assam power distribution company ltd.assam power distribution company ltd. bid document shifting of...

84
Page | 0 ASSAM POWER DISTRIBUTION COMPANY LTD. BID DOCUMENT SHIFTING OF LINES AND SUB-STATIONS IN VIEW OF PWD ROAD WIDENING STATE HIGH WAY NO. 22 FROM GOGAMUKH TO GHILAMORA IN DHEMAJI ELECTRICAL DIVISION UNDER NORTH LAKHIMPUR ELECTRICAL CIRCLE, APDCL (CAR) ON “TURNKEY” MODE SCHEME: “DEPOSIT WORKNIT No.CGM (D)/ APDCL/CAR/STATE ROAD PROJECT/2013/94

Upload: others

Post on 21-Mar-2020

5 views

Category:

Documents


0 download

TRANSCRIPT

P a g e | 0

ASSAM POWER DISTRIBUTION COMPANY LTD.

BID DOCUMENT

SHIFTING OF LINES AND SUB-STATIONS IN VIEW OF PWD ROAD WIDENING STATE HIGH WAY NO. 22

FROM GOGAMUKH TO GHILAMORA IN DHEMAJI ELECTRICAL DIVISION

UNDER NORTH LAKHIMPUR ELECTRICAL CIRCLE, APDCL (CAR)

ON

“TURNKEY” MODE

SCHEME: “DEPOSIT WORK”

NIT No.CGM (D)/ APDCL/CAR/STATE ROAD PROJECT/2013/94

P a g e | 1

SECTION -1

NOTICE INVITING TENDER

P a g e | 2

ASSAM POWER DISTRIBUTION CO. LTD CENTRAL ASSAM REGION

NIT No. CGM (D)/ APDCL/CAR/STATE ROAD PROJECT/2013/94

Sealed Tenders are invited from experienced & financially sound Electrical Contractor(s) (individual or

joint venture)/Firm(s) having valid electrical contractor license up to 33kV issued by the competent authority of

the Govt. of Assam for shifting and construction of various 33KV,11KV,LT lines and 11/0.4 KVA Sub-Stations

from Gogamukh to Ghilamora under North Lakhimpur Electrical Circle, APDCL(CAR) on “Turnkey” mode.

Tender papers can be purchased in all working days up to 4 PM w.e.f. 09.05.2014 to 17.05.2014 from the

office of the Chief General Manager (D), APDCL,CAR, Bijulee Bhawan, Paltan bazaar, 2nd

Floor, Guwahati-1.

This can also be downloaded from the official website up to 17-05-2014.

Cost of Tender Paper: ` 10,000/-(Rupees Ten 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,Guwahati-1”.

Details may be seen in the website www.apdcl.gov.in

Chief General Manager (D), APDCL, CAR, 2nd floor, Bijulee Bhawan. Guwahati-1

Memo No. CGM(D)/ APDCL/CAR/STATE ROAD PROJECT/2013/ Dt.

Copy to: -

1)PS to the Chairman cum Managing Director, APDCL, Bijulee Bhawan for kind appraisal of the CMD. 2)The General Manager, N.A Zone, APDCL (CAR), Tezpur for information. 3)The DGM, North Lakhimpur Electrical Circle, APDCL (CAR), for information & necessary action. 4)The PRO, ASEB, Bijiulee Bhawan, Paltan Bazar, Guwahati for publication of the above tender in one issue of local daily in English & Assamese” on 05/05/2014 5) The OSD to MD, APDCL, Bijiulee Bhawan, Paltan bazaar, Guwahati for publication in the official website.

Chief General Manager (D), APDCL, CAR, 2.nd floor, Bijulee Bhawan.

Guwahati-1

P a g e | 3

ASSAM POWER DISTRIBUTION CO. LTD CENTRAL ASSAM REGION

E-mail - [email protected]

NOTICE INVITING TENDER

Tender Notice No CGM(D)/ APDCL/CAR/STATE ROAD PROJECT/2013/ 94

Sealed Tenders are invited from experienced & financially sound Electrical Contractor(s) (individual or

joint venture)/Firm(s) having valid electrical contractor license up to 33kV issued by the competent authority of

the Govt. of Assam for shifting and construction of various lines and 11/0.4 KVA Sub-Stations from Ghilamora

to Dhakuakhana under North Lakhimpur Electrical Circle, APDCL(CAR) on “Turnkey” mode.

Tender papers can be purchased in all working days up to 4 PM w.e.f. 09.05.2014 to 17.05. 2014 from the

office of the Chief General Manager (D), APDCL,CAR, Bijulee Bhawan, Paltan bazaar, 2nd

Floor, Guwahati-1.

Name of the work: As per table below.

Source of fund: Deposit Work.

Eligibility Criteria: Average annual turnover of the bidder for last three consecutive financial years against

the package should be as per the requirements shown in the table.

Cost of Tender Paper for the Package: Rs.10,000.00, only for each package, 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 paper can be purchased on all working days w.e.f. 09.05.14 to 17.05.14 from

the office of the Chief General Manager (D), APDCL(CAR), Bijulee Bhawan, 2nd Floor Guwahati-1.

Alternatively, the Bid document can be downloaded from the APDCL’s website: www.apdcl.gov.in for tender

submission purpose. The bidder using downloaded document will attach with their Bid an A/C payee demand

draft/Banker’s cheque (non- refundable) of Rs. 10,000.00 (Rupees Ten thousand) only for each package duly

pledged in favour of “ASSAM POWER DISTRIBUTION COMPANY LIMITED.Guwahati-1” as cost of the tender

paper. Bidder will ensure that the payment instrument submitted against the Bid must be procured on or

before the closing date of sale for Bid documents & also ensure that the documents in full is downloaded

and used.

Earnest money: As shown in the table below. In case of SC/ST/OBC bidders the amount will be 50% of the

shown value. However in case of J.V, the lead partner bidder along with all other bid partners should be also

SC/ST/OBC in order to avail 50% EMD.

Date of submission of Tenders: Up to 13-00 Hrs. of 20-05-2014

Date of opening of Bid: Techno commercial bids will be opened at 13-30 Hrs. of 20-05-2014 and the

price bid on a date to be notified later on.

Package Description of work Completion

period

Earnest Money (in

`.)

Average

annual

Turnover

requirement

(in Lacs)

NL/DEP/PWD/03

Shifting of 33KV,11KV & L.T Line and 11/0.4KV S/S etc.

from Gogamukh to Bordoi along State Highway No 22. 9 months 5,50,000/- 500 Lacs

NL/DEP/PWD/04

Shifting of33KV, 11KV & L.T Line and 11/0.4KV S/S etc.

from Bordoi to Ghilamora along State Highway No 22.

9 months 5,50,000/- 500 Lacs

P a g e | 4

Note:

1. The work should be carried out as per latest REC specification and construction standard. 2. The tenderer may submit tender(s) against one package or multiple packages. 3. Bids must be submitted in two parts as Techno Commercial and Price bid in two separate envelope super scribing (a) Tender No. (b) Name of the bidder with full address (c) Name of the package against which the bid is offered. 4. The bid against each package should be submitted separately in one envelope. 5. Earnest money as stipulated should be submitted with the Techno Commercial bid in the form of NSC/KVP/Term Deposit/FD only, pledged in favour of “ASSAM POWER DISTRIBUTION CO. LTD, Guwahati-1”. Any tender without earnest money in the form mentioned above, will be rejected outright. 6.Part-I of the Bid shall consists of information as required and all Technical Bidding Schedules , all Price Bidding Schedules with all quantities filled up but without any Price, etc and Part-II shall consists of Price Bidding Schedules with all quantities and prices filled up. Details are available in General Instruction to Bidder in Section-2, Volume-1 of the Bid Document 7. Quoted rate should be inclusive of all taxes and duties and firm. Taxes may be shown separately 8. Quoted rate must valid for minimum 180 days. 9.The tender should be addressed and submitted in the office of the Chief General Manager (D), APDCL (CAR), Bijulee Bhawan, 2nd floor, Paltanbazar, Guwahati-1 and will be opened on the scheduled date & time in presence of the intending tenderers and/or their representative. 10. Only those bidders whose Part-I Bid i.e. Techno Commercial bid (Qualified) is found acceptable, shall be considered for opening of Price Bid. The date and time of opening of Part-II Bid (Price) shall be communicated to those bidders whose bids are techno commercially qualified for opening. 11. The Company reserves the right to accept or reject any tender in part or in full or spilt the work of any package without showing any reason thereof. 12. The bidding documents are not transferable and cost of bidding document is not refundable under any circumstances. The bidder who has downloaded the documents from our website must intimate the same to our e-mail address without fail. Details may be seen in the website www.apdcl.gov.in

Chief General Manager (D), APDCL, CAR, 2nd floor, Bijulee Bhawan.

Guwahati-1

Memo No. CGM(D)/ APDCL/CAR/STATE ROAD PROJECT/2013/ Dt.

Copy to: -

1. PS to the Chairman and Managing Director, APDCL, Bijulee Bhawan for kind appraisal of the CMD. 2. The GM, North Assam Zone, APDCL(CAR), Tezpur, for information.

3. The CEO, North Lakhimpur Electrical Circle, APDCL (CAR), North Lakhimpur, for information & necessary action. 5. The OSD to MD, APDCL, Bijiulee Bhawan, Paltan bazaar, Guwahati for publication in the official website.

Chief General Manager (D),

APDCL, CAR, 2nd floor, Bijulee Bhawan.

Guwahati-1

P a g e | 5

ASSAM POWER DISTRIBUTION COMPANY LTD OFFICE OF THE CHIEF GENERAL MANAGER (D), APDCL, (CAR) GUWAHATI-1 TENDER INVITING PROPOSALS WITH TERMS & CONDITIONS

FOR SHIFTING WORK OF LINES & S/S etc, ON TURNKEY BASIS

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 shifting works of various

lines 11/0.4KV S/S s etc.on turnkey basis as per the scope of work described below.

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. Site unloading, storage and handling of all materials supplied including watch and ward for safe custody.

iii. Site fabrication work as per requirement.

iv. Submission of implementation schedule from the date of award of contract for: -

Route survey for laying new line.

