View
3
Download
0
Category
Preview:
Citation preview
1
ITI Limited
Network System Unit
Dooravani Nagar
BANGALORE-560016
Ref No: NSU/PIA/ 111 Date: 24.08.2020
TENDER
FOR
SELECTION OF “PROJECT IMPLEMENTATION AGENCIES [PIAs]" FOR INTERCITY
TRANSPORT FIBRE ROLLOUT IN ORRISSA .
Last Date and Time for submission: 07.09.2020, 12.15 Hrs
ITI Limited
Network System Unit
Dooravani Nagar
BANGALORE-560016
Ph: 080-2566 2284
2
TABLE OF CONTENT
SECTION NO. ITEM PAGE
NO.
I INTRODUCTION TO THE PROPOSAL 3
II SCOPE OF WORK(General) 4-5
III MINIMUM ELIGIBILITY CRITERIA 6-7
IV INSTRUCTIONS TO BIDDERS 8-14
V FINANCIAL BID 15-16
VI GENERAL (COMMERCIAL) CONDITIONS
OF THE CONTRACT 17-36
VII SPECIAL TECHNICAL CONDITION 37-38
VIII SPECIAL CONDITIONS OF CONTRACT 39-41
IX DETAILED SCOPE OF WORK 42-45
X LIST OF DOCUMENTS TO BE SUBMITTED
AS A PART OF THE BID 46-47
ANNEXURE-I TECHNICAL SPECIFICATIONS 48-113
ANNEXURE-II FORMAT FOR PERFORMANCE BANK
GUARANTEE 114-116
ANNEXURE-III FORMAT FOR THE BID SECURITY/ EMD 117-118
ANNEXURE-IV NON-DISCLOSURE AGREEMENT 119-122
ANNEXURE-V PRE-CONTRACT INTEGRITY PACT 123-127
ANNEXURE-VI NON BLACKLISTED/DEBARRED
DECLARATION-PROFORMA 128
ANNEXURE-VII
CONSORTIUM AGREEMENT AND
IRREVOCABLE UNDERTAKING IN
CASE OF BID BY A CONSORTIUM
129-130
ANNEXURE-VIII PRICE BID FORMAT 131-132
3
SECTION I: INTRODUCTION TO THE PROPOSAL
1.1. Brief about Intender and Tender Intent
ITI Limited (“ITIL”), the first CPSU of the Independent India is a manufacturer of Telecom
equipment and is providing various Telecom and IT goods and services to its customers. ITI
has diversified into new areas of providing end to end, infra services and turn key solutions in
the domain of IT, Telecom, IoT and Smart city for various Government / Private customers.
There are many ongoing OFC infra projects, Inter City /Intra City at hand and under progress.
ITIL already has done many such project as MSI for Government Departments and their
subsidiaries. ITI has an experience and track record to execute such projects with highest
degree of efficiency and skill and earned good name to execute projects in given time lines.
ITI Ltd is planning to enhance its capacity to deliver and serve the potential entities in Private
Sector also for their Intercity / Intra city expansion of Telecom & IT Network by way of
expanding and roll out of their Optical Fibre and FTTH network. Accordingly, ITI is seeking
area-wise experienced, efficient and capable project implementation partners to deliver such
projects in strict time lines with highest degree of quality and efficiency in given areas of
Cities and States.
In this Connection, ITI Ltd invites sealed proposals for the SELECTION OF “PROJECT
IMPLEMENTATION AGENCIES [PIAs]"FOR INTERCITY TRANSPORT FIBRE
ROLLOUT IN ORRISSA , involving underground and excavations in various cities/inter cities as
indicated in route details in Clause No: 9.2.
1.2 Purpose of Tender:
To invite Intercity Routes wise Tender Bids from the interested companies having relevant
financial capacity, Experienced work force and domain knowledge expertise to Manage such
projects in respected areas of their interest, matching with their experience in most
professional and efficient manner to meet the aspirations of ITI and value preposition to the
customer. Scope of Work (SoW) is mentioned in this document in general and in specific.
1.3 Scope of work:
The general scope of work would include Survey, Installation, Testing, Restoration and
Commissioning of Distribution Fiber network as per the specifications, along with
coordinating to obtain (Right of Way) RoW permissions from respective agencies. The
detailed and specific Schedule of Work is also provided in the detailed Tender Document.
4
SECTION II : SCOPE OF WORK (General)
2.1 Overall scope of work is construction of Optical Fiber Network for Intercity Fibre Transport Rollout in awarded Routes in state of Orrissa as:
2.2 Overall scope of work is construction of fiber connectivity roll out for Intercity.
2.2.1 Intercity fiber route will be constructed for back bone transport layer fiber
connectivity between two locations /Sites. OFC network construction will be
underground fiber.
2.3 PIA has to do Survey, installation, commissioning, Terminating and testing of Optical Fiber
Cable (OFC) network for Intercity area for connecting given locations and routes.
Implementation of Optical fiber cable network with HDD method or Open trench method will
be decided by the Customer as per requirement.
2.4 Intercity fiber route will be constructed for back bone Transport layer fiber connectivity
between two locations /Sites and will be more than 5 Kms. Long fiber router could be in city or
outside city. Activities will include but not limited to survey of routes, deployment of HDD
machine, open trenching, Manhole/Chamber fixing, coupler fixing, Route marker installation,
OFC pulling in duct and accessories as per RFP guidelines.
1 Intercity Transport Fiber Rollout
Execution of OFC works as per specifications including survey of the routes,
submission of detailed survey reports for approval in triplicate, liaisoning and
obtaining RoW permission, trenching / HDD with 4 Ducts in all types of soil/rock,
HDPE duct laying, providing mechanical protection for low depth & road / rail
/river/bridge crossings with GI pipe /concrete/RCC pipe / DWC pipe as the case
may be, OF Cable blowing, splicing of joints, supplying and placing of RCC
splicing chamber / manholes as per requirement, installation of FDMS, supplying
and fixing RCC route indicators, fixing electronic route markers, earthing pit,
pulling nylon rope etc. as per technical and laying specification, restoration PCC
1:2:4, removal/supply & fixing of Interlocking Tiles , Duct Integration Test, end
termination, acceptance testing, As built drawings etc. complete end to end in all
respects ,
All the material to be installed shall be supplied by ITIL except the raw material to be used in fixing & Installations at site (like all masonry works) or as specifically mentioned in the item to be executed. Average Quantities used per KM of variable elements above, given in the “Annexure-I Technical Specifications - Selection of “Project Implementation Agencies [PIA’s] for Intercity Transport Fibre Rollout of Optical Fibre Network in Orrissa” BoQ”
5
2.5 PIA need to conduct a field survey for assigned fiber route considering existing ground
utility and terrain condition with detail plan to submit tender authority for approval. Survey
plan should have detail drawings, GIS information-based route map in KMZ/KML and in given
report formats shared by Customer. Once route plan is verified and approved, PIA has to
coordinate with relevant departments of government or concerned authority or local authority
for ROW / Pole permission for creation of fiber network. PIA needs to do required
documentation for ROW application. PIA will be responsible for getting ROW/pole permission
in time to match delivery timelines.
2.6 Uploading As Built Diagram (ABD) data of OFC laying on GIS platform and on daily basis.
This shall be done through the mobile application which shall be loaded to the mobile hand-
sets of the selected bidders inspection personnel. Mobile handsets (android or iOS powered
and related GIS platform shall be arranged by the bidder).
--- END OF SECTION II ---
6
SECTION III: MINIMUM ELIGIBILITY CRITERIA
Sl. No.
Criteria Documentary Proof to be Submitted
1
The bidder must be, a company registered in India, under the companies Act – 1956 or 2013 Or, a legally bound consortium of two such companies, front ended by one as a lead bidder and should be in business of creating telecom infrastructure.
Copies of the Certificate(s) of Incorporation.
2
The bidder’s Average Annual Financial Turnover during the last 3 years, ending 31st March-2020 must be as per Table (I) appended below as per Intercity Routes bid for. In case of a consortium, the partner company,
must also have minimum average annual turnover of
30% of this minimum amount.
Audited financial statements for the last 3 years (2017-18, 2018-19 and 2019-20) to be enclosed. In case, 2019-20 Balance Sheet is not audited till bid submission, CA Certified report shall be accepted to be supplanted by audited report soon, it is available.
3 The lead bidder and Consortium Partner should be financially strong, both having Positive Net worth in each of the last 3 financial years.
Net Worth Certificate for the last 3 years (2017-18,2018-19 and 2019-20) from Statutory Auditor/CA
4
The bidder must have a sound financial health with enough cash flow to timely and efficiently execute the awarded project. A solvency certificate from it’s banker for at least an amount as indicated in Table-(I) below as per the Intercity Routes Bid for, shall be essential during the currency of the project.
Solvency Certificate in favor of the bidder from any Nationalized/Scheduled Bank issued during last 6 months from tender date.
5
The Lead Bidder / Consortium Partner individually or collectively must have successfully executed OFC laying of Intercity Transport Fibre Rollout projects (Under Ground) during the last five years (till 31st March’2020).The essential minimum eligibility experience sought in this regard is given in Table-(I) below as per the Intercity Routes intended to be Bid for.
Copy of relevant work order(s) along with completion/ ongoing certificate(s) with details from the client(s) stating the work(s) has been completed.
6
The Lead Bidder / Consortium Partner individually or collectively must have co-ordinated and obtained ROW permissions from Local Municipal Bodies, NHAI, Railways, PWD, Metro Rail, Forests etc. for at least the number of route KMs as mentioned in Table-(I), below as per the Intercity Routes Bid for.
List with Routes/Location and details of Customer and Agencies with self-certification of having coordinated to obtain the RoW.
7 The Bidder and Consortium Partner should not be blacklisted by any Govt. Deptt. or any PSU in India as on the date of publication of this Tender.
Self-declaration by the bidder duly signed by the authorized signatory
7
TABLE-(I):
Intercity Routes ORRISSA
Turn-Over (Rs. Cr.) 7 Crs
Solvency (Rs.Cr.) 4 Crs
Experience (KM) UG 450 KMs
RoW (KM) 150 KMs
EMD (Rs. Lakh) 20 Lakh
--- END OF SECTION III ---
8
SECTION IV: INSTRUCTIONS TO BIDDERS
4.0 Invitation to Bid:
Bids are invited from companies/ firms to participate in this Tender for “Appointment of
Project Implementation Agency” for Telecom & IT Networking Projects in General and
for the Selection of “Project Implementation Agencies [PIA’s] for Intercity Transport Fibre Rollout of
Optical Fibre Network in Orrissa” in particular, who meet the minimum eligibility criteria as
specified in this Tender.
4.1 Bid Preparation Costs
4.1.1 The bidder shall be responsible for all costs incurred in connection with
participation in this Tender process, including, but not limited to, costs incurred in
conduct of informative and other diligence activities, participation in
meetings/discussions/presentations, preparation of bid, in providing any additional
information required by the ITI to facilitate the evaluation process, and in
negotiating a definitive contract or all such activities related to the bid process.
4.1.2 ITIL shall in no case be responsible or liable for those costs, regardless of the
conduct
or outcome of the bidding process.
4.2 Authentication of Bid
A bid should be accompanied by a power-of-attorney in the name of the signatory of the
bidder.
4.3 Bid Submission
4.3.1 ITI’s Tender document can be downloaded from ITI web site www.itiltd.in
or CPP portal www.eprocure.gov.in The hard copy of the Tender document is not
available for sale by ITI.
4.3.2 Tender document fee of Rs. 5,000 (Rupees Five Thousand Only) plus GST @18%
(Total Rs. 5,900) shall be payable with the bid. This shall be submitted as a
Demand Draft or through NEFT or bank transfer or Pay Order drawn at a
Scheduled Bank/Post Office in favor of ITI Limited (N S UNIT), Dooravani Nagar,
Bangalore - 560016, along with the bid document. The MSME bidders shall be
exempted from the bid document fee. The Bank details for crediting/Transferring
money to ITIL is as below.
Account No:38779898110
Bank: State Bank of India
Branch: Doorvaninagar
IFSC Code: SBIN0001438
9
4.3.3 The Tender document fee is non-refundable.
4.3.4 Bid shall be valid for at least 90 days from the date of Bid opening.
4.3.5 Each bid shall be accompanied with an EMD from a Scheduled Bank for an
amount commensurate to the Intercity Routes applied for bidding and as mentioned
in the Table-(I) in the form of DD/Bankers Cheque/Bank Guarantee in favor of
“ITI Ltd, (N S UNIT), Bangalore-560016” valid for a period of 120 days from the
date of bid opening. The MSMEs shall be exempted from EMD on submission of
relevant document to claim such relaxation.
4.3.6 The successful bidders shall submit a Performance Bank Guarantee (PBG) from a
Scheduled Bank to ITI for an amount equal to 5% of the work awarded valid for
two years. The PBG should be submitted latest within 7 days from the date of ITI’s
requisition (LOI). The validity of the PBG shall be extended in case of the
extension of original delivery time lines of the project.
4.3.7 The EMD of the unsuccessful Bidder will be returned/discharged to the Bidder
within 30 days of finalization of selection of the Bidder. The EMD of the
successful Bidder (“PIA”) will be returned on submission of Performance Bank
Guarantee for an amount equal to 5 % of the total value of the project, awarded for
the implementation to the bidder.
4.3.8 Bids in prescribed forms shall be submitted in double sealed cover (Technical and
Financial Bids in separate envelops) mentioning clearly with such super- scription
on the top of envelope and submitted to the;
“Deputy General Manager(A) TPBD,
NS Unit, ITI Limited,
Dooravani Nagar, Bangalore – 560016”
Phone: 080-25650054, 25662284
eMail: ascon_nsu@itiltd.co.in
4.3.9 The Bid submitted shall consist of two covers as below
4.4 Envelop-I [Technical Bid]
It will have the full name, address of the Bidder and of the authorized agent delivering
the Tender at the bottom left hand corner of the sealed cover. The cover shall consist of
the following:
10
4.4.1 Cover note by the Bidder indicating name of the Company, address,
communication details (like, mobile numbers, land line numbers, fax numbers, e-
mail ids for correspondence), name and designation of the Bid submission
authority etc.)
4.4.2 Copy of ITI’s Tender document signed by the authorized person of the Bidder at
bottom of each page of the Tender document as an acceptance for having read and
understood the Tender.
4.4.3 Power of attorney in the case of authorized representative having signed the
Tender.
4.4.4 Bid document fee of Rs. 5,900/- (Rs Five Thousand Nine Hundred Only)
submitted as detailed above. MSMEs shall be exempted from this fee.
4.4.5 GST Registration document
4.4.6 All Documents as proof of meeting eligibility conditions and satisfying all other
requisites for each bid separately.
4.4.7 EMD from a Scheduled Bank for a prescribed amount as mentioned in the Table-(I)
valid for a minimum period of 120 days from the date of bid opening.
4.5 Envelop 2 [Financial BID]
I t shall consist of financial bid for all the service components General and
Allied.
4.5.1 The bidders shall be free to bid for any or many Cities/Areas, strictly as per
the bid format and separate bid for each Intercity Routes.
4.5.2 Bid must be complete for all the components for the chosen Intercity Routes.
4.5.3 Incomplete bids are liable for rejection.
4.5.4 The financial bid/quote at any other place than designated, will make the bid
liable for rejection.
4.6 Important Information:
Sl. No. Information Details
1 Tender Number Ref No: NSU/PIA/ 111
Date: 24.08.2020
2 Tender Name Tender for the Selection of “Project Implementation
Agencies [PIA’s] for Intercity Transport Fibre Rollout
of Optical Fibre Network in Orrissa”
3 Work description/Nature of the
work
Intercity Transport Fibre Rollout of Optical Fibre
Network in Orrissa” for the Telecom Service
Provider (End Customer)
4 Date of Issue/Publishing of the
Tender 24.08.2020
11
6 Last Date for Queries received
on Tender 29.08.2020
7 Last Date and Time for
Submission of Bids 07.09.2020, 12:15 Hrs
8 Date and Time of Opening of
Technical Bids 07.09.2020, 15:30 Hrs
9
Date and Time of Opening of
Financial/Commercial Bids of
Technical suitable bidders
08/09/2020 at 15:30 Hrs. If any change in the
date and time, the same will be informed
accordingly.
10 Tender Fee Rs. 5,900/-(Rupees Five Thousand
Nine Hundred only)
11 EMD As per TABLE-(I)
12 Solvency Certificate As per TABLE-(I)
13 Bid Validity 90 Days
14 Validity of the contract One Year (extendable)
15 Attachments/Annexures Formats and Specifications
16 Tender issuing Authority
Deputy General Manager (A), TPBD,
NS Unit, ITI Limited, Dooravani Nagar,
Bangalore – 560016
4.7 CLARIFICATIONS:
Bidders desirous of seeking clarifications on the Tender, may send their queries through email
to: ascon_nsu@itiltd.co.in at the following address:
DGM (A), TPBD
NS Unit, ITI Limited,
F-100, West Wing,
Doorvani Nagar, Bangalore-560016
Ph: 080-25650054, 080-25662284
The last date for sending queries is 29-08-2020
4.8 On the Bid opening day, only technical bids will be opened.
4.9 Bids without authenticated proof of Bid document fee, EMD and other technical
12
compliances as required and prescribed in this Tender, will be rejected.
4.10 The address for all correspondences regarding this Tender shall be:
DGM (A), TPBD
NS Unit, ITI Limited
F-100, West Wing,
Bangalore Complex, Doorvani Nagar,
Bangalore-560016
Ph: 080-25650054 / 25662284
E-mail: ascon_nsu@itiltd.co.in
4.11 The offers prepared by the Bidders and all the correspondences and documents relating to
the offers submitted/exchanged by the Bidder, shall be written in English language.
4.12 ITI reserves the right to suspend or cancel the Tender process at any stage, or to accept, or
reject any, or all offers at any stage of the process and / or to modify the process, or any part
thereof, at any time without assigning any reason, without any obligation or liability whatsoever
and the same shall be published in the ITI website or intimated through email.
4.13 The Bidder shall bear all costs associated with the preparation and submission of its Tender,
including cost of presentation for the purpose of clarification of the offer, if so desired by ITI.
4.14 At any time prior to the last date for receipt of offers, ITIL, may, for any reason, whether at
its own initiative or in the response to a clarification requested by the prospective bidders,
modify the Tender document.
4.15 Also, ITI may, at its discretion, extend the last date and time for the receipt of offers and/or
make other changes in the requirements set out in the Invitation for Tender at its own accord or
in order to provide reasonable time to bidders to take the amendments into account in preparing
their offers,.
4.16 If the last day for the bid submission is declared as a holiday, the bid will be opened at the
same time on the next working day.
4.17 Tender will be received/submission up to 12:15 Hrs. on 07/09/2020 and technical bid will be
opened on same day i.e 07/09/2020 at 15:30 Hrs.
4.18 Commercial bids of technical suitable bidders will be opened on 08/09/2020 at 15:30 Hrs. If
any change in the date and time, the same will be informed accordingly.
4.19 BID PRICES:
4.19.1 The bidder shall quote the item wise price inclusive of all incidentals and inclusive
of all taxes and levies but exclusive of Goods and service tax. Goods and Service tax
shall be paid extra, as applicable. The PIA shall be responsible for loading/unloading
and transporting the materials, from ITIL/Customer’s store to the work site.
4.19.2 The PIA shall maintain minimum one local Stocking Arrangement (Warehouse) at
the site to safely stock the installation material issued from the customer’s issue point
13
which shall be one per Circle. The safety and security of all material since by the
customer/ITIL, till handing over, shall solely be of PIA.
4.19.3 The bidder shall quote against all the items of the chosen Intercity Routes. Bids not
having quote for all the items/components as per the financial bid format, essential or
allied, shall be termed as incomplete and liable for rejection.
4.20 PERIOD OF VALIDITY OF BIDS:
4.20.1 Bid shall remain valid for 90 days from date of opening of the bids (Qualifying Bid).
A Bid valid for a shorter period shall be rejected by ITIL as non-responsive.
4.20.2 In exceptional circumstances, the tendering authority may request the consent of the
bidder for an extension to the period of bid validity. The request and the response
thereto shall be made in writing. In such cases, the bid security provided shall also be
suitably extended. The bidder may refuse the request without forfeiting its bid
security. A bidder accepting the request and granting extension will not be permitted
to modify its bid.
4.21 SIGNING OF BID:
4.21.1 The bidder shall prepare, as a part of his bid, the bid documents duly signed on each
and every page establishing the conformity of his bid to the bid documents of all the
works to be executed by the bidder under the contract.
4.21.2 The bid shall contain no inter-lineation, erasures or overwriting except as necessary
to correct errors made by the bidder in which case such corrections shall be signed
with dated by the person or persons signing the bid.
4.22 Disclaimer:
4.22.1 ITI and/or its officers, employees disclaim all liability from any loss or damage,
whether foreseeable or not, suffered by any person acting on or refraining from
acting because of any information including statements, information, forecasts,
estimates or projections contained in this document or conduct ancillary to it whether
or not the loss or damage arises in connection with any omission, negligence,
default, lack of care or misrepresentation on the part of ITI and/or any of its officers,
employees.
4.22.2 All information contained in this Tender provided / clarified is in good faith and
interest. This is not an agreement and is not an offer or invitation to enter into an
agreement of any kind with any party.
4.22.3 Though adequate care has been taken in the preparation of this Tender document, the
interested bidders shall satisfy themselves that the information contained in the
document is complete in all respects to enable to make an informed decision to
bid. Interested Bidders are required to make their own enquiries and assumptions
wherever required.
14
4.22.4 Information provided in this document or imparted to any respondent as part of the
Tender process is confidential and shall not be used by the respondent for any other
purpose, distributed to, or shared with any other person or organization
4.22.5 Bid received / submission after due date and time will not be considered.
----- END OF SECTION IV ----
15
SECTION V: FINANCIAL BID
5.1 The bidders are to quote the price against All the Service Items General or Allied for the
chosen Intercity Routes(s).
5.2 GST shall be extra, payable at the prescribed rate against the GST invoice.
(I). GENERAL SERVICE ITEMS:
(II). ALLIED SERVICE ITEMS (on need basis):
(Note: The mention of A(i), from General Service Items at (I) above, mentioned in allied item’s table
(II) would mean the numbers appearing in respective cell and is being used to arrive at the weighed
value for comparative bid assessment).
Name of Area Bid For: Intercity
Routes/State
Orrissa
I.
Service Items for
Execution (Complete
Work as per SoW &
Specs)
Qty
(KMs)
Quoted Rates Per KM (Rs) Itemized Bid Value
(Qty x Rates) In Figures in Words
A B B AxB
(i) Intercity Transport
Underground
450
TOTAL, Itemized Bid Value, for General Service Items (X)
II. Allied Service Items
Unit Quote
Rates
(Rs.) per
Unit
Quoted
Rates
(Rs.) per
Unit
Weighted Value for Bid
Evaluation (Y)
(i) Additional Cable Blowing KM E1 [{A(i)}*0.01]*E1
(ii) Restoration PCC 1:2:4 Cubic
Mtr E2
10*E2
(iii) Removal & Fixing of
Interlocking Tiles
Sq. Mtr E3
1000*E3
(iv) Supply & Fixing of
Interlocking Tiles.
Sq. Mtr E4
500*E4
Extra Items if Required, above the numbers mentioned in BoQ
(v) Chamber supply &
installation as per design
Per
Piece E5
[{A(i)}*0.25]*E5
vi) Splicing and Termination
Activity
Per 100
Splice E6
[{A(i)}*0.5]*E6
16
OVERALL WEIGHTED BID PRICE FOR AN INTERCITY ROUTES: X+Y
(IMPORTANT: The Quantities and Weights applied to quoted bid prices are only indicative and
assumptive to assess the comparative ranking and NOT to be taken as actual quantitative values of
items of work).
-------------- END OF SECTION-V ------------
17
SECTION VI: GENERAL (COMMERCIAL) CONDITIONS OF THE CONTRACT
6.1 APPLICATION:
The General conditions shall apply in contracts made by the ITIL for the execution of
Laying PLB pipes allied and Associated works by Open Trench Method/Trenchless
Technology , Optical Fibre Cable Pulling/Blowing and splicing works.
6.2 STANDARDS:
The works to be executed under the contract shall confirm to the standards prescribed in
the OF Cable construction practices using open trenching, trenchless technology methods.
6.3 PRICES:
Prices charged by the PIA for the works performed under the Contract shall not be higher
from the prices quoted by the PIA in his Bid. Price once fixed will remain valid for the
period of contract. Increase and decrease of taxes/duties will not affect the price except
Goods and Service tax (GST) which will be paid at prevailing rate, during this period.
6.4 SUBCONTRACTS:
The PIA shall not assign, sub contract or sublet the whole or any part of the works
covered by the contract, under any circumstances without written approval of ITIL in
advance.
6.5 LIABILITY:
ITIL will not be liable to the PIA for any losses or damages, costs, charges which the PIA
may in any way sustain/suffer due to non-issue of work order/delay in making store
available or delay in receipt of permission from road authorities/local bodies/forest
department.
6.6 PERFORMANCE SECURITY:
6.6.1 The successful bidder including MSME shall submit an amount equivalent to
5% of the value of work awarded at the Tender approved price as security
deposit by way of Performance Bank Guarantee (PBG) within 7 days from the
date of issue of LOI, in favour of ITI Limited, (NS Unit), payable at
Bangalore from any scheduled bank in India, and valid for 24 months from
the date of issue of LOI.
6.6.2 On receipt of PBG from the bidder, after confirmation of the genuineness of
the PBG from the bank, the EMD, received earlier, will be returned.
6.6.3 A separate Security in the form of Bank Guarantee may also be taken for the
Material issued during the execution of project if the progress of work is not
in pace of issue of material.
6.6.4 The proceeds of the performance security shall be payable to the ITIL as
compensation for any loss resulting from the PIA’s failure to perform the
18
obligations under the contract and warranty obligations including the cost of
material of ITIL or any other liability incurred.
6.6.5 The performance security deposit shall be refunded after expiry of warranty
period of last work executed provided there are no recoveries to be made
arising out of poor quality of work, incomplete work and/or violation of any
terms and conditions of the contract as stipulated in the bid document.
6.6.6 If there are recoveries to be made, PIA shall deposit the money before the
release of PBG for getting the PBG released and in failure to do so, PBG will
be forfeited and recovery to be effected from the realized PBG amount and
the balance amount, if any, after adjustment of recoveries, will be refunded to
the bidder.
6.6.7 It is the responsibility of the PIA to submit the proof that he has deposited the
Goods & service tax in time. Otherwise ITIL will recover from subsequent
bills or PBG as the case may be.
6.6.8 No interest will be paid to the PIA on the security deposit.
6.7 ISSUE OF WORK ORDERS AND DELIVERY SCHEDULE:
6.7.1 Work will be executed by way of issuing work orders. Work orders may be
issued in parts for a period as specified in the work order. The work order
shall be for a part of work which will have to be completed in time as
specified in work order.
6.7.2 The work orders shall be issued by the Designated Officer in-charge of OF
cable construction for intercity Transport Fibre Rollout works after Pro-forma
work order approval from ITIL. The Designated Officer in charge of work
shall issue the work order after examining the technical and planning details
of the works to be executed.
6.7.3 The ITIL reserves the right to cancel or modify the scope of work stipulated to
be carried out against the work order in the event of change of plan
necessitated on account of technical reasons or in the opinion of work order
issuing authority or competent authority, the PIA is not executing the work at
the required pace.
6.7.4 The work orders shall be issued as per the work execution plans of the
customer
and not as per the convenience of the PIA.
6.7.5 The work orders for the difficult portions of the route may be awarded first by
the designated Officer in-charge and PIA would have no claim what so ever to
demand for a particular route or section for execution first.
6.7.6 In case of multi PIA scenario, the efforts would be made to maintain the ratio
and balance of work amongst awarded PIAs, but the preference of
geographical area and claim on quantum would not lie with any of the PIAs.
