! .7 > ! > ., MMMMMMMMMMM MM ( . !. E

E-Tender for UG cable construction and Maintenance Works in DNC Division of Kurnool SSAfor the year 2017-18

Page 37 of 84 Signature of Bidder

13.2.3 If any such penalty is levied on a Contractor for more than 2 occasions, thenhis/her Contract could be terminated. In this regard the decision of (GMTD, KURNOOL)shall be final and binding.13.3 Penalty for Cutting/Damaging the Old Cable:13.3.1 During excavation of trench utmost care is to be taken by the Contractor, so thatthe existing Under Ground Cables are not damaged or cut. In case any damage/cut isdone to the existing cables, a penalty as per the schedule given below will be chargedfrom the Contractor or the amount will be deducted from his Running Bills:

Sl.No Size of cable to thereplaced in pairs

DamageCharges(Fixed costin Rs.

Copper cable foreach slab of10 Meter

1 5 7500 45002 10 7500 50003 20 10000 50004 50 10000 55005 100 20000 60006 200 20000 70007 400 40000 110008 800 75000 130009 1200 17000Besides the above penalty, the Contractor shall carry out such repairs for restoration ofthe damaged cable free of charge. The cost of jointing kit shall also be borne by theContractor. If Contractor fails to repair the damage, the cost of repair (including cost ofLabour + Jointing Kit) shall be recovered from the Bills of Contractor.13.4 Penalty to Damage Stores/Materials Supplied by the Department while

Laying :13.4.1 The Contractor while taking delivery of materials supplied by the Department atthe designated place shall thoroughly inspect all items before taking them over. In case ofexecution of the work, if any material is found damaged/working unsatisfactorily, then apenalty equivalent to the cost of material + 10% as penalty shall be recovered from theContractor's Payments/Securities.13.4.2 In case of damage to PIJF Cables, while Laying, the cost of number of Pairsdamaged (including Laying Charges, Transportation/Storage Charges) adding 10% aspenalty shall be recovered from the Contractor's Bills/Securities.13.4.3 However, Contractor will not be penalized for any defect in workmanship of thematerials, which shall be taken up separately with the supplier of the stores.

14. Rescission/Termination of Contract14.1 Circumstances for Rescission of Contract:Under the following conditions the Competent Authority may rescind the Contract:a) If the Contractor commits breach of any item of terms and conditions of the Contract.b) If the Contractor suspends or abandons the execution of work and the Engineer-inCharge of the work comes to conclusion that work could not be completed by duedate for completion or the Contractor had already failed to complete the work by thatdate.

c) If the contractor refused to carry out the work given by the Engineer-in- charge of thework after signing the contract or fails to respond to the work order given.

d) If the Contractor had been given by the Officer-in-Charge of work a notice in writing torectify/replace any defective work and he/she fails to comply with the requirementwithin the specified period.

14.2 Upon rescission of the Contract, the Security Deposit of the Contractor shall be liableto be Forfeited and shall be absolutely at the disposal of the Government as under.14.2.1 Measurement of Works executed since the date of last measurement and up to thedate of rescission of Contract shall be taken in the presence of the Contractor or hisAuthorized Representative who shall sign the same in the M Book. If the Contractor or hisAuthorized Representative do not turn up for joint measurement, the measurement shall

Page 38: apbsnl.etenders.in3 > C > > # > 79 4 & 79 4& 7 $ &!$ , . & 7.&& $ $ ;& $ ;, , 7! & . . &> 9> $ ! ... 4 9 E4 ! ! .9,& 7 !,& 3 D P& 5> & & & $& !! .7 > ! > ., MMMMMMMMMMM MM ( . !. E

E-Tender for UG cable construction and Maintenance Works in DNC Division of Kurnool SSAfor the year 2017-18

Page 38 of 84 Signature of Bidder

be taken by the Officer authorized for this purpose after expiry of due date given for jointmeasurement. The measurement taken by the Officer so authorized shall be final and nofurther request for joint measurement shall be entertained.14.2.2 The unused material (Supplied by the Department) available at site, shall betransported back by the Contractor to the Telecom Store at the risk and cost of theContractor. If any such material is found damaged/lost then the penalty shall also berecovered from the Contractor as per conditions in Tender Documents/ bid.14.2.3 The un-executed work shall be got executed through the Qualified Bidder fromamongst the Bidders, who participated in the Bidding process, by giving them offers intheir order of ranking (L2, L3) at, their Quoted Rates. If the work was awarded on singleTender basis then the Department shall get the un executed work completed through anyother Contractor approved in EG SSA at the Approved Rates of that particular section orto execute the work Departmentally, as is convenient or expedient to the Department atthe risk and cost of the Contractor. In such a event no compensation shall be payable bythe Government to the Contractor towards any inconvenience/loss that he may besubjected to as a result or such an action by the Government. In this regard the decisionof General Manager Telecom District, Kurnool shall be final and binding. In all these cases,expenses which may be incurred in excess of the sum which would have been paid to theoriginal contractor if the whole work had been executed by him shall be borne and, paidby the Original Contractor and shall be deducted from any money due to him by theGovernment under the Contract or any other account whatsoever anywhere in theDepartment or from Security Deposit.14.2.4 The certificate of the Divisional Engineer-in-Charge of work as to the value of workdone shall be final and conclusive against the Contractor, provided always that actionshall only be taken after giving notice in writing to the Contractor.

14.3 Termination for Insolvency:14.3.1 The Department may at any time terminate the Contract by giving written Noticeto the Contract, without compensation to Contractor, if the Contractor becomes bankruptor otherwise insolvent as declared by the Competent Court provided that such terminationwill not prejudice or affect any right or action or remedy which has accrued or will accruedthereafter to the Department.14.4 Optional Termination by Government (Other than due Default of theContractor):14.4.1 The Government may, at any time, at its option cancel and terminate this Contractby written Notice to the Contractor. In which event the Contractor shall be entitled topayment for the work done up to the time of such cancellation and a reasonablecompensation in accordance with the Contract Prices for any additional expenses alreadyincurred for balance work exclusive of purchases and/or whole of material, machinery andother equipment for use in or in respect of the work.14.4.2 In the event of the termination of the Contract, the Contractor shall forthwith clearthe site of all the Contractor's Materials, Machinery and Equipment's and hand overpossession of the work/operations concerned to the Government or as the Governmentmay direct.14. 4.3The Government may, at its option, cancel or omit the execution of one ormore items of work under this Contract and may part of such items without anycompensation whatsoever to the Contractor.

14.5 Issuance of Notice:14.5.1 The Divisional Engineer in-Charge of work shall issue show causenotice giving details of lapses, violation of terms and conditions of theContract, wrongful delays or suspension of work or slow progress to theContractor directing the Contractor to take corrective action. A definite timeschedule for corrective action shall be mentioned in the Show Cause Notice.If the Contractor fails to take corrective action within the stipulated timeframe, the Divisional Engineer in-Charge shall submit a Draft of Final Noticealong with a detailed report to the Competent Authority who had acceptedthe Contract.

Page 39: apbsnl.etenders.in3 > C > > # > 79 4 & 79 4& 7 $ &!$ , . & 7.&& $ $ ;& $ ;, , 7! & . . &> 9> $ ! ... 4 9 E4 ! ! .9,& 7 !,& 3 D P& 5> & & & $& !! .7 > ! > ., MMMMMMMMMMM MM ( . !. E

E-Tender for UG cable construction and Maintenance Works in DNC Division of Kurnool SSAfor the year 2017-18

Page 39 of 84 Signature of Bidder

14.5.2 The Final Notice for rescission of Contract to the Contractor shallexpressly state the precise date and time from which the rescission wouldbecome effective. The following safe guards shall be taken while issuing thefinal notice:

a) During the period of service of Notice and its effectiveness, the Contractor should notbe allowed to remove from the site any material/equipment belonging to theDepartment.

b) The Contractor shall give in writing the tools and plants he would like to takeaway/remove from the site. Such of the materials as belong to him and which may notbe required for future execution of balance work may be allowed by the DivisionalEngineer in-Charge of work to be removed with proper records.

c) No new construction beneficial to the Contractor shall be allowed.d) Adequate Departmental security arrangement in replacement of the Contractor watchand ward shall be made forthwith. Expenses on this account are recoverable from the

Security Deposit or any amount due to the Contractor.15. INDEMNITIES:15.1 The Contractor shall at all times hold the Government harmless and Indemnify fromagainst all action, suits, proceedings, works, cost, damages, charges, claims anddemands of every nature and descriptions, brought or procured against the Government.Its Officers and Employees and forthwith upon demand and without protect or demur topay to the Government any and all losses and damages and cost (inclusive betweenAttorney and Client) and all costs incurred in endorsing this or any other Indemnity orSecurity which the Government may now or at any time have relative to the work or theContractors obligation or in protecting or endorsing its right in any suit on other legalproceeding, charges and expense and liabilities resulting from or Incidental or inconnection with Injury, damages of the Contractor or damage to property resulting fromor arising out of or in any way connected with or incidental to the operations caused bythe Contract Documents. In addition the Contractor shall reimburse the Government orpay to the Government forthwith on demand without protect or demur all cost, chargesand expenses and losses and damages otherwise incurred by it in consequences of anyclaim, damages and actions which may be brought against the Government arising out ofor incidental to or in connection with the operation covered by the Contractor.15.2 The Contractor shall at his own cost at the Government's request defend any suit orother proceeding asserting a claim covered by this Indemnity, but shall not settle,compound or compromise any suit or other finding without first consulting theGovernment.16. FORCE MAJEURE:16.1 If any time, during the continuance of this Contract, the performance in whole orin part by either party or any obligation under this Contract shall be prevented or delayedby reason of any war, or hostility, acts of the public enemy, civil commotion sabotage,fires, floods, explosion, epidemics, quarantine restrictions, strikes, lockouts or act of God(Herein after referred to as events) provided notice of happenings, of any sucheventuality is given by either party to the other within 21 days from the date ofoccurrence thereof, neither party shall by reason of such event be entitled to terminatethis contractor shall nor party have any such claim for damages against the other inrespect of such non-performance and work under the Contract shall be resumed as soonas practicable after such event may come to an end or cease to exist, and the decision ofthe Department as to whether the work have been so resumed or not shall be final andconclusive, provided further that if the performance, in whole or part of any obligationunder this Contract is prevented or delayed by reason of any such event for a periodexceeding 60 days either party may, at his option terminate the Contract.

16.2 Provided also that if the Contract is terminated under this clause, the Departmentshall be at liberty to take over from the Contractor at a price to be fixed by theDepartment, which shall be final, all unused, undamaged and acceptable materials,bought out components and stores in the course of execution of the Contract, inpossession of the Contractor at the time of such termination of such portions thereof as

Page 40: apbsnl.etenders.in3 > C > > # > 79 4 & 79 4& 7 $ &!$ , . & 7.&& $ $ ;& $ ;, , 7! & . . &> 9> $ ! ... 4 9 E4 ! ! .9,& 7 !,& 3 D P& 5> & & & $& !! .7 > ! > ., MMMMMMMMMMM MM ( . !. E

E-Tender for UG cable construction and Maintenance Works in DNC Division of Kurnool SSAfor the year 2017-18

Page 40 of 84 Signature of Bidder

the Department may deem fit excepting such materials bought out components andstores as the contracts may with the concurrence of the Department elect to retain.

17 . ARBITRATION:17.1 In the event of any question, dispute or difference arising under this agreement or inconnection there-with except as to matter the decision of which is specifically providedunder this agreement, the same shall be referred to sole arbitration of the Chief GeneralManager, (AP Telecom Circle) or in case his designation is changed or his Office isabolished then in such case to the sole arbitration of the Officer for the time beingentrusted whether in addition to the functions of the Chief General Manager (APTelecom Circle) or by whatever designation such Officers may be called (hereinafterreferred to as the said Officer) and if the Chief General Manager, (AP Telecom Circle) orthe said Officer is unable or unwilling to act as such to the sole arbitration or some otherperson appointed by the Chief General Manager, or the said Officer. The agreement toappoint an Arbitrator will be in accordance with the Arbitration and conciliation Act,1996. There will be no objection to any such appointment that the Arbitrator isGovernment Servant or that he has to deal with the matter to which the agreement,relates or that in the course of his duties as Government Servant he has expressed viewson all or any of the matter under dispute. The award of the Arbitrator shall be final andbinding on the parties. In the event of such Arbitrator to whom the matter is originallyreferred, being transferred or vacating his Office or being unable to act for any reasonswhatsoever such Chief General Manager or the said Officer shall appoint another personto act as Arbitrator in accordance with terms of the agreement and the person soappointed shall be entitled to proceed from the stage at which it was left out by hispredecessors.

17.2 The Arbitrator may from time to time with the consent of parties enlarge the time formaking and publishing the award, subject to aforesaid Indian Arbitration and ConciliationAct 1996 and the Rules made there under, any modification thereof for the time being inforce shall be deemed to apply to the Arbitration Proceeding under this Clause.17.3 The venue of the Arbitration Proceeding shall be the Office of the Chief GeneralManager, (AP Telecom Circle)or such other Places as the Arbitrator may decide. Thefollowing procedure shall be followed:

17.3.1 In case parties are unable to reach a settlement by themselves, the dispute,should be submitted or Arbitration in accordance with contract agreement.17.3.2 There should not be a joint submission with the Contractor to the sole Arbitrator.16.3.3 Each party should submit its own claim severally and may oppose the claim putforward by the other party.

17.3.4 The onus of establishing his claims will be left to the Contractor.17.3.5 Once a claim has been included in the submission by the Contractor, a reiterationor modification thereof will be opposed.17.3.6 The "points of defence" will be based on actual conditions of the Contract.17.3.7 Claims in the nature of ex-gratia payments shall not be entertained by theArbitrator as these are not contractual.17.3.8 The question whether these conditions are equitable shall not receive anyconsideration in the preparation of "Points of Defence".17.3.9 If the Contractor includes such claims in his submission, the fact that they are notcontractual will be prominently placed before the Arbitrator.The award of the sole Arbitrator shall be final and binding on all the parties tothe dispute.18. SET OFF :18.1 Any sum of money due and payable to the Contractor (including Security Depositrefundable to him) under this Contract may be appropriated by the Department or theGovt or any other person or persons contracting through the Govt of India and Set Off

Page 41: apbsnl.etenders.in3 > C > > # > 79 4 & 79 4& 7 $ &!$ , . & 7.&& $ $ ;& $ ;, , 7! & . . &> 9> $ ! ... 4 9 E4 ! ! .9,& 7 !,& 3 D P& 5> & & & $& !! .7 > ! > ., MMMMMMMMMMM MM ( . !. E

E-Tender for UG cable construction and Maintenance Works in DNC Division of Kurnool SSAfor the year 2017-18

Page 41 of 84 Signature of Bidder

the same against any claim of the Department or Govt or such other person or personsfor payment of a sum of money arising out of this contract made by the Contractor withDepartment or Govt or such other person or persons contracting through Govt of India.

SECTION VI

Special Conditions of Contract1. GENERAL:

1.1 The work shall be accepted only after Acceptance Testing carried out by BSNL team,designated by the Department, as per prescribed schedule and work/materialpassing the test successfully.

1.2 The Department reserves the right to disqualify such Bidders who have a record ofnot meeting contractual obligations against earlier Contracts entered into with theDepartment.

1.3 The Department reserves the right to Black List a Bidder for a suitable period incase he fails to honour his Bid without sufficient grounds.

1.4 The Department reserves the right to counter offer price(s) against price(s) quoted byany bidder.

1.5 Any clarification issued by Department, in response to query raised by ProspectiveBidders shall form an integral part of Bid Documents and it may amount toamendment of relevant clauses of the Bid Documents.

1.6 Tender will be evaluated as a single package of all the items given in the Price Schedule.

Page 42: apbsnl.etenders.in3 > C > > # > 79 4 & 79 4& 7 $ &!$ , . & 7.&& $ $ ;& $ ;, , 7! & . . &> 9> $ ! ... 4 9 E4 ! ! .9,& 7 !,& 3 D P& 5> & & & $& !! .7 > ! > ., MMMMMMMMMMM MM ( . !. E

E-Tender for UG cable construction and Maintenance Works in DNC Division of Kurnool SSAfor the year 2017-18

Page 42 of 84 Signature of Bidder

1.7 All work to be executed under the Contract shall be executed under the directionand subject to the approval in all respects of by the Divisional Engineer or SiteEngineer in-Charge of work site who shall be entitled to direct at what point orpoints and what manner they are to be commenced, and from the time to timecarried on.

1.8 The work in each section may be split up between two or more Contractors oraccept any Tender in part and not entirely if considered expedient by the GeneralManager Telecom District, Kurnool.

1.9 If the Contractor shall desire an Extension of Time for Completion of the Work onthe grounds of unavoidable hindrance in execution of work or on any other groundhe shall apply in writing to the Divisional Engineer within 3 days of thedate of hindrance on account of which he desires such extension as aforesaid. Inthis regard the decision of GMTD, Kurnool shall be final.

1.10 If at any time after the Commencement of the Work, the Department may feel thatexecution of whole or part of work, as specified in the Tender is not required to becarried out, then the Department shall give Notice in writing of the fact to theContractor who shall have no claim to any payment of compensation whatsoever onaccount of any profit or advantage which he might have derived in consequence ofthe full amount of the work not having been carried out neither shall he have anyclaim for compensation by reason of any alterations having been made in theoriginal specifications, drawings, designs and instructions which shall involve anycurtailment of the work as originally contemplated.

