ASSAM POWER DISTRIBUTION COMPANY LTD. BID DOCUMENT FOR DEVELOPMENT OF INFRASTRUCTURE FOR POWER SUPPLY TO GREATER TITABOR WATER SUPPLY SCHEME INCLUDING RAILWAY TRACK CROSSINGS BY U/G CABLE UNDER GOLAGHAT ELECTRICAL DIVISION ON “TURNKEY” MODE UNDER GOLAGHAT ELECTRICAL CIRCLE, APDCL (UAR) ON “TURNKEY” MODE SCHEME: “Annual Plan for 2014-15” Package No. GEC/2014-15/01 NIT No.CGM (D)/ APDCL/UAR/TITABOR WSS/2014/01 Page | 2 SECTION -1 NOTICE INVITING TENDER Page | 3 ASSAM POWER DISTRIBUTION CO. LTD UPPER ASSAM REGION NOTICE INVITING RE- TENDER Tender Notice No CGM(D)/APDCL/UAR/TITABOR WSS/2014/01 Sealed Tenders are invited from experienced & financially sound Electrical Contractor(s) (individual or joint venture)/Firm(s) having valid electrical contractor license up to 33kV issued by the competent authority of the Govt. of Assam for construction of 11KV line with A.B. Cable for Greater Titabor WSS under Golaghat Electrical Division, APDCL, UAR including laying of cables through existing Railway track crossing by U/G cable under Annual Plan, 201415.on “Turnkey” mode. Cost of Tender Paper:- Rs 6000.00 (Rupees Six thousand) only in the form of A/C payee Demand Draft/Bankers cheque (non refundable) duly pledged in favour of “ ASSAM POWER DISTRIBUTION COMPANY LIMITED”. Tender papers can be purchased in all working days up to 4.00 Pm w.e.f. 10-03-2015 to 19-03-2015 from the office of the Chief General Manager (D), UAR, APDCL, Bijulee Bhawan,Paltanbazar, 6 th floor Guwahati-1. The bidders who had already submitted their bids may be allowed to withdraw for resubmission or retain the bids already submitted against the above NIT. Details may be seen in the website www.apdcl.gov.in Chief General Manager (D), APDCL, UAR, 6th floor, Bijulee Bhawan. Guwahati-1 Memo No. CGM (D)/APDCL/UAR/TITABOR WSS/2014/01/ Dt. Copy to: 1. 2. 3. 4. 5. 6. 7. . PS to the Chairman, APDCL/AEGCL/APGCL, Bijulee Bhawan for kind appraisal of the Hon‟ble Chairman. The Managing Director), APDCL, Bijulee Bhawan.Paltanbazar, Ghy-1 th The CGM (PP&D), APDCL, 6 floor, Bijiulee Bhawan, Paltanbazaar, Guwahati-1 for favour of information. The GM, Jorhat Zone, APDCL, Jorhat, for information. The DGM, Golaghat Electrical Circle, APDCL (UAR), Golaghat, for information & necessary action. The PRO, ASEB.Bijulee Bhawan.Paltanbazar, Ghy-1. for publication of the above tender in one issue of “The Assam Tribune” and “Dainik Janambhumi”. The OSD to Chairman, Bijiulee Bhawan, Paltanbazaar, Guwahati for publication in the official website. Chief General Manager (D), APDCL, UAR, 6th floor, Bijulee Bhawan. Guwahati-1 Page | 4 ASSAM POWER DISTRIBUTIOM CO. LTD, Upper Assam Region EXTENSION NOTICE Ref:- NIT No.CGM (D)/APDCL/UAR/TITABOR WSS/2014/01/ This is for general information of all the intending bidders that the last date of submission of bids for the above mentioned NIT for construction of 11 KV line by A B cable for Titabar WSS under Golaghat Electrical Division, APDCL is hereby extended as follows with the amendments of item serial no 3.(Vii). (g) Of Bid documents as mentioned hereunder. The bidders must have adequate experience for completion of 5.0 KM LT line by AB Cable. 1. Sale of Tender Paper: - from 10-03-2015 to 19-03-2015 2. Submission of Bid : - up to 13:00 hrs on 24-03-2015 3. Opening of the Techno- Commercial bid: - At 14:00 hrs on 24-03-2015 . The bidders who had already submitted their bids will be allowed to withdraw for resubmission or retain the bids already submitted against the above NIT. Details may be seen in the website www.apdcl.gov.in Chief General Manager (D), UAR, APDCL, 6th floor, Bijulee Bhawan, Paltanbazar, Guwahati-781001 Page | 5 ASSAM POWER DISTRIBUTION CO. LTD UPPER ASSAM REGION NOTICE INVITING RE- TENDER Tender Notice No CGM(D)/APDCL/UAR/TITABOR WSS/2014/01 Sealed Tenders are invited from experienced & financially sound Electrical Contractor(s) (individual or joint venture)/Firm(s) having valid electrical contractor license up to 33kV issued by the competent authority of the Govt. of Assam for construction of 11KV line with A.B. Cable for Greater Titabor WSS under Golaghat Electrical Division, APDCL, UAR including laying of cables through existing Railway track crossing by U/G cable under Annual Plan, 2014-15.on “Turnkey” mode. Tender papers can be purchased in all working days up to 4.00 Pm w.e.f. 10-03-2015 to 19-03-2015 th from the office of the Chief General Manager (D), APDCL, UAR, Bijulee Bhawan, Paltan bazaar, 6 Floor, Guwahati-1. Source of fund: Annual Plan, 2014-15 Eligibility Criteria: 1) Average annual turnover of the bidder for last three consecutive financial years for the works should be as mentioned below and duly certified by registered Chartered Accountant. 2) Past and present performance of the bidder in ASEB in any of its successor companies will be taken into account to decide the eligibility as per clause 4(b) of sec-2. 3) The bidders must have adequate experience in doing similar electrical construction and commissioning work and to be substantiated through certificate issued by an engineer not below the rank of DGM/CEO along with supporting copies of the work executed under any reputed utility/department. Lack of experience of the bidders will render the bid liable for rejection. The certificate should form a part of the Techno-commercial bid. (as per clause no 4 of sec-2. 4) The bidder must not be involved in any litigation with ASEB/ or any successor company of ASEB. The bidder should submit a declaration to that effect. 5) Earnest money should be as mentioned below. However Earnest money deposit (EMD) will be 50% for SC, ST, and OBC bidder subject to submission of caste certificate along with the TechnoCommercial bid of the tender. Average annual Completi Earnest Turnover Package Description of work on Money (Rs in requirement ( Rs period Lacs) in Lacs) Construction of dedicated 11KV line with A B Cable including laying of cables through existing Railway GEC/20142 (two) 3.75 350 track crossing by U/G cable for power supply to Titabor 15/01 months water supply scheme under Golaghat Electrical Division APDCL UAR under annual plan,2014-15 Bid Validity: - 180 days from the date of submission of Bid Cost of Tender Paper for the Package: Rs.6000.00, only against the package, in the form of „A/C Payee Demand Draft/Banker‟s Cheque (non-refundable) duly pledged in favour of “ASSAM POWER DISTRIBUTION COMPANY LIMITED”. Tender paper can be purchased on all working days up to 4.00 Pm w.e.f. 10-03-2015 to 19-03-2015 from the office of the Chief General Manager (D), APDCL (UAR), Bijulee Bhawan, 6 th Floor Guwahati-1. Alternatively, the Bid document can be downloaded from the APDCL‟s website: www.apdcl.gov.in for tender submission purpose. The Bid can be down loaded up to 4 pm of 10-03-2015 to 19-03-2015.The bidder using down loaded document will attach with their Bid an A/C payee demand draft/Banker‟s cheque (non- refundable) of Rs. 6000.00 (Rupees Six thousand) only duly pledged in favour of ASSAM POWER DISTRIBUTION COMPANY LIMITED.Guwahati-1” as cost of the tender paper. Bidder will ensure that the payment instrument submitted against the Bid must be procured on or before the closing date of sale for Bid documents & also ensure Page | 6 that the documents in full is downloaded and used. Any Bid without the payment of cost of tender paper as above will be rejected outright. Date of submission of Tenders: Up to 13-00 Hrs. of 24-03-2015 Date of opening of Bid: Techno commercial bids will be opened at 14-00 Hrs. of 24-03-2015 and the price bid on a date to be notified later on. Terms & Conditions:1. The work should be carried out as per latest REC specification and construction standard. 2. In case of a joint venture firm, the relevant deed in support of joint venture, an agreement duly registered or certified by notary must be submitted along with the bid. In absence of such documents, the tendered form a joint venture firm shall be rejected.(for joint venture requirement refer SL 5 of sec-2) 3. The Techno Commercial and Price bid must be submitted in two separate sealed cover envelope super scribing (a) Tender No. (b) Name of the bidder with full address (c) “TechnoCommercial bid with earnest money” for envelope containing Techno-Commercial bid and “price bid” for envelope containing the price bid.(d) NIT reference number. 4. Rates should be quoted both in figures and words legible and no overwriting will be accepted. 5. Earnest money as stipulated should be submitted with the Techno Commercial bid in the form of Bank Guarantee (BG) of nationalized Bank/NSC/KVP/Term Deposit/FD only, pledged in favour of “ASSAM POWER DISTRIBUTION CO. LTD, Guwahati-1”. Valid up to Oct, 2015. Any tender without earnest money will be rejected outright. 6. Quoted rate should be inclusive of all taxes and duties and firm. Taxes should be shown separately 7. Quote 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 (UAR), Bijulee Bhawan, 6 th floor, Paltanbazar, Guwahati-1 and will be opened on the scheduled date & time in presence of the intending renderers and/or their representative. 9. The Company reserves the right to accept or reject any tender in part or in full or spilt the work or cancel/withdraw the notice inviting tender without assigning any reason thereof whatsoever and in such case, no tendered/intending renderer shall have any claim arising out of such action. 10. In case of SC/ST/OBC bidders the amount will be 50%. 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. Chief General Manager (D), APDCL, UAR, 6th floor, Bijulee Bhawan. Guwahati-1 Memo No. CGM(D)/APDCL/UAR/TITABOR WSS/2014/01/ Copy to: - Dated:- 1. PS to the Chairman, APDCL, AEGCL, APGCLBijulee Bhawan for kind appraisal of the Hon’ble Chairman. 2. the GM, Jorhat Zone, APDCL, Jorhat, for information. 4. The DGM, Golaghat Electrical Circle, APDCL (UAR), Golaghat, for information & necessary action. 5. The PRO, ASEB.Bijulee Bhawan.Paltanbazar, Ghy. for publication of the above tender in one issue of “The Assam Tribune” and “Dainik Janambhumi”. 6. The OSD to MD, APDCL, Bijiulee Bhawan, Paltanbazaar, Guwahati for publication in the official website. Chief General Manager (D), APDCL, UAR, 6th floor, Bijulee Bhawan. Page | 7 SECTION 2 TENDER INVITING PROPOSAL Page | 8 ASSAM POWER DISTRIBUTION COMPANY LTD OFFICE OF THE CHIEF GENERAL MANAGER (D), APDCL, (UAR) GUWAHATI-1 TENDER INVITING PROPOSALS WITH TERMS & CONDITIONS 1. Intent of the Tender Enquiry The intent of the Tender Enquiry is to invite proposals from the prospective and relevantly experienced and financially sound contractor(s) (individual or joint venture)/firms to carry out the works of Construction of 11KV line with A.B. Cable for Greater Titabor WSS under Golaghat Electrical Division, APDCL, UAR including lying of cables through existing Railway track crossing by U/G cable under Annual Plan, 2014-15.on “Turnkey” mode. 2. Scope of Work The various activities under the scope of work shall among other related aspects cover the following. i. Procurement and supply of all materials required for the work. ii. Site unloading, storage and handling of all materials supplied including watch and ward for safe custody. iii. Site fabrication work as per requirement. iv. Submission of implementation schedule from the date of award of contract for: Route survey for laying new line. Erection, testing and commissioning of all materials/equipment supplied/system installed. changing of conductor of a section of existing line 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. Proposed location for the works is to be allotted to the successful bidder by the field officer. 