nit for construction of new 33kv line from 220kv mariani grid s/s to
TRANSCRIPT
1
ASSAM POWER DISTRIBUTION COMPANY LTD.
BID DOCUMENT FOR
CONSTRUCTION OF NEW 33 KV OVERHEAD LINE FROM
220KV MARIANI GSS, AEGCL TO PROPOSED 33KV PGCIL
SUB STATION AT NEW SONOWAL, MARIANI FOR
EVACUATION OF POWER UNDER JORHAT ELECTRIAL
CIRCLE, APDCL
ON
“TURNKEY” MODE
Package No. 3
SCHEME: “DEPOSIT WORK”
2
NIT NO.CGM (D)/ APDCL/UAR/DEPOSIT (SC)/2013-14/02
SECTION -1 NOTICE INVITING TENDER
3 APDCL, CGM (D), UAR, DEPOSIT
ASSAM POWER DISTRIBUTION CO. LTD.
Bijulee Bhawan, Paltanbazar, Guwahati-781001
NIT NO. CGM (D)/ APDCL/UAR/DEPOSIT (SC)/2013-14/02
The Chief General Manager (D), UAR, Assam Power Distribution Co. Ltd. Bijulee Bhawan,
Paltanbazar, Guwahati-1, invites tenders from valid Electrical Contractor’s license holder up to 33kv issued by the
competent authority of the Govt. of Assam for Construction of new 33kv line from 220KV Mariani Grid S/S to
33KV PGCIL Substation at New Sonowal, Mariani for drawal of power under Jorhat Electrical Circle, APDCL
(UAR) on Turnkey mode as per package given below
Package :- Construction of 33kv line from 220KV Mariani Grid S/S to 33KV PGCIL Substation, New Sonowal,
Mariani line for evacuation of power.
The tender paper, Bid documents can be obtained from the office of the undersigned on payment
of Rs 5000.00 (Rupees five thousand) only (non refundable) for the package in the form of Bank
Draft/Banker’s cheque pledged in favour of “ASSAM POWER DISTRIBUTION CO. LTD” on any working
days from 12.05.2014 to 21.04.2014 before 4.00 PM. Alternatively, the Bid document can be downloaded
from the APDCL’s website: www.apdcl.gov.in for tender submission purpose during the mentioned period.
The Bidders using downloaded document will attach an A/C Payee Demand Draft/Banker’s cheque (non
refundable) of Rs. 5000.00 ( Rupees five thousand ) as the case may be duly pledged in favour of “ASSAM
POWER DISTRIBUTION COMPANY LIMITED” with their Bids as cost of the tender papers. Bidders will
ensure that documents in full is downloaded and used.
Details may be seen in the website www.apdcl.gov.in
Chief General Manager (D), UAR
APDCL.
Memo No. CGM (D)/ APDCL/UAR/DEPOSIT (SC)/2013-14/02 (a) Dated:07.05.2014
Copy to :-
1. PS to the CMD, APDCL for kind appraisal of CMD.
2. The General Manager, APDCL, Jorhat Zone, Jorhat for information.
3. The DGM /Jorhat Electrical Circle for information. He is requested to do the needful for finalize the
location.
4. The PRO, ASEB, he is requested to publish the above mentioned noticed in one issue of “The
Assam Tribune and one Assamese daily news paper.
Chief General Manager (D), UAR
APDCL.
4 APDCL, CGM (D), UAR, DEPOSIT
ASSAM POWER DISTRIBUTIOM CO. LTD (UAR)
NOTICE INVITING TENDER NIT NO. CGM (D)/ APDCL/UAR/DEPOSIT (SC)/2013-14/02
The Chief General Manager (D), UAR Assam Power Distribution Co. Ltd. Bijulee Bhawan, Paltanbazar,
Guwahati-1, invites tenders from valid Electrical Contractor’s license holder up to 33kv issued by the competent
authority of the Govt. Of Assam under Deposit Scheme, as per Details below: -
Name of the work:
PACKAGE No. 3: Construction of new 33 KV line from 220 KV Mariani GSS to proposed 33KV PGCIL S/S at
New Sonowal, Mariani for evacuation of Power.
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 each Package: Rs 5000/-(Rupees five thousand) only for the above 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.
12.05.2014 to 21.05.2014 from the office of the Chief General Manager (D), UAR, APDCL, Bijulee Bhawan, 6th
Floor Guwahati-1.Alternativly, the Bid document can be downloaded from the APDCL’s website:
www.apdcl.gov.in for tender submission purpose during the mentioned period. The bidder using downloaded
document will attach an A/C payee demand draft/Banker’s cheque (non- refundable) of Rs 5000/-(Rupees five
thousand) only (non-refundable) for the package as the case may be with their Bid separately duly pledged in
favour of ASSAM POWER DISTRIBUTION COMPANY LIMITED.” as cost of the tender paper . Any bid
without payment of cost of tender for package as above will be rejected outright; the date of purchase of
said A/C payee Demand Draft/Banker cheque should be within the date of issue of tender paper.
Earnest money: As shown in the table below. However, in case of SC/ST/OBC bidders, the amount will be 50%
of the shown value subject to the condition of submission of cast certificate.
Eligibility Criteria:
1. Average Annual turnover of the bidder for the last three financial years for the work should be as
mentioned below and the balance sheet duly certified by registered Chartered Accountant with
Registration No.
2. Past and present performance of the bidder in ASEB or in any of its successor companies will be taken
into account to decide the eligibility as per clause 4(b) of sec-2 of the detail bid document.
3. Financial resources: The bidder shall have to specify proposed source of financing, such as liquid assets,
unencumbered real assets, line of credit and other financial means, net current commitments, available to
meet the total construction cash flow demand of the subject contract (evaluation & qualification criteria).
4. The bidder must have experience of doing similar nature of works in the state of Assam.
5. Other may be seen at detail bid document.
Bid validity: 180 (one hundred eighty) days from the date of submission of Bid.
5 APDCL, CGM (D), UAR, DEPOSIT
Date of submission of Tenders: Up to 13-00 Hrs.27.05.2014
Date of opening of Bid: 1. Techno commercial bids will be opened at 14-00 Hrs. 27.05.14
2. The price bid on a date to be notified later on.
Description of work
Completion
period
Earnest Money
In Rupees
Average Turn
over
In Rupees
Construction of new overhead 33 KV line from 220
KV Mariani GSS to proposed 33KV PGCIL S/S at
new Sonowal, Mariani for evacuation of Power.
90(Ninety)
Days from the
date of LOI
2.0 (two) Lakh 150 (one hundred
fifty) Lakh
Note:
1. The work should be carried out as per latest APDCL/REC specification and construction.
2. Bids must be submitted in two parts as Techno Commercial bid 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.
3. Earnest money as stipulated should be submitted with the Techno Commercial bid in the form of
NSC/KVP/Term Deposit/FD/Bank guaranty from any nationalised or scheduled Bank of India to be
issued from branches situated within the state of Assam and pledged in favour of “ASSAM POWER
DISTRIBUTION CO. LTD”. Any tender without earnest money will be rejected outright. Earnest
money submitted through B.G., should be valid up to December/2014.
4. Part-I of the Bid shall consists of information of all Technical Bidding Schedules (GTP), Copy of
the Licences, WCT registration, certificate of turnover, companies profile, experience certificate
etc. Part-II shall consist of Price Bidding Schedules with all quantities and prices filled up as per
annexure provided in the detail bid document.
5. Quoted rate must be valid for minimum 180 days.
6. The tender should be addressed and submitted in the office of the Chief General Manager (D), APDCL
(UAR) , Bijulee Bhawan, 6th floor, Paltanbazar, Guwahati-1 and will be opened on the scheduled date
& time in presence of the intending tenderers.
7. Only those bidders whose Part-I Bid ie. Techno Commercial bid (Qualification) 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 qualified for opening.
8. 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.
9. The bidding documents are not transferable and cost of bidding document is not refundable under any
circumstances.
Chief General Manager (D), UAR
APDCL, 6th floor, Bijulee Bhawan,
Paltanbazar, Guwahati-781001
Memo No. CGM (D)/ APDCL/UAR/DEPOSIT (SC)/2013-14/02 Dated
Copy to :-1.The PS to the CMD, APDCL for kind appraisal of CMD.
2. The CGM (AEGCL) Bijulee Bhawan Paltan Bazar Ghy-1 for information. He is requested to
Provide the new Bay meant for the same at 220 KV, Mariani GSS..
3. The GM, Jorhat Zone, APDCL (UAR) for information.
4. The DGM Jorhat Electrical Circle for information.
5.The PRO, ASEB, he is requested to published the above mentioned noticed in one issue of “The
Sentinel”(English) and one at “Janambhumi” (Assamese) daily news paper.
6. To the OSD to the CMD, APDCL. He is requested to arrange for uploading the above notice at the
Official website of APDCL.
Chief General Manager (D), APDCL, UAR.
6 APDCL, CGM (D), UAR, DEPOSIT
SECTION 2
TENDER INVITING PROPOSAL
7 APDCL, CGM (D), UAR, DEPOSIT
ASSAM POWER DISTRIBUTION CO. LTD (UAR)
TENDER INVITING PROPOSALS WITH TERMS & CONDITIONS FOR
Construction of new 33 KV line from 220 KV Mariani GSS to proposed 33KV PGCIL Substation at New
Sonowal, Mariani for evacuation of Power under Jorhat Electrical Circle, APDCL on “Turnkey” mode as per
details below.
1. Intent of the Tender Enquiry
The intent of the Tender Enquiry is to invite proposals from the prospective and relevantly experienced
and financially sound contractor(s) (individual or joint venture)/firms to carry out the works as mentioned
above on turnkey mode.
2. Scope of Work
The various activities under the scope of work shall among other related aspects cover the following.
i. Procurement and supply of all materials required for the work.
ii. Arrange inspection / testing of any/all items ordered at manufacturer’s works for officer deputed by
APDCL for such inspection/testing.
iii. Site unloading, storage and handling of all materials supplied including watch and ward for safe
custody.
iv. Site fabrication work as per requirement.
v. Submission of implementation schedule from the date of award of contract for: -
Route survey for laying new lines wherever required
Erection, testing and commissioning of all materials/equipment supplied/system installed.
vi. Project management and site organization.
vii. Obtaining clearance from statutory Agencies, Government Departments, Village Panchayats etc.
wherever necessary
viii. Submission of technical specification/Test Certificate/Drawings etc. of all materials supplied.
ix. A list of various items normally involved in proposed type of work is provided in this document. This,
however, is not to be considered as limiting but only typical. Vendors’ scope will include all other items
and materials as may be required to effectively complete the work.
Above all, the scope of work of the vendor/contractor will include all items and facilities as may be
necessary to complete the electrification work on turnkey basis and as binding requirement.
3. Basic specification of the various equipment/ works to be supplied /carried out.
i. All equipment supplied shall conform to the requirement of relevant ISS (BIS) as approved by
ASEB/Company and that of REC specification and construction standards.
ii. All materials supplied shall be erected, protected as per approved standard practice for proposed type of
electrical work so as to supply electricity to the consumers most effectively and in an intrinsically safe
manner.
iii. All equipment supplied and installed shall provide easy and effective:
Maintainability
Reliability
Availability
Long life
All equipment supplied and installed shall be provided stable and adequate weather protection, system
earthing etc. LA should be earthed separately.
iv. All items, which may require frequent opening up/ dismantling for maintenance, shall be adequately
sealed against any tampering/ theft etc.
v. Generally supply and erection of materials and system shall meet the requirement of construction
standard being followed in the electrification work.
8 APDCL, CGM (D), UAR, DEPOSIT
4. Basic qualifying requirement:
To be qualified for the package the bidder must compulsorily meet the following minimum criteria.
A. Technical.
The prospective bidder must fulfill the following qualifying requirements
a. The bidder must have valid electrical Contractor’s and Supervisor’s License (HT minimum up to 33
KV) issued by the Licensing Authority of Govt. Of Assam.
b. The bidder must have the experience of constructing minimum of 20(twenty) KM of 33 KV line & 11
KV line each during last 5(five) years as on the date of bid opening and must be in satisfactory
operation for at least 1 (one) year.
c. The bidder must have the above mentioned experience of working in the state of Assam.
d. The bidder shall furnish details of the work / works along with its value already in hand either of
APDCL, or in any other successor companies of ASEB along with date of completion as per Letter of
Award and likely date of completion duly certified by the competent authority as per format enclosed
as Annexure-IA. This shall be treated as one of the major qualifying criteria for technical
evaluation of the bid.
B. Financial
a. Average annual turnover of the bidder for the last three consecutive financial years should be as per
NIT and the annual turnover must be certified by a registered Chartered Accountant. This should be
supported by the copy of the income tax return submitted by the firm for the last three previous years.
In case of joint venture firms, the figures of average annual turnovers for each Joint Venture partners
shall be added together to determine the bidder’s compliance with the minimum average turnover
requirement for the package. However, the lead partner must meet at least 40% and each of the other
partners must meet at least 25% of the minimum average annual turnovers criteria required for the
package as per NIT.
b. If the total work in hand against the works of APDCL or its successor companies and other agencies
exceed more than 3(three) times the average annual turnover of the bidder, the bid shall be treated as
non-responsive.
c. The bidder shall furnish latest VAT registration, WCT, CST Registration certificate, Service tax
registration, Employee Provident fund and valid Labour License (wherever applicable).
d. The bidder shall furnish copy of their Pan Card. The card must be in the name of the firm if the bidder
is a firm. If it is a joint venture copy of Pan Card of both the partner/firms must be submitted.
e. Joint venture agreement should be a registered one or certified by Notary.
f. Power of attorney should be a registered one.
g. Formal authority, Registered/Notarized for signing the tender or other documents on behalf of the firm
/ individual must be submitted along with the bid. In case of registered company Board’s resolution of
the company for authorized signatory should be furnished.
h. Notwithstanding anything stated herein above, APDCL reserves the right to assess the capacity and
capability of the bidder to execute the work, should the circumstance warrant such assessment in the
overall interest of APDCL.