6.7.7 PIA will start the work execution only after obtaining all required ROW for
the full section of work.
19
6.8 EXTENSION OF THE DELIVERY SCHEDULE:
6.8.1 General: 6.8.1.1 In each work order, the work order issuing authority shall specify the
time allowed for completion of work consistent with the magnitude
and urgency of work. The time allowed for carrying out the work is to
be strictly observed by the PIA and shall be reckoned from the day of
issue of work order.
6.8.1.2 In as much as “the time being deemed to be the essence of contract”,
throughout the stipulated period of contract, the work is to be
proceeded with all due diligence on the part of the PIA.
6.9 APPLICATION FOR EXTENSION OF TIME AND SANCTION OF EXTENSION OF
TIME (EOT):
6.9.1 There may be some hindrances, other than covered under force majeure,
while execution of work and in such cases the PIA shall apply in writing to
the Designated Officer-in-charge for extension of time (EOT), on account of
which, he desires such extension, on the same day of occurrence of
hindrance. The Designated Officer-in-charge shall forward the request to the
competent authority with his detailed report, who shall may or may not
grant extension of time for completion of work or may allow so with certain
conditions.
6.9.2 The application must contain the ground(s), which hindered the PIA in
execution of work.
6.9.3 The Designated Officer-in-charge is of the opinion that the grounds shown
for extension of time are reasonable.
6.9.4 The designated authority shall consider the request keeping all the facts and
circumstances in view and shall grant extension of time, if in his opinion,
there are reasonable and sufficient grounds for granting such extension and
the reasons for delay are not ascribable to the PIA.
6.9.5 The competent authority may also grant extension of time for completion of
work in cases where reasons for delay are ascribable to the PIA, but such
extension of time shall be with LD charges as per clause dealing with
Liquidated damages (LD) for delays in execution of works.
6.9.6 The competent authority shall grant EOT with time period for completion of
work clearly mentioned.
If the competent authority is of the opinion that the grounds shown by
the PIAs are not reasonable and sufficient and declines to grant the
extension of time, the PIA cannot challenge the soundness of the
opinion by reference to arbitration. The decision of the competent
authority on period of extension of time or refusal for extension of time
shall be final and binding on the PIA.
20
NB: SINCE THE WORK IS TO BE EXECUTED FOR AND ON BEHALF OF AN
END CUSTOMER, THE NEED AND EXEGENCIES OF THE CUSTOMER
SHALL PREVAIL UPON ALL THE COVENENTS AND ALL DECSIONS
SHALL BE TAKEN WITH COGNIGENCE OF SUCH CUSTOMER.
6.10 BID OPENING AND EVALUATION:
6.11 OPENING OF BIDDS BY THE ITIL:
Tender will be received/submission up to 12:15 Hrs. on 07/09/2020 and technical bid will be
opened on same day i.e 07/09/2020 at 15:30 Hrs.
6.12 CLARIFICATION OF BIDS BY THE ITIL:
To assist in examination, evaluation and comparison of bids, the ITIL may, at its discretion ask the
bidder for clarification of its bid. The request for its clarification and its response shall be in writing.
However, no post bid clarification at the initiative of the bidder shall be entertained.
6.13 VERIFICATION OF BIDS BY THE ITIL
If any of the documents, required to be submitted along with the technical bid is found
wanting, the offer is liable to be rejected at that stage. However, the ITIL at its discretion may
call for any clarification regarding the document within a stipulated time period. In case of
non-compliance to such queries, the bid will be outrightly rejected without entertaining
further correspondence in this regard.
6.14 PRELIMINARY EVALUATION:
ITIL shall evaluate the bids to determine whether they are complete, whether any computational errors
have been made, whether required sureties have been furnished, whether the documents have been
properly signed and whether the bids are generally in order.
Prior to the detailed evaluation, the ITIL will determine the substantial responsiveness of each bid to
the bid document. For purpose of these clauses a substantially responsive bid is one which conforms
to all the terms and conditions of the bid documents without deviations.
The ITIL may waive any minor infirmity or non-conformity or irregularity in a bid which does not
constitute a material deviation, provided such waiver does not prejudice or affect the relative ranking
of the bidder.
Bids found Technically and commercially compliant and suitable would only be considered for Price
bid opening.
6.15 CONTACTING THE ITIL:
6.15.1 No bidder shall try to influence the ITIL on any matter relating to its bid, from the time of
bid opening till the time the contract is awarded.
6.15.2 Any effort by the bidder to modify his bid or influence the ITIL in the ITIL’s bid evaluation,
bid comparison or the contract award decisions shall result in the rejection of the bid.
6.16 ITIL’S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL BIDS;
21
The ITIL reserves the right to accept or reject any bid and to annul the bidding process and
reject all bids, at any time prior to award of contract without assigning any reason whatsoever
and without thereby incurring any liability to the affected bidder or bidders on the grounds for
the ITIL’s action.
6.17 ISSUE OF LETTER OF INTENT:
6.17.1 The issue of letter of intent shall constitute the intention of the ITIL to enter into the
contract with the bidder. Letter of intent will be issued as offer to the successful
bidder(s).
6.17.2 The bidder shall within 14 days of issue of letter of intent, give his acceptance along
with Performance security.
6.18 SIGNING OF AGREEMENT:
6.19 Once the tender is approved by the competent authority and Letter of Intent (LoI) is issued,
the PIA shall deposit the Performance Bank Guaranty (PBG) within fourteen days. The Bid
Security deposited along with the tender shall be refunded to the bidder after signing of the
agreement.
6.20 An agreement shall be signed after submission of PBG.
6.21 ITIL may at any time during the progress of work, ask for an additional Material Security in
the form of Bank Guaranty (BG) if it feels the PBG security to be insufficient to mitigate
the risk of the value of the Supplies made to the PIA. However, this action shall be
exceptional and to be invoked based on real perception of risk.
6.22 MEASUREMENT, INSPECTION, TESTING AND ACCEPTANCE TESTING:
6.22.1 Open Trenching:
6.22.2 Measurement:
The measurement books are to be maintained by the Designated Officer-in-
charge of the work or his immediate engineering subordinate not below the rank
of Manager. The entry shall be made in ink. No entry shall be erased. If a
mistake is made, it should be corrected by crossing out the incorrect words or
figures and inserting the corrections, the corrections thus made shall be initialed
& dated by the officer concerned.
6.22.3 Responsibility of taking and recording measurements:
The measurement of various items of work shall be taken and recorded in the
measurement book issued with each work order. The measurement shall be
taken and recorded by an officer not below the rank of Manager, supervising the
work.
22
6.22.4 Method of recording of nomenclature of items: Complete nomenclature of
items, as given in the agreement need not be reproduced in the measurement
book for recording the measurements but corresponding Item Code as provided,
shall be used.
6.22.5 Method of measurements: The measurements of the work shall be done
activity
wise as and when the item of work is ready for measurement.
6.22.6 The rates of payment shall be as agreed and awarded if the work is accomplished
as per the scheduled specifications.
Measurement of Lengths and profiles of strata and protection: The measurements of length of trenches are on running meter basis,
irrespective of type of soil encountered while digging. The type of
protection provided in a segment shall be recorded in the measurement book
in the sheet provided for this purpose.
Measurement of length of cable: The length of cables laid in trenches,
through pipes and through ducts shall be measured by use of RODO
Meter/Measuring Tape. The length should be cross verified with the
marking of lengths on the cables. The lengths shall be recorded in sheet
provided in the measurement book.
Measurement of other items: The measurement/numerical details of other
items shall be recorded in the sheets provided for respective items viz.
Digging of joint pit and preparation of joint chamber along with its type
i.e. Brick chamber or Pre Cast RCC type.
Termination of Cable in Building Premises/Equipment
Room/Shelter/BTS and number of joints.
Numbering of Poles/Pillars/Cabinets/Boxes.
Numbering of Components such as FDMS and Splitters etc.
The rates to be quoted per km length of trenching including HDD,
bridge, culvert, railway, highway, crossings, for complete work.
6.22.7 The PIA shall sign all the measurement recorded in the measurement book. This
will be considered as an acceptance by the PIA, of measurements recorded in the
MB. In case PIA fails to attend at the measurements or fails to countersign or to
record the difference within a week, then in any such events the measurements
taken by Designated Officer-in-charge or by the subordinate as the case may be
shall be final and binding on the PIA and the PIA shall have no right to dispute
the same.
6.22.8 The Designated Officer or the Customer’s representative before accepting the
invoice for sections covered by each set of measurement may carry out test check
by re-opening trench at as many locations as necessary and bills will be processed
only when he is personally satisfied of the correctness of entries in the
“measurement Book” and also when he is satisfied of other aspects of the work as
per the terms of the contract. The PIA shall provide the necessary assistance of
23
labour for re-opening of trench for test check by the Designated Officer. Separate
payment shall not be made to the PIA for excavation of such test checks;
however, such test pits shall not be more than 10% of the cable laying work.
6.22.9 Measurement of the work of cable pulling through pipe/duct will be taken equal
to the length of the pipe / duct through which the cable has been pulled and not
the total length of the cable pulled through pipe/duct.
6.22.10 In case of HDD, depth of the pipes and depth AT shall be done during the
drilling from Entry pit towards Exit pit only. Hence the Depth AT for the HDD
work shall be done in real time along with supporting documents.
6.23 INSPECTION AND QUALITY CONTROL:
6.23.1 The Quality of Works: The importance of quality of Optical Fibre Cable
Construction works especially laying of multiple PLB pipes/coils using open trenching
and trenchless technology method cannot be over-emphasized. The quality and
availability of connectivity and success of overlay access network depends upon quality
of laying of Optical Fibre Cable. Further, the OF cables are vulnerable to damages due to
work of other agencies.
6.23.2 It is imperative that the PIA(s) is/are fully conversant with the construction
practices especially laying multiple pipes by trenchless technology using HDD
machine and shall be fully equipped to carry out the work in accordance with the
specifications.
The PIAs are expected and bound to ensure quality in construction works in accordance
with specifications laid down. The PIA shall engage adequate and experienced
supervisors to ensure that works are carried out as per specifications and with due
diligence and in a professional manner. The PIAs shall satisfy himself/themselves that the
work conforms to the quality specifications before offering the same for Acceptance and
Testing by the Customer.
6.23.3An assessment of extent of interest shown by the PIAs in executing the works with
requisite quality may be recorded and used in evaluating the PIAs’ Performance Rating.
6.23.4 In addition to Acceptance Testing being carried out and supervision by
Constructions Officers, all works at all times shall be open to inspection by any
representative of ITIL or the end customer. The PIAs shall be bound, if called upon to do
so, to offer the works for inspection without any extra payment.
6.23.5 Site Order Book: The site order book is one of the primary records to be
maintained by the Site In charge supervising the work during the course of execution of
works. The noting made by officers as well as PIAs, will form as basis for operation of
many contractual clauses. The PIA shall remove all the defects pointed out by the officers
in the Site order book. The PIA or their authorized representatives shall also be at liberty
to note their difficulties etc. in these books. The site order books may also be consulted at
the time of making final payments to the PIA.
24
6.24 TESTING AND ACCEPTANCE TESTING:
6.24.1 The work shall be deemed to have been completed only after the same has been
accepted by the Acceptance Testing Team of the Customer. The PIA shall make
test pits at the locations desired by A.T. Officers for conducting test checks
without any extra payment. The PIA shall restore the pits after test measurements
to its original shape. The PIA shall be responsible to provide test/measurement
tools and testers for conducting various acceptance tests.
6.24.2 Scope of Acceptance and Testing: The purpose of acceptance and testing is to
verify integrity of measurement and quality of work done. The A.T. Officer shall
not be responsible for recording of measurements for the purpose of billing and
contractual obligations. However, if the measurements taken by AT officer are
found to be lesser than the measurements recorded by the officer responsible for
recording the measurements, the measurement taken by AT officer shall prevail
without prejudice to any punitive action against the PIA as per provisions of the
contract and the officer recording the measurements. The PIA shall be obligated
to remove defects/deficiencies pointed out by the AT officer without any
additional cost to ITIL or to the customer.
6.24.3 Offering the work for acceptance and testing: The PIA representative
responsible for construction, after having satisfied himself of completion of work
ready for AT for completed section shall offer the work to AT Officer of the
customer for conducting Acceptance and Testing. The work shall be offered for
AT as soon as part of work is complete in all respects. The work against any work
order can be offered for AT in a number of stages.
6.24.4 IT SHALL BE THE SOLE RESPONSIBILITY OF THE PIA TO GET THE WORK
DONE, TESTED AND ACCEPTED BY THE CUSTOMER.
6.25 WARRANTY:
6.25.1 The PIA shall warrant that the material supplied for the work for which it was
responsible, shall be new and free from all defects and faults in material,
workmanship and manufacture and shall be of the highest grade and consistent
with the established and generally accepted standards for materials of the type
ordered and shall perform in full conformity with the specifications and drawings.
The PIA shall be responsible for any defects that may develop under the
conditions provided by the contract and under proper use, arising from faulty
materials, design or workmanship such as corrosion of the equipment, inadequate
quantity of materials, deficiencies in the construction practices etc. and shall
remedy such defects at his own cost when called upon to do so by the ITIL who
shall state in writing in what respect the supplies or the services are faulty. This
warranty shall survive inspection or payment for, and acceptance of goods, but
shall expire except in respect of complaints notified prior to such date, twelve
months after the acceptance testing.
6.25.2 If it becomes necessary for the PIA to replace or renew any defective
portion/portions of the works and material under this clause, the provisions of the
clause shall apply to the portion / portions of works and or material so replaced or
renewed or until the end of the above mentioned period of twelve months,
whichever may be later. If any defect is not remedied within a reasonable time, as
25
prescribed by the ITIL, the ITIL may proceed to do the work at the PIA’s risk and
costs, but without prejudice to any other rights which the ITIL may have against
the PIA in respect of such defects.
6.25.3 The Cable joint shall be guaranteed for a period of ONE year from the date
of closing of joint. In case of failure of the joint due to poor workmanship i.e.
failure of joint without external damage, with in the stipulated period of guarantee
the PIA shall repair the joint(s) at his own cost within 24 hours of informing him,
failing which the ITIL may carry out the repairs and compensation
equivalent to five times of the approved/assessed rate of the jointing work
plus the cost of materials used shall be recovered from the PIA from his
pending bill/SD or any amount due to him without prejudice to any other action as
per terms and conditions of the tender. The cost of joining kit, supplied by the
ITIL, so used to revive the joint shall be deducted from the final bill of the PIA
pending for payment or from security if all bills have been settled.
6.25.4 Replacement under warranty clause shall be made by the PIA free of all charges
at site including freight, insurance, cost of works and other incidental charges.
6.26 AUDIT AND TECHNICAL EXAMINATION:
6.26.1 ITIL shall have the right to cause an audit and technical examination of the work and the
final bills of the PIA including all supporting vouchers, abstract etc. to be made after
payment of the final bill and if as a result of such audit and technical examination any
sum is found to have been overpaid in respect of any work done by the PIA under the
contract or any work claimed by him to have been done by him under the contract and
found not to have been executed, the PIA shall be liable to refund the amount of over
payment and it shall be lawful for ITIL to recover the same from him in the manner
prescribed in clause or in any other manner legally permissible and if it is found that the
PIA was paid less than what was due to him under payment shall be duly paid by ITIL to
the PIA.
6.26.2 Any sum of money due and payable to the PIA (including security deposit returnable to
him) under this contract may be appropriated by the ITIL for the payment of a sum of
money arising out or under any other contract made by the PIA with the ITIL
6.27 PAYMENT TERMS:
6.27.1 Procedure for Preparation and settlement of bills:
6.27.1.1 All items of work involved in the work order shall be completed in all respects
before preparing the bills for the work against the work order. The procedure for
payment of bills is enumerated as under which shall however be done on receipt
of respective payments from the end customer.
i) 70% Payment release on route completion and final AT clearance along with ROW
permission, within 45 days or payment received from end customer. ii) 10% on reconciliation of material in 45 days or payment received from end customer. iii) 10 % payment within 45 days or payment received from end customer, on refund of security
deposit/release of Bank Guarantee from RoW authorities iv) 10% retention for one year from the date of final AT towards no defect liability.
6.27.2 The PIA shall prepare the final bill in triplicate after completion of the work
entrusted after acceptance and testing and submit the same to project in-charge of
work. The final bill shall be prepared for all the measurements of all items
26
involved in execution of complete work order. The PIA shall prepare the final bill
containing the following details:
● The bill for all the quantities as per Measurements at the approved rates.
● Adjustment of amount received against running bills.
● Store reconciliation statement furnishing account of stores received against
the Work Order and returned to the designated Store go-down as surplus with
requisite verifications from store in-charge or the officer in-charge of the
work.
● RoW Permission copy or Security refund order as per the payment mile stone.
Details of recoveries/penalties for delays, damages to various
departmental/Third party properties as per provisions of the contract. In case
no recovery is to be made, NIL report needs to be submitted.
● Details of empty cable drums.
● Copy of the Wage Register, Attendance Register, Monthly EPF & ESI
Deposit Challan may also be demanded as an option.
6.28 PROCEDURE FOR PAYMENT FOR SUBSTANDARD WORK:
6.28.1 The PIAs are required to execute all works satisfactorily and in accordance
with the specifications. If certain items of work are executed with unsound,
imperfect or unskilled workmanship or with materials of any inferior description or
that any materials or articles provided by him for execution of work are unsound or
of a quality inferior to that contracted for or otherwise, not in accordance with the
contract (referred to as substandard work hereinafter), the Designated Officer in-
charge shall make a demand in writing specifying the work, materials or articles
about which there is a complaint.
6.28.2 Timely action by Site-In-charge/Supervisors of PIA: Timely reporting and
action, to a great extent, can prevent occurrence of substandard work, which will be
difficult or impossible to rectify later on. It is incumbent on the part of PIA’s Site-In-
charge, supervising the work, to get rectified the defects in work in time during
progress of the work.
6.28.3 Once a defective work is pointed out to the PIA by ITIL or the Customer, asking
the PIA to rectify/replace/remove the substandard item of work in a defined time
period. After expiry of such time period, if the PIA fails to rectify/replace/remove the
defect, the defects shall be got rectified/replaced/removed through some other agency
at the risk and cost of the PIA.
6.28.4 Non-reporting of the substandard work in time by ITIL or the Customer shall not
in any way entitle the PIA to claim that the defects were not pointed out during
execution and as such the PIA cannot be absolved of the responsibility for
substandard work and associated liabilities.
6.28.5 Authority and Procedure to accept substandard work and payment thereof: There
may be certain items of work pointed out as substandard which may be difficult to
rectify and in the opinion of ITIL Authority or customer, the items in question will
not materially deteriorate the quality of service provided by the construction. The
27
payment shall be deducted on prorate basis if it has prior approval of the designated
officer I/c. Else, the deduction shall be at double the rate of prorate that too only if
such portion of lesser depth has been secured by way of extra protection. A working
group may also be made who shall take into account the approximate cost of
material/work pointed out as substandard and recommend the rates payable for
substandard work or item in question. The recommendations however must be
preapproved by the customer.
6.28.6 Record of substandard work: The items adjudged as substandard shall be entered
into the measurement book properly underlined and highlighted.
6.29 NO CLAIM FOR DELAYED PAYMENT DUE TO DISPUTE ETC.:
No claim for interest or damage will be entertained or be payable by the ITIL in respect
of any amount or balance which may be lying with the ITIL owing to any dispute,
difference or misunderstanding between the parties or in respect of any delay or omission
on the part of the Engineer in charge in making intermediate or final payments or in any
other respect whatsoever.
6.30 LIQUIDATED DAMAGES/ COMPENSATION CLAUSE:
6.30.1 Liquidated Damages clause for Delays in the PIA’s performance:
The time allowed for completion of the work as per work order shall be strictly adhered
by the PIA and shall be deemed to be the most important aspect of the contract on the
part of the PIA and shall be reckoned from the day work order is issued by ITIL. The
work shall, throughout the stipulated period of contract, be proceeded with all due
diligence to achieve the desired progress uniformly, and the PIA shall pay as LD for
delay in execution of the work @ 0.5 % for each week of delay or part thereof, till it
reaches 10 % value of the work. Once the LD payable as above, approaches 10 (ten)
percent of the cost of the work, the competent authority reserves the right to short close
the work order and get the remaining work done at the risk and cost of the PIA.
6.30.2 Fiber rollout delivery timelines
S.no
Km Scope
Scope
in
Meter
Timelines Penalty Clause In case of delayed on top of
Over-all TAT
Orrissa
(In Days)
No Penalty 6- 30
days
31 to 60 days > 60
Days
1 <= 5 Km 5000 65
TAT +5
days
5% of total Route Value.
7.5% of total Route Value.
10% of total Route Value.
2 >5-10 Km 10000 70
3 > 10 -60 Km 60000 110
28
Note - Delivery Timelines will start from the date of Issuance of LOI/PO (As mentioned in above table)
1. Routes having length> 60 km, delivery Timeline will be applicable in multiple of 60 KM
sections (up to 5 sections of 60 KM /300 KMs) where executions will happen in parallel. Max
delivery Time up to 300 Km will be 110 days for rest of Orrissa.
2. Routes > 300 km & Upto-600 Km additional 40 days will be given for delivery. Executions will
happen in parallel in multiple of 60 KMs sections. Max timeline up to 600 Km will not exceed
more than 150 days for rest of rest of Orrissa irrespective of route KMs .
3. Routes > 600 km & Upto-1000 Km additional 50 days will be given for delivery. Executions
will happen in parallel in multiple of 60 KMs sections. Max timeline up to 1000 Km will not
exceed more than 200 days for rest of rest of Orrissa irrespective of route KMs .
4. Routes > 1000 Km, max timelines will not exceed more than 200 days for rest of rest of Orrissa
irrespective of route KMs.
6.30.3 The days on which work is not done due to reasons beyond the control of PIA,
such as natural calamities, law & order situation, local Government’s
proclamation etc; as accepted by the end customer shall not be counted towards
penal delay.
6.30.4 LD for delay in completion of the work shall be recoverable from the bills of the
PIA and/or by adjustment from the security deposit (PBG) or from the bills of any
other contract. However, adjustment from security deposit will be made only
when the contract has been terminated or at the time of final settlement of bills on
completion of work.
6.30.5 The sequence of work order(s) for any route or section shall be as chosen by the
work awarding authority. PIA would not claim to ask for any section or route to
be executed first.
6.30.6 In case of slow progress of the work in a section which has been awarded to a
particular PIA, if the customer interest does not permit extension of time limit for
completion of the work, then ITIL will have the full right to order that the scope
of the contract may be restricted to such fraction of the work and get the balance
work executed at the risk and cost of the PIA. All such payments shall be
recovered from the PIA’s pending bills or security deposit.
6.30.7 ITIL reserves the right to cancel the contract and forfeit the security deposit if the
PIA fails to commence the work within 7 days after issue of the work order or as
the time permitted by the competent authority.
6.30.8 The slow pace of work shall be a reason enough to award the work to alternate
agency and in such case the right of higher ratio of work to lower bidding PIA
shall not hold good.
29
6.31 PROTECTION OF LIFE AND PROPERTY AND EXISTING FACILITIES:
6.31.1 The PIA is fully responsible for taking all possible safety precautions during
preparation for and actual performance of the works and for keeping the
construction site in a reasonable safe condition. The PIA shall protect all life and
property from damage or losses resulting from his construction operations and
shall minimize the disturbance and inconvenience to the public.
6.31.2 If the excavation of trench alters the contours of the ground around road and
highway crossing in such locations become dangerous to traffic, the PIA shall at
his own cost, take all necessary precautions to protect public and shall comply
with all the ITIL regulations as to placing of warning boards (Minimum size 3’ x
2’), traffic signals, barricades, flags etc. at such location. If the PIA does not put
the warning signal as per above directions, then a compensation of Rs. 500/- per
day shall be levied on the PIA, till the directions are complied by the PIA. The
PIA shall take due precautions to avoid damages to other pipe lines, water, mains,
sewers, telephones, telegraphs and power conduits, laid wires poles and guy
wires, railways, highways, bridges or other underground or above ground
structure and/or property crossing or adjacent to the cable trench being excavated.
6.31.3 The PIA shall restore the cut portions of BT/Concrete roads to their original
conditions immediately on completion of the pipe laying works. If the restoration
work is not satisfactory with reference to the standards prescribed by the
Corporation / Highways, the amount equal to the charges as claimed by the
Corporation/Highways will be recovered from the PIA.
6.31.4 Attention of the PIA is drawn to the rules regarding laying of cables at road
crossing, along Railways Bridges, Highways safety precautions while working in
Public Street. The PIA in writing shall obtain the detailed engineering instructions
from the Designated Officer of the area.
If the PIA does not provide the barricades, warning cones, warning tapes and
work notice board, 5% additional penalty may be levied. The same shall be
provided by ITIL and 1.5 times of the cost of the items shall be recovered from
the PIA.
6.31.5 The PIA shall be solely responsible for location through approved non-destructive
means and ensuring the safety of all existing underground pipeline, electrical
cables, and or other structures.
6.31.6 The PIA shall be solely liable for all expense for and in respect of repairs and / or
damage occasioned by injury of or damage to such underground and above
structures or other properties and undertake to indemnify the ITIL from and
against all actions, cause of actions, damages, claims and demands what-so-ever,
either in law or in equity and all losses and damages and costs (inclusive between
attorney and client), charges and expenses in connection therewith and / or
incidental thereto. The PIA shall take all responsibilities and risks in crossing
other pipelines and cables and shall be responsible for protecting all such existing
pipelines, poles, electric lines, sewers, cables or other facilities from damage by
30
the PIA’s operation in connection with the work. The PIA without cost of the
ITIL shall promptly repair any damage incurred.
6.31.7 The current market value of any commodities lost as a result of any damage to the
aforesaid existing facilities shall be paid by the PIA together with such additional
sums necessary to absolve the personal of property damages, resulting there from.
6.31.8 PIA Shall restore the cut / damage portion carried for HDD/execution work of
BT/concrete road to their original condition on completion work at their own cost.
6.32 PENALTY / COMPENSATION
6.33 Compensation/Penalty for causing inconvenience to the Public:
6.33.1 To ensure progress during the execution of work and to cause minimum
inconvenience to the public, PIA shall cause to lay cable and close such trenches
expeditiously. The PIA shall not leave the trenches open for more than 24 hours at
a stretch in a route at a time and should take due precautions to avoid any mishap.
In case of any accident, the PIA shall be fully responsible for the same and any
compensation imposed on this account by any statutory authority shall be paid by
the PIA. In case of failure to pay the same by the PIA it shall be recovered from
his pending payment/security deposit.
6.33.2 The PIA shall not be allowed to dump the empty cable drums/waste materials in
Govt./public place, which may cause inconvenience to Govt./Public. If the PIA
does not dispose off the empty cable drums/waste materials within 3 days of
becoming empty, the ITIL is at liberty to dispose off the drum in any manner
deemed fit along with the costs incurred by the ITIL in disposing off such
materials. The ITIL may also levy a compensation up to Rupees ten thousand for
each such default/incident.
6.34 Compensation for cutting / damaging the old cables/ Buried Properties:
6.34.1 Compensation for cutting/damaging the old cables:
During excavation of trench utmost care is to be taken by the PIA, so that the
existing underground cables/Pipes/lines/properties are not damaged or cut. In-case
any damage/cut is done to the existing cables, a compensation as per the schedule
and procedure of the agency put to loss and inconvenience caused has to be
compensated/settled by the PIA. Besides the above penalty/compensation, the PIA
shall carry out such repairs for restoration of the damaged cables/Pipes/properties
free of charge and to the satisfaction of the person or agency concerned. In case of
damage to the cables of the customer, apart from the damage compensation, the
cost of jointing kits, shall also be borne by the PIA. If PIA fails to repair the
damage, the cost of repair (including cost of Labour + Material) and any other
damages if any, shall be recovered from the PIA.