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- A B Cable, Conductor, insulated tapping arrangement kit for HT cable, straight through joint,Termination kit, anchor clamp, suspension clamp, eye hook, eye bolt, earth spike pad connector, HT Stay set, Guy insulator, Stay wire, CI earth pipe, GI wire 8/6 SWG, Nuts & bolts, P S C pole, isolator, LA etc. are to be provided in the Technical Specification Section. Based on this, the vendor shall draw total specification for procurement after approval of Company. iii. All materials supplied shall be erected, protected as per approved standard practice for proposed type of electrical work so as to supply electricity to the consumer most effectively and in an intrinsically safe manner. iv. All equipment supplied and installed shall provide easy and effective: Maintainability Reliability Availability Page | 9 Long life All equipment supplied and installed shall be provided stable and adequate weather protection, system earthing etc. v. All items, which may require frequent opening up/ dismantling for maintenance, shall be adequately sealed against any tampering/ theft etc. vi. All supporting structures shall be of steel as per IS 2602 appropriate grade. vii. Generally supply and erection of materials and system shall meet the requirement of construction standard being followed in the electrification works. vii. Basic qualifying requirement: The prospective bidder must fulfill the following pre-bid qualifying requirement a. The bidder must have valid electrical Contractor License and Supervisor License (HT) up to at least 33KV issued by the Licensing Authority of Govt. of Assam. . b. The bidder must have adequate experience of doing H T/LT Line construction job on turnkey basis of similar works (at least 5 Km). c. Average annual turnover of the bidder for last three consecutive financial years should be at least as per the requirement shown in the table against particular package or packages and the annual turnover should be certified by a registered Chartered Accountant with balance sheet. e. The bidder shall furnish latest Income Tax clearance certificate and sales tax registration and valid Labour License, Employees’ P.F registration and WCT registration Certificate, VAT & Service Tax certificate. 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. The bidder must have adequate experience for completion of 5.0 KM L.T. A.B. Cable which will be one of the major criteria for qualification. Alternatively, the bidder may also tie up with experience vendor and necessary credential for completion of similar job must be submitted in this respect. 4. Joint Venture Requirement i. The bid and, in case of successful Bid, the form of agreement shall be signed so as to be legally binding both the partners. ii. One of the partners shall be authorized to be as the lead partner and this authorization shall be evidence by submitting a Power of Attorney signed by legally authorized signatories of the partners. iii. The lead partner shall be authorized to incur liabilities, receive payments and received instruction for and on behalf of any or all partners of the joint venture and the entire execution of the contract. iv. All the partners of the joint venture shall be jointly and severally liable for the execution of the contract in accordance with the contract terms and a relevant statement to this effect shall be included in the authorization mentioned under (ii) above as well as in the Bid form and the form of agreement ( in case of successful bidder). v. A copy of the agreement entered into by the joint venture partners shall be submitted with the bid. vi. The figure of average annual turnovers for the joint venture partners shall be added together to determine the bidder’s compliance with the minimum average turnover requirement of the package. However, the lead partner must be meeting at least 40% and other partner must be meeting at least 25% of the minimum average annual turnover criteria given in the tender. 5. Other requirements: The Tendered i) Should be acquainted himself or his associate with relevant conditions of the local geography and socioeconomic 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. 6. Submission of bid: The bid shall be submitted in a sealed envelope as follows: Page | 10 a. Techno-commercial bid The Techno Commercial Bid should be submitted in a sealed envelope; Super scribing “ Techno-Commercial bid with EMD” with name of bidder ,full address and NIT reference and under this will be included and defined vendors scope of work, responsibilities, guarantees, specification of equipment(GTP), 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. 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 as per clause 11.3 b. Submission of documents with Technical bids:. a) With bids.i) Detail list of makes and materials offered with catalogues, technical specification with necessary GTPs & drawing of materials, etc. 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 to be substantiated through certificate issued by an engineer not below the rank of DGM/CEO along with supporting copies of the work executed under any reputed utility/department.. 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. ix.) Solvency certificate from Bank. x). Certificate in support of performance of the bidder. xi) Latest VAT registration and clearance certificate, WCT, CST registration certificate, Service Tax registration, Employee Provident Fund and valid labour license. c Earnest Money Deposit (EMD): The Tender must be accompanied with earnest money as mentioned in the NIT against each package to be deposited in the form of Bank Guarantee (BG) of nationalized Bank/ NSC/KVP/Term Deposit/FD/Bank Call Deposit, pledged in favour of “ASSAM POWER DISTRIBUTION CO. LTD. Guwahti-1”. The earnest money should be submitted along with Techno-Commercial Bid. The earnest money to the unsuccessful bidders will be returned after finalization of the bid/issue of work order to successful bidder. d. Price Bid The Price Bid should be submitted in a separate sealed envelope super scribing “price bid” with name of bidder, NIT reference No. Under this will include rates of supply and erection of different items for electrification according to the BOQ. The tender proforma for price Bid is enclosed as Annexure-II. e. Submission of bid Both the envelope should be placed in a bigger envelope duly sealed super scribing name of bidder, NIT reference and address to the CGM (D), APDCL, UAR Bijulee Bhawan, Paltanbazar, Guwahati-1 Note:-: a. If there is discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail and total price should be corrected. If there is a discrepancy between the words and figures, the amount in word should prevail. If the bidder does not accept the correction of the errors as above, his bid will be rejected and the amount of bid guarantee/security will be forfeited. b. No separate declaration offering discount on price will be allowed. Offered price in the price schedule will be final. 7. (A) Estimation of material requirement: The total quantity of materials required is indicated in the BOQ B) Quantity Variation: There may be increase or decrease in quantity of individual item subject to the condition that the corresponding change in total contract value does not increase or decrease by more than 10 % keeping the unit rate of individual material and labour unchanged. Page | 11 8. Award of work: i) The evaluation of bids will be carried out, first of techno-commercial bid and thereafter opening the price bid of only those bidders who qualify and meet the technical requirements. ii) Company reserves the right not to order/ award the job to the price-wise lowest party if the party during any part of evaluation is found technically non responsive. iii) Work should be started within ten (10) 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. 9.0 Period of completion: 60(Sixty) days from the date of issue of the work order. 9.1 Implementation schedule: COMPREHENSIVE IMPLEMENTATION SCHEDULE OF WORK: Construction of 11KV line with A.B. Cable for Greater Titabor WSS under Golaghat Electrical Division, APDCL, UAR including lying of cables through existing Railway track crossing by U/G cable under Annual Plan, 2014-15.on “Turnkey” mode. Survey works 3 4 5 3 days 2 15 days Signing of Agreement 15 days 1 20 days Description 2 days Sl no. 5 days EXECUTION PERIOD Manufacture & supply of materials Erection of equipments Testing & commissioning 10. 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. 11. Terms of Payment: 11.1 During currency of the Contract, maximum 2(Two) nos. of progressive Bills will be allowed for progressive Bill should contain items of works which are completed in all respect of supply, erection for the identified locations. 80% of each progressive Bill shall be paid retaining 20% by the company (APDCL). Final Bills will be paid comprising balance works beyond the works already claimed in the progressive Bills along with 20% of the amount retained against the progressive Bills subject to testing and commissioning & fulfilment of clause-14(d). 11.2 All payment shall be made from the office of the CGM (F&A), APDCL on the bill submitted to the concerned CGM (D) after due verification by the concerned SDE and duly passed by the AGM concerned and countersigned by the DGM concerned and on submission of work progress report (as per format which will be enclosed at the time of awarding work order). Bills whether progressive or final shall be entertained only after completion of both supply and erection of work of specified items. 11.3 Security deposit and agreement: Page | 12 The successful bidders shall have to deposit security money 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 13(d). 12. Project Management and site Organizations: In Consideration of the tight schedule of the project, the successful bidder(s) /Contractor(s) shall exercise systematic closely controlled project management system with the aid of commonly used soft tools. Following are the major activities/deliverables to be organized /generated for submission to the Board. (I) Liaison/Construction offices will be established in each Circle of APDCL. (II) Work Progress Report: Progress monitoring by the contractor as per implementation schedule and approved milestones. Fortnightly progress report will invariably be submitted to the concern Deputy General Manager, Senior Manager & Sub-Divisional Engineers. The progress report will highlight the points like, work completion vis-à-vis planned, plan for next working period, delay analysis vis-à-vis committed schedule with reasons and remedies etc. (III) Site Organization. The vendor at each working site shall establish the following. Store house Site fabrication facilities Construction supervision office All offices shall be adequately furnished and staffed so as to take all site decisions independently without frequent references to head Work’s/offices. 13. Guarantees and Penalties a) Liquidated Damages (LD): The proposed work is on top priority of Government of Assam and therefore has to be completed within stipulated/agreed schedule. Any delay beyond that will attract penalty as per Company’s general condition of supply and erection. b) Equipment and system installed shall be guaranteed individually for integrated operations for a period of 18 (Eighteen) months from date of commissioning of the same. In case of detection of any defect in individual equipment or system as a whole, the same shall be replaced by the vendor free of cost within 15 days of intimation by the Company’s representative. c) Warranty from the manufacturer shall be produced along with manufacturer’s test certificate for all equipments/ materials covered under Manufacturers Warranty. d) A performance Bank Guarantee from a Nationalized Bank/Scheduled Bank in APDCL’s standard format on Non judicial stamp paper of appropriate value with a validity of 18 (eighteen) months @ 10% of total value of work executed shall have to be furnished by the Contractor before final payment. e) All Bank Guarantees (BG) to be submitted as per the clauses above should be from any branch of nationalized or scheduled Bank of RBI having their regional offices in Assam. 14. Approvals/Clearances: 1. Concerned DGM, APDCL, shall approve all site and documents prepared by the contractor for construction of the Line. 2. GTP and drawings of all equipment/ materials shall be approved by CGM (D), APDCL (CAR). 