You are on page 1of 258

ASSAM POWER DISTRIBUTION COMPANY LIMITED.

BID DOCUMENT
FOR

CONSTRUCTION OF 33/11 KV SUB-STATION FOR


JORHAT MEDICAL COLLEGE & HOSPITAL,
JORHAT

ON
TURNKEY MODE

UNDER JORHAT ELECTRICAL CIRCLE,


APDCL (UAZ)

SCHEME: DEPOSIT
NIT No.CGM(D)/APDCL/UAZ/DEPOSIT/JMCH/2011/01

1
SECTION -1
NOTICE INVITING TENDER

2
ASSAM POWER DISTRIBUTION CO. LTD
UPPER ASSAM ZONE

NIT No.CGM (D)/ APDCL/UAZ/DEPOSIT/JMCH/2011/01

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 33/11kV substation (except power
transformers) at Jorhat Medical College & Hospital, Jorhat under Jorhat Electrical Circle, APDCL (UAZ)
on Turnkey mode.
Cost of Tender Paper: Rs. 6,000/-(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 PM
w.e.f. 27/01/2012 to 04/02/2012 from the office of the Chief General Manager (D), APDCL (UAZ), 6TH
Floor, Bijulee Bhawan, Paltan bazar, Guwahati-1

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

Chief General Manager (D),


th
APDCL, UAZ, 6 floor, Bijulee Bhawan.
Guwahati-1

Memo No. CGM (D)/APDCL/UAZ/DEPOSIT/JMCH/2011/01 Dated-23/01/2012


Copy to: -
1. PS to the Chairman cum Managing Director, APDCL, Bijulee Bhawan for kind appraisal of
the CMD.
2. The General Manager, UA Zone, APDCL (UAZ), Jorhat for information.
3. The DGM, Jorhat Electrical Circle, APDCL (UAZ), Dibrugarh for information & necessary
action.
4. The PRO, ASEB, Bijiulee Bhawan, Paltan Bazar, Guwahati for publication of the above
tender in one issue of The Sentinel and Dainik Janambhumi on 24/01/2012
5. The OSD to MD, APDCL, Bijiulee Bhawan, Paltan bazaar, Guwahati for publication in the
official website.

Chief General Manager (D),


th
APDCL, UAZ, 6 floor, Bijulee Bhawan.
Guwahati-1

3
ASSAM POWER DISTRIBUTION CO. LTD
UPPER ASSAM ZONE

NOTICE INVITING TENDER

NIT No.CGM (D)/ APDCL/UAZ/DEPOSIT/JMCH/2011/01


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 33/11kV, 2x5 MVA substation (except
power transformers) at Jorhat Medical College & Hospital, Jorhat under Jorhat Electrical Circle, APDCL
(UAZ) on Turnkey mode.

Source of Fund: DEPOSIT

Eligibility Criteria:
1. Average Annual turnover of the bidder for the last three financial years for the work should be
as mentioned below along with balance sheets duly certified by registered Chartered
Accountant with Registration No.
2. Past and present performance of the bidder in ASEB or in any of its successor companies will
be taken into account to decide the eligibility as per clause 4(b) of sec-2.
3. The bidders must have adequate experience in doing similar electrical construction work and to
be substantiated through certificate issued by an Engineer not below the rank of DGM/SE along
with supporting copies of the work executed under any reputed utility / department. Lack of
experience of the bidders will render the bid liable for rejection. The certificate should form a
part of the techno-commercial bid.(as per clause no 4 of Sec-2)
4. Earnest money should be as mentioned below. However Earnest money deposit (EMD) will be
50% for SC, ST & OBC bidder subject to submission of caste certificate along with the Techno-
Commercial bid of the tender.

Average annual
EMD amount Period of completion
Work description Turnover
(Rs. In lakh) In days
(Rs in lakh)
Construction of 33/11 KV, 2x5 MVA sub-
station (except power transformer) at 300
Jorhat Medical College & Hospital, Jorhat (Three hundred) days
150.0 3.75
from the date of issue of
under Jorhat Electrical Circle, APDCL work order
(UAZ)

Bid validity: 180 days from the date of submission of Bid.

Cost of Tender Paper: Rs.6,000/-(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 on all working days up to 4 PM w.e.f.
27/01/2012 to 04/02/2012 from the office of the Chief General Manager (D), APDCL, UAZ, Bijulee
TH
Bhawan, 6 Floor, Guwahati-1.

Alternatively, the Bid Document can be downloaded from the website: www.apdcl.gov.in for
tender submission purpose. The bid can be downloaded up to 4 pm 04/02/2012. The Bidders using
downloaded document will attach with their Bids (Techno-commercial) an A/C Payee Demand
Draft/Bankers Cheque (non-refundable) of Rs.6,000/-(Rupees Six thousand only) duly pledged in
favour of Assam Power Distribution Company Limited, Guwahati-1as a cost of tender paper. Bidders
will ensure that the complete document in full is downloaded and used. Any bid without the payment
of Rs. 6000.00 as above will be rejected outright; the date of purchase of said A/C Payee Demand
Draft/ Bankers Cheque should be within the date of issue of Tender paper.

4
Date of submission of Tenders: Up to 13-00 Hrs. 17/02/2012

Date of opening of Bid: Techno-commercial bids will be opened on 17/02/2012 at 14-00 Hrs. 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 tender from a joint venture firm shall be rejected.( for joint venture requirement
refer Sl 5 of Sec-2)
3. The Techno-Commercial& Price bids must be submitted in two separate sealed cover
superscripting the following on both the covers
a) Name of bidder with full address
b) Techno-Commercial bid with earnest money for envelope containing Techno-
commercial Bid and Price bid for envelope containing the price bid.
c) NIT reference number.
4. Rates should be quoted both in figures and words legibly and no overwriting will be accepted.
5. Earnest money as stipulated should be submitted with the Techno-Commercial bid in the form
of Bank Guarantee (BG) of Nationalized Bank/ Bank Call Deposit/Term Deposit pledged in
favour of ASSAM POWER DISTRIBUTION COMPANY LIMITED, Guwahati-1 valid up to
Aug 2012. Any tender without earnest money will be rejected outright.
6. Quoted rate should be firm and inclusive of all taxes and duties .All columns of the entire price
bid shall be invariably filled up. No further entry in respect of any will be entitled after opening of
price bid.
7. Quoted rate must be valid for a minimum of 180 days.
8. The tender should be submitted in the office of the Chief General Manager (D), APDCL, UAZ,
th
Bijulee Bhawan, 6 floor, Paltanbazar, Guwahati-1 and will be opened on the scheduled date &
time in presence of the intending tenderers.
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 tenderer/ intending tenderer shall have any claim arising out of such
action.

Chief General Manager (D),


APDCL, UAZ, 6th floor, Bijulee Bhawan.
Paltan bazar, Guwahati-1

5
SECTION 2
TENDER INVITING PROPOSAL

6
ASSAM POWER DISTRIBUTION COMPANY LIMITED
UPPER ASSAM ZONE

TENDER INVITING PROPOSALS WITH TERMS & CONDITIONS FOR

Construction of 33/11KV, 2x5 MVA substation (Except Power Transformers) at Jorhat Medical
College & Hospital, Jorhat under Jorhat Electrical Circle, APDCL (UAZ) on TURN KEY MODE as per
detailed below.

1. Intent of the Tender Enquiry


The intent of the Tender Enquiry is to invite proposals from the prospective and relevantly
experienced and financially sound contractor(s) (individual or joint venture)/firms to carry out the
work of Construction of 33/11KV substation (except Power Transformers) at Jorhat Medical
College & Hospital, Jorhat under Jorhat Electrical Circle, APDCL (UAZ) 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 lines wherever required
Erection, testing and commissioning of all materials/equipment supplied/system installed.
v. Project management and site organization.
vi. Obtaining clearance from statutory Agencies, Government Departments, Village Panchayats
etc. wherever necessary
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. Vendors scope will include all
other items and materials as may be required to effectively complete the work.

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

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

i. All equipment supplied shall conform to the requirement of relevant ISS (BIS) as approved by
ASEB/Company and that of REC specification and construction standards.
ii. All materials supplied shall be erected, protected as per approved standard practice for
proposed type of electrical work so as to supply electricity to the consumers most effectively
and in an intrinsically safe manner.
iii. All equipment supplied and installed shall provide easy and effective:
Maintainability
Reliability
Availability
Long life
All equipment supplied and installed shall be provided stable and adequate weather protection,
system earthing etc. LA should be earthed separately.
iv. All items, which may require frequent opening up/ dismantling for maintenance, shall be
adequately sealed against any tampering/ theft etc.
v. Generally supply and erection of materials and system shall meet the requirement of
construction standard being followed in the electrification work.

7
4. Basic qualifying requirement:
The prospective bidder must fulfill the following pre-bid qualifying requirement
a. The bidder must have valid electrical Contractors and Supervisors License (HT) issued by the Licensing
Authority of Govt. Of Assam.
b. The bidder must have successfully erected and commissioned at least 1 no. of 33/11kV substation during last
10 years as on the date of bid opening and which must be in satisfactory operation for at least 1 (one) year as
on the date of bid opening.
c. The bidder 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 shall be
treated as one of the major qualifying criteria for technical evaluation of the bid.
d. 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.
e. Average annual turnover of the bidder for best of three financial years out of five/ last three consecutive financial
years should be as per NIT and the annual turnover (with copies of balance sheets) should be certified by a
registered Chartered Accountant.
f. The bidder shall furnish latest VAT registration and clearance certificate, WCT, CST Registration certificate,
Service tax registration, Employee Provident fund and valid Labour License.
g. The bidder shall furnish copy of their Pan Card. The card must be in the name of the firm if the bidder is a firm. If
it is a joint venture copy of Pan Card of both the partner must be submitted.
h. Joint venture agreement should be a registered one or certified by Notary.
i. Power of attorney should be a registered one.
j. Formal authority Registered/Notorised for signing the tender or other documents on behalf of the firm / individual
must be submitted along with the bid. In case of registered company Boards resolution of the company for
authorized signatory

5. Joint Venture Requirement


i. The Bid and, in case of successful Bid, the form of agreement shall be signed so as to
be legally binding both the partners.
ii. One of the partners shall be authorized to be as the lead partner and this authorization
shall be evidenced by submitting a Power of Attorney signed by legally authorized
signatories of the partners.
iii. The lead partner shall be authorized to incur liabilities, receive payments and receive
instructions for and on behalf of any or all partners of the joint venture and the entire
execution of the contract.
iv. All the partners of the joint venture shall be jointly and severally liable for the execution
of the contract in accordance with the contract terms and a relevant statement to this
effect shall be included in the authorization mentioned under (ii) above as well as in the
bid form and the form of agreement (in case of successful bidder).
v. A copy of the agreement entered into by the joint venture partners shall be submitted
with the bid.
vi. The figure of average annual turnovers for the joint venture partners shall be added
together to determine the bidders compliance with the minimum average turnover
requirement for the package. However, the lead partner must meet at least 40% and
other partner must meet the at least 25% of the minimum average annual turnover
criteria given in the Tender.

6. Other requirements:
The Bidder
i) Should be acquainted himself with relevant conditions of the local geography and socio
economic setup of the different location of the State and being capable accordingly to
mobilize, organize and expedite the activities.
ii) Should have adequate working personnel comprising of Electrical/ Mechanical
engineers, electrical supervisor, skilled and unskilled labour to be deputed to the
proposed assignment.
iii) Should be conversant with the code/ standards applicable to proposed type of work.
ISS, REC guidelines

8
7. Submission of bid

The bidder shall submit the bid/bids in sealed envelope/envelopes as follows:


a. Techno-commercial bid
Techno-commercial bid should be submitted in a sealed envelope, Superscribing 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, commercial terms and conditions, vendors company credentials, experience of
similar assignments, registration details, etc. as per requirement. Tender proforma for techno-
commercial Bid is enclosed as Annexure-I.

b. Earnest Money Deposit (EMD):


The Tender must be accompanied with earnest money as mentioned in the NIT against the
work to be deposited in the form of Bank Guarantee (BG) of Nationalized Bank/ Bank Call
Deposit/Term Deposit pledged in favour of ASSAM POWER DISTRIBUTION COMPANY
LIMITED. Guwahati-1. The EMD should be submitted along with Techno- Commercial bid. The
earnest money will be released to the unsuccessful bidders on finalization of the tenders. The
EMD to the successful bidder will be released on submission of Security Deposit at the time of
execution of the agreement as per clause 13.2

c. Submission of documents with technical bids.

i) Detail list of makes and materials offered with catalogues, technical specification etc.
ii) Certificates and testimonials in support of credentials of the bidders organization.
iii) Details past experience along with present works in hand with awarded amount and
progress report.
iv) Brief write-up on methodology to carry out the assignment, if awarded.
v) Details of manpower to be engaged for the assignments.
vi) VAT/WCT/CST/ST/EPF/Labour license etc to facilitate in evaluating the bid.
vii) Copies of bidder and supervisors license, etc.
viii) Certificate along with balance sheets from Registered Charted Accountant in support of
Annual turn over
ix) Solvency certificate from Bank with necessary bank statement in this respect
x) 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.
xi) The bidder must furnish separately the list of items to be procured from outside the
state.
xii) Certificate in support of performance of the bidder

d. Price Bid
Price bid should be submitted in a 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. 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 superscribing name of
bidder, NIT reference and addressed to CGM (D), APDCL, UAZ Bijulee Bhawan,
Paltanbazar, Guwahati.

Note: -
a. If there is discrepancy between the unit price and the total price that is obtained by multiplying
the unit price and quantity, the unit price shall prevail and total price should be corrected. If
there is a discrepancy between the words and figures, the amount in word should prevail. If the
bidder does not accept the correction of the errors as above, his bid will be rejected and the
amount of bid guarantee/security will be forfeited.
b. No separate declaration-offering discount on price will be allowed. Offered price in the
price schedule will be final.

9
8 (A) Estimation of material requirement: The total quantity of materials required is indicated in
the BOQ
B) Quantity Variation: There may be increase or decrease in quantity of individual item subject
to the condition that the corresponding change in total contract value does not increase or
decrease by more than 15% keeping the unit rate of individual material and labour unchanged.
9. Award of work:
i) The evaluation of bids will be carried out, first of techno-commercial bid and thereafter
opening the price bid of only those who qualify and meet the technical requirement.
ii) Company reserves the right not to order/ award the job to the price-wise lowest party if
the party during evaluation is found technically non responsive.
iii) Work should be started within fifteen (15) days from the date of issue of the work order,
failing which order will be cancelled without further correspondence.
iv) The line/Sub-station after completion should be under custody of the contractor till the
date of commissioning and charging. The properties will be taken over by APDCL, UAZ
after satisfactory commissioning and charging.

10. Period of completion: 300 (Three Hundred) days from the date of issue of work order.

11. Implementation schedule:


Comprehensive implementation schedule of work for construction of 33/11 KV substation at
Jorhat Medical College & Hospital, Jorhat under Jorhat Electrical Circle, APDCL (UAZ)

EXECUTION PERIOD
100 days
10 days
10 days

90 days

75 days

15 days
Sl no. Description

1 Signing of Agreement

2 Survey works
Manufacture & supply
3
of materials
4 Erection of equipments
Testing &
5
commissioning

12. Termination of work order:

Company reserves the right to terminate the work order at any stage in accordance with the
Companys General Condition of Supply and Erection in force.
13. Terms of Payment:

13.1 During the currency of the contract, maximum of 3 (three) nos. of progressive payment on the
actual work done (both supply & erection) can be made against the claims preferred by the
contractor subject to 80% of the claimed amount. 20% will be retained as security deposit which
will be released along with final bill on satisfactory completion including commissioning.
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 Sr.
Manager 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

10
whether progressive or final shall be entertained only after completion of both supply and
erection of works of specified items.

13.2 Security deposit and agreement:

The successful bidders shall have to deposit security money in the form of Bank Guarantee
issued by any Nationalized Bank/Scheduled Bank in Companys standard proforma 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 15(d).

14. 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, UAZ.
(II) Work Progress Report:
Progress monitoring by the contractor as per implementation schedule and approved
milestones.
Fortnightly progress report will be submitted to the concern Deputy General Manager,
Senior Manager & Sub-Divisional Engineers.
The progress report will highlight the points like, work completion vis--vis planned, plan
for next working period, delay analysis vis--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 Works/offices.
15. 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
Companys General condition of supply and erection.
(b) Equipment and system installed shall be guaranteed individually for integrated operations for a
period of 18 (Eighteen) months from date of commissioning of a system. In 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 Companys representative.

(c) Warranty from the manufacturer shall be produced along with manufacturers test certificate for
all equipment/ materials covered under Manufacturers warranty.

(d) A performance Bank Guarantee from a Nationalized Bank/Scheduled Bank in Boards standard
proforma on Non judicial stamp paper of appropriate value with a validity of 18 (eighteen)
months from the actual date of completion of the work @ 10% of total value of work executed
shall have to be furnished by the Contractor before final payment.

e) Approvals/Clearances:

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

11
2. GTP and drawings of all equipment/ materials shall be approved by CGM (D), APDCL,UAZ.
3. The contractor shall obtain all statutory approvals and clearances from the statutory
authorities before charging the system at his/her own cost.

16. Environmental Considerations:

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

17. Submission of documents.

a) With bids.
i) Detail list of makes and materials offered with catalogues, technical specification etc.
ii) Certificates and testimonials in support of credentials of the bidders organization.
iii) Details past experience along with present works in hand with awarded amount and
progress report.
iv) Brief writ-up on methodology to carry out the assignment, if awarded.
v) Details of manpower to be engaged for the assignments.
vi) Any other information, the vendor may feel facilitative in evaluating the bid.
vii) Copies of contractor and supervisors license, etc.
viii) Certificate from Registered Charted Accountant in support of Annual turn over
ix) Solvency certificate from Bank
x) Earnest money deposit along with Techno- Commercial bid
xi) Certificate in support of performance of the bidder

b) During project execution


i) All documents for approval shall be submitted in 6 copies.
ii) All final documents to be submitted to statutory organizations will be furnished as per
requirement of the authority.

18. Funding of the project: DEPOSIT SCHEME

19. Disclaimer:

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

20. Terms and conditions, which are not specified, herein above will be governed by Companys
General Conditions of supply and erection in force.

12
Annexure - I
Tender Proforma part I (Techno-commercial Bid)

NIT No.CGM (D)/ APDCL/UAZ/DEPOSIT/JMCH/2011/01

1. Name and full address of the Bidder. :

2. Particulars of payment made for Purchase of


tender document in the shape of . :

3. Amount of earnest money paid in the shape of :

4. Whether Sales Tax clearance : Yes / No


certificate submitted

5. VAT Registration. No/ Service Tax Regd No. :

6. Acceptance of guarantee clause of :


Materials /equipment and system
Installed individually and for integrated
Operation.

7. Acceptance of penalty clause :

8. Acceptance of terms of payment :

9. Certificate/ documents regarding adequate :


Experience of doing similar job

10. Details of work presently in hand with amount :


(Awarded by APDCL and other successor
Companies of ASEB)- a separate sheet if
Required may be enclosed.

11. Details of manpower and T&Ps including :


Vehicles available with the firm to be
Enclosed separately.

12. List of documents enclosed :


.
a) .

b) .

c) .

Signature with full name


and designation of bidder or
his/her authorized representative
with seal

13
ANNEXURE-I(A)

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

Sl No Name of Order No Contact Scheme Stipulated date Date of actual Remarks


work Value of completion completion on /
as per w/order present status
1
2
3
4

NB : This annexure must be certified by concern officer not less than the rank of DGM

ANNEXURE-I(B)
Furnished
Sl No. Qualification Requirement at Page Remark
Annexure
A LEGAL
1 Document in support of legal status of firm
Memorandum of Association
2 &Registered/Notorised Joint venture Agreement if
JV
3
Registered/Notarized power of attorney of the
signatory of the Bidder to participate in the Bid.
4
Board resolution of the company to authorizing the
signatory
Information regarding any litigation, current or
5
during the last five years, in which the Bidder is
involved, the parties concerned, and disputed
amount
6 Valid Electrical Contractor's License
7 Valid Electrical & Supervisory License
8
VAT/CST/WCT/Service Tax registration
certificate
9
Labour License/Provident Fund Registration
Certificate
B Financial
1
Audited Balance sheet, Profit & Loss account,
Auditors report for last three year
2
CA Certified Turnover of bidder during the last
3(three) years.
Evidence of adequacy of working capital for this
3 contract (access to line (s) of credit and availability
of other financial resources)

14
Furnished
Sl No. Qualification Requirement at Page Remark
Annexure

4
Authority to seek references from the Bidder's
Bankers
5 Income Tax return for last 3(three) years
6
Value of similar work performed by the bidder in
each of the last five years - Statement
Proposals for subcontracting components of the
7 Works amounting to more than 10 percent of the
Contract Price
8 Details of EMD (BG/TD/NSC/Bank Call Deposit)
C Technical ability and experience
Experience in works of a similar nature and
volume for each of the last 5(five) years and
1 details of works under way or contractually
committed including full address of client for
communication- Statement
Certificates issued by an Engineer not below the
2
Cadre of Deputy General Manager/SE along with
supporting photo-copies of agreements for the
works executed in any one year (12 months)
Detailed activity plan and methodology supported
3
with layout and necessary drawings and
calculations (detailed) to allow the employer to
review their proposals.
4 Quality Assurance plan with Bar Chart
5
List of technical personnel and their qualification
and experience with organisation chart
6
Proof of availability of the tools, tackles, spare
parts, etc. for carrying out the works.
D
Technical particulars of equipments and Materials
offered in the Bill of Material and their GTPs

15
SECTION 3
BILL OF MATERIALS
&
PRICE BIDDING SCHEDULE

16
Bill of Quantity (BOQ) for work
Name of work: Construction of 33/11KV, 2x5 MVA substation (except power transformer) at Jorhat
Medical College & Hospital, Jorhat under Jorhat Electrical Circle, APDCL (UAZ)
Scheme: DEPOSIT

Sl
Items Unit Qty
No
1 G I Lattice structure for 33 KV Switchyard (Assorted) MT 24
2 Disc Insulator (90 kN), B&S No 48
3 Hardware fittings for Disc Insulator set 12
4 Tension clamp for wolf No 12
5 T Clamp (Wolf to wolf) No 27
6 33 kV Pin Insulator with GI Pin No 15
AAA Wolf conductor for 33 kV Switch Yard & jumpering
7 Mtr 150
works
33 kV VCB, 1250A with mounting structure and
8 Set 5
marshalling box (Outdoor)
9 33 kV Relay & Control Panel for Feeder No 3
10 33 kV Relay & Control Panel for Transformer No 2
33 kV, 10kA Lightning Arrestor station type with mounting
11 Set 5
structure
33 kV Isolator1250 A with earth blade complete with
12 Set 3
mounting structure
33kV Isolator, 1250 A without earth blade complete with
13 Set 7
mounting structure
33kV Current transformer outdoor type (CT Ratio 400-
14 200/5-5A) with terminal connector and all accessories, Set 3
mounting structure & Marshalling box
33kV Current transformer outdoor type (CT Ratio 200-
15 100/5-5-5A) with terminal connector and all accessories, Set 2
mounting structure & Marshalling box
33 kV Potential transformer outdoor type with terminal
16 connector along with terminal connector and all Set 2
accessories, mounting structure & Marshalling box
Battery Bank of 110V, 100AH, 55 cells Maintenance free
17 Set 1
value regulated lead acid
110V DC 100AH, Battery Charger suitable for charging of
18 No 1
110 V DC 100AH Battery bank
19 AC Distribution Board No 1
110V, DC Distribution Board including connected cables
20 No 1
with terminations.
21 11 kV Pin Insulator with GI Pin Set 21
22 11kV 9 unit VCB panel for 11kv feeder No 1
23 11 KV Isolator 800A without earth blade Set 2
24 11kV GOAB No 6
25 11kV LA set 6
26 11 KV DO fuse set, 150 A Set 1
27 LT XLPE armoured cable, 3-core, 120 Sq. mm. mtr 80
28 11 KV XLPE armoured cable, 1-core, 300 Sq. mm. Mtr 400
29 11 KV XLPE armoured cable, 3-core, 240 Sq. mm. Mtr 240
30 11 KV Cable Kit for XLPE, 1-core, 300 Sq. mm. (outdoor) No 8

17
31 11 KV Cable Kit for XLPE,1-core, 300 Sq. mm. (indoor) No 8
32 11 KV Cable Kit for XLPE, 3-core, 240 Sq. mm. (outdoor) No 5
33 11 KV Cable Kit for XLPE, 3-core, 240 Sq. mm. (indoor) No 5
Supply and laying of Cu. Control Cable, 7-core, 2.5 sq.
34 mm. and terminating arrangements completely wired with Mtr 500
equipments as per direction.
Supply and laying of Cu. Control Cable, 4-core, 2.5 sq.
35 mm. and terminating arrangements completely wired with Mtr 400
equipments as per direction.
36 GI nuts and bolts with GI washer (assorted) Kg 100
Installation of earthing system with MS flats 50x8mm GI,
37 LS 1
electrodes etc
Station transformer 11/0.43kV, 100 kVA (1No) with MS
38 channel, Disc Insulator (45KN), C I Earth pipe, GI wire, LS 1
HRC Main Switch, Lug etc(Station service sub-station)
Construction of control room building including water
39 supply & sanitary works, rubber mats, internal No 1
electrification
Earth filling, levelling, compacting, grading etc with river
40 Cu M 1386
sand as per site condition and technical Specification.
41 Switchyard gravelling with broken stone (50 mm) size Cu M 100
Materials as required for Switchyard chain link fencing with
one steel gate complete with RCC footings, beams, brick
42 RM 151
walls etc. as per drawings and Specification. The rate shall
be inclusive of all materials and labour.
43 Construction of transformer pad 2 nos. No 2
Construction of foundation for LAs, isolators VCBs, CTs
44 PT bus etc including supply of all foundation materials & Job 1
Labour
Construction of Cable Trenches including supply of all
45 Mtr 150
materials and labour as per specification and drawing
Materials as required for Switchyard lighting along with
46 poles & other accessories and internal electrification of Job 1
control room building.
Control Room furniture (2 table, 4 chairs, 1 Steel Almirah,
47 LS 1
1 Steel rack etc.)
Installation of deep tube well with all piping, 1 HP
48 submersible pump, 500 litre overhead storage tank etc as No 1
per Specification with all materials and labour.
49 Fire extinguisher No 4

18
19
Annexure-II
The schedule of item wise rates of various works (inclusive of E.D., F&I up to work site, WCT, Service tax, entry tax if applicable) for Construction of 33/11 KV, 2x5 MVA Substation
(except power transformer) at Jorhat Medical College & Hospital, Jorhat under Jorhat Electrical Circle, APDCL(UAZ)
Supply of materials Erection of materials
Unit price of Other
Unit
item, levies
S.No Total Total erection/ Total Work Total Grand
Brief Item Description Unit Qty inclusive of Total eg. Service
. Sales cost of installati Erection contract cost of Total
E.D., F&I amount Octroi/ Tax
Tax the Item on cost Tax erection
up to work (Rs) Entry (Rs)
(Rs) (Rs) charges (Rs) (Rs) (Rs)
site Tax
(Rs)
(Rs) (Rs)
7= (6 14 =
8 = (6 X 9=(6+7+ 11= 12= (11 13= (11 15 = 9
1 2 3 4 5 6=(4x5) X 10 11+12+1
Rate) 8) (4X10) X Rate) X Rate) + 14
Rate) 3
Design, Supply & erection of G I
Lattice structure along with nut & bolts
1 etc with PCC grouting in the ratio MT 24
1:3:6 for 33kV bus as per drawing & T
S
Supply, fitting of 90 kN, B&S Disc
insulator for 33 kV bus with H/W fitting
& tension clamp for wolf, and T
2 clamp for Wolf to Wolf (1 set Set 27
comprises of 4 Nos Disc insulator
fitted in series with necessary H/W
fitting & tension clamp)
Supply & erection of 33kV pin
3 insulator with GI pin
No 15
Supply and stringing of AAAC Wolf
conductor for 33kV Bus and
4 jumpering with PG clamp as per
Mtr 150
drawing & direction
Supply, erection, testing and
commissioning of 33 KV VCB, 1250A
Outdoor type along with terminal
5 box, marshalling box, G I mounting
Set 5
structure and all accessories as per
TS and drawing.
Foundation as required for installation
of new 33 kV VCB (including cost of
6 all materials) as per TS and approved
No 5
drawing and T S.
20
Supply, erection, testing and
commissioning of 33 kV C&R Panel
7 for feeder (indoor) along with No 3
numerical relays, Meters, TVM etc
and all accessories as per TS.
Supply, erection, testing and
commissioning of 33 kV C&R Panel for
8 transformer (indoor) along with numerical No 2
relays, meters, etc and all accessories as per
TS.
Supply, erection, testing and
commissioning of 33 kV, LA (station
type), 10KA, with surge monitor and
9 G I mounting structure & all
Set 5
accessories as per TS and approved
drawing.
Foundation as required for installation
of 33 kV, LA (including cost of all
10 materials) as per TS and approved
No 5
drawing.
Supply, erection, testing and
commissioning of 33 kV Isolator,
1250 A Double Break with earth blade
11 with G I mounting structure and all
Set 3
accessories as per TS and approved
drawing.
Foundation as required for installation
of 33 kV Isolator with earth blade
12 (including cost of all materials) as per
No 3
TS and approved drawing.
Supply, erection, testing and
commissioning of 33 kV Isolator,
1250 A Double Break without earth
13 blade with G I mounting structure and
set 7
all accessories as per TS and
approved drawing.,
Foundation as required for installation
of 33 kV Isolator without earth blade
14 (including cost of all materials) as per
No 7
TS and approved drawing.

21
Supply, erection testing and
commissioning of single phase CT
400-200/5-5A with Marshalling box, G
15 I mounting structure and all
Set 3
accessories as per TS and approved
drawing.
Foundation as required for installation
of CT 400-200/5-5A (including cost of
16 all materials) as per TS and approved
No 3
drawing.
Supply, erection, testing and
commissioning of CT 200-100/5-5-5A
17 with marshalling box, G I mounting Set 2
structure and all accessories as per
TS and approved drawing.
Foundation as required for installation
of CT 200-100/5-5-5A (including cost
18 of all materials) as per TS and
No 2
approved drawing
Supply, erection, testing and
commissioning of 33 kV (33/3)/
(110/3) V Potential Transformer
19 Outdoor type along with terminal box, Set 2
marshalling box, G I mounting
structure and all accessories as per
TS and approved drawing.
Foundation as required for installation
of 33 kV (33/3)/(110/3) V Potential
20 Transformer (including cost of all No 2
materials) as per TS and approved
drawing
Supply, installation testing and
commissioning of Battery Bank of
21 110V, 150AH, 55 cells Maintenance
Set 1
free
Supply, installation testing and
commissioning of 110V DC 150AH,
22 Battery Charger suitable for charging
No 1
of 110 V DC 150AH Battery bank

22
Supply, installation testing and
commissioning of AC Distribution
23 Board
No 1

Supply, installation testing and


commissioning of 110V, DC
24 Distribution Board including
No 1
connected cables with terminations.
Supply, installation, testing and
commissioning of 11kV, 9 unit VCB
25 panel (indoor) with numerical relays, No 1
meters, TVM and all accessories for
11kV feeder
Supply, erection, testing and
commissioning of 11kV isolator
double break without earth blade, G I
26 mounting structure and all
Set 2
accessories as per TS and approved
drawing
Foundation as required for installation
of 11 kV Isolator without earth blade
27 (including cost of all materials) as per
No 2
TS and approved drawing.
Supply and laying of 11 kV, XLPE
cable, Single core 300 Sq mm with
28 necessary lugs, clamps, nuts & bolts
Mtr 400
etc.
Supply and laying of 11 kV, XLPE
cable, three core 240 Sq mm with
29 necessary lugs, clamps, nuts & bolts
Mtr 240
etc.
Supply & fitting of XLPE HT heat
shrinkable type, single core outdoor
cable termination kit including all
30 accessories suitable for jointing 11 KV No 8
2
single core 300 mm XLPE cable
with necessary lugs, clamps, nuts &
bolts etc.

23
Supply & fitting of XLPE HT heat
shrinkable type, single core indoor
cable termination kit including all
31 accessories suitable for jointing 11 kV No 8
2
single core 300 mm XLPE cable
with necessary lugs, clamps, nuts &
bolts etc
Supply & fitting of XLPE HT heat
shrinkable type, three core outdoor
cable termination kit including all
32 accessories suitable for jointing 11 kV No 5
2
three core 240 mm XLPE cable with
necessary lugs, clamps, nuts & bolts
etc.

Supply & fitting of XLPE HT heat


shrinkable type, three core indoor
cable termination kit including all
33 accessories suitable for jointing 11 kV No 5
2
three core 240 mm XLPE cable with
necessary lugs, clamps, nuts & bolts
etc
Supply and laying of Cu. Control
Cable, 7-core, 2.5 sq. mm. and
34 terminating arrangements completely Mtr 500
wired with equipments as per
direction.
Supply and laying of Cu. Control
Cable, 4-core, 2.5 sq. mm. and
35 terminating arrangements completely Mtr 400
wired with equipments as per
direction.
Installation of earthing system with
MS flats 50x8 mm (for earthing mat)
with GI flat 25x6mm(for earthing
36 conductor) and GI pipe 50mm dia. of
LS 1
length 3000mm(for earth electrodes)
as per direction

24
Construction of RCC control room
building as per drawing and
specifications including internal
37 electrification, water supply & sanitary No 1
works etc complete as per direction
including supply of control room
furniture as mentioned in BOQ.
Earth filling work inside the switchyard
area with river sand, levelling,
38 compacting, grading etc as per site
CM 1386
condition and technical specification.

Stone masonry wall around the


switchyard area, brick works and
chain link fencing above it with a
sliding gate (5m length) at the
39 entrance as per drawing and RM 151
specifications including all labour and
materials complete (inclusive of 20
meter of pavement of inside the
switchyard) as directed.

Construction of Transformer pad


including supply of all foundation
40 materials & labour for the work as per
No 2
drawing & direction.
Construction of Cable Trenches Size:
950x900 mm including supply of all
41 materials and labour as per
Mtr 150
specification and drawing,
Supply & installation of Switch yard
lighting with pressure die cast
aluminium integral flood light with 400
Watt MH tubular lamp total 6 numbers
42 to be fixed in switchyard structure
Job 1
including fitting & fixing with required
size of cable to be connected with
ACDB as per direction

25
Installation of deep tube well with all
piping, 1/2 HP submersible pump,
500 litre overhead Sintex make
storage tank to be fitted on the roof
slab of control room building and
43 ladder with MS angle 50x50x6 mm
Job 1
and 16 mm dia MS plain bar as steps
from ground to Control room roof slab
etc as per Specification with all
materials and labour.
Fire extinguisher: Carbon Dioxide
44 type fire extinguishers (capacity 3 kg) No. 4
as per specification
Switchyard gravelling of 0.225 mtr
Sq.
45 (thickness) by broken stone of 50mm 300
size inclusive of labour and material Mtr.
Supply, erection, testing &
46 commissioning of 11 KV GOAB for Set 5
each feeder as per direction
Supply and installation &
commissioning of 11/0.4kV, 100kVA
Distribution transformer on PSC pole
with necessary cables (LT XLPE
armoured cable 3-core 120 sq.mm
47 with kit) as per direction with
Job 1
necessary earthing with CI Earth pipe
and other accessories like GI Channel
(100x50x6x3200mm), LA, DO fuse,,
Lug, GOAB, ,HRC Main Switch etc
48 Supply of furniture as per BOQ Job 1 - - - - --

Signature of the bidder


Name
Address

*** Note: The columns of above price schedule shall be filled up in all respect. No columns should be left un-filled.

26
SECTION -4
GENERAL REQUIREMENTS

27
GENERAL REQUIREMENTS

The bidder shall comply with the following general requirements along with other
specifications.
1.0 QUALITY ASSURANCE PLAN
1.1 The bidder shall invariably furnish the following information along with his offer failing which
the offer shall be liable for rejection. Information shall be separately given for individual type
of equipment offered.
i) The structure of organization
ii) The duties and responsibilities assigned to staff ensuring quality of work
iii) The system of purchasing, taking delivery and verification of materials
iv) The system for ensuring quality of workmanship
v) The quality assurance arrangements shall confirm to the relevant requirement of ISO
9001 on ISO 9002 as applicable.
vi) Statement giving list of important raw materials, names of sub-supplies for the raw
materials, list of standards according to which the raw material are tested, list of tests
normally carried out on raw material in the presence of suppliers representative, copies
of test certificates.
vii) Information and copies of test certificates as on (i) above in respect of bought out items
viii) List of manufacturing facilities available
ix) Level of automation achieved and list of areas where manual processing exists.
x) List of areas in manufacturing process, where stage inspections are normally carried
out for quality control and details of such test and inspection.
xi) List of testing equipment available with the bidder for final testing of equipment specified
and test plant limitation, if any vis--vis the type. Special acceptance and routine tests
specified in the relevant standards. These limitations shall be very clearly brought out in
"Schedule of Deviations" from the specified test requirement.
1.2 The contractor shall within 30 days of placement of order, submit the following information to
the purchaser.
i) List of the raw material as well as bought out accessories and the names of sub-
suppliers selected from those furnished along with the offer.
ii) Type test certificated of the raw material and bought out accessories if required by the
purchaser.
iii) Quality Assurance Plant (QAP) with hold points for purchasers inspection. QAP and
purchasers hold points shall be discussed between the purchaser and contractor before
the QAP is finalized.
The contractor shall submit the routine test certificates of bought out accessories and central
excise asses for raw material at the time of routine testing if required by the purchaser and
ensure that the quality assurance requirements of specification are followed by the sub-
contractor.
1.3 The Quality Assurance Programme shall give a description of the Quality System and
Quality Plans with the following details.
i) Quality System
The structure of the organization.
The duties and responsibilities assigned to staff ensuring quality of work.
The system of purchasing, taking delivery of verification of materials
The system of ensuring of quality workmanship.
The system of control of documentation.
The system of retention of records.
The arrangement of contractor internal auditing.
A list of administrator and work procedures required to achieve contractors quality
requirements. These procedures shall be made readily available to the purchaser for
inspection on request.

28
ii) Quality Plans
An outline of the proposed work and program sequence.
The structure of contractors organizations for the contract.
The duties and responsibilities ensuring quality of work.
Hold and notification points.
Submission of engineering documents required by this specification.
The inspection of the materials and components on request.
Reference to contractors work procedures appropriate to each activity.
Inspection during fabrication /construction.
Final inspection and test.

2.0 Inspection

2.1 The Owner's representative or third party nominee shall at all times be entitled to have
access to the works and all places of manufacture, where insulator, and its component parts
shall be manufactured and the representatives shall have full facilities for unrestricted
inspection of the Contractor's and sub-Contractor's works, raw materials, manufacture of the
material and for conducting necessary test as detailed herein.
2.2 The material for final inspection shall be offered by the Contractor only under packed
condition as detailed in the specification. The Owner shall select samples at random from
the packed lot for carrying out acceptance tests. Insulators shall normally be offered for
inspection in lots not exceeding 5000 nos. the lot should be homogeneous and should
contain insulators manufactured in the span of not more than 3-4 consecutive weeks.
2.3 The Contractor shall keep the Owner informed in advance of the time of starting and the
progress of manufacture of material in their various stages so that arrangements could be
made for inspection.
2.4 No material shall be dispatched from its point of manufacture before it has been
satisfactorily inspected and tested unless the inspection is waived off by the Owner in
writing. In the latter case also the material shall be dispatched only after satisfactory testing
for all tests specified herein have been completed.
2.5 The acceptance of any quantity of material shall be no way relieve the Contractor of his
responsibility for meeting all the requirements of the specification and shall not prevent
subsequent rejection, if such material are later found to be defective.

3.0 Additional Tests


3.1 The Owner reserves the right of having at his own expense any other test(s) of reasonable
nature carried out at Contractor's premises, at site, or in any other place in addition to the
type, acceptance and routine tests specified in these bidding documents against any
equipments to satisfy himself that the material comply with the Specifications.
3.2 The Owner also reserves the right to conduct all the tests mentioned in this specification at
his own expense on the samples drawn from the site at Contractor's premises or at any
other test center. In case of evidence of noncompliance, it shall be binding on the part of
the Contractor to prove the compliance of the items to the technical specifications by repeat
tests or correction of deficiencies, or replacement of defective items, all without any extra
cost to the Owner.

4.0 Test Reports


4.1 Copies of type test reports shall be furnished in at least six (6) copies along with one
original. One copy shall be returned duly certified by the Owner only after which the
commercial production of the concerned materials shall start.
4.2 Copies of acceptance test reports shall be furnished in at least six (6) copies. One copy
shall be returned duly certified by the Owner, only after which the material shall be

29
despatched.
4.3 Record of routine test reports shall be maintained by the Contractor at his works for periodic
inspection by the Owner's representative.
4.4 Test certificates of test during manufacture shall be maintained by the Contractor. These
shall be produced for verification as and when desired by the Owner.

5.0 List of Drawings and Documents:


5.1 The bidder shall furnish the following along with bid.

i) Two sets of drawings showing clearly the general arrangements, fitting details, electrical
connections etc.
ii) Technical leaflets (users manual) giving operating instructions.
iii) Three copies of dimensional drawings of the box for each quoted item.

The manufacturing of the equipment shall be strictly in accordance with the approved
drawings and no deviation shall be permitted without the written approval of the purchaser.
All manufacturing and fabrication work in connection with the equipment prior to the
approval of the drawing shall be at the supplier's risk.

Approval of drawings/work by purchaser shall not relieve the supplier of his responsibility
and liability for ensuring correctness and correct interpretation of the drawings for meeting
the specification.
5.2 The requirements of the latest revision of application standards, rules and codes of
practices. The equipment shall conform in all respects to high standards of engineering,
design, workmanship and latest revisions of relevant standards at the time of ordering and
purchaser shall have the power to reject any work or materials which, in his judgment is not
in full accordance therewith.
5.3 The successful Bidder shall within 2 weeks of notification of award of contract submit three
sets of final versions of all the drawings as stipulated in the purchase order for purchaser's
approval. The purchaser shall communicate his comments/approval on the drawings to the
supplier within two weeks. The supplier shall, if necessary, modify the drawings and
resubmit three copies of the modified drawings for their approval. The supplier shall within
two weeks. Submit 30 prints and two good quality report copies of the approved drawings
for purchaser's use.
5.4 Eight sets of operating manuals/technical leaflets shall be supplied to each consignee for
the first instance of supply.
5.4.1 One set of routine test certificates shall accompany each dispatch consignment.
5.4.2 The acceptance test certificates in case pre-dispatch inspection or routine test certificates in
cases where inspection is' waived shall be got approved by the purchasers.

6.0 Any Item specification if not available in this document Contractor shall supply and execute
the items meeting the relevant IS specification with the approval of the purchaser.

30
SECTION 5

FORMS OF BID

31
PROFORMA OF BANK GUARANTEE FOR BID GUARANTEE/SECURITY
(To be stamped in accordance with Stamp Act)
The non-Judicial stamp paper should be in the name of issuing bank

Ref.. Bank Guarantee No..


Date.
To
The Chief General Manager (D)
Assam Power Distribution Company Ltd.(UAZ)
Bijulee Bhawan, Paltanbazar
Guwahati-1

Dear Sirs/ Madam,


In accordance with invitation to bid under your Bid No. M/s. having its
Registered/ Head Office at ..( hereinafter called the Bidder) wish to participate in the
said Bid or and you, as a special favour have agreed to accept an irrevocable and
unconditional Bank Guarantee for an amount of .. valid upto. On
behalf of Bidder in lieu of the Bid deposit required to be made by the bidder, as a condition
precedent for participation in the Said Bid.
We, the . Bank at have our Head Office at..( local
address) guarantee and undertake to pay immediately on demand by Assam Power Distribution
Company Limited, the Amount of
..( in words & figures) without any reservation, protest,
demur and recourse. Any such demand made by said Owner shall be conclusive and
binding on us irrespective of any dispute or difference raised by the Bidder.

The Guarantee shall be irrevocable and shall remain valid up to and including .
@....................... if any further extension of this guarantee is required, the same shall be
extended to such required period ( not exceeding one year) on receiving instruction from M/s
. on whose behalf this guarantee is issued.
In witness whereof the Bank, through its authorized office, has set its hand and stamp on this
day of .. 20 at

WITNESS

.
(Signature) ( Signature)
..
(Name) (Name)
.
( Official Address) (Official Address)

@ This date shall be thirty (30) days after the last date for which the bid is valid.

32
PROFORMA OF BANK GUARANTEE FOR CONTRACT PERFORMANCE
(To be stamped in accordance with Stamp Act)

Ref.. Bank Guarantee No..


Date.
To
The Chief General Manager (D)
Assam Power Distribution Company Ltd. (UAZ)
Bijulee Bhawan, Paltanbazar
Guwahati-1

Dear Sirs/ Madam,

In consideration of Assam Power Distribution Company Ltd., (herein after referred to as the Owner
which expression shall unless repugnant to the context or meaning thereof include its successors,
administrators and assigns) having awarded to M/s ..with
registered/ Head office at .( hereinafter referred to as Contractor which expression
shall unless repugnant to the context or meaning thereof include its successors, administrators,
executors and assigns), a Contract by issued of Owners Letter of Award No
dated.. and the same having been acknowledged by the contractor, resulting in a
contract bearing No.. dated contractor having agreed to provide a Contract Performance
Guarantee for the faithful performance of the entire Contract equivalent to being(%)
(Percent *) of the said value Contract to the Owner.

We.. (Name &


Address) having its Head Office at ( hereinafter referred to as the Bank , which
expression shall, unless repugnant to the context or meaning thereof, include its successors,
administrators, executors and assigns) do hereby guarantee and undertake to pay the owner, on
demand any all monies payable by the contractor to be extent of . As aforesaid at
any time up to ..**( day/month/year) without any demur, reservation , contest ,
recourse or protest and / or without any reference to this contractor. Any such demand made by the
owner on the bank shall be conclusive and binding notwithstanding any difference between the
Owner the Contractor or any dispute pending before any Court, Tribunal, Arbitrator or any other
authority . The bank undertakes not to revoke this guarantee during its currency without previous
consent of the owner and further agrees that the guarantee herein contained shall continue to be
enforceable till the owner discharges this guarantee.

The Owner shall have the fullest liberty without affecting in any way the liability of the Bank under
the guarantee, from time to time to extend the time for performance or the contract by the contractor.
The owner shall have the fullest liberty, without affecting this guarantee, to postpone from time to
time the exercise of any power vested in them or of any right which they might have against the
contractor, and to exercise the same at any time in any matter, and either to enforce or to for bear to
enforce any covenants, contained or implied, in the contract between the owner and the contractor
or any other course or remedy or security available to the owner. The Bank shall not be released to
its obligations under these presents by any exercise by the owner of its liberty with reference to the
matters aforesaid or any of them or by reason of any other act of omission or commission on the
part of the owner or any other indulgences shown by the owner or by any other matter or thing
whatsoever which under law would, but for this provision have the effect of relieving the Bank.

The bank also agrees that the owner at its option shall be entitled to enforce this guarantee against
the Bank as a principal debtor, in the first instance without proceeding against the contractor and not
withstanding any security or other guarantee the owner may have in relation to the Contractors
liabilities.
Notwithstanding anything contained herein above our liability under this guarantee is restricted to
. And it shall remain in force up to an including .. and shall be
extended from time to time for such period( not exceeding 1 year) as may be desired
M/s.on whose behalf this guarantee has been
given.

Dated this. Day of .. 20 at

33
WITNESS
.
(Signature) (Signature)

..
(Name) (Name)

.. ..
(Official address) (Official address)

Attorney as per power


Of Attorney No..
Date..

Notes
* This sum shall be 10%(Ten) of the Contract price.
** The date will be 90(Ninety) days after the end of the Warranty Period as specified in the contract.
1. The stamp paper of appropriate value shall be purchased in the name of issuing bank.

34
PROFORMA OF EXTENSION OF BANK GUARANTEE

Ref.. Date.

To
The Chief General Manager (D)
Assam Power Distribution Company Ltd.(UAZ)
Bijulee Bhawan, Paltanbazar
Guwahati-1

Dear Sirs/ Madam,

Sub: Extension of Bank Guarantee No.. for Rs. Favouring


yourselves , expiring on . On account of M/S.. in
respect of contract no. dated .. ( hereinafter called original
Bank Guarantee).

At the request of M/s we bank, branch office at


.. and having its Head Office at . Do hereby extend our liability
under the above mentioned Bank Guarantee No datedfor a
further period of ( Years/ Months) from.. to expire
on.. expect as provided above, all other terms and conditions of the original Bank
Guarantee No. dated . Shall remain unaltered and binding.

Please treat this as an integral part of the original Bank Guarantee to which it would be attached.

Yours faithfully

For
Manager/ Agent/Accountant ..
Power of attorney No
Dated
SEAL OF BANK

Note: The non-judicial stamp paper of appropriate value shall be purchased in the name of the Bank
who has issued the Bank Guarantee.

35
PROFORMA OF BANK GUARANTEE FOR ADVANCEPAYMENT
( To be stamped in accordance with Stamp Act )

Ref.. Bank guarantee No

Date.
To
The Chief General Manager (D)
Assam Power Distribution Company Ltd.(UAZ)
Bijulee Bhawan, Paltanbazar
Guwahati-1

Dear Sirs/ Madam,

In consideration of Assam Power Distribution Company Ltd.(hereinafter referred to as the Owner,


which expressions shall unless repugnant to the context or meaning thereof include its successors,
administrators and assigns) having awarded to M/s hereinafter referred to
as the Contractor which expression shall unless repugnant to the context or meaning thereof ,
include its successors, administrators, executors and assigns), a Contract by issue of Owners letter
of Award No Datedand the same having been acknowledged by
the contractors, resulting in a Contract bearing no. Dated. Valued
(at( in words and figures). For .Contract (space of
work).. (hereinafter called the Contract) and the Owner having agreed
to make an advance payment to the Contractor for performance of the above contract amounting
(in words and figures) as an advance against Bank Guarantee to be
furnished by the Contractor.

We..( Name of the Bank) having its Head Office at


( hereinafter referred to as the Bank, which expression shall, unless repugnant to the context or
meaning thereof , include its successors, administrators, executors and assigns) do hereby
guarantee and undertake to pay the owner , immediately on demand any or, all monies payable by
the contractor to the extent of ..as aforesaid at any time upto.. (a.)
without any demur, reservation, contest, recourse or protest and/or without any reference to the
contractor. Any such demand made by the Owner on the Bank shall be conclusive and binding
notwithstanding any difference between the Owner and the Contractor or any dispute pending
before any Court, Tribunal, Arbitrator or any other authority. We agree that the guarantee herein
contained shall be irrevocable and shall continue to be enforceable till the owner discharge this
guarantee.

The Owner shall have the fullest liberty without affecting in any way the liability of the Bank under
this guarantee, from time to time to vary the advance or to extent the time for performance of the
contract by the Contractor. The Owners shall have the fullest liberty without affecting this guarantee,
to postpone from time to time the exercise of any power vested in them or of any right which they
might have against the Contractor and to exercise the same at any time in any manner, and either to
enforce any covenants, contained or implied, in the contact between the Owner and the Contractor
or any other course or remedy or security available to the Owner. The Bank shall not be released of
its obligations under this presents by any exercise by the owner of its liberty with reference to the
matter aforesaid of any of them or by reason of any other act or forbearance or other acts of
omission or commission on the part of the owner or any other indulgence shown by the owner or by
any other matter or thing whatsoever which under law would be for this provision have the effect of
relieving the Bank.

The Bank also agrees that the Owner at its option shall be entitled to enforce this guarantee against
the Bank as a principal debtor, in the first instance without proceeding against the contractor and not

36
withstanding any security or other guarantee that the owner may have in relation to the contractors
liabilities.
Notwithstanding anything hereinabove our liability under this guarantee is limited to and it
shall remain in force upto an including .( @ and shall be extended from time to
time for such period ( not exceeding 1 year as may be desired by
M/s...dated this . Day of
.. 20. At..

WITNESS..

...
(Signature) (Signature)

.
(Name) (Name)

...
(Designation)

(Official Address) (With Bank Stamp)

Attorney as per Power of attorney No . Dated.

Strike whichever is not applicable

@ The date will be 90(ninety) days after the date of completion of the Contract.

37
PROFORMA OF AGREEMENT
(To be executed on non-Judicial stamp paper)

This Agreement made this .. day of two thousand. Between Assam


Power Distribution Company Ltd. having its head office at Bijulee Bhawan, Paltanbazar, Guwahati-1
(hereinafter referred to as Owner or APDCL, which expression shall include its administrators,
successors and assign on one part and (hereinafter referred to as the Contractors X (Name of the
contracting Co.) which expression shall include its administrators, successors, executors and
permitted assigns) on the other part.

WHEREAS APDCL desirous of .. in . Circle associated with APDCL at


.(District) invited Bids for..
. (Briefly describe scope of works) for the first state of the project as per
its Bid Specification No

AND WHEREAS.X . Had participated in the above


referred Bidding vide their proposal No. dated. And awarded the
Contract to.. X.. on terms and conditions documents referred to therein
which have been acknowledged by.X..resulting into a Contract

NOW THEREFORE THIS DEED WITNESS AS UNDER:-


1.0 Article
1.1 Award of Contract
APDCL awarded the contract to..X for the work of on the
terms and conditions contained in its letter of Award No.. . Dated and the
documents referred to therein. The award has taken effect from aforesaid letter of award. The terms
and expression used in this agreement shall have the same meaning as are assigned to them in the
Contract Documents referred to in this succeeding Article.

2.0 Documentation
2.1 The contract shall be performed strictly as per the terms and condition stipulated herein and in
the following documents attached herewith( hereinafter referred to as Contract Documents.)
i) Section 1-11 of the Bidding Document.
ii) Proposal Sheets, Data Sheets, Drawing work schedule submitted by X.
APDCLs Letter of Award No.. dated.duly acknowledged by X.
Quality Plans for manufacturing and field activities entitled as Quality Plan.

All the aforesaid Contract Documents shall form an integral part of this agreement , in so far as the
same or any part conform to the bidding documents and what has been specifically agreed to by the
Owner in its letter of Award. Any matter inconsistent therewith, contrary or repugnant thereto or any
deviations taken by the Contractor in its Proposal but not agreed to specially by the Owner in its
Letter of Award shall be deemed to have been withdrawn b y the Contractor. For the sake of brevity,
this agreement along with its aforesaid Contract Documents shall be referred to as the Agreement.

3.0 Conditions & Covenants


3.1 The scope of Contract, Consideration, Terms of Payment, Price Adjustments, Taxes wherever
applicable, Insurance, Liquidated Damage, Performance Guarantees and all other terms and
conditions are contained in APDCLs Letter of Award No........... dated read in
conjunction with other aforesaid contract documents. The contract shall be duly performed by the
Contract Documents, but which are needed for successful, efficient, safe and reliable operation of
the equipment unless otherwise specifically excluded in the specification under exclusion or Letter
of Award.

