prasar bharati (india’s public service …allindiaradio.gov.in/oppurtunities/tenders/documents/adg...

28
PRASAR BHARATI (India’s Public Service Broadcaster) O/o THE ADDITIONAL DIRECTOR GENERAL (E) (SOUTH ZONE) ALL INDIA RADIO & DOORDARSHAN Swamy Sivananda Salai, Chennai - 600 005 No.ADG (E) (SZ)/PUR/67/45M SSTower/2014 -15 Date: 18.11.2014 Sub : Enquiry for Dismantling, Transportation of 45M SS Tower, Antenna and RF cable and Re-erection of Tower and Re-hoisting of Antenna and RF cable at LPT Kakinada Dear Sir, This office is interested in the purchase of the following Work as specification given below/attached and invites your quotation. Sl. No. Description 1. Dismantling the existing 45 M SS Tower Steel Structure & Foundation Bolt and Nuts from LPT Karimnagar & Transportation to LPT Kakinada & Providing Foundation & Erection as per specification. 2. Dismantling Transporting & Hoisting of DD-1, DD News & FM Bay Antennas along with RF Feeder cable from the 45 M SS Tower at existing LPT site of Kakinada to the new site at Kakinada. 1 .Consignees: Installation Officer, LPT, Kakinada. 2. The quotation should specifically mention completion date, terms and condition of work. The prices given should be firm and as under. a. The prices quoted shall remain fixed during the entire period of supply/contract and shall not be subject to variation on any account. A bid submitted with an adjustable price quotation is likely to be treated as non responsive and rejected. b. The ‘Unit’ Price should be for the Unit as indicated in the tender enquiry. c. Prices quoted should be for F.O.R. Station of destination in India and Inclusive of charges as packing customs, etc., wherever applicable. 3. In case of Quotation of F.O.R Station of dispatch basis, the purchaser will not pay separately transit insurance and the supplier will be responsible until the stores arrive in good condition at the destination. Tender/quotation in which transit insurance has been specified as an additional item of expenditure is liable to be ignored. 4. The tender shall consists of three parts (bids) namely: i. EMD : Earnest Money amounting to Rs.19,000 /- [Rupees Nineteen thousand Only] in the form of Demand Draft on Nationalized Bank / Commercial Bank drawn in favour of The ADG (E) (SZ), AIR & DD, Chennai-5 should accompany the tender. Tenders without EMD shall be summarily rejected and their bid will not be opened at the time of tender opening and shall be rejected as non responsive at the bid opening stage and returned to the bidder unopened [EMD exemption is applicable for those who are registered with National Small Industries Corporation (NSIC)

Upload: duongthu

Post on 30-Aug-2018

216 views

Category:

Documents


0 download

TRANSCRIPT

PRASAR BHARATI (India’s Public Service Broadcaster)

O/o THE ADDITIONAL DIRECTOR GENERAL (E) (SOUTH ZONE) ALL INDIA RADIO & DOORDARSHAN

Swamy Sivananda Salai, Chennai - 600 005

No.ADG (E) (SZ)/PUR/67/45M SSTower/2014 -15 Date: 18.11.2014

Sub : Enquiry for Dismantling, Transportation of 45M SS Tower, Antenna and RF cable and Re-erection of Tower and Re-hoisting of Antenna and RF cable at LPT Kakinada

Dear Sir, This office is interested in the purchase of the following Work as specification given below/attached and invites your quotation. Sl. No.

Description

1. Dismantling the existing 45 M SS Tower Steel Structure & Foundation Bolt and Nuts from LPT Karimnagar & Transportation to LPT Kakinada & Providing Foundation & Erection as per specification.

2. Dismantling Transporting & Hoisting of DD-1, DD News & FM Bay Antennas along with RF Feeder cable from the 45 M SS Tower at existing LPT site of Kakinada to the new site at Kakinada.

1 .Consignees: Installation Officer, LPT, Kakinada. 2. The quotation should specifically mention completion date, terms and condition of work. The prices given should be firm and as under.

a. The prices quoted shall remain fixed during the entire period of supply/contract and shall not be subject to variation on any account. A bid submitted with an adjustable price quotation is likely to be treated as non responsive and rejected.

b. The ‘Unit’ Price should be for the Unit as indicated in the tender enquiry. c. Prices quoted should be for F.O.R. Station of destination in India and Inclusive of

charges as packing customs, etc., wherever applicable.

3. In case of Quotation of F.O.R Station of dispatch basis, the purchaser will not pay

separately transit insurance and the supplier will be responsible until the stores arrive in good condition at the destination. Tender/quotation in which transit insurance has been specified as an additional item of expenditure is liable to be ignored.