3. The contractor shall obtain all statutory approvals and clearances from the statutory authorities before charging the system at his/her own 15. 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. Page | 13 16 During project execution i) All documents for approval shall be submitted in 6 copies ii) All final documents to be submitted to statutory organization will be furnished as per requirement of the authority. 17 - Funding of the project; 18. Disclaimer: Annual Plan, 2014-15 While the Company will make every endeavor to extend necessary facilitation in expediting the work, the contractor shall be responsible to organize and arrange all necessary inputs right from mobilization activities up to completion of the project. Company will not entertain any failure / delay on such accounts. Also, Company will not be responsible for any compensation, replenishment, damage, theft etc. as may be caused due to negligent working, insufficient coordination with Government / non Government / Local Authority by the contractor and/ or his personnel deputed for work. The contractor shall take necessary 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. Terms and conditions, which are not specified, herein above will be governed by the Company’s General Terms and Conditions of supply and erection in force. Page | 14 Annexure - 1 Tender Proforma part – 1 (Techno-commercial) Tender Notice No: CGM(D)/APDCL/UAR/TITABOR WSS/2014/01 Due date of Tender: 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 Clearance certificate submitted: Yes / No 5. Sales Tax Registration No: 6. WCT registration certificate with validity: 7. P.F Registration No.: 8. Acceptance of guarantee clause of Materials /equipment and system Installed individually and for integrated operation. 9. Acceptance of penalty clause: 10. Acceptance of terms of payment: 11. Certificate/ documents regarding works Done with value with last three years if any (Awarded by APDCL and other successor Companies of ASEB)a separate sheet if required may be enclosed as per Annexure-I(A) 12. Details about carrying out electrification Work of at least one (one) similar to this work: 13. Details of manpower and T&Ps including Vehicles available with the firm to be enclosed separately: 14. List of documents enclosed with serial number: (All enclosures should be in chronological order as per the list of documents enclosed.)ANNEXURE I(B) . Signature With full name and designation of the Bidder / (Authorized person) Page | 15 ANNEXURE-I(B) Sl. No Qualification requirement A LEGAL 1 Document in support of legal status of firm 2 Memorandum of Association & Registered/ Notarized 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 authorized the signatory 5 Information regarding any litigation, current or during the last five yrs. In which the bidder is involved, the parties concerned, and disputed amount 6 Valid Electrical Contractor License 7 Valid Electrical & Supervisory License 8 VAT/CST/WCT/Service Tax registration certificate 9 Provident fund Registration Certificate B Financial 1 Audited Balance Sheet, Profit & loss account, Auditors report for last three yrs. 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 & availability of other financial resources) 4 Authority of seek references from the bidders Bankers 5 Income Tax return for last 3(three) years 6 Value of similar work performed by the bidder in each of the last 5 years-statement 7 Proposals for subcontracting components of the works amounting to more than 10 percent of the contract price 8 Details of EMD(BK/KVP/TD/NSC/Bank call Deposit) C Technical ability and experience 1 Experience in works of a similar nature and volume for each of the last 5(five) yrs & details of work under way or contractually committed including full address of client for communication statement 2 Certificate issued by an Engineer not below the cadre of DGM/SE along with supporting photo copies of agreement for the works executed in in any one year 3 Detailed activity plan & mythology supported with layout & necessary drawing & calculation (detailed) to allow the employer to review their proposals 4 Quality Assurance plan with Bar Chart 5 List of technical personnel & their qualification & experience with organization chart 6 Proof of availability of the tools,tackles,spareparts etc for carrying out the works D Technical particulars of equipments and Materials offered in the Bill of Material and their GTPs Furnished at Annexure Page Remarks Page | 16 SECTION-3 BILL OF QUANTITIES & PRICE BIDDING SCHEDULE Page | 17 BOQ for Construction of HT line with A B Cable including lying of cables through existing Railway track crossing by U/G cable for power supply to Titabor water supply scheme under Golaghat Electrical Division APDCL UAR under annual plan,2014-15 on “Turnkey” mode Length of Line from 33/11KV Golaghat-II S/S to Dhanshri Intake Point = 2.0 Km. Length of line from 33/11KV Golaghat-I S/S to Borphukonkhat Pumping Station = 3.5 Km. Length of line from 33/11KV Golaghat-I S/S to Oating PWSS Point & Doyang Intake point= 7.5 Km. Total line Length = 13.0 Km. Package No. GEC/2014-15/01 (A) BOQ for per KM construction of 11KV line with A B Cable ( Annexure-A) Sl. Item Specification 1 PSC Pole, 9.75Mtr. Unit no. 2 Cable ABC 11KV XLPE 3x 120 sqmm with insulated messenger Mtr. 1100 3 Insulated tapping arrangement kit for HT ABC to DTR or TEE joint single core Set. 9 4 Straight through joint single core ( heat shrinkable Set. 6 5 Termination kit outdoor HT-ABC single core ( heat shrinkable) Set 6 6 Anchor Clamp 3 U Bolt type No. 15 7 Suspension Clamp 2 U Bolt type no. 25 8 Eye Hook/ Eye Bolt No. 40 9 Earth Spike no. 6 Kg. 20 GGG I Wire 6 SWG 10 Qnty. 30 11 H T Stay set Set 30 12 Stay wire 7/10 SWG Kg. 250 13 Pole Clamp No. 40 14 Danger Plate No 30 15 Pad Connector No. 3 16 Cable Tie No. 400 17 M.S. Channel 100x50x6x2.2M No 30 18 Nuts & Bolts (assorted) Kg 40 Page | 18 (B) Sl. 1 2 3 4 5 6 7 8 9 BOQ of 11KV XLPE Cable with cable kit for Termination of ABC line Item Specification 11KV XLPE armoured cable 3 core, 120 sqmm Cable kit, 3 core outdoor for 120 sqmm cable (Heat Shrink) 11KV isolator, 800 A with earth switch with mounting structure 11 KV XLPE armourd cable single core, 185 sqmm for Railway Track crossing of abandoned 11 KV Bibigaon feeder to facilitate drawl of ABC line Cable kit, 1 core outdoor for 185 sqmm XLPE cable. (Heat Shrink) 11 KV LA HDPE pipe C. I. Earth pipe G. I Wire for earthing Unit Mtr No Set Qnty. 50 4 3 Mtr 360 No Set No No Kg 8 5 32 8 20 Page | 19 Annexure - II Tender Proforma part-II (Price Bid) NIT No. CGM (D)/APDCL/UAR/TITABOR WSS/2014/01 Proforma for unit rate inclusive of all duties & taxes in respect of supply, erection, testing and commissioning Sl. No 1 Item 2 A Construction of 11Kv line with A. B. Cable, line length = 13.0Km. 1 Supply & erection of 9.75M P.SC. pole perpendicular to ground level including excavation of earth pit having depth 1/6 in the length of pole and a cross section of 0.65 Mtr. X 0.65 Mtr with edge brick soling, bolder packing, including complete with refilling with soil & ramming as per TS 2 Supply and stringing of HT 11KV Grade (3x120 ) sqmm AB Cable with alluminium conductor & standard insulated messenger conductor with all alluminium alloy and phase conductor being insulated with XLPE ( sioplas) including insulated tapping arrangement kit for HT ABC to DTR or TEE joint, heat shrinkable of straight through joint & termination kit outdoor HT ABC single core and necessary 3U bolt type Anchor clamp, 2 U bolt type suspension clamp and as required of pad connector & cable Tie as per TS and as directed Unit Qty 3 4 NO 390 KM 14.3 FORD cost of materials. erection of materials & testing & commissioning Unit Rate Total Unit Rate Total 5 6=(4x5) 7 8=(4x7) Total Price (Rs) 9= (6+8) Work contract tax (Rs) Service Tax (Rs) 10= (9 x Rate) 11= (8 x Rate) Grand Total (Rs) 12=(9+10+11) Page | 20 and standard sagging in each and every span. 3 Supply, fitting & fixing of H T stay set complete including digging of earth pit of area 0.9 m x 0.6m and depth 1.4 M placing in stay rod with G I stay wire & guy insulator on the pole clamps, fixing thimble bow with boulder packing & hard ramming to fill up have the pit and earth packing up to ground level including supply of boulder,clamps,nuts & bolts as per TS SET 390 4 Supply fitting & fixing of H T danger plate on pole as directed. NO 390 B Referred Annexure (A) for standard BOQ for per KM AB Cable line C Termination of ABC Line Both Panel & DTR Mtr 50 Supply, fitting & fixing cable Kit,3 core outdoor for 120 sqmm cable (Heat Shrink) for termination both at panel & DTR. No 4 Supply, fitting & fixing of 11 KV Isolator with Earth switch with mounting structure over PCC foundation including concreting of foundation & supply of necessary clamps, nuts & bolts as per TS and to ensure smooth operation of fixed contact & moving blade. Set 5 6 7 Supply, fitting, fixing & commissioning of 11KV XLPE armourd cable, 3 core, 120 sqmm for termination both at panel & DTR. 3 Page | 21 8 9 Supply fitting & fixing of 11 KV L.A (9KN) on M.S. channel cross arm with drilling of holes as per requirement at site & TS. Supply & Laying of cable with 185 Sq Mm 1 core 11KV XLPE U/G cable through existing Railway Track crossing ( at the abandoned 11KV track crossing of the erstwhile 11KV Bibigaon feeder) with fitting of cable end box (OUTDOOR, Heat Shrink type) of required capacity including supply & fitting of HDPE pipe (6Kg/cmsq), cable marker etc. as per direction & TS. SET 5 Mtr. 360 01 (one) no. crossing. 10 Supply & fitting of cable Kit, 1 core outdoor for 185 sqmm XLPE cable (Heat Shrink) No 8 11 Supply, fitting & fixing C I earth pipe by digging of pit as per specification making the G I 6swg in turns (coil) and putting the earth pipe with necessary connection as per TS NO 8 Signature with full name And designation of the Bidder (Authorized person) Page | 22 SECTION-4 GENERAL REQUIREMENTS Page | 23 GENERAL REQUIREMENTS The bidder shall comply with the following general requirements along with other specifications. 1.0 QUALITY ASSURANCE PLAN 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. 1.02 The contractor shall within 30 days of placement of order, submit the following information to the purchaser. i) List of the raw material as well as bought out accessories and the names of sub-suppliers selected from those furnished along with the offer. ii) Type test certificated of the raw material and bought out accessories if required by the purchaser. iii) Quality Assurance Plant (QAP) with hold points for purchasers’ inspection. QAP and purchasers hold points shall be discussed between the purchaser and contractor before the QAP is finalized. The contractor shall submit the routine test certificates of bought out accessories and central excise asses for raw material at the time of routine testing if required by the purchaser and ensure that the quality assurance requirements of specification are followed by the sub-contractor. 1.01 1.03 The Quality Assurance Programmed shall give a description of the Quality System and Quality Plans with the following details. i) Quality System The structure of the organization. The duties and responsibilities assigned to staff ensuring quality of work. The system of purchasing, taking delivery of verification of materials Page | 24 The system of ensuring of quality workmanship. The system of control of documentation. The system of retention of records. The arrangement of contractor internal auditing . A list of administrator and work procedures required to achieve contractor’s quality requirements. These procedures shall be made readily available to the purchaser for inspection on request. ii) Quality Plans An outline of the proposed work and program sequence. The structure of contractor’s organizations for the contract. The duties and responsibilities ensuring quality of work. Hold and notification points. Submission of engineering documents required by this specification. The inspection of the materials and components on request. Reference to contractors’ work procedures appropriate to each activity. Inspection during fabrication /construction. Final inspection and test. Training of Personnel The contractor shall provide necessary facilities for training personnel at their works/principals works relating to design, manufacture, assembly and testing and operation maintenance for six personnel free of cost. However, travel and incidental charges of the personnel will be borne by the purchaser. 