You are on page 1of 81

GEDCOL SAIL POWER

CORPORATION LIMITED

TENDER DOCUMENTS FOR MANDIRA SMALL


HYDRO ELECTRIC PROJECT (10MW),
ODISHA
Volume- 3 of 4
CONSULTANT:
WAPCOS LIMITED
(A Government of India Undertaking)
Ministry of Water Resources, River
Development & Ganga Rejuvenation
2nd Floor, SKV House,
Plot No. 57, Sector-18, Gurugram
Haryana-122015
Tel.: +91-124-2343425
E-mail: ceelectrical@wapcosindia.com

December, 2019
GEDCOL SAIL POWER CORPORATION
LIMITED

TENDER DOCUMENTS FOR MANDIRA SMALL HYDRO ELECTRIC


PROJECT (10MW), ODISHA
Volume-3 of 4 (Part-I)
CONSULTANT:
WAPCOS LIMITED
(A Government of India Undertaking)
Ministry of Water Resources, River Development & Ganga
Rejuvenation
2nd Floor, SKV House, Plot No. 57, Sector-18, Gurugram
Haryana-122015
Tel.: +91-124-2343425
E-mail: ceelectrical@wapcosindia.com

December, 2019
1 2 3 4 5 6 7 8 9 10

A A

B B

MANDIRA DAM SMALL HYDRO ELECTRIC PROJECT

LIST OF DRAWINGS
C C

SL. No. NAME OF DRAWING DRAWING NO.


1. LOCATION MAP WAP/POWER /MANDIRA/TENDER/01
D 2. PROJECT GENERAL LAYOUT PLAN WAP/POWER /MANDIRA/TENDER/02 D

3. L-SECTION OF WATER CONDUCTOR SYSTEM FROM HEAD REGULATOR TO POWER HOUSE WAP/POWER /MANDIRA/TENDER/03
4. HEAD REGULATOR PLAN AND SECTIONS WAP/POWER /MANDIRA/TENDER/04
5. HEADRACE CHANNEL-TYPICAL SECTIONS WAP/POWER /MANDIRA/TENDER/05
6. POWER INTAKE PLAN AND SECTION WAP/POWER /MANDIRA/TENDER/06
E E
7. POWER HOUSE PLAN WAP/POWER /MANDIRA/TENDER/07
8. POWER HOUSE CROSS SECTION WAP/POWER /MANDIRA/TENDER/08
9. TAILRACE CHANNEL-TYPICAL SECTIONS WAP/POWER /MANDIRA/TENDER/09
10. GENERAL ARRANGEMENT OF HEAD REGULATOR GATE WAP/POWER /MANDIRA/TENDER/10

F
11. GENERAL ARRANGEMENT OF POWER INTAKE GATE WAP/POWER /MANDIRA/TENDER/11 F

12. GENERAL ARRANGEMENT OF DRAFT TUBE GATE WAP/POWER /MANDIRA/TENDER/12


13. 33kV SWITCHYARD LAYOUT WAP/POWER /MANDIRA/TENDER/13
14. ELECTRICAL SINGLE LINE DIAGRAM WAP/POWER /MANDIRA/TENDER/14
15. SINGLE LINE DIAGRAME FOR 33kV BAY EXTENSION WAP/POWER /MANDIRA/TENDER/15
G G

H H

1 2 3 4 5 6 7 8 9 10 A3 - 420X297
1 2 3 4 5 6 7 8 9 10

A A

B B

C C

D D

E E

F F

FOR TENDER PURPOSE ONLY G


G
CLIENT
GEDCOL SAIL POWER CORPORATION
LIMITED(GSPCL)
PROJECT

MANDIRA DAM SMALL HYDRO ELECTRIC PROJECT


TITLE
LOCATION PLAN
H H
DRAWING NO. WAP/POWER /MANDIRA/TENDER/01
THIS DRAWING IS THE PROPERTY OF WAPCOS LIMITED AND IS SUBJECT TO THEIR RECALL.
IT SHALL NOT BE COPIED OR REPRODUCED WITHOUT THEIR PRIOR WRITTEN PERMISSION. SHEET NO. 01 OF 01

1 2 3 4 5 6 7 8 9 10 A3 - 420X297
1 2 3 4 5 6 7 8 9 10

E 8762300

E 8762350

E 8762400

E 8762450

E 8762500

E 8762550

E 8762600

E 8762650

E 8762700
E 876250
NOTES:
A 1. ALL DIMENSIONS ARE IN MM AND ELEVATIONS IN A
METERS, UNLESS OTHER WISE SPECIFIED.
2. REALIGNMENT OF EXISTING ROADS SHOWN IS
TENTATIVE AS PER DPR. CONTRACTOR SHALL REVIEW
N 2467200 THE SAME AT DETAILED ENGINEERING STAGE AS PER
SITE CONDITIONS REALIGNMENT OF EXISTING ROAD
HEAD REGULATOR SHOWN WITH BRIDGES/CULVERTS.IF ANY SHALL BE
PROVIDED AS PER REQUIREMENT OF EMPLOYER.
3. FOR L-SECTION REFER DRAWING NO.
B 50.0m LENGTH U/S TRANSITION WAP/POWER/MANDIRA/TENDER/03. B
N 2467150
213.54m LONG HEADRACE CHANEL

N 2467100

C C

N 2467050

EXISTING ROAD
N 2467000
D D
POWER INTAKE

25.0m LONG PENSTOCK


N 2466950
POWER HOUSE

E
17.7m LONG TAILPOOL E

EL.19
5.50
N 2466900
150.0m LONG TAILRACE CHANEL
COLONY QUARTERS
R
Y
B

X
D
Y
R
X

Y
B

D DWG NO.09
Y

N 2466850

SWITCHYARD
F E F

E DWG NO.09
N 2466800

N 2466750 FOR TENDER PURPOSE ONLY


G G
CLIENT
GEDCOL SAIL POWER CORPORATION
LIMITED(GSPCL)
PROJECT

N 2466700 MANDIRA DAM SMALL HYDRO ELECTRIC PROJECT


TITLE
PROJECT GENERAL LAYOUT PLAN
H H
DRAWING NO. WAP/POWER/KANUPUR/TENDER/02
N 2466650 THIS DRAWING IS THE PROPERTY OF WAPCOS LIMITED AND IS SUBJECT TO THEIR RECALL.
IT SHALL NOT BE COPIED OR REPRODUCED WITHOUT THEIR PRIOR WRITTEN PERMISSION. SHEET NO. 01 OF 01

1 2 3 4 5 6 7 8 9 10 A3 - 420X297
1 2 3 4 5 6 7 8 9 10

FRL EL.210.31
MWL EL.212.75 NSL NSL
A A
TOP EL.213.75
213.54 m HEADRACE CHANEL FLOW
MDDL EL.205.74 FOR PH 50.0M LONG UPSTREAM TRANSITION FLOW
50.0M LONG DOWNSTREAM
EL.202.69 SLOPE-1:1100 TRANSITION
y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y
190.0 y y y y y y y y y y y

ANCHOR BLOCK-1
190.0
Elevations
B B
25.0m LONG PENSTOCK
180.0

170.0

CUTLINE
160.0

C C
Datum-150.0
210.000

211.248

212.380

213.478

214.000

214.000

214.000

214.000

214.000

214.000

100.000 213.769

110.000 213.527

120.000 213.283

130.000 213.019

140.000 212.692

150.000 212.321

160.000 212.000

170.000 211.958

180.000 211.818

190.000 211.678

200.000 211.538

210.000 211.398

220.000 211.258

230.000 211.118

240.000 211.000

250.000 211.000

260.000 210.908

270.000 209.933

280.000 209.547

290.000 209.154

300.000 208.833

310.000 208.548

320.000 208.264

330.000 207.986
ELEVATION
(meters)
10.000

20.000

30.000

40.000

50.000

60.000

70.000

80.000

90.000
0.000

CHAINAGE
(meters)
D D
LONGITUDINAL SECTION OF WATER CONDUCTOR SYSTEM

NOTES:
POWER INTAKE
POWER HOUSE 1. ALL DIMENSIONS ARE IN mm AND ELEVATIONS ARE IN
E TOP EL.213.75 E
METRES.
NSL 2. THIS IS TENDER DRAWING AND SHOULD NOT BE USED
50.0M LONG DOWNSTREAM FOR CONSTRUCTION PURPOSE.
NSL
TRANSITION CRANE BEAM EOT CRANE 30/5 TONNES
3. FOR PLAN REFER
y
LEVEL EL.201.25

y y EL.194.65(MAX.TWL)
y DRG.NO.WAP/POWER/MANDIRA/TENDER/02
AH MH

y y y y y y y y y
1000

EL.188.78(MIN.TWL)
y

ANCHOR BLOCK-1 TO TAILRACE CHANNEL


TAILRACE POOL SLOPE-1:1100
y y y y y y y y y y y y y y y y y y y
EL.188.78
y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y EL.187.00
y

y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y
4 y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y
y

y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y
y y y
y

y
y

1 y y
y

y
y

y y y
y y y y y y y y y

y
y

y y y
y y
y

y
y

y y y
y y y y y y y y y y y y y y
y

25.0m LONG PENSTOCK


y y
y y
y

y y
y
y

y y y y y y y y y y y y y y y y y y y y y
y
y

CL OF PENSTOCK & RUNNER


y
y

F F
ANCHOR BLOCK-2
CUTLINE

FOR TENDER PURPOSE ONLY G


G
CLIENT
280.000 209.547

290.000 209.154

300.000 208.833

310.000 208.548

320.000 208.264

330.000 207.986

340.000 207.801

350.000 207.615

360.000 207.430

370.000 207.244

380.000 207.059

390.000 206.628

400.000 206.082

410.000 205.653

420.000 205.245

430.000 204.191

440.000 203.735

450.000 203.442

460.000 203.149

470.000 203.000

480.000 203.000

490.000 203.000

500.000 203.000

510.000 200.921

520.000 199.977

530.000 199.187

540.000 197.458

550.000 192.800

560.000 188.905

568.763 187.000
GEDCOL SAIL POWER CORPORATION
LIMITED(GSPCL)
PROJECT

MANDIRA DAM SMALL HYDRO ELECTRIC PROJECT


TITLE
L-SECTION OF WATER CONDUCTOR SYSTEM
H
LONGITUDINAL SECTION OF WATER CONDUCTOR SYSTEM DRAWING NO. WAP/POWER /MANDIRA/TENDER/03
H

THIS DRAWING IS THE PROPERTY OF WAPCOS LIMITED AND IS SUBJECT TO THEIR RECALL.
IT SHALL NOT BE COPIED OR REPRODUCED WITHOUT THEIR PRIOR WRITTEN PERMISSION. SHEET NO. 01 OF 01

1 2 3 4 5 6 7 8 9 10 A3 - 420X297
1 2 3 4 5 6 7 8 9 10

A 40000 ROPE DRUM HOIST A

10500 9500 9500 10500


2000 7500 2000 7500 2000 7500 2000 7500 2000

B
_
RIGHT ABUTMENT TRASHRACK

LEFT ABUTMENT
3600 1.0m HIGH RAILING
B B

EL.213.75 BRIDGE
MWL EL.212.75

PIER

PIER

PIER
SERVICE GATE A
_ PIER
COLUMN (7500x8000) EL.210.69
FRL EL.210.31
17250

FLOW
PIER BREAST WALL
C C
CONTRACTION
TRASHRACK JOINT
BRIDGE AT EL.213.75
MDDL EL.205.74 SERVICE GATE
(FOR PH) GROOVE
(7500x8000) TO HEADRACE
CHANEL

70
°
EL.202.69
y y y
D EL.201.69 y y y y y y y y y y y y y y y y y y y y y y y D
FLOW

CHANEL
TO HEADRACE

y
CONTRACTION JOINT

y
150TH.RCC
1250 6900 450 6650 2000 LINING
17250

SECTION-B

E
PLAN E
ROPE DRUM HOIST NOTES:
1. ALL DIMENSIONS ARE IN MM AND ELEVATIONS IN
METERS UNLESS OTHER WISE SPECIFICATION.
2. FOR DETAILS OF GATES REFER RELEVANT HM DRAWINGS.

COLUMN
MWL 212.75
F F
EL.213.75

SERVICE GATE
(7500x8000)
EL.210.69
FRL EL.210.31

LEFT ABUTMENT
RIGHT ABUTMENT

PIER

PIER
PIER

FOR TENDER PURPOSE ONLY G


G
CLIENT
MDDL EL.205.74 GEDCOL SAIL POWER CORPORATION
LIMITED(GSPCL)
PROJECT

EL.202.69 MANDIRA DAM SMALL HYDRO ELECTRIC PROJECT


EL.201.69 y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y
TITLE

2000 7500 2000 7500 2000 7500 2000 7500 2000 HEAD REGULATOR PLAN AND SECTIONS
H 40000 H
DRAWING NO. WAP/POWER /MANDIRA/TENDER/04
SECTION-A THIS DRAWING IS THE PROPERTY OF WAPCOS LIMITED AND IS SUBJECT TO THEIR RECALL.
SHEET NO. 01 OF 01
IT SHALL NOT BE COPIED OR REPRODUCED WITHOUT THEIR PRIOR WRITTEN PERMISSION.
1 2 3 4 5 6 7 8 9 10 A3 - 420X297
1 2 3 4 5 6 7 8 9 10

NOTES:
A A
1. ALL DIMENSIONS ARE IN mm AND ELEVATIONS ARE IN
METRES.
2. SUB SURFACE DRAINAGE BELOW CONCRETE LINING NOT
SHOWN AND SHALL BE PROVIDED AS PER STRATA AT
SITE IN ACCORDANCE WITH IS:4558: 1995 (LATEST
REVISION).
6000 3. SURFACE DRAINS PROVIDED SHALL BE PLANNED AND
STONE PITCHING 1.0m HIGH RAILING WATER BE CHANNELISED PROPERLY TO AVOID DAMAGE
EL.213.75 TO EMBANKMENT.
B MWL.212.75 4. RETAINING WALLS ABOVE ROCK LEVEL SHALL BE B
1.5 1.5
1 1 PLANNED AS PER SITE CONDITIONS DURING DETAILED
COMPACTED BACKFILL NSL (VARIES) FRL.210.31 ENGINEERING STAGE.
5. STONE PITCHING SHALL BE PROVIDED ON OUTER SLOPE
OF EMBANKMENT TO AVOID EROSION DURING RAINS.
1.5 1.5
1 1
MDDL.205.74 TENTATIVE ROCK LEVEL
? ? ? ? ? ?

C C
EL.VARRIES
5500

SECTION- B (TYP.)

D D

MWL.212.75
FRL.210.31
6000 MDDL.205.74 TRASHRACK PIER RAILING
E E
STONE PITCHING TOP EL.213.75
1.5 1.5
1 1
COMPACTED BACKFILL

NSL (VARIES)

F TENTATIVE ROCK LEVEL(VARRIES) F


? ? ?
TENTATIVE ROCK LEVEL(VARRIES)
? ? ?