4. The tender shall consists of three parts (bids) namely:

i. EMD: Earnest Money amounting to Rs.19,000/- [Rupees Nineteen thousand Only] in the form of Demand Draft on Nationalized Bank / Commercial Bank drawn in favour of The ADG (E) (SZ), AIR & DD, Chennai-5 should accompany the tender. Tenders without EMD shall be summarily rejected and their bid will not be opened at the time of tender opening and shall be rejected as non responsive at the bid opening stage and returned to the bidder unopened [EMD exemption is applicable for those who are registered with National Small Industries Corporation (NSIC)

ii. If any tenderer withdraws his tender before the expiry of the validity period, or before

the issue of letter of acceptance, whichever is earlier, or makes any modification in terms and conditions of the tender which are not acceptable to the department, then the Government shall, without prejudice to any other right or remedy, be at liberty to forfeit the earnest money absolutely. This provision would naturally apply only to the lowest tenderer once the earnest money of all the tenderers except those of the lowest is refunded as per provisions.

iii. If the contractor fails to furnish the prescribed performance guarantee within the prescribed period, the earnest money is absolutely forfeited to the President automatically without any notice.

iv. In case the contractor fails to commence the work specified in the tender documents on the 15th day or such time period as mentioned in letter of award , after the date on which the Purchaser issues written orders to commence the work, or from the date of handing over of the site, whichever is later, the Government shall, without prejudice to any other right or remedy, be at liberty to forfeit whole of earnest money absolutely.

v. If only a part of the work as shown in the tender is awarded, and the contractor does not commence the work, the amount of the earnest money to be forfeited to the Government should be worked out with reference to the estimated cost of the work so awarded.

vi. In case of forfeiture of earnest money as prescribed in i to iv above, the tenderer shall not be allowed to participate in the retendering process of the work.

(a) TECHNICAL BID: Technical bid should contain the confirmation to the enclosed

technical specifications. This should be submitted in a separate sealed envelope with “TECHNICAL BID” written on it.

(b) COMMERCIAL BID: The commercial bid should contain the price bid and acceptance of the commercial terms and conditions of this tender document. The price should be quoted for free delivery of materials at respective destinations. This should be submitted in a separate sealed envelope with “The Price bid written on it mentioning the name of work, date of opening”.

The above mentioned envelopes should be enclosed and submitted in another large size envelope duly sealed and superscribed with “Enquiry for Dismantling, Transportation of 45M SS Tower, Antenna and RF cable and Re-erection of Tower and Re-hoisting of Antenna and RF cable at LPT Kakinada” and due date of opening”. The envelope will be received at this office of The ADG(E) (SZ), AIR & TV, Swamy Sivananda Salai, Chennai-5 up to 1230 hrs. on 04.12.2014. The technical bid and E.M.D. will be opened on the same day at 1500 hrs. The commercial bid will be notified after recommendation of technical committee.

In case tender opening date falls on a holiday, the bids will be received and opened at the

same specified time on next working day. Bids received late or submitted after the scheduled specified time on scheduled date will not be entertained and will be returned back unopened.

The purchaser may, at his discretion extent the deadline for the submission of the bids by amending the bid document , in which case all rights and obligations of the purchaser and bidders previously subject to then deadline will thereafter be subject to the deadline as extended.

Tenderer should quote for all the required items. Partial tenders will be rejected. (C) SECURITY DEPOSIT: the successful Tenderer shall furnish the Security Deposit within 2 weeks after placement of order at the rate of 5% of the Order Value, failing which the EMD will be forfeited automatically, to President of India, without any notice. The security deposit shall be furnished in the form of Demand Draft / Bank Guarantee drawn in favour of The ADG (E) (SZ), AIR & DD, Chennai-5. The Security Deposit will be returned in full on completion of successful Guarantee/Warranty Period.

For release of Security Deposit / Performance Security, the firm will submit his claim along with a certificate from the consignee that equipment supplied / SITC executed against this order has performed satisfactorily during its Warranty / guarantee period and department have not suffered any loss / inconvenience on this account.

5. TAXES: a. Payment o f Entry Tax / Octro i Duty and Toll Tax (on ultimate products). As the

material, which is to be transported to the consignee, belongs to the Government of India / Prasar Bharati and therefore is exempted from Entry Tax / Octroi Duty / Toll Tax. However, if the State Governments / Statutory Local Bodies are bound to levy such taxes, the taxes will be paid by supplier / contractor. Supplier / Contractor may raise its claim, for reimbursement of such duties / taxes paid, with Organisation, along with original receipt of the payment.

b. Sales Tax / Service Tax leviable and intended to be claimed from the purchaser should be distinctly shown along with prices quoted. Where this is not done no claim for Sales Tax / Service Tax will be admitted at any later stage and on any ground whatsoever.

* Please note that this Office will not issue any Form such as ‘C’, ‘D’ etc. 6. Printed terms and conditions of tendering firms will not be considered as forming

parts of their tender. 7. GUARANTEE / WARRANTY PERIOD: The Equipment / Work shall be guaranteed

against any Manufacturing defects for a period of minimum 1 Year from the date of supply and the warranty shall be further extended as per OEM offer. Any parts failing during the Guarantee period shall be repaired / replaced free of charge by the supplier at the Sites.

8. DELIVERY OF STORES: The entire work shall be completed within Three Months

from the date of placement of order. 9. TERMS OF PAYMENT: 100% payment on satisfactory completion of the entire works 10. The quotation should be sent in a sealed cover addressed to the undersigned, by

name, so as to reach on or before 04-12-14 12.30 Hrs.

THE COVER SHOULD BE SUPERSCRIBED WITH THE FOLLOWING: a. Work for which quotations are enclosed. b. Reference to letter of enquiry. c. Due date of opening quotation.

11. The Quotations will be opened in this office at 15.00 P.M. on 04-12-14 in the

presence of tenderers or their agents such as they may choose to attend.

12. QUOTATIONS NOT PROPERLY SUPERSCRIBED WILL NOT BE CONSIDERED.

13. The quotations submitted shall remain open for acceptance for a period of 90 (Ninety) days from the date of opening of the Tender.