3.0 Inspection 2.0 3.01 The Owner's representative or third party nominee shall at all times be entitled to have access to the works and all places of manufacture, where insulator, and its component parts shall be manufactured and the representatives shall have full facilities for unrestricted inspection of the Contractor's and sub-Contractor's works, raw materials, manufacture of the material and for conducting necessary test as detailed herein. 3.02 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. The Contractor shall keep the Owner informed in advance of the time of starting and the progress of manufacture of material in their various stages so that arrangements could be made for inspection. 3.03 3.04 3.05 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. 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. Page | 25 4.0 Additional Tests 4.01 The Owner reserves the right of having at his own expense any other test(s) of reasonable nature carried out at Contractor's premises, at site, or in any other place in addition to the type, acceptance and routine tests specified in these bidding documents against any equipments to satisfy himself that the material comply with the Specifications. 4.02 The Owner also reserves the right to conduct all the tests mentioned in this specification at his own expense on the samples drawn from the site at Contractor's premises or at any other test center. In case of evidence of noncompliance, it shall be binding on the part of the Contractor to prove the compliance of the items to the technical specifications by repeat tests or correction of deficiencies, or replacement of defective items, all without any extra cost to the Owner. Test Reports 5.0 5.01 Copies of type test reports shall be furnished in at least six (6) copies along with one original. One copy shall be returned duly certified by the Owner only after which the commercial production of the concerned materials shall start. 5.02 Copies of acceptance test reports shall be furnished in at least six (6) copies. One copy shall be returned duly certified by the Owner, only after which the material shall be dispatched. 5.03 Record of routine test reports shall be maintained by the Contractor at his works for periodic inspection by the Owner's representative. 5.04 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. List of Drawings and Documents: 6.0 6.01The bidder shall furnish the following along with bid. i) Two sets of drawings showing clearly the general arrangements, fitting details, electrical connections etc. ii) Technical leaflets (user’s manual) giving operating instructions. iii) Three copies of dimensional drawings of the box for each quoted item. The manufacturing of the equipment shall be strictly in accordance with the approved drawings and no deviation shall be permitted without the written approval of the purchaser. All manufacturing and fabrication work in connection with the equipment prior to the approval of the drawing shall be at the supplier's risk. Approval of drawings/work by purchaser shall not relieve the supplier of his responsibility and liability for ensuring correctness and correct interpretation of the drawings for meeting the specification. 6.02 The requirements of the latest revision of application standards, rules and Page | 26 codes of practices. The equipment shall conform in all respects to high standards of engineering, design, workmanship and latest revisions of relevant standards at the time of ordering and purchaser shall have the power to reject any work or materials which, in his judgment is not in full accordance therewith. 6.03 The successful Bidder shall within 2 weeks of notification of award of contract submit three sets of final versions of all the drawings as stipulated in the purchase order for purchaser's approval. The purchaser shall communicate his comments/approval on the drawings to the supplier within two weeks. The supplier shall, if necessary, modify the drawings and resubmit three copies of the modified drawings for their approval. The supplier shall within two weeks. Submit 30 prints and two good quality report copies of the approved drawings for purchaser's use. 6.04 Eight sets of operating manuals/technical leaflets shall be supplied to each consignee for the first instance of supply. 6.05 One set of routine test certificates shall accompany each dispatch consignment. 6.06 The acceptance test certificates in case pre-dispatch inspection or routine test certificates in cases where inspection is' waived shall be got approved by the purchasers. 7.0 Any Item specification if not available in this document Contractor shall supply and execute the items meeting the relevant IS specification with the approval of the purchaser Page | 27 SECTION-5 STANDARD TECHNICAL SPECIFICATION . Page | 28 6.2 1.0 TECHNICAL SPECIFICATION FOR EXECUTION OF WORK (FOR 11KV LINES) SCOPE: ERECTION OF 11 KV LINES WITH 9.75 M P.S.C. POLES The scope covers the survey of the proposed route, tree clearance wherever necessary transport of materials to the locations, erection of the line testing of the line and handing over to the APDCL (UAR) as per specification. Materials such as steel, cement, top cleats, clamps, washers, earth wires, HBG metal, sand, water, cost of bolts and nuts etc., as given in Annexure-1 are to be procured by the contractor cost of which shall be included in the bid. 2.0 General : The Contractor should be well acquainted with the IE Rules 1956 as amended from time to time and with the Indian Telegraph Act 1889 so that necessary provisions therein may be followed. 1.0 SURVEY OF THE ROUTE: The Tentative route map of the line to be erected will be furnished by the APDCL (UAR) to the Contractor along with the copy of the concluded agreement. The Contractor is required to carry out the detailed survey of the route of the line and fix up the locations at the average span indicated in the schedule and mark the locations and submit a detailed route map to the Engineer in charge of the work within 30 days for approval. In the course of surveying by the contractor, any conspicuous variations in the change and physical feature to those indicated in the route map and as actually existing are noticed, the deviations must be brought to the notice of the APDCL (UAR) Engineer. The APDCL (UAR) Engineer if considered necessary shall make alterations, which shall be carried out accordingly and the APDCL (UAR) after inspecting the surveyed route and the revised route map shall be given for final approval in writing. The contractor shall not commence the work until the final approval of the route map is given by the Engineer in charge in writing to the contractor. 2.0 WAY LEAVES AND TREE CUTTINGS Proposals for way leaves and right of way shall be submitted by the contractor. Permission will be obtained by the APDCL (UAR) within reasonable time for which due notice shall be given by the Contractor. The Contractor shall arrange for tree cutting or tree branches cutting also. The widths of tree clearance to be adopted for lines of various voltages are as detailed below: Page | 29 a) 11 KV LINE All growth within 6.096 M (20 ft) from the center line of support and all trees which may fall and foul the line. The Contractor shall take all possible steps to see that standing crops, etc. are not damaged while attending to tree cutting. When such damage is inevitable the compensation will be borne by the APDCL (UAR) provided the damage is with the prior concurrence of the Engineer. The Contractor shall bear the compensation for damage caused by the gangs without prior concurrence of the Engineer concerned. No trees shall be cut until the APDCL (UAR) has made necessary arrangement with the authorities concerned and permission is given to the Contractor to fell such trees. The contractor shall arrange to remove the obstacles as soon as possible. At such times, when it may not possible for APDCL(UAR) to arrange right-ofway for excavation of pole pits or erecting the poles of stringing the line, then at all such times, the contractor shall shift his gangs to other areas. The rates quoted shall cover all such contingencies and no extra payments shall be claimed for such contingencies. 3.0 EXCAVATION OF POLE PITS, STAY PITS AND D.P. PITS After the final survey of the line and after marking the pole locations with pegs, excavation work has to be commenced in accordance to the approved route map. Excavation is generally done by pick axes, crow Vbars and showers although sometimes earth augers are used. Excavation of pole pits in very hard or rocky soil or in rock beds, may involve blasting with suitable explosives. The pits for the supports are excavated in the direction of the line as this will facilitate the erection of support are excavated in the direction of the line as this will facilitate the erection of support, in addition to giving greater lateral stability, the depth of the foundation to be excavated for poles shall be in accordance with relevant sketch for the erection of pole or stay of D.P. etc. 3.01 4.0 ERECTION OF SUPPORTS After the excavation of pits is completed the supports to be erected may be brought to the pits location. Then the pole may be erected inside the pit. Wooden support may be utilized to facilitate lifting of the pole at the pit locations. Before the pole is put into pit, RCC padding may be laid below the pole to increase the surface contact between the pole and the soil. The padding will distribute the weight of the pole uniformly on the soil. Having lifted the pole, the same should be kept in a vertical position with the help of manila rope of 25 mm dia. using the rope as a temporary anchor. As the poles are being erected say from the pole already erected to the next location where the pole is being erected, the alignment of the poles are to be Page | 30 checked and set right by visual check. The verticality‟s of the poles are to be checked with a spirit level on both transverse and longitudinal directions. Having satisfied that the verticality and alignment are all right, earth filling or concreting is to be done. In swampy and special locations, however, before earth filing, the poles are to be concreted up to ground level of the pit. After the poles have been set the temporary anchors are to be removed. The supports shall be buried to a depth as per sketch enclosed. 5.0 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. 6.0 ANCHORING AND PROVIDING GUYS FOR SUPPORTS Guys are to be provided to the supports at the following places (i) Angle locations, (ii) Dead end locations, (iii) Tee-off points, (iv) Steep gradient locations to avoid uplifted on the poles. The installation of guy will involve the following works: Excavation of pit and fixing of stay rod. Fastening guy wire to the support. 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 i) ii) iii) Page | 31 the position such that the angle of inclination of the rod with the vertical face of the point is 30°/45° as the case may be. The concreting of the stay at the bottom should then be carried out. The back filling and ramming must be well done thereafter, and allowed to set for at least 7 days. The free end of the guy wire is passed through the eye of the anchor rod, bent back parallel to the main portion of the guy and bound after inserting the G.I. Thimble. The loop is protected by the G.I. Thimble, where it bears on the anchor rod. Where the existence of guy wire proves hazardous, it should be protected with suitable asbestos pipe, filled with concrete of about 2 mts length above the ground level, duly painted with white and black stripe so that it may be visible at night. The turn buckle shall be mounted at the pole end of the stay and guy wire so fixed that the eye bolt turn buckle is half way in the working position, thus giving the maximum movement for tightening or loosening. Guy insulators are placed to prevent the lower part of the guy from becoming electrically energized by a contact of the guy when the conductors snap and fall on them of due leakage. No guy insulator shall be located less than 2.6 mts. from the ground. The anchoring and providing guys for supports (Single guy Bow guy fly guy) shall be done as per sketch enclosed. Bow guy and fly guy shall be provided as per field conditions. 