38
3.2 The scope of work shall also include supply and installation of all such items which are not
specifically mentioned in the contract Documents, but which are needed for successful, efficient,
safe and reliable operation of the equipment unless otherwise specifically excluded in the
specifications under exclusions or Letter of Award.
3.3 Time Schedule
3.3.1 Time is the essence of the Contract and schedules shall be strictly adhered to X shall
perform the work in accordance with the agreed schedules.
3.4 Quality Plans
3.4.1 The Contractor is responsible for the proper execution of the Quality Plans mentioned in
Section 4.8 of GTC. The work beyond the customers hold points will progress only with the owners
consent. The Owner will also undertake quality surveillance and quality audit of the Contractors
/Sub-contractors works, systems and procedures and quality control activities. The Contractor
further agrees that any change in the Quality Plan will be made only with the Owners approval. The
contractor shall also perform all quality control activities, inspection and tests agreed with the Owner
to demonstrate full compliance with the contract requirements.
3.4.2 The contractor also agrees to provide the Owner with the necessary facilities for carrying out
inspection, quality audit and quality surveillance of contractors and its Subcontractors Quality
Assurance Systems and Manufacturing Activities.
These shall include but not limited to the following:
Relevant plant standards, drawing and procedures;
Detailed Quality Assurance System manuals for manufacturing activities.
Storage procedures and instructions weld, NDT, heat treatment prior to commencement
of manufacture;
Complete set of log sheets (blank) mentioned in the Quality Plans.
It is expressly agreed to by the contractor that the quality test and inspection by the owner shall
not in any way relief the contractor of its responsibilities for quality standards and performance
guarantee and their other obligations under the Agreement. 3.4.4 X agrees to submit quality
Assurance Documents to APDCL for review and record after completion and within 3 weeks of
dispatch of material.
The package will include the following :
Factory test result, inspection report for testing required by this contract or applicable
codes and standards.
Two copies of inspection reports duly signed by Quality Assurance personnel of both
APDCL and X for the agreed customer hold points.
Report of the rectification works where and if applicable.
3.5 It is expressly agreed to by the Contractor that notwithstanding the fact that the Contract is
termed as Supply-cum-Erection Contract or indicates the break-up of the Contract consideration, for
convenience of operation and for payment of sale tax on supply portion, it is in fact one composite
Contract on single source responsibility basis and the Contractor is bound to perform the total
Contract in its entirely and non-performance of any part or portion of the Contract shall be deemed
to be breach of the entire Contract.
3.6 The Contractor guarantees that the equipment package under the Contract shall meet the
ratings and performance parameters as stipulated in the technical specifications (Section
10) and in the event of any deficiencies found in the requisite performance figures, the Owner may
at its option reject the equipment package or alternatively accept it on the terms and conditions and
subject to levy of the liquidated damages in terms of Contract documents. The amount of liquidated
damages so leviable shall be in accordance with the contract document and without any limitation.
3.7 It is further agreed by the contractor that the contract performance guarantee shall in no way be
constructed to limit or restrict the owners equipment right to recover the damages/compensation
due to shortfall in the equipment performance figures as stated in Para 3.6 above or under any other
clause of the agreement. The amount of damages/compensation shall be recoverable either by way
of deduction from the contract price, contract performance guarantee and or otherwise. The contract

39
performance guarantee furnished by the contractor is irrevocable and unconditional and the owner
shall have the power to invoke it notwithstanding any dispute or difference between the owner and
the contractor pending before any court tribunal, arbitrator or any other authority.
3.8 This Agreement constitutes full and complete understanding between the parties and terms of
the payment. It shall supersede all prior correspondence terms and conditions contained in the
Agreement. Any modification of the agreement shall be effected only by a written instrument signed
by the authorized representative of both the parties.

4.0 SETTLEMENT OF DISPUTES


4.1 It is specifically agreed between parties that all the differences or disputes arising out of the
agreement or touching the subject matter of the agreement shall be decided by process of
settlement and Arbitration as specified in clause 41 of the General Condition of the Contract and
provision of the Indian Arbitration Act, 1996 shall apply. Guwahati Courts alone shall have exclusive
jurisdiction over the same.

4.2 NOTICE OF DEFAULT


Notice of default given by either party to the other under agreement shall be in writing and shall be
deemed to have been duly and properly served upon the parties hereto if delivered against
acknowledgement or by telex or by registered mail with acknowledgements due addressed to the
signatories at the addresses mentioned at Guwahati.

IN WITNESS WHEROF, the parties through their duly authorized representatives have executed
these presents (execution where of has been approved by the competent authorities of both the
parties) on the day, month and year first above mentioned at Guwahati .

WITNESS:
1. .. (Owners signature) ( Printed Name)
2. (Designation)( Companys Stamp)
3. .. (Contractors Signature)(Companys Name)
4. .. (Designation)(Companys Stamp)

Applicable in case of single award is placed on one party on Supply-cum- Erection basis. In
two separate awards are placed on single party/two different parties this clause is to be
modified suitably while signing the contract agreement to be signed separately for two
awards to incorporate cross fall breach clause.

40
FORM OF POWER OF ATTORNEY FOR JOINT VENTURE

(On Non-judicial Stamp Paper of Appropriate value to be


Purchased in the Name of Joint Venture)

KNOW ALL MEN BY THESE PRESENTS THAT WE, the Partners whose details are given
hereunder................................................................. have formed a Joint Venture under the
laws of..and having our Registered Office(s)/Head Office(s) at
.....(here
in after called the 'Joint Venture' which expression shall unless repugnant to the context or
meaning thereof, include its successors, administrators and assigns) acting thorough
M/S .. being the
Partner in-charge do hereby' constitute, nominate and appoint M/S
..a Company incorporated under the laws of arid having its
Registered/Head Office at..as our duly 'constituted lawful Attorney (hereinafter called "Attorney"
or" Authorized Representative" or "Partner In-charge") to exercise all or any of the powers for and
on be.ha1f of, the Joint Venture in regard* to ---------------------(Name of the Package) (Specification
No.-------------------------) of Assam Power Distribution Company Ltd. Bijulee Bhawan, Paltan Bazar,
GUWAHATI (hereinafter called the "Owner"). and the bids for which' have been invited by the
Owner, to undertake the following acts:

i) To submit proposal and participate in the aforesaid Bid Specification of the Owner on
behalf of the Joint Venture.
ii) To negotiate with the Owner 'the terms and' conditions for award of the Contract pursuant to
the aforesaid Bid and to sign the Contract with the Owner for and on behalf of the "Joint
Venture'.
iii) To do any other act or submit any document rated to the above.
iv) To receive, accept and execute .the Contract for and on behalf of the "Joint Venture".
It is clearly understood that the Partner In-charge (Lead Partner) shall ensure performance of the
Contract(s) and if one or more Partner fail to perform their respective portion of the Contract(s), the
same shall be deemed to be a default by all the Partners.
It is expressly understood that this Power of Attorney shall remain valid binding and irrevocable till
completion of the Defect Liability Period in terms of the Contract.
The Joint Venture hereby agrees and undertakes to ratify and confirm all the above whatsoever the
said Attorney/ Authorized Representative/Partner In-charge quotes in the bid, negotiates and signs
the Contract with the Owner and/or proposes to act on behalf of the joint Venture by virtue of this
Power of Attorney and the same shall bind the Joint Venture as if done by itself.
* Strike which is not applicable.

41
IN WITNESS THEREOF the Partners Constituting the Joint Venture as aforesaid have
executed these presents on this .. day of ....... under the Common
Seal(s) of their Companies.

for and on behalf of


the Partners of Joint
Ventures

The Common Seal of the above Partners of the Joint Venture:


The Common Seal has been affixed there unto in the presence of :

WITNESS

1. Signature _________________________

Name___________________________

Designation_______________________

Occupation ________________________

2. Signature _________________________

Name___________________________

Designation_______________________

Occupation ________________________

42
FORM OF JOINT VENTURE AGREEMENT
(ON NON-JUDICIAL STAMP PAPER OF APPROPRIATE VALUE TO BE PURCHASED IN
THE NAME OF JOINT VENTURE)

PROFORMA OF JOINT VENTURE AGREEMENT BETWEEN ______________________


______________________________ AND ____________________________________________
FOR BID SPECIFICATION No_______________________________OF ASSAM POWER
DISTRIBUTION COMPANY LTD.

THIS Joint Venture agreement executed on this _____day of ______________Two thousand eight
and between M/S _________________________________________________ a Company
incorporated under the laws of _______________________________ and having its registered
office at __________________________________ _____________________________ (herein
after called the Lead Partner which expression shall include its successors, executors and
permitted assigns) and M/S _______________________________________________ a Company
incorporated under the laws of _______________________________ and having its registered
office at ________________________________________________________________ (herein
after called the Partner which expression shall include its successors, executors and permitted
assigns) for purpose of making a bid and entering into a contract* (in case of award) for
Construction of _______________________________(name of the package) against the
specifications No._____________________ of APDCL BIJULEE BHAWAN, PALTAN BAZAR,
GUWAHATI 781001, an Electricity Distribution Company registered under Indian Electricity Act,
2003 having its registered office at Bijulee Bhawan, Paltan Bazar, Guwahati 781001 (herein after
called the Owner)

WHEREAS the Owner invited bids as per the above mentioned Specification for the design
manufacture, supply and erection, testing and commissioning of Equipment/Materials stipulated in
the bidding documents under subject Package*
For_________________ (Package Name) (Specification No.:_____________________)

AND WHEREAS Annexure A (Qualification Requirement of the Bidder). Section-4, forming part of
the bidding documents, stipulates that a Joint Venture of two or more qualified firms as partners,
meeting the requirement of Annexure-A, Section 4 as applicable may bid, provided the .Joint
Venture fulfills all other requirements of Annexure-A, Section 4 and in such a case, the BID shall be
signed by all the partners so as to legally bind all the Partners of the .Joint Venture, who will be
jointly and severally liable to perform the Contract and all obligations hereunder .

* Strike which is not applicable.

The above clause further states that the Joint Venture agreement shall be attached to the bid and
the contract performance guarantee will be as per the format enclosed with the bidding document
without any restriction or liability for either party.

AND 'WHEREAS the bid has been submitted to the Owner vide proposal
No ............................. dated ..................................................... by Lead Partner based on the Joint
Venture agreement between all the Partners under these presents and the bid in accordance with
the requirements of Annexure-A (Qualification Requirements of the Bidders), Section -4 has been
signed by all the partners.

43
NOW THIS INDENTURE WITNESSETH AS UNDER:
In consideration of the above premises and agreements all the Partners to this ,Joint Venture do
hereby now agree as follows:

1. In consideration of the award of the Contract by the Owner to the Joint Venture partners, we, the
Partners to the Joint Venture agreement do hereby agree that M/S__________________ shall
act as Lead Partner and further declare and confirm that we shall jointly and severally be bound
unto the Owner for the successful performance of the Contract and shall be fully responsible for
the design, manufacture, supply, and successful performance of the equipment in accordance
with the Contract.

2. In case of any breach of the said Contract by the Lead Partner or other Partner(s) of the Joint
Venture agreement, the Partner(s) do hereby agree to be fully responsible for the successful
performance of the Contract and to carry out all the obligations and responsibilities under the
Contract in accordance with the requirements of the Contract.

3. Further, if the Owner suffers any loss or damage on account of any breach in the Contract or
any shortfall in the performance of the equipment in meeting the performance guaranteed as
per the specification in terms of the Contract, tile Partner(s) of these presents undertake to
promptly make good such loss or damages caused to the Owner, on its demand without any
demur. It shall not be necessary or obligatory for the Owner to proceed against Lead Partner
to these presents before proceeding against or dealing with the other Partner(s)

4. The financial liability of the Partners of this Joint Venture agreement to the Owner, with
respect to any of the claims arising out of the performance of non-performance of the
obligations set forth in the said Joint Venture agreement, read in conjunction with the relevant
conditions of the Contract shall, however, not be limited in any way so as to restrict or limit the
liabilities of any of the Partners of the Joint Venture agreement.

5. It is expressly understood and agreed between the Partners to this Joint Venture agreement
that the responsibilities and obligations of each of the Partners shall be as delineated in
Appendix-I (*To be incorporated suitably by the Partners) to this agreement. It is further
agreed by the Partners that the above sharing of responsibilities and obligations shall not in
any way be a limitation of joint and several responsibilities of the Partners under this Contract.

6. This Joint Venture agreement shall be construed and interpreted in accordance with the laws
of India and the courts of Delhi shall have the exclusive jurisdiction in all matters arising there
under.

7. In case of an award of a Contract, We the Partners to the Joint Venture agreement do hereby
agree that we shall be jointly and severally responsible for furnishing a contract performance
security from a bank in favour of the Owner in the forms acceptable to purchaser for value of
10% of the Contract Price in the currency/currencies of the Contract.

8. It is further agreed that the Joint Venture agreement shall be irrevocable and shall form an
integral part of the Contract, and shall continue to be enforceable till the Owner discharges
the same. It shall be effective from the date first mentioned above for all purposes and intents.

IN WITNESS WHEREOF, the Partners to the Joint Venture agreement have through their
authorised representatives executed these presents and affixed Common Seals of their
companies, on the day, month and year first mentioned above.

44
IN WITNESS WHEREOF, the Partners to the Joint Venture agreement have through their
authorized representatives executed these presents and affixed Common Seals of their
companies, on the day, month and year first mentioned above.

1. Common Seal of_________________


For Lead Partner
has been affixed in my/our presence

pursuant to the Board of Director's (Signature of authorized

resolution dated________________ representative)

Name
Signature
Designation
Name Common Seal of the Company
Designation

2. Common Seal of_________________


For Other Partner
has been affixed in my/our presence

pursuant to the Board of Director's (Signature of authorized

resolution dated_______________ representative)

Name
Signature
Designation
Name Common Seal of the Company
Designation

WITNESSES

1. Name . (Signature)

(Official address)

2. Name . (Signature)

(Official address)

45
SECTION 6

TECHNICAL SPECIFICATION

46
INDEX

Sl.No. Technical Specification for Page No.


Special Technical Specifications For Construction of New 33/11 kV
6.1 48
Sub-station
Special Technical Specifications for New Sub-station Civil Works &
6.2 54
Switchgear
6.3 PSC Pole 9.75 M 69
6.4 GI channel cross arm 75
6.5 33kV & 11kV Disc Insulator 90/70kN 78
6.6 Hardware fittings for 11kV & 33kV Disc Insulator 90kN 81
6.7 Tension clamp for AAA Wolf conductor 82
6.8 PG clamp for Wolf conductor 84
6.9 AAA Wolf conductor 85
6.10 33kV Pin Insulator 88
6.11 GI Pin for 33kV Pin insulator 92
6.12 33kV VCB 94
6.13 33kV Relay & Control panel for Transformer & Feeder 108
6.14 33kV &11kV LA 127
6.15 33kV & 11kV Isolator 130
6.16 33kV CT & 33kV/110V PT 135
6.17 100AH Battery Bank & Charger 140
6.18 ACDB 147
6.19 DCDB 149
6.20 11kV 9 Unit VCB for feeder 152
6.21 11kV Cu. Control Cable 162
6.22 Cable Kit for XLPE cable 164
6.23 11kV GOAB Switch 165
6.24 11/0.4kV, 100kVA Tr. 168
6.25 11kV DO Fuse 179
6.26 11kV XPLE CABLE 182
6.27 1.1 KV GRADE SINGLE CORE UNARMOURED L.T. XLPE CABLE 189
6.28 11kV & 33kV Composite Insulator 194
6.29 C.I. Earth Pipe, 1.8M length 201
6.33 GI wire for earthing 203
6.34 Danger Plate 204

CLIMATIC AND ISOCERAUNIC CONDITIONS

The climatic and isoceraunic conditions at site under which the materials /equipment shall
operate satisfactorily are as follows:-
a) Maximum temperature of air in shade: 40 C
b) Minimum temperature of air in shade: 2 C
c) Maximum Humidity: 93 %
d) Isoceraunic level: 60
e) Average of rainy days per annum: 150
f) Average number of days of thunderstorm per annum: 25
g) Average number of days of dust storm per annum: 10
h) Average annual rainfall: 2280 mm
i) Number of months of tropical monsoon per annum: 5 (May to Sept.)
j) Maximum wind pressure: 150Kg/sq. m.
k) Altitude (above mean sea level): 50 to 250m

a. The reference ambient temperatures assumed for the purpose of this specification are:
a) Maximum ambient temperature: 45C
b) Maximum average daily ambient temperature: 35C
c) Maximum average yearly ambient temperature: 30 C

47
6.1 TECHNICAL SPECIFICATIONS FOR CONSTRUCTION OF NEW 33/11 KV
SUBSTATION

1.0 GENERAL
APDCL is proposing Construction works of a new 33/11 KV substation at Jorhat Medical
College & Hospital, Jorhat under APDCL (UAZ) towards power supply to Jorhat Medical
College & Hospital.
2.0 SCOPE OF 33/11 KV SUBSTATION
2.1 Construction of New Sub-stations.

2.1.1 Design, engineering, manufacture, assembly, inspection, testing at manufacturer's works


before dispatch; packing, supply, delivery at site, subsequent storage, erection and
commissioning at site; including insurance during transit and storage of all equipments,
structures, associated equipments, construction of control room, approach roads, compound
wall, security fencing, providing yard lighting, water supply.
2.1.2 The Contractor shall also be responsible for the overall co-ordination with internal/external
agencies, project management, training of Owner's manpower, loading, unloading, handling,
moving to final destination the required equipment and materials for successful erection,
testing and commissioning of the substation / switchyard.
2.1.3 Design of substation and its associated electrical and mechanical auxiliaries systems
includes preparation of single line diagrams and electrical layouts, erection key diagrams,
electrical and physical clearance diagrams, design calculations for earth mat, direct stroke
lighting protection (DSLP). Bus Bar & Spacers, control and protection schematics, wiring and
termination schedules, civil designs and drawings, design of fire fighting, indoor and outdoor
lighting / illumination and other relevant drawings and documents required for engineering of all
facilities within the fencing to be provided under this contract, are covered under the scope of
the contractor.
2.2 System Metering
A. Design, engineering, manufacture, assembly, inspection, testing at manufacturer's works
before dispatch, packing, supply, delivery at site, subsequent storage, erection and
commissioning at site including insurance during transit and storage of static 3 phase 4 wire
electronic meters for 33 KV along with CT and PT sets of matching ratings at identified
locations.
2.3 Extending MIS support and Training to APDCL (UAZ) engineers/ staff on all the above scope
areas.
2.4 The detailed scope of work is brought out in subsequent clauses of this section.
2.4.1 Design, engineering, manufacture, testing, supply on FOR destination site basis,
transportation, storage, erection, insurance, testing and commissioning of following items at
above mentioned 33/11 kV substations.
a) 33 kV and 11 kV circuit breakers, isolators, current transformers, and voltage transformers,

48
surge arrestors.
b) 1 No. 100 kVA, 11 I 0.433 kV auxiliary transformers for 33/11 kV substation.
c) Complete indication, control, relay and protection system of the substation.
d) For indoor 11 kV system, draw out type 11 kV panels with Vacuum circuit breakers, current
transformers, 11 KV/110 V bus PT and protective relaying for 11 kV lines, incomer (33/11 kV
transformer) and 110 V, -/5 A Static Electronic Trivector meter.
e) L T switchgear (AC/ DC distribution boards).
f) Portable Fire extinguishers consisting of CO2 5 Kg type
g) 110 V, 100 AH lead acid battery bank along with battery chargers.
h) 1.1 kV grade, armoured, 7 core 4 Sq.mm copper cable for power and 4 core, 2.5 Sq. mm
copper cable for control along with complete accessories.
i) Indoor Vacuum circuit breakers are proposed in the control room, 11 KV XLPE cable of
suitable size shall be laid from LV side of power transformer to indoor VCB through cable
ducts. Similarly 11 KV XLPE cable of suitable size shall be laid through cable ducts from indoor
VCB to 11 KV feeders in the outdoor yard.
j) Bus post insulators, insulator strings and hardware, clamps and connectors, AAAC Wolf strung
bus, 50X10mm and 50X6 mm earth mat and risers, cast iron earth pipes 8mm inner dia. 2.4
mtrs long. cable supporting angles/ channels, cable trays and covers, sag compensating
springs, junction box, buried cable trenches etc.
I) Complete lighting and illumination of the switchyard (including and roads in switch yard and
approach road), is as follows
At substations: required numbers of 250-Watts HP sodium vapour lamps mounted on PSCC
pole/Bus structure supports
m) Terminal connectors of all types (including terminal connectors for various bus voltages).
2.4.2 Receipt, unloading, storage, handling, insurance, erection, testing and commissioning of
33/11 kV transformers to be supplied by the contractor (APDCLs Scope).

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

2.4.4 Civil works - The work shall include but not limited to the following:
a) Soil investigation
b) Foundation for 33/11 kV transformers along with jacking pads.
c) Foundation for PSCC Pole structures, equipments
d) Foundation for lighting poles, marshalling box, panels, control cubicles of equipments
wherever required
e) Cable trenches along with covers and sump pits
f) Cable trench crossings with roads, culverts etc,
g) Stone filling and anti weed treatment of substation area
h) Drainage system in the substation
i) Permanent water supply for control room
j) Substation fencing, gates, security room
k) Buildings for substation control room
l) Foundation of 100 KVA auxiliary transformer

49
m) Before proceeding with the construction work of the new substation, the contractor shall fully
familiarize himself with the site conditions and general arrangements and scheme etc. Though
the owner shall endeavour to provide the information, it shall not be binding for the owner to
provide the same. The contractors are advised to visit the substation site and acquaint
themselves with the topography, infrastructure and also the design philosophy. The contractor
shall be fully responsible for providing all equipment, materials, system and services specified
or otherwise which are required to complete the construction and successful commissioning,
operation and maintenance of the substation in all respects.
n) All materials required for the civil works and the contractor shall supply all materials for
construction / installation work. The contractor shall also supply the cement and steel.
o) The contractor based on conceptual tender drawings shall do the complete design and detailed
engineering.

2.4.5 Miscellaneous items


The following items of work are also to be covered under this specification:
a) Boundary wall along substation property line.
b) Contouring and substation leveling
c) Security fencing with weld mesh around switchyard
d) 11/0.433 (100KVA) transformers
e) Fire wall between transformers, as required
f) One number table T 102, and four number CHR 703 chair or equivalent
g) Any other items not specifically mentioned in the specification but which are required for
erection, testing and commissioning and satisfactory operation of the substation are deemed to
be included in the scope of the specification unless specifically excluded.
h) Wherever word "purchaser" or "employer" appears in this section and other sections enclosed
with this section, the same shall be read as "Owner".
i) Owner / purchaser / employer is having Technical Specification for various equipments and
works for different voltage levels. This Technical Specification shall accordingly be applicable
to the extent of the item, which are specified in BPS along with all accessories, assemblies
components, parts, etc. associated with them.

3.0 PHYSICAL AND OTHER PARAMETERS


3.1 Meteorological - Data
The meteorological data of the substations shall be provided to the successful bidder. However for
design purposes, ambient temperature should be considered as 50C and relative humidity as
100 %, 5 months of monsoon, annual rainfall up to 2280 mm, lightening prone area with
average 40 thunder storms per annum, height above mean sea Ievel shall be taken as up to
1000 meter.
3.2 Soil Data
The contractor shall be responsible for carrying out the required tests and should fully satisfy
himself about the nature of soil expected to be encountered prior to the submission of bid. Any
variation of soil data during detailed engineering or construction stage shall not constitute a
valid reason in affecting the terms and conditions of the bid.

4.0 SCHEDULE OF QUANTITIES.


The requirement of various items / equipments and civil works are indicated in Bid Proposal Sheets.
The bill of quantity of major equipments items / works which are payable on unit rate is indicated in

50
the Bid Proposal Sheets.
Contractor should include all such items in the bid proposal sheets, which are not specifically
mentioned but are essential for the execution of the contract. Item which explicitly may not
appear in various schedules and required for successful commissioning of substation shall be
included in the bid price and shall be provided at no extra cost to Owner.

5.0 BASIC REFERENCE DRAWINGS

5.1 The contractor shall maintain the overall dimensions of the substation, buildings, bay length,
bay width, phase to earth clearance, phase to phase clearance and sectional clearances,
clearances between buses, bus heights but may alter the locations of equipment to obtain the
statutory electrical clearances required for the substation.
The enclosed typical drawings give the basic scheme, layout of substation, associated
services etc. in case of any discrepancy between the drawings and text of
specification, the requirements of text shall prevail in general. However, the
contractor is advised to get these clarified from Owner.
5.2 The auxiliary transformers of rating 100 KVA (11/0.433 KV) shall be used to feed the
substation auxiliaries.

6.0 SYSTEM PARAMETERS


6.1 33 kV and 11 kV System
33 kV 11 kV
Sl.No. Description of the Parameter
System System
1 System operating voltage 33 kV 11 kV
2. Maximum operating voltage of the system (rms) 36 kV 12 kV
3 Rated frequency 50 HZ 50 Hz
4 No. of phases 3 3
5 Rated insulation levels
i. Full wave impulse withstand voltage (1.2/50 micorsec.) 170 KVp 75 KVp
ii. One minute power frequency dry and wet withstand
80 KV 28 KV
voltage (rms)
25 mm/KV 25 mm/KV
6 Min. creepage distance
( 1800mm) ( 300 mm)
7 Min. clearances
140
i) Phase to earth 320 mm
( 77**)mm
280 (127**)
ii) Phase to phase 320 mm
mm
iii) Sectional Clearances
3000
** for indoor switch gear mm
25 KA for 25 KA for
8 Rated short circuit current
1 Sec. 1 Sec.

Effectively Effectively
9 System neutral earthing
earthed earthed

Note: The insulation and RIV levels of the equipments shall be as per values given in the technical

51
specifications.
The major technical parameters of the equipments are given below. For other parameters and
features respective technical sections should be referred.
6.2 For 33 kV Circuit Breaker and Isolator
Rated voltage (KV, rms) 36

Rated frequency (Hz) 50

No. of poles 3

Design ambient temperature (C) 50


Rated insulation levels:
1) Full wave impulses withstand voltage (1.2/50 micro-
+ 170 KV peak
sec.)
+ 170 KV peak
Between line terminals and ground

70 KV rms
For arrestor terminals
2) One minute power frequency dry and wet withstand 70 KV rms
voltage
Between line terminals and ground

Between terminals with circuit breaker / isolator open

Noise level at base and upto 50 m(distance from base of


breaker) 140 dB(Max)

Operating mechanism Pneumatic I spring I hydraulic


or a combination of these for
(CB)
Min. creepage distance phase to ground (mm) 900
Seismic acceleration 0.3 g horizontal
Thermal rating of auxiliary contacts 2 No. + 2 NC, 20 A at 24 V
DC (or as indicated in BPS)
Breaking capacity of auxiliary contacts 2 A DC with circuit time
constant not less than 20 ms
System neutral earthing Effectively Earthed

Auxiliary switch shall also comply with other clauses of section GTR.

6.3 For 33 kV CT I PT I LA

Rated voltage (kV, rms) 36


Rated frequency (Hz) 50
No. of poles 3
Design ambient temperature (C) 50
Rated insulation revels:
1) Full wave impulse withstand voltage (1.2/50 microsec.)
Between line terminals and ground + 170 KV
+ 170 KV peak
For arrestor housing
2) One minute power frequency dry and wet withstand voltage
Between line terminals and ground 70 KV rms
For arrester housing 70 KV rms

52
Minimum creepage distance : 900
Phase to ground (mm)
System neutral earthing Effectively earthed
Partial discharge for Surge arrester at 1.05 COV Not exceeding 50 pc.
For CT / CVT Not exceeding 10 pc

7.0 DETAILED SPECIFICATION 33 KV EQUIPMENTS


The equipments of 33 kV class in general shall meet the requirements as per relevant
technical specifications except for the following details.
33 kV Circuit Breaker/ isolators / Surge Arrester (LA) I Current Transformer /Potential
Transformers l Auxiliary Transformer / insulators and Hardware
For details please refer technical specifications
The equipments of 36 kV class in general shall meet the requirements as per relevant
technical specifications.

7.1.1 Technical parameters of Bus Post Insulators

a) Type : Solid core


b) Voltage class (kV) : 36

c) Dry and wet one minute power frequency withstand voltage : 70

(kV rms)
d) Dry lighting impulse withstand voltage (kVp) : + 170

e) Total minimum cantilever strength (kg) : 300

f) Minimum torsional moment : As per IEC-273

g) Total Height of Insulator (mm) : As per


requirement
h) Pollution level as per IEC-815 : Heavy ( III)

i) Minimum total crrepage for heavy Pollution (mm) : 900

7.2 PROTECTIONS

7.3 Sub Transmission Lines & Transformer

The following protections shall be provided for 33 kV sub transmission lines and 33/11 kV
transformers. All these protection function shall give command to a master trip relay, which
is handset and reset.

a) 3 - Over current and 1 - Earth fault for transformer


b) 3 - over current and 1 - earth fault for lines (33 kV)
c) 2 - over current and 1-earth fault relay for 11 KV
d) Over-oil temperature trip for power transformer
e) Bucholtz relay trip for power transformer
f) Transformer differential protection for 33 kV power transformers.
g) Local breaker back up protection is not mandatory for 33 kV system
h) Pressure relay common protection for tap changer and main tank for power

53
transformer
i) Three phase trip relay for power transformer.

8.0 CONTROL AND RELAY PANELS


Configuration of panels for 33 kV lines shall be as follows:
The simplex type control and relay panel for 33 kV system shall have the following
equipments.
The detailed description of the control and relay panel equipment (for 33 kV) shall be as per
the technical specification.
8.1 Control & Indication covered Under C&R Panel
a) Digital Ammeter with selector 1 set for each line, bus coupler
b) Digital KV meter 1 set for each line, transformer
c) HT Static Electronic Trivector meter 1 no for each power transformer
of class 0.5
d) CB control switch 1 no. for each circuit breaker
e) Isolator control switch 1 no. for each isolator
f) Semaphore 1 no. for earth switch
g) Red indicating lamp 1 no. for each circuit breaker, isolator
h) Green indicating lamp 1 no. for each circuit breaker
i) White indicating lamp 2 nos. for each feeder
(DC healthy lamp)
j) Push button for alarm accept/ 3 nos. for each control panel
reset/lamp test
1 no. for each breaker in case
k) Protection transfer
required
I) Mimic to represent SLD Lot in all control panels
Cut out, mounting and wiring for
m) Lot for transformers
RWTI and selector switch
n) Digital frequency meter 1 for each bus

8.2 Indication and Supervision


a) For all feeders (each lines, transformers, bus coupler and capacitor)
1. CVT selection relay as per scheme requirement (except for bus coupler)
2. CT selection relay as per scheme requirement (except for bus coupler)
3. DC supply supervision relay
4. Trip circuit supervision relays
5. Flag relays, relays, aux. Relays timers etc., as per scheme requirements
Busdetails
6. For
7. healthy indication
please refer lamps phase
technical wise for each bus.
specifications.

54
6.2 SPECIAL TECHNICAL SPECIFICATIONS FOR NEW SUBSTATION CIVIL WORKS &
SWITCHGEAR
1.0 GENERAL

The intent of specification covers the following:

Design, engineering, and construction of all civil works at sub-station. All civil works shall also
satisfy the general technical requirements specified in other Section of this Specification and
as detailed below. They shall be designed to the required service conditions/loads as specified
elsewhere in this Specification or implied as per National/International Standards.

All civil works shall be carried out as per applicable Indian Laws, Standards and Codes. All
materials shall be of best quality conforming to relevant Indian Standards and Codes.

The Contractor shall furnish all design, drawings, labour, tools, equipment, materials,
temporary works, constructional plant and machinery, fuel supply, transportation and all other
incidental items not shown or specified but as may be required for complete performance of
the Works in accordance with approved drawings, specifications and direction of Employer.

The work shall be carried out according to the design/drawings to be developed by the
Contractor and approved by the owner based on Tender Drawings Supplied to the Contractor.
by the Owner. For all buildings, structures, foundations, etc., necessary layout and details shall
be developed by the Contractor keeping in view the functional requirement of the substation
facilities and providing enough space and access for operation, use and maintenance based
on the input provided by the Owner. Certain minimum requirements are indicated in this
specification for guidance purposes only. However, the Contractor shall quote according to the
complete requirements.

2.0 SITE PREPARATION


The Contractor shall be responsible for proper leveling of switchyard site as per layout and
levels of switchyard finalized during detailed engineering stage. The Contractor at his own cost
shall make the layout and levels of all structure, etc., from the general grids of the plot and
benchmarks set by the Contractor and approved by the Owner. The Contractor shall give all
help in instruments, materials and personal to the Owner for checking the detailed layout and
shall be solely responsible for the correctness of the layout and levels. Site leveling shall be in
the scope of the contractor. Bidder may decide the level of the sites. However, the level shall
be such that it is 300 mm higher than the highest flood level (HFL) of the site.

3.0 SCOPE OF WORKS


This clause covers the design and execution of the work for site preparation, such as clearing
of the site, the supply and compaction of fill material, slope protection by stone
pitching/retaining walls depending on the site location/ condition, excavation and compaction of
backfill for foundation, road construction, drainage, trenches and final topping by stone (broken
hard stone).

3.1 General
1) The Contractor shall develop the site area to meet the requirement of the intended purpose.
The site preparation shall conform to the requirements of relevant sections of this
specification or as per stipulations of standard specifications. Necessary protection of slope
of switchyard area and approach road shall also be carried out by contractor.

2) If fill material is required, the fill material shall be suitable for the above requirement. The fill
55
shall be such a material and the site so designed as to prevent the erosion by wind and water
of material from its final compacted position or the in-site position of undisturbed soil.

3) When embankments are to be constructed on slopes of 15% or greater, benches or steps


with horizontal and vertical faces shall be cut in the original slope prior to placement of
embankment material. Vertical faces shall measure not more than 1 m in height.

4) Embankments adjacent to abutments, culverts, retaining walls and similar structures shall be
constructed by compacting the material in successive uniform horizontal layers not exceeding
15 cm in thickness. (Of loose material before compaction). Each layer shall be compacted as
required by means of mechanical tampers approved by the Owner. Rocks larger than 10 cm
in any direction shall not be placed in embankment adjacent to structures.

5) Earth embankments of roadways and site areas adjacent to buildings shall be placed in
successive uniform horizontal layers not exceeding 20 cm in thickness in loose stage
measurement and compacted to the full width specified. The upper surface of the
.embankment shall be shaped so as to provide complete drainage of surface water at all
times.

6) The pitching shall be designed and provided for slope protection as per approved drawings.
The stone used shall be sound, hard, durable and fairly regular in shape. Stones subjected to
marked deterioration by water or weather shall not be used. Suitable measures shall be
provided to prevent erosion by seepage of water. Largest stone procurable shall be used as
approved by owner for the work. Random rubble masonry (1:6) retaining walls shall be
provided wherever required as per site condition.

3.2 Compaction
1. The density to which fill materials shall be compacted shall be as per relevant IS and as per
direction of Owner. All compacted sand filling shall be confined as far as practicable.
Backfilled earth shall be compacted to minimum 95% of the Standard Proctor's density at
OMC. The sub-grade for the roads and embankment filling shall be compacted to 70%
relative density (minimum).

2. At all times unfinished construction shall have adequate drainage. Upon completion of the
road's surface course, adjacent shoulders shall be given a final shaping, true alignment and
grade.

3. Each layer of earth embankment when compacted shall be as close to optimum moisture
content as practicable. Embankment material, which does not contain sufficient moisture to
obtain proper compaction, shall be wetted. If the material contains any excess moisture then
it shall be allowed to dry before rolling. The rolling shall begin at the edges overlapping half
the width of the roller each time and progress to the center of the road or towards the building
as applicable. Rolling will also be required on rock fills. No compaction shall be carried out in
rainy weather.

3.3 Requirement for fill material under foundation


The thickness of fill material under the foundations shall be such that the maximum pressure
from the footing, transferred through the fill material and distributed onto the original
undisturbed soil will not exceed the allowable soil bearing pressure of the original undisturbed
soil. For expansive soils the fill materials and other protections, etc., to be used under the
foundation is to be got approved by the Owner.

56
4.0 ANTI-WEED TREATMENT AND STONE SPREADING

4.1 Scope of Works


The Contractor shall furnish all labour, equipment and materials required for complete
performance of the work in accordance with the drawings specification and direction of the
Owner.
Stone spreading shall be done in the areas of the switchyard wherever equipments and or
structures are to be provided under present scope of work. The stone spreading in future areas
shall also be provided in case potential without stone layer is not well within safer limits.

5.0 GENERAL REQUIREMENT


5.1 The material required for site surfacing/stone filling shall be free from all types of organic
materials and shall be of standard quality, and as approved by the Owner.

The material to be used for stone filling/site surfacing shall be uncrushed/ crushed/broken
stone of 20 mm nominal size (upgraded single size) conforming to Table 2 of IS:383-1970.
Hardness, Flakiness shall be as required for wearing courses are given below:

a) Sieve Analysis Limits (Gradation)


(IS: 383 - Table 2)
Sieve Size % passing by weight
40mm 100
20 mm 85 - 100
10 mm 0-20
4.75 mm 0-5
b) Hardness
Abrasion value (IS: 2386 Part-IV) - not more than 40%
Impact value (IS: 2386 Part-IV) - not more than 30% and frequency shall be one test per 500
cum with a minimum of one test per source,
c) Flakiness Index
One test shall be conducted per 500 cum of aggregate as per IS: 2386 Part-I and maximum
value is 25%,

5.2 After all the structures/equipments are erected and anti-weed treatment is complete, the
surface of the switchyard area shall be maintained, rolled/ compacted to the lines and grades
as decided by Engineer-in-Charge. Deweeding including removal of roots shall be done before
rolling is commenced, Engineer-in-Charge shall decide final formation level so as to ensure
that the site appears uniform devoid of undulations, The final formation level shall however be
very close to the formation level indicated in the drawing using half ton roller with suitable
water sprinkling arrangement to form a smooth and compact surface.

5.3 A base layer of uncrushed/crushed/broken stone of 20 mm nominal size (ungraded single size)
shall be spread and rolled/compacted by using half ton roller with 4 to 5 passes and water
sprinkling to form a minimum 50 mm layer on the finished ground level of the specified
switchyard area excluding roads, drains, cable trench and tower and equipment foundations as
indicated in the drawing.
5.4 Over the base layer of site surfacing material, a final surface course of minimum 50 mm
thickness of 20 mm nominal size (single size ungraded) broken stone as specified above shall
be spread and compacted by light roller using half tones steel roller (width 30" and 24"
diameter) with water sprinkling as directed by he Engineer-in-Charge. The water shall be
sprinkled in such a way that bulking does not take place.

57
5.5 In areas that are considered by the Engineer-in-Charge to be too congested with foundations
and structures for proper rolling of the site surfacing material by normal rolling equipments, the
material shall be compacted by hand, if necessary. Due care shall be exercised so as not to
damage any foundation structures or equipment during rolling compaction.

5.6 Before taking up stone filling, anti-weed treatment shall be applied in the switchyard area
wherever gravel filling is to be done, and the area shall be thoroughly de-weeded including
removal of roots. The recommendation of local agriculture or horticulture department shall be
sought wherever feasible while choosing the type of chemical to be used. Nevertheless the
effectiveness of the chemical shall be demonstrated by the Contractor in a test area of 10M x
10M (approx.) and monitored over a period of two to three weeks by the Engineer-in-Charge.
The final approval shall be given by Engineer-in-Charge and final approval given based on the
results.

5.7 The anti-weed chemical shall be procured from reputed manufacturers.


The dosage and application of chemical shall be strictly followed as per manufacturer's
recommendation. The contractor shall be required to maintain the area free of weeds for a
st
period of 1 year from the date of application of 1 dose of anti-weed chemicals.

6.0 SITE DRAINAGE


1. Adequate site drainage system shall be provided by the Contractor. The Contractor shall
obtain rainfall data and design the storm water drainage system, (culverts, ditches, drains, etc.)
to accommodate run off due to the most intense rainfall that is likely to occur over the
catchment area in one hour period on an average of once in tem years. The surface of the site
shall be sloped to prevent the ponding of water.

2. The maximum velocity for pipe drains and open drains shall be limited to 2.4m/sec and
1.8m/sec respectively. However, minimum non-slitting velocity of 0.6 m/sec shall be ensured.
Longitudinal bed slope not milder than 1 in 1000 shall be provided.

3. For design of RCC pipes for drains and culverts, 18:456 and 18:783 shall be followed.

4. The Contractor shall ensure that water drains are away from the site area and shall prevent
damage to adjacent property by this water. Adequate protection shall be given to site surfaces,
roads, ditches, culverts, etc., to prevent erosion of material by water.

5. The drainage system shall be adequate without the use of cable/pipe trenches. (Pipe drains
shall be provided in areas of switchyard where movement of crane will be necessary in
operating phase of the substation).

6. Open surface drains shall be provided with the Cement Concrete 1:2:4 of minimum thickness
of 100 mm or more as per design condition.

7. Pipe drains shall be connected through manholes at an interval of max. 30m. Effluents shall be
suitably treated by the Contractor to meet all the prevalent statutory requirements and local
pollution control norms and treated effluents shall be conveyed to the storm water drainage
system at a suitable location for its final disposal.

8. Invert of the drainage system shall be decided in such a way that the water can easily be
discharged above the High Flood Level (HFL) outside substation boundary at suitable location
upto a maximum 50M beyond boundary wall ot substation or actual whichever occurs earlier

58
and approved by Owner. Pumps for drainage of water (it required) shall be provided by
Contractor.

9. All internal site drainage system, including the final connection/disposal to owner acceptance
points shall be pat of Supplier's scope including all required civil work, mechanical and
electrical systems. The Contractor shall connect his drain(s) at one or more points to outfall
points as feasible at site.

10. The drainage scheme and associated drawings shall be got approved.

7.0 ROADS AND CULVERTS


1. The main approach road including modification of existing road to meet the site conditions,
roads for access to equipment and building within substation are in the scope of bidder. Layout
of the roads shall be based on General detail and Arrangement drawing for the substation.

2. All substation roads be constructed so as to permit transportation of all heavy equipment. The
roads shall have min.3.75 black topping. Moorum shoulder shall be provided on either side of
the road. The width of the shoulder shall be as per approved drawing depending upon the site
conditions.

3. Road construction shall be as per IRC standards.

4. Adequate provision shall be made for road drainage. Protection of cut and embankment slopes
of roads as per slope stability requirement shall be made.

5. All the culverts and its allied structure (required for road/rail, drain trench crossings, etc.) shall
be designed for Class-AA loading as per IRC standards code and should be checked for
loading.
6. All roads shall be designed for Class-'E' of traffic as per IRC-37 Guidelines for the design of
flexible pavements.

8.0 TRANSFORMER FOUNDATION


The Contractor shall provide a road system integrated with the transformer foundation to
enable installation and the replacement of any failed unit by the spare unit located at the site.
This system shall enable the removal of any failed unit from its foundation to the nearest road.
If trench/drain crossings are required the suitable R.C.C. culverts shall be provided in
accordance with I.R.C. Code & relevant IS.

9.0 CABLE AND PIPE TRENCHES


1. The cable trenches and precast removable RCC cover (with lifting arrangement)
2. The cable trench wall shall be designed for the following loads.
i) Dead load of 155 Kg/m length of cable support + 75 Kg on one tier at the end.
2
ii) Triangular earth pressure + uniform surcharge pressure of 2 T/m .
2
3. Cable trench covers shall be designed for self-weight of top slab + UDL of 2000 Kg/ m +
concentrated load of 200 Kg at centre of span on each panel.
4. Cable trench crossing the road/rails shall be designed for class AA. Loading of IRC/relevant
IS Code and should be checked for transformer loading.
5. Trenches shall be drained. Necessary sumps be constructed and sump pumps if necessary
shall be supplied. Cable trenches shall not be used as storm water drains.
6. The top of trenches shall be kept at least 100 mm above the finished ground level. The top of

59
cable trench shall be such that the surface rainwater does not enter the trench.
7. All metal parts inside the trench shall be connected to the earthing system.
8. Cables from trench to equipments shall run in hard conduit pipes.
9. Trench wall shall not foul with the foundation. Suitable clear gap shall be provided.
10. The trench bed shall have a slope of 1/500 along the run and 1/250 perpendicular to the run.
11. All the construction joints of cable trenches i.e., between base slab to base slab and the
junction of vertical wall to base slab as well as from vertical wall to wall and all the expansion
joints shall be provided with approved quality PVC water stops of approx. 230 x 5 mm size for
those sections where the ground water table is expected to rise above the junction of base
slab and vertical wall of cable trenches.
12. Cable trenches shall be blocked at the ends if required with brick masonry in cement sand
mortar 1:6 and plaster with 12 mm thick 1:6 cement sand mortar.
13. Cable trenches shall be provided with suitable hangers to support the running cables.

13.0 FOUNDATION I RCC CONSTRUCTION

13.1 General
1. Work covered under this Clause of the Specification comprises the design and construction
of foundations and other RCC constructions for switchyard structures, equipment supports,
trenches, drains, jacking pad, control cubicles, bus supports, transformer, marshalling kiosks,
auxiliary equipments and systems, buildings, tanks, boundary wall or for any other equipment
or service and any other foundation required to complete the work. This clause is as well
applicable to the other ECC constructions.

2. Concrete shall conform to the requirements mentioned in IS: 456 and all the tests shall be
conducted as per relevant Indian Standard Codes as mentioned in Standard field quality plan
appended with the specification.

A minimum grade of M20 concrete (1:5:3 mix) shall be used for all structural/load bearing
members as per latest IS 456.

3. If the site is sloppy, the foundation height will be adjusted to maintain the exact level of the
top of structures to compensate such slopes.

4. The switchyard foundation's plinths and building plinths shall be minimum 300 mm and 500
mm above finished ground level respectively.

5. Minimum 75 mm thick lean concrete (1:4:8) shall be provided below all underground
structures, foundations, trenches, etc., to provide a base for construction.

6. Concrete made with Portland slag cement shall be carefully cured and special importance
shall be given during the placing of concrete and removal of shuttering.

7. The design and detailing of foundations shall be done based on the approved soil data and
sub-soil conditions as well as for all possible critical loads and the combinations thereof. The
Spread footings foundation or pile foundation as may be required based on soil/sub-soil
conditions and superimposed loads shall be provided.

8. If pile foundations are adopted, the same shall be case-in-situ driven/bored or precast or
under-reamed type as per relevant parts of IS Code 2911. Only RCC piles shall be provided.
Suitability of the adopted pile foundations shall be justified by way of full design calculations.
Detailed design calculations shall be submitted by the bidder showing complete details of
piles/pile groups proposed to be used. Necessary initial load test shall also be carried out by
the 'bidder at their cost to establish the piles design capacity. Only after the design capacity

60
of piles has been established, the Contractor shall take up the job of piling. Routine tests fro
the piles shall also be conducted. All the work (design & testing) shall be planned in such a
way that these shall not cause any delay in project completion.

14.0 GATES AND BOUNDARY WALL(chain link fencing)


The Gate frame shall be made of medium duty MS pipe conforming to relevant IS with welded
joints.
The gates shall be fabricated with welded joints to achieve rigid connections. The gate frames
shall be painted with one coat of approved steel primmer and two coats of synthetic enamel
paint.

Gates shall be fitted with approved quality iron hinges, latch and latch catch. Latch and latch
catch shall be suitable for attachment and operation of pad lock from either side of gates.
Hinges shall permit gates to swing through 180 degree back against fence.

Gates shall be fitted with galvanized chain hook or gate hold back to hold gates open. Double
gates shall be fitted with centre rest and drop bolt to secure gates in closed position.

Gates shall be installed in locations shown on drawings. Next to the main gate, a men gate
(1.25 m wide, single leaf) shall also be provided.

Bottom of gates shall be set approximately 40 mm above ground surface and necessary
guiding mechanism shall be fitted.

The Contractor shall design and& construct boundary stone retaining wall cum chain link
fencing around substation area as per enclosed drawing.

A Security room shall be provided at the entrance of switchyard. The minimum dimension of
the room shall be 3.0 m length and 3.0 m width. The roof shall be at RCC and aesthetically
pleasing.

15.0 BUILDINGS - GENERAL REQUIREMENTS

15.1 General
The scope include the design, engineering and construction including anti-termite treatment,
plinth protection, DPC of Building including sanitary, water supply, electrification, false ceiling
etc., of control room building, and DG set building. The buildings shall be of RCC framed
structure of concrete of M20 grade (Min.)

15.2 Control Room Building


Minimum floor area requirements shall be 120 Sq. Meter which may be increased at the time of
detailed engineering to suit project requirements. The layout of the control room shall be
finalized as per detailed engineering to suit project requirements.

An open space of 1 m minimum shall be provided on the periphery of the rows of panel and
equipment generally in order to allow easy operator movement and access as well as
maintenance.

Any future possibility of annexed building shall be taken care of while finalizing the layout of the
control room building.

Minimum head room of 3 M below soffit of beams/false ceiling shall be considered for rooms.

61
The roof shall have four side sloping roof or flat roof as finalized during detailed engineering.

15.2.1 Design
The buildings shall be designed:
i. To the requirements of the National Building Code of India, and the standards quoted
therein.
ii. For the specified climatic and loading conditions
iii. To adequately suit the requirements of the equipment and apparatus contained in the
buildings and in all respects to be compatible with the intended use and occupancy
iv. With a functional and economical space arrangement.
v. For a life expectancy of structure, systems and components not less than that of the
equipment, which is contained in the building, provided regular maintenance is carried out
vi. Be aesthetically pleasing. Different buildings shall show a uniformity and consistency in
architectural design.
vii. To allow for easy access to equipment and maintenance of the equipment.
viii. With, wherever required, fire retarding materials for walls, ceilings and doors, which would
prevent supporting or spreading of fire.
ix. With materials preventing dust accumulation.
b) Suitable expansion joints shall be provided in the longitudinal direction wherever necessary
with provision of twin columns.
c) Individual members of the buildings frame shall be designed for the worst combination of
forces such as bending moment, axial force, shear force, torsion, etc.
d) Permissible stresses for different load combinations shall be taken as per relevant IS Codes.
e) All cable vaults shall be located above ground levels i.e., cable vaults shall not be provided
as basements in the buildings.
f) The building lighting shall be designed in accordance with the requirements.
g) One emergency exit shall be provided in control room building.

15.2.2 Design loads


Building structures shall be designed for the most critical combinations of dead loads, super-
imposed loads, equipment loads, crane load, wind loads, seismic loads, and temperature
loads.
Dead loads shall include the weight of structures complete with finishes, fixtures and partitions
and should be taken as per IS: 1911.
Super-imposed loads in different areas shall include live loads, minor equipment loads, cable
trays, small pipe racks/hangers and erection, operation and maintenance loads. Equipment
loads shall constitute, if applicable, all load of equipments to be supported on the building
frame.

15.2.3 Submission
The following information shall be submitted for review and approval to the Owner:
Design criteria shall comprise the codes and standards used, applicable climatic data including
wind loads, earthquake factors maximum and minimum temperatures applicable to the building
locations, assumptions of dead and live loads, including equipment loads, impact factors,
safety factors and other relevant information.
Structural design calculations and drawing (including constructions / fabrication) for all
reinforced concrete and structural steel structures.
Fully, dimensioned concept plan including floor plans, cross-sections, longitudinal sections,
elevations and perspective view of each building. These drawings shall be drawn at a scale not
smaller than 1 :50 and shall identify the major building components.
Fully dimensioned drawings showing details and sections drawn to scales of sufficient size to

62
clearly show sizes and configuration of the building components and the relationship between
them.
Product information of building components and materials, including walls partitions flooring
ceiling, roofing, door and windows and building finishes.
A detailed schedule of building finishes including colour schemes.
A door and window schedule showing door types and locations, door lock sets and latch and
other door hardware.
Approval of the above information shall be obtained before ordering materials or starting
fabrication or construction as applicable.

15.2.4 Finish Schedule


The finishing schedule is given in subsequent clauses.

15.2.5 Flooring
Flooring in various rooms of control room building shall be as for detailed schedules given in
Table-1.
15.2.6 Walls
Control room buildings shall be of framed superstructure. All walls shall be non-load bearing
walls. Min. thickness of external walls shall be 230 mm (One brick) with 1:6 cement sand
mortar.

15.2.7 Plastering
All internal walls shall have minimum 15 mm thick 1:6 cement sand plaster. The ceiling shall
have 6mm thick 1:4 cement sand plaster.

15.2.8 Finishing
All external surfaces shall have 18 mm cement plaster in two coats, under layer 12 mm thick
cement plaster 1:5 and finished with a top layer 6 mm thick cement plaster 1:6 (DSR (13.19)
with water proofing compound. The paint shall be anti-fungal quality of reputed brand
suitable for masonry surfaces for high rainfall zone. White cement primer shall be used as per
manufacturer's recommendation.