EL.201.73
LEFT ABUTMENT RIGHT ABUTMENT
ROCK ANCHORS 25Ø
EL.197.73(VARRIES) FULLY GROUTED 1.5 C/C
STAGGERED FOR TENDER PURPOSE ONLY
G y y y y y y y y y y y y y y y y y y y y y y y y y y y y y G
CLIENT
GEDCOL SAIL POWER CORPORATION
100mm TH.PCC M10 LIMITED(GSPCL)
SECTION- C (TYP.) RCC M20
PROJECT

MANDIRA DAM SMALL HYDRO ELECTRIC PROJECT


TITLE

HEADRACE CHANNEL-TYPICAL SECTIONS


H H
DRAWING NO. WAP/POWER /MANDIRA/TENDER/05
THIS DRAWING IS THE PROPERTY OF WAPCOS LIMITED AND IS SUBJECT TO THEIR RECALL.
IT SHALL NOT BE COPIED OR REPRODUCED WITHOUT THEIR PRIOR WRITTEN PERMISSION. SHEET NO. 01 OF 01

1 2 3 4 5 6 7 8 9 10 A3 - 420X297
1 2 3 4 5 6 7 8 9 10

A A

_B C
_ ROPE DRUM HOIST

7850
3000 1500 6350

COLUMN

4000
B LEFT ABUTMENT B
1.0m HIGH RAILING
6400
RUNG LADDER

EL.213.75
TRASHRACK
MWL-212.75

5000

2500

2800
PENSTOCK-3
SERVICE GATE TRASHRACK RUNG LADDER(300x300)
(2500x4000) FRL-210.31
TRANSITION 300Ø AIRVENT PIPE
C C
PIER(M-20)

4200

3900
6700
1700
PIER

FLOW FLOW MDDL-205.74


_A
26400
5000

2500

2800
PENSTOCK-2
FOREBAY FOREBAY TRANSITION

SILT FLUSHING ANCHOR BLOCK


D DRAIN(500x500) D

4200

3900
6700
1700

COLUMN

2800Ø PENSTOCK

2800
EL.199.73
EL.VARIES SILT FLUSHING
5000

2500

2800
PENSTOCK-1 EL.198.73
DRAIN (500x500)
y y y y y y
EL.197.73
y y y y y y y y y y y
EL.196.53

y
E y y y y y y y y y y y y y y y E
3000 8650

EL.194.53 y y y y
4000

RIGHT ABUTMENT
ROCK ANCHORS

SECTION-A y y y
WATER STOP 1.0m HIGH RAILING

F PLAN F
y y y

FOR TENDER PURPOSE ONLY G


G
NOTES: CLIENT
GEDCOL SAIL POWER CORPORATION
1. ALL DIMENSIONS ARE IN MM AND ELEVATIONS IN
METERS UNLESS OTHER WISE SPECIFIED.
LIMITED(GSPCL)
PROJECT
2. RETAINING WALLS IN FORE BAY PORTION SHALL BE
DESIGNED AS PER ROCK STRATA AT SITE. MANDIRA DAM SMALL HYDRO ELECTRIC PROJECT
3. PRESSURE RELIEF ARRANGEMENT SHALL BE PROVIDED AS
PER IS:4558+1995,(LATEST VERSION)
TITLE
POWER INTAKE
4. SUITABLE ARRANGEMENT FOR SILT FLUSHING SHALL BE PLAN AND SECTION
H PLANNED TO DISCHARGE SILT LADEN WATER INTO RIVER. H
DRAWING NO. WAP/POWER/MANDIRA/TENDER/06
THIS DRAWING IS THE PROPERTY OF WAPCOS LIMITED AND IS SUBJECT TO THEIR RECALL.
IT SHALL NOT BE COPIED OR REPRODUCED WITHOUT THEIR PRIOR WRITTEN PERMISSION. SHEET NO. 01 OF 01

1 2 3 4 5 6 7 8 9 10 A3 - 420X297
1 2 3 4 5 6 7 8 9 10

NOTES:
A 1. THIS IS TENDER DRAWING AND SHOULD NOT BE USED FOR CONSTRUCTION A
FIXED STEEL PURPOSE.

A- LINE
C- LINE
D- LINE

B- LINE
SPIRAL STAIR FROM 2. ALL DIMENSIONS ARE IN mm AND ELEVATIONS ARE IN METRES.
20mm EXPANSION JOINT FOR OTHER DETAILED NOTES REFER POWER HOUSE CROSS SECTION DRAWING
7500 EL.188.36 TO EL.195.50 23000 (DRG.NO.WAP/POWER/MANDIRA/TENDER/08
7500 11500 4000

9 9 D/T GATE (4200Wx3000H)


DN 9 M/C HALL 14 15
1000 EL.188.36 D/T DECK
B B
6000
4500 EL.195.50

1250
UP

SS RAILING
UNIT-3
11890

4200

4200
SPACE FOR LT
SWITCHGEAR AND
OTHER PANELS
EL.195.50 12 13
C EL.186.96 8 8 C
DN
6700

6700

2500
EL.186.56 EL.195.50 TAILRACE POOL
UP

10
LINKED DRAWING

EL.195.50
UNIT-2 FLOW

18000
4200

4200
1. POWER HOUSE CROSS SECTION

26400
DRG NO- WAP/POWER/MANDIRA/TENDER/
DCDB & BATTERY ROOM
4230

D EL.195.50 1800 11 D
12 13 TABLE OF MAIN EQUIPMENTS
SS RAILING 8 IDENTIFICATION NO. EQUIPMENTS
DN
6700

6700

2500
PENSTOCK & MIV 1 TURBINE
EL.195.50
33400

33400

UP PIT-5500mmx4000mm 2 GENERATOR
A (BOTTOM EL.186.96) A 3 GEAR BOX
EL.195.50
SS RAILING

6 7 4 MIV
5 CONTROL & PROTECTION PANELS
CONTROL ROOM 17
4 4 NOS. COLOUMNS 6 LAVT CUBICLE
EL.195.50 UNIT-1 3 2 7

4200

4200
NG CUBICLE
GLAZED WINDOW

1 AT EL.195.50
FOR GATE HOIST 8 C.W.PUMPS
E 9 LP COMPRESSORS & AIR RECEIVER E
5 10 SELF CLOSING WEIGHT
10550

12 13 11 SERVO MOTOR
12 OPU SYSTEM

1250
8
DN M/C HALL EL.195.50 13 N2 BLADDER BANK
7000

EL.188.36 16 14 DEWATERING SUMP


15 DRAINAGE SUMP
DN 16 6.6 kV SWITCHGEAR
1ST LANDING

17 TERMINAL BOX
STAIRS FROM EL.195.50 SPACE FOR 2 NOS 250 KVA SAT
GLAZED

DN
DOOR

TO EL.188.36
F F
1.0m HIGH SS RAILING
20mm EXPANSION JOINT
PLATFORM (EL.195.50) COLUMN
4000

(1000x600)
FIREFIGHTING ROOM
RS

EL.195.50
7000

7000
SERVICE BAY
EL.195.50
TOILET
STANDBY DG SET
2000x FOR TENDER PURPOSE ONLY
3000

G
RS

G 2500
EL.195.50 CLIENT
GEDCOL SAIL POWER CORPORATION
RS
LIMITED(GSPCL)
5700 1800
ACCESS ROAD

PROJECT

COLUMN MANDIRA DAM SMALL HYDRO ELECTRIC PROJECT


(500x600)
TITLE
PLAN OF POWER HOUSE
H H
POWER HOUSE PLAN DRAWING NO. WAP/POWER/MANDIRA/TENDER/07
THIS DRAWING IS THE PROPERTY OF WAPCOS LIMITED AND IS SUBJECT TO THEIR RECALL.
IT SHALL NOT BE COPIED OR REPRODUCED WITHOUT THEIR PRIOR WRITTEN PERMISSION. SHEET NO. 01 OF 01

1 2 3 4 5 6 7 8 9 10 A3 - 420X297
1 2 3 4 5 6 7 8 9 10

NOTES:
A 1. THIS IS TENDER DRAWING AND SHOULD NOT BE USED FOR CONSTRUCTION A
PURPOSE.
2. ALL DIMENSIONS ARE IN mm AND ELEVATIONS ARE IN METRES.
3. THE UNIT SPACING OF 6700 mm IS FIXED. HOWEVER ,THE OVERALL SIZE OF
POWER HOUSE & LAYOUT OF VARIOUS EQUIPMENTS SHALL BE OPTIMIZED BY
BIDDER.
4. THE LOCATION OF VARIOUS AUXILIARY EQUIPMENTS SHOWN ARE INDICATIVE
ONLY. THESE COULD BE SUITABLY RELOCATED FOR EASE OF O&M
CONSIDERATIONS BY BIDDER.
5. SOME AUXILIARY EQUIPMENTS & DEVICES MAY NOT HAVE BEEN SHOWN.
THESE SHOULD BE SUITABLY ADDED BY BIDDER.
6. THE SIZES OF INTERMEDIATE BEAMS, LINTELS, SLABS ETC. ARE INDICATIVE
ONLY.
B B
7. THE STAIRS BETWEEN S/B at EL 195.50 AND M/C HALL AT EL 188.36 M AS

C- LINE
CL OF TURBINE
SHOWN IN THE DRAWING COULD BE REVIEWED TO AVOID ANY INFRINGEMENT

A- LINE
D- LINE

B- LINE
E- LINE

OF MOVEMENT OF EQUIPMENT BETWEEN S/B & M/C HALL AREA USING PH


CRANE.
8. THE DETAILS OF TRENCHES, BLOCK-OUTS FOR CABLING & PIPING ETC. ARE NOT
23000 SHOWN. THESE SHALL BE SHOWN BY THE EQUIPMENTS SUPPLIERS AS PER
19000 NEEDS.
9. NECESSARY CONDUITS SHALL BE EMBEDDED IN THE WALL /COLUMNS WITH
7500 7500 11500 4000 JUNCTION BOXES FOR LIGHTING CABLES.
10. DRAINAGE ARRANGEMENT OF POWER HOUSE AREA BE PLANNED & DONE AS
EL.207.50 PART OF CIVIL WORKS SO AS NO OUTSIDE / RAIN WATER ENTER THE POWER
HOUSE.
11. THE CONCRETE SHOWN IS INDICATIVE ONLY.THE DESIGN MIX SHALL BE
C GALVALUME SHEET ROOFING PROVIDED AS PER ACTUAL DESIGN REQUIREMENTS.
C
12. DRAINAGE AND DEWATERING SUMP BOTTOMS HAS BEEN KEPT TENTATIVE AS
EL.184.00m
13. ALL HAND RAILINGS SHALL BE OF SUITABLE HEIGHT AND MADE OF STAINLESS
EL.204.75 STEEL PIPING.
100 DIA RAIN WATER DRAIN PIPE 14. MAX.TWL AND CORRESPONDING SERVICE BAY LEVEL SHALL BE OPTIMISED
DURING DETAILED ENGINEERING STAGE.
17000
CRANE SPAN LINKED DRAWING
CRANE BEAM
CRANE BEAM LEVEL 1. CROSS SECTION OF POWER HOUSE
(EL.201.25) EOT CRANE 30/5 TONNES
DRG NO- WAP/POWER/MANDIRA/TENDER/07
D D
EL.200.50 AH MH CRANE BEAM OTHER IMP LEVELS
COLUMN MONORAIL CRANE WITH LIFTING BEAM 1. DEWATERING SUMP
(1000x600) TOP EL.188.36
1000 BOTTOM AT EL.184.00
EL.195.50(SERVICE BAY) 2. DRAINAGE SUMP
CONTROL ROOM TOP EL.188.36
1.0m HIGH COLLAPSIBLE RAILING GATE IN RAISED POSITION(WITH HOLDING CHAINS) BOTTOM AT EL.184.00
+
OTHERS ROOM DT DECK EL.195.50 EL.196.60 (SS HAND RAILING)

E EL.195.50 E
EL.195.05 EL.194.65(MAX.TWL)
2500 5000 HANGING PENDANT
CL OF MIV

CL OF TURBINE

COMPACTED BACKFILL
TO TAILRACE CHANNEL
500 1000
DRAFT TUBE
GATE GROOVE
2000

BYPASS VALVE & PIPE 1 TAILRACE POOL


2800 Ø MIV 2 3
EL.190.64(NORMAL.TWL 3 UNITS RUNNING)
FLOW
RUNNER

F
2800Ø

2000Ø

CL OF PENSTOCK EL.189.36
EL.188.78(MIN.TWL) EL.188.78
EL.188.36

y
y
EL.187.56
1000

y
4 y y

y
4 y

y
EL.186.96 y y y

y
y y y y y y y y y y y y y y y y y y y y y y y y y
EL.186.56 1
y y y
y

2800
y y
THURST COLLAR y
y

5500 y
EL.185.96
y y y y y y y y y y y y y y y
y

y y
y y
y

y
y

y
U/S PIPE OF MIV y y
EL.184.96
y

y
y

y
y y y y y y y y y y y y y y y y EL.184.76 y y y
FOR TENDER PURPOSE ONLY
y

y y
y
y G
y

y
G D/S PIPE & DISMANTLING y y y
y

JOINT OF MIV DEWATERING CLIENT

y
EL.183.50 GEDCOL SAIL POWER CORPORATION
y

y
PIPE TO DRAFT TUBE y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y y
y
y
y

DT STEEL LINER
y
LIMITED(GSPCL)
y

y y
DRAIN BOX & DT WATER STOP PROJECT
19000 DEWATERING PIPE TO
SECTION-AA DEWATERING SUMP MANDIRA DAM SMALL HYDRO ELECTRIC PROJECT
POWER HOUSE CROSS SECTION TITLE
POWER HOUSE CROSS SECTION
H H
DRAWING NO. WAP/POWER/MANDIRA/TENDER/08
THIS DRAWING IS THE PROPERTY OF WAPCOS LIMITED AND IS SUBJECT TO THEIR RECALL.
IT SHALL NOT BE COPIED OR REPRODUCED WITHOUT THEIR PRIOR WRITTEN PERMISSION. SHEET NO. 01 OF 01

1 2 3 4 5 6 7 8 9 10 A3 - 420X297
1 2 3 4 5 6 7 8 9 10

NOTES:
A A
1. ALL DIMENSIONS ARE IN mm AND ELEVATIONS ARE IN
METRES.
2. ONLY FIGURED DIMENSION TO BE FOLLOWED.
RAILING
3. GRADE OF CONCRETE SHALL BE RCC-M20 PCC-M10.
4. FOR MAINTAINING THE SIDE SLOPE IN TRC. TO MATCH
TOP.195.50 WITH ROCK STRATA, SMALL RETAINING WALL PCC M-15
y y y y y y y y y y y y y y y y y
WITH PLUMS CAN BE CONSIDERED IN CASE ROCK IS

y
y
ENCOVNTERED AT LOWER LEVELS, SIDE SLOPES MAY BE

y
y
KEPT AS PER STABILITY REQUIREMENT.

y
y
B 5. TOP LEVEL OF TAILRACE POOL/CHANNEL MAY BE B

y
y
OPTIMIZED DURING DETAILED ENGINEERING STAGE

y
y
AFTER WORKING OUT DESIGN FLOOD LEVEL ON

y
y
DOWNSTREAM OF DAM AT TAILRACE/RIVER JUNCTION.

y
y
6. SUITABLE SLOPE PROTECTION WORKS SHALL BE

y
y
PROVIDED AT RIVER/TAILRACE JUNCTION WITH WIRE

y
y
ROCK ANCHORS 25Ø FULLY

y
y
GROUTED 1.5 C/C STAGGERED CRATES. ETC

y
y

y
y

y
y

y
y
C C

y
y
EL VARIES FROM 188.78 TO 184.76

y
y

y
y
y y y y y y y y y y y y y y y y y y y y y y y y y y y

RCC M-20 LINING

100mm TH.PCC
500 17600 500
18600
D D
SECTION-DD

500 500
6000 21300 1000 6000

E E

500 500
0.25 0.25
1 1
PCC M-15 WITH PLUMS

F TENTATIVE ROCK LEVEL TENTATIVE ROCK LEVEL


? ? ? ? ? y y y y y y y y y y ? ? ? ?