1.11 Whenever any claims against the Contractor for the payment of a sum of moneyarises out of or under the Contract, the Department shall be entitled to recover such sumby appropriating in part or whole the Security Deposit of the Contractor, and to sell anyGovernment Promissory Notes etc., forming the whole or part of such Security orrunning/Final Bill pending against any Contract with the Department. In the event of theSecurity being insufficient or if no Security has been taken from the Contractor, then thebalance or the total sum recoverable as the case may be, shall be deducted from any sumthen due or which at any time there after may become due to the Contractor under this orany other Contract with Government. Should this sum be not sufficient to cover the fullamount recoverable the Contract or shall pay to Department on demand the balanceremaining due.

1.12 No Official of Gazetted Rank or other Gazetted Officer employed in Engineering orAdministrative Duties in an Engineering Department or any other Department of theGovernment of India is allowed to work as a Contractor for a period of Two Years afterhis Retirement from Government Service without the previous permission of Governmentof India. This Contract is liable to be cancelled if either the Contractor or any of hisEmployee is found at any time to be such a person who hadn't obtained the permissionof Government of India as aforesaid before submission of the engagement in theContractor's service as the case may be.1.13 In the event of the Contractor being, adjusted insolvent or going voluntarily intoliquidation of having received order or other order under insolvency act made against himor in the case of company, of the passing of any resolution, or making of any order forwinding up whether voluntarily or otherwise, or in the event of the Contractor failing tocomply with any of the conditions herein specified, the General Manager Telecom District,Kurnool shall have the power to terminate the Contract without any Notice.

1.14 Without prejudice to any of the rights or remedies under this contract, if thecontractor dies, the General Manager Telecom District, Kurnool on behalf of the Presidentcan terminate the Contract without compensation to the Contractor. However GeneralManager Telecom District, Kurnool at his discretion may permit Contractor's heirs to

Page 43: apbsnl.etenders.in3 > C > > # > 79 4 & 79 4& 7 $ &!$ , . & 7.&& $ $ ;& $ ;, , 7! & . . &> 9> $ ! ... 4 9 E4 ! ! .9,& 7 !,& 3 D P& 5> & & & $& !! .7 > ! > ., MMMMMMMMMMM MM ( . !. E

E-Tender for UG cable construction and Maintenance Works in DNC Division of Kurnool SSAfor the year 2017-18

Page 43 of 84 Signature of Bidder

perform the duties or engagements of the Contractor under the Contract, in case of hisdeath. In this regard the decision of General Manager Telecom District, Kurnool shall bethe final.

1.15 In the event of the Contractor, winding up his company on account of transfer ormerger of his company with any other, the Contractor shall make it one of the terms andstipulations of the Contract for the transfer of his properties and business, that suchother person or company, shall continue to perform the duties or engagement of theContractor under this Contract and be subject to his liabilities there under.1.16 Shut Down on Account of Weather Conditions:1.16.1 The Contractor shall not be entitled to any compensation whatsoever by reason ofsuspension of the whole or any part of the work made necessary by the Government ordeemed advisable on account of Bad Weather conditions or other Force majeureconditions.2. STORES SUPPLIED BY THE DEPARTMENT:2.1 The Contractor shall Transport (including Loading and Unloading) all stores issued tohim from District Telecom Store to the Site of Work at his own Cost. The Departmentshall not pay any transportation Charges to the Contractor.

2.2 All materials supplied to the Contractor by the Department shall remain the absoluteproperty of Department and shall not be removed from site of the work except for use inthe work and shall be at all times open to inspection by the Representative of GeneralManager Telecom District Kurnool. In-case the materials like cable and accessories aretaken delivery of by the Contractor and stored at the Site Office/Store of the Contractorsuch Site Office/Store will also be treated "as site for this purpose. Any such materialsremaining unused at the time of the abandonment, completion or determination of theContract shall be returned to the Department at a place informed to him by theDepartment, failing which the cost of the unused materials shall be deducted from theContractor's SD (Performance Security) or any of his Pending Bills or from any OtherSecurity and the Contractor has to pay any amount still due.

2.3. The Contractor shall be responsible for the Transportation of Store, Storage and SafeCustody of all Material supplied to him by the Department, which in the Contractor'sCustody whether, or not installed in the work. The Contractor shall satisfy himselfregularly the quantity, and quality of the materials supplied to him and he will beresponsible for any subsequent deterioration and discrepancy (inclusive of theft) in thequantity and quality of the materials and the Contractor will be charged or deducted fromhis bills at 1.5 times of prevailing standard price including freight, handling charges,storage charges etc., for loss of materials2.4 The contractor shall ensure that only the required materials are issued to him. Uponcompletion of work, the contractor shall return to the Govt. at the later designated storein good condition, free of charges, any unused materials that were supplied by theDepartment.

3 EASEMENTS, PERMITS, LICENCES AND OTHER FACILITIES:3.1 The Contractor shall obtain/provide at his own cost all Easements, Permits andLicense necessary to do its work except for the following which shall be provided by theRepresentative of the General Manager Telecom District, Kurnool.(A) "Right of User" Easements and Permits.( B) Railway and Highway Crossing Permits including Bridge.(C) Canal/Stream Crossing Permits.

3.2 The Contractor shall be fully responsible for angling and obtaining all necessaryeasements, permits and licenses, for moving all construction equipment, tools, suppliedmaterials and men across Railways and Highways, across public or private road as well as

Page 44: apbsnl.etenders.in3 > C > > # > 79 4 & 79 4& 7 $ &!$ , . & 7.&& $ $ ;& $ ;, , 7! & . . &> 9> $ ! ... 4 9 E4 ! ! .9,& 7 !,& 3 D P& 5> & & & $& !! .7 > ! > ., MMMMMMMMMMM MM ( . !. E

E-Tender for UG cable construction and Maintenance Works in DNC Division of Kurnool SSAfor the year 2017-18

Page 44 of 84 Signature of Bidder

premises of any public utility within the right of user and for bearing all costs that may beincurred in respect of the same.

3.3 The Contractor is to confine his operation to the provided construction "Right of User"unless it has made other arrangement with the particular property owners and/ortenants such other arrangements shall be entirely at the responsibility of the Contractoras to cost and arrangement as also breach and claim and shall be entitled with a copy tothe Divisional Engineer.

3.4 The Contractor will not be entitled to extra compensation for hardship and increase incost by the Cable Trench being routed adjacent to or across other pipeline, Highways,Railways, Telephones or Poser Poles and Wires or Guy Wires, Embankments, Cliffs,Streams or other obstacles.3.5 At location where the U/G cable trench is routed across or along railways or roads thecontractor shall without extra cost provide and maintain such detours and road controlsas are required by the railways or government or local agencies having jurisdiction.3.6 If the department is not able to provide above mentioned permits etc. in time thenthe extension of time limit shall be provided as per EOT clause given in tender document4. QUALITY OF WORK:4.1 The Department shall be the final judge of the quality of tile work and the satisfaction

of the Department in respect thereof set forth in the Contract Documents. Laxity orfailure to enforce compliance with the Contract Documents by the Department and/orits representative shall not manifest a change or intent of waiver, the intention beingthat, notwithstanding the same, the Contractor shall be and remain responsible forcomplete and proper compliance with the Contract Documents and the specificationthere in. The representative of General Manager Telecom District, Kurnool has theright to prohibit the use of men and any tools, materials and equipment which in hisopinion do not produce work or performance meet the requirement of the ContractDocuments.

5. TAXES AND DUTIES:5.1 Contractor shall pay all rates, levies, fees royalties, taxes and duties payable or

arising from out of, by virtue of or in connection with and/or incidental to theContract or any of the obligations of the parties in terms of the ContractorDocuments and/or in respect of the works or operations or any part thereof to beperformed by the Contractor and the Contractor shall indemnify and keepindemnified the Department from and against the same or any default by theContractor in the payment thereof.

6. PROTECTION OF LIFE AND PROPERTY AND EXISTING FACILITIES:6.1 The Contractor is fully responsible for taking all possible safety precaution during

preparation for and actual performance of the works and for keeping theConstruction Site in a reasonable safe condition. The Contractor shall protect all lifeand property from damage or losses resulting from his construction operations andshall minimize the disturbance and inconvenience to the public.

6.2 If the excavation of trench alters the contours of the ground around road andhighway crossing in such locations dangerous to traffic, the Contractor shall at hisown cost, take all necessary precautions to protect Public and shall comply with allthe Department regulations as to placing of Warning Boards (Minimum Size 3' x 2'),Traffic Signals, Barricades, Flags etc., at such location. If the Contractor does not putthe warning signal as per above directions, then a penalty of Rs. 500/- per Day shallbe levied on the Contractor, till the directions are compiled by the Contractor. TheContractor shall take due precautions to avoid damages to other Pipe Lines, WaterMains, Sewers, Telephones, Telegraphs and Power Conduits, Laid Wires Poles andGuy Wires, Railways, Highways, Bridges or other Under Ground or above GroundStructure and/or property crossing or adjacent to the Cable Trench being excavated.

6.3 Attention of the Contractor is drawn to the rules regarding Laying of Cables at Road

Page 45: apbsnl.etenders.in3 > C > > # > 79 4 & 79 4& 7 $ &!$ , . & 7.&& $ $ ;& $ ;, , 7! & . . &> 9> $ ! ... 4 9 E4 ! ! .9,& 7 !,& 3 D P& 5> & & & $& !! .7 > ! > ., MMMMMMMMMMM MM ( . !. E

E-Tender for UG cable construction and Maintenance Works in DNC Division of Kurnool SSAfor the year 2017-18

Page 45 of 84 Signature of Bidder

Crossing, along Railways Bridges, Highways safety precautions while working in PublicStreet. The Contractor in writing shall obtain the detailed engineering instructions fromthe Divisional Engineer of the area.

6.4 The Contractor shall be solely responsible for location through approvednondestructive means and ensuring the safety of all existing Under Ground Pipeline,Electrical Cables, and or other structures.

6.5 The Contractor shall be solely liable for all expense for and in respect of repairsand/or damage occasioned by injury of or damage to such Under Ground and abovestructures or other properties and undertake to indemnify the Department from andagainst all actions, cause of actions, damages, claims and demands what-so-ever, eitherin law or in equity and all losses and damages and costs (inclusive between Attorney andClient ), charges and expenses in connection therewith and/or incidental thereto. TheContractor shall take all responsibilities and risk in crossing Other Pipelines and Cablesand shall be responsible for protecting all such existing Pipelines, Poles, Electric Lines,Sewers, Cables or Other Facilities from damage by the Contractor's operation inconnection with the work. The Contractor without cost of the Department shall promptlyrepair any damage incurred.

6.6. The current market value of any commodities lost as a result of any damage to theaforesaid existing facilities shall be paid by the Contractor together with such additionalsums necessary to liquidate the personal of property damages, resulting there from.

7 . LABOUR WELFARE MEASURES AND WORKMAN COMPENSATION:7.1 Obtaining License Before Commencement of Work:The Contractor shall obtain a valid Labour License under the Contract Labour (R&A) Act1970 and the Contract Labour (Regulation and Abolition) Central Rules 1971, beforecommencement of the work, and continue to have a valid license until the completion ofwork. The Contractor shall also abide by the provisions of the Chi1d Labour (Prohibitionand Regulation) Act 1986. Any failure to fulfil this requirement shall attract the penalprovisions of this contact arising out of the resultant non-execution of work.

7.2 Contractors Labour Regulations:7.2.1 Working Hours7.2.1.1 Normally Working Hours of an Employee should not exceed 9 Hours a Day. The

working day shall be so arranged that inclusive of interval for rest, if any, itshall not spread over more than 12 hours on any day.

7.2.1.2 When a Worker is made to work for more than 9 hours on any day or for morethan 48 hours in any week he shall be paid Over Time for the extra hours put inby him.

7.2.1.3 Every Worker shall be given a Weekly Holiday normally on a Sunday, inaccordance with the provisions of Minimum Wages (Central) Rules 1960, asamended from time to time, irrespective of whether such worker is governed bythe Minimum Wages Act or not.

7.2.1.4 Where the minimum wages prescribed by the Government, under the MinimumWages Act, are not inclusive of the wages for the weekly day of rest, the workershall be entitled to rest day wages, at the rate applicable to the next precedingday, provided he has worked under the same Contractor for a continuous periodof not less than 6 days.

7.2.1.5 Where a Contractor is permitted by the Engineer-in-Charge to allow a worker towork on a normal Weekly Holiday, he shall grant a substituted Holiday to himfor the whole day, on one of the five days, immediately before or after thenormal Weekly Holiday, and pay wages to such worker for the work performedon the normal Weekly Holiday at the Overtime Rate.

7.2.2 Display Of Notice Regarding Wages Etc.The Contractor shall, before he commences his Work on Contract, display and correctlymaintain and continue to display and correctly maintain, in a clear and legible condition in

Page 46: apbsnl.etenders.in3 > C > > # > 79 4 & 79 4& 7 $ &!$ , . & 7.&& $ $ ;& $ ;, , 7! & . . &> 9> $ ! ... 4 9 E4 ! ! .9,& 7 !,& 3 D P& 5> & & & $& !! .7 > ! > ., MMMMMMMMMMM MM ( . !. E

E-Tender for UG cable construction and Maintenance Works in DNC Division of Kurnool SSAfor the year 2017-18

Page 46 of 84 Signature of Bidder

conspicuous places on the work, Notices in English and in Local Indian Languages spokenby the majority of the workers, giving the Minimum Rates of the Wages Fixed underMinimum Wages Act, the Actual Wages being paid, the hours of work for which such wageare earned, wages periods, Date of Payments of Wages and other relevant information.7.2.3 Payment of Wages.7.2.3.1 The Contractor shall fix wage periods in respect of which wages shall be payable7.2.3.2 No wage period shall exceed one month.7.2.3.3 The wages of every person employed as Contract Labour in an establishment or

by a Contractor, where less than One Thousand such persons are employed,shall be paid before the expiry of seventh day and in other cases before theexpiry of tenth day after the last day of the wage period in respect of which thewages are payable.

7.2.3.4 Where the Employment of any Worker is terminated by or on behalf of theContractor, the wages earned by him shall be paid before the expiry of theSecond Working Day from the date on which his employment is terminated.

7.2.3.5 All payment of wages shall be made on a working day at the work premises andduring the working time and on a date notified in advance and in case the workis completed before the expiry of the wage period, final payment shall be madewithin 48 hours of the last working day.

7.2.3.6 Wages due to every worker shall be paid to him direct or to other personauthorized by him in this behalf.

7.2.3.7 All wages shall be paid in current coin or currency or in both.7.2.3.8 Wages shall be paid without any deductions of any kind except those specified

by the Central Government by General or Special Order in this behalf orpermissible under the payment of Wages Act 1956.

7.2.3.9 A Notice showing the wages period and the place and time of disbursement ofwages shall be displayed at the place of work and a copy, sent by the Contractorto the Engineer -in-Charge under acknowledgement.

7.2.3.10 It shall be the duty of the Contractor to ensure the disbursement of wages inPresence of the Site Engineer or any other Authorized Representative of the Engineer-inCharge who will be required to be present at the place and time of the disbursement ofwages by the Contractor to Workmen.

7.2.3.11 The Contractor shall obtain from the Site Engineer or any other AuthorizedRepresentative of the Engineer-in-Charge, as the case may be, a Certificate under hisSignature at the end of the entries in the "Register of Wages" or the "Wage-cum-MusterRoll", as the case may be, in the following form:

"Certified that the amount shown in the column No has been paid to the workmanconcerned in my presence on............................................at……………………"

7.2.4 Fines and Deductions which may be made From Wages.7.2.4.1 The Wages of a worker shall be paid to him without any deduction of any kindexcept the following:

(a) Fines

(b) Deductions for absence from duty i.e., from the place or the places where by theterms of his employment he is required to work. The amount of deduction shall be inproportion to the period for which he was absent.

Page 47: apbsnl.etenders.in3 > C > > # > 79 4 & 79 4& 7 $ &!$ , . & 7.&& $ $ ;& $ ;, , 7! & . . &> 9> $ ! ... 4 9 E4 ! ! .9,& 7 !,& 3 D P& 5> & & & $& !! .7 > ! > ., MMMMMMMMMMM MM ( . !. E

E-Tender for UG cable construction and Maintenance Works in DNC Division of Kurnool SSAfor the year 2017-18

Page 47 of 84 Signature of Bidder

(c) Deductions for damage to or loss of goods expressly entrusted to the employedperson for custody, or for loss of money or any other deductions which he is requiredto account, where such damage or loss is directly attributable to his neglect or default.

(d) Deduction for recovery of advances or for adjustment of overpayment of wages,advances granted shall be entered in a Register.

(e) Any other deduction, which the Central Government may from time to time, allow.

7.2.4.2 No fines should be imposed on any worker save in respect of such acts andomissions on his part as have been approved of by the Labour Commissioner.

7.2.4.3 No fine shall be imposed on a worker and no deduction for damage or loss shallbe made from his wages until the worker has been given an opportunity of showing causeagainst such fines or deductions.

7.2.4.4 Every fine shall be deemed to have been imposed on the day of the act oromission in respect of which it was imposed.

7.2.5. Labour Records

7.2.5.1 The Contractor shall maintain a Register of Persons Employed on Work onContract in Form XIII of the Contract Labour (R&A) Central Rules 19717.2.5.2 The Contractor shall maintain a Muster Roll Register in respect of all workmenemployed by him on the work under Contract in Form XVI of the CL (R&A) Rules 1971.7.2.5.3 The Contractor shall maintain a Wage Register in respect of all workmenemployed by him on the work under contract in Form XVII of the CL (R&A) Rules 19717.2.5.4 Register of Accidents: The Contractor shall maintain a Register of Accidents insuch form as may be convenient at the work place but the same shall include thefollowing particulars:

a) Full Particulars of the Labourers who met with Accident.

b) Rate of Wages

c) Sex

d) Age

e) Nature of Accident and cause of Accidentf) Time and Date of Accident

g) Date and Time when Admitted in Hospital

h) Date of Discharge from the Hospital

i) Period of Treatment and Result of Treatmentj) Percentage of loss of earning capacity and disability as assessed by Medical Officer.

k) Claim required to be paid under Workmen's Compensation Act.

l) Date of Payment of Compensation.

m) Amount Paid with details of the person to whom the same was paid.

n) Authority by whom the compensation was assessed.

o) Remarks.