INTERNAL FINISH SCHEDULE IS GIVEN TABLE - 1

Flooring &
SI
Location Skirting Wall Internal Ceiling Doors, Windows Ventilators
No.
150 mm High
Anodised aluminium indal or
equivalent extruded sections
as
Homogeneous
per IS 733 & 1285 Glazing
PVC /Vetrified
Flat
tiles 2 mm thick Plastic 7.3 mm
False Ceiling (DSR 97-11.64.2 drawn
Over 25 mm thick
Control Room & & sheet &
1. thick ceramic tiles
Relay room Under deck 11.4.1) glass (Min 5.5 mm
1: 2:4 under (DSR
insulation thick)
bed 11.41 A.2.1)
double glazing with 12 mm
neat cement
gap
finished flooring
hermetically sealed.
(DSR097,
24.1, 24.3, 24.4

63
Oil bound
plastic paint
Vetrified Teak wood frame flush doors
washable
Sub-Station in- Terrazzo tiles shutter (DSR 97 9.1.3 & 9.4
distemper on False ceiling &
charge, officers, with A.2.2)
2. smooth under deck
corridor, staff, white cement Windows, Ventilators
surface insulation
rooms (DSR- Aluminium
applied with
97) (11.29 A.1) as at 1.
POP
putty
Smooth
surface
(DSR-97)
applied with For entrance with glazing
(11.48.1)
POP
putty.
DADO acid
resistant title
2.1 M
high Acid
resistant Steel door 45 mm thick
paint above double
Acid Resistant
2.1 M sheet 18 G steel suitably
Tiles Acid resistant
high acid reinforced and filled with
3. Battery room 25 mm thick paint (DSR 97
resistant mineral
(DSR 1372.1)
paint above wool. Hot rolled steel framed
9711.36 C 12)
2.1 m glazed window and
upto ceiling ventilators.
(DSR
97.11.36 C
2.2) &
13.96.1)
Oil bound
Cable vault distemper Steel door double sheet as
IPS flooring
4. double sheet (if White wash White wash above.
(DSR 97 11.4.3)
required) (DSR 97 Ventilators as at 5.
13.72.1)
DADO glazed
tile
Non-solid/ 2.1 M high for Teak wood frame flush door
vetrified toilet for shutter with anodized
Terrazzo tiles pantry Aluminium
White wash
5. Toilet with above working fixtures best quality
Weather coat
White cement platform upto (DSR 97 9.1.3 & 9.4 a 2)
(DSR97,11.29a. 750 Windows, ventilators
1) mm aluminium as at 1.
(DSR 97
11.36B)
Vetrified
Plastic/O.B.
Terrazzo tiles
distemper Dry
Other areas not with
6. distemper White wash
specified white cement
(DSR
(DSR 97 29
97.13.75)
A.1)

Note : DSR item references to be read with CPWD specifications are only for material and
workmanship guidance of the Contractor.
15.2.9 Roof
64
Roof of the CR. Building shall consist of Cast-in-situ RCC slab treated with a water proofing
system which shall be an integral cement based treatment conforming to CPWD specification
(item NO.25.8 of DSR 1997) the water proofing treatment shall be of following operations.

a) Applying and grouting a slurry coat of neat cement using 2.75 kg/m2 of cement admixed
with proprietary water proofing compounds conforming to IS:2645 over the RCC slab
including cleaning the surface before treatment.

b) Laying cement concrete using broken bricks/bricks brick bats 25 mm to 100 mm size with
505 of cement mortar 1:5 (1 cement: 5 coarse sand) admixed with proprietary water
proofing compound conforming to IS: 2645 over 20 mm thick layer of cement mortar of
min 1:5 (Cement: 5 coarse sand) admixed with proprietary water proofing compound
conforming to IS:2645 to required slope and treating similarly the adjoining walls upto 300
mm height including rounding of junctions of walls and slabs.

c) After two days of proper curing applying a second coat of cement slurry admixed with
proprietary water proofing compound conforming to IS:2645.

d) Finishing the surface with 20 mm thick joint less cement mortar of mix 1:4 (1 cement: 4
course sand) admixed with proprietary water proofing compound conforming to IS:2645
and finally finishing the surface with trowel with neat cement slurry and making of 300 x
300 mm square.

e) The whole terrace so finished shall be flooded with water for a minimum period of two
weeks for curing and for final test. All above operations to be done in order and as
directed and specified by the Engineering-in-charge.

With average thickness of 120 mm and minimum thickness at khurra at 65 mm.

15.2.10 Glazing
Minimum thickness of glazing shall be 5.5 mm as per IS:2835 sun film shall be provided for all
window/doors of AC rooms.

15.2.11 Doors and Windows


The details of doors and windows of the control room building shall be as per finish schedule
Table-1 and tender drawing with the relevant IS, code. Rolling steel shutters and rolling steel
grills shall be provided as per layout and requirement of buildings. Paints used in the work shall
be of best quality specified in CPWD specification.

15.2.12 Plumbing & Sanitation


i) All plumbing and sanitation shall be executed to comply with the requirements of the
appropriate bye-laws, rules an regulations of the Local Authority having jurisdiction over such
matters. The Contractor shall arrange for all necessary formalities to be met in regard to
inspection, testing, obtaining approval and giving notices etc.
ii) PVC syntax or equivalent make Roof water tank of adequate capacity depending on the
number of users for 24 hours storage shall be provided. Minimum 2 Nos 500 litres capacity
shall be provided.
iii) Galvanized MS pipe of medium class conforming to IS: 1239 shall be used for internal &
external piping work for potable water supply.
iv) Sand CI pipes with lead joints conforming to IS:1729 shall be used for sanitary works above
ground level.
v) Each toilet shall have the following minimum fittings.

65
a) WC (Western type) 390 mm high with toilet paper roll holder and all fittings
or
WC (Indian Type) Orissa Pattern (580 x 440 mill) with all fittings. (Both types of WCs shall be
provided at alternate locations)

b) Urinal (430 x 260 x 350 mm size) with all fittings.

c) Wash basin (550 x 400 mm size) with all fittings.

d) Bathroom mirror (600 x 450 x 6 mm thick) hard board backing.

e) CP brass towel rail (600 x 20 mm) with CP brass brackets.

f) Soap holder and liquid soap dispenser.


vi) Water cooler for drinking water with adequate water storage facility shall be provided and
located near control room instead of near toilet block.

vii) An Eye & [ace fountain conforming to IS:1052 shall be provided for battery room .

viii) 1 No. stainless steel kitchen sink with Drain board (510 x 1040 x 178 mm bowl depth) for
pantry shall be provided.

ix) All fittings, fastener, grating shall be chromium plated.

x) All sanitary fixtures and fittings shall be of approved quality and type manufactured by well
known manufacturers. All items brought to site must bear identification marks of the type of
the manufacturer.
xi) Soil, waste and drain pipes, for underground works shall be stone ware
for areas not subject to traffic load. Heavy-duty cast iron pipes shall be used otherwise.

16.0 SECURITY FENCING


Security fencing shall be provided for 1.5 meter above the ground at the switchyard.
Security fencing shall be provided with barbed wire mesh of 5 rows connected with the PSCC
poles at 2 meters interval.

17.0 MISCELLANEOUS GENERAL REQUIREMENTS


17.1 Dense concrete with controlled water cement ratio as per IS-code shall be used for all
underground concrete structures such as pump-house, tanks, water retaining structures, cable
and pipe trenches etc. for achieving water tightness.

17.2 All joints including construction and expansion joints for the water retaining structures shall
be made water tight by using PVC ribbed water stops with central bulb. However, kicker type
(externally placed) PVC water stops shall be used for the base slab and in other areas where it
is required to facilitate concreting. The minimum thickness of PVC water stops shall be 5 mm
and minimum width shall be 230 mm.
17.3 All steel sections and fabricated structures which are required to be transported on sea
shall be provided with anti corrosive paint to take care of sea worthiness.
17.4 All mild steel parts used in the water retaining structures shall be hot-double dip galvanized.
The minimum coating of the zinc shall be 750 gm/sq. m for galvanized structures and shall
comply with IS:2629 and IS:2633. Galvanizing shall be checked and tested in accordance with
18:2633.The galvanizing shall be followed by the application of an etching primer and dipping
in black bitumen in accordance with B8:3416.

66
17.5 A screed concrete layer not less than 100 mm thick and of grade not weaker than M10
conforming to IS:456-1978 shall be provided below all water retaining structures. A sliding
layer of bitumen paper or craft paper shall be provided over the screed layer to destroy the
bond between the screed and the base slab concrete of the water retaining structures.

2
17.6 Bricks having minimum 75 kg/cm compressive strength can only be used for masonry work.
Contractor shall ascertain himself at site regarding the availability of bricks of minimum 75
2
kg/cm compressive strength before submitting his offer.

17.7 Doors and windows on external walls of the building (other than areas provided, with
insulated metal claddings) shall be provided with RCC sun-shade over the openings with 3000
mm projection on either side of the openings. Projection of sunshade from the wall shall be
minimum 450 mm over window openings and 750 mm over door openings.

17.8 All stairs shall have maximum riser height of 150 mm and a minimum tread width of 300
mm. Minimum width of stairs shall be 1500 mm. Service ladder shall be provided for access to
all roofs. RCC fire escape staircase shall be provided in control buildings.

17.9 Angles 50 x 50 x 6 mm (minimum) with lugs shall be provided for edge protection all round
cut outs/openings in floor slab, edges of drains supporting grating covers, edges of RCC
cable/pipe trenches supporting covers, edges of manholes supporting covers, supporting
edges of manhole precast cover and any other place where breakage of corners of concrete is
expected.

17.10 Anti termite chemical treatment shall be given to column pits, wall trenches, foundations of
buildings, filling below the floors etc. as per IS:6313 and other relevant Indian Standards.

17.11 Hand-railing minimum 900 mm high shall be provided around all floor/roof openings,
projections/balconies walk ways, platforms, steel stairs etc. All handrails and ladder pipes shall
be 32 mm nominal bore MS pipes (medium class) and shall be galvanized (medium-class as
per IS:277). All rungs for ladder shall also be galvanized as per IS: 277 medium classes.

For RCC stairs, hand railing with 20 mm square MS bars, balustrades with suitable MS flats
shall be provided with black PVC sheathing.

17.12 For all civil works covered under this specification, nominal mix by volume batching as per
CPWD specification is intended. The relationship of grade of concrete and ratio of ingredients
shall be as below:

Coarse Aggregate of 20 mm Down Grade as


S.No. Mix Cement Sand per IS 383

1. M 10 1 3 6

2. M 15 1 2 4

3. M 20 1 1.5 3

The material specification, workmanship and acceptance criteria shall be as per relevant
clauses of CPWD specification and approved standard Field Quality Plan.

17.13 The details given in tender drawings shall be considered along with details available in this
67
section of the specification while deciding various components of the building.

17.14 Items/components of buildings not explicitly covered in the specification but required for
completion of the project shall be deemed to be included in the scope.

18.0 INTERFACING
The proper coordination & execution of all interfacing civil works activities like fixing of conduits
in roofs/walls/floors, fixing of foundation bolts, fixing of lighting fixtures, fixing of
supports/embedment, provision of cutouts etc. shall be the sale responsibility of the Contractor.
He shall plan all such activities in advance and execute in such a manner that interfacing
activities do not become bottlenecks and dismantling, breakage etc. is reduced to minimum.

19.0 WATER SUPPLY


i) Contractor shall make its own arrangement for construction water.
ii) The contractor shall carry out all the plumbing/erection works required for supply of water in
control room building.
iii) The details of tanks, pipes, fittings, fixtures etc for water supply are given elsewhere in the
specification under respective sections.
iv) A scheme shall be prepared by the contractor indicating the layout and details of water
supply which shall be got approved by the Owner before actual start of work including all
other incidental items not shown or specified but as may be required for complete
performance of the works.
v) Bore wells with Min 100mm dia casing pipe & 1HP submissible pump to get a discharge of at
least 1000 Litre/Hr. with zealete make iron removed filter to get iron free water. Water purifier
with UV mechanism is to be provided and pumps for water supply are in the scope of
contractor meeting the day-to-day requirement of the water supply.
20.0 SEWERAGE SYSTEM
i) Sewerage system shall be provided for control room building.
ii) The contractor shall construct septic tank and soak pit suitable for 20 users.
iii) The system shall be designed as per relevant IS Codes.

21.0 STATUTORY RULES


21.1 Contactor shall comply with all the applicable statutory rules pertaining to factories act (as
applicable for the State). Fire Safety Rules of Tariff Advisory Committee. Water Act for
pollution control etc.
21.2 Provisions for fire proof doors, no. of staircases, fire separation wall, plastering on structural
members (in fire prone areas) etc. shall be made according to the recommendations of Tariff
Advisory Committee.
21.3 Statutory clearance and norms of State Pollution Control Board shall be followed as per
Water Act for effluent quality from plant.
21.4 Requirement of sulphate resistant cement (SRC) for sub-structural works shall be decided
in accordance with the Indian Standards based on the findings of the detailed soil investigation
to be carried by the bidder.
21.5 Foundation system adopted by the Bidder shall ensure that relative settlement and other
criteria shall be as per provision in IS:1904 and other Indian Standard.
21.6 All water retaining structures designed as an un-cracked section shall also be tested for
water tightness at full water level in accordance with clause No. 10 of IS:3370 (part-I)
21.7 Construction joints shall be as per IS:456
21.8 All underground concrete structures like basements, pumps houses, water retaining
structures etc. shall have plasticizer cum water proofing cement additive conforming to
IS:9103. in addition, limit on permeability as given in IS:2645 shall also be met with. The
concrete surface of these structures in contact with earth shall also be provided with two coats
of bituminous painting for water/damp proofing. In case of water leakage in the above
structures, Injection Method shall be applied for requiring the leakage.

68
6.3 TECHNICAL SPECIFICATION FOR PSC POLES [9.75 M]

1.0 SCOPE
This covers design manufacturing, testing at works, transport to site, insurance, storage,
erection and commissioning of PSC poles shall be of solid rectangular with an overall length
of 9.75M suitable for use in overhead 33KV / 11 KV lines .

2.0 Applicable Standards

The pre-stressed concrete pole (psc ) shall comply with the relevant provisions mentioned' in
the' following Indian Standards or the latest versions thereof.
a) IS: 1678, Specification for pre-stressed concrete poles for overhead power, traction and
telecommunication lines.
b) IS: 2905, Method of test for concrete poles for overhead power and telecommunication
lines.
c) IS: 7321, Code of Practice for selection, handling and erection of concrete poles for
overhead power and telecommunication lines.

REQUIRED TECHNICAL PARAMETERS FOR 9.75 M PSC POLES

SL ITEM PARAMETERS
NO
1 Type of Pole 9.75 M P.S.C pole
2 Applicable Standard a) IS : 1678/1998 pre-stressed concrete poles , b)
IS-2905/1989- Method of test for concrete poles , c)
IS: 7321 Code of Practice for Selection , Handling
& Erection of concrete poles [for overhead power
and telecommunication lines ]
3 Length of pole 9.75 Mts.
4 Depth of Plantation 1.8 Mts.
5 Bottom Depth 350 mm
6 Top Depth 175 mm
7 Breath 120 mm
8 Diameter of pre-stressing wire 4 mm
9 No. of tensioned wire per pole 22 Nos of 4mm dia.
10 Minimum Ultimate Tensile 175 KG / SQMM
strength of 4 MM HT wire
11 Minimum initial pull of 4 mm wire 1865 kg / wire
12 Spacing HT wires As per IS : 1343 /1960
13 Quantity of HT wire/ pole 21.45 KG
14 Link & spiral 4 nos ,5 mm in bottom & 4 nos ,5 mm in top
15 M.S spiral 3 mm dia of 150 c/c
16 Maximum Aggregate size 12 mm
17 Total weight per pole 750 KG
18 Minimum clear cover 20 mm
19 Factor of safety 2.5
20 Concrete grade M-420
21 Ultimate Load 675 KG
22 Earthing shall be provided by 4 Projecting from the pole at length of 50 MM at 215
MM dia. Galvanized iron wire from top & 150 MM below ground level
embedded in concrete
23 Provision for earthing Earthing shall be provided by having length of 8
SWG GI wire embedded in concrete during
manufacture and the ends of the wires left projecting
from the pole to a length of 100 mm at 250 mm from
top and 150 mm below ground level.
24 28 days cube strength of 1. / SQ.CM
concrete ( Min) as per IS :
456/2000.
69
3.0 Terminology
For the purpose of this specification, following definitions shall apply:

3.1 Average Permanent Load


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

3.2 Load Factor


The ratio of ultimate transverse load to the transverse load at first crack.
3.3 Transverse
The direction of the line bisecting the angle contained by the conductor at the pole. In the
case of a straight run, this will be normal to the run of the line.
3.4 Transverse Load at First Crack
For design, the transverse load at first crack shall be taken as not less than the value of the
working load.
3.5 Working Load
The maximum load in the transverse direction, that is ever likely to occur, including the
wind pressure on the pole. This load is assumed to act at a point 600 mm below the top
with the butt end of the pole planted to the required depth as intended in the design.

3.6 Ultimate Failure


The condition existing when the pole ceases to sustain a load increment owing to either
crushing of concrete, or snapping of the pre-stressing tendon or permanent stretching of the
steel in any part of the pole.
3.7 Ultimate Transverse Load
The load at which failure occurs, when it is applied at a point 600 mm below the top and
perpendicular to the axis of the pole along the transverse direction with the butt end of the
pole planted to the required depth as intended in the design.

4.0 Application

4.1 9.75 M PSC Pole


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

5.0 Material
6.0 Cement
The cement used in the manufacture of pre-stressed concrete poles shall be ordinary or
rapid hardening Portland cement conforming to IS: 269 (Specification for ordinary and low
heat Portland cement) or IS: 8041 E (Specification for rapid hardening Portland cement), or
high strength ordinary Portland cement conforming to IS: 8112 (Specification of high
strength ordinary Portland cement).

7.0 Aggregates
Aggregates used for the manufacture of pre-stressed concrete poles shall confirm to IS: 383
(Specification for coarse and fine aggregates from natural sources for concrete). The
nominal maximum size of aggregates shall in no case exceed 10 mm (for poles above 9.0
M) and 12 mm (for 7.5 and 8.0 M poles).
8.0 Water
Water should be free from chlorides, sulphates, other salts and organic matter, Potable
water will be generally suitable.

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

70
8.2 Pre-stressing Steel
The pre-stressing steel wires including those used as un-tensioned wires (See
Annexure. I, II & III), should conform to IS: 1785 (part-I) (Specification for plain hard-drawn
steel wire for pre-stressed concrete. Part-I cold drawn stress relieved wire), IS: 1785 (part-
II) (Specification for plain hard-drawn steel wire) or IS: 6003 (Specification for indented wire
for pre-stressed concrete). The type designs given in Annexure-I, II and III are for plain
2
wires of 4 mm diameter with a guaranteed ultimate strength of 175 kg/mm .

The concrete mix shall be designed to the requirements laid down for controlled concrete
(also called design mix concrete) in IS: 1343 (Code of practice for pre-stressed concrete)
and IS: 456 (Code of practice for plain and reinforced concrete), subject to the following
special conditions:
2
a) Maximum works cube strength at 28 days should be at least 400 kg/cm (for poles
2
above 9.0 M) and 420 kg/cm (for 7.5 and 8.0 M poles).
2
b) The concrete strength at transfer should be at least 200 kg/cm (for poles above 9.0 M)
2
and 210 kg/cm (for 7.5 and 8.0 M poles).

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

d) The mix should contain as Iowa water content as is consistent with adequate
workability. If it becomes necessary to add water to increase the workability, the cement
content also should be raised in such a way that the original value of water cement ratio
is maintained.

9.0 DESIGN REQUIREMENTS


The poles shall be designed for the following requirements:
a) The poles shall be planted directly in the ground with a planting depth as per IS: 1678.
b) The working load on the poles should correspond to those that are likely to come on the
pole during their service life. Designs given in Annexure I,ll and III are for 140 kg, 200
kg, 300 kg, and 400 kg., applied at 0.6 M from top.
c) The factor of safety for all poles above 9.5 M shall not be less than 2.0. For 7.5 M and
8.5 M poles, the factor of safety shall not be less than 2.5.
d) The average permanent load shall be 40% of the working load.
e) The F.O.S. against first load shall be 1.0.
2
f) At average permanent load, permissible tensile stress in concrete shall be 30 kg/cm .
g) At the design value of first crack load, the modulus of rupture shall not exceed 53.0
2 2
kg/cm for M-400 concrete and 55.2 kg/cm for M-420 concrete.
h) At the design value of first crack load, the modulus of rupture shall not exceed 53.0
2
kg/cm for M-400 concrete.
i) The ultimate moment capacity in the longitudinal direction should be at least one fourth
of that il1 the transverse direction.
j) The maximum compressive stress in concrete at the time of transfer of pre-stress
should not exceed 0.8 times the cube strength.
k) The concrete strength at transfer shall not be less than half the 28 days strength
2 2
ensured in the design, i.e., 400 x 0.5 = 200 kg/cm or 420 x 0.5 = 210 kg/cm .
10.0 Service Conditions
PSCC poles have to be designed to suit the following climatic conditions:
a) Maximum temperature of air in shade 40C
b) Minimum temperature of air in shade 2C
c) Maximum temperature of air in sun 45C

71
d) Maximum humidity 93%
e) Average number of thunder storm days per 45 Days
annum
f) Maximum rainfall per annum 3500 mm
g) Average rainfall per annum 2200 mm
2
h) Wind pressure 97.8 Kg/m
i) Altitude above MSL 100 to 1000 M

11.0 Dimensions and Reinforcements


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

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

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

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

14.0 Welding and Lapping of Steel


The high tensile steel wire shall be continuous over the entire length of the tendon. Welding
shall not be allowed in any case. However, jointing or coupling may be permitted provided
the strength of the joint or coupling is not less than the strength of each individual wire.
15.0 Compacting
Concrete shall be compacted by spinning, vibrating, shocking or other suitable mechanical
means. Hand compaction shall not be permitted.

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

The pre-stressing wires shall be detensioned only after the concrete has attained the
2
specified strength at transfer (i.e., 200 or 210 kg/cm as applicable). The cubes cast for the
purpose of determining the strength at transfer should be cured, as far as possible, under
conditions similar to those under which the poles are cured. The transfer stage shall be
determined based on the daily tests carried out on concrete cubes till the specified strength
indicated above is reached. Thereafter the test on concrete shall be carried out as detailed
r
in IS: 1343 (Code of p 3ctice for pre-stressed concrete). The manufacturer shall supply,
when required by the owner or his representative, result of compressive test conducted in

72
accordance with IS: 456 (Code of practice for plain and reinforced concrete) on concrete
cubes made from the concrete used for the poles. If the owner so desired, the manufacturer
shall supply cubes for test purposes and such cubes shall be tested in accordance with IS:
456 (Code of practice for plain and reinforced concrete).

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

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

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

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

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

17.0 Earthing

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

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

17.3 Tests
18.0 Transverse Strength Test
Poles made from ordinary Portland cement shall be tested only on the completion of 28
days and poles made from rapid hardening cement only on the completion of 14 days, after
the day of manufacture.
The poles may be tested in either horizontal or vertical position. If tested in horizontal
position, provisions shall be made to compensate for the overhanging weight of the pole, for
this purposed, the overhanging portion of the pole may be supported on a movable trolley or
similar device.
The pole shall be rigidly supported at the butt end for a distance equal to the agreed depth
of planting.
Load shall be applied at a point 600 mm from the top of the pole and shall be steadily and
gradually increased to the design value of the transverse load at first crack. The deflection at
this load shall be measured.
73
A pre-stressed concrete pole shall be deemed not to have passed the test if visible cracks
appear at a stage prior to the application of the design transverse load for the first crack.
The load then be reduced to zero and increased gradually to a load equal to the first crack
load plus 10% of the minimum ultimate transverse load, and held up for 2 minutes. This
procedure shall be repeated until the load reaches the value of 80 per cent of the minimum
ultimate transverse load and thereafter increased by 5 per cent of the minimum ultimate
transverse load until failure occurs. Each time the load is applied, it shall be held for 2
minutes. The load applied to pre-stressed concrete pole at the point of failure shall be
measured to the nearest five Kilograms.

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

19.0 Measurement of Cover


After completion of the transverse strength test, the sample pole shall be taken and checked
for cover. The cover of the pole shall be measured at 3 points, one within 1.8 meter from the
butt end of the pole. the second within 0.6 meters from the top and the third at an
intermediate point and the mean value compared with the specified value.
The mean value of the measured cover should not differ by more than () 1 mrn from the
specified cover. The individual values should not differ by more than () 3 mm from the
specified value.
If these requirements are not met, the workmanship with reference to aligning of the end
plates and pre-stressing wires and assembly of moulds should be improved and inspection
at pre-production stage tightened suitably.

20.0 MARKING
The pole shall be clearly and indelibly marked with the following particulars either during or
after manufacture but before testing at a position so as to be easily read after erection in
position.
a) Month and year of manufacture
b) Transverse strength of pole in Kg
c) Maker's serial No and mark and Project.

21.0 INSPECTION
The purchaser or third party nominee may carry out inspection at any stage of manufacture.
The supplier shall grant free access to the purchaser's representative or third party nominee
at a reasonable time when the work is in progress. Inspection and acceptance of any
equipment under this specification by the purchaser shall not relieve the supplier of his
obligation of furnishing equipment in accordance with the specification and shall not prevent
subsequent rejection if the equipment is found defective.

74
6.4 TECHNICAL SPECIFICATION FOR GALVANIZED CHANNEL CROSS ARMS

1.0 SCOPE :

This specification covers the design, manufacture, testing at manufacturer's works,


transport to site, insurance, storage, erection and commissioning of Galvanized Cross
Arm and channel used for 33KV, 11 KV & line complete with all accessories as specified.
2.0 Standards

The M.S Cross Arm and channel supplied under this specification shall conform the latest issue of
the relevant Indian Standards IS 226:1975, Regulations etc. except where specified
otherwise.

The rolling and cutting tolerance for steel product conforming to IS: 266 shall be those
specified in the IS: 1852-1973 with latest revision.

Galvanization conforming to latest version of 1S:2629

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

3.0 GENERAL REQUIREMENT :


i. The cross arm shall be fabricated grade of mild steel of channel section as per
requirement.
ii. All steel members and other parts of fabricated material as delivered shall be free of
warps, local deformation, unauthorized splices, or unauthorized bends.
iii. Bending of flat strap shall be carried out cold. Straightening shall be carried out by
pressure and not by hammering. Straightness is of particular importance if the
alignment of bolt holes along a member is referred to its edges.
iv. Holes and other provisions for field assembly shall be properly marked and cross
referenced. Where required, either by notations on the drawing or by the necessity of
proper identification and fittings for field assembly, the connection shall be match
marked.
v. A tolerance of not more than 1mm shall be permitted in the distance between the
center lines of bolt holes. The holes may be either drilled or punched and, unless
otherwise stated, shall be not more than 2mm greater in diameter than the bolts.
vi. When assembling the components force may be used to bring the bolt holes together
(provided neither members nor holes are thereby distorted) but all force must be
removed before the bolt is inserted. Otherwise strain shall be deemed to be present
and the structure may be rejected even though it may be, in all other respects, in
conformity with the specification.
vii. The back of the inner angle irons of lap joints shall be chamfered and the ends of the
members cut where necessary and such other measures taken as will ensure that all
members can be bolted together without strain or distortion. In particular, steps shall be
taken to relieve stress in cold worked steel so as to prevent the onset of embitterment
during galvanizing.
viii. Similar parts shall be interchangeable.
ix. Shapes and plates shall be fabricated and assembled in the shop to the greatest extent
practicable. Shearing flame cutting and chipping shall be done carefully, neatly and
accurately. Holes shall be cut, drilled or punched at right angles to the surface and shall
not be made or enlarged by burning. Holes shall be clean-cut without torn or ragged
edges, and burrs resulting from drilling or reaming operations shall be removed with the
proper tool.
x. Shapes and plates shall be fabricated to the tolerance that will permit fielderection
within tolerance, except as otherwise specified. All fabrication shall be carried out in a
neat and workmanlike manner so as to facilitate cleaning,
painting, galvanizing and inspection and to avoid areas in which water and other matter
can lodge.
xi. Contact surfaces at all connections shall be free of loose scale, dirt, burrs, oil and other
foreign materials that might prevent solid seating of the parts.
75
xii. Welded joints not permissible.
xiii. The rolling and cutting tolerance for steel product conforming to IS: 266 shall be those
specified in the IS: 1852-1973 with latest revision.
all dimensions are subject to the following tolerances:
a) dimensions up to and including 50mm:+1mm: and
b) dimensions greater than 50mm: +2%
xiv. The channel cross arm shall be properly brushed to make it free from rust.
xv. For galvanized channel :
All ferrous parts including all sizes of nuts, bolts, plain and spring washers, support
channels, structures, shall; be hot dip galvanized conforming to latest version of
1S:2629 or any other equivalent authoritative standard. The zinc coating shall be
smooth, continuous and uniform. It shall be free from acid spot and shall not scale,
blister or be removable by handling or packing. There shall be no impurities in the zinc
or additives to the galvanic bath which could have a detrimental effect on the durability
of the zinc coating. Before picking, all welding, drilling, cutting, grinding and other
finishing operations must be completed and all grease, paints, varnish, oil, welding slag
and other foreign matter completely removed. All protuberances, which would affect the
life of galvanizing shall also be removed.

The weight of zinc deposited shall be in accordance with that stated in Standard
IS 2629 and shall not less than 0.61kg/m with a minimum thickness of 86
microns for items of thickness more than 5mm, 0.46kg/m (64 microns) for items
of thickness between 2mm and 5mm and 0.33kg/m (47 microns) for items less
than 2mm thick.
xvi. he raw materials and fabrication thereof in respect of cross arm shall be furnished
along with dimension.
xvii. The hole for fixing of insulator and pole clamp shall be provided as per requirement.
xviii. One copy of the drawing of cross arm for each size shall be furnished along with the
technical bid.

a. REQUIRED TECHNICAL SPECIFICATION FOR GI CHANNEL CROSS ARM


[100x50x6x3200 ]

Sl No. Description Particular


1 Type of cross arm G.I Channel cross arm
2 Size 100 x 50x 6 x 3200 mm
3 Material Mild Steel channel
4 Length 3200 mm
5 Breath 100 mm
6 Width 50 mm
7 Thickness 6 mm
8 Hole for fixing of insulator 26 mm
9 Center to center distance 1525 mm
of hole
10 Hole for pole clamp 18 mm
11 Weight 29.5 kg (approx)
12 Galvanization The cross arm shall be properly brushed to make it
free from rust and hot dip galvanized confirming to
IS: 2629.
13 Standard applicable IS: 266; IS: 1852-1973:

76
G.I CHANNEL CROSS ARM
( 100 x50x6x3200 mm)

76 mm
76 mm
6 mm
26 mm dia hole

100
mm

1600 mm 1600 mm
50 mm
3200 mm

DIAGRAM NOT IN SCALE

77
6.5 TECHNICAL SPECIFICATION FOR 33 KV & 11KV DISC INSULATOR (B&S) 90 & 70 KN

a. Scope: -
This specification covers design, manufacture, testing at manufacturers works, supply and
delivery of strain insulators use on 11 KV and 33 KV overhead power line.

b. Standard: -

Strain insulators Ball & Socket type suitable for 11 kV & 33 kV lines shall be conforming to
Indian standard Specification IS: 731:1971 and IS: 3188 with its latest amendments and
revisions and having mechanical failing load of 70 KN.
Insulators conforming to any other internationally accepted standard which ensure equal or
higher quality than the standard mentioned will be acceptable.
Where the material is offered according to the internationally accepted standard a copy of
the specification shall be attached with the tender.

c. General requirements: -
i) The porcelain shall be sound, free from defects, thoroughly vitrified and smoothly
glazed.
ii) Unless and otherwise specified glaze shall be brown in colour. The glaze shall cover all
the porcelain parts of the insulator except those areas which serve as support during
firing or are left unglazed for purpose of assembly.
iii) The design of the insulator shall be such that stress due to expansion and contraction
in any parts in any parts of the insulator shall not lead to deterioration. The porcelain
shall not engage directly with hard matel.
iv) Cement used in the construction of insulator shall not cause fracture by expansion or
loosening by contraction and proper care shall be taken to locate the individuals parts
correctly during commencing. The cement shall not give rise to chemical reaction with
metal fittings and its thickness shall be uniform as possible.
v) The insulator shall be multi petticoat type.
vi) The insulator shall be in one piece.

d. Basic Parameter: -
Sl no Particular
1 Type of insulator Disc insulator, 70 KV (B&S type)
2 Applicable Standard IS: 731:1971 and IS: 3188, IS:
2544/1973
3 Material Porcelain [sound, free from defects,
thoroughly vitrified and smoothly
glazed]
4 Type Ball & Socket
5 Colour Brown
6 Size 255x145 mm
7 Minimum failing load 70 KN
8 Socket cap Malleable cast iron hot dip galvanized
of size 16 mm dia
9 Ball pin High tensile/ forged hot dip galvanized

10 Security clip Phosphor bronze W type

11 Creepage distance 580mm ( for 33 KV)& 400 mm ( for 11


KV)
12 Nominal System voltage 33kV/11 KV

78
13 Highest system voltage (rms) 36 KV/12 KV

14 Wet one minute power frequency test(rms) 75 KV/35 KV


15 Dry one minute power frequency test (rms) 75 KV /35 KV
16 Power frequency puncture withstand (rms) 180 KV /105 KV
17 Impulse voltage withstand test(Peak) 170 KV / 75 KV
18 Power frequency flush and voltage (dry) 95 KV ( r.m.s)

19 Power frequency flush and voltage (wet) 80 KV ( r.m.s)

20 Visible discharge test 27 KV ( r.m.s)

e. Mechanical Load: -

The minimum failing load of the insulator shall 70 KN and the load shall be applied
transverse.

f. Creepage Distance: -

The minimum total creepage distance for insulator shall be suitable for heavily polluted and
humid atmospheric conditions and shall be 400mm (for 11KV) & 580mm (for 33 K)
in vertical position.
g. Marking: -
Each insulator shall be legibly and indelibly marked to show the following:
i) Name and trade mark of the manufacturer
ii) Month and year of manufacture
iii) Minimum failing load in KN
iv) Country of manufacturer.
v) ISI certificate marking if any
The marking on porcelain shall be printed and shall be applied before firing.
h. Packing: -
All insulators shall be suitably packed and crated to standard packing practice as required
under Railway Regulation to withstand rough handling during transit.

i. Tests: -
The insulator shall stand the entire following test as per IS: 731/1971 (incorporating latest
amendments and revisions).

A) Type tests
The following type tests shall be conducted on the insulators (which have already passed
the routine test):
i) Visible discharge test (power frequency voltage)
ii) Impulse voltage withstand test
iii) Impulse voltage flashover test
iv) Verification of dimension
v) Wet one minute power frequency test and wet flashover tests
vi) Visual examination
vii) Mechanical failing load test
viii) Porosity test
The tenderer shall furnish copies of test certificates of the type test carried on identical
manufacturer with guaranteed performance data for the insulators which they offer for
supply. The report of type tests (on the insulator which is passed the routine tests) tested in
the National Test House, Alipore and or such similar Government recognized Test House/
Institutions shall be invariably submitted along with the tender.

79
B) Sample/ Acceptance tests: -
The samples (after withstanding the routine test) shall also be subjected to the following
sample acceptance tests as per ISS.
i) Verification of dimensions
ii) Temperature cycle test
iii) Mechanical failing load test
iv) Power frequency puncture withstands test
v) Porosity test

C) The following routine and factory tests shall be conducted at the time of manufacture as
per ISS.
i) Visual examination
ii) Electrical test

j. Guaranteed technical particulars: -


(To be filled by the tenderer)
1) Name and address of manufacturer.
2) Trade mark of manufacturer to the legibly marked in the insulator.
3) Mechanical characteristic.
a. Total creepage distance in mm.
b. Overall height of insulator in mm
c. Overall diameter of insulator in mm.
d. Overall weight of insulator in Kg.
e. Minimum failing load in KN.
4) Electrical characteristic
a. Visibly discharge voltage. (power frequency voltage)
b. Dry one minute power frequency withstands voltage.
c. Wet one minute power frequency withstands voltage.
d. Power frequency puncture withstands voltage.
e. Impulse (1/50 micro second wave) withstands voltage.
f. Impulse flashover (1/50 micro second wave) voltage.
g. Impulse flashover (1/50 micro second wave) voltage negative.
h. Dry flash over voltage.
i. Wet flash over voltage.
5) Standard specification to which insulator will conform.
6) Other particulars, if any.

k. Inspection: -
All tests and inspections shall be carried out at the place of manufacturer unless otherwise
agreed by the purchaser and the manufacturer at the time of purchase. The manufacturer
shall afford the inspector representing the purchaser all reasonable facilities, without charge
to satisfy that the materials are being purchased as per specifications. The purchaser
reserves the right to have tests carried out at his own cost by an independent agency,
whenever there is dispute regarding the quality of the material supplied.

l. Drawing and Sample: -


Drawing specifically showing all dimensions is to be submitted along with technical bids.
Sample should be furnished alongwith the tender for verifications. Firms whose samples
have been approved earlier need not submit the same.

80
6.6 TECHNICAL SPECIFICATION FOR HARDWARE FITTING FOR DISC INSULATOR, 90 &
70 KN( B& S)

1.0 Scope: -
This specification covers design, drawings, manufacture, testing at manufacturers works,
supply and delivery of hardware fittings for strain insulator of ball & socket type .
The fitting shall consist of the following component :
b) Cross arm strap conforming to IS: 2486 ( Pt-II)-1989.
c) Forged steel ball eye for attaching the socket end of the strain insulator to the cross
arm strap. Forging shall be made of steel as per IS : 2004-1978.
d) Aluminium alloy thimble socket made out of permanent mould cast , high strength
aluminium alloy for attaching to the strain insulator on one end and for accommodating
the loop of the helically formed dead-end fittings at the other end in its smooth internal
contour. The thimble socket shall be attached to the strain insulator with the help of
locking pin as per the dimension given in IS: 2486(PT-II)-1989
e) Helically formed dead-end grip having a pre-fabricated loop to fit ito the grooved
contour to the thimble on one end and for application over the conductor at the other
end. The formed fitting shall conform to the requirement of IS:12048-1987.

Tests:
The helically formed fittings for strain insulators shall be subjected to tests as per IS:12048-
1987. The other hardware fittings shall be tested as per IS:2486 (Part-I)

Packing:

For packing of strain clamps and related hardware, double gunny bags or wooden cases shall
be used. The fittings shall be properly protected against damage.

The gross weight of the packing shall not normally exceed 50 Kg. Helically formed fittings
shall be packed in card board / wooden boxes. Fittings for different sizes of conductors shall
be packed in different boxes and shall be complete with their minor accessories fitted in place
and colour codes on tags / fittings shall be marked to identify suitability for different sizes of
conductors as per IS:12048-1987

Inspection:

All tests and inspections shall be made at the place of manufactur unless otherwise especially
agreed upon by the manufacturer and purchaser at the time of purchase. The manufacturer
shall afford the inspector representing the purchaser all reasonable facilities, without charge,
to satisfy him that the material is being furnished in accordance with this specification.

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

81
6.7 HARDWARE FITTINGS INCLUDING TENSION CLAMP ASSEMBLY (Aluminium Alloy)
FOR RACCOON AND WOLF CONDUCTOR

1.0 Scope: -
This specification covers design, drawings, manufacture, testing at manufacturers works,
supply and delivery of suspension clamp for use with Raccoon (7/3.81mm-80 sqmm)/Wolf
(19/3.4mm-175 sqmm )conductors within the state of Assam.

2.0 Standard: -
The material and process adopted in the manufacture shall conform to the provision of the
following standards amended up-to-date IS: 2486 specification for Insulator fitting for
overhead power lines.

3.0 General: -
The tension clamps offered shall be made of die cast high strength aluminium alloy and
shall be suitable for use with Raccoon and Wolf conductors together with one set of
preformed armour rods. Suitable sheet metal liner shall be provided.
The clamp shall move easy oscillation around horizontal axis.
The bidder is to quote separately for suspension clamp:
i) Envelope type
ii) Bottom free centre type design.
The single tension clamp shall consist of the following components: -
Description Quantity Material
1. Ball hook without provision for 1 no. Forged Steel
Arching horn
2. Socket type without provision for 1set. MCI
Arching horn
tension clamp for AAAC 1 no Alumium alloy
Raccoon /Wolf conductors
The clamp shall be of high corrosion resistant, light in weight, have low effective power loss
and small moment of inertia enabling it to follows freely the movements of the conductor.
The tension clamp shall also be provided with suitable socket or clevis eye for connecting it
to the insulator string.
The seat and clamping surface should be smooth, without any projections or sharp bends
and should be formed to support the conductor on long, easy curves at the comparatively
sharp bends. Minimum failing load = 70 KN.
The slip strength of tension clamp shall not exceed 15% of the breaking load of the
conductor.

4.0 Tests: -

The hardware fittings shall be subjected to all the tests in accordance with relevant Indian
Standard Specifications. The purchaser shall have the right to carryout acceptance tests, in
the presence of representatives of the purchaser.

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

The following tests shall be carried out.


i) Type Test: -
(a) Slip Strength test for clamp.
(b) Mechanical test for clamp & fittings
(c) Heating cycle test.

82
(d) Verification of dimensions.
(e) Galvanizing / Electroplating test.
(f) Visual examination test

ii) Acceptance Test:


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

iii) Routine Test:


a) Visual examination test.
b) Routine mechanical test.

Guaranteed Technical Particulars (GTP) and drawing specifically showing all


dimensions are to be submitted along with technical bids.

83
6.8 TECHNICAL SPECIFICATION FOR P.G CLAMP FOR AAA RACOON /WOLF CONDUCTOR

1.0 Scope:

The scope covers design, manufacturing, testing at work, transport at site, insurance,
storage, erection and commissioning of P.G. Clamp suitable for Conductor size
Wolf/Raccoon/Weasel/3 Bolt Type strictly conforming to IS : 2121 and Galvanising
conforming to IS : 2633 as per the following:

2.0 Standards:

P.G. Clamps suitable for conductor size, wolf/raccoon/weasel 3 bolt types strictly
conforming to IS : 2121 and galvanizing conforming to IS: 2633 as per the following:

P.G. clamp body to be made from aluminium alloy


Clamps nuts and bolt and washer should be made of hot deep galvanized steel
Spring washer be made of electro-galvanize special steel.

Conductor Maximum Dimensions


Approx.
Style conductor No of
A B C D E Weight
No. diameter in Bolts
mm mm mm mm mm Kg.
mm
A-83 Wolf 20.78 140 76 42 5/8 1 3 0.51

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

3.0 Inspection may be carried out by the purchaser or third party nominee at any stage of
manufacture. The supplier shall grant free access to the purchaser's representative or third
party nominee at a reasonable time when the work is in progress. Inspection and
acceptance of any equipment under this specification by the purchaser shall not relieve the
supplier of his obligation of furnishing equipment in accordance with the specification and
shall not prevent subsequent rejection if the equipment is found defective.

84
6.9 TECHNICAL SPECIFICATION FOR AAA WOLF & RACCOON CONDUCTOR

1.0 Scope

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


storage, erection and commissioning of All Aluminum Alloy Stranded Conductors at
site in 33 KV.

2.0 Conductor Size


ii) 19/3.40 mm (173mm Alloy Area) wolf
iii) 7/3.81 mm ( 80 mm Alloy Area ) - Raccoon

3.0 Applicable Standards

Unless otherwise stipulated in this specification, the conductor shall comply with IS:398
(Part-IV)- 1994 or the latest version thereof.

4.0 Properties of Wires

The properties of Aluminium alloy wires to be used in the construction of the stranded
conductors shall be as in the following Table-1
Table-1

Cross Maximum
Diameter area of breaking
Mass Resistance at 20 C
nominal load after
Dia wire stranding
Nominal Min Max Max Stamdard
2
Mm mm mm mm Kg/Km KN Ohm/Km Ohm/Km
3.40 3.37 3.43 9.079 24.51 2.80 3.67 3.96
3.81 3.77 3.85 11.401 30.78 3.34 2.938 2.851

5.0 Properties of Conductors


The properties of stranded all aluminium alloy conductors of various sizes shall be as in the
following table-II
All Aluminium Alloy Conductors( AAAC)

Calculated Approx
Nominal
Stranding & Sectional Approx. Approx. resistance calculated
Alloy
Wire dia area overall dia Mass at 20 C breaking
Area
(Max) load
1 2 3 4 5 6 7
2 2
mm Mm mm mm Kg/Km Ohm/Km KN
173 19/3.40 172.52 17.00 474.02 0.1969 50.54
80 7/3.81 79.81 11.43 218.26 0.425 23.41

6.0 Free From Defects


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

7.0 Joints in Wires


85
Conductors containing three/seven wires. There shall be no joint in any wire of a stranded
conductor containing three/seven wires except those made in the base rod or wire before
final drawing.

8.0 Stranding
8.1 The wires used in the construction of a stranded conductor shall before stranding satisfy all
the relevant requirements of this standard.
8.2 The lay shall be within the limits given in Table-III
Lay Ratios for Aluminium Alloy Stranded Conductors

No. of wires in conductors Lay ration


Min. Max
7 10 14
19 10 16

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

9.0 Climatic Conditions


The conductor shall be designed to suit for the climatic conditions specified in these bidding
documents.
10.0 Tests
The samples of individual wires for the test shall normally be taken before stranding. The
manufacturer shall carry out test on samples taken out at least from 10% of aluminium wire
spools. However, when desired by the purchaser, the test sample may be taken form the
stranded wires. However the minimum breaking load test shall be done on a sample taken
from stranded wires and the minimum breaking load shall not be less than the value
indicated in Table-I.
The wires for alloy conductors shall comply with the following tests as per IS: 398(Part-IV)-
1994
i) Breaking loads test.
ii) Elongation test
iii) Resistance test

11.0 Packing and Marking


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

10.1 Packing

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

Conductor size Gross Mass


2
175 mm alloy area ( 19/3.40mm) 2500
80 mm Alloy Area (7/3.81 mm) 1600 KG

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

86
Conductor size Normal Length
2
175 mm alloy area ( 19/3.40mm) 1.1 Km
80 mm Alloy Area (7/3.81 mm) 1.3 KM

10.1.3 Longer lengths shall be acceptable.


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

The following information be marked on each package.


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

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

87
6.10 TECHNICAL SPECIFICATION FOR 33 KV PIN INSULATOR

1.0 SCOPE
This specification covers the design, manufacture, testing at manufacturer's works,
transport to site, insurance, storage, erection and commissioning of insulators
required for 33 kV lines.

2.0 STANDARD
The pin insulators shall comply with the Indian Standard specification IS: 731/1971 as
amended from time to time having mechanical failing load of 10 K.N for 33 kV insulator.
Insulators conforming to any other internationally accreted standards which ensure
equal or higher quality than the standard mentioned would also be acceptable.

Where the material is offered according to the inter-national standard a copy of the
specification shall be attached with the tender.
2.1 General requirement: The porcelain should be sound, free from defects, thoroughly vitrified
and smoothly glazed.
2.2 Unless otherwise specified, the glaze shall be brown colour. The glaze shall cover all the
porcelain parts of the insulators except those areas which serve as support during firing or
are left unglazed for purpose of assembly.
2.3 The design of the insulator shall be such that stress due to expansion and contraction in any
part of the insulator shall not lead to deterioration. The porcelain shall not engage directly
with hard metal.
2.4 Cement used in the construction of insulator shall not cause fracture by expansion or
loosening by contraction and proper care shall be taken to locate the individual parts
correctly during cementing. The cement shall not give rise to chemical reaction with metal
fitting and its thickness shall be as uniform as possible.
2.5 The insulator shall be multi-petty-coat type.

3.0 BASIC PARAMETER:

Sl No Particular
1 Type of insulator 33 KV Pin Insulator
2 Applicable Standard IS : 731/1971
3 Material
Porcelain [ sound, free from
defects, thoroughly vitrified
and smoothly glazed.]
4 Dimension
210x280x145 mm
a Height of the insulator
210mm
b Upper diameter of the
145 mm dia
insulator
c Bottom diameter of the
280mm dia
insulator
5 Minimum failing load
10 KN
6 Creepage distance
580 mm
7 Nominal System voltage 33kV

88
8 Highest system voltage (rms) 36 KV

9 Wet one minute power 75 KV


frequency test(rms)
10 Dry one minute power 95 KV
frequency test (rms)
11 Power frequency flush and 95 KV
voltage (Dry)
12 Power frequency flush and 80 KV
voltage (Wet)
13 Power frequency puncture 180 KV
withstand (rms)
14 Impulse voltage withstand 170 KV
test(Peak)

4.0 MECHANICAL LOADS

The minimum failing load of the insulators shall be 10 KN for 33 kV and the load
shall be applied in transverse direction.

5.0 CREEPAGE DISTANCE


The minimum total creepage distance for insulators shall be 580 mm for 33 kV
insulators.

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

1.0 Name or trade mark of the manufacturer


2.0 Month and year of manufacture
3.0 Minimum failing load in KN
4.0 Country of manufacture
5.0 ISI certificate mark, if any
6.0 Name of the Project

The marking on porcelain shall be printed and shall be applied before firing.

7.0 Type Tests


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

a) Verification of dimensions
b) Thermal mechanical performance test
c) Power frequency voltage withstand and flashover test (i) dry (ii) wet
d) Impulse voltage withstand and flashover test (dry)
e) Visible discharge test (dry)
f) RIV test (dry)
g) Mechanical failing Load Test (for pin insulator only)
h) 24 hrs. Mechanical strength test (for strain / string insulator only)

8.0 Acceptance Test


a) Visual examination
b) Verification of dimension
c) Temperature cycle test
d) Galvanizing test
89
e) Mechanical performance test
f) Test on locking device for ball and socket coupling
g) Eccentricity test
h) Metallurgical test
i) Grain test
j) Inclusion rating For metal fittings only (in black condition)
k) Chemical analysis
l) Microstructure.
m) Mechanical failing load test (for Pin Insulator only)
n) Electro-mechanical strength test (for strain insulator only)
o) Porosity test
p) Puncture test(for Strain Insulator only)

9.0 ROUTINE TEST


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

10.0 Tests During Manufacture


On all components as applicable
a) Chemical analysis of zinc used for galvanizing
b) Chemical analysis, mechanical, metallographic test and magnetic particle inspection for
malleable castings.
c) Chemical analysis hardness tests and magnetic particle inspection for forgings
d) Hydraulic Internal Pressure tests On disc insulator shells

11.0 Test Reports


11.1 Copies of type test reports shall be furnished in at least three (3) 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.
Copies of acceptance test reports shall be furnished in at least six (6) copies. One copy
shall be returned duly certified by the Owner, only after which the material shall be
despatch.

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

11.3 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.

12.0 Inspection
a) The Owner's representative or third party nominee shall at all times be entitled to have
access to the works and all places of manufacture, where. insulator, and its component
parts shall be manufactured and the representatives shall have full facilities for
unrestricted inspection of the Contractor's and ;1ub-Contractor's works, raw materials,
manufacture of th::; material and for conducting necessary test as detailed herein.

b) 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
90
and should contain insulators manufactured in the span of not more than 3-4
consecutive weeks.

c) The bidder 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.

d) 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.
e) 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.

13.0 BID DRAWING


The Bidder shall furnish full description and illustration of the material offered.
The Bidder shall furnish along with the bid the outline drawing (6 copies) of each insulator
unit including a cross sectional view of the insulator shell. The drawing shall include but not
limited to the following information:
a) Dimensions with manufacturing tolerances
b) Minimum creepage distance with positive tolerance
c) Protected creepage distance
d) Eccentricity of the disc
i. Axial run out
ii. Radial run out
e) Unit mechanical and electrical characteristics
f) Size and weight of Pin Ball Shank / ball and socket parts
g) Weight of unit insulator disc
h) Materials
i) Identification mark
j) Manufacturer's catalogue number
After placement of award, the Contractor shall submit fully dimensioned insulator drawings
containing all the details, in four (4) 'copies to Owner for approval. After getting approval
from Owner and successful completion of all the type tests, the Contractor shall submit 20
more copies of the same drawing to the Owner for further distribution and field use at
Owner's end.

14.0 Guaranteed Technical Particulars


The guaranteed technical particulars in respect of the Pin Insulators offered shall be
submitted along with the tender.

91
6.11 TECHNICAL SPECIFICATION FOR G.I. PIN OF 33 PIN INSULATOR

1. Scope
This specification covers design, manufacture, testing at manufacturers works,
transport to site, storage, insurance, erection and commissioning of galvanized
forged steel pins for use in 11 KV and 33 kV lines.

2. Standard
The galvanized Iron forged steel pins shall be of type L-230 N conforming to IS 2486 (PT-
I/1971) and IS: 2486 (PT-11/1963) having stalk length of 300 mm and shank length of 150
mm with minimum failing load of 10 kN. Details of the pin are shown in the drawing.
The pins conforming to any other internationally accepted standards which ensure equal or
higher quality than the standard mentioned would also be acceptable.

3. General Requirements

3.1. The pins shall be single piece obtained by process of forging. They shall not be made by
joining, welding, shrink fitting or any other process for more than one piece of materials.
They shall be of good finish, free from flaws and other defects. The finish of the collar and
the shank is avoided.
3.2. All ferrous pins, nuts spring washers shall be galvanized and small fittings like spring
washers, nuts etc. may be electroplated with zinc. The threads of nuts and tapped holes
etc. shall be rounded. The galvanizing should be as per ISS: 2633/1964.

3.3. The dimensions of the 33kV Pins shall be as follows:


a) Stalk length 230 mm
b) Shank length 150 mm
c) Thickness of collar 6 mm
d) Diameter of collar 50 mm
e) Diameter of shank 24 mm
f) Threaded length of shank 100 mm
g) Diameter of stalk head 27.78 mm
h) Threaded length of stalk 47 mm

3.4. The pins shall have minimum failing load of 10 kN for 33 kV.

3.5. Tests
Pin shall comply with the following tests.
3.6. Type test:
a) Visual examination test
b) Verification of dimensions
c) Checking of threads
d) Galvanizing test
e) Mechanical strength tests
3.7. Routine test:
a) Visual examination test
3.8. Acceptance test:
Checking of threads on heads
a) Galvanizing test
b) Mechanical test

4. Inspection

92
All tests and inspections or shall be carried out at the place of manufacturers unless
otherwise agreed by the purchaser and the manufacturers at the time of purchase. A
manufacturer shall afford the inspector or third party nominee representing the purchaser all
reasonable facilities, without charge to satisfy that the materials are being purchased as per
specification. The purchaser reserved the right to have the test carried out at his cost by an
independent agency, whenever there is dispute regarding the quality of the materials
supplied.

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

93
6.12 TECHNICAL SPECIFICATIONS FOR 36 KV VACUUM CIRCUIT BREAKER

1.0 GENERAL TECHNICAL REQUIREMENTS

1.1 SCOPE
This section of specification covers the design, manufacture, assembly under
stringent quality control at every stage of manufacturing, testing at manufacturer's
works before dispatch, supply and delivery at destination store and supervision of
erection, testing and commissioning of 36 KV outdoor type vacuum circuit breakers at
various substations in SEB.
The scope of supply shall also include necessary special tools and plants required for
erection, maintenance and necessary spares, required for normal operation and
maintenance of the circuit breakers for a period of five years.
The circuit breakers should be complete in all respects with insulators, bimetallic
connectors, interrupting chamber, operating mechanism control cabinet, interlocks,
auxiliary switches indicating devices, supporting structures, accessories, etc.,
described herein and briefly listed in the schedule of requirements. The
spares/attachments which are meant necessary for the smooth functioning of the
equipment and specifically are not mentioned here shall be assumed to be included
the scope of supply.

1.2 STANDARDS
The circuit breaker shall conform in all respects to the requirements of latest issue of
IS/IEC specifications except for modifications specified herein. The equipment
manufactured according to any other authoritative standards which ensure an equal or
better quality than the provision of IS/IEC specifications shall also be acceptable. The
salient point of difference between the proposed standard and provision of these
specifications shall be clearly brought out in the tender. A copy of English version of
such specifications shall be enclosed with the tender.
The list of standards mentioned in this specification and to which the circuit conform is
given below:
1. IEC-56 High Voltage A.C. Circuit Breakers
2 IEC-137 Bushing for alternating voltage above 1000 volts
3. IEC-71 Insulation Co-ordination
4. IEC-694 Common clauses for high voltages switchgear and control gear
5. IEC-815 standards
Specification for Creepage distance
6. IS-13118 Specifications for high voltage alternating current
7. IS-2099 circuitvoltages
High breakersporcelain bushings
8. IS-4379 Identification of the contents of industrial gas cylinders
9. IS-3072 Installation and maintenance of switchgear
10. IEC-267 Guide for testing of circuit breakers with respect to out
11. IS-802 of phase
Code switching
of practice for use of structural steel in overhead
12. IEC-17A transmission
Sealing lines
of interrupters I breakers
13. 5tudy Group
IS-1554 PVC insulated cables upto and including 1000 volts
14. Dec.1981
IS-5 Colors for ready mixed paints and channels

94
1.3 SERVICE CONDITONS

1.3.1 CLIMATIC CONDITONS


The breakers and accessories to be supplied against this specification shall be suitable for
satisfactory continuous operation under the tropical conditions specified in this bidding
document.