7.0 7.1 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. 7.2 Do’s and Don’ts DO’s i. ii. iii. iv. v. vi. vii. viii. ix. x. Use proper equipment for handling aluminum conductors at all times. Use skids, or similar method for lowering reels or coils from transport or ground. Examine reel before unreeling for presence of nails or any other object, which might damage the conductor. Rotate the reel or coil while unwinding conductor. Grip all strands while pulling out the conductor. Control the unreeling speed with suitable braking arrangement. Use wooden guards of suitable braking arrangement. Use long straight, parallel jaw grip with suitable liners when pulling conductor thus avoiding nicking or kinking of the conductor. Use free running sleeves or blocks with adequate grooves for drawing/paving conductors. Use proper sag charts. Page | 32 xi. xii. xiii. xiv. Mark conductors with crayons or adhesive tape of such (other) material, which will not damage the strand. Make all splicing with the proper tools. Use a twisting wrench for twisting the joints. Chromites or graphite conducting oxide-inhibiting grease should be used before cleaning with wire brush. DON’Ts i. ii. iii. iv. v. Do not handle conductors without proper tools at any stage. Do not pull conductors without ensuring that there are no obstructions on the ground. Do not pull out excess quantity of conductor than is required. Do not make jumper connections on dirty or weathered conductor. Do not handle aluminum conductors in a rough fashion but handle it with care it deserves. 8.0 CONDUCTOR ERECTIONS 8.1 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: Transport of conductors to work site. Paving and stringing of conductors. Tensioning and sagging of conductors. 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 i. ii. iii. iv. Page | 33 arrangement should be made so that the rotation of the drum may be stopped in emergency. In case the length of one piece of the conductor is less than the length of the section in which conductor paving is being done, it is easy to stretch one length of all phases from one end the remaining length from another end of the section any part of the conductor shall be left at a height of less than that of 5 meters, above the ground by rough sagging. 8.2 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. 8.3 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. Page | 34 B) Over-tensioning This method consists of pulling up the conductor to a tension a little above the theoretical tension for prevailing temperature and fixed it up at that tension with correspondingly reduced sag. After a certain time the conductor will settle down to the correct sag and tension. A tension of five to eight percent more than the theoretical value has been found to be suitable for the sizes of ACSR and AAAC conductors standardized by REC. The ambient temperature during sagging may be recorded correctly. Conductors can be sagged correctly only when the tension is the same in each span throughout the entire length of section. Use of snatch blocks reduces the friction and chances of inequality of tension in various spans. Sagging can be accomplished by several different methods but most commonly used method is “Slighting”. The slighting sag method of measuring sag is by the use of targets placed on the supports below the cross arms. The targets may be light strip of wood clamped to the pole at a distance equal to the sag below the conductor when the conductor is placed in snatch block. The lineman sees the sag from the next pole. The tension of the conductor is then reduced or increased, until the lowest part of the conductor in the span coincides with the lineman‟s line of sight. When sagging is completed, the tension clamps shall be fixed. The clamp can be fitted on the conductor without releasing the tension. A mark is made on the conductor at a distance from the cross-arm equal to the length of complete strain insulator. Before the insulator set is raised to position, all nuts should be free. Come along clamp is placed on the conductor beyond the conductor clamp and attached to the pulling unit. The conductor is pulled in sufficiently to allow the insulator assembly to be fitted to the clamp. After the conductor is clamped to insulator, assembly unit may be released gradually. If the tension is released with a jerk, an abnormal stress may be transferred to conductor and support, which may result in the failure of the cross arm, stay or pole in some cases. After the stringing is completed, all poles, cross arms, insulators, fittings etc. are checked upto ensure that there have been no deformities etc. The next step is to place the conductor on the top of the pin insulator from the snatch block and removing snatch blocks. Conductors are then fastened to insulator by the use of aluminum wires. The following points should be observed: i) ii) Proper size of the tie binding wire which can be readily handled and with adequate strength is to be used. The length of tie wire should be sufficiently long for making complete tie including the end allowances for gripping with ends. Page | 35 A good tie should provide a secure binding between the line conductor and insulator and should reinforce the conductor on either side of the insulator. iv) The use of cutting pliers for binding the tie wire should be avoided. v) The tie wire which has been used previously should be reused Before tying the conductor to the insulator two layers of Aluminum tapes should be wrapped over the conductor in the portion where it touches the insulator. The width and thickness of aluminum tape to be used for a specific size of conductors has been specified in hand books of aluminum conductor manufacturers and the same be referred to. The Aluminum tapes should also be used at the tension clamp and for proper grip. iii) 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. 8.4 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. 8.5 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. 8.6 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. 8.7 STRINGING. Whatever necessary ground clearances have to be measured to ensure obtaining adequate line clearance as per IE Rule 77 (i) 9.0 EARTHING 9.01 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 Page | 36 specification. Duly filling the pits with finely broken coke having granule sizes not more than 25 mm thick. The coke shall be maintained up to a distance of 300 mm for the pipe on all sides. The top edge of the pipe shall be at least 200 mm below the ground level. The CI strips shall be fixed not less than 300 mm deep from the ground level. The tenders shall quote the charges for earthing inclusive of the cost of coke, excavation and back filling. 12.01 Pole Earthing: Supports shall be properly earthed. 10.0 CONCRETING 13.01 The cement concrete used for the foundations shall be of M 400 grade. 13.02 The full concreting for the poles if erected in excavated act shall be done so that the complete block will be of dimensions( 0.6 X 0.6 X 1.6) + 0.2 X 0.2 Mtr. (0.6 X 0.6 X 1/35) + 0.2 X 0.2 X 0.2 Mtrs. so as to maintain as exposed portion for 0.2 Mtrs height above the ground level. 13.03 If augur is used for making pole pits, ramming shall be done after erection of pole. 11.0 WORKMANSHIP The contractor shall entirely be responsible for correct erection of all support as per the approved drawings, and their correct setting and alignment, as approved by the engineer. If the supports and D.P. structures after the erection are found to differ from approved route maps and drawings or to be out of alignment, the contractor shall dismantle and re-erect them correctly at his own cost without extension of time. The supports must be truly vertical and in plumb after erection and no straining will be permitted to bring them to vertical position. Verticality of each support shall be measured by the contractor and furnished to the Engineer. 12.0 Location numbers for each pole shall be painted on the pole. Anti-climbing devices and danger boards are to be provided at all railway crossings and road crossings. No extra charges shall be admissible even though separate gangs may have to be sent by the contractor for fitting these accessories and attachments on the support at the appropriate time. 13.0 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 Page | 37 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. 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(UAR). i) 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 (UAR). In addition to the above, the Contractor shall be responsible for testing and ensuring that the total and relative sags of the conductors are within the specified tolerance. Such tests shall be carried out at selected points along the route as required by the Engineer and the Contractor shall provide all necessary equipment and labour to enable the tests to be carried out. The APDCL (UAR) will arrange statutory inspection of the line and indicate the defects noticed. The Contractor has to rectify all such defects and intimate to APDCL (UAR) 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. Page | 38 14.0 SUPPLY OF CONSTRUCTION MATERIALS BY THE CONTRACTOR The Contractor has to make his own arrangements for procurement, supply and use of construction materials like cement, M.S. rods, HBG metal and sand. 14.1 CEMENT The contractor has to make his own arrangements for the procurement of cement to require specifications required for the work subjected to the follows: a) The contractor shall procure cement, required for the works only from reputed cement factories (Man producer) acceptable to the Engineer-inCharge. The contractor shall be required to be furnished to the Engineer-in – Charge bills of payment and test certificates issued by the manufacturers to authenticate procurement of quality cement from the approved cement factory. The contractor shall make his own arrangement for adequate storage of cement. b) The contractor shall procure cement in standard packing of all 50 kg per bag from the authorized manufactures. The contactor shall make necessary arrangement at his own cost to the satisfaction of Engineer-in-Charge for actual weighment of random sample from the available stock and shall conform to the specification laid down by the Indian Standard Institution or other standard foreign institutions as the case may be. Cement shall be got tested for all the tests as directed by Engineer-in-Charge at least one month in advance before the use of cement hags brought and kept on site Go down. Cement bags required for testing shall be supplied by the contractor free of cost. However, the testing charges for cement will be borne by the APDCL (UAR). If the tests prove unsatisfactorily, then the charges for cement will be borne by the contractor. c) The contractor should store the cement of 60 days requirement at least one month in advance to ensure the quality of cement so brought to site and shall not remove the same without the written permission of the Engineer-inCharge. The contractor shall forthwith remove from the works area any cement that the Engineer-in-Charge may disallow for use, an account of failure to meet with required quality and standard. d) The contractor shall further, at all times satisfy the Engineer-in-Charge on demand, by production of records and books or by submission of returns and other proofs as directed, that the cement is being used as rested and approved by Engineer-in-Charge for the purpose and the contractor shall at all times, keep his records upto date to enable the Engineer-in-Charge to apply such checks as he may desire. Page | 39 (a) Cement which has been unduly long in storage with the contractor or alternatively has deteriorated due to inadequate storage and thus become unfit for use in the works will be rejected by the department and no claim will be entertained. The contractor shall forthwith remove from the work area, any cement the Engineer-in-Charge may disallow for use on work and replace it by cement complying with the relevant Indian Standards 14.2 STEEL The contractor shall procure mild steel reinforcement bars, high yield strength deformed(HYSD) bars, rods and structural steel etc. required for the works only from the main or secondary producers manufacturing steel to the prescribed specifications of Bureau of Indian Standards or equivalent and licensed to affix ISI or other equivalent certification marks and acceptable to the Engineer-in-Charge. Necessary ISI list certificates are to be produced to Engineer-in-Charge before use on works. The unit weight and dimensions shall be as prescribed in the relevant Indian Standard specification for steel. All salvaged materials are to be recorded and handed over to the Engineer in charge. Due certificate to this effect must be obtained for passing of bills. 