Erection, testing and commissioning of all materials/equipment supplied/system installed.

Dismantling of existing lines,S/S etc.

Deposit of the dismantled materials to the concerned APDCL’s store with proper record.

v. Project management and site organization.

vi. Obtaining clearance from statutory Agencies, Govt. Departments, and Village Panchayats etc.

vii. Submission of specification/Test Certificate/Drawings etc. of all materials supplied.

viii. 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. Vendor’s scope will include all other items and materials as may be required to effectively complete the work.

ix. Required Jungle cutting.

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 and carried out.

i. All equipment supplied shall conform to the requirement of relevant ISS (BIS) as approved by Company and that of REC specification and construction standards.

ii. For ready reference, the basic specification of major items, namely-Transformers, Conductor, 11KV Disc

insulator 70 KN, Disc attachment for conductor, 11KV Polymer Pin insulator, G.I Channel, HT Stay set, Guy

insulator, Stay wire, CI earth pipe, GI wire 8/6 SWG, PSC pole , XLPE cables etc. are to be provided in the

Technical Specification Section. Based on this, the vendor shall draw total specification for procurement after

approval of Company.

iii. 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 consumer most effectively and in an intrinsically safe manner.

iv. 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.

v. All items, which may require frequent opening up/ dismantling for maintenance, shall be adequately sealed

against any tampering/ theft etc.

vi. All supporting structures shall be of steel as per IS 2602 appropriate grade.

vii. Generally supply and erection of materials and system shall meet the requirement laid down by REC for

rural electrification works.

P a g e | 6

4. Submission of bid : The bid shall be submitted in a sealed envelopes as follows:

i. Techno-commercial bid

The Techno Commercial Bid will include 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 format for techno-commercial Bid is

enclosed as Annexure-1.

ii. Price Bid

The Price Bid will include rates of supply and erection of different items for electrification according to the

BOQ. The tender format for price Bid is enclosed as Annexure-2. 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.

b. No separate declaration offering discount on price will be allowed. Offered price in the price

schedule will be final.

c. (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.

5. Estimation of material requirement: The total quantity of materials required in each package is

indicated in the BOQ in Section 1, as Annexure-I for Pkg-03, Annexure-II for Pkg-04)

6. 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 bidders who qualify and meet the technical requirements.

ii) Company reserves the right not to order/ award the job to the price-wise lowest party if the party during

any part of 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 line after completion also should be under custody of the contractor till the date of commissioning and

charging. The properties will be taken over by APDCL only after satisfactory commissioning and charging.

v) The items dismantled should be deposited to the concerned APDCL’s store with proper record and such

records with receiving proof of the concerned store of APDCL should be enclosed with the final bill

7. Period of completion:

a) 9(Nine) months, for each pkg. (3&4) from the date of award of work contract.

8. Implementation schedule:

COMPREHENSIVE IMPLEMENTATION SCHEDULE OF EACH WORK

For package : NL/DEP/PWD/01 & NL/DEP/PWD/02

Sl no. Description EXECUTION PERIOD

7Days 15Days 60Days 130Days 50Days 8Days

1 Signing of Agreement

2 Survey works

3 Manufacture & supply of

materials

4 Dismantling & Erection of

materials/equipments

5 Testing & commissioning

9. 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.

10.1 Terms of Payment: During currency of the Contract, maximum 3(Three) nos. of progressive bills

will be allowed. Each progressive Bill should contain items of works which are completed in all respect

of supply& erection for the identified locations. 80% of each progressive Bill shall be paid retaining

20% by the company (APDCL). Final Bills will be paid comprising balance works beyond the works

already claimed in the progressive Bills along with 20% of the amount retained against the progressive

Bills subject to testing and commissioning & fulfilment of clause-14(d).

10.2 Earnest Money Deposit (EMD): The Tender must be accompanied with earnest money as

mentioned in the NIT against each package to be deposited in the form of NSC/KVP/Term

Deposit/FD/Bank Call Deposit, pledged in favour of “ASSAM POWER DISTRIBUTION CO.

LTD. Guwahti-1”. The earnest money to the unsuccessful bidders will be released on finalization of

the tenders. The EMD to the successful bidder will be released on submission of Security Deposit at

the time of execution of the agreement.

10.3 Security deposit and agreement: The successful bidders shall have to deposit security money at the

O/o the CGM(D) APDCL,CAR,in the form of Bank Guarantee issued by any Nationalized Bank /

Scheduled Bank in Company’s standard format on non-judicial stamp of appropriate value 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 and after depositing performance B/G as

per clause 14(d).

11. Basic qualifying requirement: The prospective bidder must fulfil the following pre-bid

qualifying requirement

a. The bidder must have valid electrical Contractor License and Supervisor License (HT) up to at least

33KV issued by the Licensing Authority of Govt. of Assam. .

b. The bidder must have adequate experience of doing 33KV Line construction job on for at least

15 KM in total and which must be in satisfactory operation for at least 1(one) year as on the date of

bid opening .

c. Average annual turnover of the bidder for last three consecutive financial years should be at least

as per the requirement shown in the table against particular package or packages and the annual

turnover should be certified by a registered Chartered Accountant with balance sheet.

e. The bidder shall furnish latest Income Tax clearance certificate and sales tax registration and

valid Labour License and WCT& P.F registration Certificates.

f. 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 actual date of completion duly certified by the competent authority as per format

enclosed as Annexure-IA. This requirement shall be treated as one of the major qualifying

criteria for technical evaluation of the bid.

g. Joint venture agreement should be a registered one or certified by Notary.

h. Power of attorney should be a registered one. i. Joint Venture Requirement

a)The Bid and, in case of successful Bid, the form of agreement shall be signed so as to

be legally binding both the partners. b)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.

c)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.

d)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 (b) above as well as in the bid form and the form of agreement

(in case of successful bidder).

e) A copy of the agreement entered into by the joint venture partners shall be submitted with the bid.

f)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.

12. Other requirements: The Tenderer

i) Should be acquainted himself or his associate 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 labours to be deputed to the proposed assignment.

iii) Should be conversant with the code/ standards applicable to proposed type of work. ISS, REC

guidelines.

13. 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.

(II) Work Progress Report:

Progress monitoring by the contractor as per implementation schedule and approved milestones.

Fortnightly progress report will invariably 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. 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 the same. 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.

c) Warranty from the manufacturer shall be produced along with manufacturer’s test certificate for the

following items

All Types of Insulators with Hardware fittings.

G.I./Steel Poles ,G.I/ M/S Channels,Angles.

Conductor.

Stay set,Transformers,

All other equipment usually covered under Manufacturer’s warranty

d) A performance Bank Guarantee from a Nationalized Bank/Scheduled Bank in APDCL’s

standard format on Non judicial stamp paper of appropriate value with a validity of 18 (eighteen)

months @ 10% of total value of work executed shall have to be furnished by the Contractor before

final payment.

e) All Bank Guarantees (BG) to be submitted as per the clauses above should be from any branch of

nationalized or scheduled Bank of RBI having their regional offices in Assam.

15. Approvals/Clearances:

1. Concerned DGM, APDCL, shall approve all site and documents prepared by the contractor for

construction of the Line.

2. GTP and drawings of all equipment/ materials shall be approved by CGM (D), APDCL (CAR).

3. The contractor shall obtain all statutory approvals and clearances from the statutory authorities

before charging the system at his/her own

16. 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.

17. Submission of documents.

a) With bids.-

i) Detail list of makes and materials offered with catalogues, technical specification etc.(GTP).

ii) Certificates and testimonials in support of credentials of the bidder’s organization. Turnover of the vendor has to be certified by Chartered Account.

iii) Details past experience.

iv) Brief write-up on methodology to carry out the assignment, if awarded.

v) Details of manpower to be engaged for the assignments, Employees’P.F. registration.

vi) Any other information, the vendor may feel facilitative in evaluating the bid.

vii) Copies of contractor and supervisor’s license, Income Tax clearance certificate, turnover, etc.

viii) Photo copy of the PAN card.

b) During project execution:-

i) All documents for approval shall be submitted in 2 copies.

ii) All final documents to be submitted to statutory organizations will be furnished as per requirement

of the authority.

18. Funding of the project.

The proposed work is to be done under Deposit Work Head,deposited by the GOA.

19. Disclaimer:

While the Company will make every endeavour 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 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.

20. Terms and conditions, which are not specified, herein above will be governed by the Company’s

General Terms and Conditions of supply and erection.

Annexure - 1 Tender Proforma part – 1 (Techno-commercial) NIT No. CGM(D)/ APDCL/CAR/STATE ROAD PROJECT/2013/ 31 Due date of Tender: 20-05-2014

1. Name and full address of the Tenderer.

2. Particulars of payment made for Purpose of

tender documents money Receipt No: and Date.

3. Amount of earnest money paid with

Money receipt No and date Deposit No. and Date:

4. Whether Sales Tax and Income Tax Yes / No

Clearance certificate submitted:

5. Sales Tax Registration No:

6. WCT registration certificate with validity:

7. P.F Registration No.:

8. Acceptance of guarantee clause of

Materials /equipment and system Installed individually

and for integrated operation.:

9. Acceptance of penalty clause:

10. Acceptance of terms of payment:

11. Certificate/ documents regarding works

Done with value with last three years if any

(Awarded by APDCL and other successor Companies of ASEB)-

a separate sheet if required may be enclosed as per Annexure-I(A)

12. Details about carrying out electrification

Work of at least one (one) similar to this work:

13. Details of manpower and T&Ps including

Vehicles available with the firm to be enclosed separately:

14. List of documents enclosed with serial number:

(All enclosures should be in chronological order

as per the list of documents enclosed.)ANNEXURE I(B) . Signature With full name and designation of the Bidder / (Authorized person)

ANNEXURE- I (A)

NB : This annexure must be certified by concern officer not below the rank of DGM/CEO.

List of ongoing & completed projects of APDCL & other Successor companies of ASEB

Sl

No

Name of

work

Order No Length of

Line/Quantum

of work

Contact

Value

Scheme Stipulated date

of completion

as per work

order

Date of actual

completion /

present status

Remarks

1

2

3

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/Notarized 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 Labour License/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 EMD (TD/NSC/Bank Call Deposit)

C Technical ability and experience

1 Experience in works of a similar nature and volume for each of the last 3(Three) years and

details of works under way .