1.3.2 AUXILIARY POWER SUPPLY


Auxiliary electrical equipment shall be suitable for operation on the following supply system.
a. Power Devices (like drive motors) 415 V, 3 phase 4 wire 50 hz, neutral grounded AC
supply
b. DC Alarm, Control and Protective Devices 110/220 V DC, ungrounded 2 wire
(Substation wise exact details shall be furnished to the successful bidder)
c. Lighting 240 V, single phase 50 Hz AC supply

Each of the foregoing supplies shall be made available by the Purchaser at the terminal
point for each circuit breaker for operation of accessories and auxiliary equipment. Bidder's
scope includes supply of interconnecting cables, terminal boxes, etc. The above supply
voltage may vary as indicated below and all devices shall be suitable for continuous
operation over the entire range of voltages

1) AC Supply Voltage + 10% /-- 15%


Frequency 5%
2) DC Supply - 15% to + 10%

1.4 GENERAL REQUIREMENT OF 36 KV/OUTDOOR VACUUM CIRCUIT BREAKERS


The vacuum type circuit breaker shall have vacuum interrupters, designed to provide a long
contact life at all currents upto rated making and breaking current during switching
operation: The vacuum interrupters sealed for life shall be encapsulated by porcelain
insulators for out door installation requirement of the circuit breakers. The offered breakers
shall be suitable for out door operation under climatic conditions specified without any
protection from sun, rain and dust storm. Kiosk type breakers with dumpering arrangement
etc., for indoor type breakers housed in sheet steel enclosure are not acceptable.
The vacuum interrupters of each phase shall be housed in a separate porcelain insulator.
The three identical poles shall be mounted on a' common base frame and the contact
system of three poles should be mechanically linked to provide three pole gang
opening/closing for all type of faults.
i. The performance of breakers shall be adequately proven by type tests for the
designed rating at internationally reputed independent testing station.
ii. The offered equipment shall be practically maintenance free over a long period.
iii. All mechanical parts and linkages shall be robust in construction and maintenance
free, over at least 30,000 switching operations except for lubrication of
pins/articulated joints at interval of 5 years or 5000 operations.
iv) Similar parts shall be strictly interchangeable without special adjustment of
individual fittings. Parts requiring maintenance shall be easily accessible, without
requiring extensive dismantling of adjacent parts.
v) The operating mechanism will be self maintained and of proper operation
endurance not less than the mechanical life of circuit breaking unit. It shall be
spring operated type described hereinafter.
vi) The circuit breaker shall be supplied complete with all auxiliary equipment meant
necessary for the safe operation, routine and periodic maintenance. All internal
wiring including those of spare auxiliary contacts shall be complete and wired upto
terminal blocks situated near cable gland plate.

95
vii) The breaker shall be totally restrike free under all duty conditions and shall be
capable of performing the duties without opening resistor. The details of any device
incorporated to limit or control the rate of rise of restriking voltage across the circuit
breaker contacts shall be stated.
viii) The breaker shall be reasonably quiet in operation and the noise level shall not
exceed 140 decibels.
ix) The breaker shall be suitable for three phase reclosing operation.
x) An operation counter, visible from the ground level even with the mechanism
housing closed shall be provided.

1.4.1 FIXED AND MOVING CONTACT


The fixed and moving contacts of the breaker have to ensure permanent full contact during
closing without unusual maintenance. All making and breaking contacts shall be
hermetically sealed and free from atmospheric effects.
The contacts metallurgy and geometry shall be such that there is minimum contact burning
and wear. Main contact shall have ample area and contact pressure for carrying the rated
current and rated short time current without excessive temperature rise which may cause
pitting or welding of the contacts.
The main contacts should have low contact resistance. The contact should be self cleaning
type, i.e., the layer of copper oxide should be cleaned during rubbing of contacts. The
contact area should be well defined, spring used for contact shall be of gradually rising
characteristic i.e., they should be soft. The contacts should not provide contact grip, ie.,
electro-magnetic forces should not grip the contacts and oppose the opening process. It
would be desirable to have separate main contacts and arcing contacts in order to have
longer life of the contacts. The contours of the energized metal parts of the breaker shall be
such as to eliminate areas or points of high electrostatic flux concentration. Surfaces shall
be smooth with no projection or irregularities which may cause visible corona. No corona
shall be visible in complete darkness when the equipment is subjected to the specified test
voltage.
The circuit breaker units shall be suitable for installation on outdoor R.C.C. foundations.
Ground clearance of the live parts of the breakers should be 3700 mm from foundation. The
circuit breakers shall be spring operated. The details of the operating system shall be as
specified under clause Error! Reference source not found. of this section.

1.4.2 RECOVERY VOLTAGE AND POWER FACTOR


The circuit breaker shall be capable of interrupting rated power with recovery voltage equal
to the rated maximum line to line service voltage at rated frequency and at a power factor
equal to or exceeding 0.15.

1.4.3 RESTRIKING RECOVERY


The complete data for the phase factor, amplitude factor, etc., for rate of rise of restriking
voltage shall be furnished in the tender.

1.4.4 LINE CHARGING INTERRUPTING CAPACITY


The circuit breaker shall be designed so as to be capable of interrupting line charging
currents without undue rise in the voltage on the supply side without restrike and without
showing sign of undue strains.
The maximum permissible switching over voltage shall not exceed 2.5 p.u. The guaranteed
over voltage, which will not be exceeded while interrupting the rated line charging current
for which the breaker is designed to interrupt shall also be stated. The results of the tests
conducted along with the copies of the oscillographs to prove ability of the breakers to
interrupt the rated as well as lower values of the line charging current shall be furnished with
the tender.

96
1.4.5 TRANSFORMER CHARGING CURRENT BREAKING CAPACITY
The breaker shall be capable of interrupting inductive currents, such as those occurring
while switching off unloaded transformers, without giving rise to undue over voltage and
without restrikes. The maximum over voltage value, which will not be exceeded under such
conditions, shall be stated in the tender.
1.4.6 BREAKING CAPACITY FOR SHORTLINE FAULTS
The interrupting capacity of the breaker for short line faults shall be stated in the tender. The
details of the test conducted for proving the capability of the breaker under a short line fault
occurring from one phase to earth conditions shall also be stated in the tender. The rated
characteristics for short line faults shall be in accordance with stipulation contained in clause
8.0 of IEC-56(2)-1971.

1.4.7 AUTOMATIC RAPID RECLOSING


36 KV circuit breaker shall be suitable for 3 pole rapid reclosing. The dead time of the
breaker shall be adjustable and the limits of the adjustment shall be stated in the tender.

1.4.8 OUT OF PHASE SWITCHING


The circuit breaker shall be capable of satisfactory operation even under conditions of
phase opposition that may arise due to faulty synchronization. The maximum power that the
breaker can satisfactorily interrupt under "Phase Opposition" shall be stated in the bid".

1.5 TEMPERATURE RISE


The maximum temperature attained by any part of the equipment when in service at side
and under continuous full load conditions and exposed to the direct rays of the sun shall not
exceed the permissible limits fixed by IEC. When the standards specify the limits of
temperature rise these shall not be exceeded when corrected for the difference between
ambient temperature specified in the approved specification.
The limits of temperature rise shall also be corrected for altitude as per IEC and stated in
the bid.
1.6 INSULATORS SUPPORTS AND HOUSING
The basic insulation level of the external insulator supporting shall be as per Clause Error!
Reference source not found. of the "Technical Parameters" and these shall be suitable
for use under climatic conditions as per Clause Error! Reference source not found. of
this specification. The porcelain used shall be homogenous, free from cavities and other
flaws. The insulators shall be designed to have ample insulation, mechanical strength and
rigidity for satisfactory operation under conditions specified above. All bushings of identical
rating shall be interchangeable. The puncture strength of bushing shall be greater than the
flash over value. The design of bushing shall be such that the complete bushing in a self-
contained unit and no audible discharge shall be detected at a voltage upto a working
voltage (Phase Voltage) plus 10%. The support insulator shall conform to IEC-137.
Minimum clearance between phases, between live parts and grounded objects shall be as
per IS-3072-1975 and should conform to Indian Electricity Rules-1956. The minimum
creepage distance for severely polluted atmosphere shall be 27 mm/KV.
The details for atmospheric pollution of various sub-stations where these breakers are to be
installed shall be as per Clause Error! Reference source not found. of this specification.
The air clearance of bushing should be such that if the bushings were tested at an altitude
of less than 1000 meters, air clearance would withstand the application of higher voltages
(IS-2099-1973 para 6.1). In order to avoid breakdown at extremely low pressures the
support insulators should not be covered by moisture and conducting dust. Insulators
should therefore be extremely clean and should have anti-tracking properties. Sharp
contours in conducting parts should be avoided for breakdown of insulation. The insulators
shall be capable to withstand the seismic acceleration of 0.5 g in horizontal direction and

97
0.6g in vertical direction.

1.7 OPERATING MECHANISM GENERAL REQUIREMENTS


The operating mechanism shall be stored energy type and capable of giving specified duty
of the breaker (sequence of opening and closing) as specified under clause. Error!
Reference source not found. 0-0.3sec-CO-3 min-CO. The breaker shall also pass the
operational test which ascertain the capabilities of operating mechanism. The operating
mechanism shall be capable to perform the following functions efficiently.
i) To provide means where the circuit breaker can be closed rapidly, without hesitation at all
currents from zero to rated making current capacity.
ii) To hold the circuit breaker in closed positions by toggles or latches till the tripping signal is
received.
iii) To allow the circuit breaker to open without delay immediately on receiving tripping signal.
iv) To perform auto reclosure duty cycle.
v) To perform the related functions such as indication, contacts, etc.
Operating mechanism should also be suitable for three phase auto reclose duty. The closing
spring shall be automatically charged by motor immediately after closing operation. In case of
failure of supply to the spring charging motor, the spring shall be chargeable by hand crank.
The contact pressure spring and tripping spring shall be chargeable during closing operation to
ensure the breaker is ready to open. Mechanically ON/OFF indicator, spring charged indicator
and operation counter shall be provided on the front of the control cubicle. For tripping, the
spring provided shall ensure the trippings.
The supply of auto reclosing scheme control circuit equipment does not form the part of this
specification. The supplier shall however be required to co-ordinate for the same with the
supplier of control and relay panels.

a) Tripping/Closing Coils
The circuit breakers shall be provided with two trip coils and one closing coil per breaker.
First trip coil shall be utilized for tripping the breaker on main protection fault detection.
Whereas second trip coil shall be used to trip the breaker when first trip coil fails to trip the
breaker and backup protection comes into operation and shall also be used to trip the
breaker on command. The trip coils shall be suitable for pre-closing and after closing trip
circuit supervision. All the breakers shall have provision for independent electrical operation
of trip coils from local as well as remote through local/remote selector switch. The breaker
shall be provided with suitable protection device against discrepancies in the operation of
individual pole.

b) Trip Free Features


When the breaker has been instructed to close by manual instructions by pushing of push
button, the operating mechanism will start operating for closing operations. If in the mean
time a fault has taken place, the relay provision shall be such that it should close the trip
circuit simultaneously interrupting the live circuit of closing coil which has been instructed for
close command.
The trip free mechanism shall permit the circuit breaker to be tripped by the protective relay
even if it is under the process of closing. An antipumping device to prevent the circuit
breaker from reclosing after an automatic opening shall be provided to avoid the breaker
from pumping i.e., anti pumping relay should interrupt the closing coil circuit.
c) Controls
The circuit breaker shall be controlled by a control switch located in the control room. The
control arrangement shall be such as to disconnect the remote control circuits of the
breaker, when it is under test. Local control devices, selector switch and position indicator
shall be located in weather and vermin-proof cabinet. The circuit breaker control scheme

98
shall incorporate trip circuit supervision arrangement. Local/remote selector switch shall be
provided for all breakers for selection of "Local" control/remote control.
Provision shall be made for local manual, electrical and spring controls. Necessary
equipment's for local controls shall be housed in the circuit breaker cabinet of weather-proof
construction. In addition to this, a hand closing device for facilitating maintenance shall also
be provided.
Each circuit breaker shall have a mechanical open/closed and spring charge indicator in
addition to facilities for provisions for semaphore indicators for breakers which are required
for the mimic diagram in the control room. Lamps for indicating, 'close/open' position of the
breaker shall also be provided.
Mechanical indicator, to show the 'open' and 'close' position of the breaker shall be provided
in a position where it will be visible to a man standing on ground with mechanism housing
open. An operation counter, visible from the ground even with the mechanism housing
closed, shall be provided. Electrical tripping of the breaker shall be performed by shunt trip
coils.
Closing coil shall operate correctly at all value of voltage between 85% and 110% of the
rated voltage. Shunt trip coils shall operate correctly under all operating conditions of the
circuit breaker upto the rated breaking capacity and at all values of supply voltage between
70% and 110% of rated voltage. The variation in A.C. supply voltage shall be (-)15%to
+10% while variation in frequency shall be 3. Working parts of the mechanism shall be
non-corrosive material. Bearings which require grease shall be equipped with pressure type
fillings.
Bearing pins, bolts, nuts and other parts shall be adequately pinned or locked to prevent
loosening or changing adjustment with repeated operation of the circuit breaker. It shall be
possible to trip the circuit breaker even in the event of failure of power supply.
Operating mechanism and all accessories shall be enclosed in control cabinet. A common
marshalling box for the three poles of the breaker shall be provided, along with supply of
tubing, cables from individual pole operating boxes to the common marshalling box, local.

1.7.1 SPRING OPERTED MECHANISM


The motor compressed spring mechanism shall consists of a closing spring which is wound
or compressed by an electric motor immediately after the breaker closes. The closing
action shall also wind or compress a tripping springs shall be wound.

After the breaker has tripped, the tripping spring shall remain in the released position as
long as the breaker is open, but the closing spring shall remain wound and ready for closing
operation. The operating mechanism shall have all the necessary auxiliaries, apparatus for
operation and supervision, like motor starter with thermal overload release, one closing coil,
two trip coils, push button for local electrical operation, local/remote control selector switch,
push button for direct mechanical tripping, auxiliary switches, antipuming contactors,
operation counter, socket for inspection, lamp and heater with switch. In addition
mechanical interlocking system for interlocking with associated isolators shall be provided.
Spring charging motor shall be standard single phase universal motor suitable for 220 volts
supply.
i) Operating voltages for closing/tripping coils shall be 220/110/30 Volts DC.
ii) Operating voltages for heater elements shall be 220V AC 50 HZ. Other features of
the spring operated mechanism shall be as follows.
a) The spring operating mechanism shall have adequate energy stored in the operating to
close and latch the circuit breaker against the rated making current and also to provide
the required energy for tripping mechanism in case the tripping energy is derived from
the operating mechanism.
b) The mechanism shall be capable of performing the rated operating duty cycle of 0-

99
0.3Sec-CO-3 Min-CO as per IEC-56.
c) The spring charging motor shall be AC/DC operated and shall not take more than 30
sec., to fully charge the closing spring made for automatic charging. Charging of spring
by the motor should not - interfere with the operation of the breakers.
d) The motor shall be adequately rated to carry out a minimum of one duty cycle. Also
provision shall be made to protect the motor against overloads.
e) In case of failure of power supply to spring charging motor, the mechanism shall be
capable of performing one open-close-open operation.
f) Mechanical interlocks shall be provided in the operating mechanism to prevent
discharging of the closing springs when the breaker is already in closed position.
Provision shall be made to prevent a closing operation to be carried out with the spring
partially charged.
g) Facility shall be provided for manual charging of closing springs.

1.7.2 CONTROL CABINET


The switchgear operating mechanism, the control equipment such switch for closing and
tripping the breakers, various control relays, antipumping device, timer for adjusting breaker
reclosing, a set of terminal blocks for wiring connections, MCB's for disconnecting the
control auxiliary power supplies.
Including relays, etc., shall be enclosed in a cabinet to 'be mounted on a suitable structure
at a convenient working height at the end of the breaker in the outdoor switchyard. The
supporting structure and the enclosure shall be capable of withstanding the typical tropical
climatic conditions, change of ambient temperature, severe dust-storms, very high relative
humidity those are prevailing at the site of location of switchgear (Ref. Error! Reference
source not found. Climatic conditions).
a) Enclosure
The enclosure shall be made out of stretched level steel plates not less than 3.15 mm thick
and of light section structural steel. It should be weather proof as well as vermin proof and
conforming to IP: 55 degree of protection.
The enclosure shall provide protection against dust and foreign objects. Each cabinet
section shall have full width and full length hinged doors mounted on the front that swing
fully open. The doors shall be provided with latches to securely hold it with the cabinet.
Doors shall be of sturdy construction, with resilient material covering, fully perimeterically
contacting the cabinet frame to provide dust protection and prevent metal to metal contact
except at the latch points. Filtered ventilation shall be provided along with the rigid supports
for control and other equipment, measuring instruments, mounting cabinet members and
equipment shall not restrict easy access to terminal blocks for terminating and testing
external connection or to equipment for maintenance.
All screws and bolts used for assembling and mounting wire and cable termination,
supports, devices and other equipment shall be provided with lock washers or other locking
devices. All metal parts shall be clean and free of weld splatter, rust and mill scale prior to
application of double coat of zinc chromate primer which should be followed by an
Polyurethane paint to serve as base and binder for tile finishing coat. The exterior of the
cubicle shall be painted matty grey to shade NO.692 of IS-5 or shade No.631 and interior to
white shade. Sufficient quantity of paints shall also be supplied along with the cubicle to
restore at site any damage during transportation. The mounting structure shall be
galvanized and shall be as per IS-802-11-1978.
b) Heaters
Suitable heaters shall be mounted in the cabinet to prevent condensation. Heaters shall be
controlled by thermostat ON/OFF switches and fuses shall be provided. Heaters shall be
suitable for 240 V AC supply voltage.

100
c) Lighting
At least one 20 watts fluorescent tube fixture and lamp holder working on 240V, 50 c/s AC
supply shall be provided in each switchgear control cubicle section and shall be located to
provide adequate interior lighting of the cubicle. Ballasts shall be rated at not less than 0.90
power factor. A single pole 20 Amp. T rated lighting switch shall be provided for each
cubicle, flush-mounted on the left end. One duplex 220 volt convenience outlet shall be
provided inside each door or pair of doors inside each cubicle.
The lighting and convenient outlet circuits shall be completely wired in conduit and
terminated on cubicle terminal blocks.

d) Wiring and Cabling


Unless otherwise specified control wire shall be stranded tinned copper stranded wire with
1.1 KV PVC insulation conforming to the requirements of IS-1554.
All the control circuit and secondary wiring shall be wired completely and brought out
preferably to a vertical terminal block ready for external connections in the control cabinet.
2
The control wire shall not be of cross-section less than 2.5 mm copper.
All spare auxiliary contacts of the circuit breaker shall be supplied wired upto terminal block.
Each terminal in terminal block shall be suitable for at least 2 x 2.5 mm copper conductor.
At least 20 number spare terminals shall be provided over and above the number required.
All wiring termination on terminal blocks shall be made through lugs. For current and DC
supply circuits disconnecting sturdy type terminal blocks will be provided. For other control
circuits, non-disconnecting snap on type terminal blocks shall be provided.
All wires shall be identified with non-metallic sleeve or tube type markers at each
terminations.
Terminal blocks shall be made up of molded non-inflammable plastic material with blocks
and barriers molded integrally have white marking strips for circuit identification and
moulded plastic covers.
e) Grounding
A ground bus of copper bar not less than 6 mm by 25 mm shall be provided along the
inside of the front or rear of the each cubicle and equipment rack. The ground bus shall be
bolted to the frame of each panel in such a way as to make good electrical contact with
each panel or section. Lugs shall be provided for connection of the ground bus to the
station ground bus/earth mat.

1.8 ACCESSORIES
Each circuit breaker assembly shall be supplied with the following accessories.
i) Line and earthing terminals and terminal connectors.
ii) Control housing with:
a) One auxiliary switch with adequate number of auxiliary contacts, but not less than 12
nos. (6 No + 6 NC) for each breaker. These shall be over and above the No. of
contacts used for closing, tripping and 'reclosing' and interlocking circuit of the circuit
breaker. All auxiliary contacts shall be capable of use as "Normally closed" or
"Normally open" contacts. Special auxiliary contacts required for the reclosing circuit if
any, shall also be provided. There shall be provision, to add more auxiliary contacts at
a later date, if required.

b) Operation counters
c) Position indicator (Close/Open)
d) Necessary cable glands
e) Fuses
f) Manual trip device and local test push buttons
g) Terminal blocks and wiring for all control equipment and accessories

101
h) Adequate number of heaters for continuous operation to prevent moisture
condensation in the housing of operating mechanism
i) Selector switch for local/remote control.

1.9 SUPPORTING STRUCTURE


The circuit breakers shall be supplied complete with necessary galvanized steel supporting
structures, foundation and fixing bolts, etc., the galvanizing shall be as per IS. The mounting
of the breaker shall be such as to ensure the safety of the operating staff and should
conform to Indian Electricity Rules, 1956. Minimum ground clearance of live part from
ground level shall be 4000 mm inclusive of foundation (300mm above GL).
The bidder shall submit detailed design calculations and detailed drawings in respect of
supporting structures suitable for the equipment offered. The tenders shall specify the loads
which shall be transmitted to the equipment foundation under most adverse operating
conditions of the breaker.
All material for making connections between the circuit breaker and its control shall also be
included in the scope of supply. Extension brackets shall be provided for directly mounting
36 KV out door current transformers on the circuit breaker on it. Facility to earth the circuit
breaker structure at two points shall be provided.

1.10 SURFACE FINISH


1.10.1 All interiors and exteriors of tanks, control cubicles and other metal parts shall be thoroughly
cleaned to remove all rust, scales, corrosion, greases or other adhering foreign matter. All
steel surfaces in contact with insulation oil, as far as accessible, shall be painted with not
less than two coats of heat resistant, oil insoluble, insulating paint.
1.10.2 All metal surfaces exposed to atmosphere shall be given two primer coats of zinc chromate
and two coats of Polyurathane paint with epoxy base thinner. All metal parts not accessible
for painting shall be made of corrosion resisting material. All machine finished or bright
surfaces shall be coated with a suitable preventive compound and suitably wrapped
otherwise protected. All paints shall be carefully selected to withstand tropical heat and
extremes of weather within the limits specified. The paint shall not scale off or wrinkle or be
removed by abrasion due to normal, handling.
All external paintings shall be as per shade NO.631 of IS:5.
1.10.3 All ferrous hardware exposed to atmosphere, shall be hot dip galvanized.

1.11 GALVANISING
All ferrous parts including all sizes of nuts, bolts, plain and spring washers, support
channels, structures, shall; be hot dip galvanized conforming to latest version of 18:2629 or
any other equivalent authoritative standard.

1.12 CABLE TERMINATION


Suitable cable glands for terminating the multi-core cable shall be provided wherever
required.

1.13 TERMINAL CONNECTIONS AND EARTH TERMINALS


1.13.1 Each circuit breaker connected with incoming and outgoing feeders shall be provided with
solder less clamp type bimetallic connectors suitable for ACSR/AAAC conductor mentioned
in 'Technical Parameter' Clause Error! Reference source not found..
1.13.2 Each circuit breaker pole and control cabinet shall be provided with appropriate number of
grounding terminals and clamps for receiving ground connections.

1.14 INTERLOCKS
Necessary interlocks to prevent closing or opening of the breaker under low pressure of the

102
contact spring and devices for initiating alarm shall be provided. Provision shall also be
made to enable electrical interlocking with the isolators associated with the breaker to
prevent opening or closing of the isolators. The detailed interlocking scheme based upon
single line diagram of the substation shall be supplied with the write-up. Requirement of
interlock shall be as given below:
i. Isolator should not be operated unless the associated breaker is in open position.
ii. Earthing switch shall close only when the line isolator is fully open and locked.
iii. Line isolator shaft close only when the corresponding circuit breaker and earthing
switch of the corresponding line are open.
iv. The circuit breaker shall close only after all isolators associated with it have been
locked in closed position:
In case of double bus bar arrangement following additional requirement for interlocking shall
be provided.
1. One bus bar selector isolator of any bay excepting the bus coupler bay shall close only
when
a) The circuit breaker of corresponding bay is open and locked.
b) The other bus isolator of that bay is open.
2. When one bus isolator of any bay excepting the bus coupler bay is closed. The other
shall close only when the bus coupler circuit breaker and both the bus isolators are
closed.
3. Bus isolator of bus coupler bay shall operate only when the bus coupler breaker is open.
4. The bypass isolator of feeder shall close when the feeder circuit breaker and its
adjoining isolators are closed.

1.15 EARTHING SYSTEM


Flexible copper conductor earthing connections shall be included in the scope of supply.
The system shall comprise of the leads between the switchgear and station mat and the
interconnection between phases were necessary. The station earth mat shall consists of
bars along the length of switchgear with interconnections at intervals and connections to the
station earth, at least from each end. All switchgear enclosures should be bolted metal to
metal and should carry the full earth return current. Connection between phases at the
earthing points shall be dimensioned for carrying full earth return current i.e., actual service
current not rated current. A proposal for the earthing system in switchgear area shall be
provided to the purchaser.

1.16 VACUUM INTERRUPTER ASSEMBLY


Each pole of the circuit breaker shall be provided with vacuum interrupter, one for each
phase, hermetically sealed for life and encapsulated by ceramic insulators. The interrupter
shall be provided with steel chromium are chamber to prevent vaporized contact material
being deposited on the insulating body. A further shield giving protection to the metal
bellows shall also follow the travel of the moving contacts to seal the interrupter against the
surroundings atmosphere.
It shall have high and consistent dielectric strength of vacuum unaffected by environment
and switching operations. Bronzed joints should ensure retention of vacuum for life time. It
shall have low and stable contact resistance due to absence of oxidation effects and shall
ensure low power loss. The arcing voltage shall be low and minimum contact erosion.
1.16.1 The manufacturer of VCB should use their own Vacuum interrupter so that the drive
mechanism is matched perfectly with that of the requirement of Vacuum Interrupter.
1.16.2 The vacuum bottles should be capable of withstanding minimum 100 full short circuit
operations as per test duty 1 to 5 of IEC-56. The vacuum bottles, capable of withstanding
less than 100 full short circuit faults, would not be considered and therefore should not be
offered.
103
A manufactures type test reports / literature for vacuum bottles, may, therefore be
supplied along with tender in duplicate.
1.16.3 Vacuum Interrupters of China make should not be offered.

1.17 DRAWINGS AND INSTRUCTION MANUALS

1.17.1 Soon after the award of the contract. The manufacture shall supply six sets of drawings
which will describe the equipment in details, for the approval of purchaser. All the drawings
and manuals should be in English Language and dimensions and weights shall be in MKS
units.

Following drawings for each item are to be supplied as part of the contract.

a. General outline drawings, showing dimensions, front and side elevations and plan of
the circuit breaker and its local control panel.
b. Outline drawing of bushings showing dimensions and number of sheds and creepage
distance.
c. Assembly and sub-assembly drawings with numbered parts.
d. Sectional views showing the general constructional features, operating mechanism and
are extinguishing chamber, etc.
e. Dimension and assembly of important auxiliaries.
f. Detailed drawings of operating mechanism. And inter-phase mechanism.
g. Test certificates and oscillographs.
h. Detailed drawings of mounting structure.
i. Spare parts and catalogue
j. Wiring diagram showing the local and remote control scheme of breaker including
alarms indication devices instruments relay and timer wiring
k. Write up on working of control schematic of breaker
l. Foundation plan including weights of various components and impact loadings for
working foundation design. Seven copies for each substation of the above drawings
and instruction manuals covering instructions for installations, operation and
maintenance shall be supplied by the contractor(s) without any extra cost

1.18 GUARANTEED TECHNCIAL PARTICULARS


Guaranteed and technical particulars' as called for in Section-II shall be furnished along with
the tender. Particulars which are subject to guarantee shall be clearly marked.

1.19 TESTS
1.19.1 TYPE TESTS
Each circuit breaker shall comply with requirements of type tests prescribed in the relevant
IS Specification type test reports as per stipulations of IS performed by an independent
testing agency shall be furnished along with the tender. Tender not accompanied with the
following type test certificates and other type test certificates required as per IS shall be
summarily rejected.
1. Short time and peak withstand current test.
2. Short circuit breaking capacity and making capacity.
3. Single Capacitor Bank current switching test.
4. Dielectric test i.e. power frequency withstands and impulse withstand test.
5. Temperature rise test.
6. Mechanical Endurance Test.

1.20 ROUTINE TESTS


Routine Tests as per the relevant IS shall be carried out on each breaker in presence of
104
purchaser's representative at the manufacturer's expenses at his works except, where
agreed to otherwise. All test reports should be submitted and should be got approved from
the purchaser before despatch of the equipment.

1.21 SITE TESTS ON CONTROL AND AUXILIARY CIRCUIT


The following tests shall be conducted at site,
a. Voltage tests on control and auxiliary circuit.
b. Measurements of insulation resistance of the main circuit.
c. Mechanical Operation Tests.
d. Timings (C, O, CO)
e. Contact resistance
f. Resistance of shunt trip coil & closing coil.

1.22 INSPECTION
1.22.1 The inspection may be carried out by the Purchaser or third party nominee at any stage of
manufacture. The Supplier shall grant free access to the Purchaser's representative at a
reasonable time when the work is in progress. Inspection and acceptance of any equipment
under this specification by the Purchaser shall not relieve the Supplier of his obligation of
furnishing equipment in accordance with the specification and shall not prevent subsequent
rejection if the equipment is found to be defective.
1.22.2 The supplier shall keep the Purchaser informed in advance, about the manufacturing
programme so that arrangement can be made for inspection.
1.22.3 The Purchaser reserves the right to insist on witnessing the acceptance/ routine testing of
the bought out items.

1.22.4 No - material shall be dispatched from its point of manufacture unless the material has been
satisfactorily inspected and tested.
1.22.5 The supplier shall give 15 days (for local supplies)/30 days. (In case of foreign supplies)
advance, intimation to enable the purchaser to depute his representative for witnessing
acceptance and routine tests.

1.23 GURANTEE
1.23.1 The successful Bidder shall guarantee among other things the following:
a) Quantity and strength of material used
b) Safe electrical and mechanical stresses on all parts of the equipment, under
specified conditions of operation
c) The material shall be guaranteed for satisfactory performance, operation for a
period of five year (60 months) from the date of commissioning.

1.23.2 If during the period of guarantee, any of the material, equipments or plant are found
defective and/or fail in test or operation, such materials, equipment or plant shall be
repaired by the Bidder free of cost to the Purchaser irrespective of the reimbursements from
the insurance company within reasonable time which shall in no circumstances be more
than 15 days or such other reasonable time as the Purchaser may deem proper to afford
failing which the cost of the failed units will be deducted from the subsequent bills,

1.24 NAME PLATE


1.24.1 Equipment should be provided with name plate giving full details of manufacture, capacities
and other details as specified in the relevant ISS or other specification stipulated. The
Purchase Order No. and date and year of supply and the "PURCHASER" and clear mention
of Name of the Project shall be made.

1.25 TECHNICAL PARAMETERS

105
1.25.1 36 KV CIRCUIT BREAKERS

S. . DESCRIPTION VALUES
1 Rate Voltage( KV rms) 36 KV
2 Rated frequency (Hz) 50
3 System neutral earthing Solidly grounded system
4 Type of arc quenching medium Vacuum
5 Rated normal current at site conditions 1250 Amps.
(Amps)
6 Number of poles 3
7 Installation Outdoor type
8 Temperature rise As per IEC 56( Table-4) page-19
9 Rated short circuit
a) Interrupting capacity at 36 KV 25 KA
b) The percentage DC Components As per IEC 56 & (Ref. Page 51 21 of IEC)
c) Duration of short circuit 1 Sec.
10. Rated short circuit making 62.5 KA
11 First pole to clear factor 1.5
12 Rated short time current 25 KA
13 Rated duration of short circuit 3 Sec.
14 Total break time for any current upto the < 50 ms
rated breaking current with limited
condition of operating and quenching
media pressure (ms)
15 Closing time(ms) < 100 ms
16 Mounting Hot dip galvanized lattices steel support
structured bolted type
17 Phase to phase spacing in the switch 400
yard i.e. interpole spacing for breaker (
min)
18 Required ground clearance from the 3700
lowest line terminal if both the terminals
are not in same horizontal plane( cum)
19 Height of concrete plinth( mm) 300
20 Minimum height of the lowest part of the 2550
support insulator from ground liner
(mm)
21 Minimum creepage distance of support 900
insulator( mm)
22 Minimum corona extinction voltage ( KV 92
rms)
23 Standard value of rated transient As per IEC-56
recovery voltage for terminal fault
24 Standard value of rated line Rated RRRV
Characteristics Surge peak factor
For short line faults Impedance Factor K=1.6 A
KV/ms= 0.214
Z( ohms) = 450
25 Rated operating
a) duty cycle 0-0.3sec-CO-3 Minutes-CO
b) Auto reclosing Suitable for three phase auto reclosing duty

26 Rated insulation level under heavy 170 KV


pollution condition 1.2/50 micro second

106
lightening impulse withstand voltage (
KV peak) to earth
27 Power frequency withstand voltage 70 KV
KV(rms) to earth (KV rms)
28 Rated characteristic for out of Phase
breaking
a) Out of phase breaking capacity 25% of rated breaking capacity
b) Standard values of transient recovery As per IEC-56
c) Operating mechanism Spring operated Antipumping and Trip free
mechanism
d) Power available for operating 3 Phase 415 V 50 C/S or single phase 50 C/S
mechanism 240 V.
29 a) Rated supply voltage of closing and 1) 220/110 V DC/30 VDC
operating devices and auxiliary circuits 2) 240 V AC 50 C/S single phase
3) 415 V 50 Hz three phase
b) Permissible voltage variation 1) In case of DC Power supply voltage
variation shall be between 70% to 110% of
normal voltage
2) In case of AC Power supply voltage
variation shall be of the normal voltage as per
IS-15% to +10%
c) Permissible frequency 3% from normal 50 Hz as per IS 2026 part-I
1977 para 4.4
d) Combined variation of frequency and 10%
voltage
Contact Resistance < 30
30 Number of auxiliary contacts 10 nos. and 10 NC on each pole continuous
current rating 10 Amps, DC breaking rating
capacity shall be 2 Amps with circuit shall be
2 Amps with circuit time constant less than 20
ms at 220/110/30 volts DC
31 Number of trip coils 2(two ) trip coils and 1 close coil with anti
pumping arrangement
32 Rated terminal load 100 Kg static. The breaker shall be designed
to withstand the rated terminal load, wind ,
load, earthquake load and short circuit forces.
33 Noise level of the equipment No exceeding 140 db
34 Degree of protection for the enclosure IP 55
35 Spares
Mandatory spares
a) Tripping coils 6
b) Closing Coils 2
c) Spring charge motor for spring 1
mechanism operating breaker
d) Vacuum Interrupter 2

107
6.13 TECHNICAL SPECIFICATION FOR 33 KV CONTROL AND RELAY PANELS FOR
TRANSFORMERS & FEEDERS

5.1 SCOPE
5.1.1 This specification provides for design, engineering, manufacture, assembly, shop testing,
inspection and testing at works, transport to site, insurance, storage, erection and
commissioning of Control, Relay, Alarm and Annunciation Panels for two numbers 33/11
KV, 2.5 MVA Transformer and two numbers 33 KV Feeder for 33/11 KV, 2x2.5 MVA
Hatigarh Substations.

5.1.2 It is not the intent to specify completely herein all details of the design and construction of
equipments. However, the equipment shall conform in all respects to high standards of
engineering, design and workmanship and shall be capable of performing in continuous
commercial operation acceptable to the purchaser, who will interpret in a manner the
meanings of drawings and specifications and shall have the power to reject any material
which in his judgment is not in accordance therewith. The equipment offered shall be
complete with all components necessary for its effective and trouble free operation. Such
components shall be deemed to be within the scope of Bidder's supply, irrespective of
whether these are specifically brought out in this specification and/or the commercial order
or not.

5.2 STANDARDS
All equipment provided under this specification shall in general conform to the latest
revision/amendment etc. of the following:
Sl No. Standard Title
1 IS: 3231, IEC 255 Part-I to III, BS: Electrical relays for power system protection.
89
2 IS: 1248; IS: 2419; BS: 89 Indicating instruments
3 IS-13010; IS: 722(Part-I to IX) Energy meters
IEC 521; BS 3T
4 IS: 4237 General requirement of switchgear and control
gear for voltages not exceeding 1 KV
5 IS: 375 Marking arrangement for switchgear, busbars,
main connection & auxiliary wiring.
6 IS: 8686, IEC-255 Part V &VI Specification for static protective relays and
IEC 801-4 tests
7 IEC 337; IEC: 337-1; IS: 6875 Control switches ( LV switching devices for
control and auxiliary circuits)
8. IS: 2516 MCCB sand load break switches having a break
capacity of 30 KVA rms at 415 V.
9 IS: 4047 Fuse switching units
10 IS: 2208 HRC fuse links
11 IS: 2705; IEC-185 Current transformers
12 IS: 3156; IEC: 186 Potential transformers
13 IS: 8623 Factory built assemblies of switchgear & control
gear for voltages upto & including 1000V AC &
1200 V DC
14 IEC: 439 Low voltage switchgear and control gear
assemblies
15 IS: 4237 General requirement of switchgear & control

108
gear for voltages not exceeding 1000V
16 IS: 2147 Degree of protection provided by enclosures for
low voltage switchgear and control gear
17 IS: 5028 Aluminium alloy bars
18 IS: 1897 Copper strips for electrical purpose
19 IS: 3618; IS : 6005 Code of practice for phosphate
20 IS: 4064 Air break switches, air break disconnectors, air
break disconnectors & fuse combination units
for voltages not exceeding 1000 V AC or 1200
V DC.
21 IS: 9224 Part II HRC cartridge fuses
22 IS: 5578 Guide for making of insulated conductors
23 IS: 2032 Graphical symbols
Ref-abbreviations
Name and Address
24 IEC Institution Electro Technical Bureau. Central
dale commission Electro Technique
International.
1. Rue de vermbe Geneva Switzerland
25 ISO International Organization for standardization.
Danish Board of Standardization..Danish
Standardizating Sruat Aurehoeqvaj-12 DK-
2990, Heel prup Denmark
26 IS Bureau of Indian Standard Standards Manak
Bhawan 9, Bahadur Shah Zafar Marg, New
Delhi- 110 002, India.

Equipment meeting with the requirements of other authoritative Standards, which ensure
equal or better performance than the standards mentioned above, shall also be considered.
When the equipment offered by the Bidder conforms to other standards, salient points of
difference between standards adopted and the standard specified in this specification shall
be clearly brought out in the relevant schedule. Four copies of such standards with
authentic translation in English shall be furnished along with the offer.

5.3 CLIMATIC CONDITIONS


5.3.1 The climatic and isoceraunic conditions at site under which the equipments shall operate
satisfactorily under the tropical conditions specified in this bidding documents.

5.3.2 The reference ambient temperature assumed for the purpose of this specification are as
follows:
i. Maximum ambient temperature : 40 C
ii. Maximum average daily ambient temperature : 35 C
iii. Maximum average yearly ambient temperature : 30 C
5.4 RINCIPAL PARAMETERS
5.4.1 5 MVA Transformers
5.4.2 The details of terminal equipment for 5 MVA, 33 KV Transformer are given below:

a) 33 KV side CTs (HV CTs) ratio: 300-150-100/5-5-5 A

109
Core Accuracy
Burden class Minimum knee point voltage Purpose
No. as per Formula
1 5 P 20 20 VA ---- O/L & E/L Protection
PS ---- Min. Vk = 250 V Transformer differential
2
Max. Im= 0.03 A protection
3 0.5, Fs < 5 15 VA ------ Metering

b) Breakers for HV & LV sides of 5 MVA, 33 KV transformer

HV side breaker : VCB, Outdoor


Rating of closing coil &
Trip coil : 110 V DC,
Number of auxiliary contact : 6 N/O and 6 N/C
LV (11KV ) side breaker : Vacuum type, Indoor

Both HV & LV breakers are provided with two sets of trip coils( Each set common to all three
phases)

c) 33 KV side Feeder CTs Ratio: 400-200/5-5 A

Core Accuracy Burden Minimum Knee point Purpose


No class voltage as per Formula
1 5 P 10 20 VA --- O/L & E/L Protection
2 0.5, Fs< 5 15 VA ------- Metering

d) 11 KV (LV side) CTR : 300150-100/5-5-2.89A


Core Accuracy class Burden Minimum knee point voltage Purpose
No. as per Formula
1 5 P 10 20 VA ---- O/L & E/L Protection
2 PS ---- Min. Vk = 200 V Transformer differential
Max. Im= 0.03 A protection
3 0.5 15 VA ------ Metering
5.5 Drawing, Manuals, Literatures etc.
5.5.1 The tenderer shall furnish along with his tender fully dimensioned drawings of the
equipments offered, along with illustrated and descriptive literatures, for various component
parts like relays, meters, control switches etc. to enable the purchaser for proper evaluation
of the offer. The tenders shall also be accompanied with the schematic drawings showing
protection, indicating metering schemes etc

5.5.2 Soon after the award of the contract and before proceeding with the manufacturing works,
the successful tenderer shall furnish drawings in quadruplicate which shall include but not
limited to the followings for approval of the purchaser:
a) P
rincipal layout drawings for the Boards showing the equipments on the panels with
dimensions. A list of the equipments mounted on each panel shall be prepared and
tabulated in the same drawings. The drawings shall also show the constructional details,
foundation details indicating foundation bolts, cable entries etc.
i) Elementary control drawings and other schematics for the equipments
furnished, including protection, metering, annunciating and indicating circuit, breaker
control ,circuits etc. All wires terminals shall be clearly marked and numbered as per
general practice.
ii) Single line and three line diagrams showing all AC and D.C power connections
and all secondary connectors for relays, meters etc.
110
iii) Internal wiring diagrams of all the panels and boards giving internal wiring
connections for all the equipments in the panels. The drawings shall also clearly
indicate the connections to be made at site or to the external equipments or
between boards etc. with wires terminals marked properly.
iv) After approval of the drawings the tenderer shall furnish six copies of the each
of the final drawings along with the literatures, instruction manuals etc. for
purchaser's reference.

5.5.3 In addition to the above the successful bidders shall supply three sets each of the following
relevant equipments supplied to each substation:
a. All final drawings mentioned above.
b. Literature describing construction, operation, adjustment, testing, calibration,
maintenance of all protective and auxiliary relays, instruments, control switches etc.
c. List of spare parts giving identification numbers of the parts.

5.6 GENERAL TECHNICAL REQUIREMENT

5.6.1 Control & Relay panels: Detailed Description


The control and relay panels shall be of Simplex type. Each Simplex panel shall consist of a
vertical front panel with equipment mounted thereon and having wiring access from the rear.
It shall have double leaf door with lift off hinges at the back for panels of width more than
800 mm. Doors shall have handles with built-in locking facility.

5.6.2 Constructional Features


a) Control and relay panels shall be of Simplex type. It is the responsibility of-the contractor to
ensure that the equipment specified and such unspecified complementary equipment
required for completeness of the protective/control schemes be properly accommodated in
the panels without congestion and if necessary provide panels with larger dimensions. No
price increase at a later date on this account shall be allowed.
b) Panels shall be completely metal enclosed and shall be dust, moisture and vermin proof.
The enclosure shall provide a degree of protection not less than IP-51 in accordance with
IS:2147.
c) Panels shall be free standing, floor mounting type and shall comprise structural frames
enclosed completely with specially selected smooth finished, cold rolled sheet steel of
thickness not less than 3 mm for weight bearing members of the panels such as bass
frame, front sheet and door frames, and 2.0 mm for sides, door top and bottom portions.
There shall be sufficient reinforcement' to provide level Surface resistance to vibration and
rigidity during transportation and installation.
d) All doors, removable covers and panels shall be gaskets all around with neoprene gaskets.
Ventilation louvers to be provided having screens and filters. The screens shall be made of
brass wire mesh.
e) Design, materials selection and workmanship shall be such as to result in neat appearance
inside and outside with no welds, rivets or bolt head apparent from outside, with all exterior
surfaces true and smooth.
f) All necessary anchor bolts and other materials required for foundation of panels shall be
supplied
g) Cable entries to the panel shall be from the bottom. The plates of the panel shall be fitted
with removable gland plates for fixing the cable glands. Necessary number of cable glands
of sizes to suit owner's external cables to the panels shall be supplied by the bidder. Cable
glands shall be screwed type, and shall be suitable for PVC cables. Cable gland plate fitted
in the bottom of the panel shall be connected to the earthing Panel / Station through a
flexible braided copper conductor rigidly.

h) Relay panels of modern, modular construction would also be acceptable.

111
i) The total height of the panel shall be 2250 mm. The depth of the panel shall be 600 mm.
The panels shall have suitable width required for mounting of all the equipments on the
front panel.
j) The panels shall match with the existing panels in APDCL substations, the details of which
will be furnished to the successful bidder. Matching includes height , depth of the panels,
colour matching and mimic matching' and arrangement of equipment on the front.

5.6.3 Mounting
a) All equipment on and in panels shall be mounted and completely wired to the
terminal blocks ready for external connection. The equipment on front of panel
shall be mounted flush.

b) Equipment shall be mounted such that removal and replacement can be


accomplished individually without interruption of service to adjacent devices and
are readily accessible without use of special tools. Terminal marking shall be
clearly visible.

c) The contractor shall carry out cutouts, mounting and wiring of the free issue items
supplied by others, if any which are to be mounted in this panel in accordance with
the corresponding equipment manufacturer's drawings. Cutouts if any, provided for
future mounting of equipment shall be properly blanked off.

d) The center lines of switches, push buttons and indicating lamps shall be not less
than 750 mm from the bottom of the panel. The center lines of relays, meters and
recorders shall be not less than 450 mm from the bottom of the panel.

e) The center lines of switches, push buttons and indicating lamps shall be matched
to give a neat and uniform appearance. Likewise the top lines of all meters, relays
and recorders etc., shall be matched.

f) No equipment shall be mounted on the doors.

g) All the equipment connections and cabling shall be designed and arranged to
minimize the risk of fire and damage which may be caused by fire.

5.6.4 Panel Internal Wiring and Other Accessory Equipment


a) Panels shall be supplied completely. with interconnecting wiring provided between all
electrical devices mounted and wired in the panels and between the devices and
terminal blocks for the devices to be connected to equipment outside the panels. When
panels are arranged to be located adjacent to each other all inter panel wiring and
connections between the panels shall be furnished and the wiring shall be carried out
internally. These adjacent inter panel wiring shall be clearly indicated in the drawing
furnished by the contractor.

b) All wiring shall be carried out with 1100 V grade, single core, stranded copper
conductor wires with PVC insulation and shall be heat resistant grade and vermin and
rodent proof. The minimum size of the stranded copper conductor used for internal
wiring shall be as follows:
i) All circuits except current transformer and potential transformer circuits one multi
strand 2.5 Sq. mm per lead
ii) Current transformer circuit : one 4.0 Sq. mm per lead. The minimum number of
strands per conductor shall be three.
c) All internal wiring shall be securely supported, neatly arranged, readily accessible and
connected to equipment terminals and terminal blocks. Wiring gutters and troughs shall be

112
used for this purpose.

d) Auxiliary bus wiring for AC and DC supplies, voltage transformer circuits, annunciation
circuits and other common services shall be provided near the top of the panels running
throughout the entire length of the panels.

e) Wire termination shall be made with solder less crimping type and tinned copper ring type
lugs which firmly grip the conductor and insulation. Insulted sleeves shall be provided at all
the wire terminations. Engraved core identification plastic ferrules marked to correspond
with panel wiring diagram shall be fitted at both ends of each wire. Ferrules shall fit tightly
on the wire and shall not fall off when the wire is disconnected from terminal blocks

f) All wires directly connected to trip circuit of breaker or device shall be distinguished by the
addition or red coloured unlettered ferrule. Number 6 and 9 shall not be included for
ferrule purposes.

g) Longitudinal troughs extending throughout the full length of the panel shall be preferred for
inter panel wiring. Interconnections to adjacent panel shall be brought out to a separate
set of terminal blocks located near the slots or holes meant for taking the inter connecting
wires. Arrangements shall permit easy inter connections to adjacent panels at site and
wires for this purposes shall be provided by contractor looped and bunched properly
inside the panel.

h) Contractor shall be solely responsible for the completeness and correctness of the internal
wiring and for the proper functioning of the connected equipment.

5.6.5 Terminal Blocks


a) All internal wiring to be connected to the external equipment shall terminate on
terminal blocks preferably vertically mounted on the side of each panel. Terminal
blocks shall be 1100 V grade and have 10 amps continuous rating moulded piece-
-complete with insulated barriers, stud type terminals, washers, nuts and lock nuts.
Terminal block design shall include a white fibre markings strip with clear plastic
slip-on? clip-on terminal covers. Markings on the terminal strips shall correspond
to wire number and terminal numbers on the wiring diagrams.

b) Terminal blocks for current transformer and voltage transformer secondary leads
shall be provided with test links and isolating facilities. Also current transformer
secondary leads shall be provided with short-circuiting and earthing facilities.

c) At- least 20 % spare terminals shall be provided on each panel and these spare
terminals shall be uniformly distributed on all terminal blocks.
d) Unless otherwise specified. terminal blocks shall be suitable for connecting the
following conductors of purchasers cable on each side
i. All circuits except current and potential transformer circuits : minimum of
one of 2.5 sq.mm copper.
ii. All CT and PT circuits: minimum of two of 4.0 mm square copper.

e) There shall be a minimum clearance of 250 mm between the first row of terminal
blocks and associated cable gland plate. Also the clearance between two rows of
terminal blocks shall be minimum, of 150 mm.

f) Arrangement of the terminal block assembles and the wiring channel within the
enclosure shall be such that a row of terminal blocks is run parallel and in close
proximity along each side of wiring duct to provide for convenient attachment of
internal panel wiring. The side of the terminal block opposite the wiring duct shall
be reserved for purchaser's external cable connection. An adjacent terminal block
113
shall also share this fired wiring corridor. A steel strip shall be connected between
adjacent terminal block rows at 450 mm intervals for support of incoming cables.

g) The number and sizes of the Purchaser's multi-core incoming cable will be
furnished to the Contractor after placement of the order. All necessary cable
terminating accessories such as gland plates, packing glandser, crimp type tinned
copper lugs supporting clamps .and brackets, wiring troughs and gutters etc., for
purchaser's cable shall be included in contractor's scope of supply.

5.6.6 Painting
a) All sheet steel work shall be phosphated, in accordance with the 18:6005 "Code of
Practice for phosphating iron and steel".
b) Oil, grease, dirt and sweat shall be thoroughly removed by emulsion cleaning.
c) Rust and scale shall be removed by picking with dilute acid followed by washing
with running water rinsing with a slightly alkaline hot water and drying.
d) After phosphating thorough rinsing shall be carried out with clear water followed by
final rinsing with dilute dichromate solution and oven drying.
e) The phosphate coating shall be sealed with application of two coats of ready
mixed, stoved type zinc chromate primer. The first coat may be "flash dried" while
the second coat shall be stoved .
f) After application of the primer, two coats of finishing synthetic enamel paint shall
be applied, each coat followed by stoving. The second finishing coat shall be
applied after completion of tests. The exterior Colour of the paint shall be selected
by the purchaser at a later date.
g) Each coat of primer and finished paint shall be of a slightly different shade to
enable inspection of the painting.
h) The powder coat paint shade should Air Craft Grey (IS : 5) and thickness of 50-60
microns.
i) A small quantity of finished paint shall be supplied for minor touching up required
at site after installation of the panels.
j) In case the bidder proposes to follow any other established painting procedure like
electrostatic painting, the procedure shall be submitted along with offer/bid for
purchaser's review and approval.

5.6.7 Mimic Diagram


a) Coloured mimic diagram and symbols showing the exact representation of the
system shall be provided in the front of control panels.
b) Mimic diagram shall be made preferably of anodized aluminum or plastic of
approved fast Colour material which shall be screwed on to the panel and can be
easily cleaned. Painted overlaid mimic is also acceptable. The mimic bus shall be
2 mm thick. The width of the mimic bus shall be 10 mm for bus bars and 7 mm for
other connections.
c) Mimic bus Colour will be decided by the Purchaser and shall be obtained from the
Purchaser by the successful Bidder.
d) When semaphore indicators are used for isolator position they shall be so
mounted in the mimic that the isolator closed position shall complete the continuity
of mimic.
e) Indicating lamp, one for each phase for each bus shall be provided on the mimic to
indicate bus charged condition.

5.6.8 Name Plates and Markings


a) All equipment mounted on front and rear side as well as equipment mounted inside
the panels shall be provided with individual nameplates with equipment designation
engraved. Also on the top of each panel, on front as well as rear side, large and bold
nameplates shall be provided for circuit/feeder designation.
114
b) AlI front mounted equipment shall be also provided at the rear with individual name
plates engraved with tap numbers corresponding to the one shown in the panel
internal wiring to facilitate easy tracing of the wiring. The nameplates shall be
mounted directly by the side of the respective equipment in a visible manner and shall
not be hidden by the equipment wiring.
c) Nameplates shall be made of non-rusting metal or 3-ply lami-coid. Nameplates shall
be black with white engraving lettering. The nameplates inscription and size of
nameplates and letters shall be submitted to the purchaser for approval.
d) Each instrument and meter shall be prominently marked with the quantity measured
e.g. kV, A, MW, etc. All relays and other devices shall be clearly marked with
manufacturer's name, manufacturer's type, serial number and electrical rating data.
e) Each switch shall bear clear inscription, identifying its function e.g. "BREAKER" "52
A "AMMETER" etc. Similar inscriptions shall also be provided on each device whose
function is not otherwise identified. If any switch device does not bear this inscription
separate name plate giving its function shall be provided for it. Switch shall also have
clear inscription for each position indicating e.g. "TRIP-NEUTRAL-CLOSE", "ON-
OFF", "R-Y-B-N:-OFF", etc.

5.6.9 Miscellaneous Accessories and Supporting Steel


a) Plug point- An AC 240 Volts, single phase, 5A, 50 HZ AC plug point shall be provided
in the interior of each cubicle with "ON-OFF" Switch for connection of hand lamps.
b) Interior lighting: Each panel shall be provided with a CFL lighting fixture rated for 240
volts, single phase, 50 HZ supply for the interior illumination of the panel during
maintenance. The fittings shall be complete with switch fuse unit and switching of the
lighting shall be controlled by the respective panel door switch.
c) One DC emergency lamp is to be fitted and should be complete with switch fuse unit.
d) Each control panel shall be provided with necessary arrangements for receiving,
distributing, isolating and fusing of DC and AC supplies for various control signaling,
lighting and space heater circuits. MCBs for the incoming circuits and fuses for sub-
circuits shall be provided. Selection of the main and sub-circuit fuse rating shall be
such as to ensure selective clearance of sub-circuit faults. Potential circuit for relaying
and metering shall be protected by fuses. All fuses shall be HRC cartridge type
conforming to IS : 2208 mounted on plug-in type fuse bases. All accessible live
connection to fuse bases shall be adequately shrouded. Fuses shall have operation
indicators for indicating blown fuse condition. Fuse carrier base shall have imprints of
the fuse rating and voltage.
e) Supporting Steel: All necessary foundation anchor bolts and other parts of supporting
and fastenings, of the panels shall be supplied by the contractor.