y
y

y
y

y
y

y
y

y
y

150 TH.RCC M-20 LINING


y
y

y
y

y
y

FOR TENDER PURPOSE ONLY


y

G
y
y

G
y
y

CLIENT
17600 GEDCOL SAIL POWER CORPORATION
y
y

LIMITED(GSPCL)
y
y

VARRIES
PROJECT
y
y

y y y y y y y y y y y y y y y y y y y y y y y y y y
MANDIRA DAM SMALL HYDRO ELECTRIC PROJECT
SECTION-EE TITLE
TAILRACE CHANNEL-TYPICAL SECTIONS
H H
DRAWING NO. WAP/POWER /MANDIRA/TENDER/09
THIS DRAWING IS THE PROPERTY OF WAPCOS LIMITED AND IS SUBJECT TO THEIR RECALL.
IT SHALL NOT BE COPIED OR REPRODUCED WITHOUT THEIR PRIOR WRITTEN PERMISSION. SHEET NO. 01 OF 01

1 2 3 4 5 6 7 8 9 10 A3 - 420X297
1 2 3 4 5 6 7 8 9 10

HAND RAILING CENTRAL DRIVE UNIT ROPE DRUM HOIST


40000

FLEXIBLE COUPLING DRUM GEAR 2000 7500 2000 7500 2000 7500 2000 7500 2000

A B
_ A

RIGHT ABUTMENT

LEFT ABUTMENT
SERVICE GATE

TRASHRACK
PIER

PIER
A
_

EQUALIZER PULLEY
WIRE ROPE
BRIDGE AT EL.213.75
B B

COLUMN
CONTRACTION JOINT

FLOW

CHANEL
TO HEADRACE
GATE IN RAISED POSITION

REMOVABLE GUIDE KEY PLAN


3600
C NOTES:- C
1. ALL DIMENSIONS ARE IN mm AND LEVELS IN METRES.
2. NOS. OF GATES REQUIRED: FOUR FOR 4 OPENINGS
BRIDGE 3. THE GATES SHALL BE DESIGNED FOR UNBALANCED HEAD
EL.213.75 CORRESPONDING TO MWL.212.75
THE GATE SHALL BE CAPABLE OF BEING LOWERED UNDER FLOWING
C/C OF TRACKS=8000 WATER CONDITIONS.
EL.212.95 4. THE OVERALL DESIGN OF HEAD REGULATOR GATES SHALL
MWL EL.212.75
CLEAR SPAN =7500 CONFORM TO IS 4622.
ALL FILLET WELDS SHALL BE MINIMUM 6mm LEG SIZE AND SHALL BE
D CONTINOUS AND WATER TIGHT. D
5. THE GATES SHALL BE OPERATED BY INDEPENDENT ROPE DRUM HOISTS
GATE GROOVE OF ADEQUATE CAPACITIES.
WHEEL TRACK LIFTING PULLEYS 6. THE 2ND STAGE CONCRETE IN BLOCKOUTS SHALL BE WELL BONDED TO
THE 1st STAGE CONCRETE BY EXTENDING THE REINFORCEMENT BARS
TOP OF OPENING EL.210.69 INTO IT AND BY PROVISION OF DOWEL BARS AT SUITABLE INTERVALS.
GUIDE SHOE FRL EL.210.31 7. IN 2ND STAGE BLOCK OUTS SHALL BE OF ONE GRADE HIGHER THAN
BREAST WALL THAT OF 1st STAGE CONCRETE
8. ARRANGEMENT OF GATES,HOIST AND EMBEDDED PARTS IS ONLY
INDICATIVE.
E 9. THE GATES SHALL NORMALLY BE STORED AND MAINTAINED ABOVE E

PIER EL.213.75 SUITABLE DOGGING ARRANGEMENT WILL BE PROVIDED.


GUIDES OF REMOVABLE TYPE SHALL BE EXTENDED ABOVE EL.213.75 TO

CONTRACTION JOINT
FACILITATE MAINTENANCE.
GUIDE PLATE
FLOW
WHEEL
CONCRETING INDEX
1st. STAGE CONCRETE
F F
HORIZONTAL
GIRDER SKIN PLATE 2nd. STAGE CONCRETE
MDDL EL.205.74

SPLICE JOINT

FOR TENDER PURPOSE ONLY


G G
CLIENT
GEDCOL SAIL POWER CORPORATION
LIMITED(GSPCL)
PROJECT
EL.202.69
MANDIRA DAM SMALL HYDRO ELECTRIC PROJECT
TITLE
EL.201.69
HEAD REGULATOR GATE (7500mmX8000mm)
GENERAL ARRANGEMENT
H
SECTIONAL ELEVATION-AA SECTION-BB DRAWING NO. WAP/POWER/MANDIRA/TENDER/10
H

THIS DRAWING IS THE PROPERTY OF WAPCOS LIMITED AND IS SUBJECT TO THEIR RECALL.
IT SHALL NOT BE COPIED OR REPRODUCED WITHOUT THEIR PRIOR WRITTEN PERMISSION. SHEET NO. 01 OF 01

1 2 3 4 5 6 7 8 9 10 A3 - 420X297
1 2 3 4 5 6 7 8 9 10

6700 6700
2800 3900 2800 3900 2800

A A

PENSTOCK-1

PENSTOCK-2

PENSTOCK-3
_B

2800
MONORAIL CRANE WITH LIFTING BEAM
MONORAIL CRANE
A
_

B B

4000 5000 1700 5000 1700 5000 4000


26400

INTAKE GATE
(2500x4000)
FINE TRASHRACK
COLUMN
GATE IN RAISED POSITION

FLOW
(WITH HOLDING CHAINS)

GATE IN RAISED POSITION


KEY PLAN

C C
NOTES:-
DOGGING BEAM 1. ALL DIMENSIONS ARE IN mm AND LEVELS IN METRES.
2. NOS. OF GATES REQUIRED: ONE FOR 3 OPENINGS
3. THE GATES SHALL BE DESIGNED FOR UNBALANCED HEAD
CORRESPONDING TO FRL 210.31 AND CHECKED FOR MWL.212.75 WITH
33.33% INCREASE IN PERMISSIBLE STRESSES.
EL.213.75 EL.213.75 THE GATE SHALL BE CAPABLE OF BEING LOWERED UNDER FLOWING
WATER CONDITIONS.
4. THE OVERALL DESIGN OF INTAKE GATE SHALL
D CONFORM TO IS 4622. D
MWL.212.75 MWL.212.75
5. ALL FILLET WELDS SHALL BE MINIMUM 6mm LEG SIZE AND SHALL
BE CONTINOUS AND WATER TIGHT.
6. THE GATES SHALL BE OPERATED BY MONORAIL HOISTS OF ADEQUATE
CAPACITIES.
7. THE 2ND STAGE CONCRETE IN BLOCKOUTS SHALL BE WELL BONDED TO
FRL.210.31 C/C OF TRACKS=3000 FRL.210.31 THE 1st STAGE CONCRETE BY EXTENDING THE REINFORCEMENT BARS
GATE GROOVE INTO IT AND BY PROVISION OF DOWEL BARS AT SUITABLE INTERVALS.
GUIDE PLATE
8. 2ND STAGE BLOCK OUTS SHALL BE OF ONE GRADE HIGHER THAN
THAT OF 1st STAGE CONCRETE
E MDDL.205.74 MDDL.205.74 9. ARRANGEMENT OF GATES,HOIST AND EMBEDDED PARTS IS ONLY E
GUIDE
WHEEL TRACK INDICATIVE.
CLEAR SPAN =2500 10. THE GATES SHALL NORMALLY BE STORED AND MAINTAINED ABOVE
EL.213.75 SUITABLE DOGGING ARRANGEMENT WILL BE PROVIDED.

GUIDE SHOE TOP OF OPENING EL.201.73


CONCRETING INDEX
HORIZONTAL GIRDER 1st. STAGE CONCRETE

F F

4000
2nd. STAGE CONCRETE
WHEEL
SPLICE JOINT

MDDL.205.74 SKIN PLATE


FOR TENDER PURPOSE ONLY G
G
CLIENT
SILL EL.197.73 GEDCOL SAIL POWER CORPORATION
LIMITED(GSPCL)
PROJECT

MANDIRA DAM SMALL HYDRO ELECTRIC PROJECT


EL.196.53
SECTIONAL ELEVATION-A y y y y y y y y y y y y y y y y y y y y y y TITLE
POWER INTAKE GATE (2500mmX4000mm)
(LIFTING BEAM NOT SHOWN) SECTION-B
GENERAL ARRANGEMENT
H H
DRAWING NO. WAP/POWER/MANDIRA/TENDER/11
THIS DRAWING IS THE PROPERTY OF WAPCOS LIMITED AND IS SUBJECT TO THEIR RECALL.
IT SHALL NOT BE COPIED OR REPRODUCED WITHOUT THEIR PRIOR WRITTEN PERMISSION. SHEET NO. 01 OF 01

1 2 3 4 5 6 7 8 9 10 A3 - 420X297
1 2 3 4 5 6 7 8 9 10

A B A

MONORAIL CRANE MONORAIL CRANE WITH LIFTING BEAM B- LINE


EL.195.50
A A EL.195.50 D/T DECK

4000
4200
A- LINE
GATE IN RAISED POSITION
B B
(WITH HOLDING CHAINS)

DOGGING BEAM B
COLUMN FLOW
DT DECK EL.195.50

KEY PLAN
C EL. 195.50 (DECK LEVEL) C
NOTES:-
1. ALL DIMENSIONS ARE IN mm AND LEVELS IN METRES.
EL.194.65(MAX.TWL) 2. NOS. OF GATES REQUIRED: ONE FOR 3 OPENINGS
3. THE GATES SHALL BE DESIGNED FOR BALANCED HEAD
CORRESPONDING TO NORMAL TWL 190.64 FOR MAXIMUM
TWL.194.65 WITH 33.33% INCREASE IN PERMISSIBLE STRESSES.
4. THE OVERALL DESIGN OF DRAFT GATE SHALL
CONFORM TO IS 5620.
5. ALL FILLET WELDS SHALL BE MINIMUM 6mm LEG SIZE AND SHALL
D BE CONTINUES AND WATER TIGHT. D
EL.190.64(NORMAL.TWL) 6. THE GATES SHALL BE OPERATED BY MONORAIL HOIST OF ADEQUATE
CAPACITY.
7. THE 2ND STAGE CONCRETE IN BLOCK OUTS SHALL BE WELL BONDED TO
THE 1st STAGE CONCRETE BY EXTENDING THE REINFORCEMENT BARS
INTO IT AND BY PROVISION OF DOWEL BARS AT SUITABLE INTERVALS.
8. 2ND STAGE BLOCK OUTS SHALL BE OF ONE GRADE HIGHER THAN
THAT OF 1st STAGE CONCRETE
GUIDE ANGLE 9. ARRANGEMENT OF GATES,HOIST AND EMBEDDED PARTS IS ONLY
INDICATIVE.
E 10 THE GATES SHALL NORMALLY BE STORED AND MAINTAINED ABOVE E
EL.195.50. SUITABLE DOGGING ARRANGEMENT WILL BE PROVIDED.

CONCRETING INDEX
1st. STAGE CONCRETE
EL.188.78(MIN.TWL)
EL.188.36 2nd. STAGE CONCRETE

F C/L OF TOP SEAL F


SEAT EL. 187.62 EL.187.56(TOP OF OPENING)

HORIZONTAL SKIN PLATE


GIRDER
2800

VERTICAL STIFFENER

GUIDE SHOE
y
FOR TENDER PURPOSE ONLY G
G y y
y y
SILL EL. 184.76 SILL EL. 184.76 y CLIENT
y y
GEDCOL SAIL POWER CORPORATION
LIMITED(GSPCL)
y
y

PROJECT
y

MANDIRA DAM SMALL HYDRO ELECTRIC PROJECT


y

4200 y y y y y y y y y y y y y
TITLE
DRAFT TUBE GATE (4200mmX2800mm)
SECTIONAL ELEVATION-AA SECTION-BB
(LIFTING BEAM NOT SHOWN)
GENERAL ARRANGEMENT
H H
DRAWING NO. WAP/POWER/MANDIRA/TENDER/12
THIS DRAWING IS THE PROPERTY OF WAPCOS LIMITED AND IS SUBJECT TO THEIR RECALL.
IT SHALL NOT BE COPIED OR REPRODUCED WITHOUT THEIR PRIOR WRITTEN PERMISSION. SHEET NO. 01 OF 02

1 2 3 4 5 6 7 8 9 10 A3 - 420X297
1 2 3 4 5 6 7 8 9 10

A A

2000 1500 1500 2000

1250

R Y B R Y B
11500
B 9000 B

11500
5500

9000
5500
1250 1500 1500 1250 1250 1500 1500 1250 1250 1500 1500 1250
C C
5000 5500 5500 5500 5000
26500
2100 2200 1800 3000
SECTION L-L 9100

SECTION X-X
26500

D D
5000

X Y

R Y B 2000 1500 1500 2000


4000

E E

11500
9000
7000

5500
27000

F F

1800 2700 2500 6000


GATE

RAIL TRACK RAIL TRACK


ROAD SECTION Y-Y
6000

R Y B
FOR TENDER PURPOSE ONLY G
G
CLIENT
GEDCOL SAIL POWER CORPORATION
LIMITED(GSPCL)
PROJECT
Y
X
MANDIRA DAM SMALL HYDRO ELECTRIC PROJECT
5000

TITLE
SWITCHYARD LAYOUT PLAN & SECTION
H H
DRAWING NO. WAP/POWER /MANDIRA/TENDER/13
THIS DRAWING IS THE PROPERTY OF WAPCOS LIMITED AND IS SUBJECT TO THEIR RECALL.
IT SHALL NOT BE COPIED OR REPRODUCED WITHOUT THEIR PRIOR WRITTEN PERMISSION. SHEET NO. 01 OF 01

1 2 PLAN
3 4 5 6 7 8 9 10 A3 - 420X297
1 2 3 4 5 6 7 8 9 10

A A

B B

C C

D D

E E

F F

FOR TENDER PURPOSE ONLY G


G
CLIENT
GEDCOL SAIL POWER CORPORATION
LIMITED(GSPCL)
PROJECT

MANDIRA DAM SMALL HYDRO ELECTRIC PROJECT


TITLE
ELECTRICAL SINGLE LINE DIAGRAM
H H
DRAWING NO. WAP/POWER /MANDIRA/TENDER/16
THIS DRAWING IS THE PROPERTY OF WAPCOS LIMITED AND IS SUBJECT TO THEIR RECALL.
IT SHALL NOT BE COPIED OR REPRODUCED WITHOUT THEIR PRIOR WRITTEN PERMISSION. SHEET NO. 01 OF 01

1 2 3 4 5 6 7 8 9 10 A3 - 420X297
1 2 3 4 5 6 7 8 9 10

A A

B B

C C

D D

E E

F F

FOR TENDER PURPOSE ONLY G


G
CLIENT
GEDCOL SAIL POWER CORPORATION
LIMITED(GSPCL)
PROJECT

MANDIRA DAM SMALL HYDRO ELECTRIC PROJECT


TITLE
SINGLE LINE DIAGRAM FOR 33kV BAY
EXTENSION AT RAJGANGPUR 132/33 kV
H H
DRAWING NO. WAP/POWER /MANDIRA/TENDER/15
THIS DRAWING IS THE PROPERTY OF WAPCOS LIMITED AND IS SUBJECT TO THEIR RECALL.
IT SHALL NOT BE COPIED OR REPRODUCED WITHOUT THEIR PRIOR WRITTEN PERMISSION. SHEET NO. 01 OF 01

1 2 3 4 5 6 7 8 9 10 A3 - 420X297
WAPCOS LIMITED
(A Government of India Undertaking)
A Ministry of Water Resources, River Development & Ganga Rejuvenation

Regd Office: 5th Floor, Kailash, 26 K.G. Marg,


New Delhi-110001, India
Website: www.wapcos.co.in
GEDCOL SAIL POWER
CORPORATION LIMITED

TENDER DOCUMENTS FOR MANDIRA SMALL


HYDRO ELECTRIC PROJECT (10MW),
ODISHA
Volume- 3 of 4 (Part-II)
CONSULTANT:
WAPCOS LIMITED
(A Government of India Undertaking)
Ministry of Water Resources, River
Development & Ganga Rejuvenation
2nd Floor, SKV House,
Plot No. 57, Sector-18, Gurugram
Haryana-122015
Tel.: +91-124-2343425
E-mail: ceelectrical@wapcosindia.com

December, 2019
EPC Tendering Document for Volume – 3, Part – II
Mandira Small Hydro Electric Project (3x3.33 MW), Odisha Bid Forms

Part-II
BID FORMS

This section contains a list of following formats for providing various information about the
bidder for ascertaining the credentials of the firms and facilitate evaluation of the bid.