2 Certificates issued by an Engineer not below the Cadre of Deputy General Manager/SE

/CEO along with supporting photo-copies of awards.

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

Tender Proforma part-II (Price Bid)

NIT No.CGM (D)/ APDCL/CAR/ANNUAL PLAN/2011-12/46

Due date of Tender: 20.12.2013

Proforma for unit rate inclusive of all duties & taxes in respect of supply, erection, testing and

commissioning

Package for which tendered: -

Name and full address of the Tenderer:

Sl. No Item Unit Quantity

Cost of materials

inclusive of freight,

insurance handling

from manufacturer

unit to work site

(inclusive of all taxes

& duties) Rs.

Cost of

erection/dismantling of

materials & testing &

commissioning

(inclusive of all taxes &

duties) Rs.

Grand total in

Rs.

Unit

Rate Total Unit Rate Total

1 2 3 4 5 6=(4x5) 7 8=(4x7) 9=(6+8)

As per

BOQ

As per

BOQ

As per

BOQ

Signature with full name And designation of the Bidder

(Authorized person)

ANNEXURE – I

B.O.Q FOR Shifting Of 33KV,11KV & L.T Line And 11/0.4KV S/S Etc. From Gogamukh To Bordoi Along State Highway No 22.

PACKAGE NO.- NL/DEP/PWD/03

.SL.

No. Brief Item Description Unit Qty

Supply Erecton/Dismantling

Unit

price of

item,

inclusive

of all

taxes &

duties(`)

Total

supply

amount

(`)

Unit

erection/

installatio

n/

Dismantli

ng

charges

(`)

Total

Erection/

Dismantli

ng cost

(`)

Total

cost of

Supply &

erection

/Dismant

ling (`)

1 2 3 4 5 6=(4x5) 7 8=(4x7) 9=(6+8)

A

Shifting of 33KV,11 KV & LT line and 11/0.4KV S.S

from Gogamukh to Bordoi (13Km 33KV ,13Km 11KV

&8Km L.T) along S.H-22

33KV LINE :-

1 Supply & erection of G.I Steel Tubular Poles SP-76including

grouting of Pole. No 208

2 Supply, fitting and fixing of GI Channel Cross Arm (100X50X6X3200

mm) in pole No 113

3 Supply, fitting and fixing of GI 33 KV "V" Cross Arm on pole with

proper Top cleat,clamp and nuts & bolts. No 117

4 Supply, fitting and fixing of 33 KV Pin Insulator (Polymer). No 370

5 Supply fitting and fixing of 50 X 50 X 6mm GI Angle with proper

fixtures required for Pole Bracing in DP/TP/FP structure. M 1000

6 Supply fitting & fixing of G.I Pole Clamp No 600

7 Supply, fitting and fixing of 33 KV Disc Insulator (Polymer),70 KN

with hardware fittings (tension type) Set 270

8 Supply and stringing, tensioning etc of AAA Wolf Conductor with

proper PG Clamp, Tension Clamp, etc. Km 42.9

9 Supply, fitting and fixing of 33 KV GOAB with accessories ,600A Set 2

10 Supply, fitting and fixing of HT Danger Plate on Pole. No 208

11 Supply, fitting and fixing of barbed wire on Pole Kg. 800

12 Supply, fitting & fixing of 6 SWG. G.I wire for guarding of 33KV

Line in road crossings Kg 500

13 Supply ,fitting & fixing of 8SWG G.I wire for earthing Kg 200

14 Supply, fitting and fixing of GI Channel Cross Arm (100X50X6X5000 mm) in pole for guarding.

No 30

15 Supply, fitting and fixing of HT Stay Set complete with HT Guy

Insulator, 7/10 SWG Stay Wire Set 156

16 Supply ,fitting & fixing of Tension clamp(H.W for Disc) for Wolf. No 270

17 Supply ,fitting & fixing of PG clamp No 256

18 Supply ,fitting & fixing of G.I Nuts & Bolts with washer. Kg 650

19 Supply, fitting and fixing of earthing with C I Earth Pipe . No 208

20 Dismantling of existing 33 KV line (3 Ph) with Poles and all

accessories and returning the same at divisional store.

Km 13 NA NA

11KV LINE & 11/0.4KV S/S :-

1 Supply & erection of 9.75 M PSC Poles including grouting of Pole. No 416

2 Supply, fitting and fixing of GI Channel Cross Arm

(100X50X6X2200 mm) in pole No 320

3 Supply, fitting and fixing of GI 11 KV "T" Cross Arm on pole with

proper clamp and nuts & bolts. No 156

4 Supply, fitting and fixing of 11 KV Pin Insulator (Polymer). No 858

5 Supply fitting and fixing of 50 X 50 X 6mm GI Angle with proper

fixtures required for Pole Bracing in DP/TP/FP structure. M 1560

6 Supply fitting & fixing of G.I Pole Clamp No 600

7 Supply, fitting and fixing of 11 KV Disc Insulator (Polymer),70 KN

with hardware fittings (tension type) Set 780

8 Supply and stringing, tensioning etc of AAA Raccoon Conductor

with proper PG Clamp, Tension Clamp, etc. Km 50

9 Supply, fitting and fixing of 11 KV GOAB with accessories ,400A Set 16

10 Supply, fitting and fixing of HT Danger Plate on Pole. No 416

11 Supply, fitting and fixing of barbed wire on Pole Kg. 624

12 Supply, fitting & fixing of 6 SWG. G.I wire for guarding of 11KV Line in road crossings

Kg 2000

13 Supply ,fitting & fixing of 8SWG G.I wire for earthing Kg 200

14 Supply, fitting and fixing of HT Stay Set complete with HT Guy

Insulator, 7/10 SWG Stay Wire Set 260

15 Supply ,fitting & fixing of Tension clamp for Raccon. No 624

16 Supply ,fitting & fixing of PG clamp No 256

17 Supply ,fitting & fixing of G.I Nuts & Bolts with washer. Kg 600

18 Supply, fitting and fixing of earthing with C I Earth Pipe . No 100

19 Supply, erection, testing & commissioning of 11/0.4 KV,25 KVA DTR on D P structure as per direction

No 6

20 Supply, erection, testing & commissioning of 11/0.4 KV,63 KVA DTR on D P structure as per direction

No 4

21 Supply, erection, testing & commissioning of 11/0.4 KV,100 KVA DTR on D P structure as per direction

No 2

22 Supply, fitting and fixing of LT XLPE Cable 1 Core 502

mm M 600

23

Design, Supply, fitting & fixing of Cubical for 11/0.4 KV, 25 KVA DTR (comprising MCCB, 100A,Alluminium Bus Bar of rated capacity) (preferably 3 Ph SMC moulded LT distribution box for DTR) along with termination work

No 6

24

Design, Supply, fitting & fixing of Cubical for 11/0.4 KV, 63 KVA DTR (comprising MCCB, 100A,Alluminium Bus Bar of rated capacity) (preferably 3 Ph SMC moulded LT distribution box for DTR) along with termination work

No 4

25

Design, Supply, fitting & fixing of Cubical for 11/0.4 KV, 100 KVA DTR (comprising MCCB, 200A,Alluminium Bus Bar of rated capacity) (preferably 3 Ph SMC moulded LT distribution box for DTR) along with termination work

No 2

26 Supply, fitting and fixing of 11KV L.A Set 12

27 Supply, fitting and fixing of 11KV D.O fuse set 150A Set 12

28 Supply, fitting and fixing of bi-metallic lug assorted No 276

29 Dismantling of existing 11 KV line (3 Ph) with all

accessories and returning the same at divisional store.

Km 13 NA NA

30 Dismantling of existing 11/0.4 KV,16 KVA substation and

refitting the DTR at newly constructed structure& returning

the S/S accessories to store .

No 2 NA NA

31 Dismantling of existing 11/0.4 KV,25 KVA substation and

refitting the DTR at newly constructed structure & returning

the S/S accessories to store .

No 1 NA NA

32 Dismantling of existing 11/0.4 KV,63 KVA substation and

refitting the DTR at newly constructed structure & returning

the S/S accessories to store .

No 2 NA NA

33 Dismantling of existing 11/0.4 KV,100 KVA substation and

refitting the DTR at newly constructed structure & returning

the S/S accessories to store .

No 1 NA NA

L.T Lines :-

1 Supply and erection of 8.5 Mtr. PSC Poles including grouting. No 200

2 Supply, fitting and fixing of L T Pin Insulator with GI Pin No 560

3 Supply, fitting and fixing of L T Shackle Insulator) with GI traps No 720

4 Supply, fitting and fixing of GI LT angle Cross Arm made of

50x50x6 mm angle in pole with proper clamp and nuts & bolt M 300

5 Supply and stringing, tensioning etc of AAA Weasel Conductor

1/3ph. As required. Km 44

6 Supply, fitting and fixing of L T Danger Plate on poles. No 200

7 Supply, fitting and fixing of LT Stay Set complete with HT Guy

Insulator, 7/14 SWG Stay Wire Set 72

8 Supply fitting & fixing of G.I Nuts & Bolts. Kg. 400

9 Supply fitting & fixing of G.I wire for guarding Kg. 500

10 Dismantling of existing L.T line (1/3 Ph) with 7.5MPoles &

all accessories and returning the same at divisional store. Km 8 N.A N.A

11 Dismantling & Refitting of existing Service connections with

all materials existing & additional if any required. No 600 N.A N.A

ANNEXURE –II

B.O.Q FOR Shifting Of 33KV,11KV & L.T Line And 11/0.4KV S/S Etc. From Bordoi to Ghilamora Along State Highway No 22.

PACKAGE NO.- NL/DEP/PWD/04

.SL.

