View
3
Download
0
Category
Preview:
Citation preview
ASSAM POWER DISTRIBUTION COMPANY LTD.
BID DOCUMENT FOR
Installation of new DTR alongwith construction of associated new 11kV line and LT 3phase 4wire line with bare conductor, & construction of11kV tea feeder with installation of 11 kV Auto recloser at sending end under and Cachar, Tezpur, Nagaon, North Lakhimpur & KANCH Electrical Circle of APDCL(CAR)
ON “TURNKEY” MODE
SCHEME: “TRADE DEVELOPMENT FUND 2011-2014” NIT NO.CGM (PP&D)/ APDCL/TDF-2011-14/ DTR-Line/CAR/11
2
SECTION -1 NOTICE INVITING TENDER
3
ASSAM POWER DISTRIBUTION CO. LTD
PROJECT PLANNING & DESIGN
NIT NO.CGM (PP&D)/ APDCL/TDF-2011-14/ DTR-Line/CAR/11
Sealed Tenders are invited from experienced & financially sound Electrical Contractor(s)
(individual or joint venture)/Firm(s) having valid electrical contractor license up to 11kV issued by
the competent authority of the Govt. of Assam for Installation of new DTR alongwith construction of
associated new 11kV line and LT 3phase 4wire line with bare conductor, & construction of11kV tea
feeder with installation of 11 kV Auto recloser at sending end under Cachar, Tezpur, Nagaon, North
Lakhimpur & KANCH Electrical Circle of APDCL(CAR) on “Turnkey” mode under TDF-2011-14.
Cost of Tender Paper: ₹ 12,000/-(Rupees Twelve thousand) only in the form of ‘A/C Payee
Demand Draft/Banker’s Cheque (non-refundable) duly pledged in favour of “ASSAM POWER
DISTRIBUTION COMPANY LIMITED”. Tender papers can be purchased in all working days up to 5
PM w.e.f. 12.07.2012 to 31.07.2012 from the office of the Chief General Manager (PP&D), APDCL,
Bijulee Bhawan, Paltan bazar 6TH
Floor, Guwahati-1
Details may be seen in the website www.apdcl.gov.in
Chief General Manager (PP&D), APDCL, 6
th floor, Bijulee Bhawan.
Guwahati-1 Memo No. CGM (PP&D)/ APDCL/TDF-2011-14/ DTR-Line/CAR/ Dt.
Copy to: -
1. The CGM (D), APDCL(CAR), Bijulee Bhawan, Guwahati-1---- for favour of kind information.
2. The GM, Barak Valley Zone/ Central Assam Zone, APDCL(CAR), Silchar/Tezpur for information .
3. The DGM, Cachar, Tezpur, Nagaon, North Lakhimpur & KANCH Electrical Circle of APDCL(CAR). --- for information.
4. The PRO, ASEB, Bijulee Bhawan, Paltan Bazar, Guwahati for publication of the above tender in one issue of “The Assam Tribune”, and one “Dainik Janambhumi” and “Dainik Jugashanka”.
5. The OSD to MD, APDCL, Bijiulee Bhawan, Paltan bazaar, Guwahati for publication in the official website.
Chief General Manager (PP&D), APDCL, 6
th floor, Bijulee Bhawan.
Guwahati-1
4
ASSAM POWER DISTRIBUTION CO. LTD PROJECT PLANNING & DESIGN
NOTICE INVITING TENDER NIT NO.CGM (PP&D)/ APDCL/TDF-2011-14/ DTR-Line/CAR/11
Sealed Tenders are invited from experienced & financially sound Electrical Contractor(s)
(individual or joint venture)/Firm(s) having valid electrical contractor license up to 11kV issued by
the competent authority of the Govt. of Assam for Installation of new DTR alongwith construction of
associated new 11kV line and LT 3phase 4wire line with bare conductor, & construction of11kV tea
feeder with installation of 11 kV Auto recloser at sending end under Cachar, Tezpur, Nagaon, North
Lakhimpur & KANCH Electrical Circle of APDCL(CAR) on “Turnkey” mode.
Source of Fund: Trade Development Fund: 2011-14
Eligibility Criteria:
1. Average Annual turnover of the bidder for the last three financial years for the work should be as
mentioned below and duly certified by registered Chartered Accountant with Registration No
** NB : if any bidder for certain valid reason did not undertake sufficient work in the previous three years,
then APDCL, if satisfied with the reasons, may take into account the financial turn over & experience of
best of three years out of previous five consecutive years.
2. Past and present performance of the bidder in ASEB or in any of its successor companies will be taken
into account to decide the eligibility as per clause 4 of sec-2.
3. The bidders must have adequate experience in doing similar electrical construction work and to be
substantiated through certificate issued by an Engineer not below the rank of DGM/SE along with
supporting copies of the work executed under any reputed utility / department. Lack of experience of the
bidders will render the bid liable for rejection. The certificate should form a part of the techno-commercial
bid.(as per clause no 4 of Sec-2)
4. Earnest money should be as mentioned below. However Earnest money deposit (EMD) will be 50% for
SC, ST & OBC bidder subject to submission of caste certificate along with the Techno-Commercial bid of
the tender.
5. Financial resources: The bidder shall have to specify proposed source of financing, such as liquid assets,
unencumbered real assets, line of credit and other financial means, net current commitments, available to
meet the total construction cash flow demand of the subject contract (evaluation & qualification criteria).
Bid validity: 180 days from the date of submission of Bid.
Cost of Tender Paper: ₹ 12,000/-(Rupees Twelve thousand) only in the form of ‘A/C Payee Demand
Draft/Banker’s Cheque (non-refundable) duly pledged in favour of “ASSAM POWER DISTRIBUTION
COMPANY LIMITED”. Tender papers can be purchased on all working days up to 4 PM w.e.f. 12.07.2012 to
31.07.2012 from the office of the Chief General Manager (PP&D), APDCL, Bijulee Bhawan, 6TH
Floor,
Guwahati-1.
Alternatively, the Bid Document can be downloaded from the website: www.apdcl.gov.in for tender
submission purpose. The bid can be downloaded upto 4 pm of 31.07.2012. The Bidders using downloaded
document will attach with their Bids(Techno-commercial) an ‘A/C Payee Demand Draft/Banker’s Cheque
(non-refundable) of ₹ 12,000/-(Rupees twelve thousand only) duly pledged in favour of “ Assam Power
Distribution Company Limited, Guwahati-1”as a cost of tender paper. Bidders will ensure that the complete
document in full is downloaded and used. Any bid without the payment of ₹ 12,000.00 as above will be
rejected outright; the date of purchase of said A/C Payee Demand Draft/ Banker’s Cheque
should be within the date of issue of Tender paper.
Date of submission of Tenders: Up to 14-45 Hrs. of 18.08.2012
Date of opening of Bid: Techno-commercial bids will be opened on 18.08.2012 at 15-00 Hrs. and the price bid on a date to be notified later on.
5
Details of works: under APDCL(CAR)
Package No Work description Average annual
turn over (Rs in lakh)
EMD amount (Rs.
In lakh)
Period of completion
In days
TDF 2011-14/CAC
Installation of new DTR alongwith construction of associated new 11kV line and LT 3phase 4wire line with bare conductor,
& construction of11kV tea feeder with installation of 11 kV Auto recloser at sending end under Cachar Electrical Circle,
APDCL (CAR)
700.0 35.0
540(five hundred forty) days from the date of issue of work order
TDF 2011-14/NK
Installation of new DTR alongwith construction of associated new 11kV line and LT 3phase 4wire line with bare conductor under Nagaon & KANCH Electrical Circle, APDCL (CAR)and construction of new 11kV line from Diphu S.S to DC Court,
SP office etc. with terminal equipment under KANCH El. Circle, APDCL(CAR)
800.0 35.0
540(five hundred forty) days from the date of issue of work order
TDF 2011-14/TL
Installation of new DTR alongwith construction of associated new 11kV line and LT 3phase 4wire line with bare conductor and construction of11kV tea feeder with installation of 11 kV
Auto recloser at sending end under Tezpur & North Lakhimpur Electrical Circle, APDCL (CAR)
1000.0 35.0
540(five hundred forty) days from the date of issue of work order
NB The bidder can participate in one or multiple packages
6
Parameter of works under APDCL(CAR): -
Sl. No.
Description of work
Parameter of work under
Cachar Circle
Nagaon Circle
Tezpur Circle
North Lakhimpur
Circle
KANCH Circle
1 Construction of 11kV line for DTR connectivity
37.0 Km 42.0 Km 37.0 Km 38.0 Km 10.0 Km
2 Construction of LT 3 ph 4 wire line with bare conductor as outgoing line from DTR
10.0 Km 10.0 Km 10.0 Km 10.0 Km 4.0 Km
3 Installation of 250 kVA DTR s/s 10 nos. 30 nos. 12 nos. 10 nos. 3 nos.
4 Installation of 100 kVA DTR s/s 80 nos. 99 nos. 90 nos. 90 nos. 30 nos.
5 Installation of 63 kVA DTR s/s 80 nos. 96 nos. 82 nos. 87 nos. 30 nos.
6 New 11kV dedicated tea feeder along with installation of 11kV Auto recloser at
sending end 90.0 km nil 32.0 km nil nil
7 Construction of new 11kV line, from Diphu S.S to DC Court, SP office
nil nil nil nil 5.7 Km
NB: Location against the above allotted parameters for execution of the work will be finalized by concerned DGM of APDCL
7
Terms & Conditions:
1. The work should be carried out as per latest REC specification and construction standard.
2. In case of a joint venture firm, the relevant deed in support of joint venture, an agreement duly registered or
certified by Notary must be submitted along with the bid. In absence of such documents, the tender from a joint
venture firm shall be rejected.( for joint venture requirement refer Sl 5 of Sec-2)
3. The Techno-Commercial& Price bids must be submitted in two separate sealed cover superscripting the following
on both the covers ( for each Package)
a) Name of bidder with full address
b) “Techno-Commercial bid with earnest money” for envelope containing Techno-commercial Bid and “Price
bid” for envelope containing the price bid.
c) NIT reference number.
4. Rates should be quoted in figures and the total against each column should be in figures except grand total which
is to in both figures and words legibly and no overwriting will be accepted.
5. Earnest money as stipulated should be submitted with the Techno-Commercial bid in the form of Bank
Guarantee (BG) of Nationalized Bank/ Bank Call Deposit/NSC/Term Deposit pledged in favour of “ ASSAM
POWER DISTRIBUTION COMPANY LIMITED, Guwahati-1” valid upto June’2013. Any tender without earnest
money will be rejected outright.
6. Quoted rate should be firm and break up of all taxes and duties should be shown as per price bidding schedule
format.
7. Quoted rate must be valid for a minimum of 180 days.
8. There will be pre-bid discussion with the intending bidder to be held on 07.08.2012 at 1500 Hrs in the office of the
undersigned regarding terms and conditions and scope of work.
9. The tender should be submitted in the office of the Chief General Manager (PP&D), APDCL, Bijulee Bhawan, 6th
floor, Paltanbazar, Guwahati-1 and will be opened on the scheduled date & time in presence of the intending
bidder.(the bidder may submit tender document in single copy )
10. The Company reserves the right to accept or reject any tender in part or in full or spilt the work or award the
contract in phased manner or cancel/withdraw the Notice inviting tender of any package without assigning any
reason thereof whatsoever. In such cases, no bidder shall have any claim arising out of such actions.
Chief General Manager (PP&D),
APDCL, 6th floor, Bijulee Bhawan.
Paltan bazar,Guwahati-1
8
SECTION 2
TENDER INVITING PROPOSAL
9
ASSAM POWER DISTRIBUTION CO. LTD
PROJECT, PLANNING & DESIGN
TENDER INVITING PROPOSALS WITH TERMS & CONDITIONS FOR
1. Intent of the Tender Enquiry
The intent of the Tender Enquiry is to invite proposals from the prospective and relevantly experienced
and financially sound contractor(s) (individual or joint venture)/firms to carry out the works as mentioned above on
turnkey mode.
2. Scope of Work
The various activities under the scope of work shall among other related aspects cover the following.
i. Procurement and supply of all materials required for the work.
ii. Arrange inspection / testing of any/all items ordered at manufacturer’s works for officer deputed by APDCL for
such inspection/testing .
iii. Site unloading, storage and handling of all materials supplied including watch and ward for safe custody.
iv. Site fabrication work as per requirement.
v. Submission of implementation schedule from the date of award of contract for: -
Route survey for laying new lines wherever required
Erection, testing and commissioning of all materials/equipment supplied/system installed.
vi. Project management and site organization.
vii. Obtaining clearance from statutory Agencies, Government Departments, Village Panchayats etc. wherever
necessary
viii. Submission of technical specification/Test Certificate/Drawings etc. of all materials supplied.
ix. A list of various items normally involved in proposed type of work is provided in this document. This, however, is
not to be considered as limiting but only typical. Vendors’ scope will include all other items and materials as may
be required to effectively complete the work.
x. Mapping of electric works awarded at all voltage levels on Geographical Information System (GIS).
Above all, the scope of work of the vendor/contractor will include all items and facilities as may be necessary to
complete the electrification work on turnkey basis and as binding requirement.
3. Basic specification of the various equipment/ works to be supplied /carried out.
i. All equipment supplied shall conform to the requirement of relevant ISS (BIS) as approved by ASEB/Company
and that of REC specification and construction standards.
ii. All materials supplied shall be erected, protected as per approved standard practice for proposed type of electrical
work so as to supply electricity to the consumers most effectively and in an intrinsically safe manner.
iii. All equipment supplied and installed shall provide easy and effective:
Maintainability
Reliability
Availability
Long life
All equipment supplied and installed shall be provided stable and adequate weather protection, system earthing
etc. LA should be earthed separately.
iv. All items, which may require frequent opening up/ dismantling for maintenance, shall be adequately sealed
against any tampering/ theft etc.
v. Generally supply and erection of materials and system shall meet the requirement of construction standard being
followed in the electrification work.
4. Basic qualifying requirement:
To be qualified for the package the bidder must compulsorily meet the following minimum criteria
A. Technical.
The prospective bidder must fulfill the following qualifying requirements
a. The bidder must have valid electrical Contractor’s and Supervisor’s License (HT) issued by the Licensing
Authority of Govt. Of Assam.
10
b. The bidder must have successfully erected and commissioned at least 20 (twenty) nos. of 11/0.4 kV DTR
Substation ( 25 kVA and above) and must have similar experience of constructing 10(ten) KM of 11 KV
line, 10(ten) Km of LT 3phase 4wire line with bare conductor during the last 5(five) years as on the date
of bid opening and which must be in satisfactory operation for at least 1 (one) year as on the date of bid
opening.
c. The bidder must have the above mentioned experience of working in the state of Assam
d. The bidder shall furnish details of the work / works along with its value already in hand either of APDCL,
or in any other successor companies of ASEB along with date of completion as per Letter of Award and
likely date of completion duly certified by the competent authority as per format enclosed as Annexure-IA.
This shall be treated as one of the major qualifying criteria for technical evaluation of the bid. The
bidder must also fill up the format as per Annexure-I(B), I(C), I(D).
B. Financial
a. Average annual turnover of the bidder for the last three consecutive financial years should be as per NIT
and the annual turnover must be certified by a registered Chartered Accountant. This should be
supported by the copy of the income tax return submitted by the firm for the last three previous years.
Income tax return and audited balance sheet for the financial year 2011-12 may be provisional. However,
a certificate from the chartered accountant regarding turnover for the year 2011-12 must be submitted.
In case of joint venture firms, the figures of average annual turnovers for each Joint Venture partners
shall be added together to determine the bidder’s compliance with the minimum average turnover
requirement for the package. However, the lead partner must meet at least 40% and each of the other
partners must meet at least 25% of the minimum average annual turnovers criteria required for each
package as per NIT.
** NB : if any bidder for certain valid reason did not undertake sufficient work in the previous three years,
then APDCL, if satisfied with the reasons, may take into account the financial turn over & experience of
best of three years out of previous five consecutive years.
b. If the total work in hand against the works of APDCL or its successor companies and other
agencies exceed more than 3(three) times the average annual turnover of the bidder, the bid shall
be treated as non-responsive
c. The bidder shall furnish latest VAT registration, WCT, CST Registration certificate, Service tax
registration, Employee Provident fund and valid Labour License (wherever applicable).
d. The bidder shall furnish copy of their Pan Card. The card must be in the name of the firm if the bidder is
a firm. If it is a joint venture copy of Pan Card of both the partner must be submitted.
e. Joint venture agreement should be a registered one or certified by Notary.
f. Power of attorney should be a registered one.
g. Formal authority, Registered/Notorised for signing the tender or other documents on behalf of
the firm / individual must be submitted along with the bid. In case of registered company Board’s
resolution of the company for authorized signatory should be furnished.
h. Notwithstanding anything stated herein above, APDCL reserves the right to assess the capacity and
capability of the bidder to execute the work, should the circumstance warrant such assessment in the
overall interest of APDCL
5. Joint Venture Requirement
i. The Bid and, in case of successful Bid, the form of agreement shall be signed so as to be legally binding
both the partners.
ii. One of the partners shall be authorized to be as the lead partner and this authorization shall be evidenced by submitting a Power of Attorney signed by legally authorized signatories of the partners. Also the lead partner must have valid electrical Contractor’s and Supervisor’s License (HT) issued by the Licensing Authority of Govt. Of Assam
iii. The lead partner shall be authorized to incur liabilities, receive payments and receive instructions for and on behalf of any or all partners of the joint venture and the entire execution of the contract.
iv. All the partners of the joint venture shall be jointly and severally liable for the execution of the contract in accordance with the contract terms and a relevant statement to this effect shall be included in the authorization mentioned under (ii) above as well as in the bid form and the form of agreement (in case of successful bidder).
v. A copy of the agreement entered into by the joint venture partners shall be submitted with the bid. vi. The figure of average annual turnovers for the joint venture partners shall be added together to determine
the bidder’s compliance with the minimum average turnover requirement for the package. However, the lead partner must meet at least 40% and other partner must meet the at least 25% of the minimum average annual turnover criteria given in the Tender.
vii. The bidder must fill up Financial format as per FIN-I, FIN-II, FIN-III
11
6. Other requirements:
The Bidder i) Should be acquainted himself with relevant conditions of the local geography and socio economic setup
of the different location of the State and being capable accordingly to mobilize, organize and expedite the activities.
ii) Should have adequate working personnel comprising of Electrical/ Mechanical engineers, electrical supervisor, skilled and unskilled labour to be deputed to the proposed assignment.
iii) Should be conversant with the code/ standards applicable to proposed type of work. ISS, REC guidelines
7. Submission of bid ( for Each package)
The bidder shall submit the bid/bids in sealed envelope/envelopes as follows:
a. Techno-commercial bid
Techno-commercial bid should be submitted in a sealed envelope, Superscripting “Techno-commercial bid with EMD” with name of bidder, full address and NIT reference, package no. and under this will be included and defined vendors scope of work, responsibilities, guarantees, specification of equipment, commercial terms and conditions, vendor’s company credentials, experience of similar assignments, registration details, etc. as per requirement. Tender proforma for techno-commercial Bid is enclosed as Annexure-I(A). b. Earnest Money Deposit (EMD):
The Tender must be accompanied with earnest money as mentioned in the NIT against the work to be deposited in the form of Bank Guarantee (BG) of Nationalized Bank/ Bank Call Deposit/NSC/KVP /Term Deposit pledged in favour of “ASSAM POWER DISTRIBUTION COMPANY LIMITED. Guwahati-1”. The EMD should be submitted along with Techno- Commercial bid. The earnest money will be released to the unsuccessful bidders on finalization of the tenders. The EMD to the successful bidder will be released on submission of performance Security Deposit at the time of execution of the agreement as per clause 14 c. Submission of documents with technical bids.
i) Detail list of makes and materials offered with catalogues, technical specification ,type tests certificate , performance certificate from utilities, authorization letter from manufacturer, customer list etc.
ii) Certificates and testimonials in support of credentials of the bidder’s organization. iii) Details past experience along with present works in hand with awarded amount and progress report. iv) Brief write-up on methodology to carry out the assignment, if awarded. v) Details of manpower to be engaged for the assignments. vi) Any other information, the vendor may feel facilitative in evaluating the bid. vii) Copies of bidder and supervisor’s license, etc. viii) Certificate from Registered Charted Accountant in support of Annual turn over ix) Solvency certificate from Bank x) Certificate in support of performance of the bidder xi) If the bidder is involved in any litigation with ASEB/ or any successor company of ASEB. The bidder
should furnish the information to that effect. xii) The bidder should submit the list of materials that are to be brought from outside the state xiii) GTP’S of major items as described in BOQ. such as poles, conductors , insulators, surge arrestor, circuit
breakers, distribution transformer , DTR cubicles, D.O,GOAB stay set, earth pipe etc as per bid requirements should invariably be submitted along with the tender otherwise tender is liable to be rejected
d. Price Bid
Price bid should be submitted in a sealed envelope superscripting “Price Bid” with name of bidder, NIT reference No. Under this will include rates of supply and erection of different items for electrification. The tender proforma for price Bid is enclosed as Annexure-II(A) of respective package. e. Submission of bid
Both the envelope should be placed in a bigger envelope duly sealed superscripting name of bidder, NIT reference and addressed to CGM(PP&D), APDCL, Bijulee Bhawan, Paltanbazar, Guwahati.
Note:-:
a. If there is discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail and total price should be corrected. If there is a discrepancy between the words and figures, the amount in word should prevail. If the bidder does not accept the correction of the errors as above, his bid will be rejected and the amount of bid guarantee/security will be forfeited.
12
b. No separate declaration offering discount on price will be allowed. Offered price in the price schedule will be final.
c. If a particular bidder participates in more than one package, documents related to clause no. 7c and 23 (a) need not be submitted with second or third package. However, Price-bid and EMD against each package in separate sealed envelopes should invariably be submitted.
d. If a particular bidder participates in more than one package the Average annual turnover will be the total of the turn over as per bid requirement for the packages the bidder participates.
e. All custom duties, excise duties, import duties, toll, octroi royalty, entry tax etc. whichever is applicable shall be included in the tender price and no claim of any account of any of the above shall be entertained by APDCL. WCT and service tax should be shown separately. E-1 transaction shall not be allowed.
8. (A) Estimation of material requirement: The total quantity of materials required is indicated in the BOQ
(B) Quantity Variation: There may be increase or decrease in quantity of individual item subject to the condition
that the corresponding change in total contract value does not increase or decrease by more than 15%
keeping the unit rate of individual material and labour unchanged.
(C) A maximum of 5% wastage/damage on dismantled items shall be allowed on the total quantity
dismantled and deposited to departmental store against conversion works if any.
9. Award of work:
i) The evaluation of bids will be carried out, first of techno-commercial bid and thereafter opening the price bid of only those who qualify and meet the technical requirement.
ii) Company reserves the right not to order/ award the job to the price-wise lowest party if the party during evaluation is found technically non responsive.
iii) Work should be started within fifteen (15) days from the date of issue of the work order, failing which order will be cancelled without further correspondence.
iv) The successful bidder must have to complete survey works within 1(one) month from date of issue of LOI & submit quantity variation within that period.
v) The Sub-station equipments installed shall be under custody of the contractor till the date of commissioning and charging. The properties will be taken over by APDCL, CAZ after satisfactory commissioning and charging.
10. Period of completion: 540(five hundred forty) days from the date of issue of work order.
11. Implementation schedule:
Comprehensive implementation schedule of work for the mentioned works
Sl no.
Description
EXECUTION PERIOD
10
days
80
days
12
0 d
ays
11
0 d
ays
16
0 d
ays
60
days
1 Signing of Agreement
2 Survey works
3 Manufacture & supply of materials
4 Erect
ion of equipments
5 Testing & commissioning
12. Termination of work order:
Company reserves the right to terminate the work order at any stage in accordance with the Company’s General Condition of Supply and Erection in force.
13. Terms of Payment:
a. A interest free mobilization advance of 10 % (ten percent) on the total offered value shall be paid on application against submission of unconditional Bank Guarantee for the equivalent amount issued by any nationalized bank or scheduled bank of RBI, having their regional offices in Assam, which should be initially valid upto 3(three) months beyond the stipulated date of completion of the work and to be extended from
13
time to time upto actual time of completion . The advance payment will be recovered from the progressive bills, till full recovery is made.
b. During the currency of the contract, maximum 5(five) nos. of progressive bill will be entertained. The progressive bill will be for the actual work done including supply & erection of the materials for which 80% (including 10% mobilization advanced) of the billed amount will be paid retaining the balance 20% by APDCL. Alternatively progressive bills against supply of materials may be paid limited to maximum of 70% (including 10% mobilization advanced) of the billed amount against the supplied materials delivered at the site or stores as approved by DGM retaining the balance 30% by APDCL. In both the cases adjustment of mobilization advance will be in force. Final bill will be paid along with the retained amount after satisfactory completion & commissioning of the project subject to submission of performance guarantee as per clause 14.
c. All payment shall be made from the office of the CGM (PP&D), APDCL. The bills are to be submitted to the office of CGM(PP&D) after due verification by the concerned SDE, passed by the concerned Asstt. General Manager and countersigned by the concerned DGM. Progress report against the work must be enclosed with each bills (format for progress report to be submitted will be supplied along with the work order).
GIS Mapping of electric works awarded should be submitted with final bill 14 Performance Guarantee:
a. The successful bidder shall have to deposit two Bank Guarantees (BG) as performance security from a nationalized or scheduled Bank of RBI (having their regional office in Assam) before receiving the final
bill. i. For a period of 60(sixty) months for an amount equivalent to 10% (ten percent) of supply and
erection cost of DTR and energy meter. ii. For a period of 18(eighteen) months for an amount equivalent to 10% (ten percent) against
supply and erection cost of all other materials/equipments and civil works. In both the cases (i & ii) the equipments/materials are to be guaranteed individually for integrated operation for the period as mentioned from the date of commissioning. Instead of above, the bidders may also opt for allowing APDCL to retain 10% of their contract value as performance guarantee in lieu of BG against above two clauses.
b. If the contractor fails or neglects to perform any of his obligations under the contract within the guarantee period, APDCL shall have the right to forfeit the BG submitted against performance either in full or in part at its absolute discretion.
c. No interest shall be payable on such deposits.
15 All Bank Guarantees(BG) submitted along with the bid or to be submitted later as per clause 2 and 3(a) of above
should be from any branch of nationalized or scheduled Bank of RBI having their regional offices in Assam.
16 Agreement and Security deposit The successful bidders shall have to enter in an agreement within 10(ten) days from the date of issue of LOI and have to deposit a security in the form of Bank Guarantee issued by any Nationalized Bank/Scheduled Bank in Company’s standard proforma for an amount equal to 2.5% of the contract value at the time of execution of agreement. The security deposit is liable to be forfeited in case of non-execution of contract/ work order. The security deposit will be released on successful commissioning and testing of the materials ordered
17 Before submitting the tender the bidder should inspect the location and the scope of work and have discussion with concerned Sub-divisional Engineer /Asstt. General Manager
18 Project Management and site Organizations:
In Consideration of the tight schedule of the project, the successful bidder(s) /Contractor(s) shall exercise systematic closely controlled project management system with the aid of commonly used soft tools. Following are the major activities/deliverables to be organized /generated for submission to the Board. (I) Liaison/Construction offices will be established in each Circle of APDCL,CAZ. (II) Work Progress Report:
Progress monitoring by the contractor as per implementation schedule and approved milestones.
Fortnightly progress report will be submitted to the concern Deputy General Manager, Senior Manager & Sub-Divisional Engineers. The progress report will highlight the points like, work completion vis-à-vis planned, plan for next working period, delay analysis vis-à-vis committed schedule with reasons and remedies, etc.
(III) Site Organization. The vendor at each working site shall establish the following.
Store house
Site fabrication facilities
Construction supervision office All offices shall be adequately furnished and staffed so as to take all site decisions independently without frequent references to head Work’s/offices.
14
19 Guarantees and Penalties
a) Liquidated Damages (LD). The proposed work is on top priority of Government of Assam and therefore has
to be completed within stipulated/agreed schedule. Any delay beyond that will attract penalty as per
Company’s General condition of supply and erection.
b) Equipment and system installed shall be guaranteed individually for integrated operations for a period of 18 (Eighteen) months from date of commissioning of a system in general. However, equipments like Circuit breaker and 11/0.4 KV Distribution transformer shall be guaranteed for satisfactory performance for a period of five years ( 60 months ) from date of commissioning . In case of detection of any defect in individual equipment or system as a whole, the same shall be replaced by the vendor free of cost within 15 days of intimation by the Company’s representative. Details address and contact number of such authority for replacement should be furnished with the bid documents.
c) Warranty from the manufacturer shall be produced along with manufacturer’s test certificate for all equipment/
materials covered under Manufacturer’s warranty.
20 Approvals/Clearances:
1. APDCL, concerned DGM shall approve all site/location and documents prepared by the contractor for construction of the Line.
2. GTP and drawings of all equipment/ materials shall be approved by CGM (PP&D), APDCL. 3. The contractor shall obtain all statutory approvals and clearances from the statutory authorities before
charging the system at his/her own cost.
21 Testing & Inspection:
All the equipments / materials to be supplied and erected shall be tested /inspected at manufacturer’s works by authorized officer/ Engineers of APDCL before dispatching them to worksite. The contractor shall intimate the CGM(PP&D) sufficiently in advance regarding the date of inspection of materials/ equipments at manufacturer’s works. The materials to be dispatch to site only after receipt of dispatch clearance to be issued by the CGM(PP&D) after satisfactory testing of the same.
22 Environmental Considerations:
While carrying out the assignment, no damage to environment /forests will be caused by the contractor. If so done, the contractor will have to compensate the same to the satisfaction of the concerned Authority.
23 Submission of documents.
a) With bids. -----As per clause 7c
b) During project execution
i) All documents for approval shall be submitted in 6 copies. ii) All final documents to be submitted to statutory organizations will be furnished as per requirement of the
authority.
24 Funding of the project. The proposed work is funded by the G.O.A. under “TRADE DEVELOPMENT FUND:
2011-14.
25 Ceiling on acceptance of bid value
As a deterrent for cartel formation APDCL at its discretion have the right to scrap the tender if values quoted by all the bidders is above 25% of the estimated cost. Also the price bids whose total quoted value is below 15% of the estimated cost, the bid is liable to rejected by APDCL
26 Termination of contract on Contractor’s default
If the Contractor shall neglect to execute the Works with due diligence and expertise or shall refuse or neglect to comply with any reasonable order given to him, in the Contract by the Engineer in connection with the works or shall contravene the provisions of the Contract, the owner may give notice in writing to the contractor to make good the failure, neglect or contravention complained of. Should the contractor fail to comply with the notice within thirty (30) days from the date of serving the notice, then and in such case the Owner shall be at liberty to employ other workmen and forthwith execute such part of the works as the Contractor, may have neglected to do or if the owner shall think fit, without prejudice to any other right he may have under the Contract to take the work wholly or in part out of the contractor's hands and re-contract with any other person or persons to complete the works or any part thereof and in that event the Owner shall have free use of all Contractor's equipment that may have been at the time on the site in connection with the works without being responsible to the Contractor for fair wear and tear thereof and to the exclusion of any right of the contractor over the same, and the Owner shall be entitled to retain and apply any balance which may otherwise be due on the Contract by him to the contractor, or such part thereof as may be necessary, to the payment of the cost of executing the said part of the work or of completing the Works as the case may be. If the cost of completing of Works or executing a part thereof as aforesaid shall exceed the balance due to the contractor, the contractor shall pay such excess. Such payment of excess amount
15
shall be independent of the liquidated damages for delay which the contractor shall have to pay if the completion of works' is delayed. In addition, such action by the Owner as aforesaid shall not relieve the Contractor of his liability to pay liquidated damages for delay in completion of works as defined in clause no.26 of GCSE Such action by the Owner as aforesaid, the termination of the Contract under this clause shall neither entitle the contractor to reduce the value of the contract Performance Guarantee nor the time thereof. The contract Performance Guarantee shall be valid for the full value and for the full period of the contract including guarantee period.
27 Termination of contract on owners’ initiative
The Owner reserves the right to terminate the Contract either in part or in full due to reasons other than those mentioned under clause entitled "Contractor's Default." The Owner shall in such an event give fifteen (15) days notice in writing to the Contractor of his decision to do so. The Contractor upon receipt of such notice shall discontinue the work on the date and to the extent specified in the notice, make all reasonable efforts to obtain cancellation of all orders and contracts to the extent they are related to the work terminated and terms satisfactory to the Owner, stop all further sub-contracting or purchasing activity related to the work terminated, and assist the Owner in maintenance, protection, and disposition of the Works acquired under the Contract by the Owner. In the event of such a termination, .the Contractor shall be paid compensation, equitable and reasonable, dictated by the circumstances prevalent at the time of termination. If the Contractor is an individual or a proprietary concern and the individual or the proprietor dies and if the contractor is a partnership concern and one of the partners dies then unless the Owner is satisfied that the legal representatives of the individual contractor or of the proprietor of propriety concern and in the case of partnership, the surviving partners, are capable of carrying out and completing the Contract, the Owner shall be entitled to cancel the Contract as to its uncompleted part without being in any way liable to payment of any compensation to the estate of deceased Contractor and/or to surviving partners of the contractor's firm on account of the cancellation of the contract. The decision of the owner that the legal representatives of the deceased contractor or surviving partners of the contractor's firm cannot carry out and complete the contract shall be final and binding on the parties. In the event of such cancellation, the Owner shall not hold the estate of the deceased Contractor and/or the surviving partner of the Contractor's firm liable to. damages for not completing the Contract
28 Frustration of contract
In the event of frustration of the contract of supervening impossibility in items of Section 56 of the Indian Contract Act, parties shall be absolved of their responsibility to perform the balance portion of the contract. In the event of non-availability or suspension of funds for any reasons whatsoever (except for reason of willful or flagrant breach by the Owner and/or contractor) then the Works under the contract shall be suspended. Furthermore, if the Owner is unable to make satisfactory alternative arrangements for financing to the contractor in accordance with the terms of the Contract within three months of the event, the parties hereto shall be relieved from carrying out further obligations under the Contract treating it as frustration of the Contract. In the event Performance Bank Guarantee, the parties shall mutually discuss to arrive at reasonable on all issues including
amounts due to either party for the work already done on "Quantum merit" basis which shall be determined by mutual agreement between the parties
29 Disclaimer:
While the Company will make every endeavor to extend necessary facilitation in expediting the work, the contractor shall be responsible to organize and arrange all necessary inputs right from mobilization activities up to completion of the project. Company will not entertain any failure / delay on such accounts. Also, Company will not be responsible for any compensation, replenishment, damage, theft etc. as may be caused due to negligent working, insufficient coordination with Government / non Government / Local Authority by the contractor and/ or his personnel deputed for work. The contractor shall take necessary insurance coverage under LIC/GIC. etc. for his working personnel and the goods in store as well as in transit. The contractor will be deemed to have made him acquainted with the local working conditions at site(s) and fully provide for into the bid submitted.
30 If for any reason the last date of receiving and opening of tender or the date of pre-bid discussion is a declared holiday the next working day will be considered for receiving and opening of bid or pre bid discussion.
31 in case any clause mentioned in the bid document contradicts of differ any clause of the APDCL’s
General condition of supply and erection the clauses appended in this document prevail
Terms and conditions, which are not specified, herein above will be governed by Company’s General Conditions of supply and erection in force
16
Annexure – I(A) Tender Proforma part – I (Techno-commercial Bid)
NIT NO.CGM (PP&D)/ APDCL/TDF-2011-14/ DTR-Line/CAR/11
1. Name and full address of the Bidder. : 2. Particulars of payment made for Purchase of
tender document in the shape of . : 3. Amount of earnest money paid in the shape of : 4. Whether Sales Tax clearance : Yes / No
certificate submitted 5. VAT Registration. No/ Service Tax Regd No. : 6. Acceptance of guarantee clause of :
Materials /equipment and system Installed individually and for integrated Operation.
7. Acceptance of penalty clause : 8. Acceptance of terms of payment : 9. Certificate/ documents regarding adequate :
Experience of doing similar job 10. Details of work presently in hand with amount :
(Awarded by APDCL and other successor Companies of ASEB)- a separate sheet if Required may be enclosed.
11. Details of manpower and T&Ps including :
Vehicles available with the firm to be Enclosed separately.
12. List of documents enclosed : .
a) …. b) …. c) ….
Signature with full name and designation of bidder or
his/her authorised representative with seal
17
Annexure- I(B)
Sl No. Qualification Requirement Furnished
at Annexure
Page Remark
A LEGAL
1 Document in support of legal status of firm
2 Memorandum of Association &Registered/Notorised Joint venture Agreement if JV
3 Registered/Notorised power of attorney of the signatory of the Bidder to participate in the Bid.
4 Board resolution of the company to authorizing the signatory
5 Information regarding any litigation, current or during the last five years, in which the Bidder is involved, the parties concerned, and disputed amount
6 Valid Electrical Contractor's License
7 Valid Electrical & Supervisory License
8 VAT/CST/WCT/Service Tax registration certificate
9 Provident Fund Registration Certificate
B Financial
1 Audited Balance sheet, Profit & Loss account, Auditor’s report for last three year
2 CA Certified Turnover of bidder during the last 3(three) years.
3 Evidence of adequacy of working capital for this contract (access to line (s) of credit and availability of other financial resources)
4 Authority to seek references from the Bidder's Bankers
5 Income Tax return for last 3(three) years
6 Value of similar work performed by the bidder in each of the last five years - Statement
7 Proposals for subcontracting components of the Works amounting to more than 10 percent of the Contract Price
8 Details of the Bank Guarantee as EMD (BG/TD/Bank Call Deposit)
C Technical ability and experience
1
Experience in works of a similar nature and volume for each of the last 5(five) years and details of works under way or contractually committed including full address of client for communication- Statement
2 Certificates issued by an Engineer not below the Cadre of Deputy General Manager/SE along with supporting photo-copies of agreements for the works executed in any one year (12 months)
3 Detailed activity plan and methodology supported with layout and necessary drawings and calculations (detailed) to allow the employer to review their proposals.
4 Quality Assurance plan with Bar Chart
5 List of technical personnel and their qualification and experience with organisation chart
6 Proof of availability of the tools, tackles, spare parts, etc. for carrying out the works.
D Technical particulars of equipments and Materials offered in the Bill of Material and their GTPs
18
ANNEXURE- I(C)
LIST OF ONGOING & COMPLETED PROJECTS
List of ongoing & completed projects of APDCL & Other successor companies of ASEB
Sl.No. Name of the work Order No Contract
value Scheme
Stipulated date of
completion
Present Status
1
2
3
Annexure- I(D) BIDDER’S INFORMATION SHEET :
idder’s Information
Bidder’s legal name
In case of JV, legal name of each partner
Bidder’s country of constitution
Bidder’s year of constitution
Bidder’s legal address in country of constitution
Bidder’s authorized representative
(name, address, telephone numbers, fax numbers, e-mail address)
Attached are copies of the following original documents.
19
FINANCIAL SITUATION (FIN-1)
Each bidders or member of JV must fill in this form
Financial Data for Previous 3 Years [Rs in lakhs]
Year 1: Year 2: Year 3:
Information from Balance Sheet
Total Assets
Total Liabilities
Net Worth
Current Assets
Current Liabilities
Information from Income Statement
Total Revenues
Profits Before Taxes
Profits After Taxes
Attached are copies of financial statements (balance sheets including all related notes, and income statements) for the last
three years, as indicated above, complying with the following conditions
20
Form FIN - 2: Average Annual Turnover
Each Bidder or member of a JV must fill in this form
Annual Turnover Data for the Last 3 Years
Year Amount (Rs. In lakhs)
Average Annual Turnover
The information supplied should be the Annual Turnover of the Bidder or each member of a JV in terms of the amounts billed to clients for each year for contracts in progress or completed in ₹(Rupees).
Form FIN – 3: Financial Resources
Specify proposed sources of financing, such as liquid assets, unencumbered real assets, lines of credit, and other financial means, net of current commitments, available to meet the total construction cash flow demands of the subject contract or contracts as indicated in Section 3 (Evaluation and Qualification Criteria)
Financial Resources
No. Source of financing Amount (Rs. In lakhs)
1
2
3
4
21
Bill of Quantity (BOQ) (For package no. TDF 2011-14/CAC)
A. For construction new 37.0 Km of 11kV line for 170 nos. of DTR.
Sl No.
Item Description Unit Quantity
1 PSC pole, 9.75 mtrs. No 999
2 GI Channel cross arm (100x50x6x2200) mm No 444
3 GI channel cross arm (100x50x6x2500) mm for guarding No 148
4 GI Angle cross arm (50x50x6) for cross bracing Mtr 3330
5 11 KV GI "T"-cross arm with angle size (50x50x6)mm No 555
6 11kV Polymeric Disc insulator 45 kN, T&C No 1110
7 H/W fittings for disc insulator T&C (45KN)tension type No 1110
8 11 KV Polymeric pin insulator No 1776
9 AAA "Racoon" conductor Km 122.1
10 Tension clamp for "Racoon" conductor No 1110
11 C. I. Earth pipe (1.8 Mtr length) No 148
12 G. I. wire , 8 SWG for guarding Kg 1110
13 G. I. wire , 6 SWG for earthing KG 1776
14 HT stay set with 11 KV guy insulator No 370
15 PG clamp, for "Racoon" (Alcon 81) No 777
16 HT Danger plate No 222
17 GI nuts and bolts (Assorted) with GI washer Kg 1850
18 Barbed wire Kg 1998
19 GI Stay wire , 7/10 SWG Kg 3700
20 GI pole clamp No 1295
B. For construction new 10 nos. of 11/0.4 KV, 250 KVA Substation including metering on LV side
Sl
No. Item Description Unit Quantity
1 9.75 Mtrs PSC pole- No 20 2 11/0.4 KV , 250 KVA Transformer No 10 3 GI Channel cross arm 100x50x6x2200 mm No 80 4 11 kV GI T-Cross Arm with angle size (50x50x6)mm No 20 5 11 KV, 9 KA (Line Type) Lightning Arrestor Set 10 6 11 KV D. O. fuse 150 Amps. Set 10
7 11 KV GOAB. Switch 400 Amps. Set 10
8 G. I. wire -6 SWG Kg. 200
9 C. I. Earth pipe 1.8 Mtr No 60
10 DTR Cubicle for 250 kVA DTRs (Comprising of requisite MCCB, static TVM, CT, etc.)
No 10
11 AAA "Raccoon" Conductor mtr 200
12 11 KV polymeric pin insulator No 120
13 Bi-metallic Cable lug 300 Sq.mm (Assorted) No 240
14 GI nuts and bolts with GI washer(Assorted) Kg. 150
15 Danger Plate Piece 30
16 Shackle insulator with strap No 80
17 Barbed wire Kg. 40
18 LT XLPE cable 1-core 240 Sq.mm. Aluminum (DTR to Bus) Mtr 300
19 LT XLPE Cable 1-core 185 Sq.mm. Aluminum ( Bus to line, 2 circuit)
Mtr 800
20 LT XLPE Cable 1-Core 150 sq.mm Aluminum (For Neutral) Mtr 300
21 Pole clamp of G.I flat 50x6 mm No 200
22 Aluminum Tape Kg. 3
23 PG Clamp for "Racoon" No 160
22
C. For construction new 80 nos. of 11/0.4 KV, 100 KVA Substation including metering on LV side .
Sl
No. Item Description Unit Quantity
1 9.75 Mtrs PSC pole No 160
2 11/0.4 KV , 100 KVA Transformer, No 80
3 GI Channel cross arm (100x50x6x2200) mm No 640
4 11 KV, GI "T"-Cross arm with angle size (50x50x6)mm No 160
5 11 KV 9 KA (Line Type)Lightning Arrestor Set 80
6 11 KV D. O. fuse 150 Amps. Set 80
7 11 KV GOAB. Switch 400 Amps. Set 80
8 G. I. wire -6 SWG Kg. 1600
9 C. I. Earth pipe 1.8 Mtr No 480
10 DTR Cubicle for 100 kVA DTRs (Comprising of requisite MCCB, static TVM, CT, etc.)
No 80
11 AAA "Raccoon" conductor Mtrs 1600 12 11 kV polymer pin insulator No 960 13 Bi-metallic Cable lug 300 Sq.mm (Assorted) No 1920 14 GI nuts and bolts with GI washer(Assorted) Kg. 1200 15 Danger Plate Piece 240 16 Shackle insulator with strap No 640 17 Barbed wire Kg. 320 18 LT XLPE cable 1-core 185 Sq.mm. Aluminum (DTR to Bus) Mtr 2400 19 LT XLPE Cable 1-core 150 Sq.mm. Aluminum ( Bus to line, 2 circuit) Mtr 6400 20 LT XLPE Cable 1-Core 120 sq.mm Aluminum (For Neutral) Mtr 2400 21 Pole clamp of G.I flat 50x6 mm No 1600 22 Aluminum Tape Kg. 24 23 PG Clamp for "Raccoon" No 1280
D. For construction new 80 nos. of 11/0.4 KV, 63 KVA Substation including metering on LV side .
Sl
No. Item Description Unit Quantity
1 9.75 Mtrs PSC pole No 160
2 11/0.4 KV , 63 KVA Transformer, No 80
3 GI Channel cross arm (100x50x6x2200) mm No 640
4 11 KV GI "T"-Cross arm with angle size (50x50x6)mm No 160
5 11 KV 9 KA (Line Type)Lightning Arrestor, Set 80
6 11 KV D. O. fuse 150 Amps. Set 80
7 11 KV GOAB. Switch 400 Amps. Set 80
8 G. I. wire -6 SWG Kg. 1600
9 C. I. Earth pipe 1.8 Mtr No 480
10 DTR Cubicle for 100 kVA DTRs (Comprising of requisite MCCB, static TVM, CT, etc.)
No 80
11 AAA "Racoon" conductor Mtrs 1600
12 11 KV polymer pin insulator No 960
13 Bi-metalic Cable lug 300 Sq.mm (Assorted) No 1920
14 GI nuts and bolts with GI washer(Assorted) Kg. 1200
15 Danger Plate Piece 240
16 Shackle insulator with strap No 640
17 Barbed wire Kg. 320
18 LT XLPE cable 1-core 150 Sq.mm. Aluminium (DTR to Bus) Mtr 2400
19 LT XLPE Cable 1-core 120 Sq.mm. Aluminium ( Bus to line, 2 circuit) Mtr 6400
20 LT XLPE Cable 1-Core 95 sq.mm Aluminium (For Neutral) Mtr 2400
21 Pole clamp of G.I flat 50x6 mm No 1600
22 Aluminium Tape Kg. 24
23 PG Clamp for "Racoon" No 1280
23
E. For construction new 10.0 km 3phase 4 wire LT line with bare conductor
Sl
No. Item Description Unit Quantity
1 PSC Pole 8.5 Mtr No 312 2 LT GI Angle cross arm(40x40x5x500)mm No 624 3 LT Pin Insulator with GI pin No 780 4 Shackle Insulator(porcelain) No 468 5 GI Shackle Strap with Bolts No 468 6 AAA "Rabbit"conductor Km 57.2 7 Jointing Sleeves for "Rabbit"conductor No 130 8 C. I. Earth pipe 1.8 Mtr No. 52 9 G. I. wire , 6 SWG Kg. 390 10 G. I. wire , 8 SWG Kg. 520 11 GI angle 50X50X6X600mm for guard bracket No 52 12 LT Stay Set St 130 13 LT Guy Insulator(porcelain) No 130 14 GI Stay Wire 7/14 SWG KG 1040 15 Pole Clamp of GI flat 50x6mm No 598 16 GI Nut & Bolt Assorted with GI washer KG 650 17 LT Danger plate No 299 18 GI "I' Hook No 52 19 Barbed wire Kg. 624
F. For construction new 90.0 km 11kV dedicated tea feeder installation of 11kV auto recloser
Sl No.
Item Description Unit Quantity
1 PSC pole, 9.75 mtrs. No 2430 2 GI Channel cross arm (100x50x6x2200) mm No 1080
3 GI channel cross arm (100x50x6x2500) mm for guarding No 360
4 GI Angle cross arm (50x50x6) for cross bracing Mtr 8100
5 GI 11 KV "T"-cross arm with angle size (50x50x6)mm No 1350
6 Disc insulator 45 kN, T&C (Polymeric) No 2700
7 H/W fittings for disc insulator T&C (45KN)tension type No 2700
8 11 KV Polymeric pin insulator No 4320
9 AAA "Racoon" conductor Km 297
10 Tension clamp for "Racoon" conductor No 2700
11 C. I. Earth pipe 1.8 Mtr No 360
12 G. I. wire , 8 SWG for guarding Kg 2700
13 G. I. wire , 6 SWG for earthing KG 4320
14 HT stay set with 11 KV guy insulator No 900
15 PG clamp, for "Racoon" (Alcon 81) No 1890
16 Danger plate HT No 540
17 GI nuts and bolts (Assorted) with GI washer Kg 4500
18 Barbed wire Kg 4860
19 GI wire Stay wire , 7/10 SWG Kg 9000
20 Pole clamp of GI flat 50x6mm No 3150
21 11kV Auto recloser set 2
24
Bill of Quantity (BOQ) (For package no. TDF 2011-14/NK)--------Nagaon part
A. For construction new 42.0 Km of 11kV line for 225 nos. of DTR.
Sl No. Item Description Unit Quantity
1 PSC pole, 9.75 mtrs. No 1134 2 GI Channel cross arm (100x50x6x2200) mm No 504 3 GI channel cross arm (100x50x6x2500) mm for guarding No 168 4 GI Angle cross arm (50x50x6) for cross bracing Mtr 3780 5 11 KV GI "T"-cross arm with angle size (50x50x6)mm No 630 6 11kV Polymeric Disc insulator 45 kN, T&C No 1260 7 H/W fittings for disc insulator T&C (45KN)tension type No 1260 8 11 KV Polymeric pin insulator No 2016 9 AAA "Racoon" conductor Km 138.6
10 Tension clamp for "Racoon" conductor No 1260 11 C. I. Earth pipe (1.8 Mtr length) No 168 12 G. I. wire , 8 SWG for guarding Kg 1260 13 G. I. wire , 6 SWG for earthing KG 2016 14 HT stay set with 11 KV guy insulator No 420 15 PG clamp, for "Racoon" (Alcon 81) No 882 16 HT Danger plate No 252 17 GI nuts and bolts (Assorted) with GI washer Kg 2100 18 Barbed wire Kg 2268 19 GI Stay wire , 7/10 SWG Kg 4200 20 GI Pole clamp No. 1470
B. For construction new 30 nos. of 11/0.4 KV, 250 KVA Substation including metering on LV side
Sl No. Item Description Unit Quantity
1 9.75 Mtrs PSC pole- No 60 2 11/0.4 KV , 250 KVA Transformer No 30 3 GI Channel cross arm 100x50x6x2200 mm No 240 4 11 kV GI T-Cross Arm with angle size (50x50x6)mm No 60 5 11 KV, 9 KA (Line Type) Lightning Arrestor Set 30 6 11 KV D. O. fuse 150 Amps. Set 30 7 11 KV GOAB. Switch 400 Amps. Set 30 8 G. I. wire -6 SWG Kg. 600 9 C. I. Earth pipe 1.8 Mtr No 180
10 DTR Cubicle for 250 kVA DTRs (Comprising of requisite MCCB, static TVM, CT, etc.)
No 30 11 AAA "Raccoon" Conductor mtr 600 12 11 KV polymeric pin insulator No 360 13 Bi-metallic Cable lug 300 Sq.mm (Assorted) No 720 14 GI nuts and bolts with GI washer(Assorted) Kg. 450 15 Danger Plate Piece 90 16 Shackle insulator with strap No 240 17 Barbed wire Kg. 120 18 LT XLPE cable 1-core 240 Sq.mm. Aluminum (DTR to Bus) Mtr 900 19 LT XLPE Cable 1-core 185 Sq.mm. Aluminum ( Bus to line, 2 circuit) Mtr 2400 20 LT XLPE Cable 1-Core 150 sq.mm Aluminum (For Neutral) Mtr 900 21 Pole clamp of G.I flat 50x6 mm No 600 22 Aluminum Tape Kg. 9 22 PG clamp for "Racoon" No. 480
25
C For construction new 99 nos. of 11/0.4 KV, 100 KVA Substation including metering on LV side .