15.0 INFORMATION AND DATA a) The information furnished is the best available however, the APDCL(UAR) 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(UAR) of or otherwise. The information has been produced as found, communicated to ascertained or otherwise/learned by the APDCL (UAR). 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 (UAR) does not accept any responsibility either in handing over the quarries or procuring the materials or any other facilities. The Tenderer will not be entitled for any extra rate or claim for the misjudgment on his part for the quantity and quality of materials available in the quarries. Failure by the Bidder to have done all the timings which is in accordance with this condition he is deemed to have done shall not relieve the successful Bidder of the responsibility for satisfactorily completing the work as required at the rates quoted by him. Page | 40 Page | 41 SECTION -6 GUARANTEED TECHNICAL PARTICULARS Page | 42 GUARANTEED TECHNICAL PARTICULARS FOR PSC POLES [9.75M,] (To be filled in by the bidder) SL NO 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 ITEM Name and address of manufacturer Type of Pole Applicable Standard Length of pole Depth of Plantation Bottom Depth Top Depth Breath Diameter of pre-stressing wire No. of tensioned wire per pole Minimum Ultimate Tensile strength of 4 MM HT wire Minimum initial pull of 4 mm wire Spacing HT wires Quantity of HT wire/ pole Min Quantity of cement Quantity of Stone chips Quantity of sand Link & spiral M.S spiral Maximum Aggregate size Total weight per pole Minimum clear cover Factor of safety Concrete grade Ultimate Load Earthing shall be provided by 4 MM dia. Galvanized iron wire embedded in concrete one marks to be provided at ground level 28 days cube strength of concrete ( Min) as per IS : 456/2000. PARAMETERS Parameters 9.75 M PSC pole 8.5 MT PSC Pole Page | 43 GUARANTEED TECHNICAL PARTICULARS FOR 11 KV LIGHTNING ARRESTORS (To be filled in by the Tenderer) Sl. No. 1 Description Name & Address of Supplier & Manufacturer Surge Arrestor Line Disconnector Metal Oxide Block Terminal Clamp 2 Name & address of collaborator, if an 3 Standard to which surge arrestors conforms 4.0 Surge Arrestor 4.1 Voltage rating (KV rms) 4.2 Continuous Operating Voltage (KV rms) a) Continuous Operating Voltage (KV rms) b) Leakage current at continuous operation voltage c) Permitted leakage current of arrestor beyond which arrestor is faulty. 5 6 Frequency (Hz.) Nominal discharge current (wave shape – 8/20 micro second) (KA) 7 Pressure relief rated current (KA rms) 8. Steep current protection level at 10 KA a) Lightning impulse protection level with 40 X 80 mico-sec. Wave at 500/1000 A 9 Long duration current impulse withstand capacity and virtual duration 10 Line discharge class 11 Thermal runway limit arrestor 12 Energy capability (kj/KV) 13 Pressure relief rating 14 Dry arcing distance 15 Reference current and reference voltage 16 Arrestor Housing 16.1 Power frequency one minute wet withstand voltage (kV rms) 16.2 Lightning impulse dry withstand voltage (kVP) 16.3 Creepage distance a) Protected b) Total Particulars Page | 44 16.4 Short Circuit withstand capacity 16.5 Bending moment (mm) 17 Dis-connector a) Constructional Details b) Other information as applicable to surge arrestor 18 Surge Monitor a) Constructional Details b) Degree of protection 19 Suitable for hot line washing 20 Dimension and Weight G.A Drawing indicating height of complete unit from base to line, minimum recommended center to center spacing, 21 clearance from ground equipment at various height of Arrestor, earthing arrestor, earthing arrangement on earthed side of arrestor etc. 22 23 24 Details of Packing License number and date for using ISI certification mark if any Ammeter for discharge current a) Type & Make b) Accuracy c) Range (mA) 25 Residual voltage 26 Follow Current 27 PERFORMANCE GUARANTEE Page | 45 GUARANTEED TECHNICAL PARTICULARS OF H.T. & LT GUY INSULATOR S.NO. PARAMETER 1 Manufacturer‟s Name & Address 2 Type of insulator 3 Standards to which insulator will conform 4 Dimensions 5 Hole diameter (mm) 6 Color of glaze 7 Dry Power Frequency withstand Voltage (kV) 8 Wet Power Frequency withstand Voltage (kV) 9 Minimum failing load (Newton) 10 Minimum Creepage distance (mm) 11 Weight per piece (Kg) 12 Temperature cycle test (as per ISS) 13 Porosity test (as per ISS) 14 Tolerance, if any (as per ISS) 15 Performance guarantee GUARANTEED VALUE Page | 46 UARANTEED TECHNICAL PARTICULARS FOR G.I. WIRE (TO BE FURNISHED BY BIDDER) G.I.Wire (4 mm dia) : 1. Size of Wire : 2. Tolerance in size of wire : 3. Tensile strength : 4. Wrapping list : 5. Galvanising conforming to IS : 4826 – 1968 : 6. Guarantee : B. G.I.Wire (5 mm dia) : 1. Size of Wire : 2. Tolerance in size of wire : 3. Tensile strength : 4. Wrapping list : 5. Galvanising conforming to IS : 4826 – 1968 : 6. Performance guarantee : A. Page | 47 GUARANTEED TECHNICAL PARTICULARS FOR C.I. PIPE (EARTH) (TO BE FURNISHED BY BIDDER) G.I.Wire (4 mm dia) : 1. Length of Pipe : 2. Diameter of Pipe : 3. External Dia of Pipe : 4. Thickness of Pipe : 5. Internal Dia of Socket : 6. Thickness of Socket : 7. Internal Depth of Socket : 8. Internal Radius of Socket : 9. Width of Grooves of Socket : 10. External Dia of Grooves Socket 11. Weight of Pipe : 12. Hydraulic Test : 13. Guarantee : Sl. Page | 48 GUARANTEED TECHNICAL ARTICULARS FOR 1.1 KV GRADE SINGLE CORE XLPE INSULATED & PVC SHEATHED HEAVY DUTY ALUMINIUM CONCUCTOR, UNARMOURED POWER CABLE Sl. No. 1 1. 2. 3. 4. 5. 6. 7. 8. 9. 9.1 9.2 9.3 9.4 9.5 10. 10.1 10.2 10.3 10.4 10.5 10.6 10.7 10.8 10.9 10.10 10.11 11.0 11.1 12. 12.1 12.2 12.3 12.4 12.5 Particulars 2 Name & address of manufacturer. Type and make of cable Location of factory. Standard specification to which cable shall conform. Standard specification to which core shall conform. Voltage rating. Permissible variation in voltage, frequency & combined voltage & frequency. Standard specification to which drum shall conform. CONDUCTOR : Material and its composition. Shape of conductor. Total area of conductor.(In Sq. mm) Stranding details :i) No. of nominal strands in a core. ii) Dia of each strand in a core (before stranding) (in mm) Maximum D.C Resistance/Core at 20°C (In Ohms/Km.) INSULATION : Type of Insulation Composition of Insulation Nominal thickness of Insulation (in mm). Tolerance on thickness of Insulation. Dia of core over insulation. Minimum volume resistivity at 27°C (Ohm.Cm.) Minimum volume resistivity at 70°C (Ohm.Cm.) Minimum tensile strength of Insulation material. Minimum Elongation percentage Average di-electric strength (KV/MM) Suitability with regard to Moisture, Ozone, Acid, Oil and Alkaline surroundings. SHEATHING DETAILS OUTER SHEATH : i) Material & composition ii) Type of sheathing by extrusion ST-1 iii) Thickness of sheathing (in mm) iv) Tolerance on thickness of sheathing. v) Calculated diameter under the sheath (in mm). vi) Nominal diameter of cable over outer sheath (in mm) vii) Whether anti termite treatment has been given in the outer sheath. ELECTRICAL PROPERTIES i) Under continuous full load (in DC) ii) Under transient conditions ( in DC) Thermal resistivity of Soil (DC Cm/W) Thermal Resistivity of XLPE (DC Cm/W) Depth of laying (in Cm.) (To the highest point of cable laid direct in the ground or to the top surface of ducts. Current ratings of the cable under basic assumptions : i) Laid in ground (at ground tamp. 30 ii) Laid in duct ( duct temp.30°C)Amp. iii) Laid in air (air temp. 40°C) Amp. 3 12.6 12.7 12.8 13.0 13.1 13.2 13.3 13.4 13.5 13.6 13.7 13.8 13.9 13.10 Page | 49 Rating factors under various conditions of installation. Capacitive reactance per Km. of cable at 50 C/S (Ohms per Km.) Inductive reactance per Km. of Cable at 50 C/S (Ohms per KM) MECHANICAL DATA : Approx overall dia of cable (mm) Minimum bending radius of cable. Whether identification marking i.e. i) Property of APDCL ii) Name of manufacture iii) Voltage and grade and size iv) Year of manufacture is being provided at the regular intervals of two metres of outer most sheath of cable. v) Whether length of cable at every interval of 1 meter shall be printed over outer sheath. Name of manufacturers of bought out raw materials. i) Aluminium ii) PVC iii) Galvanised Steel strip/ wire for armouring iv) Any other. a) Whether similar cable has been type tested Yes/No b) If yes, when and where was it tested. c) It is expected that you will enclose an electro state copy of type test report of similar cable. Please inform whether or not you have entered the same. d) If yes, how many sheets does it contain. No. of sheets. e) Only a design better than or equal to what type tested and proven shall be accepted, please inform whether you will abide by this condition. Yes/No Whether wood preservative shall be applied to whole drum? Whether all ferrous parts shall be treated with rust preventive finish or coating Whether waterproof paper layer shall be applied to the surface of drum & over the outer cable layer. Reference of license to use-ISI certification mark, if any. Do you agree to all the provisions of technical specification. In case of any deviation, state clearly. Page | 50 3.1. TECHNICAL SPECIFICATIONS FOR ACCESSORIES AND HARDWARE FITTINGS FOR HT – ABC Summary: 1. 2. 3. 4. 5. 6. 7. 8. 