scheme: 24x7 power supply - apdcl · 132 kv sankardev nagar gss to hojai 33/11kv sub-station,under...

75
ASSAM POWER DISTRIBUTION COMPANY LTD. BID DOCUMENT CONSTRUCTION & RECONDUCTORING OF 33 KV LINES AND CONSTRUCTION OF 11KV LINES UNDER NAGAON ELECTRICAL CIRCLE, CAR, APDCL ON “TURNKEY” MODE SCHEME: 24x7 POWER SUPPLY NIT No.CGM (D)/ APDCL/CAR/24 X 7 POWER SUPPLY/2015/36

Upload: lynhu

Post on 07-Apr-2018

222 views

Category:

Documents


1 download

TRANSCRIPT

Page 1: SCHEME: 24x7 POWER SUPPLY - APDCL · 132 KV Sankardev Nagar GSS to Hojai 33/11KV Sub-Station,Under Hojai Electrical sub-Division 60 days 3,75,000/- 300 Lakh NG/ 24X7 / 4 Construction

ASSAM POWER DISTRIBUTION COMPANY LTD.

BID DOCUMENT

CONSTRUCTION & RECONDUCTORING OF 33 KV LINES AND CONSTRUCTION

OF 11KV LINES UNDER NAGAON ELECTRICAL CIRCLE, CAR, APDCL

ON

“TURNKEY” MODE

SCHEME: 24x7 POWER SUPPLY

NIT No.CGM (D)/ APDCL/CAR/24 X 7 POWER SUPPLY/2015/36

Page 2: SCHEME: 24x7 POWER SUPPLY - APDCL · 132 KV Sankardev Nagar GSS to Hojai 33/11KV Sub-Station,Under Hojai Electrical sub-Division 60 days 3,75,000/- 300 Lakh NG/ 24X7 / 4 Construction

SECTION -1

NOTICE INVITING TENDER

Page 3: SCHEME: 24x7 POWER SUPPLY - APDCL · 132 KV Sankardev Nagar GSS to Hojai 33/11KV Sub-Station,Under Hojai Electrical sub-Division 60 days 3,75,000/- 300 Lakh NG/ 24X7 / 4 Construction

ASSAM POWER DISTRIBUTION CO. LTD CENTRAL ASSAM REGION

E-mail - [email protected]

NOTICE INVITING TENDER

Tender Notice No. CGM (D)/ APDCL/CAR/24 X 7 POWER SUPPLY/2015/36

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

(individual or joint venture)/Firm(s) having valid electrical contractor license up to 33 KV (up to 11KV

for PKG No.4) issued by the competent authority of the Govt. of Assam for CONSTRUCTION &

RECONDUCTORING OF 33 KV LINES, CONSTRUCTION OF 11KV LINES UNDER NAGAON

ELECTRICAL CIRCLE, CAR, APDCL on “Turnkey” mode.

Tender papers/soft copy can be purchased in all working days w.e.f. 18-02-2016 to 24.02.2016 from

the office of the Chief General Manager (D), APDCL, CAR, Bijulee Bhawan, Paltan bazar, Guwahati -1. This can also be downloaded from the official website up to 12-00Hrs.of 25-02-2016.

Name of the work : As per table below. Source of fund : 24X7 Power supply.(A.P-2014-15).

Eligibility Criteria : Average annual turnover of the bidder for last three consecutive .............financial years against the package should be as per the .............requirements shown in the table.

Cost of Tender Paper for the Package : Rs.3000/-(Rupees three thousand) for Pkg.No.2&4 and Rs. 6,000/- (Rupees Six Thousand only) for Pkg.No.1 & 3 in the form of ‘A/C Payee Demand

Draft/Banker’s Cheque (non-refundable) duly pledged in favour of ““CGM(F&A), APDCL ,Guwahati-

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

draft/Banker’s cheque (non- refundable) of the cost of bid documents for amount as referred above

against each package duly pledged in favour of “ “CGM(F&A), APDCL ,Guwahati-1”. as cost of the

tender paper. Bidder will ensure that the payment instrument submitted against the Bid must be

procured on or before the closing date of sale for Bid documents & also ensure that the documents in full is downloaded and used.

Earnest money : As shown in the table below. In case of SC/ST/OBC bidders the amount will be 50% of the shown value. However in case of J.V, the lead partner bidder along with all other bid partners should be also SC/ST/OBC in order to avail 50% EMD.

Date of submission of Tenders : Up to 13-00 Hrs. of 25-02-2016

Date of opening of Bid : Techno commercial bids will be opened at 13-30 Hrs. of 25-02-2016

and the price bid on a date to be notified later on.

Page 4: SCHEME: 24x7 POWER SUPPLY - APDCL · 132 KV Sankardev Nagar GSS to Hojai 33/11KV Sub-Station,Under Hojai Electrical sub-Division 60 days 3,75,000/- 300 Lakh NG/ 24X7 / 4 Construction

PKG NO Description of work Completion

period

Earnest

Money (in Rs.)

Av. annual

Turnover requirement

NG/ 24X7 / 1

Re-conductoring of existing 33 KV

Samaguri – Nagaon Feeder No.-1

under Nagaon Electrical Sub

Division-I.

60 days 3,75,000/- 300 Lakh

NG/ 24X7 / 2

Re-conductoring of Nagaon-Itapara

33 KV Line (with Wolf conductor)

under Nagaon Electrical Sub-

Division-II

45 days 1,00,000/- 100 Lakhs

NG/ 24X7 / 3

Construction of 33KV line from

132 KV Sankardev Nagar GSS to

Hojai 33/11KV Sub-Station,Under

Hojai Electrical sub-Division

60 days 3,75,000/- 300 Lakh

NG/ 24X7 / 4

Construction of 11KV line from

Nilbagan 33/11KV S/S for

bifurcation of 11 KV Debasthan

Feeder Under Hojai Electrical sub-

Division

45 days 1,00,000/- 60 Lakhs

Note:

1. The work should be carried out as per latest REC specification and construction standard. 2. Bids must be submitted in two parts as Techno Commercial and Price bid in two

separate envelope super scribing (a) Tender No. (b) Name of the bidder with full address (c) Name of the package against which the bid is offered. The Price bid is to be submitted both in hard and soft copy.

3. The bid against each package should be submitted separately in one envelope. 4. Earnest money as stipulated should be submitted with the Techno Commercial bid in the

form of NSC/KVP/Term Deposit/FD only, with validity at least for Six months, pledged in favour of “ASSAM POWER DISTRIBUTION CO. LTD, Guwahati-1”. Any tender without earnest money in the form mentioned above, will be rejected outright.

5. Part-I of the Bid shall consists of information as required and with all Technical Bidding Schedules, etc and Part-II shall consists of Price Bidding Schedules with all

quantities and prices filled up. Details are available in General Instruction to Bidder of the Bid Document

6. Quoted rate should be inclusive of all taxes and duties and firm. Taxes may be shown separately

7. Quoted rate must valid for minimum 180 days. 8. The tender should be addressed and submitted in the office of the Chief General Manager

(D), APDCL (CAR), Bijulee Bhawan, 2nd floor, Paltanbazar, Guwahati-1 and will be opened on the scheduled date & time in presence of the intending tenderers and/or their representative.

9. Only those bidders whose Part-I Bid i.e. Techno Commercial bid (Qualified) is found acceptable, shall be considered for opening of Price Bid. The date and time of opening of Part-II Bid (Price) shall be communicated to those bidders whose bids are techno commercially qualified for opening.

10. 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.

11. The bidding documents are not transferable and cost of bidding document is not refundable under any circumstances.

Page 5: SCHEME: 24x7 POWER SUPPLY - APDCL · 132 KV Sankardev Nagar GSS to Hojai 33/11KV Sub-Station,Under Hojai Electrical sub-Division 60 days 3,75,000/- 300 Lakh NG/ 24X7 / 4 Construction

The bidder who has downloaded the documents from our website must intimate the same to our e-mail address- [email protected] without fail. Details may be seen in the website www.apdcl.gov.in

Sd/- Chief General Manager (D),

CAR, APDCL, 2nd floor, Bijulee Bhawan.

Guwahati-1

Memo No. CGM (D)/ APDCL/CAR/24 X 7 POWER SUPPLY/2015/36 Date : 15.02.2016

Copy to:

1) The PS to M D, APDCL, Bijulee Bhawan for kind appraisal of the MD. 2) The Chief General Manager (PP&D), APDCL for favour of information.

3) The General Manager, Nagaon Electrical Zone, CAR, APDCL, Nagaon for information. 4) The CEO,Nagaon Electrical Circle, CAR, APDCL, Nagaon for information & necessary action. 5) The OSD to Chairman, APDCL, Bijiulee Bhawan, Paltan bazaar, Guwahati -1 for publication in

the official website.

Sd/ Chief General Manager (D),

CAR, APDCL, Guwahati - 781001

Page 6: SCHEME: 24x7 POWER SUPPLY - APDCL · 132 KV Sankardev Nagar GSS to Hojai 33/11KV Sub-Station,Under Hojai Electrical sub-Division 60 days 3,75,000/- 300 Lakh NG/ 24X7 / 4 Construction

ASSAM POWER DISTRIBUTION COMPANY LTD

OFFICE OF THE CHIEF GENERAL MANAGER (D),

APDCL, (CAR) GUWAHATI-1

TENDER INVITING PROPOSALS WITH TERMS & CONDITIONS FOR

CONSTRUCTION &RECONDUCTING OF 33 KV LINES AND CONSTRUCTION OF

11KV LINES UNDER NAGAON ELECTRICAL CIRCLE, CAR, APDCL ON“TURNKEY”MODE.

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 construction works of various lines, Sub Stations, etc. on turnkey basis as per the scope of work described below.

2. Scope of Work

The various activities under the scope of work shall among other related aspects cover the following. i. Procurement and supply of all materials required for the work.

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

iii. Site fabrication work as per requirement. iv. Submission of implementation schedule from the date of award of contract for: -

and commissioning of all materials/equipment supplied/system installed.

v. Project management and site organization.

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

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

viii. A list of various items normally involved in proposed type of work is provided in this document. This, however, is not to be considered as limiting but only typical. Vendor’s scope will include all other items and materials as may be required to effectively complete the work.

ix. Required Jungle cutting. Above all, the scope of work of the vendor/contractor will include all items and facilities as may be necessary to complete the electrification work on turnkey basis and as binding requirement.

3. Basic specification of the various equipment/ works to be supplied and carried out.

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

ii. For ready reference, the basic specification of major items, namely- Conductors, Poles, L.A, Disc insulators, Disc attachment for conductor, Pin insulator, Channel, HT Stay set,

Guy insulator, Stay wire, CI earth pipe, GI wire 8/6 SWG, XLPE cables etc. are to be provided in the Technical Specification Section. Based on this, the vendor shall draw total specification for procurement after approval of Company. iii. All materials supplied shall be erected, protected as per approved standard practice for

proposed type of electrical work so as to supply electricity to the consumer most effectively and in an intrinsically safe manner.

Page 7: SCHEME: 24x7 POWER SUPPLY - APDCL · 132 KV Sankardev Nagar GSS to Hojai 33/11KV Sub-Station,Under Hojai Electrical sub-Division 60 days 3,75,000/- 300 Lakh NG/ 24X7 / 4 Construction

iv. All equipment supplied and installed shall provide easy and effective:

All equipment supplied and installed shall be provided stable and adequate weather protection, system earthing etc. v. All items, which may require frequent opening up/ dismantling for maintenance, shall be adequately sealed against any tampering/ theft etc.

vi. All supporting structures shall be of steel as per IS 2602 appropriate grade. vii. Generally supply and erection of materials and system shall meet the requirement laid down by REC for rural electrification works.

4. Submission of bid :

The bid shall be submitted in a sealed envelopes as follows:

i. Techno-commercial bid

The Techno Commercial Bid will include defined vendors scope of work, responsibilities, guarantees, specification of equipment, commercial terms and conditions, vendor’s company credentials, experience of similar assignments, registration details, etc. as per requirement. Tender format for techno-commercial Bid is enclosed as Annexure-I. ii. Price Bid

The Price Bid will include rates of supply and erection of different items for electrification according to the BOQ. The tender format for price Bid is enclosed as Annexure-II. 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 no rate quoted against any item, the highest rate amongst the other bidders will be loaded against the particular item, for price bid evaluation purpose only, however at the time of award the contract to this bidder, the lowest rate quoted for the same item among the other bidders will be awarded to the bidder. Again if any bidder quoted ‘0’ against any item, the rate for the item will be considered as ‘0’for the item, both for evaluation and awarding purpose. If the bidder does not accept the correction of the errors as above, his bid will be rejected and the amount of bid guarantee/security will be forfeited.

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

c. (i) Estimation of material requirement: The total quantity of materials required

is indicated in the BOQ

(ii) 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.

Page 8: SCHEME: 24x7 POWER SUPPLY - APDCL · 132 KV Sankardev Nagar GSS to Hojai 33/11KV Sub-Station,Under Hojai Electrical sub-Division 60 days 3,75,000/- 300 Lakh NG/ 24X7 / 4 Construction

5. Estimation of material requirement :

The total quantity of materials required in each package is indicated in the BOQ in Section 1, as Annexure-I.,II,III & IV

6. Award of work:

i) The evaluation of bids will be carried out, first of techno-commercial bid and thereafter opening the price bid of only those bidders who qualify and meet the technical requirements.

ii) Company reserves the right not to order/ award the job to the price-wise lowest party if the party during any part of evaluation is found technically or price wise non responsive.

iii) Work should be started within fifteen (15) days from the date of issue of the work order, failing which order will be cancelled without further correspondence.

iv) The line after completion also should be under custody of the contractor till the date of commissioning and charging. The properties will be taken over by APDCL only after satisfactory commissioning and charging.

v) The items dismantled should be deposited to the concerned APDCL’s store with proper record and such records with receiving proof of the concerned store of APDCL should be enclosed with the final bill.

7. Period of completion:

a) 60 Days for Pkg. No.1 & 3 and 45 (Forty Five) days for Pkg.No.2 & 4 respectively from the date of award of work contract.

8. Implementation schedule:

A) COMPREHENSIVE IMPLEMENTATION SCHEDULE OF WORK FOR PKG NO. 2 & 4

S.l.

No. Description

EXECUTION PERIOD

4

Days

2

Days

35 Days

4

Days

1 Signing of Agreement

2 Survey works

3 Manufacture & supply of

materials

4 Dismantling & Erection of

materials/equipments

5 Testing & commissioning

Page 9: SCHEME: 24x7 POWER SUPPLY - APDCL · 132 KV Sankardev Nagar GSS to Hojai 33/11KV Sub-Station,Under Hojai Electrical sub-Division 60 days 3,75,000/- 300 Lakh NG/ 24X7 / 4 Construction

B) COMPREHENSIVE IMPLEMENTATION SCHEDULE OF WORK FOR PKG NO.1 & 3

S.l.