Page 48: apbsnl.etenders.in3 > C > > # > 79 4 & 79 4& 7 $ &!$ , . & 7.&& $ $ ;& $ ;, , 7! & . . &> 9> $ ! ... 4 9 E4 ! ! .9,& 7 !,& 3 D P& 5> & & & $& !! .7 > ! > ., MMMMMMMMMMM MM ( . !. E

E-Tender for UG cable construction and Maintenance Works in DNC Division of Kurnool SSAfor the year 2017-18

Page 48 of 84 Signature of Bidder

7.2.5.5 The Contractor shall maintain a Register of Fines in the Form XII of the CL (R&A)Rules 1971. The Contractor shall display in a good condition and in a conspicuous placeof work the approved list of acts and omission for which fines can be imposed..7.2.5.6 The Contractor shall maintain a Register of Deductions for damage or loss in FormXX of the CL (R&A) Rules 1971.7.2.5.7 The Contractor shall maintain a Register of Advances in Form XXIII of the CL( R&A) Rules 1971.7.2.5.8 The Contractor shall maintain a Register of Overtime in Form XXIII of the CL(R&A) Rules 1971.

7.2.6 Attendance Card-cum Wage Slip7.2.6.1 The Contractor shall issue an Attendance Card-cum Wage Slip to each workmanemployed by him.7.2.6.2 The Card shall be valid for each wage period. .7.2.6.3 The Contractor shall mark the Attendance of each workman on the card twiceeach day, once at the commencement of the day and again after the rest interval, beforehe actually starts work.7.2.6.4 The Card shall remain in possession of the worker during the wage period underreference.7.2.6.5 The Contractor shall complete the wage slip portion on the reverse of the card atleast a day prior to the disbursement of wages in respect of the wage period underreference.7.2.6.6 The Contractor shall obtain the signature or thumb impression of the worker onthe wage slip at the time of disbursement of wages and retain the card with him.

7.2.7 Employment Card

The Contractor shall issue an Employment Card in the Form XIV of CL (R&A), Central Rules1971 to each worker within three days of the employment of the worker.7.2.8 Service CertificateOn termination of employment for any reason whatsoever the Contractor shall issue tothe workman whose services have been terminated, a Service Certificate in the Form XVof the CL (R&A) Central Rules 1971.7.2.9 Preservation of Labour RecordsThe Labour Records and Records of Fines and deductions shall be preserved in originalfor a period of Three Years from the date of last entries made in them and shall be madeavailable for inspection by the Engineer-in-Charge or Labour Officer or any other OfficersAuthorized by the Ministry of Communication in this behalf.

Signature of Bidder

7.3 Power of Labour Officer to make Investigations or EnquiryThe Labour Officer or any person Authorized by the Central Government on their behalfshall have power to make enquiries with a view to ascertaining and enforcing due andproper observance of Fair Wage clauses and provisions of these Regulations. He shallinvestigate into any complaint regarding the default made by the Contractor in regard tosuch provision.

7.4 Report of Investigating officer and action thereonThe Labour Officer or other persons Authorized as aforesaid shall submit a report of resultof his investigation or enquiry to the Engineer-in-Charge indicating the extent, if any, towhich the default has been committed with a note that necessary deductions from theContractor's Bill be made and the wages and other dues be paid to the Labourersconcerned. The Engineer-in-Charge shall arrange payments to the Labour concerned

Page 49: apbsnl.etenders.in3 > C > > # > 79 4 & 79 4& 7 $ &!$ , . & 7.&& $ $ ;& $ ;, , 7! & . . &> 9> $ ! ... 4 9 E4 ! ! .9,& 7 !,& 3 D P& 5> & & & $& !! .7 > ! > ., MMMMMMMMMMM MM ( . !. E

E-Tender for UG cable construction and Maintenance Works in DNC Division of Kurnool SSAfor the year 2017-18

Page 49 of 84 Signature of Bidder

within 45 days from the receipt of the report from the Labour Officer or the AuthorizedOfficer as the case may be.

7.5 Inspection of Books and SlipsThe Contractor shall allow inspection of all the prescribed Labour Records to any of hisworkers or to his agent at a convenient time and place after due Notice is received or tothe Labour Officer or any other person, authorised by the Central Government on hisbehalf.

7.6 Submission of ReturnsThe Contractor shall submit periodical returns as may be specified from time to time.

7.7 AmendmentsThe Central Government may from time to time add to or amend the Regulations and onany question as to the application/interpretation or effect of those Regulations.

7. 8 Terms and Conditions for Engagement of Contract Labour:1. The Contractor shall strictly comply with all Rules/Regulations etc, as per Law inforce including but not limited to Contractor Labour (R&A) Act, Shops and EstablishmentsAct, Employees Provident Fund Act, ESI Act, Minimum Wages Act and payment of WagesAct etc., as applicable during the currency of the Contractor in respect of any employee orworkmen employed or engaged by him.2. The Contractor will have to insure all his personal under workmen CompensationsAct, at the places which are not covered under ESIC and a copy of ALL RISK INSURANCEPOLICY shall have to be furnished to Department.3. The Contractor shall maintain all the documents necessary to satisfy provisions ofLabour Act such as Age, Sex, Educational Qualifications, Addresses of the Personnel, PFPayments, made ESI Payments etc.,4. If any of conditions mentioned above are not complied with by the Contractor,Payments arising out of Contract shall be withheld.

5. The Contractor shall be held responsible for any damage(s)/losses to the Companycaused due to the negligence of his workforce and shall compensate to the Companyadequately again st such losses which will be assessed and determined by the Company.6. While submitting Bills to the Company, the Contractor shall also renderdocumentary evidence with an undertaking of the deposits of Provident Fund/ESIContributions made by him in respect of the workforce under consideration for paymentof wages, failing which, the payment of the Bill by the Company will be withheld untilsuch compliance.7. The Contractor shall duly comply with all Acts, Laws, including Contract Labour(Regulation & Abolition) Act, 1970 or other Statutory Rules, Regulations, Bye-Laws asapplicable or which might be applicable.

8. In case, while on duty and during the course of engagement in the work premisesof the Company under this Agreement, if any of the Contractor’s workforce meets withany injury/ indisposition due to accident or other natural calamities, the Contractor shallensure that immediate and adequate Medical Aid viz., First-Aid and subsequent treatmentfacilities are provided to the person(s) concerned free of cost and without fail. In addition,the Contractor shall also be liable for meeting with Statutory Liabilities under the ESI/PFor Workmen’s Compensation Act.9. The Contractor shall indemnify and compensate the Company, if the Company asPrincipal Employer under the Contract Labour (Regulation and Abolition) Act, 1970becomes liable to assume any liability towards the workforce engaged by the Contractor.In any such eventuality, the provisions relating to recovery as provided in the relevantclauses of the Ac t shall be applicable in Toto.10. The Company will have privity of Contract with Contractor only and will giveinstructions to him and will have nothing to do or be connected with the conditions of

Page 50: apbsnl.etenders.in3 > C > > # > 79 4 & 79 4& 7 $ &!$ , . & 7.&& $ $ ;& $ ;, , 7! & . . &> 9> $ ! ... 4 9 E4 ! ! .9,& 7 !,& 3 D P& 5> & & & $& !! .7 > ! > ., MMMMMMMMMMM MM ( . !. E

E-Tender for UG cable construction and Maintenance Works in DNC Division of Kurnool SSAfor the year 2017-18

Page 50 of 84 Signature of Bidder

employment of the workers working for the Contractor. The workers engaged by theContractor shall not have any claim against the Company for regularization etc., and theirengagement shall stand terminated as soon as the work for which the Contract is signedand agreed to comes to an end or the contract is rescinded or canceled or terminatedunder any other clause of the Contract or by operation of any law.11. Each Claim Bill of Contractors must accompany the (1) list showing the details ofLabourers/Employees engaged, (ii) Duration of their Engagement, (iii) the amount ofwages paid to such Labourers/Employees for the duration in question, (iv) amount of EPFcontributions (both employer's & employees' contribution) for the duration of engagementin question, paid to the EPF Authorities, (v) Copies of authenticated documents ofpayment of such contribution to EPF Authorities and (vi) a declaration from theContractors regarding compliance of the conditions of EPF Act, 1952.12. While Passing the Bills of the Contractors, the Bill Passing Authority must checkthe payment particulars regarding EPF contribution furnished by the Contractors alongwith the Bill as mentioned in Para(11) above and keep full records of the payment etc.,each Contract wise. The Bill will be passed by the Bill Passing Authority only if theContractor complies with the terms and conditions of EPF Act,1952.13. The Contract-wise information kept by Bill Passing Authority as mentionedin Para (12) above may be produced to the EPF authorities as and whendemanded by the latter

8 . INSURANCE:8.1. Without limiting any of his its other obligations or liabilities, the Contractor shall athis own expense, take and keep Comprehensive Insurance including Third Party Risk forthe Plant, Machinery, Men, Materials etc., brought to the site and for all the work duringthe execution. The Contractor shall also take out workman’s compensations, insurance asrequired by law and undertake to indemnify and keep indemnified the Government fromand against all manner claims and demands and losses and damages and cost (includingbetween attorney and client) charges and expenses that may arise in regard the same orthat the Government may suffer or incur with respective end/or incidental to the same.The Contractor shall have to furnish originals and/or attested copies as required by theDepartment of the Policies of Insurance taken within 15 days of being called up on to doso together with all Premium Receipts and other papers related there to which theDepartment may require.

9 . Compliance with Laws and Regulations:9.1. During the performance of the works the Contractor shall at his own cost andinitiative fully comply with all applicable laws of the land and with any and all applicableby-laws, rules, regulations and orders and any other provisions having the force of thelaw made or promulgated or deemed to be made or promulgated by the Government,Governmental Agency or Department, Municipal Board, Government of other Regulatoryor Authorized Body or persons and shall provide all certificates of compliance there withas may be required by such applicable by-laws, rules, regulations, orders and /orprovisions. The Contractor shall assume full responsibility for the payment of allcontributions and Pay Roll Taxes, as to its Employees, Servants or Agents engaged in theperformance of the work specified in the Contractor Documents. If the Contractor shallrequire any assignee or sub-contractor to share any portion of the work to be performhere under may be assigned, sub leased or sub-contractor to comply with provisions ofthe clause and in this connection the Contractor agrees as to undertake to save and holdthe Government harmless and indemnified from and against any/all penalties, actions,suits, losses and damages, claims and demands and costs (inclusive between Attorneyand Client) charges and expenses what so ever arising out or occasioned, indirectly ordirectly by failure of the Contractor or any assignee or sub- contractor to make full andproper compliance with the said by laws, rules, regulations, loss and order and provisionsas aforesaid.10 . TOOLS AND PLANTS :The Contractor shall provide at his own cost all tools, plants, appliances, implements etc.,required for proper execution of works. The Contractor shall also supply without the

Page 51: apbsnl.etenders.in3 > C > > # > 79 4 & 79 4& 7 $ &!$ , . & 7.&& $ $ ;& $ ;, , 7! & . . &> 9> $ ! ... 4 9 E4 ! ! .9,& 7 !,& 3 D P& 5> & & & $& !! .7 > ! > ., MMMMMMMMMMM MM ( . !. E

E-Tender for UG cable construction and Maintenance Works in DNC Division of Kurnool SSAfor the year 2017-18

Page 51 of 84 Signature of Bidder

charge requisite number of persons with the means and material necessary for thepurpose of setting out works, counting weighing and assisting the measurement forexamination at any time and from time to time. The Contractor shall be responsible tomake all arrangements at his own cost for dewatering of trenches/ducts anddegasification of ducts before carrying out the work. The Contractor shall also beresponsible to make arrangements at his own cost, for water required for carrying ofworks at sites including curing of CC/ RCC works. Failing his so doing the same may beprovided by the Engineer-in-Charge at the expense of the Contractor and the expensesshall be deducted from any money due to the contractor under his contract or otherwise.

Signature of Bidder

Page 52: apbsnl.etenders.in3 > C > > # > 79 4 & 79 4& 7 $ &!$ , . & 7.&& $ $ ;& $ ;, , 7! & . . &> 9> $ ! ... 4 9 E4 ! ! .9,& 7 !,& 3 D P& 5> & & & $& !! .7 > ! > ., MMMMMMMMMMM MM ( . !. E

E-Tender for UG cable construction and Maintenance Works in Dhone Division of Kurnool SSA for the year 2017-18

Page 52 of 84 Signature of Bidder

SECTION VII

SCOPE OF WORK AND JURISDICTION OF CONTRACT

1. SCOPE OF WORK1.1 MAIN UNDER GROUND CABLE CONSTRUCTION ACTIVITIES:

The items of work involved in Under Ground Cable Construction Works are as under:-1.1.1 Excavation of Trench up to a depth such that the top of the cable is 90 Cms

below the normal ground level according to the Construction Specifications.1.1.2 Laying and Pulling of Cables in Trenches or through Pipes/Ducts/Walk

through trenches.1.1.3 Placing of Half Round RCC Pipes/Stone Slabs/Pre Cast RCC Slabs/Layer of

Bricks as per Specifications.1.1.4 Back filling and compacting of the excavated trenches according to

Construction Specifications and removal of excess earth from the site.1.1.5 Construction of Pillar Foundations, Erection, Painting and Sign Writing of Pillars.1.1.6 Erection, Termination, Painting and Sign Writing of DPs.1.1.7 Termination of Cables in Pillars and DPs.1.1.8 Jointing and end-to-end Testing of Cables - Correspondence and Electrical

Tests.1.1.9 Fixing, Painting and Sign Writing of Route and Joint Indicators.1.1.10 Rehabilitation of Out Door Network.

1.2 . ALLIED ACTIVITIES:1.2.1 Transportation of Materials: The materials required for executing the workentrusted to the Contractors against a Work Order shall be made available at District Store Depotat Kurnool. In some cases the materials may be available at Sub-Divisional Store Godown. TheContractor shall be responsible for transporting the materials, to be supplied by the Departmentor otherwise to execute the work under the Contract, to site at his/their own cost. The costs oftransportation are subsumed in the Standard Schedule Rates and therefore no separate chargesare payable on this account. 1.2.2 Supply of Materials: There are some materials required tobe supplied by the Contractor for execution of works under this Contract like Bricks, Cement,Wire Mesh and Steel for Protection, ISI Certified PVC Casing/PVC Conduit for First Fitting etc.,besides using other consumables which do/don't become the part of the asset. The Contractorshall ensure that the materials supplied are of best quality and workmanship and shall be strictlyin accordance with the specifications.

2. VALUE OF WORK: The Estimated Cost of Work is as mentioned in the Notice Inviting Tenderswhich has been worked out based on quoted Rates mentioned in this Tender Document. Theactual value of work may vary based on the actual requirement but generally being limited to+/- 25% of the indicated value.

3. JURISDICTION OF CONTRACT: The jurisdiction of the Contract shall be for SSA wise. TheTelephone Exchange areas in different Division shall be as under. If any additional TelephoneExchange is planned, the same shall be included in the zone in the vicinity of concernedexchange keeping in view the logistics of carrying out the work.

Signature of Bidder

Page 53: apbsnl.etenders.in3 > C > > # > 79 4 & 79 4& 7 $ &!$ , . & 7.&& $ $ ;& $ ;, , 7! & . . &> 9> $ ! ... 4 9 E4 ! ! .9,& 7 !,& 3 D P& 5> & & & $& !! .7 > ! > ., MMMMMMMMMMM MM ( . !. E

E-Tender for UG cable construction and Maintenance Works in Dhone Division of Kurnool SSA for the year 2017-18

Page 53 of 84 Signature of Bidder

Scope of the Under Ground Cable Construction & Maintenance work :Details of works involved in “Tender for U/G Cable Construction &Maintenance works in Dhone Division of Kurnool SSA for the year 2017-18”.S NO Exchanges in the

DivisionConcerned SDE Concerned DE

1 Bethamcherla SDOT(DHONE) DE/Dhone2 Cement Nagar SDOT(DHONE) DE/Dhone3 Dronachalam SDOP(Dhone) DE/Dhone4 Devanakonda SDE(PAttikonda) DE/Dhone5 Gorlagutta SDOT(DHONE) DE/Dhone6 Hosur SDE(PAttikonda) DE/Dhone7 Jaladurgam SDOT(DHONE) DE/Dhone8 Jonnagiri SDE(PAttikonda) DE/Dhone9 Krishnagiri SDOT(DHONE) DE/Dhone10 Kambalapadu SDOT(DHONE) DE/Dhone11 Karivemula SDE(PAttikonda) DE/Dhone12 Malkapuram SDOT(DHONE) DE/Dhone13 Maddikera SDE(PAttikonda) DE/Dhone14 Pattikonda SDE(PAttikonda) DE/Dhone15 Pkotakonda SDE(PAttikonda) DE/Dhone16 Pendekallu SDE(PAttikonda) DE/Dhone17 Peapully SDOT(DHONE) DE/Dhone18 Peravali SDE(PAttikonda) DE/Dhone19 Racherla SDOT(DHONE) DE/Dhone20 Rangapuram SDOT(DHONE) DE/Dhone21 Thuggali SDE(PAttikonda) DE/Dhone22 Ternekal SDE(PAttikonda) DE/Dhone23 Veldurthy SDOT(DHONE) DE/Dhone

Page 54: apbsnl.etenders.in3 > C > > # > 79 4 & 79 4& 7 $ &!$ , . & 7.&& $ $ ;& $ ;, , 7! & . . &> 9> $ ! ... 4 9 E4 ! ! .9,& 7 !,& 3 D P& 5> & & & $& !! .7 > ! > ., MMMMMMMMMMM MM ( . !. E

E-Tender for UG cable construction and Maintenance Works in Dhone Division of Kurnool SSA for the year 2017-18

Page 54 of 84 Signature of Bidder

SECTION – VIIIUG Cable Construction Specifications

The detailed UG construction Specifications are given in document titled as "Underground CableConstruction practices - Manual" issued as a part of tender document. The bidders are advised to gothrough the Manual before quoting for bid.