9. General conditions Tee Connections with Surge protection . Straight Through Joints. Outdoor End Terminations. C-wedge boltless connector Anchoring clamps Suspension clamps Eye Hooks. Pole Clamps. General Conditions The products shall be in accordance with Indian standards and most of the European recognised standards used in HT ABC with any relevant standard. Marking: Each product shall be clearly identified with Manufacturer name or trade mark, reference and capacity of the item and batch No. Packaging: Manufacturer shall mention the packaging of each item. Installation instruction should be included in the packaging. Type tests: Each supplier should provide type test reports with the offer, carried out in accordance with one of the referenced standards in NABL accredited laboratory. Routine tests: Suppliers shall provide a control plan, which will be implemented on each item. Routine Test reports should be submitted by the manufacturer with the Inspection Call. Quality: All suppliers should be ISO 9000 certified. Anchoring and Suspension clamps should be installable on existing poles using appropriate devices (hooks, Pole clamps etc.) All crimped connectors should be installed with mechanical or hydraulic hand crimping tools. Page | 51 Specification of Tee Connection with Insulated Bus bar & Surge Protection for 11kv AB Cable Scope In the process of drawing HT 11KV AB cable, in between Distribution Transformers has to be charged by the help of Tee off. While charging the Distribution Transformer it has to be noted that the main power cable is not discontinued. In this regard Tee connection with Insulated Bus bar application with suitable Aluminium Busbars, Insulating Heat shrinkable bus bar tubings, Polymeric Insulators for Busbar fixing & Polymeric Surge Arrester for Surge/ Lightning protection are used properly. The service may be taken from the Tee connector with the help of AAC bare/ Insulated conductor to the Distribution Transformer. Technical requisites Busbars Insulation: Insulator: Suitable Aluminium rectangular Busbars of dimension 1m X 50mm X 6mm with provision for connecting two nos. of Cable end terminations at both ends & tap off point at the centre of the busbar. The Edges of the busbars should be free from any sharp edges/ nicks. The Bus bars should be fully insulated with Heat shrinkable busbar tubings to prevent any bird fault or accidental contact. Suitable polymeric pin type insulators should be used for fixing Busbars on the Pole structure. The housing of the Insulators should be made up of polymeric materials preferably Track resistant EVA materials & should conform the following properties: Mechanical Properties [kN] Specified Cantilever Load 12.5 Maximum Design Cantilever Load 5.5 Specified Tension Load 25 Routine Test Load 12.5 Electrical Properties [kV] AC Wet Withstand Voltage 61 AC Dry Withstand Voltage 95 AC Wet Flashover Voltage 72 AC Dry Flashover Voltage 104 Impulse Withstand Voltage 137 Surge A metal oxide surge arrester with a housing made of polymeric Protection: material preferably Silicone rubber, without air voids neither between the housing and the metal-oxide resistors nor the housing itself. Arresters must have directly moulded housings. The arresters should be tested as per IEC 60099-4 & conform to the following criteria: Rated Voltage : 9KV Nominal Discharge Current : 5KA Distribution Class Creepage length : >300mm. Impulse Voltage 1.2/ 50µsec : 95KV Power frequency withstand voltage : 38KV Voltage Ratings: Nominal system voltage (kV) : 6.6KV(UE)/11KV (E) (phase to phase) Maximum system voltage (kV): 6.6KV(UE)/11KV (E) (phase to phase) Maximum performance : For 11KV (E) QUALITY ASSURANCE Page | 52 The manufacturer shall be certified in accordance with ISO 9001. The supplier has to provide a copy of a valid certificate along with his quote. Relevant Manuals or Drawings shall be presented upon request to customer/utility. PACKING AND SHIPMENT Tee Jointing Kits shall be securely packed, complete with all accessories, in strong nonreturnable boxes, in such a manner as to prevent damage during shipment. Specification of Straight Through Joint for 11kv AB Cable Scope Technical requisites Conductor Connection: Void filling & Stress Control: Insulation Build up & Insulation screen: Screen Continuity: Environmental sealing Voltage Ratings: In the process of drawing HT 11Kv AB cable, at the end of one drum of cable, to continue the drawing of the cable the cable from other drum has to be joined by Midspan Inline Straight through joints. In this regard, Straight through joint should be supplied with suitable Mechanical Connector, proper Stress Control, adequate Insulation, suitable screen continuity & sufficient environmental sealing should be achieved. Suitable Shear bolt type Al. Mechanical Connector has to be used. Suitable void filling Mastic & Heat shrinkable Stress control tube. By Heat shrinkable dual wall tube with extruded Insulation & semiconducting layers. With the help of Copper wire mesh.. Outer sealing should be with the help of Heat Shrinkable outer tube & with Proper sealing mastics. Nominal system voltage (kV) : 6.6KV(UE)/11KV (E) (phase to phase) Maximum system voltage (kV): 6.6KV(UE)/11KV (E) (phase to phase) Maximum performance : For 11KV (E) testing Standards: The Straight Through Joint should conform/ withstood the following test std.Tests Recommended Test values AC High voltage Load cycling 900C + 50C (no. of cycles) Load cycling 900C + 50C (no. of cycles) under 0.25 mtr. of water Impulse voltage Partial discharge voltage Thermal short circuit DC voltage QUALITY ASSURANCE 28.5KV (rms) 18 Cycles 12 Cycles 95KV (peak) At 12.75KV < 5 pc For 1 sec. KA will depend on conductor size. 38KV for 15 mins. Page | 53 The manufacturer shall be certified in accordance with ISO 9001. The supplier has to provide a copy of a valid certificate along with his quote. Relevant Manuals or Drawings shall be presented upon request to customer/utility. PACKING AND SHIPMENT Straight through Jointing Kits shall be securely packed, complete with all accessories, in strong non-returnable boxes, in such a manner as to prevent damage during shipment. Specification of Outdoor End Termination for 11kv AB Cable Scope Technical requisites Conductor Connection: Void filling Stress Control, Environmental Sealing & Anti tracking Earthing Connection Continuity: Voltage Ratings: testing Standards: In the process of drawing HT 11Kv AB cable, at the end of the cabling system the cable has to be connected with the Transformer end or with the bare overhead line by Outdoor end terminations. In this regard, Outdoor end terminations should be supplied with suitable Crimping type lugs, proper Stress Control, adequate Insulation & sufficient environmental sealing should be achieved. In the process of drawing HT 11Kv AB cable, at the end of the cabling system the cable has to be connected with the Transformer end or with the bare overhead line by Outdoor end terminations. In this regard, Outdoor end terminations should be supplied with suitable Crimping type lugs, proper Stress Control, adequate Insulation & sufficient environmental sealing should be achieved. Suitable Crimping type Al. lugs has to be used. Suitable void filling Mastic. By Heat shrinkable dual wall single tube has to be used for both stress controlling & Environmental sealing purpose. Minimum (one) no. of Heat shrinkable Rain shed can be used for increasing Creepage distance. With the help of Tinned Copper braid. Nominal system voltage (kV) : 6.6KV(UE)/11KV (E) (phase to phase) Maximum system voltage (kV): 6.6KV(UE)/11KV (E) (phase to phase) Maximum performance : For 11KV (E) The Outdoor End Termination should conform/ withstood the following test std.Tests Recommended Test values AC High voltage Load cycling 900C + 50C (no. of cycles) Load cycling 900C + 50C (no. of cycles) under 0.25 mtr. of water Impulse voltage 28.5KV (rms) 18 Cycles 12 Cycles 95KV (peak) Page | 54 Partial discharge voltage Thermal short circuit DC voltage At 12.75KV < 5 pc For 1 sec. KA will depend on conductor size. 38KV for 15 mins. QUALITY ASSURANCE The manufacturer shall be certified in accordance with ISO 9001. The supplier has to provide a copy of a valid certificate along with his quote. Relevant Manuals or Drawings shall be presented upon request to customer/utility. PACKING AND SHIPMENT Outdoor End Termination Kits shall be securely packed, complete with all accessories, in strong non-returnable boxes, in such a manner as to prevent damage during shipment. Specification of C Wedge Boltless connectors Scope The C-Type fired wedge boltless connectors shall be of high strength and high conductivity Aluminium alloy. The same shall be suitable for use on all combinations of Aluminium to Aluminium, or Aluminium to Copper conductors. The components shall be properly proportioned to minimize stress concentration, corrosion and deterioration by galvanic action & should be used for taking tap off in AB Cable from Bare overhead line. Bolted connectors should be avoided. The C-Type fired wedge boltless connectors shall be of high strength and high conductivity Aluminium alloy. The same shall be suitable for use on all combinations of Aluminium to Aluminium, or Aluminium to Copper conductors. The components shall be properly proportioned to minimize stress concentration, corrosion and deterioration by galvanic action & should be used for taking tap off in AB Cable from Bare overhead line. Bolted connectors should be avoided. Technical requisites “C” TYPE FIRED WEDGE BOLT LESS CONNECTOR: The connector consists of tapered “C” shaped member and wedge that made of Aluminium alloy. The connector should be bolt less and Fired wedge system. The “C” member should be provided built-in spring tension to maintain constant pressure for a firm electrical contact. The connector shall be used for multiple combinations of solid/stranded AAC, AAAC, ACSR, copper combination etc. Copper to Copper connectors the “C” member is composed of Aluminum Bronze alloy and the wedge of Copper alloy very close to pure copper. “C” member wedge shall be factory coated with an inhibitor containing abrasive particles to help clean and contact surfaces during installation. The C-Type fired wedge boltless connectors shall conform to the latest editions of ANSI C 119.4 - 2004 Standards. The wedge type boltless connectors shall consists of C-Member and wedge. The wedge shall be inserted at a speed of 40 m./Sec Page | 55 approx so as to be effective in abrading all sliding surface and disrupting surface oxide film to generate large number of contact spot in the electrical interfaces. The mechanical stresses during the wedge insertion shall cause elastic deformation of the C-Clamp and shall increase the geometrical conformation of the clamp to the conductor. An Oxidation inhibitor shall be applied to the surface thereby elimination of oxidation of metallic surface. The normal current carrying capacity of clamp shall not be less than the specified in the specification. If the connectors are to be installed by Powder actuated tool using cartridges with explosive, valid explosive license issued by the Government of India/State Government should be possessed. Clamps shall be corona free and shall carry an overload of at least 20% over the rated current. The connectors should be easily removable and reusable type. Reusable means that the connector may be removed from service and installed again. Prior to reuse, any instructions to be followed for reconditioning the reusable connector shall be furnished. QUALITY ASSURANCE The manufacturer shall be certified in accordance with ISO 9001. The supplier has to provide a copy of a valid certificate along with his quote. Relevant Manuals or Drawings shall be presented upon request to customer/utility. PACKING AND SHIPMENT Outdoor End Termination Kits shall be securely packed, complete with all accessories, in strong non-returnable boxes, in such a manner as to prevent damage during shipment. Anchoring Clamp for Bare messenger The clamps should be designed to anchor HT-AB Cable with Bare neutral messenger. The clamp should consists of an Aluminium alloy corrosion resistant casted body and 3 U bolts which shall anchor/hold the neutral messenger without damaging the conductor strands. The clamp should be installed properly. No losable part in the process of clamping arrangement. The clamp should conform to the standard IS 2629 & 2633. The clamp body should be made of Galvanised Steel to the standard IS 2629 & 2633 & wedges should be made of corrosion resistant Aluminium alloy as per IS 617- 1975. Clamps should be fixed with pole by Eye hooks. Ultimate Tensile Strength of the clamp should not be less than 20 KN. Maximum Allowable load of the clamp should not be less than 20 KN. Design as per furnished drawing. Suspension clamp for Bare neutral messenger: Page | 56 The clamps should be designed to hang HT-AB Cables with bare neutral messengers. The neutral messengers should be fixed by an adjustable grip device with 2 U bolts. The clamp should be installed properly. No losable part in the process of clamping arrangement. The clamp should conform to the standard IS 2629 & 2633 & REC Constr. Standard E-34. The clamp body should be made of Galvanised Steel to the standard IS 2629 & 2633 & wedges should be made