9 APDCL, CGM (D), UAR, DEPOSIT
5. Agreement and Security deposit:
The successful bidders shall have to enter in an agreement within 7(seven) days from the date of
issue of LOA and have to deposit a security in the form of Bank Guarantee issued by any
Nationalized Bank/Scheduled Bank in Company’s standard proforma for an amount equal to 2.5%
of the contract value at the time of execution of agreement. The security deposit is liable to be
forfeited in case of non-execution of contract/ work order. The security deposit will be released on
successful commissioning and testing of the materials ordered.
6. Performance Guarantee:
The successful bidder shall have to deposit Bank Guarantees (BG) as performance security from a
nationalized or scheduled Bank of RBI (situated in Assam) before receiving the final bill.
a. For a period of 18(eighteen) months for an amount equivalent to 10% (ten percent) against the
ordered materials/equipments required to be guaranteed for aforesaid period.
b. If the contractor fails or neglects to perform any of his obligations under the contract within the
guarantee period, APDCL shall have the right to forfeit the BG submitted against performance
either in full or in part at its absolute discretion.
c. No interest shall be payable on such deposits.
7. Joint Venture Requirement
i. In case of successful Bidder, one form of agreement (at annexure-) shall be signed by the both
partner so as to be legally binding on both.
ii. One of the partners shall be authorized as the lead partner and authorization shall be evidenced
by submitting a Power of Attorney signed by legally authorized signatories of the both the
partners. The lead partner must have valid electrical Contractor’s License of required level
issued by the Licensing Authority of Govt. Of Assam.
iii. The lead partner shall be authorized to incur liabilities, receive payments, and receive
instructions for and on behalf of any or all partners of the joint venture for entire execution of
the contract.
iv. All the partners of the joint venture shall be jointly and severally liable for the execution of the
contract in accordance with the contract terms and conditions. A relevant statement to this effect
shall be included in the authorization mentioned above as well as in the bid form and the form of
agreement (in case of successful bidder).
v. A copy of the joint venture agreement shall be submitted with the bid.
vi. The figure of average annual turnovers for the joint venture partners shall be added together to
determine the bidder’s compliance with the minimum average turnover requirement for the
package. However, the lead partner must meet at least 40% and other partner must meet the at
least 25% of the minimum average annual turnover criteria given in the Tender.
8. Other requirements:
The Bidder
i) Should be acquainted himself with relevant conditions of the local geography and socio
economic setup of the different location of the State and being capable accordingly to mobilize,
organize and expedite the activities.
ii) Should have adequate working personnel comprising of Electrical/ Mechanical engineers,
electrical supervisor, skilled and unskilled labour to be deputed to the proposed assignment.
iii) Should be conversant with the code/ standards applicable to proposed type of work. ISS, REC
guidelines
9. Submission of bid
The bidder shall submit the bid/bids in sealed envelope/envelopes as follows:
a. Techno-commercial bid
Techno-commercial bid should be submitted in a sealed envelope, Superscripting “Techno-
commercial bid with EMD” with name of bidder, full address and NIT reference, package no. and
under this will be included and defined vendors scope of work, responsibilities, guarantees,
10 APDCL, CGM (D), UAR, DEPOSIT
specification of equipment, commercial terms and conditions, vendor’s company credentials,
experience of similar assignments, registration details, etc. as per requirement. Tender proforma for
techno-commercial Bid is enclosed as Annexure-I(A), I(B),I(C), I(D), FIN(1), FIN(2) FIN(3)
b. Earnest Money Deposit (EMD):
The Tender must be accompanied with earnest money as mentioned in the NIT against the works to
be deposited in the form of Bank Guarantee (BG) of Nationalized or scheduled Bank/
FD/NSC/KVP /Term Deposit pledged in favour of “ASSAM POWER DISTRIBUTION
COMPANY LIMITED. Guwahati-1”. The EMD should be submitted along with Techno-
Commercial bid. The earnest money will be released to the unsuccessful bidders on finalization of
the tenders. The EMD to the successful bidder will be released on submission of Security Deposit at
the time of execution of the agreement as per clause 5.
c. Submission of documents with technical bids.
i) Detail list of makes and materials offered with catalogues, technical specification ,type tests
certificate, performance certificate from utilities, authorization letter from manufacturer,
customer list etc.
ii) Certificates and testimonials in support of credentials of the bidder’s organization.
iii) Details past experience along with present works in hand with awarded amount and progress
report.
iv) Brief write-up on methodology to carry out the assignment, if awarded.
v) Details of manpower to be engaged for the assignments.
vi) Any other information, the vendor may feel facilitative in evaluating the bid.
vii) Copies of bidder and supervisor’s license, etc.
viii) Certificate from Registered Charted Accountant in support of Annual turn over
ix) Solvency certificate from Bank
x) Certificate in support of performance of the bidder
xi) If the bidder is involved in any litigation with ASEB/ or any successor company of ASEB. The
bidder should furnish the information to that effect.
xii) The bidder should submit the list of materials that are to be brought from outside the state
xiii) GTP’S of major items as described in BOQ. such as G.I. Steel Tubular poles, conductors ,
insulators, Lightening Arrestor, Isolator, stay set, Guy insulator, Stay Wire, earth pipe, G.I.
Channel/ angle, G.I. V- Cross arm, G.I. Wire etc as per bid requirements and as applicable should
invariably be submitted along with the tender, otherwise tender is liable to be rejected.
xiv) Details of requirements as per Clause 4 (Basis qualifying requirements) and as per Clause 7
(for Joint venture requirements) should be submitted with the bid.
d. Price Bid
Price bid should be submitted in a sealed envelope superscripting “Price Bid” with name of bidder,
NIT reference no. Under this will include rates of supply and erection of different items for
electrification. The tender proforma for price Bid is enclosed as Annexure-II
e. Submission of bid
Both the envelope should be placed in a bigger envelope duly sealed superscripting name of bidder,
NIT reference and addressed to CGM(D), APDCL (UAR), Bijulee Bhawan, Paltanbazar, Guwahati.
Note:-:
a. If there is discrepancy between the unit price and the total price that is obtained by
multiplying the unit price and quantity, the unit price shall prevail and total price should
be corrected. If there is a discrepancy between the words and figures, the amount in word
should prevail. If the bidder does not accept the correction of the errors as above, his bid
will be rejected and the amount of bid guarantee/security will be forfeited.
b. No separate declaration offering discount on price will be allowed. Offered price in the
price schedule will be final.
8. (A) Estimation of material requirement: The total quantity of materials required is indicated in the
BOQ
(B) Quantity Variation: There may be increase or decrease in quantity of individual item subject to
the condition that the corresponding change in total contract value does not increase or decrease by
more than 15% keeping the unit rate of individual material and labour unchanged.
11 APDCL, CGM (D), UAR, DEPOSIT
9. Award of work:
i) The evaluation of bids will be carried out, first of techno-commercial bid and thereafter opening
the price bid of only those who qualify and meet the technical requirement.
ii) Company reserves the right not to order/ award the job to the price-wise lowest party if the party
during evaluation is found technically non responsive.
iii) Work should be started within fifteen (15) days from the date of issue of the work order, failing
which order will be cancelled without further correspondence.
iv) The successful bidder must have to complete survey works within 3(three ) months from date of
issue of work order & submit quantity variation within that period.
v) The Sub-station equipments installed shall be under custody of the contractor till the date of
commissioning and charging. The properties will be taken over by APDCL, after satisfactory
commissioning and charging.
10. All quoted rate should be inclusive of ED, CST, Octori, ED Cess, entry tax etc. whichever is
applicable including freight and insurance up to the work site but excluding the WCT & service
tax, should be shown separately. Rate must be quoted as per price bid at annexure –II. No E-1
transaction is allowed. Price Bid which are not submitted as per format(in page no. 27&32)
should be rejected.
11. Period of completion: 90 (ninety) days from the date of issue of LOI.
12. Implementation schedule:
Comprehensive implementation schedule of work for the mentioned works
Sl
no. Description
EXECUTION PERIOD
7 d
ays
1 d
ays
30
day
s
20
day
s
30
day
s
2 d
ays
1 Signing of Agreement
2 Survey works
3 Manufacture & supply
of materials
4 Erect
ion of equipments
5 Testing &
commissioning
13. Termination of work order:
Company reserves the right to terminate the work order at any stage in accordance with the
Company’s General Condition of Supply and Erection in force.
14. Terms of Payment:
a. During the currency of the contract, maximum 2(two) nos. of progressive bill will be entertained.
The progressive bill will be for the actual work done including supply & erection of the materials
for which 80% of the billed amount will be paid retaining the balance 20% by APDCL .Final bill will
be paid along with the retained amount after satisfactory completion & commissioning of the project
subject to submission of performance guarantee as per clause (6).
b. All payment shall be made from the office of the CGM (D), APDCL (UAR). The bills are to be routed
through the concerned DGM after due verification by the concerned SDE, passed by the concerned
Asstt. General Manager and countersigned by the concerned DGM. Progress report against the
12 APDCL, CGM (D), UAR, DEPOSIT
work must be enclosed with each bill (format for progress report to be submitted will be supplied
along with the work order).
All Bank Guarantees (BG) submitted along with the bid or to be submitted later as per clause (5)
and (6) of above should be from any branch of nationalized or scheduled Bank of RBI located in
Assam.
15 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 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.
16 Guarantees and Penalties:
a) Liquidated Damages (LD) The proposed work is on top priority of Government of Assam and
therefore has to be completed within stipulated/agreed schedule. Any delay beyond that will attract
penalty as per Company’s General condition of supply and erection.
b) Equipment and system installed shall be guaranteed individually for integrated operations for a
period of 18 (Eighteen) months from date of commissioning of a system in general. 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 all
equipment/ materials covered under Manufacturer’s warranty.
17 Approvals/Clearances:
1. APDCL, concerned DGM 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.
3. The contractor shall obtain all statutory approvals and clearances from the statutory authorities
before charging the system at his/her own cost.
18 Testing & Inspection:
All the equipments / materials to be supplied and erected shall be tested /inspected at manufacturer’s works
by authorized officer/ Engineers of APDCL before dispatching them to worksite. The contractor shall
intimate the CGM (D), UAR sufficiently in advance regarding the date of inspection of materials/ equipments
at manufacturer’s works. The materials to be dispatch to site only after receipt of dispatch clearance to be
issued by the CGM (D), UAR after satisfactory testing of the same.
13 APDCL, CGM (D), UAR, DEPOSIT
19 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.
During project execution
i) All documents for approval shall be submitted in 6 copies.
ii) All final documents to be submitted to statutory organizations will be furnished as per requirement of
the authority.
20 Funding of the project. “DEPOSIT WORK SCHEME.
21 Ceiling on acceptance of bid value
As a deterrent for cartel formation APDCL at its discretion have the right to scrap the tender if values
quoted by all the bidders is above 25% of the estimated cost. Also the price bids whose total quoted value
is below 15% of the estimated cost, the bid is liable to rejected by APDCL.
22 Termination of contract on Contractor’s default
If the Contractor shall neglect to execute the Works with due diligence and expertise or shall refuse or
neglect to comply with any reasonable order given to him, in the Contract by the Engineer in connection
with the works or shall contravene the provisions of the Contract, the owner may give notice in writing to
the contractor to make good the failure, neglect or contravention complained of. Should the contractor fail
to comply with the notice within thirty (30) days from the date of serving the notice, then and in such case
the Owner shall be at liberty to employ other workmen and forthwith execute such part of the works as the
Contractor, may have neglected to do or if the owner shall think fit, without prejudice to any other right he
may have under the Contract to take the work wholly or in part out of the contractor's hands and re-contract
with any other person or persons to complete the works or any part thereof and in that event the Owner
shall have free use of all Contractor's equipment that may have been at the time on the site in connection
with the works without being responsible to the Contractor for fair wear and tear thereof and to the
exclusion of any right of the contractor over the same, and the Owner shall be entitled to retain and apply
any balance which may otherwise be due on the Contract by him to the contractor, or such part thereof as
may be necessary, to the payment of the cost of executing the said part of the work or of completing the
Works as the case may be. If the cost of completing of Works or executing a part thereof as aforesaid shall
exceed the balance due to the contractor, the contractor shall pay such excess. Such payment of excess
amount shall be independent of the liquidated damages for delay which the contractor shall have to pay if
the completion of works' is delayed.
In addition, such action by the Owner as aforesaid shall not relieve the Contractor of his liability to pay
liquidated damages for delay in completion of works as defined in clause no.26 of GCSE
Such action by the Owner as aforesaid, the termination of the Contract under this clause shall neither entitle
the contractor to reduce the value of the contract Performance Guarantee nor the time thereof. The contract
Performance Guarantee shall be valid for the full value and for the full period of the contract including
guarantee period.
23 Termination of contract on owners’ initiative
The Owner reserves the right to terminate the Contract either in part or in full due to reasons other than
those mentioned under clause entitled "Contractor's Default." The Owner shall in such an event give fifteen
(15) days notice in writing to the Contractor of his decision to do so.
The Contractor upon receipt of such notice shall discontinue the work on the date and to the extent
specified in the notice, make all reasonable efforts to obtain cancellation of all orders and contracts to the
extent they are ~elated to the work terminated and terms satisfactory to the Owner, stop all further sub-
contracting or purchasing activity related to the work terminated, and assist the Owner in maintenance,
protection, and disposition of the Works acquired under the Contract by the Owner.
In the event of such a termination, .the Contractor shall be paid compensation, equitable and reasonable,
dictated by the circumstances prevalent at the time of termination.
If the Contractor is an individual or a proprietary concern and the individual or the proprietor dies and if the
contractor is a partnership concern and one of the partners dies then unless the Owner is satisfied that the
legal representatives of the individual contractor or of the proprietor of propriety concern and in the case of
partnership, the surviving partners, are capable of carrying out and completing the Contract, the Owner
shall be entitled to cancel the Contract as to its uncompleted part without being in any way liable to
14 APDCL, CGM (D), UAR, DEPOSIT
payment of any compensation to the estate of deceased Contractor and/or to surviving partners of the
contractor's firm on account of the cancellation of the contract. The decision of the owner that the legal
representatives of the deceased contractor or surviving partners of the contractor's firm cannot carry out and
complete the contract shall be final and binding on the parties. In the event of such cancellation, the Owner
shall not hold the estate of the deceased Contractor and/or the surviving partner of the Contractor's firm
liable to damages for not completing the Contract.