6.34.2 Penalty to damage stores/materials supplied by the ITIL while laving:
The PIA while taking delivery of materials supplied by the ITIL at the designated
place shall thoroughly inspect all items before taking them over. In case of
execution of the work, if any material is found damaged/working unsatisfactorily,
31
then a penalty equivalent to the cost of material + 10% as penalty shall be
recovered from the PIA’s payments/securities.
However, PIA will not be penalized for any manufacturing defect or poor
workmanship of the material supplied by third party vendors, which shall be taken
up separately with the supplier of the stores.
6.35 LABOUR WELFARE MEASURES AND WORKMAN COMPENSATION:
6.35.1 Obtaining License before commencement of work:
The PIA shall ensure all labor regulations and follow the relevant Contract Labour
Act and the Contract Labour Regulations, Minimum Wages act etc before
commencement of the work, and continue to have a valid license as required until
the completion of work. The PIA shall also abide by the provisions of the Child
Labour (Prohibition and Regulation) Act. Any failure to fulfill the statutory
requirements may attract the penal provisions in this contract and PIA shall be fully
responsible.
6.36 INSURANCE: Without limiting any obligations or liabilities, the PIA shall at his own expense, take
and keep comprehensive insurance including third party risk for the plant,
machinery, men, materials etc. brought to the site and for all the work during the
execution. The PIA shall also take out workmen’s compensations insurance as
required by law and undertake to indemnify and keep indemnified the ITIL from and
against all manner of claims and demands and losses and damages and cost and
expenses that may arise in regard to same or that the ITIL may suffer or incur with
respect to and / or incidental to the same.
6.37 COMPLIANCE WITH LAWS AND REGULATION:
6.37.1 During the performance of the works the PIA shall at his own cost and initiative
fully comply with all applicable laws of the land and with any and all applicable
by-laws rules, regulations and orders and any other provisions having the force of
law made or promulgated or deemed to be made or promulgated by the
Government, Governmental agency or ITIL, municipal board, Government of
other regulatory or Authorized body or persons and shall provide all certificates
of compliance therewith as may be required by such applicable law, By-laws,
Rules, Regulations, orders and / or provisions. The PIA shall assume full
responsibility for the payment of all contributions and payroll taxes, as to its
employees, servants or agents engaged in the performance of the work specified
in the PIA documents. If the PIA shall require any assignee or sub-contractor to
share any portion of the work to be performed hereunder, the same may be
assigned, sub-leased or sub-contracted to comply with the provisions of the clause
and in this connection the PIA agrees as to undertake to save and hold the ITIL
harmless and indemnified from and against any/all penalties, actions, suits, losses
and damages, claims and demands and costs (inclusive between attorney and
client) charges and expenses whatsoever arising out or occasioned, indirectly or
directly, by failure of the PIA or any assignee or sub-contractor to make full and
32
proper compliance with the said by-laws, Rules, Regulations, Laws and Order and
provisions as aforesaid.
6.37.2 The PIA shall also comply with the rule and regulation of EPF & ESI as per
government rule and regulation from time to time at his own cost and expenses.
The PIA shall indemnify the ITIL from any act or action in future or during the
course of work in this regard at his own cost and expense. ITIL reserves the right
to withhold an amount from the bills of PIA/security deposit to comply with any
such direction which may be so issued by any authority or statutory body in case
of non-compliance of these rule and regulation by the PIA.
6.38 TOOLS AND PLANTS
The PIA shall provide at his own cost all tools, plants appliances, implements, measuring
instruments etc. required for proper execution of works. The PIA shall also supply
without charge the requisite number of persons with the means and materials necessary
for the purpose of setting out works, counting, weighing and assisting the measurements
for examination at any time and from time to time. The PIA shall be responsible to make
all arrangements, at his own cost for dewatering of trenches / ducts and de-gasification of
the ducts before carrying out the work. The PIA shall also be responsible to make
arrangements at his own cost, for water required for carrying of works at sites including
curing of CC/RCC works, failing which the same may be provided by the Designated
Officer-in-charge of ITIL at the expense of the PIA and the expenses shall be deducted
from any money due to the PIA under this contract or otherwise.
6.39 RESCISSION/ TERMINATION OF CONTRACT:
6.39.1 Circumstances for rescission of contract: Under the following conditions the Tender Issuing Authority may rescind the
contract:
i. If the PIA commits breach of any item of terms and conditions of the contract.
ii. If the PIA suspends or abandons the execution of work and the engineer in-charge of
the work comes to conclusion that work could not be completed by due date for
completion or the PIA had already failed to complete the work by that date.
iii. If the PIA had been given by the officer-in-charge of work a notice in writing to
rectify/replace any defective work and PIA fails to comply with the requirement
within the specified period.
iv. PIA, either directly or through their employees or agents commits any breach of their
obligations hereunder.
v. PIA, either directly or through their employees, violates the confidentiality of the
information of ITIL or the customer, Uses or divulges any documents, data, or other
information for its own benefit or to the benefit of any third party.
33
vi. Such suspension or termination is necessary, in the sole discretion of ITI, to comply
with:
• any applicable law, regulation or court order, the Rules
• Security requirements,
• Legal proceeding or settlement which may affect ITI or any of its affiliates.
Revelation of a fact proving information submitted by the PIA during bid
process to be as false.
6.40 Before effecting the final termination, all the pending financial issues have to be settled
between PIA and ITI Ltd. In such a case, PIA shall peacefully handover all the executed
portions of the project and works on ‘as is where basis’ including all the material,
documentation and all the records etc. so that implementation of the project do not get
adversely impacted. In such a situation, PIA shall not be entitled for any compensation
and/or claim whatsoever.
6.41 Upon rescission of the contract, the security deposit of the PIA shall be liable to be
forfeited and shall be absolutely at the disposal of the ITIL as under:
6.41.1 Measurement of works executed since the date of last measurement and up to the
date of rescission of contract shall be taken in the presence of the PIA or his
authorized representative who shall sign the same in the MB. If the PIA or his
authorized representative do not turn up for joint measurement, the measurement
shall be taken by ITIL officer, authorized for this purpose after expiry of due
date given for joint measurement. The measurement taken by the officer so
authorized shall be final and no further request for joint measurement shall be
entertained.
6.41.2 The unused material (Supplied by the ITIL) available at site, shall be transported
back by the ITIL to the Store at the risk and cost of the PIA. If any such material
is found damaged/lost then the compensation shall also be recovered from the
PIA as per conditions in tender documents/bid.
6.41.3 The un-executed work shall be got executed through any other PIA/agency
approved in the Intercity city Routes or adjoining area or anywhere else in the
same state or other state by ITIL at the approved rates of that particular Intercity
Routes or to execute the work directly, as is convenient or expedient to the ITIL
at the risk and cost of the PIA. In such an event no compensation shall be
payable by the ITIL to the PIA towards any inconvenience/loss that he may be
subjected to as a result of such an action by the ITIL. In this regard the decision
of ITIL shall be final and binding. In all these cases, expenses which may be
incurred in excess of the sum which would have been paid to the original PIA if
the whole work had been executed by him shall be borne and paid by the
original PIA and shall be deducted from any money due to him by the ITIL
under the contract or his any other account whatsoever anywhere in the ITIL or
from a security deposit.
6.41.4 The certificate of the Designated Officer in-charge of work as to the value of
work done shall be final and conclusive against the PIA, provided always that
action shall only be taken after giving notice in writing to the PIA.
6.42 TERMINATION FOR INSOLVENCY:
34
The ITIL may at any time terminate the Contract by giving written notice to the PIA,
without any compensation to PIA, if the PIA becomes bankrupt or the level of
solvency declined as declared and shown at the time of bidding or otherwise
insolvent as declared by the competent court provided that such termination will not
prejudice or affect any right or action or remedy which has accrued or will accrue
thereafter to the ITIL. Such action may also be initiated on deterioration of financial
strength of the PIA as claimed during the bid process such as solvency and liquidity.
6.43 OPTIONAL TERMINATION BY ITIL (OTHER THAN DUE TO DEFAULT OF
THE PIA):
6.43.1 The ITIL may, at any time, at its option cancel and terminate this contract by a
written notice to the PIA, in which event the PIA shall be entitled to payment for
the work done up to the time of such cancellation.
6.43.2 In the event of the termination of the contract, the PIA shall forthwith clear the
site of all the PIA’s materials, machinery and equipment and hand over
possession of the work / operations concerned to the ITIL or as the ITIL may
direct.
6.43.3 The ITIL may, at its option, cancel or omit the execution of one or more items of
work under this contract or any part of such items without any compensation,
whatsoever, to the PIA.
6.43.4 The notice for rescission of contract to the PIA shall expressly state the precise
date and time from which the rescission would become effective. The following
safe guards shall be taken while issuing the final notice.
i. During the period of service of notice and its effectiveness, the PIA should
not be allowed to remove from the site any material/equipment belonging
to the ITIL.
ii. The PIA shall give in writing the tools and plants he would like to take
away/remove from the site. Such of the materials as belong to him and
which may not be required for future execution of balance work may be
allowed by the Designated Officer in-charge of work to be removed with
proper records.
iii. No new construction beneficial to the PIA shall be allowed.
iv. Adequate ITIL security arrangement in replacement of the PIA watch and
ward shall be made forthwith. Expenses on this account are recoverable
from the security deposit or any amount due to the PIA.
6.44 FORCE MAJEURE: 6.44.1 If any time, during the continuance of this contract, the performance in whole or
in part by either party or any obligation under this contract shall be prevented or
delayed by reason of any war, or hostility, acts of the public enemy, civil
commotion sabotage, fires, floods, explosions, epidemics, quarantine restrictions,
strikes, lockouts or act of God (Herein after referred to as events) provided notice
of happenings of any such eventuality is given by either party to the other within
21 days from the date of occurrence thereof, neither party shall by reason of such
event be entitled to terminate this contract nor shall either party have any such
claim for damages against the other in respect of such non-performance and work
under the contract shall be resumed as soon as practicable after such event may
35
come to an end or cease to exist, and the decision of the ITIL as to whether the
work has been so resumed or not shall be final and conclusive, provided further
that if the performance, in whole or part of any obligation under this contract is
prevented or delayed by reason of any such event for a period exceeding 60 days,
either party may, at his option terminate the contract.
6.44.2 Provided also that if the contract is terminated under this clause, the ITIL shall be
at liberty to take over from the PIA at a price to be fixed by the ITIL, which shall
be final, all unused, undamaged and acceptable materials, bought out components
and stores in the course of execution of the contract, in possession of the PIA at
the time of such termination of such portions thereof as the ITIL may deem fit
excepting such materials, bought out components and stores as the PIA may with
the concurrence of the ITIL select to retain.
6.45 ARBITRATION:
6.45.1 ARBITRATION (Applicable in case of supply orders/Contracts with firms,
other than Public Sector Enterprise) (Not applicable in cases valuing less than
Rs. 5 lakhs) Except as otherwise provided elsewhere in the contract, if any
dispute, difference, question or disagreement arises between the parties hereto or
their respective representatives or assignees, in connection with construction,
meaning, operation, effect, interpretation of the contract or breach thereof which
parties unable to settle mutually, the same shall be referred to Arbitration as
provided hereunder:
i. A party wishing to commence arbitration proceeding shall revoke Arbitration
Clause by giving 60 days’ notice to the designated officer of the other party.
The notice invoking arbitration shall specify all the points of disputes with
details of the amount claimed to be referred to arbitration at the time of
invocation of arbitration and not thereafter. If the claim is in foreign currency,
the claimant shall indicate its value in Indian Rupee for the purpose of
constitution of the arbitral tribunal.
ii. The number of the arbitrators and the appointing authority will be as under:
iii. Neither party shall appoint its serving employee as arbitrator.
Claim amount
(excluding claim for
counter claim, if any)
Number of
arbitrator
Appointing Authority
Above Rs. 5 lakhs to
Rs. 5 crores
Sole Arbitrator to
be appointed from
a panel of
arbitrators as may
be fixed by ITIL.
ITIL (Note: ITIL will forward a list containing names of
three arbitrators to the other party for selecting one
from the list who will be appointed as sole arbitrator
by ITIL)
Above Rs. 5 crores 3 Arbitrators One arbitrator by each party and the 3rd
arbitrator, who shall be the presiding arbitrator,
by the two arbitrators. ITIL will appoint its
arbitrator from its panel.
36
iv If any of the Arbitrators so appointed dies, resigns, becomes incapacitated or
withdraws for any reason from the proceedings, it shall be lawful for the concerned
party/arbitrators to appoint another person in his place in the same manner as
aforesaid. Such person shall proceed with the reference from the stage where his
predecessor had left it both parties’ consent for the same; otherwise, he shall
proceed de novo.
v. Parties agree that neither party shall be entitled for any pre-reference or pendente-lite
interest on its claims. Parties agree that any claim for such interest made by any party
shall be void.
vi. Unless otherwise decided by the parties, Fast Track procedure as prescribed in Section
29 B of the Arbitration Conciliation Act, 1996 and amended in 2015 for resolution of
all disputes shall be followed, where the claim amount is up to Rs. 5 crores.
vii. The Arbitration proceeding shall be held at Bengaluru.
viii. Subject to the aforesaid conditions, provisions of the Arbitration and Conciliation Act,
1996 amended in 2015 and any statutory modifications or re-enactment thereof shall
apply to the arbitration proceedings under this clause.
6.46 SET OFF:
Any sum of money due and payable to the supplier (including security deposit
refundable to him) under this contract may be appropriated by the purchaser or the ITIL
or any other person(s) contracting through the ITIL and set off the same against any
claim of the Purchaser or ITIL or such other person or person(s) for payment of a sum of
money arising out of this contract or under any other contract made by the supplier with
the Purchaser or ITIL or such other person(s) contracting through the ITIL. In case of set
off of the security deposit against any claim of the purchaser or ITIL or such other
person or person(s) for payment of a sum of money arising out of this contract or under
any other contract made by the supplier with the Purchaser or ITIL or such other
person(s) contracting through the ITIL, the GST on such set off will be borne by the
supplier. GST would not be liable on security deposit. But if supplier’s security deposit
is set off against any claim of the purchaser or ITIL or such other person or person(s) for
payment of a sum of money arising out of this contract or under any other contract made
by the supplier with the Purchaser or ITIL or such other person(s) contracting through
the ITIL, then GST would be levied on such amount as being set off”.
--- END OF SECTION-VI ---
37
SECTION VII : SPECIAL TECHNICAL CONDITIONS
Intercity Transport Fiber Rollout-Qty for 10 Kms length of HDD/Trenching
Sr. No
Scope UOM QTY Guiding Inputs
1
HDD with 4 duct
Mtrs 10000
- Intercity - Min 1.65 m for Normal Strata and 1.20 m for Hard Strata (from Natural Ground Level) - width of Trench 45 cm at top and 30 cm at bottom of trench. Width can vary to ensure ease of duct laying. - Hilly Terrain - Min 1.20 m for all types of strata
2
Utilities Damages (Water Pipe, Electric, Gas, Oher operator , any 3rd Party)
LS LS Partner to obtain permission from other UG Utility Operators ( If Required). Any damage done while execution to other operators or Customer should be restored immediately by Partners. In case any Demand raised by 3rd Party then Service Partner to provide NOC from 3rd party. In case Service partner damages the Customer network then execution partner to restore the network in its Original Condition or will compensate Customer as per meter rates agreed.
3
ROW Permission and also getting ROW NOC Post completion of works, SD and BG Recovery if any ( Joint Survey to be done before applying the permission in respective Authorities)
KM
1
Post Joint Route Survey partner to take the approval of Route length from customer planning team & then submit application as per the process laid by respective authorities, Co-ordinate with related authority/Official for DN and DD Payment, get Official Permission for the said Route. Note: DD Payment to the authority would be Paid by Customer.
4
Route Marker/Joint Marker/Splice Marker & Installation Mtrs 80
- At every 250 m and at Major Crossing, Major Trench Deviation or route diversion at both end. - 700 mm length of route marker shall be buried underground and 550 mm shall be exposed. - Route Marker/Joint Marker/Splice Marker different design given - 10 extra
5
Coupler Stone supply & installation Nos 70
- Coupler to be covered with Kaddapa /Red Stone/Farsi stone slab or Cast slab (Min 25 mm Thickness X 300 wide X 1000 mm length) extended at least 100 mm outside the Coupler Position on all sides.
38
6
Chamber Supply & Installation
Nos 30
- Joint Pit at every 4 Km, Loop Pit at every 2 Km and Single Loop pit in all Shelter/REG/tower. - Chamber-5qty + 15 nos shelter/reg/tower-15*2-30 = 45 I. Low Cost Pre-cast Concrete Conical Chamber(Small) -800mm (HH/Pull through) II. Pre-cast Concrete Conical Chamber(Medium) -1225mm (Splice Chamber) III. Pre-cast Concrete Conical Chamber(Large) -1950mm (For Multiple Cable Entry) IV. RCC cylindrical pipe Chamber V. Site-cast Concrete Chamber for West Region- 1200mm (Site Cast Chamber) -(5 chamerber + 20 chamber sites + 5 chamber = 30 chamber)
7
Earthing PIT
Nos 10
- 8km in intercity + @shelter/reg/tower - Copper rod 20mm Diameter and 0.5m long or 1Feet X 1 Feet Copper plate 3mm thick with Copper Wire/strip brazed to plate - Good quality of Charcoal and salt at a min. 2.5m depth and 600mm Diameter. - Resistance in normal soil shall be less than 1 ohm and in rock should be less than 2 ohm. -assumed 50% of 20 sites
8 Nylon Rope with Pulling Charges
Mtrs 30000 "if asked" writen in RFP
9 FDMS installation
Nos 10 To be confirm during survey;dependent on sites. -assumed 50% of 20 sites
10
Supply & Installation 100mm GI Pipe for REG/Tower/Shelter
Mtrs 20 100mm GI Pipe 3 Mtrs for approx 20 shelter/reg/tower
11 Cable Pulling/Blowing
Mtrs 11000 To be carried out by OSP Partner.
12
Project Management Cost
Mtr 10000
1. ROW liasoinig 2. Man Power (supervisor, backoffice, project manager etc) 3. ABD drawing, Transportation, Warehouse
13 Splicing Nos 2400 lump sum (10* 192 splice + 96*5)
14 Duct Integration Test
Mtrs 40000 Will apply for all Spare ducts by passing Shuttle.
15
GPR Survey for Under ground Utility Identification
Mtrs 10000 To be carried out by OSP Partner.
16 Endplug/Sand Plug/Couplers Nos 400 lump sum (5*8, 70*4, extra)
-------------- END OF SECTION-VII------------
39
SECTION VIII: SPECIAL CONDITIONS OF CONTRACT
8.0 GENERAL:
8.0.1 The work shall be accepted only after Acceptance Testing carried out by ITIL team,
designated by the ITIL, as per prescribed schedule and work/material passing the test
successfully.
8.0.2 The ITIL reserves the right to disqualify such bidders who have a record of not meeting
contractual obligations against earlier contracts entered into with the ITIL.
8.0.3 The ITIL reserves the right to black list a bidder for a suitable period in case he fails to
honor his bid or submits false certificates or false bank instruments to defraud ITIL and to
faulter ITIL’s bidding process. Such black listing or disqualification order would be for a
minimum period of one year and maximum for three years.
8.0.4 No consortium partner can be common to the bids in the same Intercity Routes.
8.0.5 The ITIL reserves the right to counter offer price(s) against price(s) quoted by any
bidder.
8.0.6 Any clarification issued by ITIL, in response to query raised by prospective bidders
shall form an integral part of bid documents and it may amount to amendment of relevant
clauses of the bid documents.
8.0.7 Tender will be evaluated as a single package of all the items given in the price schedule.
8.0.8 All work to be executed under the contract shall be executed under the direction and
subject to the approval in all respects of the Designated Officer or Site Engineer in-charge of
work site who shall be entitled to direct at what point or points and what manner they are to
be commenced.
8.0.9 The work in each City section or state to be executed by ITIL may be split up between
two or more PIAs or accept any bid in part and not entirety if considered expedient by ITIL
management.
8.0.10 If the PIA shall desire an extension of time for completion of the work on the grounds
of unavoidable hindrance in execution of work or any other ground, he shall apply in writing
to the Designated Officer on the same day of occurrence of hindrance on account of which
he desires such extension as aforesaid. In this regard the decision of ITIL shall be final.
8.0.11 If at any time after the commencement of the work, the ITIL may feel that execution
of hole or part of work, as specified in the tender is not required to be carried out, then the
ITIL shall give notice in writing of the fact to the PIA who shall have no claim to any
payment of compensation whatsoever on account of any profit or advantage which he might
have derived in consequence of the full amount of the work not having been carried out
neither shall he have any claim for compensation by reason of any alterations having been
made in the original specifications, drawings, designs and instructions which shall involve
any curtailment of the work as originally contemplated.
8.0.12 After the work commences the PIA or his authorized representative(s) shall be present
at the site. The representative shall be authorized by the Designated Officer in-charge based
on the PIA’s request.
8.0.13 Work shall be recorded in the site register by the site Engineer. The PIA or his
authorized representative shall sign in the site register held by the site Engineer.
8.0.14 Due to underground utilities, if the manhole cannot be constructed at the site shown,
the decision of the site engineer shall be final and binding on the PIA. If it is decided to shift
the manhole within the neighborhood, the PIA shall construct at the place shown by the site
engineer.
40
8.0.15 The Right of Way (RoW) shall be obtained by the successful PIA on behalf of the
Customer,including various permissions from authorities like water, power, utilities, traffic
police before start of execution of work. The RoW charges shall be paid by the
Customer/ITIL. The work shall be carried out as per terms and conditions and timelines
mentioned in the RoW permission. The PIA shall deploy adequate men and machine so as to
complete the work within permitted time.
8.0.16 If the work is not progressing as per the schedule, the work may be either restricted or
terminated. After the ducts are laid by either Open trenching method or by HDD, the duct
integrity test shall be carried out immediately on the same day or by next day to facilitate the
PIA to ] commence the manhole work. If any one or more number of ducts is found to fail
the duct integrity test, additional laying/HDD of pipe/s shall be carried out by the PIA at no
extra cost. The cost of the damaged pipe(s) shall be recovered from the PIA with overhead
charges if incurred.
8.0.17 The fact that the PIA is working simultaneously in one or more sections in the same
Division/other Divisions, will not absolve him from the responsibility of completing the
work in time.
8.1 QUALITY OF WORK:
The ITIL shall be the final judge of the quality of the work and the satisfaction of the ITIL in
respect thereof set forth in the contract documents. Laxity or failure to enforce compliance
with the contract documents by the ITIL and / or its representative shall not manifest a
change or intent of waiver, the intention being that, notwithstanding the same, the PIA shall
be and remain responsible for complete and proper compliance with the contract documents
and the specification therein. The representative of Tender Issuing Authority has the right to
prohibit the use of men and any tools, materials and equipment which in his opinion do not
produce work or performance to meet the requirement of the contract documents.
8.2 PAYMENT: All items of work involved in the work order shall be completed in all respects before preparing the
bills for the work against the work order. The procedure for payment of bills is enumerated as under
which shall however be done on receipt of respective payments from the end customer.:
i) 70% Payment release on route completion and final AT clearance along with ROW
permission, within 45 days or payment received from end customer. ii) 10% on reconciliation of material in 45 days or payment received from end customer. iii) 10 % payment within 45 days or payment received from end customer, on refund of
security deposit/release of Bank Guarantee from RoW authorities
iv) 10% retention for one year from the date of final AT towards no defect liability.
8.3 TAXES AND DUTIES: PIA shall pay all rates, levies, fees royalties, taxes and duties payable or arising from out of,
by virtue of or in connection with and/or incidental to the contract or any of the obligations
of the parties in terms of the contract documents and / or in respect of the works or
operations or any part thereof to be performed by the PIA and the PIA shall indemnify and
keep indemnified the ITIL from and against the same or any default by the PIA in the
payment thereof. However, service tax (GST) shall be paid extra by ITIL as applicable.
8.4 AWARD OF CONTRACT & DISTRIBUTION OF WORK:
41
8.4.1 The ITIL shall consider area wise/City wise award of contract to L-1 bidder whose offer has
been found technically, commercially and financially acceptable. The L-1 bidder is one whose
overall quote is the lowest for the quoted City or State(s) or Designated area of the State(s).
However, the competitiveness and genuineness of L-1 rates shall be an underlined criterion
before acceptance of such rates.
8.4.2 If more than one bidder is found technically and commercially eligible for any Intercity
Routes, ITIL may consider award of work to more than one bidder in an area or city at the L-1
rates to expedite the pace of project completion.
8.4.3 In case of award of work to more than one bidder in the same area or city efforts shall be made
to award higher portion of work to the bidders better in price bid ranking i.e. lower the quote
better the volume. (The General Criteria between L1,L2, and L3 shall be: 60:40 in case of
choosing lowest two bidders; 50:30:20 in case of choosing lowest three bidders). However,
the Tender being for a service and not for the supplies, the exact ratio of work and choice of
area may not be met despite of all efforts. Accordingly, no PIA shall have any right to claim
on Jurisdiction or Quantum of work.
8.4.4 Should there be an eventuality that the pace of progress is not coming from the
deployed PIA(s) in any of the Intercity Routes and the LDs are mounting towards
outer limits, ITIL shall resort to awarding the whole or part of such work to alternate
PIA at Risk & Cost which may be chosen from amongst the bidders who were
technically qualified in the process of this very tender for the Intercity Routes under
consideration or for any other Intercity Routes by inviting separate competitive
financial bids for such pending work from such interested companies. Cost escalation
if happens in this process, shall be recoverable from the faltering PIA(s) of such
Intercity Routes.
IN CASE OF ANY CONFLICT BETWEEN GENERAL COMMERCIAL CONDTIONS
AND SPECIAL CONDITIONS OF CONTRACT, LATTER SHALL PREVAIL.
----- END OF SECTION VIII ----
42
SECTION IX: DETAILED SCOPE OF WORK
The scope of the work has been defined in Tender and explained further as below-
9.0 DETAILED SCOPE OF WORK
1.1
Project Methodology: The PIA shall act as a single agency to organize and manage the assigned creation of fiber distribution network, which includes Survey, follow-up for swift RoW permission, Installation, Commissioning, Handover of end to end connectivity of Intercity Optical Fibre Network as per Tender construction guidelines ( as per Annexure-I) followed with NoC from RoW agencies.
1.2
Fiber Network Rollout Arrangements: - The PIA shall provide complete details of route with GIS details and material requirements (Duct, Fiber, Chamber) in a layout plan after making a site survey. The PIA shall execute Works/Project and Cabling as per the layout plan, which will be approved by Tender Authority for given routes.
1.3
Resources Deployment: The PIA shall prepare and submit the Project Plan, work plan and implementation schedule with list of equipment and personnel to be deployed on field for execution of works for approval of Tender Authority.
1.4 Safety: The PIA shall carry out all the activities (HDD, Open trenching, Chamber fitting etc) as per the safety guidelines, with safety standards and norms defined by relevant statutory authorities.
1.5
Reporting: - Detailed report is required to be submitted for the work under progress and work completed on daily, weekly and monthly basis. The PIA shall put in place the system of onsite progress reporting by the Men at site with the help of Project Management Tool and Mobile Apps so as to help ITIL to monitor progress and pace of work continuously. The system and method of reporting also needs to be as agreed and accepted by the customer and ITIL appointed Project Management Agency (PMA), if any.
1.6 Documents: - The PIA shall provide two set of documents and manuals (hard copy, soft copy) for end to end optical fiber route as per FAT reports format shared by tender authority.