14. Both your PAN - Permanent Income Tax Account Number and Income Tax Circle &

your TIN - Tax Identification Number and the Tax circle should be definitely indicated in your quotation.

15. Bill Submission:- i. Clear indication on the top of the bills. “ Payment by direct credit to bank

account through ECS,NEFT,RTGS,ETC.” ii. The details of beneficiary’s name, name of the bank and branch, address,

bank account no, IFSC Code, MICR Code, along with the full address, Phone No and e-mail ID of the beneficiary.

iii. PAN NO, TIN NO, Service Tax number should also be clearly indicated in the bill.

iv. Payment shall not be made without the above details.

16. The contractor shall make his own arrangement for storage of all equipments and Materials bought to site from time to time and their safe custody at site till they are taken over by the indentor/his representative. The contractor shall make his own arrangement for providing accommodation for his workmen at site. Tents may, however, be pitched in the site compound at places to be decided upon by the indentor or his representative at site. 17. The contractor shall make his/her own arrangements for procuring necessary labour, skilled and unskilled. He should confirm to all local government laws and regulations covering labour and their employment. 18. The contractor and his employees shall comply with the regulation in force for controlled entry into premises where work is being carried out. 19. Contractor liability for damage caused during installation work and imperfections noticed:

If the contractor or his/her workmen or servants shall break, deface, injure or destroy any part of the building in which they may be working or building road kerb, fence, enclosure, water pipe, cable, drain, electric or telephone posts or wires, trees, grass or grasslands or any Technical Equipment in the premises on which the work or any part of it as being executed, or if any defect, shrinkage or other faults appear in the work the contractor shall make good at his/her own expense, or in default, the indentor may get the same rectified and deduct the expense from any amount that may be than due or at any time there after may become due to the contractor. The Contractor shall take insurance for the RF cable against any damage during Installation and completion in full and strictly in accordance with the specifications.

20. The contractor shall take insurance for his men while working at AIR/DD,site, against any injury, accidents death etc. Similarly the equipment, instruments, tools etc, Belonging to the constrictor shall be insured against damage, loss, theft etc. 21. While engaging labour for carrying out obligations under the contract, the contractor Shall satisfy the conditions laid down under contract labour (Regulation and Audition Act 1970 and (Central) Rules 1971 as amended from time to time and Observe all formalities required as per said Act/Rules. The contractor shall also Observe the provision under minimum wages Act 1948 (Central)Rules 1950 amended from time to time while engaging labour. 22. The contractor shall indemnify and hold harmless the purchaser against all claims in respect of injury to any person howsoever arising out of the work in the course of such installation. The contractor shall discharge his entire obligation under the Indian Workmen Compensation Act in as for as it affects workmen in his Employment. 23. RIGHT OF ACCEPTANCE: The undersigned reserves the right to reject the lowest tender or all the tenders without assigning any reasons whatsoever. Further, the undersigned reserves him self the right to increase or decrease up to 50% of the quantity of goods and services specified in the schedule of the requirement without any change in the unit price of the order quantities or other term conditions at the time of award of contract. All Quotations/Tenders in which any of the prescribed conditions are not fulfilled or are incomplete in any respect are liable to be rejected. The competent authority on behalf of President of India reserve himself the right of accepting the whole or any part of the Tender shall be bound to perform the same at the rate quoted. 24. Canvassing whether directly or indirectly, in connection with Tender/quotation is strictly prohibited and the Tender/quotation submitted by the Contractors / suppliers who resort to canvassing will be liable to rejection. 25. The undersigned also reserves the right to place Repeat Order up to 50% of the quantity

of goods and services contain in the running tender / contract within a period of 6 months from the date of order/ agreement at the same rate.

26. LANGUAGE / UNITS: All information supplied by the Tenderer & all markings, notes, designation on the drawings & associated write-ups shall be in “English language" only. All dimensions, units on drawings, all references to weights, measures & quantities shall be in MKS.

27. In case this is second enquiry, your Quotation in response to the first enquiry should be presumed to be valid up to 120 days from the last date mentioned in para 11 above unless we hear from you. 28. EXPERIENCE: The tenderer should give documentary proof for having successfully designed. Fabricated, installed and commissioned similar type of equipment/work. They should also submit list of works which are in hand at the time of submission of tender. The list shall contain the name of work, cost of work and present position of work. 29. AFTER SALES SERVICE:- The Tenderer should give full details of after sales service capability. The locations of service centers across the country shall be indicated. If there is no service centers at/ near the location of the site the tender is likely to be rejected. 30. TECHNICAL SPECIFICATION AND GENERAL TERMS AND CONDITIONS:- The tenderer should submit necessary description of works being offered along with technical bid and also the firms to which similar works were executed in the near past and completion report. 31. FAILURE AND TERMINATION CLAUSE Time and date of delivery shall be essence of the contract. If the Contractor / Supplier fails to deliver the stores / execute SITC / SETC, or any installment thereof within the period fixed for such delivery in the schedule or at any time repudiates the contract before the expiry of such periods, the purchaser may without prejudice to any other right or remedy, available to him to recover demurrages for breach of the contract:- (a) Recover from the Supplier/Contractor as agreed, liquidated demurrages including

Administrative expenses and not by way of penalty, a sum equivalent to 0.5% per week up to maximum limit of 10% of the contract value for such delay or part thereof (this is an agreed, genuine pre-estimate of demurrages duly agreed by the parties) which the supplier/contractor has failed to deliver thereof is accepted after expiry of the aforesaid period, provided that the total demurrages so claimed shall not exceed 10% of the contract price of the stores / SITC / SETC. After full period of extension, termination of the contract will be considered by the Organization.

