BID DOCUMENT

FOR

6 MW + 6 MW WIND FARM PROJECTS AT SOGI & MAVINAHUNDA

BY

KARANATAKA RENEWABLE ENERGY DEVELOPMENT LIMITED (GOVERNMENT OF UNDERTAKING)

NO. 39, “SHANTHI GRUHA”, BHARATH SCOUTS & GUIDES BUILDING, Opp. TO CHIEF POST MASTER GENERAL OFFICE, PALACE ROAD, BANGALORE – 560 001 PH: (080) 22282220 FAX NO: (080) 22257399 Email: [email protected] Website: http://www.kredinfo.in

1

KARNATAKA RENEWABLE ENERGY DEVELOPMENT LIMITED (Government of Karnataka Undertaking) No. 39, Shanthi Gruha, Bharath Scouts & Guides Building, Palace Road,BANGALORE – 560 001 Ph: 22208109/22207851 Fax: 22257399

No.: KRED/08/ASC-M&S/2014/3649 Date:12-08-2014

SHORT-TERM e-TENDER NOTIFICATION

Karnataka Renewable Energy Development Limited (KREDL) has invited tender through e - Procurement to implement two wind power projects of 6 MW capacity each in Mavinahunda, Raibagh Taluk, District and Sogi, Huvinahadagali Taluk, Bellary District under two cover system from the manufacturers of wind turbine generators/Wind power developers, who have adequate financial resources and past experience in implementation of wind power projects. Now, the bidders can participate under e-Procurement portal as follows:

1. Approximate Value of Tender : Rs. 36.00 crores per project

2. EMD - @ 1% of Amount put to tender is : Rs. 36.00 lakhs per project

3. The participating bidders will have to pay Earnest Money Deposit (EMD) of Rs.36.00 lakhs per project to be paid through e-Procurement portal through any 04 modes i.e. Credit Card, Internet Bank using Debit card, NEFT, OTC.

4. The bidder can view the tender details from the website http://eproc.karnataka.gov.in. For further information, please contact help desk phone number: 080-25501216/25501227 of e-procurement department. Or KREDL Toll free helpline - 180042522555

5. The Soft copies of the Bid documents consisting of qualification information and eligibility criteria of bidders, scope of the work to be provided, terms & conditions of contract to be complied with by the agency can be downloaded by the bidders registered with e-procurement for e-Tendering on furnishing necessary details in the website.

6. Both the Technical & Financial Bidding is through e-tendering only. The bidders shall upload all the documents for technical evaluation (technical bid) along with EMD details and the financial bids for financial evaluation through online only.

2

7. Bids will be opened/downloaded on the dates mentioned below at KREDL, Bangalore. Technical/Financial bids can also be viewed/down loaded from web site http://eproc.karnataka.gov.in

Calendar of events:

a) Closing date for uploading the technical/financial bids 10-10-2014 up to 16.00 Hrs b) Opening of technical bids 15-10-2014 @ 11.00 Hrs c) Opening of financial bids Will be intimated later

Remarks: If the office happens to be closed on the date of opening of the bids as specified, the bids will be opened on the next working day at the same time and venue. Other details can be seen in the bidding documents.

--Sd-- Assistant General Manager

3

KARNATAKA RENEWABLE ENERGY DEVELOPMENT LIMITED (Government of Karnataka Undertaking) #39, Shanthigruha, Bharath Scouts & Guides Building, Palace Road, Bangalore-560 001, Ph No: 080-22282220, Fax: 080-22257399

No: KRED/08/ASC-M&S/2014/3649 Date:12-08-2014

SHORT-TERM e-TENDER NOTIFICATION (Through e - procurement plat form)

Karnataka Renewable Energy Development Limited (KREDL) has invited tender through e - Procurement to implement two wind power projects of 6 MW capacity each at Mavinahunda, Raibagh Taluk, Belgaum District and Sogi, Huvinahadagali Taluk, Bellary District under two cover system from the manufacturers of wind turbine generators/Wind power developers, who have adequate financial resources and past experience in implementation of wind power projects. The bidder can view the tender details from the websites: http://eproc.karnataka.gov.in and http://kredlinfo.in, for further information please contact helpdesk phone number: 080-25501216/25501227 of e- procurement department or KREDL Toll free helpline – 180042522555.

Sd/- Assistant General Manager

4

General

SL Criteria Conditions 1 Project Period The project shall be commissioned within one year from the date of issue of letter of acceptance (LOA) 2 Two Projects This bid document is common for two projects, Mavinahunda and Sogi 6 MW capacity each. A bidder has to bid for both the projects. Bidders need to apply separately for each project. 3 Location of Projects 1) Mavinahunda: The village is in Raybagh Taluk, Belgaum District in Karnataka State. The wind farm is situated at a distance of 8 km on hilltop from Mavinahunda village. Mavinahunda village is about 12 km southeast of Raybagh on the way to by taking a deviation at Budinal on the eastern side towards Bhendwad. Mavinahunda is about 4.5 km from Budinal. 2) Sogi: The village is located in Huvinahadagali Taluk, Bellary District in Karnataka State. The wind farm is situated at a distance of 15 km from Taluk headquarter Huvinahadagali towards south direction. 4 Earnest Money Rs. 36.00 lakh for each project is to be paid through e- Deposit (EMD) Procurement portal through any 04 modes i.e., Credit Card, Internet Bank using Debit Card, NEFT, OTC. 5 Security Deposit Rs. 3.60 Crore for each project in the form of irrevocable Bank Guarantee towards Security Deposit per project, to be valid for 3 years from the date of Letter of issue of LOA. [The security deposit shall be payable by selected bidder within 15 days from the date of issue of LOA.] 6 Performance 10% of the comprehensive O&M cost shall be paid in the Guarantee form of Bank Guarantee by a selected bidder for a period of 3 years from the date of expiry of the warranty period. 7 Wind Turbines and Any Company including either already manufacturing or Accessories having approval for indigenous manufacture of WTGs & accessories and the developers of wind power projects are eligible to quote for the bids. 8 Turnover The bidders should have executed similar wind farms in India. They should have an annual turnover of at least Rs.10.80 crores per annum in any one of the previous three years, if any one company applies for two projects the turnover shall be of Rs.21.60 crores.

5

SECTION –I

BRIEF DESCRIPTION OF PROJECT AND INSTRUCTIONS TO BIDDERS

6

SECTION – I BRIEF DESCRIPTION OF THE PROJECT AND INFORMATION / INSTRUCTIONS TO BIDDERS

1.1.0 Karnataka Renewable Energy Development Ltd. (KREDL), hereinafter called ‘KREDL’ has set up its 2 MW capacity wind power project at Mavinahunda and 2.5 MW capacity wind power project at Sogi. Further, it is proposed to erect additional 6 MW (+ 10%) capacity wind power project at each site with individual machine capacity 1500 kW and above subject to site condition. The details of area, District map and Technical Specifications are covered in the bid document. 1.2.0 SITE CHARACTERISTICS

1.2.1 LOCATION

Mavinahunda: The proposed site of wind farm is a complex hilly area near Mavinahunda Village, Raybagh Taluk in Belgaum District, Karnataka State. The site is situated at a distance of 8 kM on hilltop from Mavinahunda Village, which is about 12 kM southeast of Raybagh on the way to Kabbur by taking a deviation at Budinal on the eastern side towards Bhendwad. Mavinahunda is about 4.5 km from Budinal. The windfarm site is partly on Govt. land and partly on Private land. The proposed land is under the possession of Karnataka Renewable Energy Development Limited (KREDL).

Sogi: The proposed site of windfarm is a complex hilly area near Sogi Village, Huvinahadagali Taluk, Bellary District in Karnataka State. The site is situated at a distance of 15 kM from Taluk headquarter Hoovinahadagali towards south direction. The entire wind farm site is in reserved forest land. The proposed land is under the possession of

7

Karnataka Renewable Energy Development Ltd leased by the forest department.

1.2.2 LAND AVAILABILITY:

Mavinahunda: The proposed site of wind farm is located towards north and north-east of Mavinahunda Village on hilltop. The latitude and longitude of the site are 16°24’35.5” to 16°25’14.6” North and 74°47'25.7” to 74°48'26” East respectively. Sufficient width of land is available on the top of the hill where a number of WTGs can be provided. The total installed capacity of wind farm shall be 6.0 MW (+10%). The altitude of the site is between 783 m to 789 m above mean sea level. The approximate land area of the wind farm shall be 85.37 acres.

Sogi: The proposed site of wind farm is on a complex hilly area. The latitude and longitude of the site are 14°54’45” to 14°55’4.9” North and 75°58'29.4” to 75°58'47.9” East respectively. Narrow width of land is available on the top of the hill where a number of WTGs with single line formation can be provided. The altitude of the site is between 840 m to 874 m above mean sea level. The leased forest land area of the existing demonstration project of 2.5 MW is 18 Ha includes the area of approach road and power evacuation. The approximate land area for the proposed wind farm shall be within the allocated area only.

1.2.3 APPROACH & ACCESSIBILITY

Mavinahunda: As stated in para 1.0 the proposed windfarm site is located near Mavinahunda Village, Raibagh Taluk of Belgaum District. For approaching the wind farm site from Raibagh, the approx. distance is 20 km and black-topped road is available for 15 km length up to the base of Hillock. The proposed wind farm site has the 6 M wide water bound macadam approach road which is of about 5 km length suitable

8

for transportation of heavy and long components of Wind Turbine Generators including easy movement of Trucks/Trailers carrying WTG components and for movement of crane.

Sogi: As stated in para 1.0 the proposed wind farm site is located near Sogi Village, Huvinahadagali Taluk of Bellary District. The nearest town is Huvinahadagali. For approaching the wind farm site from Huvinahadagali, which is the Taluk Headquarter, the approx. distance is 15 km. The approach road to the proposed site is already constructed up to wind farm site from Adavi Mallanakere Tanda and Govindpura Tanda, which is of 5 km in length. As such, approach road of approx. 5 kM length (about 1.5 kMs in plain area and 3.5 kMs hill road) wherein the ruling gradient for the hill road has been kept as 1:18. The level different from top of hill where the approach road will end and the toe of hill is 162 metres. The existing alignment of approach road has been considering keeping all aspects of geometrics, economics and convenience in transportation of heaviest and largest parts of Wind Turbine Generators.

1.2.4 INFRASTRUCTURE REQUIREMENTS

Mavinahunda: For strengthening of road, within the wind farm site for transportation of equipment to all the Wind Turbine Generator locations to be carried out by the bidder along with the construction of mud roads within the wind farm shall have to be taken up on priority, so as to provide access up to the location of each Wind Turbine Generator.

Sogi: For strengthening of road, within the wind farm site for transportation of equipment to all the Wind Turbine Generator locations to be carried out by the bidder. The length of turning area (Curvature) is

9

to be assessed by the bidder. The construction of roads within the wind farm shall have to be taken up on priority, so as to provide access up to the location of each Wind Turbine Generator.

1.2.5 AVAILABILITY OF ACCOMMODATION

Mavinahunda: Hotel accommodation of average standard is available at Raibagh, which is about 20 km from site.

Sogi: Hotel accommodation of average standard is available at Harapanahalli, which is about 22 km from site. Forest Guest House is also available on the western side of the toe of hill.