24 Frustration of contract In the event of frustration of the contract of supervening impossibility in items of Section 56 of the Indian
Contract Act, parties shall be absolved of their responsibility to perform the balance portion of the contract.
In the event of non-availability or suspension of funds for any reasons whatsoever (except for reason of
willful or flagrant breach by the Owner and/or contractor) then the Works under the contract shall be
suspended. Furthermore, if the Owner is unable to make satisfactory alternative arrangements for financing
to the contractor in accordance with the terms of the Contract within three months of the event, the parties
hereto shall be relieved from carrying out further obligations under the Contract treating it as frustration of
the Contract. In the event Performance Bank Guarantee, the parties shall mutually discuss to arrive at
reasonable on all issues including amounts due to either party for the work already done on "Quantum
merit" basis which shall be determined by mutual agreement between the parties.
26. Disclaimer:
While the Company will make every endeavor to extend necessary facilitation in expediting the work,
the contractor shall be responsible to organize and arrange all necessary inputs right from mobilization
activities up to completion of the project. Company will not entertain any failure / delay on such
accounts. Also, Company will not be responsible for any compensation, replenishment, damage, theft
etc. as may be caused due to negligent working, insufficient coordination with Government / non
Government / Local Authority by the contractor and/ or his personnel deputed for work. The contractor
shall take necessary insurance coverage under LIC/GIC etc. for his working personnel and the goods in
store as well as in transit. The contractor will be deemed to have made him acquainted with the local
working conditions at site(s) and fully provide for into the bid submitted.
.
27. Before submitting the tender the bidder should inspect (if desired) the locations and the scope of work
and have discussion with concerned Sub-divisional Engineer /Asstt. General Manager.
Terms and conditions, which are not specified, herein above will be governed by the APDCL’s
General Conditions of supply and erection in force.
15 APDCL, CGM (D), UAR, DEPOSIT
Annexure – I (A)
Tender Proforma part – I (Techno-commercial Bid)
Package No. 3
NIT NO. CGM (D)/ APDCL/UAR/DEPOSIT (SC)/2013-14/02
1. Name and full address of the Bidder. :
2. Particulars of payment made for Purchase of
tender document in the shape of . :
3. Amount of earnest money paid in the shape of :
4. Whether Sales Tax clearance : Yes / No
certificate submitted
5. VAT Registration. No/ Service Tax Regd No. :
6. Acceptance of guarantee clause of :
Materials /equipment and system
Installed individually and for integrated
Operation.
7. Acceptance of penalty clause :
8. Acceptance of terms of payment :
9. Certificate/ documents regarding adequate :
Experience of doing similar job
10. Details of work presently in hand with amount :
(Awarded by APDCL and other successor
Companies of ASEB)- a separate sheet if
Required may be enclosed.
11. Details of manpower and T&Ps including :
Vehicles available with the firm to be
Enclosed separately.
12. List of documents enclosed :
.
a) ….
b) ….
c) ….
Signature with full name
and designation of bidder or
his/her authorised representative
with seal
16 APDCL, CGM (D), UAR, DEPOSIT
Required qualification
Annexure- I(B)
Sl
No. Qualification Requirement
Furnished
at
Annexure
Page Remark
A LEGAL
1 Document in support of legal status of firm
2 Memorandum of Association &Registered/Notorised Joint
venture Agreement if JV
3 Registered/Notorised power of attorney of the signatory of
the Bidder to participate in the Bid in case of JV
4 Board resolution of the company to authorizing the
signatory in case of company
5
Information regarding any litigation, current or during the
last five years, in which the Bidder is involved, the parties
concerned, and disputed amount
6 Valid Electrical Contractor's License
7 Valid Electrical & Supervisory License
8 VAT/CST/WCT/Service Tax registration certificate
9 Provident Fund Registration Certificate
B Financial
1 Audited Balance sheet, Profit & Loss account, Auditor’s
report for last three year
2 CA Certified Turnover of bidder during the last 3(three)
years.
3
Evidence of adequacy of working capital for this contract
(access to line (s) of credit and availability of other
financial resources)
4 Authority to seek references from the Bidder's Bankers
5 Income Tax return for last 3(three) years
6 Value of similar work performed by the bidder in each of
the last five years - Statement
7 Proposals for subcontracting components of the Works
amounting to more than 10 percent of the Contract Price
8 Details of the Bank Guarantee as EMD (BG/TD/Bank
Call Deposit)
C Technical ability and experience
1
Experience in works of a similar nature and volume for
each of the last 5(five) years and details of works under
way or contractually committed including full address of
client for communication- Statement
2
Certificates issued by an Engineer not below the Cadre of
Deputy General Manager/SE along with supporting photo-
copies of agreements for the works executed in any one
year (12 months)
3
Detailed activity plan and methodology supported with
layout and necessary drawings and calculations (detailed) to
allow the employer to review their proposals.
4 Quality Assurance plan with Bar Chart
5 List of technical personnel and their qualification and
experience with organisation chart
6 Proof of availability of the tools, tackles, spare parts, etc.
for carrying out the works.
D Technical particulars of equipments and Materials
offered in the Bill of Material and their GTPs
17 APDCL, CGM (D), UAR, DEPOSIT
LIST OF ONGOING & COMPLETED PROJECTS: ANNEXURE- I(C)
List of ongoing & completed projects of APDCL & Other successor companies of ASEB
Sl.No. Name of the work Order No Contract
value Scheme
Stipulated
date of
completion
Present
Status
1
2
3
BIDDER’S INFORMATION SHEET : Annexure- I (D)
Bidder’s Information
Bidder’s legal name
In case of JV, legal name
of each partner
Bidder’s country of
constitution
Bidder’s year of
constitution
Bidder’s legal address in
country of constitution
Bidder’s authorized
representative
(name, address, telephone
numbers, fax numbers, e-
mail address)
Attached are copies of the following original documents.
1. In case of single entity, articles of incorporation or constitution of the legal entity named above, in
accordance with ITB 4.1 and 4.2.
2. Authorization to represent the firm or JV named in above, in accordance with ITB 22.2.
3. In case of JV, letter of intent to form JV or JV agreement, in accordance with ITB 4.1.
4. In case of a government-owned entity, any additional documents not covered under 1 above required to
comply with ITB 4.5.
18 APDCL, CGM (D), UAR, DEPOSIT
FINANCIAL SITUATION (FIN-1)
Each bidders or member of JV must fill in this form
Financial Data for Previous 3 Years [Rs in lakhs]
Year 1: Year 2: Year 3:
Information from Balance Sheet
Total Assets
Total Liabilities
Net Worth
Current Assets
Current Liabilities
Information from Income Statement
Total Revenues
Profits Before Taxes
Profits After Taxes
Attached are copies of financial statements (balance sheets including all related notes, and income statements)
for the last three years, as indicated above, complying with the following conditions.
All such documents reflect the financial situation of the Bidder or partner to a JV, and not sister or parent
companies.
Historic financial statements must be audited by a certified accountant.
Historic financial statements must be complete, including all notes to the financial statements.
Historic financial statements must correspond to accounting periods already completed and audited (no
statements for partial periods shall be requested or accepted).
19 APDCL, CGM (D), UAR, DEPOSIT
Form FIN - 2: Average Annual Turnover
Each Bidder or member of a JV must fill in this form
Annual Turnover Data for the Last 3 Years
Year Amount (Rs. In lakhs)
Average Annual Turnover
The information supplied should be the Annual Turnover of the Bidder or each member of a JV in terms of the
amounts billed to clients for each year for contracts in progress or completed in ₹(Rupees).
Form FIN – 3: Financial Resources
Specify proposed sources of financing, such as liquid assets, unencumbered real assets, lines of credit, and other
financial means, net of current commitments, available to meet the total construction cash flow demands of the
subject contract or contracts as indicated in Section 3 (Evaluation and Qualification Criteria)
Financial Resources
No. Source of financing Amount (Rs. In lakhs)
1
2
3
4
20 APDCL, CGM (D), UAR, DEPOSIT
SECTION- 3
BILL OF QUANTITY & PRICE BID
SCHEDULE
21 APDCL, CGM (D), UAR, DEPOSIT
BOQ of Tender for Construction of 33KV Line from 220KV Mariani GSS to 33KV PGCIL S/S.
NIT NO. CGM (D)/ APDCL/UAR/DEPOSIT (SC)/2013-14/02
Package No. 3 Length of line = 2.455 Km.
Sl. No. Item Specification Unit Quantity
1 GI Steel Tubular Pole, SP-76 no. 70
2 GI Channel Cross arm, 100x50x6x3200 mm no. 75
3 33KV composite Polymeric Disc Insulator , 70KN no. 93
4 Tension clamp fitting for wolf conductor no. 93
5 Disc Hardware fitting, B&S Set 93
6 P.G Clamp for Wolf conductor no. 65
7 Jointing Sleeve for Wolf Conductor no. 25
8 33KV composite Polymeric Pin Insulator no. 210
9 33KV GI V- cross arm (100x50x6mm) no. 37
10 33KV GI Top Cleat no. 37
11 AAA Wolf Conductor Km. 8.2
12 Al Binding wire Kg. 60
13 Al. Binding Tap Kg. 50
14 GI Nut & Bolt Kg. 320
15 HT Stay Set with Guy Insulator Set 45
16 Stay wire 7/10 swg Kg. 500
17 G.I. Angle for pole Bracing (50x50x6 mm) mtr. 165
18 G.I Pole Clamp of flat (50x6mm) no. 187
19 Barbed wire Kg. 130
20 HT Danger Plate no. 70
21 C.I. Earth Pipe, 1.8 mt. long no. 40
22 G.I. wire, 8 swg for earthing & Guarding Kg. 250
23 G.I. wire, 6 swg for earthing & Guarding Kg. 70
24 Turn Buckle no. 30
25 33KV Isolator with earth Switch & with GI Mounting (630A) Set 1
26 33KV L.A. Set 5
27 Tie for 33KV V- cross arm no. 37
28 Guard Bracket, 50x50x6x300mm no. 30
29 G.I. Top Cleat Channel, 100x50x6x300 mm no. 55
30 RCC Foundation for 33KV Isolator Structure Set 1
31 Grouting & Mufflering of G.I. Steel Tubular (SP-76 )Pole no. 70
22 APDCL, CGM (D), UAR, DEPOSIT
NIT NO. CGM (D)/ APDCL/UAR/DEPOSIT (SC)/2013-14/02 DATED 07.05.2014 Annexure -II
Tender Proforma Part-II (PRICE BID)
FOR PACKAGE No 3
Sl.
No. Item description Unit QTY
FORD cost of
materials
in Rs
Cost of Erection of
materials inclusive of
testing & commissioning
in Rs Total Price
in Rs.
WCT@
5% (on
9) (in
Rs.)
Service tax
@ 12.36 on
(8) (in Rs.)
Total quoted
Rate
in Rs.
Unit Rate Total Unit
Rate Total
1 2 3 4 5 6=4X5 7 8=4X7 9=6+8 10=9X5% 11=8X12.36% 12=9+10+11
1
Supply & Erection of GI Steel Tubular Pole SP
-76 by excavating earth including boulder
packing, Grouting & Mufflering etc.as per TS
No 70
2
Supply, Fitting & Fixing of GI Channel X- Arm
(100x50x6x3200mm) on DP/TP/ 4-pole
structure with necessary GI pole clamp , Nuts &
Bolts , drilling of holes, etc for 33kV line as
per direction and TS
No 75
3
Supply, Fitting & Fixing of GI Angle
(50x50x6x2500mm)for guard bracket on pole
structure for 33kV line with necessary GI pole
clamps including Nuts & Bolts, Clamps,
drilling of holes etc with fitting of GI wire
8SWG for guarding as per direction and TS
No 30
4
Supply fitting and fixing of 50 X 50 X 6 mm GI
Angle with proper fixtures including Nuts &
Bolts, Clamps, drilling of holes etc required for
Pole Bracing as per TS
Mtr 165
5
Supply, Fitting & Fixing of 33 kV GI V-Cross
Arm (100x50x6mm), including supply & fitting
with Tie by MS Flat, clamp & Nuts & Bolts,
drilling of holes, etc as per direction and TS
No 37
6
Supply, Fitting & Fixing of 33 kV GI Top
Cleat including fitting of clamp, Nuts & Bolts,
drilling of holes, etc as per TS
No. 37
7
Supply, Fitting & Fixing of 33 kV composite
Polymeric Disc Insulator 70KN (B&S) as per
direction and TS
No 93
23 APDCL, CGM (D), UAR, DEPOSIT
8 Supply, fitting & fixing of H/W fittings for disc
insulator tension type as per direction & TS No 93
9 Supply, Fitting & Fixing of 33KV composite
Polymeric Pin Insulator as per direction and TS No 210
10
Supply & Stringing of AAA “ Wolf”
Conductor with permissible sag, tensioning
with tension clamp, bindings, jumpering with
PG clamps, jointing sleeves etc in 33kV line
including jungle cutting wherever necessary
and as per direction
Km 8.2
12
Supply, Fitting & Fixing of CI Earth Pipe by
digging of pit as per direction with necessary
connection with Nuts & Bolts ,GI Wire 6 SWG
for Pole earthing/ guard earthing etc as per TS
No 40
13
Supply, fitting, &fixing G. I. wire, 8 SWG for
cradle guarding, fitting with Turn Buckle with
associated material as per direction and TS. Kg 250
14
Supply, Fitting & Fixing of HT Stay Set
complete with digging of earth along with
fitting with Stay Wire 7/10 SWG & HT guy
insulator as per direction and TS
No 45
15
Supply, Fitting & Fixing of Danger Plate on G.I
SP – 76 pole as per TS No 70
16
Supply, fitting and fixing of Barbed wire for
anti climbing device as per direction and TS
(1.85Kg/pole) No. 70
17
Supply, Fitting & Fixing of 33KV Isolator
(630A) with earth switch & GI Mounting
structure for 33kV line with necessary clamps
including Nuts & Bolts etc with fitting of earth
wire 8SWG for Isolator including RCC
foundation for Isolator Structure with supply of
required materials as per direction and TS.