(b) Purchase or authorize the purchase elsewhere on the account and at the risk of the contractor/supplier, of the stores not so delivered / SITC / SETC not carried out or other of a similar description (where stores exactly complying with the particulars are not in the opinion of the purchaser, which shall be final, readily procurable) by serving prior notice to the contractor/supplier without cancelling the contract in respect of the installment not yet due for delivery or,

(c) Cancel the contract or a portion thereof by serving prior notice to the Contractor/Supplier and if so desired purchase or authorize the purchase of the stores not so delivered / SITC / SETC not carried out, or others of a similar description (where stores not delivered / SITC / SETC not carried out, exactly complying with particulars are not in the opinion of the purchaser, which shall be final readily procurable) at the risk and cost of the Contractor/Supplier. If the Contractor/Supplier had defaulted in the performance of the original contract, the purchaser shall have the right to ignore his tender for risk purchase even though the lowest, where the contract is terminated at the risk and cost of the firm under the provisions of this clause, it shall be in the discretion of the purchaser to exercise his discretion to collect or not, the Security deposit from the firm on whom the contract is placed, at the risk and expense of the defaulted firm.

(d) Where action is taken under sub-clause (b) or sub-clause (c) above, the contractor shall be liable for any loss which the purchaser may sustain on that account, provided the purchase or if there is an agreement, to purchase, such agreement is made in case of failure to deliver the S tores/Services, within 6 months from the date of such failure and in case of repudiation of contract the Contractor/Supplier shall not be entitled to any gain on such the entire discretion of the purchaser to serve a notice of such purchase on the Contractor/Supplier.

(e) It may further be noted that clause (a) above provides for recovery of liquidated demurrages on the cost of contract price of delayed supplies (whole unit) at the rate of 0.5% per week up to maximum limit of 10% of the contract value for such delay or part thereof. Liquidated demurrages for delay in supplies thus accrued will be recovered by the paying authority on instruction as specified in the supply order, from the bill for payment of the cost of materials / works submitted by the supplier / contractor in accordance with terms of supply order on instruction from Purchaser regarding liquidated demurrages amount.

(f) Notwithstanding anything stated above, equipment and materials will be deemed to have been delivered / SITC / SETC will be deemed to have been carried out only when all its components, parts are also delivered. If certain components of stores are not delivered in time / SITC / SETC not carried out in time, the stores / SITC / SETC will be considered as delayed until such time all the missing parts are also delivered.

32. CONDITIONS OF CONTRACT: a. DGS & D-68 (Revised) and DGS & D-71 as amended up to date. However, such of these conditions stipulated on this tender shall supercede corresponding conditions in DGS & D-71. However Clause 14(8) of the General conditions of the Contract DGS & D-68(Revised) will not apply in respect of this invitation to Tender.

b. The contractor shall sign a contract agreement form in triplicate in the prescribed proforma and submit the same along with Security Deposit within 2 weeks. The complete form with the purchaser’s signature shall be sent back to the contractor. No supplies will be made and no work shall start unless the agreement is signed by the contractor and the purchaser.

33. ENFORCEMENT OF LABOUR LAWS: While engaging labour for carrying out obligations under the contract the contractor shall satisfy the conditions laid down under contract labour (Regulation and Audition) Act 1970 and (Central) Rules 1971 as amended from time to time and observe all formalities required as per the said Act/ Rules. The supplier shall also observe the provision under minimum wages act 1948(Central) Rules 1950 amended from time to time while engaging labour. 34.FORCE MAJEURE: a. If any time during the continuance of the contract the performance in while or in part by the contractor shall be prevented or delayed by reason of any war, hostility acts of the public enemy. Civil commotion, sabotage, fires, floods, explosions, epidemics, Quarantine restrictions, strikes, lock-outs or acts of God (therein after restrictions refer to as events and provided notice of happenings of any such eventuality is given by the contractor within 21 days from the date of occurrence thereof, the purchaser shall by reason of such event, neither be entitled to cancel this order not shall have any claim for damages against the contractor in respect of such non-performance or delay in performance and delivery shall be resumed as soon as practicable after such events have come to an end or ceased to exist. b. Provided further that if the performance in whole or part or any obligation under this order is prevented or delayed by reasons of any such event for a period exceeding 180 days, the purchaser and the contractor shall meet to find a neutral agreement to any effect resulting the reform or the purchaser may at his option cancel order provided also if the order is cancelled under this clause, the purchaser shall be at liberty to take over from the contractor at order prices all unused, un-damaged and acceptable material bought out components and stores in course of manufacture in the possession of the supplier at the time of such cancellation or such portion thereof as the purchaser may deem fit accepting such material, bought out components and stores as the supplier may with the concurrence of the purchaser elect to retain.

35.CANCELLATION: The purchaser reserves the right to cancel the order in the event of non-performance / delay in execution of the work or unsatisfactory performance by the contractor and recover payment already made if any, along with losses/ damages incurred. 36. ARBITRATION OF CONTRACTUAL DISPUTES:

If a dispute arises out of or in connection with the contract, or in respect of any defined legal relationship associated therewith or derived there from, the parties agree to submit that dispute to arbitration under ICADR Arbitration Rules, 1996.The Authority to appoint the arbitrator(s) shall be the International Centre for Alternative dispute resolution. The International centre for Alternative Dispute Resolution will provide administrative services in accordance with the ICADR Arbitration Rules, 1996.

a) The number of arbitrator(s) shall be one who has legal as well as Technical Background. b) The language of the arbitration proceedings shall be English. c) The place of arbitration proceedings shall be Chennai only.