No. Description

EXECUTION PERIOD

7

Days

3

Days

46 Days

4

Days

1 Signing of Agreement

2 Survey works

3 Manufacture & supply of

materials

4 Dismantling & Erection of

materials/equipments

5 Testing & commissioning

9. Termination of work order :

Company reserves the right to terminate the work order at any stage in accordance with the Company’s General Condition of Supply and Erection.

10.1 Terms of Payment:

During currency of the Contract, maximum 2 (Two) nos. of progressive bills will be allowed. The progressive Bill should contain items of works which are completed in all respect of supply & erection for the identified locations. 80% of the progressive Bill shall be

paid retaining 20% by the company (APDCL). Final Bills will be paid comprising balance works beyond the works already claimed in the progressive Bills along with 20% of the amount retained against the progressive Bills subject to testing and commissioning & fulfilment of clause-14(d).

10.2 Earnest Money Deposit (EMD):

The Tender must be accompanied with earnest money as mentioned in the NIT to be deposited in the form of NSC/KVP/Term Deposit/FD only with validity at least for Six months, pledged in favour of “ASSAM POWER DISTRIBUTION CO. LTD. Guwahti-1”.

Any tender without earnest money in the form mentioned above & with required validity as above, will be rejected outright.

Page 10: SCHEME: 24x7 POWER SUPPLY - APDCL · 132 KV Sankardev Nagar GSS to Hojai 33/11KV Sub-Station,Under Hojai Electrical sub-Division 60 days 3,75,000/- 300 Lakh NG/ 24X7 / 4 Construction

The earnest money to the unsuccessful bidders will be released on finalization of the tenders. The EMD to the successful bidder will be released on submission of Security Deposit at the time of execution of the agreement.

10.3 Security deposit and agreement :

The successful bidders shall have to deposit security money in the O/o the CGM(D) APDCL,CAR in the form of Bank Guarantee issued by any Nationalized Bank / Scheduled Bank in Company’s standard format on non-judicial stamp of appropriate value for an amount equal to 2.5% of the contract value at the time of execution of agreement. The security deposit is liable to be forfeited in case of non-execution of contract / work order. The security deposit will be released on successful commissioning and testing of the materials ordered and after depositing performance B/G as per clause 14(d).

11. Basic qualifying requirement :

The prospective bidder must fulfil the following pre-bid qualifying requirement : a. The bidder must have valid electrical Contractor License and Supervisor License (HT)

up to at least 33 KV (up to 11KV for PKG.NO.4) issued by the Licensing Authority of Govt. of Assam. The supervisor license must be validated by the electrical licensing

authority allowing his attachment with the concerned electrical contractor license. b. The bidder must have adequate experience of doing 33 KV Line construction/ re

conductoring job for at least 15 KM in total, ( job for at least 5.0Km 11KV line construction work in total for PKG.No.4 ) which must be in satisfactory operation for

at least 1(one) year as on the date of bid opening . Bidders having similar exposures in higher voltage class than 33 KV i.e. 66 KV, 132 KV, 220 KV etc., shall also be considered for evaluation.

c. Average annual turnover of the bidder for last three consecutive financial years

should be at least as per the requirement shown in the table against particular package or packages and the annual turnover should be certified by a registered Chartered Accountant with balance sheet.

e. The bidder shall furnish latest Income Tax clearance certificate and VAT, sales tax registration and valid Labour License and WCT& P.F registration Certificates.

f. The bidder shall furnish details of the work / works along with its value already in hand either of APDCL, or in any other successor companies of ASEB along with date of

completion as per Letter of Award and actual date of completion duly certified by the competent authority as per format enclosed as Annexure-IA. This requirement shall be treated as one of the major qualifying criteria for technical evaluation of the

bid.

g. GTP of major items like Pole, Conductors, Insulators, Channels & Angles , etc should

be submitted along with Technical Bid. h. Joint venture agreement should be a registered one or certified by Notary & to be

submitted in original. i. Power of attorney should be a registered one or certified by Notary & to be submitted in

original.

j. Joint Venture Requirement:

a) The Bid and, in case of successful Bid, the form of agreement shall be signed so as to be legally binding both the partners.

b) One of the partners shall be authorized to be as the lead partner and this authorization shall be evidenced by submitting a Power of Attorney signed by legally authorized signatories of the partners.

c) The lead partner shall be authorized to incur liabilities, receive payments and receive instructions for and on behalf of any or all partners of the joint venture and the entire execution of the contract.

Page 11: SCHEME: 24x7 POWER SUPPLY - APDCL · 132 KV Sankardev Nagar GSS to Hojai 33/11KV Sub-Station,Under Hojai Electrical sub-Division 60 days 3,75,000/- 300 Lakh NG/ 24X7 / 4 Construction

d) All the partners of the joint venture shall be jointly and severally liable for the execution of the contract in accordance with the contract terms and a relevant statement to this effect shall be included in the authorization mentioned under (b) above as well as in the bid form and the form of agreement (in case of successful bidder).

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

f) The figure of average annual turnovers for the joint venture partners shall be added together to determine the bidder’s compliance with the minimum average turnover requirement for the package. However, the lead partner must meet at least 40% and other partner must meet the at least 25% of the minimum average annual turnover criteria for qualifying as Techno Commercially responsive (for the turnover clause) for the bid.

12. Other requirements :

The Tenderer :

i) Should be acquainted himself or his associate with relevant conditions of the local geography and socio- economic setup of the different location of the State and being capable accordingly to mobilize, organize and expedite the activities.

ii) Should have adequate working personnel comprising of Electrical/ Mechanical engineers, electrical supervisor, skilled and unskilled labours to

be deputed to the proposed assignment. iii) Should be conversant with the code/ standards applicable to proposed type of

work. ISS, REC guidelines.

13. Project Management and site Organizations:

In Consideration of the tight schedule of the project, the successful bidder(s) /Contractor(s) shall exercise systematic closely controlled project management system with the aid of commonly used soft tools. Following are the major activities/deliverables to be organized /generated for submission to the Board. (I) Liaison/Construction offices will be established in each Circle of APDCL.

(II) Work Progress Report:

onitoring by the contractor as per implementation schedule and approved milestones.

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

All offices shall be adequately furnished and staffed so as to take all site decisions independently without frequent references to head Work’s/offices.

14. Guarantees and Penalties

a) Liquidated Damages (LD): The proposed work is to be completed within

stipulated/agreed schedule. Any delay beyond that will attract penalty as per Company’s general condition of supply and erection.

b) Equipment and system installed shall be guaranteed individually for integrated operations for a period of 18 (Eighteen) months from date of commissioning of the same. In case of detection of any defect in individual equipment or system as a whole,

Page 12: SCHEME: 24x7 POWER SUPPLY - APDCL · 132 KV Sankardev Nagar GSS to Hojai 33/11KV Sub-Station,Under Hojai Electrical sub-Division 60 days 3,75,000/- 300 Lakh NG/ 24X7 / 4 Construction

the same shall be replaced by the vendor free of cost within 15 days of intimation by the Company’s representative.

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

es

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

APDCL’s standard format on Non judicial stamp paper of appropriate value with a validity of 18 (eighteen) months @ 10% of total value of work executed shall have to be furnished by the Contractor before final payment.

e)All Bank Guarantees (BG) to be submitted as per the clauses above should be from any branch of nationalized or scheduled Bank of RBI having their regional offices in Assam.

15. Approvals / Clearances :

1. Concerned CEO, APDCL, shall approve all site and documents prepared by the contractor for construction of the Line.

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

3. The contractor shall obtain all statutory approvals and clearances from the statutory authorities before charging the system at his/her own. However, A.P.D.C.L. will assist in this regard.

16. Environmental Considerations:

While carrying out the assignment, no damage to environment /forests will be caused by the contractor. If so done, the contractor will have to compensate the same to the satisfaction of the concerned authority.

17. Submission of documents:

a) With bids.-

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

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

iii) Details past experience.

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

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

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

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

viii) Photo copy of the PAN card.

b) During project execution:-

i) All documents for approval shall be submitted in 2 copies. ii) All final documents to be submitted to statutory organizations will be furnished as

per requirement of the authority.

Page 13: SCHEME: 24x7 POWER SUPPLY - APDCL · 132 KV Sankardev Nagar GSS to Hojai 33/11KV Sub-Station,Under Hojai Electrical sub-Division 60 days 3,75,000/- 300 Lakh NG/ 24X7 / 4 Construction

18. Funding of the project :

The proposed work is to be done under Scheme 24X7 Power supply of (AP 2014 – 15.)

19. Disclaimer :

While the Company will make every endeavour to extend necessary facilitation in expediting the work, the contractor shall be responsible to organize and arrange all necessary inputs right from mobilization activities up to completion of the project. Company will not entertain any failure / delay on such accounts. Also, Company will not be responsible for any compensation, replenishment, damage, theft etc. as may be caused due to negligent working, insufficient coordination with Government / non Government / Local Authority by the contractor and/ or his personnel deputed for work. The contractor shall take necessary coverage under LIC/GIC etc. for his working personnel and the goods in store as well as in transit. The contractor will be deemed to have made him acquainted with the local working conditions at site(s) and fully provide for into the bid submitted.

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

Company’s General Terms and Conditions of supply and erection” and its addendums and “the Guidelines on procedures for tendering of APDCL” and its

addendums.

21. As per “the Guidelines on procedures for tendering of APDCL” and its addendums, the total contract price quoted 15% below or 25% above the working estimated cost is liable to be rejected.

22. APDCL also reserves the right to reject the lowest or any other price without

assigning any reason thereof.

Page 14: SCHEME: 24x7 POWER SUPPLY - APDCL · 132 KV Sankardev Nagar GSS to Hojai 33/11KV Sub-Station,Under Hojai Electrical sub-Division 60 days 3,75,000/- 300 Lakh NG/ 24X7 / 4 Construction

Annexure - I Tender Proforma part – 1 (Techno-commercial)

NIT No. CGM (D)/ APDCL/CAR/24 X 7 POWER SUPPLY/2015/36

Due date of Tender : 25th February, 2016. 1. Name and full address of the Tenderer :

2. Particulars of payment made for Purpose of :

tender documents money Receipt no. and Date. 3. Amount of earnest money paid with : Money receipt No and date Deposit no. and Date 4. Whether Sales Tax and Income Tax : Yes / No

Clearance certificate submitted: 5. Sales Tax Registration no. :

6. WCT registration certificate with validity :

7. P.F. Registration no. :

8. Acceptance of guarantee clause of : Yes / No Materials /equipment and system Installed individually and for integrated operation 9. Acceptance of penalty clause : Yes / No

10. Acceptance of terms of payment : Yes / No

11. Certificate/ documents regarding works :

Done with value with last three years if any (Awarded by APDCL and other successor Companies of ASEB) a separate sheet if required may be enclosed as per Annexure-1(A)

12. Details about carrying out electrification :

Work of at least one (one) similar to this work: 13. Details of manpower and T&Ps including :

Vehicles available with the firm to be enclosed separately 14. List of documents enclosed with serial number : (All enclosures should be in chronological

order as per the list of documents enclosed.)

ANNEXURE 1(B)

.....Signature With full name and designation of the Bidder (Authorized person)

Page 15: SCHEME: 24x7 POWER SUPPLY - APDCL · 132 KV Sankardev Nagar GSS to Hojai 33/11KV Sub-Station,Under Hojai Electrical sub-Division 60 days 3,75,000/- 300 Lakh NG/ 24X7 / 4 Construction

ANNEXURE- I (A)

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

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

Sl

No

Name of

work

Order No Length of

Line/Quantum

of work

Contact

Value

Scheme Stipulated

date of

completion as

per w/order

Date of actual

completion /

present status

Remarks

1

2

3

Page 16: SCHEME: 24x7 POWER SUPPLY - APDCL · 132 KV Sankardev Nagar GSS to Hojai 33/11KV Sub-Station,Under Hojai Electrical sub-Division 60 days 3,75,000/- 300 Lakh NG/ 24X7 / 4 Construction

ANNEXURE- I (B)

Sl No. Qualif ication Requirement Furnished at

Annexure Page Remark

A LEGAL

1 Document in support of legal s tatus of firm

2 Memorandum of Association &Registered/Notorised Joint venture Agreement if JV

3 Registered/Notarized power of attorney of the signatory of the Bidder to participate in the Bid.

4 Board resolution of the company to authorizing the signatory

5 Information regarding any litigation, current or during the last five years, in which the Bidder is involved, the parties concerned, and disputed amount

6 Valid Electrical Contractor's License

7 Valid Electrical & Supervisory License

8 VAT,CS, WCT, Service Tax registration certificate

9 Labour License and Provident Fund Registration Certificate

B Financial

1 Audited Balance sheet, Profit & Loss account, Auditor’s report for last three year

2 CA Certified Turnover of bidder during the last 3(three) years.

3 Evidence of adequacy of working capital for this contract (access to line (s) of credit and availability of other financial resources)

4 Authority to seek references from the Bidder's Bankers

5 Income Tax return for last 3(three) years

6 Value of similar work performed by the bidder in each of the last five years – Statement

7 Proposals for subcontracting components of the Works amounting to more than 10 percent of the Contract Price

8 Details of EMD (TD/NSC/FD)

C Technical ability and experience

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

2 Certificates issued by an Engineer not below the Cadre of Deputy General Manager/SE along with supporting photo-copies of awards.

3 Detailed activity plan and methodology supported with layout and necessary drawings and calculations (detailed) to allow the employer to review their proposals.

4 Quality Assurance plan with Bar Chart

5 List of technical personnel and their qualification and experience with organisation chart

6 Proof of availability of the tools, tackles, spare parts, etc. for carrying out the works.

D Technical particulars of equipments and Materials offered in the Bill of Material and their GTPs

Page 17: SCHEME: 24x7 POWER SUPPLY - APDCL · 132 KV Sankardev Nagar GSS to Hojai 33/11KV Sub-Station,Under Hojai Electrical sub-Division 60 days 3,75,000/- 300 Lakh NG/ 24X7 / 4 Construction

Tender Proforma part-II (Price Bid)

NIT No. CGM (D)/ APDCL/CAR/24 X 7 POWER SUPPLY/2015/36

Due date of Tender: 25.02.2016

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

commissioning

Name and full address of the Tenderer:

Sl. No Item Unit Quantity

Cost of materials

inclusive of freight,

insurance handling

from manufacturer

unit to work site

(inclusive of all

taxes & duties) Rs.

Cost of

erection/dismantling

of materials & testing

& commissioning

(inclusive of all taxes

& duties) Rs.

Grand total

in Rs.