Set 1
24 APDCL, CGM (D), UAR, DEPOSIT
18
Supply, Fitting & Fixing of 33KV Lightening
Arrestor for 33kV line with necessary clamps
including Nuts & Bolts etc with fitting of earth
wire 8SWG for L.A.as per direction and TS
Set 5
GRAND TOTAL in Rupees
Grand total is to be written in word (Rupees……………..)
Signature of the authorized signatory of firm/individual with seal
(Full Name of the signatory)
25 APDCL, CGM (D), UAR, DEPOSIT
SECTION -4
GENERAL REQUIREMENTS
26 APDCL, CGM (D), UAR, DEPOSIT
GENERAL REQUIREMENTS
The bidder shall comply with the following general requirements along with other specifications.
1.0 QUALITY ASSURANCE PLAN
1.1 The bidder shall invariably furnish the following information along with his offer failing which the
offer shall be liable for rejection. Information shall be separately given for individual type of
equipment offered.
i) The structure of organization
ii) The duties and responsibilities assigned to staff ensuring quality of work
iii) The system of purchasing, taking delivery and verification of materials
iv) The system for ensuring quality of workmanship
v) The quality assurance arrangements shall confirm to the relevant requirement of ISO 9001 on
ISO 9002 as applicable.
vi) Statement giving list of important raw materials, names of sub-supplies for the raw materials,
list of standards according to which the raw material are tested, list of tests normally carried out
on raw material in the presence of suppliers representative, copies of test certificates.
vii) Information and copies of test certificates as on (i) above in respect of bought out items
viii) List of manufacturing facilities available
ix) Level of automation achieved and list of areas where manual processing exists.
x) List of areas in manufacturing process, where stage inspections are normally carried out for
quality control and details of such test and inspection.
xi) List of testing equipment available with the bidder for final testing of equipment specified and
test plant limitation, if any vis-à-vis the type. Special acceptance and routine tests specified in
the relevant standards. These limitations shall be very clearly brought out in "Schedule of
Deviations" from the specified test requirement.
1.2 The contractor shall within 30 days of placement of order, submit the following information to the
purchaser.
i) List of the raw material as well as bought out accessories and the names of sub-suppliers
selected from those furnished along with the offer.
ii) Type test certificated of the raw material and bought out accessories if required by the
purchaser.
iii) Quality Assurance Plant (QAP) with hold points for purchasers inspection. QAP and purchasers
hold points shall be discussed between the purchaser and contractor before the QAP is finalized.
The contractor shall submit the routine test certificates of bought out accessories and central excise
asses for raw material at the time of routine testing if required by the purchaser and ensure that the
quality assurance requirements of specification are followed by the sub-contractor.
1.3 The Quality Assurance Programme shall give a description of the Quality System and Quality Plans
with the following details.
i) Quality System
The structure of the organization.
The duties and responsibilities assigned to staff ensuring quality of work.
The system of purchasing, taking delivery of verification of materials
The system of ensuring of quality workmanship.
The system of control of documentation.
The system of retention of records.
The arrangement of contractor internal auditing.
A list of administrator and work procedures required to achieve contractor’s quality
requirements. These procedures shall be made readily available to the purchaser for inspection
on request.
ii) Quality Plans
An outline of the proposed work and program sequence.
The structure of contractor’s organizations for the contract.
The duties and responsibilities ensuring quality of work.
Hold and notification points.
Submission of engineering documents required by this specification.
The inspection of the materials and components on request.
Reference to contractor’s work procedures appropriate to each activity.
Inspection during fabrication /construction.
Final inspection and test.
27 APDCL, CGM (D), UAR, DEPOSIT
2.0 Inspection
2.1 The Owner's representative or third party nominee shall at all times be entitled to have access to the
works and all places of manufacture, where insulator, and its component parts shall be manufactured
and the representatives shall have full facilities for unrestricted inspection of the Contractor's and
sub-Contractor's works, raw materials, manufacture of the material and for conducting necessary test
as detailed herein.
2.2 The material for final inspection shall be offered by the Contractor only under packed condition as
detailed in the specification. The Owner shall select samples at random from the packed lot for
carrying out acceptance tests. Insulators shall normally be offered for inspection in lots not
exceeding 5000 nos. the lot should be homogeneous and should contain insulators manufactured in
the span of not more than 3-4 consecutive weeks.
2.3 The Contractor shall keep the Owner informed in advance of the time of starting and the progress of
manufacture of material in their various stages so that arrangements could be made for inspection.
2.4 No material shall be dispatched from its point of manufacture before it has been satisfactorily
inspected and tested unless the inspection is waived off by the Owner in writing. In the latter case
also the material shall be dispatched only after satisfactory testing for all tests specified herein have
been completed.
2.5 The acceptance of any quantity of material shall be no way relieve the Contractor of his
responsibility for meeting all the requirements of the specification and shall not prevent subsequent
rejection, if such material are later found to be defective
3.0 Additional Tests
3.1 The Owner reserves the right of having at his own expense any other test(s) of reasonable nature
carried out at Contractor's premises, at site, or in any other place in addition to the type, acceptance
and routine tests specified in these bidding documents against any equipments to satisfy himself that
the material comply with the Specifications.
3.2 The Owner also reserves the right to conduct all the tests mentioned in this specification at his own
expense on the samples drawn from the site at Contractor's premises or at any other test center. In
case of evidence of noncompliance, it shall be binding on the part of the Contractor to prove the
compliance of the items to the technical specifications by repeat tests or correction of deficiencies,
or replacement of defective items, all without any extra cost to the Owner.
4.0 Test Reports
4.1 Copies of type test reports shall be furnished in at least six (6) copies along with one original. One
copy shall be returned duly certified by the Owner only after which the commercial production of the
concerned materials shall start.
4.2 Copies of acceptance test reports shall be furnished in at least six (6) copies. One copy shall be
returned duly certified by the Owner, only after which the material shall be despatched.
4.3 Record of routine test reports shall be maintained by the Contractor at his works for periodic
inspection by the Owner's representative.
4.4 Test certificates of test during manufacture shall be maintained by the Contractor. These shall be
produced for verification as and when desired by the Owner.
5.0 List of Drawings and Documents:
5.1 The bidder shall furnish the following along with bid.
i) Two sets of drawings showing clearly the general arrangements, fitting details, electrical connections
etc.
ii) Technical leaflets (users manual) giving operating instructions.
iii) Three copies of dimensional drawings of the box for each quoted item.
The manufacturing of the equipment shall be strictly in accordance with the approved drawings and
no deviation shall be permitted without the written approval of the purchaser. All manufacturing and
fabrication work in connection with the equipment prior to the approval of the drawing shall be at the
supplier's risk.
Approval of drawings/work by purchaser shall not relieve the supplier of his responsibility and
liability for ensuring correctness and correct interpretation of the drawings for meeting the
specification.
5.2 The requirements of the latest revision of application standards, rules and codes of practices. The
equipment shall conform in all respects to high standards of engineering, design, workmanship and
latest revisions of relevant standards at the time of ordering and purchaser shall have the power to
reject any work or materials which, in his judgment is not in full accordance therewith.
28 APDCL, CGM (D), UAR, DEPOSIT
5.3 The successful Bidder shall within 2 weeks of notification of award of contract submit three sets of
final versions of all the drawings as stipulated in the purchase order for purchaser's approval. The
purchaser shall communicate his comments/approval on the drawings to the supplier within two
weeks. The supplier shall, if necessary, modify the drawings and resubmit three copies of the
modified drawings for their approval. The supplier shall within two weeks. Submit 30 prints and two
good quality report copies of the approved drawings for purchaser's use.
5.4 Eight sets of operating manuals/technical leaflets shall be supplied to each consignee for the first
instance of supply.
5.4.1 One set of routine test certificates shall accompany each dispatch consignment.
5.4.2 The acceptance test certificates in case pre-dispatch inspection or routine test certificates in cases
where inspection is' waived shall be got approved by the purchasers.
6.0 Any Item specification if not available in this document Contractor shall supply and execute the items
meeting the relevant IS specification with the approval of the purchaser.
29 APDCL, CGM (D), UAR, DEPOSIT
SECTION – 5
FORMS OF BID
30 APDCL, CGM (D), UAR, DEPOSIT
FORMA OF BANK GUARANTEE FOR BID GUARANTEE/SECURITY
(To be stamped in accordance with Stamp Act)
The non-Judicial stamp paper should be in the name of issuing bank
Ref………………………….. Bank Guarantee No…………..
Date…………………….
To
The Chief General Manager (D), UAR
Assam Power Distribution Company Ltd.
Bijulee Bhawan, Paltanbazar
Guwahati-1
Dear Sirs/ Madam,
In accordance with invitation to bid under your Bid No………………. M/s………………. having its
Registered/ Head Office at ……………..( hereinafter called the ‘Bidder’) wish to participate in the said Bid or
………………… and you, as a special favour have agreed to accept an irrevocable and unconditional Bank
Guarantee for an amount of ……………….. valid upto……………………. On behalf of Bidder in lieu of the
Bid deposit required to be made by the bidder, as a condition precedent for participation in the Said Bid.
We, the …………………. Bank at …………………… have our Head Office at…………..( local address)
guarantee and undertake to pay immediately on demand by Assam Power Distribution Company Limited, the
Amount of ……………………………………………
…………………………………………………..( in words & figures) without any reservation, protest, demur
and recourse. Any such demand made by said ‘Owner’ shall be conclusive and
binding on us irrespective of any dispute or difference raised by the Bidder.
The Guarantee shall be irrevocable and shall remain valid up to and including …………. @....................... if
any further extension of this guarantee is required, the same shall be extended to such required period ( not
exceeding one year) on receiving instruction from M/s ………… … ………. on whose behalf this guarantee is
issued.
In witness whereof the Bank, through its authorized office, has set its hand and stamp on this
…………… day of ………………….. 20………… at …………………………
WITNESS
……………………… …………………….
(Signature) ( Signature)
…………………….. ……………………
(Name) (Name)
……………………. ……………………
( Official Address) (Official Address)
@ This date shall be thirty (30) days after the last date for which the bid is valid.
31 APDCL, CGM (D), UAR, DEPOSIT
PROFORMA OF BANK GUARANTEE FOR CONTRACT PERFORMANCE
(To be stamped in accordance with Stamp Act)
Ref………………………….. Bank Guarantee No…………..
Date…………………….
To
The Chief General Manager (D), UAR
Assam Power Distribution Company Ltd.
Bijulee Bhawan, Paltanbazar
Guwahati-1
Dear Sirs/ Madam,
In consideration of Assam Power Distribution Company Ltd., (herein after referred to as the ‘Owner’ which
expression shall unless repugnant to the context or meaning thereof include its successors, administrators and
assigns) having awarded to M/s…………… ….……………………….with registered/ Head office at
……………….( hereinafter referred to as “ Contractor” which expression shall unless repugnant to the context
or meaning thereof include its successors, administrators, executors and assigns), a Contract by issued of
Owner’s Letter of Award No…………… dated……………….. and the same having been acknowledged by the
contractor, resulting in a contract bearing No…………….. dated contractor having agreed to provide a Contract
Performance Guarantee for the faithful performance of the entire Contract equivalent to……………… being(%)
(Percent *) of the said value Contract to the Owner.
We………………………………………………………………………………………….. (Name & Address)
having its Head Office at …………………( hereinafter referred to as the “ Bank” , which expression shall,
unless repugnant to the context or meaning thereof, include its successors, administrators, executors and assigns)
do hereby guarantee and undertake to pay the owner, on demand any all monies payable by the contractor to be
extent of …………………. As aforesaid at any time up to ………………………..**( day/month/year) without
any demur, reservation , contest , recourse or protest and / or without any reference to this contractor. Any such
demand made by the owner on the bank shall be conclusive and binding notwithstanding any difference between
the Owner the Contractor or any dispute pending before any Court, Tribunal, Arbitrator or any other authority .
The bank undertakes not to revoke this guarantee during its currency without previous consent of the owner and
further agrees that the guarantee herein contained shall continue to be enforceable till the owner discharges this
guarantee.
The Owner shall have the fullest liberty without affecting in any way the liability of the Bank under the
guarantee, from time to time to extend the time for performance or the contract by the contractor. The owner
shall have the fullest liberty, without affecting this guarantee, to postpone from time to time the exercise of any
power vested in them or of any right which they might have against the contractor, and to exercise the same at
any time in any matter, and either to enforce or to for bear to enforce any covenants, contained or implied, in the
contract between the owner and the contractor or any other course or remedy or security available to the owner.
The Bank shall not be released to its obligations under these presents by any exercise by the owner of its liberty
with reference to the matters aforesaid or any of them or by reason of any other act of omission or commission
on the part of the owner or any other indulgences shown by the owner or by any other matter or thing
whatsoever which under law would , but for this provision have the effect of relieving the Bank.
32 APDCL, CGM (D), UAR, DEPOSIT
The bank also agrees that the owner at its option shall be entitled to enforce this guarantee against the Bank as a
principal debtor, in the first instance without proceeding against the contractor and not withstanding any security
or other guarantee the owner may have in relation to the Contractor’s liabilities.
Notwithstanding anything contained herein above our liability under this guarantee is restricted to
……………………. And it shall remain in force up to an including …………………….. and shall be extended
from time to time for such period( not exceeding 1 year) as may be desired
M/s………………………………………………………….on whose behalf this guarantee has been given.
Dated this……………………. Day of ……………………….. 20……………… at…………
WITNESS
……………………………. ………………………
(Signature) (Signature)
…………………………… ……………………..
(Name) (Name)
………………………….. ……………………..
(Official address) (Official address)
Attorney as per power
Of Attorney No…………..
Date……………………..
Notes
* This sum shall be 10%(Ten) of the Contract price.