1.2.6 CLIMATIC CONDITIONS:

Mavinahunda:

a. Average annual maximum temperature (avg) : 30.1 º C b. Highest temperature: : 37.9 º C c. Average annual minimum temperature (avg) : 18 º C d. Lowest temperature : 9.7 º C e. Average annual rainy season : June to September f. Heaviest rain fall in 24 hours : 27.94 cms g. Average annual rain fall : 154.98 cms

Sogi:

a. Average Annual max. Temperature : 31.58 °C. b. Highest temperature : 34.37 °C. c. Average Annual min. temperature : 20.11 °C. d. Lowest temperature : 17.69 °C. e. Average annual rainy season : June to Sep f. Heaviest Rainfall in 24 hrs. : 23.97 mm

10

g. Average Annual Rainfall : 57.56 mm h. Annual Mean Relative Humidity at 8:30 hrs. : 71.22% i Annual Mean Relative Humidity at 17:30 hrs. : 44.3%

1.2.7 Air Density

The air density at the proposed location of wind farm site is 1.083 kg/m3 at Mavinahunda and density at Sogi is 1.0603 kg/m3

1.3 GRID DATA (common for both projects)

a. Nominal Grid Voltage : 33000 V±15% b. Frequency : 50 Hz c. Supply Voltage (L.T.) : As per design or ±13% d. Frequency Variation : + 0 & - 1.0 Hz (annual frequency Variation) e. Current Asymmetry : Approx. 10%

i. Grid parameters exceeding above limits should not damage the installation. The contractor in this regard shall provide necessary protections in the system. ii. Protection against single phasing should also be provided.

1.4 QUALIFYING REQUIREMENT OF BIDDERS:

1.4.1 Bidder shall provide satisfactory documentary evidences concerning the following a) Is a company, which is either manufacturing WTGs and accessories or has approval and has definite time bound programme for manufacture of WTGs and accessories with indigenous or imported components.

Or

Is a company, developing the wind power projects within the stipulated time.

11

b) Change in the ownership of the bidding company during the proposed work execution period and Operation & Maintenance Period is not allowed.

c) Has adequate financial stability and status to meet the technical/ financial obligations pursuant to the scope of contract. The bidder should submit their financial statement which includes, Receipts & Payments, profit & loss account and balance sheet for at least last three (3) years duly certified by a chartered account.

d) Has adequate qualified professionals for field service to provide necessary construction/erection quality surveillance.

e) Registration certificate with provident fund commissioner shall be furnished.

f) Has established quality assurance systems and organization designed to achieve high levels of equipment reliability during field installation activities.

h) Has executed at least 25 MW capacity wind power projects for each site (2 x25 MW for two sites) and performance certificates in support of above installations issued by the competent authority.

1.4.2. In view of the complicated nature and the magnitude of works involved the bidder should furnish the details of tools tackles, construction aids viz. Mobile cranes, vacuum pulling equipments, welding sets etc., which are required for deployment in the work.

1.5.0 SCOPE OF WORKS:

The Bid specification covers the design, manufacture, inspection, packing & forwarding, supply, storage at site, erection, testing and commissioning including 2 years warranty and annual maintenance for a period of three years of three phase generation voltage as per the design of WTGs, 50 Hz, grid connected Wind Turbine Generators (WTGs) of total capacity to 6 MW (+10%) each project. Capacity of each turbine is 1500 kW and above. Appropriate to the site conditions and electrical distribution system consisting of 33 kV generation voltage step-up transformer, 33/66 kV switching station including Lightening

12

arrestors, DO Fuse set, DP Structure, Earthing arrangements etc, 33 kV power evacuation lines inside the wind farm and linking up to VCB yard, and including civil works, internal wind farm approach roads, Installation of SCADA and establishing wire connectivity to the existing control room, and any other requirements, if necessary with clear indications in the technical deviation etc.

The responsibilities of the manufacturer/developer (also differently called contractor/developer/bidder hereinafter) shall be as follows: -

1.5.1 The manufacturer/developer shall supply 1500 kW capacity and above wind turbine generators with complete supporting towers, microprocessor based control system and all electrical equipments consisting of suitable power transformer of generation voltage as per design 33 kV capacity D.P. Structure, Isolator, lighting arrestor and DO Fuse assembly. 1.5.2 Supply, Erection, Testing & Commissioning of WTGs of the range 1500 kW capacity and above and also appropriate to the site conditions with a total wind farm capacity upto 6MW (+ 10%) complete in all respect at the proposed sites. 1.5.3 Supply, Erection, Testing & Commissioning of suitable step up transformer of generation voltage 33 kV capacity with necessary civil works, foundation and platform for the transformer. 1.5.4 Supply and Erection of two pole structures with AB switches/Isolators, DO Fuses, lightning arrestors and interconnecting the WTGs to transformers of 33 kV, internal line through isolators/AB Switches, DO Fuses and Lightning Arresters and 33kV power evacuation lines up to VCB yard existing at wind farm. 1.5.5 Micrositing of the WTGs in consultation and approval of KREDL Bangalore.

13

1.5.6 Carrying out civil works of internal approach roads, works of foundation for WTGs, transformer, circuit breaker, cable trenches between WTG and the control room for installing the SCADA and fencing the area to be specified. 1.5.7 Supply of necessary tools & tackles for erection of WTGs and their operation & maintenance after commissioning the project are to be listed up separately as Appendix. 1.5.8 Testing & commissioning of all the equipments. 1.5.9 All the project equipments in transit, in storage, in erection, in testing / commissioning shall be insured by the supplier. KREDL being the principal owner & heir of all insured equipments and materials. 1.5.10 Earthing:- All metal supports and all reinforced and prestressed cement concrete supports including tower, nacelle, Electrical equipments, control rooms must be earthed as per the I.E. Rule. The earth resistance shall be less than 1.0 Ohm in each of the earthing system and it should be in compliance with KPTCL norms. Before carrying out the earthing arrangement the bidder shall get the earthing design approved/certified by his consultant or any certified authority and got approved from the purchaser. 1.5.11 Operation and maintenance of all WTGs in the wind farm for a period of Three years from the date expiry of warranty period using the bidders own spares & Manpower including engineering personnel and also produce separate booklet for O & M activity. Indicate work details and schedule of maintenance. 1.5.12 Bidder shall clear of small shrubs, that come in the way during execution of the project for entire project site area and to arrange electricity required for construction in the plant area at his own cost. The rate quoted shall be inclusive of all these costs. The proposed sites have generally top layers boulders with murrum and thereafter

14

soft/hard laterite in nature available at depth varying from 2 to 3 m. The bidder shall make arrangement regarding soil testing and collection of relevant data etc for finalizing the design of the WTG foundation and other structures at his own cost. The bidder shall also arrange the electrical resistivity tests on the soil for designing the earthing system. The quoted rate shall be inclusive of all these expenses. The bidder shall operate and maintain the units for a period of THREE years by providing the necessary spares required during this period at

his own cost. 1.6. TIME SCHEDULE:

The time allowed for completion of the project is One year from the date of issue of letter of acceptance (LOA). The basic consideration and essence of the contract shall be the strict adherence to the time schedule for performing the specified contract. Any delay in obtaining clearance during execution of the project, the time extension will be provided.

1.7. THE BIDDER TO INFORM HIMSELF FULLY:

The bidder shall be deemed to have carefully examined the conditions and specifications. If any doubts as to the meaning of portion of these conditions or of the specifications, the bidder shall before submission of bid document get cleared/removed of all such doubts by reference to the KREDL.

1.8.0 INSTRUCTIONS TO BIDDERS.

1.8.1 Bidders before submitting their bid shall read & understand all instructions to bidders and upload on or before 10-10-2014, 16.00 hrs.

1.8.2 Before uploading the bid the bidder shall visit the actual site and obtain the details about the infrastructure facilities available at site. The bidder will have to execute the project with available infrastructure facilities. KREDL in any case shall not add any new facilities. Therefore bidder

15

must quote the rates taking into consideration the existing infrastructure as available at site.

1.8.3 Bidder is also expected to obtain the details of normal weather of project site and plan the activities in such a way that the project gets commissioned within the stipulated period. The delay in commissioning the project due to rain at site shall not be considered as a force majeure.

1.8.4 The bidder shall upload the bid in two parts i.e. Technical and Financial bid as per the following procedure separately for each project. Technical bid: - It shall contain manufacturer’s/developers profile, Income Tax paid, Sales Tax clearance, Financial reports, Performance reports of the wind farms already commissioned and other related documents. The turbine shall be a MNRE/CWET approved. Also approved by International Certifying agencies as mentioned in Section – II at 1.4]

Financial bid: - It shall contain only the price bid. The rates shall be quoted both in words and figures for each item. Difference if any, between the rates in figures and words, the rate quoted in words shall be taken as price.

1.8.5 The price bid shall be opened only if, technical bids are valid.

1.8.6 KREDL is not responsible for rejection of bids by e-portal.

16

SECTION - II

GENERAL CONDITIONS OF CONTRACT

17

SECTION - II GENERAL CONDITIONS OF CONTRACT 1.0. Bid opening procedure:-

The Bid opening procedure will be as per the e-Procurement norms.

1.1 Validity of the offer: The rates quoted shall hold good for a period of 90 days from the last date fixed for the receiving the bid (10-10-2014, 16 hrs). The bids submitted with lesser validity period than 90 days are liable for rejection.

1.2 The bidder shall conform to the conditions and specifications enunciated in the bid document to make it a substantially responsive bid. Any deviation from these conditions may result in rejection of such bids.

1.3 The bids not containing the full particulars will be rejected.

1.4 The minimum capacity of wind turbine generator shall be 1500 kW capacity and above, appropriate to the site conditions, with provision to restrict reactive power withdrawal, if any, to the minimum. The WTGs offered and quoted shall be approved by MNRE/CWET and should possess the type test certificate and power curve certificate from any of the following agencies: a. RISO National Laboratories, Denmark. b. Det Norske Veritas(DNV). c. Germanischer LlOYD d. CIWI, the Netherlands. e. Lloyds Register and must be MNRE/C-WET approved wind turbines manufacturers.

18

Bids not conforming to the above stipulations and certification shall be rejected. Only tested/approved type machines should be allowed to be installed in the expansion projects.

1.5 The bidder shall submit expected month wise output of the plant in kWh of WTGs quoted by them for the specific sites on the basis of one year wind data furnished in the bid document. The data pertaining to the wind speed, direction, frequency distribution, Wind power density and other related information are included in the Bid Document. Based on this data, the output shall be arrived by the bidder (basis of calculations be given along with it) The bidder may refer the actual generation data of the site w.r.t installed WTGs. Installed Commissioned Rotor Yearly Generations in Kwh capacity No. of WTGs dia 2009 2010 2011 2012 2013 in MW and rating in /hub kW height in m 2.00 4 x 500 47/50 4925850 4252650 4913700 4827750 5209837 2.50 2 x 1250 64/64 6917286 5563819 7055615 6933895 6608539

1.6 The bidder shall also submit the Income Tax and commercial Tax Clearance certificate of previous three years from the appropriate Tax Authority. They shall also submit the Sales Tax Registration and Works Contract Registration from competent and respective authorities. All these details are to be enclosed in Technical Bid. Bids received without these certificates and registrations are liable for rejection.

1.7 Bidder is expected to quote for the Wind Turbine Generators as per the technical specifications given in Section IV of this bid.

1.8 The completed bid documents as above should be uploaded on or before 10-10-2014, 16 hrs.

19

1.9 Earnest Money Deposit (EMD) i. The intending bidder shall pay the Earnest Money Deposit (EMD) of Rs.36.00 lakhs per project to be paid through e-Procurement portal through any 04 modes i.e. Credit Card, Internet Bank using Debit card, NEFT, OTC. ii. No interest shall be paid on EMD.

1.10 REFUND OF EMD i. EMD shall be adjusted towards the Security Deposit in the form of a bank guarantee on issue of letter of acceptance to the successful bidder. ii. EMD of unsuccessful bidders shall be refunded as per e-Procurement procedure.