Unit

Rate Total

Unit

Rate Total

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

As per

BOQ

As per

BOQ

As per

BOQ

Signature with full name And designation of the Bidder

(Authorized person)

Page 18: SCHEME: 24x7 POWER SUPPLY - APDCL · 132 KV Sankardev Nagar GSS to Hojai 33/11KV Sub-Station,Under Hojai Electrical sub-Division 60 days 3,75,000/- 300 Lakh NG/ 24X7 / 4 Construction

ANNEXURE – I

PACKAGE NO.24X7/NG/01

BOQ FOR RE-CONDUCTORING OF EXISTING 33 KV SAMAGURI – NAGAON FEEDER NO.-1 UNDER

NAGAON ELECTRICAL SUB DIVISION-I OF NAGAON ELECTRICAL CIRCLE, APDCL(CAR)

Sl. No.

Item Description Unit Qty

Supply Erection/

Dismantling Total Supply

& erection/disman

tling.

Rate inclusive

of all Taxes & Duties

Total

Rate inclusive

of all Taxes & Duties

Total

A)

RE-CONDUCTORING OF EXISTING 33 KV SAMAGURI –

NAGAON FEEDER NO.-1 Length - ( 28Km)

1

PSC Pole 9.75 mtr with Boulder Packing NO. 30

2

AAA Wolf conductor Km 84

3

33 KV PIN insulator (Polymer) No 30

4

33KV Disc Insulator (Polymeric) 90KN

with HW fittings & Tension clamp. set 30

5

P.G Clamp for Wolf No 150

6

HT stay set complete with stay rod,stay

wire,& 33KV Guy insulator etc. Set 10

7

MS Nuts and bolts with washer

(assorted) kg 100

B DISMANTLING OF EXISTING CONDUCTORS, INSULATORS , & LINE MATERIALS

1 AAA Wolf Conductor Km 84 0 0

2 33 KV Pin Insulator with pin No 200 0 0

3 33KV Disc Insulator with HW fittings. No 844 0 0

Page 19: SCHEME: 24x7 POWER SUPPLY - APDCL · 132 KV Sankardev Nagar GSS to Hojai 33/11KV Sub-Station,Under Hojai Electrical sub-Division 60 days 3,75,000/- 300 Lakh NG/ 24X7 / 4 Construction

Annexure-II PACKAGE NO.24X7/NG/02

BOQ FOR RE-CONDUCTING OF NAGAON-ITAPARA 33 KV LINE (WITH WOLF CONDUCTOR) UNDER NAGAON

ELECTRICAL SUB-DIVISION-II OF NAGAON ELECTRICAL CIRCLE, APDCL(CAR)

Sl. No.

Item Description Unit Qty

Supply Erection/

Dismantling Total

Supply &

erection/disman

tling.

Rate inclusive

of all Taxes & Duties

Total

Rate inclusive of all Taxes & Duties

Total

A)

RECONDUCTING OF NAGAON-ITAPARA 33 KV

LINE (WITH WOLF CONDUCTOR) LENGTH :- 7

KM

1

PSC Pole 9.75m with boulder packing. No 50

2 AAA Wolf conductor Km 21

3 GI Channel x-arm 100x50x6x3.2mm No 14

4

33 KV V- cross arm of GI channel size

100X50X6mm No

40

5 33KV Top Cleat (G.I) No 40

6 33 KV PIN insulator (Polymer) No 150

7

33KV Disc Insulator (Polymeric) 90KN

with H.W fittings,T- clamp Set

60

8 P.G Clamp for Wolf No 100

9 Pole Clamp G.I No 100

10

HT stay set complete with stay rod,stay

wire & 33KV Guy insulator set

30

11 MS Nuts and bolts with washer kg 150

B)

DISMANTLING OF EXISTING

MATERIALS

1 AAA Wolf conductor km 21

2 GI Channal 100X50X6X3.2mm No 4

3 33 KV PIN insulator ,Pin (Porceline)

No 30

4

33KV Disc Insulator (Porceline)

90KN with HW fittings No

90

Page 20: SCHEME: 24x7 POWER SUPPLY - APDCL · 132 KV Sankardev Nagar GSS to Hojai 33/11KV Sub-Station,Under Hojai Electrical sub-Division 60 days 3,75,000/- 300 Lakh NG/ 24X7 / 4 Construction

ANNEXURE – III

PACKAGE NO. 24X7 / NG/ 03 BOQ FOR CONSTRUCTION OF 33KV LINE FROM 132 KV SANKARDEV NAGAR GSS TO HOJAI 33KV SUB -

STATION OF NAGAON ELECTRICAL CIRCLE, APDCL(CAR)

Sl. No.

Item Description Unit Qty

Supply Erection/

Dismantling Total

Supply &

erection/disman

tling.

Rate inclusive

of all Taxes & Duties

Total

Rate inclusive of all Taxes & Duties

Total

1 AAA Wolf Conductor KM 28

2

GI Steel Tubular Pole SP-76 with

Grouting & maflering. No. 176

3 G.I Channel -75x40x6 mm M 70

4

G.I Channel Cross Arm-

100x50x6x3200mm No 68

5 33kv Pin insulator (polymer) No. 426

6

33KV Disc insulator 70 KN (B&S)

Polymer with HW fittings,T-clamp. Set. 204

7

GI 33 KV V-Cross Arm with channel

size100X50X6 mm No 108

8 GI Top Cleat (100X50X6X350mm) No 108

9 Pole Clamp of GI Flate 50X6 mm No 306

10

H.T Stay set complete with stay rod,stay wire and 33KV Guy

insulator.

Set 68

11

CI Earth Pipe 1.8 Mtr. No 186

12 G.I Wire 6 SWG Kg 760

13 PG Clamp for AAAC Wolf NO 102

14

GI Nuts & Bolts with GI washer

(assorted) KG 400

15 HT Danger plate 33KV NO 176

Page 21: SCHEME: 24x7 POWER SUPPLY - APDCL · 132 KV Sankardev Nagar GSS to Hojai 33/11KV Sub-Station,Under Hojai Electrical sub-Division 60 days 3,75,000/- 300 Lakh NG/ 24X7 / 4 Construction

ANNEXURE – IV

PACKAGE NO. 24X7 / NG/ 04 BOQ FOR CONSTRUCTION OF 11KV LINE FROM NILBAGAN CONTROL ROOM FOR BIFURCATION FROM 11 KV

DEBASTHAN FEEDER,UNDER HOJAI ELECTRICAL SUB DIVISION IN NAGAON ELECTRICAL CIRCLE.

Sl. No.

Item Description Unit Qty

Supply Erection/

Dismantling Total

Supply &

erection/disman

tling.

Rate

inclusive

of all

Taxes &

Duties

Total

Rate

inclusive

of all

Taxes &

Duties

Total

1 AAA Raccoon Conductor KM 13.2

2 PSC Pole, 9.75 mtr with Boulder packing NO 50

3 PSC Pole, 8.5 mtr with Boulder packing NO 50

4

G.I Channel Cross Arm-100x 50x 6

x2200mm No. 40

5

G.I Channel Cross Arm-75x 40x 6

x2200mm No. 6

6 11 KV Pin insulator (Polymer) No. 240

7

11KV Disc insulator 70 KN (T&C) Polymer

with H.W fittings and Tension clamp for

Raccon.

Set. 120

8 G.I 11 KV T-Cross NO 60

9 Pole Clamp of G.I flat 50X6 mm NO 70

10

H.T Stay set comp. with stay rod,stay

wire,HT Guy insulator. Set 40

11 CI Earth Pipe 1.8 Mtr NO 4

12 PG Clamp for AAAC Raccoon NO 60

13 MS Nuts & Bolts with Washer (assorted) KG 160

14 HT Danger Plate NO 100

15 G.I Wire 6swg Kg 240

Page 22: SCHEME: 24x7 POWER SUPPLY - APDCL · 132 KV Sankardev Nagar GSS to Hojai 33/11KV Sub-Station,Under Hojai Electrical sub-Division 60 days 3,75,000/- 300 Lakh NG/ 24X7 / 4 Construction

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 10 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

Page 23: SCHEME: 24x7 POWER SUPPLY - APDCL · 132 KV Sankardev Nagar GSS to Hojai 33/11KV Sub-Station,Under Hojai Electrical sub-Division 60 days 3,75,000/- 300 Lakh NG/ 24X7 / 4 Construction

work. The system of purchasing, taking delivery of verification of materials The system of ensuring of quality workmanship. The system of control of documentation. The system of retention of records. The arrangement of contractor internal auditing . A list of administrator and work procedures required to achieve

contractors quality requirements. These procedures shall be made readily available to the purchaser for inspection on request.

ii) Quality Plans An outline of the proposed work and program sequence. The structure of contractor’s organizations for the contract. The duties and responsibilities ensuring quality of work. Hold and notification points. Submission of engineering documents required by this specification. The inspection of the materials and components on request. Reference to contractors’ work procedures appropriate to each activity. Inspection during fabrication /construction. Final inspection and test.

2.0 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.

Page 24: SCHEME: 24x7 POWER SUPPLY - APDCL · 132 KV Sankardev Nagar GSS to Hojai 33/11KV Sub-Station,Under Hojai Electrical sub-Division 60 days 3,75,000/- 300 Lakh NG/ 24X7 / 4 Construction

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 non-compliance, 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 materia l

shall be dispatched. 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 (user’s manual) giving operating instructions.

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

The manufacturing of the equipment shall be strictly in accordance with the approved drawings and no deviation shall be permitted without the written approval of the purchaser. All manufacturing and fabrication work in connection with the equipment prior to the approval of the drawing shall be at the supplier's risk. Approval of drawings/work by purchaser shall not relieve the supplier of his responsibility and liability for ensuring correctness and correct interpretation of the drawings for meeting the specification.

5.2 The requirements of the latest revision of application standards, rules and codes of practices. The equipment shall conform in all respects to high standards of engineering, design, workmanship and latest revisions of relevant standards at the time of ordering and purchaser shall have the power to reject any work or materials which, in his judgment is not in full accordance therewith.

5.3 The successful Bidder shall within 2 weeks of notification of award of contract submit three sets of final versions of all the drawings as stipulated in the purchase order for purchaser's approval. The purchaser shall communicate his comments/approval on the drawings to the supplier within two weeks. The supplier shall, if necessary, modify the drawings and resubmit three copies of the modified drawings for their approval. The supplier shall within two weeks. Submit 30 prints and two good quality report copies of the approved drawings for purchaser's use.

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

5.4.1 One set of routine test certificates shall accompany each dispatch consignment. 5.4.2 The acceptance test certificates in case pre-dispatch inspection or routine test

certificates in cases where inspection is' waived shall be got approved by the purchasers.

Any Item specification if not available in this document Contractor shall supply

Page 25: SCHEME: 24x7 POWER SUPPLY - APDCL · 132 KV Sankardev Nagar GSS to Hojai 33/11KV Sub-Station,Under Hojai Electrical sub-Division 60 days 3,75,000/- 300 Lakh NG/ 24X7 / 4 Construction

and execute the items meeting the relevant IS specification with the approval of

the purchaser

6.0 ERECTION OF D.P. STRUCTURES FOR ANGLE LOCATIONS (FOR 11 KV

LINES):

Generally, for angles of deviation more than 20° double pole structures of spacing 1.2

mts (4.0 ft) may be erected. The pits are to be excavated as per bisection of the angle of

deviation.

After the poles are erected, the horizontal / cross bracing should be fitted and the

supports held in a vertical position with the help of temporary guys of manila rope of at

least 25 mm dia. Ensuring that the poles are held in a vertical position (this can be

checked with a spirit level) the concreting of the poles with cement, granite chips of size

20/30 mm mesh and sand in the ratio M400 conforming to ISS is to be done from the

bottom of the support to the ground level. Before lifting the pole in the pit, concrete

padding of not less than 75 mm thickness may be put for the distribution of the load of

the support on the soil.

After the concreting is done, the pit may be filled with earth after curing of the concrete

is completed.

Four stays along the line, two in each direction and two stays along the bisection of

angle of deviation are to be provided.

Stay concreting may be done with M 400 concrete mixture.

The D.P. shall be erected as per the sketch enclosed.

6.1 ANCHORING AND PROVIDING GUYS FOR SUPPORTS Guys are to be provided to the supports at the following places (i) Angle locations, (ii)

Dead end locations, (iii) Tee-off points, (iv) Steep gradient locations to avoid uplifted on

the poles.

The installation of guy will involve the following works:

i) Excavation of pit and fixing of stay rod. ii) Fastening guy wire to the support. iii) Tightening guy wire and fastening to the anchor The marking of the guy pit for excavation, the excavation of pits and setting of the

anchor rod must be carefully carried out. The stay rod should be placed in the position

such that the angle of inclination of the rod with the vertical face of the point is 30°/45°

as the case may be. The concreting of the stay at the bottom should then be carried

out. The back filling and ramming must be well done thereafter, and allowed to set for

at least 7 days. The free end of the guy wire is passed through the eye of the anchor

rod, bent back parallel to the main portion of the guy and bound after inserting the G.I.

Thimble. The loop is protected by the G.I. Thimble, where it bears on the anchor rod.

Where the existence of guy wire proves hazardous, it should be protected with suitable

asbestos pipe, filled with concrete of about 2 mts length above the ground level, duly

painted with white and black stripe so that it may be visible at night. The turn buckle

shall be mounted at the pole end of the stay and guy wire so fixed that the eye bolt turn

Page 26: SCHEME: 24x7 POWER SUPPLY - APDCL · 132 KV Sankardev Nagar GSS to Hojai 33/11KV Sub-Station,Under Hojai Electrical sub-Division 60 days 3,75,000/- 300 Lakh NG/ 24X7 / 4 Construction

buckle is half way in the working position, thus giving the maximum movement for

tightening or loosening.

Guy insulators are placed to prevent the lower part of the guy from becoming

electrically energized by a contact of the guy when the conductors snap and fall on

them of due leakage. No guy insulator shall be located less than 2.6 mts. from the

ground.

The anchoring and providing guys for supports (Single guy Bow guy fly guy) shall be

done as per sketch enclosed. Bow guy and fly guy shall be provided as per field

conditions.

6.2 FIXING OF CROSS ARMS INSULATORS After the erection of supports and providing guys, the next step would be to

mount the cross arms on the support erected. The lineman should climb the support

having requisite tools with him and the cross arm is then tied to a hand line and pulled

up by the ground man and should station himself well to one side so that if any

material drops from the top of the pole it may not strike him. All the materials required

should be lifted or lowered by means of the hand line. In no case, the materials of the

tools should be dropped or thrown from the pole top.

The fixing of 11 KV Cross arms shall be in accordance to spacing detailed in

Sketch. G.I. bolts and nuts and spring washers of good quality only shall be used which

will have to be procured by the contractor.

6.3 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.

6.4 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.

6.4.1 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.