9.1 PRESENTATION ON “APPROACH AND METHODOLOGY” OF EXECUTION:
9.1.1 Soon after opening of the Tender the bidder needs to be ready to give a presentation
exhibiting how and with which methodology it plans to meet the objectives of this
tender before the Tender Evaluation Committee (TEC) who will consider the
Technical Suitability of the submitted bids based on such presentation also along with
other essential eligibility conditions. Amongst other things the presentation must
contain:
Method and tools of Survey of routes.
43
The management to arrange and follow-up RoW permissions.
The details of mechanized tools and implements available with the bidder to fast execute
the OFC Laying work.
The logistics and man power resources available in the City/State bid for and planned to
be deployed for the execution once the work is awarded.
The time taken to start the work once LoI is awarded.
The methodology to monitor the progress of work.
The Material and inventory management with arrangements of safety and security of
material and work under progress.
The arrangements and precautions to ensure safety of Men at work and Property &
People around the sites of work.
The Measures to ensure timely delivery and completion of work.
Any other aspects it may like to present before the Tender Evaluation Committee.
An advance copy of this presentation if submitted in advance, with the bid shall be appreciated.
9.2 QUANTUM OF WORK:
9.2.1 The area wise, estimated quantity of work is as below:
Sl.No. Section Name Total Length(Kms)
1 Raigarh - MP Border 63
2 Dharmagarh-Atigaon-Borda 79
3 Belgaon-Mohangiri-Sonapur 150
4 Umarkote-Phatki-Behera 90
5 Khariar Road -Dava-Dungrapali (MP Border)
65
Note: Any query regarding the above routes Bidder may contact
Sri. Shatadal Sethy, Chief Manager, Contact No: 9337892230
9.2.2 The volume of work is purely based on rough estimation as provided by the end customer
and liableto vary on the scale of volume over period.
9.2.3 Volume Variation: 100% Escalation of work shall be allowed at the rates finalized through
this Tender within a period of one year as per the business need and volition of ITIL.
9.3 GENERAL CONSTRUCTION PRACTICES
9.3.1 Field survey shall be conducted first by the selected agency for the implementation of
the project after obtaining the RoW for assigned fiber route. Considering existing
ground utilities and terrain conditions a detailed layout plan shall be submitted for
ITIL/customer’s acceptance. Survey plan should have detail drawings, GIS
information based, route map in KMZ/KML and in given formats. Once route plan is
verified and approved, PIA has to coordinate and pursue with the relevant departments
of government or concerned authority or local authority for ROW / Pole permission
for creation of distribution fiber network. PIA needs to do required documentation for
ROW application. PIA will be responsible for getting ROW/pole permission
(wherever required) in time, to match delivery timelines. The request letters shall be
44
prepared in favour of the concerned RoW granting authorities on behalf of the
customer with and without references of ITIL and PIA as instructed by site in charge
or by way of general instructions in this regard. ROW charges, payable to the RoW
granting authorities against their invoice/demand letter, shall be borne by the end
customer.
9.3.2 Intercity OFC network route will be created between the cities for Intercity Transport
Fiber Rollout network. Activities will include but not limited to survey of routes,
deployment of HDD machine, open trenching, Manhole/Chamber fixing, coupler
fixing, OFC pulling in duct fiber laying with accessories as per Tender construction
guidelines. Method of Implementation HDD method or Open trench method shall be
negotiable with ITIL or the end customer’s representative, whose decision shall
prevail in case of any conflict.
9.3.3 Survey, installation, commissioning and testing of Optical Fiber Cable (OFC) network
for the Intercity Routes for connecting given links respectively. Implementation of
Optical fiber cable network with HDD method or Open trench method will be shared
by work awarding authority prior to assigning of works.
9.3.4 The work which shall be carried out as per the Construction Specifications contained
in this Tender document. In case of any doubt or conflict, Engineering Instructions
and specifications annexed shall generally be referred.
9.3.5 PIA shall lay 4 numbers of supplied 40mm HDPE pipes. PIA shall pull through Nylon
rope in spare 40 mm HDPE pipes and tied properly at both the ends using End plug as
per Tender construction guidelines.
9.3.6 All Material for creation of OFC network will be supplied by the Customer from it’s
designated store/warehouse in the Circle, except jointing chamber or as specifically
mentioned in the scope of PIA. Transportation from Customer’s/ITIL’s
store/warehouse to site and local storage at near site with insurance will be the PIA’s
responsibility.
9.3.7 The Optical Fibre Cable is to be laid through PLB Pipes buried at a nominal depth of
165 cms in case of HDD or Open Trenching(from top of HDPE). The steps involved
in OF Cable construction are as under:
9.3.8 Excavation or HDD of trench up to a nominal depth so as to lay the HDPE pipe at the
specified depth, according to Construction specifications and as mentioned in the
tender.
9.3.9 Laying of PLB pipes/coils coupled by PLB sockets in excavated trenches, drawing of
6 mm Polypropylene para pro rope (P.P.rope) through the PLB pipe ends at every
manhole by PLB end caps of suitable size.
9.3.10 Providing of mechanical protection by RCC Pipes/GI pipes and/or
concreting/chambering according to construction specifications, wherever more
strengthening required such as on bridges, culverts and points of shallow depth.
45
9.3.11 Fixing of GI pipes/troughs with clamps at culverts/bridges and/or chambering or
concreting of GI Pipes/troughs, wherever necessary.
9.3.12 Back filling and dressing of the excavated trenches according to construction
specifications.
9.3.13 Opening of manholes (as per specifications), replacing existing 6mm PP ropes by
8mm PP rope (from manhole to manhole) for ensuring smooth passage for pulling the
cable. Pulling of Optical Fibre Cable with proper tools and accessories as per
construction specifications. Sealing of both ends of the manholes by hard rubber bush
of suitable size to avoid entry of rodents into the PLB pipes, putting split PLB pipes
over cable in the manhole to protect the bare cable in the pulling manhole. Back filling
and dressing of manholes.
9.3.14 Digging of pit of size 2 meter x 2 meter x 1.8 meter (depth) for construction of
jointing chamber at approximately every two kilometers of internal size of 1.5 meter x
1.5 meter x 1.2 meter using bricks and mortar or fixing pre-cast jointing chamber of
internal diameter of 1.2 meter and minimum height of 0.3 meter or as per specific
design and dimensions of specifications, filling of jointing chamber with clean sand,
placing either pre-cast RCC cover or stone of suitable size on jointing chamber to
protect the joint and back filling of jointing chamber with excavated soil.
9.3.15 Digging of pits 1 meter towards jungle/Hill Side/Build Area side at every manhole and
jointing chamber, concreting and back filling of pits, as per construction
specifications.
9.3.16 Documentation: On completion the work needs to be made over with As Build
Diagram.
9.3.17 For understanding Execution of the project in detail, bidder is advised to go through
the Construction Specification & Guidelines as annexed.
----- END OF SECTION IX ----
46
SECTION-X: LIST OF DOCUMENTS TO BE SUBMITTED AS A PART OF THE
BID
Check list of documents/information to be submitted with the bid:
a. Bidder’s Profile.
b. Certificates of Incorporation.
c. Memorandum & Articles of Association.
d. Audited financial statements for the last 3 years. (2017-18, 2018-19 & 2019-20) and CA
certificate in case of Unaudited report of 2019-20 with an undertaking to submit the audited
report, soon it is available.
e. Certificate from Statutory Auditor/CA specifying the Annual Turnover from Telecom
Infrastructure services during last three years (2017-20).
f. EMD (for a Value as indicated in Table-I) in the form of DD or BG valid for 90 days from a Nationalized / Scheduled bank as per format at Annexure-II (in case of EMD being in BG
form)
g. Experience Certificates: Work Order / Agreements of the Project along with completion
certificates clearly highlighting Scope of the Work (SOW), Bill of Material (BOM), cost of
the Project(s) with specific mention of the cost towards OFC laying (Underground)
separately) and FTTH projects. The experience as required to meet eligibility conditions
during the last 5 years only (period ending 31st March 2020), shall be considered.
h. Net Worth Certificate for the last 3 years (2017-20).
i. Liquidity certificate from the banker for the minimum amount as mentioned at Table-I
j. GST Registration Certificate.
k. Copy of PAN Card.
l. CIN (Corporate Identity Number).
m. Self-declaration in Annexure-VI. non barring from business on account of blacklisting etc.
n. Authorization letter in the company letterhead authorizing the person signing the bid for
this Tender and Power of Attorney (POA).
o. Clause by clause compliance to all the terms and conditions.
p. Undertaking in letter head to indemnify ITI from any claims / penalties / statutory charges,
liquidated damages, with legal expenses etc.
q. NDA (Non-Disclosure Agreement) as per Annexure-IV
r. List with Routes/Location and details of Customer and Agencies with self-certification of follow-up and obtaining the RoW for and on behalf of the customer.
s. Pre-Contract Integrity Pact Annexure –V
47
Note:
ITIL or its nominee reserves the right to cross check / validate the authenticity of the documents
submitted and the information provided in the Pre-qualification and Eligibility criteria. The
requisite support to prove the claims must be provided by the Bidder failing which the supporting
document shall be taken as not proved followed with attached consequences of false claim.
----- END OF SECTION X ----
t. Consortium Agreement and irrevocable undertaking in case of bid by a consortium as per
Annexure-VII
u. A detailed exhibit on the “Approach and Methodology”, bidder proposes to adopt if the
project is awarded to it, refer Section IX Clause 2.
v. List of Tools & Implements owned by the bidder such as JCB, HDD M/Cs, Splicing Machines etc.
w Self-certified list of Employees with EPF & ESI Details.
x An undertaking to submit PBG along with LOI acceptance for 5 % of the order value valid for 24 months, extendable further as per requirement of the project
y In case of consortium, all the information asked above is needed for both partners.
z All other docs as mentioned in this Tender elsewhere.
48
ANNEXURE-I
Technical Specifications
Sl.
No. Specification Remarks
1 Services & Material_ Per Unit Qty Annexure-I/A
2 SLA_Deployment Speed Annexure-I/B
4 Construction Specs & Guidelines Annexure-I/C
6 Specs_Joint Chamber Annexure- I/D
49
Annexure-I/A SERVICES & QUANTITIES (BoQ)
Intercity Transport Fiber Rollout-Qty for 10 Kms length of HDD
Sr. No
Scope UOM QTY Guiding Inputs
1
HDD with 4 duct
Mtrs 10000
- Intercity - Min 1.65 m for Normal Strata and 1.20 m for Hard Strata (from Natural Ground Level) - width of Trench 45 cm at top and 30 cm at bottom of trench. Width can vary to ensure ease of duct laying. - Hilly Terrain - Min 1.20 m for all types of strata
2
Utilities Damages (Water Pipe, Electric, Gas, Oher operator , any 3rd Party)
LS LS Partner to obtain permission from other UG Utility Operators ( If Required). Any damage done while execution to other operators or Customer should be restored immediately by Partners. In case any Demand raised by 3rd Party then Service Partner to provide NOC from 3rd party. In case Service partner damages the Customer network then execution partner to restore the network in its Original Condition or will compensate Customer as per meter rates agreed.
3
ROW Permission and also getting ROW NOC Post completion of works, SD and BG Recovery if any ( Joint Survey to be done before applying the permission in respective Authorities)
KM
1
Post Joint Route Survey partner to take the approval of Route length from customer planning team & then submit application as per the process laid by respective authorities, Co-ordinate with related authority/Official for DN and DD Payment, get Official Permission for the said Route. Note: DD Payment to the authority would be Paid by Customer.
4
Route Marker/Joint Marker/Splice Marker & Installation Mtrs 80
- At every 250 m and at Major Crossing, Major Trench Deviation or route diversion at both end. - 700 mm length of route marker shall be buried underground and 550 mm shall be exposed. - Route Marker/Joint Marker/Splice Marker different design given - 10 extra
5
Coupler Stone supply & installation Nos 70
- Coupler to be covered with Kaddapa /Red Stone/Farsi stone slab or Cast slab (Min 25 mm Thickness X 300 wide X 1000 mm length) extended at least 100 mm outside the Coupler Position on all sides.
50
6
Chamber Supply & Installation
Nos 30
- Joint Pit at every 4 Km, Loop Pit at every 2 Km and Single Loop pit in all Shelter/REG/tower. - Chamber-5qty + 15 nos shelter/reg/tower-15*2-30 = 45 I. Low Cost Pre-cast Concrete Conical Chamber(Small) -800mm (HH/Pull through) II. Pre-cast Concrete Conical Chamber(Medium) -1225mm (Splice Chamber) III. Pre-cast Concrete Conical Chamber(Large) -1950mm (For Multiple Cable Entry) IV. RCC cylindrical pipe Chamber V. Site-cast Concrete Chamber for West Region- 1200mm (Site Cast Chamber) -(5 chamerber + 20 chamber sites + 5 chamber = 30 chamber)
7
Earthing PIT
Nos 10
- 8km in intercity + @shelter/reg/tower - Copper rod 20mm Diameter and 0.5m long or 1Feet X 1 Feet Copper plate 3mm thick with Copper Wire/strip brazed to plate - Good quality of Charcoal and salt at a min. 2.5m depth and 600mm Diameter. - Resistance in normal soil shall be less than 1 ohm and in rock should be less than 2 ohm. -assumed 50% of 20 sites
8 Nylon Rope with Pulling Charges
Mtrs 30000 "if asked" writen in RFP
9 FDMS installation
Nos 10 To be confirm during survey;dependent on sites. -assumed 50% of 20 sites
10
Supply & Installation 100mm GI Pipe for REG/Tower/Shelter
Mtrs 20 100mm GI Pipe 3 Mtrs for approx 20 shelter/reg/tower
11 Cable Pulling/Blowing
Mtrs 11000 To be carried out by OSP Partner.
12
Project Management Cost
Mtr 10000
1. ROW liasoinig 2. Man Power (supervisor, backoffice, project manager etc) 3. ABD drawing, Transportation, Warehouse
13 Splicing Nos 2400 lump sum (10* 192 splice + 96*5)
14 Duct Integration Test
Mtrs 40000 Will apply for all Spare ducts by passing Shuttle.
15
GPR Survey for Under ground Utility Identification
Mtrs 10000 To be carried out by OSP Partner.
16 Endplug/Sand Plug/Couplers Nos 400 lump sum (5*8, 70*4, extra)
51
Annexure-I/B
Fiber rollout delivery timelines
S.no
Km Scope
Scope
in
Meter
Timelines Penalty Clause In case of delayed on top of
Over-all TAT
Orrissa
(In Days)
No
Penalty
6- 30
days
31 to 60
days
> 60
Days
1 <= 5 Km 5000 65
TAT +5
days
5% of total Route Value.
7.5% of total
Route Value.
10% of total Route
Value. 2 >5-10 Km 10000 70
3 > 10 -60 Km 60000 110
Note - Delivery Timelines will start from the date of Issuance of LOI/PO (As mentioned in above table)
1. Routes having length> 60 km, delivery Timeline will be applicable in multiple of 60 KM
sections (up to 5 sections of 60 KM /300 KMs) where executions will happen in parallel. Max
delivery Time up to 300 Km will be 110 days for rest of Orrissa irrespective of route KMs .
2. Routes > 300 km & Upto-600 Km additional 40 days will be given for delivery. Executions will
happen in parallel in multiple of 60 KMs sections. Max timeline up to 600 Km will not exceed
more than 150 days for rest of Orrissa irrespective of route KMs.
3. Routes > 600 km & Upto-1000 Km additional 50 days will be given for delivery. Executions
will happen in parallel in multiple of 60 KMs sections. Max timeline up to 1000 Km will not
exceed more than 200 days for rest of Orrissa irrespective of route KMs .
4. Routes > 1000 Km, max timelines will not exceed more than 200 days for rest of rest of Orrissa
irrespective of route KMs.
52
Annexure-I/C
Construction Specification & Guidelines TABLE OF CONTENTS
1 INTRODUCTION .........................................................................................................................................
2 ACRONYMS AND TERMS ..........................................................................................................................
3 FIBER DEPLOYMENT OSP CONSTRUCTION SPECIFICATIONS ....................................................................
4 FIBER EXECUTION GUIDELINES .....................................................................................................................
PRELIMINARY SURVEY .............................................................................................................................................
GENERAL INSTRUCTIONS ........................................................................................................................................
BRIEF DESCRIPTION OF WORK ......................................................................................................................
LOCATION AND ALLIGNMENT OF TRENCH ....................................................................................................
PRECAUTIONS TO BE TAKEN WHILE TRENCHING ........................................................................................
DUCT LAYING ....................................................................................................................................................
DUCT INTEGRATION TEST (DIT) .....................................................................................................................
CABLE BLOWING .......................................................................................................................................................
BACK FILLING ............................................................................................................................................................
5 BRIDGE / CULVERT CROSSING ........................................................................................................
6 ROAD AND RAILWAY CROSSING ............................................................................................................
7 SPECIFICATIONS FOR CONCRETING .............................................................................................................
8 EARTHING .........................................................................................................................................................
9 HORIZONTAL DIRECTIONAL DRILLING (HDD) ........................................................................................
10 MICRO TRENCHING ..................................................................................................................................
11 AERIAL CABLING ...............................................................................................................................................
12 SPLICING AND JOINT CLOSURE......................................................................................................................
13 TERMINATION AT MSU/RSU/ADM AND REG SITE ..................................................................................
14 JOINT PIT / LOOP PIT CHAMBER .......................................................................................................
15 ROUTE AND JOINT MARKERS .........................................................................................................................
16 STONE/ RCC SLAB PROTECTION ..............................................................................................................
17 RECORD KEEPING ....................................................................................................................................................
18 DAILY REPORT ..................................................................................................................................................
19 CIVIL AND OPTICAL ACCEPTANCE TESTING (AT) .........................................................................................
53
1 ANNEXURE – 1: ROUTE MARKERS..................................................................................................................
2 ANNEXURE – 2: CLOSURE CLAMP ..................................................................................................................
3 ANNEXURE – 3: JOINT PIT ................................................................................................................................
4 ANNEXURE – 4: EARTH PIT SPECIFICATION ..................................................................................................
5 ANNEXURE – 5: MATERIAL SPECIFICATIONS ................................................................................................
6 ANNEXURE – 6: CONCRETE CHAMBER FOR OFC LOOP ...............................................................................
7 ANNEXURE – 7: ELECTRONIC ROUTE MARKER ............................................................................................
8 ANNEXURE – 8: SAMPLE SLD, ABD & KML FILE TEMPLATE ...........................................................................
54
1 INTRODUCTION
This process document defines the scope of OSP (Outside Plant) execution and guidelines for Fiber rollout.
2 ACRONYMS AND TERMS
The following acronyms have been used in this process:
DWC - Double Walled Corrugated
PCC - Plain Cement Concrete
OTDR- Optical Time Domain Reflectometer
LSPM- Laser Source Power Meter
AT - Acceptance Testing
RM- Route Markers
JP - Joint Pit
LP- Loop Pit
NMS- Network Management System
MH- Manhole
HH- Handhole
NGL- Natural Ground Level
WO- Work Order
PO- Purchase Requisition
UG- Under Ground
HOTO- Handover Takeover
SPOF- Single Point Of Failure
IBD- In Building
ROW - Right Of Way
OFC- Optical Fiber Cable
IRU - Intercircle Revenue Usage
DOA- Delegation Of Authority
CFDH- Circle Fiber Deployment Head
CFOH- Circle Fiber Operation Head
RFDH- Regional Fiber Deployment Head
RFOH- Regional Fiber Operation Head
55
3 FIBER DEPLOYMENT OSP CONSTRUCTION SPECIFICATIONS
S.NO. Item /
Measure
Intercity /Intracity
Specification /Target Value
1
Trench
Depth
OPEN TRENCH / HDD (Horizontal Directional Drilling)
Intercity - Min 1.65 m for Normal Strata and 1.20 m for Hard Strata (from Natural Ground Level)
Intracity - Min 1.0 m for (7 Top cities* + **Capital cities) and 1.2 m **(for rest of the cities) all types of Strata;
Hilly Terrain - Min 1.20 m for all types of strata.
Sharp and 90 degrees bend are not acceptable in trenching/ ducting.
Specific to HDD
HDD entry and exit pits should be Min. 1.65m (Intercity) and Min 1.20m (Intracity).
HDD allowed till Min 1.20 m depth in case of NH/SH/End to End CC/BT Road where Authorities has restricted and given in writing.
Approvals prior to execution of work as per the defined deviation process .If depth not meeting as per defined specifications and deviations, then Penalty clause will be applicable.
Prefer Open trench method in < 1.0 m and < 1.20 m depth in respective cities with specified protection, else Penalty clause will be applicable for Protection cost recovery, except for those cases where ROW permission is given in writing for HDD.
*NCR, Mumbai, Pune, Hyderabad, Bangalore, Chennai and Kolkata.
** List attached
2 Trench
width
45 cm at top and 30 cm at bottom of trench. Width can vary to ensure ease of duct laying.
3
Duct laying
Duct to be laid as per Duct Guidelines (FF/PLG/Duct) and No. of duct to be laid as specified in PO; in case it is not specified, 2 Ducts (Orange and Green) to be laid.
Specification for Crossings – 3 Ducts to be laid as standard procedure.
Duct Color to be followed OR, GR, BL and if Route already have 4 Ducts then 4th Duct to be Grey in color.
Duct Laying should meet 20*D (Duct Dia) bending Radius.
4
Stone Slab
at Built up
area /
Coupler
Location
Stone slab (Min 25 mm Thickness X 300 mm width X 500mm lengths) to be installed at built up area /heavy habitat area/ places where PCC not possible due to UG utility.
Coupler to be covered with Kaddapa /Red Stone/Farsi stone slab or Cast slab (Min 25 mm Thickness X 300 wide X 1000 mm length) extended at least 100 mm outside the Coupler Position on all sides.
All coupler points locations should be captured in ABDs.
Stone slab to be laid after 1ft backfilling then perform complete backfilling and mark Position on ABD. (+/- 25% tolerance acceptable only in width and Length in Stone slab.)
5
Joint Pit /
Loop Pit /
Splice
Chamber
INTERCITY-
Joint Pit at every 4 Km, Loop Pit at every 2 Km and Single Loop pit in all Shelter/REG/tower.
On route, wherever BTS/Customer sites falls, make provision of installing the Loop pit, if it is captured in the Preliminary survey.
56
S.NO.
Item /
Measure
Intercity /Intracity
Specification /Target Value
Cylindrical RCC Chambers with top Lid at 1.0 m depth (Normal strata) from Natural Ground Level (NGL) (+/- 20cm tolerance acceptable).
(750 mm Height, 900 mm diameter (internal) and 50 mm thickness made by RCC with 8 mm steel reinforcement, with 10 cm spacing center to center in both directions the test should qualify NDT (Non Destructive test).
Lid to be marked/embossed as “CUSTOMER OFC”
Wherever specified depth of the Lid not achievable, for such location alternate type: Conical Chamber in (Annexure 6) or Cast & Setu, and Brick Chamber (as per specified dimension) can be used to avoid Penalty.
Intracity-
Joint Pit – At every 4 Km or as per OFC length but not less than 2 Km (or as per supplied material)
Loop Pit –At Every 0.250 Km to .5km depend on feasibility.(Min. 04 to Max.07 nos/km depending on business buildings as per PO)
Splice Chamber/Loop/Joint Pit to be installed with top Lid at 0.5m depth from Natural ground level (NGL) in spun pipe type chamber.
At HDD locations chamber to be installed at Min.1.2m depth from NGL (If entry/exit pit depth less) in spun pipe or lid depth should be >0.5m form NGL
Lid to be marked/embossed as “CUSTOMER OFC”
Loop of 15 m - 20 m to be placed in Loop Chamber.
Loop of 15 m – 20 m in Splice chamber from both ends.
Conical /Precast Splice Chamber/Loop/Joint Pit can be installed at “Zero” lid depth from NGL (cast as per Annex 6 Intracity Specifications)
Lid Depth must be measured from natural ground level (NGL) and not from the crown level. Crowning is to be done after reaching ground level.
Brick chamber is also acceptable in some special case where UG and space constraint then 600mm(W)*800mm(L)*600mm(D) double brick wall (English Masonry) with inside wall 1:3 plaster and Lid to be rest on G.I angle frame which is to be fixed in wall during masonry work and angle size 1.5 *1.5 inch with min 2mm thick.
Hilly Area (Intercity) :-
Loop Pit – At Every 1 Km and Single Chamber in all Shelter/REG/tower.
Cylindrical RCC Chambers with top Lid at 0.5 m depth from Natural Ground Level (NGL).
Brick chamber is also acceptable in some special case where UG and space constraint then 600mm(W)*800mm(L)*600mm(D) double brick wall (English Masonry) with inside wall 1:3 plaster and Lid to be rest on G.I angle frame which is to be fixed in wall during masonry work and angle size 1.5 *1.5 inch with min 2mm thick.
6
GI Pipe for
protection
and in
building
work
As per IS-1239, preferable 100 mm GI –B Class to be used. Diameter 40/50/75 mm also acceptable if there is any constraint to use 100mm GI, but should be in writing (Owner/ ROW/ Space issue etc.)
Class B (GI pipe should be at least 3 m height from NGL in in building work) where Building height is more than 1 floor. Then after 3 m, 50 mm GI pipe (Flexible GI in sharp bend) to be used.
7 DWC duct
for
As per IS-14930, Diameter 117/100 mm, certified by CIPET or equivalent certified Govt.
agency) or from approved vendor by Transport Planning of Customer Customer.
57
S.NO.
Item /
Measure
Intercity /Intracity
Specification /Target Value
Protection
8
Clamps to
Hold
GI/DWC
GI Clamps with Fischer Bolts; 6mm Thick X 30mm Wide, Max. Spacing 1.5 m.
Fischer make M12 FBN 12/15+35 with Art Nr 45.147 Anchor bolt.
9 Duct
Lengths
Recommended in multiples of 500 m (0.5 Km) for open trench and Multiples of 100/200 m for HDD and Multiples of 100/200 m Open trench in Intra city.
10
DIT
DIT applicable for all lengths (in single stretch / connectivity) > 4 km.
100% Length to be tested with 5 Kg/cm2 pressure for all duct.
Pressure fall should not be > 50% in 1 Hour.
DIT test to be carried out during blowing if Deployment team offer for test intimate well before to NQ (3 days before) as agreed, otherwise test to be arranged at the time of AT. Min 4kms duct to be tested in every 50Kms route randomly.
<4 Km length coupler integrity to be test during AT by consecutive 3 coupler check or pathon /duct rod randomly.
11
Concrete
for
Protection
Block PCC 1:2:4 (1 cement: 2 coarse sand: 4 coarse aggregate of 20mm nominal size - compaction by vibrator; Smooth finishing with 1:3 i.e. 1 cement: 3 fine sand plaster) 30cm X 30 cm cross Section (80 mm concrete at base of the trench for duct resting to avoid damage (for uneven surface).
12
OFC Cable
Armored OFC Cable to be laid as per PO. (No. of Fiber of the OFC should be mentioned in the PO).
1st OFC cable to be blown in the Orange Duct and any further / 2nd OFC cable will be blown in Green Duct/ Blue Duct/ Grey Duct (in prescribed order).
13
Cable
Blowing
Pressure
10KG/Sq. Cm and 700 CFM Discharge, Equipment should not damage the Optic fiber cable during blowing.
14
Cable Loop
at Bridge
Crossings
Bridge Crossing -
Bridge Length Up to 50 m – Loop Length, on single side 60 m.
Bridge Length > 50 m – Loop on both sides 60 m. Cable Bend Radius to be min 800 mm.
15
Culvert /
Nala /
Drain
Channel
Crossings
Preferably crossing should be from culvert/Nala/Drain channel bed as per the trenching / HDD guidelines.
And if above not possible then UP crossing with DWC+PCC 30cm*30cm,
And if ROW authority does not allow or narrow culvert/Nala and sufficient space not available to do specified PCC then more than 15cm*15cm dimension PCC also acceptable but in such case if digging is possible at culvert/Nala try to do the digging to avoid any obstacle due to PCC.