Sl
No. Item Description Unit Quantity
1 9.75 Mtrs PSC pole No 198 2 11/0.4 KV , 100 KVA Transformer, No 99 3 GI Channel cross arm (100x50x6x2200) mm No 792 4 11 KV, GI "T"-Cross arm with angle size (50x50x6)mm No 198 5 11 KV 9 KA (Line Type)Lightning Arrestor Set 99 6 11 KV D. O. fuse 150 Amps. Set 99 7 11 KV GOAB. Switch 400 Amps. Set 99 8 G. I. wire -6 SWG Kg. 1980 9 C. I. Earth pipe 1.8 Mtr No 594
10 DTR Cubicle for 100 kVA DTRs (Comprising of requisite MCCB, static TVM, CT, etc.)
No 99 11 AAA "Raccoon" conductor Mtrs 1980 12 11 kV polymer pin insulator No 1188 13 Bi-metallic Cable lug 300 Sq.mm (Assorted) No 2376 14 GI nuts and bolts with GI washer(Assorted) Kg. 1485 15 Danger Plate Piece 297 16 Shackle insulator with strap No 792 17 Barbed wire Kg. 396 18 LT XLPE cable 1-core 185 Sq.mm. Aluminum (DTR to Bus) Mtr 2970 19 LT XLPE Cable 1-core 150 Sq.mm. Aluminum ( Bus to line, 2 circuit) Mtr 7920 20 LT XLPE Cable 1-Core 120 sq.mm Aluminum (For Neutral) Mtr 2970 21 Pole clamp of G.I flat 50x6 mm No 1980 22 Aluminum Tape Kg. 29.7 23 PG Clamp for "Raccoon" No 1584
D. For construction new 96 nos. of 11/0.4 KV, 63 KVA Substation including metering on LV side .
Sl
No. Item Description Unit Quantity
1 9.75 Mtrs PSC pole No 192 2 11/0.4 KV , 63 KVA Transformer, No 96 3 GI Channel cross arm (100x50x6x2200) mm No 768 4 11 KV GI "T"-Cross arm with angle size (50x50x6)mm No 192 5 11 KV 9 KA (Line Type)Lightning Arrestor, Set 96 6 11 KV D. O. fuse 150 Amps. Set 96 7 11 KV GOAB. Switch 400 Amps. Set 96 8 G. I. wire -6 SWG Kg. 1920 9 C. I. Earth pipe 1.8 Mtr No 576
10 DTR Cubicle for 100 kVA DTRs (Comprising of requisite MCCB, static TVM, CT, etc.)
No 96 11 AAA "Racoon" conductor Mtrs 1920 12 11 KV polymer pin insulator No 1152 13 Bi-metalic Cable lug 300 Sq.mm (Assorted) No 2304 14 GI nuts and bolts with GI washer(Assorted) Kg. 1440 15 Danger Plate Piece 288 16 Shackle insulator with strap No 768 17 Barbed wire Kg. 384 18 LT XLPE cable 1-core 150 Sq.mm. Aluminium (DTR to Bus) Mtr 2880 19 LT XLPE Cable 1-core 120 Sq.mm. Aluminium ( Bus to line, 2 circuit) Mtr 7680
26
20 LT XLPE Cable 1-Core 95 sq.mm Aluminium (For Neutral) Mtr 2880 21 Pole clamp of G.I flat 50x6 mm No 1920 22 Aluminium Tape Kg. 28.8 23 PG Clamp for "Racoon" No 1536
E. For construction new 10.0 km of 3phase 4 wire LT line with bare conductor
Sl No. Item Description Unit Quantity
1 PSC Pole 8.5 Mtr No 240 2 LT GI Angle cross arm(40x40x5x500)mm No 480 3 LT Pin Insulator with GI pin No 600 4 Shackle Insulator(porcelain) No 360 5 GI Shackle Strap with Bolts No 360 6 AAA "Rabbit"conductor Km 44 7 Jointing Sleeves for "Rabbit"conductor No 100 8 C. I. Earth pipe 1.8 Mtr No. 40 9 G. I. wire , 6 SWG Kg. 300
10 G. I. wire , 8 SWG Kg. 400 11 GI angle 50X50X6X600mm for guard bracket No 40 12 LT Stay Set St 100 13 LT Guy Insulator(porcelain) No 100 14 GI Stay Wire 7/14 SWG KG 800 15 Pole Clamp of GI flat 50x6mm No 460 16 GI Nut & Bolt Assorted with GI washer KG 500 17 LT Danger plate No 230 18 GI "I' Hook No 40 19 Barbed wire Kg. 480
Bill of Quantity (BOQ) (For package no. TDF 2011-14/NK) ------------ KANCH part
A. For construction new 10.0 Km of 11kV line for 63 nos. of DTR.
Sl No. Item Description Unit Quantity
1 MS Steel Tubular Pole Sp-30 No 280
2 GI Channel cross arm (100x50x6x2200) mm No 180 3 GI channel cross arm (100x50x6x2500) mm for guarding No 40 4 GI Angle cross arm (50x50x6) for cross bracing Mtr 900 5 GI 11 KV "T"-cross arm with angle size (50x50x6)mm No 160 6 Disc insulator 45 kN, T&C (Polymeric) No 300 7 H/W fittings for disc insulator T&C (45KN)tension type No 300 8 11 KV Polymeric pin insulator No 520 9 AAA "Racoon" conductor Km 33 10 Tension clamp for "Racoon" conductor No 300 11 C. I. Earth pipe 1.8 Mtr No 80 12 G. I. wire , 8 SWG for guarding Kg 300 13 G. I. wire , 6 SWG for earthing KG 640 14 HT stay set with 11 KV guy insulator No 100 15 PG clamp, for "Racoon" (Alcon 81) No 210 16 Danger plate HT No 50 17 GI nuts and bolts (Assorted) with GI washer Kg 500 18 Barbed wire Kg 250 19 GI wire Stay wire , 7/10 SWG Kg 1200 20 Pole clamp of GI flat 50x6 mm No 350
27
B. For construction new 3 nos. of 11/0.4 KV, 250 KVA Substation including metering on LV side
Sl No. Item Description Unit Quantity
1 MS steel Tubular pole SP-30 No 6 2 Transformer,11/0.4 KV , 250 KVA No 3 3 GI Channel cross arm 100x50x6x2200 mm No 24 4 GI 11 kV T-Cross Arm with angle size (50x50x6)mm (Galvanised) No 6 5 Lightning Arrestor, 11 KV 9 KA (Line Type) Set 3 6 11 KV D. O. fuse 150 Amps. Set 3 7 11 KV G. O. Switch 150 Amps. Set 3 8 G. I. wire -6 SWG Kg. 60 9 C. I. Earth pipe 1.8 Mtr No 18
10 DTR Cubicle for 250 kVA DTRs (Comprising of requisite MCCB, static TVM, CT, etc.)
No 3
11 AAA "Raccoon" Conductor mtr 60 12 11 KV polymeric pin insulator No 36 13 Bi-metalic Cable lug 300 Sq.mm (Assorted) No 72 14 GI nuts and bolts with GI washer(Assorted) Kg. 45 15 Danger Plate Piece 9 16 Shackle insulator with strap No 24 17 Barbed wire Kg. 12 18 LT XLPE cable 1-core 240 Sq.mm. Aluminium (DTR to Bus) Mtr 90 19 LT XLPE Cable 1-core 185 Sq.mm. Aluminium ( Bus to line, 2 circuit) Mtr 240 20 LT XLPE Cable 1-Core 150 sq.mm Aluminium (For Neutral) Mtr 90 21 Pole clamp of G.I flat 50x6 mm No 60 22 Aluminium Tape Kg. 0.9 23 PG Clamp for "Racoon" No 48
C. For construction new 30 nos. of 11/0.4 KV, 100 KVA Substation including metering on LV side .
Sl No. Item Description Unit Quantity
1 MS steel Tubular pole SP-30 No 60 2 Transformer,11/0.4 KV , 100 KVA No 30 3 GI Channel cross arm (100x50x6x2200) mm (Galvanised) No 240
4 GI 11 KV "T"-Cross arm with angle size (50x50x6)mm (Galvanised)
No 60
5 Lightning Arrestor, 11 KV 9 KA (Line Type) Set 30 6 11 KV D. O. fuse 150 Amps. Set 30 7 11 KV G. O. Switch 150 Amps. Set 30 8 G. I. wire -6 SWG Kg. 600 9 C. I. Earth pipe 1.8 Mtr No 180
10 DTR Cubicle for 100 kVA DTRs (Comprising of requisite MCCB, static TVM, CT, etc.)
No 30
11 AAA "Racoon"conductor Mtrs 600 12 11 KV polymer pin insulator No 360 13 Bi-metalic Cable lug 300 Sq.mm (Assorted) No 720 14 GI nuts and bolts with GI washer(Assorted) (Galvanised) Kg. 450 15 Danger Plate Piece 90 16 Shackle insulator with strap No 240 17 Barbed wire Kg. 120 18 LT XLPE cable 1-core 185 Sq.mm. Aluminium (DTR to Bus) Mtr 900
19 LT XLPE Cable 1-core 150 Sq.mm. Aluminium ( Bus to line, 2 circuit)
Mtr 2400
28
20 LT XLPE Cable 1-Core 120 sq.mm Aluminium (For Neutral) Mtr 900 21 Pole clamp of G.I flat 50x6 mm No 600 22 Aluminium Tape Kg. 9 23 PG Clamp for "Racoon" No 480
D. For construction new 30 nos. of 11/0.4 KV, 63 KVA Substation including metering on LV side .
Sl No.
Item Description Unit Quantity
1 MS steel Tubular pole SP-30 No 60
2 Transformer,11/0.4 KV , 63 KVA No 30
3 GI Channel cross arm (100x50x6x2200) mm (Galvanised) No 240
4 GI 11 KV "T"-Cross arm with angle size (50x50x6)mm (Galvanised)
No 60
5 Lightning Arrestor, 11 KV 9 KA (Line Type) Set 30
6 11 KV D. O. fuse 150 Amps. Set 30
7 11 KV G. O. Switch 150 Amps. Set 30
8 G. I. wire -6 SWG Kg. 600
9 C. I. Earth pipe 1.8 Mtr No 180
10 DTR Cubicle for 100 kVA DTRs (Comprising of requisite MCCB, static TVM, CT, etc.)
No 30
11 AAA "Racoon"conductor Mtrs 600
12 11 KV polymer pin insulator No 360
13 Bi-metalic Cable lug 300 Sq.mm (Assorted) No 720
14 GI nuts and bolts with GI washer(Assorted) (Galvanised) Kg. 450
15 Danger Plate Piece 90
16 Shackle insulator with strap No 240
17 Barbed wire Kg. 120
18 LT XLPE cable 1-core 150 Sq.mm. Aluminium (DTR to Bus) Mtr 900
19 LT XLPE Cable 1-core 120 Sq.mm. Aluminium ( Bus to line, 2 circuit)
Mtr 2400
20 LT XLPE Cable 1-Core 95 sq.mm Aluminium (For Neutral) Mtr 900
21 Pole clamp of G.I flat 50x6 mm No 600
22 Aluminium Tape Kg. 9
23 PG Clamp for "Racoon" No 480
E. For construction new 4.0 km of 3phase 4 wire LT line with bare conductor
Sl No. Item Description Unit Quantity
1 MS Steel Tubular Pole SP-30 No 96 2 LT GI Angle cross arm(40x40x5x500)mm No 192 3 LT Pin Insulator with GI pin No 240 4 Shackle Insulator(porcelain) No 144 5 GI Shackle Strap with Bolts No 144 6 AAA "Rabbit"conductor Km 17.6 7 Jointing Sleeves for "Rabbit"conductor No 40 8 C. I. Earth pipe 1.8 Mtr No. 16 9 G. I. wire , 6 SWG Kg. 120 10 G. I. wire , 8 SWG Kg. 160 11 GI angle 50X50X6X600mm for guard bracket No 16 12 LT Stay Set St 40 13 LT Guy Insulator(porcelain) No 40 14 GI Stay Wire 7/14 SWG KG 320 15 Pole Clamp of GI flat 50x6mm No 184 16 GI Nut & Bolt Assorted with GI washer KG 200 17 LT Danger plate No 92
29
18 GI "I' Hook No 16 19 Barbed wire Kg. 184
F. For construction new 5.7 km 11kV line from Diphu to DC court, SP office
Sl No.
Item Description Unit Quantity
1 MS Steel Tubular SP-30 No 162
2 GI Channel cross arm (100x50x6x2200) mm No 72
3 GI channel cross arm (100x50x6x2500) mm for guarding No 24
4 GI Angle of size (50x50x6) for cross bracing Mtr 540
5 GI 11 KV "T"-cross arm with angle size (50x50x6)mm No 90
6 11KV outdoor VCB with marshalling box & GI mounting structure
No 6
7 C & R Panel for 11 KV outdoor VCB No 6
8 11kV 9 KA Lightning Arrestor line type Set 6
9 11 KV outdoor CT with marshalling box & GI mounting Structure 100-200/5-5
set 6
10 11kV Isolator without earth switch & GI mounting structure set 42
11 11kV GOAB Switch 400Amp No 6
12 Cu. Control Cable, 7-core, 2.5 sq. mm. and terminating arrangements completely wired with equipments as per direction.
Mtr 600
13 Cu. Control Cable, 4-core, 2.5 sq. mm. and terminating arrangements completely wired with equipments as per direction.
Mtr 600
14 Disc insulator 45 kN, T&C (Polymeric) No 180
15 H/W fittings for disc insulator T&C (45KN)tension type No 180
16 11 KV Polymeric pin insulator No 288
17 AAA "Racoon" conductor Km 19.8
18 Tension clamp for "Racoon" conductor No 180
19 C. I. Earth pipe 1.8 Mtr No 24
20 G. I. wire , 8 SWG for guarding Kg 180
21 G. I. wire , 6 SWG for earthing KG 288
22 HT stay set with 11 KV guy insulator No 60
23 PG clamp, for "Racoon" (Alcon 81) No 126
24 Danger plate HT No 30
25 GI nuts and bolts (Assorted) with GI washer Kg 300
26 Barbed wire Kg 324
27 GI wire Stay wire , 7/10 SWG Kg 600
28 Pole clamp of GI flat 50x6 mm No 210
Bill of Quantity (BOQ) (For package no. TDF 2011-14/TL)
A. For construction new 75.0 Km of 11kV line for 371 nos. of DTR.
Sl
No. Item Description Unit Quantity
1 PSC pole, 9.75 mtrs. No 2025 2 GI Channel cross arm (100x50x6x2200) mm No 900 3 GI channel cross arm (100x50x6x2500) mm for guarding No 300 4 GI Angle cross arm (50x50x6) for cross bracing Mtr 6750 5 GI 11 KV "T"-cross arm with angle size (50x50x6)mm No 1125 6 Disc insulator 45 kN, T&C (Polymeric) No 2250 7 H/W fittings for disc insulator T&C (45KN)tension type No 2250
30
8 11 KV Polymeric pin insulator No 3600 9 AAA "Racoon" conductor Km 247.5 10 Tension clamp for "Racoon" conductor No 2250 11 C. I. Earth pipe 1.8 Mtr No 300 12 G. I. wire , 8 SWG for guarding Kg 2250 13 G. I. wire , 6 SWG for earthing KG 3600 14 HT stay set with 11 KV guy insulator No 750 15 PG clamp, for "Racoon" (Alcon 81) No 1575 16 Danger plate HT No 450 17 GI nuts and bolts (Assorted) with GI washer Kg 3750 18 Barbed wire Kg 4050 19 GI wire Stay wire , 7/10 SWG Kg 7500 20 GI pole clamp No 2625
B. For construction new 22 nos. of 11/0.4 KV, 250 KVA Substation including metering on LV side
Sl
No. Item Description Unit Quantity
1 PSC pole -9.75 Mtrs. No 44 2 Transformer,11/0.4 KV , 250 KVA No 22 3 GI Channel cross arm 100x50x6x2200 mm No 176
4 GI 11 kV T-Cross Arm with angle size (50x50x6)mm (Galvanised)
No 44
5 Lightning Arrestor, 11 KV 9 KA (Line Type) Set 22 6 11 KV D. O. fuse 150 Amps. Set 22 7 11 KV G. O. Switch 150 Amps. Set 22 8 G. I. wire -6 SWG Kg. 440 9 C. I. Earth pipe 1.8 Mtr No 132
10 DTR Cubicle for 250 kVA DTRs (Comprising of requisite MCCB, static TVM, CT, etc.)
No 22
11 AAA "Raccoon" Conductor mtr 440 12 11 KV polymeric pin insulator No 264 13 Bi-metalic Cable lug 300 Sq.mm (Assorted) No 528 14 GI nuts and bolts with GI washer(Assorted) Kg. 330 15 Danger Plate Piece 66 16 Shackle insulator with strap No 176 17 Barbed wire Kg. 88
18 LT XLPE cable 1-core 240 Sq.mm. Aluminium (DTR to Bus)
Mtr 660
19 LT XLPE Cable 1-core 185 Sq.mm. Aluminium ( Bus to line, 2 circuit)
Mtr 1760
20 LT XLPE Cable 1-Core 150 sq.mm Aluminium (For Neutral) Mtr 660 21 Pole clamp of G.I flat 50x6 mm No 440 22 Aluminium Tape Kg. 6.6 23 PG Clamp for "Racoon" No 352
C. For construction new 180 nos. of 11/0.4 KV, 100 KVA Substation including metering on LV side .
Sl
No. Item Description Unit Quantity
1 PSC pole -9.75 Mtrs. No 360 2 Transformer,11/0.4 KV , 100 KVA No 180 3 GI Channel cross arm (100x50x6x2200) mm (Galvanised) No 1440
4 GI 11 KV "T"-Cross arm with angle size (50x50x6)mm (Galvanised)
No 360
31
5 Lightning Arrestor, 11 KV 9 KA (Line Type) Set 180 6 11 KV D. O. fuse 150 Amps. Set 180 7 11 KV G. O. Switch 150 Amps. Set 180 8 G. I. wire -6 SWG Kg. 3600 9 C. I. Earth pipe 1.8 Mtr No 1080
10 DTR Cubicle for 100 kVA DTRs (Comprising of requisite MCCB, static TVM, CT, etc.)
No 180
11 AAA "Racoon"conductor Mtrs 3600 12 11 KV polymer pin insulator No 2160 13 Bi-metalic Cable lug 300 Sq.mm (Assorted) No 4320 14 GI nuts and bolts with GI washer(Assorted) (Galvanised) Kg. 2700 15 Danger Plate Piece 540 16 Shackle insulator with strap No 1440 17 Barbed wire Kg. 720 18 LT XLPE cable 1-core 185 Sq.mm. Aluminium (DTR to Bus) Mtr 5400
19 LT XLPE Cable 1-core 150 Sq.mm. Aluminium ( Bus to line, 2 circuit)
Mtr 14400
20 LT XLPE Cable 1-Core 120 sq.mm Aluminium (For Neutral) Mtr 5400 21 Pole clamp of G.I flat 50x6 mm No 3600 22 Aluminium Tape Kg. 54 23 PG Clamp for "Racoon" No 2880
D. For construction new 169 nos. of 11/0.4 KV, 63 KVA Substation including metering on LV side .
Sl No.
Item Description Unit Quantity
1 PSC pole -9.75 Mtrs. No 338 2 Transformer,11/0.4 KV , 63 KVA No 169 3 GI Channel cross arm (100x50x6x2200) mm (Galvanised) No 1352
4 GI 11 KV "T"-Cross arm with angle size (50x50x6)mm (Galvanised)
No 338
5 Lightning Arrestor, 11 KV 9 KA (Line Type) Set 169 6 11 KV D. O. fuse 150 Amps. Set 169 7 11 KV G. O. Switch 150 Amps. Set 169 8 G. I. wire -6 SWG Kg. 3380 9 C. I. Earth pipe 1.8 Mtr No 1014
10 DTR Cubicle for 100 kVA DTRs (Comprising of requisite MCCB, static TVM, CT, etc.)
No 169
11 AAA "Racoon"conductor Mtrs 3380 12 11 KV polymer pin insulator No 2028 13 Bi-metalic Cable lug 300 Sq.mm (Assorted) No 4056 14 GI nuts and bolts with GI washer(Assorted) (Galvanised) Kg. 2535 15 Danger Plate Piece 507 16 Shackle insulator with strap No 1352 17 Barbed wire Kg. 676 18 LT XLPE cable 1-core 150 Sq.mm. Aluminium (DTR to Bus) Mtr 5070
19 LT XLPE Cable 1-core 120 Sq.mm. Aluminium ( Bus to line, 2 circuit)
Mtr 13520
20 LT XLPE Cable 1-Core 95 sq.mm Aluminium (For Neutral) Mtr 5070 21 Pole clamp of G.I flat 50x6 mm No 3380 22 Aluminium Tape Kg. 50.7 23 PG Clamp for "Racoon" No 2704
32
E. For construction new 20.0 km 3phase 4 wire LT line with bare conductor
Sl
No. Item Description Unit Quantity
1 PSC Pole 8.5 Mtr No 480 2 LT GI Angle cross arm(40x40x5x500)mm No 960 3 LT Pin Insulator with GI pin No 1200 4 Shackle Insulator(porcelain) No 720 5 GI Shackle Strap with Bolts No 720 6 AAA "Rabbit"conductor Km 88 7 Jointing Sleeves for "Rabbit"conductor No 200 8 C. I. Earth pipe 1.8 Mtr No. 80 9 G. I. wire , 6 SWG Kg. 600
10 G. I. wire , 8 SWG Kg. 800 11 GI angle 50X50X6X600mm for guard bracket No 80 12 LT Stay Set St 200 13 LT Guy Insulator(porcelain) No 200 14 GI Stay Wire 7/14 SWG KG 1600 15 Pole Clamp of GI flat 50x6mm No 920 16 GI Nut & Bolt Assorted with GI washer KG 1000 17 LT Danger plate No 460 18 GI "I' Hook No 80 19 Barbed wire Kg. 960
F. For construction of new32.0 km 11kV dedicated tea feeder
Sl No. Item Description Unit Quantity
1 PSC pole, 9.75 mtrs. No 864
2 GI Channel cross arm (100x50x6x2200) mm No 384
3 GI channel cross arm (100x50x6x2500) mm for guarding
No 128
4 GI Angle cross arm (50x50x6) for cross bracing Mtr 2880
5 GI 11 KV "T"-cross arm with angle size (50x50x6)mm No 480
6 Disc insulator 45 kN, T&C (Polymeric) No 960
7 H/W fittings for disc insulator T&C (45KN)tension type No 960
8 11 KV Polymeric pin insulator No 1536
9 AAA "Racoon" conductor Km 105.6
10 Tension clamp for "Racoon" conductor No 960
11 C. I. Earth pipe 1.8 Mtr No 128
12 G. I. wire , 8 SWG for guarding Kg 960
13 G. I. wire , 6 SWG for earthing KG 1536
14 HT stay set with 11 KV guy insulator No 320
15 PG clamp, for "Racoon" (Alcon 81) No 672
16 Danger plate HT No 192
17 GI nuts and bolts (Assorted) with GI washer Kg 1600
18 Barbed wire Kg 1728
19 GI wire Stay wire , 7/10 SWG Kg 3200
20 Pole clamp of GI flat 50x6mm No 1120
21 11kV Auto recloser No. 5
33
Annexure -II(A)
Tender Proforma Part-II (PRICE BID) For package no. TDF 2011-14/CAC
The schedule of itemwise rates of various works against Installation of new DTR alongwith construction of associated new 11kV line and LT 3phase 4wire line with bare conductor, & construction of11kV tea feeder with installation of 11 kV Auto recloser at sending end under Cachar Electrical Circle of APDCL(CAR) NB. Bidder should fill up all
columns properly. If any column of taxes and duties is left blank or written as NA, the applicable taxes against that item shall be added in bid evaluation
Sl.No.
Brief Item Description Unit Qty
Supply of materials Erection of materials
Total cost of supply
and erection
(Rs)
Work contract Tax @
5% on 9 (Rs)
Service Tax @
12.36% on 8
(Rs)
Grand Total Rs.
Unit price of item,
inclusive of E.D.,
F&I up to work site
(Rs)
Total amount
(Rs)
Unit erection/ installatio
n charges
(Rs)
Total Erection
cost (Rs)
1 2 3 4 5 6=(4x5) 7 8= (4X7) 9= (6+8) 10= (9 X
5%) 11 =
8x12.36% 12=9+10+
11
A Construction of 11 KV line with PSC pole for new DTR (37.0 Km)
1 Supply & Erection of 9.75 mtr PSC Pole including boulder packing for 11kV line
No 999
2
Supply, Fitting & Fixing of GI Channel (100x50x6x2200mm) on pole structure with necessary GI pole clamp , GI Nuts & Bolts , drilling of holes, etc
No 444
3
Supply, Fitting & Fixing of GI Channel (100x50x6x2500mm)for guard bracket on pole structure for 11kV line with necessary GI pole clamps including Nuts & Bolts etc with fitting of GI wire 8SWG for guarding as per direction
No 148
4
Supply, Fitting & Fixing of GI Angle (50x50x6 mm) for cross bracing on double pole for 11kV line with necessary GI pole clamps including Nuts & Bolts etc as per direction
Mtr 3330
5 Supply, Fitting & Fixing of 11 kV GI T-Cross Arm, Nuts & Bolts , drilling of holes, etc
No 555
6
Supply, Fitting & Fixing of 11 kV composite Polymeric Disc Insulator 45KN (T&C) with Hardware fittings, tension clamps etc as per direction
No 1110
7 Supply, Fitting & Fixing of 11KV composite Polymeric Pin Insulator
No 1776
34
8
Supply & Stringing of AAA “ Racoon” Conductor, tensioning with clamp, bindings, jumpering with PG clamps, jointing sleeves etc in 11kV line including jungle cutting wherever necessary and as per direction .
Conductor KM
122.1
9
Supply, Fitting & Fixing of CI Earth Pipe by digging of pit as per direction with necessary connection with strips ,GI Wire 6 SWG for Earthing ( for guard earthing)
No 148
10 Supply, Fitting & Fixing of HT Stay Set complete with digging of earth along with fitting with Stay Wire 7/10 SWG & HT guy insulator for line
Set 370
11 Supply, Fitting & Fixing of HT Danger Plate on 9.75 m PSC pole
No. 222
12 Supply, Fitting & Fixing of Barbed Wire on HT poles @ 2Kg per pole as anti climbing device
pole 999
B. Construction of 11/0.4 KV, 250 KVA sub-station including metering in L.V. side (10 nos.)
1 Supply & Erection of 9.75 mtr PSC Pole including boulder packing
No 20
2 Supply, Installation and commissioning of 11/0.4 kV, 250 kVA Transformer including all accessories ( Lugs, clamps & GI Nuts & Bolts etc)
No 10
3
Supply, Fitting & Fixing of GI Channel X- Arm (100x50x6x2200mm) on DP structure with necessary GI pole clamp , GI Nuts & Bolts , drilling of holes, etc for s/s
No 80
4 Supply, Fitting & Fixing of GI T cross arm on pole with necessary GI pole clamps including GI Nuts & Bolts etc and as per direction
No 20
5 Supply, Fitting & Fixing of 11 kV LA on top channel of substation as per direction
Set 10
6 Supply, Fitting & Fixing of 11kV D.O Fuse Set with GI nuts& bolts on GI Channel and as per direction
set 10
7 Supply, Fitting & Fixing of 11kV GOAB switch 400 A with necessary GI nuts& bolts on GI Channel and as per direction for DTR S/S
set 10
8
Supply, Fitting & Fixing of CI Earth Pipe by digging of pit as per direction with necessary connection with strips ,GI Wire 6 SWG for Earthing as per direction( for substation earthing)
no 60
35
9
Supply, installation and commissioning of Cubicle (with necessary bus bar, Trivector meter, MCCB, LT CT etc.) suitable for 250 kVA transformer as per drawing, TS and necessary materials for grouting
No 10
10 Supply and stringing of AAA Raccoon Conductor with PG clamp, bindings required in substation.
Mtr. 200
11 Supply fitting and Fixing of 11KV composite Polymeric Pin Insulator
No 120
12 Supply, Fitting & Fixing of HT Danger Plate on PSC pole
No. 30
13 Supply, Fitting & Fixing of shackle insulator with straps and necessary accessories
No 80
14 Supply, Fitting & Fixing of Barbed Wire on poles @ 2Kg per pole as anti climbing device
pole 20
15 Supply & Fitting, of XLPE Cable(Aluminium) single core 240 sq mm with necessary lugs from DTR to bus
Mtr. 300
16 Supply & Fitting, of XLPE Cable(Aluminium) single core 185 sq mm with necessary lugs from bus to line
Mtr. 800
17 Supply & Fitting, of XLPE Cable(Aluminium) single core 150 sq mm with necessary lugs for neutral
Mtr. 300
C. Construction of 11/0.4 KV, 100 KVA sub-station including metering in L.V. Side (80 nos.)
1 Supply & Erection of 9.75 mtr PSC Pole including boulder packing
No 160
2 Supply, Installation and commissioning of 11/0.4 kV, 100 kVA Transformer including all accessories ( Lugs, clamps & GI Nuts & Bolts etc)
No 80
3
Supply, Fitting & Fixing of GI Channel X- Arm (100x50x6x2200mm) on DP structure with necessary GI pole clamp , GI Nuts & Bolts , drilling of holes, etc for s/s
No 640
4 Supply, Fitting & Fixing of GI T cross arm on pole with necessary GI pole clamps including GI Nuts & Bolts etc and as per direction
No 160
5 Supply, Fitting & Fixing of 11 kV LA on top channel of substation as per direction
Set 80
6 Supply, Fitting & Fixing of 11kV D.O Fuse Set with GI nuts& bolts on GI Channel and as per direction
set 80
36
7 Supply, Fitting & Fixing of 11kV GOAB switch 400 A with necessary GI nuts& bolts on GI Channel and as per direction for DTR S/S
set 80
8
Supply, Fitting & Fixing of CI Earth Pipe by digging of pit as per direction with necessary connection with strips ,GI Wire 6 SWG for Earthing as per direction( for substation earthing)
no 480
9
Supply, installation and commissioning of Cubicle (with necessary bus bar, Trivector meter, MCCB, LT CT etc.) suitable for 100 kVA transformer as per drawing, TS and necessary materials for grouting
No 80
10 Supply and stringing of AAA Raccoon Conductor with PG clamp, bindings required in substation.
Mtr. 1600
11 Supply fitting and Fixing of 11KV composite Polymeric Pin Insulator
No 960
12 Supply, Fitting & Fixing of HT Danger Plate on PSC pole
No. 240
13 Supply, Fitting & Fixing of shackle insulator with straps and necessary accessories
No 640
14 Supply, Fitting & Fixing of Barbed Wire on poles @ 2Kg per pole as anti climbing device
pole 160
15 Supply & Fitting, of XLPE Cable(Aluminium) single core 185 sq mm with necessary lugs from DTR to bus
Mtr. 2400
16 Supply & Fitting, of XLPE Cable(Aluminium) single core 150 sq mm with necessary lugs from bus to line
Mtr. 6400
17 Supply & Fitting, of XLPE Cable(Aluminium) single core 120 sq mm with necessary lugs for neutral
Mtr. 2400
D Construction of 11/0.4 KV, 63 KVA sub-station including metering in L.V. side( 80 nos.) ,
1 Supply & Erection of 9.75 mtr PSC Pole including boulder packing
No 160
2 Supply, Installation and commissioning of 11/0.4 kV, 63 kVA Transformer including all accessories ( Lugs, clamps & GI Nuts & Bolts etc)
No 80
3
Supply, Fitting & Fixing of GI Channel X- Arm (100x50x6x2200mm) on DP structure with necessary GI pole clamp , GI Nuts & Bolts , drilling of holes, etc for s/s
No 640
4 Supply, Fitting & Fixing of GI T cross arm on pole with necessary GI pole clamps including GI Nuts & Bolts etc and as per direction
No 160
37
5 Supply, Fitting & Fixing of 11 kV LA on top channel of substation as per direction
Set 80
6 Supply, Fitting & Fixing of 11kV D.O Fuse Set with GI nuts& bolts on GI Channel and as per direction
set 80
7 Supply, Fitting & Fixing of 11kV GOAB switch 400 A with necessary GI nuts& bolts on GI Channel and as per direction for DTR S/S
set 80
8
Supply, Fitting & Fixing of CI Earth Pipe by digging of pit as per direction with necessary connection with strips ,GI Wire 6 SWG for Earthing as per direction( for substation earthing)
no 480
9
Supply, installation and commissioning of Cubicle (with necessary bus bar, Trivector meter, MCCB, LT CT etc.) suitable for 63 kVA transformer as per drawing, TS and necessary materials for grouting
No 80
10 Supply and stringing of AAA Raccoon Conductor with PG clamp, bindings required in substation.
Mtr. 1600
11 Supply fitting and Fixing of 11KV composite Polymeric Pin Insulator
No 960
12 Supply, Fitting & Fixing of HT Danger Plate on PSC pole
No. 240
13 Supply, Fitting & Fixing of shackle insulator with straps and necessary accessories
No 640
14 Supply, Fitting & Fixing of Barbed Wire on poles @ 2Kg per pole as anti climbing device
pole 160
15 Supply & Fitting, of XLPE Cable(Aluminium) single core 150 sq mm with necessary lugs from DTR to bus
Mtr. 2400
16 Supply & Fitting, of XLPE Cable(Aluminium) single core 120 sq mm with necessary lugs from bus to line
Mtr. 6400
17 Supply & Fitting, of XLPE Cable(Aluminium) single core 95 sq mm with necessary lugs for neutral
Mtr. 2400
E Construction of 3 phase 4 wire LT line with Rabbit conductor (10.0 Km)
1 Supply & Erection of 8.5 mtr PSC Pole including boulder packing
No 312
2 Supply, Fitting & Fixing of GI LT angle X- Arm (40x4x5x500)mm with necessary GI pole clamp , Nuts & Bolts , drilling of holes, etc
No 624
3 Supply, Fitting & Fixing of LT Pin Insulator with GI pin
set 780
38
4 Supply, Fitting & Fixing of Shackle Insulator with Shackle Straps with GI nuts& bolts etc
No 468
5
Supply & Stringing of AAA Rabbit Conductor tensioning with clamp, bindings, jointing sleeves etc in LT line including jungle cutting as per direction
Conductor KM
57.2
6
Supply, Fitting & Fixing of CI Earth Pipe by digging of pit as per direction with necessary connection with strips ,GI Wire 6 SWG for Earthing as per direction( for guard earthing)
No 52
7
Supply, Fitting & Fixing of GI Angle (50x50x6x600mm)for guard bracket on pole structure for LT line with necessary GI pole clamps including Nuts & Bolts, GI Ï Hook etc with fitting of GI wire 8SWG for guarding as per direction
No 52
8 Supply, Fitting & Fixing of LT Stay Set complete with digging of earth along with fitting with Stay Wire 7/14 SWG & LT guy insulator for LT line.
Set 130
9 Supply, Fitting & Fixing of LT Danger Plate on 8.5 m PSC pole
No 299
10 Supply, Fitting & Fixing of Barbed Wire on poles @ 2Kg per pole as anti climbing device
pole 312
F Construction of 11 KV Tea feeder with PSC pole (90.0 Km)
1 Supply & Erection of 9.75 mtr PSC Pole including boulder packing for 11kV line
No 2430
2
Supply, Fitting & Fixing of GI Channel (100x50x6x2200mm) on pole structure with necessary GI pole clamp , GI Nuts & Bolts , drilling of holes, etc
No 1080
3
Supply, Fitting & Fixing of GI Channel (100x50x6x2500mm)for guard bracket on pole structure for 11kV line with necessary GI pole clamps including Nuts & Bolts etc with fitting of GI wire 8SWG for guarding as per direction
No 360
4
Supply, Fitting & Fixing of GI Angle (50x50x6 mm) for cross bracing on double pole for 11kV line with necessary GI pole clamps including Nuts & Bolts etc as per direction
Mtr 8100
5 Supply, Fitting & Fixing of 11 kV GI T-Cross Arm, Nuts & Bolts , drilling of holes, etc
No 1350
39
6
Supply, Fitting & Fixing of 11 kV composite Polymeric Disc Insulator 45KN (T&C) with Hardware fittings, tension clamps etc as per direction
No 2700
7 Supply, Fitting & Fixing of 11KV composite Polymeric Pin Insulator
No 4320
8
Supply & Stringing of AAA “ Racoon” Conductor, tensioning with clamp, bindings, jumpering with PG clamps, jointing sleeves etc in 11kV line including jungle cutting wherever necessary and as per direction .
Conductor KM
297
9
Supply, Fitting & Fixing of CI Earth Pipe by digging of pit as per direction with necessary connection with strips ,GI Wire 6 SWG for Earthing as per direction( for guard earthing)
No 360
10 Supply, Fitting & Fixing of HT Stay Set complete with digging of earth along with fitting with Stay Wire 7/10 SWG & HT guy insulator for line
Set 900
11 Supply, Fitting & Fixing of HT Danger Plate on 9.75 m PSC pole
No. 540
12 Supply, Fitting & Fixing of Barbed Wire on HT poles @ 2Kg per pole as anti climbing device
pole 2430
13 Supply, installation, testing and commissioning of 11 kV Auto recloser at sending end
No 2
Total
40
Annexure-II(A)
Tender Proforma Part-II (PRICE BID) For package no. TDF 2011-14/NK
The schedule of itemwise rates of various works against Installation of new DTR alongwith construction of associated new 11kV line and LT 3phase 4wire line with bare conductor, & construction of11kV tea feeder with installation of 11 kV Auto recloser at sending end under Nagaon, & KANCH Electrical Circle of APDCL(CAR) NB. Bidder
should fill up all columns properly. If any column of taxes and duties is left blank or written as NA, the applicable taxes against that item shall be added in bid evaluation
Sl.No.
Brief Item Description Unit Qty
Supply of materials Erection of materials
Total cost of supply and
erection (Rs)
Work contract Tax @ 5% on 9
(Rs)
Service Tax @ 12.36% on
8 (Rs)
Grand Total Rs.
Unit price of item, inclusive of E.D.,
F&I up to work site
(Rs)
Total amount (Rs)
Unit erection/
installation charges
(Rs)
Total Erection
cost (Rs)
1 2 3 4 5 6=(4x5) 7 8= (4X7) 9= (6+8) 10= (9 X
5%) 11 =
8x12.36% 12=9+10+11
Nagaon Part
A Construction of 11 KV line with PSC pole for new DTR (42.0 Km)
1 Supply & Erection of 9.75 mtr PSC Pole including boulder packing for 11kV line
No 1134
2
Supply, Fitting & Fixing of GI Channel (100x50x6x2200mm) on pole structure with necessary GI pole clamp , GI Nuts & Bolts , drilling of holes, etc
No 504
3
Supply, Fitting & Fixing of GI Channel (100x50x6x2500mm)for guard bracket on pole structure for 11kV line with necessary GI pole clamps including Nuts & Bolts etc with fitting of GI wire 8SWG for guarding as per direction
No 168
4
Supply, Fitting & Fixing of GI Angle (50x50x6 mm) for cross bracing on double pole for 11kV line with necessary GI pole clamps including Nuts & Bolts etc as per direction
Mtr 3780
5 Supply, Fitting & Fixing of 11 kV GI T-Cross Arm, Nuts & Bolts , drilling of holes, etc
No 630
6
Supply, Fitting & Fixing of 11 kV composite Polymeric Disc Insulator 45KN (T&C) with Hardware fittings, tension clamps etc as per direction
No 1260
7 Supply, Fitting & Fixing of 11KV composite Polymeric Pin Insulator
No 2016
41
8
Supply & Stringing of AAA “ Racoon” Conductor, tensioning with clamp, bindings, jumpering with PG clamps, jointing sleeves etc in 11kV line including jungle cutting wherever necessary and as per direction .
Conductor KM
138.6
9
Supply, Fitting & Fixing of CI Earth Pipe by digging of pit as per direction with necessary connection with strips ,GI Wire 6 SWG for Earthing ( for guard earthing)
No 168
10 Supply, Fitting & Fixing of HT Stay Set complete with digging of earth along with fitting with Stay Wire 7/10 SWG & HT guy insulator for line
Set 420
11 Supply, Fitting & Fixing of HT Danger Plate on 9.75 m PSC pole
No. 252
12 Supply, Fitting & Fixing of Barbed Wire on HT poles @ 2Kg per pole as anti climbing device
pole 1134
B. Construction of 11/0.4 KV, 250 KVA sub-station including metering in L.V. side (30 nos.)
1 Supply & Erection of 9.75 mtr PSC Pole including boulder packing
No 60
2 Supply, Installation and commissioning of 11/0.4 kV, 250 kVA Transformer including all accessories ( Lugs, clamps & GI Nuts & Bolts etc)
No 30
3
Supply, Fitting & Fixing of GI Channel X- Arm (100x50x6x2200mm) on DP structure with necessary GI pole clamp , GI Nuts & Bolts , drilling of holes, etc for s/s
No 240
4 Supply, Fitting & Fixing of GI T cross arm on pole with necessary GI pole clamps including GI Nuts & Bolts etc and as per direction
No 60
5 Supply, Fitting & Fixing of 11 kV LA on top channel of substation as per direction
Set 30
6 Supply, Fitting & Fixing of 11kV D.O Fuse Set with GI nuts& bolts on GI Channel and as per direction
set 30
7 Supply, Fitting & Fixing of 11kV GOAB switch 400 A with necessary GI nuts& bolts on GI Channel and as per direction for DTR S/S
set 30
8
Supply, Fitting & Fixing of CI Earth Pipe by digging of pit as per direction with necessary connection with strips ,GI Wire 6 SWG for Earthing as per direction( for substation earthing)
no 180
42
9
Supply, installation and commissioning of Cubicle (with necessary bus bar, Trivector meter, MCCB, LT CT etc.) suitable for 250 kVA transformer as per drawing, TS and necessary materials for grouting
No 30
10 Supply and stringing of AAA Raccoon Conductor with PG clamp, bindings required in substation.
Mtr. 600
11 Supply fitting and Fixing of 11KV composite Polymeric Pin Insulator
No 360
12 Supply, Fitting & Fixing of HT Danger Plate on PSC pole
pole 90
13 Supply, Fitting & Fixing of shackle insulator with straps and necessary accessories
No 240
14 Supply, Fitting & Fixing of Barbed Wire on poles @ 2Kg per pole as anti climbing device
pole 60
15 Supply & Fitting, of XLPE Cable(Aluminium) single core 240 sq mm with necessary lugs from DTR to bus
Mtr. 900
16 Supply & Fitting, of XLPE Cable(Aluminium) single core 185 sq mm with necessary lugs from bus to line
Mtr. 2400
17 Supply & Fitting, of XLPE Cable(Aluminium) single core 150 sq mm with necessary lugs for neutral
Mtr. 900
C. Construction of 11/0.4 KV, 100 KVA sub-station including metering in L.V. Side (99 nos.)
1 Supply & Erection of 9.75 mtr PSC Pole including boulder packing
No 198
2 Supply, Installation and commissioning of 11/0.4 kV, 100 kVA Transformer including all accessories ( Lugs, clamps & GI Nuts & Bolts etc)
No 99
3
Supply, Fitting & Fixing of GI Channel X- Arm (100x50x6x2200mm) on DP structure with necessary GI pole clamp , GI Nuts & Bolts , drilling of holes, etc for s/s
No 792
4 Supply, Fitting & Fixing of GI T cross arm on pole with necessary GI pole clamps including GI Nuts & Bolts etc and as per direction
No 198
5 Supply, Fitting & Fixing of 11 kV LA on top channel of substation as per direction
Set 99
6 Supply, Fitting & Fixing of 11kV D.O Fuse Set with GI nuts& bolts on GI Channel and as per direction
set 99
43
7 Supply, Fitting & Fixing of 11kV GOAB switch 400 A with necessary GI nuts& bolts on GI Channel and as per direction for DTR S/S
set 99
8
Supply, Fitting & Fixing of CI Earth Pipe by digging of pit as per direction with necessary connection with strips ,GI Wire 6 SWG for Earthing as per direction( for substation earthing)
no 594
9
Supply, installation and commissioning of Cubicle (with necessary bus bar, Trivector meter, MCCB, LT CT etc.) suitable for 100 kVA transformer as per drawing, TS and necessary materials for grouting
No 99
10 Supply and stringing of AAA Raccoon Conductor with PG clamp, bindings required in substation.
Mtr. 1980
11 Supply fitting and Fixing of 11KV composite Polymeric Pin Insulator
No 1188
12 Supply, Fitting & Fixing of HT Danger Plate on PSC pole
pole 297
13 Supply, Fitting & Fixing of shackle insulator with straps and necessary accessories
No 792
14 Supply, Fitting & Fixing of Barbed Wire on poles @ 2Kg per pole as anti climbing device
pole 198
15 Supply & Fitting, of XLPE Cable(Aluminium) single core 185 sq mm with necessary lugs from DTR to bus
Mtr. 2970
16 Supply & Fitting, of XLPE Cable(Aluminium) single core 150 sq mm with necessary lugs from bus to line
Mtr. 7920
17 Supply & Fitting, of XLPE Cable(Aluminium) single core 120 sq mm with necessary lugs for neutral
Mtr. 2970
D Construction of 11/0.4 KV, 63 KVA sub-station including metering in L.V. side( 96 nos.) ,
1 Supply & Erection of 9.75 mtr PSC Pole including boulder packing
No 192
2 Supply, Installation and commissioning of 11/0.4 kV, 63 kVA Transformer including all accessories ( Lugs, clamps & GI Nuts & Bolts etc)
No 96
3
Supply, Fitting & Fixing of GI Channel X- Arm (100x50x6x2200mm) on DP structure with necessary GI pole clamp , GI Nuts & Bolts , drilling of holes, etc for s/s
No 768
44
4 Supply, Fitting & Fixing of GI T cross arm on pole with necessary GI pole clamps including GI Nuts & Bolts etc and as per direction
No 192
5 Supply, Fitting & Fixing of 11 kV LA on top channel of substation as per direction
Set 96
6 Supply, Fitting & Fixing of 11kV D.O Fuse Set with GI nuts& bolts on GI Channel and as per direction
set 96
7 Supply, Fitting & Fixing of 11kV GOAB switch 400 A with necessary GI nuts& bolts on GI Channel and as per direction for DTR S/S
set 96
8
Supply, Fitting & Fixing of CI Earth Pipe by digging of pit as per direction with necessary connection with strips ,GI Wire 6 SWG for Earthing as per direction( for substation earthing)
no 576
9
Supply, installation and commissioning of Cubicle (with necessary bus bar, Trivector meter, MCCB, LT CT etc.) suitable for 63 kVA transformer as per drawing, TS and necessary materials for grouting
No 96
10 Supply and stringing of AAA Raccoon Conductor with PG clamp, bindings required in substation.
Mtr. 1920
11 Supply fitting and Fixing of 11KV composite Polymeric Pin Insulator
No 1152
12 Supply, Fitting & Fixing of HT Danger Plate on PSC pole
pole 288 13
Supply, Fitting & Fixing of shackle insulator with straps and necessary accessories
No 768 14
Supply, Fitting & Fixing of Barbed Wire on poles @ 2Kg per pole as anti climbing device
pole 384
15 Supply & Fitting, of XLPE Cable(Aluminium) single core 150 sq mm with necessary lugs from DTR to bus
Mtr. 2880
16 Supply & Fitting, of XLPE Cable(Aluminium) single core 120 sq mm with necessary lugs from bus to line
Mtr. 7680
17 Supply & Fitting, of XLPE Cable(Aluminium) single core 95 sq mm with necessary lugs for neutral
Mtr. 2880
E Construction of 3 phase 4 wire LT line with Rabbit conductor (10.0 Km)
1 Supply & Erection of 8.5 mtr PSC Pole including boulder packing
No 240
2 Supply, Fitting & Fixing of GI LT angle X- Arm (40x4x5x500)mm with necessary GI pole clamp , Nuts & Bolts , drilling of holes, etc
No 480
45
3 Supply, Fitting & Fixing of LT Pin Insulator with GI pin
set 600
4 Supply, Fitting & Fixing of Shackle Insulator with Shackle Straps with GI nuts& bolts etc
No 360
5 Supply & Stringing of AAA Rabbit Conductor tensioning with clamp, bindings, jointing sleeves etc in LT line including jungle cutting as per direction
Conductor KM
44
6
Supply, Fitting & Fixing of CI Earth Pipe by digging of pit as per direction with necessary connection with strips ,GI Wire 6 SWG for Earthing as per direction( for guard earthing)
No 40
7
Supply, Fitting & Fixing of GI Angle (50x50x6x600mm)for guard bracket on pole structure for LT line with necessary GI pole clamps including Nuts & Bolts, GI Ï Hook etc with fitting of GI wire 8SWG for guarding as per direction
No 40
8 Supply, Fitting & Fixing of LT Stay Set complete with digging of earth along with fitting with Stay Wire 7/14 SWG & LT guy insulator for LT line.
Set 100
9 Supply, Fitting & Fixing of LT Danger Plate on 8.5 m PSC pole
No 230
10 Supply, Fitting & Fixing of Barbed Wire on poles @ 2Kg per pole as anti climbing device
pole 240
KANCH Part
A
Construction of 11 KV line with MS Steel Tubular SP-30 for new DTR (10.0 Km)
1 Supply & Erection of MS Steel tubular Pole Sp-30 including grouting for 11kV line
No 280
2
Supply, Fitting & Fixing of GI Channel (100x50x6x2200mm) on pole structure with necessary GI pole clamp , GI Nuts & Bolts , drilling of holes, etc
No 180
3
Supply, Fitting & Fixing of GI Channel (100x50x6x2500mm)for guard bracket on pole structure for 11kV line with necessary GI pole clamps including Nuts & Bolts etc with fitting of GI wire 8SWG for guarding as per direction
No 40
4
Supply, Fitting & Fixing of GI Angle (50x50x6 mm) for cross bracing on double pole for 11kV line with necessary GI pole clamps including Nuts & Bolts etc as per direction
Mtr 900
46
5 Supply, Fitting & Fixing of 11 kV GI T-Cross Arm, Nuts & Bolts , drilling of holes, etc
No 160
6
Supply, Fitting & Fixing of 11 kV composite Polymeric Disc Insulator 45KN (T&C) with Hardware fittings, tension clamps etc as per direction
No 300
7 Supply, Fitting & Fixing of 11KV composite Polymeric Pin Insulator
No 520
8
Supply & Stringing of AAA “ Racoon” Conductor, tensioning with clamp, bindings, jumpering with PG clamps, jointing sleeves etc in 11kV line including jungle cutting wherever necessary and as per direction .