Page 27: SCHEME: 24x7 POWER SUPPLY - APDCL · 132 KV Sankardev Nagar GSS to Hojai 33/11KV Sub-Station,Under Hojai Electrical sub-Division 60 days 3,75,000/- 300 Lakh NG/ 24X7 / 4 Construction

viii. Use long straight, parallel jaw grip with suitable liners when pulling conductor thus avoiding nicking or kinking of the conductor.

ix. Use free running sleeves or blocks with adequate grooves for drawing/paving conductors.

x. Use proper sag charts. xi. Mark conductors with crayons or adhesive tape of such (other)

material, which will not damage the strand. xii. Make all splicing with the proper tools. xiii. Use a twisting wrench for twisting the joints. xiv. Chromites or graphite conducting oxide-inhibiting grease should be

used before cleaning with wire brush.

DON’Ts

i. Do not handle conductors without proper tools at any stage. ii. Do not pull conductors without ensuring that there are no

obstructions on the ground. iii. Do not pull out excess quantity of conductor than is required. iv. Do not make jumper connections on dirty or weathered conductor. v. Do not handle aluminum conductors in a rough fashion but handle it

with care it deserves.

6.4.2 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.

Page 28: SCHEME: 24x7 POWER SUPPLY - APDCL · 132 KV Sankardev Nagar GSS to Hojai 33/11KV Sub-Station,Under Hojai Electrical sub-Division 60 days 3,75,000/- 300 Lakh NG/ 24X7 / 4 Construction

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.

6.4.3 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.

6.4.4. SAGGING AND TENSIONING On the completion of the paving of the conductors and making mid span joints if

any, tensioning operations will commence. Temporary guys will have to be provided

for both the anchoring supports in the section where the stringing has to be done. At

the tensioning end, one of the conductors is pulled manually up to a certain point

and then come along clamp is fixed to the conductor to be tensioned. The grip to the

come along clamp is attached to double sleeve pulley block or the pulley lift machine

and gradually tensioned.

The conductor should then be sagged in accordance with the sag temperature chart

for the particular conductor and span. The sag should then be adjusted in the middle

span of the section. The sag chart is to be provided. The stretch of the conductor has

to be taken out before stringing in order to avoid the gradual increase in sag due to

the setting down of the individual wires. There are ways of accomplishing this:

a) Pre-stressing In this method the conductor is pulled up to tension considerably above the correct

figures, but never exceeding 50% of breaking load for a short period of say twenty

minutes. As this method requires more time and involves the use of stronger tackle

to secure the higher tension the other method of over tensioning is commonly

adopted.

b) Over-tensioning This method consists of pulling up the conductor to a tension a little above the

theoretical tension for prevailing temperature and fixed it up at that tension with

correspondingly reduced sag. After a certain time the conductor will settle down to

the correct sag and tension. A tension of five to eight percent more than the

theoretical value has been found to be suitable for the sizes of ACSR and AAAC

conductors standardized by REC. The ambient temperature during sagging may be

recorded correctly.

Conductors can be sagged correctly only when the tension is the same in each span

throughout the entire length of section. Use of snatch blocks reduces the friction

and chances of inequality of tension in various spans.

Page 29: SCHEME: 24x7 POWER SUPPLY - APDCL · 132 KV Sankardev Nagar GSS to Hojai 33/11KV Sub-Station,Under Hojai Electrical sub-Division 60 days 3,75,000/- 300 Lakh NG/ 24X7 / 4 Construction

Sagging can be accomplished by several different methods but most commonly used

method is “Slighting”. The slighting sag method of measuring sag is by the use of targets

placed on the supports below the cross arms. The targets may be light strip of wood

clamped to the pole at a distance equal to the sag below the conductor when the

conductor is placed in snatch block. The lineman sees the sag from the next pole. The

tension of the conductor is then reduced or increased, until the lowest part of the

conductor in the span coincides with the lineman’s line of sight.

When sagging is completed, the tension clamps shall be fixed. The clamp can be

fitted on the conductor without releasing the tension. A mark is made on the

conductor at a distance from the cross-arm equal to the length of complete strain

insulator. Before the insulator set is raised to position, all nuts should be free. Come

along clamp is placed on the conductor beyond the conductor clamp and attached

to the pulling unit. The conductor is pulled in sufficiently to allow the insulator

assembly to be fitted to the clamp. After the conductor is clamped to insulator,

assembly unit may be released gradually.

If the tension is released with a jerk, an abnormal stress may be transferred to

conductor and support, which may result in the failure of the cross arm, stay or pole

in some cases. After the stringing is completed, all poles, cross arms, insulators,

fittings etc. are checked upto ensure that there have been no deformities etc.

The next step is to place the conductor on the top of the pin insulator from the

snatch block and removing snatch blocks. Conductors are then fastened to insulator

by the use of aluminum wires. The following points should be observed:

i) Proper size of the tie binding wire which can be readily handled and with adequate strength is to be used.

ii) The length of tie wire should be sufficiently long for making complete tie including the end allowances for gripping with ends.

iii) A good tie should provide a secure binding between the line conductor and insulator and should reinforce the conductor on either side of the insulator.

iv) The use of cutting pliers for binding the tie wire should be avoided. v) The tie wire which has been used previously should be reused Before tying the conductor to the insulator two layers of Aluminum tapes should be

wrapped over the conductor in the portion where it touches the insulator. The width

and thickness of aluminum tape to be used for a specific size of conductors has been

specified in hand books of aluminum conductor manufacturers and the same be

referred to. The Aluminum tapes should also be used at the tension cl amp 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.

6.4.5. 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.

Page 30: SCHEME: 24x7 POWER SUPPLY - APDCL · 132 KV Sankardev Nagar GSS to Hojai 33/11KV Sub-Station,Under Hojai Electrical sub-Division 60 days 3,75,000/- 300 Lakh NG/ 24X7 / 4 Construction

6.5 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.

6.6 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.

6.7 STRINGING. Whatever necessary ground clearances have to be measured to ensure obtaining

adequate line clearance as per IE Rule 77 (i)

6.0 EARTHING 6.1 Pipe Earthing

At D.P Locations, Pits are to be excavated the steel and metal parts are to be earthed

by pipe earthing as per the drawing or sketch enclosed to this specification. Duly

filling the pits with finely broken coke having granule sizes not more than 25 mm

thick. The coke shall be maintained up to a distance of 300 mm for the pipe on all

sides. The top edge of the pipe shall be at least 200 mm below the ground level. The

CI strips shall be fixed not less than 300 mm deep from the ground level.

The tenders shall quote the charges for earthing inclusive of the cost of coke,

excavation and back filling.

6.2 Pole Earthing: Supports shall be properly earthed.

7.0 CONCRETING 7.1 The cement concrete used for the foundations shall be of M 400 grade. 7.2 The full concreting for the poles if erected in excavated act shall be done so that the

complete block will be of dimensions( 0.6 X 0.6 X 1.6) + 0.2 X 0.2 Mtr. (0.6 X 0.6 X 1/35) + 0.2 X 0.2 X 0.2 Mtrs. so as to maintain as exposed portion for 0.2 Mtrs height above the ground level.

7.3 If augur is used for making pole pits, ramming shall be done after erection of pole.

8.0 WORKMANSHIP

The contractor shall entirely be responsible for correct erection of all support as per

the aproved 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.

Page 31: SCHEME: 24x7 POWER SUPPLY - APDCL · 132 KV Sankardev Nagar GSS to Hojai 33/11KV Sub-Station,Under Hojai Electrical sub-Division 60 days 3,75,000/- 300 Lakh NG/ 24X7 / 4 Construction

Location numbers for each pole shall be painted on the pole.

Anti-climbing devices and danger boards are to be provided at all railway crossings

and road crossings. No extra charges shall be admissible even though separate gangs

may have to be sent by the contractor for fitting these accessories and attachments

on the support at the appropriate time.

9.0 FINAL CHECKING, TESTING AND COMMISSIONING After the completion of the work final patrolling and checking of the line shall be

done by the contractor to ensure that all foundations work, pole erection and

stringing have been done as approved by the Engineer, and also to ensure that they

are completed in all respects. Contractor shall prepare pole schedules and hand it

over to the Engineer. All works shall be thoroughly inspected keeping in view of the

following main points.

i) Sufficient back filled earth is lying over each foundation pit and it is adequately compacted.

ii) Concreting and coping of poles are in good and finally shaped conditions. iii) All the accessories and insulators are strictly as per drawings and are free from

any defects or damages, what-so-ever. iv) All the bolts and nuts should be of G.I material and as per contractual provisions. v) The stringing on the conductor has been done as per approved sag and desired

clearances are available. vi) No damage, minor or major to the conductor, earth wire, accessories and

insulator strings still unattended are noticed. vii)For all points double jumpers shall be provided to each phase. The jumpers

provided at the cut points are connected rigidly to the tension hardware utilizing all the jointing bolts provided for the purpose.

The contractor shall submit a report to the above effect to the Engineer. In

case, it is noticed later that some or any of the above are not fulfilled the Engineer

will get such items rectified through other agencies and recover the cost of such

works from the bills payable to the contractor against that contract or any other

contract executed by him for APDCL(CAR).

After final checking, the lines shall be tested for insulation in accordance

with tests prescribed by the Engineer. All arrangements for such testing or any other

tests desired by the Engineer shall be done by the Contractor and necessary labour,

transport and equipment shall be provided by him. Any defects found out as a result

of such tests, shall be rectified by the Contractor, forthwith, without any extra

charges to APDCL(CAR).

In addition to the above, the Contractor shall be responsible for testing and

ensuring that the total and relative sags of the conductors are within the specified

tolerance. Such tests shall be carried out at selected points along the route as

required by the Engineer and the Contractor shall provide all necessary equipment

and labour to enable the tests to be carried out.

Page 32: SCHEME: 24x7 POWER SUPPLY - APDCL · 132 KV Sankardev Nagar GSS to Hojai 33/11KV Sub-Station,Under Hojai Electrical sub-Division 60 days 3,75,000/- 300 Lakh NG/ 24X7 / 4 Construction

The APDCL (CAR) will arrange statutory inspection of the line and indicate

the defects noticed. The Contractor has to rectify all such defects and intimate to

APDCL (CAR) Engineer.

After satisfactory tests on the line and an approval by the Engineer the line

shall be energized at full operating voltage before handing over.

10.0. INFORMATION AND DATA a) The information furnished is the best available however, the APDCL(CAR) does

not guarantee the correctness of interpretations, deductions or conclusions which are given as supplementary information in the Bid Documents or in any reports, maps, drawings, diagrams or in other reference information available to the bidder from APDCL(CAR) of or otherwise.

The information has been produced as found, communicated to ascertained or

otherwise/learned by the APDCL(CAR).

b) it will be the Bidder’s responsibility to satisfy himself from the “Reference Information” supplied and or inspection of the site that sufficient quantities of construction materials required for the works shall exist in the designated borrow areas or quarry sites. The APDCL(CAR) does not accept any responsibility either in handing over the

quarries or procuring the materials or any other facilities. The Tenderer will not

be entitled for any extra rate or claim for the misjudgement on his part for the

quantity and quality of materials available in the quarries.

Failure by the Bidder to have done all the timings which is in accordance with

this condition he is deemed to have done shall not relieve the successful Bidder

of the responsibility for satisfactorily completing the work as required at the

rates quoted by him.

Page 33: SCHEME: 24x7 POWER SUPPLY - APDCL · 132 KV Sankardev Nagar GSS to Hojai 33/11KV Sub-Station,Under Hojai Electrical sub-Division 60 days 3,75,000/- 300 Lakh NG/ 24X7 / 4 Construction

TECHNICAL SPECIFICATION FOR GI STEEL TUBULAR

POLES

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 thelongitudinal 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.

Page 34: SCHEME: 24x7 POWER SUPPLY - APDCL · 132 KV Sankardev Nagar GSS to Hojai 33/11KV Sub-Station,Under Hojai Electrical sub-Division 60 days 3,75,000/- 300 Lakh NG/ 24X7 / 4 Construction

5.7. The poles shall be GALVENISED and coated with black bituminous paint

conforming to IS : 158-1968 throughout, internally and externally, upto the level which goes inside the earth.

6.0 Earthing Arrangements : 6.1. For earthing arrangement a through hole of 14mm diameter shall be

provided in each pole at a height of 300mm above the planting depth. 7.0 PRINCIPAL PARAMETERS

SN ITEM DESCRIPTION PARAMETER

1. Type of Pole SP-66

2. Overall Length 12.0 M

3. Planting Depth 2.0 M

4. Load Applied from top at a

distance of

0.60 M

5. Height above ground 10.0 M

6. Length of sections

a. a Bottom 5.80 M

b. Middle 3.10 M

c. Top 3.10 M

7. Outside Diameter &

thickness of section

a Bottom, MM 219.1 x5.90

b Middle ,MM 193.7 x4.85

c Top,MM 165.1 x 4.5

8. Approx. Wt of pole 322 KG

9. crippling load 650 kgf

10. breaking load 916 kgf

11. Ultimate tensile strength 410 MPa ( 42 KGf / mm2 )

12. Base Plate A Mild Steel base plate of size 400×400×8

mm shall be welded at the bottom of the

pole.

13. Painting The complete pole shall be Galvenised as

per IS 2629 and the inner side & outer

underground portion of the pole is to be

painted with black bituminous paint

conforming to IS : 158-1968 throughout,[

internally and externally, up to the level

which goes inside the earth.

Page 35: SCHEME: 24x7 POWER SUPPLY - APDCL · 132 KV Sankardev Nagar GSS to Hojai 33/11KV Sub-Station,Under Hojai Electrical sub-Division 60 days 3,75,000/- 300 Lakh NG/ 24X7 / 4 Construction

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 :-

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:

The Bidder shall furnish all necessary guaranteed technical particulars in the prescribed proforma enclosed in the bid.

Page 36: SCHEME: 24x7 POWER SUPPLY - APDCL · 132 KV Sankardev Nagar GSS to Hojai 33/11KV Sub-Station,Under Hojai Electrical sub-Division 60 days 3,75,000/- 300 Lakh NG/ 24X7 / 4 Construction

TECHNICAL SPECIFICATION FOR 9.75 mtr PSC POLES

1.0 SCOPE

This covers design manufacturing, testing at works, transport to site, insurance, storage, erection and commissioning of PSC poles shall be of solid

rectangular with an overall length of 9.75 M suitable for use in overhead 33KV / 11 KV lines

2.0 APPLICABLE STANDARDS

The pre-stressed concrete pole (PSC) shall comply with the relevant provisions mentioned' in the' following Indian Standards or the latest versions thereof or equivalent international specifications.

a) IS: 1678, Specification for pre-stressed concrete poles for overhead power, traction and telecommunication lines.

b) IS: 2905, Method of test for concrete poles for overhead power and telecommunication lines.

c) IS: 7321, Code of Practice for selection, handling and erection of concrete poles for overhead power and telecommunication lines.