SECTION – IXMATERIAL SECURITY BOND FORM

Whereas ________________ (Herein after called “the Contractor”) has beenawarded the contract of trenching and pipe laying work, as per tender number__________________________________

KNOW ALL MEN by these Presents that WE_____________OF__________________________having our registered office at

_________________________________________________(hereinafter called the “thecontractor”) are bound unto ______________(Hereinafter called “the Corporation”) in the sum of__________for which payment will and truly to be made of the said Corporation, the Bank bindsitself, its successors and assigns by these presents.

THE CONDITIONS of the obligation are:

1. If the Contractor is unable to keep stores issued to him, properly, i.e. the storeprovided to the contractor., by the Corporation are damaged OR

2. The stores issued to the contractor by the Corporation are stolen OR

3. The contractor is not able to provide proper account of the stores issued tohim/her/them by the Corporation.

We undertake to pay to the Corporation up to the above amount upon receipt of its firstwritten demand without the Corporation having to substantiate its demand, provided that in itsdemand, the Corporation will not that the amount claimed by it is due to it owing to theoccurrence of one or two or all of three conditions specifying the occurred condition orconditions.This guarantee will remain in force up to and including One hundred and eighty (180) daysafter the Period of Contract validity, and any demand in respect thereof should reach the banknot later than the above date.

Signature of the Bank

Signature of the Witness

Name of Witness

Address of Witness Signature of Bidder

Page 55: apbsnl.etenders.in3 > C > > # > 79 4 & 79 4& 7 $ &!$ , . & 7.&& $ $ ;& $ ;, , 7! & . . &> 9> $ ! ... 4 9 E4 ! ! .9,& 7 !,& 3 D P& 5> & & & $& !! .7 > ! > ., MMMMMMMMMMM MM ( . !. E

E-Tender for UG cable construction and Maintenance Works in Dhone Division of Kurnool SSA for the year 2017-18

Page 55 of 84 Signature of Bidder

SECTION XAGREEMENT

The Successful Tenderer shall have to execute the Following Agreement:

This agreement made on this ________________ day of(month)__________________(Year)__________betweenM/s. ______________________herein after called “The Contractor” (which expression shall unless excluded by or repugnant tothe context, include its successors, heir, executors, administrative representative and assignee)of one part & the President of India here in after referred to as the Government, of other part.Where as the Contractor has offered to enter into Contract with said BSNL for the execution ofwork of Trenching & Laying Under Ground Telephones Cable, Cable Jointing, Piller ConstructionDP Fitting and other associate Works in (KNL SSA) on the terms and conditions herein containedand the rates approved by the BSNL (Copy of Rates Annexed) have accordance with theprovisions of the Tender Document and whereas no interest will be claimed on the SecurityDeposits.

Now these presents witness and it is hereby agreed and declared by and between theparties to these present as follows.

1) The Contractor shall, during the period of this Contract that is to say from_______________to ______________________ or Completion of Work ofRs._______________(in Words) _________________________________ whichever is earlieror until this Contract, by means of Labours employed at his own expenses and by means ofTools, Implements and Equipment etc., to be supplied by him to his Labour at his own expenses,all Trenching, Cable Laying, Cable Jointing, Pillar Construction, DP Fitting and other associatedworks as described in Tender Documents (annexed to theAgreement), when the Government or GMTD, Kurnool or any other persons Authorized by theGMTD, Kurnool in that behalf require. It is understood by the Contractor that the quantity ofwork mentioned on the Schedule is likely to change as per actual requirements as demanded byexigencies of service.2) The NIT (Notice Inviting Tender), Bid Documents (Qualifying and Financial), Letter of Intent,

Approved Rates, annexed hereto and such other additional particulars, instructions,drawings, Work Orders as may be found requisite to be given during execution of the workshall be deemed and taken to be an integral part of the Contract and shall also be deemedto be included in the expression “The Agreement” or “the Contract” wherever herein used.

3) The Contractor shall also supply the requisite number of workmen with means & materials aswell as tools, appliances, machines, implements, vehicles for transportation, cartage etc.required for the proper execution of work within the time prescribed in the Work Orders.

4) The Contractor hereby declares that nobody connected with or in the employment of theDepartment of Telecommunications/DTS is not/shall not ever be admitted as partner in theContract.

5) The Contractor shall abide by the Terms and Conditions, Rules, Guidelines, ConstructionPractices, Safety Precautions etc., stipulated in the Tender Document including anycorrespondence between the Contractor and the Government having bearing on execution ofwork and payments of work to be done under the Contract.

In witness where of the parties presents have here into set their respective hands andseals the day and year in_________________________________________Above written:Signed sealed & Delivered by the above named Contractor in the presence of.Witness:1.

2. Signed & Delivered on behalf of the President of India by theWitness:1.

Page 56: apbsnl.etenders.in3 > C > > # > 79 4 & 79 4& 7 $ &!$ , . & 7.&& $ $ ;& $ ;, , 7! & . . &> 9> $ ! ... 4 9 E4 ! ! .9,& 7 !,& 3 D P& 5> & & & $& !! .7 > ! > ., MMMMMMMMMMM MM ( . !. E

E-Tender for UG cable construction and Maintenance Works in Dhone Division of Kurnool SSA for the year 2017-18

Page 56 of 84 Signature of Bidder

2. Signature of Bidder

SECTION XILETTER OF AUTHORISATION FOR ATTENDING BID OPENING

Tender Number _________________________________________________________Subject: Authorization for attending bid opening on_____________________________(date) inthe tender

of____________________________________________________________

Following Persons are hereby Authorized to attend the Bid Opening for the Tender mentioned aboveon behalfof________________________________________________________________(Bidder) in order of preference given below.

Order of Preference Name SpecimenSignatures

IIIAlternate Representative

Signatures of Bidderor

Officer Authorized to Sign the BidDocuments on behalf of the Bidder

1. Maximum of Two Representatives will be permitted to attend Bid Opening. In cases whereit is restricted to one, First preference will be allowed. Alternate representative will be permittedwhen regular representatives are not able to attend.2. Permission for entry to the hall where Bids are opened, may be refused in case authorization as prescribed above is not recovered.

Signature of Bidder

SECTION XIICertificate regarding none of Relatives Working in this SSA

A Certificate in the following Proforma is to be enclosed regarding none of your near Relative isworking in BSNL.Near relatives for this purpose are defined as follows:(A) Members of a Hindu undivided Family, (B) They are Husband and Wife, (C) One Related tothe other in the manner as Father, Mother, Son(s) and Son's Wife (Daughterin-Law), Daughter(s)and Daughter's Husband (Son-in-Law), Brother(s) and Brother's Wife, Sister(s) and Sister'sHusband (Brother -in-Law)

Certificate

I …………………………………..........................S/o ………………………………………………….................R/o………………………………….............hereby certify that none of my Relative(s) as defined in theTender Document is/are employed in BSNL unit as per details given in Tender Document. Incase at any stage, it is found that the information given by me is false/incorrect, BSNL shallhave the absolute right to take any action as deemed fit/without any prior intimation to me.

Signature of tenderer

Page 57: apbsnl.etenders.in3 > C > > # > 79 4 & 79 4& 7 $ &!$ , . & 7.&& $ $ ;& $ ;, , 7! & . . &> 9> $ ! ... 4 9 E4 ! ! .9,& 7 !,& 3 D P& 5> & & & $& !! .7 > ! > ., MMMMMMMMMMM MM ( . !. E

E-Tender for UG cable construction and Maintenance Works in Dhone Division of Kurnool SSA for the year 2017-18

Page 57 of 84 Signature of Bidder

SECTION XIII

LIST OF THE DOCUMENTS TO BE SUBMITTED ALONG WITH QUALIFYING BIDCHECK POINTS FOR PREPARATION OF TENDER INQUIRY

While preparing the tender inquiry, it is necessary to check the following points in order to ensurethat the tender can be processed smoothly. The bidder shall furnish, as part of the bid documentsestablishing the bidder's eligibility, the following documents or whichever is required as per terms andconditions of Bid Document are to be uploaded in the e – tender module and also submitted offline before13:00 Hrs of 04.04.2018.S.No Item Yes/No

1The complete set of Bid documents, comprising of commercial conditions,technical specification & schedule of requirements, price schedule etc. (Submitoriginal bid document duly signed on all pages as per the tender schedule.)

2 Copy of EMD / Bid Security instrument as per Section 7(i).3 Copy of proof of payment of Cost of the Tender document.4 The copy of Experience certificate issued by DE duly attested by a Gazetted

officer5 Attested copy of PAN.6 Non-relation certificate duly filled and signed7 The Registration of the Firm. Authenticated Copy of Partnership Deed in

cases of Partnership Firm.8 Solvency Certificate for Rs.2 lakhs from any Nationalized Bank. The

Solvency Certificate shall not be Older than Date of NIT9 Bid Form, duly filled in, as per Section II.10 Tenderer’s Profile, duly filled in, as per Section III of the Tender

Document11 Original “Power of Attorney” in case person other than the Tenderer

has signed the Tender Documents.12 Goods Service Tax registration copy.13 Attested Copy of EPF registration certificate with registration number.14 Attested Copy of ESI registration certificate with registration number.

15Attested Copy of Labour license from the Regional LabourCommissioner with the number of labourers permitted to be employedby the tenderer.

SECTION XIVRATES OF EMPTY CABLE DRUMS

These are the Rates of the Empty Cable Drums which have to be deducted from Contractor's Billsas per terms and conditions of the Tender Document.

Sl.No. Size of Drum

Rate ofdisposal in

Rs.

1. 1200 Pairs and above 550-002. 800 Pairs 500-003. 400 Pairs 375-004. 200 Pairs 250-005. 100 Pairs 150-006. 50 Pairs 125-007. 20 Pairs 100-008 10 Pairs 75-00

Page 58: apbsnl.etenders.in3 > C > > # > 79 4 & 79 4& 7 $ &!$ , . & 7.&& $ $ ;& $ ;, , 7! & . . &> 9> $ ! ... 4 9 E4 ! ! .9,& 7 !,& 3 D P& 5> & & & $& !! .7 > ! > ., MMMMMMMMMMM MM ( . !. E

E-Tender for UG cable construction and Maintenance Works in Dhone Division of Kurnool SSA for the year 2017-18

Page 58 of 84 Signature of Bidder

Note: These are fixed rates and no variation shall be acceptable from these Rates.Signature of Bidder

Page 59: apbsnl.etenders.in3 > C > > # > 79 4 & 79 4& 7 $ &!$ , . & 7.&& $ $ ;& $ ;, , 7! & . . &> 9> $ ! ... 4 9 E4 ! ! .9,& 7 !,& 3 D P& 5> & & & $& !! .7 > ! > ., MMMMMMMMMMM MM ( . !. E

E-Tender for UG cable construction and Maintenance Works in Dhone Division of Kurnool SSA for the year 2017-18

Page 59 of 84 Signature of Bidder

BHARAT SANCHAR NIGAM LIMITED( A GOVERNMENT OF INDIA ENTERPRISE)

OFFICE OF THE GENERAL MANAGER TELECOM DISTRICT,KURNOOL-518050

Bid Document( FINANCIAL)

Tender for UG cable construction and Maintenance Works in Dhone DivisionKurnool SSA for the year 2017-18

Signature of Bidder

Page 60: apbsnl.etenders.in3 > C > > # > 79 4 & 79 4& 7 $ &!$ , . & 7.&& $ $ ;& $ ;, , 7! & . . &> 9> $ ! ... 4 9 E4 ! ! .9,& 7 !,& 3 D P& 5> & & & $& !! .7 > ! > ., MMMMMMMMMMM MM ( . !. E

E-Tender for UG cable construction and Maintenance Works in Dhone Division of Kurnool SSA for the year 2017-18

Page 60 of 84 Signature of Bidder

Section XVRATES to be quoted by the Tenderer FORUG CABLE CONSTRUCTIONAND

MAINTENANCE WORKS in DHONE Dn.of KNL SSA for 2017-18.The Materials will be made available at KURNOOL (Telecom Store Yard,Nr.Nandyal Check

Post,Kurnool)Rates to be quoted by the Tenderer for UG Cable construction&Mtce. works in DHONE Dn.of KNL SSA

for 2017-18Sl.No.

Nature of work Rates excluding GSTin Rs (In Figures)

Rates excluding GSTin Rs (In words)

I Excavating trench including back fillingcompacting after laying cables per meter

a All kind of Soils per meter(90 cm Depth, 0.3 cm width)

b TARMAC per meter(90 cm Depth, 0.3 cm width)

c CEMENT per meter(90 cm Depth, 0.3 cm width)

II Road crossings per metera WBM (Gravel roads)b TARMACc Cement Concrete/RCCd Horizontal Boring at Road crossing per

meterIII Excavating trial pits (size:1mx1mx1m) for

idetification of cable joint andreinstatement.

a Soft soilb BT Surfacec Cement concrete/RCC

IV Pulling and laying of cables and puttingbricks in trenches and pipes per meter

a Upto 50 Prb 100prc 200prd 400 Pre 800 Prf 1200 Prg Provision of bricks per meterV (straight and branch joints and end to end

testing including cost of PVC sleeves,Kerosine, cotton and PVC Tapes)

a Joinitng upto 5 Prsb Joinitng 20 Prs cablec Joinitng upto 50 Prs

d Joinitng 100 Prs cablee Joinitng 200 Prs cablef Joinitng 400 Prs cableg Joinitng 800 Prs cableh Joinitng 1200 Prs cablei Teeing per cable pairj Release of tee per pair

Page 61: apbsnl.etenders.in3 > C > > # > 79 4 & 79 4& 7 $ &!$ , . & 7.&& $ $ ;& $ ;, , 7! & . . &> 9> $ ! ... 4 9 E4 ! ! .9,& 7 !,& 3 D P& 5> & & & $& !! .7 > ! > ., MMMMMMMMMMM MM ( . !. E

E-Tender for UG cable construction and Maintenance Works in Dhone Division of Kurnool SSA for the year 2017-18

Page 61 of 84 Signature of Bidder

VI Erection of DP Post incldg cabletermination, testing of pairs and fixing ofaccessories (5Pr, 10Pr, 20 Pr)

VII DP rehabilitation/ DP box replacement/DPneck faults/testing of pairs, digging ofcable pit for pulling of cable, reinstatement(5 pr, 10Pr)

VIII DP rehabilitation/ DP box replacement/DPneck faults/testing of pairs, digging ofcable pit for pulling of cable, reinstatement(20 pr)

IX Termination of 100 pairs or part there of onMDF or Pillars

X Pillar plinth for upto 400 Pr construction asper standard dimensions with material

XI Pillar plinth for 500 to 1000 Prconstruction as per standard dimensionswith material

XII Pillar plinth for above 1000 Pr constructionas per standard dimensions with material

XIII Erection of pillar with painting, sign writingincluding transportation

a Upto 400prb Upto 1000 Prc Above 1000 Pr

XIV Pillar earth(spike earth) with iron spike andcopper wire.

XV Rehabilitation of Pillar including Welding,painting and sign writing

a Upto 400Prb 500 to 1000 Prc Above 1000 Pr

XVI Fixing of GI pipes on bridges or culvertsper mtr per 40mm dia

XVII Fixing of GI pipes on bridges or culvertsper mtr per 80mm dia

XVIII Fixing and sealing of full round RCC pipeson road crossings per mtr

XIX Recovery and transportation per post tostore dump/nearest ExgeTotal Rs.

If our Bid is accepted, we shall submit the Securities as per theConditions

mentioned in the Contract.

We agree to abide by this Bid for the entire Tender Period from the Dateof Opening of Financial Bid and it shall remain binding upon us may be accepted at anytime before the Expiry of that Period.

Dated………./………/2018 Signature of the Tenderer…………………………

Name of Tenderer…………………………………

Page 62: apbsnl.etenders.in3 > C > > # > 79 4 & 79 4& 7 $ &!$ , . & 7.&& $ $ ;& $ ;, , 7! & . . &> 9> $ ! ... 4 9 E4 ! ! .9,& 7 !,& 3 D P& 5> & & & $& !! .7 > ! > ., MMMMMMMMMMM MM ( . !. E

E-Tender for UG cable construction and Maintenance Works in Dhone Division of Kurnool SSA for the year 2017-18

Page 62 of 84 Signature of Bidder

Signature of Bidder

SECTION-XVI

Under Ground Cable Construction PracticesManual

BHARAT SANCHAR NIGAM LIMITED(A GOVERNMENT OF INDIA ENTERPRISE)

OFFICE OF THE GENERAL MANAGERTELECOMDISTRICT,KURNOOL–518050.