Conductor KM
33
9
Supply, Fitting & Fixing of CI Earth Pipe by digging of pit as per direction with necessary connection with strips ,GI Wire 6 SWG for Earthing ( for guard earthing)
No 80
10 Supply, Fitting & Fixing of HT Stay Set complete with digging of earth along with fitting with Stay Wire 7/10 SWG & HT guy insulator for line
Set 100
11 Supply, Fitting & Fixing of HT Danger Plate on 9.75 m PSC pole
No. 50
12 Supply, Fitting & Fixing of Barbed Wire on HT poles @ 2Kg per pole as anti climbing device
pole 280
B. Construction of 11/0.4 KV, 250 KVA sub-station including metering in L.V. side (3 nos.)
1 Supply & Erection of MS Steel tubular Pole Sp-30 including grouting
No 6
2 Supply, Installation and commissioning of 11/0.4 kV, 250 kVA Transformer including all accessories ( Lugs, clamps & GI Nuts & Bolts etc)
No 3
3
Supply, Fitting & Fixing of GI Channel X- Arm (100x50x6x2200mm) on DP structure with necessary GI pole clamp , GI Nuts & Bolts , drilling of holes, etc for s/s
No 24
4 Supply, Fitting & Fixing of GI T cross arm on pole with necessary GI pole clamps including GI Nuts & Bolts etc and as per direction
No 6
5 Supply, Fitting & Fixing of 11 kV LA on top channel of substation as per direction
Set 3
6 Supply, Fitting & Fixing of 11kV D.O Fuse Set with GI nuts& bolts on GI Channel and as per direction
set 3
47
7 Supply, Fitting & Fixing of 11kV GOAB switch 400 A with necessary GI nuts& bolts on GI Channel and as per direction for DTR S/S
set 3
8
Supply, Fitting & Fixing of CI Earth Pipe by digging of pit as per direction with necessary connection with strips ,GI Wire 6 SWG for Earthing as per direction( for substation earthing)
no 18
9
Supply, installation and commissioning of Cubicle (with necessary bus bar, Trivector meter, MCCB, LT CT etc.) suitable for 250 kVA transformer as per drawing, TS and necessary materials for grouting
No 3
10 Supply and stringing of AAA Raccoon Conductor with PG clamp, bindings required in substation.
Mtr. 60
11 Supply fitting and Fixing of 11KV composite Polymeric Pin Insulator
No 36
12 Supply, Fitting & Fixing of HT Danger Plate on PSC pole
pole 9
13 Supply, Fitting & Fixing of shackle insulator with straps and necessary accessories
No 24
14 Supply, Fitting & Fixing of Barbed Wire on poles @ 2Kg per pole as anti climbing device
pole 6
15 Supply & Fitting, of XLPE Cable(Aluminium) single core 240 sq mm with necessary lugs from DTR to bus
Mtr. 90
16 Supply & Fitting, of XLPE Cable(Aluminium) single core 185 sq mm with necessary lugs from bus to line
Mtr. 240
17 Supply & Fitting, of XLPE Cable(Aluminium) single core 150 sq mm with necessary lugs for neutral
Mtr. 90
C. Construction of 11/0.4 KV, 100 KVA sub-station including metering in L.V. Side (30 nos.)
1 Supply & Erection of MS Steel tubular Pole Sp-30 including grouting
No 60
2
Supply, installation and commissioning of Cubicle (with necessary bus bar, Trivector meter, MCCB, LT CT etc.) suitable for 100 kVA transformer as per drawing, TS and necessary materials for grouting
No 30
3
Supply, Fitting & Fixing of GI Channel X- Arm (100x50x6x2200mm) on DP structure with necessary GI pole clamp , GI Nuts & Bolts , drilling of holes, etc for s/s
No 240
48
4 Supply, Fitting & Fixing of GI T cross arm on pole with necessary GI pole clamps including GI Nuts & Bolts etc and as per direction
No 60
5 Supply, Fitting & Fixing of 11 kV LA on top channel of substation as per direction
Set 30
6 Supply, Fitting & Fixing of 11kV D.O Fuse Set with GI nuts& bolts on GI Channel and as per direction
set 30
7 Supply, Fitting & Fixing of 11kV GOAB switch 400 A with necessary GI nuts& bolts on GI Channel and as per direction for DTR S/S
set 30
8
Supply, Fitting & Fixing of CI Earth Pipe by digging of pit as per direction with necessary connection with strips ,GI Wire 6 SWG for Earthing as per direction( for substation earthing)
no 180
9 Supply, Fitting & Fixing of Cubicle (with necessary bus bar, Trivector meter, MCCB, LT CT etc.) suitable for 100 kVA transformer
No 30
10 Supply and stringing of AAA Raccoon Conductor with PG clamp, bindings required in substation.
Mtr. 600
11 Supply fitting and Fixing of 11KV composite Polymeric Pin Insulator
No 360
12 Supply, Fitting & Fixing of HT Danger Plate on PSC pole
pole 90
13 Supply, Fitting & Fixing of shackle insulator with straps and necessary accessories
No 240
14 Supply, Fitting & Fixing of Barbed Wire on poles @ 2Kg per pole as anti climbing device
pole 60
15 Supply & Fitting, of XLPE Cable(Aluminium) single core 185 sq mm with necessary lugs from DTR to bus
Mtr. 900
16 Supply & Fitting, of XLPE Cable(Aluminium) single core 150 sq mm with necessary lugs from bus to line
Mtr. 2400
17 Supply & Fitting, of XLPE Cable(Aluminium) single core 120 sq mm with necessary lugs for neutral
Mtr. 900
D Construction of 11/0.4 KV, 63 KVA sub-station including metering in L.V. side( 30 nos.) ,
1 Supply & Erection of MS Steel tubular Pole Sp-30 including grouting
No 60
2 Supply, Installation and commissioning of 11/0.4 kV, 63 kVA Transformer including all accessories ( Lugs, clamps & GI Nuts & Bolts etc)
No 30
49
3
Supply, Fitting & Fixing of GI Channel X- Arm (100x50x6x2200mm) on DP structure with necessary GI pole clamp , GI Nuts & Bolts , drilling of holes, etc for s/s
No 240
4 Supply, Fitting & Fixing of GI T cross arm on pole with necessary GI pole clamps including GI Nuts & Bolts etc and as per direction
No 60
5 Supply, Fitting & Fixing of 11 kV LA on top channel of substation as per direction
Set 30
6 Supply, Fitting & Fixing of 11kV D.O Fuse Set with GI nuts& bolts on GI Channel and as per direction
set 30
7 Supply, Fitting & Fixing of 11kV GOAB switch 400 A with necessary GI nuts& bolts on GI Channel and as per direction for DTR S/S
set 30
8
Supply, Fitting & Fixing of CI Earth Pipe by digging of pit as per direction with necessary connection with strips ,GI Wire 6 SWG for Earthing as per direction( for substation earthing)
no 180
9
Supply, installation and commissioning of Cubicle (with necessary bus bar, Trivector meter, MCCB, LT CT etc.) suitable for 63 kVA transformer as per drawing, TS and necessary materials for grouting
No 30
10 Supply and stringing of AAA Raccoon Conductor with PG clamp, bindings required in substation.
Mtr. 600
11 Supply fitting and Fixing of 11KV composite Polymeric Pin Insulator
No 360
12 Supply, Fitting & Fixing of HT Danger Plate on PSC pole
pole 90
13 Supply, Fitting & Fixing of shackle insulator with straps and necessary accessories
No 240
14 Supply, Fitting & Fixing of Barbed Wire on poles @ 2Kg per pole as anti climbing device
pole 60
15 Supply & Fitting, of XLPE Cable(Aluminium) single core 150 sq mm with necessary lugs from DTR to bus
Mtr. 900
16 Supply & Fitting, of XLPE Cable(Aluminium) single core 120 sq mm with necessary lugs from bus to line
Mtr. 2400
17 Supply & Fitting, of XLPE Cable(Aluminium) single core 95 sq mm with necessary lugs for neutral
Mtr. 900
50
E Construction of 3 phase 4 wire LT line with bare conductor (4.0 Km)
1 Supply & Erection of MS Steel tubular Pole Sp-30 including grouting
No 96
2 Supply, Fitting & Fixing of GI LT angle X- Arm (40x4x5x500)mm with necessary GI pole clamp , Nuts & Bolts , drilling of holes, etc
No 192
3 Supply, Fitting & Fixing of LT Pin Insulator with GI pin set 240
4 Supply, Fitting & Fixing of Shackle Insulator with Shackle Straps with GI nuts& bolts etc
No 144
5 Supply & Stringing of AAA Rabbit Conductor tensioning with clamp, bindings, jointing sleeves etc in LT line including jungle cutting as per direction
Conductor KM
17.6
6
Supply, Fitting & Fixing of CI Earth Pipe by digging of pit as per direction with necessary connection with strips ,GI Wire 6 SWG for Earthing as per direction( for guard earthing)
No 16
7
Supply, Fitting & Fixing of GI Angle (50x50x6x600mm)for guard bracket on pole structure for LT line with necessary GI pole clamps including Nuts & Bolts, GI Ï Hook etc with fitting of GI wire 8SWG for guarding as per direction
No 16
8 Supply, Fitting & Fixing of LT Stay Set complete with digging of earth along with fitting with Stay Wire 7/14 SWG & LT guy insulator for LT line.
Set 40
9 Supply, Fitting & Fixing of LT Danger Plate on 8.5 m PSC pole
No 92
10 Supply, Fitting & Fixing of Barbed Wire on poles @ 2Kg per pole as anti climbing device
pole 96
F Construction of 11 KV line with MS steel Tubular Sp-30 (5.7 Km)
1 Supply & Erection of MS Steel tubular Pole Sp-30 including boulder packing for 11kV line
No 162
2
Supply, Fitting & Fixing of GI Channel (100x50x6x2200mm) on pole structure with necessary GI pole clamp , GI Nuts & Bolts , drilling of holes, etc
No 72
3 Supply, Fitting & Fixing of GI Channel (100x50x6x2500mm)for guard bracket on pole structure for 11kV line with necessary GI pole
No 24
51
clamps including Nuts & Bolts etc with fitting of GI wire 8SWG for guarding as per direction
4
Supply, Fitting & Fixing of GI Angle (50x50x6 mm) for cross bracing on double pole for 11kV line with necessary GI pole clamps including Nuts & Bolts etc as per direction
Mtr 540
5 Supply, Fitting & Fixing of 11 kV GI T-Cross Arm, Nuts & Bolts , drilling of holes, etc
No 90
6
Supply, Fitting & Fixing of 11 kV composite Polymeric Disc Insulator 45KN (T&C) with Hardware fittings, tension clamps etc as per direction
No 180
7 Supply, Fitting & Fixing of 11KV composite Polymeric Pin Insulator
No 288
8
Supply & Stringing of AAA “ Racoon” Conductor, tensioning with clamp, bindings, jumpering with PG clamps, jointing sleeves etc in 11kV line including jungle cutting wherever necessary and as per direction .
Conductor KM
19.8
9
Supply, Fitting & Fixing of CI Earth Pipe by digging of pit as per direction with necessary connection with strips ,GI Wire 6 SWG for Earthing ( for guard earthing)
No 24
10 Supply, Fitting & Fixing of HT Stay Set complete with digging of earth along with fitting with Stay Wire 7/10 SWG & HT guy insulator for line
Set 60
11 Supply, Fitting & Fixing of HT Danger Plate on 9.75 m PSC pole
No. 30
12 Supply, Fitting & Fixing of Barbed Wire on HT poles @ 2Kg per pole as anti climbing device
pole 162
Total
52
Annexure-II(A)
Tender Proforma Part-II (PRICE BID) For package no. TDF 2011-14/TL
The schedule of itemwise rates of various works against Installation of new DTR alongwith construction of associated new 11kV line and LT 3phase 4wire line with bare conductor, & construction of11kV tea feeder with installation of 11 kV Auto recloser at sending end under Tezpur, & North Lakhimpur Electrical Circle of APDCL(CAR) NB.
Bidder should fill up all columns properly. If any column of taxes and duties is left blank or written as NA, the applicable taxes against that item shall be added in bid evaluation
S.No.
Brief Item Description Unit Qty
Supply of materials Erection of materials
Total cost of supply and
erection (Rs)
Work contract Tax @ 5% on 9
(Rs)
Service Tax @ 12.36% on
8 (Rs)
Grand Total Rs.
Unit price of item,
inclusive of E.D., F&I up to work site
(Rs)
Total amount (Rs)
Unit erection/
installation charges
(Rs)
Total Erection
cost (Rs)
1 2 3 4 5 6=(4x5) 7 8= (4X7) 9= (6+8) 10= (9 X
5%) 11 =
8x12.36% 12=9+10+11
A Construction of 11 KV line with PSC pole for new DTR (75.0 Km)
1 Supply & Erection of 9.75 mtr PSC Pole including boulder packing for 11kV line
No 2025
2
Supply, Fitting & Fixing of GI Channel (100x50x6x2200mm) on pole structure with necessary GI pole clamp , GI Nuts & Bolts , drilling of holes, etc
No 900
3
Supply, Fitting & Fixing of GI Channel (50x50x6x2500mm)for guard bracket on pole structure for 11kV line with necessary GI pole clamps including Nuts & Bolts etc with fitting of GI wire 8SWG for guarding as per direction
No 300
4
Supply, Fitting & Fixing of GI Angle (50x50x6 mm) for cross bracing on double pole for 11kV line with necessary GI pole clamps including Nuts & Bolts etc as per direction
Mtr 6750
5 Supply, Fitting & Fixing of 11 kV GI T-Cross Arm, Nuts & Bolts , drilling of holes, etc
No 1125
6
Supply, Fitting & Fixing of 11 kV composite Polymeric Disc Insulator 45KN (T&C) with Hardware fittings, tension clamps etc as per direction
No 2250
7 Supply, Fitting & Fixing of 11KV composite Polymeric Pin Insulator
No 3600
53
8
Supply & Stringing of AAA “ Racoon” Conductor, tensioning with clamp, bindings, jumpering with PG clamps, jointing sleeves etc in 11kV line including jungle cutting wherever necessary and as per direction .
Conductor KM
247.5
9
Supply, Fitting & Fixing of CI Earth Pipe by digging of pit as per direction with necessary connection with strips ,GI Wire 6 SWG for Earthing ( for guard earthing)
No 300
10 Supply, Fitting & Fixing of HT Stay Set complete with digging of earth along with fitting with Stay Wire 7/10 SWG & HT guy insulator for line
Set 750
11 Supply, Fitting & Fixing of HT Danger Plate on 9.75 m PSC pole
No. 450
12 Supply, Fitting & Fixing of Barbed Wire on HT poles @ 2Kg per pole as anti climbing device
pole 2025
B. Construction of 11/0.4 KV, 250 KVA sub-station including metering in L.V. side (22 nos.)
1 Supply & Erection of 9.75 mtr PSC Pole including boulder packing
No 44
2 Supply, Installation and commissioning of 11/0.4 kV, 250 kVA Transformer including all accessories ( Lugs, clamps & GI Nuts & Bolts etc)
No 22
3
Supply, Fitting & Fixing of GI Channel X- Arm (100x50x6x2200mm) on DP structure with necessary GI pole clamp , GI Nuts & Bolts , drilling of holes, etc for s/s
No 176
4 Supply, Fitting & Fixing of GI T cross arm on pole with necessary GI pole clamps including GI Nuts & Bolts etc and as per direction
No 44
5 Supply, Fitting & Fixing of 11 kV LA on top channel of substation as per direction
Set 22
6 Supply, Fitting & Fixing of 11kV D.O Fuse Set with GI nuts& bolts on GI Channel and as per direction
set 22
7 Supply, Fitting & Fixing of 11kV GOAB switch 400 A with necessary GI nuts& bolts on GI Channel and as per direction for DTR S/S
set 22
8
Supply, Fitting & Fixing of CI Earth Pipe by digging of pit as per direction with necessary connection with strips ,GI Wire 6 SWG for Earthing as per direction( for substation earthing)
no 132
54
9
Supply, installation and commissioning of Cubicle (with necessary bus bar, Trivector meter, MCCB, LT CT etc.) suitable for 250 kVA transformer as per drawing, TS and necessary materials for grouting
No 22
10 Supply and stringing of AAA Raccoon Conductor with PG clamp, bindings required in substation.
Mtr. 440
11 Supply fitting and Fixing of 11KV composite Polymeric Pin Insulator
No 264
12 Supply, Fitting & Fixing of HT Danger Plate on PSC pole
No 66
13 Supply, Fitting & Fixing of shackle insulator with straps and necessary accessories
No 176
14 Supply, Fitting & Fixing of Barbed Wire on poles @ 2Kg per pole as anti climbing device
pole 44
15 Supply & Fitting, of XLPE Cable(Aluminium) single core 240 sq mm with necessary lugs from DTR to bus
Mtr. 660
16 Supply & Fitting, of XLPE Cable(Aluminium) single core 185 sq mm with necessary lugs from bus to line
Mtr. 1760
17 Supply & Fitting, of XLPE Cable(Aluminium) single core 150 sq mm with necessary lugs for neutral
Mtr. 660
C. Construction of 11/0.4 KV, 100 KVA sub-station including metering in L.V. Side (180 nos.)
1 Supply & Erection of 9.75 mtr PSC Pole including boulder packing
No 360
2 Supply, Installation and commissioning of 11/0.4 kV, 100 kVA Transformer including all accessories ( Lugs, clamps & GI Nuts & Bolts etc)
No 180
3
Supply, Fitting & Fixing of GI Channel X- Arm (100x50x6x2200mm) on DP structure with necessary GI pole clamp , GI Nuts & Bolts , drilling of holes, etc for s/s
No 1440
4 Supply, Fitting & Fixing of GI T cross arm on pole with necessary GI pole clamps including GI Nuts & Bolts etc and as per direction
No 360
5 Supply, Fitting & Fixing of 11 kV LA on top channel of substation as per direction
Set 180
6 Supply, Fitting & Fixing of 11kV D.O Fuse Set with GI nuts& bolts on GI Channel and as per direction
set 180
55
7 Supply, Fitting & Fixing of 11kV GOAB switch 400 A with necessary GI nuts& bolts on GI Channel and as per direction for DTR S/S
set 180
8
Supply, Fitting & Fixing of CI Earth Pipe by digging of pit as per direction with necessary connection with strips ,GI Wire 6 SWG for Earthing as per direction( for substation earthing)
no 1080
9
Supply, installation and commissioning of Cubicle (with necessary bus bar, Trivector meter, MCCB, LT CT etc.) suitable for 100 kVA transformer as per drawing, TS and necessary materials for grouting
No 180
10 Supply and stringing of AAA Raccoon Conductor with PG clamp, bindings required in substation.
Mtr. 3600
11 Supply fitting and Fixing of 11KV composite Polymeric Pin Insulator
No 2160
12 Supply, Fitting & Fixing of HT Danger Plate on PSC pole
pole 540
13 Supply, Fitting & Fixing of shackle insulator with straps and necessary accessories
No 1440
14 Supply, Fitting & Fixing of Barbed Wire on poles @ 2Kg per pole as anti climbing device
pole 360
15 Supply & Fitting, of XLPE Cable(Aluminium) single core 185 sq mm with necessary lugs from DTR to bus
Mtr. 5400
16 Supply & Fitting, of XLPE Cable(Aluminium) single core 150 sq mm with necessary lugs from bus to line
Mtr. 14400
17 Supply & Fitting, of XLPE Cable(Aluminium) single core 120 sq mm with necessary lugs for neutral
Mtr. 5400
D Construction of 11/0.4 KV, 63 KVA sub-station including metering in L.V. side( 169 nos.) ,
1 Supply & Erection of 9.75 mtr PSC Pole including boulder packing
No 338
2 Supply, Installation and commissioning of 11/0.4 kV, 63 kVA Transformer including all accessories ( Lugs, clamps & GI Nuts & Bolts etc)
No 169
3
Supply, Fitting & Fixing of GI Channel X- Arm (100x50x6x2200mm) on DP structure with necessary GI pole clamp , GI Nuts & Bolts , drilling of holes, etc for s/s
No 1352
56
4 Supply, Fitting & Fixing of GI T cross arm on pole with necessary GI pole clamps including GI Nuts & Bolts etc and as per direction
No 338
5 Supply, Fitting & Fixing of 11 kV LA on top channel of substation as per direction
Set 169
6 Supply, Fitting & Fixing of 11kV D.O Fuse Set with GI nuts& bolts on GI Channel and as per direction
set 169
7 Supply, Fitting & Fixing of 11kV GOAB switch 400 A with necessary GI nuts& bolts on GI Channel and as per direction for DTR S/S
set 169
8
Supply, Fitting & Fixing of CI Earth Pipe by digging of pit as per direction with necessary connection with strips ,GI Wire 6 SWG for Earthing as per direction( for substation earthing)
no 1014
9
Supply, installation and commissioning of Cubicle (with necessary bus bar, Trivector meter, MCCB, LT CT etc.) suitable for 63 kVA transformer as per drawing, TS and necessary materials for grouting
No 169
10 Supply and stringing of AAA Raccoon Conductor with PG clamp, bindings required in substation.
Mtr. 3380
11 Supply fitting and Fixing of 11KV composite Polymeric Pin Insulator
No 2028
12 Supply, Fitting & Fixing of HT Danger Plate on PSC pole
pole 507
13 Supply, Fitting & Fixing of shackle insulator with straps and necessary accessories
No 1352
14 Supply, Fitting & Fixing of Barbed Wire on poles @ 2Kg per pole as anti climbing device
pole 338
15 Supply & Fitting, of XLPE Cable(Aluminium) single core 150 sq mm with necessary lugs from DTR to bus
Mtr. 5070
16 Supply & Fitting, of XLPE Cable(Aluminium) single core 120 sq mm with necessary lugs from bus to line
Mtr. 13520
17 Supply & Fitting, of XLPE Cable(Aluminium) single core 95 sq mm with necessary lugs for neutral
Mtr. 5070
E Construction of 3 phase 4 wire LT line with Rabbit conductor (20.0 Km)
1 Supply & Erection of 8.5 mtr PSC Pole including boulder packing
No 480
57
2 Supply, Fitting & Fixing of GI LT angle X- Arm (40x40x5x500)mm with necessary GI pole clamp , Nuts & Bolts , drilling of holes, etc
No 960
3 Supply, Fitting & Fixing of LT Pin Insulator with GI pin
set 1200
4 Supply, Fitting & Fixing of Shackle Insulator with Shackle Straps with GI nuts& bolts etc
No 720
5
Supply & Stringing of AAA Rabbit Conductor tensioning with clamp, bindings, jointing sleeves etc in LT line including jungle cutting as per direction
Conductor KM
88
6
Supply, Fitting & Fixing of CI Earth Pipe by digging of pit as per direction with necessary connection with strips ,GI Wire 6 SWG for Earthing as per direction( for guard earthing)
No 80
7
Supply, Fitting & Fixing of GI Angle (50x50x6x600mm)for guard bracket on pole structure for LT line with necessary GI pole clamps including Nuts & Bolts, GI Ï Hook etc with fitting of GI wire 8SWG for guarding as per direction
No 80
8 Supply, Fitting & Fixing of LT Stay Set complete with digging of earth along with fitting with Stay Wire 7/14 SWG & LT guy insulator for LT line.
Set 200
9 Supply, Fitting & Fixing of LT Danger Plate on 8.5 m PSC pole
No 460
10 Supply, Fitting & Fixing of Barbed Wire on poles @ 2Kg per pole as anti climbing device
pole 480
F Construction of 11 KV Tea feeder with PSC pole(32.0 Km)
1 Supply & Erection of 9.75 mtr PSC Pole including boulder packing for 11kV line
No 864
2
Supply, Fitting & Fixing of GI Channel (100x50x6x2200mm) on pole structure with necessary GI pole clamp , GI Nuts & Bolts , drilling of holes, etc
No 384
3
Supply, Fitting & Fixing of GI Channel (100x50x6x2500mm)for guard bracket on pole structure for 11kV line with necessary GI pole clamps including Nuts & Bolts etc with fitting of GI wire 8SWG for guarding as per direction
No 128
58
4
Supply, Fitting & Fixing of GI Angle (50x50x6 mm) for cross bracing on double pole for 11kV line with necessary GI pole clamps including Nuts & Bolts etc as per direction
Mtr 2880
5 Supply, Fitting & Fixing of 11 kV GI T-Cross Arm, Nuts & Bolts , drilling of holes, etc
No 480
6
Supply, Fitting & Fixing of 11 kV composite Polymeric Disc Insulator 45KN (T&C) with Hardware fittings, tension clamps etc as per direction
No 960
7 Supply, Fitting & Fixing of 11KV composite Polymeric Pin Insulator
No 1536
8
Supply & Stringing of AAA “ Racoon” Conductor, tensioning with clamp, bindings, jumpering with PG clamps, jointing sleeves etc in 11kV line including jungle cutting wherever necessary and as per direction .
Conductor KM
105.6
9
Supply, Fitting & Fixing of CI Earth Pipe by digging of pit as per direction with necessary connection with strips ,GI Wire 6 SWG for Earthing as per direction( for guard earthing)
No 128
10 Supply, Fitting & Fixing of HT Stay Set complete with digging of earth along with fitting with Stay Wire 7/10 SWG & HT guy insulator for line
Set 320
11 Supply, Fitting & Fixing of HT Danger Plate on 9.75 m PSC pole
No. 192
12 Supply, Fitting & Fixing of Barbed Wire on HT poles @ 2Kg per pole as anti climbing device
pole 864
13 Supply, installation, testing and commissioning of 11 kV Auto recloser at sending end
No 5
Total
59
SECTION -4
GENERAL REQUIREMENTS
60
GENERAL REQUIREMENTS
The bidder shall comply with the following general requirements along with other specifications. 1.0 QUALITY ASSURANCE PLAN 1.1 The bidder shall invariably furnish the following information along with his offer failing which the
offer shall be liable for rejection. Information shall be separately given for individual type of equipment offered. i. The structure of organization ii. The duties and responsibilities assigned to staff ensuring quality of work iii. The system of purchasing, taking delivery and verification of materials iv. The system for ensuring quality of workmanship v. The quality assurance arrangements shall confirm to the relevant requirement of ISO
9001 on ISO 9002 as applicable. vi. Statement giving list of important raw materials, names of sub-supplies for the raw
materials, list of standards according to which the raw material are tested, list of tests normally carried out on raw material in the presence of suppliers representative, copies of test certificates.
vii. Information and copies of test certificates as on (i) above in respect of bought out items viii. List of manufacturing facilities available ix. Level of automation achieved and list of areas where manual processing exists. x. List of areas in manufacturing process, where stage inspections are normally carried out
for quality control and details of such test and inspection. xi. List of testing equipment available with the bidder for final testing of equipment specified
and test plant limitation, if any vis-à-vis the type. Special acceptance and routine tests specified in the relevant standards. These limitations shall be very clearly brought out in "Schedule of Deviations" from the specified test requirement.
1.2 The contractor shall within 30 days of placement of order, submit the following information to the purchaser. i) List of the raw material as well as bought out accessories and the names of sub-suppliers
selected from those furnished along with the offer. ii) Type test certificated of the raw material and bought out accessories if required by the
purchaser. iii) Quality Assurance Plant (QAP) with hold points for purchasers inspection. QAP and
purchasers hold points shall be discussed between the purchaser and contractor before the QAP is finalized.
The contractor shall submit the routine test certificates of bought out accessories and central excise asses for raw material at the time of routine testing if required by the purchaser and ensure that the quality assurance requirements of specification are followed by the sub-contractor.
1.3 The Quality Assurance Programme shall give a description of the Quality System and Quality Plans with the following details. i) Quality System
The structure of the organization.
The duties and responsibilities assigned to staff ensuring quality of work.
The system of purchasing, taking delivery of verification of materials
The system of ensuring of quality workmanship.
The system of control of documentation.
The system of retention of records.
The arrangement of contractor internal auditing.
A list of administrator and work procedures required to achieve contractor’s quality requirements. These procedures shall be made readily available to the purchaser for inspection on request.
ii) Quality Plans
An outline of the proposed work and program sequence.
The structure of contractor’s organizations for the contract.
The duties and responsibilities ensuring quality of work.
61
Hold and notification points.
Submission of engineering documents required by this specification.
The inspection of the materials and components on request.
Reference to contractor’s work procedures appropriate to each activity.
Inspection during fabrication /construction.
Final inspection and test. 2.0 Inspection 2.1 The Owner's representative or third party nominee shall at all times be entitled to have access
to the works and all places of manufacture, where insulator, and its component parts shall be manufactured and the representatives shall have full facilities for unrestricted inspection of the Contractor's and sub-Contractor's works, raw materials, manufacture of the material and for conducting necessary test as detailed herein.
2.2 The material for final inspection shall be offered by the Contractor only under packed condition as detailed in the specification. The Owner shall select samples at random from the packed lot for carrying out acceptance tests. Insulators shall normally be offered for inspection in lots not exceeding 5000 nos. the lot should be homogeneous and should contain insulators manufactured in the span of not more than 3-4 consecutive weeks.
2.3 The Contractor shall keep the Owner informed in advance of the time of starting and the progress of manufacture of material in their various stages so that arrangements could be made for inspection.
2.4 No material shall be dispatched from its point of manufacture before it has been satisfactorily inspected and tested unless the inspection is waived off by the Owner in writing. In the latter case also the material shall be dispatched only after satisfactory testing for all tests specified herein have been completed.
2.5 The acceptance of any quantity of material shall be no way relieve the Contractor of his responsibility for meeting all the requirements of the specification and shall not prevent subsequent rejection, if such material are later found to be defective.
3.0 Additional Tests 3.1 The Owner reserves the right of having at his own expense any other test(s) of reasonable
nature carried out at Contractor's premises, at site, or in any other place in addition to the type, acceptance and routine tests specified in these bidding documents against any equipments to satisfy himself that the material comply with the Specifications.
3.2 The Owner also reserves the right to conduct all the tests mentioned in this specification at his own expense on the samples drawn from the site at Contractor's premises or at any other test center. In case of evidence of noncompliance, it shall be binding on the part of the Contractor to prove the compliance of the items to the technical specifications by repeat tests or correction of deficiencies, or replacement of defective items, all without any extra cost to the Owner.
4.0 Test Reports 4.1 Copies of type test reports shall be furnished in at least six (6) copies along with one original.
One copy shall be returned duly certified by the Owner only after which the commercial production of the concerned materials shall start.
4.2 Copies of acceptance test reports shall be furnished in at least six (6) copies. One copy shall be returned duly certified by the Owner, only after which the material shall be despatched.
4.3 Record of routine test reports shall be maintained by the Contractor at his works for periodic inspection by the Owner's representative.
4.4 Test certificates of test during manufacture shall be maintained by the Contractor. These shall be produced for verification as and when desired by the Owner.
5.0 List of Drawings and Documents: 5.1 The bidder shall furnish the following along with bid. i) Two sets of drawings showing clearly the general arrangements, fitting details, electrical
connections etc. ii) Technical leaflets (users manual) giving operating instructions. iii) Three copies of dimensional drawings of the box for each quoted item.
62
The manufacturing of the equipment shall be strictly in accordance with the approved drawings and no deviation shall be permitted without the written approval of the purchaser. All manufacturing and fabrication work in connection with the equipment prior to the approval of the drawing shall be at the supplier's risk.
Approval of drawings/work by purchaser shall not relieve the supplier of his responsibility and
liability for ensuring correctness and correct interpretation of the drawings for meeting the specification.
5.2 The requirements of the latest revision of application standards, rules and codes of practices. The equipment shall conform in all respects to high standards of engineering, design, workmanship and latest revisions of relevant standards at the time of ordering and purchaser shall have the power to reject any work or materials which, in his judgment is not in full accordance therewith.
5.3 The successful Bidder shall within 2 weeks of notification of award of contract submit three sets of final versions of all the drawings as stipulated in the purchase order for purchaser's approval. The purchaser shall communicate his comments/approval on the drawings to the supplier within two weeks. The supplier shall, if necessary, modify the drawings and resubmit three copies of the modified drawings for their approval. The supplier shall within two weeks. Submit 30 prints and two good quality report copies of the approved drawings for purchaser's use.
5.4 Eight sets of operating manuals/technical leaflets shall be supplied to each consignee for the first instance of supply.
5.4.1 One set of routine test certificates shall accompany each dispatch consignment. 5.4.2 The acceptance test certificates in case pre-dispatch inspection or routine test certificates in
cases where inspection is' waived shall be got approved by the purchasers. 6.0 Any Item specification if not available in this document Contractor shall supply and execute the
items meeting the relevant IS specification with the approval of the purchaser.
63
SECTION – 5
FORMS OF BID
71
FORMAT OF BANK GUARANTEE FOR BID GUARANTEE/SECURITY (To be stamped in accordance with Stamp Act)
The non-Judicial stamp paper should be in the name of issuing bank Ref………………………….. Bank Guarantee No…………..
Date……………………. To
The Chief General Manager (PP&D) Assam Power Distribution Company Ltd. Bijulee Bhawan, Paltanbazar Guwahati-1
Dear Sirs/ Madam,
In accordance with invitation to bid under your Bid No………………. M/s………………. having its
Registered/ Head Office at ……………..( hereinafter called the ‘Bidder’) wish to participate in the said
Bid or ………………… and you, as a special favour have agreed to accept an irrevocable and
unconditional Bank Guarantee for an amount of ……………….. valid upto……………………. On behalf
of Bidder in lieu of the Bid deposit required to be made by the bidder, as a condition precedent for
participation in the Said Bid.
We, the …………………. Bank at …………………… have our Head Office at…………..( local address)
guarantee and undertake to pay immediately on demand by Assam Power Distribution Company
Limited, the Amount of ……………………………………………
…………………………………………………..( in words & figures) without any reservation, protest,
demur and recourse. Any such demand made by said ‘Owner’ shall be conclusive and
binding on us irrespective of any dispute or difference raised by the Bidder.
The Guarantee shall be irrevocable and shall remain valid up to and including ………….
@....................... if any further extension of this guarantee is required, the same shall be extended
to such required period ( not exceeding one year) on receiving instruction from M/s ………… … ……….
on whose behalf this guarantee is issued.
In witness whereof the Bank, through its authorized office, has set its hand and stamp on this
…………… day of ………………….. 20………… at …………………………
WITNESS ……………………… ……………………. (Signature) ( Signature) …………………….. …………………… (Name) (Name) ……………………. …………………… ( Official Address) (Official Address)
@ This date shall be thirty (30) days after the last date for which the bid is valid.
72
PROFORMA OF BANK GUARANTEE FOR CONTRACT PERFORMANCE (To be stamped in accordance with Stamp Act)
Ref………………………….. Bank Guarantee No…………..
Date……………………. To
The Chief General Manager (PP&D) Assam Power Distribution Company Ltd. Bijulee Bhawan, Paltanbazar Guwahati-1
Dear Sirs/ Madam, In consideration of Assam Power Distribution Company Ltd., (herein after referred to as the ‘Owner’ which expression shall unless repugnant to the context or meaning thereof include its successors, administrators and assigns) having awarded to M/s…………… ….……………………….with registered/ Head office at ……………….( hereinafter referred to as “ Contractor” which expression shall unless repugnant to the context or meaning thereof include its successors, administrators, executors and assigns), a Contract by issued of Owner’s Letter of Award No…………… dated……………….. and the same having been acknowledged by the contractor, resulting in a contract bearing No…………….. dated contractor having agreed to provide a Contract Performance Guarantee for the faithful performance of the entire Contract equivalent to……………… being(%) (Percent *) of the said value Contract to the Owner. We………………………………………………………………………………………….. (Name & Address) having its Head Office at …………………( hereinafter referred to as the “ Bank” , which expression shall, unless repugnant to the context or meaning thereof, include its successors, administrators, executors and assigns) do hereby guarantee and undertake to pay the owner, on demand any all monies payable by the contractor to be extent of …………………. As aforesaid at any time up to ………………………..**( day/month/year) without any demur, reservation , contest , recourse or protest and / or without any reference to this contractor. Any such demand made by the owner on the bank shall be conclusive and binding notwithstanding any difference between the Owner the Contractor or any dispute pending before any Court, Tribunal, Arbitrator or any other authority . The bank undertakes not to revoke this guarantee during its currency without previous consent of the owner and further agrees that the guarantee herein contained shall continue to be enforceable till the owner discharges this guarantee. The Owner shall have the fullest liberty without affecting in any way the liability of the Bank under the guarantee, from time to time to extend the time for performance or the contract by the contractor. The owner shall have the fullest liberty, without affecting this guarantee, to postpone from time to time the exercise of any power vested in them or of any right which they might have against the contractor, and to exercise the same at any time in any matter, and either to enforce or to for bear to enforce any covenants, contained or implied, in the contract between the owner and the contractor or any other course or remedy or security available to the owner. The Bank shall not be released to its obligations under these presents by any exercise by the owner of its liberty with reference to the matters aforesaid or any of them or by reason of any other act of omission or commission on the part of the owner or any other indulgences shown by the owner or by any other matter or thing whatsoever which under law would , but for this provision have the effect of relieving the Bank. The bank also agrees that the owner at its option shall be entitled to enforce this guarantee against the Bank as a principal debtor, in the first instance without proceeding against the contractor and not withstanding any security or other guarantee the owner may have in relation to the Contractor’s liabilities. Notwithstanding anything contained herein above our liability under this guarantee is restricted to ……………………. And it shall remain in force up to an including …………………….. and shall be extended from time to time for such period( not exceeding 1 year) as may be desired M/s………………………………………………………….on whose behalf this guarantee has been given. Dated this……………………. Day of ……………………….. 20……………… at…………
73
WITNESS ……………………………. ……………………… (Signature) (Signature) …………………………… …………………….. (Name) (Name) ………………………….. …………………….. (Official address) (Official address) Attorney as per power Of Attorney No………….. Date…………………….. Notes * This sum shall be 10%(Ten) of the Contract price. ** The date will be 90(Ninety) days after the end of the Warranty Period as specified in the contract. 1. The stamp paper of appropriate value shall be purchased in the name of issuing bank.
74
PROFORMA OF EXTENSION OF BANK GUARANTEE Ref………………………….. Date……………………. To
The Chief General Manager (PP&D) Assam Power Distribution Company Ltd. Bijulee Bhawan, Paltanbazar Guwahati-1
Dear Sirs/ Madam, Sub: Extension of Bank Guarantee No……………….. for Rs…………………. Favouring yourselves ,
expiring on …………………. On account of M/S………………………….. in respect of contract no……………………. dated …………….. ( hereinafter called original Bank Guarantee).
At the request of M/s ……………………… we …………………… bank, branch office at ………………….. and having its Head Office at ………………………. Do hereby extend our liability under the above mentioned Bank Guarantee No………………… dated………………………for a further period of ……………………… ( Years/ Months) from………………….. to expire on………………….. expect as provided above, all other terms and conditions of the original Bank Guarantee No………………………. dated ………………. Shall remain unaltered and binding. Please treat this as an integral part of the original Bank Guarantee to which it would be attached.
Yours faithfully For……………………………… Manager/ Agent/Accountant ………………….. Power of attorney No…………………… Dated…………………………………… SEAL OF BANK
Note: The non-judicial stamp paper of appropriate value shall be purchased in the name of the Bank who has issued the Bank Guarantee.
75
PROFORMA OF BANK GUARANTEE FOR ADVANCEPAYMENT ( To be stamped in accordance with Stamp Act )
Ref………………………….. Bank guarantee No…………………… Date……………………. To
The Chief General Manager (PP&D) Assam Power Distribution Company Ltd. Bijulee Bhawan, Paltanbazar Guwahati-1
Dear Sirs/ Madam, In consideration of Assam Power Distribution Company Ltd.(hereinafter referred to as the ‘Owner’,
which expressions shall unless repugnant to the context or meaning thereof include its successors,
administrators and assigns) having awarded to M/s…………………………… hereinafter referred to as
the ‘Contractor’ which expression shall unless repugnant to the context or meaning thereof , include its
successors, administrators, executors and assigns), a Contract by issue of Owner’s letter of Award
No…………………… Dated……………………and the same having been acknowledged by the
contractors, resulting in a Contract bearing no…………………. Dated…………………. Valued
(at………………………………( in words and figures). For ………………………….Contract (space of
work)………………………………….. (hereinafter called the ‘Contract’) and the Owner having agreed to
make an advance payment to the Contractor for performance of the above contract amounting
……………………………… (in words and figures) as an advance against Bank Guarantee to be
furnished by the Contractor.
We…………………………..( Name of the Bank) having its Head Office at……………………………… (
hereinafter referred to as the ‘Bank’, which expression shall, unless repugnant to the context or
meaning thereof , include its successors, administrators, executors and assigns) do hereby guarantee
and undertake to pay the owner , immediately on demand any or, all monies payable by the contractor
to the extent of ………………..as aforesaid at any time upto…………………….. (a….) without any
demur, reservation, contest, recourse or protest and/or without any reference to the contractor. Any
such demand made by the Owner on the Bank shall be conclusive and binding notwithstanding any
difference between the Owner and the Contractor or any dispute pending before any Court, Tribunal,
Arbitrator or any other authority. We agree that the guarantee herein contained shall be irrevocable and
shall continue to be enforceable till the owner discharge this guarantee.
The Owner shall have the fullest liberty without affecting in any way the liability of the Bank under this
guarantee, from time to time to vary the advance or to extent the time for performance of the contract by
the Contractor. The Owners shall have the fullest liberty without affecting this guarantee, to postpone
from time to time the exercise of any power vested in them or of any right which they might have against
the Contractor and to exercise the same at any time in any manner, and either to enforce any
covenants, contained or implied, in the contact between the Owner and the Contractor or any other
course or remedy or security available to the Owner. The Bank shall not be released of its obligations
under this presents by any exercise by the owner of its liberty with reference to the matter aforesaid of
any of them or by reason of any other act or forbearance or other acts of omission or commission on the
part of the owner or any other indulgence shown by the owner or by any other matter or thing
whatsoever which under law would be for this provision have the effect of relieving the Bank.
The Bank also agrees that the Owner at its option shall be entitled to enforce this guarantee against the
Bank as a principal debtor, in the first instance without proceeding against the contractor and not
withstanding any security or other guarantee that the owner may have in relation to the contractors
liabilities.
76
Notwithstanding anything hereinabove our liability under this guarantee is limited to………… and it shall
remain in force upto an including ……………………….( @ and shall be extended from time to time for
such period ( not exceeding 1 year as may be desired by
M/s…………………………………………………………………...dated this ………. Day of ………………..
20……. At……………………………..
WITNESS…………………………………….. ……………………………… …….……………………….. (Signature) (Signature) ……………………………. ……………………………… (Name) (Name) …………………………..…. (Designation) (Official Address) (With Bank Stamp) Attorney as per Power of attorney No……………………… …. Dated…………………. Strike whichever is not applicable @ The date will be 90(ninety) days after the date of completion of the Contract.
77
PROFORMA OF “AGREEMENT” (To be executed on non-Judicial stamp paper)
This Agreement made this …………….. day of ………… two thousand……………. Between Assam
Power Distribution Company Ltd. having its head office at Bijulee Bhawan, Paltanbazar, Guwahati-1 (
hereinafter referred to as ‘Owner’ or ‘APDCL’, which expression shall include its administrators,
successors and assign on one part and (hereinafter referred to as the ‘Contractors ‘X’ ( Name of the
contracting Co.) which expression shall include its administrators, successors, executors and permitted
assigns) on the other part.
WHEREAS APDCL desirous of …………………….. in ……………. Circle associated with APDCL at ……………….(District) invited Bids for…………………………………………….. ………………………………. (Briefly describe scope of works) for the first state of the project as per its Bid Specification No……………………………… AND WHEREAS……………………….”X” ………………………. Had participated in the above referred Bidding vide their proposal No……………………. dated………………. And awarded the Contract to……………..” X”…………….. on terms and conditions documents referred to therein which have been acknowledged by……………….”X”…………………..resulting into a “Contract”
NOW THEREFORE THIS DEED WITNESS AS UNDER:-
1.0 Article
1.1 Award of Contract
APDCL awarded the contract to……………..”X”……………… for the work of …………… on the terms
and conditions contained in its letter of Award No…….. ………. Dated…………… and the documents
referred to therein. The award has taken effect from aforesaid letter of award. The terms and expression
used in this agreement shall have the same meaning as are assigned to them in the ‘Contract
Documents’ referred to in this succeeding Article.
2.0 Documentation
2.1 The contract shall be performed strictly as per the terms and condition stipulated herein and in the
following documents attached herewith( hereinafter referred to as “Contract Documents”.)
i) Section 1-11 of the Bidding Document.
ii) Proposal Sheets, Data Sheets, Drawing work schedule submitted by “X”.
APDCL’s Letter of Award No………….. dated……………….duly acknowledged by “X”.
Quality Plans for manufacturing and field activities entitled as Quality Plan.
All the aforesaid Contract Documents shall form an integral part of this agreement , in so far as the
same or any part conform to the bidding documents and what has been specifically agreed to by the
Owner in its letter of Award. Any matter inconsistent therewith, contrary or repugnant thereto or any
deviations taken by the Contractor in its ‘Proposal’ but not agreed to specially by the Owner in its Letter
of Award shall be deemed to have been withdrawn b y the Contractor. For the sake of brevity, this
agreement along with its aforesaid Contract Documents shall be referred to as the ‘Agreement’.
3.0 Conditions & Covenants
3.1 The scope of Contract, Consideration, Terms of Payment, Price Adjustments, Taxes wherever
applicable, Insurance, Liquidated Damage, Performance Guarantees and all other terms and conditions
are contained in APDCL’s Letter of Award No………........... dated……………… read in conjunction with
other aforesaid contract documents. The contract shall be duly performed by the Contract Documents,
but which are needed for successful, efficient, safe and reliable operation of the equipment unless
otherwise specifically excluded in the specification under ‘exclusion’ or Letter of Award.
3.2 The scope of work shall also include supply and installation of all such items which are not
specifically mentioned in the contract Documents, but which are needed for successful, efficient, safe
78
and reliable operation of the equipment unless otherwise specifically excluded in the specifications
under ‘exclusions’ or ‘Letter of Award’.
3.3 Time Schedule
3.3.1 Time is the essence of the Contract and schedules shall be strictly adhered to “X” shall perform
the work in accordance with the agreed schedules.
3.4 Quality Plans
3.4.1 The Contractor is responsible for the proper execution of the Quality Plans mentioned in Section
4.8 of GTC. The work beyond the customer’s hold points will progress only with the owners consent.
The Owner will also undertake quality surveillance and quality audit of the Contractor’s /Sub-
contractor’s works, systems and procedures and quality control activities. The Contractor further agrees
that any change in the Quality Plan will be made only with the Owner’s approval. The contractor shall
also perform all quality control activities, inspection and tests agreed with the Owner to demonstrate full
compliance with the contract requirements.
3.4.2 The contractor also agrees to provide the Owner with the necessary facilities for carrying out
inspection, quality audit and quality surveillance of contractors and its Subcontractor’s Quality
Assurance Systems and Manufacturing Activities.
These shall include but not limited to the following:
Relevant plant standards, drawing and procedures;
Detailed Quality Assurance System manuals for manufacturing activities.
Storage procedures and instructions weld, NDT, heat treatment prior to commencement of
manufacture;
Complete set of log sheets (blank) mentioned in the Quality Plans.
It is expressly agreed to by the contractor that the quality test and inspection by the owner shall not
in any way relief the contractor of its responsibilities for quality standards and performance guarantee
and their other obligations under the Agreement. 3.4.4 “X’ agrees to submit quality Assurance
Documents to APDCL for review and record after completion and within 3 weeks of dispatch of material.
The package will include the following :
Factory test result, inspection report for testing required by this contract or applicable codes
and standards.
Two copies of inspection reports duly signed by Quality Assurance personnel of both
APDCL and “X” for the agreed customer hold points.
Report of the rectification works where and if applicable.
3.5 It is expressly agreed to by the Contractor that notwithstanding the fact that the Contract is termed
as Supply-cum-Erection Contract or indicates the break-up of the Contract consideration, for
convenience of operation and for payment of sale tax on supply portion, it is in fact one composite
Contract on single source responsibility basis and the Contractor is bound to perform the total Contract
in its entirely and non-performance of any part or portion of the Contract shall be deemed to be breach
of the entire Contract.
3.6 The Contractor guarantees that the equipment package under the Contract shall meet the ratings
and performance parameters as stipulated in the technical specifications (Section
10) and in the event of any deficiencies found in the requisite performance figures, the Owner may at its
option reject the equipment package or alternatively accept it on the terms and conditions and subject to
levy of the liquidated damages in terms of Contract documents. The amount of liquidated damages so
leviable shall be in accordance with the contract document and without any limitation.
3.7 It is further agreed by the contractor that the contract performance guarantee shall in no way be
constructed to limit or restrict the owner’s equipment right to recover the damages/compensation due to
shortfall in the equipment performance figures as stated in Para 3.6 above or under any other clause of
the agreement. The amount of damages/compensation shall be recoverable either by way of deduction
from the contract price, contract performance guarantee and or otherwise. The contract performance
guarantee furnished by the contractor is irrevocable and unconditional and the owner shall have the
power to invoke it notwithstanding any dispute or difference between the owner and the contractor
pending before any court tribunal, arbitrator or any other authority.
79
3.8 This Agreement constitutes full and complete understanding between the parties and terms of the
payment. It shall supersede all prior correspondence terms and conditions contained in the Agreement.
Any modification of the agreement shall be effected only by a written instrument signed by the
authorized representative of both the parties.
4.0 SETTLEMENT OF DISPUTES
4.1 It is specifically agreed between parties that all the differences or disputes arising out of the
agreement or touching the subject matter of the agreement shall be decided by process of settlement
and Arbitration as specified in clause 41 of the General Condition of the Contract and provision of the
Indian Arbitration Act, 1996 shall apply. Guwahati Courts alone shall have exclusive jurisdiction over the
same.
4.2 NOTICE OF DEFAULT
Notice of default given by either party to the other under agreement shall be in writing and shall be
deemed to have been duly and properly served upon the parties hereto if delivered against
acknowledgement or by telex or by registered mail with acknowledgements due addressed to the
signatories at the addresses mentioned at Guwahati.
IN WITNESS WHEROF, the parties through their duly authorized representatives have executed these
presents (execution where of has been approved by the competent authorities of both the parties) on
the day, month and year first above mentioned at Guwahati .
WITNESS:
1. ……………………….. (Owner’s signature) ( Printed Name)
2. ……………………… (Designation)( Company’s Stamp)
3. …………………….. (Contractor’s Signature)(Company’s Name)
4. …………………….. (Designation)(Company’s Stamp)
Applicable in case of single award is placed on one party on Supply-cum- Erection basis. In two
separate awards are placed on single party/two different parties this clause is to be modified
suitably while signing the contract agreement to be signed separately for two awards to
incorporate cross fall breach clause.
80
FORM OF POWER OF ATTORNEY FOR JOINT VENTURE
(On Non-judicial Stamp Paper of Appropriate value to be Purchased in the Name of
Joint Venture)
KNOW ALL MEN BY THESE PRESENTS THAT WE, the Partners whose details are given
hereunder……................................................................. have formed a Joint Venture under the laws
of……………………..and having our Registered Office(s)/Head Office(s) at
………………………………………………………………………………………………………….....(herein
after called the 'Joint Venture' which expression shall unless repugnant to the context or meaning
thereof, include its successors, administrators and assigns) acting thorough M/S………………
………………………………………………………………………….. being the Partner in-charge do
hereby' constitute, nominate and appoint M/S……………………………………
………………………………..a Company incorporated under the laws of arid having its
Registered/Head Office at..as our duly 'constituted lawful Attorney (hereinafter called "Attorney" or"
Authorized Representative" or "Partner In-charge") to exercise all or any of the powers for and on
be.ha1f of, the Joint Venture in regard* to ---------------------(Name of the Package) (Specification No.----
---------------------) of Assam Power Distribution Company Ltd. Bijulee Bhawan, Paltan Bazar,
GUWAHATI (hereinafter called the "Owner"). and the bids for which' have been invited by the Owner,
to undertake the following acts:
i) To submit proposal and participate in the aforesaid Bid Specification of the Owner on behalf of
the “Joint Venture”.
ii) To negotiate with the Owner 'the terms and' conditions for award of the Contract pursuant to the
aforesaid Bid and to sign the Contract with the Owner for and on behalf of the "Joint Venture'.
iii) To do any other act or submit any document rated to the above.
iv) To receive, accept and execute .the Contract for and on behalf of the "Joint Venture".
It is clearly understood that the Partner In-charge (Lead Partner) shall ensure performance of the
Contract(s) and if one or more Partner fail to perform their respective portion of the Contract(s), the
same shall be deemed to be a default by all the Partners.
It is expressly understood that this Power of Attorney shall remain valid binding and irrevocable till
completion of the Defect Liability Period in terms of the Contract.
The Joint Venture hereby agrees and undertakes to ratify and confirm all the above whatsoever the
said Attorney/ Authorized Representative/Partner In-charge quotes in the bid, negotiates and signs the
Contract with the Owner and/or proposes to act on behalf of the joint Venture by virtue of this Power of
Attorney and the same shall bind the Joint Venture as if done by itself.
* Strike which is not applicable.
81
IN WITNESS THEREOF the Partners Constituting the Joint Venture as aforesaid have executed these
presents on this …………….. day of ……………....... under the Common Seal(s) of their Companies.
for and on behalf of
the Partners of Joint
Ventures
The Common Seal of the above Partners of the Joint Venture:
The Common Seal has been affixed there unto in the presence of :
WITNESS
1. Signature _________________________
Name___________________________
Designation_______________________
Occupation ________________________
2. Signature _________________________
Name___________________________
Designation_______________________
Occupation ________________________
82
FORM OF JOINT VENTURE AGREEMENT
(ON NON-JUDICIAL STAMP PAPER OF APPROPRIATE VALUE TO BE PURCHASED IN THE
NAME OF JOINT VENTURE)
PROFORMA OF JOINT VENTURE AGREEMENT BETWEEN ______________________
______________________________ AND ____________________________________________
FOR BID SPECIFICATION No_______________________________OF ASSAM POWER
DISTRIBUTION COMPANY LTD.