No. Brief Item Description Unit Qty

Supply Erecton/Dismantling

Unit

price of

item,

inclusiv

e of all

taxes &

duties(`

)

Total

supply

amount

(`)

Unit

erection/

installati

on/

Dismantli

ng

charges

(`)

Total

Erection

/

Dismant

ling cost

(`)

Total

cost of

Supply

&

erection

/Disma

ntling

(`)

1 2 3 4 5 6=(4x5) 7 8=(4x7) 9=(6+8)

A

Shifting of 33KV,11 KV & LT line and 11/0.4KV S.S from Bordoi

to Ghilamora (9Km 33KV ,8Km 11KV &6Km L.T) along S.H-22

33KV LINE :-

1 Supply & erection of G.I Steel Tubular Poles SP-76including

grouting of Pole. No 176

2 Supply, fitting and fixing of GI Channel Cross Arm (100X50X6X3200

mm) in pole No 97

3 Supply, fitting and fixing of GI 33 KV "V" Cross Arm on pole with

proper Top cleat,clamp and nuts & bolts. No 100

4 Supply, fitting and fixing of 33 KV Pin Insulator (Polymer). No 314

5 Supply fitting and fixing of 50 X 50 X 6mm GI Angle with proper

fixtures required for Pole Bracing in DP/TP/FP structure. M 500

6 Supply fitting & fixing of G.I Pole Clamp No 300

7 Supply, fitting and fixing of 33 KV Disc Insulator (Polymer),70 KN

with hardware fittings (tension type) Set 228

8 Supply and stringing, tensioning etc of AAA Wolf Conductor with

proper PG Clamp, Tension Clamp, etc. Km 29.7

9 Supply, fitting and fixing of 33 KV GOAB with accessories ,600A Set 2

10 Supply, fitting and fixing of HT Danger Plate on Pole. No 176

11 Supply, fitting and fixing of barbed wire on Pole Kg. 270

12 Supply, fitting & fixing of 6 SWG. G.I wire for guarding of 33KV

Line in road crossings Kg 300

13 Supply ,fitting & fixing of 8SWG G.I wire for earthing Kg 100

14 Supply, fitting and fixing of GI Channel Cross Arm (100X50X6X5000 mm) in pole for guarding.

No 20

15 Supply, fitting and fixing of HT Stay Set complete with HT Guy

Insulator, 7/10 SWG Stay Wire Set 132

16 Supply ,fitting & fixing of Tension clamp(H.W for Disc) for Wolf. No 228

17 Supply ,fitting & fixing of PG clamp No 218

18 Supply ,fitting & fixing of G.I Nuts & Bolts with washer. Kg 600

19 Supply, fitting and fixing of earthing with C I Earth Pipe . No 176

20 Dismantling of existing 33 KV line (3 Ph) with Poles and all

accessories and returning the same at divisional store.

Km 9 NA NA

11KV LINE & 11/0.4KV S/S :-

1 Supply & erection of 9.75 M PSC Poles including grouting of Pole.

No 416

2 Supply, fitting and fixing of GI Channel Cross Arm

(100X50X6X2200 mm) in pole No 320

3 Supply, fitting and fixing of GI 11 KV "T" Cross Arm on pole with

proper clamp and nuts & bolts. No 256

4 Supply, fitting and fixing of 11 KV Pin Insulator (Polymer). No 768

5 Supply fitting and fixing of 50 X 50 X 6mm GI Angle with proper

fixtures required for Pole Bracing in DP/TP/FP structure. M 960

6 Supply fitting & fixing of G.I Pole Clamp

No 800

7 Supply, fitting and fixing of 11 KV Disc Insulator (Polymer),70 KN

with hardware fittings (tension type) Set 480

8 Supply and stringing, tensioning etc of AAA Raccoon Conductor

with proper PG Clamp, Tension Clamp, etc. Km 50

9 Supply, fitting and fixing of 11 KV GOAB with accessories ,400A Set 6

10 Supply, fitting and fixing of HT Danger Plate on Pole.

No 416

11 Supply, fitting and fixing of barbed wire on Pole

Kg. 624

12 Supply, fitting & fixing of 6 SWG. G.I wire for guarding of 11KV Line in road crossings

Kg 2000

13 Supply ,fitting & fixing of 8SWG G.I wire for earthing Kg 200

14 Supply, fitting and fixing of HT Stay Set complete with HT Guy

Insulator, 7/10 SWG Stay Wire Set 160

15 Supply ,fitting & fixing of Tension clamp (HW fittings)for Raccon. No 480

16 Supply ,fitting & fixing of PG clamp No 300

17 Supply ,fitting & fixing of G.I Nuts & Bolts with washer. Kg 600

18 Supply, fitting and fixing of earthing with C I Earth Pipe . No 100

Supply, erection, testing & commissioning of 11/0.4 KV,16 KVA DTR on D P structure as per direction

No 2

19 Supply, erection, testing & commissioning of 11/0.4 KV,25 KVA DTR on D P structure as per direction

No 2

22 Supply, fitting and fixing of LT XLPE Cable 1 Core 502

mm M 200

23

Design, Supply, fitting & fixing of Cubical for 11/0.4 KV, 16/25 KVA DTR (comprising MCCB, 100A,Alluminium Bus Bar of rated capacity) (preferably 3 Ph SMC moulded LT distribution box for DTR) along with termination work

No 4

25 Supply, fitting and fixing of 11KV L.A Set 4

27 Supply, fitting and fixing of 11KV D.O fuse set 150A Set 4

28 Supply, fitting and fixing of bi-metallic lug assorted No 76

29 Dismantling of existing 11 KV line (3 Ph) with all

accessories and returning the same at divisional store.

Km 8 NA NA

30 Dismantling of existing 11/0.4 KV,16 KVA substation and

refitting the DTR at newly constructed structure& returning

the S/S accessories to store .

No 1 NA NA

31

Dismantling of existing 11/0.4 KV,25 KVA substation and

refitting the DTR at newly constructed structure & returning

the S/S accessories to store .

No 1 NA NA

L.T Lines :-

1 Supply and erection of 8.5 Mtr. PSC Poles including grouting. No 150

2 Supply, fitting and fixing of L T Pin Insulator with GI Pin No 500

3 Supply, fitting and fixing of L T Shackle Insulator) with GI traps No 320

4 Supply, fitting and fixing of GI LT angle Cross Arm made of

50x50x6 mm angle in pole with proper clamp and nuts & bolt M 300

5 Supply and stringing, tensioning etc of AAA Weasel Conductor

1/3ph. As required. Km 27

6 Supply, fitting and fixing of L T Danger Plate on poles. No 150

7 Supply, fitting and fixing of LT Stay Set complete with HT Guy

Insulator, 7/14 SWG Stay Wire Set 54

8 Supply fitting & fixing of G.I Nuts & Bolts. Kg. 300

9 Supply fitting & fixing of G.I wire for guarding Kg. 500

10 Dismantling of existing L.T line (1/3 Ph) with 7.5MPoles &

all accessories and returning the same at divisional store. Km 6 N.A N.A

11 Dismantling & Refitting of existing Service connections with

all materials existing & additional if any required. No 300 N.A N.A

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 Program me 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 contractors 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.

Hold and notification points.

Submission of engineering documents required by this specification.

The inspection of the materials and components on request.

Reference to contractors’ work procedures appropriate to each activity.

Inspection during fabrication /construction.

Final inspection and test.

2.0 Training of Personnel

The contractor shall provide necessary facilities for training personnel at their works/principals works

relating to design, manufacture, assembly and testing and operation maintenance for six personnel free of cost.

However, travel and incidental charges of the personnel will be borne by the purchaser. 3.0 Inspection

3.1 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.

3.2 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.

3.3 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.

3.4 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.

3.5 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.

4.0 Additional Tests

4.1 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.

4.2 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.

5.0 Test Reports

5.1 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.

5.2 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 dispatched.

5.3 Record of routine test reports shall be maintained by the Contractor at his works for periodic inspection by

the Owner's representative.

5.4 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. 6.0 List of Drawings and Documents:

6.1 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 (user’s manual) giving operating instructions.

iii) Three copies of dimensional drawings of the box for each quoted item.

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.

6.2 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.

6.3 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.

6.4 Eight sets of operating manuals/technical leaflets shall be supplied to each consignee for the first instance of

supply

. 6.4.1 One set of routine test certificates shall accompany each dispatch consignment.

6.4.2 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.

7.0 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

1.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.

1.0 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 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.

2.0 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 11 KV 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.

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.

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. Chromites 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.

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:

a) 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.

b) 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.

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.

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.

15.0. 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 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(CAR).

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(CAR).

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 (CAR) will arrange statutory inspection of the line and indicate the defects noticed. The Contractor

has to rectify all such defects and intimate to APDCL (CAR) 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.

16.0. SUPPLY OF CONSTRUCTION MATERIALS BY THE CONTRACTOR

The Contractor has to make his own arrangements for procurement, supply and use of construction materials .

16.1. 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 Godown. 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

(CAR). If the tests prove unsatisfactorily, then the charges for cement will be borne by the contractor.

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.

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.

d) 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.

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.

16.2. 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.

17.0. INFORMATION AND DATA a) The information furnished is the best available however, the APDCL(CAR) 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(CAR) of or otherwise. The information has been produced as found, communicated to ascertained or otherwise/learned by the

APDCL(CAR).

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(CAR) 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

misjudgement 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.

TECHNICAL SPECIFICATIONS FOR CONSTRUCTION OF NEW 33/11 KV SUBSTATION (See separate technical specifications for Lines)

1.0 GENERAL APDCL is proposing 1 Number of new 33/11 KV substations[ 2x5 MVA] at Tezpur Medical College,Tumuki,Assam

under APDCL(Central Assam Zone) towards feeding power to the Medical College. 2.0 SCOPE OF 33/11 KV SUBSTATION

2.1 Construction of New Sub-stations.

2.1.1 Design, engineering, manufacture, assembly, inspection, testing at manufacturer's works before dispatch; packing, supply, delivery at site, subsequent storage, erection and commissioning at site; including insurance during transit· and storage of all equipments, structures, associated equipments.

2.1.2 The Contractor shall also be responsible for the overall co-ordination with internal/external agencies, project management, training of Owner's manpower, loading, unloading, handling, moving to final destination the required equipment and materials for successful erection, testing and commissioning of the substation / switchyard.