** The date will be 90(Ninety) days after the end of the Warranty Period as specified in the contract.
1. The stamp paper of appropriate value shall be purchased in the name of issuing bank.
33 APDCL, CGM (D), UAR, DEPOSIT
PROFORMA OF EXTENSION OF BANK GUARANTEE
Ref………………………….. Date…………………….
To
The Chief General Manager (D), UAR
Assam Power Distribution Company Ltd.
Bijulee Bhawan, Paltanbazar
Guwahati-1
Dear Sirs/ Madam,
Sub: Extension of Bank Guarantee No……………….. for Rs…………………. Favouring yourselves,
expiring on …………………. On account of M/S………………………….. in respect of contract
no……………………. dated …………….. ( hereinafter called original Bank Guarantee).
At the request of M/s ……………………… we …………………… bank, branch office at …………………..
and having its Head Office at ………………………. Do hereby extend our liability under the above mentioned
Bank Guarantee No………………… dated………………………for a further period of ……………………… (
Years/ Months) from………………….. to expire on………………….. expect as provided above, all other terms
and conditions of the original Bank Guarantee No………………………. dated ………………. Shall remain
unaltered and binding.
Please treat this as an integral part of the original Bank Guarantee to which it would be attached.
Yours faithfully
For………………………………
Manager/ Agent/Accountant …………………..
Power of attorney No……………………
Dated……………………………………
SEAL OF BANK
Note: The non-judicial stamp paper of appropriate value shall be purchased in the name of the Bank who has
issued the Bank Guarantee.
34 APDCL, CGM (D), UAR, DEPOSIT
PROFORMA OF “AGREEMENT”
(To be executed on non-Judicial stamp paper)
This Agreement made this …………….. day of ………… two thousand……………. Between Assam Power
Distribution Company Ltd. having its head office at Bijulee Bhawan, Paltanbazar, Guwahati-1 ( hereinafter
referred to as ‘Owner’ or ‘APDCL’, which expression shall include its administrators, successors and assign on
one part and (hereinafter referred to as the ‘Contractors ‘X’ ( Name of the contracting Co.) which expression
shall include its administrators, successors, executors and permitted assigns) on the other part.
WHEREAS APDCL desirous of …………………….. in ……………. Circle associated with APDCL at
……………….(District) invited Bids for……………………………………………..
………………………………. (Briefly describe scope of works) for the first state of the project as per its Bid
Specification No………………………………
AND WHEREAS……………………….”X” ………………………. Had participated in the above referred
Bidding vide their proposal No……………………. dated………………. And awarded the Contract
to……………..” X”…………….. on terms and conditions documents referred to therein which have been
acknowledged by……………….”X”…………………..resulting into a “Contract”
NOW THEREFORE THIS DEED WITNESS AS UNDER:-
1.0 Article
1.1 Award of Contract
APDCL awarded the contract to……………..”X”……………… for the work of …………… on the terms and
conditions contained in its letter of Award No…….. ………. Dated…………… and the documents referred to
therein. The award has taken effect from aforesaid letter of award. The terms and expression used in this
agreement shall have the same meaning as are assigned to them in the ‘Contract Documents’ referred to in this
succeeding Article.
2.0 Documentation
2.1 The contract shall be performed strictly as per the terms and condition stipulated herein and in the following
documents attached herewith( hereinafter referred to as “Contract Documents”.)
i) Section 1-11 of the Bidding Document.
ii) Proposal Sheets, Data Sheets, Drawing work schedule submitted by “X”.
APDCL’s Letter of Award No………….. dated……………….duly acknowledged by “X”.
Quality Plans for manufacturing and field activities entitled as Quality Plan.
All the aforesaid Contract Documents shall form an integral part of this agreement , in so far as the same or any
part conform to the bidding documents and what has been specifically agreed to by the Owner in its letter of
Award. Any matter inconsistent therewith, contrary or repugnant thereto or any deviations taken by the
Contractor in its ‘Proposal’ but not agreed to specially by the Owner in its Letter of Award shall be deemed to
have been withdrawn b y the Contractor. For the sake of brevity, this agreement along with its aforesaid
Contract Documents shall be referred to as the ‘Agreement’.
3.0 Conditions & Covenants
3.1 The scope of Contract, Consideration, Terms of Payment, Price Adjustments, Taxes wherever applicable,
Insurance, Liquidated Damage, Performance Guarantees and all other terms and conditions are contained in
APDCL’s Letter of Award No………........... dated……………… read in conjunction with other aforesaid
contract documents. The contract shall be duly performed by the Contract Documents, but which are needed for
successful, efficient, safe and reliable operation of the equipment unless otherwise specifically excluded in the
specification under ‘exclusion’ or Letter of Award.
3.2 The scope of work shall also include supply and installation of all such items which are not specifically
mentioned in the contract Documents, but which are needed for successful, efficient, safe and reliable operation
of the equipment unless otherwise specifically excluded in the specifications under ‘exclusions’ or ‘Letter of
Award’.
3.3 Time Schedule
3.3.1 Time is the essence of the Contract and schedules shall be strictly adhered to “X” shall perform the work
in accordance with the agreed schedules.
35 APDCL, CGM (D), UAR, DEPOSIT
3.4 Quality Plans
3.4.1 The Contractor is responsible for the proper execution of the Quality Plans mentioned in Section 4.8 of
GTC. The work beyond the customer’s hold points will progress only with the owners consent. The
Owner will also undertake quality surveillance and quality audit of the Contractor’s /Sub-contractor’s
works, systems and procedures and quality control activities. The Contractor further agrees that any
change in the Quality Plan will be made only with the Owner’s approval. The contractor shall also
perform all quality control activities, inspection and tests agreed with the Owner to demonstrate full
compliance with the contract requirements.
3.4.2 The contractor also agrees to provide the Owner with the necessary facilities for carrying out
inspection, quality audit and quality surveillance of contractors and its Subcontractor’s Quality
Assurance Systems and Manufacturing Activities.
These shall include but not limited to the following:
Relevant plant standards, drawing and procedures;
Detailed Quality Assurance System manuals for manufacturing activities.
Storage procedures and instructions weld, NDT, heat treatment prior to commencement of
manufacture;
Complete set of log sheets (blank) mentioned in the Quality Plans.
It is expressly agreed to by the contractor that the quality test and inspection by the owner shall not in any
way relief the contractor of its responsibilities for quality standards and performance guarantee and their
other obligations under the Agreement. 3.4.4 “X’ agrees to submit quality Assurance Documents to APDCL
for review and record after completion and within 3 weeks of dispatch of material.
The package will include the following :
Factory test result, inspection report for testing required by this contract or applicable codes and
standards.
Two copies of inspection reports duly signed by Quality Assurance personnel of both APDCL and
“X” for the agreed customer hold points.
Report of the rectification works where and if applicable.
3.5 It is expressly agreed to by the Contractor that notwithstanding the fact that the Contract is termed as -
cum-Erection Contract or indicates the break-up of the Contract consideration, for convenience of operation
and for payment of sale tax on supply portion, it is in fact one composite Contract on single source
responsibility basis and the Contractor is bound to perform the total Contract in its entirely and non-
performance of any part or portion of the Contract shall be deemed to be breach of the entire Contract.
3.6 The Contractor guarantees that the equipment package under the Contract shall meet the ratings and
performance parameters as stipulated in the technical specifications (Section 10) and in the event of any
deficiencies found in the requisite performance figures, the Owner may at its option reject the equipment
package or alternatively accept it on the terms and conditions and subject to levy of the liquidated damages
in terms of Contract documents. The amount of liquidated damages so leviable shall be in accordance with
the contract document and without any limitation.
3.7 It is further agreed by the contractor that the contract performance guarantee shall in no way be constructed
to limit or restrict the owner’s equipment right to recover the damages/compensation due to shortfall in the
equipment performance figures as stated in Para 3.6 above or under any other clause of the agreement. The
amount of damages/compensation shall be recoverable either by way of deduction from the contract price,
contract performance guarantee and or otherwise. The contract performance guarantee furnished by the
contractor is irrevocable and unconditional and the owner shall have the power to invoke it notwithstanding
any dispute or difference between the owner and the contractor pending before any court tribunal, arbitrator
or any other authority.
3.8 This Agreement constitutes full and complete understanding between the parties and terms of the payment. It
shall supersede all prior correspondence terms and conditions contained in the Agreement. Any modification
of the agreement shall be effected only by a written instrument signed by the authorized representative of
both the parties.
4.0 SETTLEMENT OF DISPUTES
4.1 It is specifically agreed between parties that all the differences or disputes arising out of the agreement or
touching the subject matter of the agreement shall be decided by process of settlement and Arbitration as
36 APDCL, CGM (D), UAR, DEPOSIT
specified in clause 41 of the General Condition of the Contract and provision of the Indian Arbitration Act,
1996 shall apply. Guwahati Courts alone shall have exclusive jurisdiction over the same.
4.2 NOTICE OF DEFAULT
Notice of default given by either party to the other under agreement shall be in writing and shall be deemed
to have been duly and properly served upon the parties hereto if delivered against acknowledgement or by
telex or by registered mail with acknowledgements due addressed to the signatories at the addresses
mentioned at Guwahati.
IN WITNESS WHEROF, the parties through their duly authorized representatives have executed these presents
(execution where of has been approved by the competent authorities of both the parties) on the day, month and
year first above mentioned at Guwahati .
WITNESS:
1. ……………………….. (Owner’s signature) ( Printed Name)
2. ……………………… (Designation)( Company’s Stamp)
3. …………………….. (Contractor’s Signature)(Company’s Name)
4. …………………….. (Designation)(Company’s Stamp)
Applicable in case of single award is placed on one party on Supply-cum- Erection basis. In two
separate awards are placed on single party/two different parties this clause is to be modified suitably
while signing the contract agreement to be signed separately for two awards to incorporate cross fall
breach clause.
37 APDCL, CGM (D), UAR, DEPOSIT
FORM OF POWER OF ATTORNEY FOR JOINT VENTURE
(On Non-judicial Stamp Paper of Appropriate value to be Purchased in
the Name of Joint Venture)
KNOW ALL MEN BY THESE PRESENTS THAT WE, the Partners whose details are given
hereunder……................................................................. have formed a Joint Venture under the laws
of……………………..and having our Registered Office(s)/Head Office(s) at
………………………………………………………………………………………………………….....(herein
after called the 'Joint Venture' which expression shall unless repugnant to the context or meaning thereof,
include its successors, administrators and assigns) acting thorough M/S………………
………………………………………………………………………….. being the Partner in-charge do hereby'
constitute, nominate and appoint M/S…………………………………… ………………………………..a
Company incorporated under the laws of arid having its Registered/Head Office at..as our duly 'constituted
lawful Attorney (hereinafter called "Attorney" or" Authorized Representative" or "Partner In-charge") to
exercise all or any of the powers for and on be.ha1f of, the Joint Venture in regard* to ---------------------(Name
of the Package) (Specification No.-------------------------) of Assam Power Distribution Company Ltd. Bijulee
Bhawan, Paltan Bazar, GUWAHATI (hereinafter called the "Owner"). and the bids for which' have been
invited by the Owner, to undertake the following acts:
i) To submit proposal and participate in the aforesaid Bid Specification of the Owner on behalf of the
“Joint Venture”.
ii) To negotiate with the Owner 'the terms and' conditions for award of the Contract pursuant to the
aforesaid Bid and to sign the Contract with the Owner for and on behalf of the "Joint Venture'.
iii) To do any other act or submit any document rated to the above.
iv) To receive, accept and execute .the Contract for and on behalf of the "Joint Venture".
It is clearly understood that the Partner In-charge (Lead Partner) shall ensure performance of the Contract(s) and
if one or more Partner fail to perform their respective portion of the Contract(s), the same shall be deemed to be
a default by all the Partners.
It is expressly understood that this Power of Attorney shall remain valid binding and irrevocable till completion
of the Defect Liability Period in terms of the Contract.
The Joint Venture hereby agrees and undertakes to ratify and confirm all the above whatsoever the said
Attorney/ Authorized Representative/Partner In-charge quotes in the bid, negotiates and signs the Contract with
38 APDCL, CGM (D), UAR, DEPOSIT
the Owner and/or proposes to act on behalf of the joint Venture by virtue of this Power of Attorney and the same
shall bind the Joint Venture as if done by itself.
* Strike which is not applicable.
IN WITNESS THEREOF the Partners Constituting the Joint Venture as aforesaid have executed
these presents on this …………….. day of ……………....... under the Common Seal(s) of their
Companies.
for and on behalf of
the Partners of Joint
Ventures
The Common Seal of the above Partners of the Joint Venture:
The Common Seal has been affixed there unto in the presence of :
WITNESS
1. Signature _________________________
Name___________________________
Designation_______________________
Occupation ________________________
2. Signature _________________________
Name___________________________
Designation_______________________
Occupation ________________________
39 APDCL, CGM (D), UAR, DEPOSIT
FORM OF JOINT VENTURE AGREEMENT
(ON NON-JUDICIAL STAMP PAPER OF APPROPRIATE VALUE TO BE PURCHASED IN THE
NAME OF JOINT VENTURE)
PROFORMA OF JOINT VENTURE AGREEMENT BETWEEN ______________________
______________________________ AND ____________________________________________
FOR BID SPECIFICATION No_______________________________OF ASSAM POWER DISTRIBUTION
COMPANY LTD.