THIS Joint Venture agreement executed on this _____day of ______________Two thousand eight and
between M/S _________________________________________________ a Company incorporated
under the laws of _______________________________ and having its registered office at
__________________________________ _____________________________ (herein after called the
“Lead Partner” which expression shall include its successors, executors and permitted assigns) and
M/S _______________________________________________ a Company incorporated under the
laws of _______________________________ and having its registered office at
________________________________________________________________ (herein after called the
“Partner” which expression shall include its successors, executors and permitted assigns) for purpose
of making a bid and entering into a contract* (in case of award) for Construction of
_______________________________(name of the package) against the specifications
No._____________________ of APDCL BIJULEE BHAWAN, PALTAN BAZAR, GUWAHATI –
781001, an Electricity Distribution Company registered under Indian Electricity Act, 2003 having its
registered office at Bijulee Bhawan, Paltan Bazar, Guwahati – 781001 (herein after called the “Owner”)
WHEREAS the Owner invited bids as per the above mentioned Specification for the design
manufacture, supply and erection, testing and commissioning of Equipment/Materials stipulated in the
bidding documents under subject Package*
For_________________ (Package Name) (Specification No.:_____________________)
AND WHEREAS Annexure – A (Qualification Requirement of the Bidder). Section-4, forming part of the
bidding documents, stipulates that a Joint Venture of two or more qualified firms as partners, meeting
the requirement of Annexure-A, Section 4 as applicable may bid, provided the .Joint Venture fulfills all
other requirements of Annexure-A, Section 4 and in such a case, the BID shall be signed by all the
partners so as to legally bind all the Partners of the .Joint Venture, who will be jointly and severally
liable to perform the Contract and all obligations hereunder .
* Strike which is not applicable.
The above clause further states that the Joint Venture agreement shall be attached to the bid and the
contract performance guarantee will be as per the format enclosed with the bidding document without
any restriction or liability for either party.
AND 'WHEREAS the bid has been submitted to the Owner vide proposal
No ............................. dated ..................................................... by Lead Partner based on the Joint
Venture agreement between all the Partners under these presents and the bid in accordance with the
requirements of Annexure-A (Qualification Requirements of the Bidders), Section -4 has been signed by
all the partners.
83
NOW THIS INDENTURE WITNESSETH AS UNDER:
In consideration of the above premises and agreements all the Partners to this ,Joint Venture do hereby
now agree as follows:
1. In consideration of the award of the Contract by the Owner to the Joint Venture partners, we, the
Partners to the Joint Venture agreement do hereby agree that M/S__________________ shall act
as Lead Partner and further declare and confirm that we shall jointly and severally be bound unto
the Owner for the successful performance of the Contract and shall be fully responsible for the
design, manufacture, supply, and successful performance of the equipment in accordance with the
Contract.
2. In case of any breach of the said Contract by the Lead Partner or other Partner(s) of the Joint
Venture agreement, the Partner(s) do hereby agree to be fully responsible for the successful
performance of the Contract and to carry out all the obligations and responsibilities under the
Contract in accordance with the requirements of the Contract.
3. Further, if the Owner suffers any loss or damage on account of any breach in the Contract or any
shortfall in the performance of the equipment in meeting the performance guaranteed as per the
specification in terms of the Contract, tile Partner(s) of these presents undertake to promptly make
good such loss or damages caused to the Owner, on its demand without any demur. It shall not be
necessary or obligatory for the Owner to proceed against Lead Partner to these presents before
proceeding against or dealing with the other Partner(s)
4. The financial liability of the Partners of this Joint Venture agreement to the Owner, with respect to
any of the claims arising out of the performance of non-performance of the obligations set forth in
the said Joint Venture agreement, read in conjunction with the relevant conditions of the Contract
shall, however, not be limited in any way so as to restrict or limit the liabilities of any of the Partners
of the Joint Venture agreement.
5. It is expressly understood and agreed between the Partners to this Joint Venture agreement that
the responsibilities and obligations of each of the Partners shall be as delineated in Appendix-I (*To
be incorporated suitably by the Partners) to this agreement. It is further agreed by the Partners that
the above sharing of responsibilities and obligations shall not in any way be a limitation of joint and
several responsibilities of the Partners under this Contract.
6. This Joint Venture agreement shall be construed and interpreted in accordance with the laws of
India and the courts of Delhi shall have the exclusive jurisdiction in all matters arising there under.
7. In case of an award of a Contract, We the Partners to the Joint Venture agreement do hereby agree
that we shall be jointly and severally responsible for furnishing a contract performance security from
a bank in favour of the Owner in the forms acceptable to purchaser for value of 10% of the Contract
Price in the currency/currencies of the Contract.
8. It is further agreed that the Joint Venture agreement shall be irrevocable and shall form an integral
part of the Contract, and shall continue to be enforceable till the Owner discharges the same. It
shall be effective from the date first mentioned above for all purposes and intents.
IN WITNESS WHEREOF, the Partners to the Joint Venture agreement have through their authorised
representatives executed these presents and affixed Common Seals of their companies, on the day,
month and year first mentioned above.
IN WITNESS WHEREOF, the Partners to the Joint Venture agreement have through their authorized
84
representatives executed these presents and affixed Common Seals of their companies, on the day,
month and year first mentioned above.
1. Common Seal of_________________ For Lead Partner
has been affixed in my/our presence
pursuant to the Board of Director's (Signature of authorized
resolution dated________________ representative)
Name
Signature
Designation
Name Common Seal of the Company
Designation
2. Common Seal of_________________ For Other Partner
has been affixed in my/our presence
pursuant to the Board of Director's (Signature of authorized
resolution dated_______________ representative)
Name
Signature
Designation
Name Common Seal of the Company
Designation
WITNESSES
1. Name . (Signature)
(Official address)
2. Name . (Signature)
(Official address)
85
SECTION 6
TECHNICAL SPECIFICATION
86
TECHNICAL SPECIFICATION FOR EXECUTION OF WORK (for 11KV & LT LINES)
1.0 SCOPE : ERECTION OF 11 KV LINES & LT LINES WITH 9.75 M AND 8.5/7.5 M PSC POLES
The scope covers the survey of the proposed route, tree clearance wherever necessary transport of materials to the locations, erection of the line testing of the line and handing over to the APDCL as per specification. Materials such as steel, cement, PSC Poles, top cleats, clamps, washers, earth wires, HBG metal, sand, water, cost of bolts and nuts etc., as given in Annexure-1 are to be procured by the contractor cost of which shall be included in the bid.
2.0 General :
The Contractor should be well acquainted with the IE Rules 1956 as amended from time to time and with the Indian Telegraph Act 1889 so that necessary provisions therein may be followed.
3.0 SURVEY OF THE ROUTE
The Tentative route map of the line to be erected will be furnished by the APDCL to the Contractor along with the copy of the concluded agreement. The Contractor is required to carry out the detailed survey of the route of the line and fix up the locations at the average span indicated in the schedule and mark the locations and submit a detailed route map to the Engineer in charge of the work within 30 days for approval. In the course of surveying by the contractor, any conspicuous variations in the change and physical feature to those indicated in the route map and as actually existing are noticed, the deviations must be brought to the notice of the APDCL Engineer. The APDCL Engineer if considered necessary shall make alterations, which shall be carried out accordingly and the APDCL after inspecting the surveyed route and the revised route map shall be given for final approval in writing. The contractor shall not commence the work until the final approval of the route map is given by the Engineer in charge in writing to the contractor.
4.0 WAY LEAVES AND TREE CUTTINGS
Proposals for way leaves and right of way shall be submitted by the contractor. Permission will be obtained by the APDCL within reasonable time for which due notice shall be given by the Contractor. The Contractor shall arrange for tree cutting or tree branches cutting also. The widths of tree clearance to be adopted for lines of various voltages are as detailed below:
11 KV Line and LT (Normal Line)
All growth within 4.572 M (15 ft) on both side from center line of support and all trees that may fall and foul the line. The Contractor shall take all possible steps to see that standing crops, etc. are not damaged while attending to tree cutting. When such damage is inevitable the compensation will be borne by the APDCL provided the damage is with the prior concurrence of the Engineer. The Contractor shall bear the compensation for damage caused by the gangs without prior concurrence of the Engineer concerned. No trees shall be cut until the APDCL has made necessary arrangement with the authorities concerned and permission is given to the Contractor to fell such trees. The contractor shall arrange to remove the obstacles as soon as possible. At such times, when it may not possible for APDCL to arrange right-of-way for excavation of pole pits or erecting the poles of stringing the line, then at all such times, the contractor shall shift his gangs to other areas. The rates quoted shall cover all such contingencies and no extra payments shall be claimed for such contingencies.
5.0 EXCAVATION OF POLE PITS, STAY PITS AND D.P. PITS
5.1 After the final survey of the line and after marking the pole locations with pegs, excavation work has to be
commenced in accordance to the approved route map. Excavation is generally done by pick axes, crow V-bars and showers although some times earth augers are used. Excavation of pole pits in very hard or rocky soil or in rock beds, may involve blasting with suitable explosives. The pits for the supports are excavated in the direction of the line as this will facilitate the erection of support are excavated in the direction of the line as this will facilitate the erection of support, in addition to giving greater lateral stability, the depth of the
87
foundation to be excavated for poles shall be in accordance with relevant sketch for the erection of pole or stay of D.P. etc.
6.0 ERECTION OF SUPPORTS
After the excavation of pits is completed the supports to be erected may be brought to the pits location. Then the pole may be erected inside the pit. Wooden support may be utilized to facilitate lifting of the pole at the pit locations. Before the pole is put into pit, RCC padding may be laid below the pole to increase the surface contact between the pole and the soil. The padding will distribute the weight of the pole uniformly on the soil. Having lifted the pole, the same should be kept in a vertical position with the help of manila rope of 25 mm dia. using the rope as a temporary anchor. As the poles are being erected say from the pole already erected to the next location where the pole is being erected, the alignment of the poles are to be checked and set right by visual check. The verticality’s of the poles are to be checked with a spirit level on both transverse and longitudinal directions. Having satisfied that the verticality and alignment are all right, earth filling or concreting is to be done. In swampy and special locations, however, before earth filing, the poles are to be concreted up to ground level of the pit. After the poles have been set the temporary anchors are to be removed. The supports shall be buried to a depth as per sketch enclosed.
7.0 ERECTION OF D.P. STRUCTURES FOR ANGLE LOCATIONS (FOR 11 KV LINES):
Generally, for angles of deviation more than 20° double pole structures of spacing 1.2 mts (4.0 ft) may be erected. The pits are to be excavated as per bisection of the angle of deviation. After the poles are erected, the horizontal / cross bracing should be fitted and the supports held in a vertical position with the help of temporary guys of manila rope of at least 25 mm dia. Ensuring that the poles are held in a vertical position (this can be checked with a spirit level) the concreting of the poles with cement, granite chips of size 20/30 mm mesh and sand in the ratio M400 conforming to ISS is to be done from the bottom of the support to the ground level. Before lifting the pole in the pit, concrete padding of not less than 75 mm thickness may be put for the distribution of the load of the support on the soil. After the concreting is done, the pit may be filled with earth after curing of the concrete is completed. Four stays along the line, two in each direction and two stays along the bisection of angle of deviation are to be provided. Stay concreting may be done with M 400 concrete mixture. The D.P. shall be erected as per the sketch enclosed.
8.0 ANCHORING AND PROVIDING GUYS FOR SUPPORTS
Guys are to be provided to the supports at the following places (i) Angle locations, (ii) Dead end locations, (iii) Tee-off points, (iv) Steep gradient locations to avoid uplifted on the poles. The installation of guy will involve the following works:
i) Excavation of pit and fixing of stay rod. ii) Fastening guy wire to the support. iii) Tightening guy wire and fastening to the anchor
The marking of the guy pit for excavation, the excavation of pits and setting of the anchor rod must be carefully carried out. The stay rod should be placed in the position such that the angle of inclination of the rod with the vertical face of the point is 30°/45° as the case may be. The concreting of the stay at the bottom should then be carried out. The back filling and ramming must be well done thereafter, and allowed to set for at least 7 days. The free end of the guy wire is passed through the eye of the anchor rod, bent back parallel to the main portion of the guy and bound after inserting the G.I. Thimble. The loop is protected by the G.I. Thimble, where it bears on the anchor rod. Where the existence of guy wire proves hazardous, it should be protected with suitable asbestos pipe, filled with concrete of about 2 mts length above the ground level, duly
88
painted with white and black stripe so that it may be visible at night. The turn buckle shall be mounted at the pole end of the stay and guy wire so fixed that the eye bolt turn buckle is half way in the working position, thus giving the maximum movement for tightening or loosening. Guy insulators are placed to prevent the lower part of the guy from becoming electrically energized by a contact of the guy when the conductors snap and fall on them of due leakage. No guy insulator shall be located less than 2.6 mts. from the ground. The anchoring and providing guys for supports (Single guy Bow guy fly guy) shall be done as per sketch enclosed. Bow guy and fly guy shall be provided as per field conditions.
9.0 FIXING OF CROSS ARMS INSULATORS
After the erection of supports and providing guys, the next step would be to mount the cross arms on the support erected. The lineman should climb the support having requisite tools with him and the cross arm is then tied to a hand line and pulled up by the ground man and should station himself well to one side so that if any material drops from the top of the pole it may not strike him. All the materials required should be lifted or lowered by means of the hand line. In no case, the materials of the tools should be dropped or thrown from the pole top. The fixing of 33 KV, 11 KV and LT Cross arms shall be in accordance to spacing detailed in Sketch. G.I. bolts and nuts and spring washers of good quality only shall be used which will have to be procured by the contractor.
9.1 Back Clamps
The back clamps for fixing of the seating channels, “V” cross arms, horizontal cross arms and top cleats will have to be procured by the contractor and shall be in accordance with sketch enclosed and the clamp shall be fabricated with 75 X 8 mm M.S. Flat for 33 KV and 50 X 8 mm M.S Flat for 11 KV and LT.
9.2 Top Cleats
The top cleats shall be got fabricated with M.S. Channel of size 75 X 40 mm for 33 KV and 11 KV and shall be in accordance with sketch enclosed..
10.0 INSULATORS
The pins for insulators shall be fixed in the holes provided in the cross arms and the pole top brackets. The insulators shall be mounted in their places over pins and tightened. In the case of strain or angles supports, where strain fittings are provided for this purpose, one strap of the strain fitting is placed over the cross arm before placing the bolts in the hole of the cross arms. The nut of the strap is so tightened that the strap can move freely in horizontal direction, as this is necessary to fix the strain insulator. The insulator shall be cleaned and examined for defects before fixing, it shall be ensured that all the current carrying parts are smooth and without dirt, cracks or chips.
11.0 STRINGING OF THE LINE CONDUCTORS
11.1 For the guidance of the contractor certain do’s and don’ts are given below before the workmen
actually commence the stringing work. 11.2 Do’s and Don’ts
DO’s
i. Use proper equipment for handling aluminum conductors at all times. ii. Use skids, or similar method for lowering reels or coils from transport or ground. iii. Examine reel before unreeling for presence of nails or any other object, which might
damage the conductor. iv. Rotate the reel or coil while unwinding conductor. v. Grip all strands while pulling out the conductor. vi. Control the unreeling speed with suitable braking arrangement. vii. Use wooden guards of suitable braking arrangement. viii. Use long straight, parallel jaw grip with suitable liners when pulling conductor thus
avoiding nicking or kinking of the conductor.
89
ix. Use free running sleeves or blocks with adequate grooves for drawing/paving conductors.
x. Use proper sag charts. xi. Mark conductors with crayons or adhesive tape of such (other) material, which will not
damage the strand. xii. Make all splicing with the proper tools. xiii. Use a twisting wrench for twisting the joints. xiv. Chromite or graphite conducting oxide-inhibiting grease should be used before cleaning
with wire brush. DON’Ts
i. Do not handle conductors without proper tools at any stage. ii. Do not pull conductors without ensuring that there are no obstructions on the ground. iii. Do not pull out excess quantity of conductor than is required. iv. Do not make jumper connections on dirty or weathered conductor. v. Do not handle aluminum conductors in a rough fashion but handle it with care it
deserves. 11.3 CONDUCTOR ERECTIONS
The erection of overhead line conductor is a very important phase in construction. The erection of conductors can be sub-divided into 4 separate parts as follows:
i. Transport of conductors to work site. ii. Paving and stringing of conductors. iii. Tensioning and sagging of conductors. iv. Joining of conductors.
At the important crossing of roads, canals, navigable rivers, railways etc., flagmen should be in attendance to ensure that normal services are not unduly interrupted. These crossing should only be carried out in conjunction with and with the approval of the proper authorities concerned. The conductor drums shall be transported to the tension point without injuring the conductor, if, it is necessary to roll the drum on the ground for a small distance, it should be slowly rolled in the direction of the marked on the drum. The drum should be so supported that it can be rotated freely. For this purpose the drum should either be mounted on the cable drum supports of jacks or hung by means of chain pulley of suitable capacity, suspended from a tripod. In case if it is not possible to raise the conductor drum by any of the above method, a trench of suitable depth slightly bigger than the conductor drum may be dug, so as to facilitate free rotation of the cable drum when it is suspended in the trench by means of M.S. Shaft. While paving, care should be taken to see that conductor does not rub against any metallic fitting of the pole or on the bad/rocky ground. Wooden trusses should be used for this purpose to support the conductor. The conductor should be passed over the poles on wooden or aluminum snatch pulley blocks provided with low friction bearings. While conductor is being paved out slowly, some braking arrangement should be made so that the rotation of the drum may be stopped in emergency. In case the length of one piece of the conductor is less than the length of the section in which conductor paving is being done, it is easy to stretch one length of all phases from one end the remaining length from another end of the section any part of the conductor shall be left at a height of less than that of 5 meters, above the ground by rough sagging.
11.4 Mid Span Jointing of Conductors
The mid span jointing of conductors can be carried by twisting the joint at the ends and the wire should project a few centimeter, beyond the end of the sleeves. The projected wires are given a sharp bend to keep them from slipping out of the sleeve. The end of the sleeves are then held tightly by twisting wrenches and then 4 to 5 turns in one direction generally anti-clock wise direction. Crimping Tools are preferably to be used for joints and jumpers.
11.5 SAGGING AND TENSIONING
On the completion of the paving of the conductors and making mid span joints if any, tensioning operations will commence. Temporary guys will have to be provided for both the anchoring supports in the section where the stringing has to be done. At the tensioning end, one of the conductors is pulled manually up to a certain point and then come along clamp is fixed to the conductor to be tensioned. The grip to the come along clamp is attached to double sleeve pulley block or the pulley lift machine and gradually tensioned.
90
The conductor should then be sagged in accordance with the sag temperature chart for the particular conductor and span. The sag should then be adjusted in the middle span of the section. The sag chart is to be provided. The stretch of the conductor has to be taken out before stringing in order to avoid the gradual increase in sag due to the setting down of the individual wires. There are ways of accomplishing this: Pre-stressing
In this method the conductor is pulled up to tension considerably above the correct figures, but never exceeding 50% of breaking load for a short period of say twenty minutes. As this method requires more time and involves the use of stronger tackle to secure the higher tension the other method of over tensioning is commonly adopted. Over-tensioning
This method consists of pulling up the conductor to a tension a little above the theoretical tension for prevailing temperature and fixed it up at that tension with correspondingly reduced sag. After a certain time the conductor will settle down to the correct sag and tension. A tension of five to eight percent more than the theoretical value has been found to be suitable for the sizes of ACSR and AAAC conductors standardized by REC. The ambient temperature during sagging may be recorded correctly. Conductors can be sagged correctly only when the tension is the same in each span throughout the entire length of section. Use of snatch blocks reduces the friction and chances of inequality of tension in various spans. Sagging can be accomplished by several different methods but most commonly used method is “Slighting”. The slighting sag method of measuring sag is by the use of targets placed on the supports below the cross arms. The targets may be light strip of wood clamped to the pole at a distance equal to the sag below the conductor when the conductor is placed in snatch block. The lineman sees the sag from the next pole. The tension of the conductor is then reduced or increased, until the lowest part of the conductor in the span coincides with the lineman’s line of sight. When sagging is completed, the tension clamps shall be fixed. The clamp can be fitted on the conductor without releasing the tension. A mark is made on the conductor at a distance from the cross-arm equal to the length of complete strain insulator. Before the insulator set is raised to position, all nuts should be free. Come along clamp is placed on the conductor beyond the conductor clamp and attached to the pulling unit. The conductor is pulled in sufficiently to allow the insulator assembly to be fitted to the clamp. After the conductor is clamped to insulator, assembly unit may be released gradually. If the tension is released with a jerk, an abnormal stress may be transferred to conductor and support, which may result in the failure of the cross arm, stay or pole in some cases. After the stringing is completed, all poles, cross arms, insulators, fittings etc. are checked upto ensure that there have been no deformities etc. The next step is to place the conductor on the top of the pin insulator from the snatch block and removing snatch blocks. Conductors are then fastened to insulator by the use of aluminum wires. The following points should be observed:
i) Proper size of the tie binding wire which can be readily handled and with adequate strength is to
be used. ii) The length of tie wire should be sufficiently long for making complete tie including the end
allowances for gripping with ends. iii) A good tie should provide a secure binding between the line conductor and insulator and should
reinforce the conductor on either side of the insulator. iv) The use of cutting pliers for binding the tie wire should be avoided. v) The tie wire which has been used previously should be reused
Before tying the conductor to the insulator two layers of Aluminum tapes should be wrapped over the conductor in the portion where it touches the insulator. The width and thickness of aluminum tape to be used for a specific size of conductors has been specified in hand books of aluminum conductor manufacturers and the same be referred to. The Aluminum tapes should also be used at the tension clamp and for proper grip. Normally in straight runs of line, the conductors are run on the top of insulators. When there is small of deviation the conductor is placed inside groove and bound. Accordingly, there are two methods of tying the conductors to insulators. The binding wire/tie wire has to be procured by the contractor and the bid price shall include the cost of this.
91
11.6 The contractor shall be entirely responsible for any damage to the supports, other accessories and
conductor. He shall also be responsible for proper distribution of the conductor drums to keep number and lengths of cut pieces of the conductor to a minimum.
11.7 CONDUCTOR DAMAGE AND REPAIR
If the conductor is damaged for whatever reasons, and damage is not repaired by aluminum sleeves, etc., it shall be brought to the notice of the Engineer and shall not be used without his approval. Even repairing of conductor surfaces shall be done only in case of minor damages, scuff marks etc., which are safe from both electrical and mechanical points of view. The final; conductor surface shall be clean, smooth, without any projection sharp points, cut or abrasion etc. giving satisfactory corona and R.I. performance.
11.8 No joints or splice be made in span’s crossing over main roads, railways, small rivers or intension spans. Not
more than one joint per conductor shall be allowed in one span. The strength of the joint shall conform to IE Rule 75.
11.9 STRINGING.
Whatever necessary ground clearances have to be measured to ensure obtaining adequate line clearance as per IE Rule 77 (i)
12.0 EARTHING 12.1 Pipe Earthing
At D.P Locations, Pits are to be excavated the steel and metal parts are to be earthed by pipe earthing as per the drawing or sketch enclosed to this specification. Duly filling the pits with finely broken coke having granule sizes not more than 25 mm thick. The coke shall be maintained up to a distance of 300 mm for the pipe on all sides. The top edge of the pipe shall be at least 200 mm below the ground level. The CI strips shall be fixed not less than 300 mm deep from the ground level.
The tenders shall quote the charges for earthing inclusive of the cost of coke, excavation and back filling.
12.2 Pole Earthing: Supports shall be properly earthed. 13.0 CONCRETING 13.1 The cement concrete used for the foundations shall be of M 400 grade. 13.2 The full concreting for the poles if erected in excavated act shall be done so that the complete block will be
of dimensions( 0.6 X 0.6 X 1.6) + 0.2 X 0.2 Mtr. (0.6 X 0.6 X 1/35) + 0.2 X 0.2 X 0.2 Mtrs. so as to maintain as exposed portion for 0.2 Mtrs height above the ground level.
13.3 If augur is used for making pole pits, ramming shall be done after erection of pole. 14.0 WORKMANSHIP
The contractor shall entirely be responsible for correct erection of all support as per the approved drawings, and their correct setting and alignment, as approved by the engineer. If the supports and D.P. structures after the erection are found to differ from approved route maps and drawings or to be out of alignment, the contractor shall dismantle and re-erect them correctly at his own cost without extension of time. The supports must be truly vertical and in plumb after erection and no straining will be permitted to bring them to vertical position. Verticality of each support shall be measured by the contractor and furnished to the Engineer.
15.0. Location numbers for each pole shall be painted on the pole.
Anti-climbing devices and danger boards are to be provided at all railway crossings and road crossings. No extra charges shall be admissible even though separate gangs may have to be sent by the contractor for fitting these accessories and attachments on the support at the appropriate time.
16.0. FINAL CHECKING, TESTING AND COMMISSIONING
After the completion of the work final patrolling and checking of the line shall be done by the contractor to ensure that all foundations work, pole erection and stringing have been done as approved by the Engineer, and also to ensure that they are completed in all respects. Contractor shall prepare pole
92
schedules and hand it over to the Engineer. All works shall be thoroughly inspected keeping in view of the following main points. i) Sufficient back filled earth is lying over each foundation pit and it is adequately compacted. ii) Concreting and coping of poles are in good and finally shaped conditions. iii) All the accessories and insulators are strictly as per drawings and are free from any defects or
damages, what-so-ever. iv) All the bolts and nuts should be of G.I material and as per contractual provisions. v) The stringing on the conductor has been done as per approved sag and desired clearances are
available. vi) No damage, minor or major to the conductor, earth wire, accessories and insulator strings still
unattended are noticed. vii) For all points double jumpers shall be provided to each phase. The jumpers provided at the cut
points are connected rigidly to the tension hardware utilizing all the jointing bolts provided for the purpose.
The contractor shall submit a report to the above effect to the Engineer. In case, it is noticed later that some or any of the above are not fulfilled the Engineer will get such items rectified through other agencies and recover the cost of such works from the bills payable to the contractor against that contract or any other contract executed by him for APDCL. After final checking, the lines shall be tested for insulation in accordance with tests prescribed by the Engineer. All arrangements for such testing or any other tests desired by the Engineer shall be done by the Contractor and necessary labour, transport and equipment shall be provided by him. Any defects found out as a result of such tests, shall be rectified by the Contractor, forthwith, without any extra charges to APDCL. In addition to the above, the Contractor shall be responsible for testing and ensuring that the total and relative sags of the conductors are within the specified tolerance. Such tests shall be carried out at selected points along the route as required by the Engineer and the Contractor shall provide all necessary equipment and labour to enable the tests to be carried out. The APDCL will arrange statutory inspection of the line and indicate the defects noticed. The Contractor has to rectify all such defects and intimate to APDCL Engineer. After satisfactory tests on the line and an approval by the Engineer the line shall be energized at full operating voltage before handing over.
17.0. SUPPLY OF CONSTRUCTION MATERIALS BY THE CONTRACTOR
The Contractor has to make his own arrangements for procurement, supply and use of construction materials like cement, M.S. rounds, HBG metal and sand.
17.1. CEMENT
The contractor has to make his own arrangements for the procurement of cement to require specifications required for the work subjected to the follows:
a. The contractor shall procure cement, required for the works only from reputed cement factories
(Man producer) acceptable to the Engineer-in-Charge. The contractor shall be required to be furnished to the Engineer-in –Charge bills of payment and test certificates issued by the manufacturers to authenticate procurement of quality cement from the approved cement factory. The contractor shall make his own arrangement for adequate storage of cement.
b. The contractor shall procure cement in standard packing of all 50 kg per bag from the authorized
manufactures. The contactor shall make necessary arrangement at his own cost to the satisfaction of Engineer-in-Charge for actual weighment of random sample from the available stock and shall conform to the specification laid down by the Indian Standard Institution or other standard foreign institutions as the case may be. Cement shall be got tested for all the tests as directed by Engineer-in-Charge at least one month in advance before the use of cement hags brought and kept on site Go down. Cement bags required for testing shall be supplied by the contractor free of cost. However, the testing charges for cement will be borne by the APDCL. If the tests prove unsatisfactorily, then the charges for cement will be borne by the contractor.
93
c. The contractor should store the cement of 60 days requirement at least one month in advance to ensure the quality of cement so brought to site and shall not remove the same without the written permission of the Engineer-in-Charge.
d. The contractor shall forthwith remove from the works area any cement that the Engineer-in-Charge may disallow for use, an account of failure to meet with required quality and standard
e. The contractor shall further, at all times satisfy the Engineer-in-Charge on demand, by production of records and books or by submission of returns and other proofs as directed, that the cement is being used as rested and approved by Engineer-in-Charge for the purpose and the contractor shall at all times, keep his records upto date to enable the Engineer-in-Charge to apply such checks as he may desire
f. Cement which has been unduly long in storage with the contractor or alternatively has deteriorated due to inadequate storage and thus become unfit for use in the works will be rejected by the department and no claim will be entertained. The contractor shall forthwith remove from the work area, any cement the Engineer-in-Charge may disallow for use on work and replace it by cement complying with the relevant Indian Standards
17.2. STEEL
The contractor shall procure mild steel reinforcement bars, high yield strength deformed(HYSD) bars, rods and structural steel etc. required for the works only from the main or secondary producers manufacturing steel to the prescribed specifications of Bureau of Indian Standards or equivalent and licensed to affix ISI or other equivalent certification marks and acceptable to the Engineer-in-Charge. Necessary ISI list certificates are to be produced to Engineer-in-Charge before use on works. The unit weight and dimensions shall be as prescribed in the relevant Indian Standard specification for steel.
18.0. INFORMATION AND DATA
a) The information furnished is the best available however, the APDCL does not guarantee the correctness of interpretations, deductions or conclusions which are given as supplementary information in the Bid Documents or in any reports, maps, drawings, diagrams or in other reference information available to the bidder from APDCL of or otherwise.
The information has been produced as found, communicated to ascertained or otherwise/learned by the APDCL.
b) it will be the Bidder’s responsibility to satisfy himself from the “Reference Information” supplied and or
inspection of the site that sufficient quantities of construction materials required for the works shall exist in the designated borrow areas or quarry sites.
The APDCL does not accept any responsibility either in handing over the quarries or procuring the materials or any other facilities. The Tenderer will not be entitled for any extra rate or claim for the misjudgment on his part for the quantity and quality of materials available in the quarries. Failure by the Bidder to have done all the timings which is in accordance with this condition he is deemed to have done shall not relieve the successful Bidder of the responsibility for satisfactorily completing the work as required at the rates quoted by him.
94
TECHNICAL SPECIFICATION FOR POLES OF : 11 KV, AND L T OVERHEAD POWER LINES
1.0 SCOPE
This covers supply of poles, insurance, storage, erection and commissioning of poles.
Pole Clamp
The pole clamp is to made from MS Flat of size 40mm x 6 mm with necessary drilling of holes and painting with primer and anti-corrosive aluminium paint.. Nuts & Bolts & Ring washer
The MS Nuts and Bolts and washer should be of different sizes as required in site. PSC POLES 2.1 SCOPE
This covers design manufacturing, testing at works, transport to site, insurance, storage, erection and commissioning of PSC poles shall be of solid rectangular and Virendeel type with an overall length of 9.75M and 8.50M, suitable for use in overhead 11 KV lines, L T lines and double pole structures for 11/0.433 kV substations.
2.2 Applicable Standards
Except when they conflict with specific requirements in this Specific ht: 8nm, the psc poles shall comply with the relevant provisions mentioned' in the' following Indian Standards or the latest versions thereof.
a) IS: 1678, Specification for pre-stressed concrete poles for overhead power, traction and telecommunication lines.
b) IS: 2905, Method of test for concrete poles for overhead power and telecommunication lines. c) IS: 7321, Code of Practice for selection, handling and erection of concrete poles for overhead power and
telecommunication lines. 2.3 Terminology
.3.1. For the purpose of this specification, following definitions shall apply: .3.1.1. Average Permanent Load
That fraction of the working load which may be considered of long duration over a period of one year. .3.1.2. Load Factor
The ratio of ultimate transverse load to the transverse load at first crack. .3.1.3. Transverse
The direction of the line bisecting the angle contained by the conductor at the pole. In the case of a straight run, this will be normal to the run of the line.
.3.1.4. Transverse Load at First Crack
For design, the transverse load at first crack shall be taken as not less than the value of the working load. .3.1.5. Working Load
The maximum load in the transverse direction, that is ever likely to occur, including the wind pressure on the pole. This load is assumed to act at a point· 600 mm below the top with the butt end of the pole planted to the required depth as intended in the design.
.3.1.6. Ultimate Failure The condition existing when the pole ceases to sustain a load increment owing to either crushing of concrete, or snapping of the pre-stressing tendon or permanent stretching of the steel in any part of the pole.
.3.1.7. Ultimate Transverse Load
The load at which failure occurs, when it is applied at a point 600 mm below the top and perpendicular to the axis of the pole along the transverse direction with the butt end of the pole planted to the required depth as intended in the design.
2.4 Application
2.4.1 8.50 M Poles These poles shall be used at tangent locations for L T lines in wind pressure zones of 50 kg/M
2, 75 kg/M
2
and 100 kg/M2 in accordance with REC Construction Standards referred to in the following table:
Pole Length Line Description Reference to REC Construction Standard
8.5 M LT lines, Vertical formation A-5, B-6
95
The maximum permissible spans shall be as per REC Construction Standard B 8 (for L T lines). 2.4.2 9.75 M
These poles shall be used for in 11 kV lines, such as road crossings, etc.
2.4.3 For use in cyclone affected Coastal areas, or in areas with higher wind pressures than indicated in Clause 2.4.2, special designs of poles would have to be evolved for such areas.
2.5 Material 2.5.1 Cement
The cement used in the manufacture of pre-stressed concrete poles shall be ordinary or rapid hardening Portland cement conforming to IS: 269 (Specification for ordinary and low heat Portland cement) or IS:
8041 E (Specification for rapid hardening Portland cement), or high strength ordinary Portland cement conforming to IS: 8112 (Specification of high strength ordinary Portland cement).
2.5.2 Aggregates
Aggregates used for the manufacture of pre-stressed concrete poles shall confirm to IS: 383 (Specification for coarse and fine aggregates from natural sources for concrete). The nominal maximum size of aggregates shall in no case exceed 10 mm (for poles above 9.0 M) and 12 mm (for 7.5 and 8.0 M poles).
2.5.3 Water
Water should be free from chlorides, sulphates, other salts and organic matter, Potable water will be generally suitable.
2.5.4 Admixture
Admixture should not contain Calcium Chloride or other chlorides and salts which are likely to promote corrosion of pre-stressing steel.
2.5.5 Pre-stressing Steel
The pre-stressing steel wires including those used as un-tensioned wires (See Annexure. I, II & III), should conform to IS: 1785 (part-I) (Specification for plain hard-drawn steel wire for pre-stressed concrete. Part-I cold drawn stress relieved wire), IS: 1785 (part-II) (Specification for plain hard-drawn steel wire) or IS: 6003 (Specification for indented wire for pre-stressed concrete). The type designs given in Annexure-I, II and III are for plain wires of 4 mm diameter with a guaranteed ultimate
strength of 175 kg/mm2.
2.5.6 The concrete mix shall be designed to the requirements laid down for controlled concrete (also called
design mix concrete) in IS: 1343 (Code of practice for pre-stressed concrete) and IS: 456 (Code of
practice for plain and reinforced concrete), subject to the following special conditions:
a) Maximum works cube strength at 28 days should be at least 400 kg/cm2 (for poles
above 9.0 M) and 420 kg/cm2 (for 7.5 and 8.5 M poles).
b) The concrete strength at transfer should be at least 200 kg/cm2 (for poles above 9.0 M)
·and 210 kg/cm2 (for 7.5 and 8.5 M poles).
c) The mix should' contain at least 380 kg of cement per cubic meter of concrete.
d) The mix should contain as Iowa water content as is consistent with adequate workability.
If it becomes necessary to add water to increase the workability, the cement content also
should be raised in such a way that the original value of water cement ratio is
maintained.
2.6 DESIGN REQUIREMENTS
The poles shall be designed for the following requirements: a) The poles shall be planted directly in the ground with a planting depth as per IS: 1678.
b) The working load on the poles should correspond to those that are likely to come on the pole during their service life. Designs given in Annexure I, ll and III are for 140 kg, 200 kg, 300 kg, and 400 kg., applied at 0.6 M from top.
c) The factor of safety for all poles above 9.0 M shall not be less than 2.0. For 7.5 M and 8.5 M poles, the factor of safety shall not be less than 2.5.
d) The average permanent load shall be 40% of the working load. e) The F.O.S. against first load shall be 1.0. f) At average permanent load, permissible tensile stress in concrete shall be 30 kg/cm
2.
g) At the design value of first crack load, the modulus of rupture shall not exceed 53.0 kg/cm2
for M-400 concrete and 55.2 kg/cm2 for M-420 concrete.
h) At the design value of first crack load, the modulus of rupture shall not exceed 53.0 kg/cm2
for M-400 concrete. i)The ultimate moment capacity in the longitudinal direction should be at least one fourth of that
il1 the transverse direction.
96
j) The maximum compressive stress in concrete at the time of transfer of pre- stress should not exceed 0.8 times the cube strength.
k) The concrete strength at transfer shall not be less than half the 28 days strength ensured in the design, i.e., 400 x 0.5 = 200 kg/cm
2 or 420 x 0.5 = 210 kg/cm
2.
2.6.1 Service Conditions
PSC poles have to be designed to suit the following climatic conditions:
a) Maximum temperature of air in shade 40°C
b) Minimum temperature of air in shade 2°C
c) Maximum temperature of air in sun 45°C
d) Maximum humidity 93%
e) Average number of thunder storm days per 45 Days
annum
f) Maximum rainfall per annum 3500 mm
g) Average rainfall per annum 2200 mm
h) Wind pressure 97.8 Kg/m2
i) Altitude above MSL 100 M to 1000 M
2.6.2 Dimensions and Reinforcements
The cross-sectional dimensions and the details of pre-stressing wires should conform to REC standard.
The provisions of holes for fixing cross-arms and other fixtures should conform to the REC standards.
2.0.3 Manufacture
2.0.3.1 Attire--stressing wires and reinforcements shall be accurately fixed as shown in drawings and maintained in position during manufacture. The un-tensioned reinforcement, as indicated in the drawings, should be held in position by the use of stirrups which should go round all the wires.
2.6.3.2 AII wires shall be accurately stretched with uniform pre-stress in each wire. Each wire or a group of wires shall be anchored positively during casing. Care should be taken to see that the anchorages do not yield before the concrete attains the necessary strength.
2.6.4. Cover
The cover of concretE1 measured from the outside of pre-stressing tendon shall be normally 20 Nm. 2.6.5. Welding and Lapping of Steel
The high tensile steel wire shall be continuous over the entire length of the tendon. Welding shall not be allowed in any case. However, jointing or coupling may be permitted provided the strength of the joint or coupling is not less than the strength of each individual wire.
2.6.6. Compacting
Concrete shall be compacted by spinning, vibrating, shocking or other suitable mechanical means. Hand compaction shall not be permitted.
2.6.7. Curing
The concrete shall be covered with a layer of sacking, canvass, Hessian or similar absorbent material and kept constantly wet up to the time when the strength of concrete is at least equal to the minimum strength of concrete at transfer of pre-stress. Thereafter, the pole may be removed from the mould and watered at intervals to prevent surface cracking of the unit, the interval should depend on the atmospheric humidity and temperature.
The pre-stressing wires shall be detensioned only after the concrete has attained the specified strength at
transfer (i.e., 200 or 210 kg/cm2 as applicable). The cubes cast for the purpose of determining the
strength at transfer should be cured, as far as possible, under conditions similar to those under which the
poles are cured. The transfer stage shall be determined based on the daily tests carried out on concrete
cubes till the specified strength indicated above is reached. Thereafter the test on concrete shall be
carried out as detailed in IS: 1343 (Code of pr3ctice for pre-stressed concrete). The manufacturer shall
supply, when required by the owner or his representative, result of compressive test conducted in
accordance with IS: 456 (Code of practice for plain and reinforced concrete) on concrete cubes made
from the concrete used for the poles. If the owner so desired, the manufacturer shall supply cubes for test
97
purposes and such cubes shall be tested in accordance with IS: 456 (Code of practice for plain and
reinforced concrete).
The detensioning shall be done by slowly releasing the wires, without imparting shock or sudden load to
the poles. The rate of detensioning may be controlled by any suitable means either mechanical (screw
type) or hydraulic.
The poles shall not be detensioned or released by cutting the pre-stressing wires using flames or bar
croppers while the wires are still under tension.
2.6.8. Separate eye-hooks or holes shall be provided for handling the transport, one each at a distance of 0.15
times the overall length, from either end of the pole. Eye-hooks, if provided, should be properly anchored
and should be on the face that has the shorter dimension of the cross-section. Holes, if provided for lifting
purposes, should be perpendicular to the broad face of the pole.
Stacking should be done in such a manner that the broad side of the pole is vertical. Each tier in the stack
should be supported on timber sleeper located as 0.15 times the overall length, measured from the end.
The timber supported in the stack should be aligned in a vertical line.
Poles should be transported with their broad faces placed vertically and, in such a manner that the shocks
are avoided. Supports should be so arranged that they are located approximately at a distance equal to
0.15 times the overall length from the ends. The erection of the pole should be carried out in such a way
that the erection loads are applied so as to cause moment with respect to the major axis, i.e., the rope
used for hoisting the pole should be parallel to the broader face of the pole.
2.6.9. Earthing
2.6.9.1 Earthing shall be provided by having length of 8 SWG GI wire embedded in concrete during manufacture
and the ends of the wires left projecting from the pole to a length of 100 mm at 250 mm from top and 150
mm below ground level.
2.6.9.2 Earth wire shall not be allowed to come in contract with the pre-stressing wires.
2.7 Tests
2.7.1 Transverse Strength Test
2.7.1.1 Poles made from ordinary Portland cement shall be tested only on the completion of 28 days and poles
made from rapid hardening cement only on the completion of 14 days, after the day of manufacture.
2.7.1.2 The poles may be tested in either horizontal or vertical position. If tested in horizontal position, provisions
shall be made to compensate for the overhanging weight of the pole, for this purposed, the overhanging
portion of the pole may be supported on a movable trolley or similar device.
2.7.1.3 The pole shall be rigidly supported at the butt end for a distance equal to the agreed depth of planting.
2.7.1.4 Load shall be applied at a point 600 mm from the top of the pole and shall be steadily and gradually
increased to the design value of the transverse load at first crack. The deflection at this load shall be
measured.
A pre-stressed concrete pole shall be deemed not to have passed the test if visible cracks appear at a
stage prior to the application of the design transverse load for the first crack.
The load then be reduced to zero and increased gradually to a load equal to the first crack load plus 10%
of the minimum ultimate transverse load, and held up for 2 minutes. This procedure shall be repeated until
the load reaches the value of 80 per cent of the minimum ultimate transverse load and thereafter
increased by 5 per cent of the minimum ultimate transverse load until failure occurs. Each time the load is
applied, it shall be held for 2 minutes. The load applied to pre-stressed concrete pole at the point of failure
shall be measured to the nearest five Kilograms.
The pole shall be deemed not to have passed the test if the observed ultimate transverse load is less than
the design ultimate transverse load.
2.7.1.5 Measurement of Cover
After completion of the transverse strength test, the sample pole shall be taken and checked for cover.
The cover of the pole shall be measured at 3 points, one within 1.8 meter from the butt end of the pole. the
·second within 0.6 meters from the top and the third at an intermediate point and the mean value
compared with the specified value.
The mean value of the measured cover should not differ by more than (±) 1 mm from the specified cover.
The individual values should ;not differ by more than (±) 3 mm from the specified value.
98
If these requirements are not met, the workmanship with reference to aligning of the end plates and pre-
stressing wires and assembly of moulds should be improved and inspection at pre-production stage
tightened suitably.
3.0 MARKING
The pole shall be clearly and indelibly marked with the following particulars either during or after
manufacture but before testing at a position so as to be easily read after erection in position.
a) Month and year of manufacture
b) Transverse strength of pole in Kg
c) Maker's serial No and mark and Project Central Assistance 2008-09.
4.0 INSPECTION
Inspection may be carried out by the purchaser or third party nominee at any stage of manufacture. The
supplier shall grant free access to the purchaser's representative or third party nominee at a reasonable
time when the work is in progress. Inspection and acceptance of any equipment under this specification by
the purchaser shall not relieve the supplier of his obligation of furnishing equipment in accordance with the
specification and shall not prevent subsequent rejection if the equipment is found defective.
99
ECONOMICAL DESIGN FOR VIRENDEEL TYPE PRESTRESSED CONCRETE POLES
Factor of safety = 2.5 Diameter of Prestressing Wires = 4
mm
Cost Ratio = 11 With a Minimum Ultimate Tensile Strength of 175 Kg/mm Sq.
Concrete Grade = M-420
Lengt
h of
Pole
Loa
d
Botto
m
Depth
Breadt
h
Top
Dept
h
No. of
Tensione
d Wires
per Pole
No. of
Untensione
d Wires per
Pole
Length of
each
Untensione
d Wire
Concrete
Quantity
Concret
e
Quantity
Steel
Quantit
y
(L) (P) (dt) (B) (lc) Cubic M Kg/Pole
M Kg Cm
I 2 3 4 5 6 7 8 9 10
7.5 140 25.5 10.5 8.5 8 2 4.55 0.115 6.81
200 27.5 14.5 8.5 12 2 3.75 0.134 9.61
8.0 140 27.5 10.5 9 8 2 4.7 0.137 7.24
200 29 14.5 9.0 12 2 3.95 0.157 10.25
9..75 140 27 10.5 10 10 2 4.5 0.169 9.76
200 35 12.0 17.5 22 2 4.45 0.203 11.54
Note: 1. Untensioned wires of the given length should be placed at the bottom of the pole
Cost of one MT of pre-stressing steel
2.Cost ration =
Cost of one cubic m of concrete
100
ECONOMICAL DESIGN FOR VIRENDEEL TYPE PRESTRESSED CONCRETE POLES
Factor of safety = 2.0 Nos. of Windows = 4
Cost Ratio = 11
Concrete Grade = M-400
Sl.No Overall Length of Pole
Bottom Depth
Top Depth
Breadth Thicknes
s Thickne
ss
Diameter of Pre-
stressing wires
No. of Tensioned Wires per Pole
No. of Untensio
ned Wires per
Pole
Length of Each
Untensioned
Wires
Concrete Quantity
Steel Quantity
Weight Kg/Pole
M Kg Cm Cm Cm Cm M M/Pole Kg/Pole Kg/Pole
1 2 3 4 5 6 7 8 9 10 11 12 13 14
1 9.75 300 39.5 11.0 12.5 7.0 5 8 2 5.62 0.205 12.82 490
2 9.75 400 48.0 11.0 14.5 7.0 5 ,8 2 6.45 0.255 13.06 610
3 9.5 200 37.5 10.5 12.5 6.5 5 8 2 6.53 0.208 8.78 500
4 9.5 300 41.0 11.0 12.5 7.0 5 8 2 6.14 0.225 13.60 540
5 9.5 400 50.0 11.0 15.0 7.0 5 8 2 6.96 0.291 13.85 700
101
ECONOMICAL DESIGN FOR SOLID RECTEANGULAR TYPE PRESTRESSED CONCRETE POLES
Factor of safety = 2.0
Cost Ratio = 11
Concrete Grade = M-400
Sl.No Overall Length of Pole
Bottom Depth
Top Depth
Breadth Thickness Diameter of Pre-stressing wires
No. of Tensioned Wires per
Pole
Concrete Quantity
Steel Quantity
Weight Kg/Pole
M Kg Cm Cm Cm M/Pole Kg/Pole Kg/Pole
1 2 3 4 5 6 7 8 9 10 11
1 9.0 200 31.5 14.5 8.5 4 12 0.176 10.65 425
2 9.0 300 35.5 18.5 10.0 4 16 0.243 14.20 585
3 9.0 400 39.5 22.5 10.0 4 20 0.279 17.76 670
4 9.5 200 31.5 14.5 10.0 4 12 0.218 11.25 525
5 9.5 300 36.5 18.5 10.0 4 16 0.261 14.99 625
6 9.5 400 40.5 22.5 10.0 4 20 0.299 18.74 720
102
TECHNICAL SPECIFICATION FOR ALUMINUM ALLOY CONDUCTORS (AAAC) FOR OVERHEAD LINES
1.0 Scope
This specification covers design, manufacture, testing at works, transport, insurance, storage, erection and commissioning of All Alluminium Alloy Stranded Conductors at site in 11 KV and LT overhead lines.
2.0 Conductor Size for Different Applications
11 KV & LT Lines 1.0 3/2.50 mm (14 mm² Alloy Area) for street light only 2.0 7/2.00 mm (20 mm² Alloy Area) 3.0 7/2.50 mm (30 mm² Alloy Area) 4.0 7/3.15 mm (50 mm² Alloy Area)
3.0 Applicable Standards
Unless otherwise stipulated in this specification, the conductor shall comply with IS:398 (Part-IV)- 1994 or the latest version thereof.
4.0 Properties of Wires
The properties of Aluminium alloy wires to be used in the construction of the stranded conductors shall be as in the following Table-1
Table-1
Diameter
Cross area of nominal Dia wire
Mass
Maximum breaking load after stranding
Resistance at 20° C
Nominal Min Max Max Stamdard
Mm mm mm mm2 Kg/Km KN Ohm/Km Ohm/Km
2.00 1.98 2.02 3.142 8.48 0.92 10.653 10.345
2.50 2.47 2.53 4.909 13.25 1.44 6.845 6.621
3.15 3.12 3.18 7.793 21.04 2.29 4.290 4.170
3.81 3.77 3.85 11.401 30.78 3.34 2.938 2.851
4.26 4.22 4.30 14.253 38.48 4.18 2.345 2.280
5.0 Properties of Conductors
The properties of stranded all aluminium alloy conductors of various sizes shall be as in the following table-II All Aluminium Alloy Conductors( AAAC)
Nominal Alloy Area
Stranding & Wire dia
Sectional area
Approx. overall dia
Approx. Mass
Calculated resistance at 20° C (Max)
Approx calculated breaking
load
1 2 3 4 5 6 7
mm2 mm mm
2 mm Kg/Km Ohm/Km KN
14 3/2.5 14.73 5.39 40.15 2.304 4.33
20 7/2.00 21.99 6.00 60.16 1.541 6.45
30 7/2.5 34.36 7.50 94.00 0.990 10.11
50 7/3.15 54.55 9.45 149.20 0.621 16.03
80 7/3.81 79.81 11.43 218.26 0.425 23.41
100 7/4.26 99.77 12.78 272.86 0.339 29.26
6.0 Free From Defects
The wire shall be smooth and free from all imperfection such as spills, splits etc.