REQUIRED TECHNICAL PARAMETERS FOR 9.75 M , 8.5 M & 7.5 M PSC POLES

3.0 TERMINOLOGY

For the purpose of this specification, following definitions shall apply:

3.1 Average Permanent Load

That fraction of the working load which may be considered of long duration over a period of one year

3.2 Load Factor

The ratio of ultimate transverse load to the transverse load at first crack

3.3 Transverse

The direction of the line bisecting the angle contained by the conductor at the pole and in the case of a straight run, this will be normal to the run of the line.

3.4 Transverse Load at First Crack

For design, the transverse load at first crack shall be taken as not less than the value of the working load.

3.5 Working Load

The maximum load in the transverse direction, that is ever likely to occur, including the wind pressure on the pole. This load is assumed to act at a point· 600 mm below the top with the butt end of the pole planted to the required depth as intended in the design.

3.6 Ultimate Failure

The condition existing when the pole ceases to sustain a load increment owing to either crushing of concrete, or snapping of the pre-stressing tendon or permanent stretching of the steel in any part of the pole

3.7 Ultimate Transverse Load

The load at which failure occurs, when it is applied at a point 600 mm below the top and perpendicular to the axis of the pole along the transverse

Page 37: SCHEME: 24x7 POWER SUPPLY - APDCL · 132 KV Sankardev Nagar GSS to Hojai 33/11KV Sub-Station,Under Hojai Electrical sub-Division 60 days 3,75,000/- 300 Lakh NG/ 24X7 / 4 Construction

direction with the butt end of the pole planted to the required depth as intended in the design.

4.0 APPLICATION

4.1 9.75 M PSC Pole

These poles shall be used for 33 kV lines, and for special locations in 11 kV lines, such as road crossings, etc.

5.0 MATERIALS

5.1 Cement

The cement used in the manufacture of pre-stressed concrete poles shall be ordinary or rapid hardening Portland cement conforming to IS: 269 (Specification for ordinary and low heat Portland cement) or IS: 8041 E

(Specification for rapid hardening Portland cement), or high strength ordinary Portland cement conforming to IS: 8112 (Specification of high strength ordinary Portland cement).

5.2 Aggregates

Aggregates used for the manufacture of pre-stressed concrete poles shall confirm to IS: 383 (Specification for coarse and fine aggregates from natural sources for concrete) or equivalent international specifications. The nominal maximum size of aggregates shall in no case exceed 10 mm (for poles above 9.0 M) and 12 mm (for 7.5 and 8.0 M poles).

5.3 Water

Water should be free from chlorides, sulphates, other salts and organic matter; Potable water will be generally suitable.

5.4 Admixture

Admixture should not contain Calcium Chloride or other chlorides and salts which are likely to promote corrosion of pre-stressing steel.

5.5 Pre-stressing Steel

The pre-stressing steel wires including those used as un-tensioned wires (See Annexure. I, II & III), should conform to IS: 1785 (part-I) (Specification for plain hard-drawn steel wire for pre-stressed concrete. Part-I cold drawn stress relieved wire), IS: 1785 (part-II) (Specification for plain hard-drawn steel wire) or IS: 6003 (Specification for indented wire for pre-stressed concrete). The type designs given in Annexure-I, II and III are for plain wires

of 4 mm diameter with a guaranteed ultimate strength of 175 kg/mm2.

The concrete mix shall be designed to the requirements laid down for controlled concrete (also called design mix concrete) in IS: 1343 (Code of practice for pre-stressed concrete) and IS: 456 (Code of practice for plain and reinforced concrete), subject to the following special conditions:

a) Maximum works cube strength at 28 days should be at least 400 kg/cm 2

(for poles above 9.0 M) and 420 kg/cm2 (for 7.5 and 8.0 M poles).

b) The concrete strength at transfer should be at least 200 kg/cm2 (for poles above 9.0 M) and 210 kg/cm2 (for 7.5 and 8.0 M poles).

c) The mix should' contain at least 380 kg of cement per cubic meter of concrete.

d) The mix should contain as Iowa water content as is consistent with

Page 38: SCHEME: 24x7 POWER SUPPLY - APDCL · 132 KV Sankardev Nagar GSS to Hojai 33/11KV Sub-Station,Under Hojai Electrical sub-Division 60 days 3,75,000/- 300 Lakh NG/ 24X7 / 4 Construction

adequate workability. If it becomes necessary to add water to increase the workability, the cement content also should be raised in such a way that the original value of water cement ratio is maintained.

6.0 DESIGN REQUIREMENTS

The poles shall be designed for the following requirements:

a) The poles shall be planted directly in the ground with a planting depth as per IS: 1678 or equivalent international specifications.

b) The working load on the poles should correspond to those that are likely to come on the pole during their service life. Designs given in Annexure I, ll and III are for 140 kg, 200 kg, 300 kg, and 400 kg., applied at 0.6 M from top.

c) The factor of safety for all poles above 9.5 M shall not be less than 2.0. For 7.5 M and 8.5 M poles, the factor of safety shall not be less than 2.5.

d) The average permanent load shall be 40% of the working load.

e) The F.O.S. against first load shall be 1.0.

f) At average permanent load, permissible tensile stress in concrete shall be 30 kg/cm2.

g) At the design value of first crack load, the modulus of rupture shall not exceed 53.0 kg/cm2 for M-400 concrete and 55.2 kg/cm2 for M-420 concrete.

h) At the design value of first crack load, the modulus of rupture shall not exceed 53.0 kg/cm2 for M-400 concrete.

i) The ultimate moment capacity in the longitudinal direction should be at least one fourth of that il1 the transverse direction.

j) The maximum compressive stress in concrete at the time of transfer of pre-stress should not exceed 0.8 times the cube strength.

k) The concrete strength at transfer shall not be less than half the 28 days strength ensured in the design, i.e., 400 x 0.5 = 200 kg/cm2 or 420 x 0.5 = 210 kg/cm2.

7.0 SERVICE CONDITIONS

PSC poles have to be designed to suit the following climatic conditions:

i) Maximum temperature of air in shade 40°C

ii) Minimum temperature of air in shade 2°C

iii) Maximum temperature of air in sun 45°C

iv) Maximum humidity 93%

v) Average number of thunder storm days per 45 Days

annum

vi) Maximum rainfall per annum 3500 mm

vii) Average rainfall per annum 2200 mm

Page 39: SCHEME: 24x7 POWER SUPPLY - APDCL · 132 KV Sankardev Nagar GSS to Hojai 33/11KV Sub-Station,Under Hojai Electrical sub-Division 60 days 3,75,000/- 300 Lakh NG/ 24X7 / 4 Construction

viii) Wind pressure 97.8 Kg/m2

ix) Altitude above MSL 100 to 1000 M

8.0 DIMENSIONS & REINFORCEMENTS

The cross-sectional dimensions and the details of pre-stressing wires should conform to the particulars given in Annexure-I, II and III. The provisions of holes for fixing cross-arms and other fixtures should conform to the REC standards.

9.0 MANUFACTURE

9.1 Attire--stressing wires and reinforcements shall be accurately fixed as shown in drawings and maintained in position during manufacture. The un-tensioned reinforcement, as indicated in the drawings, should be held in position by the use of stirrups which should go round all the wires.

AII wires shall be accurately stretched with uniform pre-stress in each wire. -Each wire or a group of wires shall be anchored positively during casing. Care should be taken to see that the anchorages do not yield before the concrete attains the necessary strength.

10.0 COVER

The cover of concrete measured from the outside of pre-stressing tendon shall be normally 20 Nm.

11.0 WELDING & LAPPING OF STEEL

The high tensile steel wire shall be continuous over the entire length of the tendon. Welding shall not be allowed in any case. However, jointing or coupling may be permitted provided the strength of the joint or coupling is not less than the strength of each individual wire.

12.0 COMPACTING

Concrete shall be compacted by spinning, vibrating, shocking or other suitable mechanical means. Hand compaction shall not be permitted.

13.0 CURING

The concrete shall be covered with a layer of sacking, canvass, Hessian or similar absorbent material and kept constantly wet up to the time when the strength of concrete is at least equal to the minimum strength of concrete at transfer of pre-stress. Thereafter, the pole may be removed from the mould and watered at intervals to prevent surface cracking of the unit; the interval should depend on the atmospheric humidity and temperature.

The pre-stressing wires shall be de-tensioned only after the concrete has attained the specified strength at transfer (i.e., 200 or 210 kg/cm

2 as

applicable). The cubes cast for the purpose of determining the strength at transfer should be cured, as far as possible, under conditions similar to those under which the poles are cured. The transfer stage shall be determined based on the daily tests carried out on concrete cubes till the specified strength indicated above is reached. Thereafter the test on concrete shall be carried out as detailed in IS: 1343 (Code of practice for pre-stressed concrete). The manufacturer shall supply, when required by the owner or his representative, result of compressive test conducted in accordance with IS: 456 (Code of practice for plain and reinforced concrete) on concrete cubes

Page 40: SCHEME: 24x7 POWER SUPPLY - APDCL · 132 KV Sankardev Nagar GSS to Hojai 33/11KV Sub-Station,Under Hojai Electrical sub-Division 60 days 3,75,000/- 300 Lakh NG/ 24X7 / 4 Construction

made from the concrete used for the poles. If the owner so desired, the manufacturer shall supply cubes for test purposes and such cubes shall be tested in accordance with IS: 456 (Code of practice for plain and reinforced concrete).

The de-tensioning shall be done by slowly releasing the wires, without imparting shock or sudden load to the poles. The rate of de-tensioning may be controlled by any suitable means either mechanical (screw type) or hydraulic.

The poles shall not be de-tensioned or released by cutting the pre-stressing wires using flames or bar croppers while the wires are still under tension.

Separate eye-hooks or holes shall be provided for handling the transport, one each at a distance of 0.15 times the overall length, from either end of the pole. Eye-hooks, if provided, should be properly anchored and should be on the face that has the shorter dimension of the cross-section. Holes, if provided for lifting purposes, should be perpendicular to the broad face of the pole.

Stacking should be done in such a manner that the broad side of the pole is vertical. Each tier in the stack should be supported on timber sleeper located as 0.15 times the overall length, measured from the end. The timber supported in the stack should be aligned in a vertical line.

Poles should be transported with their broad faces placed vertically and, in such a manner that the shocks are avoided. Supports should be so arranged that they are located approximately at a distance equal to 0.15 times the overall length from the ends. The erection of the pole should be carried out in such a way that the erection loads are applied so as to cause moment with respect to the major axis, i.e., the rope used for hoisting the pole should be parallel to the broader face of the pole.

14.0 EARTHING

14.1 Earthing shall be provided by having length of 8 SWG GI wire embedded in concrete during manufacture and the ends of the wires left projecting from the pole to a length of 100 mm at 250 mm from top and 150 mm below ground level.

14.2 Earth wire shall not be allowed to come in contract with the pre-stressing wires.

15.0 TESTS

15.1 Transverse Strength Test

Poles made from ordinary Portland cement shall be tested only on the completion of 28 days and poles made from rapid hardening cement only on the completion of 14 days, after the day of manufacture.

The poles may be tested in either horizontal or vertical position. If tested in horizontal position, provisions shall be made to compensate for the overhanging weight of the pole, for this purposed, the overhanging portion of the pole may be supported on a movable trolley or similar device.

The pole shall be rigidly supported at the butt end for a distance equal to the agreed depth of planting.

Load shall be applied at a point 600 mm from the top of the pole and shall be steadily and gradually increased to the design value of the transverse load at first crack. The deflection at this load shall be measured.

A pre-stressed concrete pole shall be deemed not to have passed the test if

Page 41: SCHEME: 24x7 POWER SUPPLY - APDCL · 132 KV Sankardev Nagar GSS to Hojai 33/11KV Sub-Station,Under Hojai Electrical sub-Division 60 days 3,75,000/- 300 Lakh NG/ 24X7 / 4 Construction

visible cracks appear at a stage prior to the application of the design transverse load for the first crack.

The load then be reduced to zero and increased gradually to a load equal to the first crack load plus 10% of the minimum ultimate transverse load, and held up for 2 minutes. This procedure shall be repeated until the load reaches the value of 80 per cent of the minimum ultimate transverse load and thereafter increased by 5 per cent of the minimum ultimate transverse load until failure occurs. Each time the load is applied, it shall be held for 2 minutes. The load applied to pre-stressed concrete pole at the point of failure shall be measured to the nearest five Kilograms.

The pole shall be deemed not to have passed the test if the observed ultimate transverse load is less than the design ultimate transverse load.

16.0 MEASUREMENT OF COVER

After completion of the transverse strength test, the sample pole shall be taken and checked for cover. The cover of the pole shall be measured at 3 points, one within 1.8 meter from the butt end of the pole, the ·second within 0.6 meters from the top and the third at an intermediate point and the mean value compared with the specified value.

The mean value of the measured cover should not differ by more than (±) 1 mm from the specified cover. The individual values should not differ by more than (±) 3 mm from the specified value.

If these requirements are not met, the workmanship with reference to aligning of the end plates and pre-stressing wires and assembly of moulds should be improved and inspection at pre-production stage tightened suitably.

17.0 MARKING

The pole shall be clearly and indelibly marked with the following particulars either during or after manufacture but before testing at a position so as to be easily read after erection in position.

a) Month and year of manufacture

b) Transverse strength of pole in Kg

c) Maker's serial No and mark and Project.

18.0 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.

SI

NO ITEM

PARAMETERS

1 Type of Pole 9.75 M P.S.C pole

3 Length of pole 9.75 Mts.

4 Depth of Plantation 1.8 Mts.

5 Bottom Depth 350 mm

6 Top Depth 175 mm

7 Breadth 120 mm

Page 42: SCHEME: 24x7 POWER SUPPLY - APDCL · 132 KV Sankardev Nagar GSS to Hojai 33/11KV Sub-Station,Under Hojai Electrical sub-Division 60 days 3,75,000/- 300 Lakh NG/ 24X7 / 4 Construction

8 Diameter of pre-stressing wire 4 mm

9 No. of tensioned wire per pole 22 Nos. of 4mm dia.

10 Minimum Ultimate Tensile strength of 4 MM HT wire 175 KG / SQMM

11 Minimum initial pull of 4 mm wire 1865 kg / wire

12 Spacing HT wires As per IS : 1343 /1960

13 Quantity of HT wire/ pole 21.45 KG

14 Link & spiral 3.540 KG ( 4 Nos.,5 mm in bottom & 4 Nos.,5

mm in top

15 M.S spiral 3 mm dia. of 150 c/c

16 Maximum Aggregate size 12 mm

17 Total weight per pole 750 KG

18 Minimum clear cover 20 mm

19 Factor of safety 2.5

20 Concrete grade M-420

21 Ultimate Load 675 KG

22 Earthing shall be provided by 4 MM dia. Galvanized

iron wire embedded in concrete

Projecting from the pole at length of 50 MM at

215 from top & 150 MM below ground level

23 one marks to be provided at ground level at 1.8 M

24 28 days cube strength of concrete (Min) as per IS:

456/2000.