If PCC not possible to cover protection then UP crossing should be with 100mm GI of class B
58
16
NH/SH
Crossing
3 Nos. of HDPE Ducts to be laid and to be properly plugged.
Open Trench in Road cutting
Minimum 0.6 m depth to be maintained after cutting the road surface in open trench and duct to be laid with DWC + CM (Chicken Mesh) + PCC.
59
S.NO.
Item /
Measure
Intercity /Intracity
Specification /Target Value
If depth is <0.6m due to HR (Hard Rock) protection should be DWC+CM+PCC up to road level to be done, If this procedure applied then no penalty clause will be applicable with appropriate deviations.
DWC pipe to be placed with min 3m length coming outside black topping if depth achieved as per specification or up to the specified depth on both sides with enough holding beneath surface.
HDD
Min Depth to be maintained as per soil Strata, < 1.2 m depth not acceptable in HDD except in NH/SH/End to End CC/BT Road where authority not allowed to give open trench permission and it should be in writing.
If HDD depth found <1.20 m depth except as mentioned above then Prorate penalty will be applicable if prior approval not taken for<1.20 m work from competent authority.
Prefer Open trench method in <1.20 m depth with specified protection.
Loop Chamber to be provided on single side with 40 m loop in SH crossing.
Loop Chamber to be provided on both side with 40 m loop in NH crossing.
Boring/Moling
1.20 m (Intracity) or 1.65m (Intercity) depth to be maintained as per Soil Strata and DWC to be placed at both ends protruding out by 3 m or up to the specified depth
INTERCITY –In case of multiple road crossings, Loop Chamber to be placed at every 500 m or
less. Project Engineer to decide in consultation with operations team and decide on number of
additional loop chamber basis the feasibility / criticality as per O&M perspective but not more
than 2 Chamber in 1 Km length.
17
Railway
Crossing
Crossing to be done by HDD/Boring only and pit should be away minimum >3~5 m from railway track or as per the available space.
Nos. of HDPE Ducts to be laid and to be properly plugged.
Loop chamber to be provided on one side with 40 m Loop in case of Single railway track.
Loop chamber to be provided on both side with 40 m Loop in case of more than 1 railway track.
18
Seasonal
Drains/
Rivers
Preferably crossing to be done by clamping along with the bridge
If above option is not feasible then, Trench depth should be >1.65m on river bed for open trench and DWC+PCC protection with vertically opposite reinforced U-clamp of 1m length to be placed with covering of DWC on ducts for extra holding of DWC duct (to avoid flowing of ducts)
Additional protection to be provided after jointly discussing with Project, Operations
and NQ if any criticality or threat as per O&M perspective.
HDD can be done for both seasonal and temporary drains.
60
S.NO.
Item /
Measure
Intercity /Intracity
Specification /Target Value
19
Earthing
In Intercity at every 8km and at ADM/REG Site.
In Intracity , preferably at every Cable Joint (or as per feasibility)
Copper rod 20mm Diameter and 0.5m long or 1Feet X 1 Feet Copper plate 3mm thick with Copper Wire/strip brazed to plate
Good quality of Charcoal and salt at a min. 2.5m depth and 600mm Diameter.
Resistance in normal soil shall be less than 1 ohm and in rock should be less than 2 ohm.
20
Splicing
Avg. Loss per Splice (at joint 0.07 dB Max), Total Average Splice Loss - 0.06 dB (all joints average).
21
Water
Penetration
Test
1 Hour for Joint Closure at 1m Depth under water (TEC and ITU-T specification).
22
Fiber
Optical
Loss
Measurement to be taken at 1550 nm.
Max loss 0.25 dB/km of OFC Including Connector loss (end to end), however t should not be less
than 0.23 dB/km of OFC excluding connector loss (end to end).
23
Route
Markers
Intercity -
At every 250 m and at Major Crossing, Major Trench Deviation or route diversion at both end.
Intracity -
Where Conical chamber at “Zero” depth installed at road or foot path RM installation not applicable but in gravel or out of road RM to be installed.
RCC (1:2:4) of length 1250 mm ± 20mm with bottom cross-section of 150mm ± 10 mm x 200 mm tapering to 75 mm ± 10 mm x 125 mm ± 10 mm.
Embossed CUSTOMER OFC with Color Codes as per Specifications.
700 mm length of route marker shall be buried underground and 550 mm shall be exposed (± 20mm).
To be installed at 0.5 m from back of the trench or safer place at gravel with proper direction and distance mark with Arrow ( --- ) sign.
Electronic Route Markers shall be buried at depth of 0.9 m from ground in the all SC and at 250m in trench Distance, wherever applicable.(If specifically required will be mention in PO and also it should be clear in PO the scope of supply responsibility).
In Hilly area RM length 750-800 mm ± 20mm with bottom cross-section of 150mm ± 10 mm x 200 mm tapering to 75 mm ± 10 mm x 125 mm ± 10 mm.
400-450mm length shall be buried underground and 350-400mm to be exposed (± 20mm).all other dimension letters are same as above.
RM not to be installed wherever Civic authorities does not allow in writing, else Penalty clause will be levied.
61
S.NO.
Item /
Measure
Intercity /Intracity
Specification /Target Value
24
Aerial
Cable
Temporary Aerial Cabling
Temporary Aerial cabling to be laid through Wooden/Bamboo or support of trees (Bamboo pole diameter should be min 3” (inch) size with adequate strength and height of the aerial cable shall be >10 (ft.) from the ground level.
The installation of wooden Pole should be up to 3 feet depth filled with M20 concrete in 200mm (dia) x200mm (Height) all-around of Pole
The bottom of pole should be painted with black color with anti-termite and pasted properly while installing the Pole.
Pole can be placed at every 30 m -40 m intervals.
Mounting of OFC cable on pole shall be done through HDPE conduit/duct from NGL.
Cable loop of approx. 10m at every 5th Pole or where route alignment changes.
2.0 to 3.0 mm GI wire to be laid with OFC with proper small pipe clamps (adjustable clamps) and proper clamp with poles.
Measurements Book to be made available.
OFC not to be tighten directly by string wire.
Commercial will be closed by SCM and this will be applicable, if work allotted through PO.
(Not applicable for running route where due to any temporary issue work required to be done to route made live)
25
Aerial
Cable
Permanent Aerial Cabling with ADSS OFC (All-Dielectric Self-Supporting cable)
GI/MS (Silver color painted) pole to be used as per approved drawing (pole type GI/MS should be as per PO)
Proper porcelain pulley or metal pulley or supporting clamps to be used for OFC rolling as per sample snapshots.
Pole should be underground at least 1m and fix with proper 1:2:4 concreting (200mm(dia)*500mm(Height) all-around of pole
OFC loop approx. 10 m to be kept at every 5th Pole or every turning Points with mounted “O” ring or clamp on pole loop radius should not be less than 0.6m
OFC joint closure should be kept in proper order to avoid OFC bend.
Approx. 2- 3mm dia GI string wire to be used for support of OFC and OFC not to be tighten directly by wire (in case Aerial cabling done with OFC other than ADSS OFC).
26
Linear and
Ring Path
Linear and Ring path will be by separate trenching and minimum gap in both trench would be >2.0 m in both Open and HDD method.
If gap <2.0 m in both path by any method will be called SPOF and appropriate approved deviation is must.
27
Micro
Trenching
Specifications as below:-
Trench depth 1.0 feet; Width 80+mm for laying of two (40 mm ducts) in parallel and after laying
of duct, trench to be backfilled with PCC (1:2:4) with proper compaction and curing.
62
Note: Please refer Fibmax Guidelines, Duct Guidelines and Deviation Approval Process as applicable.
4 FIBER EXECUTION GUIDELINES
DETAILED SURVEY POST PO ISSUANCE
Partner* / Project / Operations engineer shall survey the route and submit report to planning with all details. Report should contain details of all Soil condition, bridges, culverts, causeways, rail over/under bridges, level crossings (with LC number), CC roads, VIP area, defense area, underground gas/oil/ water pipeline, other government authorities etc. Report shall mention, disputed land, private land, Type of OFC laying technique feasible like HDD, moiling, aerial, trenching, it will also mention expansion plans of existing carriage way, permanent structures, if any, in near future within a period of five years. It must include feasibility for positioning of man-hole/hand-holes at the required locations, business Potential of route and sharing possibility. Name of Officials met to gather information for carriage-way to be mentioned exclusively in the preliminary survey report. Details of other operator/s executing on the same/nearby area, challenges faced by them must also be furnished.
Customer’s OFC route shall be on opposite side of existing BSNL’s/other operator’s OFC. Where ever OFC of BSNL or any other Telecom Service Provider exists on the same side where Customer’s OFC is planned, a minimum spacing of 1m or more must be kept, otherwise suitable protection to Customer’s OFC shall be recommended.
A list shall be submitted by Partner* / Project / Operations engineer containing the office address and contact numbers of concerned Assistant, Executive and Superintendent Engineer of State Highway/National Highway (R&B) Division, Railway authorities, Municipal Commissioners, City Chief Engineers, Mayors, State Electricity Board Officers, BSNL Office In charge and District Forest Officers or any other authority / agency under whose jurisdiction cable route falls, within 7 days from date of PO issuance.
*Dedicated survey Partner or Execution Partner.
GENERAL INSTRUCTIONS
After approval of Detailed Survey Report from the CUSTOMER and only after receipt of ROW Permission / approvals from concerned authorities, Partner shall plan to start work by deploying workforce first in difficult terrains such as Rocky area, Bridge/Nala/ Culvert, city, town and village limits. Invariably the execution has to start from Customer’s existing nodes (lighted fiber POP) – In-Building work to be done first to avoid any issue at later stage at tower/ site end.
Partner shall not keep materials, cables and tools in such a manner as to cause interference with free flow of traffic and cause inconvenience to public (Material should be stored at site store which will arrange by partner.
Partner shall obtain all approvals, permits and licenses necessary to do work from appropriate authorities.
63
BRIEF DESCRIPTION OF WORK : Work, shall be carried out as per Specifications. The main steps are as under:
Obtaining ROW permission. Excavation of trench/trenchless digging.
Laying of GI as per IS1239 Class B and / or DWC ducts as per IS14930 as additional protection for the HDPE ducts at rail / road crossings, built-up area/city limits, on culverts, bridges, lesser depth areas and also on stretches wherever required, as decided by the CUSTOMER’s Site-In charge of the work as per specifications.
Laying of HDPE ducts and if asked nylon rope should be pulled through same.
Chambering or concreting(Block PCC 1:2:4) all round DWC duct as per IS14930 / or GI pipes (class B) as additional protection on bridges, culverts and also on stretches wherever depth of excavation is less than specified and wherever required as decided by CUSTOMER’s Site-In charge.
Reinstatement of excavated trench with proper compaction and crowning.
Fixing of duly galvanized clamps along with Fischer bolts for holding GI/DWC pipes at culverts and bridges and where-ever necessary.
LOCATION AND ALLIGNMENT OF OPEN TRENCH :Trench must be aligned according to permission granted by authority/agency. However following guidelines must be adhered to:- Trench must be done strictly within limits of the ROW permission granting authority.
Trench must not be done on the road berms. Where it is not possible to avoid the road berms, ROW authorities /Circle Operation Head concurrence is must before start of execution.
Cross pits must be made manually to check presence of any underground utilities at adequate spacing.
Trench boundaries shall be marked with rope / lime powder prior to digging in order to get trench in straight line.
Trench shall be located at lowest point of lower area if feasible. Trench must not come over field’s boundary or any heap of soil/garbage dump.
64
Trees roots must be by passed to avoid damage while trenching and ensuring safe passage of OFC. Such negotiation should be of smooth curve.
Depth will be measured from lower side (in case of ground with slope) of natural ground level. Where cable is laid through duct, depth of trench shall be measured from top of duct.
Specified trench depth has to be maintained always in all types of Soil.
However in certain exceptional site conditions like hills or hard strata it may not be feasible to dig up to specified depth. In such cases, duct may be laid at lesser depth as per specification with DWC pipe/GI pipe/ PCC concreting individually as per
specification.
Mentioned depth will be measured from top of laid duct. In case hard rock of volcanic (Igneous) is encountered from surface then deviation Type ‘A’, Type ‘B’, Type ‘C’ and Type ‘D’, are allowed and no NC need to be filled. However the protections for other strata are as per table below.
In all cases of lesser depth, deviation notes will have to be raised and got approved as per table mentioned in annexure. Reason for not achieving the specified depth along with type of deviation should be clearly mentioned along with the details of protection provided.
Bottom of trench shall be uniform and should follow contour of ground. Width of excavated trench sufficient to lay requisite number of HDPE Ducts and GI / DWC pipes and also concreting, wherever required. Payment shall be made only on basis of running meter of completed work and shall not be based on volume of excavation.
To prevent soil erosion due to free rain water flowing along or inside the trench, suitable “Blockades/Stone pitching” will have to be constructed at every 10 m with height up to ground level.
In city areas trench will normally follow footpath / pedestrian way of road except where it may have to come to edge of carriage way or when cutting across road with specific permissions from road authorities responsible (such permission will be obtained by Partner from concerned authorities).
Outside the city limits trench will normally follow boundary of roadside land. However, where road side land is full of burrow pits or forestation or when cable is to be laid along culverts/bridges or cross streams, trench may be made closer to road edge or in some cases, over embankment or shoulder of road. (The Partner will do all liaisons with concerned authorities and will obtain permission for such deviations for cutting embankment and shoulder of road. Failure to do so will compel Customer to pass on any penalty to Partner which may eventually be imposed by concerned authorities).
Alignment of trench should be uniform and follow the ROW guidelines.
While marking alignment only centerline will be marked and Partner shall set out all other work to ensure that, excavated trench is as straight as possible. Partner shall provide all necessary assistance and layout, at his own cost for marking the alignment.
65
The Partner shall clear, prepare and grade the Right of Way to facilitate marking of the alignment of the trench. Partner shall remove all bushes, undergrowth, stems, rocks and other obstacles to facilitate marking the centerline without any extra charges. It is to be ensured that minimum amount of bushes and shrubs shall be removed to clear way and Partner shall give all consideration to preservation of trees within right of way.
Line up of trench must be such that HDPE duct(s) shall be laid in straight line, both laterally/ horizontally as well as vertically except at locations where it has to necessarily take a bend because of change in alignment or gradient of trench.
Minimum radius of two meters shall be maintained, where necessary.
Linear and Ring Path will be by separate trenching and minimum gap in both trench would be >2m in both Open Trench Method If Gap <2.0 m in both path by any method will be called SPOF and appropriate approved deviation must be there.
PRECAUTIONS TO BE TAKEN WHILE TRENCHING
It is required that trenches are not kept open. Trenching, cable laying/ducting and backfilling activities be done parallel as far as possible. Any mishap or accident due to open trenches shall be sole responsibility of Partner. CUSTOMER shall never be liable on any such account and no claim on this account shall be entertained by them. Further, the Partner shall indemnify and keep CUSTOMER fully indemnified against any liability arising out of or on account of such claims.
No trench shall be kept open close to carriage way/berm. Caution boards shall be displayed at all such locations, to caution public. Partner shall protect all life and property from damage while doing construction/trenching work.
If Warning covers of other services or operators are encountered during excavation, earth around these is gently removed to loosen them. The covers are then removed and stacked outside the trench for reuse. When underground plan of other services are exposed during excavation, adequate protection is provided at suitable intervals along the run of these plans/services and concerned authorities shall be informed.
In event of inadvertent damage, location and nature of damage must be intimated to concerned department immediately. In the meantime action is taken for preventing aggravation of damage. Damages are indemnified and losses are made good by Partner.
Necessary barricades, night lamps, warning boards and required watch man shall be provided by Partner at his own cost, to prevent any accident to pedestrians or vehicles or animals. While carrying out blasting operations, the Partner shall ensure that licensed blasting professional are employed for the purpose and adequate safety measure are taken by cautioning vehicular and other traffic. He shall employ sufficient manpower for this with caution boards, flags, sign
66
writing etc. Any consequences due to lack of precaution or otherwise, on this shall be sole responsibility of Partner.
Caution boards are set up at a height of 1.25 m above ground level so that they are visible from a distance of 25 meters. Boards will have yellow and black background with writing in bold letters with red fluorescent paint. Boards shall be displayed at start and finish point of area in which work is under progress. Additional display boards are placed at either side of the trench. Boards must indicate the name of trenching authority, name of Engineer in charge of work with contact phone and dates of opening and closing
trench. During night warning lamps (flicker lamp, lantern with glass painted red) shall be provided. They are placed at locations so as to indicate length and width of trench.
All work is supervised by Partner’s representative, who must carry with him following documents:-
Letter from CUSTOMER authorizing Partner to carry out work in the specific area.
Copy of permission issued by concerned authority.
Partner shall provide adequate precautionary measures to prevent caving in of the trenches while excavation, due to soil condition. At such locations, width of the trenches shall be kept adequate and necessary arrangement shall be made for safe working within trenches. Arrangement must also be made for pumping out sub- soil/underground water from trench, if any.
In city limits as well as in built up area, Partner shall use manual labor only, and shall ensure that no damage is caused to any underground or surface installations belonging to other public utility services and/or private parties.
Temporary foot-bridges are provided when trenches are made across entrance of buildings etc.
Special care should be taken in digging footpaths. Proper protection shall be provided to avoid accidents. No inconvenience should be caused to pedestrians.
Underground power cable is not to be moved. Electricity dept. is immediately informed. Horizontal and vertical separation of 60 cm shall be maintained from power cable. As far as possible power cable should be crossed at right angle.
Near foundations and boundary walls, excavation must be taken up in consultation of and in presence of owners.
All necessary arrangement is made to maintain stability of trenching.
Rock Excavation is normally done by chiseling and Blasting is done, if permitted by local authority. Necessary license must be obtained for blasting. Public property both below and above ground must not be endangered damaged. All possible precautions must be taken for safety of public and staff involved in the work.
67
However, along highways and cross country there shall be no objection to Partner resorting to mechanical means of excavation, with approval of CUSTOMER Site-In charge provided that no underground installation existing in path of excavation, if any, are damaged.
While the machine can be used for clearing small bushes, trees should not be cut or uprooted for purpose of movement of excavating machines. Where such necessity arises, permission from competent authorities to partially cut such trees should be obtained in writing. Compensation to cut such trees for movement of machines shall be paid by the Partner and no additional payment shall be claimed from CUSTOMER
Any valuable material of cultural/ historical/ archeological interest, if found while trenching, shall be brought to the notice of CUSTOMER and the authority concerned
DUCT LAYING
Specified lengths of Ducts shall be laid using dispenser/de-coiler designed for the purpose. Partner shall ensure that Duct laid is free from twist and kinks. Any collapsed portion of duct shall be removed before backfilling and duct made continuous by putting couplers.
Place the duct in trench as straight as possible. However at bends horizontal and vertical minimum bending radius as per specification to be maintained.
Ducts shall be laid in flat bottom trench free from stones, sharp edged debris. No water should be present in trench, while laying the duct/DWC pipe.
Spacers must be used while installing multiple (five or more) ducts. Up to four ducts no spacer is used. Partner shall ensure parallel lying of ducts (without crisscross).
Ends of ducts shall always be closed with End Plugs to avoid ingress of mud, water or dust.
The ducts shall be joined with couplers using duct cutter and proper tools only. Do not use hacksaw to cut the duct. The duct joint shall be practically airtight to ensure smooth cable blowing using cable blowing machines.
All coupler locations shall be covered with stone as per specification prior to backfilling and position marked on ABD.
Never place coupler along the bent portion of duct/trench in both horizontal as well as vertical direction.
Wherever GI pipes are used rubber bushes shall be used at the two ends of the GI pipes to protect the damages of HDPE ducts. When GI pipes are to be laid with suitable bends, pipe bender is to be used. The bends may be obtained by making proper ‘V’ cut on GI pipe at two locations close to the bend and by applying bending force so that proper curvature is achieved without sharp corners. The
68
HDPE duct shall be inserted into the GI pipe before bending. GI pipe shall be welded at ‘V’ cut edges after bending. None of the portion of duct will be visible at V-Cut location. It should be either closed by welding or fixing “m-seal” on clean surface.
DUCT INTEGRATION TEST (DIT)
After backfilling ducts shall be tested for integrity (air tightness and kink-free shape). Air tightness test is done by pressurizing 2 km duct stretch at a time. One end of duct will be closed and compressed air at 5-6kg/cm2 is sent from the other end. At about 5kg/cm2 pressure the inlet of compressed air will be closed. Fall in pressure should not be more than 50% in 1 (one) hour.
To check that duct has not collapsed or kinked a wooden/plastic cylindrical piece (shuttle) of size 150 mm (15cm) long and 0.75 X D mm in dia where ‘D’ is inner diameter of duct, is blown into the duct with far end fitted with flexible wire grip/stocking. The wooden shuttle should pass through duct at far end without any obstruction within approx. 10 minutes or less. Do not stand in front of the far end of the duct under test as IT CAN BE FATAL.
CABLE BLOWING
Drum test will be carried out for every drum as per Drum Test Report format (to ensure that no damage has been caused during transit). Cable drums after Inward Goods Inspection (IGI) should be mounted on pay off stand, which is kept on plain ground for stability. Soil under the stand should be firm, not to allow stand to tilt.
Process of OFC blowing is explained as under:-
Cable blowing machine (Cable jet or any other machine) should be deployed along with a good compressor delivering 10 kg/ sq. cm pressure and 700 cfm discharge.
Cable drum will be loaded on payoff stand and unwound from topside of the drum. Pay off stand should be placed properly so that it does not get tilted or fall down while dispensing OFC. First half of total length should be blown through duct in one direction from the center of the span of the duct in which cable is planned to be laid.
In case when complete half of the drum length cannot be blown in a single go, cable is blown up to feasible distance by opening the coupler at that location and then balance length shall be blown and stored in figure of “8” close to trench in obstacle free space. Further blowing shall be done from this location.
The process at Clause 8.2 can be repeated so that complete length is blown on one side.
After blowing half-length in one direction the cable should be unwounded
69
at the location of pay off stand and stored in a figure of “8”. Then inner end of the OFC should be blown in opposite direction as explained in Clause no. 8.2 above.
Kink in OFC during blowing and after blowing must be avoided. At blowing points, the last loop of OFC should be manually pulled after cable blowing, couplers must be tightened
BACK FILLING
Back Filling in Rocky Terrain (Country Side) - Trench shall be initially filled with Sieved soil for about 5 cm which will act as a Soft cushion/Padding and then duct is placed gently over it. After that another layer of 10 cm of fine sieved soil is poured and then entire trench is backfilled with excavated material.
Duct is laid through DWC/GI pipe, which is then covered with concrete as per specification. After making concrete block the curing should be done at least for 7 days. Back filling in remaining portion is done with crushed stones, which have been removed during excavation of trench. Top 10 cm of trench is to be filled with loose soil and crown of 25 cm made on trench.
In case of trench aligned at slope Blockades after every 10 meter in the form of vertical walls of Flag stones or stone masonry be made to obstruct the flow of water. Rest of backfilling is as per above Para’s.
Back Filling in Normal Soil - Under normal soil conditions duct is directly laid in trench and backfilled in same manner as explained in section 9.1. Adequate dry compaction shall be done before Crowning. Compaction is done in layers of 50 cm each.
Crowning - When backfilling has been done up to ground level a hump of soil is made to cater for soil settlement. Entire excavated soil shall be used for back filling. Crowning shall be confined over width of trench only. No surplus soil shall be left outside trench (Crowning will be excluding of Trench depth).
Back filling on public, private roads, railway crossing, and footpaths in city areas shall be performed immediately after laying HDPE ducts. Back filling at such location shall be carried out by dry compaction in layers of 50 cm and thoroughly rammed; so as to ensure that original condition is achieved and made safe to traffic. All excess soil/material left out on road/footpath shall be removed without extra cost. However, along highways and cross-country, dug up material left out shall be kept as heap above trench while refilling.
Back-fill shall be maintained by Partner against wash-out, settlement below original level and rotting, until final completion of work and until first monsoon season and reinstated to keep leveled condition as acceptable to the CUSTOMER Deployment team and highway/local authorities without any extra payment. To ensure this, Partners agent will inspect compacted trench alignment after first rain and re do work as pointed out by CUSTOMER operation engineers/ Area Manager. Decision of CUSTOMER operation engineers/ Area Manager in this regard is final and binding on Partner.
70
BRIDGE / CULVERT CROSSING
The work involves laying of HDPE ducts through GI/DWC pipes laid on the bridge. DWC pipes are to be used at such locations where sun rays and rain water don’t fall on them. Either one of the following methods will be employed or same will be decided during first route survey by Partner and Deployment team.
On Arch type bridges where depth up to 300 mm is not possible to dig, make a trench in bridge tar road of 150-mm width and lay DWC duct as per IS14930 (certified by CIPET or equivalent certified Govt. agency) or from approved vendor by Customer. In case of dry/seasonal rivers/drains, it is advisable to cross water path from river-bed and protection as per specification - A trench of 1.6 meter or more is made. DWC ducts 117/100 mm with couplers are laid. Ducts (max 3 or as directed by Customer operation engineer) are laid through the DWC duct. DWC duct are encased/covered in 30 x 30 cm beam with Smooth plaster/finish, Steel member 8 mm with stirrup at every 30 cm for reinforcement. Beam should extend up to abutment of bridge. Length of DWC duct should go 5 m beyond the abutment of Bridge on either side and BDL ducts should be protected up to 10 m all around with 1:2:4 Block concrete. Backfilling of trenches on slopes (entry and exit of river/drain) to be done as per Clause 10.3.
In case of river/Nala with water flow, the water path may be crossed from riverbed by diverting water with temporary bunds.
If 10.1, 10.2 and 10.3 are not feasible then GI pipe or DWC (DWC pipes laid on the bridge. DWC pipes are to be used at such locations where sun rays and rain water don’t fall on them, if direct sun rays cannot be avoided on DWC pipes then GI sheet cladding over DWC pipe can be provided) is to be clamped on the outer side of parapet wall with the help clamps as specified. Clamps and anchor bolts are to be fixed at specified spacing. Two GI pipes shall be joined / tightened properly with pipe wrench. The level of GI pipe shall always be below the road level.
If all options explained in 10.1, 10.2, 10.3 and 10.4 are not feasible in case of bridge / culverts with wheel guard, and if the PWD/NH authorities approve, the GI/DWC pipe can be placed on the wheel guard and concreted with PCC 1:2:4, with duct inside GI /DWC pipe. Proper slope at either end of culvert/bridge should be maintained and the GI pipe should continue on either side and should extend up to trench bottom 1.65 m,
covered with concrete. NOTE: care needs to be taken “NOT TO REDUCE WIDTH OF CARRIAGEWAY”.
In case the parapet wall is non-existent or is in dilapidated condition, the clamps should be fixed on slab of bridge if permitted.
Cable loop is to be left at bridge crossings in loop chambers as per specifications.
71
Before crossing culvert the local PWD engineer/ROW authorities must be consulted in charge for future plan of expansion or re-construction and decide the alignment of trench (distance from road center line).
Trench depth should be minimum of 1.65 m with DWC+PCC protection, length of trench should be at least double of culvert length or 5 meter beyond abutment whichever is more. In rocky terrain depth shall be 1.2 m with DWC+ PCC protection will be provided.
Leave the cable loop on each side of the culverts as specified. In case there are more than one culvert over 500 m span, 20-30 m OFC coils to be kept at 500m or as per Customer operation engineer but not more than 2 locations in 1 Km length.
Loop pit marker will be installed at Loop Pit.
ROAD AND RAILWAY CROSSING
Roads are to be crossed either by horizontal boring or by open cut as the case may be. Suitable permission shall be obtained from Authorities concerned.