37.GENERAL:- All the pages of the tender document should be duly signed, stamped and serially numbered on submission, failing which the tender may not be considered as qualified tender

Web Site: http://ceszairdd.org.in/tenders.php http://allindiaradio.gov.in/Information/Tenders https://tenders.gov.in

( M.SANTHAKUMARI) ASSISTANT ENGINEER(Pur)

for ADG (E) (SZ) Tele Fax: 044 -2536 2076

Extn.228 e-mail:[email protected]

SPECIFICATION

Description of Works To dismantle, transport and re-erect 45meter high Self Supporting tower, RF feeder cables, Antennas and carryout other associated works as described in the scope of work. Scope of work :

a) To dismantle completely the existing 45 meter high self supporting tower at

Doordarshan Low Power Transmitter site (old) at Karimnagar, Andhra Pradesh including all tower related materials such as ladder, anchor bolts, hand rail, galvanised fastners, cable tray AOL etc.

b) To transport all the above materials described in (a) to new Doordarshan Low Power Transmitter site at Kakinada, Andhra Pradesh (Near Dairy Farm, Kakinada) without any transit loss and damage to the materials.

c) To dismantle all existing RF feeder cables, Antennas (DD-National, DD-News

and AIR FM including spare antennas if any already erected and other materials) from existing 45m SS tower at present site of operation of Doordarshan Low Power Transmitter at Kakinada (Salipeta)

d) To transport all the above materials described in (c) to new Doordarshan Low

Power Transmitter site at Kakinada, Andhra Pradesh (Near Dairy Farm, Kakinada) without any transit loss and damage to the materials.

e) To execute the foundation work as per the approved drawing & Raft

foundation design details specified in the enclosed Technical Service Report No.SSP14741 submitted by SERC, CSIR, Chennai.

f) To erect the 45m SS tower transported from Karimnagar on the foundation

built as per (e) along with fixing of aviation obstruction lights with required armoured cables and junction box etc. as per technical specification and drawing.

g) Re-hoist all dismantled RF feeder cables, Antennas,(DD National, DD-News and

AIR FM including spare antennas, if any, in the new Doordarshan Low Power Transmitter site at Kakinada, Andra Pradesh(Near Dairy Farm, Kakinada)

General :

1) Foundation Details

Pedestal Number of Chimneys = 4 Size of Chimney = 900 x 900 mm Size of Pad = 10000 mm x 10000 mm x 450 mm Depth below GL = 3000 mm

Reinforcement Details Main bars = 16 Nos. of 20 mm dia Lateral ties = 8 mm dia @ 150 mm c/c (4-legged) Pad Reinforcement details Bottom of the slab (Bothways) : 16 mm dia @ 150 mm c/c Top of the slab (Bothways) : 16 mm dia @ 150 mm c/c Vertical force reinforcement : 8mm dia @ 300 mm c/c both ways at periphery Connecting Beam / Tie Beam Beam size : 450mm x 300 mm Main Bars : 5 Nos. of 25mm dia at top, 5 Nos. of 20mm dia at bottom Lateral ties: 8mm dia @100mm c/c (4 legged) for L1=1800mm length from the

support on either side, 8mm dia @ 150mm c/c (4 legged) for L2=3100mm Middle length of the beam. 2) Tenderer / Contractor shall be fully responsible for the soundness and quality

construction of the foundation, dismantling and re-erection of the tower, mounting of antennas and RF Feeder cables, electrical and earthing works as well as the safety of the complete tower dismantling and re-erection works.

3) The tenderer shall complete and include all such miscellaneous items of appurtenances which may not have been enumerated in the specification and schedule, but are useful and necessary for the completion of the work in all respects.

4) Tenderer shall make his own arrangements for power supply, water and storage of materials and safe custody at site for erection of tower.

5) Tenderer shall ensure that all the tower materials including fasteners, nuts & bolts are packed safely and transported to the erection site. Tenderer shall be liable for replacing all nuts & bolts, fasteners and tower members that are damaged or missing during dismantling and at the time of transportation. The quality of the material shall be conforming the standards and tenderer shall get the approval of the concerned official at this office for the quality of the materials replaced.

6) Tenderer shall ensure that the AOL is safely dismantled and re-fixed and made operational on the re-erected tower. One medium intensity light at top of tower i.e. EL 45.0 m and one low intensity light at middle of tower i.e. EL 25.0m in accordance with international civil aviation organization rules and as described below. Safe removal of the AOL and fixing it in the re-erected tower will be responsibility of the tenderer. Responsibility of replacing AOL due to any damages while removal, transportation and re-fixing of it shall be at tenderer’s cost.

7) Similarly, the removal and re-fixing of lightning arrester, protection against lightning and construction of 4 earth pits in all respects as per technical specification and drawings shall be the responsibility of the tenderer. Clarification on the technical specification if needed will be provided by this office.

8) Tender shall provide all and appropriate necessary earthing for the tower legs and for the lightning arrestor.

9) Tenderer shall ensure that the materials used for the lightning conductors, down conductors and earth terminals and such other protective systems are reliable, corrosion resistant and of appropriate dimensions as per site requirements. Consent of the client is to be obtained prior to use of these materials.