420 KG / SQ.CM

TECHNICAL SPECIFICATION FOR GALVANIZED CHANNEL

CROSS ARMS

1.0 SCOPE:

This specification covers the design, manufacture, testing at manufacturer's works, transport to s ite, 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 REQUIREMENTS :

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

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

Page 43: SCHEME: 24x7 POWER SUPPLY - APDCL · 132 KV Sankardev Nagar GSS to Hojai 33/11KV Sub-Station,Under Hojai Electrical sub-Division 60 days 3,75,000/- 300 Lakh NG/ 24X7 / 4 Construction

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 field erection 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.

Page 44: SCHEME: 24x7 POWER SUPPLY - APDCL · 132 KV Sankardev Nagar GSS to Hojai 33/11KV Sub-Station,Under Hojai Electrical sub-Division 60 days 3,75,000/- 300 Lakh NG/ 24X7 / 4 Construction

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 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

Sl No. Description Particular

1 Type of cross arm GI Channel cross arm

2 Size 100 x 50 x 6 x 2200 mm

3 Material Mild Steel channel( galvanized)

4 Length 2200 mm

5 Breath 100 mm

6 Width 50 mm

7 Thickness 6 mm

8 Hole for fixing of insulator 20 mm

9 Center to center distance for hole 1070 mm

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.

Page 45: SCHEME: 24x7 POWER SUPPLY - APDCL · 132 KV Sankardev Nagar GSS to Hojai 33/11KV Sub-Station,Under Hojai Electrical sub-Division 60 days 3,75,000/- 300 Lakh NG/ 24X7 / 4 Construction

b) Sl No. Description Particular

1 Type of cross arm GI Channel cross arm

2 Size 100 x 50 x 6 x 5000 mm

3 Material Mild Steel channel( galvanized)

4 Length 5000 mm

5 Breath 100 mm

6 Width 50 mm

7 Thickness 6 mm

8 Hole for fixing of insulator 20 mm

9 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.

TECHNICAL SPECIFICATION FOR AAA “WOLF” CONDUCTOR

1.0 SCOPE:

This specification covers design, manufacture, testing at works, transport, insurance, storage, erection and commissioning of All Aluminum Alloy Stranded Conductors at site in 33 KV.

2.0 CONDUCTOR SIZE:

i) 19/3.40 mm (175 mm² Alloy Area) – Wolf

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 Aluminum 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 Standard

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

5.0 PROPERTIES OF CONDUCTORS:

The properties of stranded all aluminum alloy conductors of various sizes shall be as in the following Table-II

All Aluminum Alloy Conductors (AAAC)

Page 46: SCHEME: 24x7 POWER SUPPLY - APDCL · 132 KV Sankardev Nagar GSS to Hojai 33/11KV Sub-Station,Under Hojai Electrical sub-Division 60 days 3,75,000/- 300 Lakh NG/ 24X7 / 4 Construction

Table II

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 mm2 mm Kg/Km Ohm/Km KN 173 19/3.40 172.52 17.00 474.02 0.1969 50.54

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 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 Aluminum Alloy Stranded Conductors

No. of wires in conductors Lay ration Min. Max

19 10 16

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

9.0 CLIMATIC CONDITIONS:

The conductor shall be designed to suit for the climatic conditions specified in these bidding documents.

10.0 TESTS:

The samples of individual wires for the test shall normally be taken before stranding. The manufacturer shall carry out test on samples taken out at least from 10% of aluminium wire spools. However, when desired by the purchaser, the test sample may be taken from 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 & MARKING:

Page 47: SCHEME: 24x7 POWER SUPPLY - APDCL · 132 KV Sankardev Nagar GSS to Hojai 33/11KV Sub-Station,Under Hojai Electrical sub-Division 60 days 3,75,000/- 300 Lakh NG/ 24X7 / 4 Construction

The conductors shall be owned in reels or drums conforming to the latest version of IS: 1778-1980 “Specification for reels and drums for bare wire and name of the project TDF shall be indicated clearly on the drums.

10.1 Packing

10.1.1 The gross mass of packing of various conductors shall not exceed by more than 10% of the values given in the following table:

Conductor size Gross Mass 175 mm2 alloy area ( 19/3.40mm) 2500

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

Conductor size Normal Length

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

10.1.3 Longer lengths shall be acceptable.

10.1.4 Short length, not less than 50% of the normal length shall be acceptable to the maximum extent of 10% of the quantity ordered 10.2 marking.

The following information shall be marked on each package.

a) Manufacturer’s name.

b) Trade Mark, if any.

c) Drum or identification number.

d) Size of conductor

e) Number & lengths of conductor

f) Gross Mass of the package

g) Net mass of the conductor

h) ISI certification mark.

i) Name of the Project TDF

11 INSPECTION:

All tests and inspection shall be made at the place of manufacture. The manufacturer shall afford the inspection representing the purchaser or third party nominee all reasonable facilities without charge to satisfy him that the material is being furnished in accordance with this specification.

TECHNICAL SPECIFICATION FOR HARDWARE FITTINGS INCLUDING TENSION CLAMP ASSEMBLY (Aluminum Alloy)

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

2.0 STANDARDS:

Page 48: SCHEME: 24x7 POWER SUPPLY - APDCL · 132 KV Sankardev Nagar GSS to Hojai 33/11KV Sub-Station,Under Hojai Electrical sub-Division 60 days 3,75,000/- 300 Lakh NG/ 24X7 / 4 Construction

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 Aluminum 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 Tests:

(a) Slip Strength test for clamp.

(b) Mechanical test for clamp & fittings

Page 49: SCHEME: 24x7 POWER SUPPLY - APDCL · 132 KV Sankardev Nagar GSS to Hojai 33/11KV Sub-Station,Under Hojai Electrical sub-Division 60 days 3,75,000/- 300 Lakh NG/ 24X7 / 4 Construction

(c) Heating cycle test.

(d) Verification of dimensions.

(e) Galvanizing / Electroplating test.

(f) Visual examination test

ii) Acceptance Tests:

a) Dimensional test.

b) Galvanizing test.

c) Mechanical test for clamp & fittings

d) Electrical Resistance Test.

iii) Routine Tests:

i) Visual examination test.

ii) Routine mechanical test.

Guaranteed Technical Particulars (GTP) and drawing specifically showing all dimensions are to be submitted along with technical bids

Page 50: SCHEME: 24x7 POWER SUPPLY - APDCL · 132 KV Sankardev Nagar GSS to Hojai 33/11KV Sub-Station,Under Hojai Electrical sub-Division 60 days 3,75,000/- 300 Lakh NG/ 24X7 / 4 Construction

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.

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

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

Page 51: SCHEME: 24x7 POWER SUPPLY - APDCL · 132 KV Sankardev Nagar GSS to Hojai 33/11KV Sub-Station,Under Hojai Electrical sub-Division 60 days 3,75,000/- 300 Lakh NG/ 24X7 / 4 Construction

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.

3.0 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.

The insulator shall be in one piece.

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

xii) 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

xiii) MARKING

Each insulator shall be legibly and indelibly marked to show the following:

Page 52: SCHEME: 24x7 POWER SUPPLY - APDCL · 132 KV Sankardev Nagar GSS to Hojai 33/11KV Sub-Station,Under Hojai Electrical sub-Division 60 days 3,75,000/- 300 Lakh NG/ 24X7 / 4 Construction

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"

f) The marking on insulator shall be printed and shall be applied before suitably.

3 TESTS:

3.1 Type Tests

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

i) Verification of dimensions

ii) Thermal mechanical performance test

iii) Power frequency voltage withstand and flashover test (i) dry (ii) wet

iv) Impulse voltage withstand and flashover test (dry)

v) Visible discharge test (dry)

vi) RIV test (dry)

vii) Mechanical failing Load Test (for pin insulator only)

viii) 24 hrs. mechanical strength test (for strain I string insulator only)

3.2 Acceptance Tests

i) Visual examination

ii) Verification of dimensions

iii) Temperature cycle test

iv) Galvanizing test

v) Mechanical performance test

vi) Test on locking device for ball and socket coupling

vii) Eccentricity test

viii) Metallurgical test

ix) Grain size

x) Inclusion rating

xi) Chemical analysis

xii) Microstructure

xiii) Mechanical failing load test (for Pin Insulator only)

Page 53: SCHEME: 24x7 POWER SUPPLY - APDCL · 132 KV Sankardev Nagar GSS to Hojai 33/11KV Sub-Station,Under Hojai Electrical sub-Division 60 days 3,75,000/- 300 Lakh NG/ 24X7 / 4 Construction

xiv) Electro-mechanical strength test (for Strain insulator only)

xv) Porosity test

xvi) Puncture test (for strain Insulator only)

4.1 Routine Tests

i) Visual Inspection

ii) Mechanical routine test for Strain Insulator only)

iii) Electrical routine test (for Strain Insulator only)

4.2 Tests During Manufacture

On all components as applicable

i) Chemical analysis of zinc used for galvanizing

ii) Chemical analysis, mechanical, metallographic test and magnetic particle inspection for malleable castings.

iii) Chemical analysis hardness tests and magnetic particle inspection for forgings

iv) 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 dispatch.

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

Page 54: SCHEME: 24x7 POWER SUPPLY - APDCL · 132 KV Sankardev Nagar GSS to Hojai 33/11KV Sub-Station,Under Hojai Electrical sub-Division 60 days 3,75,000/- 300 Lakh NG/ 24X7 / 4 Construction

at random from the packed lot for carrying out acceptance tests.

5.3 After placement of award, the Contractor shall submit fully dimensioned insulator drawings containing all the details, in four (4) copies to Owner for approval. After getting approval from Owner and successful completion of all the type tests, the Contractor shall submit 20 more copies of the same drawing to the Owner for further distribution and field use at Owner's end

TECHNICAL SPECIFICATION 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 s train insulator of ball & socket type.

The fitting shall consist of the following component conforming to relevant IS or equivalent international specifications:

i) Cross arm strap conforming to IS: 2486 (Pt-II)-1989.

ii) 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.

iii) Aluminum alloy thimble socket made out of permanent mould cast, high strength aluminum 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

iv) Helically formed dead-end grip having a pre-fabricated loop to fit into 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:

Page 55: SCHEME: 24x7 POWER SUPPLY - APDCL · 132 KV Sankardev Nagar GSS to Hojai 33/11KV Sub-Station,Under Hojai Electrical sub-Division 60 days 3,75,000/- 300 Lakh NG/ 24X7 / 4 Construction

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.

TECHNICAL SPECIFICATION FOR POLYMERIC 33kV AND 11kV PIN INSULATOR

1.0 SCOPE:

This specification covers design, manufacture, testing at manufacturer’s works, transport to s ite, storage, insurance, erection and commissioning of polymeric 33KV pin insulator for 33kV & 11kV lines.

2.0 STAND ARDS:

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 GENER AL REQUIREMENTS:

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.

The insulator shall be in one piece.

The dimensions of the pins insulator shall be as follows:

33 KV 11KV

i) Composite insulator length 310 mm 210 MM

ii) Failing minimum load 10 KN 5 KN

iii) Creepage distance (min) mm 925 mm 580 mm iv) Dry power frequency 1 min withstand voltage 70 kV (RMS) 70 kV(RMS) v) Wet power frequency 1 min withstand voltage 70 kV (RMS) 70 KV(RMS)

vi) Dry lightning impulse withstand voltage 170 Kvp 145 Kvp

4.0 TESTS:

Pin shall comply with the following tests.

Page 56: SCHEME: 24x7 POWER SUPPLY - APDCL · 132 KV Sankardev Nagar GSS to Hojai 33/11KV Sub-Station,Under Hojai Electrical sub-Division 60 days 3,75,000/- 300 Lakh NG/ 24X7 / 4 Construction

4.1 Type Tests:

i) Visual examination test

ii) Verification of dimensions

iii) Checking of threads

iv) Galvanizing test

v) Mechanical strength tests

4.2 Routine Test:

i) Visual examination test

4.3 Acceptance Tests:

Checking of threads on heads

i) Galvanizing test

ii) Mechanical test

5.0 INSPECTION:

All tests and inspections or shall be carried out at the place of manufacturers unless otherwise agreed by the purchaser and the manufacturers at the time of purchase. A manufacturer shall afford the inspector or third party nominee representing the purchaser all reasonable facilities, without charge to satisfy that the materials are being purchased as per specification. The purchaser reserved the right to have the test carried out at his co.st by an independent agency, whenever there is dispute regarding the quality of the materials supplied.

6.0 MARKING:

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

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 Galvanised and shall be of circular Cross-section with bow, thimble, nuts and bolts. The Rods shall be threaded at one end up to a minimum of 30 cm length and shall be complete with Galvanised M.S. Anchor Plates with all necessary accessories. All parts shall be heavily galvanised.

Page 57: SCHEME: 24x7 POWER SUPPLY - APDCL · 132 KV Sankardev Nagar GSS to Hojai 33/11KV Sub-Station,Under Hojai Electrical sub-Division 60 days 3,75,000/- 300 Lakh NG/ 24X7 / 4 Construction

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 galvanised

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 ratchet lock nuts, grooves must match the grooves at bow flange

XI) One check nut.

XII) Materials H.S.

XIII) Component well galvanised 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 galvanised.

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 galvanised.

Inspection:

5.5. 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.

Page 58: SCHEME: 24x7 POWER SUPPLY - APDCL · 132 KV Sankardev Nagar GSS to Hojai 33/11KV Sub-Station,Under Hojai Electrical sub-Division 60 days 3,75,000/- 300 Lakh NG/ 24X7 / 4 Construction

6.0 Marking

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

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 requirement 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.

Page 59: SCHEME: 24x7 POWER SUPPLY - APDCL · 132 KV Sankardev Nagar GSS to Hojai 33/11KV Sub-Station,Under Hojai Electrical sub-Division 60 days 3,75,000/- 300 Lakh NG/ 24X7 / 4 Construction

5.0 Tests:

5.1 Chemical Analysis: Unless otherwise agreed to between the purchaser and the supplier, the chemical analysis shall 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 finalized strand shall be not less than 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 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 inner part of the coil, bearing 'the following information.

a. Manufacturer's name or trade mark

b. Lot number and coil number

c. A brief description and quality of the materials.

d. Weight and

e. Any other particulars specified by the purchaser

f. Name of the project .