Signature of the Tenderer

Page 63: apbsnl.etenders.in3 > C > > # > 79 4 & 79 4& 7 $ &!$ , . & 7.&& $ $ ;& $ ;, , 7! & . . &> 9> $ ! ... 4 9 E4 ! ! .9,& 7 !,& 3 D P& 5> & & & $& !! .7 > ! > ., MMMMMMMMMMM MM ( . !. E

E-Tender for UG cable construction and Maintenance Works in Dhone Division of Kurnool SSA for the year 2017-18

Page 63 of 84 Signature of Bidder

UNDERGROUND CABLE CONSTRUCTION PRACTICES

The Guidelines in the form of Engineering Instructions (EIs) on ConstructionPractices of Under Ground Cables are issued by T&D wing of the Department, from timeto time. However, the present practices are summarized here under, from the point ofview of describing scope of work under various items of work.1.0 General: The Under Ground Copper Cables are extensively used in Outdoor Networkof an Exchange System. The Cables are Laid from Telephone Exchange upto DistributionPoints (DPs). For the purpose of flexibility, Pillars are introduced in the Network. ThePrimary Cables, which are of higher size, are laid from Telephone Exchange to Pillars.The Distribution Cables are laid from Pillar to DP. The capacity of Pillars and DPs aredecided in accordance with demand and size of the Network. The Planning of UG CableNetwork is guided by planning guidelines of the Department for the External Plant issuedfrom time to time. The major portion of investment in Telecom Network goes intoConstruction of UG Cable Network. Further the quality of construction of UG CableNetwork decides the quality and reliability of Telecom Services, delivered to theCustomers to a large extent. Therefore, the Construction Practices of the UG Cablesshould be of very high quality, strictly in accordance with Constructions Specifications.1.1 The Works Involved: The Under Ground Cables are buried to a depth such that thetop of the cable is Ninty centimeters (90 Cms.) below the normal ground level. The itemsof work involved in UG Cable Laying are as under:-i) Excavation of Trench up to a depth such that the top of the cable is 90 Cms below thenormal ground level according to the Construction Specifications. ii) Laying and Pulling ofCables in Trenches are through Pipes/Ducts.iii) Placing of Half Round RCC Pipes/Stones Slabs/Pre Cast RCC Slabs/Layer of Bricks

as per Specifications.iv) Back filling in compacting of the excavated trenches according to the

Constructions Specifications and removal of excess earth from the Site.v) Construction of Pillar Foundations, Erection, Painting and Sign Writing of Pillars.vi) Erection, Termination, Painting and Sign Writing of DPs. vii) Termination of Cables in

MDF & Pillars.Viii) Jointing and End-to-End testing of Cables – Correspondence and Electrical tests.ix) Supply, fixing, painting and sign writing of root and joint indicators. x)Documentation.2.0 Construction Specifications :2.1 Classification of Soil Strata: For the purpose of Trenching, the Soil Strata shallbe categorized as under.2.1.1 NON SUFACED STRATA :i) Non-Rocky: This will include all Types of Soils-Soft Soil/Hard Soil/Morrum i.e., anyStrata, such as Sand, Gravel, Loam, Clay, Black Cotton, Morrum, Single, River or NallaBed Boulders, Soiling of Roads, Paths, Densely Pebbles/Stones etc., Lime Concrete, MudConcrete and their mixtures which for excavation yields to the application of Picks,Showels, Sacrifiers, Ripper and other manual digging implements including Chiseling.

Resorting to Light Blasting/ Electro Mechanical Breakers for loosing the materialdoes not in any way entitle the strata to be classified as rocky.

Signature of the Tenderer

Page 64: apbsnl.etenders.in3 > C > > # > 79 4 & 79 4& 7 $ &!$ , . & 7.&& $ $ ;& $ ;, , 7! & . . &> 9> $ ! ... 4 9 E4 ! ! .9,& 7 !,& 3 D P& 5> & & & $& !! .7 > ! > ., MMMMMMMMMMM MM ( . !. E

Tender for UG cable construction and Maintenance Works in Dhone Division of Kurnool SSA for theyear 2017-18

Page 64 of 84 Signature of Bidder

ii) Rocky: Strata means generally any rock or boulder, for the excavation of which handtools cannot be used and blasting/electro mechanical breakers is required, such asquartzite, granite, basalt, reinforced cement concrete (reinforcement to be cut throughbut not separated from concrete) and the like.2.1.2 SURFACED STRATA: The surfaced strata shall cover the following irrespective ofstrata encountered below the surface.2.1.2.1 Footpathsi) Tarmac (Asphalt) Footpath: means footpath with tarmac surface with or withoutcompacted strata below the tarmac surface, irrespective of thickness of Tarmac/Metal.

ii) Tiled Footpath: means Footpath covered with various types of tiles/stoneslabs with or without compacted strata below the tiled surface, irrespective of thicknessof tiles/stone slabs.iii) Cement Concrete Footpath: means the surface on foot path covered with CC(cement concrete) with or without compacted strata below the surface, irrespective ofthickness of cement concrete.2.1.2.2 Along Road Side: Trenching along road on carpeted surface may be necessaryin certain stretches where roads have been metaled edge to edge and there is noun-metaled corridor or footpath available for trenching and laying the cables.i) Tarmac (Asphalt) Road: means roadside with tarmac/asphalt surface with orwithout compacted strata below the tarmac surface, irrespective of thickness ofTarmac/Metal.ii) Cement Concrete Road: means CC (cement concrete) road with compactedstrata below the surface on road, irrespective of thickness of Cement Concrete.iii) WBM Road: means water bound macadam surface made of stone, metal andgravel and rolled with road roller. The trenches shall be so dug that top of RCC pipe shallbe at one meter depth from ground level.2.1.2.3 Road Crossings:

i) Tarmac Or Asphalt Road: means the road surface, which is metaled byasphalt/tarmac normally having compacted strata below the metaled surface,irrespective of thickness of asphalt/tarmac.ii) RCC Road: means the surface made of cement concrete duly reinforced with steelbars normally having compacted strata below RCC, irrespective of thickness of RCC, onBridge/Culvert iii) WBM Road: means water bound macadam surface made of stone,metal and gravel and rolled with road roller. At road crossings/, the trenches shall be sodug that top of RCC pipe shall be at one meter depth from ground level.2.2 Excavation of TrenchesBefore excavation of trenches the route should be marked for trenching. Care should betaken to see that the route of the trench to excavate is reasonably straight avoiding theexisting underground service.[

In City areas, the Trench will normally follow the Footpath or the Road except where itmay have to come to the edge of carriage way or cutting across roads with the specificpermission from the Concerned Authorities maintaining the road (such permission shallbe obtained by the Department). Outside the city limits, the trench will normally followthe boundary of the roadside land. However, where the roadside land is full of burrowpits or afforestation or when the cables have to cross culverts/bridges or streams, thetrench may come closer to the road edge or in some cases, over the embankment orshoulder of the road (permission for such deviations for cutting the embankment as wellas shoulder of the roads shall be obtained by the Department).The alignment of the trench will be decided by a responsible Departmental Official, notbelow the rank of a Junior Telecom Officer. Once the alignment is marked, no deviationfrom the alignment is permissible except with the approval of Engineer-in-Charge. Whilemarking the alignment only the centre line will be marked and the Contractor shall setout all other works to ensure that, the excavated trench is as straight as possible. The

Page 65: apbsnl.etenders.in3 > C > > # > 79 4 & 79 4& 7 $ &!$ , . & 7.&& $ $ ;& $ ;, , 7! & . . &> 9> $ ! ... 4 9 E4 ! ! .9,& 7 !,& 3 D P& 5> & & & $& !! .7 > ! > ., MMMMMMMMMMM MM ( . !. E

Tender for UG cable construction and Maintenance Works in Dhone Division of Kurnool SSA for theyear 2017-18

Page 65 of 84 Signature of Bidder

Contractor shall provide all necessary assistance and labour, at his own cost for markingthe alignment. Contractor shall remove all bushes, undergrowth, stumps, rocks andother obstacles to facilitate marking the centre line without any extra charges. It is to beensured that minimum amount of bushes and shrubs shall be removed to clear the wayand the Contractor shall give all consideration to the preservation of the trees.

The line-up of the trench must be such that cables shall be laid in a straight line exceptat locations where it has to necessarily take a bend because of change in the alignmentor gradient of the trench.2.3 Methods of Excavation:In City limits as well as in built up areas, the Contractor shall resort to use of manuallabour only to ensure that no damage is caused to any Under Ground or surfaceinstallations belonging to other Public Utility Services and/or Private Parties.However, along the Highways and across country routes, there shall be no objection tothe Contractor resorting to mechanical means of excavation, provided that no UnderGround installations exist in the path of excavation, if any, are damaged.There shall be no objection to resort to Horizontal Boring to bore a hole of required sizeand to push through GI Pipe through Horizontal Bore at Road Crossing or Rail Crossing orsmall hillocks etc. In rocky strata excavation shall be carried out by use ofelectromechanical means like breakers or by blasting wherever permissible with expresspermission from the Competent Authority.

Necessary Barricades, Night Lamps, Warning Boards and required Watchman shall beprovide by the Contractor to prevent any accident to Pedestrians or Vehicles. Whilecarrying out the blasting operations, the Contractor shall ensure adequate safety bycautioning the vehicular and other traffic. The Contractor shall employ sufficient manpower for this with caution boards, flags, sign writings etc.

When trenches are excavated in slopes, uneven ground, inclined portion, the lower edgeshall be treated as normal level of the ground for the purpose of measurement of Depthof the Trench.

If excavation is not possible to the minimum depth of 90 Cms. above the cable, asdetailed above, full facts shall be brought to the Notice of the Engineer-in-Charge inwriting giving details of location and reason for not being able to excavate that particularportion. Approval shall be granted by the Competent Authority in writing under genuinecircumstances.

The Contractor shall be responsible for all necessary arrangements to remove or pumpout water from trench. The Contractor should survey the soil conditions encountered inthe section and make his own assessment about dewatering arrangements that may benecessary. Wherever the soil is hard due to dry weather conditions, if watering is to bedone for wetting the soil to make it loose, the same be done by the Contractor.For excavation in hard rock, where blasting operations are considered necessary, theContractor shall obtain the Approval of the Engineer-in-Charge in writing for resorting toblasting operation. The Contractor shall obtain license from the Competent Authority forundertaking blasting work as well as for obtaining and storing the explosive as per theExplosive Act, 1884 as amended upto date and the explosive Rules, 1983. The Contractorshall purchase the explosives, fuses, detonators, etc., only from a Licensed Dealer.Transportation and storage of explosives at site shall conform to the aforesaid ExplosiveAct and Explosive Rules. The Contractor shall be responsible for the safe custody andproper accounting of the explosive materials. Fuses and detonators shall be storedseparately and away from the explosives. The Engineer-in-Charge or his AuthorizedRepresentative shall have the right to check the Contractor’s store and account ofexplosives. The Contractor shall provide necessary facilities for this.The Contractor shall be responsible for any damage arising out of accident to Workmen,Public or property due to storage, transportation and use of explosive during blastingoperation.

Page 66: apbsnl.etenders.in3 > C > > # > 79 4 & 79 4& 7 $ &!$ , . & 7.&& $ $ ;& $ ;, , 7! & . . &> 9> $ ! ... 4 9 E4 ! ! .9,& 7 !,& 3 D P& 5> & & & $& !! .7 > ! > ., MMMMMMMMMMM MM ( . !. E

Tender for UG cable construction and Maintenance Works in Dhone Division of Kurnool SSA for theyear 2017-18

Page 66 of 84 Signature of Bidder

Blasting operations shall be carried out under the supervision of a Responsible AuthorizedAgent of the Contractor (referred subsequently as agent only), during specified hours asapproved in writing by the Engineer-in-Charge. The agent shall be conversant with theRules of Blasting.All procedures and safety precautions for the use of explosives, drilling and loading ofexplosives before and after shot firing and disposal of explosives shall be taken by theContractor as detailed in IS:4081 safety code for blasting and related drilling operation.

2.3.1 Trenching near Culverts/Bridges:At Bridges and Culverts the Cable shall be laid in GI Pipe of suitable size with thepermission of Concerned Authorities maintaining the Roads/Bridges. While carrying outthe work on Bridges and Culverts, adequate arrangement for cautioning the traffic byway of caution boards during day time and danger lights at night shall be provided.

Of late the Bridge Construction Authorities are providing Ducts below the Footpaths onthe Bridges for various services. The Telecom Officers need to maintain good liaison withthe concerned authority to get one side of the Duct allotted for Telecom Cables. In suchducts GI Pipes can be coupled and laid for pulling the Cables. It would be pertinent tomention here that close liaison with Bridge Construction Authorities would be ofimmense advantage in ensuring provision of Ducts on one or both the sides of theBridges as per future requirements. However, for laying Cables on existing Bridges,where Duct arrangement does not exist, one of the following methods may be adopted.

i) Where the cushion on top of the arch of the culvert is 45 Cms. or more, the Pipeto carry the Cable may be buried on the top of the arch adjoining the parapet wall bydigging close to the wheel guard. Every precaution shall be taken to see that no damageoccurs to the arch of the culvert. After burying the GI Pipe, the excavated surface on thearch shall be restored. .

ii) When the thickness of the cushion is less than 45 Cms., the pipe to carry thecable may be buried under the wheel guard masonry. After burring the pipes, wheelguard should be re-built.

iii) If neither of the two methods mentioned above is possible, the Pipe should beclamped to the outside of the parapet wall of the Culvert or Bridge with the help ofclamps, nails, nuts, bolts and screws of suitable size to ensure that the Pipe is securelyfixed. The GI clamps should be of minimum 25 mm width and 3 mm thickness andshould be fixed at an interval of 50 Cms. If necessary, the Pipe should be taken to theparapet walls at the ends where the wall diverges away from the roads. The work shouldbe carried out in consultation with the Authorities concerned maintaining the Roads andBridges.

After burring the GI Pipes, the wheel guards or arch may require repairing by concretingat site. For carrying out protection by concreting at site, the nominal dimension ofconcreting shall be according to the requirements of the site. Cement Concrete Mixtureused shall be of 1:2:4 composition i.e., 1 : 53 Grade Cement of Reputed Company, 2 :Coarse Sand, 4: Graded Coarse Stone aggregate of 6 mm nominal size, reinforced withMS Weld Mesh. As the RCC is cast at site, it is imperative to ensure that special care istaken to see that proper curing arrangements are made with adequate supply of water.The Contractor shall invariably use mechanical mixer at site for providing RCC Protection,to ensure consistency of the mix.

[

In case of small Bridges and Culverts, where there is a likelihood of their subsequentexpansion and re modelling, the Cable should be laid with some curve on both sides ofthe Culvert or the Bridge to make some extra length available for readjustment of thecable at the time of reconstruction of Culvert or the Bridge.2.3.2 Excavation In Surfaced Strata:2.3.2.1 Excavation on Footpath

Page 67: apbsnl.etenders.in3 > C > > # > 79 4 & 79 4& 7 $ &!$ , . & 7.&& $ $ ;& $ ;, , 7! & . . &> 9> $ ! ... 4 9 E4 ! ! .9,& 7 !,& 3 D P& 5> & & & $& !! .7 > ! > ., MMMMMMMMMMM MM ( . !. E

Tender for UG cable construction and Maintenance Works in Dhone Division of Kurnool SSA for theyear 2017-18

Page 67 of 84 Signature of Bidder

The excavation of trenches in all types of Footpaths including dismantling of asphalt/alltype of Tiles/CC and WBM shall be done upto a Depth such that the top of the cable is 90Cms below the normal Ground Level. The excavation on the Footpaths will be donemanually. The Contractor shall have to provide shoring wherever necessary, in case thedepth of trench is more than one meter. It is expected that the other services may bepresent below the Footpath, therefore, extra care need to be exercised while excavationof trenches.2.3.2.2 Excavation of Trenches along the Roads (which are carpeted end to end)The excavation of trenches along the roads which are carpeted from end to end includingdismantling of asphalt, Concrete and WBM shall be done up to a depth such that the topof the cable is 90 Cms below the normal ground level. The excavation along the roadsshall be done manually. The Contractor shall have to provide shoring wherever necessary,in case the depth of trench is more than one meter. It is expected that the other servicesmay be present below the roads, therefore, extra care need to be exercised whileexcavation of trenches.2.3.2.3 Excavation at Road Crossings/Railway Crossings:

The excavation of trenches in all types of roads including dismantling of asphalt/all typeof tiles/CC and WBM shall be done up to a depth such that the top of the RCC pipe is 90Cms below the normal ground level. After excavation of trench, RCC Pipes of100mm/150mm/225mm /300mm dia shall be laid at the Road Crossings. On minor roadswhich can be temporarily closed to traffic, it is possible to open up across the entirewidth of the road, the pipes should be installed quickly in the trench which should thenbe filled in, there by reducing the time to a minimum for which the road is required to beclosed. The roads, which are broad, may be opened for half their width, allowing theother half for use of vehicular traffic. The second half of the width should be opened afterlaying pipes and reinstating the first half of the trench. Pipes laid in the second halfshould be coupled firmly with those laid in the first half. Care must be taken to couplethe pipes fully. The pipes should be laid with a slight slope from the center to the sides ofthe road to prevent collection of water. 8 mm PP Rope shall be drawn through the laidpipes to facilitate cleaning and cable pulling at a later date before closing the trench.As the work on road crossings entails lot of inconvenience to vehicular traffic andpedestrians, it is desirable to bury extra pipes for future expansion at the initial stageitself. The spare pipes must be sealed properly at both the ends of the road to obviatethe possibility of pipe getting chocked due to settlement of sedimentation etc. TheContractor shall have to provide shoring, wherever necessary, in case the depth of trenchis more than one meter. Necessary barricades, night lamps, warning boards and requiredwatchman shall be provided by the Contractor to prevent any accident to Pedestrians orVehicles.The excavation within the Railway Property should be taken up after getting expresspermission from Railway Authorities. When a cable has to cross a Railway Track, it shouldbe laid in Iron pipes at a minimum depth of 1.25 M below rail level. The iron pipes of therequisite type shall be supplied by the Department or Railway Authorities as mentioned inthe Permission Letter. If the pipes are supplied by the Railways, cost shall be borne bythe Department. The pipeline should extend on both sides of the Railway track for asufficient distance to enable repairs to the cable, whenever necessary without disturbingthe formation under the Railway Track. The 8 mm PP Rope shall be drawn through thelaid pipes to facilitate cleaning and cable pulling at a later date. It is desirable to buryextra pipes for future expansion at the initial stage itself. The spare pipes must be sealedproperly at both the ends to obviate the possibility of pipe getting chocked due tosettlement of sedimentation etc.