5.6.10 Earthing
a) All panels shall be equipped with an earth bus securely screwed. Location of earth
bus shall ensure no radiation interference for earth systems under various switching
conditions of isolators and breakers. The material and the sizes of the bus bar shall
be at least 25 x 6 mm copper flat.

b) When several panels are mounted adjoining each other, the earth bus shall be
made continuous and necessary connectors and clamps for this purpose shall be
included in the scope of supply of contractor. Provision shall be made for extending
the earth bus bars to future adjoining panels on either side.

115
c) Provision shall be made on each earth bus bars of the end panels for connecting
purchaser's earthing grid. Necessary terminal clamps and connectors for this
purpose shall be included in the scope of supply of contractor. The wire or screens
should be clearly bonded and earthed at the gland plate.

d) All metallic cases of relays, instruments and panel mounted equipment shall be
connected to the earth bus preferably by independent copper wires of size not less
than 2.5 Sq.mm. The colour code of earthing wires shall be green. Earthing wire
shall be connected on terminals with suitable clamp connectors and soldering shall
not be permitted.

e) Looping of earth connections which would result in loss of earth connection to other
devices where the loop is broken shall not be permitted. However, looping of earth
connections between equipment to provide alternative paths to earth bus shall be
provided.

f) VT and CT secondary neutral or common lead shall be earthed at one place only at
the terminal blocks where they enter the panel. Such earthing shall be made
through links so that earthing may be removed from one group without disturbing
continuity of earthing system for other groups.

5.6.11 Metering Instruments:

1. Ammeters:
All ammeters shall be of digital type and provided with direct reading triple range scale.
Scale value of ammeters shall be equal to 1 to 1.3 times the rated primary current of the
associated current transformer feeding it. The rated current shall be 5.0 Amp. Accurate
reading of ammeter shall be possible at the lowest limit of 5 % of the rated current.
Accuracy class 1.0 as per IS: 1248

2, Voltmeter:
All voltmeters shall be of digital type direct reading scale. The maximum scale value of
voltmeters shall be 50% in excess of the primary voltage of the associated PTs. The rated
voltage of the voltmeter shall be 110 volts A.C., accuracy class 1.0 as per IS: 1248.

3. Watt meters
Digital watt meters wherever specified shall be 3 phase, 4 wire three element type
provided with direct reading scales. The scale values of wattmeter shall be as per ratio of
the measuring cores of respective CTs and PTs. The current coils shall be rated for 5/1
ampere and voltage coils for 110 volt continuous. The wattmeters shall be suitable for
circuits with unbalanced loads to be usually met with in commercial service. Accuracy
class will be 1.0 as per IS: 1248.

4. Energy Meters :
Energy meters shall be static type conforming to IEC 687 and suitable for bi-directional
power flow. The static meter shall measure active and reactive energy both import and
export, by 3 phases 4 wire principle suitable for ba1anced / unbalanced 3 phase load.
Accuracy of meter shall. be 0.2 for active energy and 0.5 for reactive energy. The active
and reactive energy shall be directly computed in CT & VT primary values and stored in
four different registers as MWH (E), MWH(I), MVARH (E) and MVARH (I) along with a plus
sign for export and minus sign for import. CT secondary is 5 A the appropriate ratios of
meters shall compute the energy sent out/received, from/to the station bus bar during each
116
successive 15 minute block and store in the respective registers. Meter shall display on
demand the energy sent out! received during the previous 15 minute block. Further the
meter shall continuously integrate the energy readings of each register upto that time. All
these readings shall be displayed on demand. Cumulative reading of each register shall
be stored in non-volatile memory at the end of each hour of day starting from 01 hours.
These readings shall be stored for a period of 40 days before being erased. The static
meter shall have built in clock and calendar having an accuracy of 1 minute per month or
better. Date / time shall be displayed on demand.

Each meter shall have a unique identification code provided by purchaser and shall be
marked permanently on the front and also on the non-volatile memory. The voltage
monitoring of all the three voltages shall be provided.
The meter shall normally operate with power drawn from VT supplies. Power supply to the
meter shall be healthy even with a single phase VT supply. An automatic back up shall be
provided by a built in life time battery and shall not need replacement for at least ten years
with a continuous VT interruption of even two years. Date and time of VT interruption and
restoration shall be automatically stored in non-volatile memory. The meter shall have an
optical port at the front of the meter for data collection by a hand held device. The meter
shall have means to test MWH accuracy and for connecting it to time of day tariff equipment.
The meter should have optical port for local communication. RS 232 and RS 485 port
should be incorporated along with Ethernet port.

The bidder is to provide the software for meter for downloading and up loading to base
computer along with one hand held common meter reading instrument along with software.

The meter should preferably be either Secure or L & T make as per APDCLs specification.

5.6.12 Relays:
5.6.12.1 All relays shall conform to the requirements of 18:3231 or other applicable approved
standards. Relays shall be suitable for flush or semi flush mounting on the front with
connections from the rear. Relays shall be rectangular in shape and shall have dust tight,
dull' black or egg shall black enamel painted cases with transparent cover removable from
the front.
5.6.12.2 All protective relays shall be in draw out or plug-in type / modular cases with proper
testing facilities. The testing facilities provided on the relays shall be specifically stated in
the bid. Necessary test plugs shall be supplied loose and shall be included in Contractor's
scope of supply. Test block and switches shall be located immediately below each relay
for testing. As an alternative to test block and test plug arrangements the Bidder shall also
quote alternative testing facility of protective relays by providing a push button which when
pressed connects the testing equipment to the relay coils and injects current in the coil
and automatically disconnects the trip circuits and on operation of relay gives a signal that
the equipment and the circuits are correct.
The purchaser reserves the right for accepting anyone of the above two testing facilities.
Unless otherwise specified all auxiliary relays and timers shall be supplied in non-draw out
cases/plug in type modular cases.

5.6.12.3 All AC relays shall be suitable for operation at 50 Hz AC Voltage operated relays shall be
suitable for 110 Volts VT secondaries and current operated relays for 5 Amp CT
secondaries as specified in this specification. DC auxiliary relays and timers shall be
designed for 110 V DC voltage and shall operate satisfactorily between 70 % and 110% of
rated voltage. Voltage operated relays shall have adequate thermal capacity for
continuous operation.

117
5.6.12.4 The protective relays shall be suitable for efficient and reliable operation of the protection
scheme described in the specification. Necessary auxiliary relays and timers required for
interlocking schemes for multiplying of contacts/suiting contact duties of protective relays
and monitoring of control supplies and circuits, lockout relay monitoring of circuits etc.,
and also required for the complete protection schemes described in the specification shall
be provided.

5.6.12.5 All protective relays shall be provided with at least two pairs of potential free isolated
output contacts. Auxiliary relays and timers shall have pairs of contacts as required to
complete the scheme. Contacts shall be silver faced with spring action. Relay cases shall
have adequate number of terminals for making potential free external connections to the
relay coils and contacts including spare contacts. Relay case size shall be so chosen as
not to introduce any limitations on the use of available contacts on the relay due to in-
adequacy of terminals. Paralleling of contacts, if any, shall be done at the terminals on the
casing of the relay.

5.6.12.6 All protective relays, auxiliary relays and timers except the lock out relays and interlocking
relays specified shall be provided with self-reset type contacts. All protective relays and
timers shall be provided with externally hand reset positive action operation indicators,
provided with inscription, subject to purchaser's approval. All protective relays which do
not have built in hand reset operation indicators shall have additional auxiliary relays with
operating indicators for this purpose. Similar separate operating indicator (auxiliary relays)
shall also be provided in the trip circuits of protections located outside the board such as
bucholz relays, temperature protection, fire protection. etc.,

5.6.12.7 Timers shall be done of the electromagnetic or solid state type. Pneumatic timers are not
acceptable. Short time delays in terms of milliseconds may be obtained by using copper
slugs on auxiliary relays. In such case it shall be ensured that the continuous rating of the
relay is not affected. Time delay in terms of milliseconds obtained by the external
capacitor resistor combination is not acceptable.
5.6.12.8 No control relay which shall trip the power circuit breaker when the relay is de-energized
shall be employed in the circuits.
5.6.12.9 Provision shall be made for easy isolation of trip circuits of each relay for the purpose of
testing and maintenance.
5.6.12.10 All relays shall withstand a test voltage 2.5 kV, 50 Hzm rms voltage for one second.
5.6.12.11 Auxiliary seal-in-units provided on the protective relays shall preferably be of shunt
reinforcement type. If series relays are used the following, shall be strictly ensured:
i. The operating time of the series seal-in-unit shall be sufficiently shorter than that of
the trip coil or trip relay in series with which it operates to ensure definite operation
of the flag indicator of the relay.
ii. Seal-in-unit shall obtain adequate current for operation when one or more relays
operate simultaneously.
iii. Impedance of the seal-in-unit shall be small enough to permit satisfactory operation
of the trip coil on trip relays when the DC supply voltage is minimum.
5.6.12.12 All protective relays and alarm relays shall be provided with one extra isolated pair of
contacts wired to terminals exclusively for purchaser's use.
5.6.12.13 For numeric relays the following requirements shall be met with :
i. Numerical relay shall have both RS 485 and RS 232 communication ports. And ten
numbers digital IO. Relay software is required.
ii. The numerical relays shall be completely numerical with protection elements realized
using software algorithm.

118
iii. The relay should have high immunity to electrical and electromagnetic interference.
Relay should confirm to following mandatory type test for safe operation of relay :
a. High frequency disturbance test as per IEC 610 4-1
b. Fast transient disturbance test as per IEC 61000 4-4
c. Electrostatic discharge as per IEC 61000 4-2
d. Radio frequency interference as per ANSI C 37.90.2
e. Impulse test as per IEC 6100 4-3

Supplier shall produce type test certificates for above tests along with the offer.
iv. It shall be possible to energise the relay from 110 V DC auxiliary supply.

v. The offered relay shall have a comprehensive local MMI for interface. It shall have
the following minimum elements so that the features of the relay can be accessed
and setting changes can be done locally.
a. At least 32 character alphanumeric backlit LCD display unit.
b. Relay shall have LEDs for the indication of alarms and trip for various protections.
Number of LEDs and alarms will be approved during drawing approval stage.

vi. It shall be possible to daisy chain / multi dropped all the numerical relays on RS 485 rear
port for remote communication facility. The remote communication protocol of the
numerical relays shall be MODBUS and should be compatible to IEC 61850 protocol.
Supplier shall supply the converter for converting MODBUS TO RS * 485 port and RS 232
ports. These ports will be used for downloading the relay data from the loop. The
converter shall be placed bus trunking panel THIS FEATURE SHALL BE SIMULATED
DURING PRE-DESPATCH INSPECTION. If supplier is not having the facility to
provide MODBUS protocol then he shall provide converter for converting any other
communication protocol to MODBUS protocol.

vii. The relays shall have the following tools for fault diagnostics.
a. Fault Record : The relay shall have the facility to store at least 3 last fault records
with information on cause of trip, date, time, trip values of electrical parameters.
b. Event Record : The relay shall have the facility to store at least 25 event Records
with 1 ms resolution.
c. The relays settings shall be provided with adequate password protection. The
password of the relay should be of 4 character upper case text to provide
security to setting parameter. Supplier shall provide the recovery method if the
engineer forgets the password..
d. It shall be possible to change the relay setting from the front panel using the
key pads.
e. The relay shall have comprehensive self diagnostic feature. This feature shall
continuously monitor the healthiness of all the hardware and software
elements of the relay. Any failure detected shall be annunciated through a output
watchdog contract. The fault diagnosis information shall be displayed on the LCD
and also through the communication port. THIS FEATURE SHALL BE
SIMULATED DURING PRE-DESPATCH INSPECTION.
f. The numerical relays shall be provided with 1 set of common support software
compatible with Windows XP/Vista which will allow easy settings of relays in
addition to uploading of event, fault, disturbance records, measurements.
g. The relays settings shall also be changed from local or remote using the same
software.
viii. Static or micro-controller relays generally consisting of built in logic circuits using
ICs and transistors with fixed functions are not acceptable.
ix. 3 numbers of software CDs for protective relay shall be supplied along with the panel.
Capability this software is that engineer shall able to extract the relay settings, upload the
relay settings, downloading of fault records and any other additional facilities.
x. IF FAULT ANALYSER SOFTWARE CD IS AVAIALBLE SEPARATELY THEN
SUPPLIER SHALL SUPPLY FAULT ANALYSER CD ALSO. Cost of this CD shall be
included in the panel cost.

119
5.6.13 Annunciation System:
a) Alarm annunciation system shall be provided for the control board by means of visual
and audible alarm in order to draw the attention of the operator to the abnormal
operating conditions or the operation of some protective devices. The annunciation
equipment shall be suitable for operation with 110 V DC voltage.
b) The visual annunciation shall be provided by \ annunciation facia, mounted flush on the
top of the panels. The audible alarm shall be provided by alarm buzzer and bell for trip
and non-trip alarm respectively.
c) The annunciator fascia shall be provided with translucent plastic window for alarm point
with minimum size of 35 mm x 50 mm. The facia plates shall be engraved in black
lettering with respective inscriptions which will be furnished to the Bidder by the
purchaser.
Alarm inscriptions shall be engraved on each window in not more than three lines and
size of the let6tering shall not be less than 5 mm.
d) Each annunciation window shall be provided with two white lamps in parallel to provide
safety against lamp failure. Long life lamps shall be used. The lamp circuit shall include
series resistor of adequate rating. The cover plate of the facia windows shall be flush
with the panel and shall be capable of easy removal to facilitate replacement of lamps.
The transparency of cover plates and wattage of the lamps provided in the facia
windows shall be adequate to ensure clears visibility of the inscriptions in the control
room having high illumination intensity (500 lux) from the location of the operator's desk.
e) TRIP AND NONTRIP fascia shall be differentiated. All TRIPs shall have red coloured
and all NONTRIP fascia shall have white colour.
f) Sequence of operation of the annunciator shall be as follows:

5.6.14 Instruments and Meters


a) All instruments, meters, recorders and transducers shall be enclosed in dust proof,
moisture resistant, black finished cases and shall be suitable for tropical use. They shall
be calibrated to read directly the primary quantities. They shall be accurately adjusted
and calibrated at works and shall have means of calibration, check and adjustment at
site. All accessories including test switches and test plugs, where applicable shall be
furnished. Their elements shall be shock resistant and shielded from external magnetic
fields.

b) Indicating Instruments
i) Unless otherwise specified all electrical indicating instruments shall be of 144
Sq.mm size. They shall be suitable for flush mounting.
ii) Instruments dial shall be with white circular scale and black pointer and with black
numerals and lettering. The dial shall be free from warping, fading and discoloring.
The dial shall also be free from parallax error. Spring controlled instruments shall
be provided with front of board zero adjuster, capable of being safely handled
while the instrument is in service.

iii) Instruments shall conform to IS:1248 and shall have accuracy class of 1.0 or better.
The design of the scales shall be such that it can read to a resolution
corresponding to 50% of the accuracy class index.

iv) Instrument covers shall be of shadow proof design, utilizing all available light. The

120
indicating instruments shall have red marks on the dial corresponding to rated
values of the associated primary equipment.

v) Ammeters and current coils of watt meters shall continuously withstand 120% of
rated current and 10 times the rated current for 0.5 Sec. Without loss of accuracy.
Voltmeters and potential coils of watt meters shall withstand 120(% of rated voltage
for 0.5 seconds without loss of accuracy.

Sl. Alarm condition Fault Visual Audible


No. contact Annunciation Annunciation
1 Normal Open Off Off
2 Abnormal Close Flashing on
3 Acknowledge push button is Close Steady on Off
pressed open Steady on Off
4 Reset push button is pressed Close On Off
5 Lamp test push button Open Steady on Off
pressed
c) Visual and audible annunciation for the failure of DC supply to the annunciation system
shall also be provided and this annunciation shall operate on 240 volts AC supply with
separate fuses. On failure of the power supply to the annunciation system for more
than 3 seconds (adjustable setting) an indicating lamp shall light up and a bell shall
sound. A separate push button shall be provided for cancellation of this audible alarm
alone but the indicating lamp shall remain steadily lighted till the supply to the
annunciation system is restored. The sound of the audible alarm (bell) provided for this
annunciation shall be different from the audible alarm provided for this annunciation
system.
d) A separate voltage check relay shall be provided to monitor the failure of supply (240 V
AC) to the scheme mentioned above. If the failure of supply exists for more than 2 to 3
seconds, this relay shall initiate visual and audible annunciation. The annunciation
system described above shall meet the following additional requirements.
i) The annunciation system shall be capable of catering to all simultaneous signals at
a time.
ii) One self resetting push button shall be provided on each panel for testing in fascia
window lamps. Push buttons for testing flasher and audible alarm circuit of
annunciation supply failure monitoring shall also be provided. These testing
circuits shall be so connected that while test is being done it shall not prevent the
registering of any new annunciation that may land during the test.
iii) One set each of the following push buttons shall be provided on each
panel.
a) Reset push button for annunciation system;
b) Accept push button for annunciation system.
iv) The annunciation shall be repetitive type and shall be capable of registering the
fleeting signal. For fault contacts which open on a fault, it shall be possible at site
to change annunciators from "close to fault" and vice versa.
v) The annunciator shall be suitable for operation with normally open fault contacts
which close on a fault. For fault contacts which open a fault, it shall be possible at
site to change annunciators from "close to fault" and vice versa.
vi) Only electro-magnetic relay type alarm and annunciation relay schemes are
acceptable and static type annunciation schemes are not acceptable. Contactors
121
are not acceptable for annunciation system.

5.6.15 Switches
a) Control and Instrument switches shall be rotary operated type with escutcheon
plates clearly marked to show operating position and circuit designation plates and
suitable for flush mounting with only switch front plate and operating handle
projecting out. Handles of different shapes and suitable inscriptions on switches aS
per clause 6.8 shall be provided as on aid switch identification.

b) The selection of operation handles for the different types of switches shall
be as follows:

1 Breaker & isolator switches Pistol grip, black


2 Selector switches Oval or knob, black
3 Instrument switches Round, knurled, black
4 Protecting transfer swich Pistol grip, locable & black

c) The control switch of breaker and isolator shall be of spring return to neutral type.
The spring return type shall be provided with target which shall indicate the last
operation of the switch. The control springs shall be strong and robust enough to
prevent inadvertent operation due to light touch. The spring return type switch shall
have spring return from close and trip positions to "after close" and "after trip"
positions respectively.
d) Instrument selection switches shall be of maintained contact (stay put) type.
Ammeter selection switches shall make-before-break type contacts so as to prevent
open circuiting of CT secondaries when changing the position of the switch. They
shall be of 5 position type viz R-Y-B-N-Off. Voltmeter transfer switches for AC shall
be suitable for reading all line-to-line and line-to neutral voltages for non-effectively
earthed systems and for reading all line to line voltages for effectively earthed
systems .
e) Lockable type of switches which can be locked in particular positions shall be
provided when specified. The key locks shall be fitted on the operating handles.
f) The contacts of all switches shall preferably open and close with snap action to
minimize arcing. Contacts of switches shall be spring assisted and contact faces
shall be with rivets of pure silver. Springs shall be used as current carrying parts.

g) The contact combination and their operation shall be such as to give completeness
to the interlock and function of the scheme. The contact rating of the switches shall
be as follows:
Contact Rating in Amps
110 V DC 240 V AC
a) Make and carry continuously 10 10
b) Make and carry for 0.5 Sec. 30 30
c) Break
i) Resistive load 3 7
ii) Inductive load with L/R= 40 0.2 7

5.6.16 Indicating Lamps


a) Indicating lamps shall be panel mounting type with rear terminal connections. Lamps

122
shall be of LED type. Lamps shall have translucent lamp covers to diffuse light coloured
red, green, amber, dear white or blue as specified. The lamp cover shall be of screwed
type, un-breakable and moulded from heat resisting material. 20% of lamps actually
used on the boards and 10% of the lamp bases of various colour actually used shall be
supplied in excess to serve as spares.
b) The wattage and resistance of the lamps shall be as follows:
110 V -5 to 7 W - 1000 to 2000 Ohms

c) Bulbs and lenses shall be interchangeable and easily replaceable from the front of the
panel. Tools, if required for replacing the bulbs and lenses shall also be included in the
scope of supply.

d) The indicating lamps with resistors shall withstand 120% of rated voltage on a
continuous basis.

5.6.17 Position Indicators


a. Position indicators of 'SEMAPHORE' type shall be provided when specified as part of
the mimic diagrams on panels for indicating the position of circuit breakers,
isolating/earthing switches etc. The indicator shall be suitable for semi-flush mounting
with only the front disc projecting out and with terminal connection from the rear. Their
strips shall be of the same colour as the associated mimic.
b. Position indicator shall be suitable for either AC or DC operation as specified. When the
supervised object is in the closed position, the pointer of the indicator shall take up a
position in line with the mimic bus bars, and at right angles to them when the object is
in the open position. When the supply failure to the indicator occur the pointer shall take
up an intermediate position to indicate the supply failure. The rating of the indicator
shall not exceed 2.5 W.
c. The position indicators shall withstand 120% of rated voltage on a continuous basis.

5.6.18 Trip Circuit Supervision Relays


a) Trip circuit shall be supervised by means of relays. The scheme shall continuously
monitor each trip coil in both pre-close and after-close of the breaker. The scheme shall
detect. i) Failure of DC supply to each trip coil. il) Open circuit of trip circuit wiring and
iii) Failure of mechanism to complete the tripping operation.

b) Also 2 Nos. indicating lamps to act in conjunction with trip circuit supervision relays for
healthy trip indication of 2 sets of trip coils shall be supplied.

c) Necessary external resistors for trip circuit supervision relays shall be supplied.

5.6.19 Flag Relays Shall Have


i) Head reset flag indication
ii) Two elements
iii) Have necessary NO/NC contacts for each element/coil to meet scheme requirements.

5.6.20 Detailed Description of Protections


The protection, auxiliary relay and timers and other equipment that are required to be
provided are included in the detailed equipment schedule of panels vide Annexure.-I of this
specification The detailed description of Back up protection and the associated equipment is
described below:
The setting ranges of relays given in specification are indicative. The setting ranges of the

123
equipment offered, if different from the ones specified, shall also be acceptable if they met
the functional requirements.

The bidder shall quote the protection equipment, meeting the following requirements.

The bidders may also quote for any alternative/additional protections or relays considered
necessary by him for providing complete, effective and reliable protection. These
equipment shall be quoted separately as an alternative/addition to the main offer stating
the price separately. The acceptance or otherwise of this alternative/additional equipment
shall be with the purchaser.
5.6.21 5 MVA, 33/11 KV,TRANSFORMER

a) Differential Protection
It shall be / shall have
i) Triple pole high speed percentage biased differential type.
ii) An operating time not more than 30 milli Secs. At 5 times operating current setting
of 20%.
iii) Three instantaneous high set over current units
iv) Second harmonic restraint feature and fifth harmonic by pass/restraint feature and
also be stable under normal over fluxing conditions.
v) an operating current setting of 20% or less,
vi) Suitable for rated current of 5A and 1 Ampere
vii) Adjustable bias setting range of 20% to 50%
viii) Two bias windings per phase
ix) Stable on heavy through faults
x) Include necessary separate interposing CTs for angle and ratio correction or have
internal features in the relay to take care of angle and ratio correction.
xi) Shall be of numerical type.

b) Over current and earth fault protection 33 KV ,5 MV A transformer


The relay should be triple pole non-directional with IDMT characteristics. It should either be
numeric or electromagnet type, however offer for Areva make Micom series of relay will be
preferred.

c) Auxiliary relays for transformer protection devices


Auxiliary relay required for bucholtz trip and alarm, HV winding temperature trip & alarm, LV
winding temperature trip & alarm, oil temperature alarm & trip and low oil level alarm, PRV
trip, SF6 low alarm and lockout shall be provided. Each auxiliary relay shall have 2 pairs of
contacts and one hand reset flag indicators. The auxiliary relays may be of non-draw out
type

d) Inter Tripping Relays


1 No. inter trip relay to trip HV and LV breakers of the transformer and to isolate the
transformer from supply shall be supplied. The inter trip relay shall be of high speed and
shall be provided with hand reset operation indicator and 4 NO + 2 N/C hand reset contacts
for 33 KV breaker and 13 NO + 3 N/C hand reset contacts for 11 KV breaker.
The protection scheme shall function as follows:
a) Differential relays operated: both HV, and LV breakers trip.
b) OIC & E/F on HV operated: both H.V and LV breakers trip.
c) Buchholz Relay Operated: both H.\( & L.V. breakers trip.
d) Winding temperature trip contact closed: both HV & LV. breakers trip.
e) Oil temperature - alarm only.

124
f) PRV Operated: both H.\( & L.V. breakers trip.

5.6.22 Panels for 33 kV Feeders


Relay and Control panel for 33 KV Feeders
Following meters, relays etc shall be provided in the feeder panel, However. any other
items which are not specifically mentioned in this specification but are required to complete
the scheme and for satisfactory operation of scheme shall also be deemed to be included in
this specification.

1) PROTECTIVE RELAYS:
Over current relay 2 Nos
Earth fault relay 1 No
Relays for OIC and E/F protection shall
I. be of numeric non-directional type
II. be of triple pole type with two outer elements for O/C and the other for-E/F
protection.
III. b
e with IDMT characteristics with a definite minimum time of 3 sec at 10 times
settings.
IV. have a variable setting range of 50-200% for over current and 20-80% for earch
fault.
V. be rated for 5/1 ampere
VI. include hand reset flag indicator

2) INSTRUMENTS AND METERS


Following meters and instruments shall be provided in the panel:
a) One no. Ammeter Digital Type
b) One no. Voltmeter Digital Type
c) One no Watt meter of digital type
d) Electronic Trivector meter ( as per specification)

3) CONTROLS
Following control switches shall be provided in the panel:
a) One no., three position (i.e. trip-neutral-close) breaker control switch.
b) One no. Ammeter- selector switch.
c) Push button for trip circuit healthy indication.
d) Selector switch for voltmeter

4) INDICATION AND ALARMS


Following indicating arrangement shall be provided in the feeder panel:
a) Indicating lamps for CB ON/OFF positions 2 nos.
b) Indicating lamp for TRIP CIRCUIT HEALTHY CONDITION 2 No
c) Indicating lamp labeling Breaker Spring changed 1 No
d) Indicating lamp for low SF6 1 No
e) Indicating lamp for SF6 CB lockout 1 No
f) Mimic diagram indicating the relevant position of the single
Line diagram of the sub-station incorporating the semaphore
Indicators for circuit breakers 1 No.
Isolators 2 Nos.
and Earth switch 1 No.
g) Indicating lamp for Auto-trip indication with accept push button 1 No.

125
5) TEST TERMINAL BLOCKS
Sets of test terminal blocks for meters and relay as required shall be provided.

6) AUXILIARY SUPPLY
Auxiliary supplies which shall be made available in substation are as follows:
a) A.C. supply 415 V/240 volts, 50Hz three/single phase
b) D.C. supply: 110 Volts
5.6.23 A common Annunciation scheme shall all be provided for AC/DC failure as per the clause.
5.6.24 The related circuit breaker shall be of SF6 type.
The tenderer should note the above while tendering. Any other required information
shall be intimated to the successful tenderer in due course.

Panels shall be supplied complete with auxiliary relays; wirings etc to complete the HV
and LV inter-tripping scheme as mentioned in (a) to (d) above. Wirings shall be done
up to the terminal blocks inside the panel and all such inter tripping terminals shall be
clearly marked in the drawing.

5.6.25 INSPECTION
Inspection may be carried out by the purchaser or third party nominee at any stage of
manufacture. The supplier shall grant free access to the purchaser's representative or third
party nominee at a reasonable time when the work is in progress. Inspection and
acceptance of any equipment under this specification by the purchaser shall not relieve the
supplier of his obligation of furnishing equipment in accordance with the specification and
shall not prevent subsequent rejection if the equipment is found defective.

126
6.14 TECHNICAL SPECIFICATION FOR 33kV & 11kV SURGE ARRESTORS

8.1.0. SCOPE
8.1.1. This Section covers the specifications for design, manufacture, shop &
laboratory testing before despatch of 33 kV and 11 kV 10 kA, Station class heavy
duty, gapless metal (zinc) oxide Surge Arrestors complete with fittings &
accessories.

8.2.0. STANDARDS
8.2.1. The design, manufacture and performance of Surge Arrestors shall comply
with IS: 3070( Part-3 )/1993 unless otherwise specifically specified in this Specification

8.3.0. GENERAL REQUIREMENT


8.3.1. The surge arrestor shall draw negligible current at operating voltage and at the
same time offer least resistance during the flow of surge current.
8.3.2. The surge arrestor shall consist of non-linear resistor elements placed in series and
housed in electrical grade porcelain housing/silicon polymeric of specified
creepage distance.
8.3.3. The assembly shall be hermetically sealed with suitable rubber gaskets with
effective sealing system arrangement to prevent ingress of moisture.
8.3.4. The surge arrestor shall be provided with line and earth terminals of suitable size.
The ground side terminal of surge arrestor shall be connected with 25x6 mm
galvanized strip, one end connected to the surge arrestor and second end to a
separate ground electrode. The bidder shall also recommend the procedure which
shall be followed in providing the earthing/system to the Surge Arrestor.
8.3.5. The surge arrestor shall not operate under power frequency and temporary over
voltage conditions but under surge conditions, the surge arrestor shall change over
to the conducting mode.
8.3.6. The surge arrestor shall be suitable for circuit breaker performing 0-0.3sec.-CO-
3min-CO- duty in the system.
8.3.7. Surge arrestors shall have a suitable pressure relief system to avoid damage to the
porcelain/ silicon polymeric housing and providing path for flow of rated fault
currents in the event of arrestor failure.
8.3.8. The reference current of the arrestor shall be high enough to eliminate the influence
of grading and stray capacitance on the measured reference voltage.
8.3.9. The Surge Arrestor shall be thermally stable and the bidder shall furnish a copy of
thermal stability test with the bid.
8.3.10. The arrestor shall be capable of handling terminal energy for high surges, external
pollution and transient over voltage and have low losses at operating voltages.
8.4.0. ARRESTOR HOUSING
8.4.1. The arrestor housing shall be made up of silicon polymeric housing and shall be
homogenous, free from laminations, cavities and other flaws of imperfections that
might affect the mechanical and dielectric quality. The housing shall be of uniform
brown colour, free from blisters, burrs and other similar defects.
Arrestors shall be complete with insulating bases, surge counters with leakage
current meters (33 KV LA) and terminal connectors.
8.4.2. The housing shall be so coordinated that external flashover shall not occur
due to application of any impulse or switching surge voltage up to the maximum
design value for arrestor. The arrestors shall not fail due to contamination. The
arrester housings shall be designed for pressure relief class as given in Technical
Parameters of the specification.
8.4.3. Sealed housings shall exhibit no measurable leakage.
127
8.5.0. FITTINGS & ACCESSORIES
8.5.1. The surge arrestor shall be complete with insulating bases, surge counters with
leakage current meters (for 33 KV LA) and terminal connectors.
8.5.2. The terminals shall be non-magnetic, corrosion proof, robust and of adequate size
and shall be so located that incoming and outgoing connections are made with minimum
possible bends. The top metal cap and base of surge arrestor shall be galvanized. The line
terminal shall have a built in clamping device which can be adjusted for both horizontal and
vertical takeoff.

8.6.0. SURGE MONITOR


8.6.1. A self-contained discharge counter suitably enclosed for outdoor use and requiring
no auxiliary or battery supply for operation shall be provided for each single pole unit.
Leakage current meter with suitable scale range to measure leakage current of surge
arrestor shall also be supplied within the same enclosure. The number of operations
performed by the arrestor shall be recorded by a suitable cyclometric counter and surge
monitor shall be provided with an inspection window. There shall be a provision for putting
ammeter to record the current/alarm contacts in the control room if the leakage current
exceeds the permitted value. Similar provision shall be considered for surge counter also.
8.6.2. Surge monitor shall be mounted on the support structure at a suitable height so that
the reading can be taken from ground level through the inspection window and length of
connecting leads up to grounding point and bends are minimum.
8.6.3. Surge monitor shall have to be provided for 33 KV class only.

8.7.0. TESTS
8.7.1. Test on Surge Arrestors
The Surge Arrestors offered shall be type tested and shall be subjected to routine and
acceptance tests in accordance with IS: 3070 (Part-3). In addition, the suitability of the
Surge Arrestors shall also be established for the following:
- Residual voltage test
- Reference voltage test
- Leakage current at M.C.O.V
- P.D. test
- Sealing test
- Thermal stability test
- Aging and Energy capability test
- Watt loss test
Each metal oxide block shall be tested for guaranteed specific energy capability in
addition to routine/acceptance test as per IEC/IS.
8.7.2. The surge arrestor housing shall also be type tested and shall be subjected to
routine and acceptance tests in accordance with IS: 2071.
8.7.3. Galvanization Test
All Ferrous parts exposed to atmospheric condition shall have passed the type tests and
be subjected to routine and acceptance tests in accordance with IS: 2633 & IS 6745.

8.8.0. NAME PLATE


8.8.1. The name plate attached to the arrestor shall carry the following information:
Rated Voltage
Continuous Operation Voltage
Normal discharge current
Pressure relief rated current
128
Manufacturers Trade Mark
Name of Sub-station
Year of Manufacturer
Name of the manufacture
Purchase Order Number along with date

8.9.0. PRE-COMMISSIONING TESTS


8.9.1. 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.
1. Operation check of LA counters.
2. Insulation resistance measurement.
3. Capacitance and Tan delta measurement of individual stacks.
4. Third harmonic resistive current measurement (to be conducted after energisation.)
8.10.0. TYPE AND RATINGS

SL Particulars Voltage class


No. 33 kV 11 kV
1 Rated voltage of arrester, kV 30 9
2 Rated frequency, Hz 50 50
3 Nominal discharge current of arrester, kA 10 10
4 Maximum residual voltage at nominal discharge 108 40
current, kV (peak)
5 Maximum steep current impulse residual 130 50
voltage at kV (kVP)
6 One minute power frequency withstand voltage 70 28
of arrester insulation, kV (rms)
7 1.2 / 50 second impulse withstand voltage of 170 95
arrester insulation, kV (peak)
9 Line discharge class 2 2
10 Insulator Housing

a) Power frequency withstand test voltage 70 28


(wet) (kV rms)

b) Lightning impulse withstand tests 170 95


voltage(KVp)
c) Pressure Relief Class 40 40
d) Creepage distance not less than (mm) 900 400

129
6.15 TECHNICAL SPECIFICATION FOR 33KV & 11 KV ISOLATORS

7.1.0. SCOPE
7.1.1. This section of the specification is intended to cover design specifications for manufacture
and testing of 33 KV (1250A) and 11 KV (630A) gang operated switch (Isolators) with all
fittings and accessories.
7.1.2. The Isolators are for outdoor installation suitable for horizontal/vertical mounting on
mounting structures and for use at sub-stations.
7.1.3. Isolators shall be supplied with Earth Switch as and where specified.

7.2.0. GENERAL
7.2.1. The Isolators and accessories shall conform in general to IS 9921 (or IEC: 62271-102)
except to the extent explicitly modified in specification.
7.2.2. All isolating switches and earthing switches shall have rotating blades and pressure
releasing contacts. All isolating and earth switches shall operate through 90 angle from
closed position to fully open position.
7.2.3. Complete isolator with all the necessary items for successful operation shall be supplied
including but not limited to the following:
(i). Isolator assembled with complete base frame, linkages, operating mechanism, control
cabinet, interlocks etc.
(ii). All necessary parts to provide a complete and operable isolator installation, control
parts and other devices whether specifically called for herein or not.
(iii). The isolator shall be designed for use in the geographic and meteorological conditions
as given in Section 1.

7.3.0. DUTY REQUIREMENTS


7.3.1. Isolators and earth switches shall be capable of withstanding the dynamic and thermal
effects of the maximum possible short circuit current of the systems in their closed position.
They shall be constructed such that they do not open under influence of short circuit current.
7.3.2. 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.
7.3.3. In addition to the constructional interlock, isolator and earth switches shall have provision to
prevent their electrical and manual operation unless the associated and other interlocking
conditions are met. All these interlocks shall be of failsafe type. Suitable individual
interlocking coil arrangements shall be provided. The interlocking coil shall be suitable for
continuous operation from DC supply and within a variation range as stipulated elsewhere in
this specification.
7.3.4. The earthing switches shall be capable of discharging trapped charges of the associated
lines.
7.3.5. The isolator shall be capable of making/breaking normal currents when no significant
change in voltage occurs across the terminals of each pole of isolator on account of
make/break operation.
7.3.6. The isolator shall be capable of making/breaking magnetising current of 0.7A at 0.15 power
factor and capacitive current of 0.7A at 0.15 power factor at rated voltage.
130
7.4.0. CONSTRUCTIONAL DETAILS
7.4.1. All isolating switches and earthing switches shall have rotating blades and pressure
releasing contacts. All isolating and earth switches shall operate through 90 angle from
closed position to fully open position.
7.4.2. Contacts:
a) The contacts shall be self-aligning and self-cleaning and so designed that binding
cannot occur after remaining closed for prolonged periods of time in a heavily polluted
atmosphere.
b) 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.
c) Contact springs shall not carry any current and shall not lose their characteristics due to
heating effects.
d) 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.
7.4.3. 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 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.
7.4.4. 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.
7.4.5. Base:
Each isolator shall be provided with a complete galvanised steel base provided with holes
and designed for mounting on a supporting structure.

7.5.0. EARTHING SWITCHES


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

131
7.5.2. The earthing switches shall form an integral part of the isolator and shall be mounted on the
base frame of the isolator.
7.5.3. 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.
7.5.4. Each earth switch shall be provided with flexible copper/aluminum braids for connection to
earth terminal. These braids shall have the same short time current carrying capacity as the
earth blade. The transfer of fault current through swivel connection will not be accepted.
7.5.5. The frame of each isolator and earthing switches shall be provided with two reliable earth
terminals for connection to the earth mat.
7.5.6. Isolator design shall be such as to permit addition of earth switches at a future date. It
should be possible to interchange position of earth switch to either side.
7.5.7. The earth switch should be able to carry the same fault current as the main blades of the
Isolators and shall withstand dynamic stresses.

7.6.0. OPERATING MECHANISM


7.6.1. The bidder shall offer manual operated Isolators and earth switches..
7.6.2. Control cabinet/operating mechanism box shall be made of aluminum sheet of adequate
thickness (minimum 3 mm).
7.6.3. Gear should be of forged material suitably chosen to avoid bending/jamming on operation
after a prolonged period of non-operation. Also all gear and connected material should be so
chosen/surface treated to avoid rusting.

7.7.0. OPERATION
7.7.1. The main Isolator and earth switches shall be gang operated.
7.7.2. The design shall be such as to provide maximum reliability under all service conditions. All
operating linkages carrying mechanical loads shall be designed for negligible deflection. The
length of inter insulator and interpole operating rods shall be capable of adjustments, by
means of screw thread which can be locked with a lock nut after an adjustment has been
made. The isolator and earth switches shall be provided with over center device in the
operating mechanism to prevent accidental opening by wind, vibration, short circuit forces or
movement of the support structures.
7.7.3. Each isolator and earth switch shall be provided with a manual operating handle enabling
one man to open or close the isolator with ease in one movement while standing at ground
level. Detachable type manual operating handle shall be provided. Suitable provision shall
be made inside the operating mechanism box for parking the detached handles. The
provision of manual operation shall be located at a height of 1000 mm from the base of
isolator support structure.
7.7.4. The isolator shall be provided with positive continuous control throughout the entire cycle of
operation. The operating pipes and rods shall be sufficiently rigid to maintain positive control
under the most adverse conditions and when operated in tension or compression for isolator
closing. They shall also be capable of withstanding all torsional and bending stresses due to
operation of the isolator. Wherever supported the operating rods shall be provided with
bearings on either ends. The operating rods/ pipes shall be provided with suitable universal
couplings to account for any angular misalignment.

132
7.7.5. All rotating parts shall be provided with grease packed roller or ball bearings in sealed
housings designed to prevent the ingress of moisture, dirt or other foreign matter. Bearings
pressure shall be kept low to ensure long life and ease of operation. Locking pins wherever
used shall be rustproof.
7.7.6. Signaling of closed position shall not take place unless it is certain that the movable
contacts, have reached a position in which rated normal current, peak withstand current and
short time withstand current can be carried safely. Signaling of open position shall not take
place unless movable contacts have reached a position such that clearance between
contacts is atleast 80% of the isolating distance.
7.7.7. The position of movable contact system (main blades) of each of the Isolators and earthing
switches shall be indicated by a mechanical indicator at the lower end of the vertical rod of
shaft for the Isolators and earthing switch. The indicator shall be of metal and shall be visible
from operating level.
7.7.8. The contractor shall furnish the following details along with quality norms, during detailed
engineering stage.
(i) Current transfer arrangement from main blades of isolator along with millivolt drop
immediately across transfer point.
(ii) Details to demonstrate smooth transfer of rotary motion from motor shaft to the
insulator along with stoppers to prevent over travel.

7.8.0. TEST AND INSPECTION


7.8.1. 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
V) Rated line charging breaking capacity
VI) Rated short time current
VII) Rated peak withstand current
VIII) Mechanical and Electrical Endurance
7.8.2. The equipment shall be subjected to the following routine test.
I) Power frequency voltage dry test
II) Measurement of resistance of the main circuit
III) Operating test.
7.8.3. The porcelain will have pull out test for embedded component and beam strength of
porcelain base.

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

7.10.0. SUPPORTING STRUCTURES


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

133
7.11.0. PRE-COMMISSIONING TESTS
7.11.1. Contractor shall carry out following tests as pre-commissioning tests. Contractor shall also
perform any additional test based on specialties of the items as per the field instructions of
the equipment Supplier or Employer without any extra cost to the Employer. The Contractor
shall arrange all instruments required for conducting these tests along with calibration
certificates and shall furnish the list of instruments to the Employer for approval.
(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.
7.12.0. 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, center Double Break,
pole rotating center pole
rotating
5 Rated continuous current, A 1250 630
6 Rated short time current, kA 16 12.5
7 Rated duration of short time 3 3
current, Second
8 Rated lightning impulse withstand
voltage, kV (peak)
i) To earth & between poles 170 75
ii) Across isolating distance 195 85
9 Rated 1 minute power frequency
withstand voltage, kV (rms)
i) To earth & between poles 70 28
ii) Across isolating distance 80 32
10 Minimum creepage distance of
insulators, mm 900 400
11 Temperature rise As per relevant IS

134
6.16 TECHNICAL SPECIFICATION OF OUTDOOR CURRENT AND POTENTIAL
TRANSFORMERS

5.1.0. SCOPE OF CONTRACT


5.1.1. This Section of the Specification covers general requirements for design, engineering,
manufacture, assembly and testing at manufacturers works of 33kV and 11 kV outdoor
Current and Potential Transformers.

5.2.0. STANDARDS
5.2.1. The equipment covered by this specification shall, unless otherwise stated be designed,
constructed and tested in accordance with the latest revisions of relevant Indian Standards
and shall conform to the regulations of local statutory authorities.
5.2.2. In case of any conflict between the Standards and this specification, this specification shall
govern.
5.2.3. The current transformer shall comply also with the latest issue of the following Indian
standard.
(i) IS: 2705(Part-I) Current transformers: General requirement.
(ii) IS: 2705(Part-II) Current transformers : Measuring Current transformers
(iii) IS: 2705(Part-III) Current transformers : Protective Current transformers
(iv) IS: 2705(Part-IV) Current transformers: Protective Current transformers for
special purpose application.
(v) IS: 3156(Part-I) Potential transformers: General requirement.
(vi) IS: 3156 (Part-II) Potential transformers : Measuring Potential transformers
(vii) IS: 3156 (Part-III) Potential transformers : Protective Potential transformers

5.3.0. GENERAL REQUIREMENTS


5.3.1. The cores of the instrument transformers shall be of high grade, non-aging CRC steel of low
hysteresis loss and high permeability.
5.3.2. Instrument transformers shall be of Dead Tank design or Live Tank design.
5.3.3. The instrument transformers shall be truly hermetically sealed polycrete type
5.3.4. A complete leak proof secondary terminal arrangement shall be provided with each
instrument transformers, secondary terminal shall be brought into weather, dust and vermin
proof terminal box. Secondary terminal boxes shall be provided with facilities for easy
earthing, shorting, insulating and testing of secondary circuits. The terminal boxes shall be
suitable for connection of control cable gland.
5.3.5. All instrument transformers shall be of single phase unit.
5.3.6. The instrument transformers shall be so designed to withstand the effects of temperature,
wind load, short circuit conditions and other adverse conditions.
5.3.7. All similar parts, particularly removable ones, shall be interchangeable with one another.
5.3.8. All cable ferrules, lugs, tags, etc. required for identification and cabling shall be supplied
complete for speedy erection and commissioning as per approved schematics.
5.3.9. The instrument transformers shall be designed to ensure that condensation of moisture is
controlled by proper selection of organic insulating materials having low moisture absorbing
characteristics.

135
5.3.10. All steel work shall be degreased, pickled and phosphated and then applied with two coats
of Zinc Chromate primer and two coats of finishing synthetic enamel paint.

5.4.0. COMMON MARSHALLING BOXES


5.4.1. The outdoor type common marshalling boxes shall conform to the latest edition of IS 5039
and other general requirements specified hereunder.
5.4.2. The common marshalling boxes shall be suitable for mounting on the steel mounting
structures of the instrument transformers.
5.4.3. One common marshalling box shall be supplied with each set of instrument transformers.
The marshalling box shall be made of sheet steel and weather proof. The thickness of sheet
steel used shall be not less than 3.0 mm. It is intended to bring all the secondary terminals
to the common marshalling.
5.4.4. The enclosures of the common marshalling boxes shall provide a degree of protection of not
less than IP 55 (As per IS 2147).
5.4.5. The common marshalling boxes shall be provided with double hinged front doors with pad
locking arrangement. All doors and removable covers and plates shall be sealed all around
with neoprene gaskets or similar arrangement.
5.4.6. Each marshalling box shall be fitted with terminal blocks made out of moulded non-
inflammable plastic materials and having adequate number of terminals with binding screws
washers etc. Secondary terminals of the instrument transformers shall be connected to the
respective common marshalling boxes. All out going terminals of each instrument
transformer shall terminate on the terminal blocks of the common marshalling boxes. The
terminal blocks shall be arranged to provide maximum accessibility to all conductor
terminals.
5.4.7. Each terminal shall be suitably marked with identification numbers. Not more than two wires
shall be connected to any one terminal. At least 20 % spare terminals shall be provided over
and above the required number.
5.4.8. All terminal strips shall be of isolating type terminals and they will be of minimum 10 A
continuous current rating.
5.4.9. All cable entries shall be from bottom. Suitable removable gland plate shall be provided on
the box for this purpose. Necessary number of cable glands shall be supplied fitted on to
this gland plate. Cable glands shall be screw on type and made of brass.
5.4.10. Each common marshalling box shall be provided with two numbers of earthing terminals of
galvanised bolt and nut type.
5.4.11. All steel, inside and outside work shall be degreased, pickled and phosphated and then
applied with two coats of Zinc Chromate primer and two coats of finishing synthetic enamel
paint. The colour of finishing paint shall be as follows: -
i) Inside: Glossy White
ii) Outside: Light Grey (Shade No. 697 of IS: 5)

5.5.0. TESTS
5.5.1. Routine/Acceptance Tests (all units)
All routine tests shall be carried out in accordance with relevant Standards. All
routine/acceptance tests shall be witnessed by the Employer/his authorised representative.

5.5.2. Type Tests: The bidder shall furnish type test certificates and results for the all tests as per
relevant Standards along with the bid for current and potential transformers of identical
design.

136
Type test certificates so furnished shall not be older than 5 (five) years as on date of Bid
opening.

5.6.0. NAME PLATES


5.6.1. All equipment shall have non-corrosive name plates fix at a suitable position indelibly mark
with full particular there on in accordance with the standard adapted.

5.7.0. MOUNTING STRUCTURES


5.7.1. All the equipment covered under this specification shall be suitable for mounting on steel
structures. Supply of mounting structures is also in the scope of this tender.
5.7.2. Each equipment shall be furnished complete with base plates, clamps, and washers etc.
and other hardware ready for mounting on existing steel structures.

5.8.0. SAFETY EARTHING


5.8.1. The non-current carrying metallic parts and equipment shall be connected to station
earthing grid. For this two terminals suitable for 40mm X 10mm GI strip shall be provided on
each equipment.

5.9.0. TERMINAL CONNECTORS


5.9.1. The equipment shall be supplied with required number of terminal connectors of approved
type suitable for ACSR/XLPE cable. The type of terminal connector, size of connector,
material, and type of installation shall be approved by the Employer, as per installation
requirement while approving the equipment drawings.

5.10.0. PRE-COMMISSIONING TESTS


5.10.1. 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) Current Transformers
(i) Insulation Resistance Test for primary and secondary.
(ii) Polarity test.
(iii) Ratio identification test - checking of all ratios on all cores by primary injection of
current.
(iv) Dielectric test of oil (wherever applicable).
(v) Magnetising characteristics test.
(vi) Tan delta and capacitance measurement
(vii) Secondary winding resistance measurement
(viii) Contact resistance measurement (wherever possible/accessible).

(b) Potential Transformers


(i) Insulation Resistance test for primary (if applicable) and secondary winding.
(ii) Polarity test.
(iii) Ratio test
(iv) Dielectric test of oil (wherever applicable).
(v) Tan delta and capacitance measurement of individual capacitor stacks.
(vi) Secondary winding resistance measurement.

5.11.0. TECHNICAL DATA SHEET FOR CURRENT AND POTENTIALTRANSFORMERS

137
5.11.1. For 33 kV/11kV CTs the instrument security factor at all ratios shall be less than 2.5 for
metering core.
5.11.2. TYPE AND RATING:
All instrument transformer shall be outdoor type, single phase, polycrete type suitable for
mounting on steel structure. The instrument transformer shall have the following ratings and
particulars.

SL Item Ratings and Particulars


No. 33 KV 11 KV
A Nominal system voltage 33 kV 11 kV
B Highest system voltage, kV 36 12
C Rated frequency ,HZ 50 50
D System earthing Solidly earth Solidly earth
E Insulation level
a) Impulse withstand voltage: kVp 170 70
b) One minute p.f. Withstand voltage, kV (r.m.s.) 70 28
F Short time current for one second, kA 16 12.5
G Minimum creepage distance, mm 900 360
H Temperature rise As per ISS As per ISS
J TRANFORMER C.T.
(i) No. of Cores 2 2
(ii) Transformation ratio 200-100/5-5-5A 600-300/5-5-5A
(iii) Rated out put
(a) Core-1 30 VA 30 VA
(b) Core-2 NA NA
(iv) Accuracy class
(a) Core-1 0.5 0.5
(b) Core-2 PS PS
(v) Accuracy limit factor
(a) Core-1 - -
(b) Core-2 - -
(v) Instrument security factor
(a) Core-1 Less than 2.5 Less than 2.5
(b) Core-2 - -
(v) Minimum Knee point voltage, Volts
(a) Core-1 - -
(b) Core-2 400 200
(v) Maximum secondary resistance, ohm
(a) Core-1 - -
(b) Core-2 1.0 1.0
(vi) Maximum exciting current, at Vk/4 mA
(a) Core-1 - -
(b) Core-2 30 15
NEUTRAL CT
K (i) No. of Cores - 1
(ii) Transformation ratio - 300-150/5-5
(i) Accuracy class - PS
(ii) Min. Knee point voltage - 200
(iii) Maximum CT Resistance - 1.0
(iv) Maximum magnetization current at - 15mA
Vk/4
LINE CT 1 1
(i) No. of Cores 200-400/5-5A 100-200/5-5A

138
SL Item Ratings and Particulars
No. 33 KV 11 KV
(ii) Transformation ratio 0.5 0.5
(iii) Accuracy class 15 VA 15 VA
(i) Out put burden < 2. 5 < 2.55
(ii) Instrument Security Factor
POTENTIAL TRANSFORMER
(i) No. of secondary windings 1 1
33kV/3
(ii) Transformation ratio 11kV/3 /110V/3
/110V/3
(iii) Rated out put 100 100
(vi) Accuracy class 0.5 05
(v) Rated voltage factor 1.4 1.4

Note:

(i) It is intended to use different ratios of the same CT at the same time for differential
protections and metering cores. The CTS should therefore be suitable for the above
purpose by secondary tapings only. The ratio change by secondary taps is acceptable
as long as the required CT specifications are achieved at all ratios.

(ii) The knee point voltage specified above shall be at higher ratio/ taps.

139
6.17 TECHNICAL SPECIFICATION OF BATTERY BANK AND CHARGER

1.0 SCOPE
This Section of the Specification covers the design, manufacture, and testing at
manufacturers work, of stationary type sealed, Valve Regulated Lead Acid Battery Bank,
Battery Charger, DC Distribution Boards and LTAC Panels complete with all required
accessories for various Sub-stations.

2.0 BATTERY BANK

2.1 TECHNICAL PARTICULARS OF BATTERY BANK

1. Battery Rating 110 V-100 Ah to 1.75 ECV at C10 at 27 C


Maintenance free valve regulated lead acid (MF-
2. Type of battery
VRLA) battery
Batteries conforms to IS 15549:2005
Also conforms to International
3. Battery specification
Standards (I) IEEE 1188 and 1189
(II) BS6290 Part 4/ IEC 896
4. Manufacturers cell designation F 100 P
5. No of Cells 55 Nos.
2000 cycles for 50 % depth of discharge or 1200
6. Cycle life of Battery @ 27 C
cycles for 80 % depth of discharge
7. All efficiency Above 90%
8. WH Efficiency Above 80 %
9. Self discharge/ Week < 1% of rated capacity
Max, allowable ambient temp at which
10. 55 C continuously and 70 C short time
cell can safely operate
11. Overall dimension of each cell (107.8 x 198.5 x 477)mm approx.
12. Overall weight of each cell 27 kg approx.
6 months from the date of manufacturing and the
13. Recommended Max period of storage
batteries shall be stored in covered area at 27 C
14. Material of container Polypropylene co-polymer
Highly absorbent micro porous spun glass matrix
15. Type of separator
(AGM)
16. Type of +ve & -ve plates Flat pasted
17. Material of rack Mild steel coated with acid resistance paint
18. Method of connection between cells Bolted
Batteries shall be charged in constant potential
mode with current limit
19. Recommended float charge Voltage: 2.23-2.25 Volts per cell
Current: Recommended- charging current is 45
amps
Voltage: 2.3 Volts per cell
20. Recommended boost charge Current: Recommended- charging current is 45
to 90 amps
9 Hrs for 90 % state of charge
Time required for boost charge from
21. (or)
fully discharged condition at 27 C
24 hrs for 100 % state of charge
22. Voltage ripple allowable < 2% of the RMS value
23. Type of connectors Lead coated heavy duty copper strips

140
2.1.1 PLATES
Positive plates shall be made of flat pasted type using lead-cadmium antimony alloy for
durability, high corrosion resistant, maintenance free, long life both in cyclic as well as in
,float applications.
Negative plates shall be heavy duty, durable flat plate using lead calcium alloy pasted box
grid. Negative plates shall be designed to match the life of positive plates and combination
of negative and positive plates shall ensure long life, durability and trouble free operation of
battery.
PLC operated equipment should be deployed for preparation of paste to ensure consistency
in paste quality. Conventional / manual type of paste preparation is not allowed.