2.1.3 Design of substation and its associated electrical and mechanical auxiliaries systems includes preparation of single line diagrams and electrical layouts, erection key diagrams, electrical and physical clearance diagrams, design calculations for earth mat, direct stroke lighting protection (DSLP). Bus Bar & Spacers, control and protection schematics, wiring and termination schedules, designs and drawings, and other relevant drawings and documents required for engineering of all facilities within the fencing to be provided under this contract, are covered under the scope of the contractor.

2.2 System Metering

2.3 Extending support to APDCL engineers/ staff on all the above scope areas.

2.4 The detailed scope of work is brought out in subsequent clauses of this section.

2.4.1 Design, engineering, manufacture, testing, supply on FOR destination site basis, transportation, storage, erection, insurance, testing and commissioning of following items at above mentioned 33/11 kV substations.

a) 33 kV and 11 kV isolators, current transformers, voltage transformers, surge arrestors.

b) 1 No. of 100 kVA, 11 I 0.433 kV auxiliary transformers per 33/11 kV substation.

c) Complete indication, control, relay and protection system of the substation.

d) For indoor 11 kV system, draw out type 11 kV panels with Vacuum circuit breakers, current transformers, 11 KV/110 V bus PT and protective relaying for 11 kV lines, incomer ( 33/11 kV transformer) and 110 V, -/5 A Static Electronic Trivector meter.

e) L T switchgear (AC/ DC distribution boards).

f) Portable Fire extinguishers consisting of CO2 5 Kg type

g) 110 V, 100 AH lead acid battery bank along with battery chargers.

h) 11 kV grade, armoured, 3 core 185 Sq.mm cable for power and 4 core& 7Core, 2.5 Sq. mm copper cable for control along with complete accessories.

i) Indoor Vacuum circuit breakers are proposed in the control room, 11 KV XLPE cable of suitable size shall be laid from LV side of power transformer to indoor VCB through cable ducts. Similarly 11 KV XLPE cable of suitable size shall be laid through cable ducts from indoor VCB to 11 KV feeders in the outdoor yard.

j) R.S. Joist Poles with GI Channel 100X50X6 mm and the MS flat 50X10 mm proposed for substation structures. (Contractor has to design all the structures and supply the same).

k) Bus post insulators, insulator strings and hardware, clamps and connectors, AAAC Raccon strung bus, 50X10mm and 50X6 mm earth mat and risers, cast iron earth pipes 8mm inner dia. 2.4 mtrs long. cable supporting angles/ channels, cable trays and covers, sag compensating springs, junction box, buried cable trenches etc.

Terminal connectors of all types (including terminal connectors for various bus voltages).

2.4.2 Testing and commissioning of 33/11 kV transformers to be supplied by the company is under the scope of the company.

2.4.3 Supplying and laying of 33KV &11 kV cables from 33KV&11 kV VCB to panels and over head lines. The payment for the same shall be based on actual quantity and unit rates quoted in the BOQ . The scope includes supply and erection of necessary cable joints and termination, for which the unit rates quoted, shall be applicable.

3.0 SYSTEM PARAMETERS

3.1 33 kV and 11 kV System

Sl.No. Description of the Parameter 33 kV System 11 kV System

1 System operating voltage 33 kV 11 kV

2. Maximum operating voltage of the system (rms) 36 kV 12 kV

3 Rated frequency 50 HZ 50 Hz

4 No. of phases 3 3

5 Rated insulation levels

i. Full wave impulse withstand voltage (1.2/50 micorsec.) 170 KVp 75 KVp

ii. One minute power frequency dry and wet withstand voltage (rms)

80 KV 28 KV

6 Min. creepage distance 25 mm/KV ( 1800mm) 25 mm/KV ( 300 mm)

7 Min. clearances

i) Phase to earth 320 mm 140 ( 77**)mm

ii) Phase to phase 320 mm 280 (127**) mm

iii) Sectional ** for indoor switch gear

3000 Clearances mm

8 Rated short circuit current 25 KA for 1 Sec. 25 KA for 1 Sec.

9 System neutral earthing Effectively earthed Effectively earthed

Note: The insulation and RIV levels of the equipments shall be as per values given in the technical specifications. The major technical parameters of the equipments are given below. For other parameters and features respective

technical sections should be referred.

TECHNICAL SPECIFICATION FOR STEEL TUBULAR

POLES(GALVENISED) FOR OVERHEAD LINES

1.0 SCOPE :

1.1 This specification covers the general requirements towards design, manufacture, testing at manufacturers works, supply and delivery for tubular steel poles of circular cross section ( swaged type ) for overhead lines.

2.0 STANDARD : 2.1. The tubular steel poles shall conform to the latest edition of Indian Standard specification

IS: 2713 ( Part – I, III ) : 1980 Specification for Steel Tubular poles

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.

3.0 Topography and Climatic Condition :

3.1. The materials offered, shall be suitable for operation in tropical climate and will be subjected to the sun and inclement weather and shall be able to withstand wide range of temperature variation. For the purpose of design, average atmospheric temperature may be considered to be 50 °C with humidity nearing saturation.

4.0 Materials :

4.1. The materials used in construction of tubular steel poles shall be of the tested quality of steels of minimum tensile strength 540 MPa ( : 55 Kgf/mm2 ). Or 410MPa as the case may be.

4.2. 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 0.060

percent each.

5.0 Types, Size and construction :

5.1. Tubular Steel Poles shall be swaged type. 5.2. 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.

5.3. Swaging may be done by any mechanical process. The upper edge of each joint shall be chamfered if at an angle of about 45o. 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.

5.4. The length of joints on swaged poles shall be in accordance with clause No. 5.4 of IS: 2713(Par-I): 1980. 5.5. 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 cylindrical. The weld joints, if any, shall be of good quality, free from scale, surface defects, cracks, etc.

5.6. Tolerances for outside diameter, thickness, length, weight and straightness shall be in accordance with IS: 2713 (Part-I) : 1980.

5.7. The poles shall be GALVENISED and coated with black bituminous paint conforming to IS : 158-1968 throughout, internally and externally, upto the level which goes inside the earth.

6.0 Earthing Arrangements : 6.1. For earthing arrangement a through hole of 14mm diameter shall be provided in each pole at a height of

300mm above the planting depth.

PRINCIPAL PARAMETERS

SN ITEM DESCRIPTION PARAMETERS PARAMETER PARAMETERS

1 Type of Pole SP-76 SP-66 SP-60

2 Overall Length 14.5 M 12.0 M 12.0 M

3 Planting Depth 2.0 M 2.0 M 2.0 M

4 Load Applied from top at a

distance of

0.60 M 0.60 M 0.60 M

5 Height aboveground 12.5 M 10.0 M 10.0 M

6 Length of sections

a Bottom 6.5 M 5.80 M 5.80 M

b Middle 4.0 M 3.10 M 3.10 M

c Top 4.0 M 3.10 M 3.10 M

7 Outside Diameter & thickness

of section

a Bottom, MM 219.1 x5.90 219.1 x5.90 165.1 x 5.40

b Middle ,MM 193.7 x4.85 193.7 x4.85 139.7 x 4.50

c Top,MM 165.1 x 4.5 165.1 x 4.5 114.3 x 3.65

8 Approx. Wt of pole 380 KG 322 KG 208 KG

9 crippling load 514 kgf 650 kgf 333 kgf

10 breaking load 724 kgf 916 kgf 469 kgf

1. Ultimate tensile strength 410 MPa ( 42 KGf /

mm2 )

410 MPa ( 42 KGf /

mm2 )

410 MPa ( 42 KGf /

mm2 )

2. Base Plate A Mild Steel base

plate of size 400

mm x 400 mm x 8

mm shall be

welded at the

bottom of the

pole.

A Mild Steel base

plate of size

400×400×8 mm

shall be welded at

the bottom of the

pole.

A Mild Steel base

plate of size

400×400×8 mm

shall be welded at

the bottom of the

pole.

3. Painting The complete

pole shall be

Galvenised as per

IS 2629 and the

inner side & outer

underground

portion of the pole

is to be painted

with black

bituminous paint

conforming to IS :

158-1968

throughout,[

internally and

externally, up to

the level which

goes inside the

earth.

The complete pole

shall be Galvenised

as per IS 2629 and

the inner side &

outer underground

portion of the pole

is to be painted

with black

bituminous paint

conforming to IS :

158-1968

throughout,[

internally and

externally, up to

the level which

goes inside the

earth.

The complete pole

shall be Galvenised

as per IS 2629 and

the inner side &

outer underground

portion of the pole

is to be painted

with black

bituminous paint

conforming to IS :

158-1968

throughout,[

internally and

externally, up to

the level which

goes inside the

earth.

7.0 Tests and Test Certificates :

7.1. The following tests shall be conducted on finished poles : A. Tensile test and chemical analysis for sulpher and phosphorous ,

B. Deflocation test,

C. Permanent set test, and

D. Drop test.

7.2. In addition to above verification of dimensions as per IS : 2713 (Part-III) : 1980 shall be carried out during acceptance of lots.

7.3. Number of poles selected for conducting different tests shall be in accordance to clause No.10.1.1 and No. 10.1.12: of IS: 2713 (Part-I) 1980.

7.4. Tests shall be carried out before supply of each consignment at the manufacturers woks and test certificates should be submitted to the purchaser for approval prior to delivery.

7.5. Re-tests, if any, shall be made in accordance with IS: 2713 (Part-I) 1980. 7.6. Purchaser reserves the right to inspect during manufacturing and depute his representative to inspect/test at

the works. 7.7. If any extra cost is required for carrying out the above specified tests, the same shall be borne by the

tenderer. 8.0 Marking :

8.1. The poles shall be marked with designation, manufacturer‟s identification, year of manufacture and name of the purchaser: APDCL

8.2. The poles may also be marked with the ISI certification mark if applicable.

9.0 Performance :- 9.1. The bidder shall furnish a list of the major supplies effected during the last 3 (three) years indicating the

volume of supply and actual delivery dates alongwith the bids. 9.2. Bids may not be considered if the past manufacturing experience is found to be less that 3 (three) years.

10.0 Deviation :-

13.1 Any deviation in technical specification shall be clearly indicated with sufficient reasons thereof. Purchaser shall

however reserve the right to accept and/or reject the same without assigning any reasons what-so-ever.