Page 68: apbsnl.etenders.in3 > C > > # > 79 4 & 79 4& 7 $ &!$ , . & 7.&& $ $ ;& $ ;, , 7! & . . &> 9> $ ! ... 4 9 E4 ! ! .9,& 7 !,& 3 D P& 5> & & & $& !! .7 > ! > ., MMMMMMMMMMM MM ( . !. E

Tender for UG cable construction and Maintenance Works in Dhone Division of Kurnool SSA for theyear 2017-18

Page 68 of 84 Signature of Bidder

2.4 Classification of Trenches: The trenches have been categorized based on its sizerequired for laying different sizes and number of cables as under.

Typeof

Trench Size in Cms. Required for

Width Depth

Trench aboveCable/Pipe

Top Bottom

i. A 45 30 90 a. Single Cable of any size orb. Laying any number of Cables below 400Pairs* orC. Laying Two Cables of 400 Pairs andabove with/without any number ofadditional small size Cables*

ii. B 60 45 90 Laying Three Cables of 400 Pairs andabove with/without any number ofadditional small size Cables.*

iii. C 75 60 90 Laying Four Cables of 400 Pairs and abovewith/without any number of additionalsmall size Cables. *

iv D 90 75 90 Laying Five Cables of 400 Pairs and abovewith/without any number of additionalsmall size Cables.

Page 69: apbsnl.etenders.in3 > C > > # > 79 4 & 79 4& 7 $ &!$ , . & 7.&& $ $ ;& $ ;, , 7! & . . &> 9> $ ! ... 4 9 E4 ! ! .9,& 7 !,& 3 D P& 5> & & & $& !! .7 > ! > ., MMMMMMMMMMM MM ( . !. E

Tender for UG cable construction and Maintenance Works in Dhone Division of Kurnool SSA for theyear 2017-18

Page 69 of 84 Signature of Bidder

» The bottom width is mandatory.» *In case of large number of cables to be laid in a trench, the type of trenchcan be upgraded to higher type of trench by the DGM in-Charge considering siteconditions.»Where more than one cable is being laid in a trench there should be a gap of5 Cms. in between the cables. No cable should be laid one-over the other.

2.5 Trenches of Less Depth:Relaxation and Competent Authorities to Grant Relaxation: The depth of trench is veryimportant for future life of cables. Therefore, the Contractor is obligated to ensure thatthe standard depth is maintained in normal circumstances. However, due to obstructions,if the standard depth cannot be achieved, lower depth up to certain limits are acceptableby the authorities as prescribed below with extra protection as per specifications. Therelaxation by the Competent Authority prescribed below shall be obtained giving reasonsfor not achieving Standard Depth.

Size of Standard depth Minimum acceptable Powers delegated forCable in Cms. above Depth without Relaxation Relaxation for Depth upto

Cable in Cms. the Depth in Cms.

DET DGM

Allsizes

90 90 80 30

3.0 Laying and Pulling of Cables:The normal methods used in the Department for Laying Underground Cables are: i)Laying direct in the groundii) Pulling through Ducts

3.1 Laying Direct in the Ground: After excavation of trenches, approximately 5 Cmsthick bed of soft soil/or sand (in case the excavated material contains sharp pieces ofrock/stones) is laid before directly laying the cable. Adequate care shall be exercisedwhile laying the cables so that the cables are not put to undue tension/pressure as thismay adversely affect the electrical characteristics of cables with passage of time.

The cables shall invariably be laid in the trenches through jack and spindle atapproximate position for easy unwinding, putting cable rollers in the trenches, if requiredat a regular interval of approx. 20 Mtrs. under proper supervision.

Adequate overlaps shall be left for Jointing 2 successive lengths of Cables as under:

Size of Cable Length of Overlap.1200 Pairs and above 1.5 Meter. 800 and 1000 Pairs 1.4 Meter.

400 and 600 Pairs 1.2 Meter. Below 400Pairs 1.0 Meter.

In case the previous length ends in the middle of a carriage way/footpath/roadcrossing/bridge/culvert, it should be negotiated out of the carriage way/footpath/roadcrossing/bridge/culvert, by laying the next length early and removing the excess overlapcable and depositing to the stores under proper receipt.

Page 70: apbsnl.etenders.in3 > C > > # > 79 4 & 79 4& 7 $ &!$ , . & 7.&& $ $ ;& $ ;, , 7! & . . &> 9> $ ! ... 4 9 E4 ! ! .9,& 7 !,& 3 D P& 5> & & & $& !! .7 > ! > ., MMMMMMMMMMM MM ( . !. E

Tender for UG cable construction and Maintenance Works in Dhone Division of Kurnool SSA for theyear 2017-18

Page 70 of 84 Signature of Bidder

Where more than one cable are laid in the same trench, the jointing locations shall besuitably staggered. When a cable is to be terminated in a pillar, the length of cable forsuch termination shall be equal to (Jointing Length + Height of the Pillar).

Sharp bends shall be avoided. Bends, if any, the radius of curvature should be more thanat least six times the diameter of the cable. After the completion of laying, sand/sievedearth, free of stones etc., shall be placed over the cable to a height of 7.5 Cms. dulylevelled and rammed lightly to form a bedding for warning bricks or Half round RCCPipes/Stone Slab/ Pre Cast RCC Slab for mechanical protection.The cables may be required to be pulled through RCC/GI Pipes at Road Crossings,Railway Crossings, Bridges and Culverts, Extra care should be taken to avoid damage tothe cable while Pulling through Pipes which may occur due to kinks. The Contractorshould have the required tools and equipments for the purpose to complete the job in aprofessional manner.

When trenches are excavated upto specified depth, properly dressed and levelled and thecable(s) is/are laid, joint measurement of depth above cable shall be taken byRepresentative of Contractor and Engineer-in-Charge. Measurements shall be recorded inMeasurement Book with their Signature. Trenches for which measurements are recordedin Measurement Book shall be considered as approved trenches.

The Contractor shall ensure that trenching and cable laying activities are continuous,without leaving patches or portions incomplete in between.

When there are number of cables of the same size in the same trench it becomes difficultto identify the particular cable at time of maintenance. Therefore, identification collarsbearing LI Number of the cable shall be tagged to all the cables. The identification collarsshall be provided at an interval of not more than 2 meters.

3.2 Cable Pulling through Ducts :Before starting the cable pulling work, the duct and manholes/hand holes must becleaned and, made free from obstructions so that cable is not damaged while hauling.The Contractor shall be adequately equipped with tools and the equipmentslikecontinuous steel rod, winch machine, cable hauling rope fittings, swivels, hauling eyes,cable grips etc., to carry out the cable pulling work through ducts in a professionalmanner. As the cable pulling through ducts is a specialized work and any damage tocable in duct may lead to development of faults progressively with the passage of time, itis imperative that the work force and the supervisors responsible to carry out this workare fully trained and have sufficient experience.

4.0 Placing of Half Round RCC Pipes/Stone Slabs/Pre Cast RCC Slabs/Layer OfBricksAfter laying of cables, it is covered by a consolidated layer of 8 Cms. of soft earth (orsand in special cases where excavated material contains sharp stones/objects) whichshould be free from stones or other sharp objects, carefully pressed and lightly tamped.On this layer of soft earth, a layer of half round RCC pipes (100/150 mm dia)/StoneSlabs/Pre Cast RCC Slabs/Bricks is placed as a warning layer and also as a mechanicalprotection, as the Telecom Cables are vulnerable to damages due to excavations byother agencies.

The warning/protection layer of half round RCC Pipes/Stone Slabs/Pre Cast RCCSlabs/Bricks is laid as per following schedule depending upon the size of the cables anddepth of trench.

Sl.No. Size of cable Depth( in Cms) Warning layer/protection

Page 71: apbsnl.etenders.in3 > C > > # > 79 4 & 79 4& 7 $ &!$ , . & 7.&& $ $ ;& $ ;, , 7! & . . &> 9> $ ! ... 4 9 E4 ! ! .9,& 7 !,& 3 D P& 5> & & & $& !! .7 > ! > ., MMMMMMMMMMM MM ( . !. E

Tender for UG cable construction and Maintenance Works in Dhone Division of Kurnool SSA for theyear 2017-18

Page 71 of 84 Signature of Bidder

1 100 Pairs & 200 Pairs All Depths Bricks/Stone Slabs

2 400 Pairs & above Upto 80 Cms Bricks/Stone Slabs

3 400 Pairs and above Below 80 Cms Half round RCC Pipes/StoneSlabs/Pre Cast RCC Slabs/Bricks

The choice for protection layer out of half round RCC Pipes, Stone Slabs and Pre CastRCC Slabs or Bricks may be decided based on availability and comparative cost.Regarding half round RCC Pipes, upto 400 Pairs Cable 100 mm dia RCC Pipe and above400 Pairs Cables 150 mm dia RCC Pipes shall be required.

4.1 Layer of Bricks:Well burnt non-modular bricks of nominal size 229 mm (+/- 4mm) x 114mm (+/- 3mm)x 70 mm of minimum compressive strength of 75 Kg per Square Cm shall be used as awarning/protection layer. Bricks shall be used longitudinally over the cables up to 400Pairs and transversely over cables above 400 Pairs or two cables of size up to 400 Pairs.Approximately 4400 bricks per kilometer shall be required for laying longitudinally and9000 bricks per Km., shall be required for laying transversely.SDE in-Charge of work shall get the Bricks tested from a Reputed Laboratory forCompressive Strength. One test sample shall be got tested for a lot of 50,000 Bricks orpart thereof. The test certificate shall be attached along with the Final Bill.

5.0 Back Filling and Compacting of the Excavated Trenches:After laying the cables and providing warning/protection layer as per specifications, theremaining portion of the trench shall be filled in and well tamped in steps. The trenchshould be back filled in layers not exceeding 20 Cms., each at a time and rammed. TheContractor shall remove the excess earth from the site and leave only a crown of earthrising approximately 5 Cms. in the centre. This allows for natural subsidence. Whendigging on Footpaths, along roads and crossings, care should be taken to see that theroad is made motor-able as soon as the work is completed. The permanentreinstatement of roads and pavement shall be done by the Local Authorities.6.0 . Erection of Pillars:The Pillars should be installed in safe places on Footpaths at suitable locations convenientand accessible for maintenance. The positions close to the edge of Footpaths, nearTransformers or below Electric Lines particularly HT Lines must be avoided. The locationof Pillar, which may obstruct the view of drivers of vehicles as on kerb lines at streetintersections, locations in which the doors of the Pillars when opened constitute a dangerto pedestrians or traffic must be avoided. In general, the Pillar shall be so located thatreasonable and safe working conditions to the staff are possible throughout the year. Theheight of the pillar shall be such that the pillar does not get submerged during rains.6.1 . Construction of RCC Plinth for Pillars and Erection of Pillars :The Plinth for erection of pillars shall be made of RCC, cast at site. The dimensions of thepits for casting the foundation of the plinth shall be as under:

Length = W + 30 Cms.Width = D + 30 Cms.Depth = 90 Cms.

Where W=Width of the Pillar S hell, D=Depth of the Pillar Shell.After digging the pit for casting the Plinth of the Pillar, a GI Plate of Size 300 mm X 300mm and 4 mm thickness bolted to copper wire of 7/18 size (2 meter length) with the

Page 72: apbsnl.etenders.in3 > C > > # > 79 4 & 79 4& 7 $ &!$ , . & 7.&& $ $ ;& $ ;, , 7! & . . &> 9> $ ! ... 4 9 E4 ! ! .9,& 7 !,& 3 D P& 5> & & & $& !! .7 > ! > ., MMMMMMMMMMM MM ( . !. E

Tender for UG cable construction and Maintenance Works in Dhone Division of Kurnool SSA for theyear 2017-18

Page 72 of 84 Signature of Bidder

help of lug shall be buried in the bottom of the trench to form earth for the Pillar. TheCopper wire shall be embedded in RCC work with one end coming out on top of theplinth to be terminated in the CT Box mounting frame inside the Pillar Shell.

The earth in bottom of the plinth shall be well rammed. The concrete base for the Pillarshould be dimensioned to suit the particular Pillar shell dimensions. The RCC for the Pillarfoundation should be in the ratio 1:2:4 (1 Cement of 53 Grade of reputed brand, 2Coarse Sand, 3 Graded Stone aggregate of 20 mm nominal size). The details ofreinforcement and dimensions of plinth work are shown in Figures 1 & 2. The height ofthe pillar plinth shall be such that the bottom of pillar shell should normally remain 45cms. above the normal ground level. However, in localities, which are subjected toflooding during the rainy season, the height of the base shall be suitably raised so thatthe bottom of the pillar is kept well above the high flood level. The plinth shall be cast asper the approved drawings and with the use of proper form work.

After the RCC work is settled and cured, the plinth shall be finished with cement mortarin proportion of 1:3 (1 Cement of 53 Grade of Reputed Brand, 3 Fine Sand) of 6 mmthickness. The Contractor shall arrange water for curing the plinth for at least 7 days togive necessary strength. The sides of the RCC form work shall be filled with theexcavated earth and rammed properly to give it necessary strength so that the plinthdoes not tilt and loose its verticality at a later date. Finally the plinth above the groundlevel shall be painted with black oil paint.

Erection of pillar shall be done by fixing the pillar boxes on the plinth with 10 mm boltsembedded in RCC form work firmly and terminating the earth wire on the CT Boxmounting frame inside.

6.2 . Painting and Sign Writing of Pillars:The Pillar shell should be cleaned thoroughly and one coat of Red Oxide Primer shall beapplied on all surfaces i.e., inside and out side surfaces. After it is dried up, spraypainting shall be done with battleship grey paint of reputed brand on all surfaces. Oncegrey paint dries up, the sign writing shall be done after cleaning the surface with drycloth, with white enamel paint of reputed brand. Sign writing shall be carried out inCapital Letter of height 10 Cms and width 7.5 Cms(4” X 3”) and as per instructions ofEngineer-in-Charge. The following contents shall be sign written on the face of the PillarShell.Logo of the DepartmentName of Telecom DistrictNumber of the Piller which will carry abbreviated 3-4 digit alphabetical code of theexchange system followed by the number of the Piller.

7.0 . Erection of DPs:The Distribution Points(DPs) are fitted on Poles, walls or in the staircase walls easilyaccessible for maintenance, to terminate Distribution Cables coming from Pillars. Thereare Two types of DPs which are required to be erected.

A) External DPsB) Internal DPs.The Items of work involved in Erection of a DP are as under:7.1 External DPs :

I) Fitting of Post with all components: i.e.Hamilton Tubes (normally A4BC or BC),Socket, Cap and Spikes

II) Digging Pit for the Pole.

Page 73: apbsnl.etenders.in3 > C > > # > 79 4 & 79 4& 7 $ &!$ , . & 7.&& $ $ ;& $ ;, , 7! & . . &> 9> $ ! ... 4 9 E4 ! ! .9,& 7 !,& 3 D P& 5> & & & $& !! .7 > ! > ., MMMMMMMMMMM MM ( . !. E

Tender for UG cable construction and Maintenance Works in Dhone Division of Kurnool SSA for theyear 2017-18

Page 73 of 84 Signature of Bidder

III) Fitting Sole Plate in the assembled Tube and lowering the assembled Post in thePit. IV) Re-instating and consolidating after making the Post upright and rigid. V)Preparation and installation of Stay(s).

VI) Pulling the LI Cable(5 Pair/10 Pair/20 Pair) through 20/32 mm dia GI Pipe andterminating the Cable Pairs in DP Box and fixing of DP Box on the Post with the help offixtures (either Steel Tapes & Accessories such as Buckles, Pole Rings, Pole Brackets,Retainer Clamps & Hooks, Drive Bolts, Wall Rings, Plastic Plugs etc. or set of three GIClamps, Sa ddles, Brackets etc.)VII) Painting & Sign writing of the DP Post. The DP Post shall be painted with enamelpaint of reputed brand in three coloured bands of ten inch each (Red, Blue, and Red).

The painting of lower red band will start at five feet from ground. The sign writing will bedone in the middle of the Blue band with white enamel paint of reputed brand. Thecontents of the sign writing are given below.

* Abbreviated code of name of SSA. *Abbreviated code of exchangesystem

* Numbering of the DP.The height of the letter and contents according to numbering scheme of DPs in the SSAwill be given by Engineer-in-charge.7.2. Internal DPs :The items of work in erection of internal DPs are as under :

I) fixing of 20/32 mm G.I.Pipe with the help of clamps, nails and saddles atevery 30 cms. The clamps should be made of 25 mm wide and 3 mm thick G.I.strips properly galvanized.II) Pulling of L.I. Cable (5 Pairs/10 pairs/20 pairs/50 pairs) through 20/32mm dia G.I.Pipe of approximately 7 to 10 ft. and terminating the cable pairs inDP box and fixing of DP box on the wall with the help of suitable rawlplugs/wooden gitti and screws.III) Painting & sign writing of the DP. The sign writing shall be done on thewall near the DP box. The sign writing shall be done on blue background of300mm X 200mm with sign writing in white colour. Enamel paint of reputedbrand shall be used for painting and sign writing. The contents of the sign writingare given below..* Abbreviated code of name of SSA. *Abbreviated code of exchangesystem

* Numbering of the DP.