THIS Joint Venture agreement executed on this _____day of ______________Two thousand eight and between
M/S _________________________________________________ a Company incorporated under the laws of
_______________________________ and having its registered office at
__________________________________ _____________________________ (herein after called the “Lead
Partner” which expression shall include its successors, executors and permitted assigns) and M/S
_______________________________________________ a Company incorporated under the laws of
_______________________________ and having its registered office at
________________________________________________________________ (herein after called the
“Partner” which expression shall include its successors, executors and permitted assigns) for purpose of making
a bid and entering into a contract* (in case of award) for Construction of
_______________________________(name of the package) against the specifications
No._____________________ of APDCL BIJULEE BHAWAN, PALTAN BAZAR, GUWAHATI –
781001, an Electricity Distribution Company registered under Indian Electricity Act, 2003 having its registered
office at Bijulee Bhawan, Paltan Bazar, Guwahati – 781001 (herein after called the “Owner”)
WHEREAS the Owner invited bids as per the above mentioned Specification for the design manufacture,
supply and erection, testing and commissioning of Equipment/Materials stipulated in the bidding documents
under subject Package*
For_________________ (Package Name) (Specification No.:_____________________)
AND WHEREAS Annexure – A (Qualification Requirement of the Bidder). Section-4, forming part of the
bidding documents, stipulates that a Joint Venture of two or more qualified firms as partners, meeting the
requirement of Annexure-A, Section 4 as applicable may bid, provided the .Joint Venture fulfills all other
requirements of Annexure-A, Section 4 and in such a case, the BID shall be signed by all the partners so as to
legally bind all the Partners of the .Joint Venture, who will be jointly and severally liable to perform the
Contract and all obligations hereunder .
* Strike which is not applicable.
The above clause further states that the Joint Venture agreement shall be attached to the bid and the contract
performance guarantee will be as per the format enclosed with the bidding document without any restriction or
liability for either party.
AND 'WHEREAS the bid has been submitted to the Owner vide proposal
No ................................. dated ............................................................ by Lead Partner based on the Joint Venture
agreement between all the Partners under these presents and the bid in accordance with the requirements of
Annexure-A (Qualification Requirements of the Bidders), Section -4 has been signed by all the partners.
NOW THIS INDENTURE WITNESSETH AS UNDER:
In consideration of the above premises and agreements all the Partners to this ,Joint Venture do hereby now
agree as follows:
40 APDCL, CGM (D), UAR, DEPOSIT
1. In consideration of the award of the Contract by the Owner to the Joint Venture partners, we, the Partners to
the Joint Venture agreement do hereby agree that M/S__________________ shall act as Lead Partner and
further declare and confirm that we shall jointly and severally be bound unto the Owner for the successful
performance of the Contract and shall be fully responsible for the design, manufacture, supply, and
successful performance of the equipment in accordance with the Contract.
2. In case of any breach of the said Contract by the Lead Partner or other Partner(s) of the Joint Venture
agreement, the Partner(s) do hereby agree to be fully responsible for the successful performance of the
Contract and to carry out all the obligations and responsibilities under the Contract in accordance with the
requirements of the Contract.
3. Further, if the Owner suffers any loss or damage on account of any breach in the Contract or any shortfall
in the performance of the equipment in meeting the performance guaranteed as per the specification in
terms of the Contract, tile Partner(s) of these presents undertake to promptly make good such loss or
damages caused to the Owner, on its demand without any demur. It shall not be necessary or obligatory
for the Owner to proceed against Lead Partner to these presents before proceeding against or dealing with
the other Partner(s)
4. The financial liability of the Partners of this Joint Venture agreement to the Owner, with respect to any of
the claims arising out of the performance of non-performance of the obligations set forth in the said Joint
Venture agreement, read in conjunction with the relevant conditions of the Contract shall, however, not
be limited in any way so as to restrict or limit the liabilities of any of the Partners of the Joint Venture
agreement.
5. It is expressly understood and agreed between the Partners to this Joint Venture agreement that the
responsibilities and obligations of each of the Partners shall be as delineated in Appendix-I (*To be
incorporated suitably by the Partners) to this agreement. It is further agreed by the Partners that the above
sharing of responsibilities and obligations shall not in any way be a limitation of joint and several
responsibilities of the Partners under this Contract.
6. This Joint Venture agreement shall be construed and interpreted in accordance with the laws of India and
the courts of Delhi shall have the exclusive jurisdiction in all matters arising there under.
7. In case of an award of a Contract, We the Partners to the Joint Venture agreement do hereby agree that
we shall be jointly and severally responsible for furnishing a contract performance security from a bank
in favour of the Owner in the forms acceptable to purchaser for value of 10% of the Contract Price in the
currency/currencies of the Contract.
8. It is further agreed that the Joint Venture agreement shall be irrevocable and shall form an integral part of
the Contract, and shall continue to be enforceable till the Owner discharges the same. It shall be effective
from the date first mentioned above for all purposes and intents.
IN WITNESS WHEREOF, the Partners to the Joint Venture agreement have through their authorised
representatives executed these presents and affixed Common Seals of their companies, on the day, month and
year first mentioned above.
IN WITNESS WHEREOF, the Partners to the Joint Venture agreement have through their authorized
representatives executed these presents and affixed Common Seals of their companies, on the day, month and
year first mentioned above.
1. Common Seal of_________________ For Lead Partner
has been affixed in my/our presence
41 APDCL, CGM (D), UAR, DEPOSIT
pursuant to the Board of Director's (Signature of authorized
resolution dated________________ representative)
Name
Signature
Designation
Name Common Seal of the Company
Designation
2. Common Seal of_________________ For Other Partner
has been affixed in my/our presence
pursuant to the Board of Director's (Signature of authorized
resolution dated_______________ representative)
Name
Signature
Designation
Name Common Seal of the Company
Designation
WITNESSES
1. Name . (Signature)
(Official address)
2. Name . (Signature)
(Official address)
42 APDCL, CGM (D), UAR, DEPOSIT
SECTION 6
TECHNICAL SPECIFICATION
43 APDCL, CGM (D), UAR, DEPOSIT
CLIMATIC AND ISOCERAUNIC CONDITIONS
The climatic and isoceraunic conditions at site under which the materials /equipment shall operate
satisfactorily are as follows:-
a) Maximum temperature of air in shade: 40º C
b) Minimum temperature of air in shade: 2º C
c) Maximum Humidity: 93 %
d) Isoceraunic level: 60
e) Average of rainy days per annum: 150
f) Average number of days of thunderstorm per annum: 25
g) Average number of days of dust storm per annum: 10
h) Average annual rainfall: 2280 mm
i) Number of months of tropical monsoon per annum: 5 (May to Sept.)
j) Maximum wind pressure: 150Kg/sq. m.
k) Altitude (above mean sea level): 50 to 250m
a. The reference ambient temperatures assumed for the purpose of this specification are:
a) Maximum ambient temperature: 45ºC
b) Maximum average daily ambient temperature: 35ºC
c) Maximum average yearly ambient temperature: 30º C
44 APDCL, CGM (D), UAR, DEPOSIT
6.1 TECHNICAL SPECIFICATION FOR EXECUTION OF WORK
(FOR 33KV AND 11 KV LINES)
1.0 SCOPE : ERECTION OF 33 KV AND LINES WITH G.I. Tubular SP- 76 poles
The scope covers the survey of the proposed route, tree clearance wherever necessary transport of
materials to the locations, erection of the line testing of the line and handing over to the APDCL as per
specification. Materials such as steel, cement, PSC Poles, top cleats, clamps, washers, earth wires,
HBG metal, sand, water, cost of bolts and nuts etc., as given in Annexure-1 are to be procured by the
contractor cost of which shall be included in the bid.
1.1 General :The Contractor should be well acquainted with the IE Rules 1956 as amended from time to
time and with the Indian Telegraph Act 1889 so that necessary provisions therein may be followed.
1.2 ELECTRICAL CLEARANCE
As per Indian Electricity Rules, 1956 (amended version)
Sl.
No
Particulars 33 KV line 11 KV Lines
1 Minimum height of any conductor of an
overhead line across any street
6.4 metres 6.1M
2 Minimum height of any conductor of an
overhead line along any street
6.1 metres 5.8M
3 Minimum height of any conductor (bare )of
an overhead line erected elsewhere
5.2 metres 4.6M
4 Minimum height of any conductor (insulated
)of an overhead line erected elsewhere
4.0 metres 4M
5 Minimum Clearance of an overhead line
from building
3.7mtr. (vertical )
2.0 mtr. ( horizontal)
Same
6 Clearance between over-head line and
communica-tion line
2.130 meters 1.525M
7 Minimum Clearance from another line 0.270 meters 0.180M
8 Phase to phase clearance ( min) 1370 mm 900mm
9 Span 50 m 50M
10 Minimum clearance between LT line with
11 KV & 33 KV
6.1 6.2 2.44M
1.3 SURVEY OF THE ROUTE
The Tentative route map of the line to be erected will be furnished by the APDCL to the Contractor
along with the copy of the concluded agreement.
The Contractor is required to carry out the detailed survey of the route of the line and fix up the
locations at the average span indicated in the schedule and mark the locations and submit a detailed
route map to the Engineer in charge of the work within 30 days for approval. In the course of
surveying by the contractor, any conspicuous variations in the change and physical feature to those
indicated in the route map and as actually existing are noticed, the deviations must be brought to the
notice of the APDCL Engineer. The APDCL Engineer if considered necessary shall make alterations,
which shall be carried out accordingly and the APDCL after inspecting the surveyed route and the
revised route map shall be given for final approval in writing. The contractor shall not commence the
work until the final approval of the route map is given by the Engineer in charge in writing to the
contractor.
1.4 WAY LEAVES AND TREE CUTTINGS
Proposals for way leaves and right of way shall be submitted by the contractor. Permission will be
obtained by the APDCL within reasonable time for which due notice shall be given by the Contractor.
The Contractor shall arrange for tree cutting or tree branches cutting also.
The widths of tree clearance to be adopted for lines of various voltages are as detailed below:
a. 33 KV LINE (Trunk Line)
45 APDCL, CGM (D), UAR, DEPOSIT
All growth within 6.096 M (20 ft) from the center line of support and all trees which may fall and
foul the line.
b. The Contractor shall take all possible steps to see that standing crops, etc. are not damaged while
attending to tree cutting. When such damage is inevitable the compensation will be borne by the
APDCL provided the damage is with the prior concurrence of the Engineer. The Contractor shall
bear the compensation for damage caused by the gangs without prior concurrence of the Engineer
concerned.
c. No trees shall be cut until the APDCL has made necessary arrangement with the authorities
concerned and permission is given to the Contractor to fell such trees. The contractor shall arrange
to remove the obstacles as soon as possible.
d. At such times, when it may not possible for APDCL, to arrange right-of-way for excavation of
pole pits or erecting the poles of stringing the line, then at all such times, the contractor shall shift
his gangs to other areas. The rates quoted shall cover all such contingencies and no extra payments
shall be claimed for such contingencies.
1.3 EXCAVATION OF POLE PITS, STAY PITS AND D.P. PITS
a. After the final survey of the line and after marking the pole locations with pegs, excavation work
has to be commenced in accordance to the approved route map. Excavation is generally done by
pick axes, crow V-bars and showers although sometimes earth augers are used. Excavation of pole
pits in very hard or rocky soil or in rock beds, may involve blasting with suitable explosives. The
pits for the supports are excavated in the direction of the line as this will facilitate the erection of
support are excavated in the direction of the line as this will facilitate the erection of support, in
addition to giving greater lateral stability, the depth of the foundation to be excavated for poles
shall be in accordance with relevant sketch for the erection of pole or stay of D.P. etc.
1.4 ERECTION OF POLES :
a. G.I. STEEL TUBULAR POLE :
STEEL TUBULAR poles should be erected perpendicular to ground level including excavation of
earth pit having depth equal to 1/5 th the length of pole and cross-section 75 cm x 50 cm as
directed by department including dragging and carrying of pole to site as per soil condition as
given below.
(i) earth filling with soil at bottom and surrounding with vigorous ramming;
(ii) earth filling with soil at bottom and surrounding with vigorous with boulder packing including
supply of boulder by contractor ( size of boulder 150mm x 200mm);
(iii) grouting and mufflering in proportion 1:2:4 RCC foundation and filling of cement concrete as
per specification including supply of cement , stone chips, shuttering etc. as directed ]
b. POLE CLAMP:
The pole clamp is to be made of MS flat of size 40 mm x 6 mm with necessary drilling of holes
and painting with primer and anti corrosive paint suitable for different size of steel tubular pole
and PSC pole.
1.5 ERECTION OF SUPPORTS
After the excavation of pits is completed the supports to be erected may be brought to the pits
location. Then the pole may be erected inside the pit. Wooden support may be utilized to facilitate
lifting of the pole at the pit locations.
Before the pole is put into pit, RCC padding may be laid below the pole to increase the surface
contact between the pole and the soil. The padding will distribute the weight of the pole uniformly
on the soil.
Having lifted the pole, the same should be kept in a vertical position with the help of manila rope
of 25 mm dia using the rope as a temporary anchor.
As the poles are being erected say from the pole already erected to the next location where the pole
is being erected, the alignment of the poles are to be checked and set right by visual check. The
verticality’s of the poles are to be checked with a spirit level on both transverse and longitudinal
directions.
Having satisfied that the verticality and alignment are all right, earth filling or concreting is to be
done.
46 APDCL, CGM (D), UAR, DEPOSIT
In swampy and special locations, however, before earth filing, the poles are to be concreted up to
ground level of the pit.
After the poles have been set the temporary anchors are to be removed. The supports shall be
buried to a depth as per REC construction standard.
1.6 ERECTION OF D.P. STRUCTURES FOR ANGLE LOCATIONS (FOR 33 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 approved drawing.
1.7 ANCHORING AND PROVIDING GUYS FOR SUPPORTS
Fitting of stay set on overhead line including digging of earth pit of area 90cm x 60 cm and depth of
1.4 m placing the stay rod with G.I stay wire Guy insulator on pole clamp , fixing of thimble bow etc
with hard soil packing and ramming to fill up pit to ground level.
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.
47 APDCL, CGM (D), UAR, DEPOSIT
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.
HT GUY INSULATOR
Power
line
Voltage
Designation
of Insulator
Dry one minute
power frequency
withstand voltage
Wet one minute
power frequency
withstand
voltage
Minimum failing
load
33 KV C 27 KV ( r.m.s) 13 KV ( r.m.s) 88 KN
[ for 33 KV , 2 insulators to be used in series]
1.8 FIXING OF CROSS ARMS INSULATORS After the erection of supports and providing guys, the next step would be to mount the cross arms on
the support erected. The lineman should climb the support having requisite tools with him and the
cross arm is then tied to a hand line and pulled up by the ground man and should station himself well
to one side so that if any material drops from the top of the pole it may not strike him. All the materials
required should be lifted or lowered by means of the hand line. In no case, the materials of the tools
should be dropped or thrown from the pole top.