/9nIn either method of road crossing, DWC duct should be used with three (3) ducts in case of National Highways (NH) or State Highways (SH). DWC duct should project 3m outside black topping on either side in case of boring, and DWC should be provided for complete length of road crossing and should project 3m outside black topping on either side in case of open trench.
In case of WBM roads, panchayat, Kacha roads DWC duct should be used. DWC duct should project 2 m on either side from road formation level.
Railway line crossing is to be done by HDD or boring or as per the instructions of Railway authorities. Please ensure that permission to cross railways is obtained before execution.
Only 100 mm dia GI pipe or DWC duct 117/100mm, or whichever is permitted by Railway Authorities is to be used in case of rail crossing. Length of projection of GI pipe/DWC duct beyond rail lines should be kept as per approval from DRM office. HDPE ducts should be (3 Nos.) brought out of railway boundary and properly plugged. Loop pit to be placed one side if single track and both side if track is more than single line with 40m Loop.
SPECIFICATIONS FOR CONCRETING
Concreting shall be done as per specification. Depending on the situation and local authority regulations at site, number and size of pipe to be laid/used, cross section dimension may vary to ensure proper protection to pipes as well as uniformity with any existing structure/base, on which the GI pipes or DWC duct are placed, as demanded by road authorities.
At both ends of Bridges/culverts, where GI pipes slope down and get
72
buried, concreting shall be carried out to ensure that no portion of the GI pipe is exposed and further down as required by the CUSTOMER operation engineer to protect pipe from any possible damage externally caused.
Any damages caused to the existing structure such as footpath or base of parapet or curb wall on which GI pipes or DWC duct are placed shall be repaired and original condition re-stored to satisfaction of Road Authorities.
Partner shall provide all the materials required for the cement concreting work at the site. Cement concrete mixture used shall be of 1:2:4 composition i.e. 1 cement: 2 coarse sand: 4 coarse aggregate of 20mm nominal size. The aggregates should confirm to IS. Smooth finishing of exposed surface shall be done with mixture of 1:3 i.e. 1 cement: 3 fine sand. (PCC should be placed in proper shuttering at both side for box PCC)
When concreting is carried out in trenches, a layer of cement concrete mixture of appropriate width 80mm thickness shall be laid along trench(This will be applicable where trench surface are uneven in Hard Strata due to stones and stones edges are sharp and possibilities of damage of ducts), before laying HDPE ducts. HDPE ducts shall be then laid above this bed of concrete as per construction specifications. After laying HDPE ducts the remaining concreting work shall be carried out to form the cross sectional dimensions 300 X300 mm.
Portions where cement concreting has been done shall be cured for minimum 7 days’ time to harden the surface. After curing refilling of balance depth of trench has to be done with excavated soil. In case refilling is to be done immediately like city areas or close to carriage ways, the curing over soil can be continued after refilling. It may be noted that no extra payment is admissible for arranging necessary material, layout tools and machines, or for carrying water for curing while carrying out the work.
73
EARTHING
A copper rod of around 20 mm dia and 0.5 m long or 1Feet X 1 Feet Copper plate 3mm thick with Copper Wire/strip brazed to plate shall be buried along with good quality of Charcoal and salt at a min 2.5 m depth from NGL or as required so that the resistance in normal soil shall not be more than 1 ohm and in rock not be more than 2 ohm.
A copper strip/braided flat 32 mm wide and 6 mm thick after bolting and welding with rod shall be brought to the surface for bonding with the optic fiber armor. Specially made clamp, made of steel, will also be used for bonding the braided copper wire with the copper rod and with cable armor for avoiding corrosion and galvanic currents.
Multiple pits may be required in some of the locations where the soil resistivity is high. However, under normal circumstances a single pit would be enough at the locations of good soil conductivity. Locations where cable armor Earthing shall be done is as per specifications.
HORIZONTAL DIRECTIONAL DRILLING (HDD) : HDD is carried out where open trenching is not possible /permitted. Following points must be ensured in case of HDD
Depth of HDD tunnel must be kept minimum 1.65 m to 3.0 m (Utilities to be taken care).
In any case lesser than 1.20m depth not acceptable by HDD method and if done, Prorate penalty will be applicable for lesser depth.
Loop-pit markers must be fixed at the locations of HDD pits (both entry and exit points) as per the specifications (Min 04 and Max 07/km).
Electronics route markers are invariably buried at HDD pits (If specifically required will be mentioned in PO).
Locus /profile diagram of HDD must form a part of “As Build Drawing” and copy of same should also be submitted with ROW papers.
The ducts in the intra-city fibre routes (including such inter-city routes that are common with intra-city routes) shall be installed by Horizontal Directional Drilling method unless approved by CUSTOMER CUSTOMER in writing for installation by other methods.
The Partner shall mobilize equipment suitable to install the ducts up to required / specified depth below ground in all types of soils.
All concerned authorities (water, oil and gas pipeline operators, telecom operators, power companies etc.) who may have their underground utilities in the area shall be informed well in advance and as built drawings obtained to ensure proper planning of HDD operation and drilling profile.
Cross pits shall be made across approved duct alignment to verify information about existing underground utilities/facilities as provided by authorities having
jurisdiction over the area and also to ascertain type of soil for safe working of HDD equipment.
Linear and Ring Path will be by separate trenching and minimum gap in both trench would be >2m in both HDD Method
74
If Gap <2.0 m in both path by any method will be called SPOF and appropriate approved deviation must be there.
Alignment of trench should be uniform and follow the ROW guidelines.
Entry and exit pits shall be dug at both ends of the segment which shall later on become either a location for man-hole/hand-hole in case of intra-city routes or for installing duct couplers in case of inter-city routes. For inter-city routes MH/HH locations shall be as per issued for construction drawings only.
The drilled hole profile between entry and exit pits (except transition areas) shall be as straight as possible. The final HDD profile shall become part of as-built documents.
The hole made by HDD equipment shall be of adequate diameter to allow pulling all the ducts in one go as a bundle. The ducts in the bundle shall be properly bundled using suitable spacers and tied together during pulling. The capacity of pulling equipment shall be at least 1.5 times of theoretical calculated pull force.
The Partner shall submit a detailed HDD procedure for review/approval of Company. The procedure shall include at least following information:
Proposed locations, size and depth of entry and exit pits.
Proposed number of holes, hole diameter and hole profile for pulling HDPE duct(s).
Proposed HDD machinedetails along with drilling direction control/steering system details.
Pulling load calculations and details of pulling equipment (pull head, winch, rope, etc.).
Method of safe disposal of bentonite slurry.
Drawing showing information at a) and b) above.
Upon obtaining approval of procedure, the Contractor shall prepare site by marking route and digging entry/exit pits at predetermined locations and drill the hole of required size for pulling the ducts through. Once the hole is ready, required number of ducts, already de-coiled and spread on the ground, shall be connected to a pulling head and pulled through the hole. Suitable swivel joint shall be used during pulling to prevent twisting of ducts during pulling.
The drilling machine and pulling equipment shall be removed and moved to new locations. The pits shall be replaced with man-hole/hand-hole for termination of ducts and later blowing of cable and remaining area backfilled and restored to a conditions agreed to with the authorities having jurisdiction over the area. Bentonite slurry, if used,
shall be recovered from the pits and disposed-off in a safe and environmental friendly manner and at locations approved by Authorities.
The Partner may have to deploy more than one set of HDD equipment to achieve required lay rate demanded by contract schedule.
In case of Crossings of existing utilities by HDD, minimum 0.5m vertical clearance from the nearest utility is required. Requirements of installation by trenchless technique as per Clause 4.5 shall also be complied with.
75
MICRO TRENCHING : MT is applicable wherever ROW is available with MT methodology and clearly mentioned in the PO issued by SCM.
MT is permissible without any extra cost with prior approval from the competent authority for the below scenarios:
Road Crossing not possible by open Trench or HDD method. (Specifications as per
Specifications mentioned in Section 3 of S.No.28)
AERIAL CABLING
TEMPORARY AERIAL CABLING WITH WOODEN/BAMBOO POLE
Temporary aerial cabling to be laid through Wooden/Bamboo pole or support of trees (Bamboo Pole diameter should be min 3” (inch) size with adequate strength and height of the aerial cable shall be >10 (ft.) from the ground level.
The Installation of Wooden Pole should be up to 3 feet depth filled with M20 Concrete in 200mm (dia) x200mm (Height) all-around of Pole.
The bottom of the Pole should be painted with black color with anti- termite and pasted properly while installing the Pole.
Pole can be placed at every 30 m- 40 m intervals.
Mounting of OFC cable on Pole shall be done through HDPE conduit/duct from NGL.
Cable loop of approx. 10m at every 5th Pole or where route alignment changes.
2.0 to 3.0 mm GI wire to be laid with OFC with proper small pipe clamps (adjustable clamps) and proper clamp with Poles.
Measurements Book to be made available.
OFC not to be tighten directly by string wire.
76
Temporary Aerial Pole installation and laying Pics
PERMANENT AERIAL CABLING WITH ADSS OFC
GI Pole to be used as per drawing which approved by Planning.
Proper Porcelain pulley or metal pulley or supporting clamps to be used for OFC rolling as
per provided pics.
Pole should be placed at every 25 m - 30 m intervals or as per field requirement
Pole should be undergrounded at least 1M and fix with proper 1:2:4 concreting (200mm
(dia)*500mm (Height) all-around of Pole
Approx. 2- 3 mm dia GI string wire to be used for support of OFC and OFC not to be tighten
directly by wire (in case Aerial cabling done with OFC other than ADSS OFC)
OFC loop approx. 10 m to be kept at every 5th Pole or every turning Points with
mounted “O” ring or clamp on Pole loop radius should not be less than 0.6M
OFC closure should be kept at proper order to avoid OFC bend.
Spiral clamp to be used at the pole to tighten the OFC which helps to avoid the direct
tension on the
OFC.
77
Permanent Aerial laying Pics
78
SPLICING AND JOINT CLOSURE
Splicing is done using a good quality splicing machine. Splice loss per joint shall be minimum and should not be more than Avg 0.07dB. In no case average Splice loss per link shall not be more than 0.06 dB (Sum of all joint average/No of joints).
At least 0.6 m to 0.8 m fiber should be stored in cable tray and 0.6 m to 0.8 m Buffer Tube loop to be stored under the base of the Splice tray holders (Same applicable in fiber termination box also), Fiber should be neatly coiled without kinks.
Minimum bending radius of 80mm should be ensured, Marking and Tagging to be done on each tray of JC and on Cable at entry port respectively.
Joint closure should be sealed properly before it is taken out of splicing van. Joint closure assembly should be done as per instructions of manufacturer.
After assembly, joint closure is to be clamped to joint pit in vertical direction such that dome portion points towards sky and cables enter joint closure from bottom. This can also be achieved by using fabricated galvanized clamps – picture shown below.
Leakage/ water penetration test must be conducted before clamping the joint closure and keeping for 1 hour under 1m water Depth (If any leakage found joint to be re- spliced).
Cable should not be bent at diameter less than 800 mm.
Splicing to be carried out in splicing Van or in Canvas tent to avoid any dust particles in Splicing M/c, Fiber tray of closure.
79
TERMINATION AT MSU/RSU/ADM/ REG SITE AND MOBILITY FIBER POP
FDMS shall be deployed for Fiber termination and distribution.
Rack where FDMS is to be installed must be properly grouted and provided with Earthing.
Cable is brought into the building through duct in 100mm GI pipe (up to 3m height) irrespective of any site. In case building is on higher floor where 100mm GI pipe is not feasible, 50mm GI pipe/ 50mm Flexible GI pipe in sharp bend can be used for in- building works with separate path and if both the above cases are not feasible HDPE duct clamping to be done with GI Sheet covering over the HDPE duct to protect from direct sun light. Cable entry to the site must be properly sealed to prevent any water seepage or rodent entry.
Approx. 2m OFC is kept/stored in Fiber Distribution Management systems (FDMS) for any eventuality.
OFC entry in REG to be done through Hatch Plate and into FDMS shall be done through Top holes provided for this purpose.
Fibers of OFC shall be spliced with pig tails and stored in the bottom tray, as per detailed instruction of the FDMS Supplier. Bottom most splice module shall be used first for one cable (say incoming cable) and 2nd module for the outgoing cable.
No mixing of incoming and outgoing OFC fibers is permitted unless specifically asked by Site Engineer.
Pigtails shall be brought up by side and within space provided in FDMS up to Fiber Distribution Module and shall be properly routed and stored, as per detailed instruction of Supplier of FDMS. Pigtails routing shall be ready-to-remove type without disturbing any other pigtail.
Pigtails shall be mounted in designated adaptor and outer opening of adopter shall be capped.
Fiber Distribution modules for incoming and outgoing fibers shall be in sequence of Splice Modules used for incoming and outgoing cables.
All covers shall be properly closed / locked to prevent any type of ingress of foreign material, duct, insects, etc.
Cable armor steel tape shall be properly earthed with a separate copper wire (Not to the Strength Member)
Flags shall be fixed with each pigtail depicting fiber number and station from where cable is originating /terminating.
There shall not be any loose pigtails hanging or coiled at place other than specified.
Labeling and tagging to be done on FDMS and Cable.
80
JOINT PIT / LOOP PIT CHAMBER
Joint/Loop Pit is a RCC cylindrical pipe with 8 mm steel reinforcement, both directions.
A cover (Lid) of RCC having 50 mm or more thickness, 8/10 mm steel reinforcement in both the directions with two handles (>10mm rod) for lifting is used for covering the joint pit.(In 2 Halves lid also acceptable lid made as per specified material and dimensions.).Lid to be marked/embossed as “CUSTOMER OFC”
Top of lid should be at a depth from natural ground level as per specification.
Anti-termite treatment is carried out on inside surface of pit and then it is packed with loose sand before placing lid in all cases of intercity routes and as per Operation requirement in intercity routes.
Simple Plugs, End Caps, Cable Ties to be provided and Cable routing, stenciling, base concreting and duct entry sealing to be done inside the chambers.
ROUTE AND JOINT MARKERS
CONCRETE ROUTE MARKER
Route markers made of concrete will be provided at a distance of 250 m or wherever there is a crossing or major deviation in the trench from being straight. At the crossing, route markers have to be placed on both sides of the road, rail track, bridge, culvert etc. depending on the case. Route markers shall also be put at coupler/loop pit locations and as suggested by site engineer.
Route marker shall be exactly as per details shown/Mentioned in annexure at end.
Route markers shall be embossed CUSTOMER OFC and shall be filled with fluorescent white color. 700 mm length of route marker shall be buried underground and 550 mm shall be exposed. Fixing of the route markers shall be done at 0.5 m from the back of trench and away from the road center. ‘CUSTOMER OFC’ embossed on the marker shall face roadside.
Route markers and joint markers should never be put together. If such a situation is encountered then route marker may be placed at 50 meter distance from joint pit marker.
RM not to be installed wherever Civic authorities does not allow in writing, else Penalty will be applicable.
81
ELECTRONIC ROUTE MARKER
Electronic Route Marker will be placed as below if mentioned in PO and scope of supply should be clear in PO.
Electronic Route Markers are placed in area like dense built up area, close vicinity of
road edges, etc. where placing of concrete route markers is not possible.
Electronic Route Markers can be used to mark and locate following:-
Cable Route
Road / Bridge / Rail / Canal crossings, etc.
Buried splices
Extra OFC loops
Pipe ends
Manholes under pavement or grade changes
Repair Points
Non-metallic lines
Snow covered installation
In trench close to road edge.
HDD pits
Electronic Route Markers shall be buried at depth of 0.9 m from ground in the trench during backfilling the trench.
Electronic Route Markers shall be buried at a spacing of 250 m in general to mark trench / route on country side and at approx. 150 m on zigzag routes within town / city. At all major road crossings within the cities and at HDD locations, Electronic Route Markers shall be placed.
Trench shall be completely backfilled immediately after placing Electronic Markers.
Electronic Markers shall be located with electronic locator after tuning at specified frequency.
STONE/ RCC SLAB PROTECTION
Wherever cable is laid in cities, towns and villages where human habitation exists or where construction activity can happen in near future, stone Kaddapa / Red Stone/ Farsi slabs (Flag stone) of size 25 mm thickness (min) and 300 mm width and 500mm length shall be put after 30 cm padding with excavated material over duct.
Coupler to be covered with Kaddapa /Red Stone/Farsi stone slab or Cast slab (Min 25 mm Thickness X 300 wide X 1000 mm length) extended at least 100 mm outside the Coupler position on all sides.
Stone slab to be laid after 1ft backfilling then perform complete backfilling and mark position on ABD (+/- 25% tolerance acceptable only in width and Length in stone slab).
In case stone slab is not available, RCC slab of size 600mm L x 300 mm W x 40 mm Thick shall be
82
used. Stretches for this protection will be decided during first route survey of Deployment team and Partner representative.
RECORD KEEPING All measurements will be recorded in Measurement Book / Sheet / Chainage sheet and reported on a daily basis duly signed by Partner representative.
DAILY REPORT
Partner will send Daily Progress Report of execution.
CIVIL AND OPTICAL ACCEPTANCE TESTING (AT)
Acceptance Testing shall be done as per AT process (FF/NQ/AT 1.0)
83
MARKERS DRAWING - ANNEXURE
125 NOT TO SCALE
125
50 160 160
20 20 60
30 OFC
20 20 60
30 OFC B
H
A
R
T
40I
35 8
250
50 G.L
B
H
A
R
T
40I
35 8
250
G.L 50
G.L G.L
BELOW GL SHALL BE 700 mm BELOW GL SHALL BE 700 mm
ALL DIMENSIONS ARE IN 'mm' ALL DIMENSIONS ARE IN 'mm'
NOT TO SCALE
Route Marker Splice Marker
125 125
50 50 160 160
20 20 20 60
30 OFC
20 OFC B
H
A
R
T
40I
60
30 35 8
B
H
A
R
T
40I
35 8
250 250
50 G.L G.L
50 G.L G.L
BELOW GL SHALL BE 700 mm
ALL DIMENSIONS ARE IN 'mm'
BELOW GL SHALL BE 700 mm
ALL DIMENSIONS ARE IN 'mm'
NOT TO SCALE
Coupler Marker
NOT TO SCALE
Loop Marker
125 125
50 50 160 160
20 60
30 OFC
20 60
30 20 20
250
B
H
A
R
T
I
40
35 8
OFC3
5 8
250
50 G .L G.L
50 G .L
B
H
A
R
T
4I0 G.L
BELOW GL SHALL BE 700 mm ALL DIMENSIONS ARE IN 'mm'
BELOW GL SHALL BE 700 mm ALL DIMENSIONS ARE IN 'mm'
NOT TO SCALE
POI
NOT TO SCALE
BB+ POI
5 ANNEXURE – 1/C (a): ROUTE MARKERS
84
Item Colour Spec. No.
Route Marker Colour Deep Orange IS-5, Shade No 506
Splice Marker – BB Golden Yellow Band IS-5, Shade No 313
Coupler Marker French Blue Band IS-5, Shade No 112
Loop Marker Brow Band IS-5, Shade No 403
PR/POI Fluorescent White Band
BB + PR/POI Golden Yellow Band + White Band
Item Description Specification
Material Reinforcement 6mm Dia MS Rods 4Nos
Concrete 1:2:4
85
PRE - INSTALLATION CHECKLISTS FOR ROUTE MARKERS
Date of Inspection
Route Name
Section
Contractor's name
Contractor Representative
AES-Carriers Representative
SL.
NO
ITEMS UNDER
CHECK
DESCRIPTION / SPECIFICATION
(A)
(B)
MATERIALS
ROUTE
MARKER
DIMENSION
REINFORCEMENT
DETAILS
CONCRETE MIX
SIZE OF THE METAL TO
BE USED IN CONCRETE
HEIGHT
WIDTH x DEPTH (TOP)
WIDTH x DEPTH (BOTTOM)
6 mm Dia. MS Rods (4 Nos/ Marker)
Stirrups of 6 mm Dia. at 150 mm C/C
1:2:4
20 mm
1250 mm
125 mm X 75 mm
200 mm X 150 mm
160
60
30
OFC B H
(C')
LABELLING
REFER ROUTE MARKER DIAGRAM ASIDE FOR THE DIMENSIONS
OF THE LETTERS IN THE ENGRAVED NAME "OFC CUSTOMER"
CHECK WHETHER THE ENGRAVED NAME ("OFC CUSTOMER" )
IS PAINT QUALITY SYNTHETIC ENAMEL
PAINT APPROVED ASIAN (or) APCOLITE
250 A R
T
I 50
G.L
(D)
PAINTING
PAINT COLOUR FOR
ROUTE MARKERS
PAINT COLOUR FOR
ENGRAVED PORTION IN
DEEP ORANGE (506-2)
FLUORESCENT WHITE
BELOW GL SHALL BE 700 mm
ALL DIMENSIONS ARE IN 'mm'
COLOUR OF THE BAND (4" REFER ANNEXURE FOR SPLICE, LOOP,
(E)
PHYSICAL
OBSERVATION
AT A GAP OF 50MM FROM
THINNERS
CURING OF ROUTE
MARKERS
WORKMANSHIP
SURFACES
COUPLER ETC., MARKERS
THINNERS TO BE MIXED AS PER THE
PAINT MANUFACTURERS GUIDELINES
SHALL BE KEPT UNDER CURING FOR
MINIMUM 14 DAYS BEFORE SUPPLY TO
THE SITES
SHALL BE FREE FROM CRACKS AND
DAMAGES BEFORE INSTALLATION
SURFACE OF THE MARKERS SHALL BE
SMOOTH AND FREE FROM
PAPER/COVER ETC.,
NOT TO SCALE
TITLE : ROUTE MARKER
86
Depend upon
chamber thickness
3” - 5” Galvanized Iron strip
Width of the flat = 2 inches
Thickness of flat = 2 mm/ 3 mm
350 mm
Dia. Depends on
Diameter of the closure
Riveted 6 mm Dia. Bolt
6 ANNEXURE –I/C (b): CLOSURE CLAMP
87
RCC
CHAMBERS
FABRICATED
AND
THE
CHAMBERS
FOUND
AS
PER
THE
CHECKLIST.
7 ANNEXURE – I/C (c) : JOINT PIT
PRE - INSTALLATION CHECKLISTS FOR JOINT PITS
( R efer annexure for Drawing )
Date of Testing Contractor's name
Route Name Contractor Representative
Section AES-Carriers Representative
SL.NO
ITEMS UNDER CHECK
DESCRIPTION / SPECIFICATION
(A)
MATERIALS
REINFORCEMENT DETAILS 8 mm Dia. TOR STEEL Rods AT 100 mm C/C ON BOTH
DIRECTIONS
CONCRETE MIX 1:2:4
SIZE OF THE METAL IN PCC 20 mm
(B)
DIMENSION OF RCC
CHAMBER
HEIGHT OF THE CHAMBER 750 mm
INNER DIA. OF THE CHAMBER 900 mm
THICKNESS OF THE CHAMBER 50 mm
( C)
DIMENSION OF THE LID
DIAMETER OF THE LID 1000 mm
THICKNESS OF THE LID 50 mm
LIFT HANDLES
TWO Nos. SEPERATED FROM THE CENTRE EQUALLY ON
THE TOP OF THE LID FOR LIFTING PURPOSES
(D)
DIMENSION OF CLAMPS
& ACCESSORIES FOR
HOLDING JOINT
CLOSURES INSIDE THE
RCC CHAMBER
CLAMP MATERIAL GALVANIZED IRON STRIP
DESIGN
REFER DRAWING
(E)
DIMENSION OF DUCT
ENTRIES
DUCT ENTRIES INVERTED "U" CUT IN THE BOTTOM OF THE CHAMBER
HEIGHT OF THE "U" CUT FROM THE
BOTTOM OF THE CHAMBER
250 mm (AS PER NO OF DUCTS)
(F)
PHYSICAL CHECK
CURING OF JOINT PITS SHALL BE KEPT UNDER CURING FOR MINIMUM 14 DAYS
BEFORE SUPPLY TO THE SITES
WORKMANSHIP SHALL BE FREE FROM CRACKS AND DAMAGES BEFORE
INSTALLATION
SURFACES SURFACE OF THE CHAMBERS SHALL BE SMOOTH
LIFT HANDLES CHECK WHETHER THE HANDLES FOR LIFTING THE LID
IS BONDED INTO THE CONCRETE FIRMLY
CLAMPS REFER ANNEXURE FOR DRAWING.
DUCT ENTRIES DUCT ENTRY SURFACES SHOULD BE FREE FROM SHARP
EDGES
88
INSTALLATION CHECKLISTS FOR JOINT PITS
SL.NO
ITEMS UNDER CHECK
DESCRIPTION / SPECIFICATION
(I) JOINT
INSPECTION
IS
CARRIED
OUT
FOR
THE
(A)
INSTALLATION
DEPTH FROM THE TOP OF THE LID TO
THE NGL
1.0 m
PLACEMENTS
RCC CHAMBERS ARE TO BE INSTALLED ALONG THE
CENTER ALIGNMENT OF THE TRENCH AND DUCTS
DUCT ENTRIES
DUCTS FROM TWO DIRECTIONS SHALL BE ENTERED
INTO THE INVERTED 'U' CUT ENTRIES PROVIDED
DUCT ENTRIES ARE TO BE PLASTERED (ie NO GAP TO BE
OBSERVED)
(B)
PCC
DIMENSION OF THE CONCRETE JOINT PITS BOTTOM ARE TO BE CLOSED BY PCC 1:2:4
OF 50 mm THICK
PCC SHALL NOT BE CARRIED OVER DUCTS/CABLES
('C)
SIMPLE PLUGS/END
CAPS
CABLE DUCTS SIMPLE PLUGS ARE TO BE FIXED AT THE ENDS OF THE
CABLE CARRYING DUCTS
SPARE DUCTS END CAPS ARE TO BE FIXED AT THE ENDS OF THE
SPARE DUCTS
(D)
OFC STORING
COILING OF CABLES
SHALL BE NEATLY COILED,TIED WITH CABLE TIES
AND SHALL BE KEPT HORIZONTALLY IN RCC CHAMBER
NOTE : This Checklist Is to be filled at the time of Joint Inspection of RCC Chambers at Fabrication stage and also during Installation
stage by AES-Carriers & Contractor Representative. A signed copy is to be sent to Head-territory and also a copy to be produc
AES-Carriers REPRESENTATIVE CONTRACTOR REPRESENTATIVE
89
G.L G.L
LID Lift Handles
CABLE DUCT
SPARE DUCT
BOTTOM PCC INVERTED ' U' CUT
ENTRY FOR DUCTS
Points to Remember :
1. Cable loop inside the chamber should not be kept less than 10m. Ideal 20m and rest as per the ground conditions.
2. Check the earth bolt at the back of the Joint closure before splicing
3. The bottom of the chamber to be closed with PCC / go for Covered bottom during fabrication
4. Clamp the closure properly in position and avoid sharp bends while coiling the OF cable loops.
DIAGRAM SHOWING JOINT PIT WITH ALL INSTALLATION DETAILS
JOINT
CLOSURE
CABLE LOOP
1. 5
m
1.0
m
Depth
from
GL
to
Lid
1.8
M
90
re
to
nt
8 ANNEXURE – I/C (d): EARTH PIT SPECIFICATION
Copper rod Copper Lug to connect Sample of Braided copper
strip
SCHEMATIC DIAGRAM SHOWING EARTHPIT AND EARTHING CONNECTIONS
G.L. G.L.
Braided Copper Wi
connected
earth bolt in joi
closure
Copper Wire (6 mm D)
Braided Copper Strip 32mm width X 6mm Thick
Layers of salt & charcoal
600 mm
8 0
0 m
m
1 0
0 0
m m
6 0
0 m
m
91
9 ANNEXURE – I/D: CONCRETE CHAMBER FOR OFC LOOP
Intercity
Intracity
Five types of Precast Conical Chamber are broadly available.