6.2 The label may also be marked with the ISI certification mark.

7.0 Inspection:

The test should be carried out in presence of the inspecting officer deputed by purchaser or third party nominee and the test should be in conformity with relevant IS.

Page 60: SCHEME: 24x7 POWER SUPPLY - APDCL · 132 KV Sankardev Nagar GSS to Hojai 33/11KV Sub-Station,Under Hojai Electrical sub-Division 60 days 3,75,000/- 300 Lakh NG/ 24X7 / 4 Construction

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 TESTS:

All insulators shall comply with the following test as per IS: 5300

5.1 Routine Test:

The following shall be carried out as, routine test.

4.2 Visual Examination

Every insulator shall be visually examined. The insulators shall be free from physical distortion of shape and defects, and thoroughly verified and smoothly

Page 61: SCHEME: 24x7 POWER SUPPLY - APDCL · 132 KV Sankardev Nagar GSS to Hojai 33/11KV Sub-Station,Under Hojai Electrical sub-Division 60 days 3,75,000/- 300 Lakh NG/ 24X7 / 4 Construction

glazed. They should be free from cracks or any other defects likely to be prejudicial to the satisfactory performance in service.

4.3 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 is to be agreed to between the purchaser and the supplier.

4.4 Acceptance Test (to be conducted in the following order)

i. Verification of Dimensions

ii. Temperature cycle test

iii. Mechanical strength test

iv. Porosity test

The number of samples for acceptance test shall be in accordance to IS: 5300.

4.5 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.

Page 62: SCHEME: 24x7 POWER SUPPLY - APDCL · 132 KV Sankardev Nagar GSS to Hojai 33/11KV Sub-Station,Under Hojai Electrical sub-Division 60 days 3,75,000/- 300 Lakh NG/ 24X7 / 4 Construction

8.0 Drawing

Drawing specifically showing all dimensions is to be submitted along with technical bid.

TECHNICAL SPECIFICATION FOR G.I. WIRE

1.0 Scope

This specification covers the manufacturing, testing at works, transport to site, insurance, storage, erection and commissioning of Galvanised Iron Wire of sizes 4 mm and 5 mm diameter.

2.0 General requirements

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 when 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.

Page 63: SCHEME: 24x7 POWER SUPPLY - APDCL · 132 KV Sankardev Nagar GSS to Hojai 33/11KV Sub-Station,Under Hojai Electrical sub-Division 60 days 3,75,000/- 300 Lakh NG/ 24X7 / 4 Construction

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.

TECHNICAL SPECIFICATION FOR 33kV & 11kV LIGHTNING

ARRESTORS

1.0 SCOPE

2.0 This Section covers the specifications for design, manufacture, shop &

laboratory testing before dispatch of 33 kV and 11 kV 10 kA, Station class

heavy duty, gapless metal (zinc) oxide Surge Arrestors complete with

fittings & accessories.

3.0 STANDARDS

The design, manufacture and performance of Surge Arrestors shall comply with

IS: 3070(Part-3)/1993 unless otherwise specifically specified in this Specification

4.0 GENERAL REQUIREMENT

i) The surge arrestor shall draw negligible current at operating voltage and at the same time offer least resistance during the flow of surge current.

ii) The surge arrestor shall consist of non-linear resistor elements placed in series and housed in electrical grade porcelain housing/silicon polymeric of specified creepage distance.

iii) The assembly shall be hermetically sealed with suitable rubber gaskets with effective sealing system arrangement to prevent ingress of moisture.

Page 64: SCHEME: 24x7 POWER SUPPLY - APDCL · 132 KV Sankardev Nagar GSS to Hojai 33/11KV Sub-Station,Under Hojai Electrical sub-Division 60 days 3,75,000/- 300 Lakh NG/ 24X7 / 4 Construction

iv) The surge arrestor shall be provided with line and earth terminals of suitable size. The ground side terminal of surge arrestor shall be connected with 25x6 mm galvanized strip, one end connected to the surge arrestor and second end to a separate ground electrode. The bidder shall also recommend the procedure which shall be followed in providing the earthing/system to the Surge Arrestor.

v) The surge arrestor shall not operate under power frequency and temporary over voltage conditions but under surge conditions, the surge arrestor shall change over to the conducting mode.

vi) The surge arrestor shall be suitable for circuit breaker performing 0-0.3sec.-CO-3min-CO- duty in the system.

vii) Surge arrestors shall have a suitable pressure relief system to avoid damage to the porcelain/ silicon polymeric housing and providing path for flow of rated fault currents in the event of arrestor failure.

viii) The reference current of the arrestor shall be high enough to eliminate the influence of grading and stray capacitance on the measured reference voltage.

ix) The Surge Arrestor shall be thermally stable and the bidder shall furnish a copy of thermal stability test with the bid.

x) The arrestor shall be capable of handling terminal energy for high surges, external pollution and transient over voltage and have low losses at operating voltages.

5.0 ARRESTOR HOUSING

i) The arrestor housing shall be made up of silicon polymeric housing and shall be homogenous, free from laminations, cavities and other flaws of imperfections that might affect the mechanical and dielectric quality. The housing shall be of uniform brown colour, free from blisters, burrs and other similar defects.

Arrestors shall be complete with insulating bases, surge counters with leakage current meters (33 KV LA) and terminal connectors.

ii) The housing shall be so coordinated that external flashover shall not occur due to application of any impulse or switching surge voltage up to the maximum

design value for arrestor. The arrestors shall not fail due to contamination. The arrester housings shall be designed for pressure relief class as given in Technical Parameters of the specification.

iii) Sealed housings shall exhibit no measurable leakage.

6.0 FITTINGS & ACCESSORIES

i) The surge arrestor shall be complete with insulating bases, surge counters with

leakage current meters (for 33 KV LA) and terminal connectors.

ii) The terminals shall be non-magnetic, corrosion proof, robust and of adequate

size and shall be so located that incoming and outgoing connections are made

with minimum possible bends. The top metal cap and base of surge arrestor shall

Page 65: SCHEME: 24x7 POWER SUPPLY - APDCL · 132 KV Sankardev Nagar GSS to Hojai 33/11KV Sub-Station,Under Hojai Electrical sub-Division 60 days 3,75,000/- 300 Lakh NG/ 24X7 / 4 Construction

be galvanized. The line terminal shall have a built in clamping device which can

be adjusted for both horizontal and vertical takeoff.

7.0 SURGE MONITOR

i) A self-contained discharge counter suitably enclosed for outdoor use and requiring no auxiliary or battery supply for operation shall be provided for each single pole unit. Leakage current meter with suitable scale range to measure leakage current of surge arrestor shall also be supplied within the same enclosure. The number of operations performed by the arrestor shall be recorded by a suitable cyclometric counter and surge monitor shall be provided with an inspection window. There shall be a provision for putting ammeter to record the current/alarm contacts in the control room if the leakage current exceeds the permitted value. Similar provision shall be considered for surge counter also.

ii) Surge monitor shall be mounted on the support structure at a suitable height so that the reading can be taken from ground level through the inspection window and length of connecting leads up to grounding point and bends are minimum.

iii) Surge monitor shall have to be provided for 33 KV class only.

8.0 TESTS

i) Test on Surge Arrestors

The Surge Arrestors offered shall be type tested and shall be subjected to routine and acceptance tests in accordance with IS: 3070 (Part-3) or equivalent international specifications. In addition, the suitability of the Surge Arrestors shall also be established for the following:

a) Residual voltage test

b) Reference voltage test

c) Leakage current at M.C.O.V

d) P.D. test

e) Sealing test

f) Thermal stability test

g) Aging and Energy capability test

h) Watt loss test

Each metal oxide block shall be tested for guaranteed specific energy capability in addition to routine/acceptance test as per IEC/IS.

ii) The surge arrestor housing shall also be type tested and shall be subjected to routine and acceptance tests in accordance with IS: 2071 or equivalent international specifications.

iii) Galvanization Test

All Ferrous parts exposed to atmospheric condition shall have passed the type tests and be subjected to routine and acceptance tests in accordance with IS: 2633 & IS 6745.

Page 66: SCHEME: 24x7 POWER SUPPLY - APDCL · 132 KV Sankardev Nagar GSS to Hojai 33/11KV Sub-Station,Under Hojai Electrical sub-Division 60 days 3,75,000/- 300 Lakh NG/ 24X7 / 4 Construction

9.0 NAME PLATE

i) The name plate attached to the arrestor shall carry the following information:

a) Rated Voltage

b) Continuous Operation Voltage

c) Normal discharge current

d) Pressure relief rated current

e) Manufacturers Trade Mark

f) Name of Sub-station

g) Year of Manufacturer

h) Name of the manufacture

i) Purchase Order Number along with date

10.0 PRE-COMMISSIONING TESTS

i) Contractor shall carry out following tests as pre-commissioning tests. Contractor shall also perform any additional test based on specialties of the items as per the field instructions of the equipment Supplier or Employer without any extra cost to the Employer. The Contractor shall arrange all instruments required for conducting these tests along with calibration certificates and shall furnish the list of instruments to the Employer for approval.

a) Operation check of LA counters.

b) Insulation resistance measurement.

c) Capacitance and Tan delta measurement of individual stacks.

d) Third harmonic resistive current measurement (to be conducted after energisation).

11.0 TYPE AND RATINGS

Sl

No.

Particulars

Voltage class

33 kV 11 kV

1 Rated voltage of arrester, kV 30 9

2 Rated frequency, Hz 50 50

3 Nominal discharge current of arrester, kA 10 10

4 Maximum residual voltage at nominal

discharge current, kV (peak)

108 40

5 Maximum steep current impulse residual

voltage at kV (kVp)

130 50

6 One minute power frequency withstand

voltage of arrester insulation, kV (rms)

70 28

7 1.2 / 50 second impulse withstand

voltage of arrester insulation, kV (peak)

170 95

9 Line discharge class 2 2

Page 67: SCHEME: 24x7 POWER SUPPLY - APDCL · 132 KV Sankardev Nagar GSS to Hojai 33/11KV Sub-Station,Under Hojai Electrical sub-Division 60 days 3,75,000/- 300 Lakh NG/ 24X7 / 4 Construction

10 Insulator Housing

a) Power frequency withstand test voltage

(wet) (kV rms) 70 28

b) Lightning impulse withstand tests

voltage(KVp) 170 95

c) Pressure Relief Class 40 40

d) Creepage distance not less than (mm) 900 400

Page 68: SCHEME: 24x7 POWER SUPPLY - APDCL · 132 KV Sankardev Nagar GSS to Hojai 33/11KV Sub-Station,Under Hojai Electrical sub-Division 60 days 3,75,000/- 300 Lakh NG/ 24X7 / 4 Construction

TECHNICAL SPECIFICATION OF 33KV AND 11KV GANG OPERATED SWITCH

1.0 SCOPE

1.1. This specification is intended to cover design manufacture, testing at manufacturer’s works, transport to site, insurance, storage, erection and commissioning of 33 KV and11 KV gang operated switch (Isolators) with all fittings and accessories.

1.2. The Isolators are for outdoor installation suitable for both vertically and horizontally mounting on mounting structures or M.S. Channel and for use at sectionalizing/tapping points of 33 KV lines and at 33/11 KV sub-stations.

1.3. 33 KV isolators shall be supplied with Earth Switch as and where specified.

1.4. The successful bidders shall supply the necessary drawings and instructions for installation and commission of the Isolators.

2.0 CONSTRUCTIONAL DETAILS

2.1. The vertically mounted gang switches shall be manually operated triple pole type with single break operation. The operation of the equipment shall be through forward and backward motion of the mid-pole post insulator. The contacts shall be made of silver faced hard drawn copper.

2.2. The horizontally mounted switches, with or without earth switches shall have rotating blade features and pressure reliving features. Such isolators are required to be double break; three posts per phase, single through, gang operated three phase type. All isolators with/without earth switch shall operate through 900 from their fully closed position to fully open position

2.3. The switch shall be fitted with arcing horns and the horns shall be easily replaceable.

All isolators shall be provided with suitably rated terminal connectors to directly receive ACSR conductor of required size. The termination shall have at least 3 pairs of holes to hold the conductor tight with nuts & bolts. The terminals shall conform to all the test requirements of IS: 5561 or equivalent international specifications and shall be designed as to avoid bimetallic corrosion.

2.4. The operating rod shall comprise of not less than 40 mm (nominal bore) Galvanised steel pipe as per IS 1161-1979. The length of the operating rod shall be suitable for operation as per installation methods. The rod shall be so threaded that the length can be adjusted.

2.5. The horizontal operation shaft shall be of solid Galvanised steel of square section suitable for fitting the insulator base of the switch. Length of the rod shall be such as to maintain the phase clearance as per I.S.

2.6. The operating handle shall have OFF/ON locking arrangement and provision for earthing the equipment.

2.7. The gang operating switch shall be provided with three post insulators per phase conforming to IS 5350 (Pt-III)-1971. The cast iron post shall be embedded in the insulators with sulphur cement. For embedded components, pull out strength should be such as to result in breakings of the porcelain insulators, the beam strength shall be as per relevant T.S. Creepage distance shall not be less than 900 mm and 300 mm for 33KV and 11 KV isolators respectively.

2.8. All similar materials and removable parts of similar equipments shall be interchangeable with each other.

3.0 APPLICABLE STANDARD

Page 69: SCHEME: 24x7 POWER SUPPLY - APDCL · 132 KV Sankardev Nagar GSS to Hojai 33/11KV Sub-Station,Under Hojai Electrical sub-Division 60 days 3,75,000/- 300 Lakh NG/ 24X7 / 4 Construction

3.1. Unless otherwise stipulated in this specification, the Gang operated switch shall conform to IS. 9920 (Pt-I to Pt-IV).

4.0 FAILURE TO MEET GUARANTEES & SPECIFICATION REQUIREMENTS

4.1. If after installation, the operation of the switch proven to be unsatisfactory, to the purchaser, the Bidder shall have to take back or replace.

5.0 TEST AND INSPECTION

5.1. The switches shall be subjected to the following type test in accordance to with IS: 9920 or equivalent international specifications.

i) Dielectric test (impulse and one minute) power frequency withstands voltage.

ii) Temperature rise test

iii) Rated off load breaking current capacity

iv) Rated active load breaking capacity

v) Rated line charging breaking capacity

vi) Rated short time current

vii) Rated peak withstand current

viii) Mechanical and Electrical Endurance

5.2. The equipment shall be subjected to the following routine test.

i) Power frequency voltage dry test

ii) Measurement of resistance of the main circuit

iii) Operating test.

5.3. The porcelain will have pull out test for embedded component and beam strength of porcelain base.

5.4. The manufacturer shall afford the inspection representing the purchaser or third party nominee all reasonable facilities, with charge, to satisfy him that the material is being furnished in accordance with this specification.

The purchaser has the right to have the test carried out at his own cost by an independent agency whenever there is dispute regarding the quality of supply.