1.11 RIGHT OF KARNATAKA RENEWABLE ENERGY DEVELOPMENT LTD.

The Karnataka Renewable Energy Development Ltd. (KREDL) reserves the right to: a) Accept the lowest bid or reject all bids. b) Revise the quantities at the time of placing orders and thereafter. c) Relax or review any of the conditions stipulated in the bid specification wherever deemed necessary in the best interests of KREDL.

1.12 REJECTION OF BIDS

The bid will be rejected if it is:

i) From any blacklisted manufacturer /Developer. ii) Not in conformity with KREDL’s technical and commercial specifications except under provision clause 1.15 above.

20

iii) WTGs quoted are not included in the latest approved list of MNRE/CWET and does not possess necessary certification as per the scheme for demonstration wind power projects.

1.13 COMPLETENESS OF BID:

The bid should be complete with all details of illustrative and descriptive literature and drawing of the material / machinery offered. The guiding principle for the prospective bidders to quote for the turnkey contract should be maximization of energy generation at minimum cost per MW. Keeping this aspect in view by the bidder the bids shall be complete and shall include all accessories, which even though not specifically mentioned in these specifications, schedules; drawings etc, which are essential for the satisfactory operation of the plant as whole. Information regarding the country of manufacture and origin of materials used in the manufacture of the articles should be furnished. The bidders not containing the complete details as above are liable for rejection. 1.14 PRICE:

The financial offer must be made by the bidder or manufacturer/developer as per the price schedule format enclosed in PART-B of this document. The financial offer may be submitted keeping in view the terms and conditions of this bid and site conditions. The bidder/manufacturer/developer shall include all minor accessories not specifically mentioned in the specification but essential for the completeness of the project. The bidder/manufacturer/developer shall quote the rate accordingly. 1.15 Sales Tax, Local Taxes and other levies solely in respect of transaction between KREDL and bidder/manufacturer/developer under the contract, if any, shall not be included in the total contract price but shall

21

be indicated separately by the bidder. The bidder shall pay all types of taxes prevailing as on the day of submission of bids. Any statutory increase or decrease in the tax during the contract period shall be either reimbursed or recovered as the case may be.

1.16 FOREIGN EXCHANGE RATE All liabilities, whatsoever, on account of foreign exchange rate variations, if any, shall be borne by the bidder , throughout the contract period.

1.17 IMPORT OF COMPONENTS AND CUSTOMS DUTY LIABILITY

If the Bidder wishes to import any or all components of WTG then he only shall bear and pay the customs duty. Exemptions if any, KREDL shall issue necessary authorization for such claims.

1.18 PRICE AND QUANTITY VARIATION No price variation clause will be entertained and the price shall be fixed throughout the period of contract and authorized extensions, if any including variations in the rate of foreign exchange. Exchange rate variation if any would be borne by bidder throughout the contract period. The quoted rates shall be valid for all quantities irrespective of any plus/minus variation in the quantities of all items over the bid quantities. No claims with regard to variation in quantities shall be allowed.

1.19 ROYALTIES AND PATENTS

Any royalties or patents or the charges for the use or infringement thereof that might involve in the contract shall not be paid by KREDL.

22

1.20 INSURANCE

The bidder / manufacturer/developer shall insure all equipments being supplied, transported/erected by them from the insurance companies covering transit, storage and erection risk till commissioning of equipments. Insurance during warranty period of 2 years and for O & M period of 3 years the purchaser shall bear the cost. The bidder/manufacturer/developer shall facilitate the purchaser for payment of insurance premium. However, the bidder shall bear the risk of effective losses on his own for machinery break down and abide by the contractual condition of performance related to O & M including all parts, components etc for the offered guaranteed period. The bidder / manufacturer/developer shall also insure the labours engaged by him at project site.

1.21 Deduction of Income Tax on supply and erection will be made at the source by KREDL. The amount towards income tax will be deducted in each bill of payment of the contract. Other taxes if any applicable for this contract will also be deducted at source in the running bills at appropriate rates specified by the competent authorities.

1.22 WORKS CONTRACT TAX: The bidder shall note that in terms of section 19 A of the Karnataka Sales Tax Act 1957 as amended from time to time, KREDL is bound to deduct works contract Tax from out of the payment made to any contract, even if the contract is purely for labour or services, unless the contractor obtains a certificate in Form 50 C. The contractor is not eligible to be reimbursed any amount of works contract tax deducted in terms Section 19 A of KST Act, from payments made to him for any failure on his part to furnish the prescribed certificate in Form 50 C.

23

1.23 RESOLUTION OF DISPUTES:

The dispute resolution mechanism shall be as follows:

a. Any case of dispute between the KREDL and the bidder who is an Indian National, arising out of this contract shall be instituted in the original jurisdiction of Bangalore. b. Bids with stipulation for settlement of a dispute by reference to Arbitration shall not be entertained.

1.24 Higher size means 1500 kW capacity and above and also appropriate to the site conditions and new types and designs of wind machines will be given preference in this project.

1.25 An Annual Maintenance Contract by the WTG supplier for three years after the initial Warranty of 2 years should be included as an integral part of the project. The annual cost of O & M shall be quoted separately in the price schedule, which will be considered separately for evaluation.

1.26 The hub height of WTG should be 75 Mts or above.

1.27 The lightening protection must be given to WTG and other equipments installed at site.

1.28 Since the work being on turnkey basis the contractor should ensure time and cost bound completion of work of the wind power project to avoid loss due to liquidated damages and revoking of security deposit.

1.29 No representation for enhancement of rates once accepted shall be considered during the currency of the contract including any authorised extension of time for reasons attributable to the KREDL.

24

1.30 FREIGHT PAID In case, where for destination rates are accepted, the bidder shall book the consignment on “freight paid” basis. Demurrage charges incurred due to failure to pre pay the railway freight from the place of despatch will be debited to the contractor.

1.31 CONTRACT AGREEMENT AND PERFORMANCE GUARANTEE For the due fulfilment of the contract, the successful bidder will be required to execute an agreement on stamp paper purchased in Karnataka for value of Rs. 400 and furnish security deposit of Rs.3.6 crores (including EMD already paid) in the prescribed format enclosed in the bid within 15 days from the date of issue of LOA.

1.32 SUB-LETTING OF CONTRACT Subletting or sub-contracting for minor works can be taken up subject to intimating KREDL.

1.33. All works connected with KPTCL/ESCOMS/CEIG/Railway/Telephone or any other authority such as obtaining clearance and approvals at different stages till commissioning shall be the responsibility of the bidder. The cost of such works shall be included in the bidder and no claims whatsoever in this regard will be entertained by the KREDL. However, the statutory fees and payments incurred thereon will be reimbursed by the purchaser on production of vouchers/receipts. All necessary help in regard to correspondence of letters to various authorities will be extended by the KREDL.

25

SECTION – III

SPECIAL CONDITIONS OF CONTRACT

26

SECTION – III

SPECIAL CONDITIONS OF CONTRACT

1.0 EVALUATION OF BIDS:

1.1 The KREDL will check responsiveness of the offers. 1.2 Bids shall be evaluated on the following criteria. (a) Total cost of the projects including design, supply erection, testing & commissioning separately for both the projects of capacity 6 MW (+10%) each at Mavinahunda and Sogi. (b) Total estimated power output per wind Turbine generator for the specific site using the given wind frequency distribution data. (c) Comprehensive warranty period for a minimum period of 2 years. (d) Power curve certification (e) Life of the plant, supply of spares and after sales service. 1.3 The bidder shall furnish the percentage grid availability, machine availability, array efficiency of the wind farm considering the factors such as local grid conditions, WTG’s design parameters and miro-siting studies carried out by him for the proposed site. 1.4 The bidder shall furnish the minimum guaranteed annual generation based on the estimated output for the proposed wind farm area using the available wind data furnished in the bid document. And applying discount factor for all uncertainties and confidence level reposed by the bidder. The yearly wind regime will be correlated with the given wind data and any change in minimum guaranteed generation that would arise will be accounted as follows for purposes of enforcing the clause No.28.0 Performance guarantee:  In case of yearly wind regime being equal or better than the one given in the bid the minimum guaranteed generation shall be

27

considered for the purpose of enforcing clause No.28.0 Performance guarantee.  In the case of yearly wind regime being lesser than the one considered the reduction in the minimum guaranteed generation on this account will be allowed by the KREDL while invoking the clause No.28.0 of Performance guarantee clause.  Present performance of the site is mentioned here under, which may be used as a bench mark for generation estimation Installed Commissioned Date of Rotor Yearly Generations in Kwh capacity No. of WTGs commissio dia 2009 2010 2011 2012 2013 in MW and rating in ning /hub Kw height in m 2.00 4 x 500 30.08.2003 47/50 4925850 4252650 4913700 4827750 5209837 2.50 2x1250 28.09.2004 64/64 6917286 5563819 7055615 6933895 6608539

2.0 AWARD OF CONTRACT:

a. The KREDL will award the contract to the successful bidder / manufacturer/developer whose offer responsive & lowest with maximum generation including rating. This means the minimum capital investment per unit of power generation together with O&M cost quoted for maintenance for period of 3 years after completion of warranty. b. The KREDL reserves the right to accept any or reject all offers with assigning reason whatsoever. c. Prior to expiry of the bid validity, the KREDL will notify the successful bidder in writing by the letter of acceptance (LOA) that the offer has been accepted. d. The goods supplied under this contract shall conform to the standards mentioned in technical specifications and such standards shall be the latest issued by concerned institute / authorities.

28

e. The KREDL or their representative shall have right to inspect and test the goods to confirm for their conformity as per the specifications. f. The KREDL has right to inspect, test and wherever necessary, reject the goods after their arrival at site, shall in no way be limited or waived by the reasons that the goods have been previously inspected, tested and passed by the KREDL prior to the transportation from the factory.

3.0 SECURITY DEPOSIT

The successful bidder shall furnish a Bank Guarantee for Rs. 3.6 Crore per project valid for a period of 3 years from the date of LOA. The KREDL will be entitled to revoke the Security deposit in case of any breach of warranty obligation by the bidder or any recovery of the penalty charges or on account of any default or delay or non-performance on the part of the bidder.

3.1 PERFORMANCE BANK GUARANTEE 10% of the comprehensive O&M cost shall be paid in the form of Bank Guarantee by a selected bidder on receipt of LOA for a period of 3 years from the date of expiry of the warranty period.

4.0 LOSS OR DAMAGE

External damage or shortages that are prima-facie the results of rough handling in transit or due to defective packing will be intimated within a WEEK of the receipt of the materials by the bidder to the KREDL. Internal defects, damages, or shortages of any integral parts which cannot ordinarily be detected on a superficial visual examination caused by bad handling in transit or defective packing would be intimated after inspection on receipt of the materials at site. In either case, the damaged or defective materials should be replaced free of cost to the KREDL.

29

5.0 REPLACEMENT OF DEFECTIVE / DAMAGED MATERIALS

5.1 Notwithstanding anything contained in the Liquidated Damages clause of this specification, where the whole or part of the materials supplied by the supplier are found to be defective or damaged, or are not in conformity with the specification or sample, such defects or damages in materials supplied shall be rectified either at the site or at the supplier’s works at the cost of the supplier against proper security and acknowledgement. In the alternative, the defective or damaged materials shall be replaced free of cost immediately. The period of contract shall not be extended on the grounds of defects and damages to the material. 5.2 In the event of supplies being in damaged condition or short at the destination stores, the cost of such materials with other charges payable thereof will be paid only proportionate to the value of the materials received in good condition unless the damaged goods or short supplies are made good free of cost by the supplier. 5.3 If, during the period of supply, it is found that goods already supplied are defective in materials or workmanship or do not confirm to the specifications or are unsuitable for the purpose for which they are purchased then, it will be open to the purchaser to reject the goods and repudiate the entire contract and claim for such loss that the KREDL may suffer on that account or require the contractor to replace the defective goods free of cost. 5.4 Similarly, if during the guarantee period stipulated under guarantee clause, subsequent to the receipt of the goods and commissioning of the project any of the goods found to be defective in materials or workmanship or do not conform to specification or unsuitable for the purpose for which they are purchased, then, it will be open to the purchaser either repudiate the entire contract and claim damages or pay compensation to the extent of the loss sustained by the KREDL on that account by the bidder .