10) PAINT & PAINTING :

The lattice steel portion of tower shall be painted after erection i. One coat of each primer conforming to IS: 5665-1970. ii. One coat of zinc chromate primer conforming to IS:104. iii. Final two coats of synthetic enamel conforming to IS:2932 (colour : International Orange & White). The final coats of paint on tower shall be painted with synthetic enamel to have

alternate brand of international orange and white colors with top and bottom bands painted in international orange as per civil aviation regulation. The width of the orange band shall be double width of the white band.

c) The paints used in painting shall be of best quality from reputed paint manufacturer such as British, Asian, Burger, Asian, Shalimar paints in accordance with relevant IS codes.

All care should be taken in painting the tower if tower site environment & pollution condition such as near sea cost / desert / snow-based area / heavy rainy area etc. special paint shall be applied on tower at no extra cost. Tenderer shall take the approval of the appropriate material for such paint system from purchaser in advance.

► Distance between Karimnagar to Kakinada – 470 kms. Approx. ► Weight of the existing mast - 11 ton Approx. ► Drawings pertaining to 45 m SS tower and specification of the design and drawing of the Raft foundation are enclosed. ► The contractor is liable for replacement of all materials damaged due to transit, storage, erection etc. at his cost.

For any technical clarification kindly contact:

Shri V.Seetharam Dy. Director [Engg]

O/o ADG(E)(SZ), AIR&DD,Chennai-5 Ph:-044-25389978

CSIR-STRIJCTURAL ENGINEERING RESEARCH CENTRE, CI{ENNAIChecking the Foundation Design of 45m High SS Tower

Technical Service Report No: TSp SSl94l

l.O INTRODUCTIONPrasar Bharati, AIR & TV, Chennai (PBC) referred to the CSiR-structural EngineeringResearch Centre, Chennai (CSIR-SERC), the problem of checking the design of towerfoundation at LPT Kakinada. Accordingly CSIR-SERC has carried out an independentchecking of the foundation design. The details related to the forces acting on thefoundation are given by PBC. The client has requested to check the foundation designfor the given forces and soil properties. The soil properties for design of towerfoundation are given by their consultant IWs. lndustrial Consultancy Services,University College of Engineering, Kakinada. This report presents the results of theinvestigation carried out by CSIR-SERC related to design of tower foundation.

2.0 SCOPE

The scope of the present investigation is limited to checking the design of Towerfoundation for which the forces and soil properties furnished by PBC" The forcesacting on the foundation as given by the firm are shown in Table 1. The scope of thework does not include the checking of the bar bending schedule, weight ofconcrete/steel, etc.

, TABLE - ILOADINGS : Loads acting on the foundation as given by the pBC

a) Normal Wind :

Leg Node Transverseke

Longitudinalks

Upliftks

Downthrustke

1 4969 ^a^a-ZJ LJ 27755 0.)

5628 2628 0 -30864aJ 5628 -2628 0 -30864A.t 4969 aa aa

ZJ ZJ 27755 0

Di Wind:Leg Node Transverse

ksLongitudinal

ksUplift

keDownthrust

KeI 2092 2699 0 -15552 6955 6955 0 -51942aJ 2699 2092 0 -r 555A+ 6348 6348 48833 0

Note : All are workins Loads

U5

Approved:

DESIGN OF TOWER FOUNDATIONTechnical Data

Unit weight of soil

Safe Bearin g Capacity (at 2.}mfrom GL)Angle ofrepose

Water table level

Weight of Concrete

Grade of Concrete,

Grade of Reinforcing SteelFactor of Safetv

ClC (t-2) :7700 mmClC Q-3) :7700 mm

GAFT FOUI\DATrOI9

1400 kg/m3

5000 kg/m2 'i

0o

4m Below GL

2500kglm3

: M20: Fe 415

:1.5

csrR-srRuil-",ffi

""ff"il""fff ilGREsEARcHcqrylRE,cHEr{NArTechnic*l Sa^,i^^ ,'^_O"."lgn of 45m Ifigh SS Tower

TrTill

I

I

II7

J

I

i{

I'll

{

1q

1{Ii

ii

,i

j.:

:

II

:

I

i

design sketch of the foundation is given in DwG No. pBC/45'\,{/'Q/RAFT/FN and>sed with this reporr. The soir prop"rti"r-- ;r*; r; firm are given berow:

Tower Base Width

CSIR-STRUCTURAL,EN9INEERIT9 R.ESEARCII CENTRE, CHENNAIchecking the Founcrail"" o""ig" ,io!"o,'ri*o ss TowerTechnicat Service n"po"ilvo', iiu rtrno,

3.2 Results

3J*3,il?ff#r]:";:H:* ror stab'itv against uprift, bearing, sriding and

J/J

3.2.1

Number of Chimneys

Size of Chimnev

Size of pad

Depth below GL

Reinforcement Details

Connecting Beam / Tie BeamBeam size

Main Bars

Lateral ties

:7700 mm C/C

-4:900 x 900 mm

= 10000 mm x 10000 nm x 450 mm= 3000 mm

Main bars = 16 Nos. of Z0 rnm diaLateral ties = g mm dia @ 150 mm clc ( _Iegged)

Pad Reinforcement details

Bottom of the slab (Bothways) :

Top ofthe slab (Bothways) :

Vertical force reinforcement :

l6 mm dia @ 150 mm c/cI 6 mm dia @ 150 mm c/c8mm.dia @300mm c/c both ways atperiphery