1111.. GGAALLVVAANNIIZZIINNGG AANNDD PPAAIINNTTIINNGG

11..00 GGaallvvaanniizziinngg 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

1.0 TEST:

1.1 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

2.0 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.

d) Bidder‟s name.

3.0 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.

11.0 Guaranteed technical particulars : 11.1. The tenderer shall furnish all necessary guaranteed technical particulars in the prescribed proforma

enclosed hereinafter.

Annexure „B‟

TECHNICAL GUARANTEED AND OTHER PARTICULARS.

(To be filled in by the Tenderer)

1. Type of Pole offered

2

a) Whether tubes are of seamless constn. Or welded type.

b) Is it manually welded tubes? If so, state name/address of manufacturer

c) It is ERW tubes? If so, state name/address of manufacturer

3. Overall length

4. Effective length of section

a) Bottom

b) Middle

c) Top

5. Effective dia thickness of section

a) Bottom

b) Middle

c) Top

6. Approximate weight (Kg.)

7. Breaking Load (Kg.)

8. Working Load (Kg.)

9. Weight/Mtr.

i) Top Section (kg)

ii) Middle Section (kg)

iii) Bottom Section (kg)

10. Crippling load (kg)

11. Load for permanent set

12. Load for temporary deflection

13. Joint length

.

TECHNICAL SPECIFICATION FOR GALVANIZED CHANNEL CROSS ARMS

1.0 SCOPE : This specification covers the design, manufacture, testing at manufacturer's works, transport to site, insurance, storage, erection and commissioning of Galvanized Cross Arm and channel used for 33KV, 11 KV & line complete with all accessories as specified.

2.0 Standards The M.S Cross Arm and channel supplied under this specification shall conform the latest issue of the relevant Indian Standards IS – 226:1975, Regulations etc. except where specified otherwise. The rolling and cutting tolerance for steel product conforming to IS: 266 shall be those specified in

the IS: 1852-1973 with latest revision.

Galvanization conforming to latest version of 1S:2629

In the event of conforming to any standards other than the Indian Standards, the salient features of comparison shall be clearly set out separately

3.0 GENERAL REQUIREMENT :

i. The cross arm shall be fabricated grade of mild steel of channel section as per requirement.

ii. All steel members and other parts of fabricated material as delivered shall be free of warps, local deformation, unauthorized splices, or unauthorized bends.

iii. Bending of flat strap shall be carried out cold. Straightening shall be carried out by pressure and not by hammering. Straightness is of particular importance if the alignment of bolt holes along a member is referred to its edges.

iv. Holes and other provisions for field assembly shall be properly marked and cross referenced. Where required, either by notations on the drawing or by the necessity of proper identification and fittings for field assembly, the connection shall be match marked.

v. A tolerance of not more than 1mm shall be permitted in the distance between the center lines of bolt holes. The holes may be either drilled or punched and, unless otherwise stated, shall be not more than 2mm greater in diameter than the bolts.

vi. When assembling the components force may be used to bring the bolt holes together (provided neither members nor holes are thereby distorted) but all force must be removed before the bolt is inserted. Otherwise strain shall be deemed to be present and the structure may be rejected even though it may be, in all other respects, in conformity with the specification.

vii. The back of the inner angle irons of lap joints shall be chamfered and the ends of the members cut where necessary and such other measures taken as will ensure that all members can be bolted together without strain or distortion. In particular, steps shall be taken to relieve stress in cold worked steel so as to prevent the onset of embitterment during galvanizing.

viii. Similar parts shall be interchangeable.

ix. Shapes and plates shall be fabricated and assembled in the shop to the greatest extent practicable. Shearing flame cutting and chipping shall be done carefully, neatly and accurately. Holes shall be cut, drilled or punched at right angles to the surface and shall not be made or enlarged by burning. Holes shall be clean-cut without torn or ragged edges, and burrs resulting from drilling or reaming operations shall be removed with the proper tool.

x. Shapes and plates shall be fabricated to the tolerance that will permit fielderection within tolerance, except as otherwise specified. All fabrication shall be carried out in a neat and workmanlike manner so as to facilitate cleaning, painting, galvanizing and inspection and to avoid areas in which water and other matter can

lodge.

xi. Contact surfaces at all connections shall be free of loose scale, dirt, burrs, oil and other foreign materials that might prevent solid seating of the parts.

xii. Welded joints not permissible. The rolling and cutting tolerance for steel product conforming to IS: 266 shall be those specified in the IS: 1852-1973 with latest revision.

all dimensions are subject to the following tolerances:

a) dimensions up to and including 50mm:+1mm: and

b) dimensions greater than 50mm: +2%

xiii. The channel cross arm shall be properly brushed to make it free from rust.

xiv. For galvanized channel :

All ferrous parts including all sizes of nuts, bolts, plain and spring washers, support channels,

structures, shall; be hot dip galvanized conforming to latest version of 1S:2629 or any other

equivalent authoritative standard. The zinc coating shall be smooth, continuous and uniform. It

shall be free from acid spot and shall not scale, blister or be removable by handling or packing.

There shall be no impurities in the zinc or additives to the galvanic bath which could have a

detrimental effect on the durability of the zinc coating. Before picking, all welding, drilling, cutting,

grinding and other finishing operations must be completed and all grease, paints, varnish, oil,

welding slag and other foreign matter completely removed. All protuberances, which would affect

the life of galvanizing shall also be removed.

The weight of zinc deposited shall be in accordance with that stated in Standard IS 2629

and shall not less than 0.61kg/m² with a minimum thickness of 86 microns for items of

thickness more than 5mm, 0.46kg/m² (64 microns) for items of thickness between 2mm

and 5mm and 0.33kg/m² (47 microns) for items less than 2mm thick.

xv. The raw materials and fabrication thereof in respect of cross arm shall be furnished along with dimension.

xvi. The hole for fixing of insulator and pole clamp shall be provided as per requirement. One copy of the drawing of cross arm for each size shall be furnished along with the technical bid.

a. REQUIRED TECHNICAL SPECIFICATION FOR GI CHANNEL CROSS ARM

[100x50x6x3200 ]

Sl No. Description Particular

1 Type of cross arm G.I Channel cross arm

2 Size 100 x 50x 6 x 3200 mm

3 Material Mild Steel channel

4 Length 3200 mm

5 Breath 100 mm

6 Width 50 mm

7 Thickness 6 mm

8 Hole for fixing of insulator 26 mm

9 Center to center distance

of hole

1525 mm

10 Hole for pole clamp 18 mm

11 Weight 29.5 kg (approx)

12 Galvanization The cross arm shall be properly brushed to make it

free from rust and hot dip galvanized confirming to

IS: 2629.

13 Standard applicable IS: 266; IS: 1852-1973:

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 suitable for steel tubular pole of Size SP-76 .

Nuts & Bolts & Ring washer

The MS Nuts and Bolts and washer should be of different sizes as require in site.

1.4 TECHNICAL SPECIFICATION FOR AAA “WOLF” & “RACCOON” CONDUCTOR 1.0 Scope

This specification covers design, manufacture, testing at works, transport, insurance,

storage, erection and commissioning of All Aluminum Alloy Stranded Conductors at site in

33 KV.

2.0 Conductor Size i) 19/3.40 mm (175 mm² Alloy Area) – wolf ii) 7/3.81 mm ( 80 mm² Alloy Area ) - Raccoon

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

1600 mm 1600 mm

3200 mm

26 mm dia hole

G.I CHANNEL CROSS ARM

( 100 x50x6x3200 mm)

50 mm

6 mm 76 mm

76 mm

100

mm

DIAGRAM NOT IN SCALE

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

3.40 3.37 3.43 9.079 24.51 2.80 3.67 3.96

3.81 3.77 3.85 11.401 30.78 3.34 2.938 2.851

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)

Nomin

al 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 mm2 mm Kg/Km Ohm/Km KN

173 19/3.40 172.52 17.00 474.02 0.1969 50.54

80 7/3.81 79.81 11.43 218.26 0.425 23.41

6.0 Free From Defects The wire shall be smooth and free from all imperfection such as spills, splits etc.

7.0 Joints in Wires 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.

8.0 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

7 10 14

19 10 16

8.3 The outer layer shall be right handed. The wires in each layer shall be evenly and closely

stranded.

9.0 Climatic Conditions The conductor shall be designed to suit for the climatic conditions specified in these bidding

documents.

10.0 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

11.0 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 TDF

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

175 mm2 alloy area ( 19/3.40mm) 2500

80 mm² Alloy Area (7/3.81 mm) 1600 KG

10.1.2 The normal length of various conductors shall be as given in the following table:

Conductor size Normal Length

175 mm2 alloy area ( 19/3.40mm) 1.1 Km

80 mm² Alloy Area (7/3.81 mm) 1.3 KM

10.1.3 Longer lengths shall be acceptable. 10.1.4 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.

a) Manufacturer‟s name. b) Trade Mark, if any. c) Drum or identification number.

d) Size of conductor e) Number & lengths of conductor f) Gross Mass of the package g) Net mass of the conductor h) ISI certification mark. i) Name of the Project TDF

11 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.

1.5 TECHNICAL SPECIFICATION FOR HARDWARE FITTINGS INCLUDING TENSION CLAMP ASSEMBLY (Aluminium Alloy) FOR “RACCOON” AND “WOLF”

CONDUCTOR

1.0 Scope: - This specification covers design, drawings, manufacture, testing at manufacturers‟

works, supply and delivery of suspension clamp for use with Raccoon (7/3.81mm-80

sqmm)/Wolf (19/3.4mm-175 sqmm )conductors within the state of Assam.

2.0 Standard: - The material and process adopted in the manufacture shall conform to the provision

of the following standards amended up-to-date IS: 2486 specification for Insulator

fitting for overhead power lines.

3.0 General: - The tension clamps offered shall be made of die cast high strength aluminium alloy

and shall be suitable for use with “Raccoon and Wolf” conductors together with one

set of preformed armour rods. Suitable sheet metal liner shall be provided.

The clamp shall move easy oscillation around horizontal axis.