The fixing of 33 KV 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.
1.9 Back Clamps The back clamps for fixing of the seating channels, “V” cross arms, horizontal cross arms and top
cleats will have to be procured by the contractor and shall be in accordance with sketch enclosed and
the clamp shall be fabricated with 75 X 8 mm M.S. Flat for 33 KV
2.0 Top Cleats The top cleats shall be got fabricated with M.S. Channel of size 75 X 40 mm for 33 KV and shall be
in accordance with REC construction standard.
2.1 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.
Disc Insulator Strings
Each insulator string shall consist of following numbers of Disc Insulator units.
Sl
No
Type of String No of Disc Insulator
Unit for 33 KV
No of Disc Insulator Unit
for 11 KV
1. Suspension 3 2
2. Tension 3 2
48 APDCL, CGM (D), UAR, DEPOSIT
2.2 STRINGING OF THE LINE CONDUCTORS For the guidance of the contractor certain do’s and don’ts are given below before the workmen
actually commence the stringing work.
a. 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. Chromite or graphite conducting oxide-inhibiting grease should be used before
cleaning with wire brush.
DON’Ts
i. Do not handle conductors without proper tools at any stage.
ii. Do not pull conductors without ensuring that there are no obstructions on the
ground.
iii. Do not pull out excess quantity of conductor than is required.
iv. Do not make jumper connections on dirty or weathered conductor.
v. Do not handle aluminum conductors in a rough fashion but handle it with care it
deserves.
b. 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.
49 APDCL, CGM (D), UAR, DEPOSIT
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.
c. 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.
d. 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:
i. 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.
ii. 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.
50 APDCL, CGM (D), UAR, DEPOSIT
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.
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.
e. 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.
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.
f. Stringing.
Whatever necessary ground clearances have to be measured to ensure obtaining adequate line
clearance as per IE Rule 77 (i)
GUARDING :
When an overhead line crosses or is in proximity of any telecommunication line arrangement
shall be made to provide protective device or guarding.
When an overhead line crosses or is in proximity of to another over head line or overhead
lines of different voltage on same supporting structure guarding arrangement shall be
provided so as to guard against the possibility of their coming into contact with each other.
Every guard-wire shall be an actual breaking strength of not less than 635 kg and if made of
iron or steel shall be galvanize.
Every guard-wire shall be connected with earth at each point at which its electricity
continuity is broken.
EARTHING
g. Pipe earthling
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.
51 APDCL, CGM (D), UAR, DEPOSIT
h. Pole Earthing: All Supports shall be properly earthed.
2.3 CONCRETING
The cement concrete used for the foundations shall be of M 400 grade.
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.
If augur is used for making pole pits, ramming shall be done after erection of pole.
2.4 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.
2.4.1 Location numbers for each pole shall be painted on the pole.
2.4.2 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.
2.5 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.
After final checking, the lines shall be tested for insulation in accordance with tests prescribed by
the Engineer. All arrangements for such testing or any other tests desired by the Engineer shall be
done by the Contractor and necessary labour, transport and equipment shall be provided by him.
Any defects found out as a result of such tests, shall be rectified by the Contractor, forthwith,
without any extra charges to APDCL,.
In addition to the above, the Contractor shall be responsible for testing and ensuring that the total
and relative sags of the conductors are within the specified tolerance. Such tests shall be carried
out at selected points along the route as required by the Engineer and the Contractor shall provide
all necessary equipment and labour to enable the tests to be carried out.
52 APDCL, CGM (D), UAR, DEPOSIT
The APDCL, will arrange statutory inspection of the line and indicate the defects noticed. The
Contractor has to rectify all such defects and intimate to APDCL, Engineer.
After satisfactory tests on the line and an approval by the Engineer the line shall be energized at
full operating voltage before handing over.
2.6 SUPPLY OF CONSTRUCTION MATERIALS BY THE CONTRACTOR
The Contractor has to make his own arrangements for procurement, supply and use of construction
materials like cement, M.S. rounds, HBG metal and sand.
2.6.1 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 Project Manager. 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 Project Manager 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 Project Manager 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. 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 Project Manager.
The contractor shall forthwith remove from the works area any cement that the Project Manager
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 Project Manager 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 Project Manager for the purpose and the contractor shall at
all times, keep his records upto date to enable the Project Manager to apply such checks as he may
desire.
e) 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
53 APDCL, CGM (D), UAR, DEPOSIT
by the department and no claim will be entertained. The contractor shall forthwith remove from
the work area, any cement the Project Manager may disallow for use on work and replace it by
cement complying with the relevant Indian Standards.
2.6.2 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
Project Manager. Necessary ISI list certificates are to be produced to Project Manager before use
on works. The unit weight and dimensions shall be as prescribed in the relevant Indian Standard
specification for steel.
2.7 INFORMATION AND DATA
a) The information furnished is the best available however, the APDCL does not guarantee the
correctness of interpretations, deductions or conclusions which are given as supplementary
information in the Bid Documents or in any reports, maps, drawings, diagrams or in other
reference information available to the bidder from APDCL of or otherwise.
The information has been produced as found, communicated to ascertained or
otherwise/learned by the APDCL.
b) it will be the Bidder’s responsibility to satisfy himself from the “Reference Information”
supplied and or inspection of the site that sufficient quantities of construction materials
required for the works shall exist in the designated borrow areas or quarry sites.
The APDCL does not accept any responsibility either in handing over the quarries or
procuring the materials or any other facilities. The Tenderer will not be entitled for any extra
rate or claim for the misjudgment on his part for the quantity and quality of materials
available in the quarries.
Failure by the Bidder to have done all the timings which is in accordance with this condition
he is deemed to have done shall not relieve the successful Bidder of the responsibility for
satisfactorily completing the work as required at the rates quoted by him.
54 APDCL, CGM (D), UAR, DEPOSIT
6.3 TECHNICAL SPECIFICATION FOR G. I. STEEL TUBULAR
POLES 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 coated with black bituminous paint conforming to IS : 158-1968 throughout,
internally and externally, upto the level which goes inside the earth. The remaining portion of the
exterior shall be painted with one coat of red oxide primer as specified in IS: 2074-1979 or
equivalent international specifications.
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.
55 APDCL, CGM (D), UAR, DEPOSIT
7.0 Principal parameters:
Sl.
No.
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 above ground 12.5 M 10.0 M 10.0 M
6. Length of sections
a. 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
11. Ultimate tensile strength 410 MPa ( 42 KGf
/ mm2 )
410 MPa ( 42
KGf / mm2 )
410 MPa ( 42 KGf /
mm2 )
12. 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.
13. Painting 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 balance outer
portion of the pole 9
12.5m) is to be
painted with 2 coat
of metal primer and
2 coats of
aluminium paint.
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
balance outer
portion of the
pole 9 12.5m) is
to be painted with
2 coat of metal
primer and 2
coats of
aluminium paint.
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
balance outer portion
of the pole 9 12.5m)
is to be painted with
2 coat of metal
primer and 2 coats of
aluminium paint.
56 APDCL, CGM (D), UAR, DEPOSIT
8.0 Tests and Test Certificates :
8.1. 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.
8.2. In addition to above verification of dimensions as per IS : 2713 (Part-III) : 1980 shall be carried
out during acceptance of lots.
8.3. 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.
8.4. 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.
8.5. Re-tests, if any, shall be made in accordance with IS: 2713 (Part-I) 1980.
8.6. Purchaser reserves the right to inspect during manufacturing and depute his representative to
inspect/test at the works.
8.7. If any extra cost is required for carrying out the above specified tests, the same shall be borne by
the tenderer.
9.0 Marking :
9.1. The poles shall be marked with designation, manufacturer’s identification, year of manufacture
and name of the purchaser: APDCL
9.2. The poles may also be marked with the ISI certification mark if applicable.
10.0 Performance :-
10.1. 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.
10.2. Bids may not be considered if the past manufacturing experience is found to be less that 3 (three)
years.
11.0 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.
12.0 Guaranteed technical particulars :
12.1. The tenderer shall furnish all necessary guaranteed technical particulars in the prescribed
proforma enclosed hereinafter.
57 APDCL, CGM (D), UAR, DEPOSIT
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
6.4 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 and 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 to 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 or equivalent international specifications
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
58 APDCL, CGM (D), UAR, DEPOSIT
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.
xiii. 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%
xiv. The channel cross arm shall be properly brushed to make it free from rust.
xv. 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
59 APDCL, CGM (D), UAR, DEPOSIT
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.
xvi. The raw materials and fabrication thereof in respect of cross arm shall be furnished along with
dimension.
xvii. The hole for fixing of insulator and pole clamp shall be provided as per requirement.
xviii. 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 or equivalent international
specifications.
13 Standard applicable IS: 266; IS: 1852-1973 or equivalent international
specifications
b. REQUIRED TECHNICAL SPECIFICATION FOR GI CHANNEL CROSS ARM
[75 x 40x 40x6 x 2200 ]
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 or equivalent international specifications.
6.6 TECHNICAL SPECIFICATION FOR 33 KV 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 33 kV line.
2.0 STANDARD
60 APDCL, CGM (D), UAR, DEPOSIT
Strain insulators Tongue and Clevis type/ ball and socket type, suitable for 33 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. The insulator should be of reputed make namely
Compaq International, Gold Stone, RELCO & Naresh potteries.
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
2.6 Each insulator shall be legibly and indelibly marked to show the following:
a) Name or trade mark of the manufacturer
b) Month and year of manufacture
c) Minimum failing load in KN
d) Country of manufacture
e) ISI certificate mark and name of the project under "TDF 2010-11"
The marking on insulator shall be printed and shall be applied before suitably.
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
61 APDCL, CGM (D), UAR, DEPOSIT
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.
62 APDCL, CGM (D), UAR, DEPOSIT
6.8 TECHNICAL SPECIFICATION FOR HARDWARE FITTING FOR DISC INSULATOR,
70 KN (B&S)
1.0 Scope: -
This specification covers design, drawings, manufacture, testing at manufacturers’ works, supply
and delivery of hardware fittings for strain insulator of ball & socket type .
The fitting shall consist of the following component conforming to relevant IS or equivalent
international specifications :
a) Cross arm strap conforming to IS: 2486 (Pt-II)-1989.
b) Forged steel ball eye for attaching the socket end of the strain insulator to the cross arm strap.
Forging shall be made of steel as per IS : 2004-1978.
c) Aluminium alloy thimble socket made out of permanent mould cast , high strength
aluminium alloy for attaching to the strain insulator on one end and for accommodating the
loop of the helically formed dead-end fittings at the other end in its smooth internal contour.
The thimble socket shall be attached to the strain insulator with the help of locking pin as per
the dimension given in IS: 2486(PT-II)-1989
d) Helically formed dead-end grip having a pre-fabricated loop to fit ito the grooved contour to
the thimble on one end and for application over the conductor at the other end. The formed
fitting shall conform to the requirement of IS:12048-1987.
2.0 Tests:
The helically formed fittings for strain insulators shall be subjected to tests as per IS:12048-1987
and the other hardware fittings shall be tested as per IS:2486 (Part-I) or equivalent international
specifications.
3.0 Packing:
For packing of strain clamps and related hardware, double gunny bags or wooden cases shall be
used. The fittings shall be properly protected against damage.
The gross weight of the packing shall not normally exceed 50 Kg. Helically formed fittings shall
be packed in card board / wooden boxes. Fittings for different sizes of conductors shall be packed
in different boxes and shall be complete with their minor accessories fitted in place and colour
codes on tags / fittings shall be marked to identify suitability for different sizes of conductors as
per IS:12048-1987 or equivalent international specifications.
4.0 Inspection:
All tests and inspections shall be made at the place of manufacture unless otherwise especially
agreed upon by the manufacturer and purchaser at the time of purchase. The manufacturer shall
afford the inspector representing the purchaser all reasonable facilities, without charge, to satisfy
him that the material is being furnished in accordance with this specification.
The purchaser has the right to have the tests carried out at his own cost by an independent agency
whenever there is dispute regarding the quality of supply.
63 APDCL, CGM (D), UAR, DEPOSIT
6.9 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) Creepage 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.
1.1 Type test:
a) Visual examination test
b) Verification of dimensions
c) Checking of threads
d) Galvanizing test
e) Mechanical strength tests
1.2 Routine test:
a) Visual examination test
1.3 Acceptance test:
Checking of threads on heads
a) Galvanizing test
b) Mechanical test
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.
64 APDCL, CGM (D), UAR, DEPOSIT
6.12 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 1.0 19/3.40 mm (175 mm² Alloy Area) – wolf
2.0 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
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)
Nominal
Alloy
Area
Stranding &
Wire dia
Sectional
area
Approx.
overall dia
Approx.
Mass
Calculated
resistance at
20° C (Max)
Approx
calculated
breaking
load
1 2 3 4 5 6 7
mm2 Mm mm
2 mm Kg/Km Ohm/Km KN
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.
65 APDCL, CGM (D), UAR, DEPOSIT
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.
11.1 Packing
11.1.1 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.
2.1. Manufacturer’s name.
2.2. Trade Mark, if any.
2.3. Drum or identification number.
2.4. Size of conductor
2.5. Number & lengths of conductor
2.6. Gross Mass of the package
2.7. Net mass of the conductor
2.8. ISI certification mark.
2.9. 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.
66 APDCL, CGM (D), UAR, DEPOSIT
6.13 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 or equivalent international specifications 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: -
(a) Slip Strength test for clamp.
(b) Mechanical test for clamp & fittings
(c) Heating cycle test.
(d) Verification of dimensions.
(e) Galvanizing / Electroplating test.
(f) 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.
67 APDCL, CGM (D), UAR, DEPOSIT
6.14 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 the following standards:
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 or equivalent international specifications
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 Racoon
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.