2.1.2 CONTAINER AND LID


The containers and lids shall be made of a special grade polypropylene copolymer plastic
material. They shall be sufficiently robust and not liable lo deformation under internal
operating pressures and within the temperature range naturally encountered, leak proof,
non-absorbent and resistant to the acid with low water vapour permeability.

2.1.3 VENT PLUGS :


Each cell shall be equipped with one-way safety valve with opening pressure of 51 psi and
closing pressure 41 psi. The vent plug shall be made with suitable grade of fire retardant
plastic material. Each valve opening shall be covered with flame barrier capable in
preventing the ingress of flame into the cell interior when the valve opens and hydrogen /
oxygen gas mixture is released.

2.1.4 SEPARATORS :
Separator shall be made of spun glass, micro porous matrix and shall be resistant to
Sulphuric Acid. It shall be capable of keeping the entire electrolyte and shall be electrically
insulated. Sufficient separator overlap and PVC shield protection to top and bottom edges
of the plates is to be provided to prevent short circuit formation between the edges of
adjacent plates.

2.1.5 CONNECTORS :
The connectors shall be lead coated copper of suitable size to join the cells. The connectors
shall be suitably designed and coated to withstand corrosion due to sulphuric acid. The
coating should be adequate and tenacious. All the copper inter cell connectors shall be
provided with heal shrinkable sleeves except at the connecting points.

2.1.6 ELECTROLYTE:
The electrolyte shall be prepared from the battery grade Sulphuric Acid confirming to ISS:
266. The batteries shall be supplied in factory filled and charged condition.

2.1.7 WATER
Water required for preparation of electrolyte shall conform to IS: I069.

2.1.8 PLATE CONNECTION


Lugs of plates of like polarity shall be connected by lead burning to a horizontal strap having
an upstanding terminal post adopted for connection to external circuit. Strap and post shall
be caste with lead alloy. The positive and negative terminal posts shall be clearly marked for
unmistakable identification.

2.1.9 BOLTS AND NUTS


Nuts and Bolts for connecting the cells shall be of superior grade passivated Stainless steel.

2.1.10 TERMINALS
Terminals shall be of integral lead terminal with solid copper core with M6 threading for
fastening. The junction between terminal posts and cover and between the cover and
container shall be hermetically sealed.

141
2.1.11 BATTERY RACKS
Batteries shall be installed on MS racks to be supplied by the Contractor to fit in the battery
room. Racks/Trays shall be powder coated with anti corrosive paint. Rack shall
accommodate 55 cells plus 2 spares. Racks/Tray shall be suitably treated before painting
for protection against fungus growth and other harmful effects due to tropical environment.
The colour of the supporting racks shall conform to RAL 7032 shade.

2.2 BATTERY CHARGING EQUIPMENTS

2.2.1 GENERAL DESCRIPTION


The battery charging equipment shall be capable of giving two rate of charging currents
namely Boost Charge and Trickle Charge. The charging equipments capable of giving two
rate of charging currents shall consist of two separate sections: Boost Charger Section &
Trickle Charger Section.
The Trickle Charger Section along with all necessary equipments is required for the purpose
of float charging one battery bank of 55 cells of capacity 150 Ah at 10 hours discharge rate
at the rate of 2.0 volts to 2.3 volts per cell and for meeting a constant D.C. load of 10
Amperes at 110 Volts D.C. simultaneously.
The Boost Charger Section along with all necessary equipments is required to charge a
battery bank of 55 cells of capacity 150 Ah at 10 hours discharge rate at the rate of 1.85
volts to 2.55 volts per cell and for meeting a constant D.C. load of 10 Amperes
simultaneously.

2.2.2 TYPE AND RATING

i) TYPE
The charger shall be static type, using Silicon Rectifiers. The rectifiers shall be arranged in
three phase bridge circuit for full wave rectification. The charger unit shall be suitable for
operation on 415 volts three phase, 4 wire, 50 Hz A.C. Supply.

The Boost and Trickle Charger section shall have an arrangement for automatic and manual
D.C. voltage regulating system with an Auto / Manual change over switch.

ii). RATING
The entire charger circuitry shall have two separate sections eg. Boast charger and Trickle
charger sections and shall of following ratings:

2.2.2.1 Float Charger


(a) D.C. Output Voltage: (i) The D.C. output voltage of the Float charger shall be 110 volts
(nominal). (ii) The D.C. output voltage of the Float charger shall be adjustable between
110 volts to 126.5 volts.
(b) D.C. Output Current: (i) The Trickle charger shall be capable of supplying a continuous
D.C. load of 10 amperes and float a battery bank of 150 Ah at 10 hours discharge rate
simultaneously at a normal voltage of 110 volts D.C.

2.2.2.2 Boost charger:


(a) The D.C. output voltage of the Boost charger section shall be adjustable between 101
volts to 140 volts.
(b) D.C. Output Current: The Quick charger shall be capable of charging a battery bank of
150 Ah capacity at 10 hours discharge rate and to meet a continuous D.C. load of 5
amperes simultaneously. Output current of the Boost charger shall not be less than
about 20 Amperes.

2.2.3 OPERATION AND CONTROL REQUIREMENTS:


The incoming A.C. supply for Quick and Trickle charger shall be controlled by rotary
switches. In addition to the rotary switches supplies to the both chargers shall be controlled
by two push button operated contractors having overload protection. RED & GREEN
indicating lamps shall be provided to indicate ON & OFF conditions respectively of the
Quick and Float charges in addition to the A.C. ON indication.

142
During normal operation of the Trickle charger shall supply the normal direct current
requirements of the substation and the station battery shall be floating on D.C. system. In
the event of failure of A.C. supply or failure of the charger itself the battery shall come
automatically across the load without any interruption.
It is intended to supply the D.C. load of the equipment normally by the float charger during
boost charging of the bank. Thus, when the Boost charger is switched ON the Boost
charger and the battery bank shall be isolated from the float charger and the load
automatically. If during boost charging operation, the A.C. supply fails, the battery shall
come automatically across the load without any interruption. During the infinitely small time
required for initiation of the contractor a reduced number of cells shall be available across
the load, through the blocking diode.
Provision shall also be made so that in the event of failure of Float Charger, the Boost
charger shall supply the load as well as charging a battery bank. Arrangement shall be
made to limit the voltages across the load to around 110 volts, even if the boost charger is
operating at maximum charging voltage. This aspect shall be clearly brought out in the
tender by the bidder. In this operation also, the battery bank should come across the load
automatically and without any interruption in the event of A.C. mains failure.

2.2.4 VOLTAGE REGULATING SYSTEM


The Float and Boost Charger sections shall have suitable arrangement for regulation of
D.C. output voltage by the following methods.
(a) Automatic Voltage Regulation.
(b) Manual Voltage Regulation.

(a) Automatic Voltage Regulation:


The Automatic Voltage Regulation shall hold the voltage flat from zero to full load within
1% of pre-set value of the charger with a fluctuation of 10% in voltage and 5% in
frequency in the A.C. input voltage. The setting device of the automatic voltage regulator
shall be so designed that the D.C. output voltage can be set anywhere between (i) 100 volts
to 126.5 volts for Float Charger and (ii) 100 volts to 140 volts for Boost Charger. The
automatic voltage regulator shall be static type and its characteristics shall be supplied with
the tender.

(b) Manual Voltage Regulator:


The Manual Voltage Regulator for Trickle charger shall have suitable equipments and
means to control the D.C. output voltage with the ranges mentioned earlier. The voltage
control shall be smooth and continuous. The charger shall have a change over switch for
selecting Auto or Manual mode of regulation to regulate the D.C. voltage. The tenderer
shall furnish all the details of the manual voltage regulator in the tender.
Both the trickle and boost chargers shall be provided with alarm and indication for the
following:
(a) Mains on
(b) Charger failed.
(c) Rectifier element fuse blown.
(d) Charger output fuse blown.
(e) AC input failed

In addition to the above arrangement for controlling, regulating and operation of the charger,
the bidder may suggest and quote suitable alternative arrangement for the same. The right
of acceptance of such an arrangement shall however, lie with the Employer.

2.2.5 INSTRUMENTS, EQUIPMENTS, ETC

i) Rectifier Transformer
The rectifier transformers shall be designed to operate at a frequency of 50 Hz and at the
r.m.s. voltage between the lines on the line side of transformers of 415+10% volts. The
rating of the rectifier transformer shall correspond to the rating of the associated rectifier

143
assembly. The transformer should preferably be air cooled dry / synthetic oil filled type and
shall conform to the latest issues of IS: 2026 and IS: 4540.

ii) Rectifier Elements


Rectifier elements shall be Silicon and shall be arranged in three bridge circuit. The
rectifier elements shall be protected by HRC fuse with fuse blow out indication. The
rectifier stacks shall be supplied with their own heat dissipating arrangement for natural air
cooling.

iii) Measuring Instruments:


The instruments shall be flush type and shall have dust proof and moisture resistant
enclosed cases, finished in black and suitable for tropical use. Elements shall be shock
resistant and shielded from external magnetic fields. The instruments and meters shall
have easy accessible means for calibration testing and adjustment and shall conform to
relevant I.S.S.

iv) Air Break Switches and Fuses:


The series combination air break rotary switches and HRC fuses shall conform to
provisions of the latest issue of IS-4064, IS-4047 and IS-2208. the air break switches and
fuses housed in the charger panel shall be so arranged that when they are opened, the
terminals are readily accessible. Switches shall be of rotary operated type preferably with
silver to silver contacts of adequate making, carrying and breaking current ratings and
shall open and close with snap action to minimise arcing. The ON and OFF positions of
the switches shall be definite and shall be clearly indicated.
All fuses shall be of HRC type conforming to the latest issue of I.S. 2208.

v) The charger units shall be provided with but not limited to the following instruments
and equipments.
a) 3 Pole A.C. mains ON-OFF switches and HRC fuses of suitable capacity.
b) 2 pole air break switches with HRC fuses of suitable capacity output side of
chargers.
c) Air break magnetic contactors of suitable ratings complete with push button
and thermal overload devices and red and green indicating lamps for A.C.
input ON/OFF to the chargers.
d) Fuse blown out indication for D.C. output fuses.
e) HRC fuses for protection of rectifier elements with fuse blow out indication.
f) 0-500 volts range, A.C. voltmeters to measure A.C. input voltage to the
chargers. Accuracy class 1.0 as per I.S. 1248.
g) Moving coil, flush mounting type voltmeters of suitable ranges to measure
trickle, boost and battery voltages. Accuracy class: 1.0 as per I.S.-1248.
h) Moving coil, flush mounting type ammeters of suitable scales to read the
output currents of boost and trickle chargers and load current. Accuracy class
: 1.0 as per I.S.-1248.
i) Single pole D.C. contactors of suitable ratings.
j) Blocking diode of adequate capacity.
k) Cubicle illuminating lamps with door operated switches suitable for 240 volts
A.C.
l) All other equipments and accessories for indication and alarm annunciation as
mentioned earlier.
m) All other equipments not specifically mentioned but required for proper and
satisfactory operation of the charger shall be provided.
n) The charger assembly shall be complete with input / output terminals, cable
glands, internal wiring, earthing terminals, rating plates, etc.

2.2.6 CONSTRUCTIONAL FEATURES:


The whole battery charging equipments shall be housed in an indoor, floor mounting type;
sheet metal clad, cubicle type enclosures which shall also be served as charger panels.
The assembly shall be complete in all respect and shall contain all the components
described in different clauses and which are essential for the proper operation and control
of the equipments. The enclosures shall be totally enclosed dust tight and vermin proof.

144
All doors and covers shall be filled with rubber gaskets. The panels shall have double leaf
hinged doors at the back and shall be provided with locks and duplicated keys. The
equipments in the panels shall be so located as not to cause congestion and accessibility
to the equipments located herein shall be easy and convenient.

All incoming and outgoing cables shall enter from bottom and suitable cable terminal
boards with cable lugs shall be provided in side of each panel for incoming and outgoing
cables. Each terminal of the terminal boards shall be serially numbered to facilitate
connections. At least 20% extra terminals shall be provided in each terminal board.
Suitable compression type cable glands with base plates shall also be provided. The
terminal boards shall be easily accessible for inspection and checking. The panels shall
have cable supports and metallic clips for supporting power and control cables for internal
wiring of the panels.

2.2.7 TESTS
The battery charger and all the components of the charger shall be routine tested
accordingly to their relevant standard. This shall include the following:
a) Operational check for boost and float charger.
b) Input / Output test of the chargers.
c) Performance test of the charger.
d) Temperature rise test of the rectifier transformer.
e) Power frequency H.V. test / Insulation tests.

2.3 DC DISTRIBUTION BOARD

2.3.1 General Features


The D.C. distribution boards shall be indoor, floor mounting of self supporting, sheet metal
clad, and cubicle type. The panels should be totally enclosed, dust tight and vermin proof
and shall be made of 2.0mm cold rolled sheet steel. The boards shall be provided with
double leaf hinged doors at the back. All doors and covers shall be fitted with rubber
gaskets. The doors shall be provided with locks and duplicated covers

2.3.2 Busbars
The busbars shall be of electrolytic copper of ample cross-section. The busbars shall be
insulated from the structure by means of durable, non-hydroscopic, non-combustible and
non tracking materials.

2.3.3 Detail Requirements


The 110 Volts D.C. distribution boards shall be provided with the following:
i. One mains failure alarm relay.
ii. One earth fault alarm relay.
iii. One 110 Volts D.C. bell to be operated by the mains failure alarm relay.
iv. One 110 Volts D.C. buzzer to be operated by the earth failure alarm relay.
v. One double pole air-break circuit breaker of 200 amp capacity with thermal overload
tripping arrangement to act as incoming breaker of the load bus.
vi. One 0-150 volts D.C. moving coil voltmeter to measure the bus-bar voltage. The
display is to be in digital.
vii. One pilot lamp to indicate D.C. on conditions.
viii. 250 volts, double pole double throw make before break switch with H.R.C. fuses of
following ratings for outgoing feeders.
a. 16 Amp, 4 Nos.
b. 32 Amp, 3 Nos.
c. 63 Amp, 1 Nos
ix. One terminal Board/block for all feeder outlets including cable glands.

2.4 LTAC PANEL

145
2.4.1 General Arrangement
The 415 volts L.T.A.C. panels shall be indoor floor mountings sheet metal clad type
comprising of combination switch fuse units and busbar chambers and equipped with
circuits and equipments as specified. The different circuits shall be mounted above and
below the busbar chamber to form a suitable arrangement, except that the incomings will be
located at the front and mounted below the bus bar chamber. All equipments shall be
suitable for the reception of the cables rising from the ground level. The switchboards shall
be so designed as to be readily extensible.

2.4.2 Busbars
The phase and neutral busbars shall be of high conductivity Aluminium of adequate uniform
cross section. The busbars shall be insulated from the structure by means of durable non-
hygroscopic, non-combustible and non-tracking materials. Busbar joints shall be of bolted
type.

2.4.3 Detail Requirements


The 415 Volts, L.T.A.C. Switchgears shall have following circuits and equipments:
a) INCOMING: One number fitted with following:
i. One 200 Amp, four pole MCCB and cable glands suitable for 4 core P.V.C. cable
labeled as INCOMING.
ii. One Voltmeter, 0-500 Volts.
iii. One Ammeter, 0-500 Amps.
iv. One K.W.H. Digital Energy meter with connected C.T.R 200/5A.

b) OUTGOING Nos. 1 each comprising of :


One 32 Amps T.P.N. Switch fuse unit fitted with 32 Amps H.R.C. fuses and complete with
direct connected round projecting pattern ammeter, scaled 0-50 Amps and cable glands
suitable for 4 core P.V.C. cable and labeled as Transformer Heater and Circuit Breaker
Heater.

c) OUTGOING Nos. 2 comprising of :


One 100 Amps, T.P.N. switch fuse unit, fitted with 100 Amp H.R.C. fuses and cable glands
suitable for 4 core, P.V.C. cables and labeled as FILTRATION SET.

d) OUTGOING Nos. 3, 4 and 5, each comprising of :


One 30 Amps D.P. switch fuse unit fitted with 15 Amp H.R.C. and cable glands suitable for 2
core P.V.C. cable labeled as :
No. 6: Indoor lights and Indicating Lamps
No. 7: Emergency Lights
No. 8: Spare.

e) OUTGOING Nos. 6, 7, and 8 :


One 60 Amps T.P.N. switch fuse units fitted with 30 Amp H.R.C. fuses and cable glands
suitable for 4 core P.V.C. cables and labeled as :
No. 9: Outdoor Light
No. 10: Battery Charger
No. 11: Spare
No. 12: Spare

146
6.18 TECHNICAL SPECIFICATIONS FOR A.C. DISTRIBUTION BOARD
1.0 SCOPE
1.1. This section of the specification covers the design, manufacture, testing at works, transport
to site, insurance, storage, erection and commissioning of 415 volts, A.C. 50 Hz A.C.
Distribution Board complete with all equipments and accessories as described in
subsequent clauses.
2.0 CONSTRUCTIONAL FEATURES
2.1 The L.T.AC. panels shall be outdoor, sheet metal clad type comprising of combination
switch fuse units and bus bar chambers. and equipped with the circuits and equipments as
specified later. The different circuits shall be mounted above and below the bus bar
chamber to form a suitable arrangement, except that the incomings will be located at the
front and mounted below the bus bar chambers. All equipments shall be suitable for the
reception of the cables rising from the ground level. The switchboards shall be so designed
as to be readily extensible.
2.2 Required technical particulars of ACDB

1. Manufacturers Name & Co


2 Bus Bars
a) Make
b) Continuous Current rating in Amps 200A
c) Material Aluminium
d) Current Density 0.9 Amps/sqmm
3 Incoming Switch Fuse Unit
a) Make Havells/ Schinder
b) Type SFU
c) Rated Voltage 415 Volts AC
d) Continuous Current carrying Capacity in Amps 200A
4 Indication Lamps
a) Make STD
b) Type LED
c) Voltage 220Volts
5 Fuse
a) Make Havells/ Schinder
b) Type HRC
c) Rupturing Capacity 80 KA
6 Switch (triple/double pole)
a) Make Havells/ Schinder/ EQV
b) Type SF UNIT
Rated Continuous Current carrying Capacity in
c) 63A/32A/16A
Amps
7 Current Transformer
a) Make
b) Type Bar primary and ring type
c) Ratio 100-200/5A
d) VA burden rating 15 VA
e) Accuracy class 1
f) Type of Insulation PVC
g) Security factor <5
AC Meters/ Energy Meters
AM VM
8 (Details for Ammeters Voltmeters, Energy Meters shall
KWH
be furnished separately)
a) Make M/S SML,or M/S L&T
b) Type MI 96 mm sq. 3 ph, 4W
0-100 A
,200/5
c) Range
0-200 A 0-500
0-300A

147
d) Accuracy 1.5
9 Internal Wiring
a) Make Super cab/ EQV
b) Type PVC Insulated Copper
c) Voltage Grade 1100 Volts
d) Size Recommended
e) Material used Copper
10 Cable Glands
a) Make Standard
b) Type Compression type
c) Size As per cable size
d) Material used Brass
11 Terminal Block
a) Make Eleco/ STD
b) Type STUND Type
d) Material used Bakelite DMC
12 Switch Board
1500x900x500 mm(for nine
a) Overall Dimension
feeders ACDB)
b) Thickness of Steel metal 1.6 mm
c) Finish Light Grey
d) Approximate Weight 250Kg

3.0 COMBINATION MCCB UNIT


3.1. All MCCB shall be of triple pole rotary operated type and shall open and close with snap
action. The series combination MCCB shall conform to the provisions of latest issue of IS
13947-2.
3.2. The MCCB shall be suitable for rated voltage of 415 volts AC., 50 Hz. The rated
current of each unit shall be as specified before.
4.0 BUS BARS
4.0 The phase and neutral bus bars shall be of high conductivity (as per IS 5082) aluminum of
adequate uniform cross section. The bus bars shall be insulated from the structure by
means of durable non-hygroscopic, noncombustible and non-tracking materials. Bus bar
joints shall be bolted type.
5.0 The 415 Volts, L.T.A.C. switchgear shall have following circuits and equipments:
(a) INCOMING: - One number fitted with following:
(i) One 400/300 Amps. as required , unit fitted with cable glands suitable for 4
core XLPE cable labeled "Incoming".
(ii) One voltmeter, 0-500 volts.
(iii) One Ammeter, 0-500 Amps.
(iv) One KWH Static Electronic Three phase Trivector meter having facility of
downloading the data with connected CTs as mentioned.
(b) OUTGOING :- Nos. 1 and 2 each comprising of:
One 300/200 Amps. as required, unit fitted with complete with direct connected round
protecting pattern ammeter, scaled 0-300 Amps, and cable gland suitable for 4 core XLPE
cable labeled as outgoing.

Name Plate
The board shall be provided with nameplate covering all technical data and also name of
the project shall be clearly mentioned "Under DEPOSIT

7.0 INSPECTION.
Inspection may be carried out by the purchaser or third party nominee at any stage of
manufacture. The supplier shall grant free access to the purchaser's representative or third
party nominee at a reasonable time when the work is in progress. Inspection and
acceptance of any equipment under this specification by the purchaser shall not relieve the
supplier of his obligation of furnishing equipment in accordance with the specification and
shall not prevent subsequent rejection if the equipment is found defective.

148
6.19 TECHNICAL SPECIFICATIONS FOR D.C. DISTRIBUTION BOARD

1.0 SCOPE
1.1 This section of the specification covers the design, manufacture, testing at works,
transport to site, insurance, erection and commissioning of D.C. Distribution Boards
complete with all equipments and accessories as described below:

2.0 CONSTRUCTIONAL FEATURES


2.1 The D.C. Distribution Boards shall be indoor, floor mounting of self supporting, sheet metal
clad, cubicle type. The panels / boards shall be totally enclosed, dust tight and vermin
proof. The boards shall have double leaf hinged doors at the back. All doors and covers
shall be filled with rubber gaskets. The doors shall be provided with locks and duplicated
keys. The boards shall be made of 2.0 mm cold rolled sheet steel.
2.2 All incoming and outgoing cables shall enter from bottom. Suitable cable terminal boards
with cable lugs shall be provided inside each panel for incoming and outgoing cables.
Suitable compression type cable glands shall provided to hold the cable so as to avoid any
pressure or tension at the terminal board connection. The terminal boards shall be easily
accessible for inspection and checking.

3.0 AIR BREAK SWITCHES AND FUSES


3.1 The series combination air break rotary switches and fuses shall conform to tile provisions
of IS - 4064, IS - 4047 and IS - 2208. Fuses shall be HRC type. The rating of each unit shall
be as specified later in this section.
4.0 All switches shall be of rotary type double pole, double throw make before type with snap
action and 'OFF' position.

5.0 BUS BARS


5.1 The bus bars shall be of electrolytic copper of ample cross section. The bus bars shall be
insulated from the structure by means of durable non-hygroscopic, non-combustible and
non-tracking material.

6.0 TYPE OF D.C.DISTRIBUTION BOARD


6.1 Type -1- 220 Volt D.C. Distribution Boards
The 220 volt D.C. distribution board sholl comprise of the following.
(i) One mains failure alarm relay.
(ii) One earth fault alarm relay.
(iii) One 220 volt D.C. bell to be operated by the failure alarm relay.
(iv) One 220 volt D.C. buzzer to be operated by the earth fault alarm relay.
(v) One double pole Air-break Circuit Breaker of 200 Amp. Capacity with thermal overload
tripping arrangement to act as incoming breaker of the load bus.
(vi) One of 250 volts D.C. moving coil voltmeter to measure the bus bar voltage.
(vii) One pilot lamp to indicate D.C. on condition.
(viii) 500 volt, double pole, double throw make before break switch with HRC fuses of
following ratings for outgoing feeders.
(a) 60 Amp. ------ 2 (Two) Nos.
(b) 30 Amp. ------ 4 (Four) Nos.
(c) 15 Amp. ------- 8 (Eight) Nos.
(ix) One terminal board I block for all feeder outlets including cable glands.
(x) A.C./ D.C. charge over contacts. Emergency lighting circuit shall be provided by the
bidder such that the lights normally burn on AC., 230 volts, 50 cIs but in case of failure
of AC. these come up on D.C. with the help of automatic change over contactors and
again change over to A.C. with the restoration of AC. supply. There shall be two

149
numbers double pole ONI OFF switch with HRC fuses, one each for AC. and D.C.
5.1. Type - II - 110 Volts D.C. Distribution Boards:
The 110 volts D.C. distribution boards shall comprise of the following :-
(i) One mains failure alarm relay.
(ii) One earth fault alarm relay.
(iii) One 110 volts D.C. bell to be operated by the mains failure alarm relay
(iv) One 110 volts D.C. Buzzer to be operated by earth fault alarm.
(v) One double pole Air-break Circuit Breaker of 100 Amp. Capacity with thermal
overload, tripping arrangement to act as incoming breaker of the load bus.
(vi) One 0-150 volts D.C. moving coil voltmeter to measure the bus bar \ voltage.
(vii) One pilot lamp to indicate D.C. on conditions.
(viii) 250 volts, double pole, double throw make before break switch with HRC fuses of
following ratings for outgoing feeders:
(a) 60 Amp. ------ 2 (Two) Nos.
(b) 30 Amp. ------ 4 (Four) Nos.
(c) 15 Amp. ------- 8 (Eight) Nos.
(ix) One terminal board/block for all feeder outlets including cable glands.
(x) One transformer, 230/110 volts, 5 KVA continuous rated, naturally air cooled for
emergency load.
(xi) AC.lD.C. change over contacts - Emergency Lighting Circuit shall be provided by
the bidder such that the lights normally burn on AC. 110 volts, 50 Hz but in case of
failure of AC. these come up on D.C. with the help of automatic change over
contactors and again change over to AC. with the restoration of AC. supply. There
shall be two numbers double pole ON/OFF switch with HRC fuses one each for AC.
and D.C.

7.0 Name Plate


The equipments shall be provided with name plate covering, rating and other technical data
and also name of the project shall be clearly mentioned "Under DEPOSIT

8.0 INSPECTION
Inspection may be carried out by the purchaser or third party nominee at any stage of
manufacture. The supplier shall grant free access to the purchaser's representative or third
party nominee at a reasonable time when the work is in progress. Inspection and
acceptance of any equipment under this specification by the purchaser shall not relieve the
supplier of his obligation of furnishing equipment in accordance with the specification and
shall not prevent subsequent rejection if the equipment is found defective.

Required technical particulars of DCDB

1. Manufacturers Name & Co


2. Bus Bars
a) Continuous Current rating in Amps 250A
b) Material Aluminium
c) Current Density 0.9 A/Sq mm
3. DC Double incoming MCCB
a) Make Havells/ Schinder/ EQV
b) Continuous Current Rating 250 A for 9 feeders
c) Making Capacity 10 KA
d) Rupturing Capacity 10 KA
4. DC Double Pole switch Fuse Unit for outgoing

150
feeders
a) Make RECOM/ STD
b) Continuous Current Rating 60A/40A/16A
c) Making Capacity As per IS-4047
d) Rupturing Capacity 4043-1967
5. DC Voltmeter
a) Make AEE/ Meco
b) Type M.C
c) Range 0 TO 150Volts
d) Accuracy 1
6. Switch Board
a) Overall Dimension 1500x800x500 mm
b) Thickness of Steel metal 1.6 mm to 2.00 mm
c) Finish Light Grey
d) Approximate Weight 150Kg
7. Fuse
a) Make EE/ GEC
b) Type HBC
c) Rupturing Capacity 80 KA
8. Indication Lamps
a) Make STD
b) Type LED
c) Voltage 110 Volts
9. Internal Wiring
a) Make PVC Insulated Copper
b) Type Cont 1.5/ PWT 2.5
c) Voltage Grade 110 Volts
10. Other Features
a) Mains fail Alarm Relay with DC Bell 1 set
b) Earth fault alarm relay with DC Bell 1 set
AC-DC Changeover contacts for 1 No.
c)
emergency lighting

151
6.20 TECHNICAL SPECIFICATION OF 9 UNIT INDOOR SWITCHGEAR (11KV)

1.2.1.0. SCOPE
1.2.1.1. This specification covers the manufacture, testing at manufactures works, transport to site,
insurance, storage, erection and commissioning of indoor 11 KV ,9 unit Panel switch
boards which includes 11KV circuit breakers with current transformers, voltage
transformers, protective devices, protective relays measuring instruments and meters etc.
and wired complete with all accessories as specified.
1.2.1.2. The successful tenderer shall supply the necessary drawings and instructions for
installation and commissioning of all the equipment to be supplied by him.

1.2.2.0. STANDARD
Latest issues of the following standards shall be applicable.

I.S. 13118 Circuit Breakers


I.S. 2705 Current transformers
I.S. 3156 Voltage transformers
I.S. 2099 Porcelain Bushing, High Voltage
I.S. 335 Insulating oil
I.S. 1554 Cables
I.S. 3231 Electrical relays for power system protection
I.S. 1248 Electrical indicating instruments.

1.2.3.0. DRAWINGS, MANUALS, LITERATURES ETC.


1.2.3.1. The successful tenderer shall be required to submit to the purchaser for his approval five
copies of drawings and other details which include bue not limited to the following:-

a) General out line drawings with full dimensions.


b) Detailed drawings showing the mounting arrangement of the switchboards, provisions
for cable entries etc.
c) Detailed drawings showing the provisions kept for extension of the switchboards.
d) List of all component parts, fittings and accessories of the switchboards with makers
name, type, ratings etc.
e) A.C. and D.C. schematic and wiring diagrams.
1.2.3.2. After approval of drawings the tender shall submit to the purchaser for the reference and
record five copies of the above drawings including the following leaflets / manuals (in sic
copies):
a) Instruction books / operation and maintenance manuals for circuit breaker and other
component parts.
b) Descriptive literature/leaflets on construction and other details of circuit breakers and
other component parts.
1.2.3.3 In addition to the above successful tenderer shall supply three sets of all the above final
drawings, literatures, manuals etc under a common cover with each and every sets of
switchboard. All the above drawings, literatures, manuals etc. shall from a part of the
contract.

1.2.4.0. TECHNICAL SPECIFICATION:


1.2.4.1. Type of Ratings
i) The switchboard shall be metal enclosed, floor mounting, single front self supporting
cubical type suitable for indoor. The switchgear shall be easily extendable in future.
ii) The switchgear assembly shall be designed for the power system having the following
parameters.
a). Nominal system voltage: 11KV
b). Highest system voltage: 12KV
c). Frequency: 50 Hz.
d). Syatem earthing: Solidly earthed neutral
e). System fault level: 250 MVA

152
f). Degree of protection of switchgear assembly: 1PH3 as per IS: 3427

1.2.4.2. The switchboards shall be for following different transformer capacity.

Sl
Transformer Capacity No. of panels Type of switchboards
No.
a) 2 X 2.5 MVA 9 II.B

1.2.5.0. CONSTRUCTIONAL FEATURES:


1.2.5.1. The 11 KV switchgear panels shall be made of stretched leveled steel plates of thickness
not less than 3 mm and structural steel having light sections.

1.2.5.2. The steel panel and frame work shall have rigorous surface treatment before application of
suitable primer and two coats of paints, painting shall be a anti-corrosive and anti-
condensive type.

1.2.5.3. Each panel shall be divided into independent compartment completely isolated from one
another to house the circuit breaker, instruments, relay, bus bar, cable boxes etc. The front
compartment housing the breaker shall be such that the breaker can be taken out only
when it is in open condition.

1.2.6.0 CONSTRUCTIONAL FEATURES

1.2.6.1. The switchgear boards shall have a single front, single tier, fully compartmentalized, metal
enclosed construction, comprising of row of freestanding floor mounted panels. Each circuit
shall have a separate vertical panel with distinct compartments for circuit breaker truck,
cable termination, main busbar and auxiliary control devices. The adjacent panels shall be
completely separated by steel sheets except in busbar compartments where insulated
barriers shall be provided to segregate adjacent panels. However, manufacturers standard
switchgear design without internal barriers in busbar compartment may also be considered.
1.2.6.2. The circuit breakers and bus PTs shall be mounted on withdrawable trucks, which shall roll
out horizontally from service position to isolated position. The breaker truck shall be floor
mounted so that it can easily be pulled out on the control room floor and the help of trolly
etc. are not to be utilized.
1.2.6.3. The switchgear assembly shall be dust, moisture, rodent and vermin proof, with the truck in
any position SERVICE, ISOLATED TEST or removed, and all doors and covers closed. All
doors, removable covers and glass windows shall be gasketted all round with synthetic
rubber or neoprene gaskets.
1.2.6.4. The bus VT/relay compartments shall have degree of protection not less than IP : 52 in
accordance with IS:2147. However, remaining compartments can have a degree of
protection of IP:42. All louvers if provided shall have very fine brass or GI mesh screen,
IPH-2 degree of protection as per IS: 3427 to all live parts shall (whether isolated or
removed from panel) even when the breaker compartment door is open. Tight fitting
garments / gaskets are to be provided at all openings in rely compartment.
1.2.6.5. Circuit breaker shall be vacuum; draw out type housed in a separate cubicle of the
switchboard and shall be enclosed from all sides. A sheet steel hinged lockable door shall
be at the front. It shall be possible to withdraw the circuit breaker to Test and Isolated
position with the door closed. Door interlock shall be provided such that the door can only
be open after withdrawing the breaker to Isolated position and the breaker cannot be
racked into the Service position unless the door is closed. A visual indication as to show
when the breaker is in Service, Test of Isolated position shall be provided in front of the
door.
1.2.6.6. i) Enclosure shall be constructed with rolled steel and cold rolled steel sheets of at least
2.0 mm thickness, Gland plates shall be 2.5 mm thick made out of hot rolled or cold rolled
steel sheets and for non magnetic material it shall be 3.0 mm.
ii) The switchgear shall be cooled by natural airflow and cooling by any other method shall
not be accepted.
iii) Total height of the switchgear panels shall not exceed 2600 mm. The height of switches,
pushbuttons and other hand-operated devices shall not exceed 1800 mm and shall not be
less than 700mm.

153
iv) Safety shutters complying with IEC-298 shall be provided to cover up the fixed high
voltage contacts on busbar abd cable sides when the truck is moved to ISOLATED position.
The shutters shall move automatically through a linkage with the movement of the truck.
Preferably it shall however, be possible to open the shutters of busbar side and cable side
individually against spring pressure for testing purpose after defeating the interlock with
truck movement deliberately. It shall also be possible to padlock shutters individually,
clearly visible warning label Isolate elsewhere before earthing shall be provided on the
shutters of incoming and the connections, which could be energized from other end.
v) Switchgear construction shall have a bushing or other sealing arrangement between the
circuit breaker compartment and the busbar / cable compartments, so that there is no air
communication around the isolating contacts in the shutter area with the truck in service
position.
vi) The breaker and the auxiliary compartments provided on the front side shall have strong
hinged doors, busbar and cabling compartments provided on the rear side have bolted
compartment covers with self retaining bolts. Breaker compartment doors shall have locking
facility.
vii) In the service position, the truck shall be so secured that it is not displaced by short
circuit. Busbars, jumpers and other components of the switchgear shall also be properly
supported to withstand all possible short circuit forces corresponding to the short circuit
rating specified.
viii) Suitable base frames made out of steel channels shall be supplied along with
necessary anchor bolts and other hardware, for mounting of the switchgear panels. These
shall be dispatched in advance so that they may be installed and leveled when the flooring
is being done, welding of base frame to the insert plates as per approval installation
drawings.
ix) The switchboard shall have the facility of extension on the both sides Adopter panels
and dummy panels required to meet the various busbar
(i) Ratio : 300-600/5-5-5 A
(i) Accuracy class : a) Core -I : 0.5 with ISF less than 5
b) Core II : 5 P with ALF 10
c) Core III : PS (for 3 cores CT only)
(ii) Rated Burden a) Core I : 30 VA
b) Core I : 15 VA
(iii) Knee point voltage : 150 volts (for core III of 3 core C.T. only)
(iv) Secondary Resistance : Max 0.3 ohm (for core-III of 3-core C.T. only).

B. Current Transformers for outgoing (feeders)


(i) Ratio : 100-200/5-5
(ii) Accuracy class : a) Core -I : 0.5 with ISF less than 5
b) Core II : 5 P with ALF 10
(iii) Rated Burden : a) Core I :30 VA
b) Core I : 15 VA

C. Current Transformers for Bus Section


(i) Ratio : a) 300-600/5-5 type - I & II (B)
(ii) Accuracy class : a) Core -I : 0.5 with ISF less than 5
b) Core II : 5 P with ALF 10

(iii) Rated Burden : a) Core I : 15 VA


b) Core I : 15 VA

1.2.7.0. POTENTIAL TRANSFORMERS


1.2.7.1. The tenderer shall quote for oil immersed or cast-resin type having the following particulars
for the purpose of metering:
1. Rated voltage ratio : 11000/110
2. No. of phases : 3 Phases / star - star connected
3. Rated Burden : 100 VA per phase
4. Class of accuracy : 0.5
5 Primary wiring of the PTs shall be protected by suitable H.R.C. fuse.

154
One set of 11 KV/110 V Pts shall be provided where there is only one transformer and two
sets having two numbers of transformers.

1.2.8.0. PROTECTIVE RELAYS:


1.2.8.1 All the incoming and outgoing switchgear units shall be provided protective relays to
disconnect the faulty circuits with speed and certainty without interfering with healthy
circuits.
1.2.8.2 The protective relays mounted on the panels shall be of the draw out type. The relavs must
be capable of resetting without necessity of opening the case. The relays shall be provided
with flag indicates to enable the type of fault conditions to be identified.
1.2.8.3 Incoming and outing feeders units and the bus coupler panel shall be provided with
combined over current and earth fault relay with current range of 50-200% for O/C with
inverse characteristics and 20-80% for E/F relay of time range 0.3 secs at 10 times current.

1.2.9.0 MEASURING AND


1.2.9.1. All instruction shall be switchboard type, back connected, suitable for flush mounting and
shall comply with the requirements of latent issues of relevant Indian Standards. The
instrument cases shall be dust proof, water tight, vermin proof and specially constructed to
adequately protect the instruments against damage or deterioration due to high ambient
temperature and humidity.
1.2.9.2. All indicating instruments shall have dial pointers, designed to facilitate accurate reading by
minimizing parallax and glare from the instrument window. The dials shall be free from
marping, fading, disclosing etc.
1.2.9.3. All instruments shall be access adjustable and calibrated before dispatch and shall have
means for calibration check and adjustment at site.
1.2.9.4. All ammeters shall be digital type with direct reading scales. The scale value of ammeters
shall be as per the primary current ratings of the associated current transformers. The rated
current of ammeter elements shall be 5 ampere and accuracy class 1.0 as per IS: 1248.
1.2.9.5. All voltmeters shall be of digital type with direct reading scales. The maximum scale value
of voltmeters shall be 50% in access of the primary voltage of associated PT. The rated
voltage of the voltmeters shall be 110 volts A.C. and accuracy class shall be 1.0 as per IS:
1248.
1.2.9.6. Indicating wattmeters shall be of digital type of accuracy class 1.
1.2.9.7. Energy meters shall be digital type of accuracy class 0.5.

1.2.9.0. BUS BARS


1.2.9.1. The panels shall incorporate a single bus bar system. The bus bars of high conductivity (as
per IS: 5082) aluminum of adequate uniform cross-section shall be provided. The bus bars
shall extend along the entire length of the switchgear.
1.2.9.2. The minimum current carrying capacity of bus bar shall be 800 amperes for type I and II
switchboards and 12.50 amperes for type III & IV switchboards.
1.2.9.3. The bus bar shall be adequately supported and braced to withstand the thermal and
electro-mechanical forces due to the short circuit current as specified for the circuit
breaker.
1.2.9.4. Bus-bar joints shall be bolted type. Bus bars shall be thoroughly cleaned at the joint
locations and suitable contact grease shall be applied just before a joint.

1.2.10.0. SMALL WIRING AND TERMINAL BLOCKS


1.2.10.1. All panels shall be furnished completely factory wired up to terminal blocks ready for
external connections. All wiring shall be switchboards type, with annealed copper wires with
PVC insulation for 1100 volts complying with requirements of latest issue of IS: 1554 (Part-
I). The sizes of the wiring for different circuits shall be go chosen as to provide ample
margin for the purposes intended and shall be subjected to approval of the purchaser.
However minimum cross section of wires t be used shall not be less than 1.5. sq.m. All the
operating coils and small wires shall withstand a power frequency ten voltage of 2 KV for
one minute.

155
1.2.11.0. SAFETY EARTHING
1.2.12.1. Earthing of current free metallic parts of metallic bodies of the equipment on the panel and
the switchboards shall be done with soft drawn single conductor bare cooper. A copper
ground bus extending the entire length of the panels shall be provided. Suitable clamp type
terminals shall be provided for connecting both ends of the bus to the station earth system.
The earth connection of instrument transformers wherever necessary shall be connected
with the main earth wire of the panel earthing system. Multilpe earthing of any instrument
transformer circuit shall be avoided.

1.2.12.0. CABLE BOXES AND CABLE GLANDS:


1.2.12.1. Cable boxes with cable glands shall be supplied with each of the panel. It should be of
adequate dimension for terminals of 11 KV cables of sizes 150 and 180 sq.mm.
1.2.12.2. The 11 KV cable boxes shall preferably be located at the back of the switchboards and
shall be suitably mounted for cables rising from cable trenches running at floor of the
control room. The cable glands provided at the entrance shall facility for earthing of
amounting.
1.2.12.3. All control/Wire entries should be by means of suitable cable glands such glands should
be of brass and tinned.

1.2.13.0. DETAILS OF FITTING AND ACCESSORIES


The 11 KV switchboards shall consist of the following equipments for each incoming
outgoing and bus-coupler panels as per single line diagram enclosed.

1.2.13.1. Incoming panel (Transformer panel)


I. Circuit Breaker:
1 No. : - Triple pole circuit breaker.
- 630 A for switchboard type-I and II.
- 800 A for switchboard type II & IV only.
1 No. :Manually, charged independent spring closing, mechanism fitted with mechanical
ON and OFF indications.
1 No. : Hand trip device.
1 No. : Shunt trip coil suitable for 110 D.C.
II. Current and potential Transformers
1 No. : Three phase, 3 limb withdraw able type potential transformer.
Ratio : 11 KV/110 volts.
3 Nos. : Current transformer of ratio as specified.
III. Meters and Instrument:
1 No. : Ammeter with selector switch.
1 No. : Voltmeter with selector switch.
1 No. : Electronic Tri-vector Meter
1 No. : Test terminal block for meters.
IV. Relays:
1 Set : Over current and earth fault relay.
1 Set : Testing links and terminals for relays.
Indication
2 No. : Indicating lamps for indication of ON and OFF position of breaker.
1 No. : Indicating lamp labeled trip Circuit healthy with push button.
V. Annunciation:
Annunciation: No annunciation facia shall be provided for Outgoing panel
VI. Other Equipments and fitting:
Same as for incoming panel but cable box shall be suitable for following size of cable:
1 No. : 3 core 11 KV cable of size up to 150 sq.mm.

1.2.14.0. BUS SECTION PANEL:


Same as detailed for incoming panel in clause 7.16.1 but with following
modifications/additions/deletions:

156
I. Circuit Breaker:
a). 630 A : for switchboard type I B and II B.
b). 800 A : for switchboard type IIIB and IV B.
II. Current and potential transformer
NO Potential transformer, CT ratio as specified for bus section panel.
III. Meters and Instruments:
All meters except the ammeter with selection switch shall be deleted.
IV. Relays:
Only 1set O/C & E/F relay shall be provided.
V. Indication:
Indicating lamp labeled Auto trip with accept push button associated with Auto trip
alarm shall be added.
VI. Annunciation:
No annunciation facia shall be provided for bus section panel.
VII. Other Equipments and Fittings:
Cable box shall be deleted.

1.2.15.0. COMMON ALARM AND ANNUNCIATION:


I. Each switchboard shall be provided with a suitable common alam system for:
a). D.C. Power supply failure.
b). A.C. Power supply failure.
c). Auto trip alarm.
II. An AC operated relay with AC buzzer and AC indicating lamp shall be provided for
annunciation of DC failure.
III. ADC operated relay with DC buzzer and DC lamp shall be provided for AC failure.
IV. Alarm and annunciation scheme shall be provided completed with horns, buzzers,
relays, alarm connection push buttons, alarm test push buttons etc.

1.2.16.0. CIRCUIT LABELING:


Each switchgear shall be appropriately such as INCOMING TRANSFORMER,
OUTGOING FEEDER and BUS SECTION, Associated Circuit breaker ratings, CT & PT
ratio and any other information, manufacturer feels necessary shall also be included in the
label.

1.2.17.0. PERFORMANCE GUARANTEE


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

1.2.18.0. SPECIAL TECHNICAL SPECIFICATIONS OF SWITCHGEAR:


1.2.18.1. Contractor shall move all equipment into the respective rooms through the regular door or
openings specifically provided for this purpose. No parts of structure shall be utilized to lift
or erect any equipment without prior permission of Engineer.
1.2.18.2. Switchgear shall be installed on finished surfaces, concrete or steel sills. Contractor shall
be required to install and align any channels sills, which form part of foundations. Circuit
breaker trolley wheels shall move on channels, which shall form part of floor. The channel
length shall be minimum of 1-meter form the door of switchgear panel. Power bus
enclosure, ground and control splices of conventional nature shall be cleaned and bolted
together with torque wrench of proper size or by other approved means. Tape or compound
shall be spilled where called for in drawing Contractor shall take utmost care in handling
instruments, relays and other delicate mechanism. Wherever the instruments and relays
are supplied loose along with switchgear, they shall be mounted only after the associated
switchgear panels have been erected and aligned. The blocking materials, employed for
safe transit of instrument and relays shall be removed after ensuring that panels have been
completely installed and no further movement of the same would be necessary. Any
damage shall be immediately reported to Engineer.

157
1.2.18.3. Foundation work for all switchgear panels will be carried out by contractor. For
R&M of existing substation foundation work shall be done wherever required as per site
condition.

1.2.18.4. Circuit breaker may be provided with inter pole barriers of insulting materials, if the same
is standard design of the manufacture. But use of inflammable materials like Hylam shall
not be acceptable.

1.2.18.5. The control switch located on the switchgear would normally be used for operation of
circuit breaker in service/isolated position, and for tripping it in an emergency.

1.2.18.6. Facilities shall be provided for mechanical tripping of the breaker.

1.2.18.7. Auxiliary contacts of breaker may be mounted in the fixed portion or in withdraw able
truck as per the standard practice of the manufacture, and shall be directly operated by
the breaker operating mechanism.

Auxiliary contacts mounted in the portion shall not be operable by the operating
mechanism, once the truck is withdrawn from the service position, but remain in the position
corresponding to breaker open position. Auxiliary contacts mounted on the truck portion
and dedicated for use shall be wired out in series with a contact denoting breakers service
position. With truck withdrawn, the auxiliary contacts shall be operable by hand for testing.

For Employers use six (6) normally opened (NO) and six (6) normally closed (NC) auxiliary
contacts shall be wired out to the terminal blocks. Contact multiplication, if necessary to
meet the above contact requirement, shall be done through suitable latch relay of English
Electric type VAJC-11 or equivalent.

1.2.18.8. It shall be possible to easily insert breaker contractor of one feeder into any one of the
panel meant for same rating but at the same time shall be prevented from inserting it into
panels meant for a different type of rating.

1.2.18.9. All bus bar and jumper corrections shall be of high conductivity aluminium alloy. They
shall be adequately supported on insulators to withstand electrical and mechanical stresses
due to specified short circuit currents.
Busbar cross-section shall be uniform throughout the length of switchgear. Busbar and
other high voltage connection shall be sufficiently corona free at maximum working voltage.
Contact surfaces at all joints shall be silver plated or properly cleaned and no oxide grease
applied to ensure an efficient and trouble free connection. All bolted joints shall have
necessary plain and spring washers. All connection hardware shall have high corrosion
resistance. Suitable bimetallic connectors shall be used for aluminium to copper
connections.
Busbar insulators shall be of arc and track resistant high strength, non-hygroscopic, non-
combustible type and shall be suitable to withstand stresses due to over-voltages, and short
circuit current. Busbar shall be supported on the insulators such that the conductor
expansion and contraction are allowed without straining the insulators. In case of organic
insulator partial discharge shall be limited to 100 pico coulomb at rated voltage x1.1/ 3. Use
of insulators and barriers of inflammable material such as Hylem shall not be accepted.
All busbur shall be colour coded.
The temperature of the busbars and all other equipment, when carrying the rated current
continuously shall be limited as per the stipulations of relevant India Standards, duly
considering the specified ambient temperature (50 deg. C). The temperature rise of the
horizontal and vertical busbars when carrying the rated current shall be in no case exceed
55 deg.C silver plated joints and 35 deg.C for all other type of joints. The temperature rise
at the switchgear terminals intended for external cable termination shall not exceed 35
deg.C. Further the switchgear parts handled by the operator shall not exceed a rise of
5deg.C.

158
1.2.19.0. PAINTING:
Al sheet steel work shall be pretreated in tanks in accordance with IS: 6005. Degreasing
shall be done by alkaline cleaning. Rust and scale shall be removed by pickling with acid.
After pickling, the parts shall be washed in running water. Then these shall be rinsed in
slightly alkaline hot water and dried. The phosphated coating shall be Class C as
specified in IS: 6008. The phosphated surface shall the rinsed and passivated prior to
application of stoved lead oxide primer coating. After primer application, two coats of
finishing synthetic enamel paint on panels shall be applied. Finishing paint on panels shall
be shade 692 (smoke grey) of IS: 5 unless specified otherwise by the Owner. The inside of
the panels shall preferably be glossily white. Each coat finishing shall be properly stoved.
The paint thickness shall not be less than 50 microns. Finished surfaces from scratches,
grease dirts and oily spots during testing, transporation, handling and erection.

1.2.20.0. SWITCHGEAR WIRING


a). All switchgear panels shall be supplied completely wired internally upto the terminal
block ready to receive external cabing. All inter cubicle wiring and connections between
panels of same switchboard including all bus wiring for AC and DC supplies shall be
provided by the Contractor.
All internal wiring shall be carried out 650 grade, single core, 1.5 sq.mm, stranded copper
wires having minimum of seven strands per conductor and colour coded, PVC insulation.
CT circuits shall be wired with 2.5 sq.mm. wires which otherwise are similar to the above.
Extra flexible wires shall be used for wiring between fixed and moving parts such as hinged
doors.
All wiring shall be properly supported neatly, readily accessible and securely connected to
equipment, terminals and terminal blocks. Wiring troughs or gutters be used for this
purpose.
b). Internal wire terminals shall be made with solder less crimping type tinned copper lugs,
which shall firmly grip the conductor. Insulation sleeves shall be provided over the exposed
parts of lugs. The lugs related to CT secondary circuit wiring shall be hole type.
c). Engraved core identification plastic ferrules marked to correspond with panel wiring
diagrams be fitted at both ends of each wire number 6 and 9 shall not be used for wire
identification. Ferrules shall fit tightly on wires and shall not fall off when wire is,
disconnected from terminal. All wires directly connected to trip the circuit breaker shall be
distinguished by the addition of a red coloured unlettered ferrule.
d). Inter connection to adjacent panels shall be brought out to a separate set of terminal
blocks located near the slots or holes, meant for the interconnecting wires. Arrangement
shall permit neat layout and easy inter connections to adjacent panels at site and wires for
this purpose shall be provided by Contractor looped and bunched properly inside the
panels. The inter panel wires shall be cross ferruled i.e. it shall have details of emanating
terminal and also where it is terminated.
e). Contractor shall be fully responsible for the completeness and correctness of the internal
wiring and for the proper functioning of the connected equipment.
f). The Contractor shall provided the necessary clamps wiring troughs etc. for all wiring in
side the switchgear enclosed including the power and control cables.

1.2.21.0. POWER CABLE TERMINATION:


a). The cable termination compartment shall received the stranded aluminium conductor,
XLPE insulated, shielded, armoured / unarmoured, PVC jacketed, single core / three core
unearthed / earthed grade power cable (s).
b). A minimum clearance of about 600 mm shall be kept between the cable lug bottom
ends and gland plates for stress cone formation for XLPE Cable. Interphase clearance in
the cable termination compartment shall be adequate to meet electrical and mechanical
requirement besides facilitating easy connections and disconnections of cables.
Dimensional drawing of cable connected compartment showing the location of lug, glands,
CTS, gland plates etc. and the electrical clearances available shall be submitted Employer
approval during detailed engineering.
c). Cable termination compartment shall be complete with power terminals, power lugs and
associated hardware and removable undrilled gland plates. Fopr all single core cables
grand plates shall be of nonmagnetic material.
d). Supply of the cable termination kit and cable termination shall be in scope of contractor.

159
1.2.22.0. TESTS:
1.2.22.1. The Contractor shall submit the type test reports of following type tests for approval of
the Employer for circuit breaker, circuit breaker panels, of each voltage class and current
rating:
i). Short circuit duty test oncircuit breaker, mounted inside the panel offered along with
CTs, bushing and separator.
ii). Short time withstand test on circuit breaker, mount inside panel offered together with
CTs, bushing and separator.
iii). Power frequency withstand test on breaker and panel.
iv). Lighting impulse withstand test on breaker and panel.
v). Temperature rise test on breaker and panel together. For this test, the test set up shall
include three panels with breakers, the test breaker and panel being placed in the
center. The adjacent panels shall also be loaded to their current capacity. Alternatively
the test panel may be suitably insulated at the sides, which will be adjoining to other
panels in actual site configuration.
vi). Test to verify pressure relief devices operation of the panel. This shall be done on one
panel of each voltage class.
vii). Switching over-voltage test as per clause 3.2(b) on each rating of breaker.
a. Measurement of resistance of main circuit.
b. Mechanical eduranc4e test on breaker.
c. Mechanical operation test.
Viii). Short circuit withstand test of earthing device (Truck / Switch).
1.2.22.2. For all the important components like instrument transformers, relays, instruments,
switches, bushing, wires, insulators, timers, annunciation, terminal blocks and fuses etc. the
contractor shall furnish satisfactory type test reports for Employers approval. Such reports
cover all applicable type test listed in relevant Indian Standards, for all components of type
and rating being supplied.