I. Low Cost Pre-cast Concrete Conical Chamber(Small) -800mm (HH/Pull through) II. Pre-cast Concrete Conical Chamber(Medium) -1225mm (Splice Chamber) III. Pre-cast Concrete Conical Chamber(Large) -1950mm (For Multiple Cable Entry) IV. RCC cylindrical pipe Chamber V. Site-cast Concrete Chamber for West Region- 1200mm (Site Cast Chamber)
I. Low Cost Pre-cast Concrete Conical Chamber (Small):-
Low Cost Pre-cast Chambers shall be used as HH / Pull through Chambers at every 250 m.
Construction and Specifications are given below.
Technical Specifications and Drawing for Low Cost Pre-cast Conical Chamber:-
Product type: Low Cost Pre-cast Concrete Conical Manhole Chamber. Size: Height (With Cover) 800 mm.
Base Dia (Inner) 810 mm.
Top Opening (Inner) 550 mm.
Thickness of each ring 60 mm.
Thickness of Base Plate 60 mm.
Base Plate Dia (3/4 pieces) 1000 mm.
Material Used:M 30 Grade Concrete.
92
Reinforcement:
In the rings: 3 nos. of TOR Steel horizontal rings of size 8mm supported by 8mm TOR Steel bars. In the top ring 3 nos. of TOR Steel horizontal rings of size 8mm supported by 8mm TOR Steel bars.
In top Cover: Multiple nos. of TOR Steel bars both ways.
Single Layer: - 8mm TOR Steel bars.
The Top Cover guarded by M S Plate and provided two 12 mm hooks for lifting. Load Bearing: Suitable for 25 Tons (E.H.D. Cover Load as per IS: 12592 Specifications).
II. Pre-cast Concrete Conical Chamber (Medium):-
Pre-cast Chambers may be used in general OSP work in Intracity Routes. Depending upon the
strata and installation space available, size of this chamber may be reduced also just by removing
bottom precast ring.
Technical Specifications and Drawing for Pre-cast Conical Chamber (Medium):-
Product type: Pre-cast Concrete Conical Manhole.
Size: Height 1225mm.
Base Dia 1350mm.
Top Opening 780 mm.
Height of each ring 225 mm.
Thickness of each ring 52 mm.
Material Used M 30 Grade
Concrete.
Reinforcement:
In the rings: 2 nos. of TMT Steel horizontal rings of size 8mm @ 190 mm c/c supported
by 8mm TMT Steel bars. In the top ring 3 nos. of TMT Steel horizontal rings of size 8mm
@ 75 mm c/c supported by 8mm TMT Steel bars.
In top Cover: Multiple nos. of TMT Steel bars both ways in two layers.
Either Upper Layer: - 8mm TMT Steel bars @ 100mm c/c. Lower Layer: - 8mm TMT Steel bars @ 50mm c/c. Or Single Layer: - 10mm TMT Steel bars @ 70mm c/c.
The Top Cover guarded by Galvanized M S Plate and provided two 16 mm hooks for lifting. Load Bearing Suitable for an ultimate load of 35 tons (E.H.D. Cover Load as per ISI: 12592
Specifications).
93
Pre-cast Concrete Conical Chamber (Medium)
III. Pre-cast Concrete Conical Chamber (Large):-
These Pre-cast Chambers are generally used in Intracity Network at strategic locations only where
OFC is required to be entered from multiple directions at least 4 directions (e.g.:- Core BTS Site,
BSC, MSC, RBSC). Depending upon the strata and installation space available, size of this
chamber may be reduced also just by removing bottom precast ring.
Technical Specifications and Drawing for Pre-cast Conical Chamber (Large):-
Product type: Pre-cast Concrete Conical Manhole.
Size: Height 1950mm.
Base Dia 1690mm.
Top Opening 770-780 mm.
Height of each ring 225 mm.
Thickness of each ring 50-52 mm. Material Used M 30 Grade Concrete.
Reinforcement
In the rings: 2 nos. of TMT Steel horizontal rings of size 8mm @ 190 mm c/c supported by 8mm
TMT Steel bars. In the top ring 3 nos. of TMT Steel horizontal rings of size 8mm @ 75 mm c/c
supported by 8mm TMT Steel bars.
In top Cover: Multiple nos. of TMT Steel bars both ways in two layers.
EitherUpper Layer: - 8mm TMT Steel bars @ 100mm c/c.
Lower Layer: - 8mm TMT Steel bars @ 50mm c/c. Or Single Layer: -
10mm TMT Steel bars @ 70mm c/c.
The Top Cover guarded by Galvanized M S Plate and provided two 16 mm hooks for lifting.
Load Bearing Suitable for an ultimate load of 30 tons (E.H.D. Cover Load as per ISI: 12592
Specifications).
94
Pre-cast Concrete Conical Chamber (Large)
95
IV. RCC cylindrical pipe Chamber:-
Technical Specifications for RCC Cylindrical pipe chamber:-
Product type: RCC Cylindrical pipe made by spun concreting chamber.
Size: Height (Without cover) 600 mm.
Inner Dia 750 mm.
Outer Dia 900 mm.
Thickness of cover 100 mm. Wall thickness. 70-100 mm.
Reinforcement
In the RCC Cylindrical pipe chamber: TOR steel of size 12mm steel reinforcement in both
directions.
In Top cover (Lid): Lid of RCC having 100 mm or more thickness, 10/12 mm steel reinforcement
in both the direction single layer.
The Top Cover guarded by MS Plate and provided two 12mm hooks for lifting
Load bearing: Suitable up to 25 Tons.
Material used: M 30 grade concrete.
96
V. Site-cast Concrete Vertical Chamber :-
Alternate to Conical Chambers are Site Cast Chambers and are used in West Region (Maharashtra). These chambers have single body structure and a split lid.
Technical Specifications to be as per below dimension:-
650mm
150mm
B 100mm
H
1000mm
600mm A
800mm
850mm
Dimension for square
Dimension for cover square chamber
97
Construction and Specifications for square chamber
Height:- 1200mm Wall Thickness:- 150mm (with Iron rod 8mm reinforcement in both directions at 10mm distance)
Length x Width:-1300x800mm
Lid: - Split Type 50mm thick, with Iron rod 8mm reinforcement in both directions at 10mm distance.
Lid Should be cast in 3mm thick GI Sheet tray to avoid distortion & corner/casting damage by travelling
of vehicles (Dimension as per the lid size)
Note: - Dimensions Variation can also be accepted based on actual site conditions with justified
reason.
98
Specification and Standards
Riser Cable 12F: In Riser Cable we will use the 12F/24F cable w.r.t to the Requirement. 12F/24F is Used Depends upon the no. of Floors in the Tower along w.r.t. to the no. of Customers .The Specifications for the Cable is Mentioned Below.
Riser Cable 12F :
99
Riser Cable 24F :
100
Fiber Distribution Management System (Wall-Mount FDMS): A FDMS
manages the fiber connections from outside of fiber rack to the fiber routers. Fiber cable duct containing many fibers come from far end sites and terminate on FMS using splicing technology. FMS has fiber in and fiber out ports.
101
Optical Distribution Frame 96F/144F (ODF): An optical distribution Frame
(ODF) is a frame used to provide cable interconnections between communication facilities, which can integrate fiber splicing, fiber termination, Fiber optic adapters & connectors and cable connections together in a single unit
144 ODF:
102
Specification and Standards
Fiber Access Termination Box (16F, 32F) Over View : The FAT-Box is a wall
Mounted or Pole Mounted fiber distribution box with or Without Splitter ,indoor or Outdoor application . The FAT- Box adopts ABS+PC Material. It Provides Function such as Direct Splicing,branching ,Straight through , Splitting and Fiber terminations.
Splice Area (32F):
Splitter Splice tray
TNL/FTTH/Spec-Ver-01-Nov-16
Drop cable ports Distribution cable ports
AN
103
SPECIFICATIONS
FOR
FIBRE MANAGEMENT SYSTEM
Document No: 002
ITI Limited / OFC-DS – 05-03-2020 - 01)
APPROVED NETWORK ITEM
Issued by:
Corporate Network planning team
Update Issue: 02, Dated: 5th
March 2020
Name Designation Date Signature
Prepared By:
Checked By:
Approved By:
AN
104
IMPORTANT
ALL RIGHTS RESERVED AND NO PARTS OF THIS
DOCUMENT
MAY BE REPRODUCED, STORED IN A RETRIEVAL SYSTEM, OR
TRANSMITTED, IN ANY MEANS, WITHOUT PERMISSION FROM
ITI Limited.
AN
105
SL NO CONTENTS
1 GENERAL REQUIREMENTS
2 OPERATIONAL REQUIREMENTS
3 MECHANICAL REQUIREMENTS
4 OPTICAL FIBRE SPLICING FIELD
5 PATCH PANEL SECTION
6 TESTS TO BE CONDUCTED
7 DIMENSIONS
8 QUALITY REQUIREMENTS
9 PACKING REQUIREMENTS
10 DRAWINGS
AN
106
1. SCOPE:
Fiber Management System shall provide management of large volume of Optical Fibers of a cable or number of cables in a consistent and in structured manner. It shall provide interface between the buried / aerial multiple fiber cable and optical equipment installed in the exchanges / repeater stations. It shall also provide facilities for reconfiguration, expansion and testing.
This document describes the generic requirements of Termination Box for Metal free and Armored Optical fiber Cable suitable for terminating armored and metal free optical fiber
cable coming from the line and connecting the optical fibers to the Pigtails by splicing. The
other end of the pigtails is to be terminated at fiber Distribution Frame. It shall also permit branching and re-routing fiber cables. It shall store extra length of pigtails and fibers
coming from the line for re-arranging in case the need arise.
2.0 GENERAL REQUIREMENTS :
2.1 The Fiber Management System (FMS) shall be manufactured as per the latest state of art technology and its construction should be robust & rigid for all conditions of operation adjustment, replacement, storage, if required customization as per site requirement and transport etc. also it should compile to meet TEC/GR/TX/OFJ/-
01/05/Nov -09. (5th Issue) or any other latest issue by TEC.
2.2 It should conform to Para 12 of BSNL QA document no. QM 333 (1990)—Specification for environmental testing of electronic equipment’s for transmission and switching use.
2.3 The Fiber Management System shall be supplied with 1.5 meter length of single
mode SC/APC pigtails having field diameter of 9 microns and secondary coating
(Nylon) thickness of 900 microns. The pigtail should be of very high quality
meeting the Insertion Loss requirement of less than 0.15 db per connector &
Return Loss of greater than 80 db with Tuned ferrule. The manufacturer shall use
special process called “Tuning of the Ferrule” to achieve consistence in random
mated results. I should meet IEC 61300-3-34 for Attenuation grade for return loss
grade must meet IEC 61300-3-6 for (mated).
2.4 The Fiber Arrangement System shall be interchangeable with in the access network environment. FMS shall be accessible for operation, testing and easy handling from both front and rear sides.
2.5 The FMS shall provide the front access to adaptors and to splice trays & pigtails. FMS shall able to work in saline atmosphere in coastal areas and should be protected against from corrosion.
2.6 A grounding fixture shall be provided to make metallic connection on the body of termination box for proper grounding.
AN
107
3.0 OPERATIONAL REQUIREMENTS :
The manufacturer shall guarantee the satisfactory performance of the equipment without
any degradation in performance up to at an altitude of 3,000 meters.
3.1 The FMS shall provide positive fiber management i.e. the facilities to carry out the
expansion, reconfiguration etc. without disturbing or effecting the existing fibers
already in use or inflicting any damage to pig tails, patch cords, optical fiber cables and
fiber splices during normal cable and element handling. The FMS shall be able to
accommodate all types of optical fiber cable structures adopting different construction
practices.
3.2 The FMS shall have sufficient provision for slack management for storing the extra length of optical fiber cables, optical fibers, pig tails and patch cords and shall not experience the bend below critical bend radius.
3.3 The provision shall be provided to hold the optical fiber cable along with the strength member. Identification mechanism of incoming and outgoing cables / loose tubes / pig tails / patch cords / fibers and connectors / adaptors shall be provided.
4.0 MECHANICAL REQUIREMENTS:
4.1 The FMS cabinet shall be manufactured with 1.2 mm for 1U, 2U and 3U, 4U is 1.6
mm thick CRCA steel, Zinc plated and powder coated. The thickness of the powder
coating should be in between 80 and 100 microns. Access from both front & rear sides
and provision for cable entry from left & right sides shall be provided.
4.2 The capacity of Adapter plate and Splice Tray shall be as per Cable loose tube
construction to facilitate easy identification & maintenance. (Example: For 4 fibers
per loose tube cable configuration, the FMS shall be provided with an adapter plate
capacity of 4 adapters per plate & 4 fibers per each splice tray).
5.0 OPTICAL FIBRE SPLICING FIELD:
5.1 The FMS shall be provided with Splice Trays mounted on the Telescopic with
front access.
5.2 The Pigtails shall be pre-assembled and routed through buffer tube before they enter splice tray. Splice tray shall hold buffer tube tightly. Proper minimum bend radius is ensured while routing 900 micron Pigtails. Manufacturer shall use ITI Limited Approved pigtails only.
5.3 Colored Transport tubes shall be provided to guide and protect the fibers from
termination point of the cable to the entry port of the cassette. The transport tube
shall be of non-kinking type shall not effect primary coated fibers. Colored
Transport tubes shall be used as per ITU color code standard.
AN
108
5.4 Proper Identification Marking shall be provided on pigtail connector end, loose
end and on buffer tube. Adapter plate capacity shall be as per cable loose tube
construction.
5.5 A system of cassettes or trays shall be provided to organize fibers on which the junctions and
extra length of fibers shall be placed after splicing. The trays shall be non-metallic, Gray
colored and shall be made with ABS material. The fiber organizer system shall be built in such
a way as to offer the facilities of its movement about a hinge similar to turning a page in a
book and it shall offer easy access to each tray such that working with fibers and splices in any
one of tray shall not disturb the traffic in the fibers on the other trays.
5.6 The splice holder provided shall be able to hold heat-shrinkable splices. The heat shrinkable sleeves shall be molded type and shall have characteristics of fungus and UV resistance.
5.7 Slots of the splice tray shall be able to fix the splice protection sleeves (Fusion
Type) in such a way that they will not shift or move inside the splice tray or come
into conflict with the fiber coils once fixed in a slot of the tray. The slots shall not
cause any stress or strain neither on slice protection sleeves nor on the optical
fibers. Provision shall be made to take any individual fibers out of the splice tray
for repair during normal operation without damaging the remaining fibers.
6.0 Fiber Management System:
6.1 Fiber Organizer
6.2 These blocks shall be used to organize fibers, splice etc and shall have following basic features:
i. Pre-assembled and pre-tested ii. Click on Sub assemblies (Snap fit) iii. Controlled organizer hinging
6.3 A system of cassette or trays shall be provided on which the splice and the extra length of fibers,
after splicing, shall be placed (fiber organization). Fiber organizer trays facilitate proper storage of
fiber and fiber splices. The tray design shall be such that fiber is stored securely and without
stresses so that it does not fall out of the tray when the tray is moved about its hinge.
6.4 The fiber Organizers (cassettes) system shall be built in such a way as to offer the
facilities of its movement about a hinge similar to turning a page in a book and its shall offer
easy access to each tray such that working with fibers and splices in any one of tray shall not
disturb the traffic in the fibers on the other trays. This shall ensure to splice all fibers of the
cables in predetermined order.
6.5 Size of the Cassette or tray:
I. Length 250mm (Minimum) II. Width 95mm(Minimum)
III. Capacity of splice tray ( Fiber organize)
AN
109
Type of cable Splice trays Fiber splice/tray
6fiber 1 6
12 fibers 2 6
24 fibers 4 6
48 fibers 4 12
96 fibers 4 24
6.6 The minimum bending diameter allowed for the fiber coils inside the splice trays shall be at least 70 mm.
6.7 Splice trays shall allow for coiling of fibers with primary (0.250 mm) and secondary (0.9 mm) coating.
6.8 Arrangement to hold 12 spliced protection sleeves in the splice tray shall be provided. Splice protection sleeves (heat-shrink type, up to 61±1 mm in length and up to 3mm in diameter) used for the protection of the splice shall meet the requirement as per TEC/GR/TX/OFJ/-01/05/Nov -09.
6.9 Note: The length of splice protection sleeves may be 61±1mm.
6.10 Slots on the splice tray shall be able to able to fix the splice protection sleeves in such a way that they will not shift or move inside the splice tray or come into conflict with the fiber coils once fixed in a slot to the tray. The slots shall not cause any stress or strain neither on splice protection sleeves nor on the optical fibers.
6.11 The fastening arrangement for entry of the fibers into the splice tray shall be suited to secondary
coated fibers and primary coated fibers in tubes, without there being any risk of bending loss
or damage to the fibers to the secondary tubes. The fastening arrangement shall allow unhindered moving of trays without inflicting any transient losses on the fibers on the trays being moved.
6.12 It shall be possible to hold the buffer tubes/pig tails and pigtails at the entry and exit point of the splice tray. No. PVC or adhesive tape is permitted to hold fiber and loose tube.
AN
110
6.13 It shall be possible to take any individual fiber out of the splice tray for repair during normal operation without damaging the remaining fibers.
6.14 Splice tray shall be fixed inside the termination box in such a way that it shall be impossible for them to be loosen once fixed or to shift or move in any way.
6.15 Each tray should have the capacity to store all the primary/secondary coated fibers from one tube and this shall not be less than twelve.
6.16 The optical fiber organizer shall provide storage space of slack fiber from the cables for realignment and rejoining. It shall possible to store 900 mm to 1500 mm of fibers and pigtails in each tray maintaining a minimum bend radius of 35 mm.
6.16 Splice trays shall be non-metallic made of ABS material (as per Annexure – II) and so designed that they shall not harm the fibers from sharp edges etc.
6.18 The Quantity of splice trays in the termination box shall be supplied as per the number of fibers in particular cables and to be supplied accordingly unless otherwise specified shall be possible to install additional trays without affecting the working fibers at a later date for up gradation in the field.
6.19 The suitable bend controls shall be provided to ensure proper guiding of pig tails.
3.3.1.18 the splice holder shall be able to hold heat – shrinkable splice protectors.
The manufacturer shall give the details of the protection sleeves to be used for the
protection of the splice. The heat – shrinkable splice protection sleeves shall be as
per the TEC GR no. G/PTS-01/02 APR 2006. The splice trays shall be absolutely
plain, and shall be free from any protruding moulding residual materials.
7.0 PATCH PANEL SECTION:
7.1 The FMS shall be provided with Adapter plates pre-mounted with SC–APC or as
per design requirement type of adaptors from 12 to 72 depending on the
requirement. The adaptors used shall be of Rectangle Flanged type and should
have Zirconia Ceramic material sleeve. The manufacturer shall use ITI Limited
Approved make adaptors only. The typical loss of adapters to meet the requirement
of less than +/-0.02 db.
7.2 The FMS shall be provided with a Telescopic type Route Matrix for marking route 7.3 & other critical details.
7.4 The Adapters shall be accessed from front and proper identification for adapter shall be provided. Necessary protection for the patch cord with Transparent Acrylic sheet shall be required for 3U and 4U.
8.0 TESTS TO BE CONDUCTED:
8.1 Physical Inspection: Fiber Management System shall be examined physically for
the workmanship and design. It shall be checked for any flaws, defects, cracks visible
to naked eye. Workmanship inside the FMS shall be inspected and routing of cables
shall also be checked. Dimensions of the Rack, patch cord, Pigtail, Adaptors & splice
trays assembly shall be inspected.
AN
111
8.2 Variation in Attenuation (Residual loss): This test shall be conducted to check
the effec of the use of fiber organizer and other arrangement on the transmission of
optical fibers in assembled condition. Attenuation of the un-looped fibers and after
arrangement on the tray and stabilization time of one hour shall be measured at
1550 nm. The change in attenuation shall be in the limits of ± 0.05 dB.
8.3 Vibration Test for Pigtail/Patch cord: This test shall be conducted in three planes
and two hours in each axis with a sweep of (10 – 30) Hz ± 2% at 1 octave ± 10%
per minute and
8.4 Sine sweep : (10 – 28) ± 1 Hz 0.1” (2.5 mm) Double amplitude
8.5 Sine sweep : (28 – 300) Hz ± 2% max. 4 g Acceleration
9 There shall be no visible flaws or defects after the test. Change in connection loss due to vibration should be < 0.05Db
10 (iii)Supplier should provide the 3rd party inspection report from competent authority.
11 Mechanical endurance test: The purpose of this test is to evaluate the effects of
12 Successive cycles of engagement & separation on a specific coupling mechanism, number of connections & disconnections shall be 1000 times.
13 Change in the attenuation shall not exceed the specified value i.e. 0.05 dB per connector.
14 Repeated Bending test for the Pigtail: 15 This test is conducted to check the ability of optical fiber connectorised cable to with
stand bending on 3mm Jacketing cable However the fiber make should be same make with 900 microns.
16 No of cycles: 1000
17 Speed: 10 cycles per minute
18 Load: NIL
19 Pully dia meter: 100mm
20 Change in the attenuation during and after the test shall be <0.05dB.
Standard Requirements
Sl Category Results 1 Insertion loss (IL) ≤ 0.15 dB 2 Insertion loss (IL) typical value ≤ 0.07 dB 3
Return loss (RL) ≥ 80 dB Typical ≥ 90 dB
4 Laser power, inserted ≤ 2 W IEC61300-2-14, 500h, 23° C
5 Sleeve Material
Ceramic preferred Or Zirconia Ceramic
6 Insertion Loss (IL) Delta 0.1 dB IEC61300-3-4
AN
112
Dimensions:
Parameter 12/24F 48F
1U X 450 MM X 300 2U X 450 MM X 300
Dimensions MM MM
96F 4U X 450 MM X 300 MM
AN
Read, understood and complied with Signature of the Bidder Page 113 of 132
Above all with +/- 5% tolerance.
21. QUALITY REQUIREMENTS:
22 The Optical product shall be capable of meeting all the technical requirements mentioned in this standard along with Latest TEC ,IEC & Telechordia spec including if any amendments herein.
23 All the test procedures shall be as per latest TEC, IEC & Telechordia standards.
24 ITI Limited reserves the right to audit Supplier's quality assurance standard
procedures & to inspect all finished materials at Supplier's plant prior to shipment.
25 The Supplier must acknowledge that he is fully responsible for the quality of the equipment/Product being supplied.
26 In the event of not having the facilities for conducting the required performance tests, Supplier has to arrange Accredited third party laboratory testing and costs for such type of Testing shall be borne by the Supplier.
27 The raw materials used are to be from ITI Limited approved sources and by recognized qualification bodies and list / results are to be submitted.
28 The equipment shall be manufactured as per the guidelines given in the respective
Quality manuals / Quality Plan of the manufacturer.
29 The material will be inspected by ITI Limited QA representatives in
Supplier premises as on when requirement bases.
30 ITI Limited, reserves the right to audit Supplier's quality system procedure & to inspect all finished materials at Supplier's premises prior to shipment. So, supplier has to inform ITI Limited - QA well in advance.
31 All routine/ process environmental tests conducted are to be copied to ITI Limited QA prior to shipment. However each shipment shall accompany the final test report of the product.
32 PACKING REQUIREMENTS:
The Fiber Management System shall be wrapped with a polythene cover and shall be packed in a carton box with sufficient packing of thermo Cole in all the sides. This box shall be packed in a wooden crate to provide adequate protection during transportation.
33. DRAWINGS: This was mandatory requirement the vendor has to attach the
finalized and agreed drawings duly signed by both the vendor and ITI Limited
Authorities.
END OF SPECIFICATION
AN
Read, understood and complied with Signature of the Bidder Page 114 of 132
ANNEXURE-II
PROFORMA OF BANK GUARANTEE FOR PERFORMANCE
(On non – judicial stamp paper of value not less than 100 /-)
The non-judicial stamp paper should be in the name of
issuing bank
Ref. Bank Guarantee No.
Date. ..................... 20 .
The Dy. General Manager (A) NS Unit, ITI Limited East Wing Dooravaninagar, Bengaluru - 560 016.
Dear Sirs,
In consideration of the ITI Limited, (herein after referred to as ‘ITI’ which expression
shall unless repugnant to the Context or meaning thereof include its successors,
administrators and assigns) having awarded to
M/s. with its Registered/Head office at
(here in after referred to as the 'Project Implementation
Agency' (PIA) which expression shall unless repugnant to the context or meaning
thereof, include its successors, administrators, executors and assigns), a LoI dated
and the same having been unequivocally accepted by
the PIA resulting in a "LoI"
bearing No. dated valued at
AN
Read, understood and complied with Signature of the Bidder Page 115 of 132
for (Scope of LoI) and the PIP
having agreed to provide a performance guarantee for the faithful performance of the
entire LoI equivalent to -----% (-------- percent) of the said value of the LoI to the company.
We having
(Name and Address)
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 ITI, on
demand any and all monies payable by the PIA to the extent of
as aforesaid at any time up to
(days/month/year) without any demur, reservation,
recourse or protest and/or without any reference to the PIA Any such demand
made by the ITI on the Bank shall be conclusive and binding not withstanding any difference
between ITI and the PIP or any dispute pending before any court, tribunal or any
other authority .The Bank undertakes not to revoke this guarantee during its currency
without previous consent of the ITI and further agrees that the guarantee herein contained
shall continue to be enforceable till the ITI discharges this guarantee.
The ITI shall have the fullest liberty without affecting in any way the liability of the Bank
under this guarantee from time to time to extend the time for performance of the contract by
the PIP. The ITI 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 PIP, and to exercise the same any time in any manner,
and either to enforce or to for bear to enforce any covenants, contained or implied, in the
contract between the ITI or any other course of or remedy or security available to the ITI.
The Bank shall not be released of its obligations under these presents by any exercise by
the ITI of its liberty with reference to the matters aforesaid or any of them or by reason of
any other acts of omission or commission on the part of the ITI or any other indulgence
shown by the ITI or by any other matters or thing whatsoever which under law would, but for
this provision, have the effect of relieving the Bank.
The Bank also agrees that the ITI 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
PIP and not withstanding any security or other guarantee that the ITI.
have in relation the PIP's liabilities.
Notwithstanding anything contained here in above our liability under this guarantee is restricted
to and it shall remain in force upto and including
* * and shall be extended from time to time for such period (not
exceeding one year), as may be desired by M/s. whose behalf
this guarantee has been given.
Dated this day of 202 at
AN
Read, understood and complied with Signature of the Bidder Page 116 of 132
.
WITNESS
-------------------------
Signature ---------------
Signature (Name)
-------------------------------------- (Name)------------------
Official address
--------------------------------------------Designation with Bank stamp
Attorney as per power of Attorney
No. -----------------------
Dated ----------------------------
AN
Read, understood and complied with Signature of the Bidder Page 117 of 132
Annexure-III
(FORMAT FOR THE BID SECURITY/ EMD)
(To be typed on Rs.100/- non-judicial stamp paper) To
ITI Limited, Dooravaninagar, Bangalore-560016.
Sub: Bid Security/EMD guarantee.
Whereas ............................................... (herein after referred to as Bidder) has approached
us for Giving Bank Guarantee of Rs./-(Rupees Only) (here after known as the“ B.G.
Amount”) valid up to ………. (hereafter known as the “Validity date”) in favour of ITI
Limited, Bangalore Herein after referred to as ITI) for participation in the tender of work
of………………..…Now at the request of the Bidder, We Bank
…………………………Branch having ………………………………………… ……….
.……………………………………. (Address) and Regd. office address as ………
………...……………………………………………………………………… ………
……… …………… (Hereinafter called ‘the Bank’) agrees to give this guarantee as
hereinafter contained:
1. We the Bank do hereby undertake to pay the amounts due and payable under this guarantee
without any demur, merely on a demand from the ITI stating that the amount claimed is due by way
of loss or damage caused to or would because door suffered by the ITI by reason of breach by the
said BIDDER of any of terms or conditions contained in the said Agreement or by reason of the
BIDDER failure to perform the said Agreement. Any such demand made on the bank shall be
conclusive as regards the amount due and payable by the Bank under this guarantee where the
decision of the ITI in these counts shall be final and binding on the bank. However, our liability
under this guarantee shall be restricted to an amount not exceeding the “B.G. Amount”.