103
7.0 Joints in Wires 7.1 Conductors containing three/seven wires. There shall be no joint in any wire of a stranded conductor
containing three/seven wires except those made in the base rod or wire before final drawing. 8. Stranding 8.1 The wires used in the construction of a stranded conductor shall before stranding satisfy all the relevant
requirements of this standard. 8.2 The lay shall be within the limits given in Table-III Lay Ratios for Aluminium Alloy Stranded Conductors
No. of wires in conductors Lay ration
Min. Max
3 10 14
7 10 14
8.3 The outer layer shall be right handed. The wires in each layer shall be evenly and closely stranded. 8.4 Climatic Conditions The conductor shall be designed to suit for the climatic conditions specified in these bidding documents. 9.0 Tests
The samples of individual wires for the test shall normally be taken before stranding. The manufacturer shall carry out test on samples taken out at least from 10% of aluminium wire spools. However, when desired by the purchaser, the test sample may be taken form the stranded wires. However the minimum breaking load test shall be done on a sample taken from stranded wires and the minimum breaking load shall not be less than the value indicated in Table-I. The wires for alloy conductors shall comply with the following tests as per IS: 398(Part-IV)-1994 i) Breaking loads test. ii) Elongation test iii) Resistance test
10.0 Packing and Marking
The conductors shall be owned in reels or drums conforming to the latest version of IS: 1778-1980 “ Specification for reels and drums for bare wire and name of the project ABY shall be indicated clearly on the drums. 10.1 Packing 10.1.1 The gross mass of packing of various conductors shall not exceed by more than 10% of the values
given in the following table:
Conductor size Gross Mass
14 mm2
alloy area ( 3/2.50mm) 1100 Kg
20 mm2
alloy area ( 7/2.00mm) 1100 Kg
30 mm2
alloy area ( 7/2.50mm) 1100 Kg
50 mm2
alloy area ( 7/3.15mm) 1500 Kg
80 mm2
alloy area ( 7/3.81mm) 1600 Kg
100 mm2 alloy area ( 7/4.26mm) 2000 Kg
10.1.2 The normal length of various conductors shall be as given in the following table:
Conductor size Normal Length
14 mm2
alloy area ( 3/2.50mm) 2.0 Km
22 mm2
alloy area ( 7/2.00mm) 2.0 Km
30 mm2
alloy area ( 7/2.50mm) 2.0 Km
50 mm2
alloy area ( 7/3.15mm) 1.7 Km
80 mm2
alloy area ( 7/3.81mm) 1.3 Km
100 mm2 alloy area ( 7/4.26mm) 1.1 Km
104
10.1.2.1 Longer lengths shall be acceptable. 10.1.2.2 Short length , not less than 50% of the normal length shall be acceptable to the maximum extent of 10% of the quantity ordered 10.2 marking. The following information be marked on each package.
4.1. Manufacturer’s name. 4.2. Trade Mark, if any. 4.3. Drum or identification number. 4.4. Size of conductor 4.5. Number & lengths of conductor 4.6. Gross Mass of the package 4.7. Net mass of the conductor 4.8. ISI certification mark. 4.9. Name of the Project ABY
10.0 INSPECTION
All tests and inspection shall be made at the place of manufacture. The manufacturer shall afford the inspection representing the purchaser or third party nominee all reasonable facilities without charge to satisfy him that the material is being furnished in accordance with this specification.
105
TECHNICAL SPECIFICATION FOR 11 KV DROP OUT TYPE EXPULSION FUSE DISCONNECTS
1.0 Scope
1.1 This specification covers the design, manufacture and testing, transport to site, insurance, storage, erection and commissioning of outdoor type dropout type expulsion fuse disconnects suitable for use on 11K.V. power system conforming to 155:2692 of 1956 and 15 : 5792/1970 with upto date amendments and revisions.
2.0 Design Considerations 2.1 Ratings
11 kV, 150 Amps, 50 Cycles, A.C.3 Phase. 2.2 Type
The D.O. should be of Bracket type for 11 KV., 150 Amps, and should be suitable for vertical mounting the fuse barrel being in an angle of 30 degree to vertical when closed and opening downwards. The fuse shall be opened and closed by a hook-stick.
2.3 Insulators There should be 2(two) nos. of Insulators/ Insulator stacks for pole. The insulators used should be manufactured as per ISS:2544/63 with upto date amendments and revisions and it should be easily, replaceable in the event of any damage to it. The post insulators should be 320 m Creepage Distance only and tested quality. The post insulator should be procured from reputed insulator manufacturers only and should bear the manufacturers monogram on the insulators. A certificate supported by drawing should be furnished from the manufacturers. The following Insulator manufacturers are preferable :-
The caps and the posts should be made of Galvanised Cast Iron. It should be integrally cast by the manufacturers.
2.4 Contacts
Top side contact of the D.O.'s shall be lift off type with suitable guides to place the moving contacts in the position and guides should be provided with sufficiently strong Phosphor Bronze Springs, one set for holding the barrel in position and another type and set for electrical contacts. The contact Phosphor Bronze Springs shall be leaf type and number of leaves (which should be seven pieces) should be clearly stated. The bottom side contact should be trunion type, provided with leaf springs (7 numbers) to obtain sufficient electric contact. Adequate facilities for insertion and removal of the fuse barrel in service should be provided. All the contacts, contact springs and the current carrying paths should be made of suitable non-ferrous metal alloy such as Bronze, Gunmetal, Brass etc. which should be clearly indicated.
2.5 Fuse Barrels The D.O. Units shall be completed with synthetic resin bonded paper tubes fitted with metal contacts at each end. These fuses should be manufactured strictly as per ISS : 1314 (Part I) of 1946 and test reports in respects of them to from the manufacturer shall invariably be furnished along with the offer. The following manufacturer who claim to manufacture SRBP tube as per BSS: 1314/26 are preferable:
VIZ., I) M/S Bakelite Hylam Ltd. II) M/S Bengal Laminate Industries
The SRBP tubes should be sufficiently strong mechanically, Fire and Moisture resistant and should be of the following sizes:
a) For 11 KV Class -outside dia 25 mm, thickness 7 mm and length 39 cm.
The metallic fixtures of the tubes should be made of suitable non-ferrous alloys like Brass, Gunmetal,
Bronze etc. and should be of sufficient sections to carry the rated current continuously. The name of alloy
used should be indicated clearly.' The fuse barrel shall be capable of swiveling in a vertical plane on
hinges mounted on the lower of the two insulators which hold the barrel in position. Both contacts of the
barrel shall be fitted with eye rings into which hooked operating rod or Hook stick can be inserted from
ground level. By pulling the upper eye ring it shall be possible to pull the fuse barrel out of the top insulator
106
contact' in the manner of an isolating switch. In the isolated' position, the lower eye ring shall be
accessible, so that the fuse barrel can be removed with hook stick by giving a sharp upward jerk,' for
rewiring purposes.
2.6 Terminal Connections
The D.O. fuse units be provided with detachable 6 (six) bolts plan type 100cm length terminal connectors
smoothly grooved to accommodate conductors upto 12.5 mm dia. The connectors including the fixing nuts
and bolts should be with a pair of grass washer with proper tin plating suitable ferrous metal such as
bronze, gunmetal, brass etc. The name of the metal used should clearly be indicated.
3.0 Climatic Conditions
The equipment shall be designed for satisfactory operations under the following climatic conditions.
a) Maximum temperature of air in shade 40° C
b) Minimum temperature of air in shade 2° C
c) Maximum humidity 93%
d) Average annual rainfall 2280 mm
e) Average number of rainy days per annum 150
f) Basic wind pressure 150 Kg/M2
g) Isoceraumic level 60
h) Altitude above MSL 100 M to 1000 M
3.1 General
The D.O. units should be supplied complete with mounting brackets etc. so as to fix them. On mounting
structures and with nuts and bolts. Double bolted fixture arrangements with flexible adjustments in a slot
or hole is preferable All ferrous parts should be hot dip galvanised as per the relevant Indian Standard
Specification.
4.0 Tests
The offers for the' 0.0/5 should invariably be 0upported by type test certificates from National Test Housel
CPRI or any other recognised Public Institutions as per ISS: 2692/56 with upto date amendments and as
given in ANNEXURE -II. The D.O. fuse disconnects also shall be subjected to milivolt drop test
temperature rise test and all other electrical and mechanical tests as per relevant ISS or BSS. Test
certificate as per relevant ISS or BSS in respect of each of the component parts such as insulators,
barrels etc. should also be submitted. The manufacturer should have the necessary facilities for carrying
out the laboratory tests, as per ISS or BSS on the product. They should furnish the detailed specification
along with the make and capacity of testing equipments at their disposal along with tender.
The D.O. offered must be supported by a Short Circuit Withstand capacity (not less than 25 KV) cost
certificate from competent authorities like CPR I. In absence of such a test certificate the offer may not be
considered.
5.0 INSPECTION
Inspection may be carried out by the purchaser or third party nominee at any stage of manufacture. The
supplier shall grant free access to the purchaser's representative or third party nominee at a reasonable time
when the work is in progress. Inspection and acceptance of any equipment under this specification by the
purchaser shall not relieve the supplier of his obligation of furnishing equipment in accordance with the
specification and shall not prevent subsequent rejection if the equipment is found defective.
6.0 Guaranteed Technical Particulars
The guaranteed technical particulars in respect of the D.O.'s offered shall be submitted along with the
tender.
107
TECHNICAL SPECIFICATION FOR 11 KV COMPOSITE POLYMERIC INSULATORS
1.0 SCOPE
This section covers the specifications for design, manufacture, shop & laboratory testing before despatch of
11 kv composite polymeric pin insulators .The Composite insulator shall be pin insulator for straight line
location and Long rod insulator for conductors in tension application at angle/ cut point, the insulator shall be
of boll and socket type or tongue & Clevis type.
1.1 STANDARDS
Sl.
No.
Indian
Standard Title
International
Standard
1.
Definition, test method and acceptance criteria for
composite insulators for a. c. overhead lines above. IEC:61109
2. IS:731
Porcelain insulators for overhead power lines with a
nominal voltage greater than 1000V IEC:60383
3. IS:2071 Methods of High voltage testing IEC:60060-1
4.
IS:2486
Specification for insulator fitting for overhead power
lines with a nominal voltage greater than 1000V
General Requirements and tests Dimensional
Requirements locking devices.
IEC:60120
IEC:60372
5.
Thermal mechanical performances test on string
insulator units. IEC:60575
6. IS:13134
Guide for the selection of insulators in respect of
polluted conditions. IEC:60815
7.
Characteristics of string insulator units of the long rod
type. IEC:60433
8. Hydrophobicity classification STRI GUIDE 1.92/1
9.
Radio interference characteristics of overhead power
lines and high-voltage equipment CISPR:18-2 PART2
10. IS:8263 Methods of RI test of HV insulators IEC:60437
11.
Standard for insulators- composite distribution dead
end type ANSI c29.13-2000
12. IS:4759
Hot dip Zinc coatings on structural steel & other
allied products.
ISO:1459
ISO:1461
13. IS:2629
Recommendation of weight for hot, dip galvanization
for iron and steel ISO:1461(E)
14. IS:6745
Determination of weight of Zinc coatings on zinc
coated iron and steel articles ISO:1460
15. IS:3203
Method of testing of local thickness of electroplated
coating ISO:2178
16. IS:2633 Testing of uniformity of coating of zinc coated articles
17. Standard specification for glass fiber standards ASTM D 578-05
18.
Standard test method for compositional analysis of
thermogravimetry ASTME 1131- 03
19. IS:4699 Specification for refined secondary Zinc
1.2 SERVICE CONDITION
Maximum ambient temperature :* *480 C
Minimum ambient temperature : - 50
C
Relative humidity : 0 to 100%
108
The size of composite insulator, minimum creepage distance and mechanical strength alongwith hardware fittings
shall be as follows.
Sl
.
N
o.
Type of
composite
insulator
Nominal
system
voltage
KV (rms)
Higest
system
voltage
KV
(rms)
Visible
discharg
e test
voltage
KV (rms
Wet
power
frequen
cy
withstan
d
voltage
KV (rms
Impulse
withstan
d
voltage
KV (rms
Minimum Creepage
distance (mm)
Min.
Failin
g load
KN
Pin
ball
shank
diame
ter
mm
Normal &
moderatel
y polluted
(20mm/
KV)
Hea
vily
pollu
ted
(25mm
/ KV)
i
Long rod
insulator
11 12 9 35 75 240 320 45 16
33 36 27 75 170 720 900 45/70
**
ii
Post/ pin
insulator
11 12 9 35 75 240 320 5
33 36 27 75 170 720 900 10
Dimensional Tolerance of composite insulators
±(0.04d=1.5) mm when d < 300 mm
±(0.025d=6) mm when d < 300 mm
REQUIRED TECHNiCAL PARICULARS OF COMPOSIT POLYMERIC INSULATOR FOR 11 KV , 5 KN PIN INSULATOR TYPE
Sl. no Description Unit 11KV , 5 KN , PIN INSULATOR
1. Type of Insulator Composite polymeric Insulators
2. Standard according to which the Insulator manufacture and tested
IES-61109 with up to date amendments
3. Name of material used in manufacture Of the insulator with class/grade
Silicon/ Polyolefin material
(a) Material of core (FRP rod) i) E-glass or ECR- glass ii) Boron content
ECR glass boron content free
(b) Material of housing &Weather sheds Silicon content by weight
36%
(c) ( material of end fitting ) Hot dip galvanized high strength steel
(d) Sealing compound for end fittings Silicon based sealants
4. Color Grey/ Red
5. Electrical characteristics
(a) Normal system voltage KV(rms ) 11 KV
(b) Highest system voltage KV(rms) 12 KV
(c) Dry power Frequency withstand voltage KV(rms ) 35 KV
(d) Wet power frequency withstand voltage KV (rms ) 35 KV
(e) Dry flashover voltage KV(rms) >35KV
(f) Wet flashover voltage KV(rms) >35KV
(g) Dry lighting impulse withstand voltage a) Positive b)Negative
KV(peak) KV(peak)
75KV 75 KV
(h) Dry lighting impulse flashover voltage c) positive d) Negative
KV(peak) KV(peak)
95KV 95 KV
(i) R/V at 1MHz when energized at 10KV/30KV(rms) under dry condition
Microvolt As per IES specification
(j) Creepage distance (mm) mm 320 mm
6. Mechanical characteristics
(a) Minimum failing load KN 5KN
109
REQUIRED TECHNLCAL PARICULARS OF COMPOSIT POLYMERIC INSULATOR FOR 11 KV , 45 KN ( T & C ) TYPE
Sl. no Description Unit 11KV , 45 KN , T& C type
1. Type of Insulator Composite polymeric Insulators
2. Standard according to which the Insulator manufacture and tested
IES-61109 with up to date amendments
3. Name of material used in manufacture Of the insulator with class/grade
Silicon/ Polyolefin material
(a) Material of core (FRP rod) i) E-glass or ECR- glass ii) Boron content
ECR glass boron content free
(b) Material of housing &Weather sheds Silicon content by weight
36%
(c) ( material of end fitting ) Hot dip galvanized high strength steel
(d) Sealing compound for end fittings Silicon based sealants
4. Color Grey/ Red
5. Electrical characteristics
(a) Normal system voltage KV(rms ) 11 KV
(b) Highest system voltage KV(rms) 12 KV
(c) Dry power Frequency withstand voltage KV(rms ) 35 KV
(d) Wet power frequency withstand voltage KV (rms ) 35 KV
(e) Dry flashover voltage KV(rms) >35KV
(f) Wet flashover voltage KV(rms) >35KV
(g) Dry lighting impulse withstand voltage a) Positive b)Negative
KV(peak) KV(peak)
75KV 75 KV
(h) Dry lighting impulse flashover voltage c) positive d) Negative
KV(peak) KV(peak)
95KV 95 KV
(i) R/V at 1MHz when energized at 10KV/30KV(rms) under dry condition
Microvolt As per IES specification
(j) Creepage distance (mm) mm 320 mm
6. Mechanical characteristics
(a) Minimum failing load KN 45KN
7. Dimension of insulator
Inter changeability
The composite insulators including the end fitting connection shall be of standard design suitable for use
with the hardware fittings of any make conforming to relevant IEC/IS standards.
Corona and RI performance
All surfaces shall be clean, smooth without cuts, abrasions or projections. No parts shall be subjected to
excessive localized pressure. The insulator and metal parts shall be so designed and manufactured that it shall
avoid local corona formation and not generate any radio interference beyond specified limit under the operating
conditions.
Core
It shall be a glass – fiber reinforce epoxy resin rod of high strength (FRP rod). Glass fibers and resin shall
be optimized in the FRP rod. Glass fibers shall be Boron free electrically corrosion resistant(ECR) glass fiber or
boron free E- class and shall exhibit both high electrical integrity and high resistance to acid corrosion . the matrix
of the FRP rod shall be Hydrolysis resistant. The FRP rod shall be manufactured through pultrusion process . the
FRP rod shall be void free.
Housing (Sheath)
The FRP rod shall be covered by a seamless sheath of a silicon elastometric compound or silicon alloy
compound of a thickness of 3 mm minimum.
It should protect the FRP rod against environment influences, external pollution and humidity. It shall be excluded
or directly moulded on the core and shall have chemical bonding with the FRP rod. The strength of the bond shall
110
be greater than the tearing strength of the polymer. Sheath material in the bulk as in the sealing/ bonding area
shall be free from voids.
Weather sheds
The composite polymer weather sheds made of silicon elastomeric compound of silicon alloy shall be firmly
bounded to the sheath, vulcanized to the sheath or moulded as part of the sheath and shall be free from
imperfections. The weather sheds should have silicon content of minimum 30% by weight. The strength of the
weather sheds to sheath interface shall be greater than the tearing strength of the polymer. The interface, if any,
between sheds and sheath (housing) shall be free from voids.
End Fittings
End fittings transmit then mechanical load to the core. They shall be made of spheroid graphite cast iron,
malleable cast iron or forged steel or aluminium alloy. They shall be connected to the rod by means of a controlled
compression technique. The gap between fitting and sheath shall be sealed by a flexible silicon elastomeric
compound or silicon alloy compound sealant. System of attachment of end fitting to the rod shall provide superior
sealing performance between housing, i.e. seamless sheath and metal connection. The sealing must be moisture
proof.
The dimensions of end fittings of Insulators shall be in accordance with the standard dimensions stated in IS:2486/IEC:60120 Equipment Marking
5.1 Each insulator unit shall be legibly and marked with the following details as per IEC-61109 (a) Month & Year of manufacture (b) Min. Failing load/ guaranteed mechanical strength in kilo Newton followed by the word KN to facilitate easy identification. (c) Manufacture’s name / trade mark. 5.2 One 10mm thick ring or 20mm thick spot of suitable quality of paint shall be marked on the end fitting of each composite long rod of [particular strength in case of 33 KV insulators for identification in case both type of insulators are procured by the utility. The paint shall be not have deteriorating effect on the insulator performance, following codes shall be used as identification mark: For 45 KN Long unit : Blue For 70 KN Long unit : Red 6.0 Bid Drawings
6.1 The full description and illustration of the materials offered. 6.2 The bidder furnish alongwith the bid the outline drawing ( 3 copies ) of each insulator unit including a cross sectional view of the long rod insulator unit. The drawing shall include but not be limited to the following information. (a) Long rod diameter with manufacturing tolerance. (b) Minimum creepage distance with positive tolerance. (c) Protected creepage distance. (d) Eccentricity of the long rod unit (i) Axial run out (ii) Radial run out (e) Unit mechanical and electrical characteristics (f) Size and weight of ball and socket/ tongue & cleaves (g) Weight of composite long rod units (h) Materials (i) Identification Mark (ii) Manufacturer’s catalogue number
7.0 Type tests
Sl.
No.
Description of type test Test procedure / standard
1. Dry lightning impulse withstand voltage test As per IEC 61109 (Clause 6.1)
2. Wet power frequency test As per IEC 61109 (Clause 6.2)
3. Mechanical load- time test As per IEC 61109 (Clause 6.4)
4. Radio Interference test As per IEC 61109 (Clause 6.5) revised
5. Recovery of Hydrophobicity test Annexure-B This test may be repeated every
3 yrs by the manufacturer
6. Chemical composition test for silicon
content
Annexure-B or any other test method
acceptable to the owner
7. Brittle fracture resistance test Annexure-B
111
8.0 Acceptance (Sample) Tests
8.1 For Composite Insulators
A Verification of dimensions Clause 7.2 IEC:61109
B Verification of the locking system ( if possible) Clause 7.3 IEC:61109
C Galvanizing Test IS 2633 / IS 6745
D Verification of the specified mechanical load Clause 7.4 IEC:61109
8.2 Routine Tests
Sl. No. Description Standard
1. Identification of marking As per IEC:61109 Clause 8.1
2. Visual Inspection As per IEC:61109 Clause 8.2
3. Mechanical routine test As per IEC:61109 Clause 8.3
8.3 Tests During Manufacture
Following tests shall also be carried our
A Chemical analysis of zinc used for galvanizing
B Chemical analysis, mechanical, metallographic test and magnetic particle inspection for
malleable castings
C Chemical analysis, hardness and magnetic particle inspection for forigngs
112
18.0 TECHNICAL SPECIFICATION FOR 11 KV SURGE ARRESTORS
(Applicable for Outdoor 12 kV Switchgear, Overhead lines etc., which are not enclosed in a cable box)
1.0 SCOPE
1.1 The specification covers the design, manufacture, shop & laboratory
testing before dispatch, supply, transport to site, insurance, erection and commissioning of 12 kV
Surge Arrestors in for installation on outdoor type 11 kV switchgear, transmission lines,
transformers etc. 11 kV side of which is not enclosed in a cable box.
2.0 STANDARDS
1.1 The design, manufacture and performance of Surge Arrestors shall comply with IS:3070 Part-3 and other
specific requirements stipulated in the specification. Unless otherwise specified, the equipment, material and
processes shall conform to the latest applicable Indian/International Standards as listed hereunder:
IS:2071-1993 :Methods of High Voltage Testing General Definitions & Test (Part – 1)
Requirements.
IS-2071-1974 :Test Procedures (Part-2)
IS:2629-1925 : Recommended Practice for hot dip galvanizing on Iron & Steel
IS:2633-1986 : Method for Testing uniformity of coating of zinc coated Articles.
IS: 3070-1993 : Specification for surge arrestor for alternating current systems. (Part-3) Metal-
Oxide lightning Arrestors without gaps
IS:4759-1996 : Specification for hot dip zinc coating on 8tructural 8teel and Other allied products.
IS:5621-1980 : Hollow Insulators for use in Electrical Equipment.
IS:6209-1982 : Methods of Partial discharge measurement.
IS:6745 : Method for determination of mass of zinc coating on zinc coated iron and steel articles
ANSI/IEEE-C.62.11(1982) : Metal oxide, Surge Arrestor for AC Power Circuits
IEEE-99-4 : Surge Arrestors
The equipment complying with any other internationally accepted standards shall also be considered if it ensures
performance equivalent to or superior to the Indian Standards.
2.0 GENERAL REQUIREMENT
2.1 The metal oxide gap less Surge Arrestor without any series or shunt gap shall be suitable for protection of
11 kV Distribution transformers, associated equipment and 11 kV lines from voltage surges resulting from
natural disturbance like lightning as well as system disturbances.
2.2 The surge arrestor shall draw negligible current at operating voltage and at the same time offer least
resistance during the flow of surge current.
2.3 The surge arrestor shall consist of non-linear resistor elements placed in series and housed in electrical
grade porcelain housing / silicon polymeric of specified creepage distance.
2.4 The assembly shall be hermetically sealed with suitable rubber gaskets with effective sealing system
arrangement to prevent ingress of moisture.
2.5 The surge arrestor shall be provided with line and earth terminals of suitable size. The ground side
113
terminal of surge arrestor shall be connected with 25x6 mm galvanized strip, one end connected to the
surge arrestor and second end to a separate ground electrode. The bidder shall also recommend the
procedure which shall be followed in providing the earthing/system to the Surge Arrestor.
2.6 The surge arrestor shall not operate under power frequency and temporary over voltage conditions but
under surge conditions, the surge arrestor shall change over to the conducting mode.
2.7 The surge arrestor shall be suitable for circuit breaker performing O-O.3sec- CO-3min-CO- duty in the
system.
2.8 Surge arrestors shall have a suitable pressure relief system to avoid damage to the porcelain! silicon
polymeric housing and providing path for flow of rated fault currents in the event of arrestor failure.
2.9 The reference current of the arrestor shall be high enough to eliminate the influence of grading and stray
capacitance on the measured reference voltage.
2.10 The Surge Arrestor shall be thermally stable and the bidder shall furnish a copy of thermal stability test with
the bid.
2.11 The arrestor shall be capable of handling terminal energy for high surges, external pollution and transient
over voltage and have low losses at operating voltages.
2.12 The surge arrestor shall be provided with line and earth terminals of suitable size. The line side terminal
shall be suitable for 100 mm2 (code Name: Dog) Aluminium area, 6/4.72 mm Aluminium + 7/1.75 mm Steel
SCA conductor.
3.0 ARRESTOR HOUSING
3.1 The arrestor housing shall be made up of porcelain/silicon polymeric housing and shall be homogenous,
free from laminations, cavities and other flaws of imperfections that might affect the mechanical and
dielectric quality. The housing shall be of uniform brown colour, free from blisters, burrs and other similar
defects.
Arrestors shall be complete with insulating bases, fasteners for stacking units together, surge counters
with leakage current meters and terminal connectors.
3.2 The housing shall be so coordinated that external flashover shall not occur due to application of any
impulse or switching surge voltage upto the maximum design value for arrestor. The arrestors shall not·
fail due to contamination. The 11 kV arrestors housing shall be designed for pressure relief class as given
in Technical Parameters of the specification.
3.3 Sealed housings shall exhibit no measurable leakage. '.
4.0 Arrestor Mounting
The arrestors shall be suitable for mounting on 4 pole/2 pole structure used for pole/plinth mounted transformer
and for incoming and outgoing lines.
The arrestor shall be capable of handling energy from 11 kV lines of length ranging from 1 km to 20 km.
5.0 Fittings & Accessories
5.1 The surge arrestor shall be complete with insulating bases, fasteners for stacking units together, surge
counters with leakage current meters and terminal connectors.
5.2 The terminals shall be non-magnetic, corrosion proof, robust and of adequate size and shall be so located
that incoming and outgoing connections are made with minimum possible bends. The top metal cap and
base of' surge arrestor shall be galvanized. The line terminal shall have a built in clamping device which
can be adjusted for both horizontal and vertical take off ..
5.3 Self contained discharge counters, suitably enclosed for outdoor use and requiring no auxiliary or battery
supply for operation shall be provided for each single pole unit along with necessary connection. Suitable
leakage current meters should also be supplied within the same enclosure. The reading of the milliampere
meter and counter shall be visible through an inspection glass panel. The design of surge counter shall be
114
such that it is possible to tilt the surge monitor downwards by an angle upto 45° from horizontal plane.
Surge monitor consisting of discharge counter and milliampere meter shall be tested for IP 55 degree of
protection.
4.0 TESTS
4.1 Test on Surge Arrestors
The Surge Arrestors offered shall be type tested and shall be subjected to routine and acceptance tests in
accordance with IS : 3070 (Part-3)-1993. In addition, the suitability of the Surge Arrestors shall also be
established for the following :
- Residual voltage test - Reference voltage test - Leakage current at M.C.O.V - P.O. test - Sealing test - Thermal stability test - Aging and Energy capability test - Watt loss test
Each metal oxide block shall be tested for guaranteed specific energy capability in addition to
routine/acceptance test as per lEC/IS.
4.2 The maximum residual voltages corresponding to nominal discharge current of 10 kA for steep current,
impulse residual voltage test, lightning impulse protection level and switching impulse level shall generally
conform to Annex-K of IEG-99-4.
4.3 The bidder shall furnish the copies of the type tests and the characteristics curves between the residual
voltage and nominal discharge current of the offered surge arrestor and power frequency voltage vs. time
characteristic of the surge arrestor subsequent to impulse energy consumption as per clause 6.6 of
IS:3070 (Part-3) offered along with the bid.
4.4 The surge arrestor housing shall also be type tested and shall be subjected to routine
and acceptance tests in accordance with IS :2071.
4.5 Galvanization Test
All Ferrous parts exposed to atmospheric condition shall have passed the type tests and be subjected to
routine and acceptance tests in accordance with IS:2633 & IS 6745 .
4.6 Test on Surge Arrestor Disconnectors
The test shall be performed on surge arrestors which are fitted with arrestor disconnector or on the
disconnector assembly alone if its design is such as to be un-affected by the heating of adjacent parts of
the arrestor in its normally installed portion in accordance with IS:3070 (Part-3).
NAME PLATE
4.7 The name plate attached to the arrestor shall carry the following information:
Rated Voltage
Continuous Operation Voltage
Normal discharge current
Pressure relief rated current
Manufacturers Trade Mark
Name of Sub-station
Year of Manufacturer
Name of the manufacture
Name of Client
Purchase Order Number along with date, name of the project MMABY
5.0 INSPECTION
5.1 All tests and inspection shall be made at the manufacturer's works by the purchaser or third party nominee. The manufacturer shall afford to the inspector representing the purchaser, all reasonable facilities, without charge to satisfy him that the material being furnished is in accordance with these specifications. The purchaser reserves the right to get any component /material being used by the manufacturer of the Surge Arrestor tested from any recognized test house.
5.2 The inspection by the purchaser or his authorized representative or third party nominee shall not relieve the bidder of his obligation of furnishing equipment in accordance with the specification.
115
6.0 DRAWINGS AND INSTRUCTION MANUALS
Within 15 days of receipt of the order, the successful tenderer shall furnish to the purchaser the following drawings and literature for approval:
(i) Outline dimensional drawings of Surge Arrestor and all accessories.
(ii) Assembly drawings and weights of main component parts.
(iii) Drawings of terminal clamps.
(iv) Arrangement of earthing lead.
(v) Minimum air clearance to be maintained of line components to ground.
(vi) Name plate
(vii) Insulating base
(viii) Surge monitor
(ix) Instructions manual
(x) Drawing showing details of pressure relief valve
(xi) Volt-time characteristics of surge arrestors
(xii) Detailed dimensional drawing of porcelain housing/Silicon polymeric i.e. internal diameter, external diameter, thickness, height, profile, creepage distance, dry arcing distance etc.
7.0 TECHNICAL PARTICULARS
7.1 The surge arrestors shall conform to the following standard technical requirements. The Insulation values shall be enhanced considering the altitude of operation & other atmospheric conditions.
System Parameters
(i) Nominal system voltage : 11kV (ii) Highest system voltage (iii) System earthing (iv) Frequency (Hz) (v) Lightning Impulse withstand Voltage (kVP) (vi) Power frequency withstand Voltage (kV rms) (vii) Arrestor duty
Connection to system : Phase to earth
Type of equipment to be protected : 11 KV Transformer & Switchgear 7.2 Surge Arrestors
(i) Type : Gapless Metal Oxide outdoor. (ii) Arrestor rating : 12 (iii) Continuous Operating Voltage(KV rms) : 9.60 to 10.20 (iv) Standard Nominal Discharge Current rating (kA)(8X20 Micro impulse shape: 10 (v) Degree of protection : IP 55 (vi) Protection Level (kV peak) : - (vii) Steep Current at 10 KA : 45 (viii) Lightning Impulse at 10 kA : 40 (ix) Energy capability corresponding to
a. Arrestor rating (Kj/Kv) : 4.0 b. COV (Kj/Kv) : 4.9
(x) Peak current for high current impulse operating duty or arrestor classification 10 kA(kA) : 100 7.3 Insulator Housing
(i) Power frequency withstand test voltage (wet) (kV rms) : 28 (ii) Lightning impulse withstand /test voltage 9kVP) : 75 7.4 Galvanization.
(i) Fabricated Steel Articles
a. 5 mm thick cover : 610 g/m² b. Under 5 mm but not less than 2 mm thick : 460 g/m² c. Under 2 mm but not less than 1.2 mm thick : 340 g/m²
(ii) Casting a. Grey Iron, malleable iron.
(iii) Threaded works other than tubes & fittings a. Under 100 mm Dia : 300 g/m²
10 mm Dia and above : 270 g/m²
116
19.0 TECHNICAL SPECIFICATION FOR 11 KV PIN INSULATOR
1.0 SCOPE
This specification covers the design, manufacture, testing at manufacturer's works, transport to
site, insurance, storage, erection and commissioning of insulators required for 11 kV lines.
1.0 STANDARD
The pin insulators shall comply with the Indian Standard specification IS : 731/1971 as amended from
time to time having mechanical failing load of 10 K.N for 33 kV insulator and 5 kN for 11 kV insulator.
Insulators conforming to any other internationally accreted standards which ensure equal or higher quality
than the standard mentioned would also be acceptable.
Where the material is offered according to the inter-national standard a copy of the specification shall be
attached with the tender.
2.1 General requirement: The porcelain should be sound, free from defects, thoroughly vitrified and smoothly
glared.
2.2 Unless otherwise specified, the glare shall be brown colour. The glare shall cover all the porcelain parts of
the insulators except those areas which serve as support during firing or are left unglared for purpose of
assembly.
2.3 The design of the insulator shall be such that stress due to expansion and contraction in any part of the
insulator shall not lead to deterioration. The porcelain shall not engage directly with hard metal.
2.4 Cement used in the construction of insulator shall not cause fracture by expansion or loosening by
contraction and proper care shall be taken to locate the individual parts correctly during cementing. The
cement shall not give rise to chemical reaction with metal fitting and its thickness shall be as uniform as
possible.
2.5 The insulator shall be multi-petty-coat type.
2.6 CLIMATIC CONDTIONS
a) Maximum temperature of air in shade 40° C
b) Minimum temperature of air in shade 2° C
c) Maximum humidity 93%
d) Average annual rainfall 2280 mm
e) Average number of rainy days per annum 150
f) Basic wind pressure 150 Kg/M2
g) Isoceraumic level 60
h) Altitude above MSL 100 M to 1000 M
2.0 BASIC INSULATION LEVEL
The test voltage (minimum requirement) of the insulator shall be as follows:
33 KV 11 KV
1. Highest system voltage (rms) 36 KV 12 KV
2. Wet one minute power frequency test(rms) 76 KV 35 KV
117
3. Power frequency puncture withstand (rms) 180 KV 105 KV
4. Impulse voltage withstand test(Peak) 170 KV 75 KV
5. Dry one minute power frequency test (rms) 95 KV -
6. Power frequency flush and voltage
a) Dry 95 KV -
b) Wet 80 KV -
3.0 MECHANICAL LEADS
The minimum failing load of the insulators shall be 5 kN for 11 kV and the load shall be applied
in transverse direction.
4.0 CREEPAGE DISTANCE
The minimum total creepage distance for insulators shall be 580 mm for 33 kV and 320 mm for
11 kV insulators.
5.0 MARKING
Each insulator shall be legibly and indelibly marked to show the following:
1.0 Name or trade mark of the manufacturer
2.0 Month and year of manufacture
3.0 Minimum failing load in KN
4.0 Country of manufacture
5.0 ISI certificate mark, if any
6.0 Name of the Project under MMABY.
The marking on porcelain shall be printed and shall be applied before firing.
6.0 Type Tests
\
The following type tests shall be conducted on 'a suitable number of individual insulator unit,
components, materials or complete strings:
a)Verification of dimensions
b)Thermal mechanical performance test
c)Power frequency voltage withstand and flashover test (i) dry (ii) wet
d)Impulse voltage withstand and flashover test (dry)
e) Visible discharge test (dry)
f)RIV test (dry)
g)Mechanical failing Load Test (for pin insulator only)
h)24 hrs. mechanical strength test (for strain / string insulator only)
7.4 Acceptance Test
i. Visual examination
ii. Verification of dimension
iii. Temperature cycle test
iv. Galvanizing test
v. Mechanical performance test
vi. Test on locking device for ball and socket coupling
vii. Eccentricity test
viii. Metallurgical test
a) Grain test
b) Inclusion rating For metal fittings only (in black condition)
c) Chemical analysis
d) Microstructure.
ix. Mechanical failing load test (for Pin Insulator only)
x. Electro-mechanical strength test (for strain insulator only)
xi. Porosity test
xii. Puncture test(for Strain Insulator only)
xiii.
118
7.5 ROUTINE TEST
a)Visual Inspection
b)Mechanical routine test (for Strain Insulator only)
c)Electrical routine test (for Strain Insulator only)
7.6 Tests During Manufacture
On all components as applicable
a)Chemical analysis of zinc used for galvanizing
b)Chemical analysis, mechanical, metallographic test and magnetic particle inspection for malleable castings.
c)Chemical analysis hardness tests and magnetic particle inspection for forgings
d)Hydraulic Internal Pressure tests On disc insulator shells
7.7 SCHEDULE OF TESTING AND ADDITIONAL TESTS
7.7.1 The Bidder has to indicate the schedule of following activities in their bids:
a) Submission of drawings for approval
b) Submission of Quality Assurance Programme for approval
c) Offering of material for sample selection for type tests
d) Type testing.
7.7.2 Additional Tests
7.7.2.1 The Owner reserves the right of having at his own expense any other test(s) or reasonable nature carried
out at Contractor's premises, at site, or in any other place in addition to the aforesaid type, acceptance
and routine tests to satisfy himself that the material comply with the Specifications.
7.7.2.2 The Owner also reserves the right to conduct all the tests mentioned in this specification at his own
expense on the samples drawn from the site at Contractor's premises or at any other test center. In case
of evidence of noncompliance, it shall be bindirg on the part of the Contractor to prove the compliance of
the items to, the technical specifications by repeat tests or correction of deficiencies, or replacement of
defective items, all without any extra cost to the Owner.
7.7.3 Co-ordination for Testing
The Contractor shall have to co-ordinate testing of insulators with hardware fittings to be supplied by other
Contractor and shall have to also guarantee overall satisfactory performance of the insulators with the
hardware fitting.
7.7.4 Test Reports
7.7.4.1 Copies of type test reports shall be furnished in at least six (6) copies along with one original. One copy
shall be returned duly certified by the Owner only after which the commercial production of the concerned
materials shall start.
7.7.4.2 Copies of acceptance test reports shall be furnished in at least six (6) copies. One copy shall be returned
duly certified by the Owner, only after which the material shall be despatch.
7.7.4.3 Record of routine test reports shall be maintained by the Contractor at his works for periodic inspection by
the Owner's representative.
7.7.4.4 Test certificates of test during manufacture shall be maintained by the Contractor. These shall be
produced for verification as and when desired by the Owner.
7.7.5 Inspection
7.7.5.1 The Owner's representative or third party nominee shall at all times be entitled to have access to the
works and all places of manufacture, where. insulator, and its component parts shall be manufactured and
the representatives shall have full facilities for unrestricted inspection of the Contractor's and ;1ub-
Contractor's works, raw materials, manufacture of th::; material and for conducting necessary test as
detailed herein.
7.7.5.2 The material for final inspection shall be offered by the Contractor only under packed condition as detailed
in the specification. The Owner shall select samples at random from the packed lot for carrying out
acceptance tests. Insulators shall normally be offered for inspection in lots not exceeding 5000 nos. the lot
should be homogeneous and should contain insulators manufactured in the span of not more than 3-4
consecutive weeks.
119
7.7.5.3 The Contractor shall keep the Owner informed in advance of the time of starting and the progress of
manufacture of material in their various stages so that arrangements could be made for inspection.
7.7.5.4 No material shall be dispatched from its point of manufacture before it has been satisfactorily inspected
and tested unless the inspection is waived off by the Owner in writing. In the latter case also the material
shall be dispatched only after satisfactory testing for all tests specified herein have been completed.
7.7.5.5 The acceptance of any quantity of material shall be no way relieve the Contractor of his responsibility for
meeting all the requirements of the specification and shall not prevent subsequent rejection, if such
material are later found to be defective.
7.0 BID DRAWING
8.0 The Bidder shall furnish full description and illustration of the material offered.
8.1 The Bidder shall furnish along with the bid the outline drawing (6 copies) of each insulator unit including a
cross sectional view of the insulator shell. The drawing shall include but not limited to the following
information:
a) Dimensions with manufacturing tolerances
b) Minimum creepage distance with positive tolerance
c) Protected creepage distance
d) Eccentricity of the disc
i. Axial run out
ii. Radial run out
e) Unit mechanical and electrical characteristics
f) Size and weight of Pin Ball Shank / ball and socket parts
g) Weight of unit insulator disc
h) Materials
i) Identification mark
j) Manufacturer's catalogue number
8.2 After placement of award, the Contractor shall submit fully dimensioned insulator drawings containing all
the details, in four (4) 'copies to Owner for approval. After getting approval from Owner and successful
completion of all the type tests, the Contractor shall submit 20 more copies of the same drawing to the
Owner for further distribution and field use at Owner's end.
9.0 Guaranteed Technical Particulars
The guaranteed technical particulars in respect of the Pin Insulators offered shall be submitted along
with the tender.
120
20.0 TECHNICAL SPECIFICATION FOR 11 KV DISC. INSULATORS (T&C) 45 KN
1.0 SCOPE
This specification cover the design, manufactures, testing at manufacturer's works, transport to
site, insurance, storage, erection and commissioning of strain insulators required for 11 KV line.
2.0 STANDARD
Strain insulators Tongue and Clevis type suitable for 11 KV lines shall be conforming to IS : 731/1971 with
its latest amendments and revision and having mechanical failing load of 45 K.N.
Insulators conforming to any other internationally accepted standards which ensure equal or higher quality
than the standard mentioned would also be acceptable.
Where the material is offered according to the inter-national accepted standard a copy of the specification
shall be attached with the tender.
2.1 GENERAL REQUIREMENT:
The porcelain should be sound, free from defects, thoroughly verified and smoothly glared. Unless
otherwise specified, the glare shall be brown colour. The glare shall cover all the porcelain parts of the
insulators except these areas which serve as support during firing or are left unglared for purpose of .
assembly.
2.2 The design of the insulator shall be such that stress due to expansion and contraction in any part of the
insulator shall not lead to deterioration. The porcelain shall not engage directly with hard metal.
2.3 The cement use in the construction of insulator shall not cause fracture by expansion or loosening by
contraction and proper care shall be taken to locate the individual parts correctly during commencing. The
cement shall not give rise to chemical reaction with metal fitting and its thickness shall be as uniform as
possible.
2.4 The insulator shall be multi-petty-coat type.
2.5 The insulator shall be in one piece.
2.6 CLIMATIC CONDITIONS.:
(i) Maximum ambient temperature in shade : 40°C
(ii) Minimum daily average ambient air temperature : 35°C
(iii) Maximum yearly average ambient air temperature : 30°C
(iv) Maximum ambient temperature : 2°C
(v) Maximum relative humidity : 93%
(vi) Average number of thunder storms days per annum : 45 days
(vii) Average number of rainy days per annum : 150 days
(viii) Average annual rainfall : 2280 mm
(ix) Number of months of tropical monsoon conditions : 5 months
(x) Maximum wind pressure : 150 Kg/sq.m
(xi) Altitude not exceeding : 1000 M
4.0 BASIC INSULATION LEVEL
The test voltage (minimum requirement) of the insulator shall be as follows:
a)Highest system voltage : 12 KV(rms)
b)Wet one minute power frequency test : 35 KV(rms)
c)Power frequency puncture withstand test : 1.3 times the actual dry flashover voltage
d)Impulse voltage withstand test : 75 KV (rms)
5.0 MECHANICAL LOADS
The minimum failing load of the insulators shall be 45 KN and the load shall be applied transverse.
121
6.0 CREEP AGE DISTANCE:
The minimum total creepage distance for insulators shall be suitable for heavily polluted and humidity
atmospheric conditions and shall be 320 mm.
7.0 MARKING
Each insulator shall be legibly and indelibly marked to show the following:
a)Name or trade mark of the manufacturer
b)Month and year of manufacture
c)Minimum failing load in KN
d)Country of manufacture
e)ISI certificate mark and name of the project
The marking on porcelain shall be printed and shall be applied before suitably.
TEST
7.1 Type test
The following type tests shall be conducted on a suitable number of individual insulator unit, components,
materials or complete strings:
1.0 Verification of dimensions
2.0 Thermal mechanical performance test
3.0 Power frequency voltage withstand and flashover test (i) dry (ii) wet
4.0 Impulse voltage withstand and flashover test (dry)
5.0 Visible discharge test (dry)
6.0 RIV test (dry)
7.0 Mechanical failing Load Test (for pin insulator only)
8.0 24 hrs. mechanical strength test (for strain I string insulator only)
7.2 Acceptance Tests
a) Visual examination
b) Verification of dimensions
c) Temperature cycle test
d) Galvanizing test
e) Mechanical performance test
f) Test on locking device for ball and socket coupling
g) Eccentricity test
h) Metallurgical test
(i) Grain size
(ii) Inclusion rating
(iii) Chemical analysis
(iv) Microstructure
i) Mechanical failing load test (for Pjn Insulator only)
j) Electro-mechanical strength test (for Strain insulator only)
k) Porosity test
l) Puncture test (for strain Insulator only)
7.3 Routine Tests
a. Visual Inspection
b. Mechanical routine test for Strain Insulator only)
c. Electrical routine test (for Strain Insulator only)
7.4 Tests During Manufacture
On all components as applicable
a)Chemical analysis of zinc used for galvanizing
b)Chemical analysis, mechanical, metallographic test and magnetic particle inspection for malleable castings.
c)Chemical analysis hardness tests and magnetic particle inspection for forgings
122
d)Hydraulic Internal Pressure tests On disc insulator shells
8.0 SCHEDULE OF TESTING AND ADDITIONAL TESTS
8.1 The Bidder has to indicate the schedule of following activities in their bids:
a. Submission of drawings for approval b. Submission of Quality Assurance Programme for approval c. Offering of material for sample selection for type tests d. Type testing.
8.2 Additional Tests
8.2.1 The Owner reserves the right of having at his own expense any other test(s) or reasonable nature carried out at Contractor's premises, at site, or in any other place in addition to the aforesaid type, acceptance and routine tests to satisfy himself that the material comply with the Specifications.
8.2.2 The Owner also reserves the right to conduct all the tests mentioned in this specification at his own
expense on the samples drawn from the site at Contractor's premises or at any other test center. In case of
evidence of noncompliance, it shall be binding on the part of the Contractor to prove the compliance of the
items to the technical specifications by repeat tests or correction of deficiencies, or replacement of
defective items, all without any extra cost to the Owner.
8.3 Co-ordination for Testing
The Contractor shall have to co-ordinate testing of insulators with hardware fittings to be supplied by other
Contractor and shall have to also guarantee overall satisfactory performance of the insulators with the
hardware fitting.
8.4 Test Reports
8.4.1 Copies of type test reports shall be furnished in at least six (6)' copies along with one original. One copy
shall be returned duly certified by the Owner only after which the commercial production of the concerned
materials shall start.
8.4.2 Copies of acceptance test reports shall be furnished in at least six (6) copies. One copy shall be returned
duly certified by the Owner, only after which the material shall be despatch.
8.4.3 Record of routine test reports shall be maintained by the Contractor at his works for periodic inspection by
the Owner's representative.
8.4.4 Test certificates of test during manufacture shall be maintained by the Contractor. These shall be
produced for verification as and 'When desired by the Owner.
9.0 INSPECTION
9.1 The Owner's representative or third party nominee shall at all times be entitled to have access to the works
and all places of manufacture, where insulator, and its component parts shall be manufactured and the
representatives shall have full facilities for unrestricted inspection of the Contractor's and sub Contractor's
works, raw materials, manufacture of the material and for conducting necessary test as detailed herein.
9.2 The material for final inspection shall be offered by the Contractor only under packed condition as detailed in the specification. The Owner shall select samples at random from the packed lot for carrying out acceptance tests. Insulators shall normally be offered for inspection in lots not exceeding 5000 nos. the lot should be homogeneous and should contain insulators manufactured in the span of not more than 3-4 consecutive weeks.
9.3 The Contractor shall keep the Owner informed in advance of the time of starting and the progress of manufacture of material in their various stages so that arrangements could be made for inspection.
9.4 No material shall be dispatched from. its point of manufacture before it has been satisfactorily inspected and tested unless the inspection is waived off by the Owner in writing. In the latter case also the material shall be dispatched only after satisfactory testing for all tests specified herein have been completed.
9.5 The acceptance of any quantity of material shall be no way relieve the Contractor of his responsibility for meeting all the requirements of the specification and shall not prevent subsequent rejection, if such
123
material are later found to be defective.
10.0 DRAWING
10.1 The Bidder shall furnish full description and illustration of the material offered.
10.2 The Bidder shall furnish along with the bid the outline drawing (6 copies) of each insulator unit including a
cross sectional view of the insulator shell. The drawing shall include but not limited to the following
information:
a. Dimensions with manufacturing tolerances
b. Minimum creepage distance with positive tolerance
c. Protected creepage distance
d. Eccentricity of the disc
(i) Axial run out
(ii) Radial run out
e. Unit mechanical and electrical characteristics
f. Size and weight of Pin Ball Shank I ball and socket parts
g. Weight of unit insulator disc
h. Materials
i. Identification mark
j. Manufacturer's catalogue number
10.3 After placement of award, the Contractor shall submit fully dimensioned insulator drawings containing all
the details, in four (4) copies to Owner for approval. After getting approval from Owner and successful
completion of all the type tests, the Contractor shall submit 20 more copies of the same drawing to the
Owner for further distribution and field use at Owner's end.
124
21.0 TECHNICAL SPECIFICATION OF L T & HT GUY INSULATOR
1.0 Scope
This specification covers design, manufacture, testing, transport to site, insurance, storage, erection and commissioning of the strain type porcelain Guy Insulator used in distribution overhead power lines.
1.0 Standard
This insulators shall comply with Indian Standard specification IS: 5500/1969 and as amended from time to time except where they conflict with the requirements in this specification. Offers conforming to any other internationally accepted standard which ensure equal or higher quality than the standard mentioned will be acceptable.
2.0 Service Conditions
The service conditions at which Insulator has to be designed is as follows:
i) Maximum ambient temperature in shade : 40°C
ii) Minimum daily average ambient air temperature : 35°C
iii) Maximum yearly average ambient air temperature : 30°C
iv) Maximum ambient temperature : 2°C
v) Maximum relative humidity : 93%
vi) Average number of thunder storms days per annum : 45 days
vii) Average number of rainy days per annum : 150 days
viii) Average annual rainfall : 2280 mm
ix) Number of months of tropical monsoon conditions : 5 months
x) Maximum wind pressure : 150 Kg/sq.m
xi) Altitude not exceeding : 1000 M
3.0 General Requirements
This porcelain shall be sound, free from defects, thoroughly vitrified and smooth glared. The design of the insulator shall be such that stresses to expansion and contraction at any part of the insulator shall not load to its deterioration. The glare, unless otherwise specified, shall be brown in colour. The glare shall cover the entire porcelain surface parts except those areas that serves as supports during firing or area otherwise required to be left unglared.
4.0 Insulator Characteristics
The Guy Strain Insulators shall have the electrical and mechanical characteristics as shown below:
L.T. Strain Type Porcelain Guy Insulator
1) Length 2) Diameter 3) Cable hole dia' 4) Minimum failing load 5) Creepage distance 6) Dry one minute power frequency withstand voltage 7) Wet one minute power frequency withstand voltage
The dimensions are shown in Figure H.T. Strain Type Porcelain Guy Insulator (11 KV)
1) Length 140 mm 2) Diameter 85 mm 3) Cable hole dia 25 mm + 1.5 4) Minimum failing load 88 KN 5) Creepage distance 48 mm
6) Dry one minute power frequency withstand 27 KV (rms) voltage 7) Wet one minute power frequency withstand 13 KV (rms) voltage
All other dimensions are shown in the Figure
5.0 Test
All insulators shall comply the following test as per IS : 5300 A) Routine test:
125
The following shall be carried out as., routine test.
a) Visual Examination
Every insulators shall be visually examined. The insulators shall be free from physical distortion of shape and defects, and thoroughly verified and smoothly glared. They should be free from cracks or any other defects likely to be prejudicial to the satisfactory performance in service.
b) Type test: The following shall constitute the type test and those shall be conducted in the order given below:
i. Visual examination ii. Verification of dimensions iii. Temperature cycle test iv. Dry one minute power frequency voltage withstand test v. Wet one minute power frequency voltage withstand test vi. Mechanical strength test vii. Porosity test.
The number of samples for type test are to be agreed to between the purchaser and the supplier.
c) Acceptance Test (to be conducted in the following order)
i. Verification of Dimensions ii. Temperature cycle test iii. Mechanical strength test iv. Porosity test
The number of samples for acceptance test shall be in accordance to IS: 5300.
d) Type test certificate fro National Test House/ Govt. recognized institutions/ Govt. recognized public Testing Laboratories are also to be submitted along with the offer, failing which the offer is liable for rejection.
6.0 Marking
Each insulator shall be legibly and indelibly marked to shown the following: a.Name of trade mark of the manufacturer b.Year of manufacture and name of project
Marking on porcelain shall be printed and shall be applied before firing. Insulators may also be marked with the ISI certification mark.