1.2.23.0. COMMISSIONING CHECKS / TESTS


After installation of panels, power and control wiring and connect contractor shall perform
commissioning checks as listed below to proper operation of switchgear / panels and
correctness of all respects.

1.2.24.0. GENERAL
a). Check name plate details according to specification.
b). Check for physical damage.
c). Check tightens of all bolts, clamps and connecting terminal.
d). Check earth connections.
e). Check cleanliness of insulators and bushings.
f). Check heaters are provided.
g). H.V. test on complete switchboard with CT & breaker / contractor lubricated in position.
h). Check all moving parts are properly lubricated.
i). Check all alignment of bus bars with the insulators to ensure alignment and fitness of
insulators.
j). Check for inter changeability of breakers.
k). Check continuity and IR value of space heater.
l). Check earth continuity of the complete switchgear board.

1.2.25.0. CIRCUIT BREAKER


a). Check alignment of trucks for free movement .
b). Check correct operation of shutters.
c). Check show closing operation (if provided).
d). Check control wiring for correctness of corrections, continuity and IR values.
e). Manual operation of breakers completely assembled.

160
f). Power closing / opening operation manually and electrically at extreme condition of
control supply voltage.
g). Closing and tripping time.
h). Trip free and anti-pumping operation.
i). IR values, resistance and minimum pick up voltage of coils.
j). Simultaneous closing of all the three phases.
k). Check electrical and mechanical inter locks provided.
l). Checks on spring charging motor, correct operation of limit switches and time of
charging.
m). Check vacuum (as applicable).
n). All functional checks.

161
6.21 TECHNICAL SPECIFICATION OF POWER AND CONTROL CABLES

1.0 GENERAL REQUIREMENT


a. Aluminium conductor XLPE insulated armoured cables shall be used for main power
supply purpose from LT Aux. Transformers to control room only.
b. Aluminium conductor PVC insulated armoured power cables shall be used for various
other applications in switchyard area/control room except for control/protection
purposes.
c. For all control/protection/instrumentation purposes PVC insulated armoured control
cables of minimum 2.5 sq. mm Size with stranded Copper conductors shall be used.
d. Cables shall be laid conforming to IS : 1255.
e. While preparing cable schedules for control/protection purpose following shall be
ensured:
i. Separate cables shall be used for AC & DC.
ii. For different cores of CT & PT/CVT separate cable shall be used
iii. At least one (1) cores shall be kept as spare in each copper control cable of 4C, 5C or
7C size whereas minimum no. of spare cores shall be two (2) for control cables of
10 core or higher size.
f. For control cabling, including CT/PT circuits, 4.0 sq.mm. size copper cables shall be
used per connection..
g. Standard technical data sheets for cable sizes up to and including 1100V are
enclosed at Clause 3.0 Cable sizes shall be offered /manufactured in accordance
with parameters specified in standard technical data sheets. Technical data sheet for
any other cores/sizes required during detailed engineering shall be separately offered
for Employers approval by the contractor/supplier.

2.0 TECHNICAL REQUIREMENTS


General
a. The cables shall be suitable for laying in racks, ducts, trenches, conduits and
underground buried installation with uncontrolled back fill and chances of flooding by
water.
b. The XLPE insulated cables shall be capable of withstanding a conductor temperature of
250C during a short circuit without any damage. The PVC insulated cables shall be
capable of withstanding a conductor temperature of 160C during a short circuit.
c. The Aluminium/Copper wires used for manufacturing the cables shall be true circular in
shape before stranding and shall be uniformly good quality, free from defects. All
Aluminium used in the cables for conductors shall be of H2 grade. In case of single core
cables, armours shall be of H4 grade Aluminium.
d. The fillers and inner sheath shall be of non-hygroscopic, fire retardant material, shall be
softer than insulation and outer sheath shall be suitable for the operating temperature of
the cable.
e. Progressive sequential marking of the length of cable in metres at every one
metre shall be provided on the outer sheath of all cables.
f. Strip wire armouring method shall not be accepted for any of the cables. For control,
cables only round wire armouring shall be used.
g. The cables shall have outer sheath of a material with an oxygen index of not less than
29 and a temperature index of not less than 250C.
h. All the cables shall pass fire resistance test as per IS:1554 (Part-I)
i. The normal current rating of all PVC insulated cables shall be as per IS:3961.

162
j. Repaired cables shall not be accepted.
k. Allowable tolerance on the overall diameter of the cables shall be plus or minus 2 mm.
XLPE Power Cables
The XLPE (90C) insulated cables shall be of FR type, C1 category conforming to IS: 7098
(Part-I) and its amendments read along with this specification. The conductor shall be
stranded aluminium circular/sector shaped and compacted. In multicore cables, the core
shall be identified by red, yellow, blue and black coloured strips or colouring of insulation. A
distinct inner sheath shall be provided in all multicore cables. For XLPE cables, the inner
sheath shall be of extruded PVC of type ST-2 of IS:5831. When armouring is specified for
single core cables, the same shall consist of aluminium wires/strips. The outer sheath shall
be extruded PVC of Type ST-2 of IS:5831 for all XLPE cables.
PVC Power Cables
The PVC (70C) insulated power cables shall be of FR type, C1 category, conforming to IS:
1554 (Part-I) and its amendments read along with this specification and shall be suitable for a
steady conductor temperature of 70C. The conductor shall be stranded aluminium. The
Insulation shall be extruded PVC to type-A of IS: 5831. A distinct inner sheath shall be
provided in all multicore cables. For multicore armoured cables, the inner sheath shall be of
extruded PVC. The outer sheath shall be extruded PVC to Type ST-1 of IS 5831 for all cables.
PVC Control Cables
a. The PVC (70C) insulated control cables shall be of FR type C1 category conforming
to IS: 1554 (Part-1) and its amendments, read along with this specification. The
conductor shall be stranded copper. The insulation shall be extruded PVC to type A of
IS: 5831. A distinct inner sheath shall be provided in all cables whether armoured or
not. The over sheath shall be extruded PVC to type ST-1 of IS: 5831 and shall be
grey in colour.
b. Cores shall be identified as per IS: 1554 (Part-1) for the cables up to five (5) cores
and for cables with more than five (5) cores the identification of cores shall be done by
printing legible Hindu Arabic Numerals on all cores as per clause 10.3 of IS 1554
(Part-1).
3.0 DATA SHEET FOR CABLES
For Control Cables
Sl. Description Control cable Size Control cable
o 7x2.5 sqmm Size 4x2.5
. armoured sqmm armoured
1 Applicable Standard IS: 1554 (Part-1) IS: 1554 (Part-1)
2 Rated Voltage(volts) 33 KV 33 KV
2
3 No of cores & cross sectional area No x mm 7x2.5 4x2.5
4 Thickness of PVC insulation(Nom) mm 0.9 0.9
5 Thickness of inner sheath(min) extruded mm 0.3 0.3
6 Wired armoured cable
a) round wire dia in mm 1.4 1.4
b) Thickness of outer sheath(min) mm 1.24 1.24
c) Approx OD in mm 18.7 16.4
d) net wt of cable Kg/Km 780 590
7 Standard delivery length in Mtrs 1000 1000
8 Current rating
a) direct in ground Amps 20 27
b) in air/duct Amps 17 24

163
6.22 TECHNICAL SPECIFICATION FOR CABLE END TERMINAL KIT
(OUTDOOR AND INDOOR)

Heat shrinkable termination Kit for 6.35/11kV XLPE, Cable (3-core, 300 sq mm & 240
sqmm, 3-core -120 sqmm ) both for outdoor and indoor should be as per IS : 13753 and
relevant international standard. The terminal cable kit should be for the following technical
parameter of cable.

SPECIFIC TECHNICAL REQUIREMENTS:-

Technical parameters of the cable shall be as follows:

Sl Particulars Unit
No
1 Rated voltage of cable KV 6.35/11kV
2 Type of insulation - XLPE
3 Core - Single ,
4 Armoured /Unarmoured - Armoured
5 Material of Conductor Aluminium
6 System Voltage - 11 KV Earthed
7 Highest System Voltage KV 12
8 Conductor Size Sq. mm 300 Sq mm , 1- core
240 Sq mm , 1- core
And 120 sqmm,3-core

9 Material - Stranded Aluminium

ELECTRICAL PERFORMANCE FOR TERMINAL KIT

AC Dry withstand voltage 35 KV / 1 minute


DC withstand voltage for 30 minute 48 KV
Lighting impulse withstand voltage 75 KV
Partial Discharge 12.7 KV < 5 pc
Standard tail length for outdoor 600 mm
Standard tail length for indoor 450 mm

KIT COMPONENT

Terminal Lug 1 No
Heat Shrinkable Adhesive Lined Terminal
1 No
Sleeve
Lug Sealing Tape / Mastic 1 Strip
Rain Shed for 12 KV System 2 Nos.
Anti Tracking Sleeve 1 No.
Stress Control Sleeve 1 No
Stress Control Mastic 1 Strip
Constant Force Spring Roll 1 No
Copper Braid for Screen Earthing 1 No
Worm Drive Clip 1 No
Adhesive Line Gland Sleeve 1 No
Tinned Copper Braid duly fitted with
1 No
Terminal Lug at one end + Solder Bock

164
6.23 TECHNICAL SPECIFICATION FOR 11 KV A.B. GANG OPERATED SWITCHES

1.0 Scope:
This specification covers the design, manufacture and testing at works, transport to site,
insurance, storage, erection and commissioning of outdoor type A.C. Gang Operated Air
Break Switches suitable for use on 11 KV power systems conforming to 155: 1818/1972 with
up to-date amendments and revisions.

2.0 i) Ratings: 11 KV 400 Amps 50 C/S AC, 3-Phase continuous


ii) Type: The insulators should be of tilting type for 11 KV class and should be suitable for
both horizontal and vertical mounting.
iii) Insulators: There will be 3(three) insulators stacks per pole. The insulators should be
manufactured strictly conforming to ISS: 731 1971 with its up to date amendments and
revisions and it should be easily replaceable in the event of any damage or defect.
The insulator /insulators/stacks and fixture should be procured from reputed insulator
manufacturers as integral union and should bear the manufacturers monogram both on
the insulators as well as on the malleable caps. A certificate should be furnished to the
effect that the insulators along with the fixtures are procured as integral units from the
manufacturers. The fixtures are to be of malleable casting wherever applicable .
iv) Main Contacts : The insulators should be complete with :nale contuc~ blades and self
aligning full-floating jaw type female contacts aided with powerful springs to provide
sufficient contact pressure on both sides of the male contact. The contact surface
should be made of non-ferrous alloy such as bronze, gun-metal of brass. The name of
the alloy should be mentioned clearly. Full floating type contacts shall be preferred. The
contacts shall be designed so as to withstand the rated currents without over-heating
and should also be able to withstand electromagnetic stresses and shattering of rated
short time current. The contact should also assure a good wiping action during
engagement and dirt accumulation.
v) Arching Contacts : The insulators should be provided with securely placed and
replaceable type arching contacts to act as the first and the last contacts to prevent
burning of the main contacts. The moving arching contact arm should be of adequate
section to withstand the arching, should be of sufficient mechanical strength and should
be placed preferably on the top of the main male contact.
vi) Current Carrying Path: All current carrying paths should be of non- ferrous Metals. In
case of tilting type of design the flexible cords are to be of honey comb design and
should be made of suitable non-ferrous metal. The terminals of the cord should be of
the same width as that of the cord itself and be fixed with non-ferrous nuts and bolts.
While designing individual areas of all current carrying paths made of nonferrous alloy,
prime consideration of mechanical loading and electrical copper equivalent of 1 Amp!
sq.mm. loading should be considered.
vii) Terminal Connectors : The insulators should be provided with detachable 6 (six) bolted
palm type terminal connectors 100 mm long suitably grooved to accommodate
conductors up to 12.5 mm diameter. The connector including the fixing bolts and nuts
should be made of suitable non-ferrous metals such as brass, bronze and gun-metal
which should be clearly indicated.
The six bolted palm type connector-groove portion should be finely grinded and finished
to accommodate aluminium conductor up to 12.5 mm diameter suitably.
It may be noted that all nonferrous parts should be tinned properly as per best
engineering practice.
A pair of brass plate washer must be provided on each nuts & bolts of the connector.

165
viii) Operating Mechanism: The isolators should be assembled on M.S. Galvanised channel
base with holes suitable for fixing on the mounting structures and should be complete
with the follows:
For 11 kV Class Tiltinq Type Desiqn :
Phase coupling shaft: 2 .5 cm x 2.5 cm C.I. solid bar of 2.30 meter length.
Operating Pipe: 2.6 cm outside dia 3.25 mm thick 6 meters long.
The operating mechanism should be complete with intermediate guides suitable
operating handle with padlock and chain for locking the handle in both 'ON' & 'OFF'
positions.
The flexible coupling, in case of tilting type design will be supported on hinged linked
made of suitable pairs of G I straps with suitable space to accommodate the cord and
with three hinges. two on the insulator fixtures and one between the line.
The pivots of the hinges shall be of G.1. nuts and bolts with sufficiently strong split pin
arrangements of suitable metal. Suitable spring stop mechanism shall be provided at
the base the moving post insulator/post insulators stacks of each pole to prevent
overshooting and ensure that the contact surface area held in contact uniformly during
closed position and also to held it in position after opening.
Necessary and adequate adjustments should be provided in the operating mechanism
to ensure, synchronous closing and opening in the three phase of the insulator.
Inter locking should be provided so that earthing switch cannot be operated without first
isolating the line. The inter-locking shall be mechanical either through lever
arrangements or through locking arrangements or both. Extra for each may be indicated
separately. Auxiliary contacts enclosed in a terminal board shall be provided for
semaphore indications of open and closed positions of the main isolator as well as open
and closed positions of the, earthing contacts.
General considerations: All ferrous parts used in the Isolator units should be hot dip
galvanised in accordance with the relevant ISS.

3.0 TEST.
The offers shall invariably be supported by complete type test certificate from National Test
House/C.P. R.I/any other recognised 'Public Institutions and as per ISS: 9920 (pt-1 to iv) with
up to date amendments. Test certificate should be furnished against individual component
parts of the isolator such as insulators etc. The manufacturers should have the facilities of
laboratory testing of the isolators at their works as per relevant ISS/ BSS. They should
furnish the detailed specifications along with the make and capacity of testing equipments at
their disposal along with tender.

4.0 Sample
The tenderer shall submit the sample complete with accessories at his own cost along with
the tender. Samples not received within the stipulated time may disqualify the tender. The
tender without sample may be rejected outright.
5.0 Climatic Conditions:
a) Maximum temperature of air in shade 40C
b) Minimum temperature of air in shade 2C
c) Maximum temperature of air in Sun 40C
d) Maximum Humidity 93%
e) Average number of thunderstorm days 45
f) Average numbers of dust storms per annum 10
g) Maximum rainfall/annum 3500 mm
h) Average rainfall 2280 mm
i) Wind Pressure 97.8 Kg/Sq.mm
j) Altitude above MSL 100 m to 1000 m

166
6.0 Inspection
The man-ufacturer shall afford the inspection representing the purchaser or third party
nominee at works all facilities to satisfy him that the material is being furnished in
accordance with specification.

7.0 Name Plate


The bidder has to provide the following particulars on the name plate of the equipment:
a. Name of the equipment
b. Manufacture's name
c. Operating range
d. Name of the purchaser
e. Name of the project "DEPOSIT"

167
6.24 TECHNICAL SPECIFICATION FOR DISTRIBUTION
TRANSFORMERS OF CAPACITY 100KVA

1.0 SCOPE
This specification covers the design, manufacture, testing at manufacturer's works,
transport to site, insurance, storage, erection and commissioning of Oil immersed,
naturally cooled, three-phase double wound out-door type transformers of capacity
100KVA, having working voltage of 11 KV/0.433 KV complete with all fittings and
accessories for installation.
Any fitting, accessory or operation which may not have been mentioned specifically
in the specification, but which are normally used or necessary for safe and efficient
working of the transformer shall be deemed to be automatically included in this
specification.

2.0 STANDARDS
The transformer shall conform in all respects to the following standards and codes as
mentioned below:
IS-335/K 83, BS-148, ASTM D-1275 : New insulating oil for transformer switchgear
IS-2026 (Part 1 to 4)-1977/81) : Specification for power transformers
IS-2099-1986 : Bushing for alternating voltage above 1000 V
IS-3347, DIN 42531 to 33 : Dimensions for porcelain transformer bushing
IS-3639-1968 : Specification for fittings and accessories for power transformers
IS-6600-1972 : Guide for loading of oil immersed transformers
IS-7421-1988 : Specification for porcelain bushings for alternating voltage up to and
including 1000 V
IS-10314-1982 : Specification for ceramic bushing for terminals
CB & IP Publication No.275 : Manual on transformer
IS-1180 (Part I & II) : Outdoor distribution transformers up to and including 100 kVA
ISS-12444 & ASTM-B-49 : Copper wire rods
ISS-5484 & ASTM B-233 : Aluminum wire rods
ISS-5/1961 No. 632 : Colours for ready mixed paints

2.1 Material conforming to other internationally accepted standards, which ensure equal
or higher quality than the standards mentioned above would also be acceptable. In case the
Bidders who wish to offer material conforming to the other standards, salient points of
difference between the standards adopted and the specific standards shall be clearly
brought out in relevant schedule. Four copies of such standards with authentic English
Translations shall be furnished along with the offer.

3.0 SYSTEM DETAILS


The transformers shall be suitable for outdoor installation with 3-phase 50 Hz, 11 kV system
in which the neutral is effectively earthed and they should be designed suitable for service
under fluctuations in supply voltage upto .:!:. 12 %. Permissible under Indian Electricity Supply
Act and rules made there under.

4.0 CLIMATIC CONDITIONS


a) Maximum temperature of air in shade 40C
b) Minimum temperature of air in shade 2C
c) Maximum temperature of air in Sun 40C
d) Maximum Humidity 93%
e) Average number of thunderstorm days 45

168
f) Average numbers of dust storms per annum 10
g) Maximum rainfall/annum 3500 mm
h) Average rainfall 2280 mm
i) Wind Pressure 97.8 Kg/Sq.mm
j) Altitude above MSL 100 m to 1000 m

5.0 TYPE AND RATINGS CONVENTIONAL


Sl No Particular
i Capacity(Continuous rating) 100 KVA
ii No load voltage ratio at normal tap
position
a Primary voltage 11000 V
b Secondary Voltage 433 Volts between phases and 250 volts between
phase to neutral
iii Nominal frequency 50 Hz
iv Highest system voltage 12 KV
v No. of phase 3
vi Winding connections Delta/Star
vii Vector group DyII
viii Cooling method ONAN
ix Impulse withstand voltage 95 KV ( peak)
x Power frequency withstand 28 KV rms
voltage
xi Impedance voltage at 75C 4.5%

6.0 TEMPERATURE RISE ABOVE AMBIENT IN ACCORDANCE WITH IS-2026


a) Windings (temperature rise measure by resistance 45C
method) - over an ambient temperature of 45C
b) Top oil (temperature rise measured by thermometer) - 40C
over an ambient temperature of 45C
The temperature shall be continuously rated at specified voltage ratio, frequency.
The temperature rise in the core, under the same loading condition, on any part of external
surface should not exceed that permitted for the adjacent part of the winding.

7.0 MAXIMUM ALLOWABLE LOSSES & IMPEDANCE

Maximum Maximum
No-Load
Ratings Losses at 50% Losses at 100%
Sl.No Loss in
in KVA loading loading
Watts
(watts) at 75C (watts) at 75C
1 100 520 1800 260
These losses are maximum allowable and there 'would not be any positive tolerance.
However, the manufacture can offer losses less than above. The offer will be evaluated as
per the loss evaluation formula given in REC, K-5 Standard- 1997 as amended up-to-date.

8.0 TAPPING RANGE


8.1 Tappings will be provided on the higher voltage in steps of 21/2% and 5% on all
ratings.

8.2 Tap Changing Method


8.2.1 The tap changing device shall be off - circuit type. The tap changing shall be carried out by

169
means of an externally operated tapping switch capable of being located and locked in any
required position.

8.2.2 The taps shall be provided on HV side winding for variation of no load primary voltage over
the range given in clause 3.0 of this specification.
8.2.3 The location of tap changing device shall be such that an operator
can very easily change the tap, while standing on the ground without the aid of any climbing
platform.
8.2.4 A warning late indicating that switch shall not be operated' in 'ON'
position be provided.

9.0 TOLERANCES
The tolerances on electrical performance shall be as shown below:
a) Voltage ratio
+ 0.5% of the declared ratio or a percentage equal to 10% of the percentage impedance
voltage, whichev~r JS ,less.
b) Impulse & Power Frequency Voltage
The Distribution Transformers shall be capable of withstanding the power frequency and
impulse test voltage.
Nominal system voltage : 11 KV rms
Highest test voltage : 12 KV rms
Impulse test voltage : 75 KV peak
Power frequency voltage : 28 KV rms
c) Unless otherwise specified herein the test value of the transformers supplied should be
within the tolerance permitted in the IS 2026 on the guarantee value.

10.0 DEISGN OF CORE


10.1 The cores shall be constructed from high grade cold rolled non-aging grain oriented
silicon steel laminations. The design of the magnetic circuit shall be such as to avoid static
discharges, development of short-circuit paths within itself or to the earthed clamping
structure and the production of flux components at right angles to the plane of laminations
which may cause local heating. The core laminations shall be held rigidly by a steel
framework which shall clamp them together to prevent any vibration. The core shall be
provided with lifting lugs suitable for lifting the complete core and coil assembly of the
transformer without transmitting the stresses to the laminations.
10.2 The transformer shall be suitable for over fluxing due to combined effect of system voltage
and frequency upto 12.5% without injurious heating. These laminations shall be as thin as
possible consistant with mechanically strong constructions. At least one side of each
lamination shall be coated with a hot oil proof insulating material. In case the manufacturer's
standard method is different from this, It should be clearly described. The laminations should
be free from rust and colour spots. The laminations shall be grade 41 (M4) or better grade.
10.3 Core Clamping: The core shall be so insulated that there is no possibility of contact between
edges and the core bolts. The bolts shall be tested at 2500 volts to earth.
9.1.1 M.S. Channel to be used upto 100 kVA, 75 x 40 mm size top and bottom.
9.1.2 2 x12 mm high tensile bolts to be used upto 100 kVA in parallel at each
end.
9.1.3 MS channel on LV side to be reinforced at equidistance if holes / cuttings is
done on L T side to avoid bending of channel.
9.1.4 MS channel to be painted with varnish / oil resistant paint.
Flux Density should not be more than 1.55 webers sq. m (Tesla).
9.2 No load current (Magnetizing current) shall not exceed 3 % of full load current upto 100 kV A
and 1.25 % for 250 kV A and 315 kV A and will be measured by energizing the transformer
at 433 Volts, 5Q Hz on the secondary. Increase of voltage of 433 volts by 10 % shall not

170
increase the no-load current disproportionately high. Test for magnetic balance by
connecting the LV phase by phase to rated phase voltage and hleasurement of a n, b n, and
c n voltage will be carried out.

9.3 Number of steps of core shall be minimum of 5 Nos. upto 100 kVA
9.4 Diameter of core shall not be less than:
9.4.1 Upto 100 kVA
100 kVA - 115 mm
9.4.2 Effective area of core shall not be less than:
100 kVA - 92 sq. mm
9.5 Tie rods: 4 Nos. of 12 mm diameter size (upto 100 kVA) of High tensile steel rods shall be
effectively insulated.
9.6 All top and bottom Yoke nuts and bolts and tie rods shall be painted with oil and corrosion
resistant paint before use.
9.7 Core base and bottom Yoke shall be supported with 75 x 40 mm. MS channel with proper
bolting. Flat or cut channel will not be accepted.
NOTE: Tenderers may also quote for the Amorphous core (low loss) and they should furnish design
details in their bid proposal for verification.
11.0 DESIGN OF WINDING
11.1 Material: Double paper covered insulated electrolytic aluminium conductor shall be used.
11.2 Current density for HV and LV should not be more than 1.5 amp/sq.mm for aluminium
conductor.
11.3 Cross-section of conductor (in sq.mm)

Capacity in kV A HV Winding LV Winding

100 kVA 2.27 96

11.4 LV winding shall be in even layers so that neutral formation will be at top.
11.5 Formation of delta on HV side shall be with 13 SWG super enameledcopper wire with
multi-layered (not less than 13 layers) paper insulation. Necessary resin bonded paper
insulation tubes or backlite bits may be used through. This shall be done with ferrules and
crimping.
11.6 All the sleeves used in construction shall be fibreglass material.
11.7 The star point shall be done with aluminium ferrules and crimping.
11.8 The HT Jumpers from winding to the HT bushing should pass through resin bonded paper
cylinders and fiberglass sleeves.
11.9 Vertical ducts and spacers shall be provided within each coil for HV and LV windings.
Dovetail spacers shall be used in between HV coils and they shall be used in between HV
coils and fixed to the vertical ducts which are provided between HV and LV.
11.10 Insulation Materials and Clearances
Electrical grade insulation Kraft paper of Triveni / Ballarpur make and Press Board of
Senapathy Whitely or Ramon Make shall be used.

Radial clearances of LV coil to core (bare conductor) shall not be less than:100 kVA - 4.0 mm

Radial clearance of HV & LV shall not be less than 11 mm for all capacities.
Phase to phase clearance between HV conductor shall not be less than 10 mm for 11 kV with
a minimum of 2 x 1 mm Press Board to cover the tie rods.
The minimum electrical clearance between the winding and body of the tank (between inside
surface of the tank and outside edge of the winding) should be 30 mm.
Minimum end insulation to\earth shall be 25 mm . . ,

171
No. of coils HV / Phase 4 (min.) for 100 kVA
Thickness of locking spacers between HV coils - 10 mm min.
No. of axial wedges between LV & HV winding equispared around 8 Nos. for 100 kVA.
Tap lead shall be insulated 1.5 mm thick with paper insulation.
Manufacturing drawing showing various clearances shall be got approved by the State
Electricity Board.

11.11 Winding Connections and Vector Group


The primary of the transformer should be connected in delta and the secondary winding
should be connected in star in accordance with vector symbol Dy-II so as to produce a positive
phase displacement of 30 between the primary and secondary voltage vectors of the same
phase. The neutral should be brought out to a separate insulated terminal for the purpose of
grounding etc.
Current density for HV & LV should not be more than 1.5 Alsq. mm for aluminium conductor.

11.12 Winding Terminals


a) HV side : the HV winding terminals should be brought outside the transformer tank through 3
Nos. of weather proof, out door type, brown glazed bushings conforming to ISS:3347
(Pt.V.Sec-l) 1965 for porcelain and I.S.S.:3347 (Pt.-V, see-II) : 1967 (metal parts) with upto be
amendments and revisions. Arching horns with appropriate BIL. (80% of impulse voltage)
should be mounted on the bushings.
LV Side : the LV v:inding terminals should be brought outside the transformer brown glazed
bushing conforming to IS : 3347 (Pt-I, Sec-2) : 1965 (for porcelain parts) and IS : 3347 (Pt-I,
sec-2) : 1967 (for metal parts) with upto date amendments and revisions. Arching horns with
appropriate BIL (80% of impulse voltage) shou1d be mounted on the bushing.

11.13 Winding Construction


a) The HV and LV winding coils should be circular and arranged cocentrically in such a
manner that the lower voltage winding is placed next to the core and the magnetic axis of
the winding should be made coincident as far as possible.
b) The size of the HV winding wires shall be such as to have greater mechanical strength
and lower current density.
c) The flux density should not be allowed to exceed 1.9 Tesla under over voltage condition
so that the core is not saturated.
d) Top and bottom coils shall be supported by wooden discs to take care .of electro-
rd
mechanical forces under short-circuit conditions. 2/3 area of the coil should be covered
by spacers.

12.0 DESIGN OF TANK


12.1 The transformer tank shall be of robust construction and shall be built of electrically
welded MS plates. All joints of tank and fittings shall be --- tight and no bulging shall occur
during service. The tank design shall be such that the core and windings can be lifted freely.
The tank plates shall be of such strength that the complete transformer when filled with oil may
be lifted bodily by means of the lifting lugs provided. Tank inside shall be painted by varnish.
Top cover shall be slightly sloping towards HV bushing and cover the top with end walls.
12.2 I) Side Wall thickness : 3.15 mm
II) Top and bottom plate thickness : 5.00 mm
12.3 The four walls of the tank shall be made of TWO "L" shaped sheets (without joints) fully
welded at the corners from inside and outside of the tank for withstanding a pressure of 1
kg/sq.mm for 10 minutes. All the tank plates shall be of such a strength that the complete
transformer with oil and fittings can be lifted bodily my means of lifting lugs provided.
12.4 Reinforced of welding stiffner angle (40 x 40 x 5 mm) on all the outside walls of the tank

172
shall be provided to form two equal compartments (upto 100 kVA) and three equal
compartments above 100kVA. The tank through longer side walls shall be reinforced
additionally by welding suitable size flat/angle vertically to provide sturdy and robust
construction to withstand extreme pressure conditions. All joints of tank and fittings shall be oil
tight and no bulging should occur during the service. The tank design shall be such that the
core coil assembly can be lifted freely. The hooks that will be used for anchoring the core shall
be so located as not to foul with the core coil assembly.
12.5 "U" shaped pressure relief vent of 50mm dia pipe with 0.025 mm copper shim sheet as
diaphram shall be provided on the top cover of the tank such that the pressure released
should be directed to the ground. The vent shall be provided on opposite side of the CB
operating rod. The diaphram shall be provided near to the top cover and other end of the vent
pipe shall guarded with suitable mesh against entering of worms and resting. The diaphragm
should burst at a pressure between 0.76 kg/sq.cm to 0.95 kg/sq.cm.
12.5.1 Pressure test will be conducted by the inspecting officer on a transformer vent pipe against
each lot offered for inspection. The diaphragm should burst at a pressure between 0.76
kg/sq.mm to 0.95 kg/sq.mm. For any operational failure of vent pipe and consequent damaged
to the tank an addition to insisting for free replacement of the tank, the State Electricity Board
may at its option, recover an estimated loss sustained by it from the manufacturer.
12.6 Permanent deflection when the tank without oil is subjected to vacuum of 760 mercury shall
not be more than 5 mm up to 750 mm length 6 mm up to 1250 mm length. The tank shall be
capable of withstanding a pressure up to 0.7 kg/sq.cm without any deformation. Inside of the
tank shall be painted with hot oil proof paint.
12.7 The transformer tank top cover shall be fixed with bolts and four corner bolts shall be welded,
to prevent opening of the cover at site by miscreants. In addition to this "U" clamps seals may
be welded on the four sides of the top cover for further prevention of meddling and suitable
continuous neoprene gasket (Rectangular Ring) to avoid leakage of Nitrogen and all the
fittings including bushings in position shall be tested for leakage at a pressure of 0.7 kg/sq.cm
inside the tank for 10 minutes. The above test shall be carried out before final sealing of the
transformers.
12.8 The tank shall be fitted with round cooling tubes of minimum of 38 mm outer dia and 1.25 mm
thick bent and directly welded on both sides i.e., inside and outside and outside of the tank.
The cooling tubes shall not be provided underneath the LV bushing to avoid puncturing of the
tubes due to falling down of LV lead on them.
12.9 Steel surface shall be prepared by sand shot blast on chemical cleaning including phosphating
as per IS : 3618.
12.10 Heat resistant paint (hot oil proof) shall be provided inside the tank.
12.11 On external surface one coat of thermo setting powder paint or two coats of zone chromate
followed by two coats of synthetic 'thermal paint of dark admiralty gray shade conforming to
632 of JS : 5 of 1961 shall be followed:
12.12 Heat dissipation by tank walls excluding top and bottom should be limited to 500 W / sq.mt up
to the oil level, 250 Watts / sq.mt above oil level and 300 Watts /sq. mt for cooling tubes. The
transformer shall be capable of giving continuous rated output without exceeding the specified
temperature rise. Tenderer shall submit the calculation sheets.
12.13 Total minimum oil volume and minimum weights
Permissible
Core Winding with
Oil in Ltrs. (Incl. of oil oil
Lamin Insula
observed in absor
Sl.No. KVA Rating ation tion
core coil ption
min. in min in
assembly) in
Kgs. Kgs.
Ltrs.
1 100 240 7 207 72
12.14 Lifting Lugs: 2 Nos. welded heavy duty lifting lugs of MS plate 8 mm. Thick suitably reinforced

173
by vertical supporting flat welded edgewise below the lug on the side wall.
12.15 Pulling Lugs: 4 Nos. of welded heavy duty pulling lugs of MS plate of 8 mm, thick shall be
provided to pull the transformer horizontally.
12.16 Top Cover Gasket & Bolts:
i) The gasket provided in between top cover plate and tank shall be of 5 mm thick neoprene
rubberized cork sheets confirming to IS:4352, Part-II.
ii) GI nut bolts shall be of size 38" x 1 ~" with one plain and one spring washer suitably spaced
to press the cover.
iii) The height of the tank shall be such that the minimum clear height upto the top cover plate
of 120 mm, is achieved from top yoke.
13.0 CONSERVATOR
a) The total volume of conservator shall be such as to contain 10% quantity of the oil.
Normally 3% quantity of the total oil will be contained in the conservator
b) Oil level indicator shall be provided on the side which will be with fully covered detachable
flange with single gasket and tightened with MS nut bolts.
The pipe from conservator tank connecting to main tank shall have a slopping flap so that
the oil falling from the pipe shall not fall directly on the active job and shall fall on the side
walls only.
The conservator shall be provided with the drain plug and a filling hold with cover. In
addition, the cover of the main tank shall be provided with an air release plug.
14.0 BREATHER
Breather joints will be bolted type in case of metal container. Breather made of synthetic
materials may be provided subject to the purchaser's approval. Breather volume in gram of
silicagel 250 gms.
15.0 TERMINALS
a) Bross rods 12 mm dia both for HV & LV upto 100 kVA
16.0 BUSHINGS
16.1 The porcelain portion of HT and L T bushings shall be of standard make and conform to IS-
2099/1973 (HV), "Specification for High voltage porcelain bushings" and IS-7421/1974 for LV IS-
3347 shall be outdoor type. The bushing rods and nuts shall be as per clause 18 of
specification. The bushings shall be fixed to the transformers on sides with straight pockets
and in the same plane.
The tests as per IS-2099 11962 shall be conducted on the transformer bushings as detailed
below:
a) Dry Flash over voltage
b) Wet flash ever voltage
c) Dry 1 minute with-stand voltage
d) Impulse withstand voltage (1.2/50 micro seconds - Ve wave)
e) Manufacturer's test certification to be furnished for eyery lot of offer
16.2 For 11 kV, 17.5 kV Class bushings shall be used and for 0.433 kV, 1.1 kV class bushings shall
be used. Bushings of plain sheds as per IS-3347 shall be mounted on the side of the tank and
not on top level.
16.3 Dimensions of the bushings of the following voltage class shall conform to Indian Standards
mentioned below.

Voltage Class Indian Standards for Porcelain Parts ISS for Metal Parts
1.1 KV IS-3347/Part-I/Sec.1/1965/1979 IS-3347/Part-I/Sec.2/1979 (ass
per IS 1180/1989)
17.5 KV IS-3347/Part-I/Sec.1/1972 IS-3347/Part-III/Sec.2/1982

16.4 A minimum phase to phase clearance of 75 mm for LV (up to 1.1 kV bushing) and 255 mm for
HV (3.3 kV and above) bushings shall be obtained with the bushing mounted on the

174
transformer.
16.5 The bushings shall be fixed on sides with pockets in the same plane. Arcing horns shall not be
provided and instead brass caps shall be provided.
16.6 Brazing of all inter connections, jumpers from winding to bushing shall have cross section
larger than the winding conductor. For copper, silver brazing alloy to be used. For aluminum L
& T aluminum brazing rods shall be used.
16.7 In the case of LV bushings, the internal bushings shall be made of tough insulating material
like epoxy and shall have embedded stem and a strong coupling connection (screwed),
properly secured with a spIJt'pin.shall be used between stem of the internal and external
bushings.
16.8 The LV bushing shall be so located that even under the hottest conditions the level of the
transformer oil shall be below the open.ing meant for fixing the LV bushings. The LV jumpers
and bushing material shall be selected and designed for this condition.
16.9 The design of the internal bushing for LV shall be such as to provide adequate earth clearance
as stipulated i.n the clause 10, 2.1 of 18 1180 Part-I and creepage distance as per clause 7.1
of 18 2099. All other tests as per relevant standards shall be applicable.
16.10 The terminal arrangement shall not require a separate oil chamber not connected to oil in the
main tank.
16.11 The LV bushing and HV bushing stems shall be provided with suitable terminal connectors so
as to connect the jumper without disturbing the bushing stem. High voltage phase windings
shall be marked both in the terminal boards inside the tank and on the outside with capital
letter IU, IV, IW and low voltage windings for the same phase marked by corresponding small
letters 2u, 2v, 2 w. The neutral point terminal shall be indicated by the letter 2 n.
16.12 The vector diagram plate shall clearly indicate the method adopted -for marking the terminals
both outside and interior.
17.0 LIGHTNING ARRESTORS
9 KV 5 KA metal oxide lightning arrestors as per 18:3070/1974 Part-I/lEC-99 (the latest
version) one number per phase shall be fixed under the HV bushings with earth connected to
the body of transformers with necessary clamping arrangements.
18.0 TRANSFORMER OIL
The transformer shall be supplied complete with first filling of oil and the same shall comply
with IS-335/1983 with latest version thereof. The ageing characteristics after accelerated
ageing shall be as given in Appendix-C of S335/1983 (or) latest version. The characteristics of
the oil shall be as follows
S.No. Characteristic Specified Value

1 Electric strength (breakdown voltage) 30 KV (Min)

2 Electric dissipation factor (tan delta) at 90C 0.01 (Max)

3 Specific resistance (resistivity) at 27C (ohm-cm) 12

4 Flash point (PM closed) 140C (Min)


5 Inter facial tension at 27C 0.03 N/M (Min)
6 Neutralization valve (total acidity) 0.05 mg/KOH/g (max)
7 Water content PPM 35 (Max)

18.1 DRYING & OIL-FILLING


The core and the winding after assembly shall be dried in a vacuum drying chamber to a
temperature of 90C. after this drying process the slackness of bolts, nuts and other clamping
arrangements shall be checked and tightened. The tank shall be filled with oil heated upto

175
80C in vacuum. The tenderer shall furnish the vacuum pressure under which the whole
operation shall be carried out.

19.0 FITTINGS & ACCESSORIES


i. Rating Plate
ii. Diagram Plate
iii. Two Nos. Earthing terminals
iv. Lifting lugs for lifting arrangements of main transformer core coil assembly also for tank
cover.
v. HV bushings 3 nos. with bimetallic terminal connectors
vi. LV bushings 4 nos. with bimetallic terminal connectors.
vii. Metal Oxide lightning Arrestor (disconnector type with GI Pipe Earth Strip of 25 X 4 mm).
viii. U-shaped pressure relief vent 0.025 mm Cu diaphragm on the top of the top cover for
breaking at a pressure of 0.76 to 0.95 Kg/cm.
ix. LV epoxy Bushings 4 Nos.
x. Base Channels 75 X 40 mm
xi. Weight content of a) Core; b) Windings; c) Tank & Fittings; d) Weight/ Quantity of Oil; e)
Overall Weight
xii. 5 Year guarantee embossed plate welded below name plate
xiii. Dehydrating silica gel breaker
xiv. Conservator with oil filling hole & cap, drain, valve & with 50 mm blocking valve.
xv. Plain oil level, indicator with minimum marking
xvi. Thermometer pocket
xvii. Explosion vent (pressure release device with diaphragm
xviii. 2 Nos. oil filter valves with plug one at top a the other at bottom. The bottom filter valve
can also be used are drain valve.
xix. 4 Nos. unidirectional rollers suitable for plates form mounting
xx. OFF and externally hand operated tap changing switch with position indicating plate and
provision for locking device for HV variation.
xxi. On the rating plate "CMABY followed by the name of the State Electricity Board" should
invariably be inscribed.
The rating plate and the terminal marking plate should be mode of durable and non-corrodible
material and information as per clause 15.2 of ISS:2026/77 (Pt-I) or any other relevant
standard should be embossed thereon. The rating plate and the terminal marking may be
combined into one whole plate. On the rating plate "Property of Assam State Electricity Board"
should invariably be inscribed.

20.0 GUARANTEED TECHNICAL PARTICULARS & DRAWINGS


2.0 The guaranteed technical particulars of the transformers are as per the Annexure-II enclosed
herewith. All appropriate information and data required in the Annexure should be carefully
filled in and should be complete in all respects.
3.0 The following drawings should be invariably be submitted in triplicate along with tender.
a) Outline Dimensions and General arrangements
b) Wiring Diagram for auxiliaries
c) Electrical connections

21.0 VERLOAD CAPACITY


The tendered should state clearly the percentage overload the transformers can take for a
continuous period of 1 hour. The transformers shall suitable for loading as per 15-6600/1972.
The transformer shall be designed to obtain maximum efficiency at 75% load.

22.0 TESTS
22.1 Type Tests

176
The tenderer shall submit copy of certificates of complete type tests carried out in a
recognized laboratory in accordance with I.S.S. on similar distribution transformers
(Protection) during the last three years. Test certificates of a period earlier than three years
from the due date of the tender shall not be accepted except for short circuit test for which
validity of test certified will be five years.
Technical details of the transformers for which tests were carried out shall be clearly indicated
in the test certificates, furnished along with the tender, so that designed aspects of the
transformer offered can be easily identified to be similar with that for which certificates are
furnished.
22.1.1 The following Type tests shall be conducted.
a. Temperature rise test for determining the maximum temperature rise after continuous full
load run. The ambient temperature and time of test should be stated in the test
certificates.
b. Impulse voltage test as per Clause 12.1 of IS-2026 (Part 111/1997) as per latest version.
c. Air pressure test as per Clause 18.13.1 of IS-1180/Part.II/1079.
d. Short circuit withstand test: Thermal and Dynamic ability. The bidder shall furnish
calculations in accordance with the IS-2026 to demonstrate the thermal ability of a
transformer to withstand short circuit test.
e. Un-balanced current: The value of unbalanced current indicated by the ammeter shall not
be more than 2% of the full loan current.
22.1.2 Special tests other type and routine tests, as agreed between purchaser and Tenderer shall
also be carried out as per the relevant standards.
22.1.3 Routine Tests
Manufacturer's routine test certificates shall be furnished before offering the transformer for
inspection
The transformer shall be subjected to the following Routine Tests at the manufacturer's works
in accordance with the REC specification No.23~1983, the IS: 1180 and IS: 2026.
a) Checking of weights, dimensions fitting and accessories, tank thickness, oil quantity,
material, finish and workmanship as per purchase order and contract drawings.
b) Physical verification of core coil assembly and measurement of flux density of one unit of
each rating, in every inspection with reference to short circuit test report.
c) Measurement of Ratio, polarity and winding resistance. Check of voltage and vector
relationship.
d) Measurement of impedance voltage, short circuit impedance and load loss at rated
current and normal frequency.
e) Measurement of No Load current and losses at service voltage and normal frequency.
f) Measurement of No load current at 112.5% of rated voltage.
g) Measurement of insulation resistance.
h) Induced over voltage withstand test.
i) Separate source voltage withstand test.
j) Checking of name place and marking on the tank.
k) Checking of dielectric strength of transformer oil.

22.1.4 Acceptance and Routine Tests


All acceptance and routine tests as stipulated in the relevant standards shall be carried out by
the supplier in presence of purchasers representative.
Following tests shall be carried out at manufacturer's works on one unit of each rating by the
supplier in presence of purchase representative.
a) Temperature rise test.
b) Measurement of unbalance current.
c) Air pressure test on empty tank of transformer opened for physical verification test (Once only).
d) The test certificates for all routine and type tests for the transformers and also for the

177
bushings and transformer oil shall be submitted with the tender.
e) Tests at Site: The purchaser reserves the right to conduct all tests on Transformer after
arrival at site and the contractor shall guarantee test certificate figures under actual
service conditions.

22.1.5 Test Certificates


The test certificates for all routine and latest (within 5 years) type tests for the transformers
and also the bushing and transformer oil shall be submitted with tender.

23.0 INSPECTION
All routine tests will be carried out on each and every transformer and temperature rise tests
on one revisions unit out of a batch should be carried at the works of the manufacturer. The
tender must give prior intimations (at least 15 days ahead) to the authority issuing the
purchase order, regarding the readiness of transformers for such testing so that he may
depute his Engineers or third party nominee to witness the tests. All reasonable facilities
should be extended to the APDCL(LAZ) Engineer, who witness the testing so that he is
satisfied that all tests are being carried out as per ISS: 2026/77.
No extra cost will be paid by APDCL (LAZ) for any of above mentioned tests.
The purchaser has the right to have the tests carried out at his own cost by an independent
agency whenever there is doubt regarding the quality of supply and testing.

23.1 Stage Inspection


The stage inspection of the transformers during the manufacturing/ assembling stage shall be
carried out by the purchaser's representative or third party nominee. The purchaser has
absolute right to reject the raw material/component/sub-assemblies or complete equipment not
conforming to the requirements of the specifications or of poor quality/workmanship. The
purchaser at his option may collect the samples of the following raw material/components for
his independent testing.
a. CRGO Lamination: One specimen sheet of 300-500 mm length and 500 mm width (for
each lot of raw material used by the supplier)
b. HV Winding Wire: 1250 mm length specimen for each type
c. LV Winding Wire: 1250 mm length specimen for each type
d. Transformer Oil: 5 lit., in bottle of 1 lit. each.

24.0 CHECKING BY COMPLETE DISMANTLING


The purchaser shall have the right to select at random anyone transformer from the lot of
transformer of a particular rating. The transformer will at the discretion of the purchaser, be
completely dismantled and each and every item will be visually inspected and examined to
ascertain whether requirements of specifications guaranteed particulars and type tested
design are strictly followed or not, or whether norms as standardized by Indian
Standard Specifications are adhered.

25.0 MOUNTING
The under base of the transformer shall be provided with two channels of adequate size at
suitable spacing for fixing on plinth.

26.0 NAME PLATE PARTICULARS


The equipment shall be provided with a name plate covering name of manufacturer, year of
manufacture, rating, other technical data as per specification and name of the project under
"DEPOSIT" .

178
6.25 TECHNICAL SPECIFICATION FOR 11 KV DROP OUT TYPE EXPULSION FUSE
DISCONNECTS

1.0 Scope
1.1 This specification covers the design, manufacture and testing, transport to site, insurance,
storage, erection and commissioning of outdoor type dropout type expulsion fuse disconnects
suitable for use on 11K.V. power system conforming to 155:2692 of 1956 and 15 : 5792/1970
with upto date amendments and revisions.

2.0 Design Considerations


2.1 Ratings
11 kV, 150 Amps, 50 Cycles, A.C.3 Phase.

2.2 Type
The D.O. should be of Bracket type for 11 KV., 150 Amps, and should be suitable for vertical
mounting the fuse barrel being in an angle of 30 degree to vertical when closed and opening
downwards. The fuse shall be opened and closed by a hook-stick.

2.3 Insulators
There should be 2(two) nos. of Insulators/ Insulator stacks for pole. The insulators used should
be manufactured as per ISS:2544/63 with upto date amendments and revisions and it should
be easily, replaceable in the event of any damage to it. The post insulators should be 320 m
Creepage Distance only and tested quality.
The post insulator should be procured from reputed insulator manufacturers only and should
bear the manufacturers monogram on the insulators. A certificate supported by drawing
should be furnished from the manufacturers. The following Insulator manufacturers are
preferable :-
The caps and the posts should be made of Galvanised Cast Iron. It should be integrally cast
by the manufacturers.

2.4 Contacts
Top side contact of the D.O.'s shall be lift off type with suitable guides to place the moving
contacts in the position and guides should be provided with sufficiently strong Phosphor
Bronze Springs, one set for holding the barrel in position and another type and set for
electrical contacts. The contact Phosphor Bronze Springs shall be leaf type and number of
leaves (which should be seven pieces) should be clearly stated.
The bottom side contact should be trunion type, provided with leaf springs (7 numbers) to
obtain sufficient electric contact. Adequate facilities for insertion and removal of the fuse barrel
in service should be provided.
All the contacts, contact springs and the current carrying paths should be made of suitable
non-ferrous metal alloy such as Bronze, Gunmetal, Brass etc. which should be clearly
indicated.

2.5 Fuse Barrels


The D.O. Units shall be completed with synthetic resin bonded paper tubes fitted with metal
contacts at each end. These fuses should be manufactured strictly as per ISS : 1314 (Part I) of
1946 and test reports in respects of them to from the manufacturer shall invariably be
furnished along with the offer.
The following manufacturer who claim to manufacture SRBP tube as per BSS: 1314/26 are
preferable:
VIZ., I) M/S Bakelite Hylam Ltd.

179
II) M/S Bengal Laminate Industries
The SRBP tubes should be sufficiently strong mechanically, Fire and Moisture resistant and
should be of the following sizes:
a) For 11 KV Class -outside dia 25 mm, thickness 7 mm and length 39 cm.
The metallic fixtures of the tubes should be made of suitable non-ferrous alloys like Brass,
Gunmetal, Bronze etc. and should be of sufficient sections to carry the rated current
continuously. The name of alloy used should be indicated clearly.' The fuse barrel shall be
capable of swiveling in a vertical plane on hinges mounted on the lower of the two insulators
which hold the barrel in position. Both contacts of the barrel shall be fitted with eye rings into
which hooked operating rod or Hook stick can be inserted from ground level. By pulling the
upper eye ring it shall be possible to pull the fuse barrel out of the top insulator contact' in the
manner of an isolating switch. In the isolated' position, the lower eye ring shall be accessible,
so that the fuse barrel can be removed with hook stick by giving a sharp upward jerk,' for
rewiring purposes.

2.6 Terminal Connections


The D.O. fuse units be provided with detachable 6 (six) bolts plan type 100cm length terminal
connectors smoothly grooved to accommodate conductors upto 12.5 mm dia. The connectors
including the fixing nuts and bolts should be with a pair of grass washer with proper tin plating
suitable ferrous metal such as bronze, gunmetal, brass etc. The name of the metal used
should clearly be indicated.

3.0 Climatic Conditions


The equipment shall be designed for satisfactory operations under the following climatic
conditions.

a) Maximum temperature of air in shade 40 C


b) Minimum temperature of air in shade 2 C
c) Maximum humidity 93%
d) Average annual rainfall 2280 mm
e) Average number of rainy days per annum 150
2
f) Basic wind pressure 150 Kg/M
g) Isoceraumic level 60
h) Altitude above MSL 100 M to 1000 M

3.1 General
The D.O. units should be supplied complete with mounting brackets etc. so as to fix them. On
mounting structures and with nuts and bolts. Double bolted fixture arrangements with flexible
adjustments in a slot or hole is preferable All ferrous parts should be hot dip galvanised as per
the relevant Indian Standard Specification.

4.0 Tests
The offers for the' 0.0/5 should invariably be 0upported by type test certificates from National
Test Housel CPRI or any other recognized Public Institutions as per ISS: 2692/56 with upto
date amendments and as given in ANNEXURE -II. The D.O. fuse disconnects also shall be
subjected to milivolt drop test temperature rise test and all other electrical and mechanical
tests as per relevant ISS or BSS. Test certificate as per relevant ISS or BSS in respect of each
of the component parts such as insulators, barrels etc. should also be submitted. The
manufacturer should have the necessary facilities for carrying out the laboratory tests, as per

180
ISS or BSS on the product. They should furnish the detailed specification along with the make
and capacity of testing equipments at their disposal along with tender.
The D.O. offered must be supported by a Short Circuit Withstand capacity (not less than 25
KV) cost certificate from competent authorities like CPR I. In absence of such a test certificate
the offer may not be considered.

5.0 INSPECTION
Inspection may be carried out by the purchaser or third party nominee at any stage of
manufacture. The supplier shall grant free access to the purchaser's representative or third
party nominee at a reasonable time when the work is in progress. Inspection and acceptance
of any equipment under this specification by the purchaser shall not relieve the supplier of his
obligation of furnishing equipment in accordance with the specification and shall not prevent
subsequent rejection if the equipment is found defective.

6.0 Guaranteed Technical Particulars


The guaranteed technical particulars in respect of the D.O.'s offered shall be submitted along
with the tender.

181
6.26 TECHNICAL SPECIFICATION OF XPLE CABLE FOR 11kV SYSTEM

1.0 SCOPE:
The specification covers the design, testing, supply and delivery in proper packed condition
of different grade of 1 or 3 core. Aluminium Conductor, Cross-linked polyethylene (XLPE)
insulated, PVC sheathed, armoured, screened Power Cables.

2.0 LOCATION:
2.1 The cables may be laid buried directly in ground at a depth of one metre in average, any
where in Assam and terminate for outdoor connection to a power transformer or to overhead
lines and also indoor connection for indoor switchgear.
2.2 The cables may also be laid within covered cable trenches, in cable racks or open-air ladder
trays etc. for certain portion of lengths.

3.0 SYSTEM DETAILS:


3.1 Voltage grade (KV) of cable required 6.35/11
3.2 Service Voltage 11 KV
3.3 Highest Voltage 12 KV
3.4 Earthing System Solidly Earthed
3.5 B.I.L. for Cables 75 KV for 11 KV
3.6 Fault Level (Maxim.)
3.7 Frequency 50 C/S.

4.1 STARDARDS:
4.2 The cable shall conform to the following standards to the extent of LAEDCL requirement is
fulfilled.
1) IS : 7098 (Part II) (Latest) :Specification for cross-linked polyethylene
Insulated PVC Sheathed Cables for working
Voltage from 3.3 KV up to and including 33 KV.

2) IS:8130 1984 :Specification for Conductors for insulated


electric cables and flexible cords.

3) IS:5830 1984 :PVC insulation & sheath of electric cables.

4) IS:3975 1979 : Armour for cables (for 3 Crore).

5) IS:10810 1984 : Methods for test for cables.

6) IS:10418 1982 : Cable Drum for Electric Cables.