6.0 GUARANTEE

The Bidder shall offer equipment performance guarantee for a minimum period of 1 year from the date of commissioning.

Any damaged part or defective part of the equipment, the bidder has to replace at his cost.

7.0 TECHNICAL SPECIFICATION

Sl No SYSTEM DETAILS

1.1 Nominal system voltage, KV 33 11

1.2 Highest system voltage, KV 36 12

1.3 Nominal frequency, Hz 50 50

2.0 GENERAL SPECIFICATION

2.1 Rated voltage, KV 36 12

2.2 Rated frequency, Hz 50 50

2.3 Rated normal current, Amp 400 A, 630, 800A

2.4 Rated lightning impulse withstand voltage

Page 70: SCHEME: 24x7 POWER SUPPLY - APDCL · 132 KV Sankardev Nagar GSS to Hojai 33/11KV Sub-Station,Under Hojai Electrical sub-Division 60 days 3,75,000/- 300 Lakh NG/ 24X7 / 4 Construction

i) To earth and between pole, KV (Peak)

ii) Across the isolating distance, KV (Peak)

170

195

75

2.5 Power frequency one minute

withstand voltage,

i) To earth and between pole, KV (RMS)

ii) Across the isolating distance, KV (RMS)

70

80

28

2.6 Temperature rise -as per relevant IS-

2.7 Rated short time current 3 Sec, KA 25 16

2.8 Rated active load break capacity, Amps 400 200

2.9 Transformer OFF-Load current

breaking capacity, Amps

10 10

2.10 Rated line changing breaking

capacity, A(rms)

6.3 6.3

2.11 Rated Peak withstand current 25 KA 16

2.12 Electrical endurance 20 operations for

400 A ,200

operation

for 200 A

2.13 Mechanical endurance 1000 operation

2.14 Minimum insulator creepage distance, mm 900 300

TECHNICAL SPECIFICATION FOR 33KV & 11KV ISOLATORS

1.0 SCOPE

1.1. This section of the specification is intended to cover design specifications for manufacture and testing of 33 KV and 11 KV gang operated switch (Isolators) with all fittings and accessories.

1.2. The Isolators are for outdoor installation suitable for horizontal/vertical mounting on mounting structures and for use at sub-stations.

1.3. Isolators shall be supplied with Earth Switch as and where specified.

2.0 GENERAL

2.1. The Isolators and accessories shall conform in general to IS 9921 (or IEC: 62271-102) except to the extent explicitly modified in specification.

2.2. All isolating switches and earthing switches shall have rotating blades and pressure releasing contacts. All isolating and earth switches shall operate through 90 angle

from closed position to fully open position.

2.3. Complete isolator with all the necessary items for successful operation shall be supplied including but not limited to the following:

i) Isolator assembled with complete base frame, linkages, operating mechanism, control cabinet, interlocks etc.

ii) All necessary parts to provide a complete and operable isolator installation, control parts and other devices whether specifically called for herein or not.

iii) The isolator shall be designed for use in the geographic and meteorological conditions as given in Section 1.

3.0 DUTY REQUIREMENTS

Page 71: SCHEME: 24x7 POWER SUPPLY - APDCL · 132 KV Sankardev Nagar GSS to Hojai 33/11KV Sub-Station,Under Hojai Electrical sub-Division 60 days 3,75,000/- 300 Lakh NG/ 24X7 / 4 Construction

3.1. Isolators and earth switches shall be capable of withstanding the dynamic and thermal effects of the maximum possible short circuit current of the systems in their closed position. They shall be constructed such that they do not open under influence of short circuit current.

3.2. The earth switches, wherever provided, shall be mechanically interlocked so that the earth switches can be operated only when the isolator is open and vice versa. The constructional interlocks shall be built in construction of isolator and shall be in addition to the electrical and mechanical interlocks provided in the operating mechanism.

3.3. In addition to the constructional interlock, isolator and earth switches shall have provision to prevent their electrical and manual operation unless the associated and other interlocking conditions are met. All these interlocks shall be of failsafe type. Suitable individual interlocking coil arrangements shall be provided. The interlocking coil shall be suitable for continuous operation from DC supply and within a variation range as stipulated elsewhere in this specification.

3.4. The earthing switches shall be capable of discharging trapped charges of the associated lines.

3.5. The isolator shall be capable of making/breaking normal currents when no significant change in voltage occurs across the terminals of each pole of isolator on account of make/break operation.

3.6. The isolator shall be capable of making/breaking magnetising current of 0.7A at 0.15 power factor and capacitive current of 0.7A at 0.15 power factor at rated voltage.

4.0 CONSTRUCTIONAL DETAILS

4.1. All isolating switches and earthing switches shall have rotating blades and pressure releasing contacts. All isolating and earth switches shall operate through 90 angle

from closed position to fully open position.

4.2. Contacts:

i) The contacts shall be self-aligning and self-cleaning and so designed that binding cannot occur after remaining closed for prolonged periods of time in a heavily polluted atmosphere.

ii) No undue wear or scuffing shall be evident during the mechanical endurance tests. Contacts and spring shall be designed so that readjustments in contact pressure shall not be necessary throughout the life of the isolator or earthing switch. Each contact or pair of contacts shall be independently sprung so that full pressure is maintained on all contacts at all time.

iii) Contact springs shall not carry any current and shall not lose their characteristics due to heating effects.

iv) The moving contact of double break isolator shall have turn-and -twist type or other suitable type of locking arrangement to ensure adequate contact pressure.

4.3. Blades:

i) All metal parts shall be of non-rusting and non-corroding material. All current carrying parts shall be made from high conductivity electrolytic copper/aluminium. Bolts, screws and pins shall be provided with lock washers. Keys or equivalent locking facilities if provided on current carrying parts shall be made of copper silicon alloy or stainless steel or equivalent. The bolts or pins used in current carrying parts shall be made of non-corroding material. All ferrous castings except current carrying parts shall be made of malleable cast iron or cast-steel. No grey iron shall be used in the manufacture of any part of the isolator.

Page 72: SCHEME: 24x7 POWER SUPPLY - APDCL · 132 KV Sankardev Nagar GSS to Hojai 33/11KV Sub-Station,Under Hojai Electrical sub-Division 60 days 3,75,000/- 300 Lakh NG/ 24X7 / 4 Construction

ii) The live parts shall be designed to eliminate sharp joints, edges and other corona producing surfaces, where this is impracticable adequate corona shield shall be provided..

iii) Isolators and earthing switches including their operating parts shall be such that they cannot be dislodged from their open or closed positions by short circuit forces, gravity, wind pressure, vibrations, shocks, or accidental touching of the connecting rods of the operating mechanism.

iv) The switch shall be designed such that no lubrication of any part is required

except at very infrequent intervals i.e. after every 1000 operations or after 5 years

whichever is earlier.

4.4. Insulators:

i) The insulator shall conform to IS: 2544 and/or IEC-60168. The insulators shall have a minimum cantilever strength of 400 kg for 33/11 kV insulators respectively.

ii) Pressure due to the contact shall not be transferred to the insulators after the main blades are fully closed.

4.5. Base:

Each isolator shall be provided with a complete galvanised steel base provided with holes and designed for mounting on a supporting structure.

5.0 EARTHING SWITCHES

5.1. Where earthing switches are specified these shall include the complete operating mechanism and auxiliary contacts.

5.2. The earthing switches shall form an integral part of the isolator and shall be mounted on the base frame of the isolator.

5.3. The earthing switches shall be mechanically interlocked with the isolator so that the earthing switches can be operated only when the isolator is open and vice versa. The mechanical interlocks shall be built in construction of isolator and shall be in addition to the electrical interlocks.

Suitable mechanical arrangement shall be provided for de-linking electrical drive for mechanical operation.

5.4. Each earth switch shall be provided with flexible copper/aluminum braids for connection to earth terminal. These braids shall have the same short time current carrying capacity as the earth blade. The transfer of fault current through swivel connection will not be accepted.

5.5. The frame of each isolator and earthing switches shall be provided with two reliable earth terminals for connection to the earth mat.

5.6. Isolator design shall be such as to permit addition of earth switches at a future date. It should be possible to interchange position of earth switch to either side.

5.7. The earth switch should be able to carry the same fault current as the main blades of the Isolators and shall withstand dynamic stresses.

6.0 OPERATING MECHANISM

6.1. The bidder shall offer manual operated Isolators and earth switches.

6.2. Control cabinet/operating mechanism box shall be made of aluminum sheet of adequate thickness (minimum 3 mm).

Page 73: SCHEME: 24x7 POWER SUPPLY - APDCL · 132 KV Sankardev Nagar GSS to Hojai 33/11KV Sub-Station,Under Hojai Electrical sub-Division 60 days 3,75,000/- 300 Lakh NG/ 24X7 / 4 Construction

6.3. Gear should be of forged material suitably chosen to avoid bending/jamming on operation after a prolonged period of non-operation. Also all gear and connected material should be so chosen/surface treated to avoid rusting.

7.0 OPERATION

7.1. The main Isolator and earth switches shall be gang operated.

7.2. The design shall be such as to provide maximum reliability under all service conditions. All operating linkages carrying mechanical loads shall be designed for negligible deflection. The length of inter insulator and interpole operating rods shall be capable of adjustments, by means of screw thread which can be locked with a lock nut after an adjustment has been made. The isolator and earth switches shall be provided with “over center” device in the operating mechanism to prevent accidental opening by wind, vibration, short circuit forces or movement of the support structures.

7.3. Each isolator and earth switch shall be provided with a manual operating handle enabling one man to open or close the isolator with ease in one movement while standing at ground level. Detachable type manual operating handle shall be provided. Suitable provision shall be made inside the operating mechanism box for parking the detached handles. The provision of manual operation shall be located at a height of 1000 mm from the base of isolator support structure.

7.4. The isolator shall be provided with positive continuous control throughout the entire cycle of operation. The operating pipes and rods shall be sufficiently rigid to maintain positive control under the most adverse conditions and when operated in tension or compression for isolator closing. They shall also be capable of withstanding all torsional and bending stresses due to operation of the isolator. Wherever supported the operating rods shall be provided with bearings on either ends. The operating rods/ pipes shall be provided with suitable universal couplings to account for any angular misalignment.

7.5. All rotating parts shall be provided with grease packed roller or ball bearings in sealed housings designed to prevent the ingress of moisture, dirt or other foreign matter. Bearings pressure shall be kept low to ensure long life and ease of operation. Locking pins wherever used shall be rustproof.

7.6. Signaling of closed position shall not take place unless it is certain that the movable contacts, have reached a position in which rated normal current, peak withstand current and short time withstand current can be carried safely. Signaling of open position shall not take place unless movable contacts have reached a position such that clearance between contacts is at least 80% of the isolating distance.

7.7. The position of movable contact system (main blades) of each of the Isolators and earthing switches shall be indicated by a mechanical indicator at the lower end of the vertical rod of shaft for the Isolators and earthing switch. The indicator shall be of metal and shall be visible from operating level.

7.8. The contractor shall furnish the following details along with quality norms, during detailed engineering stage.

i) Current transfer arrangement from main blades of isolator along with millivolt drop immediately across transfer point.

ii) Details to demonstrate smooth transfer of rotary motion from motor shaft to the insulator along with stoppers to prevent over travel.

8.0 TEST AND INSPECTION

8.1. The switches shall be subjected to the following type test in accordance to with IS: 9920 or equivalent international specifications.

i) Dielectric test (impulse and one minute) power frequency withstands voltage.

Page 74: SCHEME: 24x7 POWER SUPPLY - APDCL · 132 KV Sankardev Nagar GSS to Hojai 33/11KV Sub-Station,Under Hojai Electrical sub-Division 60 days 3,75,000/- 300 Lakh NG/ 24X7 / 4 Construction

ii) Temperature rise test

iii) Rated off load breaking current capacity

iv) Rated active load breaking capacity

v) Rated line charging breaking capacity

vi) Rated short time current

vii) Rated peak withstand current

viii) Mechanical and Electrical Endurance

8.2. The equipment shall be subjected to the following routine test.

i) Power frequency voltage dry test

ii) Measurement of resistance of the main circuit

iii) Operating test.

8.3. The porcelain will have pull out test for embedded component and beam strength of porcelain base.

9.0 CONNECTORS

9.1. Each isolator shall be provided with appropriate number of bimetallic clamping type connectors as detailed in the schedule of requirement. The maximum length of jumper that may be safely connected or any special instruction considered necessary to avoid under loads on the post isolators should be stated by the Bidder.

10.0 SUPPORTING STRUCTURES

10.1. All isolators and earthing switches shall be rigidly mounted in an upright position on their own supporting structures. Details of the supporting structures shall be furnished by the successful Bidder. The isolators should have requisite fixing details ready for mounting them on switch structures.

11.0 PRE-COMMISSIONING TESTS

11.1. Contractor shall carry out following tests as pre-commissioning tests. Contractor shall also perform any additional test based on specialties of the items as per the field instructions of the equipment Supplier or Employer without any extra cost to the Employer. The Contractor shall arrange all instruments required for conducting these tests along with calibration certificates and shall furnish the list of instruments to the Employer for approval.

i) Insulation resistance of each pole.

ii) Manual operation and interlocks.

iii) Insulation resistance of control circuits and motors.

iv) Ground connections.

v) Contact resistance.

vi) Proper alignment so as to minimise to the extreme possible the vibration during operation.

vii) Measurement of operating Torque for isolator and Earth switch.

viii) Resistance of operating and interlocks coils.

ix) Functional check of the control schematic and electrical & mechanical interlocks.

x) 50 operations test on isolator and earth switch.

12.0 TECHNICAL DATA SHEET FOR ISOLATORS

Page 75: SCHEME: 24x7 POWER SUPPLY - APDCL · 132 KV Sankardev Nagar GSS to Hojai 33/11KV Sub-Station,Under Hojai Electrical sub-Division 60 days 3,75,000/- 300 Lakh NG/ 24X7 / 4 Construction

SL. No. Technical Particulars Isolators class

33 kV 11Kv

1 Nominal system voltage, kV 33 11

2 Highest system voltage, kV 36 12

3 Rated frequency, Hz. 50 50

4. Type of Isolator Double Break,

center pole rotating

Double Break,

center pole

rotating

5 Rated continuous current, A 630 630/400 A

6 Rated short time current, kA for

3sec

25 16

7 Rated duration of short time

current, Second

3 3

8 Rated lightning impulse withstand

voltage, kV (peak)

i) To earth & between poles

ii) Across isolating distance

170

170

95

95

9 Rated 1 minute power frequency

withstand voltage, kV (rms)

i) To earth & between poles

ii) Across isolating distance

70

80

28

40

10 Minimum creepage distance of

insulators, mm

900

400

11 Temperature rise As per relevant IS