The height of the letters and contents according to numbering scheme of DPs in the SSAwill be given by Engineer-in-charge.

8.0 Termination of Cables in MDF & Pillars:

The U.G.Cables are terminated on tag blocks on line side of the MDF. The MDF consistsof iron frame work and line side tag blocks are fitted on verticals. In the department,depending upon the height of the MDF room, MDFs of different sizes are erected. Forsimplicity and uniformity, a standard numbering scheme of verticals, tag blocks and tagnumbers in the tag block is followed. From the non growing end, the verticals arenumbered as 01, 02 and so on. The tag blocks in a vertical are numbered as 01,02 andso on from top to bottom. In the tag block, which is of 100 Pairs, tags are numbered as01 to 100 from top most left corner to bottom most right corner.

The U.G cables are terminated on MDF from top to bottom on a vertical. The cables inpillars are terminated in the tag blocks of 100 Pairs each. For the sake of simplicity and

Page 74: apbsnl.etenders.in3 > C > > # > 79 4 & 79 4& 7 $ &!$ , . & 7.&& $ $ ;& $ ;, , 7! & . . &> 9> $ ! ... 4 9 E4 ! ! .9,& 7 !,& 3 D P& 5> & & & $& !! .7 > ! > ., MMMMMMMMMMM MM ( . !. E

Tender for UG cable construction and Maintenance Works in Dhone Division of Kurnool SSA for theyear 2017-18

Page 74 of 84 Signature of Bidder

uniformity, a standard numbering scheme of tag blocks in a pillar is followed. Theverticals in pillar are numbered as A,B,C &D. The tag blocks are counted from top tobottom in a column as A1,A2 ………......, B1,B2…………......,C1,C2………........

&D1, D2………… The tags in a tag block of 100 pairs are counted as 01,02…….100 fromtop most left corner to bottom most right corner. The A and C column tag blocks areused for terminating the primary cables and B and D column tag blocks are used forterminating the distribution cables.

While terminating the cables in MDFs and Pillars, the correspondence of pairs shall bemaintained from the point of view of counting of pairs and maintenance of the cables. Incase of armoured cables, the armour of the cable shall be connected to the C.T boxmounting frame in the pillar and to the verticals of MDF, which are earthed.

For terminating the cables and pillars, the joints at the foot of the pillar should beavoided and the cable should be directly led into the pillar through bottom inlet of thepillar shell. The sheath of the cable should be removed inside the pillar and the bunchesof the pairs shall be terminated on tag blocks after cleaning and lacing neatly. Thetermination of cables of MDF and pillars (and of course in DP also) should be done usingonly the standard tools.

The work of “termination on MDF and pillars “ includes :

I) Fixing of tag blocks on MDF vertical/CT boxes in Pillars.II) Drawing the cable in to the pillar and removing the cable sheath for required

length.III) Providing earth continuity with the armour of the cable(s).IV) Cleaning the insulated conductor and covering the formed bunches with PVC

sleeve/tape.V. Termination of cable pairs in Tag blocks/CT boxes.VI.Sign Writing with white enamel paint of reputed brand on inner panel of thepillar shall be done indicating the termination details. On MDF, the writtenlabels shall be put in place provided for it indicating the termination details. Thedetails of sign writing shall be given by the Engineer-in-charge.

The termination of cables should be done using standard tools.

9.0 Jointing of cables and End to End Testing:

“A Chain is as strong as its weakest link”, hence, the quality of external plantdepends upon quality of jointing work to a huge extent. As mentioned elsewhere, theexternal plant using U./G. Copper cables entails huge investment to the tune ofRs.10,000/- per pair on an average. If some pairs are lost in one joint, the pairs are notavailable for entire length of the cable. The loss of pairs is not only loss of capital butalso the department looses the potential revenue by not able to provide the connections.In view of these facts, the quality of jointing work is of immense importance andtherefore, the jointing work should be done experienced jointers using standard toolsand accessories.

The work of cable jointing involves jointing of pairs by twisting or machine jointing usingmodular connectors. The quality of joint is vital for overall electrical characteristics andquality of transmission of the subscriber loop and therefore, the same has to be donemeticulously. There are three different types of joints.

I) Straight Joint : for connecting all the pairs of two cables.

Page 75: apbsnl.etenders.in3 > C > > # > 79 4 & 79 4& 7 $ &!$ , . & 7.&& $ $ ;& $ ;, , 7! & . . &> 9> $ ! ... 4 9 E4 ! ! .9,& 7 !,& 3 D P& 5> & & & $& !! .7 > ! > ., MMMMMMMMMMM MM ( . !. E

Tender for UG cable construction and Maintenance Works in Dhone Division of Kurnool SSA for theyear 2017-18

Page 75 of 84 Signature of Bidder

II) Branch Joint : for connecting pairs of one cable to two or more differentcables branching out out at the joint.

III) Teeing Joint : Teeing of cable is done at the time of area transfer orrearrangement of cables in the external plant.

The items of work involved in jointing are as under:

9.1 Straight and Branch Joints:

a) Digging the Pit for the Jointb) Preparation of cable ends for jointing.c) Jointing of cable conductors by twisting or by machine jointing using modularconnectors.

d) Closing the joint & Flooding of the joint*(Flooding of Joints shall be mandatory).e) Providing protection to the joint with half round RCC Pipe/Stone slab/Pre castRCC slabs.

f) Back filling and compacting.g) Providing joint indicator and noting distances from three permanent point forfuture reference to locate the joints.

9.2. Teeing work involved in Area Transfer/ Re-arrangement work.

The following works are involved in teeing for area transfer/ Re -arrangement work.a) Digging Pit for the Joint.b) Operating the cable and numbering out.c) Putting sleeves with indicator slip on cable pairs.d) Jointing with new cable i.e Tee Joints.e)Conducting correspondence test between old DP and new DP on MDFs.f)Closing the joint by Thermo Shrinking if required before releasing the Tee.g)Release of Tee after area transfer.Closing the joint by Thermo Shrinking after release of Tee. And flooding of thejoint*(Flooding of joint shall be mandatory)

h)Providing protection to the joint with half round RCC pipe/stone slabs/Pre castRCC slabs.

i) Back filling and compacting.j) Providing joint indicators and noting distances from three permanent points forfuture reference to locate the joints.

For area transfer work, it is preferable to award teeing and cable construction workfrom new MDF to the Teeing point covering laying, jointing and termination of cableson new MDF to a single contractor to facilitate smooth completion and testing. Thecontractor shall make hundred percent pairs available from end to end. To ensure theavailability of 100% pairs end to end it is a good practice not to close the joints until allthe pairs are tested from MDF to pillar for primary cable work and from pillar to DP fordistribution cable work. “An ounce of prevention is worth a pound of cure” In caseof some pairs missing, the defects should be rectified at this stage it self, as the jointsare still kept open. Once, all the pairs are available, joint shall be closed properly usingjelly and other accessories as per instructions. Proper and adequate filling of jelly in thejoints is of importance as any water ingress and trapped in the cavities will result intolow insulation fault at later date. Before closing the joint the contractor is required toplace a slip inside the joint, indicating the following

Page 76: apbsnl.etenders.in3 > C > > # > 79 4 & 79 4& 7 $ &!$ , . & 7.&& $ $ ;& $ ;, , 7! & . . &> 9> $ ! ... 4 9 E4 ! ! .9,& 7 !,& 3 D P& 5> & & & $& !! .7 > ! > ., MMMMMMMMMMM MM ( . !. E

Tender for UG cable construction and Maintenance Works in Dhone Division of Kurnool SSA for theyear 2017-18

Page 76 of 84 Signature of Bidder

* Name of the Contractor.* Name of the Official of the department supervising the work *Date of Joint.

9.3 End-to-End Testing : The cables are to be tested for continuity of pairs andelectrical and transmission characteristics of the cable pairs, between MDF and pillar incase of primary cables and pillar and DPs in case of distribution cables separately. Thetest parameters should conform to the A.T. Standards of the department issued byT&D Circle. Broadly the following Parameters are tested (i) Insulation (ii) CrossInsulation (iii) Continuity (iV)Loop resistance (V) Transmission loss (VI) Cross talk level.

10.0 Cable route & Joint Indicators :Cable route and joint indicators are to be provided to indicate the cable route andlocation joints. The route and joint indicators are to be used for cables laid in rural areasas availability of land marks over wide expanse of lands is scanty. The route indicatorsare to be placed at every 200 mts. and at every place where the cable changes direction.Joint indicators are to be provided at all joints. For the sake of uniformity and fromviewpoint of identification of cable at later date for maintenance, the route indicatorsshall be provided in the alignment of the trench and the joint indicators should beprovided in the alignment of the trench 2 mtrs. towards exchange from the location ofjoint to obviate removal of joint indicator at the time of operating the joint.

The route and joint indicators are of RCC of trapezoidal shape having base ofapproximately 250 mm X 150 mm and top 200 mm X 75 mm and height 1000 mm. Theindicators shall be supplied by the department. For fixing the route/joint indicators, thepits of size 60 cms X 60 cms and 75 cms depth shall be dug. The indicator shall besecured in upright position by ramming with stone and murrum upto a depth of 15 cms.and concreting the remaining portion of 15 Cms by concrete mix of 1:2:4 (1 Cement, 2Coarse Sand and stone aggregate of 20mm nominal size. Necessary curing shall becarried for the concreting structure with sufficient amount of water for reasonable time toharden the structure.The route/Joint indicators shall be painted with Primer before painting with oil paint. Theroute indicators shall be painted with yellow paint and joint indicators shall be paintedwith red paint. The construction specifications of route and joint indicators are given inthe figures 3.

11.0 Documentation:The documentation, consisting of route diagrams, depicting joint locations, terminationdetails of cables on MDF, pillars and D.Ps., is of immense help at the time ofmaintenance or undertaking any re-arrangement work in the external plant. The detailsavailable in documentation prove to be of huge value in subsequent planning andconstruction activities in the external plant.

These documents are also useful in coordinating excavating activities by other agenciesthus saving our huge investment from getting damaged and also avoided disruption ofservices.The documentation shall be prepared primary cable wise for one or more than oneprimary cables with all its pillars shown and for all its pillars the distribution cables shownpillar wise, for the works ordered against a work order. The scope of work indocumentation shall include the following:

i) Route Diagrams: Preparation of route diagram depicting alignment of cables onroadsides on a geographical map of the piller area/exchange area. Though it is desirableto prepare these diagrams on geographical maps to the scale but in case geographicalmaps are not available, the maps should be constructed to a reasonable accuracy by

Page 77: apbsnl.etenders.in3 > C > > # > 79 4 & 79 4& 7 $ &!$ , . & 7.&& $ $ ;& $ ;, , 7! & . . &> 9> $ ! ... 4 9 E4 ! ! .9,& 7 !,& 3 D P& 5> & & & $& !! .7 > ! > ., MMMMMMMMMMM MM ( . !. E

Tender for UG cable construction and Maintenance Works in Dhone Division of Kurnool SSA for theyear 2017-18

Page 77 of 84 Signature of Bidder

taking details from the local bodies of the area. On this diagram, besides showingalignment of the cable, the topographical details of the road, location of pillars andlandmarks along side should also be shown to locate the cable(s) easily as and whenrequired. These diagrams shall be prepared on A-3 sheets 80 GSM.

ii) Joint offsets: the joints offsets will, inter-alla show the locations of joints byshowing distances from three permanent points so that the joints can be located easilyas and when required. Besides showing the locations of joints, it shall also show detailsof distribution of pairs in the joint in case of branch joint. These joint offsets shall beprepared in A-4 size sheets of 80 GSM.

iii) Pillar Cards : The pillar cards shall show the termination details of primary aswell as distribution cables in the pillar. These cards shall be prepared in A-4 sizesheets of 80 GSM.

iv) MDF Termination Cards: The MDF termination cards shall provide details oftermination of cable depicting full details of MDF vertical, tag block numbers and pairnumbers of the cable terminated on the MDF and its correspondence with termination inpillars. These cards shall be prepared in A-4 size sheets of 80 GSM.

The route diagrams, joint offsets, pillar cards and MDF termination cards shall beprepared by the contractor through and experienced draughtsman or these may becomputerized. The utility of the documentation will be enhanced if the existing cables arealso shown on these diagram being prepared for the new work. The contractor shall bebound to implant the details on the documents if supplied by Engineer-in-charge timely,without any extra cost. All the diagrams/cards/joint offsets shall bear the signatures ofthe contractor, the Engineer-in-charge and the A.T Officer as a proof of accuracy of thediagram.All the above documents( I to iv) pertaining to a pillar area/exchange system (in case ofsmall exchange system) shall be bound in A-4 size. The cover sheets shall be of 110 GSMand laminated. The front cover shall have the following details.

1. Name of the SSA2. Name of the Exchange system3. Name of the Contractor4. Name and Number of the pillar/exchange system5. 5. Work Order No.

6. Date of commencement of work

7. Date of completion of work.

12.0 SAFETY PRECAUTIONS:

12.1 Safety Precautions when excavating or working in excavations close toelectric cables

The Engineer-in-charge of the work should get full information from Electricityundertaking regarding any electric cables, which are known or suspected to exist nearthe proposed excavation and unless this is done, excavation should not be carried out inthe section concerned. The electricity undertaking should be asked to send arepresentative and work should be preceded with close consultation with them.

Only wooden handled hand tools should be used until the electric cables have beencompletely exposed. Power cables not laid in conduits are usually protected from above

by a cover slab of concrete, brick or stone. They may or may not be protectedon the sides. It is safer, therefore, always to drive the point of the pickaxe downwardsthen uncovering a cable, so that there is less chance of missing such warning slabs. Noworkman should be permitted to work alone where there are electric cables involved. Atleast one more man should be working near by so that help can be given quickly in case

Page 78: apbsnl.etenders.in3 > C > > # > 79 4 & 79 4& 7 $ &!$ , . & 7.&& $ $ ;& $ ;, , 7! & . . &> 9> $ ! ... 4 9 E4 ! ! .9,& 7 !,& 3 D P& 5> & & & $& !! .7 > ! > ., MMMMMMMMMMM MM ( . !. E

Tender for UG cable construction and Maintenance Works in Dhone Division of Kurnool SSA for theyear 2017-18

Page 78 of 84 Signature of Bidder

of an accident. If disconnection of power could be arranged in that section it will bebetter. No electric cables shall be moved or altered without the consent of theElectric Authority and they should be contacted to do the needful. If an the electriccable is damaged even slightly, it should be reported to the Electric Authority and anywarning bricks disturbed during excavation should be replaced while back filling thetrench. Before driving a spike into the ground, the presence of other undergroundproperties should be checked. Information on plans regarding the location of powercables need not to be assumed as wholly accurate. Full precautions should be taken inthe vicinity until the power cable is uncovered. All electric cables should be regarded asbeing live and consequently dangerous. Any power is generally dangerous, even lowvoltage proving fatal in several cases.

12.1.1 . Electric Shock-Action and treatment :Free the victim from the contract as quickly as possible. He should be jerked away fromthe live conductors by dry timber, dry rope or dry clothing. Care should be taken not totouch with bare hands as his body may be energized while in contact. Artificialrespiration should begin immediately to restore breathing even if life appears to beextinct. Every moment of delay is serious, so, in the meanwhile, a doctor should becalled for.

12.2 Safety Precautions while working in public street and along railway lines :Where a road or footpath is to be opened up in the course of work, special care shouldbe taken to see that proper protection is provided to prevent any accidents fromoccurring. Excavation work should be done in such a manner that it will not unduly causeinconvenience to pedestrians or occupants of buildings or obstruct road traffic. Suitablebridges over open trenches should be so planned that these are required for theminimum possible time. Where bridges are constructed to accommodate vehicular trafficand is done near or on railway property, it should be with the full consent and knowledgeof the competent railway authorities.[

12.2.1 Danger from falling material :Care should be taken to see that apparatus, tools or other excavating implements orexcavated materials are not left in a dangerous or insecure position so as to fall or beknocked into the trench thereby injuring any workman who may be working inside thetrench.