450mm x 300 mm5 Nos. of 25mm dia at top5 Nos. of 20mm dia atbottom8mm dia @ I00mm c/c (4le.S-Sed) for L1:1g00 mmIength from the support on either side

,tTT.oil @ I50mm clc (4regged) for L2:3200 mmMiddle length of the beam. ee--/ +v'

L

STRUCTURAL ENG-INEERING RE:T$'H CENTRE, CI{ENNAIcheckins ,1".f.:l;;;;;"#,s1gf 45m High ss rowerrsp ssrs_ri

4/5

-Tfffi:i:T: Tilfi:';',* independenr check orthe rbunda.tion design orfoundation forces have been turnished ffitf,:]tt

adequate' The soil properries and

;i:# :""-#il J ffJii #'::, TJ:";,,o; ;:1 ;.-in d whi, e c o n s,ruc,i n g th e

l)

2)

3)4)

5)

6)

This foundationi"*a"ri"";;;", design is applicable only for the soil properties and theproperties

", fb;;.t

gtven in the cunenJ report. Aoy a"rriution in the soilThe materiur, *ir'l acting on the foundation i{ui..r?#rion.

*nr, rs, +li_i;;;tn* and quaritv contror "r """.*""ioua be in accordance

The back fill should.be properly compacted.

fi iq:i:+p',n:;titr''m:fuft "'bevondacceptabrerimits,concrete

1"}y3"#HJ::Hfi .'ffi f;*";ffi ff jHff 1,1,;o,,*,,,deveroprnen,lhe transverse reinstru*ura,;;;;'"#di:,,'.x1J*,Hi,+:F+#ru:TtTilT:"7

rn accordance with the guide riil.r ,riorratea irits, t;;;;:;'sg3 and sp_34.

Approved:

oz

F3Og

=\<EE<2EPg3P1o-OOL!F(9

t;o

A?

f;a!r.E!aBEEI-Eo.!oird

IT-!T35E€g

.n" -.9.Z E=se?€E e %".?"qg-9,+g-'-.-e,.i-

sT'giE,.eE Er ?eLEE*!P.

P+Wuffi.r: Io.6 w {'P o"q Y*8

_iq

el F

HIcTJl

FI

zEa\

z

Uch

-lO

ts

EE5

6H

EaxEt=HSE;--EIlBir8;{JiBtrd

E.

$c dEI e sEEB=EE ;fH-dE

?I ?IEiEEflI E q ; giH:

=,gIlEEEE;E

ooz.|r)

aoera)C\

zlFI<l

<lvt:t,ll

zlolFI!?lr-.lol

rl

3lEIflFI

-€--i_----r-------

IEPO()oP@oz,

J

c)

ot{g

dJ'4

e)

C)

lO

lO

$olOru)

V)E{

zF{oAE

q)o

l{q)a

C)

C)q)F

ab0

ErO<r

o

da0a0)

co

d

JoEq)

a0c,l{C)o)

()

qLzaz7HIL)

^o14|r']0lF.qzblerHC) F'

sEU|oE+l*'l lFa

ao=x-a!3v)7Q)

:1 cr{O

iE4ZI1i-r -O<F{lq)al +)J')a0tsc

?t.! 0)

N())

zztEl

L)

Tender No: Tenderer's Name:Quotation No:Due Date of the Tender:Validity of the quotation:Warranty:VAT/TIN No:Service Tax Registration No:PAN No:

45 M Tower Foundation & Erection

S. No Nature of the Work Quantity Tenderer's Compliance

1

a) To dismantling completely the existing 45 meter high self supporting tower at Doordarshan Low Power Transmitter site (old) at Karimnagar, Andhra Pradesh including all tower related materials such as ladder, anchor bolts, hand rail, galvanised fastners, cable tray AOL etc.

1 Job

b) To transporting all the above materials described in (a) to new Doordarshan Low Power Transmitter site at Kakinada, Andhra Pradesh (Near Dairy Farm, Kakinada) without any transit loss and damage to the materials

1 Job

c) To dismantling all existing RF feeder cables, Antennas (DD-National, DD-News and AIR FM including spare antennas if any already erected and other materials) from existing 45m SS tower at present site of operation of Doordarshan Low Power Transmitter at Kakinada (Salipeta)

1 Job

d) To transporting all the above materials described in (c) to new Doordarshan Low Power Transmitter site at Kakinada, Andhra Pradesh (Near Dairy Farm, Kakinada) without any transit loss and damage to the materials.

1 Job

2 Foundation: Raft foundation to be done as per the design and drawing specified in the enclosed Technical Service Report SSP14741 submitted by SERC, CSIR. PedestalNumber of Chimneys = 4Size of Chimney = 900 x 900 mmSize of Pad = 10000 mm x 10000 mm x 450 mmDepth below GL = 3000 mmReinforcement DetailsMain bars = 16 Nos. of 20 mm diaLateral ties = 8 mm dia @ 150 mm c/c (4-legged)

Pad Reinforcement detailsBottom of the slab (Bothways) : 16 mm dia @ 150 mm c/cTop of the slab (Bothways) : 16 mm dia @ 150 mm c/cVertical force reinforcement : 8mm dia @ 300 mm c/c both ways at periphery

Connecting Beam / Tie BeamBeam size : 450mm x 300 mmMain Bars : 5 Nos. of 25mm dia at top, 5 Nos. of 20mm dia at bottomLateral ties: 8mm dia @100mm c/c (4 legged) for L1=1800mm length from the support on either side, 8mm dia @ 150mm c/c (4 legged) for L2=3100mm Middle length of the beam.