The bidder is to quote separately for suspension clamp:

i) Envelope type ii) Bottom free centre type design. The single tension clamp shall consist of the following components: -

Description Quantity Material

1. Ball hook without provision for 1 no. Forged Steel

Arching horn

2. Socket type without provision for 1set. MCI

Arching horn

1. Tension clamp for AAAC 1 no Alumium alloy Raccoon /Wolf conductors

The clamp shall be of high corrosion resistant, light in weight, have low effective

power loss and small moment of inertia enabling it to follows freely the movements of

the conductor

The tension clamp shall also be provided with suitable socket or clevis eye for

connecting it to the insulator string.

The seat and clamping surface should be smooth, without any projections or sharp

bends and should be formed to support the conductor on long, easy curves at the

comparatively sharp bends. Minimum failing load = 70 KN.

The slip strength of tension clamp shall not exceed 15% of the breaking load of the

conductor.

4.0 Tests: - The hardware fittings shall be subjected to all the tests in accordance with relevant

Indian Standard Specifications. The purchaser shall have the right to carryout

acceptance tests, in the presence of representatives of the purchaser.

The bidder shall submit type test certificate along with the tenders.

The following tests shall be carried out.

i) Type Test: -

Slip Strength test for clamp.

(a) Mechanical test for clamp & fittings (b) Heating cycle test. (c) Verification of dimensions. (d) Galvanizing / Electroplating test. (e) Visual examination test

ii) Acceptance Test:

a) Dimensional test. b) Galvanizing test. c) Mechanical test for clamp & fittings d) Electrical Resistance Test.

iii) Routine Test:

a) Visual examination test.

b) Routine mechanical test.

Guaranteed Technical Particulars (GTP) and drawing specifically showing all

dimensions are to be submitted along with technical bids

1.6 TECHNICAL SPECIFICATION FOR P.G CLAMP FOR AAA RACOON /WOLF 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.

Conductor Maximum conductor diameter

in mm

Dimensions No of Bolts

Approx. Weight

Kg.

A

mm B

mm C

mm D

mm E

mm

A-83 Wolf 20.78 140 76 42 5/8 1 3 0.51

A-81 Raccon 14.45 95 57 30 1/2 2 2 0.18

3.0 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.

TECHNICAL SPECIFICATION FOR POLYMERIC 33 KV AND 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 polymeric 33 KV pin insulator for 33 kV lines.

2.0 Standard Polymeric compact insulator with suitable groove in upper pin and long threads in lower part of the pin with nuts, suitable for 33 KV lines shall be conforming to IEC : 1109 with its latest amendments and revision and having minimum mechanical failing load of 10 K.N. Insulators conforming to any other internationally accepted standards which ensure equal or higher quality than the standard mentioned would also be acceptable. A high class quality, corrosion resistant, fiberglass reinforced rod is the core of every insulator with ultimate mechanical strength at least twice the maximum working load.

3.0 General Requirements 4.0 The composite polymer insulator should be uni-body design and injection molded

directly to the rod and sealed to the end fittings with bead of silicon to give the insulator high dielectric strength and protect it from all environmental conditions. 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.

5.0 The insulator shall be in one piece. The dimensions of the pins insulator shall be as follows:

33 KV 11KV a) Composite insulator length 310 mm 210 MM b) Failing minimum load 10 KN 5 KN c) Creep age distance (min) mm 925 mm 580 mm d) Dry power frequency 1 min withstand voltage 70 kV (RMS) 70 kV(RMS) e) Wet power frequency 1 min withstand voltage 70 kV (RMS) 70 KV(RMS)

f) Dry lightning impulse withstand voltage 170 Kvp 145 Kvp

6.0 Tests

Pin shall comply with the following tests. 6.1 Type test:

a) Visual examination test b) Verification of dimensions c) Checking of threads d) Galvanizing test

e) Mechanical strength tests 6.2 Routine test:

a) Visual examination test 6.3 Acceptance test:

Checking of threads on heads a) Galvanizing test b) Mechanical test 7.0 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.

8.0 Marking

The pins shall be marked with name of manufacturer, year and name of project.

TECHNICAL SPECIFICATION FOR COMPOSITE POLYMERIC DISC INSULATORS 70 KN

1.0 SCOPE This specification cover the design, manufactures, testing at manufacturer's works, transport to site, insurance, storage, erection and commissioning of 33 kV composite polymeric disc insulator for 11 kV line.

2.0 STANDARD Strain insulators Tongue and Clevis type/ ball and socket type, suitable for 11 KV lines shall be conforming to IEC : 1109 with its latest amendments and revision and having mechanical failing load of 70 K.N. Insulators conforming to any other internationally accepted standards which ensure equal or higher quality than the standard mentioned would also be acceptable. A high class quality, corrosion resistant, fiberglass reinforced rod is the core of every insulator with ultimate mechanical strength at least twice the maximum working load. 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 composite polymer insulator should be uni-body design and injection molded directly to the rod and sealed to the end fittings with bead of silicon to give the insulator high dielectric strength and protect it from all environmental conditions. 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.

2.2 The insulator shall be in one piece. 2.3 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

2.4 BASIC INSULATION LEVEL The test voltage (minimum requirement) of the insulator shall be as follows:

a) Highest system voltage : 36 KV(rms) b) Min. Creepage distance : 1050mm c) Section length : 680mm d) Rated mechanical tensile load : 70 KN e) Wet frequency 1 min. withstand voltage : 85KV f) Dry lighting impulse withstand voltage : 230KV

2.5 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

The marking on insulator shall be printed and shall be applied before suitably packed. 3 TEST 3.1 Type test

The following type tests shall be conducted on a suitable number of individual insulator unit, components, materials or complete strings:

3.2 Verification of dimensions 3.3 Thermal mechanical performance test 3.4 Power frequency voltage withstand and flashover test (i) dry (ii) wet 3.5 Impulse voltage withstand and flashover test (dry) 3.6 Visible discharge test (dry) 3.7 RIV test (dry) 3.8 Mechanical failing Load Test (for pin insulator only) 3.9 24 hrs. mechanical strength test (for strain I string insulator only) 4.0 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 j) Inclusion rating k) Chemical analysis l) Microstructure m) Mechanical failing load test (for Pin Insulator only) n) Electro-mechanical strength test (for Strain insulator only) o) Porosity test p) Puncture test (for strain Insulator only)

4.1 Routine Tests

a. Visual Inspection b. Mechanical routine test for Strain Insulator only) c. Electrical routine test (for Strain Insulator only)

4.2 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

4.3 Test Reports

4.4 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.

4.5 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.

4.6 Record of routine test reports shall be maintained by the Contractor at his works for periodic inspection by the Owner's representative.

4.7 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 INSPECTION 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 sub Contractor's works, raw materials, manufacture of the material and for conducting necessary test as detailed herein.

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.

5.3 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.

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 glazed.

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 glaze, unless otherwise specified, shall be brown in colour. The glaze shall cover the

entire porcelain surface parts except those areas that serves as supports during firing or area

otherwise required to be left unglazed.

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:

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 glazed. 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 ABY

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.

7.0 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

(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

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.

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.

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 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.

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

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

REQUIRED TECHNICAL SPECIFICATION FOR GI CHANNEL

CROSS ARM

[100x50x6x3200 ]

Sl

No.

Description Particular

1 Type of cross arm G.I Channel cross arm

2 Size 100 x 50x 6 x 3200 mm

3 Material Mild Steel channel

4 Length 3200 mm

5 Breath 100 mm

6 Width 50 mm

7 Thickness 6 mm

8 Hole for fixing of

insulator

26 mm

9 Center to center

distance of hole

1525 mm

10 Hole for pole clamp 18 mm

11 Weight 29.5 kg (approx)

12 Galvanization The cross arm shall be properly brushed

to make it free from rust and hot dip

galvanized confirming to IS: 2629.

13 Standard applicable IS: 266; IS: 1852-1973:

Sl

No. Description Particular

1 Type of cross arm GI Channel cross arm

2 Size 75 x 40x 40x6 x 2200 mm

3 Material Mild Steel channel( galvanized)

4 Length 2200 mm

5 Breath 75 mm

6 Width 40 mm

7 Thickness 6 mm

8 Hole for foxing of

insulator 20 mm

9 Center to center

distance for hole 1070mm

10 Weight 16 kg (approx)

11 Galvanization

The cross arm shall be properly

brushed to make it free from rust and

hot dip galvanized confirming to IS:

2629.

8.0

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

4.1 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.

4.2 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.

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.

1. 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.

11.0 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/RacoonlWeasel/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

3.0 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

4) 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.

12.0 TECHNICAL SPECIFICATION FOR 33 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 33 KV power systems conforming to 155: 1818/1972 with

up to-date amendments and revisions.

2.0 i) Ratings: 33 KV 600 Amps 50 C/S AC, 3-Phase continuous

ii) Type: The insulators should be of tilting type for 33 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.

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 33 kV Class Tiltinq Type Design :

Phase coupling shaft: 3 .0 cm x 3.0 cm C.I. solid bar of 3.30 meter length.

Operating Pipe: 3.0 cm outside dia 4.25 mm thick 10 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

6.0 Inspection

The man-ufacturer 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

5. Performance:

The materials should be guaranteed for satisfactory performance for a period of 18 months

from the date of receipt of the same in. good conditions or 12 months from the date of

commissioning which ever is earlier and will be subject for free replacement/repair against

any manufacturing defects.

1.7 TECHNICAL SPECIFICATION FOR AAA “WOLF” & “RACCOON” CONDUCTOR 12.0 Scope

This specification covers design, manufacture, testing at works, transport,

insurance, storage, erection and commissioning of All Aluminum Alloy

Stranded Conductors at site in 33 KV.

13.0 Conductor Size iii) 19/3.40 mm (175 mm² Alloy Area) – wolf iv) 7/3.81 mm ( 80 mm² Alloy Area ) - Raccoon

14.0 Applicable Standards Unless otherwise stipulated in this specification, the conductor shall comply with

IS:398 (Part-IV)- 1994 or the latest version thereof.