7.0 Inspection
All tests and inspections shall be carried out at the place of manufacturer unless otherwise agreed by the purchaser and the manufacturer at the time of purchase. The manufacturer shall afford the inspector representing the purchaser or the third party nominee, all reasonable facilities, without charge, to satisfy that materials are being furnished in accordance with the specification. The purchaser reserves the right to have the test carried out at his own cost by an independent agency whenever there is dispute regarding the quality of materials supplied.
8.0 Drawing
Drawing specifically showing all dimensions is to be submitted along with technical bid.
126
22.0 TECHNICAL SPECIFICATION FOR L T SHACKLE INSULATOR
1.0 Scope
This specification covers design, manufacture, testing at works, transport to site, insurance, storage,
erection and commissioning of the porcelain shackle insulators for use on 415/240 volts over-head power
lines.
4.0 Standard
The insulators shall comply with the Indian Standard specification IS:14451977 and as amended from time
to time, except for any specific-requirements stated in this specification.
Offers, conforming to other internationally accepted standard which ensure equal or higher quality than
the standard mentioned will be acceptable.
3.0 Atmospheric Conditions
The climatic conditions under which the insulators are required to operate is given as below:
(i) Maximum ambient temperature in shade : 40°C
(ii) Minimum daily average ambient air temperature : 35°C
(iii) Maximum yearly average ambient air temperature : 30°C
(iv) Maximum ambient temperature : 2°C
(v) Maximum relative humidity : 93%
(vi) Average number of thunder storms days per annum : 45 days
(vii) Average number of rainy days per annum : 150 days
(viii) Average annual rainfall : 2280 mm
(ix) Number of months of tropical monsoon conditions : 5 months
(x) Maximum wind pressure : 150 Kg/sq.m
(xi) Altitude not exceeding : 1000 M
Reference atmospheric conditions at which insulator characteristics shall be expressed for the purpose of
comparison shall be given as follows:
a. Ambient temperature : 20°C
b. Barometric pressure : 1013 mili bars
c. Absolute humidity : 11 gm to water per cubic mtr.
Test for the purpose of this standard shall preferably be carried out under conditions of temperature and
humidity specified in IS: 196-1966 (That is a temperature of 27 C.±. 2°C and relative humidity of 65 .±2
percent) and at the prevailing atmospheric pressure. When this is not possible test may be carried out
under conditions naturally obtaining at the time of test. The Barometric pressure, Air temperature and
humidity shall be recorded for the purpose of corrections.
4.0 General Requirements
The porcelain shall be found free from defects, thoroughly verified and smoothly glared.
The glare unless otherwise specified shall' be brown in colour. Except for the --'/-
screw threads and the parts on which the porcelain is supported during firing, which may be left unglared,
all other surface of the insulator shall be effectively glared.
The design of the insulator shall be such that stress due to expansion and contraction in any parts of the
insulator shall not lead to it deterioration.
The insulator shall be in one piece and shall have dimensions as shown below and as per drawing.
a. Outer Diameter of porcelain disc Upper : 115mm
b. Outer diameter of porcelain disc Bottom : 100mm
c. Upper glared porcelain dia : 50mm
127
d. Bottom unglared porcelain dia : 55mm
e. Hollow diameter : 20mm
f. Height of the insulator : 100mm
g. Conductor supporting grove : 13mm. Radius & diameter 65mm
h. Top curvature of upper porcelain disc : 22 mm radius
5.0 Type Of Insulators
Shackle insulator is an insulator consisting of one porcelain part and intended to be mounted vertically or
horizontally between and in contact with two ends of a 'U' straps or a pair of straps with its axis vertical
and intended to secure a line conductor in tension.
6.0 Insulator Characteristics
The insulators shall have the electrical and mechanical characteristics as shown below:
a. Dry power frequency withstand test voltage 23 KV(rms)
b. Wet power frequency withstand test voltage 10 KV(rms)
c. Power frequency puncture withstand test 1.3 X the actual dry flashover voltage
d. Minimum failing load 16 KN
7.0 Tests
7.1 Type test
The following type tests shall be conducted on a suitable number of individual insulator unit, components,
materials or complete strings:
a) Verification of dimensions
b) Thermal mechanical performance test
c) Power frequency voltage withstand and flashover test (i) dry (ii) wet
d) Impulse voltage withstand and flashover test (dry)
e) Visible discharge test (dry)
f) RIV test (dry)
g) Mechanical failing Load Test (for pin insulator only)
h) 24 hrs. mechanical strength test (for strain / string insulator only)
7.2 Acceptance Tests
a) Visual examination
b) Verification of dimensions
c) Temperature cycle' test
d) Galvanizing test
e) Mechanical performance test
f) Test on locking device for ball and socket coupling
g) Eccentricity test
Metallurgical test
a. Grain size
b. Inclusion rating – For metal fittings only (in black condition)
c. Chemical analysis
d. microstructure
Mechanical failing load test (for Pin Insulator only)
Electro-mechanical strength test (for Strain Insulator only)
Porosity test
Puncture test (for Strain Insulator only)
7.3 Routine Tests
a) Visual Inspection
b) Mechanical routine test for Strain Insulator only)
c) Electrical routine test (for Strain Insulator only)
7.4 Tests During Manufacture
On all components as applicable
a) Chemical analysis of zinc used for galvanizing
b) Chemical analysis, mechanical, metallographic test and magnetic particle inspection for
malleable castings.
c) Chemical analysis hardness tests and magnetic particle inspection for forgings
d) Hydraulic Internal Pressure tests on disc insulator shells
128
7.5 Schedule Of Testing And Additional Tests
7.5.1 The Bidder has to indicate the schedule of following activities in their bids:
a) Submission of drawings for approval
b) Submission of Quality Assurance Programme for approval
c) Offering of material for sample selection for type tests
d) Type testing.
7.5.2 Additional Tests
The Owner reserves the right of having at his own expense any other test(s) or reasonable nature carried
out at Contractor's premises, at site, or in any other place in addition to the aforesaid type, acceptance
and routine tests to satisfy himself that the material comply with the Specifications.
7.5.2.1 The Owner also reserves the right to conduct all the tests mentioned in this specification at his own
expense on the samples drawn from the site at Contractor's premises or at any other test center. In case
of evidence of noncompliance, it shall be binding on the part of the Contractor to prove the compliance of
the items to the technical specifications by repeat tests or correction of deficiencies, or replacement of
defective items, all without any extra cost to the Owner.
7.5.3 Co-ordination for Testing
The Contractor shall have to co-ordinate testing of insulators with hardware fittings to be supplied by other
Contractor and shall have to also guarantee overall satisfactory performance of the insulators with the
hardware fitting.
7.5.4 Test Reports
7.5.4.1 Copies of type test reports shall be furnished in at least six (6) copies along with one original. One
copy shall be returned duly certified by the Owner only after which the commercial production of the
concerned materials shall start.
7.5.4.2 Copies of acceptance test reports shall be furnished in at least six (6) copies. One copy shall be
returned duly certified by the Owner, only after which the material shall be despatch.
7.5.4.3 Record of routine test reports shall be maintained by the Contractor at his works for periodic
inspection by the Owner's representative.
7.5.4.4 Test certificates of test during manufacture shall be maintained by the Contractor. These shall be
produced for verification as and when desired by the Owner.
8.0 Inspection
8.1 The Owner's representative or third party nominee shall at all times be entitled to have access to the works
and all places of manufacture, where insulator, and its component parts shall be manufactured and the
representatives shall have full facilities for unrestricted inspection of the Contractor's and sub Contractor's
works, raw materials, manufacture of the material and for conducting necessary test as detailed herein.
8.2 The material for final inspection shall be offered by the Contractor only under packed condition as detailed
in the specification. The Owner shall select samples at random from the packed lot for carrying out
acceptance tests. Insulators shall normally be offered for inspection in lots not exceeding 5000 nos. the lot
should 'be homogeneous and should contain insulators manufactured in the span of not more than 3-4
consecutive weeks.
8.3 The Contractor shall keep the Owner informed in advance of the time of starting and the progress of
manufacture of material in their various stages so that arrangements could be made for inspection.
8.4 No material shall be dispatched from its point of manufacture before it has been satisfactorily inspected
and tested unless the inspection is waived off by the Owner in writing. In the latter case also the material
shall be dispatched only after satisfactory testing for all tests specified herein have been completed.
8.5 The acceptance of any quantity of material shall be no way relieve the Contractor of his responsibility for
meeting all the requirements of the specification and shall not prevent subsequent rejection, if such
material are later found to be defective.
9.0 Marking
Each insulator shall be legibly and indelibly marked to show the following
a. Name or trade-mark of the manufacturer
b. Year of manufacture
129
c. ISI marking and name of the project MMABY.
Marking on porcelain shall be printed and shall be applied before fixing.
10.0 Drawing
10.1 The Bidder shall furnish full description and illustration of the material offered.
10.2 The Bidder shall furnish along with the bid the outline drawing (6 copies) of each insulator unit including a
cross sectional view of the insulator shell. The drawing shall include but not limited to the following
information:
a. Dimensions with manufacturing tolerances
b. Minimum creepage distance with positive tolerance
c. Protected creepage distance
d. Eccentricity of the disc
i) Axial run out
ii) Radial run out
e. Unit mechanical and electrical characteristics
f. Size and weight of Pin Ball Shank / ball and socket parts
g. Weight of unit insulator disc
h. Materials
i. Identification mark
j. Manufacturer's catalogue number
130
TECHNICAL SPECIFICATION FOR G.I. PIN OF 11 KV PIN INSULATOR
1.0 Scope
This specification covers design, manufacture, testing at manufacturer’s works, transport to site, storage, insurance, erection and commissioning of galvanized forged steel pins for use in 11 KV lines.
2.0 Standard 2.1 11 kV:
The galvanized Iron forged steel pins having stalk length 165 mm and shank length 150 mm shall be of type SL- 65p/conforming to IS 2486 (PT-I/1971) and IS: 2486 (PT-II/1963) with latest amendments and revisions from time to time. Details of the pin are shown in the drawing.
2.2 The pins conforming to any other internationally accepted standards which ensure equal or higher quality than the standard mentioned would also be acceptable.
3.0 General Requirements
The pins shall be single piece obtained by process of forging. They shall not be made by joining, welding, shrink fitting or any other process for more than one piece of materials. They shall be of good finish, free from flaws and other defects. The finish of the collar and the shank is avoided.
All ferrous pins, nuts spring washers shall be galvanized and small fittings like spring washers, nuts etc. may be electroplated with zinc. The threads of nuts and tapped holes etc. shall be rounded. The galvanizing should be as per ISS: 2633/1964.
The dimensions of the pins shall be as follows:
11 KV 33KV
a) Stalk length 165mm 230 mm b) Shank length 150 mm 150 mm c) Thickness of collar 5 mm 6 mm d) Diameter of collar 40 mm 50 mm
e) Diameter of shank 20 mm 24 mm
f) Threaded length of shank 100 mm 100 mm
g) Diameter of stalk head 18.29 mm 27.78 mm
h) Threaded length of stalk 4 mm 47 mm i)
The pins shall have minimum failing load of 5 KN for 11 kV and 10 kN for 33 kV.
4.0 Tests
Pin shall comply with the following tests.
1.1 Type test: a) Visual examination test b) Verification of dimensions c) Checking of threads d) Galvanizing test e) Mechanical strength tests
1.2 Routine test: a) Visual examination test
1.3 Acceptance test: Checking of threads on heads a) Galvanizing test b) Mechanical test
5.0 Inspection
All tests and inspections or shall be carried out at the place of manufacturers unless otherwise agreed by the purchaser and the manufacturers at the time of purchase. A manufacturer shall afford the inspector or third party nominee representing the purchaser all reasonable facilities, without charge to satisfy that the materials are being purchased as per specification. The purchaser reserved the right to have the test carried out at his co.st by an independent agency, whenever there is dispute regarding the quality of the materials supplied.
6.0 Marking
The pins shall be marked with name of manufacturer, year and name of project
131
24.0 TECHNICAL SPECIFICATION FOR STAY SET (HT & LT)
1.0 Scope:
This specification covers the design, manufacture testing at manufacturer's works, transport to site,
insurance, storage, erection and commissioning of the Stay Sets (L T/HT) required from the
distribution lines at designated locations.
2.0 Standard: All the materials of stay sets shall comply in all respects with the requirements of the latest
edition of the relevant Indian or British Standard specification except in so far as they are modified this specification.
3.0 Design Consideration: Stay Rods shall be Galvanised and shall be of circular Cross-section with bow, thimble,
nuts and bolts. The Rods shall be threaded at one end up to a minimum of 30 cm length and shall be
complete with Galvanised M.S. Anchor Plates with all necessary accessories. All parts shall be heavily
galvanised.
4.0 Climatic Conditions
(ii) Maximum ambient temperature in shade : 40°C
(iii) Minimum daily average ambient air temperature : 35°C
(iv) Maximum yearly average ambient air temperature : 30°C
(v) Maximum ambient temperature : 2°C
(vi) Maximum relative humidity : 93%
(vii) Average number of thunder storms days per annum : 45 days
(viii) Average number of rainy days per annum : 150 days
(ix) Average annual rainfall : 2280 mm
(x) Number of months of tropical monsoon conditions : 5 months
(xi) Maximum wind pressure : 150 Kg/sq.m
(xii) Altitude not exceeding : 1000 M
5.0 Testing: Type and Routine Tests should be carried on different components of each stay sets as per
relevant Indian Standard specification and certified copies of the above should be submitted along with the
tender.
6.0 Schedule Requirement·: Stay sets complete with Thimble bow stay
Rod/Anchor plate with nuts etc. and made of Rolled mild Steel Rod and plates as per detailed given below:
A) Anchor Plate: II) Thickness not below 5 mm. III) Size not below 230 mmX230 mm with smooth edges (for L T) IV) Size not below 300 mmX300 mm with smooth edges (for HT) V) Well galvanised VI) Materials M.S. Rolled plate VII) About 20 mm square hole at centre for locking the plate with the Anchor Rod (for HT) & 19
mm (for L T)
B) Anchor Rod:
2.1 Length 1800 mm or above 2.2 Threaded length 30 cm or above 2.3 Diameter 18 mm or above (for HT) 2.4 Anchor plate and head: square size 30mm X 30mm with thickness 25 mm having
matching square size shank for locking the Anchor plate. 2.5 One ratched lock nuts, grooves must match the grooves at bow flange 2.6 One check nut.
132
2.7 Materials H.S. 2.8 Component well galvanised with extra care for the threaded portion. 2.9 Both lock and check nuts should be matching to the Anchor Rod thread such that
punching of thread after assembly at site safeguards them against removal.
C) Thimble: The match bow diameter and bend should be well galvanised.
D) Bow: Rod diameter 12mm/16mm or above overall length 35cm/40cm or above. Flange with well formed locking grooves matching the locking nut, bow ends will be riveted securely with the flange. All items to be galvanised.
7.0 Inspection:
All tests and inspections shall be carried out at the place of manufacturer unless otherwise agreed by the purchaser and the manufacturers at the time of purchase. A manufacturer shall afford the inspector representing the purchaser or third party nominee, all reasonable facilities, without charge to satisfy that the materials are being purchased as per specification. The purchaser reserves the right to have the test carried out at his cost by an independent agency, whenever there is dispute regarding the quality of the materials supplied.
8.0 Marking
The material shall be marked with name of the manufacturer, year and also the name of the project
133
25.0 TECHNICAL SPECIFICATION FOR G.I. STAY WIRE
1.0 Scope
The specification covers design, manufacturing and testing, transporting to site, insurance, storage, erection and commissioning of G.I. Stay Wire 7/10SWG and 7/14SWG.
2.0 Materials.
The wire shall be manufactured from steel, made by any suitable process and shall not contain sulphur and phosphorus exceeding 0.065 percent each. The wires shall be coated with Zinc Grade Zn 98 of IS:209-1966 The general requirements for the supply of Galvanized stay strand shall be in accordance with IS:1387-1967
3.0 Construction
3.1 Grades: The wire shall be of Grade-I and tensile strength range 45 up to and including Kg/mm 3.2 The Galvanized stay strand shall be of 7/2 mm and 7/3.15 mm. the lay of the strands shall be of the length
of 7/2 mm and Tables-I of IS: 2141-1963. the wires shall be so stranded together that when and evenly distributed pull is applied at the end of the completed strand each wire will take equal share of the pull.
3.3 The length of the strand which may be supplied without joints in the individual wires comprising it, depend
on the length of wire which may be carried by the bobbin in a normal stranding machine. The normal lengths of strand which shall be supplied without joints in the individual wires, excluding welds made in the rod before drawing shall be as given below. The lengths may be exceeded by agreement between the manufacturer and the purchaser.
Diameter of wire in strand Normal length without joints of weld 3.15 mm 1000 M 2.0 mm 3000 M
3.4 In cases where joints are permitted, they shall be made by welding of brazing joints in the same wire shall be separated by a length of not less than that shown in 3.3 and joints in different wires in a strand shall not be less than 20 M apart.
4.0 Freedom from Defects :
4.1 Each coil shall be warranted to contain no weld joint or splice other than in the rod before it is drawn and those permitted in 3.4. The wire shall be circular and shall be free scale, irregularities imperfections flaws splits and other defects. The Zinc coating shall be smooth, even the bright.
5.0 Tests:
5.1 Chemical Analysis: Unless otherwise agreed to between the purchaser and the supplier, the chemical analysis be carried out.
5.2 Tensile Test: The wire when tested in accordance with IS: 1521-1960, on gauge length of 100 mm shall have the minimum tensile strength specified in Tables 1 of IS : 2141/1968 according to the grade of the wire.
5.2.1 The tensile strength of the finalised strand shall be not less tI~an 93 percent of the aggregate of the single wires.
5.3 Delivery test: The wire shall be subjected to the wrapping test in accordance with IS : 1755/1961. When wrapped eight times round its own diameter and on being subsequently strengthened the wire shall not break or split.
5.3.1 Coating test: The uniformity of Zinc coating shall be tested by the method specified in IS : 2633/1964. The wire shall withstand the number or dips as specified in IS : 4826-1968.
134
6.0 Marking:
6.1 Each coil shall be provided with a label, fixed firmly on the inneJ part of the coil, bearing 'the following
information. a. Manufacturer's name or trade mark b. Lot number and coil number c. A brief description and quality of the materials. d. Weight and e. Any other particulars specified by the purchaser f. Name of the project .
6.2 The label may also be marked with the ISI certification mark. 7.0 Inspection:
The test should be carried out in presence of the inspecting officer deputed by purchaser or third party nominee and the test should be in conformity with relevant IS .
135
TECHNICAL SPECIFICATION FOR CAST IRON EARTH PIPE
1.0 Scope
This specification covers design, manufacture, testing, transport to site, insurance, storage, erection and
commissioning of the cast iron earth pipe for use on line & substation as earthing pipe.
2.0 Standard
The Earth pipe shall comply with the Indian Standard specification IS: 1729/1964 and as amended from
time to time except where they conflict with the specific requirements in this specification.
3.0 Climatic Conditions
I. Maximum ambient temperature in shade : 40°C
II. Minimum daily average ambient air temperature : 35°C
III. Maximum yearly average ambient air temperature : 30°C
IV. Maximum ambient temperature : 2°C
V. Maximum relative humidity : 93%
VI. Average number of thunder storms days per annum : 45 days
VII. Average number of rainy days per annum : 150 days
VIII. Average annual rainfall : 2280 mm
IX. Number of months of tropical monsoon conditions : 5 months
X. Maximum wind pressure : 150 Kg/sq.m
XI. Altitude not exceeding : 1000 M
4.0 Manufacture
Metal used for the manufacture of pipes shall be good quality cast iron.
Casting shall be stripped with all precautions necessary to avoid wrapping and shrinkage defects. They
shall be free from defects which effect the use of castings. By agreement between the purchaser and the
manufacturer, minor defects may be rectified.
Pipes shall be such that they could be cut, drilled or machines.
Bolts, buts & washers shall be made of Steel and well galvanized. The bolts shall be of 200 mm length, 16 mm diameter with 2(two) nos. plain washers, one locknut & one check nut. Threaded length of the bolts should be 50 mm.
5.0 Sizes
Dimensions of pipe & socket shall be conform to the sizes shown below and as per drawing enclosed:
Nominal length of the pipe with socket 1800 mm Nominal diameter of pipe 100 mm External diameter of pipe 110 mm Thickness of pipe 5 mm Projection of spigot bead 3 mm Width of spigot bead 15 mm Internal dia of socket 129 mm Thickness of socket 6 mm Internal depth of socket 70 mm
Internal Radius of socket 5 mm
Width of grooves of socket 10 mm
External dia of grooves socket 155 mm
Depth of grooves of socket 5 mm
Nominal weight of pipe (Exclusive of ear) 21.67 Kg
136
5.0 Tolerance
The Tolerance of the 100 mm nominal diameter pipe shall be ±3.5 mm
The Tolerance of pipe thickness shall be - 15 percent
The Tolerance of length of the pipe shall be - ± 20mm
The Tolerance of weight of the pipe shall be - 10 Percent
Pipes weighing more than the nominal weight may be accepted provided they comply in every
other respect with the requirements of this standard.
6.0 TEST
6.1 Hammer test: Each pipe when tested for soundness by striking with a light hand hammer shall emit a clear
ringing sound.
6.2 Hydraulic test : If so required by the purchaser, pipe shall be tested hydraulically at a pressure of 0.4 kg/cm2
without showing any sign of leakage, sweating or other defect of any kind. The pressure shall be applied
internally and shall be maintained for not less than 15 seconds. The tests shall be conducted before
coating of pipe.
7.0 Inspection
All tests and inspection shall be carried out at the place of manufacturers unless otherwise agreed by the
purchaser and the manufacturer at the time of purchase. A manufacturer shall afford the inspector
representing the purchaser or third party nominee all reasonable facilities without charge to satisfy that the
materials are being purchased as per specification. The purchaser reserves the right to have the test
carried out at his cost by an independent agency, whenever there is dispute regarding the quality of
materials supplied. All incoming consignment shall be checked at stores.
8.0 Coating
Normally pipes, unless specially ordered, shall be supplied free of coating on surfaces.
9.0 Marking
Each pipe shall have the Trade mark of the manufacturer and nominal size suitably marked on it. The pipe
marked with the ISI certificate mark, shall be preferred. Name of the project shall be marked.
137
TECHNICAL SPECIFICATION FOR CROSS ARM
1.0 Scope
This covers manufacturing, transport to site, insurance, storage, erection and commissioning of different
types of Cross Arms suitable for 11 kV and L T lines.
2.0 Climatic Conditions
The cross arms should be suitable for the climatic condition mentioned below:
a) Maximum temperature of air in shade 40°C
b) Minimum temperature of air in shade 2°C
c) Maximum temperature of air in Sun 40°C
d) Maximum Humidity 93%
e) Average number of thunderstorm days 45
f) Average numbers of dust storms per annum 10
g) Maximum rainfall/annum 3500 mm
h) Average rainfall 2280 mm
i) Wind Pressure 97.8 Kg/Sq.mm
j) Altitude above MSL 100 m to 1000 m
3.0 Standards
A. For 11 KV’ Cross-Arm
Cross Arms shall be made as per the drawings enclosed.
The Cross Arms shall be made out of 75 X 40 X 6 mm MS Channel and MS Flat 50 X 6 mm
Cross Arms shall be hot dip galvanized generally conforming to IS-2633/1972
Cross Arms should not be welded/joined at any place except as specified.
The clamps for the Cross Arms shall be made of 50 X 6 MS Flat and shall be hot dipped
galvanized.
The clamps shall be designed to fit for the specified STP/PSC poles.
The rolling and cutting tolerance for steel products conforming to IS-226 shall be those specified
in IS-1852/1973 or latest version.
B. Cross Arm for 33 KV Lines.
The Cross Arms shall be made as per the drawings.
The Cross Arms shall be made out of 100 X 50x6mm MS Channel and MS Flat 75 X 8
mm
The Cross Arm shall be hot dipped galvanized generally conforming to the IS-
2633/1972
The Clamps for the Cross Arms shall be made out of 75 X 8 mm MS Flat and shall be
hot dipped galvanized conforming to IS-2633/1972
The Clamps shall be designed to fit for STP/PSC Poles.
The rolling and cutting tolerance for steel products conforming to IS-226 shall be those
specified in IS-1852/1972 or latest version.
C. Horizontal Type Cross Arm for 11 KV / 33 KV
It shall comprise of 100 X 50x6 mm, 3.2 M long MS Channel for 33 KV and 2.2 mt. long
for 11 KV to be provided on STP/ PSCC Poles
The rolling and cutting tolerance for steel products conforming to IS-226 shall be those
138
specified in IS-1852/1972 or latest version.
The Cross Arm shall be hot dipped galvanized generally conforming to the IS-
2633/1972
The clamps for the Cross Arms shall be made of 50 X 6 MS Flat and shall be hot
dipped galvanized.
The Cross Arm should not have any welded joints.
D. Cross Arm for LT Lines
The Cross Arms shall comprise of 40 X 40 X 6 mm, 0.51 Mt. long MS Channel to be
provided on PSCC Poles.
The rolling and cutting tolerance for steel products conforming to IS-226 shall be those
specified in IS-1852/1972 or latest version.
The Cross Arm shall be hot dipped galvanized generally conforming to the IS-2633/1972
The Cross Arm should not have any welded joints.
The clamps shall be manufactured with MS Flat 50 X 6 mm suitable for PSCC poles and
shall be hot dipped galvanized.
E. LT MS Angle Cross Arm size 75 X 40 X 6 X 1020 mm
The Cross Arm should not have any welded joints.
All the Cross Arms shall be properly brushed to make free from rust and then coated with
two coatings of red oxide chromate paint as per IS-5660/1970.
The sample Cross Arm and supplied made hereafter should bear identification mark by
way of punching or painting.
One copy of the drawing for each size of the cross arm tendered for should be given to
the purchaser.
The rolling and cutting tolerance for steel products conforming to IS-226 shall be those
specified in IS-1852/1972 or latest version.
4.0 Marking.
The cross arm shall be marked with name of the manufacturer, year and name of the project
‘CMABY’
5.0 INSPECTION
Inspection may be carried out by the purchaser or third party nominee at any stage of manufacture.
The supplier shall grant free access to the purchaser's representative or third party nominee at a
reasonable time when the work is in progress. Inspection and acceptance of any equipment under this
specification by the purchaser shall not relieve the supplier of his obligation of furnishing equipment in
accordance with the specification and shall not prevent subsequent rejection if the equipment is found
defective.
139
TECHNICAL SPECIFICATION FOR G.I. WIRE 1.0 Scope
This specification covers the manufacturing, testing at works, transport to site, insurance, storage,
erection and commissioning of Galvanised Iron Wire of sizes 4 mm and 5 mm diameter.
2.0 General requirements
2.1 It relating to the supply of mild steel wire shall be as per IS: 1387/1967 and the wire shall be drawn from
the wire rods conforming to IS: 7887/1975.
2.2 The requirements for chemical composition for the wires shall conform to IS:7887/1975.
2.3 Mild steel wire for General Engineering purpose shall be of following sizes:
I) 4mm - diameter (8 SWG)
II) 5mm - diameter (6 SWG)
2.4 Tolerance permitted on the diameter of wire shall be as per Table -1 of IS:280/1978.
3.0 Climatic Conditions
The cross arms should be suitable for the climatic condition mentioned In these bidding documents:
4.0 Mechanical Properties
2.10 Tensile Test: Tensile strength of wire when tested in accordance with IS:
1521-1972, shall be within the limits given in Table-2 of IS: 280/1978.
2.11 Wrapping Test: Wires shall be subjected wrapping test in accordance with IS: 1755-1961. The wire shall
withstand without breaking or splitting. being wrapped eight times round its own diameter and
subsequently straightened.
5.0 Surface finish
5.1 The wire shall have galvanized finishes. The galvanized coating of steel wire shall conform to the
requirements for anyone of the types of coatings given in IS: 4826-1968 as per agreement with the
purchaser.
5.2 The coating test for finishes other than galvanized, copper coated or tinned shall be subject to between the
purchaser and the manufacturer.
5.3 Unless otherwise agreed to the method of drawing representative samples of the material and the criteria
for conforming shall be as prescribed in Appendix (A) of IS: 280/1978.
5.4 All finished wires shall be well and cleanly drawn to the dimensions specified. The wire shall be sound,
free from splits, surface flaws, rough jagged and imperfect edges and other harmful surface defects.
5.5 Each coil of wire shall be suitably bound and fastened compactly and shall be protected by suitably
wrapped.
6.0 Marking
Each coil of wire shall be marked legibly with the finish size of wire, lot number and trade mark of the name
of the manufacturer. The material may also be marked with the ISI certification mark and name of the
project ABY.
7.0 INSPECTION
Inspection may be carried out by the purchaser or third party nominee at any stage of manufacture. The
supplier shall grant free access to the purchaser's representative or third party nominee at a reasonable
time when the work is in progress. Inspection and acceptance of any equipment under this specification by
the purchaser shall not relieve the supplier of his obligation of furnishing equipment in accordance with the
specification and shall not prevent subsequent rejection if the equipment is found defective.
140
TECHNICAL SPECIFICATION FOR P.G CLAMP FOR AAA CONDUCTOR 1.0 Scope:
The scope covers design, manufacturing, testing at work, transport at site, insurance, storage,
erection and commissioning of P.G. Clamp suitable for Conductor size Wolf/Raccoon/Weasel/3
Bolt Type strictly conforming to IS : 2121 and Galvanising conforming to IS : 2633 as per the
following:
2.0 Standards:
P.G. Clamps suitable for conductor size, wolf/raccoon/weasel 3 bolt types strictly conforming to IS :
2121 and galvanizing conforming to IS: 2633 as per the following:
P.G. clamp body to be made from aluminium alloy
Clamps nuts and bolt and washer should be made of hot deep galvanized steel
Spring washer be made of electro-galvanize special steel.
Style No.
Maximum
conductor
diameter in mm
Dimensions No of
Bolts
Approx.
Weight Kg. A
mm
B
mm
C
mm
D
mm
E
mm
A-80 10.11 79 48 22 ½ 2 2 0.17
A-81 14.45 95 57 30 ½ 2 2 0.18
A-83 20.78 140 76 42 5/8 1 3 0.51
5.0 Climatic Conditions.
a) Maximum temperature of air in shade 40°C
b) Minimum temperature of air in shade 2°C
c) Maximum temperature of air in Sun 40°C
d) Maximum Humidity 93%
e) Average number of thunderstorm days 45
f) Average numbers of dust storms per annum 10
g) Maximum rainfall/annum 3500 mm
h) Average rainfall 2280 mm
i) Wind Pressure 97.8 Kg/Sq.mm
j) Altitude above MSL 100 m to 1000 m
6.0 INSPECTION
Inspection may be carried out by the purchaser or third party nominee at any stage of manufacture. The
supplier shall grant free access to the purchaser's representative or third party nominee at a reasonable
time when the work is in progress. Inspection and acceptance of any equipment under this specification by
the purchaser shall not relieve the supplier of his obligation of furnishing equipment in accordance with the
specification and shall not prevent subsequent rejection if the equipment is found defective.
141
TECHNICAL SPECIFICATION FOR 11 KV A.B. GANG OPERATED SWITCHES
1.0 Scope:
This specification covers the design, manufacture and testing at works, transport to site, insurance,
storage, erection and commissioning of outdoor type A.C. Gang Operated Air Break Switches suitable for
use on 11 KV power systems conforming to 155: 1818/1972 with up to-date amendments and revisions.
2.0 i) Ratings: 11 KV 400 Amps 50 C/S AC, 3-Phase continuous
ii) Type: The insulators should be of tilting type for 11 KV class and should be suitable
for both horizontal and vertical mounting.
iii) Insulators: There will be 3(three) insulators stacks per pole. The insulators should be manufactured strictly conforming to ISS: 731 1971 with its up to date amendments and revisions and it should be easily replaceable in the event of any damage or defect.
The insulator /insulators/stacks and fixture should be procured from reputed insulator
manufacturers as integral union and should bear the manufacturers monogram both on the
insulators as well as on the malleable caps. A certificate should be furnished to the effect that the
insulators along with the fixtures are procured as integral units from the manufacturers. The
fixtures are to be of malleable casting wherever applicable .
iv) Main Contacts : The insulators should be complete with :nale contuc~ blades and self aligning
full-floating jaw type female contacts aided with powerful springs to provide sufficient contact
pressure on both sides of the male contact. The contact surface should be made of non-ferrous
alloy such as bronze, gun-metal of brass. The name of the alloy should be mentioned clearly. Full
floating type contacts shall be preferred. The contacts shall be designed so as to withstand the
rated currents without over-heating and should also be able to withstand electromagnetic
stresses and shattering of rated short time current. The contact should also assure a good wiping
action during engagement and dirt accumulation.
v) Arching Contacts : The insulators should be provided with securely placed and replaceable type
arching contacts to act as the first and the last contacts to prevent burning of the main contacts.
The moving arching contact arm should be of adequate section to withstand the arching, should
be of sufficient mechanical strength and should be placed preferably on the top of the main male
contact.
vi) Current Carrying Path: All current carrying paths should be of non- ferrous Metals. In case of
tilting type of design the flexible cords are to be of honey comb design and should be made of
suitable non-ferrous metal. The terminals of the cord should be of the same width as that of the
cord itself and be fixed with non-ferrous nuts and bolts. While designing individual areas of all
current carrying paths made of nonferrous alloy, prime consideration of mechanical loading and
electrical copper equivalent of 1 Amp! sq.mm. loading should be considered.
vii) Terminal Connectors : The insulators should be provided with detachable 6 (six) bolted palm type
terminal connectors 100 mm long suitably grooved to accommodate conductors up to 12.5 mm
diameter. The connector including the fixing bolts and nuts should be made of suitable non-
ferrous metals such as brass, bronze and gun-metal which should be clearly indicated.
The six bolted palm type connector-groove portion should be finely grinded and finished to
accommodate aluminium conductor up to 12.5 mm diameter suitably.
It may be noted that all nonferrous parts should be tinned properly as per best engineering
practice.
A pair of brass plate washer must be provided on each nuts & bolts of the connector.
142
viii) Operating Mechanism: The isolators should be assembled on M.S. Galvanised channel base with
holes suitable for fixing on the mounting structures and should be complete with the follows:
For 11 kV Class Tiltinq Type Desiqn :
Phase coupling shaft: 2 .5 cm x 2.5 cm C.I. solid bar of 2.30 meter length.
Operating Pipe: 2.6 cm outside dia 3.25 mm thick 6 meters long.
The operating mechanism should be complete with intermediate guides suitable operating handle
with padlock and chain for locking the handle in both 'ON' & 'OFF' positions.
The flexible coupling, in case of tilting type design will be supported on hinged linked made of
suitable pairs of G I straps with suitable space to accommodate the cord and with three hinges.
two on the insulator fixtures and one between the line.
The pivots of the hinges shall be of G.1. nuts and bolts with sufficiently strong split pin
arrangements of suitable metal. Suitable spring stop mechanism shall be provided at the base
the moving post insulator/post insulators stacks of each pole to prevent overshooting and ensure
that the contact surface area held in contact uniformly during closed position and also to held it
in position after opening.
Necessary and adequate adjustments should be provided in the operating mechanism to
ensure, synchronous closing and opening in the three phase of the insulator.
Inter locking should be provided so that earthing switch cannot be operated without first isolating
the line. The inter-locking shall be mechanical either through lever arrangements or through
locking arrangements or both. Extra for each may be indicated separately. Auxiliary contacts
enclosed in a terminal board shall be provided for semaphore indications of open and closed
positions of the main isolator as well as open and closed positions of the, earthing contacts.
General considerations: All ferrous parts used in the Isolator units should be hot dip galvanised in
accordance with the relevant ISS.
3.0 TEST.
The offers shall invariably be supported by complete type test certificate from National Test House/C.P.
R.I/any other recognised 'Public Institutions and as per ISS: 9920 (pt-1 to iv) with up to date amendments.
Test certificate should be furnished against individual component parts of the isolator such as insulators
etc. The manufacturers should have the facilities of laboratory testing of the isolators at their works as per
relevant ISS/ BSS. They should furnish the detailed specifications along with the make and capacity of
testing equipments at their disposal along with tender.
4.0 Sample
The tenderer shall submit the sample complete with accessories at his own cost along with the tender.
Samples not received within the stipulated time may· disqualify the tender. The tender without sample may
be rejected outright.
5.0 Climatic Conditions:
a) Maximum temperature of air in shade 40°C
b) Minimum temperature of air in shade 2°C
c) Maximum temperature of air in Sun 40°C
d) Maximum Humidity 93%
e) Average number of thunderstorm days 45
f) Average numbers of dust storms per annum 10
g) Maximum rainfall/annum 3500 mm
h) Average rainfall 2280 mm
i) Wind Pressure 97.8 Kg/Sq.mm
j) Altitude above MSL 100 m to 1000 m
143
6.0 Inspection
The manufacturer shall afford the inspection representing the purchaser or third party nominee at works all
facilities to satisfy him that the material is being furnished in accordance with specification.
7.0 Name Plate
The bidder has to provide the following particulars on the name plate of the equipment:
a. Name of the equipment
b. Manufacture's name
c. Operating range
d. Name of the purchaser
e. Name of the project
144
TECHNICAL SPECIFICATION FOR DISTRIBUTION TRANSFORMERS OF CAPACITY 63/100/250 KVA
1.0 SCOPE This specification covers the design, manufacture, testing at manufacturer's works, transport to site, insurance, storage, erection and commissioning of Oil immersed, naturally cooled, three-phase double wound out-door type transformers of capacity 25/63/100/250/315 KVA, having working voltage of 11 KV/0.433 KV complete with all fittings and accessories for installation.
Any fitting, accessory or operation which may not have been mentioned specifically in the specification, but which are normally used or necessary for safe and efficient working of the transformer shall be deemed to be automatically included in this specification.
2.0 STANDARDS
The transformer shall conform in all respects to the following standards and codes as mentioned below:
IS-335/K 83, BS-148, ASTM D-1275 : New insulating oil for transformer switchgear IS-2026 (Part 1 to 4)-1977/81) : Specification for power transformers
IS-2099-1986 : Bushing for alternating voltage above 1000 V
IS-3347, DIN 42531 to 33 : Dimensions for porcelain transformer bushing
IS-3639-1968 : Specification for fittings and accessories for power transformers
IS-6600-1972 : Guide for loading of oil immersed transformers
IS-7421-1988 : Specification for porcelain bushings for alternating voltage up to and including 1000 V
IS-10314-1982 : Specification for ceramic bushing for terminals
CB & IP Publication No.275 : Manual on transformer
IS-1180 (Part I & II) : Outdoor distribution transformers up to and including 100 kVA
ISS-12444 & ASTM-B-49 : Copper wire rods· ISS-5484 & ASTM B-233 : Aluminum wire rods
ISS-5/1961 No. 632 : Colours for ready mixed paints
2.1 Material conforming to other internationally accepted standards, which ensure equal or higher quality than the standards mentioned above would also be acceptable. In case the Bidders who wish to offer material conforming to the other standards, salient points of difference between the standards adopted and the specific standards shall be clearly brought out in relevant schedule. Four copies of such standards with authentic English Translations shall be furnished along with the offer.
3.0 SYSTEM DETAILS
The transformers shall be suitable for outdoor installation with 3-phase 50 Hz, 11 kV system in which the neutral is effectively earthed and they should be designed suitable for service under fluctuations in supply voltage upto .:!:. 12 %. Permissible under Indian Electricity Supply Act and rules made there under.
145
4.0 CLIMATIC CONDITIONS
a) Maximum temperature of air in shade 40°C
b) Minimum temperature of air in shade 2°C
c) Maximum temperature of air in Sun 40°C
d) Maximum Humidity 93%
e) Average number of thunderstorm days 45
f) Average numbers of dust storms per annum 10
g) Maximum rainfall/annum 3500 mm
h) Average rainfall 2280 mm
i) Wind Pressure 97.8 Kg/Sq.mm
j) Altitude above MSL 100 m to 1000 m
5.0 TYPE AND RATINGS – CONVENTIONAL
(i) Capacity (Continuous rating) : 63/100/250 KVA (ii) No load voltage ratio at normal tap position
a) Primary voltage : 11000 V b) Secondary Voltage : 433 Volts between phases and 250 volts between
phase to neutral
(iii) Nominal frequency : 50 Hz (iv) Highest system voltage : 12 KV (v) No. of phase : 3 (vi) Winding connections : Delta/Star (vii) Vector group : DyII (viii) Cooling method : ONAN (ix) Impulse withstand voltage : 75 KV Peak (x) Power frequency withstand voltage : 28 KV rms (xi) Impedance voltage at 75°C : 4.5% upto 100 KVA and 4 % for 250 KVA UPTO 1000
KVA 6.0 TEMPERATURE RISE ABOVE AMBIENT IN ACCORDANCE WITH IS-2026
a) Windings (temperature rise measure by resistance 45°C method) - over an ambient temperature of 45°C
b) Top oil (temperature rise measured by thermometer) - 40°C over an ambient temperature of 45°C
The temperature shall be continuously rated at specified voltage ratio, frequency.
The temperature rise in the core, under the same loading condition, on any part of external surface should not exceed that permitted for the adjacent part of the winding.
7.0 MAXIMUM ALLOWABLE LOSSES & IMPEDANCE
Sl.No Ratings in
KVA No-Load/ Loss in
Watts 50%
Maximum Loss in Watts at 75°C at 100%
loading % Impedance
1 63 145/380 1250 4.5
2 100 220/520 1800 4.5
3 250 570/1050 3320 4.0
146
These losses are maximum allowable and there 'would not be any positive tolerance. However, the manufacture can offer losses less than above. The offer will be evaluated as per the loss evaluation formula given in REC, K-5 Standard- 1997 as amended up-to-date.
8.0 TAPPING RANGE
8.1 Tappings will be provided on the higher voltage in steps of ± 21/2% and ± 5% on all ratings.
8.2 Tap Changing Method
8.2.1 The tap changing device shall be off - circuit type. The tap changing shall be carried out by means of an externally operated tapping switch capable of being located and locked in any required position.
8.2.2 The taps shall be provided on HV side winding for variation of no load primary voltage over the range given in clause 3.0 of this specification.
8.2.3 The location of tap changing device shall be such that an operator can very easily change the tap, while standing on the ground without the aid of any climbing platform.
8.2.4 A warning late indicating that switch shall not be operated' in 'ON' position be provided. 9.0 TOLERANCES
The tolerances on electrical performance shall be as shown below:
a) Voltage ratio + 0.5% of the declared ratio or a percentage equal to 10% of the percentage impedance voltage, whichever is less
b) Impulse & Power Frequency Voltage The Distribution Transformers shall be capable of withstanding the power frequency and impulse test voltage. Nominal system voltage : 11 KV rms Highest test voltage : 12 KV rms Impulse test voltage : 75 KV peak Power frequency voltage : 28 KV rms
c) Unless otherwise specified herein the test value of the transformers supplied should be within the tolerance permitted in the IS 2026 on the guarantee value.
10.0 DEISGN OF CORE
10.1 The cores shall be constructed from high grade cold rolled non-aging grain oriented silicon steel
laminations. The design of the magnetic circuit shall be such as to avoid static discharges, development of short-circuit paths within itself or to the earthed clamping structure and the production of flux components at right angles to the plane of laminations which may cause local heating. The core laminations shall be held rigidly by a steel framework which shall clamp them together to prevent any vibration. The core shall be provided with lifting lugs suitable for lifting the complete core and coil assembly of the transformer without transmitting the stresses to the laminations.
10.2 The transformer shall be suitable for over fluxing due to combined effect of system voltage and frequency upto 12.5% without injurious heating. These laminations shall be as thin as possible consistant with mechanically strong constructions. At least one side of each lamination shall be coated with a hot oil proof insulating material. In case the manufacturer's standard method is different from this, It should be clearly described. The laminations should be free from rust and colour spots. The laminations shall be grade 41 (M4) or better grade.
10.3 Core Clamping: The core shall be so insulated that there is no possibility of contact between edges and the core bolts. The bolts shall be tested at 2500 volts to earth.
10.3.1 M.S. Channel to be used upto 100 kVA, 75 x 40 mm size and 100 x 50mm size for 250 kVA &
147
315 kVA on top and bottom. 10.3.2 2 x12 mm high tensile bolts to be used upto 100 kVA and 2 x 16 mm for 250 and 315 kVA in
parallel at each end. 10.3.3 MS channel on LV side to be reinforced at equidistance if holes / cuttings is done on L T side to
avoid bending of channel. 10.3.4 MS channel to be painted with varnish / oil resistant paint. 10.4 Flux Density should not be more than 1.55 webers sq. m (Tesla). 10.5 No load current (Magnetizing current) shall not exceed 3 % of full load current upto 100 kV A
and 1.25 % for 250 kV A and 315 kV A and will be measured by energizing the transformer at 433 Volts, 5Q Hz on the secondary. Increase of voltage of 433 volts by 10 % shall not increase the no-load current disproportionately high. Test for magnetic balance by connecting the LV phase by phase to rated phase voltage and hleasurement of a n, b n, and c n voltage will be carried out.
10.6 Number of steps of core shall be minimum of 5 Nos. upto 100 kVA and 7 Nos. for 250 kVA and
315 kVA. 10.7 Diameter of core shall not be less than:
10.7.1 Up to 63kVA ,100 kVA ,250 kV A Up to 63 kVA - 100 mm 100 kVA - 115 mm 250 kV A - 170 mm
10.7.2 Effective area of core shall not be less than:
Up to 63 kVA - 70 sq. mm 100 kVA - 92 sq. mm 250 kV A - 200 sq. mm
10.8 Tie rods: 4 Nos. of 12 mm diameter size (upto 100 kVA) and 8 Nos. of 16 mm diameter size for
(250 and 315 kVA) of High tensile steel rods shall be effectively insulated.
10.9 All top and bottom Yoke nuts and bolts and tie rods shall be painted with oil and corrosion resistant paint before use.
10.10 Core base and bottom Yoke shall be supported with 75 x 40 mm. MS channel with proper bolting. Flat or cut channel will not be accepted.
NOTE: Tenderers may also quote for the Amorphous core (low loss) and they should furnish design details in their bid proposal for verification.
11.0 DESIGN OF WINDING
1.0 WINDING
1.1 GENERAL
i) The current density of copper in any part of the windings shall not exceed 2.50 Amps/Sq. mm.
ii) The current density of Aluminium in any part of the windings shall not exceed 1.50 Amps/Sq. mm.
iii) All windings shall be made of electrolytic high conductivity Aluminum for transformer of capacity up to 200 KVA and high conductivity Copper for transformer of capacity 250 KVA and above shape and braced to provide for expansion and contraction due to temperature changes. Winding shall be fully insulated as defined in IS: 2026. All neutral points shall be insulated for the
148
voltage specified in IS: 2026. The winding shall be so designed that all coil assemblies of identical voltage, rating shall be interchangeable.
iv) Number of HV coils per phase should not be less than four (4)for 63, 100 & 200 kVA and not less than 6 ( six ) for 250 KVA & above with the type Crossover/Sectional. Number of secondary (LV) coil should be one with spiral type winding construction.
v) LV winding shall be such that neutral formation will be at top.
vi) Conductor covering for HV winding conductor should be DPC with minimum 0.35mm thickness and for LV conductor DPC with minimum 0.40 mm thickness.
vii) Interlayer insulation shall be Nomex/Epoxy dotted Kraft Paper.
viii) Distribution Transformers shall be designed to withstand the impulse and power frequency test voltages as per IS: 2026.
ix) Magnitude of impulse surges transferred from HV to LV windings by induction and capacitance coupling shall be limited to B.I.L. of LV winding
x) The completed core and coil assembly shall be dried in vacuum at not more than 0.5mm of mercury absolute pressure and shall be immediately impregnated with oil after the drying process to ensure the elimination of air and moisture within the insulation. Vacuum may be applied in either vacuum over or in the transformer tank
xi) Winding shall be subjected to a shrinking and seasoning process, so that no further shrinkage occurs during service. Adjustable devices shall be provided for taking up possible shrinkage in service.
xii) Winding shall not contain sharp bends which might damage the insulation or produce high dielectric stresses. No strip conductor wound on edge shall have width exceeding six times the thickness.
xiii) Varnish application on coil windings may be given only for mechanical protection and not for improvement in dielectric properties. In no case varnish or other adhesive be used which will seal the coil and prevent evacuation of air and moisture and impregnation by oil.
xiv) The insulation of transformer windings and connection shall be free from insulating composition liable to soften, ooze out ,shrink or collapse during service and be non catalytic and chemically inactive in transformer oil.
xv) The coil clamping arrangement and the finished dimensions of any oil ducts shall be such as will not impede the free circulation of oil through the ducts.
xvi) Terminals of all windings shall be brought out of the tank through bushings for external connections
xvii) The winding shall be so designed that all coil assemblies of identical voltage ratings shall be interchangeable and field repairs to the winding can be made readily without special equipment. The coils shall have high dielectric strength
xviii) All leads from windings to terminals shall be rigidly supported to prevent injury from vibration. Guide tubes may be used where possible.
11.1 Winding Connections and Vector Group
11.1.1 The primary of the transformer should be connected in delta and the secondary winding should be connected in star in accordance with vector symbol Dy-II so as to produce a positive phase displacement of 30° between the primary and secondary voltage vectors of the same phase. The neutral should be brought out to a separate insulated terminal for the purpose of grounding etc.
11.1.2 Current density for HV & LV should not be more than and 2.5A/sq. mm for copper (with
149
a tolerance of 5 % for LV winding) and 1.5 A/sq. mm for aluminium conductor.
11.2 Winding Terminals
a) HV side : the HV winding terminals should be brought outside the transformer tank through 3 Nos. of weather proof, out door type, brown glared bushings conforming to ISS:3347 (Pt.V.Sec-l) 1965 for porcelain and I.S.S.:3347 (Pt.-V, see-II) : 1967 (metal parts) with upto be amendments and revisions. Arching horns with appropriate BIL. (80% of impulse voltage) should be mounted on the bushings.
LV Side : the LV v:inding terminals should be brought outside the transformer brown glared bushing conforming to IS : 3347 (Pt-I, Sec-2) : 1965 (for porcelain parts) and IS : 3347 (Pt-I, sec-2) : 1967 (for metal parts) with upto date amendments and revisions. Arching horns with appropriate BIL (80% of impulse voltage) shou1d be mounted on the bushing.
11.3 Winding Construction
a) The HV and LV winding coils should be circular and arranged concentrically in such a manner that the lower voltage winding is placed next to the core and the magnetic axis of the winding should be made coincident as far as possible.
b) The size of the HV winding wires shall be such as to have greater mechanical strength and lower current density.
c) The flux density should not be allowed to exceed 1.9 Tesla under over voltage condition so that the core is not saturated.
d)Top and bottom coils shall be supported by wooden discs to take care .of electro-mechanical forces under short-circuit conditions. 2/3
rd area of the coil should be
covered by spacers.
12.0 DESIGN OF TANK
12.1 The transformer tank shall be of robust construction and shall be built of electrically welded MS plates. All joints of tank and fittings shall be --- tight and no bulging shall occur during service. The tank design shall be such that the core and windings can be lifted freely. The tank plates shall be of such strength that the complete transformer when filled with oil may be lifted bodily by means of the lifting lugs provided. Tank inside shall be painted by varnish. Top cover shall be slightly sloping towards HV bushing and cover the top with end walls.
12.2 I) Side Wall thickness : 3.15 mm
II) Top and bottom plate thickness : 5.00 mm
12.3 The four walls of the tank shall be made of TWO "L" shaped sheets (without joints) fully welded at the corners from inside and outside of the tank for withstanding a pressure of 1 kg/sq.mm for 10 minutes. All the tank plates shall be of such a strength that the complete transformer with oil and fittings can be lifted bodily my means of lifting lugs provided.
12.4 Reinforced of welding stiffner angle (40 x 40 x 5 mm) on all the outside walls of the tank shall be provided to form two equal compartments (upto 100 kVA) and three equal compartments above 100kVA. The tank through longer side walls shall be reinforced additionally by welding suitable size flat/angle vertically to provide sturdy and robust construction to withstand extreme pressure conditions. All joints of tank and fittings shall be oil tight and no bulging should occur during the service. The tank design shall be such that the core coil assembly can be lifted freely. The hooks that will be used for anchoring the core shall be so located as not to foul with the core coil assembly.