2. We undertake to pay to the ITI any money so demanded not withstanding any dispute or
disputes raised by the BIDDER in any suit or proceeding before any court or tribunal relating
thereto our liability under this present being absolute and unequivocal. The Payment so made by us
under this bond shall be valid discharge of our liability for payment there under and the BIDDER
shall have no claim against us for making such payment.
3. We the Bank further agree that the guarantee herein contained shall remain in full force and
effect during the period that would be taken for the performance of the said agreement and that it
shall continue to been forceable till all the dues of the ITI under or by virtue of the said Agreement
have been fully paid and its claims satisfied or discharged or till ITI certifies that the terms and
conditions of the said Agreement have been fully and properly carried out by the said BIDDER and
accordingly discharge this guarantee. Unless a demand or claim under this guarantee is made on us
in writing or before the expiry of Validity date from the date hereof, we shall be discharged from all
liability under this guarantee thereafter.
4. We the Bank further agree with the ITI that the ITI shall have the fullest liberty without our
consent and without affecting in any manner our obligations hereunder to vary any of the terms and
AN
Read, understood and complied with Signature of the Bidder Page 118 of 132
conditions of the said Agreement or to extend time of performance by the said BIDDER from time
to time or to postpone for any time or from time to time any of the powers exercisable by the ITI
against the said BIDDER and to for bear or enforce any of the terms and conditions relating to the
said agreement and we shall not be relieved from our liability by reason of any such variation, or
extension being granted to the said BIDDER or for any forbearance, act or omission on the part of
the ITI or any indulgence by the ITI to the said BIDDER or by any such matter or thing whatsoever
which under the law relating to sureties would, but for this provision, have effect of so relieving us.
5. Notwithstanding anything here in contained;
(a) The liability of the Bank under this guarantee is restricted to the “B. G. Amount” and it will
remain in force up to its Validity date specified above.
(b) The guarantee shall stand completely discharged and all rights of the ITI under this Guarantee
shall be extinguished if no claim or demand is made on us in writing on or before its validity date.
6. In case ITI demands for any money under this bank guarantee, the same shall be paid through
banker’s Cheque in favour of “ITI Limited, Bangalore” payable at Bangalore.
7. The Bank guarantees that the below mentioned officer who have signed it on behalf of the Bank
have authority to give this guarantee under its delegated power.
Notwithstanding anything contained herein: 1. Our liability under this Bank Guarantee shall not Rs. /- (Rupees Only)
2. This Bank Guarantee shall be valid up to…..
3. We are liable to pay the guarantee amount or any part thereof under this Bank Guarantee only if
you serve upon us a written claim or demand on or before……………
(date of expiry of guarantee)
Place: ……………………………
Date:………………………….. (Signature of the Bank Officer)
Rubber stamp of the bank
Authorized Power of Attorney Number: Name of the Bank officer:
Designation:
Complete Postal address of Bank: Telephone Numbers.
Fax numbers
AN
Read, understood and complied with Signature of the Bidder Page 119 of 132
Annexure-IV
Non-Disclosure Agreement (Between M/s ………. & ITI Ltd )
This Agreement is made between:
xxxxx, a Company incorporated under the Companies Act, 1956, having its Registered Office at
……………………………………………, CIN No - …………………………….. (hereinafter
referred to as “XXX” which shall include its successors and permitted assigns, herein after referred
to as IP);
and
ITI Limited, a Company incorporated under the Companies Act, 1956 having its Registered &
Corporate Office at ITI Bhavan, Dooravaninagar Bangalore - 560016, INDIA, CIN No:
L32202KA1950GOI000640 (hereinafter referred to as “ITI” which shall include its successors and
permitted assigns).
xxxxxxxxxxxxx and ITI are hereinafter also referred to individually as “Party” and collectively as
“Parties”.
Background:
The Parties are evaluating and negotiating a potential contractual relationship, subject to mutually
agreed definitive agreement, as per Tender No. ---------------due on ……. issued by ITI Limited for
“……………………………………………………………………………………………” (the
"Project").
(A) XXX may in these evaluations and negotiations disclose certain Confidential Information (as
defined below) to Company;
(B) The Parties agree that the disclosure and use of Confidential Information is to be made on the
terms of this Agreement.
The Parties agree as follows:
1 Definitions
In this Agreement, the following definitions apply:
"Affiliate" means, at the time of disclosure of any Confidential Information, any legal entity that
directly or indirectly controls, is controlled by, or under common control with, a Party.
"Agreement" means this Non-Disclosure Agreement, as amended from time to time under Section
8.
"Confidential Information" means any information that is disclosed or made available in any form
by XXX to Company, or that Company has gained knowledge from XXX as a result of this
Agreement, but only if:
(a) such information is disclosed by XXX in writing, it is marked as confidential on disclosure;
(b) such information is disclosed by XXX orally, it is identified as confidential on disclosure;
(c) such information is disclosed in any other manner, it is designated in writing as confidential on
disclosure; or
(d) the nature of such information otherwise makes it clear that it is confidential;
but excludes information that:
(e) is or becomes publicly available, except by an act or omission of Company,
AN
Read, understood and complied with Signature of the Bidder Page 120 of 132
(f) is demonstrably developed at any time by Company without use of such information, or
(g) is lawfully obtained at any time by Company from a third party without restrictions in its
disclosure or use.
"Project" means the project defined under (A) in "Background".
"Purpose" means the evaluations and negotiations of a contractual relationship between the Parties
for the Project.
2 Non-disclosure of Confidential Information
2.1 Subject to Section 4, Company must not disclose Confidential Information to any third party.
2.2 Company is liable for:
2.2.1 its loss or its unauthorized disclosure of Confidential Information, and
2.2.2 any loss or unauthorized disclosure of Confidential Information by any person that
Company may disclose and has disclosed Confidential Information to under this Agreement.
2.3 But Company is not liable under Section 2.2 if both of the following conditions are fulfilled:
2.3.1 Company has used the same degree of care in safeguarding the Confidential Information as
it uses for its own similar confidential information, but not less than a reasonable degree of care;
and
2.3.2 Company notifies XXX immediately after it becomes aware of such inadvertent or
unauthorized disclosure and takes reasonable measures to mitigate the effects of such disclosure and
to prevent any further disclosure.
3 Use of Confidential Information
3.1 Company shall only use the Confidential Information for the Purpose.
3.2 The Confidential Information is provided “as is” without warranty of any kind and will remain
the property of XXX.
3.3 Nothing in this Agreement assigns or transfers XXX’s intellectual property rights in any
Confidential Information to Company.
4 Permitted Disclosure of Confidential Information
4.1 Company may only disclose Confidential Information to its employee, consultant or Affiliate if
the disclosure is necessary for the Purpose.
4.2 Company may disclose Confidential Information to its Affiliate or consultant, and the Affiliate
or the consultant is entitled to use the Confidential Information, but only if:
4.2.1 the Affiliate or consultant uses the Confidential Information to the same extent as Company
may under this Agreement; and
4.2.2 Company undertakes that any Affiliate or consultant that receives Confidential Information
will comply with this Agreement or with separate confidentiality obligations as restrictive as this
Agreement.
4.3 Subject to 4.2, Company may disclose Confidential Information to any other third party, but
only if:
4.3.1 XXX consents in writing before disclosure; and
4.3.2 Company undertakes that any such third party that receives Confidential Information will
comply with this Agreement or confidentiality obligations as restrictive as this Agreement.
4.4 Company may disclose Confidential Information if:
4.4.1 such disclosure is in response to a valid order of a court or any other governmental body
having jurisdiction over this Agreement, or
AN
Read, understood and complied with Signature of the Bidder Page 121 of 132
4.4.2 such disclosure is otherwise required by law or the rules of any stock exchange on which
the shares or other securities of either party or its Affiliates are listed,
but only if (to the extent possible) Company has first given prior written notice to XXX and made
reasonable efforts to protect the Confidential Information on such disclosure.
5 Copying and return of furnished instruments
5.1 Company may not copy any instruments furnished by XXX and containing Confidential
Information, unless and to the extent necessary for the Purpose.
5.2 Any models, computer programs, documents and other instruments containing Confidential
Information remain XXX's property. Company shall at its own cost return or destroy any such
instruments or its copies at XXX's request.
6 Non-disclosure of negotiations
Subject to Section 4, neither Party may disclose to any third party the fact that the parties are
evaluating and discussing the Project, without the other Party’s consent. This undertaking survives
the termination of this Agreement.
7 Term and termination
7.1 This Agreement comes into force on the day that both Parties duly sign it. But this Agreement
applies to any Confidential Information that may have been disclosed before this time in connection
with the Purpose.
7.2 This Agreement terminates Five (5) years after the date both Parties signed it or earlier, if it is
superseded by stipulations of any future agreement between the Parties for the Project or if the
Parties decide to end the Project. Notwithstanding the above, the rights and obligations set forth in
this Agreement which have accrued prior to termination shall survive the termination or earlier
expiration of this Agreement for a period of five (5) years.
8 Amendments
This Agreement may only be amended or modified by written agreement between the Parties.
9 Governing law and arbitration
10 ARBITRATION
10.1 The Parties shall make best efforts to settle any/all disputes amicably within 30 days of
communications thereof.
10.2 All disputes or differences whatsoever, arising out of this NDA including the interpretation
of any provisions shall be settled by arbitration in accordance with the provisions of Indian
Arbitration and Conciliation Act, 1996. The Arbitration panel contains three Arbitrators, one to be
appointed by the ITI and the other by XXX and the third Arbitrator shall be appointed by
Arbitrators appointed as above. The decision of the Arbitrators will be binding on all the Parties to
this NDA. The language of the Arbitration Proceedings shall be English. The place of Arbitration
Proceedings shall be Bangalore, India.
10.3 The above clauses on Arbitration shall survive for three (03) years even after the
expiry/termination of NDA.
10.4 It is expressly understood and agreed by and between XXX and ITI that ITI is entering into
this NDA solely on its own behalf and not on behalf of any other person or entity. In particular, it is
expressly understood and agreed between the Parties that the Government of India is not a party to
this NDA and has no liabilities, obligations or rights hereunder. It is hereby expressly understood
and agreed that ITI 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 general principles of Contract Law.
AN
Read, understood and complied with Signature of the Bidder Page 122 of 132
ITI represents and XXX expressly agree, acknowledge and understand that ITI is not an agent,
representative or delegate of the Government of India. It is further understood and agreed between
the Parties that the Government of India is not and shall not be liable for any acts, omissions,
commissions, breaches or other wrongs arising out of the contract. Accordingly, XXX hereby
expressly waive, release and forego any and all actions or claims, including cross claims, impleader
claims or counter claims against the Government of India arising out of this contract and covenants
not to sue the Government of India as to any manner, claim, cause of action or thing whatsoever
arising of or under this NDA.
The Parties have signed two identical copies of this Agreement and have taken one copy each.
For and on behalf of For and on behalf of
ITI Limited XXXXXX
(Authorized Signatory) (Authorized Signatory)
Name: Name:
Designation: Designation:
AN
Read, understood and complied with Signature of the Bidder Page 123 of 132
Annexure-V
PRE-CONTRACT INTEGRITY PACT
GENERAL
This pre-bid pre-contract agreement (hereinafter called the Integrity Pact) is made on day of
………….... the month of ……..., between, ITI Limited, ITI Bhavan, Dooravaninagar, Bangalore
– 560016, India, (hereinafter called the "ITI", which expression shall mean and include, unless the
context otherwise requires, his successors in office and assigns) of the First Part and M/s
…………….……. (address of the intending bidder) (hereinafter called the "Bidder " which
expression shall mean and include, unless the context otherwise requires, his successors and
permitted assigns) of the Second Part.
WHEREAS the BUYER proposes to invite Expression of Interest (EoI) for selection/ empanelment
of technology partner for a technical tie-up with ITI for the marketing/manufacturing of
………………. ….. (name of the product) and the IP is willing to participate in the EoI as per the
terms and conditions mentioned thereon;
WHEREAS the IP is a private company/public company/Government undertaking/partnership
company (strike off whichever is not applicable), constituted in accordance with the relevant law in
the matter and the BUYER is a PSU under the Department of Telecommunications, Ministry of
Communications & IT, Government of India.
NOW, THEREFORE,
To avoid all forms of corruption by following a system that is fair, transparent and
free from any influence/prejudiced dealings prior to, during and subsequent to the
currency of the contract to be entered into with a view to: -
Enabling the BUYER to select/ empanel a technology partner for the marketing/ manufacturing of
…. (name of the product) through the EoI in a transparent and corruption free manner, and
Enabling IPs to abstain from bribing or Indulging in any corrupt practice in order to secure the
contract by providing assurance to them that their competitors will also abstain from bribing and
other corrupt practices and the BUYER will commit to prevent corruption, in any form, by its
officials by following transparent procedures.
The parties hereto hereby agree to enter into this Integrity Pact and agree as
follows:
1. Commitments of the BUYER
1.1 The BUYER undertakes that no official of the BUYER, connected directly or indirectly with
the contract, will demand, take a promise for or accept, directly or through intermediaries,
any bribe, consideration, gift, reward, favour or any material or immaterial benefit or any
other advantage from the IP, either for themselves or for any person, 'organization or third
party related to the contract in exchange for an advantage in the bidding process, bid
evaluation, contracting or implementation process related to the contract.
AN
Read, understood and complied with Signature of the Bidder Page 124 of 132
1.2 The BUYER will during the pre-contract stage, treat all IPs alike, and will provide to all IPs
the same information and will not provide any such information to any particular IP which
could afford an advantage to that particular IP in comparison to other IPs.
1.3 All the officials of the BUYER will report to the appropriate Government
office any attempted or completed breaches of the above commitments as well as any
substantial suspicion of such a breach.
2 In case any such preceding misconduct on the part of such official(s) is reported by the IP to
the BUYER with full and verifiable facts and the same is prima facie found to be correct by
the BUYER, necessary disciplinary proceedings, or any other action as deemed fit, including
criminal proceedings may be initiated by the BUYER and such a person shall be debarred
from further dealings related to the contract process. In such a case while an enquiry is being
conducted by the BUYER the proceedings under the contract would not be stalled.
3 Commitments of IP
3.1 The IP commits itself to take all measures necessary to prevent corrupt practices, unfair
means and illegal activities during any stage of its bid or during any pre-contract or post-
contract stage in order to secure the contract or in furtherance to secure it and in particular
commit itself to the following: -
a) The IP will not offer, directly or through intermediaries, any bribe, gift, consideration,
reward, favour, any material or immaterial benefit or other advantage, commission,
fees, brokerage or inducement to any official of the BUYER, connected directly or
indirectly with the bidding process, or to any person, organization or third party related
to the contract in exchange for any advantage in the bidding, evaluation, contracting
and implementation of the contract.
b) The IP further undertakes that it has not given, offered or promised to give, directly or
indirectly any bribe, gift, consideration, reward, favour, any material or immaterial
benefit or other advantage, commission, fees, brokerage or inducement to any official
of the BUYER or otherwise in procuring the Contract or forbearing to do or having
done any act in relation to the obtaining or, execution of the contract or any other
contract with the Government for showing or forbearing to show favour or disfavor to
any person in relation to the contract or any other contract with the Government.
c) IPs shall disclose the name and address of agents and representatives and Indian IPs
shall disclose their foreign principals or associates.
d) IPs shall disclose the payments to be made by them to agents/ brokers or any other
intermediary, in connection with this bid/contract.
e) The IP further confirms and declares to the BUYER that the IP is the original
manufacturer/ integrator and has not engaged any individual or firm or company
whether Indian or foreign to intercede, facilitate or in any way to recommend to the
BUYER or any of its functionaries, whether officially or unofficially to the award of
the contract to the IP, nor has any amount been paid, promised or intended to be paid
to any such individual, firm or company in respect of any such, intercession,
facilitation or recommendation.
AN
Read, understood and complied with Signature of the Bidder Page 125 of 132
f) The IP either while presenting the bid or during pre-contract negotiations or before
signing the contract, shall 'disclose any payments he has made, is committed to or
intends to make to officials of the BUYER or their· family members, agents, brokers
or any other intermediaries in connection with the contract and the details of services
agreed upon for such payments.
g) The IP will not collude with other parties interested in the contract to impair the
transparency, fairness and progress of the bidding process, bid evaluation, contracting
and implementation of the contract.
h) The IP will not accept any advantage in exchange for any corrupt practice, unfair
means and illegal activities.
i) The IP shall not use improperly, for purposes of competition or personal gain, or pass
on to others, any information provided by the BUYER as part of the business
relationship, regarding plans, technical proposals and business details, including
information contained in any electronic data carrier. The IP also undertakes to exercise
due and adequate care lest any such information is divulged.
j) The IP commits to refrain from giving any complaint directly or through any other
manner without supporting it with full and verifiable facts.
k) The IP shall not instigate or cause to instigate any third person to commit any of the
actions mentioned above.
l) If the IP or any employee of the IP or any person acting on behalf of the IP, either
directly or indirectly, is a relative of any of the officers of the BUYER, or
alternatively, if any relative of an officer of the BUYER has financial interest/stake in
the IP's firm, the same shall be disclosed by the IP at the time of filing of tender. The
term 'relative' for this purpose would be as defined in Section 6 of the Companies Act
1956.
m) The IP shall not lend to or borrow any money from or enter into any monetary dealings
or transactions, directly or indirectly, with any employee of the BUYER.
4 Previous Transgression
4.1 The IP declares that no previous transgression occurred in the last three years immediately
before signing of this Integrity Pact, with any other company in any country in respect of any
'corrupt practices envisaged hereunder or with any Public-Sector Enterprise in India or any
Government Department in India that could justify IP's exclusion from the tender process.
4.2 The IP agrees that if it makes incorrect statement on this subject, IP can be disqualified from
the tender process or the contract, if already awarded, can be terminated for such reason.
5 Sanctions for Violations
5.1 Any breach of the aforesaid provisions by the IP or anyone employed by it or acting on its
behalf (whether with or without the knowledge of the IP) shall entitle the BUYER to take all
or any one of the following actions, wherever required: -
AN
Read, understood and complied with Signature of the Bidder Page 126 of 132
a) To immediately call off the pre-contract negotiations without assigning any reason or
giving any compensation to the IP. However, the proceedings with the other IP(s)
would continue.
b) To immediately cancel the contract, if already signed, without giving any
compensation to the IP.
c) To cancel all or any other Contracts with the IP. The IP shall be liable to pay
compensation for any loss or damage to the BUYER resulting from such
cancellation/rescission.
d) To recover all sums paid in violation of this Pact by the IP(s) to any middleman or
agent or broker with a view to securing the contract.
5.2 The BUYER will be entitled to take all or any of the actions mentioned above, also on the
Commission by the IP or anyone employed by it or acting on its behalf (whether with or
without the knowledge of the IP), of an offence as defined in Chapter IX of the Indian Penal
code, 1860 or Prevention of Corruption Act, 1988 or any other statute enacted for prevention
of corruption.
5.3 The decision of the BUYER to the effect that a breach of the provisions of this Pact has been
committed by the IP shall be final and conclusive on the IP. However, the IP can approach
the Independent Monitor(s) appointed for the purposes of this Pact.
6 Independent Monitors
6.1 The BUYER appoints Independent Monitor (hereinafter referred to as Monitor) for this Pact
in consultation with the Central Vigilance Commission.
6.2 The task of the Monitor shall be to review independently and objectively, whether and to
what extent the parties comply with the obligations under this Pact.
6.3 The Monitor shall not be subject to instructions by the representatives of the parties and
perform their functions neutrally and independently.
6.4 Both the parties accept that the Monitor have the right to access all the documents relating to
the project/procurement, including minutes of meetings.
6.5 As soon as the Monitor notices, or has reason to believe, a violation of this Pact, he will so
inform the Authority designated by the BUYER.
6.6 The IP(s) accept(s) that the Monitor has the right to access without restriction to all Project
documentation of the BUYER including that provided by the IP. The IP will also grant the
Monitor, upon his request and demonstration of a valid interest, unrestricted and
unconditional access to his project documentation. The Monitor shall be under contractual
obligation to treat the information and documents of the IP with confidentiality.
6.7 The BUYER will provide to the Monitor sufficient information about all meetings among the
parties related to the Project provided such meetings could have an impact on the contractual
relations between the parties. The parties will offer to the Monitor the option to participate in
such meetings.
AN
Read, understood and complied with Signature of the Bidder Page 127 of 132
6.8 The Monitor will submit a written report to the designated Authority of BUYER within 8 to
10 weeks from the date of reference or intimation to him by the BUYER I IP and, should the
occasion arise, submit proposals for correcting problematic situations.
7 Facilitation of Investigation
7.1 In case of any allegation of violation of any provisions of this Pact or payment of
commission, the BUYER or its agencies shall be entitled to examine all the documents
including the Books of Accounts of the IP and the IP shall provide necessary information and
documents in English and shall extend all possible help for the purpose of such examination.
8 Law and Place of Jurisdiction
8.1 This Pact is subject to Indian Law. The place of performance and jurisdiction is the seat of the
BUYER.
9 Other Legal Actions
9.1 The actions stipulated in this Integrity Pact are without prejudice to any other legal action
that may follow in accordance with the provisions of the extant law in force relating to any
civil or criminal proceedings.
10 Validity
10.1 The validity of this Integrity Pact shall be from date of its signing and extend up to the
contract period with the BUYER in case a contract is signed. In case IP is unsuccessful, this
Integrity Pact shall expire after six months from the date of the signing of the contract.
10.2 Should one or several provisions of this Pact turn out to be invalid, the remainder of this Pact
shall remain valid. In this case, the parties will strive to come to an agreement to their
original intentions.
11 The parties hereby sign this Integrity Pact.
BUYER IP
Name of the Officer. CHIEF EXECUTIVE OFFICER
Designation M/s …. (address)
ITI Limited (address)
Place: Place:
Date: Date:
Witness:
1. ……….. 1. …………
2. ……….. 2. ………….
AN
Read, understood and complied with Signature of the Bidder Page 128 of 132
Annexure-VI
Declaration that the Bidder has not been blacklisted/debarred
(To be submitted on Non-Judicial Stamp Paper of Rs. 100/- duly notarized)
Place: Date: To, <name and address> Ref: Tender Notification no dated Subject: Declaration of Bidder being not blacklisted Dear Sir, It is certified that our firm/company or any of our entity is not black listed/Debarred from doing business or put on holiday list etc by any Govt. Organization / PSUs for any reason. However, if we fail to complete the awarded work / fulfill the Tender conditions or if any of the information submitted by our company or its employee or associate, proves to be false, ITI Ltd shall be free to take action / black list our firm / company notwithstanding of taking any other legal action.” Place : Date : Bidder’s Company Seal : Authorized Signatory’s Signature : Authorized Signatory’s Name and Designation:
AN
Read, understood and complied with Signature of the Bidder Page 129 of 132
<Lead Bidder's Name>
<Details containing registered office and
correspondence address>
<Consortium Partner >
<Details containing registered office and
correspondence address>
Annexure-VII
(Consortium Agreement and irrevocable undertaking in case of bid by a consortium)
Consortium Agreement
(on non-judicial stamp paper of minimum of INR 100/-)
In compliance to the Tender ........ a consortium has been formed on <Date> between <Bidder's
Name> and technology provider to meet eligibility criteria specified in the Tender under
reference and provide solutions/services as per the Tender.
It has been agreed with the consortium members that <lead Bidder's Name> is designated to
submit the Bid on behalf of this consortium and henceforth is called as lead Bidder. It is also
confirmed that both the members of the said consortium meet the eligibility conditions as
applicable and have authorized lead bidder by way of duly executed power of attorney in his
favour to act on their behalf.
It has also been agreed that in its capacity as lead Bidder, <Bidder's Name> will interact with
ITI for all obligations; however both the members of consortium shall be jointly and severally
responsible for the execution of the project.
The details of Lead Bidder and consortium partner in the consortium are as under:-
IN WITNESS WHEREOF the parties have caused this AGREEMENT to be executed by their
duly authorized officers as of the day first above written
For <Lead Bidder's Name> For <Consortium Partner >
Signature of Authorized Signatory Signature of Authorized Signatory
Name:- Name:-
Designation:- Designation:-
Contact Phone:- Contact Phone:-
Email-ID:- Email-ID:-
Date:- Date:-
Witness-1 Witness-1
Signature:- Signature:-
Name:- Name:-
Designation:- Designation:-
Contact Phone:- Contact Phone:-
Email-ID:- Email-ID:-
Date:- Date:-
Witness-2 Witness-2
Signature:- Signature:-
Name:- Name:-
Designation:- Designation:-
Contact Phone:- Contact Phone:-
Email-ID:- Email-ID:-
Date:- Date:-
AN
Page 130 Signature of the bidder
TENDER Ref: i ssued on
PROFORMA FOR
Irrevocable Undertaking by lead bidder and its consortium partner
This is to certify that we, M/s (Name &full address) as the Lead Bidder of this Tender and our
consortium partner, M/s………………………………….. (Name & full address) both shall be
liable for due performance of the contract jointly and severally, failing which both of us shall be
liable to be barred from having any business dealing with ITI for a period of 3(three) years and
PBG/BG may be forfeited.
Signature:
Name in Block letters :
Status: Director/Manager/Partner/
Proprietor of the Company
[ on behalf of the Lead bidder ]
Signature:
Name in Block letters:
Status: Director/Manager/Partner/
Proprietor of the Company
[ on behalf of consortium partner]
Note: Attach detailed roles and responsibilities of the members of consortium
AN
Page 131 Signature of the bidder
Annexure-VIII
FINANCIAL BID
Name of Area Bid For: ORRISSA
The bidders are to quote the price against All the Service Items General or Allied.
GST shall be extra, payable at the prescribed rate against the GST invoice.
.
(I). GENERAL SERVICE ITEMS:
(II). ALLIED SERVICE ITEMS (on need basis):
(Note: The mention of A(i), from General Service Items at (I) above, mentioned in allied item’s table
(II) would mean the numbers appearing in respective cell and is being used to arrive at the weighed
value for comparative bid assessment).
Name of Area Bid For: Intercity
Routes/State
Orrissa
I.
Service Items for
Execution (Complete
Work as per SoW &
Specs)
Qty
(KMs)
Quoted Rates Per KM (Rs) Itemized Bid Value
(Qty x Rates) In Figures in Words
A B B AxB
(i) Intercity Transport
Underground
450
TOTAL, Itemized Bid Value, for General Service Items (X)
II. Allied Service Items
Unit Quote
Rates
(Rs.) per
Unit
Quoted
Rates
(Rs.) per
Unit
Weighted Value for Bid
Evaluation (Y)
(i) Additional Cable Blowing KM E1 [{A(i)}*0.01]*E1
(ii) Restoration PCC 1:2:4 Cubic
Mtr E2
10*E2
(iii) Removal & Fixing of
Interlocking Tiles
Sq. Mtr E3
1000*E3
(iv) Supply & Fixing of
Interlocking Tiles.
Sq. Mtr E4
500*E4
Extra Items if Required, above the numbers mentioned in BoQ
(v) Chamber supply &
installation as per design
Per
Piece E5
[{A(i)}*0.25]*E5
vi) Splicing and Termination
Activity
Per 100
Splice E6
[{A(i)}*0.5]*E6
AN
Page 132 Signature of the bidder
OVERALL WEIGHTED BID PRICE FOR AN INTERCITY ROUTES: X+Y
(IMPORTANT: The Quantities and Weights applied to quoted bid prices are only indicative and
assumptive to assess the comparative ranking and NOT to be taken as actual quantitative values of items
of work).
Recommended