30

6.0 RESPONSIBILITY

The bidder is responsible for delivery of the materials at the destination station in good condition. The bidder should include and provide for security protection and packing to the materials as per relevant packing standards to avoid damages or loss in transit.

7.0 PACKING

The bidder shall ensure that the materials reach their destination without damages / loss during transit and subsequent storage. Any loss / damage on account of transit and storage shall be on contractor’s account only.

8.0 DELIVERY & TIME SCHEDULE i) Submission of irrevocable Within 15 days from the date of Bank Guarantee towards receipt of the letter of Acceptance Security Deposit. (LOA) ii) Submission of specification Within 15 days from the date of Manuals and Warranty. receipt (LOA) iii) Delivery of the equipments Within 5 months from the date of including erection of towers at receipt of the LOA. site. iv) Completion of the erection, Within 5 (Five) months from the date testing, commissioning, grid of receipt of equipments. connection, start up and 96 hrs short term test run of the WTGs on the mains (for stabilization). v) Commercial generation Within 12 months from the date of receipt of LOA

Note: i. Offers giving higher delivery period and time than the above schedule will not be accepted and the bid is liable for rejection.

ii. Interim lumpsum penalty is leviable beyond the stipulated period for items of work under (iii) and (iv) above at the rate of Rs. 2000/ per

31

day of delay subject to maximum amount of penalty recoverable shall be up to Rs. 3.60 crores, beyond which contract will be terminated. iii. If the contractor achieves the end mile stone target as fixed under (v) above, interim penalty levied is refundable at the discretion of the KREDL without any interest.

9.0 CONSIGNEE:

The consignment/materials should be dispatched to self C/o Site at Mavinahunda & Sogi, freight pre-paid duly insured, securely packed (wherever necessary) as per specification so as to avoid damage during transit. 10.0 MARKING OF PARTS:

In order to facilitate identification at destination and erection the several parts of the plant and equipment shall be suitably tagged before dispatch with cross-reference to the relevant assembly drawings. The detailed packing list shall bear references, indicating the identification numbers as per the assembly drawings.

11.0 GUARANTEE:

11.1 The contracting firm shall guarantee among other things, the following:

(a) Quality and strength of materials used. (b) Adequate factors of safety for all parts of the equipment to withstand the mechanical and/or electrical stresses developed therein. These shall be stated in the bid. (c) Suitability of design and workmanship of the plant for the conditions envisaged in these specifications. (d) The efficiencies, temperature rise and other performance data and guarantees furnished for the plant.

11.2 The equipment supplied shall be guaranteed for a minimum period of 24 (twenty four) months from the date of satisfactory commissioning. Any part, which proves defective, either in design, materials and/or

32

manufacture within the above guaranteed period shall be replaced free of cost to the KREDL at site and the provision of this clause shall apply to the portions of the plant replaced or renewed until the expiration of the guarantee period or a period of 24 (twenty four) months from the date of replacement.

11.3 The Contract shall be liable for a period as specified under commercial terms and condition of reliable and regular working of plant/equipment/machineries commencing from the date of preliminary take over, to replace any parts that may fail or show signs of defects whether of his own manufacture or those of his sub-contractors under the condition provided for in the contract and proper use and arising from faulty designs, materials or workmanship of erection or from any act or omission of the contract.

11.4 All such replacement of defective parts mentioned above shall be made free of cost at site by the bidder. All expenses such as freight, insurance, customs duty, handling charges, erection charges etc, incurred by the KREDL, if any, shall be to the bidder’s account. However, the KREDL render such assistance in this matter as to expedite the same. In case of defective parts not repairable at site but essential, in the meantime for the commercial use of the plant, the bidder shall replace at site free of cost to the KREDL.

11.5 If the replacement or renewals made if affect the efficiency of the plant, the bidder shall repeat the performance tests mentioned in the bid to re- establish the performance of the plant as per requirement of the contract. Such tests should be carried out without any extra cost to the KREDL.

11.6 Until the end of the guarantee period, the bidder shall have the right of entry at his own risk and expense, by himself or his duly authorised representative.

12.0 ENGINEERS SUPERVISION/DECISION:

12.1 To eliminate delay and avoid disputes and litigations, it is agreed between the parties to the contract that all matters and questions shall be referred to the Managing Director, KREDL and his decision shall be final.

12.2 The work shall be performed under the direction and supervision of Managing Director, KREDL or his authorised representative. The scope of duties of the Managing Director pursuant to the contract will include but not be limited to the following: (a) Interpretation of all the terms and conditions of these documents and specifications.

33

(b) Review and interpretation of all the bidder’s drawings, engineering data etc. (c) Witness or authorize his representative for the tests and trials at the manufacturer’s works or at any place where work is performed under the contract. (d) Inspect, accept or reject any equipment material and work under the contract. (e) Issue certificate of acceptance and/or progressive payment and final payment certificates. (f) Review and suggest modifications and improvements in completion of schedules from time to time. (g) Supervise the quality assurance programme implementation at all stages of the work.

13.0 COMPLETION OF CONTRACT:

Unless otherwise terminated under the provisions of any other relevant clause, this contract shall be deemed to have been completed at the expiration of the ‘Three years operation and maintenance period’ as provided for under this contract after the two years warranty period.

14.0 SAFETY/INSURANCE OF PERSONNEL:

Bidder is solely responsible for arranging the following:

(a) Necessary safety appliances shall be used and the personnel engaged in the erection work at work spot shall follow safety rules. (b) The bidder shall take group insurance policy for their workers and staff employed for the job. It is responsibility of the bidder / manufacturer/developer to arrange the group insurance to his staff. (c) Compensation to workmen shall be paid by the bidder as per workmen compensation act in case of accidents injuries or death. (d) Bidder shall arrange for provident fund and other statutory payments for his staff and workmen employed at his cost only as per present regulation under labour act.

The KREDL shall not be responsible for any such liabilities whatsoever arising out of the bidder’s failure to provide the above requirements to his staff and workmen.

34

15.0 FORCE MAJEURE.

15.1 If at any time during the continuance of this contract, the performance in whole or in part in any obligation under this contract shall be prevented or delayed by reasons of any war, hostility, earthquakes, acts of public enemy, acts of civil commotion, strikes, lockouts, sabotages, fire, flood, explosions, epidemics, quarantine restrictions (hereafter referred to as eventualities) then, the notice of the happening of any such eventuality shall be given by the bidder to the KREDL, nor shall have any claim for damages, compensations against the other in respect of such non- performance or delay in performance, and deliveries under this contract. Normal working shall be resumed as soon as such eventuality has come to an end or ceased to exist.

15.2 Provided that if the performance in whole or in part by the bidder or any obligation under this contract is prevented or delayed by reasons of any such eventuality for a period exceeding 60 days, then the KREDL may, at its option, terminate this contract by issuing notice in writing.

15.3 Time given for completion of work starts from the date of issue of letter of acceptance. The progress of works, which are delayed due to reasons attributable to KREDL, a reasonable extension of time will be granted on application by the bidder, period of extension shall be decided by KREDL only. Any increase in taxes and duties during the extended period will be to the account of the bidder.

16.0 PAYMENT TERMS:

The terms of payment will be as under:

i) 30% of the cost as Mobilization Advance against Bank Guarantee ii) 50% of the cost on receipt of materials at site in good condition with due verification from KREDL. iii) 15% on Erection work iv) The balance 5% on successful commissioning of the project.

Taxes on account of foreign exchange rate/variations, custom duty, sale tax, excise duty, octroi, works contract tax or any other tax prevailing as on the date of submission of bid shall be paid by the bidder only. Payment for all above taxes shall be the responsibility of the bidder and shall be on their account only.

35

17.0 LIQUIDATED DAMAGE

17.1 If the Supplier fails to supply the equipments, complete the works covered in the contract within the delivery & time schedule then the KREDL shall recover from the Supplier as liquidated damages of a sum of half percent (0.5%) of the total contract value for each calendar week of delay. The total liquidated damages shall not exceed 5% (five percent) of the total contract value. In addition, KREDL is entitled to recover compensation on account of loss of revenue of power not generated due to delay. The date of commissioning or completion and handing over of works whichever is later will be considered as date of completion for this purpose. It should be noted that, in case supplier fails to complete the works within the stipulated period and if a contract had been placed on a higher bidder in preference to the lowest acceptable bid in consideration of the offer of earlier completion, the said Supplier shall be liable to pay the KREDL the difference between the contract rate and that of the lowest acceptable bid. This is in addition to liquidated damages and loss of revenue of power not generated due to delay.

17.2 If the works to be rendered by the bidder beyond the period of completion and they are accepted by the KREDL, such acceptance is without prejudice to KREDL’s right to levy liquidated damage for the delay in supply/completion.

17.3 Material/equipments covered under the scope of this contract will be deemed to have been delivered and erected only when all its component parts are also delivered and erected.

17.4 If the ordered materials are not delivered and completed, the KREDL shall recover from the bidder, liquidated damages of a maximum sum of 5 % (five) percent of the total contract value plus loss of revenue on account of power not generated due to delay. Bids not giving clear and specific acceptance to the above clauses are liable for rejection.

17.5 The liquidated damages due to delay in delivery/completion shall be recovered from the bidder by invoking the Bank Guarantee furnished by the supplier as a security deposit.

18.0 SECURITY DEPOSIT.

18.1 The successful bidder will have to furnish a Bank Guarantee towards Security Deposit for Rs. 3.6 Crores for fulfilment of the contract, within 15 days from the receipt of LOA. The EMD of the successful bidder will be

36

adjusted towards the Security Deposit and the balance amount only need be furnished in the form of Bank Guarantee.

18.2 Failure to comply with the terms regarding Security Deposit shall be entitled for cancellation of the Letter of Acceptance without any further reference to the suppliers and the EMD shall be forfeited.

18.3 The Bank Guarantee towards the Security Deposit against this contract shall be valid for a period of three years of guarantee and warranty period.

18.4 The KREDL shall revoke the Bank Guarantee towards Security Deposit :

i) In case the supplier propose any change in the accepted terms and conditions of the work order / contract at anytime or decide to surrender the work order / contract back to the KREDL at any time after acceptance thereof. ii) To recover the liquidated damages of 0.5% of the contract value of the work order for each full week of delay. It may be noted that beyond 10 weeks of delay, the order is liable for cancellation. iii) In the event of any breach of the terms and conditions of the work order /contract. iv) To recover loss of revenue due to delay in commissioning the project.

19.0 SUPERVISION

The micrositing of WTGs, execution supply & erection of all equipments shall be done under the strict supervision of the authorized representative/consultant of KREDL. If any changes or alterations are required to be done at site then the same shall be done as per his instructions only.

37

20.0 Erection of Wind Turbine Generator: -

This shall include tower foundation, assembly of tower, erection of tower and WTGs erection, nacelle, rotor and the erection associated with the electrical systems. 21.0 TESTING :

All WTGs shall be given short-term test run for checking their performance and grid interfacing. The short-term test run shall be for 96 hours. 22.0 COMMISSIONING :

After short-term test run, all WTGs shall be commissioned and put into normal operation.

23.0 TAKING OVER: -

Taking over shall be in two phases.