The bidder is required to fill in these formats and submit with their Bids without which the
Bid shall be considered as non-responsive.
Form - 1 Bid Submission Form
Form - 2 Details of cost of Tender Documents, EMD
Form 3 Proforma for Joint Undertaking
Form - 4 Current Contract Commitments / Works in Progress
Form - 5 Project Description Sheet
Form - 6 Details of Key Personnel
Form - 7 List of Proposed Sub-Contractor
Form - 8 Declaration by Affidavit
Form - 9 Litigation History
Form - 10 Details of Machinery and Equipments proposed to be deployed for the
#
works
Form - 11 Details of Financial Capability
Form - 12 Project Completion Schedule
Form - 13 Deviations from Conditions of Contract
Form - 14 Deviations from Technical Specifications
Form - 15 Financial Implications of Technical Deviation
Form - 16 Performance Bank Guarantee
Form - 17 Bank Guarantee Form for Advance Payment
Form - 18 Bank Guarantee Form for furnishing EMD
Form - 19 Financial Proposal Submission Form
Form - 20 Form of Contract Agreement
Form - 21 Form of Completion Certificate
Form - 22 Form of Operational Acceptance Certificate
Form 23 list of Recommended Spare Parts
Form 24 list of Recommended Special Tools and Tackles
Form 25 List of Recommended Test Sets and Testing Instruments

3-1
EPC Tendering Document for Volume – 3, Part – II
Mandira Small Hydro Electric Project (3x3.33 MW), Odisha Bid Forms

Form - 1
BID SUBMISSION FORM
Bid specification No. ………….
From:
To
…………………………….
…………………………….
Sir,
With reference to your Bid notice for the above I/We hereby offer to the GEDCOL SAIL
POWER CORPORATION LIMITED (GSPCL), the items in the schedule of prices and delivery annexed
in strict accordance with the annexed Contract Conditions, technical specifications and schedule of
rates, to the satisfaction of the Employer and in default thereof, agree to forfeiture of earnest
money by Department.
The supply rates quoted are on landed at site basis and quoted erection and
commissioning rates are inclusive pro-rata and in full satisfaction of all claims till the handing over of
the completed project in operating condition to the Employer after completion of 5 years of
Operation and Maintenance.
I/We agree to abide by this Bid for the period of 180 days from the fixed date/ extended
date for opening of the same.

I/We hereby undertake and agree to execute a contract in accordance with the conditions of the
contract.
Yours faithfully
Encl: As above

Date: ---------Day of ------------20__

Witness (Signature of the Bidder in Full)


(Name and signature)
Address Name
Occupation Seal

3-2
EPC Tendering Document for Volume – 3, Part – II
Mandira Small Hydro Electric Project (3x3.33 MW), Odisha Bid Forms

Form - 2
DETAILS OF COST OF TENDER DOCUMENTS, EMD

Sl. No. Description Remarks


1. Name of Bidder

2. Details of cost of Tender Documents

3. EMD Details

SIGNATURE OF THE BIDDER

3-3
EPC Tendering Document for Volume – 3, Part – II
Mandira Small Hydro Electric Project (3x3.33 MW), Odisha Bid Forms

Form - 3
PROFORMA FOR JOINT UNDERTAKING

By The Sole Bidder/ Consortium Leader / Members of the Consortium / Associates


(To be stamped in accordance with Odisha State Act.)

To
……………………………………
……………………………………
……………………………………

Dear Sir,

(In Terms of “Instruction to bidders” in the specification no. -----------------------for the


design, manufacture, testing, delivery, erection and commissioning (as specified) of three Nos.
3.33 MW capacity Mandira Project, near Mandira village of district Sundergarh of Odisha,
India generating sets, and other associated equipments on Turnkey basis, it is a condition that
the bidder as well as their collaborator/ associate shall jointly and severally undertake the
responsibility for the successful performance of the contract (herein after referred to as
Contract) which is qualified for the award on the basis of the expertise of
collaborator/associate.

We ----------------------------------------------- having our registered office at (herein after referred


to as a collaborator/ associate) which in turn shall include our successor, administrator and
assign and we -------------------------------------------- having our registered office at --------------------
------------------- (herein after called as bidder or contractor) are held jointly and severally liable
and GEDCOL SAIL POWER CORPORATION LIMITED (GSPCL) (herein after referred to as
Employer) which expression shall include its successor administrator and assigns, for the
successful performance of the contract, including the overall responsibility for the design,
manufacture, rating, delivery performance etc. of “Bid for turnkey design, manufacture, supply,
erection, commissioning of generating plant for Mandira Project and Associated
equipment/works” in accordance with the contract.

The contractor/ associate hereby agrees to depute their technical experts from time to
time on contractor’s works/ Project site as mutually agreed upon between the Employer and
the contractor in order to discharge the contractor’s obligations as stipulated in the
contract. The bidder and the collaborator/ associate hereby agrees that this undertaking shall
be irrevocable and it shall form an integral part of the contract.
In witness there of the collaborator / associate and the bidder have through their authorized
3-4
EPC Tendering Document for Volume – 3, Part – II
Mandira Small Hydro Electric Project (3x3.33 MW), Odisha Bid Forms

representative set their hands and seal on this day of …………………20…...

Witness Collaborator/Associate

Signature
Name
(Official Address) Designation
Seal
Witness Bidder
Signature
Name Designation
(Official Address) Seal

3-5
EPC Tendering Document for Volume – 3, Part – II
Mandira Small Hydro Electric Project (3x3.33 MW), Odisha Bid Forms

Form - 4
Current Contract Commitments / Works in Progress

Proposers should provide information on their current commitments on all contracts that have
been awarded, or for which a letter of intent or acceptance has been received, or for contracts
approaching completion, but for which an unqualified, full completion certificate has yet to be
issued.

Name of Employer, Value of Estimated Average monthly


contract contact outstanding completion date invoicing over last six
address/tel/fax work (current months
INR equivalent) (INR/month)
1.

2.

3.

4.

5.

etc.

SIGNATURE OF THE BIDDER

3-6
EPC Tendering Document for Volume – 3, Part – II
Mandira Small Hydro Electric Project (3x3.33 MW), Odisha Bid Forms

Form - 5
PROJECT DESCRIPTION SHEET

Sl. Name of Project cost Date of Date of Name of Completion Certificates


No. Work (in Crores Award Completion Client
Rs.)
[1] [2] [3] [4] [5] [6] [7]

SIGNATURE OF THE BIDDER

3-7
EPC Tendering Document for Volume – 3, Part – II
Mandira Small Hydro Electric Project (3x3.33 MW), Odisha Bid Forms

Form - 6
DETAILS OF KEY PERSONNEL

Give details of Key Personnel assigned for the work in the following Proforma.

S.No. Item Description


(with
reference to
specific
projects)
1) Project-in-charge (Min. 15 years experience in similar works)
Name
Qualification
Total Experience (in about 150 words)
Relevant Experience (in about 100 words)
2) Civil Construction Expert (Min. 10 years experience in similar
works)
Name
Qualification
Total Experience(in about 150 words)
Relevant Experience(in about 100 words)
3) Planning & Monitoring Expert (Min. 10 years experience in similar
works)
Name
Qualification
Total Experience(in about 150 words)
Relevant Experience(in about 100 words)
4) Quality Assurance Expert (Min. 10 years experience in similar
works)
Name
Qualification
Total Experience(in about 150 words)
Relevant Experience(in about 100 words)
5) Electro-Mechanical Expert (Min. 10 years experience in similar
works)
Name
Qualification
Total Experience(in about 150 words)
Relevant Experience(in about 100 words)
6) Hydro-Mechanical Expert (Min. 10 years experience in similar
works)
Name
Qualification

3-8
EPC Tendering Document for                   Volume – 3, Part – II                                
Mandira Small Hydro Electric Project (3x3.33 MW), Odisha      Bid Forms                             
                     
 

  Total Experience(in about 150 words)   
  Relevant Experience(in about 100 words)   
7)   Environmentalist  Expert  (Min.  10  years  experience  in  similar   
works) 
  Name   
  Qualification   
  Total Experience(in about 150 words)   
  Relevant Experience(in about 100 words)   
8)   Health & Safety Expert (Min. 3 years experience in similar works)   
  Name   
  Qualification   
  Total Experience(in about 150 words)   
  Relevant Experience(in about 100 words)   
 
 
 
SIGNATURE OF THE BIDDER  
 
 
 
 
 
 
 
 
 
 
 
 
 
 
 
 
 
 
 
 
 
 
 
 
3‐9 

 
EPC Tendering Document for Volume – 3, Part – II
Mandira Small Hydro Electric Project (3x3.33 MW), Odisha Bid Forms

Form - 7
LIST OF PROPOSED SUB-CONTRACTOR

Items of Facilities Proposed Subcontractors Nationality

SIGNATURE OF THE BIDDER

3-10
EPC Tendering Document for Volume – 3, Part – II
Mandira Small Hydro Electric Project (3x3.33 MW), Odisha Bid Forms

Form - 8
DECLARATION BY AFFIDAVIT
(ON A JUDICIAL STAMP PAPER)

I/We………………………………………….have gone through carefully all the Bid conditions and solemnly
declare that I/we will abide by any penal action such as disqualification and black listing or
determination of contract or any action deemed fit, taken by, the Department against us, if it is
found that the statements, documents, certificates produced by us are false/fabricated.

I/we hereby declare that, I/We have not been blacklisted/debarred/suspended/demoted in any
department in Odisha or in any state due to any reasons.

I/we hereby declare that the Technical bid and Financial bid are with/without any deviations and
are strictly in conformity with the documents issued by the Employer.

SIGNATURE OF THE BIDDER

3-11
EPC Tendering Document for Volume – 3, Part – II
Mandira Small Hydro Electric Project (3x3.33 MW), Odisha Bid Forms

Form - 9
LITIGATION HISTORY

Name of Applicant:

Please describe: Company’s history of litigation or arbitration from contract executed in the last
ten years or currently under execution. Please indicate for ease case the year, name of employer,
cause of litigation, matter of dispute, disputed amount, and whether the award was for or
against the company.

SIGNATURE OF THE BIDDER

3-12
EPC Tendering Document for Volume – 3, Part – II
Mandira Small Hydro Electric Project (3x3.33 MW), Odisha Bid Forms

Form - 10
DETAILS OF MACHINERY AND EQUIPMENTS PROPOSED TO BE DEPLOYED FOR THE WORKS
Sl. No.

Nos. Owned

Present Condition

Remarks
Make/Model

Is it free for deployment


Present Location
Year of Procurement
Type of Equipment

in new project
1 2 3 4 5 6 7 8 9

SIGNATURE OF THE BIDDER

3-13
EPC Tendering Document for Volume – 3, Part – II
Mandira Small Hydro Electric Project (3x3.33 MW), Odisha Bid Forms

Form - 11
DETAILS OF FINANCIAL CAPABILITY

FINANCIAL CAPABILITY
NAME OF APPLICANT
Financial information in Indian Rupees Actual: Previous Five years

2013-14

2014-15

2015-16

2016-17

2017-18
Annual Turn Over
Total Assets
Current Assets
Total Liabilities
Net Worth
Working Capital
Current Liabilities
Profits Before Taxes
List of Banks & their Addresses:
Financial Resources like a) Bank Guarantee Limits
b) Lines of Credit
c) Solvency

SIGNATURE OF THE BIDDER

3-14
EPC Tendering Document for Volume – 3, Part – II
Mandira Small Hydro Electric Project (3x3.33 MW), Odisha Bid Forms

Form - 12
PROJECT COMPLETION SCHEDULE

Bid Specification No. -----------------------

(PROJECT COMPLETION SCHEDULE will be reckoned 30 Months from the date of signing of
contract or 30 days of notification of award as the case may be.)

(“Please indicate activity wise bar chart with date of start & finish of each activity of the
project with submission/approval of drawings/ data, delivery, erection & commissioning,
preliminary acceptance tests and final acceptance test/ handing over of the complete
project in operating conditions” etc.).

Seal of the Company Signature


Name
Designation
Date

3-15
EPC Tendering Document for Volume – 3, Part – II
Mandira Small Hydro Electric Project (3x3.33 MW), Odisha Bid Forms

Form - 13
DEVIATION FROM “CONDITIONS OF CONTRACT”

Bid Specification No. ---------------------

(All deviations from the “Conditions of Contract” shall be filled in clause by clause, in
this form. Compliance with the conditions of contract will be taken as granted if the
deviations are not specifically mentioned in this form. In case there are no deviation(s) “NIL”
information should be furnished. In case the bidder is required to agree to the standard clause
then he may indicate the amount in Bid by which the Bid price will thereby be increased or
decreased.)

Sl. No. Page No. Clause no. of Condition of Deviation


Contract
1 2 3 4

The Bidder hereby certifies that the above mentioned are the only deviations from the General
Requirement of Specification.

Seal of the Company Signature


Name
Designation
Date

3-16
EPC Tendering Document for Volume – 3, Part – II
Mandira Small Hydro Electric Project (3x3.33 MW), Odisha Bid Forms

Form - 14
DEVIATION FROM “TECHNICAL SPECIFICATIONS”

Bid Specification No. -----------------------

(All deviations from the “Technical Specifications” shall be filled in clause by clause, in
this form. Compliance with the Specifications will be taken as granted if the deviation are not
specifically mentioned in this form. In case there are no deviation(s) “NIL” information should
be furnished. In case the bidder is required to agree to the standard clause then he may
indicate the amount in Bid by which the Bid price will thereby be increased or decreased.)

Sl. No. Page No. Clause No. & stipulation in Employer Deviation
Specification
1 2 3 4

The Bidder hereby certified that the above mentioned are the only deviations form the
“Technical Specifications”.

Seal of the Company Signature


Name
Designation
Date

3-17
EPC Tendering Document for Volume – 3, Part – II
Mandira Small Hydro Electric Project (3x3.33 MW), Odisha Bid Forms

Form - 15
FINANCIAL IMPLICATIONS OF TECHNICAL DEVIATION IF ANY

The contractor would clearly spell out financial implications of acceptance of deviations as
indicated by him in forms of this section.