68 APDCL, CGM (D), UAR, DEPOSIT
6.15 TECHNICAL SPECIFICATION FOR STAY SET (HT) 1.0 Scope:
1.1. This specification covers the design, manufacture testing at manufacturer's works, transport to
site, insurance, storage, erection and commissioning of the Stay Sets (HT) required from the
distribution lines at designated locations.
2.0 Standard: 2.1. 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: 3.1. Stay Rods shall be galvanized 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 Galvanized M.S. Anchor Plates with all necessary accessories. All parts shall be
heavily galvanized.
4.0 Testing: 4.1. 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.
5.0 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:
5.1. Anchor Plate:
I) Thickness not below 5 mm.
II) Size not below 300 mmX300 mm with smooth edges (for HT)
III) Well galvanized
IV) Materials M.S. Rolled plate
V) About 20 mm square hole at centre for locking the plate with the Anchor Rod (for HT)
5.2. Anchor Rod:
VI) Length 1800 mm or above
VII) Threaded length 30 cm or above
VIII) Diameter 18 mm or above (for HT)
IX) Anchor plate and head: square size 30mm X 30mm with thickness 25 mm having
matching square size shank for locking the Anchor plate.
X) One ratched lock nuts, grooves must match the grooves at bow flange
XI) One check nut.
XII) Materials H.S.
XIII) Component well galvanized with extra care for the threaded portion.
XIV) 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.
5.3. Thimble: The match bow diameter and bend should be well galvanized.
5.4. 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 galvanized.
6.0 Inspection:
6.1. 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.
7.0 Marking: The equipments shall be marked with name of manufacturer, year and name of project.
69 APDCL, CGM (D), UAR, DEPOSIT
6.16 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 or equivalent international specifications.
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
f. Name of the project TDF.
6.2 The label may also be marked with the ISI certification mark.
7.0 Inspection: The test should be carried out in presence of the inspecting officer deputed by purchaser or third
party nominee and the test should be in conformity with relevant IS.
70 APDCL, CGM (D), UAR, DEPOSIT
6.17 TECHNICAL SPECIFICATION OF 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.
2.0 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.
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:
H.T. Strain Type Porcelain Guy Insulator
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
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
71 APDCL, CGM (D), UAR, DEPOSIT
iv. Porosity test
The number of samples for acceptance test shall be in accordance to IS: 5300.
d) Type test certificate from 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 TDF 2010-11
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.
72 APDCL, CGM (D), UAR, DEPOSIT
6.18 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 Galvanized Iron Wire of sizes 4 mm and 5 mm diameter.
2.0 General requirements
It relating to the supply of mild steel wire shall be as per IS: 1387/1967 or equivalent
international specifications and the wire shall be drawn from the wire rods conforming to IS:
7887/1975 or equivalent international specifications.
The requirements for chemical composition for the wires shall conform to IS:7887/1975 or
equivalent international specifications.
Mild steel wire for General Engineering purpose shall be of following sizes:
I) 4mm - diameter (8 SWG)
II) 5mm - diameter (6 SWG)
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 or
equivalent international specification. The wire shall withstand without breaking or splitting. being
wrapped eight times round its own diameter and subsequently straightened.
5.0 Surface finish
a. 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.
b. The coating test for finishes other than galvanized, copper coated or tinned shall be subject to
between the purchaser and the manufacturer.
c. 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.
d. 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.
e. Each coil of wire shall be suitably bound and fastened compactly and shall be protected by
suitably wrapped.
6.0 Marking
Each coil of wire shall be marked legibly with the finish size of wire, lot number and trade mark of
the name of the manufacturer. The material may also be marked with the ISI certification mark and
name of the project TDF.
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.
73 APDCL, CGM (D), UAR, DEPOSIT
6.19 TECHNICAL SPECIFICATION FOR CAST IRON EARTH PIPE
1.0 Scope
This specification covers design, manufacture, testing, transport to site, insurance, storage,
erection and commissioning of the cast iron earth pipe for use on line & substation as
earthing pipe.
2.0 Standard
The Earth pipe shall comply with the Indian Standard specification IS: 1729/1964 and as
amended from time to time except where they conflict with the specific requirements in
this specification.
3.0 Climatic Conditions
I. Maximum ambient temperature in shade : 40°C
II. Minimum daily average ambient air temperature : 35°C
III. Maximum yearly average ambient air temperature : 30°C
IV. Maximum ambient temperature 2°C
V. Maximum relative humidity : 93%
VI. Average number of thunder storms days per annum : 45 days
VII. Average number of rainy days per annum : 150 days
VIII. Average annual rainfall : 2280 mm
IX. Number of months of tropical monsoon conditions : 5 months
X. Maximum wind pressure :150 Kg/sq.m
XI. Altitude not exceeding :1000 M
4.0 Manufacture
Metal used for the manufacture of pipes shall be good quality cast iron. Casting shall be stripped with
all precautions necessary to avoid wrapping and shrinkage defects. They shall be free from defects
which effect the use of castings. By agreement between the purchaser and the manufacturer, minor
defects may be rectified.
Pipes shall be such that they could be cut, drilled or machines.
Bolts, buts & washers shall be made of Steel and well galvanized. The bolts shall be of 200 mm
length, 16 mm diameter with 2(two) nos. plain washers, one locknut & one check nut. Threaded
length of the bolts should be 50 mm.
5.0 Sizes
Dimensions of pipe & socket shall be conform to the sizes shown below and as per
drawing enclosed:
Nominal length of the pipe with socket 1800 mm
Nominal diameter of pipe 100 mm
External diameter of pipe 110 mm
Thickness of pipe 5 mm
Projection of spigot bead 3 mm
Width of spigot bead 15 mm
Internal dia of socket 129 mm
Thickness of socket 6 mm
Internal depth of socket 70 m
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
74 APDCL, CGM (D), UAR, DEPOSIT
5.1 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
1.0 Hammer test: Each pipe when tested for soundness by striking with a light hand hammer shall emit a
clear ringing sound.
1.1 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.
2.0 Inspection
All tests and inspection shall be carried out at the place of manufacturers unless otherwise agreed by
the purchaser and the manufacturer at the time of purchase. A manufacturer shall afford the inspector
representing the purchaser or third party nominee all reasonable facilities without charge to satisfy
that the materials are being purchased as per specification. The purchaser reserves the right to have
the test carried out at his cost by an independent agency, whenever there is dispute regarding the
quality of materials supplied. All incoming consignment shall be checked at stores.
3.0 Coating
Normally pipes, unless specially ordered, shall be supplied free of coating on surfaces.
4.0 Marking
Each pipe shall have the Trade mark of the manufacturer and nominal size suitably marked on it. The
pipe marked with the ISI certificate mark, shall be preferred.
75 APDCL, CGM (D), UAR, DEPOSIT
SECTION -7
GUARANTEED TECHNICAL PARTICULARS
76 APDCL, CGM (D), UAR, DEPOSIT
GUARANTEED TECHNICAL PARTICULARS OF ALL ALUMINUM ALLOY CONDUCTOR
(AAAC) (To be filled in by the bidder)
Sl. No. Description Unit AAAC Wolf AAAC Raccoon
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
77 APDCL, CGM (D), UAR, DEPOSIT
11.5 Continuous current rating at 75°C (Enclose
supporting calculations)
11.6 Final modulus of elasticity
11.7 Co-efficient of Linear Expansion
11.8 Strand
a) Standard diameter mm
b) Minimum
c) Maximum
d) Cross-Sectional area of Nominal diameter
wire mm²Nos.
e) Weight in Kg/KM
f) Minimum breaking load before Stranding
After stranding Kg/kN
g) Coefficient of linear expansion
11.9 Joints in strands
a) Aluminum Alloy
b) Method of making joint
c) Ultimate tensile Strength of Joint
12.0 Maximum single length of conductor that
can be manufactured if required for single
stretch
Meter
13.0 Tolerance of standard length of conductor %
14.0 Direction of lay for outside layer
14.1 Linear mass of the conductor
a) Standard Kg/KM
b) Minimum Kg/KM
c) Maximum Kg/KM
15.0 No. of cold pressure butt welding available
at works
16.0 Standard according to which the conductor
will be manufactured and tested
a) Certification mark if any
b) Test Certificate enclosed Yes/No
17.0 Initial & Final sag and tension charts
furnished
18.0 Stress/Strain data corresponding to different
tensions temperatures furnished
19.0 Curves/tables of creep compensation
corresponding to different tension
temperatures furnished
20.0 PERFORMANCE GUARANTEE
78 APDCL, CGM (D), UAR, DEPOSIT
GGUUAARRAANNTTEEEEDD TTEECCHHNNIICCAALL PPAARRTTIICCUULLAARRSS OOFF HH..TT.. GGUUYY IINNSSUULLAATTOORR (To be filled in by the bidder)
Sl. NO. PARAMETER GUARANTEED VALUE
1 Manufacturer’s Name & Address
2 Type of insulator
3 Standards to which insulator will conform
4 Dimensions
5 Hole diameter (mm)
6 Color of glaze
7 Dry Power Frequency withstand Voltage (kV)
8 Wet Power Frequency withstand Voltage (kV)
9 Minimum failing load (Newton)
10 Minimum Creepage distance (mm)
11 Weight per piece (Kg)
12 Temperature cycle test (as per ISS)
13 Porosity test (as per ISS)
14 Tolerance, if any (as per ISS)
15 Performance guarantee
79 APDCL, CGM (D), UAR, DEPOSIT
GGUUAARRAANNTTEEEEDD TTEECCHHNNIICCAALL PPAARRTTIICCUULLAARRSS FFOORR GG..II.. WWIIRREE
(To be filled in by the bidder)
A. G.I.Wire (4 mm dia) :
1. Size of Wire :
2. Tolerance in size of wire :
3. Tensile strength :
4. Wrapping list :
5. Galvanising conforming to IS : 4826
– 1968 :
6. Guarantee :
B. G.I.Wire (5 mm dia) :
1. Size of Wire :
2. Tolerance in size of wire :
3. Tensile strength :
4. Wrapping list :
5. Galvanising conforming to IS : 4826
– 1968 :
6. Performance guarantee :
80 APDCL, CGM (D), UAR, DEPOSIT
Guaranteed Technical Particulars of Composite Polymeric 33 KV Disc Insulator
Sl.
No. Description Unit
33 KV,70 KN
1. Type of Insulator
2. Standard according to which the
Insulator manufacture and tested
3. Name of material used in manufacture of
the insulator with class/grade
(a) Material of core(FRP rod)
i) E-glass or ECR-glass
ii) Boron content
(b) Material of housing & Weather sheds
silicon content by weight
(c) (Material of end fitting)
(d) Sealing compound for end fittings
4. Colour
5. Electrical characteristics
(a) Normal system voltage KV(rms)
(b) Highest system voltage KV(rms)
(c) Dry power frequency withstand voltage KV(rms)
(d) Wet power frequency withstand voltage KV(rms)
(e) Dry flash over voltage KV(rms)
(f) Wet flash over voltage KV(rms)
(g) Dry lightning impulse withstand voltage
a) Positive
b) Negative
KV(peak)
(h) Dry lightning impulse flash over voltage
c) Positive
d) Negative
KV(peak)
(i) R/V at 1 MHz when energized at
10KV/30KV (rms) under dry condition.
Microvolt
(j) Creepage distance (mm) (mm)
6. Mechanical characteristics
(a) Minimum failing load KN
7. Dimension of insulator
(i) Weight kg
(ii) Dia of FRP rod mm
(iii) Length of FRP rod mm
(iv) Dia. of Weather sheds mm
(v) Thickness of housing mm
(vi) Dry arc distance mm
Dimension drawing of insulator
including weight with clearances in
weight enclosed.
Yes/No.
8. Method of fixing of sheds to
housing(specify single moulder Modular
construction moulding)
9. No. of Weather sheds
10. Types of sheds
(i) Aerodynamic
(ii) With under ribs
11. Packing details
(a) Type of packing
(b) No. of insulator each pack
(c) Gross weight of package
12. Any other particulars which the bidder
may like to give.
81 APDCL, CGM (D), UAR, DEPOSIT
GUARANTED TECHNICAL PARTICULARS OF 33 KV COMPOSITE POLYMER PIN
INSULATORS
Sl.
No Description
33 kV,
10 KN
1 Name of Manufacturer
2 Address:
(a) Registered Office
(b) factory
3 Type of Insulators
4 Standard specification to which the insulators manufactured and tested
5 Name of Material used in manufacture of the Insulator ( With class/ Grade)
(a) Material of core rod
(b) Material of Housing & Weather sheds (silicon content by weight)
(c) Material of end fittings : tongue/ clevis
(d) Sealing compound for end fitting
6 Colour Glaze of Insulator
7 Electrical Characteristics:
(a) Nominal System Voltage ( kV RMS)
(b) Highest System voltage (kV RMS)
(c) Dry power frequency withstand (kV RMS)
(d) Wet power frequency withstand (kV RMS)
(e) Dry flash over voltage (kV RMS)
(f) Wet flash over voltage (kV RMS)
(g) Dry lightening impulse withstand voltage
(a) Positive (kV Peak)
(b) Negative (kV Peak)
(h) Dry lightening impulse flashover voltage
(a) Positive (kV Peak)
(b) Negative (kV Peak)
(i) RIV at 1MHz when energised at 10kV/30kV(rms) under dry condition(microvolt)
(j) Creepage distance (min) mm
8 Mechanical Characteristics:
Minimum failing load(KN)
9 dimensions of insulator:
(i) Weight(kg)
(ii) dia of FRP rod(mm)
(iii) Length of ERP rod(MM)
(iv) dia of weather sheds (mm)
(v) Thickness of housing (mm)
(vi) Dry arc distance(mm)
10
Dimensioned drawings of Insulator(inclluding weight with
tolerances in weight) enclosed
11
Method of fixing of sheds to housing specify):- Single mould or modular
construction( injection moulding/ compression moulding)
12 No. of weather sheds
13 Type of sheds
(i) Aerodynamic
(ii) With under ribs
14 Packing details
(a) Type of packing
(b) No. of Insulators in each pack
(c) Gross weight of package
82 APDCL, CGM (D), UAR, DEPOSIT