12.5 "U" shaped pressure relief vent of 50mm dia pipe with 0.025 mm copper shim sheet as
150
diaphram shall be provided on the top cover of the tank such that the pressure released should be directed to the ground. The vent shall be provided on opposite side of the CB operating rod. The diaphram shall be provided near to the top cover and other end of the vent pipe shall guarded with suitable mesh against entering of worms and resting. The diaphragm should burst at a pressure between 0.76 kg/sq.cm to 0.95 kg/sq.cm.
12.5.1 Pressure test will be conducted by the inspecting officer on a transformer vent pipe against each lot offered for inspection. The diaphragm should burst at a pressure between 0.76 kg/sq.mm to 0.95 kg/sq.mm. For any operational failure of vent pipe and consequent damaged to the tank an addition to insisting for free replacement of the tank, the State Electricity Board may at its option, recover an estimated loss sustained by it from the manufacturer.
12.6 Permanent deflection when the tank without oil is subjected to vacuum of 760 mercury shall not be more than 5 mm up to 750 mm length 6 mm up to 1250 mm length. The tank shall be capable of withstanding a pressure up to 0.7 kg/sq.cm without any deformation. Inside of the tank shall be painted with hot oil proof paint.
12.7 The transformer tank top cover shall be fixed with bolts and four corner bolts shall be
welded, to prevent opening of the cover at site by miscreants. In addition to this "U" clamps seals may be welded on the four sides of the top cover for further prevention of meddling and suitable continuous neoprene gasket (Rectangular Ring) to avoid leakage of Nitrogen and all the fittings including bushings in position shall be tested for leakage at a pressure of 0.7 kg/sq.cm inside the tank for 10 minutes. The above test shall be carried out before final sealing of the transformers.
12.8 The tank shall be fitted with round cooling tubes of minimum of 38 mm outer dia and 1.25 mm thick bent and directly welded on both sides i.e., inside and outside and outside of the tank. The cooling tubes shall not be provided underneath the LV bushing to avoid puncturing of the tubes due to falling down of LV lead on them.
12.9 Steel surface shall be prepared by sand shot blast on chemical cleaning including phosphating as per IS : 3618.
12.10 Heat resistant paint (hot oil proof) shall be provided inside the tank.
On external surface one coat of thermo setting powder paint or two coats of zone chromate followed by two coats of synthetic 'thermal paint of dark admiralty gray shade conforming to 632 of JS : 5 of 1961 shall be followed:
12.11 Heat dissipation by tank walls excluding top and bottom should be limited to 500 W / sq.mt up to the oil level, 250 Watts / sq.mt above oil level and 300 Watts /sq. mt for cooling tubes. The transformer shall be capable of giving continuous rated output without exceeding the specified temperature rise. Tenderer shall submit the calculation sheets.
12.12 Total minimum oil volume and minimum weights
Sl.No. KVA Rating Oil in Ltrs. (Incl. of oil absorbed in core coil
assembly)
Permissible oil absorption
in Ltrs.
Core Lamination min. in Kgs.
Winding with Insulation
min in Kgs.
1 63 190 6 145 55
2 100 240 7 207 72
3 250 390 12 394 185
12.13 Lifting Lugs: 2 Nos. welded heavy duty lifting lugs of MS plate 8 mm. Thick suitably reinforced by vertical supporting flat welded edgewise below the lug on the side wall.
12.14 Pulling Lugs: 4 Nos. of welded heavy duty pulling lugs of MS plate of 8 mm, thick shall be provided to pull the transformer horizontally.
12.15 Top Cover Gasket & Bolts: i) The gasket provided in between top cover plate and tank shall be of 5 mm thick neoprene
rubberized cork sheets confirming to IS:4352, Part-II. ii) GI nut bolts shall be of size 38" x 1 ~" with one plain and one spring washer suitably spaced
to press the cover. iii) The height of the tank shall be such that the minimum clear height upto the top cover plate of
151
120 mm, is achieved from top yoke. 13.0 CONSERVATOR
a) The total volume of conservator shall be such as to contain 10% quantity of the oil. Normally 3% quantity of the total oil will be contained in the conservator
b) Oil level indicator shall be provided on the side which will be with fully covered detachable flange with single gasket and tightened with MS nut bolts. The pipe from conservator tank connecting to main tank shall have a slopping flap so that the oil falling from the pipe shall not fall directly on the active job and shall fall on the side walls only. The conservator shall be provided with the drain plug and a filling hold with cover. In addition, the cover of the main tank shall be provided with an air release plug.
14.0 BREATHER Breather joints will be bolted type in case of metal container. Breather made of synthetic materials may be provided subject to the purchaser's approval. Breather volume in gram of silicagel 250 gms.
15.0 TERMINALS a) Brass rods 12 mm dia both for HV & LV upto 100 kVA b) Brass rods of 12 mm dia for HV only above 100 kvA c) Tinned copper rods of 20 mm dia both for LV and HV above 100 kV A
16.0 BUSHINGS 16.1 The porcelain portion of HT and L T bushings shall be of standard make and conform to IS-
2099/1973 (HV), "Specification for High voltage porcelain bushings" and IS-7421/1974 for LV IS-3347 shall be outdoor type. The bushing rods and nuts shall be as per clause 18 of specification. The bushings shall be fixed to the transformers on sides with straight pockets and in the same plane. The tests as per IS-2099 11962 shall be conducted on the transformer bushings as detailed below: a)Dry Flash over voltage b)Wet flash ever voltage
c)Dry 1 minute with-stand voltage
d)Impulse withstand voltage (1.2/50 micro seconds - Ve wave)
e)Manufacturer's test certification to be furnished for every lot of offer
16.2 For 11 kV, 17.5 kV Class bushings shall be used and for 0.433 kV, 1.1 kV class bushings shall be used. Bushings of plain sheds as per IS-3347 shall be mounted on the side of the tank and not on top level.
16.3 Dimensions of the bushings of the following voltage class shall conform to Indian Standards mentioned below.
Voltage Class Indian Standards for Porcelain Parts ISS for Metal Parts
1.1 KV IS-3347/Part-I/Sec.1/1965/1979 IS-3347/Part-I/Sec.2/1979 (ass per IS 1180/1989)
17.5 KV IS-3347/Part-I/Sec.1/1972 IS-3347/Part-III/Sec.2/1982
16.4 A minimum phase to phase clearance of 75 mm for LV (up to 1.1 kV bushing) and 255 mm for HV (3.3 kV and above) bushings shall be obtained with the bushing mounted on the transformer.
16.5 The bushings shall be fixed on sides with pockets in the same plane. Arcing horns shall not be provided and instead brass caps shall be provided.
152
16.6 Brazing of all inter connections, jumpers from winding to bushing shall have cross section larger than the winding conductor. For copper, silver brazing alloy to be used. For aluminum L & T aluminum brazing rods shall be used.
16.7 In the case of LV bushings, the internal bushings shall be made of tough insulating material like epoxy and shall have embedded stem and a strong coupling connection (screwed), properly secured with a special joint pin shall be used between stem of the internal and external bushings.
16.8 The LV bushing shall be so located that even under the hottest conditions the level of the transformer oil shall be below the open.ing meant for fixing the LV bushings. The LV jumpers and bushing material shall be selected and designed for this condition.
16.9 The design of the internal bushing for LV shall be such as to provide adequate earth clearance as stipulated i.n the clause 10, 2.1 of 18 1180 Part-I and creepage distance as per clause 7.1 of 18 2099. All other tests as per relevant standards shall be applicable.
16.10 The terminal arrangement shall not require a separate oil chamber not connected to oil in the main tank.
16.11 The LV bushing and HV bushing stems shall be provided with suitable terminal connectors so as to connect the jumper without disturbing the bushing stem. High voltage phase windings shall be marked both in the terminal boards inside the tank and on the outside with capital letter IU, IV, IW and low voltage windings for the same phase marked by corresponding small letters 2u, 2v, 2 w. The neutral point terminal shall be indicated by the letter 2 n.
16.12 The vector diagram plate shall clearly indicate the method adopted -for marking the terminals both outside and interior.
17.0 TRANSFORMER OIL
The transformer shall be supplied complete with first filling of oil and the same shall comply with IS-335/1983 with latest version thereof. The ageing characteristics after accelerated ageing shall be as given in Appendix-C of S335/1983 (or) latest version. The characteristics of the oil shall be as follows
S.No. Characteristic Specified Value
1 Electric strength (breakdown voltage) 30 KV (Min)
2 Electric dissipation factor (tan delta) at 90°C 0.01 (Max)
3 Specific resistance (resistivity) at 27°C (ohm-cm) 12
4 Flash point (PM closed) 140°C (Min)
5 Inter facial tension at 27°C 0.03 N/M (Min)
6 Neutralization valve (total acidity) 0.05 mg/KOH/g (max)
7 Water content PPM 35 (Max)
17.1 DRYING & OIL-FILLING
The core and the winding after assembly shall be dried in a vacuum drying chamber to a temperature of 90°C. After this drying process the slackness of bolts, nuts and other clamping arrangements shall be checked and tightened. The tank shall be filled with oil heated upto 80°C in vacuum. The tenderer shall furnish the vacuum pressure under which the whole operation shall be carried out.
18.0 FITTINGS & ACCESSORIES
i. Rating Plate ii. Diagram Plate iii. Two Nos. Earthing terminals
153
iv. Lifting lugs for lifting arrangements of main transformer core coil assembly also for tank cover.
v. HV bushings 3 nos. with bimetallic terminal connectors vi. LV bushings 4 nos. with bimetallic terminal connectors. vii. Metal Oxide lightning Arrestor (disconnector type with GI Pipe Earth Strip of 25 X 4 mm). viii. LV epoxy Bushings 4 Nos. ix. Base Channels 75 X 40 mm x. Weight content of a) Core; b) Windings; c) Tank & Fittings; d) Weight/ Quantity of Oil; e)
Overall Weight xi. 5 Year guarantee embossed plate welded below name plate xii. Dehydrating silica gel breaker xiii. Conservator with oil filling hole & cap, drain, valve & with 50 mm blocking valve. xiv. Plain oil level, indicator with minimum marking xv. Thermometer pocket xvi. Explosion vent (pressure release device with diaphragm xvii. 2 Nos. oil filter valves with plug one at top a the other at bottom. The bottom filter valve can
also be used are drain valve. xviii. 4 Nos. unidirectional rollers suitable for plates form mounting xix. OFF and externally hand operated tap changing switch with position indicating plate and
provision for locking device for HV variation. xx. On the rating plate "CMABY” followed by the name of the State Electricity Board" should
invariably be inscribed. The rating plate and the terminal marking plate should be mode of durable and non-corrodible material and information as per clause 15.2 of ISS:2026/77 (Pt-I) or any other relevant standard should be embossed thereon. The rating plate and the terminal marking may be combined into one whole plate. On the rating plate "Property of Assam State Electricity Board" should invariably be inscribed.
19.0 GUARANTEED TECHNICAL PARTICULARS & DRAWINGS 2.0 The guaranteed technical particulars of the transformers are as per the Annexure-II enclosed
herewith. All appropriate information and data required in the Annexure should be carefully filled in and should be complete in all respects.
3.0 The following drawings should be invariably be submitted in triplicate along with tender. a) Outline Dimensions and General arrangements b) Wiring Diagram for auxiliaries c) Electrical connections
21.0 VERLOAD CAPACITY
The tendered should state clearly the percentage overload the transformers can take for a continuous period of 1 hour. The transformers shall suitable for loading as per 15-6600/1972. The transformer shall be designed to obtain maximum efficiency at 75% load
22.0 TESTS 22.1 Type Tests
The tenderer shall submit copy of certificates of complete type tests carried out in a recognized laboratory in accordance with I.S.S. on similar distribution transformers (Protection) during the last three years. Test certificates of a period earlier than three years from the due date of the tender shall not be accepted except for short circuit test for which validity of test certified will be five years. Technical details of the transformers for which tests were carried out shall be clearly indicated in the test certificates, furnished along with the tender, so that designed aspects of the transformer offered can be easily identified to be similar with that for which certificates are furnished.
22.1.1 The following Type tests shall be conducted. a. Temperature rise test for determining the maximum temperature rise after continuous
full load run. The ambient temperature and time of test should be stated in the test certificates.
b. Impulse voltage test as per Clause 12.1 of IS-2026 (Part 111/1997) as per latest version.
c. Air pressure test as per Clause 18.13.1 of IS-1180/Part.II/1079. d. Short circuit withstand test: Thermal and Dynamic ability. The bidder shall furnish
154
calculations in accordance with the IS-2026 to demonstrate the thermal ability of a transformer to withstand short circuit test.
e. Un-balanced current: The value of unbalanced current indicated by the ammeter shall not be more than 2% of the full loan current.
22.1.2 Special tests other type and routine tests, as agreed between purchaser and Tenderer shall also be carried out as per the relevant standards.
22.1.3 Routine Tests Manufacturer's routine test certificates shall be furnished before offering the transformer for inspection The transformer shall be subjected to the following Routine Tests at the manufacturer's works in accordance with the REC specification No.23~1983, the IS: 1180 and IS: 2026.
a) Checking of weights, dimensions fitting and accessories, tank thickness, oil quantity, material, finish and workmanship as per purchase order and contract drawings. b) Physical verification of core coil assembly and measurement of flux density of one unit of each rating, in every inspection with reference to short circuit test report. c) Measurement of Ratio, polarity and winding resistance. Check of voltage and vector relationship. d) Measurement of impedance voltage, short circuit impedance and load loss at rated current and normal frequency. e) Measurement of No Load current and losses at service voltage and normal frequency. f) Measurement of No load current at 112.5% of rated voltage. g) Measurement of insulation resistance. h) Induced over voltage withstand test. i) Separate source voltage withstand test. j) Checking of name place and marking on the tank. k) Checking of dielectric strength of transformer oil.
22.1.4 Acceptance and Routine Tests All acceptance and routine tests as stipulated in the relevant standards shall be carried out by the supplier in presence of purchaser’s representative. Following tests shall be carried out at manufacturer's works on one unit of each rating by the supplier in presence of purchase representative. a) Temperature rise test.
b) Measurement of unbalance current.
c) Air pressure test on empty tank of transformer opened for physical verification test (Once only).
d) The test certificates for all routine and type tests for the transformers and also for the bushings and transformer oil shall be submitted with the tender.
e) Tests at Site: The purchaser reserves the right to conduct all tests on Transformer after arrival at site and the contractor shall guarantee test certificate figures under actual service conditions.
22.1.5 Test Certificates The test certificates for all routine and latest (within 5 years) type tests for the transformers and also the bushing and transformer oil shall be submitted with tender.
23.0 INSPECTION
All routine tests will be carried out on each and every transformer and temperature rise tests on one revisions unit out of a batch should be carried at the works of the manufacturer. The tender must give prior intimations (at least 15 days ahead) to the authority issuing the purchase order, regarding the readiness of transformers for such testing so that he may depute his Engineers or third party nominee to witness the tests. All reasonable facilities should be extended to the APDCL Engineer, who witness the testing so that he is satisfied that all tests are being carried out as per ISS: 2026/77.
No extra cost will be paid by APDCL for any of above mentioned tests.
The purchaser has the right to have the tests carried out at his own cost by an independent agency whenever there is doubt regarding the quality of supply and testing.
23.1 Stage Inspection
155
The stage inspection of the transformers during the manufacturing/ assembling stage shall be carried out by the purchaser's representative or third party nominee. The purchaser has absolute right to reject the raw material/component/sub-assemblies or complete equipment not conforming to the requirements of the specifications or of poor quality/workmanship. The purchaser at his option may collect the samples of the following raw material/components for his independent testing.
a. CRGO Lamination: APDCL One specimen sheet of 300-500 mm length and 500 mm width (for each lot of raw material used by the supplier)
b. HV Winding Wire: 1250 mm length specimen for each type
c. LV Winding Wire: 1250 mm length specimen for each type
d. Transformer Oil: 5 lit., in bottle of 1 lit. each.
24.0 CHECKING BY COMPLETE DISMANTLING
The purchaser shall have the right to select at random anyone transformer from the lot of transformer of a particular rating. The transformer will at the discretion of the purchaser, be completely dismantled and each and every item will be visually inspected and examined to ascertain whether requirements of specifications guaranteed particulars and type tested design are strictly followed or not, or whether norms as standardized by Indian
Standard Specifications are adhered.
25.0 MOUNTING
The under base of the transformer shall be provided with two channels of adequate size at suitable spacing for fixing on plinth.
26.0 NAME PLATE PARTICULARS
The equipment shall be provided with a name plate covering name of manufacturer, year of manufacture, rating, other technical data as per specification and name of the project
156
TECHNICAL SPECIFICATION FOR 1.1 KV GRADE SINGLE CORE UNARMOURED L.T. XLPE CABLE
1 .0. SCOPE: This specification covers design, engineering, manufacture, stage testing, inspection and testing before supply and delivery at site of 1.1 kV grade single core 16/25/50/95/120/185/240/300 Sq. mm. XLPE Cables for use with effectively earthed distribution system.
1.1. It is not the intent to specify completely herein all the details of the design and construction of material. However the material shall confirm in all respects to high standards of engineering, design and workmanship and shall be capable of performing in continuous commercial operation in a manner acceptable to the purchaser, who will interpret the meanings of drawings and specification and shall have the power to reject any work or material which, in his judgment is not in accordance therewith. The offered material shall be complete with all components necessary for their effective and trouble free operation. Such, components shall be deemed to be within the scope of Bidder’s supply irrespective of whether those are specifically brought out in this specification and/or the commercial order or not.
1.2. Normally the offer should be as per Technical Specification without any deviation. But any deviation felt necessary to improve performance, efficiency and utility of equipment must be mentioned in the “Deviation Schedule” with reasons duly supported by documentary evidences and advantages of such deviation. Such deviation suggested may or may not be accepted. But deviation not mentioned in “Deviation Schedule” will not be considered afterwards.
Location The cables may be laid buried directly in ground at a depth of one metre in average, any where in Assam and terminate for outdoor connection to a distribution transformer or to overhead LT lines and also indoor connection for indoor switchgear
1.3. STANDARDS: . The materials shall conform in all respects to the relevant Indian Standard Specifications with
latest amendments thereto.
Indian Standard No. Title Internationally Recognized
standard
IS-7098 Part-I/1988 Specification for Cross Linked Polyethylene Insulated PVC Sheathed Cables for working Voltages Up to and including 1100V
IEC 502 (1983)
IS-5831/1984 PVC insulation and sheath of electric cables IEC 502 (1983) IS-8130/1984 Conductors for insulated electric cables and
Flexible cords IEC 228 (1978)
IS 3975/1979 Specification for armouring IS-10418/1982 Specification for cable drum
Material conforming to other internationally accepted standards, which ensure equal or
higher quality than the standards mentioned above, would also be acceptable. In case the Bidders who wish to offer material conforming to the other standards, salient points of difference between the standards adopted and the specific standards shall be clearly brought out in relevant schedule. Four copies of such standards with authentic English Translations shall be furnished along with the offer. . In case of conflict the order of precedence shall be (i) IS, (ii) IEC, (iii) Other standards. In case of any difference between provisions of these standards and provisions of this specification, the provisions contained in this specification shall prevail. Moderately hot and humid tropical climate, conducive to rust and fungus growth.
2.0 TECHNICAL REQUIREMENTS: 2.1 MAIN FEATURES:
The power cables shall be of LT 1.1 kV Grade, stranded compacted, high conductivity, aluminum conductor, XLPE insulated, ST-1 type extruded PVC outer sheathed, conforming to
157
relevant standards suitable for LT AC three phase, 50 c/s, effectively earthed distribution system.
2.3 MATERIALS AND CONSTRUCTION:
2.4 SPECIFIC TECHNICAL REQUIREMENTS Technical parameters of the cable shall be as follows
Sl No
Cable
Size (Sq.mm)
Al. Strand
Min. thickness
of XLP
E (mm
)
Min. thickness of Outer sheath (mm)
Min Overall
dia (mm)
Max. D.C Resistance at 200C (Ohm/Km
)
Max. A.C Resistance at 700C (Ohm/Km)
Min. current carrying capacity
at 300C (Amps)
Short Ckt current/se
c (KA/1sec)
Min. weight. Kg/Km
Ground Air
1 25 7 0.9 1.8 11.0 1.200 1.540 96 98 2.4 169
2 35 7 0.9 1.8 11.5 0.868 1.110 114 121 3.3 203
3 50 7 0.9 1.8 13.5 0.641 0.820 135 150 4.7 258
4 70 19 1.1 1.8 15.5 0.443 0.567 166 187 6.6 341
5 95 19 1.1 1.8 17.0 0.320 0.410 198 230 9.0 429
6 120 19 1.2 1.8 19.0 0.253 0.325 225 268 11.3 538
7 150 19 1.4 2.0 21.0 0.206 0.265 253 309 14.2 652
8 185 37 1.6 2.0 23.0 0.164 0.211 286 360 17.5 786
9 240 37 1.7 2.0 26.0 0.125 0.162 332 433 22.6 989
10 300 37 1.8 2.0 28.0 0.100 0.13 376 501 28.3 1161
2.5 CONDUCTOR:
The cable conductor shall be made from stranded aluminum to form compacted shaped conductor having resistance within the limits specified in IS-8130/1984
2.6 INSULATION: The XLPE insulation shall be suitable for the specified system voltage. The manufacturing process shall ensure that the insulation is free from voids. The insulation shall withstand mechanical and thermal stresses under steady state as well as transient operating conditions. The extrusion method shall give smooth surface of insulation. The insulation shall be so applied that it fits closely on the conductor and it shall be easily possible to remove it without damaging the conductor.
2.7 OUTER SHEATH: Extruded PVC outer sheath of black colour shall he applied with suitable additives to prevent attack by rodents and termites. Outer sheathing shall be designed to offer high degree of mechanical protection and shall also be heat, oil, chemical, abrasion and weather resistant. Common acids, alkalies, saline solutions etc., shall not have adverse effects on the PVC sheathing material used.
2.8 CONSTRUCTION:
a. All materials used in the manufacture of cable shall be new, unused and of finest quality. All materials shall comply with the applicable provisions of the tests of the relevant Standards.
b. The PVC material used in the manufacture of cable shall be of reputed make.No recycling of the PVC is permissible. The purchaser reserves the right to ask for documentary proof of the purchase of various materials to be used for the manufacture of cable and to check that the conductor is complying with quality control
c. Cables shall have suitable fillers laid up with the conductors to provide a substantially circular cores section before the sheath is applied. Fillers shall be suitable for the operating temperature of the insulation & compatible with the insulation material
158
4.2.5 CURRENT RATING: The cables shall have current ratings and derating factors as per relevant Indian Standards. The current ratings shall be based on maximum conductor temperature of 90 deg. C with ambient site condition specified for continuous operating at the rated current.
4.2.6 OPERATION:
Cables shall be capable of satisfactory operation, under a power supply system frequency variation of +/- 5 c/s, voltage variation of +10% or-15%. Cables shall have heat and moisture resistance properties; these shall be of type and design with proven record on Distribution Network service. Substandard drum length of not less than 100 meters upto a maximum of 5% of the quantities ordered shall be accepted. However substandard drum length upto a maximum of 5% shall be acceptable only in a particular lot offered for inspection
4.2.8 IDENTIFICATION: For identification of individual cores, coloured strips of red, yellow and blue colours respectively shall be used on the cores to identify phase conductors as per relevant ISS.
4.2.7 EMBOSSING: The cable shall be embossed through out the length with the name of the manufacturer and the letters "Property of APDCL., Specification No., voltage grade with cable size and the year of manufacture". The embossing shall be done only on the outer sheath, the distance between any two consecutive embossings shall not be more than 2 Meter. The cable shall also be embossed (clearly visible) for the verification of its length at intervals of 1 Meter say 1,2,3 up to full length.
4.2.8 GUARANTEED TECHNICAL PARTICULARS: The guaranteed technical particulars as detailed in the specification annexure-I shall be guaranteed and a statement of guaranteed technical particulars shall be furnished in the format along with the bid without which the Bid shall be treated as Non -Responsive. Immediately after completion of the electrical tests (during routine/acceptance tests), the ends of the cable shall be enclosed by rubber/PVC caps of wall thickness not less than 2.5 mm and then sealed by non hygroscopic material (the cores being suitably insulated from the cap). The cap shall be of robust construction and tight fit, and it shall have the trademark of the manufacturer embossed thereon
5.0. TESTS: 5.1 Type Test:
The material offered shall be fully type tested at independent test laboratories by the Bidder as per the relevant standards but test reports shall not be more than five years old from the date of opening of bid. The bidder shall furnish complete set of following type test reports along with the bid. The bids received without these type test reports shall be treated as Non-responsive.
1. Tests on conductors 2. Test for thickness of insulation and sheath 3. Physical tests for insulation 4. Physical tests for outer sheath 5. Insulation resistance test 6. High voltage test
5.2. Acceptance and Routine test: All acceptance and routine tests as stipulated in the relevant standards shall be carried out by the supplier in presence of purchaser's representative.
6.0 INSPECTION: 6.1 The inspection shall be carried out by the purchaser’s representative during manufacture and
before dispatch. The supplier shall keep the purchaser informed in advance, about the manufacturing programme so that arrangement can be made for inspection. The manufacturer shall grant free access to the purchaser’s representative, at a reasonable time, when the work is in progress. Inspection and acceptance of any equipment under this specification by the purchaser, shall not relieve the supplier of his obligation of furnishing the equipment in accordance with the specification and shall not prevent subsequent rejection if the equipment is found to be defective.
159
6.2 All Acceptance tests and inspection shall be made at the place of manufacturer unless otherwise especially agreed upon by the Bidder and purchaser at the time of purchase.
The purchaser reserves the right to insist for witnessing the acceptance/ routine testing of the bought out items. The supplier shall give 15 days (for local supply)/ 30 days (incase of foreign supply) advance intimation to enable the purchaser to depute his representative for witnessing the acceptance and routine tests. Material shall be dispatched only after getting the dispatch authorization from Inspectors representing purchaser, after successful testing.
Routine tests report shall be sent by the manufacturers with their offer for inspection, the following acceptance tests as laid down in the referred ISS (with latest amendments) shall be carried out by the inspecting officer of the APDCL on Samples selected at random as per Appendix `A ‘ in IS-1554 (Part-I) 1988.
1. Tests on conductor Reference to I.S.S. a) Tensile test IS: 8130-1984 b) Conductor resistance test IS: 8130-1984 2. Test on armoring strips: a) Measurement of dimension IS: 3975 – 1979 b) Tensile test IS: 3975 – 1979 c) Elongation test & winding test IS: 3975 – 1979 d) Zinc coating IS: 2633 – 1984 3. Test for thickness of insulation and sheath IS: 5831 – 1984 4. Tensile strength and elongation at break of insulation and sheath IS:5831 – 1984 5. Insulation Resistance Test IS: 5831 – 1984 6. High voltage test at room temperature IS: 1554 (Part-I) – 1988
In addition to above, length/weight check and bending test on one drum per inspection shall also be carried out by the inspecting officers for which contractor will make all necessary arrangements and provide all necessary facilities at his own cost.
7.0 CABLE DRUMS:
The cables shall be supplied in non-returnable substantially lagged wooden drums of heavy construction suitable for transportation by goods train or truck and for storage at site. The wood used for construction of the drum shall be properly seasoned and sound and wood preservative shall be applied to the entire drum. All ferrous parts shall be treated with a suitable rust preventive finish or coating to avoid rusting during transit or storage. The drum shall also conform to specn. No. IS: 10418-1982 with latest amendment thereof.
Each drum shall have the following information marked on it with indelible ink alongwith other important information including technical data: - 1. Property of APDCL & Specification No. – 2. Designation of consignee & destination railway station. 3. Drum Number. 4. Aluminium Core Cable. 5. Cable rating eg. Voltage grade, No. of cores, sizes etc. 6. Height of empty drum. 7. Length of Cable. 8. Gross weight of drum with cable. 9. Year of manufacture.
160
3.0 TECHNICAL SPECIFICATION FOR AC DISTRIBUTION CUBICLE FOR DISTRIBUTION TRANSFORMER 1. Scope
This section of the specification covers the design, manufacture, testing at works transport to site insurance storage erection and commissioning of 415 volts AC 50Hz AC Distribution Board (Cubicle) complete with all equipments and accessories as described in subsequent clause
2. Constructional features A) The LT AC panels shall be outdoor, sheet metal clad type 1.6 mm thick comprising of
combination MCCB units and bus bar chambers and equipped with the circuits and equipments as specified later. The enclosure shall conforming to IP-54 standard. All equipments shall be suitable for the reception of the cables rising from the ground level the switch boards shall be so designed as to be readily extensible.
B) Type
Type of poles 3/4
Rated current In A 400,200,100
Rated operational voltage Ue V 415
Rated insulation voltage Ui V 750
Rated impulse withstand voltage Uimp kV 8
Rated frequency Hz 50
Reference Ambient Temperature ⁰C 40
Rated ultimate S.C. Breaking capacity (at 415V ac, 50 Hz)
Icu kA 35
Rated service S.C. Breaking capacity (at 415 ac, 50 Hz)
Ics kA 100% of Icu
Type of release Microprocessor
Current rating In A 400,200,100
Protection Overload
Instantaneous 0.8-1 In. 3-6 In/6-10/ In Adjustable
3. Combination MCCB Unit
A) All MCCB shall be triple/four pole rotary operated type and shall open and close with snap action. The series combination MCCB shall conform to the provisions of latest issue of IS 13947-2
B) The MCCB shall be suitable for rated voltage of 415 volts AC., 50 Hz. The rated current of each unit shall be as specified before. MCCB should be reputed make such as Havell’s/Seimen’s/Schneider/Legrand.
4. Bus Bars A) The phase and neutral bus bars shall be of high conductivity (as per IS 5082) aluminium
of adequate uniform cross section. The bus bars shall be insulated from the structure by means of durable non-hygroscopic, non-combustible and non-tracking materials. Bus bar joints shall be bolted type.
5. The 415 Volts, L.T. A.C. switchgear shall have following circuits and equipments: A) INCOMING:- One number fitted with following:
i) One 400/200 Amps three pole MCCB with spreader link as required, unit fitted with cable glands suitable for 4 core XLPE cable labeled “Incoming”.
ii) One KWH Static Electronic Three phase Trivector meter with CT. The meter should be DLMS compliant with remote communication facility and also having facility of downloading the data.( meter & CT should be of 0.5 accuracy class) Meter should be of Secure /L&T make.
The meter and CT should be housed in a separate chamber of the cubicle (as shown in the drawing) with a separate door with sealing facility. The CT should be ring type of Ramnuj/Kappa make.
Provision for resting of the CT on Bakelite sheet should be made inside the meter chamber
B) OUTGOING:- 2 Nos. for each of 250kVA, 100kVA & 63 kVA , each comprising of 200/100 Amps four pole MCCB with spreader link and with cable gland suitable for 4 core XLPE cable labeled as “outgoing”.
6. Name Plate The board shall be provided with nameplate covering all technical data and also name of the project shall be clearly mentioned.
161
ASSAM POWER DISTRIBUTION COMPANY LIMITED
Project, Planning & Design
ALL DIMENSIONS ARE IN MM
162
TECHNICAL SPECIFICATION FOR 33 KV and 11 KV AUTO RECLOSER WITH COMMUNICATION MODEM
1.0 SCOPE
The specification covers the design, manufacturing, testing, supply, installation, testing and commissioning of 33/11kV Un-manned substation made with outdoor pole mounted auto-recloser that have programmable protection features and integrated remote operation capability and that are intended for distribution networks at nominal A.C. voltages of 36/12 kV. 2.0 APPLICABLE STANDARDS
The following standards contain provisions that, through reference in the text, constitute requirements of this specification at the time of publication the revisions indicated were valid. All standards are subject to review and parties to purchasing agreements based on this specification are encouraged to investigate the possibility of applying the most recent revisions of the standards listed below. ANSI/IEEE C37.60-1981: Requirements for overhead, pad mounted, dry vault, and submersible automatic circuit reclosers and fault interrupters for AC systems (RI993) IEC 60255, Electrical relays IEC 60056:1987, High-voltage alternating-current circuit breakers. Amendment No. 1:1 992. IEC 60529:1989, Degrees of protection provided by enclosures (IP Code). UNIPEDE NORM (SPEC) 13 (1995): Automation and Control Apparatus for Generating Stations and Substations: Electromagnetic Compatibility Immunity Requirements.
2.1 CLIMATIC CONDITIONS
The Substation shall be suitable for satisfactorily working under the following climatic conditions: -
Max. Ambient Temperature 550 C
Min. Ambient Temperature 20 C
Max. Relative Humidity 100 %
Min. Relative Humidity 56 %
Altitude Below 1000 meters above mean sea
level.
The switch Switchgears and Auto-reclosers used shall be suitably designed and treated for normal life and satisfactory operation under the hot and hazardous tropical climate conditions and shall be dust and vermin proof. All interior and exterior ferrous surfaces of auto-reclosers and control cabinets shall be manufactured from marine grade stainless steel. All support structures and associated bolts and nuts with these parts, shall be hot-dip galvanized.
The auto –recloser should be preferably of Tavrida/Seimens/Schneider make
TECHNICAL DATA SHEET FOR AUTO RECLOSER
Sl. Particulars Unit Data for Data for
No. 33kV AR 11kV AR
1 Type Vacuum Vacuum
2 No of poles 3 3
(3 Phase Ganged Unit)
(3 Phase Ganged Unit)
3 Service Outdoor Outdoor
4 Rated System Voltage kV 33 11
5 Highest System Voltage kV 38 15.5
6 System earthing Solidly earthed Solidly earthed
163
Sl. Particulars Unit Data for Data for
No. 33kV AR 11kV AR
system system
7 Rated Voltage of AR kV 36 12
8 Rated Continuous Current Amps
a) For lines 800 630
b) For Transformers 400 630
9 Rated Frequency Hz 50 50
10 Rated Short Circuit breaking current ( I ) - 3secs - symmetrical
kA RMS 16 12.5
11 Rated Short Circuit making current kA PEAK 2.5*I 2.5*I
12 Interrupting medium Vacuum Vacuum
13 Insulation medium SF6 /Solid Di-electric Solid dielectric
14 Closing mechanism LV Solenoid LV Solenoid
15 Opening mechanism Springs Springs
16 Mounting type Single pole Single pole
17 Enclosure
316 grade stainless steel
316 grade stainless steel
18
19 Duty cycle
O-1st
rt-CO-2nd
rt-CO-3rd
rt-CO CO
O-1st
rt-CO-2nd
rt-CO-3rd
rt-CO CO
20 Insulation level
i) Power Frequency with Stand Voltage kV RMS 70 60
ii) Impulse withstand Voltage kV Peak 170 110
21 Minimum clearance between phases mm 400 375
Minimum clearance between phase to earth
400 295
22 Minimum Creepage Distance (Total) mm 1100 780
23 Operating mechanism:
a) Type Solenoid-Spring Solenoid-Spring
.c) Rated voltage of Shunt trip coil &
operating range V. DC 110[50% - 110%] 110 [50% - 110%]
d) Rated voltage of Closing coil & operating range
V. DC 110 [80% - 110%] 110 [80% - 110%]
e) No. of trip coils No 2 per AR 2 per AR
f) No. of closing coils No 1 per AR 1 per AR
g) Nos of expandable auxiliary I/O contacts & contact rating (Required for transformer & Incomer AR)
Nos AMPS
12 I/P+8 O/P (per AR)
10 A at 240V AC & 10A at 110V DC
12 I/P+8 I/P (per CB)
10 A at 240V AC & 10A at 110V DC
h) Minimum thickness of sheet steel for control cabinet
mm 3 3
i) Enclosure Protection IP55 IP55
164
Sl. Particulars Unit Data for Data for
No. 33kV AR 11kV AR
24 Reclosing Three Phase Three Phase
auto reclosing auto reclosing 25 Support structure Galvanised Galvanised
(Painted / Galvanised)
26
All other parts (Painted / Galvanised)
Synthetic enamel shade
631 of IS5 (125 microns)
Synthetic enamel shade
631 of IS5 (125 microns)
27 Minimum size of control wiring (Copper) Sq. mm 2.5 2.5
28 Protection
29 a) For transformer
b) For line
Numeric relay
-do-
O/C, E/F, SEF, Differential, OTI,
WTI, PRV, Buchholz, OSR with
Backup Scheme O/C, E/F, SEF
O/C, E/F, SEF Differential, REF,
with Backup Scheme
O/C, E/F, SEF
30 Measurement Digital
Real time current, voltage, PF
Real time current, voltage, PF
31
Communication Protocol
IEC60870-5-101/ IEC60870-5-104 and
IEC 103/DNP 3/MODBUS for
meters & Relays
IEC60870-5-101/ IEC60870-5-104
and IEC 103/DNP 3/MODBUS for
meters & Relays
32 Communication Port
RS 232, RS 485 & Ethernet
RS 232, RS 485 & Ethernet
33 Supervisory RTU RTU
3.0 DEFINITIONS AND ABBREVIATIONS 3.1 Auto-recloser (AR): A mechanical switching device that, after opening, closes automatically
after a predetermined time. Several reclosures could occur before lockout.
3.2 Cold load pick-up (CLP) feature: A feature that allows modification of the over-current protection characteristics in order to prevent relay maloperation under conditions of system energisation.
3.3 Dead time: The time between the instant that the current is interrupted by the AR and the instant the contact of the AR closes as a result of an automatic reclose operation. [IEC 50-448-04-09]
3.4 Definite time lag (DTL) protection element: A protection element with a settable time delay that is constant above the pick-up current setting.
3.5 Delayed protection operation: The protection functionality enabling delayed circuit-breaker operation, whether this is due to an IDMTL or DTL protection element.
3.6 Disc reset time: The time required for the disc of an electromechanical IDMTL protection relay to turn back to its original position after it has turned to the position where a protection operation was initiated.
3.7 Effectively earthed system: An earthed system in which the healthy phase power frequency phase-to-earth over voltages associated with earth faults are limited to 80% of the highest phase-to-phase voltage of the system.
3.8 Fast curve protection element: A family of curves with operating times approximately constant (slightly inverse) relative to the multiple of pick-up setting.
3.9 Instantaneous protection element: An element with no intentional time delay active above a pre-determined pick-up current setting.
165
3.10 Inverse definite minimum time (IDMT) protection element: A protection element the minimum operating time of which is adjustable and is inversely proportional to the fault current.
3.11 Pole-mounted remote terminal unit (PMRTU): A remote terminal unit that is designed for pole mounting and that operates specific pole-mounted equipment remotely.
3.12 Rapid protection operation: The protection functionality enabling rapid circuit-breaker operation, whether this is due to an instantaneous, fast curve, or a definite time delay protection element with relatively short definite time delay.
3.13 Reset time: The time duration after a circuit-breaker close operation for which the measured currents are below a fault detecting level. On the expiry of this time the protection sequence resets.
3.14 Secure control: A single mechanically non-latching switch that effects one state of a control function only. An example of which is either a non-latching switch or two separate push buttons that effect one state of a control function only in each position. If a control is activated repeatedly it only effects that state and does not change the state of the control.
3.15 Sensitive earth fault (SEF) relay: A relay that is sensitive to very low earth fault currents and in which the operating settings are for current magnitude and definite time delay.
3.16 Toggled control: A single mechanically non-latching switch/push-button that enables a single control function on the first operation of the switch/push-button and disables the function on the second operation of the same switch/push button.
3.17 Zone sequence co-ordination (ZSC): The feature that allows protection devices to maintain sequence co-ordination for combinations of rapid and delayed protection operations.
4.0 Mounting
4.1 The AR shall be suitable for single pole mounting.
4.2 Adequately rated lifting eyes shall be provided and they shall be designed to allow the completely assembled AR (surge arresters fitted) to be lifted without recourse to a sling spreader. The diameter of the eyes shall be a minimum of 30mm.
4.3 Suitable mounting brackets for surge arresters shall be provided on the line side and on the load side of the AR, adjacent to the bushings.
4.4 The AR shall be fitted with an external M12 earthing stud, complete with a nut, lock nut and spring washer.
4.5 The AR shall have laser cut markings on each bushings marked U1 V1 W1 for the normal line side and U2 V2 W2 for normal load side.
4.6 A detailed drawing of the single pole AR mounting arrangement with surge arresters fitted shall be provided. The minimum phase-to-earth clearances shall be as per relevant IS and is to be indicated on the drawing.
4.7 The mass of the mounting hardware, the AR and the control cabinet and cable shall be stated in the tender documentation.
5.0 Bushings
5.1 Terminals
a) For 33KV AR, the preferred arrangement for bushing is a fully insulated bushing arrangement achieved by using cyclo aliphatic epoxy resign bushings and silicone rubber bushing boots together with 3 meters 185 mm
2, single core, XLPE insulated
aluminum water blocked cable tails to provide a fully insulated bushing arrangement.
b) For 11 KV AR, the preferred arrangement for connection to overhead conductor is using crimp lugs with holes.
5.2 Material
The following bushing materials are acceptable: a) Outdoor Cyclo aliphatic epoxy resin and/or Silicone rubber
b) Porcelain bushings and EPDM rubber are not acceptable.
c) Minimum acceptable creepage is 1100 mm for 33 KV AR and 780 mm for 11KV AR..
166
6.0 Finish
a) All interior and exterior ferrous surfaces of auto-reclosers and control cabinets shall be manufactured from 316 marine grade stainless steel. All support structures and associated bolts and nuts with these parts, shall be hot-dip galvanized.
b) Suitable precautions shall be implemented to prevent corrosion due to the use of dissimilar materials.
7.0 Control equipment
Control cabinet a) Cabinets that house equipment for protection and control shall be mounted
independently of the AR.
b) Suitable ultraviolet-resistant cable, shall be provided to connect the AR to the control cabinet.
c) It shall be possible to disconnect the cable at the AR while the AR is connected to the power system, without causing damage or mal-operation: care shall be taken that CTs are not open circuited. A robust, multi-pin weatherproof connector shall be supplied. The female part of the connector shall be mounted on the AR and the male part shall be mounted on the cable. Preference will be given to products supplying connectors at both the AR and the control cabinet.
d) Cabinets shall be adequately sealed and dust protected and shall be internally treated to prevent moisture condensation. The degree of protection shall be IP 55.
e) The supplier shall ensure that the equipment housed in the control cabinet can withstand the heating effect of direct solar radiation without causing failure and/or mal-operation. Details shall be provided in the tender documentation.
f) The cabinet shall make provision for bottom entry of three cables. This shall be done with a pre-punched suitable sized diameter holes. The holes shall be suitably blanked off.
The cabinet shall be fitted with an external M12 earthing stud with a nut, lock nut and a serrated washer.
g) The door of the cabinet shall be fitted with a robust fastening arrangement that is capable of being secured by a padlock that has a shackle of 8 mm diameter.
h) The cabinet shall be easily removable for workshop repair purposes.
7.1 Electronic control equipment
7.2 The controls shall not suffer any damage if one or more poles of the circuit breaker fail to respond to either a trip or a close command.
7.3 Electronic modules shall perform continuous diagnostic monitoring and shall contain hardware and software watchdog checking.
8.0 Protection characteristics
8.1 General
8.2 The ratio of drop-off current to pick-up current shall be at least 95 % for all protection functions.
8.3 The E/F and SEF functions shall be equipped with harmonic filtering to prevent operation when harmonics are present in the primary residual earth currents. A low pass filter with:
a) 2nd harmonic rejection > 6 1; and
b) 3rd harmonic rejection > 50 1 shall be supplied. Both the SEF function and its filter shall be described in the tender documentation
8.4 All protection functions, i.e. over-current (O/C), earth fault (E/F) and sensitive earth fault (SEF) shall have elements with characteristics that comply with IEC 255.
8.5 The sequence of trip and auto-reclose characteristics for O/C, E/F and SEF shall be programmable to enable:
a) the selection of any combination of the available elements for each trip in the trip-and-reclose sequence; and
b) separate trip-and-reclose sequences for O/C, E/F and SEF.
167
8.6 In case of IDMTL protection elements the AR shall preferably be provided with a disc reset timer that simulates the resetting functionality of an upstream electromechanical induction disc relay by implementing a disc reset timer. The length of the time delay shall preferably be settable to be able to simulate the upstream device (settable between 5s and 20 s), however, if a fixed time delay is provided it should be between 4s and 5s.
8.7 A zone sequence co-ordination (ZSC) feature shall be provided to ensure trip-close sequence co-ordination for combinations of rapid and delayed protection operations applied to series ars. ZSC functionality shall be such that:
a) an AR senses the presence of an over-current or earth fault, as well as the clearance of that fault by another device and proceeds to the next protection operation in its own sequence; and
b) it proceeds in its sequence of rapid protection operations only, allowing the full number of delayed operations to be executed for in-zone conditions.
8.8 Loss of Phase (LOP) protection shall be provided to ensure the protection functionality of AR as below:
a) AR should trip with no auto-reclose in case if there is a loss of voltage on one or two phases on the upstream part of the line. Loss of supply on all three phases shall not generate the protection trip.
b) Facility to turn LOP ON or OFF without affecting other protection functions of the device. Pass-word or other form of access control shall be provided
c) The parameters of configuration of LOP shall include the voltage level (phase to ground) and time of loss of supply on one or two phases. The voltage level shall be configurable from 5000 to 19000 Volts (for 33KV) and 5000 to 9000 (for 11KV) with steps not greater then 250 V. Time range shall be configurable from 1 to 60 sec with steps not greater then 1 sec.
8.9 The information about LOP operation in case of the protection trip shall be recorded accordingly with indication of the phase(s) causing the trip of AR. The information about LOP operation shall be easily assessable.
d) Rapid protection operation shall be possible by selecting a fast curve or instantaneous protection element.
Co-ordination of the fast curves or instantaneous protection elements between two devices in series shall be possible either by selecting suitable curves from a family or by addition of a selectable time increment, typically 0,05s to 3s, in 0,05s steps, or any other acceptable solution.
8.10 Long protection operating times associated with fault levels marginally above the pick-up setting of the IDMTL protection element shall be avoided by the provision of a Low Set Definite Time element with the following features:
a) it shall be possible to enable or disable the element. When enabled it shall be active simultaneously as an overlay with all selected elements;
b) the element shall have the same pick-up current setting as the IDMTL element; and
c) the time delay shall be selectable from 2s to 10s, in 1s steps. The time delay shall be independent of any curve manipulation.
8.11 A High Set Instantaneous element with a selectable time delay shall be provided, with the following features:
a) it shall be possible to enable or disable the element. When enabled it shall be active simultaneously as an overlay with all selected elements;
b) circuit-breaker lock-out as a result of an operation due to the High Set Instantaneous element shall be selectable;
c) the pick-up setting range of this element shall be at least 100 % to 1500 % of the over-current setting and shall be independent of any curve manipulation; and
d) the time delay shall be selectable from instantaneous to 1s, in 0,05 s steps. The time delay shall be independent of any curve manipulation.
168
8.12 A cold load pick-up (CLP) feature shall be provided that allows user selectable modification of protection element characteristics under conditions of system energization. The CLP function may be provided in one of the following two ways:
a) The instantaneous O/C element and the Low Set Definite Time O/C element could be blocked for the CLP time duration; and
b) The pick-up current setting of the IDMTL O/C element and the Low Set Definite Time O/C element may be modified with a settable factor to increase the pick-up current of these elements for the CLP duration. The instantaneous O/C element should be blocked for this time. This is the preferred method.
The CLP function shall have the following characteristics: i. the CLP function shall not in any way interfere with any of the other functions'/elements'
pick-up current settings except as mentioned above;
ii. the CLP functionality shall be such that the active duration of the CLP is selectable from 0 min to 20 min in 1 min steps; and
iii. the modification factor should be settable from 1 to 2 in steps of 0,1.
8.13 Earth fault function
8.14 The earth fault setting range shall detect primary earth fault currents down to 20 A.
8.15 Delayed protection operation shall be possible by selecting an IDMTL element with NI, VI or El curve, or a definite time protection element with time delay from 0.05s to 10s, in 0,05s steps.
8.16 Rapid protection operation shall be possible by selecting a fast curve or instantaneous protection element.
Co-ordination of the fast curves or instantaneous protection elements between two devices in series shall be possible either by selecting suitable curves from a family or by addition of a selectable time increment, typically 0.05s to 3s, in 0.05s steps, or any other acceptable solution.
8.17 A High Set Instantaneous element with a selectable time delay shall be provided with the following features:
it shall be possible to enable or disable the element. When enabled it shall be active simultaneously as an overlay with all selected elements;
a) circuit-breaker lockout as a result of an operation due to the High Set Instantaneous element shall be selectable;
b) he pick-up setting range of this element shall be at least 100 % to 1500 % of the earth fault setting and shall be independent of any curve manipulation; and
c) he time delay shall be selectable from 0,05s to 1s, in 05s steps. The time delay shall be independent of any curve manipulation.
8.18 Sensitive earth fault (SEF) function
8.19 A primary earth fault current of 4A to 20A in steps not exceeding 1A shall be detectable.
8.20 Delayed protection operation shall be possible by selecting a definite time protection element with time delay from 3s to 25s, in 1s steps.
Auto-reclose operation parameters 8.21 The number of sequential trips to reach lockout shall be selectable to be either 1,2,3 or 4.
8.22 Reset times shall ideally be separately selectable for SEF and the combination of over-current and earth fault functions. The reset time shall be selectable from 5s to 120s in 1s steps.
8.23 Dead times shall ideally be separately selectable for SEF and the combination of over-current and earth fault functions. The dead time between each -successive reclosure shall be independently selectable from instantaneous to 5s for the first reclosure and from a minimum of 2s up to a maximum of 120s for subsequent reclosures.
8.24 A close instruction initiated locally or remotely during a dead time shall result in lockout if the fault is still present upon closure.
9.0 Statistical measurement functions
169
9.1 The characteristics of the statistical measurement functions shall be as follows
9.2 Measurement shall be done with three-phase-4-wire method.
9.3 Quantities to be measured / calculated with class 0.5 accuracy are:
a. r.m.s. phase-to-phase and phase-to-neutral voltage of all three phases:
b. r.m.s current per phase
c. three phase active power in kW
d. three phase reactive power in kvars
e. total three-phase active energy in kWh
f. Power factor
g. Maximum demand
h. Harmonic analysis
i. Wave form capture
j. Fault stimulator
9.4 The real power energy, reactive energy and apparent energy measurement should be cumulative. While maximum demand measurement shall be integrated with respect to time. With selectable time integration periods of 5 min, 15 min, 30 min or 60 min. The data buffer shall work on the FIFO principle and a minimum size for the data buffer shall store values for 4 months.
9.5 The voltage factor of the voltage transformers shall be a minimum of 1.9 for 8 hours.
9.6 CB and Control element shall have the facilities to record the number and duration of outages. The information shall be assessable locally. The following parameters shall be recorded:
a) Cumulative total number of outages
b) Cumulative total outage duration
c) Time and duration of each outage
10.0 Local control and indication:
10.1 The local control and indication shall be as given in Table-1:
Table-1- Minimum specification of local controls ad indications:
Item Features Remarks
Local control Local 2 position key switchable
(See note 1) Circuit-breaker open Circuit-breaker close ARC ON/OFF SEF ON/OFF
(see note 3) Secure control Secure control Secure or toggled control Secure or toggled control
Local indication Local/Remote (see note 3)
(See note 1) Circuit-breaker open Circuit-breaker close Circuit-breaker lock-out ARC ON/OFF SEF ON/OFF
Protection operation
Controller not healthy (see note 2)
SF , Alarm
AC fail
DC abnormal
DC fail
Charger fail
Local Analog indication (See note 1)
r.m.s phase-to-phase to neutral voltage of all three phases
170
r.m.s current per phase
three phase active power in KW three phase reactive power in kvars
total three-phase active energy in kWh
Power factor
Maximum demand
NOTES: Note 1: The local control and the local indication features on the control panel shall be labeled as presented in column 2, where applicable. The type of switch used for local control shall not allow for a conflict to exist between the switch position and the function status. Note 2: The Controller not healthy indication shall indicate the control equipment not healthy (watchdog) function operated. It shall not operate during the normal pole mounted switch operating cycle. This indication should remain active until the unhealthy state that initiated it returns to normal. Note 3: The three-position switch (labeled as below) shall allow the AR controller to be set in the following modes:
Local: In this mode a local operator can trip and close the AR and change configuration parameters. All reporting functions are active.