Date

Place

Signature of Bidder

3-18
EPC Tendering Document for Volume – 3, Part – II
Mandira Small Hydro Electric Project (3x3.33 MW), Odisha Bid Forms

Form - 16
PERFORMANCE BANK GUARANTEE

To,
Chief General Manager,
GEDCOL SAIL POWER CORPORATION LIMITED (GSPCL)
GEDCOL Corporate Office, 2nd Floor, OSPH & WC Building,
Vani Vihar, Janpath, Bhoinagar, Bhubaneshwar – 751022, Odisha

THIS DEED OF GUARANTEE MADE ON THE ....................... day of .................20…..


.............. By the .................................... (hereinafter called ‘the Guarantor’) of the one PART IN
FAVOUR OF the GSPCL (hereinafter called the Employer of the other part

WHEREAS in accordance with the contract agreement dated the .............. day of
.....................20.................(hereinafter called ‘the said Contract) entered in to between the
Employer and Messers ........................................ a company within the meaning of the companies
act and having its registered office at ............................................... (hereinafter called ‘the
Contractor’) the Contractor agrees to supply, erect, test & commission (strike off which is not
applicable) to the Employer the .......................... as provided in the said Contract.

AND WHEREAS the payment terms under the Contract provide that in order to take 100% payment
of the Contract value the contractor shall furnish to the Employer a Bank Guarantee in the sum
of 10% value of each consignment dispatched valid for ..........................
AND WHEREAS instead of furnishing separate guarantees as aforesaid the Contractor wishes to
furnish one guarantee as sum of 10% value of the Contract valid for ........................ and
reckoned from the date..............................

Now This Deed Witnesses as Follows

1. In consideration of the promises the Guarantor hereby undertakes that the Contractor shall
duly supply, erect, test and commission (strike off which is not applicable) the aforesaid
material of the correct quality and strictly in accordance with the said contract failing which the
guarantor shall pay to the Employer on demand such amount or amounts as the Guarantor
may be called upon to pay to the maximum aggregate of Rs. ......................... being 10% of the
Contract value.

2. The Guarantor shall pay to the Employer on demand the sum under clause 1 above without
demur and without requiring the Employer to invoke any legal remedy that may be available to
it to compel the guarantor to pay the same or to compel such performance by the Contractor.
3-19
EPC Tendering Document for Volume – 3, Part – II
Mandira Small Hydro Electric Project (3x3.33 MW), Odisha Bid Forms

Provided that where the Guarantor considers the demand of the Employer unjustified, it shall
nevertheless pay the same though under protest to the Employer and shall not with-hold
payment on that account.

3. This guarantee shall come into force the date hereof and shall remain valid for 12 (Twelve)
calendar months after the date of the Commissioning. of the last consignment of goods
dispatched which date dispatch according to the Contract is the .......................................... day
of ............. ......................... if however, the period of the Contract is for any reason extended
thereby extending the said date and upon such extension, if the Contractor fails to furnish a
fresh or renewed bank guarantee for the extended period, the Guarantor shall pay to the
Employer the said sum of Rs................................................ or such lesser sum as the Employer
may demand.

4. The guarantee herein contained shall not be effected by any change in constitution of the
Guarantor or of the Contractor.

5. Any account settled between the Contractor and the Employer shall be conclusive evidence
against the Guarantor of the amount due and shall not be questioned by the Guarantor.

6. The neglect or forbearance of the Employer in enforcement of payment of any moneys the
payment whereof is intended to be hereby secured or the giving of time by the Employer for
the payment thereof shall in no way relieve the Guarantor of its liability under this deed.

7. The Employer and the Contractor will be at liberty to carry out any modifications in the said
Contract during the time of the said contract and any extension thereof, notice of which
modifications to the guarantor is hereby waived.

8. The expressions ‘The Employer’ and ‘The Guarantor’ and ‘The Contractor’ shall unless there be
any thing repugnant to the subject or context include their respective successors and assigns.

9. Notwithstanding anything contained above, the liability of the Guarantor hereunder is


restricted to the said sum of Rs................................. and this guarantee shall expire on the
............................ day of ............................... 20…. .............unless a claim under the
guarantee is filled with the Guarantor within six months of such date, all claims shall lapse
and the Guarantor shall be discharged from the guarantee.

10. The bank guarantee must be issued by bank having branch in Bhubaneswar.

3-20
EPC Tendering Document for Volume – 3, Part – II
Mandira Small Hydro Electric Project (3x3.33 MW), Odisha Bid Forms

IN WITNESS WHEREOF

For and on behalf of the Guarantor has signed this deed on the day and year first above written.

Witness:
1.
2. Signed by
(For and on behalf of Guarantor)

3-21
EPC Tendering Document for Volume – 3, Part – II
Mandira Small Hydro Electric Project (3x3.33 MW), Odisha Bid Forms

Form - 17
BANK GUARANTEE FORM FOR ADVANCE PAYMENT
(INSTALLATION SERVICES/CIVIL WORKS/PLANNING, DESIGN & ENGINEERING)

Bank Guarantee No .............


Date....................

To,
[GSPCL]

Dear Sir,

In consideration of ............................... [Employer's Name]


......................................... (hereinafter referred to as the ‘Employer’, which
expression shall, unless repugnant to the context or meaning thereof include its
successors, administrators and assigns) having awarded to M/s
.............................................. (Contractor's Name) .................................... with its
Registered/Head Office at ...................................... (hereinafter referred to as
the ‘Contractor’ which expression shall unless repugnant to the context or
meaning thereof, include its successors, administrators, executors and assigns),
a Contract, by issue of Employer’s Notification of Award No. ........................... dated
................ and the same having been unequivocally accepted by the Contractor,
resulting into a Contract bearing No. ................................ dated ...............................
valued at ............................................................. for ............................[Name of
Contract] ..................................... (hereinafter called the ‘Contract’) and the
Employer having agreed to make an interest bearing advance ('said Advance') to
the Contractor amounting to .............................. (in words and figures) ............... in
terms of the said Contract for performance of the above Contract against
Bank Guarantee to be furnished by the Contractor.
We .......................... [Name and address of the Bank] .............................. having
its Head Office at .................................................... (hereinafter referred to as the
‘Bank’, which expression shall, unless repugnant to the context or meaning
thereof, include its successors, administrators, executors and assigns) do hereby
guarantee and undertake to pay the Employer, immediately on demand any or all
monies payable by the Contractor to the extent of ..........................[advance
amount].................... as aforesaid along with interest @ 12% per annum calculated
from the date of release of the said advance by the Employer to the Contractor,
at any time up to ..............................(#) ....................... without any demur, reservation,
contest, recourse or protest and / or without any reference to the
3-22
EPC Tendering Document for Volume – 3, Part – II
Mandira Small Hydro Electric Project (3x3.33 MW), Odisha Bid Forms

Contractor. Any such demand made by the Employer on the Bank shall be
conclusive and binding as to the amount and interest claimed by the Employer
under this guarantee notwithstanding any difference between the Employer and
the Contractor or any dispute pending before any Court, Tribunal, Arbitrator or any
other authority. The Bank undertakes not to revoke this guarantee during its
currency without previous consent of the Employer and further agrees that the
guarantee herein contained shall be enforceable till ninety (90) days after expiry of
its validity.
The Employer shall have the fullest liberty without affecting in any way the
liability of the Bank under this guarantee from time to time to vary the advance
or to extend the time for performance of the Contract by the Contractor. The
Employer shall have the fullest liberty without affecting this guarantee to postpone
from time to time the exercise of any powers vested in them or of any right
which they might have against the Contractor, and to exercise the same at any
time in any manner and either to enforce or to forbear to enforce any covenants,
contained or implied in the Contract between the Employer and the Contractor
or any other course or remedy or security available to the Employer.
The Bank shall not be released of its obligations under these presents by any
exercise by the Employer of its liberty with reference to the matters aforesaid or
any of them or by reason of any other act or forbearance or other acts of
omission or commission on the part of the Employer or any other indulgence
shown by the Employer or by any other matter or thing whatsoever which under
law would but for this provision, have the effect of relieving the Bank.
The Bank also agrees that the Employer at its option shall be entitled to
enforce this Guarantee against the Bank as a principal debtor in the first instance
without proceeding against the Contractor and notwithstanding any security
or other guarantee that the Employer may have in relation to the Contractor’s
liabilities.
Notwithstanding anything contained hereinabove our liability under this guarantee is
limited to ......................[advance amount].......................... along with interest thereon
as aforesaid and it shall remain in force up to and including ............................... (#)
.............................. and shall be extended from time to time for such period (not
exceeding one year), as may be desired by M/s.................................... (Contractor's
Name)............................ on whose behalf this guarantee has been given.
Dated this ............................. day of ...................... 20 .............. at ...............

WITNESS :

3-23
EPC Tendering Document for Volume – 3, Part – II
Mandira Small Hydro Electric Project (3x3.33 MW), Odisha Bid Forms

1 .................................................
(Signature).......................
.... (Signature)
.................................................
(Name)..............................
.... (Name)
................................................. ..............................................
(Official Address) (Designation with Bank
Stamp)

Authorized Vide Power


of Attorney No......................
Dated....................................

Notes: 1. (#) This date shall be ninety (90) days beyond the date of Completion of
the last Facilities.
2. The Bank Guarantee shall be from a Bank as per provisions of of
the Biding documents.
3. The stamp papers of appropriate value shall be purchased in the
name of guarantee issuing Bank. The Bank Guarantee
submitted from within India towards Contract Performance
Security shall be issued on a stamp paper of value as applicable
in the State of the issuing Bank in India or the State from
where the BG shall be operated, whichever is higher.
4. In case of Contract awarded to Joint Venture, wherever (Contractor's
Name) is appearing, name of all the partners will be mentioned with
the name of the place of Registered Office / Head Office wherever
applicable.

3-24
EPC Tendering Document for Volume – 3, Part – II
Mandira Small Hydro Electric Project (3x3.33 MW), Odisha Bid Forms

Form - 18
BANK GUARANTEE FORM FOR FURNISHING EMD

Whereas _______________________________________ (Name of Bidder) (hereinafter called


the “Bidder”) has submitted their offer dated __________ for the work of __________________
(hereinafter called the “Bid”) against the employer’s Bid Identification No. __________________

KNOW ALL MEN BY THESE PRESENTS THAT WE ___________________________ of


_______________________ (Name of Bank) having our registered office at
_____________________ are bound unto Chief General Manager, GSPCL, _______________ (on
behalf of Governor of Odisha) (hereinafter called the “employer”) unconditionally & irrevocably
for the sum of Rs. ______________ (Rupees _________________) for which payment will and
truly to be made to the said employer, the Bank binds itself, its successors and assigns by the
presents.

Sealed with the


Common Seal of the said Bank this ____________ day of _______________20 ______

THE CONDITIONS OF THIS OBLIGATION ARE:

(1) If the Bidder withdraws or amends, impairs or derogates from the bid in any respect within
the period of validity of this bid.
(2) If the Bidder having been notified of the acceptance of his Bid by the employer during the
period of its validity in accordance with Instruction To Bidders of the Bid document.
a) If the Bidder fails to furnish the initial Security Deposit for the due performance of the
contract.
b) Fails or refuses to accept/execute the contract.

WE undertake to pay the employer up to the above amount upon receipt of its first written
demand, without the employer having to substantiate its demand, provided that in its demand
the employer will note that the amount claimed by it, is due to it, owing to the occurrence of
one or both the two conditions, specifying the occurred condition or conditions.
This guarantee will remain in force upto and including 60 days after the period of tender validity
as specified in DNIT and any demand in respect thereof should reach the Bank not later than the
above date.

We……………………………………….(Name of Bank) hereby also undertake to have the signature of


Branch Manager issuing Bank Guarantee verified from Local Branch of the Bank in Bhubaneswar,
………………………………………………..(address of Local Branch Bhubaneswar, Odisha) for due
authentication.

Our……………………………………………… branch at Bhubaneswar (Name & Address of


the………………………………. branch) is liable to pay the guaranteed amount depending on the filing

3-25
EPC Tendering Document for Volume – 3, Part – II
Mandira Small Hydro Electric Project (3x3.33 MW), Odisha Bid Forms

of claim and any part thereof under this Bank Guarantee only and only if it is served upon us by
the employer at our Branch, a written claim or demand and received by us at our Bhubaneswar
branch on or before Dt. …………………………………. otherwise bank shall be discharged of all
liabilities under this guarantee thereafter.

__________________
(Signature of authorized officer of the Bank)
__________________
__________________
Name and designation of the officer
__________________
Seal, Name & address of the Bank and address of the Branch

3-26
EPC Tendering Document for Volume – 3, Part – II
Mandira Small Hydro Electric Project (3x3.33 MW), Odisha Forms

Form - 19
FINANCIAL PROPOSAL SUBMISSION FORM
(On the Letter Head of the Bidder)

Authorized Signatory Name


To,
The Chief General Manager
GSPCL,
GEDCOL Corporate Office, 2nd Floor, OSPH & WC Building, Vani Vihar, Janpath,
Bhoinagar, Bhubaneshwar – 751022, Odisha

Sub: Selection of EPC Contractor for Supply and installation of 10 MW capacity Small Hydro
Electric Project including post Commissioning Operation and Maintenance for a period of 5
years at Mandira Dam in Odisha

Being duly authorized to represent and act on behalf ---------------- and having reviewed and
fully understood all requirements of bid submission provided in the RFP (Document) and
subsequent clarifications provided in relation to Project, we hereby provide our Price Proposal

Bid Price : (In Figure)

: (in words)

Discount : (in percentage and absolute value)

Final Price (inclusive of all taxes except GST) : (in figure)

: (in words)

If our Proposal is accepted, we undertake to provide an advance payment security and a


performance security in the form, in the amounts, and within the times specified in the RFP
Documents.

We agree to abide by this Proposal, which, in accordance with ITB 15, consists of this letter for
a period of 180 days from the date fixed for submission of Proposals as stipulated in the
Request for Proposals or subsequent Addendum to the RFP Documents, and it shall remain
binding upon us and may be accepted by you at any time before the expiration of that period

3-27
EPC Tendering Document for Volume – 3, Part – II
Mandira Small Hydro Electric Project (3x3.33 MW), Odisha Forms

We confirm that unless and until a formal Agreement is prepared and executed, this Bid,
together with your written acceptance thereof, will constitute a binding contract between us.

Name of Bidder
Signature of the Authorized Person

3-28
EPC Tendering Document for Volume – 3, Part – II
Mandira Small Hydro Electric Project (3x3.33 MW), Odisha Forms

Form - 20
FORM OF CONTRACT AGREEMENT

THIS AGREEMENT N O … … . . made on the…………………. day of…………………


20…….

BETWEEN

GSPCL hereinafter called the “EMPLOYER” (which expression shall, unless repugnant to the
context or the meaning, thereof, be deemed to include its successors and permitted
assignees), of the ONE PART
AND
………hereinafter referred to as “CONTRACTOR” (which expression shall, unless
repugnant to the context or the meaning, thereof, be deemed to include its successors
and permitted assignees) of the ANOTHER PART;
WHEREAS the Employer is about to erect and maintain the…………………
……………… (hereinafter called “the works”) and for the purpose requires the plants
and machinery mentioned and specified in certain general conditions, specifications,
schedules, drawings, form of Bid, covering letter and schedule of prices which, for the
purpose of identification, have been signed by . . . . . . . . . . . . . . . . . . .. . . . . . on
behalf of the Contractor and . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
(the Engineer or the Employer) on behalf of the Employer all of which are deemed to
form part of this Contract as though separately set out herein and are included in the
expression “Contract” whenever herein used.