15.0 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

3.40 3.37 3.43 9.079 24.51 2.80 3.67 3.96

3.81 3.77 3.85 11.401 30.78 3.34 2.938 2.851

16.0 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)

Nomin

al Alloy

Stranding

& Wire dia

Sectional

area

Approx.

overall dia

Approx.

Mass Calculated

resistance

Approx

calculated

Area at 20° C

(Max)

breaking

load

1 2 3 4 5 6 7

mm2 Mm mm2 mm Kg/Km Ohm/Km KN

173 19/3.40 172.52 17.00 474.02 0.1969 50.54

80 7/3.81 79.81 11.43 218.26 0.425 23.41

17.0 Free From Defects The wire shall be smooth and free from all imperfection such as spills, splits etc.

18.0 Joints in Wires 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.

19.0 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

7 10 14

19 10 16

8.3 The outer layer shall be right handed. The wires in each layer shall be evenly and

closely stranded.

20.0 Climatic Conditions The conductor shall be designed to suit for the climatic conditions specified in these

bidding documents.

21.0 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

iv) Breaking loads test. v) Elongation test vi) Resistance test

22.0 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 TDF 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

175 mm2 alloy area ( 19/3.40mm) 2500

80 mm² Alloy Area (7/3.81 mm) 1600 KG

11.1.2 The normal length of various conductors shall be as given in the following table:

Conductor size Normal Length

175 mm2 alloy area ( 19/3.40mm) 1.1 Km

80 mm² Alloy Area (7/3.81 mm) 1.3 KM

11.1.3 Longer lengths shall be acceptable. 11.1.4 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.

a) Manufacturer‟s name. b) Trade Mark, if any. c) Drum or identification number. d) Size of conductor e) Number & lengths of conductor f) Gross Mass of the package g) Net mass of the conductor h) ISI certification mark. i) Name of the Project TDF

12 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.

1.0 COMBINATION MCCB UNIT 3.1. All MCCB shall be of triple 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.

3.2. 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.

4.0 BUS BARS 4.0 The phase and neutral bus bars shall be of high conductivity (as per IS 5082) aluminum of

adequate uniform cross section. The bus bars shall be insulated from the structure by means of durable non-hygroscopic, noncombustible and non-tracking materials. Bus bar joints shall

be bolted type. 5.0 The 415 Volts, L.T.A.C. switchgear shall have following circuits and equipments:

(a) INCOMING: - One number fitted with following: (i) One 400/300 Amps. as required , unit fitted with cable glands suitable for 4 core

XLPE cable labeled "Incoming". (ii) One voltmeter, 0-500 volts. (iii) One Ammeter, 0-500 Amps. (iv) One KWH Static Electronic Three phase Trivector meter having facility of

downloading the data with connected CTs as mentioned. (b) OUTGOING :- Nos. 1 and 2 each comprising of: One 300/200 Amps. as required, unit fitted with complete with direct connected round protecting pattern ammeter, scaled 0-300 Amps, and cable gland suitable for 4 core XLPE cable labeled as “outgoing”. Name Plate The board shall be provided with nameplate covering all technical data and also name of the project shall be clearly mentioned "Under DEPOSIT-2012-13".

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.

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.

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% for 100 KVA AND 5% ABOVE 100

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%

Full Load Loss in

Watts at 75°C at 100% % Impedance

1 63 145/380 1250 4.5

2 100 220/520 1800 4.5

3 250 570/1050 3320 4.5

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, whichev~r JS ,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.

M.S. Channel to be used upto 100 kVA, 75 x 40 mm size and 100 x 50mm size for 250 kVA & 315 kVA on top and bottom.

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. MS channel on LV side to be reinforced at equidistance if holes / cuttings is done on L T side

to avoid bending of channel. MS channel to be painted with varnish / oil resistant paint. Flux Density should not be more than 1.55 webers sq. m (Tesla). 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.

Number of steps of core shall be minimum of 5 Nos. upto 100 kVA and 7 Nos. for 250 kVA and 315 kVA. Diameter of core shall not be less than: Up to 63kVA ,100 kVA ,250 kV A

Up to 63 kVA - 100 mm 100 kVA - 115 mm 250 kV A - 170 mm

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

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. All top and bottom Yoke nuts and bolts and tie rods shall be painted with oil and corrosion

resistant paint before use. 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. 10.0 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 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 8 ( eight ) 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.

Winding Connections and Vector Group 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.

Current density for HV & LV should not be more than and 2.5A/sq. mm for copper (with a tolerance of 5 % for LV winding) and 1.5 A/sq. mm for aluminium conductor.

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 glazed 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 glazed 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.

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. 11.0 DESIGN OF TANK 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.

I) Side Wall thickness : 3.15 mm II) Top and bottom plate thickness : 5.00 mm

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.

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.

"U" shaped pressure relief vent of 50mm dia pipe with 0.025 mm copper shim sheet as 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

observed in core coil

assembly)

Permissible

oil absorption

in Ltrs.

Core

Lamination

min. in Kgs.

Winding with

Insulation

min in Kgs.

1 63 195 6 145 55

2 100 240 7 207 72

3 250 440 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 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) Bross rods 12 mm dia both for HV & LV upto 100 kVA b) Bross 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 eyery 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.

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 LIGHTNING ARRESTORS

9 KV 5 KA metal oxide lightning arrestors as per 18:3070/1974 Part-I/lEC-99 (the latest

version) one number per phase shall be fixed under the HV bushings with earth connected

to the body of transformers with necessary clamping arrangements.

18.0 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)

18.1 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.

19.0 FITTINGS & ACCESSORIES i. Rating Plate ii. Diagram Plate iii. Two Nos. Earthing terminals 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. U-shaped pressure relief vent 0.025 mm Cu diaphragm on the top of the top cover for

breaking at a pressure of 0.76 to 0.95 Kg/cm². ix. LV epoxy Bushings 4 Nos. x. Base Channels 75 X 40 mm xi. Weight content of a) Core; b) Windings; c) Tank & Fittings; d) Weight/ Quantity of Oil; e)

Overall Weight xii. 5 Year guarantee embossed plate welded below name plate xiii. Dehydrating silica gel breaker xiv. Conservator with oil filling hole & cap, drain, valve & with 50 mm blocking valve. xv. Plain oil level, indicator with minimum marking xvi. Thermometer pocket xvii. Explosion vent (pressure release device with diaphragm xviii. 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. xix. 4 Nos. unidirectional rollers suitable for plates form mounting xx. OFF and externally hand operated tap changing switch with position indicating plate

and provision for locking device for HV variation. xxi. 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.

20.0 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

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 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 under TDF2010-11

TECHNICAL SPECIFICATION FOR 11 KV DROP OUT TYPE EXPULSION FUSE DISCONNECTS

Scope

1.0 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 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 recognized 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.

6.27 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.

8.0 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

1.0. STANDARDS:

3.1. 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.

3.0. SYSTEM DETAILS :

The material shall conform to the following parameters:

Sl. No. Item Specification

1. Type of Installation

Outdoor

2. System Voltage 433 V (+10% -15%)

3. System Frequency 50 Hz +/- 5%

4. No. of Phases Three

5. System of earthing Solidly grounded

4.0 TECHNICAL REQUIREMENTS:

4.1 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

relevant standards suitable for LT AC three phase, 50 c/s, effectively earthed distribution

system.

4.2 MATERIALS AND CONSTRUCTION:

4.2.0 SPECIFIC TECHNICAL REQUIREMENTS

Technical parameters of the cable shall be as follows

Sl No

Cable Size

(Sq.mm)

Al. Strand

Min. thickness of XLPE (mm)

Min. thickness of Outer sheath (mm)

Min Overall

dia (mm)

Max. D.C Resistan

ce at 20

0C

(Ohm/Km)

Max. A.C

Resistance at 70

0C

(Ohm/Km)

Min. current carrying

capacity at 30

0C

(Amps)

Short Ckt

current/sec

(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

2 120 19 1.2 1.8 19.0 0.253 0.325 225 268 11.3 538

4.2.1 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

4.2.2 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.

4.2.3 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.

4.2.4 CONSTRUCTION:

1) 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.

2) 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.

4) 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

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.

4.2.7 LENGTH: The cable shall be supplied in wooden drums and the standard drum length shall be as follows- 1x25 mm

2 1000 meters +/- 5%

1x120 mm2 500 meters +/- 5%

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.

4.2.9 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.

4.2.10 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. 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.

6.3 If successful type tests have been carried out on the offered design during last five

years (counted from the date of tender opening), repetition of type tests is not required.

On the other hand, if the offered design is not type tested during last five years, the cable

shall be subjected to all type test in accordance with IS: 1554 (Part-I)/1988 and amendment

thereof at recognized test house of repute. All charges/fee/transportation etc. to conduct these

tests shall be borne by Contractor.

Regular supply of the material shall commence only after successful type testing and dispatch

authorization from the competent authority.

However, the purchaser reserves the right to get cable type tested at any stage during the

currency of contract at his own expenses in any reputed test house. The transportation and

arrangement of testing of sample to test laboratory shall be the responsibility of the contractor.

6.4 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 armouring 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 CALBE 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.

8.0 PACKING AND TRANSPORT:

All the material covered under this specification shall be adequately packed for transportation

by Rail/Road. A layer of waterproof paper shall be applied to the surface of the drums and

over the outer cable layer. A clear space of atleast 40 mm shall be left between the cable and

the laggings. The packing shall be adequate to protect the cable from damage, in transit and

contractor shall be responsible for it and make good at his own expense any and all damages

due to improper packing etc.

9.0 VARIATION OF QUANTITY:

The supplied quantity can vary within Plus/Minus 1% of the ordered quantity.

TECHNICAL SPECIFICATION FOR CAST IRON EARTH PIPE

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 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.

4.0 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

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

6.29 Hammer test: Each pipe when tested for soundness by striking with a light hand hammer

shall emit a clear ringing sound.

6.30 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 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.

Coating

Normally pipes, unless specially ordered, shall be supplied free of coating on surfaces.

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.

GUARANTEED TECHNICAL PARTICULARS OF ALL ALUMINUM ALLOY CONDUCTOR (AAAC)

(To be filled in by the bidder)

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

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 Meter

manufactured if required for single stretch

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