All local controls and indications shall be accessible in adverse weather condition. 10.2 The AR shall be provided with external levers to permit manual operation, using an
insulated operating stick, to open, close, lock-out and reset the AR from ground level . Where these operations can be performed at the control cabinet, it shall only be necessary to provide a mechanical means to open and lockout the circuit breaker using an insulated operating stick.
10.3 The AR status shall be clearly visible from ground level. “Opened” shall be indicated with a green “O”. “Closed” shall be indicated by a red “I”. Alternative indications shall be subject to approval by the purchaser.
10.4 Pressure relief facilities shall be provided to enable the AR to withstand safely the effects of excessive pressure rise due to an internal fault.
10.5 Malfunction of the AR shall not pose a safety hazard to the operator due to the recoil or backlash of items such as external operating rods, ranks and levers.
10.6 Easily available (i.e maximum of one keystroke) local indication of protection operation shall be provided for at least the last operation of the AR. The function, phase involved and the current magnitude shall be indicated.
10.7 Switches used for local control shall offer the type of control described in table 1 i.e. secure or toggled control. Electronic keypad controls shall offer ‘quick key’ (maximum of one keystroke) access to the controls in table1 if not implemented with switches
10.8 ARs using SF, as an arc extinguishing/Insulating medium shall:
a) Provide a low gas pressure indication at a gas pressure that enables safe operation of the AR
b) Prevent closing of the AR after it has opened under the above-described condition
c) Be provided with a method of inhibiting any operation of the AR in the event of the gas pressure dropping below a safe pressure.
11.0 Local Engineering
11.1 The AR controller shall contain a real time clock (with leap year support) that can be set both locally and remotely. It shall be possible to synchronise the clock with the control center SCADA using ant of the time synchronising standards (IEC-101/IEC-104 or SNMP protocol.
11.2 A facility for selecting all the protection, operating and communications characteristics shall be locally available in the control cabinet. Optional password protection against unauthorized changes shall be available.
171
11.3 Non-Volatile memory storage shall be sized to store the following minimum data:
All operating , protection and communications parameters. a) An event record containing at least 3000 events (a protection event is defined as all operations in a sequence until successful sequence reset or lockout). The actual number available shall be stated in the tender documentation.
Refer to clause 11.4 Maximum demand information Maximum demand shall have the facilities to be configured
for weekly or monthly demand. A pointer shall be provided to indicate up to where the data was last read. This will enable regular uploading of the data without re-loading of previously read data. 11.4 All events shall be time and date stamped with a resolution of at least loms relative to the
onboard real time clock.
12.0 Power supplies
12.1 The AR system shall provide power for the electronics, operation of the AR and operation of the communications equipment (e.g. radio or GSM-modem).
12.2 Primary supply: Preference will be given to the ability to obtain primary power directly from the HV power system requiring no additional primary supply connection.
12.3 Test supply: The AR shall accept an external AC 230 V 50 Hz supply.
12.4 Auxiliary supply: An auxiliary supply with the following minimum characteristics shall be provided
12.5 One battery and constant voltage charger with current limiting shall be part of the AR. Battery
standby time shall not be less than 24 h, allowing for ten AR operations and a Transmit: Receive: Standby duty cycle of 5:5:90 from a 5 W output ratio. The battery shall recharge to 80 % of its capacity in a maximum of 15 h. The total number of circuit-breaker operations under the above communications scenario shall be at least 10 AR operations preventing closing if the battery will not have enough stored energy to open the circuit- breaker for a protection trip condition. Details will be stated in the tender documentation.
12.6 Batteries shall be disconnected at the manufacturer's specified minimum voltage.
12.7 Battery Low' indication shall be available locally and remotely and shall include a battery test. The indication of "Battery Low" status shall allow for a further ten AR operations.
12.8 The minimum battery life expectancy shall be 5 years. Details of the guaranteed life expectancy of the battery shall be stated in the tender documentation.
13.0 Maintenance and commissioning
All the communications equipment shall be easily accessible in the control cabinet. Wiring of "communications links in the control cabinet shall permit the connection of a temporary protocol-Monitor. It shall be possible to perform secondary injection testing while the AR is communicating with the center.
13.1 It shall be Possible to disconnect the AR circuit breaker and connect a simulated breaker to the control cabinet for testing purposes.
13.2 The AR shall not malfunction while the radio is transmitting via an antenna in close proximity and the control cabinet door is open.
13.3 Provision shall be made in the control cabinet for individually isolating the power supply to/from the following:
a) battery;
b) battery charger;
c) primary supply to the control cabinet electronics.
14.0 Rating plate
Each AR shall bear a rating plate of an intrinsically corrosion-resistant material, indelibly marked with the sea-level rating for which the equipment has been type tested. The rating plate shall be indelibly marked with: a. the manufacturer's name;
b. the equipment type designation and serial number of the ar;
c. the mass, in kilograms;
172
d. the date of manufacture;
e. the voltage transformer ratio, class and burden.
auxiliary supply voltage (if applicable); and
15.0 Additional information
The following shall be submitted with the tender. 15.1 Circuit breaker details
a) manufacturer; b) type designation; c) place of manufacture; d) short circuit breaking capacity; 3s 1s e) asymmetrical breaking current; f) peak making current; and g) critical current (maximum instantaneous peak).
15.2 A schematic-wiring diagram of the AR offered.
15.3 A general-arrangement drawing of the AR offered.
15.4 Details of the maintenance and operating equipment and procedures needed and a detailed parts list of the various components.
15.5 A description of the AR operation, with instruction and maintenance manuals, including maintenance schedules, protection characteristics, communications facilities, the method of applying settings to relays and controls, together with any software required and the cost thereof. The software requirements shall be stated in the tender documentation.
15.6 Details and the cost of any available portable calibration and diagnostic test set that may be used to perform the functionality described in clause 18.1, 18.2 and 18.3. Details of the test set shall be given in the tender document.
15.7 A list of recommended spares and tools, quoting the prices of each item and its availability.
15.8 If protection setting changes are accomplished by resistors, electronic cards or modules or computer programs, the price and range of such items. The method of changing protection settings shall be stated in the tender documentation.
15.9 Details of technical back-up facilities available. These details shall be stated in the tender documentation.
15.10 Details of the class, ratio(s) and burden of the protection current transformer and voltage transformer, if supplied, shall be stated in the tender documentation.
15.11 The supplier shall include the following details of measurement current transformers (not internal to the AR) that can be supplied with the AR. The following details shall be provided:
a) available ratio(s) and accuracy class;
b) method of fitting; and
c) effect on creepage distance and BIL
15.12 Where applicable details of the low gas pressure alarm/lock-out philosophy;
15.13 Details of AR service history:
a) how many in service, where and for what period; and
b) contact names and numbers.
15.14 Details of LV trip/close coil if available as an option
15.15 Power requirements for a close operation
15.16 The maximum achievable separation between the control unit and the circuit breaker.
Full details of the protocol implementation and the complete point database. 16.0 TESTS
16.1 Type tests
a) The AR shall have been type tested in accordance with, and found to comply with, the requirements of either IEC 60056 or ANSI/IEEE C37.60-1981 for the following, and the appropriate values shall be stated in the tender documentation:
173
b) Interrupting performance (automatic operation).
c) Interrupting performance (manual operation).
d) Operating duty.
e) Making current.
f) Minimum tripping current.
g) Insulation (dielectric tests).
h) Radio interference voltage.
i) Temperature rise.
j) Mechanical operations.
k) Control equipment surge withstand capability.
16.2 The control cabinet and associated electronics shall have been type tested in accordance with UNIPEDE NORM (SPEC) 13 (1995): Automation and Control Apparatus for Generating Stations and Substations: Electromagnetic Compatibility Immunity Requirements. The environment shall be considered as failing in the HV substation category, according to NORM (SPEC)13.
16.3 Test records (on identical equipment) in the form of validated copies of test certificates issued by a recognized testing authority shall be submitted with the tender documentation.
16.4 Routine tests
Routine tests, as required in the relevant standards, shall be carried out as a normal requirement of the contract and, unless otherwise agreed upon, shall be witnessed by the purchaser or by his appointed representative. No additional charge shall be levied for such tests or for the production or presentation of documentation related to routine tests.
Duplicate copies of routine test certificates shall be supplied together with the equipment when the latter is delivered to the final destination stated in the order.
17.0 PACKING/DOCUMENTATION
17.1 Packing
All equipment shall be carefully packed to prevent damage or deterioration during normal transportation, handling and storage.
Each container shall bear the following information on the outside of the container: a) The address of the destination
b) The gross mass, in kilograms
c) The name of the manufacturer
d) The purchaser's order number and port of destination
18.0 Documentation
Each AR shall be supplied complete with the documentation specified in Items as per clause 20.1 20.2 . 20.3 and 20.4, together with the routine test certificates specified in clause 21.4.
SPECIAL TOOLS AND TACKLES 18.1 The Bidder shall furnish a list of any special tools and tackles required for maintenance and
operation purposes with recommended quantities for each substation.
174
TECHNICAL SPECIFICATION FOR GALVANIZED STEEL TUBULAR POLES
12.1.0 SCOPE:
This specification covers manufacturing, testing before supply and delivery at site CIP
destination (for Indian Bidders) and CIF Indian port (Foreign Bidders) of Steel Tubular poles.
12.1.1 It is not the intent to specify completely all the details of the design and construction of
equipment. However the equipment shall conform in all respects to high standards of
engineering, design and workmanship and shall be capable of performing in continuous
commercial operation up to the bidder’s guarantee in manner acceptable to the purchaser,
who will interpret the meanings of drawings and specifications and shall have the power to
reject any work or material which, in his judgment is not in accordance therewith. The offered
equipment shall be complete with all components necessary for their effective trouble free
operation. Such components shall be deemed to be within the scope of Bidder’s supply
irrespective of whether those are specially brought out in this specification and/or the
commercial order or not.
12.2.0 STANDARDS:
12.2.1 The material shall conform in all respect to the relevant ‘Indian Standards’ specification
with latest amendments indicated below:-
IS 2713(Part-I to III) 1980: Specification for Tubular Poles for overhead power line
The Steel Tubular Poles conforming to other internationally accepted, which ensure equal or
higher quality than the standards, mentioned above also be acceptable. In case the bidder who
wish to offer material conforming to the other standards, salient points of difference between
adopted and specific standards with authentic English Translation shall be furnished.
12.3.0 SERVICE CONDITIONS:
The steel Tubular Poles to be supplied against this specification shall be suitable for
satisfactory and continuous under the following climatic conditions:
i) Max. Ambient air temperature (deg C) 50
ii) Min ambient air temperature (deg C) 0
iii) Average daily ambient air temp (deg C) 40
iv) Max. relative humidity (%) 100
v) Max altitude above means sea level (m) 1000
vi) Average annual rainfall (mm) 1200
vii) Max. wind pressure (Kg. sq/mm) 195
viii) Isocerautic level (days per year) 50
ix) Seismic level (Horizontal accn) 0.33
The Steel Tubular shall be used in moderately hot and humid tropical climate conductive to
rust and fungus growth.
175
12.4.0 PRINCIPAL PARAMETERS:
The S.T.P. shall conform to the following specific parameters.
S. No. Technical Particulars
1. Type of Pole Swaged Type 410-SP-30
2. Total length 9.0 Meter
3 Planting depth 1.50 meter
4 Sectional length
i) Bottom 5.00 meter
ii) Middle 2.0 meter
iii) Top 2.0 meter
3. Out side diameter and Thickness of section
i) Bottom 139.7 X 5.40mm
ii) Middle 114.3 X 4.50mm
iii) Top 88.9 X 3.25mm
4. Minimum weight of Pole 133 Kg.
5. Breaking load 1084 Kg. f
6. Crippling load 770 Kg .f
7. Maximum permissible working load As per ISS
8. Minimum tensile strength of steel used in manufacturing of poles
55 Kg .f/mm²
9. The Pole should be complete with convex shape top cover made of 3 mm. thick M.S. plate of pole top size and duly tack welded.
10. A Mild Steel base plate of size 350×350×8 mm shall be welded at the bottom of the pole having minimum weight of 8.0 kg.
11. Base plate shall be welded after inspection but before dispatch.
Note: Poles shall conform to IS: 2713/1980(Part I to III) and latest amendments
thereof or as mentioned herein. No deviation from technical particulars of any type shall be acceptable. However tolerances only on positive side as per above I.S.S. and amendments thereof shall be allowed.
Other particulars in addition to above, if any, as per latest amendment of IS/IEC to be given.
12.5.0 TECHNICAL REQUIREMENTS:
Poles shall be steel tubes having minimum tensile strength 55 kgf/mm² and minimum percentage elongation as specified in IS: 1161:1979 with latest amendment thereof if any. The HR strip coils grade-III by which these tubes are made should be conforming to IS: 10748-1995 read with latest amendment thereof. The Poles shall be made in 3 sections of dimensions as detailed in specified technical particulars annexed hereto. The tubes used should be made by ERW (Electrical Resistance Welding) process. The tubes should be swage jointed to form the desired poles to give a strong joint which should withstand all the tests as per ISS without any welding. The welding is only to be done after carrying out all the tests. No joints shall be permitted in the individual tube length of poles. The poles shall be coated with bituminous paints internally and externally upto the level which goes in side the earth and the remaining portion of exterior shall be painted with one coat of red oxide primer as specified in IS: 2713/1980. A Through hole of 14-mm. diameter shall be provided in each Pole at a height of 300 mm above the planting depth. The pole should be complete with finials base plates and tapper plugs as per details given in para- 15 “finials and base plate of IS: 2713-1980 and latest amendment thereof regarding convex shaped top cover made of 3 mm thick MS plate duly tack welded and base plate. However the base plate shall be of mild steel of size 350x350x8 mm.
12.5.1 The materials, when analysed in accordance with IS : 228 ( Part-III : 1972 ) and IS : 228 ( Part-IX) shall not show sulpher and phosphorous contents of more than 0.060percent each.
176
12.5.2 Tubular Steel Poles shall be swaged type. 12.5.3 Swaged poles shall be made of seamless or welded tubes of suitable lengths swaged and
jointed together. No circumferential joints shall be permitted in the individual tube lengths of the poles. If welded tubes are used they shall have one longitudinal weld seam only: and the longitudinal welds shall be staggered at each swaged joint.
12.5.4 Swaging may be done by any mechanical process. The upper edge of each joint shall be chamfered if at an angle of about 45
0. The upper edge need not be chamfered if a
circumferential weld is to be deposited in accordance with clause No. 5.3 2 of IS: 2713 ( Part-I) :1980
12.5.5 The length of joints on swaged poles shall be in accordance with clause No. 5.4 of IS: 2713 12.5.6 Poles shall be well-finished, clean and free from harmful surface defects. Ends of the poles
shall be cut square. Poles shall be straight, smooth and culindrical. The weld joints, if any, shall be of good quality, free from scale, surface defects, cracks, etc.
12.5.7 Tolerances for outside diameter, thickness, length, weight and straightness shall be in accordance with IS: 2713 (Part-I) : 1980 (Par-I): 1980
12.5.8 The poles shall be coated with black bituminous paint conforming to IS : 158-1968 throughout, internally and externally, upto the level which goes inside the earth. The remaining portion of the exterior shall be galvanized as per clause no.12.6.0
1122..66..00 GGAALLVVAANNIIZZIINNGG AANNDD PPAAIINNTTIINNGG
GGaallvvaanniissiinngg ooff tthhee vvaarriioouuss mmeemmbbeerrss ooff tthhee ssttrruuccttuurreess sshhaallll bbee ddoonnee oonnllyy aafftteerr aallll wwoorrkkss ooff
ssaawwiinngg,, sshheeaarriinngg,, ddrriilllliinngg,, ffiilliinngg,, bbeennddiinngg aanndd mmaattcchhiinngg aarree ccoommpplleetteedd.. GGaallvvaanniissiinngg sshhaallll bbee
ddoonnee bbyy tthhee hhoott ddiipp pprroocceessss aass rreeccoommmmeennddeedd iinn IISS:: 22662299 oorr ootthheerr ssuucchh aauutthhoorriittaattiivvee
iinntteerrnnaattiioonnaall ssttaannddaarrddss aanndd sshhaallll pprroodduuccee aa ssmmooootthh,, cclleeaann aanndd uunniiffoorrmm ccooaattiinngg ooff nnoott lleessss tthhaann 661100 ggmm ppeerr ssqquuaarree mmeetteerr.. TThhee pprreeppaarraattiioonn ffoorr ggaallvvaanniissiinngg aanndd tthhee ggaallvvaanniissiinngg
pprroocceessss iittsseellff mmuusstt nnoott aaffffeecctt aaddvveerrsseellyy tthhee mmeecchhaanniiccaall pprrooppeerrttiieess ooff tthhee ttrreeaatteedd mmaatteerriiaallss
12.7.0 TEST:
12.7.1 ROUTINE & ACCEPTANCE TESTS: The Steel Tubular Poles shall conform to IS: 2713 Part (I to III) 1980 or any amendments thereof in every respect. The following routine and acceptance tests prescribed in the above ISS will be carried out.
a) Verification of dimensions and weigh.
b) Deflection test
c) Permanent set test
d) Drop test
e) Galvanization test
12.8.0 MARKING:
The pole shall be clearly and indelibly engraved/paint stencil with the following particulars during manufacture so to easily read after erection in position.
a) Package No/Lot No./Pole No.
b) APDCL Date, month and year of manufacture.
c) Maker’s distinguishing mark.
12.9.0 INSPECTION:
All acceptance tests and inspection shall be carried out at the place of manufacturer unless otherwise specially agreed upon by the Bidder and purchaser at the time of purchase. The Bidder shall offer for inspection and testing of material to inspecting official representing the purchaser. All reasonable facilities without charges, to satisfy him that the material is being furnished in accordance with this specification shall be provided by the supplier at his works. The purchaser has the right to have the tests carried out at his own cost by an independent agency, wherever, there is a dispute regarding the quality supply. The bidder shall give 15 days advance intimation to enable the purchaser to depute his representative for witnessing acceptance/routine test.
177
12.10.0 QUALITY ASSURANCE PLAN:
12.10.1 The bidder shall invariably furnish following information along with his bid, failing which his bid shall be treated as Non-responsive. This information shall be separately given for individual type of material offered. (i) Statement giving list of important raw material, names of sub-supplier for raw
materials. List of standard according to which the raw materials are tested List of test normally carried out on raw material in presence of Bidder’s representative, copies of test certificate.
(ii) Information and copies of test certification as in (1) above in respect of bought out accessories.
(iii) List of manufacturing facilities available. (iv) Level of automation achieved and list of areas where manual processing exists. (v) List of area in manufacturing process stage inspection are normally carried out for
quality control and details of such tests and inspections. (vi) List of testing equipment available with the bidder for final testing of equipment and
specify test limitation, if any vis-à-vis the type, special acceptance and routine tests specified in the relevant standards. These limitations shall be clearly brought out in schedule of deviations from specified test requirements.
12.10.2 The successful Bidder shall, within 7 days of placement of order, submit following information to the purchaser:- (i) List of raw materials as well as bought out accessories and the names of sub-
supplier selected from, furnished along with offer.
(ii) Type test certificate of raw materials and bought out accessories.
(iii) Quality Assurance Plan (QAP) with hold points for purchaser’s inspection.
(iv) The quality assurance plan and purchaser’s hold points shall be discussed between
the purchaser and bidder before the QAP is finalized.
12.10.3 The contractor shall operate the system which implement the following:-
(i) Hold Point: A stage in the material procurement or workmanship process beyond which work shall not proceed without the documented approval of designated individuals or organizations. The purchaser’s written approval is required to authorize work to progress beyond the hold points indicated in quality assurance plan.
((iiii)) Notification Point: A stage in material procurement or workmanship process for which advance notice of activity is required to facilitate witness. If the purchaser does not attend after receiving documented notification in accordance with agreed procedures and with the correct period of notice then work may proceed.
12.10.4 The successful bidder shall submit the routine test certificate of bought out accessories and
central excise passes for raw material of bought out accessories and central excise passes for raw material at the time of the routine testing if required by the purchaser and ensure that quality assurance requirements of this specification are followed by the sub-contractors. The Quality Assurance Program of the contractor shall consist of the quality system and quality plans with the following details:- (i) Quality System:
The Structure of organization The duties and responsibilities assigned to staff ensuring quality of work. The system for ensuring quality workmanship The system for retention or records The arrangement of contractor’s internal auditing
A list of administration and work procedures required for achieving and verifying contract’s quality requirements. These procedures shall be made readily available to the purchaser for inspection on request.
(ii) Quality Plans: An out line of the proposed work and program sequence The structure of the contractors’ organization for the contract The duties and responsibilities assigned to staff ensuring quality of work.
Hold and notification points.
178
Submission of engineering documents required by the specification The inspection of material and component of receipt Reference of the contractor’s work procedures appropriated to each activity
Inspection during fabrication /construction Final inspection and test.
12.11.0 DOCUMENTATION:
All drawings shall conform to International Standard Organization (ISO)’A’ series of drawing sheet/Indian Standard Specification IS: 656. All drawings shall be in ink and suitable for microfilming. All dimensions and data shall be in S.I Units.
Two sets of complete dimensions showing the general arrangements shall be furnished along with
the tender as under:
(i) Outline dimension of the poles with all the sections. (ii) Cross sectional details top bottom middle sections with swaging details.
12.11.1 The manufacturing shall be done strictly in accordance with the approved drawing and no
deviation shall be permitted without the written approval of the purchaser. All the manufacturing works in connection with the pole prior to the approval of the drawing shall be at the supplier’s risk.
12.11.2 Approval of drawing/work by the purchaser shall not relieve the supplier of his responsibility and liability for ensuring correctness and correct interpretation of the drawing for meeting requirements of the latest revision of applicable standards, rules and codes of practices. The pole shall conform in all respect to high standards of engineering, design, workmanship and latest revision of relevant standards at the time of ordering and purchaser shall have the power to reject any work or material which in his judgment is not in full accordance therewith.
12.11.3 The successful bidder shall, within two week of placement order, submit 3 sets of final versions of all drawings as stipulated in the purchase order for purchaser’s approval. The purchaser shall communicate his comments/approval on the drawing to the supplier within two weeks. The supplier shall if necessary modify the drawings and resubmit 3 copies of the modified drawing for their approval. The supplier shall within two weeks, submit 30 prints and two good quality report copies of the approved drawing for purchaser’s uses.
12.11.4 One set of routine test certificate shall accompany each dispatch consignment.
12.12.0 PACKING & FORWARDING:
The packing may be in accordance with the manufacturer’s standard practice. Supplier should however ensure that the packing is such that the equipments reach the departmental stores/site without damages after transport by rail and road. Whenever material are supplied to a consignee, the supplier shall prepare the following information in the form of packing slip in quadruplicate and send the same to the consignee and obtain his acknowledgement on the same. The consignee will return to the supplier one copy of the packing slip with his remarks. Packing slip will have following information printed on it:-
1 Purchaser order No. & Date.
2 Quantity allotted to the stores and rate applicable.
3 Quantity so far supplied and rates applied.
4 Total quantity supplied under the P.O. with rates applied.
5 Programme for supply of balance quantity to the stores/site.
12.13.0 GENERAL:
TECHNICAL DEVIATIONS:
a) The technical deviations to technical specification of S.T. Poles shall be specifically and
clearly indicated in a separate Annexure.
b) The bidder who shall not provide G.T.P.(Guaranteed Technical Particulars) shall be treated as
non-responsive.
179
SECTION -7
GUARANTEED TECHNICAL
PARTICULARS
180
GUARANTEED TECHNICAL PARTICULARS FOR DISTRIBUTION TRANSFORMERS
(To be filled in by the Tenderer)
Sl.No. Description Particulars
1 Make & manufacturer
2 Place of manufacture
3 Rated ratio
i) HV (KV)
ii) LV (KV)
4 Rated current
i) HV (KV)
ii) LV (KV)
5 Connection symbol
6 Tapping (if applicable)
i) Number of steps
ii) Range of Tapping
7 Core material used and grade
a) Flux density
b) Over flushing without saturation (curve to be
furnished by the manufacturer in support of his claim)
8 Maximum temperature rise of
a) Winding by resistance
b) Oil by thermometer
9 Magnetizing (No Load) current at
a) Nominal voltage
b) Maximum voltage
10 Core loss in watts at 75°C
a) Nominal voltage
b) Maximum voltage
11 Resistance of windings at 20°C (with 5% tolerance)
a) HV winding (ohm)
b) LV winding (ohm)
12 Full load losses (watts) at 75°C
13 Current density used for
a) HV winding
b) LV winding
14 Clearances
a) Core & LV
181
b) LV & HV
c) HV phase to phase
d) End insulation clearance to earth
e) Any point of winding to tank
15 Efficiency at 75°C
a) Unity pf
b) 0.8 pf
i) 125% load
ii) 100% load
iii) 75% load
iv) 50% load
v) 25% load
16 Regulation at
a) Unity pf
b) 0.8 pf at 75°C
17 % impedance at 75°C
18 Flash test
19 HV 28 KV/50 Hz for 1 Minute
20 LV 3 KV/50 Hz. for 1 Minute
21 Over potential test double
22 Voltage & double frequency for 1 minute
23 Impulse test
24 Weight content of
a) Core lamination (min)
b) Winding (min)
C) Tank & fittings
d) Oil
e) Oil qty. (min)
f) Total weight
25 Oil data
a) Qty. for first filing (min)
b) Grade of oil used
c) Maker’s name
d) BDV at the time of filling
26 Transformer
Overall length X breadth X height
27 PERFORMANCE GUARANTEE OF DTR
182
GUARANTEED TECHNICAL PARTICULARS OF ALL ALUMINUM ALLOY CONDUCTOR (AAAC)
(To be filled in by the Tenderer)
Sl.No. Description Unit Particulars
1.0 Maker’s name & Address
2.0 Conductor size and Code
3.0 IS Standard applicable
4.0 Wire diameter in mm mm
5.0 Diameter of complete conductor in mm mm
6.0 Number of strands Nos.
7.0 Sectional area of alloy Aluminum mm²
8.0 Total sectional area mm²
9.0 Particulars of Raw Materials
9.1 Aluminum
a) Minimum Purity of Aluminum %
9.2 Zinc %
a) Minimum Purity of Zinc
9.3.0 Aluminum Strands after stranding
9.3.1 Diameter
a) Nominal Mm
b) Maximum Mm
c) Minimum Mm
9.3.2 Minimum breaking Load Strand kN
9.3.3 Maximum Resistance of 1 M length Ohm
10.0 Galvanizing
a) Minimum weight of zinc coating per uncoated wire
surface gm/m²
b) Minimum number of one minute dips galvanized
strand can withstand in the test Nos.
c)
Minimum number of twists in a gauge length times
dia of wire which the strand can withstand in the
torsion test (after stranding)
Nos.
11.0 AAAC stranded conductor
11.1 UTS of conductor kN
11.2 Lay ratio of conductor Max
a) 1st layer
b) 2nd
layer
183
11.3 D.C resistance of conductor at 20°C Ohm/Km
11.4 Standard length of conductor M
11.5 Continuous current rating at 75°C (Enclose
supporting calculations)
11.6 Final modulus of elasticity
11.7 Co-efficient of Linear Expansion
11.8 Strand
a) Standard diameter mm
b) Minimum
c) Maximum
d) Cross-Sectional area of Nominal diameter wire mm²Nos.
e) Weight in Kg/KM
f) Minimum breaking load
Before Stranding
After stranding
Kg/kN
g) Coefficient of linear expansion
11.9 Joints in strands
a) Aluminum Alloy
b) Method of making joint
c) Ultimate tensile Strength of Joint
12.0 Maximum single length of conductor that can be
manufactured if required for single stretch Meter
13.0 Tolerance of standard length of conductor %
14.0 Direction of lay for outside layer
14.1 Linear mass of the conductor
a) Standard Kg/KM
b) Minimum Kg/KM
c) Maximum Kg/KM
15.0 No. of cold pressure butt welding available at
works
16.0 Standard according to which the conductor will be
manufactured and tested
a) Certification mark if any
b) Test Certificate enclosed Yes/No
17.0 Initial & Final sag and tension charts furnished
18.0 Stress/Strain data corresponding to different
tensions temperatures furnished
19.0 Curves/tables of creep compensation
corresponding to different tension temperatures
furnished
20.0 PERFORMANCE GUARANTEE
184
GUARANTEED TECHNICAL PARTICULARS FOR 11 KV SURGE ARRESTORS
(To be filled in by the Tenderer)
Sl. No. Description Particulars
1 Name & Address of Supplier & Manufacturer
Surge Arrestor
Line Disconnector
Metal Oxide Block
Terminal Clamp
2 Name & address of collaborator, if an
3 Standard to which surge arrestors conforms
4.0 Surge Arrestor
4.1 Voltage rating (KV rms)
4.2 Continuous Operating Voltage (KV rms)
a) Continuous Operating Voltage (KV rms)
b) Leakage current at continuous operation voltage
c) Permitted leakage current of arrestor beyond which
arrestor is faulty.
5 Frequency (Hz.)
6 Nominal discharge current (wave shape – 8/20 micro second)
(KA)
7 Pressure relief rated current (KA rms)
8. Steep current protection level at 10 KA
a) Lightning impulse protection level with 40 X 80 mico-sec.
Wave at 500/1000 A
9 Long duration current impulse withstand capacity and virtual
duration
10 Line discharge class
11 Thermal runway limit arrestor
12 Energy capability (kj/KV)
13 Pressure relief rating
14 Dry arcing distance
15 Reference current and reference voltage
16 Arrestor Housing
16.1 Power frequency one minute wet withstand voltage (kV rms)
16.2 Lightning impulse dry withstand voltage (kVP)
16.3 Creepage distance
a) Protected
b) Total
185
16.4 Short Circuit withstand capacity
16.5 Bending moment (mm)
17 Dis-connector
a) Constructional Details
b) Other information as applicable to surge arrestor
18 Surge Monitor
a) Constructional Details
b) Degree of protection
19 Suitable for hot line washing
20 Dimension and Weight
21
G.A Drawing indicating height of complete unit from base to
line, minimum recommended center to center spacing,
clearance from ground equipment at various height of
Arrestor, earthing arrestor, earthing arrangement on earthed
side of arrestor etc.
22 Details of Packing
23 License number and date for using ISI certification mark if
any
24 Ammeter for discharge current
a) Type & Make
b) Accuracy
c) Range (mA)
25 Residual voltage
26 Follow Current
27 PERFORMANCE GUARANTEE
186
GUUAARRAANNTTEEEEDD TTEECCHHNNIICCAALL PPAARRTTIICCUULLAARRSS OOFF 1111 kkVV PPIINN IINNSSUULLAATTOORR
(To be filled in by Tenderer)
S.NO.
Description Particulars
1 Manufacturer’s Name & Address
2 Type of insulator offered
3 Drawing Numbers
4 Over all Dimensions (mm)
a) Height
b) Out Diameter
5 Nominal System Voltage (kV)
6 Highest System Voltage (kV)
7 Minimum Failing Load (kN)
8 Dry Power Frequency Flashover Voltage (kV)
9 Wet Power Frequency Flashover Voltage (kV)
10 Puncture Withstand Voltage (Power Frequency) (kN)
11 Min. Creepage Distance (mm)
12 Impulse Flashover Voltage : (kV)
a) 1.2/50 Micro Sec. Wage of Positive Polarity
b) 1.2/50 Micro Sec. Wage of Negative Polarity
13 Impulse Withstand Voltage : (kV)
a) 1.2/50 Micro Sec. Wave of Positive Polarity
b) 1.2/50 Micro Sec. Wave of Negative Polarity
14 Dry Power Frequency 1 Min. Withstand Voltage (kN)
15 Wet Power Frequency 1 Min. Withstand Voltage (kN)
16 Minimum Visible Discharge Test Voltage
17 Net Weight (Approx.) (Kg)
18 Standard According to which Porcelain Insulators be Manufactured and Tested
19 Tolerance in Dimensions, if any (as per ISS)
20 Temperature Cycle Test (as per ISS)
21 Porosity Test (as per ISS)
22 Performance guarantee
187
GGUUAARRAANNTTEEEEDD TTEECCHHNNIICCAALL PPAARRTTIICCUULLAARRSS OOFF GGII PPIINN FFOORR 1111 KKVV PPIINN IINNSSUULLAATTOORR
(To be filled in by the tenderer)
1. Name & address of the manufacturer
2. Physical dimensions
a. Stalk length in mm
b. Shank length in mm
c. Thickness of collar in mm
d. Diameter of collar in mm
e. Diameter of shank in mm
f. Threaded length of shank in mm
g. Dia of stalk head in mm
h. Threaded length of stalk in mm.
4. Gross weight in kg.
5. Weight of zinc coating in gms
6. Mechanical failing load in KN
7. Other particulars
8. Performance guarantee
188
GUARANTEED TECHNICAL PARTICULARS FOR 11 KV GOAB SWITCH
A. Isolating Switches
Name of Manufacturer of Isolating Switches Particulars for Isolating Switches
a. MVA Ratings b. Number of Poles c. Voltage Rating d. Current rating (Amps)
i. Normal ii. Maximum iii. Short Time
e. Temperature rise of the following at the full rated current in Degree °C over in ambient 50°C
i. Terminals ii. Contacts iii. Metal parts
f. Thickness in mm of Silver Plating / Tin Plating g. Voltage drop across:
i. Each Contact ii. Terminals
h. Frequency i. Short Time Current and duration j. Type of Materials used in Contacts k. Materials used in Contacts l. Type & Materials of the Terminal connectors provided m. Diameter and length of the channels of GI Operating Pipe n. Size & Length of the channels provided for
mounting three phases o. Minimum clearance between phases.
(i.e. the centre distance between the insulating of the adjacent phases in the assembled position of the Switches
p. Minimum clearance in air i. Between the poles ii. Between live parts & earth
q. Type & Detail of operating Mechanism i. Rotating Insulator Stack ii. Operating Shaft
r. Whether the switch is complete with the necessary universal joints Guides locking arrangements with padlock and key and stops etc.
s. Type of monitoring t. Number of Breaks per phase u. Number of breaks v. Materials of the rotating parts w. Weight of insulators & mechanism x. Dimensions of the flexible cords
i. Thickness ii. Length iii. Weight
xi. Materials used in flexible cord, its terminal place and the terminal block
2.1 Impulse withstand voltage with 1/50 micro-seconds wave positive and negative polarity
i. Across Isolating distance ii. To earth & between poles
2.2 One minute power frequency withstand voltage
189
i. Across Isolating distance ii. To earth & between Poles
3.0 Does the equipments conform to ISS:1818/1961 B. Insulators 1.0 Particulars for Insulators
1.1 Type of Insulator 1.2 Name of the Manufacturer of the Insulator 1.3 Height of Insulator 1.4 Diameter of the Largest Shed 1.5 Number of units per stack
2.0 Electrical Characteristics (for one Insulator) 2.1 Flashover voltage
a. Dry Power Frequency b. Wet Power Frequency c. Impulse voltage of 1/50 micro-secs. (+ve) d. Impulse voltage of 1/50 micro-secs. (-ve)
2.2 Withstand Voltage a. Dry Voltage b. Wet voltage c. Impulse voltage of 1/50 micro-secs. (+ve) d. Impulse voltage of 1/50 micro-secs. (-ve)
2.3 Power frequency puncture withstand of unit 2.4 Mechanical characteristics
a. Cantilever strength upright b. Cantilever strength under hand c. Torsional strength d. Tensile strength e. Compression strength
2.5 General characteristics a. Minimum creepage distance b. Weight of complete unit c. Weight of non-ferrous parts (total) d. Weight of ferrous parts (total)
2.6 Standard to which insulator conforms Note: Value for Insulators should be given in metric units and should be for one insulator only 3.0 PERFORMANCE GUARANTEE
190
GUARANTEED TECHNICAL PARTICULARS FOR 11 KV DISC INSULATOR 45 KN(T&C) (To be filled in by the Tenderer)
Sl.No Description Particulars
1 Manufacturer’s Name & Address
2 Type of Insulator offered
3 Drawing Numbers
4 Overall Dimensions (mm)
a) Height
b) Outer Diameter
5 Nominal System Voltage (kV)
6 Highest System Voltage (kV)
7 Minimum Failing Load (kN)
8 Dry Power Frequency Flashover Voltage(kV)
9 Wet Power Frequency Flashover Voltage(kV)
10 Puncture withstand Voltage (Power Frequency) (kN)
Minimum Creepage Distance (mm)
11 Minimum Creepage Distance (mm)
12 Impulse Flashover Voltage (kV)
a) 1.2/50 Micro-Sec. Wave Positive Polarity
b) 1.2/50 Micro-Sec. Wave Negative Polarity
13 Impulse Withstand Voltage (kV)
a) 1.2/50 Micro-Sec. Wave Positive Polarity
b) 1.2/50 Micro-Sec. Wave Negative Polarity
14 Dry Power Frequency 1 Min. Withstand Voltage (kN)
15 Wet Power Frequency 1 Min. Withstand Voltage (kN)
16 Minimum Visible Discharge test Voltage
17 Net Weight (approx.) (Kg.)
18 Standard According to which Porcelain Insulators to be
Manufactured and tested
19 Tolerance in Dimensions, if any (as per ISS)
20 Temperature Cycle Test (as per ISS)
21 Porosity Test (as per ISS)
22 PERFORMANCE GUARANTEE
191
GGUUAARRAANNTTEEEEDD TTEECCHHNNIICCAALL PPAARRTTIICCUULLAARRSS OOFF HH..TT.. && LLTT GGUUYY IINNSSUULLAATTOORR
S.NO. PARAMETER GUARANTEED VALUE
1 Manufacturer’s Name & Address
2 Type of insulator
3 Standards to which insulator will conform
4 Dimensions
5 Hole diameter (mm)
6 Color of glare
7 Dry Power Frequency withstand Voltage (kV)
8 Wet Power Frequency withstand Voltage (kV)
9 Minimum failing load (Newton)
10 Minimum Creepage distance (mm)
11 Weight per piece (Kg)
12 Temperature cycle test (as per ISS)
13 Porosity test (as per ISS)
14 Tolerance, if any (as per ISS)
15 Performance guarantee
192
GUARANTEED TECHNICAL PARTICULARS OF L.T. SHACKLE INSULATOR
(To be filled in by the Tenderer)
Sl.No. Description Particulars
1 Manufacturer’s Name & Address
2 Type of Insulator
3 Standards to which insulator will conform
4 Dimensions
5 Hole diameter (mm)
6 Color glare
7 Dry power Frequency Withstand Voltage (kV)
8 Wet power Frequency Withstand Voltage (kV)
9 Dry power Frequency Flashover Voltage (kV)
10 Wet power Frequency Flashover Voltage (kV)
11 Power Frequency Puncture Withstand Voltage (kV)
12 Minimum failing load (kN)
13 Minimum Creepage Distance (mm)
14 Weight per piece (Kg)
15 Temperature cycle test (as per ISS)
16 Porosity test (as per ISS)
17 Tolerance, if any (as per ISS)
18 PERFORMANCE GUARNATEE
193
GGUUAARRAANNTTEEEEDD TTEECCHHNNIICCAALL PPAARRTTIICCUULLAARRSS FFOORR GG..II.. WWIIRREE
((TTOO BBEE FFUURRNNIISSHHEEDD BBYY BBIIDDDDEERR))
A. G.I.Wire (4 mm dia) :
1. Size of Wire :
2. Tolerance in size of wire :
3. Tensile strength :
4. Wrapping list :
5. Galvanising conforming to IS : 4826 – 1968
:
6. Guarantee :
B. G.I.Wire (5 mm dia) :
1. Size of Wire :
2. Tolerance in size of wire :
3. Tensile strength :
4. Wrapping list :
5. Galvanising conforming to IS : 4826 – 1968
:
6. Performance guarantee :
194
GGUUAARRAANNTTEEEEDD TTEECCHHNNIICCAALL PPAARRTTIICCUULLAARRSS FFOORR CC..II.. PPIIPPEE ((EEAARRTTHH))
((TTOO BBEE FFUURRNNIISSHHEEDD BBYY BBIIDDDDEERR))
Sl. G.I.Wire (4 mm dia) :
1. Length of Pipe :
2. Diameter of Pipe :
3. External Dia of Pipe :
4. Thickness of Pipe :
5. Internal Dia of Socket :
6. Thickness of Socket :
7. Internal Depth of Socket :
8. Internal Radius of Socket :
9. Width of Grooves of Socket :
10. External Dia of Grooves Socket
11. Weight of Pipe :
12. Hydraulic Test :
13. Guarantee :
195
GUARANTEE TECHNLCAL PARTICULARS OF COMPOSIT POLYMERIC INSULATOR
FOR 11 KV , 45 KN ( T & C ) TYPE Sl. no
Description Unit 11KV , 45 KN , T& C type
Name of Manufacturer & Address
1. Type of Insulator
2. Standard according to which the Insulator manufacture and tested
3. Name of material used in manufacture Of the insulator with class/grade
(a) Material of core (FRP rod) i) E-glass or ECR- glass ii) Boron content
(b) Material of housing &Weather sheds Silicon content by weight
(c) ( material of end fitting )
(d) Sealing compound for end fittings
4. Color
5. Electrical characteristics
(a) Normal system voltage KV(rms )
(b) Highest system voltage KV(rms)
(c) Dry power Frequency withstand voltage KV(rms )
(d) Wet power frequency withstand voltage KV (rms )
(e) Dry flashover voltage KV(rms)
(f) Wet flashover voltage KV(rms)
(g) Dry lighting impulse withstand voltage a) Positive b)Negative
KV(peak) KV(peak)
(h) Dry lighting impulse flashover voltage c) positive d) Negative
KV(peak) KV(peak)
(i) R/V at 1MHz when energized at 10KV/30KV(rms) under dry condition
Microvolt
(j) Creepage distance (mm) mm
6. Mechanical characteristics
(a) Minimum failing load KN
7. Dimension of insulator
(i) Weight Kg
(ii) Dia of FRP rod mm
(iii) Length of FRP rod mm
(iv) Die. Of Weather sheds mm
(v) Thickness of housing mm
(vi) Dry arc distance mm
Dimension drawing of insulator including weight with clearances min weight enclosed
8. Method of fixing of sheds to housing (specify single moulder Modular construction moulding )
9. No. of Weather sheds
10. Types of sheds
(i) Aerodynamic
(ii) With under ribs
11. Packing details
(a) Types of packing
(b) No. of insulator each pack
(c) Gross weight of package
12. Any other particulars which the bidder may like to give
196
GUARANTEE TECHNICAL PARTICULARS OF COMPOSITE POLYMERIC INSULATOR
FOR 11 KV , 5 KN PIN INSULATOR TYPE
Sl. no
Description Unit 11KV , 5 KN , PIN
INSULATOR
Name of Manufacturer & Address
1. Type of Insulator
2. Standard according to which the Insulator manufacture and tested
3. Name of material used in manufacture Of the insulator with class/grade
(a) Material of core (FRP rod) i) E-glass or ECR- glass ii) Boron content
(b) Material of housing &Weather sheds Silicon content by weight
(c) ( material of end fitting )
(d) Sealing compound for end fittings
4. Color
5. Electrical characteristics
(a) Normal system voltage KV(rms )
(b) Highest system voltage KV(rms)
(c) Dry power Frequency withstand voltage KV(rms )
(d) Wet power frequency withstand voltage KV (rms )
(e) Dry flashover voltage KV(rms)
(f) Wet flashover voltage KV(rms)
(g) Dry lighting impulse withstand voltage a) Positive b)Negative
KV(peak) KV(peak)
(h) Dry lighting impulse flashover voltage c) positive d) Negative
KV(peak) KV(peak)
(i) R/V at 1MHz when energized at 10KV/30KV(rms) under dry condition
Microvolt
(j) Creepage distance (mm) mm
6. Mechanical characteristics
(a) Minimum failing load KN
7. Dimension of insulator
(i) Weight Kg
(ii) Dia of FRP rod mm
(iii) Length of FRP rod mm
(iv) Die. Of Weather sheds mm
(v) Thickness of housing mm
(vi) Dry arc distance mm
Dimension drawing of insulator including weight with clearances min weight enclosed
8. Method of fixing of sheds to housing (specify single moulder Modular construction moulding )
9. No. of Weather sheds
10. Types of sheds
(i) Aerodynamic
(ii) With under ribs
11. Packing details
(a) Types of packing
(b) No. of insulator each pack
(c) Gross weight of package
12. Any other particulars which the bidder may like to give
197
GUARANTEED TECHNICAL ARTICULARS FOR 1.1 KV GRADE SINGLE CORE XLPE INSULATED & PVC
SHEATHED HEAVY DUTY ALUMINIUM CONCUCTOR, UNARMOURED POWER CABLE
Sl. No.
Particulars
1 2 3
1. Name & address of manufacturer.
2. Type and make of cable
3. Location of factory.
4. Standard specification to which cable shall conform.
5. Standard specification to which core shall conform.
6. Voltage rating.
7. Permissible variation in voltage, frequency & combined voltage & frequency.
8. Standard specification to which drum shall conform.
9. CONDUCTOR :
9.1 Material and its composition.
9.2 Shape of conductor.
9.3 Total area of conductor.(In Sq. mm)
9.4 Stranding details :- i) No. of nominal strands in a core. ii) Dia of each strand in a core (before stranding) (in mm)
9.5 Maximum D.C Resistance/Core at 20°C (In Ohms/Km.)
10. INSULATION :
10.1 Type of Insulation
10.2 Composition of Insulation
10.3 Nominal thickness of Insulation (in mm).
10.4 Tolerance on thickness of Insulation.
10.5 Dia of core over insulation.
10.6 Minimum volume resistivity at 27°C (Ohm.Cm.)
10.7 Minimum volume resistivity at 70°C (Ohm.Cm.)
10.8 Minimum tensile strength of Insulation material.
10.9 Minimum Elongation percentage
10.10 Average di-electric strength (KV/MM)
10.11 Suitability with regard to Moisture, Ozone, Acid, Oil and Alkaline surroundings.
11.0 SHEATHING DETAILS
11.1 OUTER SHEATH :
i) Material & composition
ii) Type of sheathing by extrusion ST-1
iii) Thickness of sheathing (in mm)
iv) Tolerance on thickness of sheathing.
v) Calculated diameter under the sheath (in mm).
vi) Nominal diameter of cable over outer sheath (in mm)
vii) Whether anti termite treatment has been given in the outer sheath.
12. ELECTRICAL PROPERTIES
12.1 i) Under continuous full load (in DC)
ii) Under transient conditions ( in DC)
12.2 Thermal resistivity of Soil (DC Cm/W)
12.3 Thermal Resistivity of XLPE (DC Cm/W)
12.4 Depth of laying (in Cm.) (To the highest point of cable laid direct in the ground or to the top surface of ducts.
12.5 Current ratings of the cable under basic assumptions :
i) Laid in ground (at ground tamp. 30
ii) Laid in duct ( duct temp.30°C)Amp.
iii) Laid in air (air temp. 40°C) Amp.
12.6 Rating factors under various conditions of installation.
198
12.7 Capacitive reactance per Km. of cable at 50 C/S (Ohms per Km.)
12.8 Inductive reactance per Km. of Cable at 50 C/S (Ohms per KM)
13.0 MECHANICAL DATA :
13.1 Approx overall dia of cable (mm)
13.2 Minimum bending radius of cable.
13.3 Whether identification marking i.e.
i) Property of APDCL
ii) Name of manufacture
iii) Voltage and grade and size
iv) Year of manufacture is being provided at the regular intervals of
two metres of outer most sheath of cable.
v) Whether length of cable at every interval of 1 meter shall be
printed over outer sheath.
13.4 Name of manufacturers of bought out raw materials.
i) Aluminium
ii) PVC
iii) Galvanised Steel strip/ wire for armouring
iv) Any other.
13.5 a) Whether similar cable has been type tested Yes/No
b) If yes, when and where was it tested.
c) It is expected that you will enclose an electro state copy of type
test report of similar cable. Please inform whether or not you have
entered the same.
d) If yes, how many sheets does it contain. No. of sheets.
e) Only a design better than or equal to what type tested and
proven shall be accepted, please inform whether you will abide by
this condition. Yes/No
13.6 Whether wood preservative shall be applied to whole drum?
13.7 Whether all ferrous parts shall be treated with rust preventive finish
or coating
13.8 Whether waterproof paper layer shall be applied to the surface of
drum & over the outer cable layer.
13.9 Reference of license to use-ISI certification mark, if any.
13.10 Do you agree to all the provisions of technical specification. In case
of any deviation, state clearly.
199
GUARANTEED TECHNICAL PARTICULARS FOR 11KV AUTORECLOSERS
SL. NO.
DESCRIPTION Particulars
1. Name of the Manufacturer
2. Manufacturer,s Type & Designation
3. Construction Outdoor ,Silicon Rubber, Aluminum Alloy
4. Rated Voltage 12 KV
5. Max Service Related Voltage 15.5 KV
6. Frequency 50 Hz
7. Minimum clearance distance between Phases 260 mm
8. Nominal Current at 40 deg C 630A
9. Short Time Withstand Current 16 KA
10. Duration 4 Secs
11. Making Current 40 KAp
12. Power Frequency withstand Voltage
a) Phase To earth 50 KV rms
b) Across Open Contact 50 KV rms
Lightning Impulse Withstand Voltage
a) Phase To Earth 110KVp
b) Across Open Contact 110 KVp
13. Capacitive Current
a) Cable Charging 31.5 A
b) Line Charging 10 A
c) Capacitor Current Single Bank 250 A
d) Transformer Magnetising Current 32 A
14 No. of Operations of Circuit Breaker is capable of performing :
a) At No load 30,000 No.
b) At 50% of Rated Current 30,000 No.
c) At 100% of Rated Current 30,000 No.
15. Operating Sequence 0-0.1s-CO-1s-CO-1s-CO
16. Type of Operating Mechanism Magnetic Actuator
17. Terminal Bushing
a) Creepage distance 500 mm
b) String Length 450mm
18 VI Housing Sealed & Polymeric Insulation Housing
19. Insulating Rod Industrial Polymeric Alloys
20. Energy Stored in fully charged Condition
a) Closing 24 Volts
b) Opening 24 Volts
21. Closing Time < 80 ms
22. Opening Time < 34 ms
23. Pole Discrepancy There is no. Pole discrepancy
24. Total Length of Contact Travel 10 mm
25. Total Length of Stoke of Mechanism mm
26. Type of Contact in Interrupter Butt
27. Material of Contact Cu-Cr
200
28. Contact Pressure at No Load 10-32 tor
29. Rate of Contact Travel
a) Closing < 40 ms
b) Opening < 20 ms
30. Temperature Rise of Contact for 500C ambient <70
0 C
31. Mass of the Auto Recloser
a) Base Structure with Operating Mechanism 71 Kg
b) Mechanism 30 Kg
32. Protection Class of Cabinet IP 65
33. Corrosion protection for cabinet Aluminum Alloy
34. Structure MS with Hot dip galvanized finish
35 Auxiliary Contacts
a) NO & NC contacts provided 3NC + 1NO
36. Altitude Level 3,000 Mtr
37. Wind Pressure 240 Km/Hr
38. Auxiliary Potential Transformer details
a) Standard Ratio 11KV /110 V
b) Class of Accuracy 0.5
c) VA Burden 100 VA
d) Installation Outdoor
e) Rated Voltage Factor 1.2 Continuous and 1.9 for 8 Hrs
f) Type of Insulation Cycloalephatic Resin Cast
39. Details of Protective Systems employed 12 different Protection Groups
40. Details of Communication Systems Provided GPRS
201
GUARANTEED TECHNICAL AND OTHER PARTICULARS FOR STEEL TUBULAR POLE
(TO BE FILLED IN BY THE BIDDER)
:-SL. NO.
DESCRIPTION UNIT
Name of the bidder
1 Name of Manufacturer
2 Place of manufacture
3 Country in origin
4 IS Standards Application
5 Type of Pole
6 Total length M
7 Out side diameter and thickness of section
a Bottom mm
b Middle mm
c Top mm
8 Minimum Guaranteed weight of pole ( without base plate )
9 Effective length of Section
a Bottom
b Middle
c Top
9 Minimum Guaranteed weight of Base plate
10 Breaking load
11 Crippling load
12 Galvanization—gm/sqm
PERFORMANCE GAURANTEE
Recommended