AND WHEREAS the Employer has accepted the Bid of the Contractor for the supply and
delivery of the said plant and machinery for the sum of . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
...
.......................................
...
upon the terms and subject to the conditions hereinafter mentioned.

NOW THESE PRESENT WITNESSES and the parties hereto hereby agree and declare as
follows, that is to say, in consideration of the payment to be made to the Contractor by the
Employer as hereinafter mentioned the Contractor shall and will fully provide the said plant
and machinery for the said works on the terms and conditions mentioned in the Contract.

AND in consideration of the due provisions of the said plant and machinery by the
Contractor and due performance of his part of contract, the Employer does hereby for
3-29
EPC Tendering Document for Volume – 3, Part – II
Mandira Small Hydro Electric Project (3x3.33 MW), Odisha Forms

himself, his successors or assigns covenant with the Contractor that he, the Employer, his
successors or assigns will pay to the Contractor the said sum of . . . . . .. . . . . . . . . . . . . . . . . . .
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . or such other sum as may be become payable to the
Contractor under the provision of the Contract, such payments to be made at such time and
in such manner as is provided by this contract.

NOW IT IS HEREBY AGREED as follows:

Article 1: 1.1 Contract Documents (Reference CC Clause -2)


Contract The following documents shall constitute the Contract between
Documents the Employer and the Contractor, and each shall be read and
construed as an integral part of the Contract:
(a) Instruction to Bidders (ITB)
(b) Conditions of Contract (CC)
(c) Bid form including schedules of prices
(d) Letter of Award and its acknowledgement
(e) Performance Security Deposit/ Contract Performance Guarantee
(f) Guaranteed Test Performance and Penalty
(g) Site Conditions
(h) Specifications, Schedules and Drawings
(i) Addendum in which may hereafter be issued by the Employer to
the contractor in the form of letter and covering letters and
schedule agreed between the Contractor and the Employer
(j) The Contract Agreement to be entered into under clause of these
Conditions of Contract including Appendices.
1.2 Order of Precedence (Reference CC Clause -1)
In the event of any ambiguity or conflict between the Contract
Documents listed above, the order of precedence shall be the order
in which the Contract Documents are listed in Article 1.1(Contract
Documents) above.
1.3 Definitions (Reference CC Clause 1)
Capitalized words and phrases used herein shall have the same
meanings as are ascribed to them in Contract Conditions.
Article -2: 2.1 Contract Price (Reference CC Clause 11)
Contract Price and The Employer hereby agrees to pay to Contractor the Contract
Terms of Payment Price (in INR) in consideration of the performance by the
Contractor of its obligations hereunder.
2.2 Terms of Payment (Reference CC Clause 12)
The terms and procedures of payment according to which the
Employer will reimburse the Contractor are given in Appendix
3-30
EPC Tendering Document for Volume – 3, Part – II
Mandira Small Hydro Electric Project (3x3.33 MW), Odisha Forms

1(Terms and Procedures of Payment) hereto.


Article -3: 3.1 Effective Date (Reference CC Clause 1)
Effective Date for The Effective date of contract shall be determined from the date of
Determining Time signing of contract or 30 days from the date of Notification of
for Completion Award.
3.2 If the conditions listed under 3.1 are not fulfilled within 30 days from
the date of Notification of Award because of reasons attributable to
the Employer, the Contract would become effective immediately
thereafter.
Article -4: Time for completion the project shall be 30 months from the effective
Completion Period date.
Article -5: 4.1 It is expressly understood and agreed by and between the Contractor
and the Employer that the Employer is entering into this Agreement
solely on its own behalf and not on behalf of any other person or
entity. In particular, it is expressly understood and agreed that the
Government of Odisha (GOO) is not a party to this Agreement and
has no liabilities, obligations or rights hereunder. It is expressly
understood and agreed that the Employer is an independent legal
entity with power and authority to enter into contracts solely on
its own behalf under the applicable laws of India and the general
principals of Contract Law. The Contractor expressly agrees,
acknowledges and understands that the Employer is not an Agent,
Representative or Delegate of the GOO. It is further understood and
agreed that the GOO is not and shall not be liable for any acts,
omissions, commissions, breaches or other wrongs arising out of the
Contract. Accordingly, the Contractor expressly waives, releases and
foregoes any and all actions or claims, including cross claims,
impleader claims or counter claims against the GOO arising out of this
Contract and covenants not to sue the GOO as to any manner,
claim, cause of action or thing whatsoever arising of or under this
Agreement.
Article -6: The Appendices listed in the attached list of Appendices shall be
Appendices deemed to form an integral part of this Contract Agreement.
Reference in the Contract to any Appendix shall mean the
Appendices attached hereto, and the Contract shall be read and
construed accordingly.

IN WITNESS WHEREOF the Employer and the Contractor have caused this Agreement to
be duly executed by their duly authorized representatives the day and year first above
written.
3-31
EPC Tendering Document for Volume – 3, Part – II
Mandira Small Hydro Electric Project (3x3.33 MW), Odisha Forms

Signed by for and on behalf of the Employer

_______________________________________________________________
[Signature]

_______________________________________________________________
[Title]

In the presence of _________________________________________________

Signed by for and on behalf of the Contractor

__________________________________________________________
_ [Signature]

__________________________________________________________
__ [Title]

in the presence of _________________________________________________

CONTRACT AGREEMENT

Dated the ____________________ day of ______________ 2018

BETWEEN

M/s GEDCOL SAIL POWER CORPORATION LIMITED of Odisha Limited

_________________________________________________________________

[“The Employer”]

And

_________________________________________________________
__[“The Contractor”]

3-32
EPC Tendering Document for Volume – 3, Part – II
Mandira Small Hydro Electric Project (3x3.33 MW), Odisha Forms

Form - 21
FORM OF COMPLETION CERTIFICATE
Date:
IFT No:
[Name of Contract]

To: [Name and address of Contractor]

Dear Sir,

Pursuant to General Conditions of the Contract entered into between yourselves


and the Employer dated [date], relating to the [brief description of the facilities],
we hereby notify you that the following part(s) of the Facilities was (were)
complete on the date specified below, and that, in accordance with the terms
of the Contract, the Employer hereby takes over the said part(s) of the
Facilities, together with the responsibility for care and custody and the risk of loss
thereof on the date mentioned below.

1. Description of the Facilities or part thereof:


[description]

2. Date of Completion:
[date]

However, you are required to complete the outstanding items listed in the
attachment hereto as soon as practicable.

This letter does not relieve you of your obligation to complete the execution of the
facilities including Guarantee Test(s) in accordance with the Contract nor of your
obligations during the Defect Liability Period.

Very truly yours,

Title
(Employers Representative)

3-33
EPC Tendering Document for Volume – 3, Part – II
Mandira Small Hydro Electric Project (3x3.33 MW), Odisha Forms

Form - 22
FORM OF OPERATIONAL ACCEPTANCE CERTIFICATE

Date:
IFT No: _--------------------------------
----

[Name of Contract]

To: [Name and address of Contractor]

Dear Sir,

Pursuant to General Conditions of the Contract entered into between yourselves


and the Employer dated [date], relating to the [brief description of the facilities],
we hereby notify you that the Functional Guarantees of the following part(s) of
the Facilities were satisfactorily attained on the date specified below:

1. Description of the Facilities or part thereof: [description]

2. Date of Operational Acceptance: [date]

This letter does not relieve you of your obligation to complete the execution of
the facilities in accordance with the Contract nor of your obligations during the
Defect Liability Period.

Very truly yours,

Title
(Employers Representative)

3-34
EPC Tendering Document for Volume – 3, Part – II
Mandira Small Hydro Electric Project (3x3.33 MW), Odisha Forms

Form - 23
LIST OF RECOMMENDED SPARE PARTS

Bid Specification No. -----------------------

(Bidder shall give below a list of recommended spares other than mandatory spares for 5
years trouble free operation of equipment offered by them).

Sl. No. Catalogue No. Catalogue No. Recommenced


Component Qty. in Nos
1 2 3 4

Seal of the Company Signature


Name
Designation
Date

NOTE: I. Please write “NOT APPLICABLE” where the schedule is not relevant.

3-35
EPC Tendering Document for Volume – 3, Part – II
Mandira Small Hydro Electric Project (3x3.33 MW), Odisha Forms

Form - 24
LIST OF RECOMMENDED SPECIAL TOOLS AND TACKLES

Bid Specification No. ---------------------------------

(Bid shall give below a list of recommended special tools and tackles required for
erection, commissioning, operation and maintenance of equipment offered by him).

Sl. No. Particular Recommenced Qty. in Nos. per / unit

1 2 3

The bidder hereby certifies that the above are the only special tools and tackles for
required erection, commissioning and maintenance of the equipment’s offered by him.

Seal of the Company Signature


Name
Designation
Date

NOTE: I. Please write “NOT APPLICABLE” where the schedule is not relevant.

3-36
EPC Tendering Document for Volume – 3, Part – II
Mandira Small Hydro Electric Project (3x3.33 MW), Odisha Forms

Form - 25
LIST OF RECOMMENDED TEST SETS AND TESTING INSTRUMENTS

Bid Specification No. -------------------------

(Bidder shall give below a list of recommended test sets and testing instruments
required for erection, commissioning, operation and maintenance).

Sl. No. Particular Quantity

1 2 3

The bidder hereby certifies that the above are the only test sets and testing
instruments required for required erection, commissioning and maintenance of the
equipment’s offered by him. These instruments shall be brought by the Contractor on
returnable basis (after commissioning) without extra cost.

Seal of the Company Signature


Name
Designation
Date

NOTE: Please write “NOT APPLICABLE” where the schedule is not relevant.

3-37
EPC Tendering Document for Volume – 3, Part – II
Mandira Small Hydro Electric Project (3x3.33 MW), Odisha List of Appendices

LIST OF APPENDICES

Appendix 1 Terms and Procedures of Payment


Appendix 2 Price Adjustment
Appendix 3 Insurance Requirements
Appendix 4 Time Schedule
Appendix 5 List of Approved Subcontractors
Appendix 6 Scope of works
Appendix 7 List of Documents for Approval or Review
Appendix 8 Functional Guarantees
Appendix 9 Milestone Schedule

3-38
EPC Tendering Document for Volume – 3, Part – II
Mandira Small Hydro Electric Project (3x3.33 MW), Odisha List of Appendices

Appendix -1
Terms and Procedures of Payment

In accordance with the provisions of CC Clause 12 (Terms of Payment), the Employer shall
pay the Contractor in the following manner and at the following times, on the basis of the
Price Breakdown given in the section on Price Schedules. Payments will be made in the
currencies quoted by the Contractor unless otherwise agreed between the parties.
Applications for payment in respect of part deliveries may be made by the Contractor as
work proceeds.

TERMS OF PAYMENT

Part A – Payment Terms During Construction Period

Schedule 1. Adjustable Mobilization Advance Payment

10% of contract price quoted for works mentioned in schedule 2,3,4,5,6 shall be paid
as adjustable mobilization advance payment after signing of contract by the parties on
submission of invoice and against Bank Guarantee for 110% of the advance amount
and Bank Guarantee.

The mobilization advance paid to the contractor shall be adjusted on pro-rata basis
while making progress payments for supplies. If the contractor fails to adhere to the
individual/item wise delivery schedule, then interest at prevailing rate as applicable for
cash credit facilities to the employer, will be levied by the employer for the unadjusted
advance in the respective scope of work. The period of interest shall be from the date
of credit of the advance in the account of the contractor to the date of certification of
receipt of consignment of supplies by the employer.

The value of Bank Guarantee against payments of advance as per above can be
reduced by the equivalent recovered amount. The value of BG can be reduced
maximum three times only within the completion period. However, in case time
extension for the project becomes evident, the employer may deny such request.

If contract is terminated due to default of the contractor, the mobilization advance


would be deemed as interest bearing advance at prevailing rate of interest as
applicable for cash credit facilities to the employer to be compounded quarterly.

Schedule No. 2. Civil Works

For completed civil works, payment will be recommended/ released on


recommendation by Employer/ Owner's Engineer on milestone basis. Contractor shall
give a draft payment milestone along with the financial bid, the payment milestones

3-39
EPC Tendering Document for Volume – 3, Part – II
Mandira Small Hydro Electric Project (3x3.33 MW), Odisha List of Appendices

will be finalized during contract negotiation process. A BOQ as per tender


design/drawings is attached with the document for reference.

Schedule No. 3. Plant and Equipment Supplied from Abroad

In respect of plant and equipment supplied from abroad, the following payments shall
be made:

Ninety percent (90%) of the total or pro rata CIP amount upon Incoterm “CIP” after
deduction of mobilization advance as per schedule 1, upon delivery to the carrier
within forty-five (45) days after receipt of documents.

Five percent (5%) of the total or pro rata CIP amount after deduction of mobilization
advance as per schedule 1, upon issue of the Completion Certificate, within forty-five
(45) days after receipt of invoice.

Five percent (5%) of the total or pro rata CIP amount after deduction of mobilization
advance as per schedule 1, upon issue of the Operational Acceptance Certificate,
within forty-five (45) days after receipt of invoice.

Schedule No. 4. Plant and Equipment Supplied from within the Employer’s Country

In respect of plant and equipment supplied from within the Employer’s country, the
following payments shall be made:

Ninety percent (90%) of the total or pro rata FOR (at project site) amount upon
Incoterm “Ex-Works” after deduction of mobilization advance as per schedule 1, upon
delivery to the carrier within forty-five (45) days after receipt of invoice and
documents.

Five percent (5%) of the total or pro rata FOR (at project site) amount after deduction
of mobilization advance as per schedule 1, upon issue of the Completion Certificate,
within forty-five (45) days after receipt of invoice.

Five percent (5%) of the total or pro rata FOR (at project site) amount after deduction
of mobilization advance as per schedule 1, upon issue of the Operational Acceptance
Certificate, within forty-five (45) days after receipt of invoice.

Schedule No. 5. Design Services

In respect of design services, the following payments shall be made:

A. For Civil Works

Ten percent (10%) of total design services amount after deduction of mobilization
advance as per schedule 1, against submission of Overall Plant Report.

3-40
EPC Tendering Document for Volume – 3, Part – II
Mandira Small Hydro Electric Project (3x3.33 MW), Odisha List of Appendices

Eighty percent (80%) of the total or pro rata design services amount after deduction of
mobilization advance as per schedule 1, upon acceptance of design by the Project
Manager within forty-five (45) days after receipt of invoice.

Ten percent (10%) of total design services amount after deduction of mobilization
advance as per schedule 1, against complete submission of As-built drawings.

B. For E&M and H&M Works

Hundred percent (100%) of the total or pro rata design services amount after
deduction of mobilization advance as per schedule 1, upon acceptance of design by
the Project Manager within forty-five (45) days after receipt of invoice.

Schedule No. 6. Installation Services

In respect of installation following payments shall be made:

Ninety percent (90%) of the measured value of work performed by the Contractor, as
identified in the said Program of Performance, during the preceding month, as
evidenced by the Employer’s authorization of the Contractor’s application, will be
made, after deduction of mobilization advance as per schedule 1, monthly within
forty-five (45) days after receipt of invoice.