23.1. Preliminary taking over: - Preliminary take over of the project by the purchaser shall be only after:

i) Successful erection, testing and commissioning and establishment of power curve. ii) After completing the short term test run (96 hrs) iii) After submission of warranty / guarantee certificate iv) After supply of necessary Tools & Plants Taking over will not absolve the supplier from warranty / guarantee.

23.2. Final taking over: -

The project shall be finally taken over after six months when all WTGs are working satisfactorily otherwise the KREDL will have to comply with necessary rectifications/corrections on the WTGs.

38

24.0 TRAINING :

a. Two Officials of the KREDL shall be trained for two weeks in India at the factory of the supplier. Full expenses including travel, boarding and lodging to the trainees shall be borne by the KREDL during the training period. b. On-Site training for engineers/technicians of KREDL should be provided at the site during the short-term testing period. This must include training in operational checks and maintenance.

25.0 MANUALS :

Provision of five copies of detailed technical manuals, service manuals including those for erection, operation and maintenance of the Wind Turbine Generators shall be complied.

26.0 WARRANTY :

Two years warranty effective from the date of commissioning certified by the KREDL. The bidder will undertake all repairs/requirements as necessary, during the warranty period. The bidder at free of cost shall recoup spares that are utilized during the warranty period within one month from date of use of spare. As O&M will be the responsibility of bidder and supply spares erection etc. shall be under their scope till the initial Five years of operation.

27.0 O & M CHECKS:

Yearly four checks [quarterly] by an experienced engineer of the manufacturer during the warranty period, with one more at the end of the warranty have to be carried out by the bidder.

39

28.0 PERFORMANCE GUARANTEE:

28.1 The bidder shall give performance guarantee for the annual generation figures as well as machine availability.

28.2 The bidder shall furnish the annual generation figure of their machine for Mavinahunda & Sogi site as per the wind data given in Section VI. The bidder should guarantee the annual generation figures. If the figures are not guaranteed, the bid is liable for rejection.

In case, the energy output of WTGs during the warranty period does not conform to the guaranteed generation, the bidder will first have an opportunity to repair/modify the equipment to meet the guaranteed generation. In case the performance is not met even after the repairs and modifications, the bidder will be liable to pay liquidated damages as under.

No penalty will be levied upto 5% (five percent) of the shortfall in the guaranteed power generation.

For every 1% (One percent) shortfall below 95%, the supplier will pay liquidated damages at the rate of 1/2 % (Half percent) of the contract value of the order.

In case the short fall is more than 10% (Ten percent) at any time during the warranty period, the supplier will replace the entire equipments free of costs.

Power curve test and standard short test to be conducted at different intervals of time. However, until power curve testing is done at Mavinahunda and Sogi site payment will not be released.

40

The successful bidder has to install wind mast in the plant area so as to measure the wind speed and direction at Hub height to facilitate cross checking of guaranteed generation with the actual. The supply and erection of wind mast shall be included in the rate to be quoted if required. The generation guaranteed based on power curve.

28.3 The machine availability of 95% (ninety five percent) should be maintained on each machine during the warranty and O & M period. In case the availability factor is less than 95% (ninety five percent) the liquidated damages are leviable as stated in Para no: 17.0 above. In case the short fall is more than 10 % (Ten percent) the bidder should replace the equipment free of cost.

29.0 Equipment shall be brand new: All Wind Turbine Generators electrical and mechanical and accessories including power evacuation and control systems etc shall be brand new machines certified as such by the manufactures duly furnishing thereon the date of manufacture and other relevant details. In the event that any machine/component/part etc detected as old/used on receipt at site shall attract cancellation of LOA and declaration of the contractor as “blacklisted” under intimation to government and all concerned agencies, besides attracting penal of the provisions of the contract agreement.

41

SECTION –IV

BRIEF DESCRIPTION AND SPECIFICATIONS OF CIVIL WORKS, WTG’S AND POWER EVACUATION.

42

A. BRIEF DESCRIPTION OF CIVIL ENGINEERING WORKS

1.0. SURVEY

Detailed survey of the proposed wind farm site has been carried out to prepare general and topographic layout of the site. Levels of the complete area have been taken with a view to prepare contour plan of the area. Contours have been drawn, keeping contour interval as one metre.

a) At Mavinahunda, the total area for the wind farm will be 85.37 Acres depending on the rating of WTGs are going to be deployed.

b) At Sogi, the total area for the proposed wind farm is 18.8 Ha.

2.0. SOIL CONDITIONS

The soil conditions are quite suitable for WTG tower foundations. However for designing foundations of WTG Towers, WTG supplier shall have to collect information as considered suitable.

3.0 LAYOUT OF WINDFARM

Wind turbine generators of 1500 kW capacity and above rating are proposed in this expansion project. The total installed capacity shall be 6.0 MW (+ 10%) at each location. The details of contours, proposed locations of WTG’s are to be surveyed and micrositing to be done for location of wind turbines in suitable area.

4.0 APPROACH ROAD TO WINDFARM

For Mavinahunda site, the approach road is already created from Siddheshwar temple, which can be reached from Mavinhunda village. The ruling gradient of 1:18 has been retained in existing approach road, which is considered more appropriate. The level difference between the toes of the hill to the top of the hill, where approach road will end is about 100 metres.

For Sogi site, the roads within the wind farm shall be constructed mud roads to provide suitable approach to all WTG Tower foundations. The construction of approach road to the proposed site is already made which is of 5 km length (about 1.5 kms in plain area and 3.5 kms hill road). The ruling gradient for the hill road has been kept as 1:18. The level difference from top of hill where the approach road will end and

43

the toe of hill is 162 metres. The actual length of road being 3.4 kms, the average gradient works out to be 1:21. The alignment of approach road has been maintained considering all aspects i.e. geometrics, economics and convenience in transportation of heaviest and largest parts of Wind Turbine Generators. The cross drainage works and retaining walls, construction of Hume pipe culverts, causeway and retaining walls considered bare minimum and absolutely necessary.

5.0 ROADS AND TURNING AREAS WITHIN THE WINDFARM

The roads within the wind farm shall be constructed mud roads to provide suitable approach to all WTG Tower foundations. The construction of these roads shall also have to be taken-up on priority, so that the same can be used for transportation of construction material and equipment. These roads shall also be used for movement of crane for erection of towers, nacelles, rotors etc.

The following specifications shall be followed for the new roads i.e. within the wind farm:-

i) Carriageway: - Bidder is required to submit the plan indicating the total length of internal wind farm roads and provide extra width at curves and hair pin bends.

ii) Finished surface of carriageway: - The finished surface of carriageway shall be water bound macadam 150 mm thick in two layers.

iii) Camber :- The camber shall be 1 in 35.

iv) Radius of Horizontal Curves:- The minimum radius of Horizontal curves shall be kept as 20 metres.

v) Super-elevation:- Super elevation shall be provided at curves. The maximum limit of super-elevation shall be 1/15.

It is also proposed to provide turning areas for Trucks/Trailers/Cranes etc. near each WTG. The dimensions of the turning area are proposed as 25mx4m. These turning areas shall be made with the same specifications as that of W.B.M. Roads and indicate the same in plan.

6.0 W.T.G. FOUNDATIONS

The preliminary drawings for foundation of 1500 kW capacity and above, with Tubular tower has been prepared.

44

The estimate for W.T.G. foundation is based on these preliminary drawings. However the actual design and drawings of foundation shall be submitted by the W.T.G. manufacturer/bidder/developer.

Levelled area approx. 10 m x 50 m for assembly of WTG Tower shall be provided near each WTG foundation.

7.0 CABINS FOR CONTROL PANELS

If required, it is essential to provide a small cabin for each WTG for housing the control panels.

8.0 OFFICE CUM CONTROL ROOM BUILDING

An area of approximately 20 m x 10 m has been constructed of control room building. The building consists of 4 rooms and a front verandah. One of the rooms shall be used as control room. The plinth area of the building is 137 sqm.

An area of approx. 40x25 m has been marked for construction of office cum control room building and storage shed. In between these two buildings open storage area has been kept with barbed wire fencing and steel gate. This facility may be used during construction of plant and at times of O & M.

The open space between the office building and storage shed shall be used for open storage.

9.0 STORAGE SHED

A storage shed, 24m x 8m size, has been constructed for storage of spare parts, particularly, generator and other important items. Fencing and gate for open storage area is available.

10.0 WATER SUPPLY

Permanent water supply arrangement for drinking/general purpose is available at sites and can be used for the construction, if required by repair/replacement of motor pump sets.

11.0 ACCOMMODATION FOR O & M STAFF

Accommodation for some of the operational staff at site is made available with four rooms, attached toilet and kitchen.

45

12.0 CODAL STANDARDS

The design and detailed specifications of the items of the civil engineering works shall conform to relevant BIS and PWD Codal provisions.

B. BRIEF DESCRIPTION AND SPECIFICATIONS OF WIND TURBINE GENERATORS & ACCESSORIES

1.0 GENERAL SPECIFICATIONS

The wind farm shall consist of grid connected Wind Turbine Generators (WTGs) approved by MNRE/CWET.

The normal operating lifetime of the WTGs shall not be less than 20 years for any type of environment. It must accept available Indian equipment for oil lubricants and other consumable accessories. All materials, components and equipments used in WTGs must be identical and interchangeable.

2.0 MAIN DESIGN CRITERIA

The components guaranteed by the contractor for 20 years continuous life time - shall be listed. Values for the following design parameters shall be furnished.

 Withstand capability for maximum 10 min. average wind speed at hub height.  Withstand capability for maximum 2 sec. gust wind speed at hub height.  Maximum operation wind speed, given as 10 min. average wind speed.  Maximum electrical power output.  Maximum rotor revolution speed.  Certified power curve.

The Contractor shall guarantee that the WTG construction and the components are designed in accordance with the actual design criteria stated above.

3.0 WIND TURBINE GENERATOR TYPE

The WTG shall fulfil the following main data:

46

 Horizontal axis, 3-blade rotor, placed upwind of the tower.  Grid connected WTG with a rated power output 1500 kW capacity and above, with either stall or pitch regulation.  Tubular tower giving a minimum hub height of 75Mts and above the ground level.  Active yaw, both clock-wise and counter clock-wise.  Two independent braking systems of which at least one must be of the aerodynamic type having fail-safe feature.  Local control system (LCS) based on microprocessor, having a facility for remote control and also to have SCADA.

4.0 BLADES

The blades are generally a proprietary item and have their own specialities in design. However, this item shall be sturdy enough to maintain its surface smoothness, shape and alignment in any naturally given condition. Safety system of the blades assembly shall be of fail- safe design.

5.0 TRANSMISSION

The transmission may be direct or built as composite gearbox with generator through an independent gearbox coupled with the Generator or directly coupled to the generator or without gearbox.

6.0 BRAKING SYSTEM

The WTG shall have generally two independent braking systems out of which one must be aerodynamic braking, particularly for stall-regulated machines. Brake should function even if the grid supply fails.

7.0 YAW SYSTEM

The active yaw system operating on the signal from wind direction sensor shall be provided. The yaw system shall also be capable to effectively carry out automatic untwisting of cable whenever required.

47

8.0 GENERATORS

The generators shall be induction generators (asynchronous) or synchronous designed for tropical environment, and in accordance with the relevant standards including IS:4722, IEC:34 and IEC:529.