of corrosion resistant Aluminium alloy as per IS 617- 1975. Clamps should be fixed with pole by Eye hook. Ultimate Tensile Strength of the clamp should not be less than 20 KN. Maximum Allowable load of the clamp should not be less than 20 KN. The clamp should sustain to maximum angle of deviation of 60 degrees of the conductors. Design as per furnished drawing. Eye Hooks: Eye hooks should be designed as to hold Suspension Clamps and Dead end Clamps on the poles:Eye hooks should be made of forged Galvanised Steel. The clamps should be corrosion resistance & should confirm to the standard IS: 2629 and IS: 2633 Bolt and nuts should be made of hot dip galvanised steel, according to VDE 0210 and VDE 0212. Ultimate Tensile Strength (UTS) of the clamp should be 15 KN. Design as per furnished drawing. Pole Clamps: Pole Clamps should be designed as to hold Eye hooks by two nut bolts on the poles:Pole Clamps should be made of forged Galvanised Steel. The clamps should be corrosion resistance & should confirm to the standard IS: 2629 and IS: 2633 Bolt and nuts should be made of hot dip galvanised steel, according to VDE 0210 and VDE 0212. It can be fabricated from 50 x 6 mm GI flat. Design as per furnished drawing. Technical Data schedule: Page | 57 A. GUARANTEED TECHNICAL PARTICULARS FOR SUSPENSION CLAMP FOR BARE MESSENGER WIRE Sl.No Description 1. Name & address of the Manufacturer Applicable standard Type of Clamp Type of design Voltage Grade (kV) Loop anchor attachment (open/close) Installation (with/without disassembly) Type & grade (metallic / nonmetallic material) Type of hot dip galvanizing & thickness of Zinc coating Marking Colour of non-metallic parts Dimensions Approximate weight Ultimate tensile strength (KN) Maximum allowable load (KN) Max. angle of deviation of conductor (degrees) 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 16. Guaranteed particulars Authorised Signatory B. GUARANTEED TECHNICAL PARTICULARS FOR DEAD END CLAMP FOR BARE MESSENGER WIRE 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. Name & address of the Manufacturer Applicable standard Type of Clamp Type of design Voltage Grade (Kv) Loop anchor attachment (open/close) Installation (with/without disassembly) Type & grade (metallic / nonmetallic material) Type of hot dip galvanizing & thickness of Zinc coating Marking Colour of non-metallic parts Dimensions Approximate weight Ultimate tensile strength (KN) Maximum allowable load (KN) Authorised Signatory Page | 58 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 16. 17. 18. 19. 20. 21. C. GUARANTEED TECHNICAL PARTICULARS FOR END TERMINATION KIT Name & address of the Manufacturer Applicable standard Type of Cable jointing kit Application Nominal system voltage (kV) Maximum system voltage (kV) Number of main core Number of branch conductor Whether single tube is used for Stress control & anti-tracking Type of insulation Type of screening System neutral earthing Maximum performance AC voltage Load cycling 900C + 50C (no. of cycles) Load cycling 900C + 50C (no. of cycles) under 0.25 mtr. of water Impulse voltage Partial discharge voltage Thermal short circuit DC voltage Dynamic short circuit Authorised Signatory D. GUARANTEED TECHNICAL PARTICULARS FOR STRAIGHT JOINT FOR HT 11KV (E) 1. Name & address of the Manufacturer 2. Applicable standard 3. Type of Cable jointing kit 4. Application 5. Nominal system voltage (kV) 6. Maximum system voltage (kV) 7. Number of cores 8. Type of insulation 9. Type of screening 10. System Neutral Earthing 11. Maximum performance 12. AC voltage 13. Load cycling 900C + 50C (no. of cycles) 14. Load cycling 900C + 50C (no. of cycles) under 0.25 mtr. of water 15. Impulse voltage 16. Partial discharge voltage 17. Thermal short circuit 18. DC voltage 19. Dynamic short circuit Page | 59 Authorised Signatory 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 16. 17. 18. 19. 20. 21. 22. 23. 24. 25. 26. E. GUARANTEED TECHNICAL PARTICULARS FOR TEE CONNECTION WITHSURGEPROTECTION Name & address of the Manufacturer Applicable standard Application Nominal system voltage (kV) Maximum system voltage (kV) Number of main core Number of branch conductor Type of Busbar Type of insulation Type of Insulators Cantilever Load of Insulator Max. Design Cantilever load of Insulator Creepage Length of Insulator Specified Tension Load of Insulator AC Wet withstand voltage of Insulator AC Dry withstand voltage of Insulator AC Wet Flashover voltage of Insulator AC Dry Flashover voltage of Insulator Impulse withstand voltage of Insulator Type of Surge arresters Rated voltage of SA Nominal Discharge Current of SA Distribution Class of SA Creepage Length of SA Impulse Voltage of SA Power frequency withstand Voltage of SA Authorised Signatory 1. 2. 3. 4. 5. 6. 7. F. GUARANTEED TECHNICAL PARTICULARS FOR EYE HOOK Name & address of the Manufacturer Applicable standard Type of Clamp Type of design Type & grade (metallic / nonmetallic material) Type of hot dip galvanizing & thickness of Zinc coating Marking Page | 60 8. 9. 10. 11. Colour of non-metallic parts Dimensions Approximate weight Ultimate tensile strength (KN) Authorised Signatory G. GUARANTEED TECHNICAL PARTICULARS FOR C FIRE WEDGE CLAMP No 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 Feature/Technical Details Manufacturer‟s Name Manufacturer‟s Location Brand Name Part Number Application Installation and Application Tooling Connector Removal Installation on Energized Lines Conductor Size Connector, Metallic Material Connector, Non-Metallic Material Voltage/Ampacity Operating Temperature Marking Industry Standards Overall Size Authorised Signatory 3.2. TECHNICAL SPECIFICATION FOR 33KV & 11 KV ISOLATORS 1.0 1.1. 1.2. 1.3. 2.0 2.1. 2.2. 2.3. SCOPE 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. The Isolators are for outdoor installation suitable for horizontal/vertical mounting on mounting structures and for use at sub-stations. Isolators shall be supplied with Earth Switch as and where specified. GENERAL The Isolators and accessories shall conform in general to IS 9921 (or IEC: 62271102) except to the extent explicitly modified in specification. 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. 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. Page | 61 3.0 3.1. 3.2. 3.3. 3.4. 3.5. 3.6. DUTY REQUIREMENTS 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. The earth switches, wherever provided, shall be constructionally 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. 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. The earthing switches shall be capable of discharging trapped charges of the associated lines. 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. 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. CONSTRUCTIONAL DETAILS 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. 3.8. Contacts: 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 3.7. 3.9. a) 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. b) Contact springs shall not carry any current and shall not lose their characteristics due to heating effects. c) 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. Blades: a) 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 Page | 62 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. b) 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.. c) 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. d) 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. 3.10. Insulators: a) The insulator shall conform to IS: 2544 and/or IEC-60168. The insulators shall have a minimum cantilever strength of 400 Kgs. for 33/11 kV insulators respectively. b) Pressure due to the contact shall not be transferred to the insulators after the main blades are fully closed. 3.11. Base: Each isolator shall be provided with a complete galvanised steel base provided with holes and designed for mounting on a supporting structure. 4.0 EARTHING SWITCHES 4.1. Where earthing switches are specified these shall include the complete operating mechanism and auxiliary contacts. 4.2. The earthing switches shall form an integral part of the isolator and shall be mounted on the base frame of the isolator. 4.3. The earthing switches shall be constructionally interlocked with the isolator so that the earthing 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 interlocks. Suitable mechanical arrangement shall be provided for de-linking electrical drive for mechanical operation. 4.4. 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. 4.5. The frame of each isolator and earthing switches shall be provided with two reliable earth terminals for connection to the earth mat. 4.6. 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. 4.7. The earth switch should be able to carry the same fault current as the main blades of the Isolators and shall withstand dynamic stresses. 5.0 5.1. 5.2. 5.3. OPERATING MECHANISM The bidder shall offer manual operated Isolators and earth switches.. Control cabinet/operating mechanism box shall be made of aluminum sheet of adequate thickness (minimum 3 mm). 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. Page | 63 OPERATION The main Isolator and earth switches shall be gang operated. 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. 6.3. 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. 6.4. 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. 6.5. 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. 6.6. 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 atleast 80% of the isolating distance. 6.7. 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. 6.8. 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. 7.0 TEST AND INSPECTION 7.1. The switches shall be subjected to the following type test in accordance to with IS: 9920. 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 6.0 6.1. 6.2. Page | 64 V) Rated line charging breaking capacity VI) Rated short time current VII) Rated peak withstand current 7.2. 7.3. VIII) Mechanical and Electrical Endurance 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. The porcelain will have pull out test for embedded component and beam strength of porcelain base. 8.0 CONNECTORS 8.1. 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 tenderer. 9.0 SUPPORTING STRUCTURES 9.1. 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 tenderer. The isolators should have requisite fixing details ready for mounting them on switch structures. 10.0 PRE-COMMISSIONING TESTS 10.1. 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. (a) Insulation resistance of each pole. (b) Manual operation and interlocks. (c) Insulation resistance of control circuits and motors. (d) Ground connections. (e) Contact resistance. (f) Proper alignment so as to minimise to the extreme possible the vibration during operation. (g) Measurement of operating Torque for isolator and Earth switch. (h) Resistance of operating and interlocks coils. (i) Functional check of the control schematic and electrical & mechanical interlocks. (j) 50 operations test on isolator and earth switch. 11.0 TECHNICAL DATA SHEET FOR ISOLATORS SL Technical Particulars Isolators class No. 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, Double Break, Page | 65 SL No. Technical Particulars 5 6 Rated continuous current, A Rated short time current, kA for 3sec Rated duration of short time current, Second Rated lightning impulse withstand voltage, kV (peak) i) To earth & between poles ii) Across isolating distance Rated 1 minute power frequency withstand voltage, kV (rms) i) To earth & between poles ii) Across isolating distance Rated 1 minute power frequency withstand voltage, kV (rms) i) To earth & between poles ii) Across isolating distance Minimum creepage distance of insulators, mm Temperature rise 7 8 9 9 10 11 Isolators class 33 kV 11kV center pole center pole rotating rotating 630 630/400 A 25 16 3 3 170 170 95 95 70 80 28 40 70 80 28 40 900 400 As per relevant IS Page | 66 THE END
* Your assessment is very important for improving the work of artificial intelligence, which forms the content of this project
advertisement