Five percent (5%) of the total or pro rata value of installation services performed by
the Contractor as evidenced by the Employer’s authorization of the Contractor’s
monthly applications, upon issue of the Completion Certificate, after deduction of
mobilization advance as per schedule 1, within forty-five (45) days after receipt of
invoice.

Five percent (5%) of the total or pro rata value of installation services performed by
the Contractor as evidenced by the Employer’s authorization of the Contractor’s
monthly applications, upon issue of the Operational Acceptance Certificate, after
deduction of mobilization advance as per schedule 1, within forty-five (45) days after
receipt of invoice.

Part B – Payment Terms During O&M Period

No mobilization advance will be given for O&M contract.

Payments for O&M of power plant and associated services for first 2 (Two) years shall
be made by the Employer to the Bidder on quarterly basis as per the approved man-
power schedule.

3-41
EPC Tendering Document for Volume – 3, Part – II
Mandira Small Hydro Electric Project (3x3.33 MW), Odisha List of Appendices

Payments for O&M of power plant and associated services for remaining 3 (Three)
years shall be made by the Employer to the Bidder on quarterly basis as per the
approved man-power schedule and approved Billing Break-up for O&M.

The payments will be released by the Employer within 30 days of submission of


technically and commercially complete and correct bills of the contractor.

Payments of incentives on energy generation for the power plant will be made on
yearly basis against the claims filed by O&M Contractor, duly supported by calculations
and documentary evidence of energy generated in a year in excess of 100% of the
design energy of one year.

Penalty calculations for shortfall in Percentage Annual Availability of the power plant
shall be carried out by the Owner on quarterly basis on the basis of plant availability
data submitted to the Owner by the O&M Contractor on prescribed format on
monthly basis. The Owner will verify the calculations of plant availability submitted by
the O&M Contractor. The penalty if any levy able on the O&M Contractor, the same
shall be deducted from O&M Contractor’s quarterly bills and other dues as and when
due.

PAYMENT PROCEDURES

The procedures to be followed in applying for certification and making payments shall
be as follows:

To be finalized during contract negotiation meeting.

3-42
EPC Tendering Document for Volume – 3, Part – II
Mandira Small Hydro Electric Project (3x3.33 MW), Odisha List of Appendices

Appendix -2
Price Adjustment

As given in conditions of contract clause


39

3-43
EPC Tendering Document for Volume – 3, Part – II
Mandira Small Hydro Electric Project (3x3.33 MW), Odisha List of Appendices

Appendix -3
Insurance Requirements

The Contractor shall at its expense take out and maintain in effect, or cause to be taken out
and maintained in effect, during the performance of the Contract. The identity of the
insurers and the form of the policies shall be subject to the approval of the Employer, who
should not unreasonably withhold such approval:

Section I : Construction Stage

a) Cargo Insurance During Transport


Covering loss or damage occurring while in transit from the Contractor’s or
Subcontractor’s works or stores until arrival at the Site, to the Plant and Equipment
(including spare parts therefor) and to the construction equipment to be provided by
the Contractor or its Subcontractors.

Amount Deductible Parties/Components From To


limits insured
110% of 5% of any All the equipment Contractor’s/Manufa Project
the Cargo individual and machines cturer’s Works site
Value claim

b) Installation All Risks Insurance


Covering physical loss or damage to the Facilities at the Site, occurring prior to
Completion of the Facilities, with an extended maintenance coverage for the
Contractor’s liability in respect of any loss or damage occurring during the Defect
Liability Period while the Contractor is on the Site for the purpose of performing its
obligations during the Defect Liability Period.

Amount Deductible limits Parties/Compo From To


nents insured
Full replacement 5% of any NA NA NA
cost of individual claim
equipment

c) Third Party Liability Insurance


Covering bodily injury or death suffered by third parties (including the Employer’s
personnel) and loss of or damage to property occurring in connection with the supply
and installation of the Facilities

Amount Deductible Parties/Components insured


limits
INR 50 Lakhs NIL Loss and damage to the property of Employer
3-44
EPC Tendering Document for Volume – 3, Part – II
Mandira Small Hydro Electric Project (3x3.33 MW), Odisha List of Appendices

INR 1 Crore NIL Major/irrecoverable Personal injury or death of


Contractor’s employees per occurrence.
INR 1 Crore NIL Major/irrecoverable Personal injury or death of
other people per occurrence.

d) Automobile Liability Insurance


Covering use of all vehicles used by the Contractor or its Subcontractors (whether or
not owned by them) in connection with the execution of the Contract

e) Workers’ Compensation
In accordance with the statutory requirements applicable in any country where the
Contract or any part thereof is executed

f) Employer’s Liability
In accordance with the statutory requirements applicable in any country where the
Contract or any part thereof is executed

g) Other Insurances
Such other insurances as may be specifically agreed upon by the parties hereto as listed
in the said the Appendix - 3 (Insurance Requirements)

Section II : O&M Stage


The Contractor shall at its expense take out and maintain in effect, during Operation &
Maintenance , the following insurances set forth below
a) All risk Insurance
Covering physical loss or damage to the electro-mechanical, electrical & hydro
mechanical equipment of the Hydro Electric Project for the entire duration of the
Contract. The Owner shall be named as co-insurant and all claims shall be preferred
and received by the Owner. However, the claim shall be passed on to the Contractor
in-case remedial measures are undertaken by the Contractor.

b) Third Party Liability Insurance


Covering bodily injury or death suffered by third parties occurring in connection with
the works under the Contract.

c) Worker's Compensation
As per the existing statutory requirements.

3-45
EPC Tendering Document for Volume – 3, Part – II
Mandira Small Hydro Electric Project (3x3.33 MW), Odisha List of Appendices

Appendix-4
Time Schedule

One months after the start of the work, the Contractor shall submit to the Owner a Work
Programme showing the order of procedure in which he proposes to carry out and complete
the Works as per Master Control Network within the specified Time for Completion. The
Work Programme shall be co-ordinated with activities of other Contractors responsible for
(Civil, HM and E&M Works) the Project. Such `Work Programme' shall subject to review and
revision by the Contractor in consultation with the Owner in order to achieve completion of
the Works within the Time for Completion.

The Work Programme shall show all major activities. The detailed design criteria/memo for
a component of Works shall be submitted to the Owner for approval 6 (six) months in
advance of the start of the said construction activity. The drawing for the aforesaid
component of Works shall be based on the approved criteria and submitted atleast 3
months prior to start of the said construction activity. The number of copies of the Reports
and other Documents to be submitted to the Owner by the contractor is specified in
Appendix-D2.

Within 15 days after the submission of the Work Programme, the Contractor shall submit to
the Owner for information a schedule indicating methodology for phase wise submission of
design documents and drawings. The detailed schedules for submission of construction
drawings shall follow thereafter but in any case in a period not more than 6 months. The
schedule shall be coordinated with the work programmes of other contractors and shall
successively be adjusted in order to meet the actual requirements of other contractors for
completing the WORKS (Works of all the members of Consortium) within the TIME FOR
COMPLETION. (Time for Completion for the Project as a whole).

The Time Schedule submitted by the selected Contractor and amended as necessary prior to
award of Contract shall be included as Appendix - 4 to the Contract Agreement before the
Contract is signed.

If Bidders, pursuant to the provisions of the Instructions to Bidders, are to be permitted to


offer an Alternative Bid based on a different Time Schedule, details of this and any resulting
reduction in Price from their conforming bid based on the Time Schedule included in the
bidding documents shall be submitted as an Attachment to their bid.

3-46
EPC Tendering Document for Volume – 3, Part – II
Mandira Small Hydro Electric Project (3x3.33 MW), Odisha List of Appendices

Appendix -5
List of Approved Subcontractors

Prior to award of Contract, the following details shall be completed, indicating those Sub-
contractors proposed by the Contractor in the corresponding Attachment to its bid that are
approved by the Employer for engagement by the Contractor during the performance of the
Contract.

The following Sub-contractors are approved for carrying out the item of the facilities
indicated. Where more than one Sub-contractor is listed, the Contractor is free to choose
between them, but it must notify the Employer of its choice in good time prior to appointing
any selected Subcontractor. In accordance with CC Sub-Clause 19.1, the Contractor is free to
submit proposals for Sub-contractors for additional items from time to time. No Sub-
contracts shall be placed with any such Sub-contractors for additional items until the Sub-
contractors have been approved in writing by the Employer and their names have been
added to this list of Approved Subcontractors.

Items of Facilities Approved Subcontractors Nationality

3-47
EPC Tendering Document for Volume – 3, Part – II
Mandira Small Hydro Electric Project (3x3.33 MW), Odisha List of Appendices

Appendix -6
Scope of Works

A. DESIGN ENGINEERING

During detailed Engineering, the Contractor may propose to modify or change


preliminary design of the Civil, Hydro-Mechanical Works of the Project as
described in the `Project Profile' for techno-economic reason and time
effectiveness provided always that the design of the Project shall be in
accordance with the Internationally accepted practice and shall meet Owner’s
Requirements for the performance of the Works as warranted under the
Contract. Such changes shall not entitle the Contractor to additional cost,
whatsoever, other than the Contract Price

Document handling and communications

The Contractor shall submit a complete list of documents/designs/drawings to


the Engineer in advance for approval. All docunents and drawings shall have a
reference number according to the agreed document management system.

Design/Drawings transmittal

The Contractor shall submit for review the various documents in accordance with a
submittal schedule proposed by the Contractor and to be approved by the Engineer
and Employer. This submittal schedule will accommodate the period needed for
review and subsequent performance of the construction in compliance with the
Construction program and all final design transmittals, calculations, specifications
and manuals shall be on size A4 paper, and suitably bound, drawings shall be in
A3/A2/A1/A0 format as per the requirement.

The Operation and Maintenance Manuals for each main component of the Works
shall employ offset or equivalent printing, strongly bound in a durable cover bearing
the title.

Document preparation

The following numbers of copies of the various documents shall be supplied by the
Contractor:

Item No. of copies


Designs and drawings: 4 hard copies + pdf + original softcopy
Investigation and test results: 4 hard copies + pdf + original softcopy
Construction specifications: 4 hard copies + pdf + original softcopy
Method statements & risks assessments: 4 hard copies + pdf + original softcopy
As-built documentation: 6 hard copies + pdf + original softcopy
O&M Manuals: 6 hard copies + pdf + original softcopy
3-48
EPC Tendering Document for Volume – 3, Part – II
Mandira Small Hydro Electric Project (3x3.33 MW), Odisha List of Appendices

Construction Program: 6 hard copies + pdf + original softcopy


Progress and Final Reports: 6 hard copies + pdf + original softcopy
All other documents: 6 hard copies + pdf + original softcopy

With the transmission of all designs, reports and drawing a transmission log shall
accompany the documents being submitted.

Design Aspects and Obligations


The Contractor is to assume full responsibility for the entire design based on the
tender design of WAPCOS & MECON Limited detailed project report and all the other
reports listed above and to validate, test and develop all that is required in order to
fulfill the requirements of the Contract.

Alternative concepts and designs to those outlined in the Detailed project Report has
been provided at Tender level design and subsequently and the Contractor shall take
into account the time needed for reviews of such alternatives by the Engineer and
the Employer. Contractor may try to optimize the quantum of Civil works involved in
the project keeping in the view of Plant output & Indian standards. Changes if any
from DPR/ Tender level design shall be submitted to Client for approval.

The following matters shall be undertaken by the Contractor in establishing the


Detailed Design:
- Review of hydrological and sedimentation studies.
- Review of the environmental studies for the purpose of construction incl.
temporary facilities such as camps, borrow areas, quarries, spoil areas, etc.
- Geological and geotechnical studies and investigations undertaken by others
and as undertaken by the Contractor
- Original topographic surveys & investigation undertaken for the DPR and any
additional survey undertaken by the Contractor

The Contractor shall prepare and submit to the Employer for their timely review
before any ordering of plant, materials, and equipment that will be incorporated
into the Works or construction occurs, a Detailed Design Report or Reports for the
main components of the Works that shall include the following as a minimum:
- A description of how the design requirements will be achieved including a
description of design computations, design inputs and their sources, proposed
design methods, techniques and software, as well as a list of all codes and
references to be used for the design of all Permanent Works.
- Drawings of the project layout and all structures with main measurement data,
water levels, etc.
- Summary of all field and factory tests and investigations planned to be carried
out in connection with the Final Design.

The Detail Design Report shall include computations and analyses as required to
substantiate the validity of the proposed design including preliminary stability,
hydraulic computations, etc.
3-49
EPC Tendering Document for Volume – 3, Part – II
Mandira Small Hydro Electric Project (3x3.33 MW), Odisha List of Appendices

All communications, documents and construction drawings produced by the


Contractor shall be in the English language.

All construction drawings shall be produced and submitted in soft copy (AutoCAD,
and PDF) and hard copy (A0, A1, A2, A3 or A4 as appropriate). Each drawing shall be
initialed by the designer and draft-person as well as their respective checkers. The
drawings shall include a revision number (where revision 0 is the original
submission), a brief description of revision(s), and all revisions must be clearly
identified on the drawing.

Design documents and all computations shall be initialed and dated by the designer
and checker, and shall clearly state the Project name, calculation number and title,
calculation description/objective, revision number (where revision 0 is the original
submission), key assumptions, references, and a summary of the calculation
conclusions/results.

The Contractor shall have staff at the Site to prepare and to revise drawings and
documents during construction as needed to document “as-built” conditions and
also a scheduler to track progress and to provide construction programs using
critical path analysis (such as Micro Soft Project). Any programs provided to the
Engineer and Employer using the original software must also be transmitted in
Adobe Acrobat PDF format as well.

All design documents and construction drawings shall be delivered in digital form to
the Engineer and Employer. In addition, unless otherwise specified, three (3)
printed copies of each drawing and document shall be submitted to the Owners
Engineer and Employer.

The Contractor shall provide a Final Design Report within three months after
Commencement although the Employer may agree that the report can be provided
in stages starting with the most critical components that require earlier
construction. For each main component of the design of the project, the Contractor
shall submit to the Employer and the Engineer together with the relevant drawings,
for review and comments the following:
- Assumptions, design objectives and methods adopted.
- Design criteria, parameters, loads and load cases used.
- Applicable codes, standards, and references used.
- A short description of each method of analyses, computer programs, etc. used.
- Calculations and results of the final design analyses for each structure/feature.
- Testing checks and validations of assumed input data
- Final design drawings issued “approved for construction” and related
specifications
- Method statements and risk assessments
- Inspection Test Plans (ITPs) in conformity with the approved Quality
Management Plan

3-50
EPC Tendering Document for Volume – 3, Part – II
Mandira Small Hydro Electric Project (3x3.33 MW), Odisha List of Appendices

As-built drawings, O&M Manuals and final quality documentation.


The Contractor shall provide three hard copies, and one digital copy of each final
as-built drawings for the Works shall be provided as soon as practicable after the
relevant works have been completed and no Taking-Over Certificates for the
relevant components of the Works shall be issued until such as-built drawings and
the relevant O&M manuals and quality documentation have been provided to the
Engineers and Employer’s satisfaction.