The generators shall meet the following technical specifications as a minimum :

 Rated voltage : 690V, 3 Phase  Rated frequency : 50 Hz  Rated output : To match WTG rating of 1500 kW capacity and above  Degree of protection (IEC) : IP54 (also provided with drain hole)  Power factor : Minimum power factor at Generator point shall be around 0.95 at any generating condition; if necessary using compensating capacitors.  Current Asymmetry : Approx. 10%  Efficiency : Min. 0.9.  Insulation class(IEC 85) : F  Vibration category : N  The temperature rise at full load, ambient temp. 45C, is preferably being in accordance with insulation class B (IEC-85).  The generators shall be provided with temperature sensors installed in the stator windings being part of the generator protection system.  Generators windings etc. must be special corrosion protected to cope with condensation problems caused by the high relative humidity/temperature gradient on the site.  Generator shall be protected against short circuit, earth fault, over load, over and under-voltage.

Generator construction, electrical and mechanical must withstand cut-in at anti phase.

48

9.0 TOWER

The tower for the WTGs shall be tubular type and must be coated with corrosion proof layer so that it can withstand environmental impact for atleast 20 years life time. The towers must have necessary arrangements to ensure safe access to nacelle.

10.0 ELECTRICAL SYSTEMS

10.1 General

The electrical power and control installations of the WTGs must be designed for unattended, automatic service in remote areas in India.

The design must ensure  High reliability (well-proven principles).  Easy maintenance and services.  Max. power production.

All installations must be designed, fabricated and tested in accordance with latest publications from the international organisations of standards, or Indian equivalent.

10.2. System Voltage

All installations shall be designed and delivered for start/stop and operation at a grid voltage of :

 690V, 3 phase ±10% variation limit.  Frequency 50 Hz +1 Hz /-2 Hz variation limit.

Tolerances exceeding above limits, which can be expected must not harm/damage the installation in any way, if experienced for short duration.

10.3. Capacitor Banks

Adequate capacitor shall be provided so that the reactive power consumption is minimum. But, in no case over compensation is solicited.

49

10.4. Soft Start

The WTG must be equipped with power electronics or thyristorized soft start feature to limit the starting current to rated value.

10.5. Power Panel

For each turbine a switchboard is to be installed in a enclosed panel next to the wind turbine, in case of Lattice Tower or within the space of Tubular tower. The switchboard must include all power distribution for the turbine and the cabin, protection systems, soft start, capacitor control.

General data for the switchboard:

 Voltage 690V , 3 phase with ±10% variation limit  Frequency 50 Hz with + 1 Hz/-02 Hz variation limit.  Short Circuit level I = prospective=8kA at incoming terminals (excl. contribution from the turbine)  Degree of protection IP 44  Incoming cable 3 1/2 c x 240 mm2,Al, armoured.  Space heaters With thermostat  Spare space (extensions) 10%  Enclosure material shall be :Protected against humid environment and vermin proof.

The switchboard must be designed and manufactured in accordance with relevant standards viz. IEC: 439, IEC-144, IEC-157-1, IEC-158, IEC- 292, IEC-255 & IEC-337.

10.6. Electrical Requirements

The incoming cable is short-circuiting protected by breaker/MCCB on LV side of the transformer. Overload protection of the cable must be included in the turbine switchboard.

The switchboard must include 2 nos. 3 phase, 4 wire, 10A outgoing lines feeding the light and socket outlets in the nacelle and in the cabin of the turbine. Socket outlets and light must be kept powered even when the turbine is stopped and all remaining electrical installations isolated from the grid. The generator overload protection system must be combined

50

with temperature measuring of the generator windings to ensure max. production time of the turbine even at low grid voltage. A phase relay must cut-out the generator if a phase is missing. Relays and computer systems must be fully functional at voltages up to -10% of rated voltage of WTG. Voltage variations beyond +/- 10% or ambient temperature above 45C must not damage the systems (a shut-down is acceptable). An earth bar must be provided isolated from the switchboard frame. Switchboard must be provided with common incoming breaker.

A mushroom type emergency push-button must be provided on the front panel of the switchboard at a readily approachable location.

An additional switch to facilitate remote control shall be provided on the switch board front.

Lightning arresters must be installed at the incoming terminals protecting against voltage transients on the grid. For computer circuits additional voltage transient protections are to be provided.

10.7. Mechanical Requirements

Where equipments are to be installed in the front covers/doors the strength of these covers/doors must be maintained.

All incoming/outgoing cables must be terminated at terminal-boards. Terminals of different voltages must be grouped and separated by special terminal separators.

Provision for fixing of outgoing cables must be installed in the switchboard.

All earthing equipment must be marked yellow/green.

The switchboard must be provided with space heaters, thermostat controlled and adequate ventilation (and also small cooling fan mounted inside).

10.8. Labelling

All components, internal wiring and terminals must be numbered according to the drawings and marked/labelled at locations, which are easily readable.

51

The switch board panel identification must be indicated on the front in a conspicuous way. It should be identical with the number of the WTG controlled by the switchboard.

10.9. Control Panel

The local control system (LCS) together with the power system must fully protect the mechanical and electrical installations of the WTG against break down and at the same time ensure a maximum overall energy production under given wind conditions. The local control system shall be designed for automatic, operation with minimum of attendance. If provided with Micro Processor System, a power back-up system for 72 hours operation shall be included. The control panel shall be installed within the tower. The system shall as a minimum be able to display grid condition, brake position, generator rpm., instantaneous power and cumulative energy generation with break-up for small and large generator, wind speed, instantaneous kVAR consumption, status of capacitor bank connection, temperature of generator, yaw motor, gear box, gear oil etc.

The LCS shall also initiate shut down, display and give alarm at following conditions:

 Low oil level or pressure in gear box.  Yaw failure  Cable twist failure  Control system failure  Vibrations of the nacelle.  Worn brake-pads  Abnormal temperature in generator, gearbox, yaw motor, brake callipers.  Grid failure i.e. frequency error, excess current asymmetry, voltage failure.  Over speed of rotor.  Activation of emergency stop.  Aerodynamic brake operation.  Over temperature in switchboard (Power Panel).  Failure of capacitance

This shall also stop the WTG and restart when conditions are acceptable again with display for:

52

 Low wind speed.  Excessive wind speed.  Untwisting of cables.  Activation of stop push-button (Restart when start push-button is activated).  Abnormal grid condition e.g. over/under voltage, over/under frequency and current asymmetry.

The LCS shall release the WTG after a shut-down caused by grid failure and the WTG shall start automatically. The WTG shall be manually restarted in case of all other shut-down situations.

Any shut down must be reported through the Microprocessor.

All relay set points at relays or instruments must be adjustable within safety limits of the equipments. These include Voltage and Frequency sensing relays also.

11.0 PROTECTION OF EQUIPMENT

11.1 Earthing/Grounding

Design and execution of earthing for WTG Generation system is a part of the scope of work. There are two aspects which have to be kept in mind:-

1. Equipment grounding against ground fault, 2. Grounding of tower nacelle and rotor blade against lightning stroke.

11.2. Equipment Grounding Against Ground Fault

All electrical frames shall be effectively connected to earth at two points. The bidder shall provide material required for earth electrode as well as earth current carrying conductor. Overall earth resistance at each WTG installation shall be less than 1 ohm.

The earth electrode must be designed to withstand the maximum possible short circuit current.

The connection of earth electrode shall be clearly and permanently labelled "SAFETY ELECTRICAL CONNECTIONS NOT TO BE REMOVED ".

53

All mechanical parts made of metal shall be bonded and connected to earth. The earthing system must follow IS-3034.

11.3 Lightning and Over Voltage Protection

The executed work shall be as per IS 2309.

12.0 WIND MONITORING MAST

To facilitate proper evaluation of generation at the prevailing wind condition, it is suggested that wind monitoring mast may be erected inside the wind farm. The height of the wind mast should be close to the hub height of the WTGs installed therein with two sets of anemometers and wind vanes provided at two different heights. Electronic data logger should also be provided as part of the monitoring system to ensure correct and reliable data collection and its computation for analysis, for verification of generation with reference to the actual wind conditions at Hub height. The bidder not to quote this item separately in the price bid. Since wind mast is already available at site, if need be it will be relocated by you during construction of wind farm.

13.0 DOCUMENTATION, O & M and TRAINING

All the relevant manuals for understanding the machine for smooth operation shall be provided.

Manuals for maintenance of mechanical components and electrical circuiting shall be included. A schedule for carrying out preventive maintenance shall be provided in the manual.

14.0 SPARE PARTS AND TOOLS

The spares for the WTGs shall consist of all components and tools required for uninterrupted operation of the WTG. A list of recommended spares should be given separately for main and minor components.

Minor spare parts necessary for proper operation and maintenance during a period of 5 years shall be listed.

The bidder shall guarantee that spare parts are available as and when required by the WTG owner.

54

Special tools for maintenance of the WTG or WTGs shall be included in the WTG supply package. A list of proposed tools and other than the special tools as a standard supply shall be furnished.

15.0 WTG LOCAL CONTROL SYSTEM MONITOR/DISPLAY

The WTG control panel shall have a display system that shall display the following:  Parameter for controlling the WTG.  Instant wind speed and generation.  Instant grid voltage, current and power factor.  Generation details along with generating hours.  Tabular and graphical form of actual power curve obtained by the WTG.  Yawing details.  Temperature of important assemblies.  Number of times and hours of capacitor banks in operation, if same is provided.  Number of mechanical breakings if the same is provided.

There should be provision for editing all display mentioned above.

C. BRIEF DESCRIPTION OF POWER EVACUATION SYSTEM

1.0. INTRODUCTION

The electrical system is necessary for wind farm to cover electrical installations within the wind farm and line linking the wind farm to the grid system of KPTCL through the existing VCB at wind farm. The interconnection system links up the existing grid within the wind farm by connecting the individual WTGs through 33 kV internal transmission line.

2.0. INTERCONNECTION SCHEME

2.1. Electricity generated by wind farm is accepted by the power system of KPTCL through the interface and the grid inter - connection while maintaining provision for cross-flow of active and reactive power. Induction Generators are mostly used in grid connected wind energy conversion system. Induction generator requires reactive power for its excitation which it draws from the grid and in return supplies only active power to the grid. Frequency and voltage of the grid connected induction generators depend on the frequency and voltage of the grid.

55

Commercially available induction generators used in wind electric generator systems are normally required to be operated within a close tolerance of voltage and frequency variation. In the event of either the voltage or frequency at the generator terminal going beyond the permissible limits, the control system disconnects the WTG from the grid. Reliability and efficiency of a wind farm are dependent on the stability and strength of the grid.

2.2. The nearest 33/11 kV Karnataka Power Transmission Corporation Limited (KPTCL) grid Substation is at Kabbur, located at about 13 km aerial distance from the existing 2 MW windfarm site at Mavinhunda. Raibagh Taluk, Belgaum District.

The nearest 66/33 kV M/s. Suzlon Energy Limited’s Substation is at Varakanahalli located at distance of about 5 to 7 Km from the proposed windfarm site at Sogi, in Huvinahadagali Taluk, Bellary District.

2.3. For recording import/export of windfarm energy to KPTCL grid, electronic energy meter with CT & PT unit have been provided just at the point of termination of KPTCL dedicated 33 kV-SC overhead lines with coyote conductor on a 12 mts height RSJ poles from windfarm site to Kabbur Substation is available.

For recording import/export of windfarm energy to KPTCL grid, electronic energy meter with CT & PT unit have been provided just at the point of termination of KREDL dedicated 33 kV overhead line of the existing windfarm at Varakanahalli Substation.

3.0. GRID INTERFACE

The interface includes all equipments and devices between the metering and switching station at the KPTCL point of supply in the windfarm area up to the outlet of Power Panel supplied with individual WTG spread over the windfarm area. This arrangement is meant for collecting the generated energy from all WTGs and for despatching to the KPTCL grid through interconnecting lines.