1 Job

Technical Bid

Bill of Materials (without Price)

Scope of the work

3RE-ERECTING the transported tower materials along with fixing of aviation obstruction lights with required armoured cables and junction box etc. as per technical specification and drawing.

1 Job

4

PAINT & PAINTING :• The lattice steel portion of tower shall be painted after erection i. One coat of each primer conforming to IS: 5665-1970. ii. One coat of zinc chromate primer conforming to IS:104. iii. Final two coats of synthetic enamel conforming to IS:2932 (colour : International Orange & White). • The final coats of paint on tower shall be painted with synthetic enamel to have alternate brand of international orange and white colors with top and bottom bands painted in international orange as per civil aviation regulation. The width of the orange band shall be double width of the white band. • c) The paints used in painting shall be of best quality from reputed paint manufacturer such as British, Asian, Burger, Asian, Shalimar paints in accordance with relevant IS codes. • All care should be taken in painting the tower if tower site environment & pollution condition such as near sea cost / desert / snow-based area / heavy rainy area etc. special paint shall be applied on tower at no extra cost. Tenderer shall take the approval of the appropriate material for such paint system from purchaser in advance.

1 Job

5Re-hoisting all dismantled RF feeder cables, Antennas,(DD National, DD-News and AIR FM including spare antennas, if any, in the new Doordarshan Low Power Transmitter site at Kakinada, Andra Pradesh(Near Dairy Farm, Kakinada)

1 Job

Tenderer's signatureSeal & Date

Tender No: Tenderer's Name:Quotation No:Due Date:Validity of the quotation:

S. No Nature of the Work QuantityUnit Rate

Rs.Taxes in %

Total Incl. Taxes Rs.

1

a) To dismantling completely the existing 45 meter high self supporting tower at Doordarshan Low Power Transmitter site (old) at Karimnagar, Andhra Pradesh including all tower related materials such as ladder, anchor bolts, hand rail, galvanised fastners, cable tray AOL etc.

1 Job

b) To transporting all the above materials described in (a) to new Doordarshan Low Power Transmitter site at Kakinada, Andhra Pradesh (Near Dairy Farm, Kakinada) without any transit loss and damage to the materials

1 Job

c) To dismantling all existing RF feeder cables, Antennas (DD-National, DD-News and AIR FM including spare antennas if any already erected and other materials) from existing 45m SS tower at present site of operation of Doordarshan Low Power Transmitter at Kakinada (Salipeta)

1 Job

d) To transporting all the above materials described in (c) to new Doordarshan Low Power Transmitter site at Kakinada, Andhra Pradesh (Near Dairy Farm, Kakinada) without any transit loss and damage to the materials.

1 Job

2 Foundation: Raft foundation to be done as per the design and drawing specified in the enclosed Technical Service Report SSP14741 submitted by SERC, CSIR. PedestalNumber of Chimneys = 4Size of Chimney = 900 x 900 mmSize of Pad = 10000 mm x 10000 mm x 450 mmDepth below GL = 3000 mmReinforcement DetailsMain bars = 16 Nos. of 20 mm diaLateral ties = 8 mm dia @ 150 mm c/c (4-legged)

Pad Reinforcement detailsBottom of the slab (Bothways) : 16 mm dia @ 150 mm c/cTop of the slab (Bothways) : 16 mm dia @ 150 mm c/cVertical force reinforcement : 8mm dia @ 300 mm c/c both ways at periphery

Connecting Beam / Tie BeamBeam size : 450mm x 300 mmMain Bars : 5 Nos. of 25mm dia at top, 5 Nos. of 20mm dia at bottomLateral ties: 8mm dia @100mm c/c (4 legged) for L1=1800mm length from the support on either side, 8mm dia @ 150mm c/c (4 legged) for L2=3100mm Middle length of the beam.

1 Job

3RE-ERECTING the transported tower materials along with fixing of aviation obstruction lights with required armoured cables and junction box etc. as per technical specification and drawing.

1 Job

Price Bid

4

PAINT & PAINTING :• The lattice steel portion of tower shall be painted after erection i. One coat of each primer conforming to IS: 5665-1970. ii. One coat of zinc chromate primer conforming to IS:104. iii. Final two coats of synthetic enamel conforming to IS:2932 (colour : International Orange & White). • The final coats of paint on tower shall be painted with synthetic enamel to have alternate brand of international orange and white colors with top and bottom bands painted in international orange as per civil aviation regulation. The width of the orange band shall be double width of the white band. • c) The paints used in painting shall be of best quality from reputed paint manufacturer such as British, Asian, Burger, Asian, Shalimar paints in accordance with relevant IS codes. • All care should be taken in painting the tower if tower site environment & pollution condition such as near sea cost / desert / snow-based area / heavy rainy area etc. special paint shall be applied on tower at no extra cost. Tenderer shall take the approval of the appropriate material for such paint system from purchaser in advance.

1 Job

5Re-hoisting all dismantled RF feeder cables, Antennas,(DD National, DD-News and AIR FM including spare antennas, if any, in the new Doordarshan Low Power Transmitter site at Kakinada, Andra Pradesh(Near Dairy Farm, Kakinada)

1 Job

Total

Tenderer's signatureSeal & Date

In words Rupees