B. SCOPE OF CIVIL WORKS


The project envisages construction of the following components:
i) Project area topographic Survey
ii) Geotechnical investigation including construction material survey including Water
analysis and sedimentation assessment
iii) Infrastructure works including buildings & roads
iv) Detailed Design & Engineering
v) Head Regulator
vi) Head Race Channel, Transition& Intake Structure
vii) Construction of Power House including security guard room, surface drainage
works, Barbed wire fencing, illumination of outside area of Power house &
switchyard, drinking water supply, sewage & sanitation, water supply for fire
protection etc.
viii) Tail race pool & Tail Race channel upto Confluence Point and River joining works
ix) Civil Works of Switchyard
x) Plantation
xi) Environment & Ecology

C. SCOPE OF HYDRO-MECHANICAL WORKS


Design, manufacture, supply, inspection, transportation, Insurance, storage & handling
at site, Erection, Testing and Commissioning of the following H-M Equipment:

Head Regulator Gates:


i) Four (4) sets of Fixed Wheel Type Vertical Lift Gates of size 7500 mm (W) x 8000
mm (H) have been proposed for head regulator with skin plate, wheel
assemblies, seal assemblies, guide shoes, stiffeners, diaphragms, end vertical
girders, horizontal girders, lifting arrangement, dogging arrangement etc.
complete in all respects. The gate shall be designed to withstand an unbalanced
Hydrostatic head of 7.62 m corresponding to FRL 210.31 m and checked for
MWL 212.75 with 33.33% increase in permissible stresses. The Gates are to be
designed in accordance with IS: 4622 (latest edition). The gate shall be
operated with the help of electrically operated rope drum hoist of adequate
capacity, mounted on steel support structure for operation of Intake gate
including all electrical as well as mechanical equipment along with electrical

3-51
EPC Tendering Document for Volume – 3, Part – II
Mandira Small Hydro Electric Project (3x3.33 MW), Odisha List of Appendices

controls including starter cum control and standby manual operation, covers,
gate position indicators etc. complete in all respects.

ii) Four (4) complete sets of anchor bars and suitable length of dowel bars for first
stage embedded parts of head regulator gates.

iii) Four (4) complete sets of second stage embedded parts including anchor bolts,
sill beam, wheel track plates & bases, side and top seal seats & bases, guide
tracks, nuts & washers etc. for head regulator gates.

Coarse Trash Rack for head regulator


i) Four (4) Nos. Coarse Trash Rack each comprising 4 panels of 7.50 m (W) x 2.765
m (H) size including trash bars, spacers, framing channel/angles etc. complete
in all respects in accordance with these specifications.

ii) Four (4) Sets of embedded parts complete for Four (4) openings for Coarse
trash racks.

iii) Manual arrangement shall be provided on the equipment for cleaning the trash
racks.

iv) Trash rakes for manual cleaning of rack consist of a metal raking head wide
enough to cover about 0.46m width of rack bars, attached to a long handle.
The rake teeth shall be spaced to fit between the rack bars and curved upward
at the back to form basket for retaining the trash. Guard bars near the ends of
teeth shall limit their penetration into the trash rack and prevent interference
with the rack bar spacers.

Intake Gates:
i) One (1) set of Fixed-Wheel Type Vertical Lift Intake Gate of size 2500mm (W) x
4000 mm (H) have been proposed for Power Intake with skin plate, wheel
assemblies, seal assemblies, guide shoes, stiffeners, diaphragms, end vertical
girders, horizontal girders, lifting arrangement, dogging arrangement etc.
complete in all respects. The gate shall be designed to with stand an
unbalanced Hydrostatic head of 12.58 m corresponding to FRL 210.31 m and
checked for MWL 212.75 with 33.33% increase in permissible stresses. The
Gates are to be designed in accordance with IS: 4622 (latest edition). The gate
shall be operated with the help of monorail hoist with lifting beam of adequate
capacity, mounted on steel support structure for operation o f Intake gate
including all electrical as well as mechanical equipment along with electrical
controls including starter cum control and standby manual operation, covers,
gate position indicators etc. complete in all respects.

ii) Three (3) complete sets of anchor bars and suitable length of dowel bars for
first stage embedded parts of intake gate.

3-52
EPC Tendering Document for Volume – 3, Part – II
Mandira Small Hydro Electric Project (3x3.33 MW), Odisha List of Appendices

iii) Three (3) complete sets of second stage embedded parts including anchor
bolts, sill beam, wheel track plates & bases, side and top seal seats & bases,
guide tracks, nuts & washers etc. for intake gate.

Fine Trash Rack for Intake


i) Three (3) Nos. Fine Trash Rack each comprising 5 panels of 5.00 m (W) x 3.204
m (H) size including trash bars, spacers, framing channel/angles etc. complete
in all respects in accordance with these specifications.

ii) Three (3) Sets of embedded parts complete for Three (3) openings for fine
trash racks

iii) Manual arrangement shall be provided on the equipment for cleaning the trash
racks.

iv) Trash rakes for manual cleaning of rack consist of a metal raking head wide
enough to cover about 0.46m width of rack bars, attached to a long handle.
The rake teeth shall be spaced to fit between the rack bars and curved upward
at the back to form basket for retaining the trash. Guard bars near the ends of
teeth shall limit their penetration into the trash rack and prevent interference
with the rack bar spacers.

Draft Tube Gates:


i) Two (2) set of slide type gate for the three openings of the Draft Tubes of size
4200mm x 2800mm have been proposed to be installed at the Power House
with skin plate, horizontal girders, end vertical girders, seal assemblies, slide
pads, guide shoes, stiffeners, diaphragms, filling valves, lifting arrangements,
dogging arrangement etc. complete in all respects. The gate shall be designed
for an unbalanced head of 9.89 m corresponding to Max. TWL 194.65m. The
gates shall be operated with the help of monorail hoist with lifting beam of
adequate capacity, including all electrical as well as mechanical equipment
complete in all respects. The gate shall be operated under balanced head
conditions. During raising cycle, balanced head conditions shall be achieved
with the help of filling valves provided in the gate body.

ii) Three (3) complete sets of anchor bars and suitable length of dowel bars for
first stage embedded parts of draft tube gate.

iii) Three (3) complete sets of second stage embedded parts including anchor
bolts, sill beam, wheel track plates & bases, side and top seal seats & bases,
guide tracks, nuts & washers etc. for draft tube gate.

D. SCOPE OF ELECTRO MECHANICAL WORKS


The scope of works comprises Design, Engineering, Manufacture, Quality Control,
inspection and factory/shop acceptance testing before despatch, supply,
transportation to site, transit insurance during the period of transportation, unloading
3-53
EPC Tendering Document for Volume – 3, Part – II
Mandira Small Hydro Electric Project (3x3.33 MW), Odisha List of Appendices

at site, storage and preservation, insurance during storage till commissioning,


complete erection, testing and commissioning, field acceptance testing, operation and
maintenance of the plant for a period of 5 years after commissioning, handling over to
customer and guarantee including trouble free operation for two (2) years (Defect
Liability Period) of complete Electro-Mechanical works of Mandira Dam Small Hydro
Electric Power Project comprising Three (3) Numbers of Horizontal S-Type Turbines
driven generating units each of 3.33 MW rated capacity (at generator terminals) its
associated auxiliaries and station auxiliaries, Generator step-up transformers, and
switchyard equipments broadly named here under and detailed in subsequent
Chapters :-
 Three (3) Nos. Horizontal S-Type Turbine Full Kaplan Turbines.
 Three (3) Nos. of AC Generators.
 Three (3) Nos. of Speed Increaser (Gear Box).
 Three (3) Nos. of Electro Hydraulic Governor System.
 Three (3) Nos. of AVR and Excitation System
 Two (2) Nos. of Step-Up Transformers
 One (1) Number Power House EOT crane.
 Three (3) Nos. Main Inlet Valves for Turbines.
 One (1) Lot cooling water system for turbine and Generator.
 One (1) Lot Nitrogen Bladder System.
 One (1) Lot LP Compressed Air system
 One (1) Lot Drainage and Dewatering system.
 One (1) Lot Fire fighting system.
 One (1) Lot Standby DG set.
 One (1) Lot Power house, AC and ventilation system.
 One (1) Lot General Purpose Workshop Tools.
 Two (2) Nos. Auxiliary Transformer.
 One (1) Lot DC Batteries & Charger and DC Distribution Board.
 One (1) Lot Control, Metering & Protection Panel including 6.6 kV Switchgear
 One (1) Lot Illumination System
 One (1) Lot Grounding and Lightning Protection System
 One (1) Lot LAVT and Neutral Earthing System
 One (1) Lot Control, Protection and Safety Instruments.
 One (1) Lot of Power & Control Cables.
 One (1) Lot of Cable Racks for Power House.
 One (1) Lot Unit and station Auxiliary Board.
 One (1) Lot SCADA & Interfacing equipments.
 One (1) Lot Switchyard equipments including 10km Transmission Line and
Substation works at Rajgangpur including accessories complete in all respect.
 One (1) Number Governor & Lubricating oil purifier.
 One (1) Number Insulating oil purifier.
 One (1) Lot Level sensing Devices for Head Race & Tail Race Reservoir.

3-54
EPC Tendering Document for Volume – 3, Part – II
Mandira Small Hydro Electric Project (3x3.33 MW), Odisha List of Appendices

 One (1) Lot Mandatory spares for all the electro-mechanical work equipment
(necessary for 5 years of normal operation) & Recommended Spares.
 One (1) Lot of all consumables, needed at site for site welding & assembly jobs,
testing and commissioning of Electro Mechanical works.
 One (1) Lot of all Turbine Governing and generating unit bearing oil (with 10%
extra).
 One (1) Lot of all special tools & plants required for erection, testing,
commissioning and subsequent O & M of Electro-Mechanical works
 One (1) Lot of extra 5% small loose items (like small nuts, bolts & washer,
dowels needed for site assembly works.
 One (1) Lot Arrangement of all handling, assembly, erection & testing devices
of one time initial use for Electro-Mechanical works (on Returnable basis to
contractor).
 Field Acceptance testing of Electro-Mechanical works.

 Completion of Equipments:- Any other items which may not have been covered,
here above, or in sub-sequential Chapters of Electro-Mechanical works, but are
required for long term safe and efficient operation of Electro-Mechanical works shall
be deemed covered in the scope of works without any extra cost to the customer.

 Quality and Technology:-All the equipments shall be of made from best applicable
materials, high quality, reputed make and made as per latest practices and standards
as per the latest state of Art Technology.

 Optimizing sizing of Power House & Switchyard:-The size of Power house &
switchyard shall be optimized for proper layout of all the main equipments&
Accessories, giving adequate working clearances for handling and O&M of the
Electro-Mechanical works. The layout drawings of power house & switchyard shall
also be submitted.

 Packing and Despatch:-All the EM equipments shall be adequately packed and


dispatched in the most safe manner for transportation, using bracings etc. wherever
required, from manufacturing works/supplier works to Mandira site to avoid any
distortion or damage during transit.

 Site Storage and Preservation:-Instruction manual of site storage & preservations


shall be essentially supplied with the equipments for neat and proper storage and
preservation of electro-mechanical equipments at site during the intervening period
of storage before erection of the equipments.

E. O&M FOR FIVE YEARS


As described in chapter for Operation and Maintenance, Volume-II, Part-IV.
3-55
EPC Tendering Document for Volume – 3, Part – II
Mandira Small Hydro Electric Project (3x3.33 MW), Odisha List of Appendices

Appendix -7
List of Documents

Pursuant to CC Sub-Clause 20.3.1, the Contractor shall prepare or cause it’s Subcontractor
to prepare, and present to the Project Manager in accordance with the requirements of CC
Sub-Clause 18.2 (Program of Performance), the list of drawings/documents in the following
format:

Sl. Drawing/ Titles Scheduled Category (For


No. Literature No. submission date Information/Approval/Erection)
1 2 3

3-56
EPC Tendering Document for Volume – 3, Part – II
Mandira Small Hydro Electric Project (3x3.33 MW), Odisha List of Appendices

Appendix – 8
Functional Guarantees

1. General

This Appendix sets out the functional guarantees referred to in CC Clause 28


(Functional Guarantees)

The preconditions to the validity of the functional guarantees, either in production


and/or consumption, set forth below

The minimum level of the functional guarantees

The formula for calculation of liquidated damages for failure to attain the functional
guarantees.

2. Preconditions

The Contractor gives the functional guarantees (specified herein) for the facilities,
subject to the following preconditions being fully satisfied:

Model hill curve, turbine characteristic curve etc. on the basis of which the turbine
shall be selected indicating the operating point, Turbine &Generator on out-put and
efficiencies and Power Transformer on loss basis.

3. Functional Guarantee

Subject to compliance with the foregoing preconditions, the Contractor guarantees


as follows:

3.1 Production Capacity

Shall be as per (Volume 2 – Part –II and Volume – 4 – Part –I)

4. Failure in Guarantees and Liquidated Damages

4.1 Failure to Attain Guaranteed Production Capacity

If the production capacity of the facilities attained in the guarantee test, pursuant to
CC Sub-Clause 25.2, is less than the guaranteed figure specified in para 3.1 above,
3-57
EPC Tendering Document for Volume – 3, Part – II
Mandira Small Hydro Electric Project (3x3.33 MW), Odisha List of Appendices

but the actual production capacity attained in the guarantee test is not less than the
minimum level specified in para. 4.2 below, and the Contractor elects to pay
liquidated damages to the Employer in lieu of making changes, modifications and/or
additions to the facilities, pursuant to CC Sub-Clause 28.3, then the Contractor shall
pay liquidated damages at the rate mentioned in Para 4.2 below.

4.2 Shall be as per (Volume 2 – Part –II and Volume – 4 – Part –I) as per the following:

 Turbine: Clause No. 1.3 (Part-II, Section-II in Volume-2)– ‘Outputs and


Efficiency Guarantees and Penalties’
 Generator and Accessories: Clause No. 2.1.8 (Part-II, Section-II in Volume-2)–
‘Penalty For Shortfall in Weighted Average Efficiency And Output’
 Transformers: Clause 3.1.7 (Part-II, Section-II in Volume-2)- ‘Transformer
Losses’

4.3 Limitation of Liability

Subject to para 4.2 above, the Contractor’s aggregate liability to pay liquidated
damages for failure to attain the functional guarantees shall not exceed ten percent
(10 %) of the Contract price. However, if the performance parameter varies more
than 2% below the guaranteed for respective equipment, the equipment shall be
liable to rejection and 110% of equipment cost shall be recovered.

3-58
EPC Tendering Document for Volume – 3, Part – II
Mandira Small Hydro Electric Project (3x3.33 MW), Odisha List of Appendices

Appendix -9
Milestone Schedule

It is proposed to commission Mandira Dam Small Hydro Electric Project, Odisha within 30
months. Thereafter, the Bidder shall operate and maintain the plant for 5 years along with
training of employer staff before handing over the Plant to the Employer.

Milestone Physical work/activity to be Completed Time Period from


Nos. date of
Notification of
Award (Days)
1
2
3
4
5
6
7
8
9
10
11

Note: Project works involve carrying out civil works and installation of equipment/
embedment by other Contractors (Civil & H-M) as outlined in the specifications. E&M
Contractor shall undertake and coordinate the works with other Contractors to
achieve the milestones in due consultations with other Contractors and after
obtaining all the clearances from the Engineer.

3-59
WAPCOS LIMITED
(A Government of India Undertaking)
A Ministry of Water Resources, River Development & Ganga Rejuvenation

Regd Office: 5th Floor, Kailash, 26 K.G. Marg,


New Delhi-110001, India
Website: www.wapcos.co.in
WAPCOS LIMITED
(A Government of India Undertaking)
A Ministry of Water Resources, River Development & Ganga Rejuvenation

Regd Office: 5th Floor, Kailash, 26 K.G. Marg,


New Delhi-110001, India
Website: www.wapcos.co.in

You might also like