As proposed WTGs 1500 kW capacity and above shall have the power output connected by 33 kV/(designed voltage), suitable kVA transformer through 33 kV internal OH line with ACSR Rabbit/coyote conductor and finally fed back to KPTCL grid by pooling it up at the existing VCB yard.

3.1. At unit sub-station near each WTG, the transformer on HV side shall be protected by 33 kV D.O. fuses with Gang-operated air-break switch and LAs. On LV side it will be directly connected to power panel of WTG

56

located at the base of the tower through 2/4 Runs of 3½ core Aluminium armoured PVC/XLPE, 300/240 sq.mm power cable for different alternatives as indicated in unit sub-station drawings.

4.0 SYSTEM DESIGN & TECHNICAL PARTICULARS OF ELECTRICAL EQUIPMENT

Voltage and frequency at the terminal of the induction generators depend on the grid conditions. Variation of voltage and frequency of the grid must be within specified limits for proper functioning of WTG.

Frequency at all the points of the grid including that at the terminals of induction generators is the same. The frequency variation limit specified for the induction generator is generally-3 Hz and +1 Hz from the rated frequency of 50 Hz.

As regards voltage, the drop in the high voltage lines, power transformers and low voltage cables would vary with the amount of active power generation and reactive power consumption. The allowable voltage variation at the generator terminal is +10% to –15% depending on the WTG rating and rated voltage.

A set of calculations have been carried out under different conditions of generation with the capacitors connected to the WTG system to find out the allowable voltage variation at the KPTCL sub-station when the voltage at the generator terminal is kept within ±10% limit of rated voltage WTGs.

5.0 COMPENSATION OF REACTIVE POWER

As already mentioned, the grid connected wind turbines with induction generators will consume reactive power from the grid. Wind Turbine Generators are provided with capacitors with automatic switching arrangement to partially compensate the reactive power consumption from low generation to full generation.

6.0 EARTHING OF ELECTRICAL EQUIPMENT

Earthing of metallic parts, not intended to carry current is a statutory requirement. Neutral of transformer, CT and PT shall also be earthed as per requirement of system and detailed design. Following items are usually decided for any earthing calculations:

a) Type of earth electrode, GI Pipe/Cast iron pipe /MS rod. b) Number of earth electrodes.

57 c) Size and quantity of earth current carrier. d) Typical layout of earth pit and inter connection. e) Value of earth fault current. f) Step and touch voltage.

In order to arrive at the result, the soil resistivity of the locality should be known. Measurement of earth resistivity and earth resistance is a part of electrical bid, Electrical contractor has to design and quote for desired no. of earth pits for electrical equipments and WTG to achieve 1.0 Ohm earth resistance to meet IS:3043 requirement In case at some particular locations finally on measurement if required, the bidder has to provide more nos. of earth electrodes or earth conductor as necessary to achieve 1.0 ohm value.

The Drg.No.CECL/S/11 kV/E-1 indicates typical illustration of earth electrode. Earthing of equipment shall strictly be guided by IS 3043 code of practice for earthing. Certain specific points are mentioned below:- i) There shall be at least one dedicated earth pit for LA situated close to its location. Connection from LA to pit should be short and avoiding bends. ii) Neutral of the transformer shall be connected to two separate and distinct earth pits through independent current carrier. The two earth pits may be inter- connected. All electrical equipments and their structures shall be earthed at two separate points each conforming to relevant electric standard specification and Indian Electricity rules. iii) Minimum size of current carrier will be decided by its ability to carry the fault current up to time of tripping without causing undue temperature rise and with due consideration to corrosion allowance. iv) Acceptable value of combined earth resistance shall be 1 Ohm or less. Earth Protection relay/release or fuse/MCB provided in any electrical circuit with load exceeding 5 kW should trip the circuit in the event of any earth fault involving metallic frame. v) Earth conductor shall be without any joint for neutral earthing of transformer and earthing of LA. For other equipment if jointing is needed gas welding shall be done. Equipment and structures will however be connected with earth strips by galvanised bolts and nuts only. Wherever bolting is done, minimum two numbers shall be used.

58

vi) Min. size of the G.I. earth strip shall be 50mm x 6mm. for earth bus. vii) All metal fencing should be separately earthed. viii) Arrangement shall be provided for watering earth pits.

7.0 LIGHTNING PROTECTION

Windfarm area is generally free of large trees, tall buildings and structures. The WTGs and the overhead electrical power transmission and distribution system associated with the wind farm therefore stand out as the only tall structure prone to attract lightning stroke. Adequate protection shall be ensured for safety of plant and equipment, electronics and microprocessors against indirect effect of lightning and travelling waves of surges.

Accordingly for lightning protection of electrical equipments inside the sub-station and for overhead lines, Lightning Arrestor has to be provided. Design, supply, erection and commissioning of lightning protection of all structures and buildings shall be provided in compliance with IS:2309.

All material and equipment of electrical system shall comply in all respects with requirements of the latest editions relevant Indian or International Standards with their amendments. A complete set of adopted standards in English shall be supplied by the bidder free of charge before the award contract.

8.0 STANDARD DRAWINGS: The bidder shall furnish the standard drawings required for the system as may be decided by him.

9.0 SUB HORMONICS DETECTION AND PROTECTION AGAINST SUB HORMONIS AND POWER QUALITY RECORDING FOR WIND FARMS:

Detailed specification is enclosed as Annexure-1

10.0 CLEAN DEVELOPMENT MECHANISM:

The project is proposed to obtain an additional financial benefit under Clean Development Mechanism. To claim CDM benefits from UNFCCC under Kyoto Protocol, the successful bidder shall take up all the necessary actions in availing the benefits to the KREDL account.

59

SECTION –V

APPENDIX CONTAINING PROFORMA’S

60

LIST OF APPENDIX

APPENDIX PARTICULARS Page No. No. I INFORMATION TO BE SUPPLIED BY THE BIDDER II SCHEDULE OF DEVIATIONS COMMERCIAL TERMS III SCHEDULE OF DEVIATIONS TECHNICAL TERMS IV LIST OF TOOLS AND TACKLES V AGREEMENT FORM VI BANK GUARANTEE FORMAT FOR SECURITY DEPOSIT VII PERFORMANCE BANK GUARANTEE VIII PREFERRED MAKE EQUIPMENTS IX MONTHLY PERFORMANCE REPORT

61

APPENDIX – I

INFORMATION TO BE SUPPLIED BY THE BIDDER

1. List of customers to whom WTGs have been sold with numbers, type and rated capacity along with performance reports.

2. Experience – Total number of wind turbines installed with period of completion.

3. Particulars including current financial status and latest balance sheets, about Indian/Foreign Firms, organization in India for erection and service, profile of key / skilled personnel.

4. Stock of spare parts in India and how the supply will meet O&M obligations during the warranty/lifetime maintenance period.

SIGNATURE :

DESIGNATION :

COMPANY SEAL COMPANY :

DATE :

62

APPENDIX - II

SCHEDULE OF DEVIATIONS OF COMMERCIAL TERMS

Sl. No. Reference to clause no. in this specification Deviation

COMPANY SEAL SIGNATURE :

DESIGNATION :

COMPANY :

DATE :

63

APPENDIX III SCHEDULE OF DEVIATIONS OF TECHNICAL TERMS

Sl. Reference to clause no. in this specification Deviation No.

SIGNATURE :

COMPANY SEAL DESIGNATION :

COMPANY :

DATE :

64

APPENDIX – IV

LIST OF TOOLS AND TACKLES

Bidder shall furnish below the list of tools, tackles and equipments required for erection and commissioning of the project.

Sr. Particulars Nos. No.

SIGNATURE :

COMPANY SEAL DESIGNATION :

COMPANY :

DATE :

65

APPENDIX – V

AGREEMENT FORM

THIS AGREEMENT made the ______day of ____ 20 14 between Karnataka Renewable Energy Development Ltd. (KREDL) (hereinafter called the ‘Purchaser’), having its office at No. 39, ‘Shanthi Gruha’, Bharath Scouts & Guides Building, Opp. to Chief Post Master General Office, Palace Road, Bangalore - 560 001, on one part, AND (Name of the Bidder) of ______(City & Country of the supplier) hereinafter called the ‘Bidder’ on the other part.

WHEREAS the purchaser is desirous that certain Goods of Wind Farm Projects and ancillary service should be provided by the Bidder viz. Supply, Erection, Testing, Commissioning/Operation and Maintenance, and the Bidder has accepted a contract price Rs…………….(Rupees…………………………) hereinafter called “the Contract Price”.

NOW THIS AGREEMENT WITNESSTH AS FOLLOWS:

1. In this Agreement words, expression, terms and conditions, shall have the same meanings as are respectively assigned to them in the Bid No. KRED/08/ASC-M&S/2014/3649 dt: 12-08-2014

2. The following documents shall be deemed to form and to be read and construed as part of this Agreement, viz.

a. The bid document and the price schedule submitted by the bidder.

b. The schedule of requirements.

c. The Technical Specifications.

d. The General Conditions of Contract.

e. The Special Conditions of Contract.

f. The letter of acceptance, and

g. The purchase order and / or work order.

66

3. In consideration of the payments to be made by the purchaser to the bidder as hereinafter mentioned, the bidder hereby covenants with the purchaser to provide the Goods and Services and remedy defects therein in conformity in all respects with the provisions of the contract.

4. The purchaser hereby covenants to pay the bidder in consideration of the provisions of the Goods and Services and the remedying of defects therein, the contract price or such other sum as may become payable under the provisions of the contract at the time and in the manner prescribed by the contract.

IN WITNESS whereof the parties hereto have caused this Agreement to be executed in accordance with their respective laws the day and year first above written.

Signed, sealed and delivered by the

Said ______(for the Purchaser) in the presence of ______

Signed, sealed and Delivery by the

Said ______(for the Bidder ) in the presence of ______

Witnesses:

1.

2.

67

APPENDIX – VI

BANK GUARANTEE FOR SECURITY DEPOSIT

To,

The Managing Director, Karnataka Renewable Energy Development Ltd. (KREDL), No. 39, ‘Shanthi Gruha’, Bharath Scouts & Guides Building, Opp. to Chief Post Master General Office, Palace Road, Bangalore - 560 001,

SUPPLY, ERECTION, TESTING AND COMMISSIONING OF 6 MW EACH WIND FARM INCLUDING STEP-UP TRANSFORMER AND D.P. STRUCTURE AT SITES MAVINAHUNDA/SOGI.

Gentlemen:

In accordance with the provisions of the Special Conditions of Bid Clause No. 18.0 Security Deposit, ______(Name and address of bidder ), (hereinafter called “the Contractor ”) shall deposit with KREDL the Bank Guarantee, to guarantee his proper and faithful performance under the said clause of the contract in an amount of (amount of guarantee) ______(in words) ______

We, the ______(bank or financial institution), as instructed by the bidder , agree to the payment to Karnataka Renewable Energy Development Ltd. on their first demand without whatsoever right of objection on our part and without their first claim to the bidder , in the amount not exceeding ______(amount of guarantee) ______(in words)

We, further agree that no change or addition to or other modification of the terms of the contract to be performed there under or of any contract document which may be made between Karnataka Renewable Energy Development Ltd.

68 and bidder, shall in any way release us from any liability under this guarantee, and we hereby notice of any such change, addition or modification. This guarantee shall remain valid and in full effect for a period of three year under the contract until the work is completed in all respects as per the order and till performance guarantee is given.