12.2.2 . Care when working in Excavations:Jumping into a trench is dangerous. If it is deep, workmen should be encouraged tolower themselves. Workers should work at safe distance so as to avoid striking eachother accidentally with tools. If the walls of the trench contain glass bits, corroded wiseor sharp objects they should be removed carefully. If an obstruction is encountered, itshould be carefully uncovered and protected if necessary. Care must be taken to see thatexcavated material is not left in such a position that it is likely to cause any accident orobstruction to a roadway or waterway. If possible the excavated material should be putbetween the workmen and the traffic without encroaching too much on the road.12.2.3 .. Danger of cave in:When working in deep trenches in loose soil, timbering up/ shoring the sides will preventsoil subsidence. The excavated material should be kept at sufficient distance from theedge of the trench or pit. Vehicles or heavy equipment must not be permitted toapproach too close to the excavation. When making tunnelled opening, it should beensured that the soil is compact enough to prevent cave in even under adverseconditions of traffic. Extra care should be taken while excavating near the foundations ofbuildings or retaining walls. In such cases, excavation should be done gradually and asfar as possible in the presence of the owners of the property.12.2.4 Protection of Excavations:Excavations in populated areas, which are not likely to be filled up on the same dayshould be protected by barriers or other effective means of preventing accidents and the

Page 79: apbsnl.etenders.in3 > C > > # > 79 4 & 79 4& 7 $ &!$ , . & 7.&& $ $ ;& $ ;, , 7! & . . &> 9> $ ! ... 4 9 E4 ! ! .9,& 7 !,& 3 D P& 5> & & & $& !! .7 > ! > ., MMMMMMMMMMM MM ( . !. E

Tender for UG cable construction and Maintenance Works in Dhone Division of Kurnool SSA for theyear 2017-18

Page 79 of 84 Signature of Bidder

location of all such openings must in any event be indicated by red flags or other suitablewarning signs. During the hours from dusk to dawn, adequate number of red warninglamps should be displayed. Supervisory officers should ensure that all excavations areadequately protected in this manner as serious risk and responsibility is involved.Notwithstanding adoption of the above mentioned precautions, works involvingexcavations should be so arranged as to keep the extent of opened ground and the timeto open it to a minimum.12.2.5 Precautions while working on roads:The period between half an hour after sun-set and half an hour before sunrise, and anyperiod of fog or abnormal darkness may also be considered as night for the purpose ofthese instructions, for the purpose of providing the warning signs. Excavation liable tocause danger to vehicles or the public must at all times be protected with fencing of ropetied to strong uprights or bamboo poles at a suitable height or by some other effectivemeans. Any such temporary erection which is likely to cause obstructions and which isnot readily visible should be marked by posts carrying red flags or boards with a redbackground by day and by continuously lighted lamps at night.The flags and the lamps should be placed in conspicuous positions so as to indicate thepedestrians and drivers of vehicles the full expanse i.e both width and length of theobstruction. The distance between lamps or between floors should not generally exceed1.25 mtrs, along the width and 6 mtrs. along length of the obstruction in non-congestedareas, but 4 meters along the length in congested areas. If the excavation is extensive,sufficient notice to give adequate warning of the danger, should be displayedconspicuously not less than 1.25 mtrs. above the ground and close to the excavation.Where any excavation is not clearly visible for a distance of 25 mtrs. to trafficapproaching from any direction or any part of the carriage way of the road in which theexcavation exists, a warning notice should be placed on the kerb or edge of all suchroads from which the excavation or as near the distance as is practicable but not lessthan 10 mtrs. from the junction of an entering or intersecting road be clearly visible andlegible.All warning lamps should have a red light, but white lights may be used in addition tofacilitate working at night. Wherever required a passage for pedestrians with footbridgeshould be provided. At excavations, cable drums, tools, and all materials likely to offerobstructions should be properly folded round and protected. This applies to jointer’s tentsas well. Leads, hoses etc., stretched and across the carriageway should be guardedadequately for their own protection and also that of the public.

12.2.6 Traffic Control:The Police authorities are normally responsible for the control of traffic and may requirethe setting up of traffic controls to reduce the inconvenience occasioned by establishmentof a single line of traffic due to restriction in road width or any other form of obstructioncaused by the work. As far as possible, such arrangements should be settled in advance.If there are any specific regulations imposed by the local authorities, these should befollowed.12.2.7 . Work along Railway Lines:Normally all works at Railway crossing is to be done under supervision of the railwayauthorities concerned, but it is to be borne in mind that use of white, red or green flagsby the Departmental staff is positively forbidden to be used when working along arailway line as this practice may cause an accident through engine drivers mistakingthem for railway signals. When working along a double line of railway, the men should bewarned to keep a sharp look on both the “UP” and “DOWN” lines to avoid the possibilityof any accident when trains pass or happen to cross one another near the work spot.12.3 Procedure and Safety precautions for use of explosives during blasting fortrenching:In areas where the cable trench can not be done manually on account of boulders androcks, it is necessary to blast the rocks by using suitable explosives. The quality of

Page 80: apbsnl.etenders.in3 > C > > # > 79 4 & 79 4& 7 $ &!$ , . & 7.&& $ $ ;& $ ;, , 7! & . . &> 9> $ ! ... 4 9 E4 ! ! .9,& 7 !,& 3 D P& 5> & & & $& !! .7 > ! > ., MMMMMMMMMMM MM ( . !. E

Tender for UG cable construction and Maintenance Works in Dhone Division of Kurnool SSA for theyear 2017-18

Page 80 of 84 Signature of Bidder

explosive to be used depends on the nature of the rocks and the kind of boulders. A fewtypes of explosive fuses and detonators normally used for making trenches for cableworks are detailed below.

I) Gun powderII) Nitrate mistureIII) GelatineIV) Safety fuseV) Electric detonatorVI) Ordinary detonator

12.3.1 ProcudureA detailed survey of the route is to be done to assess the length of the section wheretrenching is to be done with the help of blasting. A route diagram of the rocky sectionmay be prepared indicating the length of the route where the explosives are to be used.For the purpose of obtaining license, the longer length of route should be given in theapplication as in many cases, after digging, rocks appear where blasting was not initiallyanticipatedNext a license will have to be obtained for use and storing of explosive in that section. Ifthe area falls under a Police Commissioner, the authority for granting such license is thePolice Commissioner of the Concerned area.

When the route does not fall in the jurisdiction of the Police Commissioner, the authorityfor issuing license is the District Magistrate. The concerned authority should be applied inprescribed form with route map. The concern authority will make an enquiry and issue alicense for using/storing explosives for cable trenching work. Such license will be valid for15 days only. The license should be got renewed if the blasting operation need to beextended. Once the license is granted, it is the responsibility of the holders of license forthe proper use of explosives, its transportation and storing.12.3.2 . Method of Using:The safest explosive is the gelatine and electric detonator. Gelatine is in the form of astick. Electric detonator is a type of fuse used for firing the explosive electrically. Holesare made at suitable intervals on rocky terrain or boulders either by air compressor or bymanual chipping. The depth of the holes should be 2 to 3 feet. Fill up the holes withsmall quantity of for about 6”. First the Electric Detonator is to be inserted into thegelatine and the gelatine is to be inserted into the holes keeping the +ve and –ve wiringsof electric detonators outside the holes. Again refill the holes with sand. These +ve and –ve insulated wires of detonator are than extended and finally connected to an EXPLODERkept at a distance of not less than 100 mtrs.

Now the explosive is ready for blasting. But, before connecting wires to exploder forblasting, all necessary precautions for stopping the traffic, use of red flags, exchange ofcaution signals, etc., should be completed and only then Exploder should be connectedand operated.

12.3.3 . Operation of exploder (IDL schaffler type 350 type exploder):The type 350 blasting machine consists of a bearing block with blasting machine systemand the explosion proof light – alloy injection mouled housing. The exploder is held withthe left hand. The twist handle is applied to the drive pin, clapped with the right handturned in the clock wise direction in continuous measurements at the highest speed fromthe initial position until it reached to a stop. At this stage an indication lamp will glow.When the indication lamp glows, “Press button Switch” should be pressed. This willextend the electric current to detonator and gelatine will be detonated. The rock willbeblasted out of the trench. Number of holes can be blasted in a single stroke byconnecting all such detonators in series connection and finally to the exploder. After

Page 81: apbsnl.etenders.in3 > C > > # > 79 4 & 79 4& 7 $ &!$ , . & 7.&& $ $ ;& $ ;, , 7! & . . &> 9> $ ! ... 4 9 E4 ! ! .9,& 7 !,& 3 D P& 5> & & & $& !! .7 > ! > ., MMMMMMMMMMM MM ( . !. E

Tender for UG cable construction and Maintenance Works in Dhone Division of Kurnool SSA for theyear 2017-18

Page 81 of 84 Signature of Bidder

blasting, again mazdoors are engaged on the work to clear the debris. If the result of theblasting is not satisfactory, it should be repeated again on the same place.

12.3.4 . Warning:There may be two reasons for unsatisfactory results of the blasting:

a) Misfire of gelatine due to leakage of current from detonator.b) Over loading because of overburdens.

Never pull the broken wire pieces from the holes in such cases. Attempt should not bemade to re-blast the misfired gelatine. The safest way is to make a fresh hole by its sideand put fresh gel atine in that hole and blast it.12.3.5 Precautions:The abstract of explosives Rules 1983 which are relevant to our work is given below:Restriction of delivery and dispatch of explosives:No person shall deliver or dispatch any explosives to anyone other than a person who isthe holder of a license to possess the explosives or the agent of a holder of such alicense duly authorized by him in writing on his behalf.

ORa) is entitled under these rules to possess the explosives without a license.

The explosives so delivered or dispatched shall in no case exceed the quantity, which theperson to whom they are delivered or dispatched is authorized to possess with or withouta license under these rules.

No person shall receive explosives from any person other than the holder of a licensegranted under these rules. No person shall receive from or transfer explosives to anyperson for a temporary storage or safe custody In a licensed premise unless priorapproval is obtained from the Chief Controller.

A person holding license for possession of explosives granted under these rules shallstore the explosives only in premises specified in the license.

Protection from Lightening During Storing:

Every magazine shall have attached there to one or more efficient lightening conductorsdesigned and erected in accordance with the specification laid down in Indian StandardSpecifications No. 2309 as amended from time to time. The connections to various partsof earth resistance of the lightening conductor terminal on the building to the earth shallbe tested at least once in every year by a qualified electrical engineer or any othercompetent person holding a certificate of competency in this behalf from the StateElectricity Department. A certificate showing the results of such tests and the elate of thelast test shall be hung up in conspicuous place in the building.

Precautions during thunder-storm:

* When a thunder - storm appears to be imminent in the vicinity of a magazine or storehouse every person engaged in or around such magazine and store house shall bewithdrawn to a safe distance from such magazine or store house and the magazine andstore house shall be kept closed and locked until the thunder storm has ceased or thethreat of it has passed.

Maintenance of records:

Page 82: apbsnl.etenders.in3 > C > > # > 79 4 & 79 4& 7 $ &!$ , . & 7.&& $ $ ;& $ ;, , 7! & . . &> 9> $ ! ... 4 9 E4 ! ! .9,& 7 !,& 3 D P& 5> & & & $& !! .7 > ! > ., MMMMMMMMMMM MM ( . !. E

Tender for UG cable construction and Maintenance Works in Dhone Division of Kurnool SSA for theyear 2017-18

Page 82 of 84 Signature of Bidder

Every person holding a license granted under these rules for possession, sale or use ofexplosives shall maintain records in the prescribed forms and shall produce such recordon demand to an Inspection Officer.

Explosives not to be kept in damaged boxes:

The licensee of every magazine or store house shall ensure that, the explosives arealways kept in their original outer package. In case, the outer package gets damaged sothat the explosive contained therein cannot be stored or transported, such explosivesshall be repacked only after the same are examined by controller of explosives.

Storage of explosives In excess of the licensed quantity:

The quantity of any kind of explosives kept in any licensed magazine or store house shallnot exceed the quantity entered in the license against such kind of explosives. Noexplosives in excess of the licensed quantity shall be stored in the magazine or storehouse unless a permit in this behalf is obtained from the licensing authority by a letter ortelegram.

12.3.6 precautions to be observed at Site:The electric power at the blasting site shall be discontinued as far as practicable beforecharging the explosives. No work other than that associated with the charging operationsshall be carried out within 10 metres of the holes unless otherwise specified to thecontrary by the licensing authority.

When charging is completed, any surplus explosive detonators and fuses shall beremoved from the vicinity of the hole and stored at a distance which should preventaccidental detonation in the event of a charge detonating prematurely in any hole. Theholes which have been charged with explosives shall not be left unattended till theblasting is completed. Care shall be taken to ensure that fuse or wires connected to thedetonation are not damaged during the placing of stemming materials and tamping.

Suitable warning procedure to be maintained:

The licensee or a person appointed by the licensee to be in charge of the use ofexplosives at the site shall lay down a clear warning procedure consisting of warningsigns and suitable signals and all persons employed in the area shall be made fullyconversant with such signs and signals.

Precautions to be observed while firing:

The end of the safety fuse (if used in place of a detonator should be freshly cut beforebeing lighted). The exploders shall be regularly tested and maintained in a fit conditionfor use in firing. An exploder shall not be used for firing a circuit above its rated capacity.The electric circuits shall be tested for continuity before firing. All persons other than theshot-firer and his assistant, if any, shall be withdrawn from the site before testing thecontinuity.

For the purpose of jointing, the ends of all wires and cables should have the insulationremoved for a maximum length of 5 Cms. and should, then be made clear and bright fora minimum length of 2.5 cms. and the ends to be joined should be twisted together so asto have a positive metal contact. Then these should be taped with insulation to avoidleakage when in contact with earth.

In case of blasting with dynamite or any other high explosive, the position of all the boreholes to be drilled shall be marked in circles with while paint. These shall be inspectedby the Contractor's agent. Bore holes shall be of a size that the cartridge can easily pass

Page 83: apbsnl.etenders.in3 > C > > # > 79 4 & 79 4& 7 $ &!$ , . & 7.&& $ $ ;& $ ;, , 7! & . . &> 9> $ ! ... 4 9 E4 ! ! .9,& 7 !,& 3 D P& 5> & & & $& !! .7 > ! > ., MMMMMMMMMMM MM ( . !. E

Tender for UG cable construction and Maintenance Works in Dhone Division of Kurnool SSA for theyear 2017-18

Page 83 of 84 Signature of Bidder

down. After the drilling operation, the agent shall inpect the holes to ensure that drillinghas been done only at the marked locations and no extra hole has been drilled. Theagent shall then prepare the necessary charge separately for eachbore hole. The bore holes shall be thoroughly cleaned before a cartridge is inserted. Onlycylindrical wooden tamping rods shall be used for tamping. Metal rods or rods havingpointed ends shall never be used for tamping. One cartridge shall be placed in the borehole and gently pressed but not rammed down. Other cartridges shall then be added asmay be required to make up he necessary charge for the bore hole. The top mostcartridge shall be connected to the detonator which shall in turn be connected to thesafety fuses of required length. All fuses shall be cut to the length required before beinginserted into the holes. Joints in fuses shall be avoided. Where joints are unavoidable, asemi-circular niche shall be cut in one piece inserted into the niche. The two pieces shallthen be wrapped together with string. All joints exposed to dampness shall be wrappedwith rubber tape.The maximum of eight bore holes shall be loaded and fired at one occasion. The chargesshall be fired successively and not simultaneously. Immediately before firing, warningshall be given and the agent shall see that all persons have retired to a place of safety.The safety fuses of the charged holes shall be ignited the presence of the agent, whoshall see that all the fuses are properly ignited.

Careful count shall be kept by the agent and others of each blast as it explodes. In case allthe charged bore holes have exploded, the agent shall inspect the site soon after the blast butin case of misfire the agent shall inspect the site after half an hour and mark red crosses (X)over the holes which have not exploded. During his interval of half an hour, nobody shallapproach the misfired holes. No driller shall work near such bore until either of the followingoperations have been done by the agent for the misfired boreholes.

a) The contractor's agent shall very carefully (when the tamping is a damp day)extract the tamping with a wooden scraper and withdraw the primer and detonator.

b) The holes shall be cleaned for 30 an of tamping and its direction ascertained byplacing a stick in the hole. Another hole shall then be drilled 15cm away and parallel to it.This hole shall be charged and fired. The misfired holes shall also explode along with thenew one.

Before leaving the site of work, the agent of one shift shall inform the another agentrelieving him for the next shift, of any case of misfire and each such location shall bejointly inspected and the action to be taken in the matter shall be explained to therelieving agent.

The Engineer-in-charge shall also be informed by the agent of all cases of misfire, theircauses and steps taken in that connection.

12.3.7. General Precautions: For the safety of persons red flags shall be prominentlydisplayed around the area where blasting operations are to be carried out. All theworkers at site, except those who actually ignite the fuse, shall withdraw to a safedistance of at least 200 meter from the blasting site. Audio warning by blowing whistleshall be given before igniting the fuse.

Blasting work shall be done under careful supervision and trained personnel shall beemployed. Blasting shall not be done within 200 meters of an existing structure, unlessspecially permitted by the Engineer-in-charge in writing.

Precautions against misfire: The safety fuse shall be cut in an oblique direction with aknife. All saw dust shall be cleared from inside of the detonator. This can be done byblowing down the detonator and tapping the open end. No tools shall be inserted into thedetonator for this purpose.

If there is water present or if the borehole is clamp, the junction of the fuse anddetonator shall be made water tight by means of tough grease or any other suitable

Page 84: apbsnl.etenders.in3 > C > > # > 79 4 & 79 4& 7 $ &!$ , . & 7.&& $ $ ;& $ ;, , 7! & . . &> 9> $ ! ... 4 9 E4 ! ! .9,& 7 !,& 3 D P& 5> & & & $& !! .7 > ! > ., MMMMMMMMMMM MM ( . !. E

Tender for UG cable construction and Maintenance Works in Dhone Division of Kurnool SSA for theyear 2017-18

Page 84 of 84 Signature of Bidder

material. The detonator shall be inserted into the cartridge so that about one-third of thecopper tube is left exposed outside the explosive. The safety fuse just above thedetonator shall be securely tied in position in the cartridge. Water proof fuse only shallbe used in the clamp borehole or when water is present in the borehole.

If a misfire has been found to be due to defective fuse, detonator or dynamite, the entireconsignment from which the fuse, detonator or dynamite was taken shall be gotinspected by the Engineer-in-charge or his authorized representativebefore resuming the blasting or returning the consignment.12.3.8 Precaution against stray currents:Where electrically operated equipment’s is used in locations having conductive ground orcontinuous metal objects, tests shall be made for stray current to ensure that electricalfiring can proceed safely.

Signature of the tenderer