Yours truly : ------

Signature & Seal : ------

Name of Bank/Financial Institute : ------

Address : ------

Date : ------

69

APPENDIX – VII PERFORMANCE BANK GUARANTEE

The Managing Director, Karnataka Renewable Energy Development Ltd. (KREDL), No. 39, ‘Shanthi Gruha’, Bharath Scouts & Guides Building, Opp. to Chief Post Master General Office, Palace Road, Bangalore - 560 001,

WHEREAS ______(name and address of Bidder) (hereinafter called “the Contractor”) has undertaken, in pursuance of bid No. ____ dated ______to execute ______(Name of bid and brief description of work) (hereinafter called “the Contract”):

AND WHEREAS it has been stipulated by you in the said bid that the contractor shall furnish with a Bank Guarantee from a scheduled/ nationalized bank for the sum specified therein as security for compliance with his obligations in accordance with the contract.

AND WEHREAS we have agreed to give the contractor such a Bank Guarantee:

NOW THEREFORE WE hereby affirm that we are Guarantors and responsible to you, on behalf of the contractor, a total of Rs. ______(Rupees ______only) (amount of the Guarantee in words and figures) such sum being payable in the types and proportions of currencies in which the contract price is payable, and we undertake to pay you, upon your first written demand declaring the contractor to be in default under the contract and without cavil or argument, any sum or sums within the limit of Rs. ______(Amount of Guarantee) as aforesaid.

We hereby waive the necessity of your demanding the said debt from the contractor before presenting us with the demand.

We further agree that no change or addition to or other modification of the terms of the contract or of the works to be performed there under or of any of the contract document which may be made between you and the Contractor shall in any way release us from any liability under this guarantee, and we hereby waive notice of any such change, addition or modification.

This bank guarantee shall be valid for a period of 3 years after completion of 2 years warranty affected from the date of letter of acceptance (LOA).

Signature and seal of guarantor’s ______Name of the Bank ______Address ______Date ______

70

SECTION –VI

DATA PERTAINING TO WIND REGIME OF MAVINAHUNDA & SOGI SITE

71

SECTION –VI DATA PERTAINING TO WIND REGIME OF MAVINAHUNDA & SOGI SITE

The data pertaining to wind regime of Mavinahunda & Sogi site available with KREDL will be made available for information of the bidder. If the bidder needs any additional information he may arrange to obtain the same through his own sources.

72

SECTION – VII

MAPS AND DRAWINGS

73

SECTION – VII

MAPS AND DRAWINGS FOR MAVINAHUNDA SITE

Sl. No. Drg. No. Description

1. CECL/KREDL/L-3 Map of Belgaum District 2. CECL/KREDL/L-4 Map of Taluka 3. CECL/KREDL/L-5 Location of proposed wind farm. 4. CECL/KREDL/L-A Contour & Layout plan of 6 MW wind farm of Mavinhunda 5. CECL/KREDL/L- 6 Contour & Layout plan of Mavinhunda hills (only for reference) windfarm site 6. CECL/KREDL/L-7 Centre Line Plan of Approach Road(only for reference) 7. CECL/KREDL/C-2 Drawing for Foundation of 1500 kW capacity WTG and above (for reference only) 8. CECL/KREDL/C-4 Cabin for Control Panels (for reference only) 9. CECL/KREDL/C-11 Cross Section of W.B.M. Road 10. CECL/KREDL/C-12 Details of Steel Gate 11. CECL/KREDL/C-13 Details of Barbed Wire Fencing for open storage area 12. CECL/KREDL/ E-2 B Single line Diagram for 1500 kW (only for reference) WTGs and above at Mavinhunda windfarm site. 13. CECL/S/11KV/E-1, Illustration of earth electrode for 11 kV sub-station and unit substation (for reference only)

14. CECL/S/11KV/E-2, Single pole straight run point with V- cross arm (for reference only)

15. CECL/S/11KV/E-3 Single pole straight run point with T- off tap –(with V-cross arm)- (for reference only).

16. CECL/S/11KV/E-4 Single pole cut point with double channel cross arm (for reference only).

74

MAPS AND DRAWINGS FOR SOGI SITE

1. CECL/KREDL/L-3 Map of Bellary District 2. CECL/KREDL/L-4 Location of proposed wind farm. 3 CECL/KREDL/L-5 Contour & Layout plan of Sogi site 4. CECL/KREDL/L- 6 Layout plan of approach Road 5. CECL/KREDL/F 2 Locations of WTGs 6. CECL/KREDL/C-2a Drawing for Foundation of 1500 kW Capacity WTG and above (for reference only) 7. CECL/KREDL/C-10 Cross-Section of W.B.M. Road 8. CEC:L/KREDL/D-1/E-3 Layout of 33 kV switching station at Sogi hill (reference only). 9. CEC:L/KREDL/D-1/E-4C Layout of 33 kV/suitable voltage, Suitable rated transformer substation (reference only). 10. CECL/S/33KV/E-6, Details of earthing for 33 kV OH line and layout of earth pit (for reference only) 11. CECL/S/33KV/E-1 Single pole straight run point with V- cross arm (for reference only)

12. CECL/S/33KV/E-2 Single pole cut point with double channel cross arm (for reference only).

13. CECL/S/33KV/E-3 Single pole straight run point with T- off tap –(with V-cross arm)- (for reference only). 14. CECL/S/33KV/E-4 Double pole structure for straight run location for T-off tap (reference only).

15. CECL/S/33KV/E-5 Typical four pole structure with T-off tap (for reference only). 16. CECL/S/33KV/E-7 Illustration of earth electrode for 33 kV S/S and unit S/S.

Note: Maps and Drawings will be made available during pre-bid meeting.

75

PART-B

PRICE SCHEDULE

76

PRICE SCHEDULE FOR PACKAGE –I (a):

SUPPLY OF ITEM OF MATERIALS REQUIRED FOR WTG INCLUDING STEP-UP TRANSFORMER (suitable voltage/33KV), DP STRUCTURE, SWITCHING STATION, POWER EVACUATION WITHIN THE PLANT, CONTROL & MONITORING SYSTEM OF WTGS FOR 6 MW EACH AT MAVINAHUNDA & SOGI WIND FARM SR. DESCRIPTION UNIT QTY Rate in Amount Taxes Total Cost NO. in Nos in Rs. in Rs. Please Nos. specify if any 1 Supply of WTG of capacity 1500 kW and Nos. above complete with nacelle, hub, blades, tubular tower, controller with interconnecting power and control cables between Generators and sensors and controller, with associated hardware/materials, A.C. Distribution Board along with moulded case circuit breakers . 630 A / 1260 A As per IS 2516 / 1985 etc., complete required for a wind farm 6 MW (+ 10%) Capacity each. 2 Supply of suitable step up copper wound Nos transformer with all fittings, with oil, to match with the size of WTG for stepping up the generation voltage to 33 KV for grid interconnection with suitable core cable required as per the capacity of the WTG etc. complete, as per general specification. 3 Supply of Double pole structure with cross Nos arms, 33 KV 125 Amp. AB Switch, Horn gap fuse/isolator and lighting arrestors with UG cable etc., complete as per the Given specifications. 4 Supply of Earthing materials for WTG, Nos nacelle, Transformers, lighting arrestors etc. as per specifications (Refer Drawings) 5 Linking of proposed 6 MW capacity each at Job Mavinahunda & Sogi to the existing SCADA facility at Wind farm. 6 Supply of materials for Construction of 33 kV Per KM SC line using coyote Conductor within the wind farm. 7 Supply of materials for Strengthening of Per KM Existing conductor by higher capacity for Evacuation line, if required. 8 Supply of materials required for Modification Job at VCB yard for connecting 6 MW (+10%) power, as per requirement. 9 Any change in ratings of CT, PT at VCB Yard Job and at respective SS 33/11kV, as per requirement.

Total for Package – I (a) Note : If the bidder feels the necessity of any additional supply item(s) for completion of the project in such case they are required to add the supply item(s) with their respective prices in this price schedule. Signature Company Seal Designation

Company, Date

77

PRICE SCHEDULE FOR PACKAGE –I (b):

LABOUR REQUIRED FOR ERECTION & INSTALLATION OF WTG INCLUDING STEP- UP TRANSFORMER, DP STRUCTURE, SWITCHING STATION, POWER EVACUATION OF WTGS FOR 6 MW EACH AT MAVINAHUNDA & SOGI WIND FARM SR. DESCRIPTION UNIT QTY Rate in Amount Taxes Total Cost NO. in Nos in Rs. in Rs. Please Nos. specify if any 1 Labour charges for Erection/Installation of Nos. WTG of capacity 1500 kW and above complete with nacelle, hub, blades, tubular tower, controller with interconnecting power and control cables between Generators and sensors and controller, A.C. Distribution Board along with moulded case circuit breakers . 630 A / 1260 A As per IS 2516 / 1985 etc., complete required for a wind farm 6 MW (+ 10%) Capacity each. 2 Labour charges for Erection/Installation of Nos suitable step up copper wound transformer with all fittings, with oil, to match with the size of WTG for stepping up the generation voltage to 33 KV for grid interconnection with cabling as per the capacity of the WTG etc. complete, as per general specification. 3 Labour charges for Erection /Installations Nos of Double pole structure with cross arms, 33 KV 125 Amp. AB Switch, Horn gap fuse/isolator and lighting arrestors with UG cable laying, termination etc., complete as per the Given specifications. 4 Labour charges for Earthing for WTG, Nos nacelle, Transformers, lighting arrestors etc. as per specifications. 5 Labour charges for final testing and Job commissioning work for WTG’s. 6 Labour charges for Construction of 33 kV SC Per KM line using coyote Conductor within the wind farm. 7 Labour charges for Strengthening of Existing Per KM conductor by higher capacity for Evacuation line, if required. 8 Labour charges for Modification at VCB yard Job for connecting 6 MW (+10%) power, as per requirement. 9 Labour charges for replacement for any Job change in ratings of CT, PT at VCB Yard and at respective SS 33/11kV, as per requirement.

Total for Package – I (b)

Note : If the bidder feels the necessity of any additional items for labour for completion of the project in such case they are required to add the labour item(s) with their respective prices in this price schedule.

Signature Company Seal Designation

Company, Date

78

PRICE SCHEDULE FOR PACKAGE –I (c):

CIVIL WORKS FOR ERECTION & INSTALLATION OF WTG’S INCLUDING STEP-UP TRANSFORMER, DP STRUCTURE, SWITCHING STATION, APPROACH ROADS ETC. FOR 6 MW (+10%) EACH AT MAVINAHUNDA & SOGI WIND FARM

Sl. Description Unit Qty. Rate in Rs. Amount in No Rs. In In Words Figures 1 Providing civil works per WTG as per Site conditions, type of WTG etc. a. WTG Foundation Cmt b. Transformer plinth Cmt c. Chain link fencing for Rmt transformer yard along with gate. d. Spreading of 40 to 60 Cmt MM jelly along with Gravel. e. And other allied works, Job if any. 2 Construction of internal Per/km approach mud roads, Strengthening of existing roads and turning areas within the wind farm. 3 All round boundary fencing RMT with barbed wire and concrete pole.

Total for Package-I(c)

Signature Company Seal & Date Designation

79

PRICE SCHEDULE FOR PACKAGE –II:

OPERATION AND MAINTENANCE OF 6 MW (+10%) CAPACITY EACH AT MAVINAHUNDA & SOGI WIND POWER PROJECTS FOR 3 YEARS

SR. DESCRIPTION UNIT QTY in Amount Taxes Total NO. in Nos Nos. in Rs. Please Amount specify if in Rs. any 1 Comprehensive operation and Each 6 MW maintenance of 6 MW (+10%) each at (+10%) Mavinahunda and Sogi wind project for 3 years including evacuation line, station equipments etc. complete.

Package-II

80

Total Abstract of Cost Quoted by the bidder:

Sl Package Cost , Rs in Lakhs 1 Package – I (a) Package – I (b) Package – I (c) 2 Package – II Total

Rs, in words……………………………………………………………..

Signature Company Seal & Date Designation

81