3.3 The cable, joints, outdoor and indoor termination and their accessories and fittings may
conform to other Indian and/or equivalent standards or important publications to improve
upon their performance, but shall not fall short of the requirement of this specification. The
tenderer shall clearly indicate such standards in their offers.
5.0 ELECTRICAL CHARACTERISTICS & PERFORMANCE:
5.1 Description of Cable:
a) 6.35/11 KV Grade 3-Crore : Same as above but insulation shielding with black
semi-conducting tape not necessary. Inner sheath to be wrapped not extruded and
strip armoured. The design shall fully conform to IS:7098 (Part II).

b) SPECIFIC TECHNICAL REQUIREMENTS


Technical parameters of the cable shall be as follows:

182
Sl Particulars Unit 11 KV
No
1 Rated voltage KV 11
2 Type of insulation - XLPE
3 Single Core - Single , three
4 Armoured /Unarmoured - Armoured
5 Material of Conductor Material to IS: 8130, H4 Grade Aluminium
Conductor, Stranded compacted Circular
6 System - 11 KV Earthed
7 Highest System Voltage KV 12
8 Material - Stranded Aluminium
9 Voltage Grade 6.35/11 KV
10 Conductor Size Sq. 1x240,3x120
mm 1x300
11 Nominal dimention 2.1 mm[for 1x300sqmm ],
of Al. round wire 2.0mm [for 1x240sqmm
& 2.5mm[3x120 sqmm],
12 Nominal thickness 3.6 mm
of XLE insulationr sheath
13 Approx overall 61.50mm [for 3x120sqmm],
cable diameter 33.00 mm [for 1x240sqmm]
38.00 mm [ for 1x300 sqmm],
14 Current rating
0C
a In ground at 30 219A(3x120sqmm),
340A(1x240sqmm)
381 A(1x300 sqmm)
0C
b In air at 40 288A(1x120sqmm),
447A(1x240 sqmm)
512 A(1x300 sqmm
o
15 Maxm. 90 C at maxm. Continuous current
Conductor Temp
16 Short Ckt.Current for 1 11.3KA-for120 sqmm,
second duration 22.6 KA-for 185 sqmm,
28.3 KA for 300 sqmm.
o
17 Maxm.Permissible emergency 130 C for one hour
overload temp. at 25%
overload
to 100 hrs. per year or 500
hrs. in life of cable
o
18 Maxm. Permissible short 250 C for one hour
circuit temperature

19 Conductor Screening Extruded, cross linked, semi-conducting compound of.5


mm for 11KV
20 Insulation Screening
21 Conductor Screening : Extruded, cross linked, semi-conducting compound
of.5 mm for 11KV
22 Insulation : XLPE of thickness, 3.6 mm (Nominal) for 11KV
a Insulation Screening For Combination of black extruded semi-conducting tape
33 as the non-metallic part and annealed copper 0.06
KV : mm (minimum) thick tape lapping as metallic part. For
1 core cable, the non-magnetic metal Armour will act
as metallic part insulation screening.
b For It is same but semi-conducting tape is not required
11
KV :
23 Inner Sheathing : Black extruded PVC, Type ST-2 compound for 33 KV
and wrapped PVC tape for 11 KV as per ISS. For 1

183
core there will be no inner sheath.
24 Armouring : Single layer of round galvanized steel wires/strip for
33 KV and galvanized steel strips/wire for 11 KV (3
core) as per IS. For 1 core, there will be non-
magnetic metal Armour.
25 Overall Sheathing : Coloured PVC, type ST-2 compound to IS: 5831,
extruded for both 33KV and 11KV thickness shall be
as per ISS
26 Approx. length of cable in a : 250 metres with a tolerance of 5% (for 3 core), 500
Drum metres 5% (for 1 core)
27 End Sealing H.S. Caps (see clause 6.11.1) (Heat Shrinkable)
a Max. Tan-delta at room 0.004
temp. At nominal phase to
neutral voltage (Uo):
b Maxm. Increment of tan- : 0.002
delta between 0.5 Uo to 2
Uo at room temp:
28 Partial discharge value 20 Pc (Maxm.) at 1.6 Uo.
29 Impulse Tests 170 KV for 33 KV and as per ISS for 11 KV
30 H.V. Tests between 48 KV (rms) for 33 KV for 5 minutes and as per ISS
Conductors & for 11 KV
Screen/Armour
31 Maxm. D.C. Rtance/Km As per relevant I.S.S

* NB the above parameters are applicable for three core and single core cable, if not otherwise
specified.

6.0 CABLE CONSTRUCTION:


6.1 XLPE underground cable is to be manufactured in continuous catenary process at
controlled elevated temperature and pressure in inert atmosphere with use of suitable
materials for XLPE semi-conducting, insulation and XLPE screen. The inner and outer
semi-conducting sheaths and main polyethylene insulation between the sheaths are to
be simultaneously extruded during the Triple Extrusion Process of manufacturing and
main insulation of the Cable is to be extruded unified. The XLPE Cables in this
specification does not have any metal sheath and the short circuit rating of the cable
will depend on the conductivity and continuity of the strands of the armour wires, which
shall be ensured by guarding against corrosion.

6.2 CONDUCTOR SCREENING

6.3 A semi-conducting cross-linked polyethylene (XLPE) screening shall be extruded


over the conductor to act as an electrical shield which together with elimination of
the so called Strand`Effect prevents to a great extent air ionization on the surface
of the conductor.

6.4 INSULATION:
The main insulation of the Cable shall be extruded unfilled, chemically cross-linked
polyethylene (XLPE) inert gas cured satisfying the requirement of ISS: 7098 (Part- II)

6.5 INSULATING SCREEN:


The screen shall be made up as given in Clause the metal screen eliminates tangential
stress electrostatic field surrounding the conductor and uniform electrical stress in the
insulation.
The semi conducting polyethylene (XLPE) screen shall be extruded over the main poly
ethylene-insulating wall to prevent partial discharge at the surface of the insulation. The
copper tape shall be wrapped over the semi conducting tape or extrusion as mentioned
earlier for 3 core cables. The metal screen so formed around the cores shall be in contact
with one another as the cores are laid up at triangular configuration. For single core cable,

184
Aluminium wires armoring shall constitute the metallic part of insulation screen. Conductor
screening, insulation and insulation screening shall be extruded in triple extrusion processes
so as to obtain continuously smooth interfaces.

6.6 The mechanical and chemical properties of the materials for semi conducting
screens are much more important than their electrical properties, but for obtaining
the high overall degree of electrical properties of an E.H.V. cable, the inner and
outer semi conducting, sheaths and the main polyethylene insulation between the
sheaths shall be simultaneously extruded during the manufacturing, process known
as triple extrusion. The advantages are:

i) The partial discharge level at the surface of the insulation is brought to a minimum.

ii) There will be no displacement of the semi conducting screen and insulation during
expansion and contraction due to load cycles and bending.

iii) The semi conducting screens are easily removable during joining and termination
operations.

Note: Manufacturers not having triple extrusion process will be disqualified.


The Tenderer shall have to produce necessary process line at the time of
bidding.

6.7 LAYING UP:


The phase identification of the cores shall be either by colour or numerals as per
I.S.S. for 3 core cables only.
Core Colour Numeral
Red 1
Yellow 2
Blue 3
The screen cores shall be laid up with interstices filled with PVC fillers and taped a
binder tape as to obtain a reasonably circular cable.

6.8 INNER SHEATH:


The cable core shall be supplied with bedding of PVC (Inner sheath) in the form of
extruded PVC sheath for 33 KV cables. Wrapped PVC tapes shall be used for 11KV
thickness as per clause and as per relevant IS.

6.9 ARMOUR:
The cable shall be wire armoured /steel strip in case of 33KV and wire/strip armoured
11 KV, three core cables to insure an adequate return path for the flow of fault current
and also provide suitable mechanical protection. Steel wires/aluminum wire / steel
strips of required size in requisite number as per clause shall be laid closely in the
spiral formation to protect the circumference of the cable fully and to provide adequate
cores section area for flow of maximum fault current within limits of specified
temperature rise and duration of fault. Direction of the lay of the armour shall be
opposite to that of the cable cores in case of single core cable armour should be of
non-metallic material.

6.10 OUTER SHEATH:


A reliable surving shall be necessary for maintaining conductivity of the armour
particularly under corrosive condition in the form of jacket. Cable shall be therefore
finished with extruded PVC over sheath of thickness as per clause.
The quality of PVC over sheath (jacket) shall be ensured for service reliability against
moisture intrusion and shall confirm to type ST-2 of IS : 5831.
The colour of the outer sheath shall be follows:

185
For 11 KV cable : Blue
The sheaths shall be protected against white ants, vermin and termites by suitable,
durable and reliable measures.
The suppliers shall suggest suitable materials for use, in the event of damage to the
over sheath to prevent the passage of moisture along the cable.

6.11 CABLE IDENTIFICATION:


The following shall be embossed on the outer sheath for the identification.
a) Manufacturers Name or Trade Mark.
b) Voltage Grade.
c) Nominal section and material of conductors and number of cores.
d) Year of manufacture.
e) Inscription of length of cables at 1.0 mtr interval.
f) Name of purchaser APDCL;
g) Marking Power shall be embossed throughout the length of the cable at
10 mtr spacing.
h) Type of insulation i.e. XLPE

6.11.1 CEILING OF CABLE ENDS:


The cable ends of the cable in the wooden drum for delivery shall be sealed with heat
shrinkable caps.

7.0 WOODEN DRUMS:


The cable shall be packed in non-returnable wooden drums.

The following information shall be marked on each drum.


a) Drum identification number.
b) Manufacturers name, Trade name / Trade mark, if any.
c) Nominal sectional area of the conductor of the cable.
d) Number of cores
e) Type of cable and voltage grade with cable code
f) Length of cable in cable drum
g) Direction of rotation of drum (by means of an arrow)
h) Appox. Weight: tare: gross:
i) Year and country of manufacture
j) Purchase order number
k) Date of delivery
l) Name of the purchaser.
Drum shall be proofed against attack by white ant or termite conforming to IS: 10418.
The Drums may also be marked with ISI certificate mark, as applicable.
2
Safe pulling force : 30 N/mm (for conductor)

8.0 Tests to be performed as per IS:7098 (part II)


Tenderer shall have to submit type test report (tested at CPRI Bangalore/Bhupal)
along with the Bid. Bidder will be disqualified for non-submission of type test reports.

8.1 Type test all the test mentioned below are to be made as per details given in
IS:10810
a) Test on conductor
i. Tensile test (For aluminum)
ii. Wrapping test for aluminum
iii. Resistance test.
b) Test for armuoring wire strips.
c) Test for thickness of insulation and sheath.
d) Physical test for insulation.
i. Tensile strength and elongation at break

186
ii. Ageing in air oven.
iii. Hot test
iv. Shrinkage test.
v. Water absorption (Gravimetric)
e) Physical tests for outer sheath
i. Tensile strength and elongation at break
ii. Ageing in air oven.
iii. Shrinkage test.
iv. Hot deformation
v. Heat shock
vi. Loss of mass in air oven
vii. Thermal stability
viii. Thermal Stability

f) Partial discharge test


g) Bending test
h) Dielectric power factor test
i. As a function voltage
ii. As a function of temperature
i) Insulation resistance (volume resistivity) test
j) Heating cycle test
k) Impulse with stand test
l) High voltage test
m) Flammability test

8.2 The following test on screen cable shall be performed successfully on the same
test sample of completed cable, not less than 10 m. in length between the test
accessories.
a) PD test
b) Bending test followed by PD test
c) Di-electric power factor as function of voltage
d) Di-electric power factor as a function of temperature
e) Heating cycle test followed by Di-electric power factor as a function of
voltage and PD test.
f) Impulse with stand test and
g) High voltage test as per para
If a sample fails in test (g) one more sample shall be taken for this test, preceded
by test (b) and (e)

8.3 Acceptance test : the following shall constitute acceptance test:


a) Tensile test (For aluminum)
b) Wrapping test for aluminum
c) Conductor resistance test
d) Test for thickness of insulation and sheath
e) Hot set test for insulation
f) Tensile strength and elongation at break test for insulation and outer sheath
g) PD test (Screen enables) only on full drum length
h) High voltage test, and
i) Insulation resistance ( volume resistivity) test
J) Spark test on extruded un-insulated outer PVC sheath as per provision
clause no 3.2 IEC standard (Publication no.229 of 1982)

8.4 Routine test:


The routine test shall be carried out on all cables manufacturer in accordance with
this specification. The following routine test shall be made on cable length as
specified in ISS.
a) Conductor resistance test
b) Partial discharge test on full drum length
c) High voltage test as per clause

187
8.5 Test witness
a) All tests shall be performed in presence of purchaser representatives if so
desired by the purchaser.
b) The contractor shall give at least 15 days advance notice for witnessing
such tests.

9.0 Test Certificate


9.1 Certified copies of all routine test carried out at work shall be furnished in 6 copies for
approval of the Purchaser.

9.2 The cable shall be dispatched from works only after receipt of Purchasers written
approval of shop test report.

9.3 Type test certificates of the cable offered shall be furnished. Otherwise the cable
shall have to be type tested on similar rating as per clause 10 free of any charges to
prove the design.

10.0 Descriptive literatures test results etc.


The following details for the cable shall be submitted with bid
a) Manufacturers catalogue giving cable construction details and characteristics
b) Manufacturing process in details for cables highlighting the steps of control
i. Contamination
ii. Formation of water trees
iii. Effects of by products of cross linking
iv. Stress control etc.
c) Cross section drawing of the cable
d) Cable current ratings for different types of installation inclusive of derating factors
due to ambient temperature, grouping etc.
e) Over-load characteristics of the cable without endangering the normal life and
electrical quality of the insulation.
f) Complete technical date of the cables.
g) Type test certificate from government testing units/government authorized testing
units.

With the quality assurance plan submitted by the firm, the offer shall be liable for rejection.

11.0 Guarantee:
The guarantee period should either be 60 (Sixty) month from the date of commissioning or
68 (Sixty eight) month from the date of material received at site. The tenderer shall have to
replace the damage cable (electrical damage/physical deformation) within 30 days from
reporting.

188
6.27 TECHNICAL SPECIFICATION FOR 1.1 KV GRADE SINGLE CORE UNARMOURED L.T.
XLPE CABLE
1 .0. SCOPE:

This specification covers design, engineering, manufacture, stage testing, inspection


and testing before supply and delivery at site of 1.1 kV grade single core
16/25/50/95/120/185/240/300 Sq. mm. XLPE Cables for use with effectively earthed
distribution system.
1.1. It is not the intent to specify completely herein all the details of the design and construction
of material. However the material shall confirm in all respects to high standards of
engineering, design and workmanship and shall be capable of performing in continuous
commercial operation in a manner acceptable to the purchaser, who will interpret the
meanings of drawings and specification and shall have the power to reject any work or
material which, in his judgment is not in accordance therewith. The offered material shall be
complete with all components necessary for their effective and trouble free operation. Such,
components shall be deemed to be within the scope of Bidders supply irrespective of
whether those are specifically brought out in this specification and/or the commercial order
or not.
1.2. Normally the offer should be as per Technical Specification without any deviation. But any
deviation felt necessary to improve performance, efficiency and utility of equipment must be
mentioned in the Deviation Schedule with reasons duly supported by documentary
evidences and advantages of such deviation. Such deviation suggested may or may not be
accepted. But deviation not mentioned in Deviation Schedule will not be considered
afterwards.
12.0 Location
The cables may be laid buried directly in ground at a depth of one metre in average, any
where in Assam and terminate for outdoor connection to a distribution transformer or to
overhead LT lines and also indoor connection for indoor switchgear

a. STANDARDS:
3.1. The materials shall conform in all respects to the relevant Indian Standard Specifications
with latest amendments thereto.

Indian Standard Title Internationally


No. Recognized
standard
IS-7098 Part-I/1988 Specification for Cross Linked IEC 502 (1983)
Polyethylene Insulated PVC Sheathed
Cables for working Voltages Up to
and including 1100V
IS-5831/1984 PVC insulation and sheath of electric IEC 502 (1983)
cables
IS-8130/1984 Conductors for insulated electric cables IEC 228 (1978)
and Flexible cords
IS 3975/1979 Specification for armouring
IS-10418/1982 Specification for cable drum

Material conforming to other internationally accepted standards, which ensure equal


or higher quality than the standards mentioned above, would also be acceptable. In case
the Bidders who wish to offer material conforming to the other standards, salient points of
difference between the standards adopted and the specific standards shall be clearly
brought out in relevant schedule. Four copies of such standards with authentic English
Translations shall be furnished along with the offer. . In case of conflict the order of
precedence shall be (i) IS, (ii) IEC, (iii) Other standards. In case of any difference between
provisions of these standards and provisions of this specification, the provisions contained
in this specification shall prevail.
Moderately hot and humid tropical climate, conducive to rust and fungus growth.

189
3.0. SYSTEM DETAILS :
The material shall conform to the following parameters:

Sl. No. Specification


Item
1. Outdoor
Type of Installation
2. System Voltage 433 V (+10% -15%)
3. System Frequency 50 Hz +/- 5%
4. No. of Phases Three
5. System of earthing Solidly grounded

4.0 TECHNICAL REQUIREMENTS:

4.1 MAIN FEATURES:


The power cables shall be of LT 1.1 kV Grade, stranded compacted, high conductivity,
aluminum conductor, XLPE insulated, ST-1 type extruded PVC outer sheathed, conforming
to relevant standards suitable for LT AC three phase, 50 c/s, effectively earthed distribution
system.

4.2 MATERIALS AND CONSTRUCTION:


4.2.0 SPECIFIC TECHNICAL REQUIREMENTS

Technical parameters of the cable shall be as follows


Min. current carrying
Min. thickness Max. D.C Max. A.C capacity at 300C
Min. thickness Min Short Ckt Min.
Sl Cable Size of Outer Resistance at Resistance (Amps)
Al. Strand of XLPE Overall dia 0 0 current/sec weight.
No (Sq.mm) sheath 20 C at 70 C
(mm) (mm) (KA/1sec) Kg/Km
(mm) (Ohm/Km) (Ohm/Km)
Ground Air

1 25 7 0.9 1.8 11.0 1.200 1.540 96 98 2.4 169


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

4.2.1 CONDUCTOR:

The cable conductor shall be made from stranded aluminum to form compacted shaped
conductor having resistance within the limits specified in IS-8130/1984

4.2.2 INSULATION:

The XLPE insulation shall be suitable for the specified system voltage. The manufacturing
process shall ensure that the insulation is free from voids. The insulation shall withstand
mechanical and thermal stresses under steady state as well as transient operating
conditions. The extrusion method shall give smooth surface of insulation. The insulation
shall be so applied that it fits closely on the conductor and it shall be easily possible to
remove it without damaging the conductor.

4.2.3 OUTER SHEATH:


Extruded PVC outer sheath of black colour shall he applied with suitable additives to
prevent attack by rodents and termites. Outer sheathing shall be designed to offer
high degree of mechanical protection and shall also be heat, oil, chemical, abrasion
and weather resistant. Common acids, alkalies, saline solutions etc., shall not have
adverse effects on the PVC sheathing material used.

190
4.2.4 CONSTRUCTION:

1) All materials used in the manufacture of cable shall be new, unused and of finest
quality. All materials shall comply with the applicable provisions of the tests of the
relevant Standards.
2) The PVC material used in the manufacture of cable shall be of reputed make.No
recycling of the PVC is permissible. The purchaser reserves the right to ask for
documentary proof of the purchase of various materials to be used for the manufacture
of cable and to check that the conductor is complying with quality control.
4) Cables shall have suitable fillers laid up with the conductors to provide a
substantially circular cores section before the sheath is applied. Fillers shall be
suitable for the operating temperature of the insulation & compatible with the
insulation material

4.2.5 CURRENT RATING:


The cables shall have current ratings and derating factors as per relevant Indian Standards.
The current ratings shall be based on maximum conductor temperature of 90 deg. C with
ambient site condition specified for continuous operating at the rated current.

4.2.6 OPERATION:
Cables shall be capable of satisfactory operation, under a power supply system frequency
variation of +/- 5 c/s, voltage variation of +10% or-15%. Cables shall have heat and
moisture resistance properties; these shall be of type and design with proven record on
Distribution Network service.
4.2.7 LENGTH:
The cable shall be supplied in wooden drums and the standard drum length shall be as
follows-
2
1x25 mm 1000 meters +/- 5%
2
1x120 mm 500 meters +/- 5%

Substandard drum length of not less than 100 meters upto a maximum of 5% of the
quantities ordered shall be accepted. However substandard drum length upto a maximum of
5% shall be acceptable only in a particular lot offered for inspection

4.2.8 IDENTIFICATION:
For identification of individual cores, coloured strips of red, yellow and blue colours
respectively shall be used on the cores to identify phase conductors as per relevant
ISS.
4.2.7 EMBOSSING:
The cable shall be embossed through out the length with the name of the
manufacturer and the letters "Property of APDCL., Specification No., voltage grade
with cable size and the year of manufacture". The embossing shall be done only on
the outer sheath, the distance between any two consecutive embossings shall not be
more than 2 Meter. The cable shall also be embossed (clearly visible) for the
verification of its length at intervals of 1 Meter say 1,2,3 up to full length.
4.2.8 GUARANTEED TECHNICAL PARTICULARS:
The guaranteed technical particulars as detailed in the specification annexure-I shall be
guaranteed and a statement of guaranteed technical particulars shall be furnished in the
format along with the bid without which the Bid shall be treated as Non -Responsive.
Immediately after completion of the electrical tests (during routine/acceptance
tests), the ends of the cable shall be enclosed by rubber/PVC caps of wall thickness not less
than 2.5 mm and then sealed by non hygroscopic material (the cores being suitably
insulated from the cap). The cap shall be of robust construction and tight fit, and it shall
have the trademark of the manufacturer embossed thereon

5.0. TESTS:
5.1 Type Test:
The material offered shall be fully type tested at independent test laboratories by the Bidder
as per the relevant standards but test reports shall not be more than five years old from the
date of opening of bid. The bidder shall furnish complete set of following type test reports

191
along with the bid. The bids received without these type test reports shall be treated as
Non-responsive.
1. Tests on conductors
2. Test for thickness of insulation and sheath
3. Physical tests for insulation
4. Physical tests for outer sheath
5. Insulation resistance test
6. High voltage test
5.2. Acceptance and Routine test: All acceptance and routine tests as stipulated in the relevant
standards shall be carried out by the supplier in presence of purchaser's representative.

6.0 INSPECTION:
6.1 The inspection shall be carried out by the purchasers representative during
manufacture and before dispatch. The supplier shall keep the purchaser informed in
advance, about the manufacturing programme so that arrangement can be made for
inspection.
The manufacturer shall grant free access to the purchasers representative, at a
reasonable time, when the work is in progress. Inspection and acceptance of any
equipment under this specification by the purchaser, shall not relieve the supplier of
his obligation of furnishing the equipment in accordance with the specification and
shall not prevent subsequent rejection if the equipment is found to be defective.

6.2 All Acceptance tests and inspection shall be made at the place of manufacturer
unless otherwise especially agreed upon by the Bidder and purchaser at the time of
purchase.
The purchaser reserves the right to insist for witnessing the acceptance/ routine testing of
the bought out items. The supplier shall give 15 days (for local supply)/ 30 days (incase of
foreign supply) advance intimation to enable the purchaser to depute his representative for
witnessing the acceptance and routine tests. Material shall be dispatched only after getting
the dispatch authorization from Inspectors representing purchaser, after successful testing.

6.3 If successful type tests have been carried out on the offered design during last five
years (counted from the date of tender opening), repetition of type tests is not required.
On the other hand, if the offered design is not type tested during last five years, the cable
shall be subjected to all type test in accordance with IS: 1554 (Part-I)/1988 and amendment
thereof at recognized test house of repute. All charges/fee/transportation etc. to conduct
these tests shall be borne by Contractor.
Regular supply of the material shall commence only after successful type testing and
dispatch authorization from the competent authority.
However, the purchaser reserves the right to get cable type tested at any stage during the
currency of contract at his own expenses in any reputed test house. The transportation and
arrangement of testing of sample to test laboratory shall be the responsibility of the
contractor.

6.4 Routine tests report shall be sent by the manufacturers with their offer for
inspection, the following acceptance tests as laid down in the referred ISS (with latest
amendments) shall be carried out by the inspecting officer of the APDCL on Samples
selected at random as per Appendix `A in IS-1554 (Part-I) 1988.
1. Tests on conductor Reference to I.S.S.
a) Tensile test IS: 8130-1984
b) Conductor resistance test IS: 8130-1984
2. Test on armoring strips:
a) Measurement of dimension IS: 3975 1979
b) Tensile test IS: 3975 1979
c) Elongation test & winding test IS: 3975 1979
d) Zinc coating IS: 2633 1984
3. Test for thickness of insulation and sheath IS: 5831 1984

4. Tensile strength and elongation


at break of insulation and sheath IS:5831 1984

192
5. Insulation Resistance Test IS: 5831 1984
6. High voltage test at room temperature IS: 1554 (Part-I) 1988

In addition to above, length/weight check and bending test on one drum per inspection shall
also be carried out by the inspecting officers for which contractor will make all necessary
arrangements and provide all necessary facilities at his own cost.

7.0 CALBE DRUMS:


The cables shall be supplied in non-returnable substantially lagged wooden drums of heavy
construction suitable for transportation by goods train or truck and for storage at site. The
wood used for construction of the drum shall be properly seasoned and sound and wood
preservative shall be applied to the entire drum. All ferrous parts shall be treated with a
suitable rust preventive finish or coating to avoid rusting during transit or storage. The drum
shall also conform to specn. No. IS: 10418-1982 with latest amendment thereof.
Each drum shall have the following information marked on it with indelible ink
alongwith other important information including technical data: -

1. Property of APDCL & Specification No.


2. Designation of consignee & destination railway station.
3. Drum Number.
4. Aluminium Core Cable.
5. Cable rating eg. Voltage grade, No. of cores, sizes etc.
6. Height of empty drum.
7. Length of Cable.
8. Gross weight of drum with cable.
9. Year of manufacture.

8.0 PACKING AND TRANSPORT:


All the material covered under this specification shall be adequately packed for
transportation by Rail/Road. A layer of waterproof paper shall be applied to the surface of
the drums and over the outer cable layer. A clear space of atleast 40 mm shall be left
between the cable and the laggings. The packing shall be adequate to protect the cable
from damage, in transit and contractor shall be responsible for it and make good at his own
expense any and all damages due to improper packing etc.

9.0 VARIATION OF QUANTITY:


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

193
6.28 TECHNICAL SPECIFICATION FOR COMPOSITE INSULATORSFOR USE IN 11KV AND
33 KV SYSTEM
1.0 SCOPE
Long rod insulator for conductors in tension application at angle/ cut point, the insulator shall
be of boll and socket type or tongue & Clevis type.

1.1 STANDARDS
Sl. Indian International
Title
No. Standard Standard
1. Definition, test method and acceptance criteria
for composite insulators for a. c. overhead lines IEC:61109
above.
2. Porcelain insulators for overhead power lines
IS:731 IEC:60383
with a nominal voltage greater than 1000V
3. IS:2071 Methods of High voltage testing IEC:60060-1
4. Specification for insulator fitting for overhead
power lines with a nominal voltage greater than IEC:60120
IS:2486
1000V General Requirements and tests IEC:60372
Dimensional Requirements locking devices.
5. Thermal mechanical performances test on
IEC:60575
string insulator units.
6. Guide for the selection of insulators in respect
IS:13134 IEC:60815
of polluted conditions.
7. Characteristics of string insulator units of the
IEC:60433
long rod type.
8. Hydrophobicity classification STRI GUIDE 1.92/1
9. Radio interference characteristics of overhead
CISPR:18-2 PART2
power lines and high-voltage equipment
10. IS:8263 Methods of RI test of HV insulators IEC:60437
11. Standard for insulators- composite distribution
ANSI c29.13-2000
dead end type
12. Hot dip Zinc coatings on structural steel & other ISO:1459
IS:4759
allied products. ISO:1461
13. Recommendation of weight for hot, dip
IS:2629 ISO:1461(E)
galvanization for iron and steel
14. Determination of weight of Zinc coatings on zinc
IS:6745 ISO:1460
coated iron and steel articles
15. Method of testing of local thickness of
IS:3203 ISO:2178
electroplated coating
16. Testing of uniformity of coating of zinc coated
IS:2633
articles
17. Standard specification for glass fiber standards ASTM D 578-05
18. Standard test method for compositional
ASTME 1131- 03
analysis of thermogravimetry
19. IS:4699 Specification for refined secondary Zinc

1.2 SERVICE CONDITION


0
Maximum ambient temperature : *48 C
0
Minimum ambient temperature : - 5 C
Relative humidity : 0 to 100%
The size of composite insulator, minimum creepage distance and mechanical strength
alongwith hardware fittings shall be as follows.

Sl Type of Nominal Higest Visible Wet power Impulse Pin ball


Minimum Creepage Min. Failing
. composite system system discharge frequency withstand shankdi
distance (mm) load KN
N insulator voltage voltage KV test voltage withstand voltage KV ameter

194
o. KV (rms) KV (rms voltage KV (rms Normal & Hea vily mm
(rms) (rms moderately pollu ted
polluted (25mm/
(20mm/ KV) KV)

i 11 12 9 35 75 240 320 45 16
Long rod
insulator 33 36 27 75 170 720 900 45/70**
ii
11 12 9 35 75 240 320 5
Post/ pin
insulator
33 36 27 75 170 720 900 10

Dimensional Tolerance of composite insulators


(0.04d=1.5) mm when d < 300 mm
(0.025d=6) mm when d < 300 mm
Inter changeability
The composite insulators including the end fitting connection shall be of standard design
suitable for use with the hardware fittings of any make conforming to relevant IEC/IS
standards.
Corona and RI performance
All surfaces shall be clean, smooth without cuts, abrasions or projections. No parts shall be
subjected to excessive localized pressure. The insulator and metal parts shall be so
designed and manufactured that it shall avoid local corona formation and not generate any
radio interference beyond specified limit under the operating conditions.
Core
It shall be a glass fiber reinforce epoxy resin rod of high strength (FRP rod). Glass fibers
and resin shall be optimized in the FRP rod. Glass fibers shall be Boron free electrically
corrosion resistant(ECR) glass fiber or boron free E- class and shall exhibit both high
electrical integrity and high resistance to acid corrosion . the matrix of the FRP rod shall be
Hydrolysis resistant. The FRP rod shall be manufactured through pultrusion process . the
FRP rod shall be void free.
Housing (Sheath)
The FRP rod shall be covered by a seamless sheath of a silicon elastometric compound or
silicon alloy compound of a thickness of 3 mm minimum.

It should protect the FRP rod against environment influences, external pollution and
humidity. It shall be excluded or directly moulded on the core and shall have chemical
bonding with the FRP rod. The strength of the bond shall be greater than the tearing
strength of the polymer. Sheath material in the bulk as in the sealing/ bonding area shall be
free from voids.
Weather sheds
The composite polymer weather sheds made of silicon elastomeric compound of silicon
alloy shall be firmly bounded to the sheath, vulcanized to the sheath or moulded as part of
the sheath and shall be free from imperfections. The weather sheds should have silicon
content of minimum 30% by weight. The strength of the weather sheds to sheath interface
shall be greater than the tearing strength of the polymer. The interface, if any, between
sheds and sheath (housing) shall be free from voids.
End Fittings
End fittings transmit then mechanical load to the core. They shall be made of spheroid
graphite cast iron, malleable cast iron or forged steel or aluminium alloy. They shall be
connected to the rod by means of a controlled compression technique. The gap between
195
fitting and sheath shall be sealed by a flexible silicon elastomeric compound or silicon alloy
compound sealant. System of attachment of end fitting to the rod shall provide superior
sealing performance between housing, i.e. seamless sheath and metal connection. The
sealing must be moisture proof.
The dimensions of end fittings of Insulators shall be in accordance with the standard
dimensions stated in IS:2486/IEC:60120

Equipment Marking
5.1 Each insulator unit shall be legibly and marked with the following details as per IEC-61109
(a) Month & Year of manufacture
(b) Min. Failing load/ guaranteed mechanical strength in kilo Newton followed by the word
KN to facilitate easy identification.
(c) Manufactures name / trade mark.
5.2 One 10mm thick ring or 20mm thick spot of suitable quality of paint shall be marked on the
end fitting of each composite long rod of [particular strength in case of 33 KV insulators
for identification in case both type of insulators are procured by the utility. The paint shall
be not have deteriorating effect on the insulator performance, following codes shall be
used as identification mark:
For 45 KN Long unit : Blue
For 70 KN Long unit : Red
6.0 Bid Drawings
6.1 The full description and illustration of the materials offered.
6.2 The bidder furnish alongwith the bid the outline drawing ( 3 copies ) of each insulator unit
including a cross sectional view of the long rod insulator unit. The drawing shall include but
not be limited to the following information.
(a) Long rod diameter with manufacturing tolerance.
(b) Minimum creepage distance with positive tolerance.
(c) Protected creepage distance.
(d) Eccentricity of the long rod unit
(i) Axial run out
(ii) Radial run out
(e) Unit mechanical and electrical characteristics
(f) Size and weight of ball and socket/ tongue & cleaves
(g) Weight of composite long rod units
(h) Materials
(i) Identification Mark
(ii) Manufacturers catalogue number

7.0 Type tests


Sl.No. Description of type test Test procedure / standard
1. Dry lightning impulse withstand voltage test As per IEC 61109 (Clause 6.1)
2. Wet power frequency test As per IEC 61109 (Clause 6.2)
3. Mechanical load- time test As per IEC 61109 (Clause 6.4)
4. Radio Interference test As per IEC 61109 (Clause 6.5) revised
5. Recovery of Hydrophobicity test Annexure-B This test may be repeated every 3 yrs
by the manufacturer
6. Chemical composition test for silicon content Annexure-B or any other test method acceptable
to the owner
7. Brittle fracture resistance test Annexure-B

8.0 Acceptance (Sample) Tests


8.1 For Composite Insulators
A Verification of dimensions Clause 7.2 IEC:61109
B Verification of the locking system ( if possible) Clause 7.3 IEC:61109

196
C Galvanizing Test IS 2633 / IS 6745
D Verification of the specified mechanical load Clause 7.4 IEC:61109

8.2 Routine Tests


Sl. No. Description Standard
1. Identification of marking As per IEC:61109 Clause 8.1
2. Visual Inspection As per IEC:61109 Clause 8.2
3. Mechanical routine test As per IEC:61109 Clause 8.3

8.3 Tests During Manufacture


Following tests shall also be carried our

A Chemical analysis of zinc used for galvanizing


B Chemical analysis, mechanical, metallographic test and magnetic particle
inspection for malleable castings
C Chemical analysis, hardness and magnetic particle inspection for forigngs

197
TECHNLCAL PARICULARS OF COMPOSIT POLYMERIC INSULATOR FOR 11 KV , 45 KN
( T & C ) TYPE

Sl. no Description Unit 11KV , 45 KN , T& C type


1. Type of Insulator Composite polymeric Insulators
2. Standard according to which the IES-61109 with up to date
Insulator manufacture and tested amendments
3. Name of material used in manufacture Silicon/ Polyolefin material
Of the insulator with class/grade
(a) Material of core (FRP rod) ECR glass boron content free
i) E-glass or ECR- glass
ii) Boron content
(b) Material of housing &Weather sheds 36%
Silicon content by weight

(c) ( material of end fitting ) Hot dip galvanized high strength


steel
(d) Sealing compound for end fittings Silicon based sealants
4. Color Grey/ Red
5. Electrical characteristics
(a) Normal system voltage KV(rms ) 11 KV
(b) Highest system voltage KV(rms) 12 KV
(c) Dry power Frequency withstand voltage KV(rms ) 35 KV
(d) Wet power frequency withstand voltage KV (rms ) 35 KV
(e) Dry flashover voltage KV(rms) >35KV
(f) Wet flashover voltage KV(rms) >35KV
(g) Dry lighting impulse withstand voltage KV(peak)
a) Positive
b)Negative KV(peak) 75KV
75 KV

(h) Dry lighting impulse flashover voltage KV(peak)


c) positive 95KV
d) Negative KV(peak) 95 KV
(i) R/V at 1MHz when energized at Microvolt As per IES specification
10KV/30KV(rms) under dry condition
(j) Creepage distance (mm) mm 320 mm
6. Mechanical characteristics
(a) Minimum failing load KN 45KN
7. Dimension of insulator As per attached drawing
No.COM/PIN/33
(i) Weight Kg 0.90 Kg (Approx)
(ii) Dia of FRP rod mm 16 mm
(iii) Length of FRP rod mm As per drawing attached
(iv) Die. Of Weather sheds mm As per drawing attached
(v) Thickness of housing mm (3mm-Min)
(vi) Dry arc distance mm As per drawing attached
Dimension drawing of insulator including Provided
weight with clearances min weight
enclosed
8. Method of fixing of sheds to housing Modular Design
(specify single moulder Modular
construction moulding )
9. No. of Weather sheds As per drawing attached
10. Types of sheds As per drawing attached
(i) Aerodynamic Aerodynamic
(ii) With under ribs -------------------------
11. Packing details Each insulator in poly bag
then packed in master carton-
198
7Ply

(a) Types of packing Corrugated Bodies


(b) No. of insulator each pack One master carton box
containing 16Pcs
(c) Gross weight of package 17 KG ( approx. )
12. Any other particulars which the bidder -----------------------
may like to give

TECHNLCAL PARICULARS OF COMPOSIT POLYMERIC INSULATOR FOR 11 KV , 5 KN PIN


INSULATOR TYPE

Sl. No Description Unit 11KV , 5 KN , PIN INSULATOR


1. Type of Insulator Composite polymeric Insulators
2. Standard according to which the IES-61109 with up to date amendments
Insulator manufacture and tested
3. Name of material used in manufacture Silicon/ Polyolefin material
Of the insulator with class/grade
(a) Material of core (FRP rod) ECR glass boron content free
i) E-glass or ECR- glass
ii) Boron content
(b) Material of housing &Weather sheds 36%
Silicon content by weight

(c) ( material of end fitting ) Hot dip galvanized high strength steel
(d) Sealing compound for end fittings Silicon based sealants
4. Color Grey/ Red
5. Electrical characteristics
(a) Normal system voltage KV(rms ) 11 KV
(b) Highest system voltage KV(rms) 12 KV
(c) Dry power Frequency withstand voltage KV(rms ) 35 KV
(d) Wet power frequency withstand voltage KV (rms ) 35 KV
(e) Dry flashover voltage KV(rms) >35KV
(f) Wet flashover voltage KV(rms) >35KV
(g) Dry lighting impulse withstand voltage KV(peak)
a) Positive
b)Negative KV(peak) 75KV
75 KV

(h) Dry lighting impulse flashover voltage KV(peak) 95KV


c) positive 95 KV
d) Negative KV(peak)
(i) R/V at 1MHz when energized at Microvolt As per IES specification
10KV/30KV(rms) under dry condition
(j) Creepage distance (mm) mm 320 mm
6. Mechanical characteristics
(a) Minimum failing load KN 5KN
7. Dimension of insulator As per attached drawing No.COM/PIN/33
(i) Weight Kg 1.0 Kg (Approx)
(ii) Dia of FRP rod mm 16 mm
(iii) Length of FRP rod mm As per drawing attached
(iv) Die. Of Weather sheds mm As per drawing attached
(v) Thickness of housing mm (3mm-Min)
(vi) Dry arc distance mm As per drawing attached
Dimension drawing of insulator including Provided
weight with clearances min weight
enclosed
199
8. Method of fixing of sheds to housing Modular Design
(specify single moulder Modular
construction moulding )
9. No. of Weather sheds As per drawing attached
10. Types of sheds As per drawing attached
(i) Aerodynamic Aerodynamic
(ii) With under ribs -------------------------
11. Packing details Each insulator in poly bag then packed
in master carton- 7Ply

(a) Types of packing Corrugated Bodies


(b) No. of insulator each pack One master carton box containing
16 Pcs
(c) Gross weight of package 16 KG ( approx. )
12. Any other particulars which the bidder -----------------------
may like to give

200
.
6.29 TECHNICAL SPECIFICATION FOR CAST IRON EARTH PIPE

1.0 Scope
This specification covers design, manufacture, testing, transport to site, insurance, storage,
erection and commissioning of the cast iron earth pipe for use on line & substation as
earthing pipe

2.0 Standard
The Earth pipe shall comply with the Indian Standard specification IS: 1729/1964 and as
amended from time to time except where they conflict with the specific requirements in this
specification.

3.0 Manufacture
Metal used for the manufacture of pipes shall be good quality cast iron.
Casting shall be stripped with all precautions necessary to avoid wrapping and shrinkage
defects. They shall be free from defects which effect the use of castings. By agreement
between the purchaser and the manufacturer, minor defects may be rectified.
Pipes shall be such that they could be cut, drilled or machines.

Bolts, buts & washers shall be made of Steel and well galvanized. The bolts shall be of 200
mm length, 16 mm diameter with 2(two) nos. plain washers, one locknut & one check nut.
Threaded length of the bolts should be 50 mm.

4.0 Sizes
Dimensions of pipe & socket shall be conform to the sizes shown below and as
per drawing enclosed:
Nominal length of the pipe with socket 1800 mm
Nominal diameter of pipe 100 mm
External diameter of pipe 110 mm
Thickness of pipe 5 mm
Projection of spigot bead 3 mm
Width of spigot bead 15 mm
Internal dia of socket 129 mm
Thickness of socket 6 mm
Internal depth of socket 70 mm
Internal Radius of socket 5 mm
Width of grooves of socket 10 mm
External dia of grooves socket 155 mm
Depth of grooves of socket 5 mm
Nominal weight of pipe (Exclusive of ear) 21.67 Kg

5.0 Tolerance
The Tolerance of the 100 mm nominal diameter pipe shall be 3.5 mm
The Tolerance of pipe thickness shall be - 15 percent
The Tolerance of length of the pipe shall be - 20mm
The Tolerance of weight of the pipe shall be - 10 Percent
Pipes weighing more than the nominal weight may be accepted provided they
comply in every other respect with the requirements of this standard.

201
6.0 TEST
6.30 Hammer test: Each pipe when tested for soundness by striking with a light hand hammer
shall emit a clear ringing sound.

6.31 Hydraulic test : If so required by the purchaser, pipe shall be tested hydraulically at a
2
pressure of 0.4 kg/cm without showing any sign of leakage, sweating or other defect of any
kind. The pressure shall be applied internally and shall be maintained for not less than 15
seconds. The tests shall be conducted before coating of pipe.

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

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

9 Marking
Each pipe shall have the Trademark of the manufacturer and nominal size suitably marked
on it. The pipe marked with the ISI certificate mark, shall be preferred. The equipments shall
be marked with name of manufacturer, year and name of project.

202
6.33 TECHNICAL SPECIFICATION FOR G.I. WIRE

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

1.0 General requirements


It relating to the supply of mild steel wire shall be as per IS: 1387/1967 and the wire shall
be drawn from the wire rods conforming to IS: 7887/1975.
The requirements for chemical composition for the wires shall conform to IS:7887/1975.
Mild steel wire for General Engineering purpose shall be of following sizes:
I) 4mm - diameter (8 SWG)
II) 5mm - diameter (6 SWG)
Tolerance permitted on the diameter of wire shall be as per Table -1 of IS:280/1978.

2.0 Climatic Conditions


The cross arms should be suitable for the climatic condition mentioned In these bidding
documents:

3.0 Mechanical Properties


4.1 Tensile Test: Tensile strength of wire when tested in accordance with IS:
1521-1972, shall be within the limits given in Table-2 of IS: 280/1978.
4.2 Wrapping Test: Wires shall be subjected wrapping test in accordance with IS: 1755-1961.
The wire shall withstand without breaking or splitting. being wrapped eight times round its
own diameter and subsequently straightened.

4.0 Surface finish


a. The wire shall have galvanized finishes. The galvanized coating of steel wire shall
conform to the requirements for anyone of the types of coatings given in IS: 4826-1968
as per agreement with the purchaser.
b. The coating test for finishes other than galvanized, copper coated or tinned shall be
subject to between the purchaser and the manufacturer.
c. Unless otherwise agreed to the method of drawing representative samples of the
material and the criteria for conforming shall be as prescribed in Appendix (A) of IS:
280/1978.
d. All finished wires shall be well and cleanly drawn to the dimensions specified. The wire
shall be sound, free from splits, surface flaws, rough jagged and imperfect edges and
other harmful surface defects.
e. Each coil of wire shall be suitably bound and fastened compactly and shall be protected
by suitably wrapped.

5.0 Marking
Each coil of wire shall be marked legibly with the finish size of wire, lot number and trade
mark of the name of the manufacturer. The material may also be marked with the ISI
certification mark and name of the project ABY.

6.0 INSPECTION
Inspection may be carried out by the purchaser or third party nominee at any stage of
manufacture. The supplier shall grant free access to the purchaser's representative or third
party nominee at a reasonable time when the work is in progress. Inspection and
acceptance of any equipment under this specification by the purchaser shall not relieve the
supplier of his obligation of furnishing equipment in accordance with the specification and
shall not prevent subsequent rejection if the equipment is found defective.

203
6.34 TECHNICAL SPECIFICATION FOR 33 kV DANGER NOTICE PLATE

1.0 SCOPE:
This specification covers Danger Notice Plates to be displayed in accordance with rule
No.35 of Indian Electricity Rules, 1956.

2.0 APPLICABLE STANDARDS.


Unless otherwise modified in this specification, Danger Notice [Plates shall comply with IS:-
1982 or the latest version thereof.

3.0 DIMENSIONS.
Size of Danger Notice Plates as follows are recommended
For display at 33KV installation - 250 x 200 mm.
The comers of the plate shall be rounded off.
The location of fixing holes as shown in Figs. 1 to 4 is provisional and can be modified to suit
the requirements at site.

4.0 LETTERINGS
All letterings shall be centrally spaced. The dimensions of the letters, figures and their
respective position shall be as shown in figs. 1 to 4. The size of letters in the words in each
language and spacing between them shall be so chosen that these are uniformly written in
the space earmarked for them.

5.0 LANGUAGES
I. Under Rule No. 35 of Indian Electricity Rules, 1956, the owner of every medium, and
extra high voltage installation is required to affix permanently in a conspicuous position
a danger notice in Hindi or English and in addition, in local language, with the sign
of skull and bones.
II. The type and size of lettering to be done in Hindi is indicated in the specimen danger
notice plates shown in fig: 2 and 4 and those in English are shown in fig. 1 and 3.
III. Adequate space has been provided in the specimen danger notice plates for having the
letterings in local language for the equivalent of Danger, 33000 Volts

6.0 MATERIAL AND FINISH


The plate shall be made from mild sheet of at least 1.6 mm thick and vitreous enameled
white, with letters, figures and the conventional skull and cross-bones in signal red colour
(refer 1S: 5-1978) on the front side. The rear side of the plate shall also be enameled.

7.0 TESTS.
The following tests shall be carried out.
i) Visual examination as per 18:2551-1982.
ii) Dimensional check as per IS: 2551-1982.
iii) Test for weather proofness as per IS: 8709-1977 (or its latest version).

8.0 MARKING.

Maker's name and trade mark and the purchaser's name shall be marked in such a manner
and position on the plates that it does not interfere with the other information.
9.0 PACKING.
The plates shall be packed in wooden crates suitable for rough handling and acceptable for
rail/road.

204
SECTION -7

GUARANTEED TECHNICAL
PARTICULARS

205
GUARANTEED TECHNICAL PARTICULARS FOR PSC POLES [9.75M ]

(To be filled in by the bidder)

SL ITEM PARAMETERS
NO
Name and address of manufacturer
1 Type of Pole 9.75 M PSC pole
2 Applicable Standard
3 Length of pole
4 Depth of Plantation
5 Bottom Depth
6 Top Depth
7 Breath
8 Diameter of pre-stressing wire
9 No. of tensioned wire per pole
10 Minimum Ultimate Tensile strength of 4 MM HT
wire
11 Minimum initial pull of 4 mm wire
12 Spacing HT wires
13 Quantity of HT wire/ pole
14 Min Quantity of cement
15 Quantity of Stone chips
16 Quantity of sand
17 Link & spiral
18 M.S spiral
19 Maximum Aggregate size
20
21 Total weight per pole
22 Minimum clear cover
23 Factor of safety
24 Concrete grade
25 Ultimate Load
26 Earthing shall be provided by 4 MM dia.
Galvanized iron wire embedded in concrete
27 one marks to be provided at ground level
28 28 days cube strength of concrete ( Min) as
per IS : 456/2000.

206
GUARANTEED TECHNICAL PARTICULARS FOR VACUUM CIRCUIT BREAKER

(To be filled in by the bidder)

1. Name of the Manufacturer


2. Country of Origin
3. Manufactures type and Designation
4. Number of poles
5. Rated Voltage (KV)
6. Standards Applicable
7. Normal Current Rating
a)IEC conditions
b)Site conditions
8. Frequency in cycles per second
9. Making capacity in peak kilo-amperes
10. Breaking capacity
a) Symmetrical in KA
b) A-Symmetrical in KA
11. Three second short time current rating
12. Total Break time in milli second
a) At 10% rated interrupting capacity
b) At 30% rated interrupting capacity
c) At 60% rated interrupting capacity
d) At 100% rated interrupting capacity
13. Maximum temperature rise above ambient
a) Live parts (Degree C)
b) Enclosure (Degree C)
14. Whether suitable for three phase auto reclosing
15. Breaker
a) Opening time in milli seconds with no current
b) Opening time in Milli-seconds at rated breaking
current
c) Arcing time in milli-seconds
d) Time in milli-seconds from Arc Extinction to contact
fully open
e) Dead time in mill-seconds for three phase reclosing
f) Time in milli-second
j) From circuit energized to contacts make
ii) From contacts make to contacts fully closed
16. 1.2/50 microsecond lightening impulsive with stand
voltage to earth (in KV peak)
17. One minute power frequency dry. Withstand voltage to
earth (in KV rms)
18. One minute power frequency wet withstand voltage to
earth (in KV rms)
19. First pole to clear factor
20. Out of phase switching capability of the breaker
21. Rated out of phase breaking current
22. Switchgear component load requirement
a) Circuit breaker
i) Spring charging motor
ii) Close coils
iii) Open coils
iv) Heaters
b) Control cubicle
i) Relays
207
ii) Heaters
iii) Indications
c) Other requirements
23. Maximum line charging current that the breaker can
interrupt (in Amperes)
24. Maximum over voltage developed while breaking line
charging current
a) Supply slide (KV)
b) Line side (KV)
25. Maximum shunt capacitor bank switching capacity of
breaker (single bank MVA)
26. Maximum cable charging current breaking capacity (in
Amps) and corresponding over voltage (in KV)
a) Supply side
b) Line side
27. Short line fault current breaking capacity (KV)
28. Maximum over voltage developed while breaking
magnetizing current of transformer (KV)
29. Rated operating duty cycle
30. Minimum clearance in air
a) Between poles (mm)
b) Between live part (mm) to earth
c) Between live part to ground level (mm)
31. Creepage distance
a) To ground (mm)
b) Between terminals (mm)
32. Protected creepage distance (mm)
33. Number for breaks in series per pole
34. Type of main contacts
35. Type of arcing contacts
36. a) contact silver plated or not
b) Thickness of silver plating
c) Contact pressure
d) Electric contract resistance at 20 degree C (ohm)
37. Type of device, if any used to limit rate of rise of
restricting voltage
38. Number and type of spare auxiliary switches provided
a) Those closed when breaker is closed
b) Those open when breaker is closed
39. Rated voltage of auxiliary contacts
40. Material of auxiliary contact
41. Current carrying capacity of auxiliary contacts
42. Type and make of vacuum interrupter
43. Dynamic load to be transferred to foundation
a) Co-Operation (Compressive)
b) Co-operation (Tensile)
44. Guaranteed number of operations
a) With no load current
b) With full fault current
c)Those adjustable with respect to position of main
contact
45. Over all dimensions
i) Height (mm)
ii) Width (mm)
iii) Length (mm)
46. Weight of complete circuit breaker for foundation design
47. Seismic level for which the breaker is designed

208
a) Horizontal acceleration
b) Vertical acceleration
48. Height of supporting structure
49. Material of supporting structure
50. Noise level of circuit breaker at 5 meters distance
51. Whether the circuit breaker is fixed trip or trip-free
52. Short circuit type test report
53. Porcelain bushings
i) Type
ii) Dry flashover voltage
iii) Wet flashover voltage
iv) Dry 60-S withstand test voltage
v) Wet 80-S withstand test voltage
vi) Under-oil flashover or puncture withstand test
voltage (power frequency)
vii) Full wave impulse withstand test voltage
viii) Creepage distance in air (total) mm
ix) Protected creepage distance (mm)
x) Whether the bushing is suitable for outdoor
installation and extreme humid conditions
xi) Weight of the assembled bushing (Kg)
xii) Whether terminal connection for all bushing
included in scope of supply
xiii) Test (routine/type) to be conducted on the
bushing
xiv) Bushing, clearance in (mm)
a) Between phases
b) Between phase to ground
xv) Performance guarantee

209
GUARANTEED TECHNICAL PARTICULARS 33 kV CONTROL AND RELAY PANELS
FOR FEEDER
(To be filled in by the bidder)

Technical Particulars M.W. Volt Meters Ammeters


Meters
A. METERS
a i) Type of instrument
aii] Name of manufacturer
b) Size
c) Whether magnetically shielded or not
d) Limits of error in the effective range
e) Scale length
f) Short time overload capacity
g) VA burden
i) Current coil
ii) Potential coil
h) BSS grade accuracy
i) Description leaflet reference Nos.
submitted
B. STATIC ENERGY METERS
a) Rating of current coil & potential coil
b) Continuous withstand capacity of the
above coils
c) Limits of error at unity pf and
i) 125/25% rated current
ii) 10% rated current
iii) 5% rated current
d) Limits of error at 0.5 pf (lag) and
i) 125/25% rated current
ii) 10% rated current
e) Power losses per element
i) Current coil
ii) Potential coil
f) Minimum running current (percent of
marked current)
g) Variation of voltage to cause a change
of not more than 1% at any load from
full to 1/10
h) Variation of air temperatures maximum
temperature co-efficient of error in
percent per Deg.C at
i) Unity pf
ii) 0.5 pf (lag)
i) Variation dur of heating by main current
in percent at
i) Unity pf
ii) 0.5 pf (lag)
j) Variation of frequency percent error due
to 5% variation in frequency
i) At unity pf
ii) At 0.5 pf (lag)
k) Overload capacity
i) Continuous
ii) second
l) Excess voltage permissible fr 30
minutes

210
m) Type of register mechanism with
register constant
n] Type of instrument
o] Name of manufacturer
C. PROTECTIVE RELAYS
C1 . Non-directional over current relays
a i) Type of instrument
aii] Name of manufacturer
b) Current coil range
c) Tap range
d) Power consumption
i) Highest tap
ii) Lowest tap
c) Time of operation at maximum time
dial setting at
i) 5 times tap setting current
ii) 10 times tap setting current
f) Type of characteristic
g) Whether draw out type or not
h) Trip contact rating Amps
i) Whether seal in contact provided or not
2. Non-directional earth fault relays
a) Type
b) Current coil range
c) Tap range
d) VA burden
i) Highest tap
ii) Lowest tap
e) Power consumption
i) Highest tap
ii) Lowest tap
f) time of operation at maximum time dial
setting at
i) 5 times tap setting current
ii) 10 times tap setting current
g) Whether draw out type or not
h) Trip contact rating Amps
i) Whether seal in contact provided or
not
C2 Differential Relay Details as above to be provided along
with manufacturers leaflets
D. ANNUNCIATIONS
a) Type of annunciation system offered
b) Make of the system
c] Any deviation from specification to be
stated.
c) Sequence and scheme of operation of
the annunciation system (Drawings
shall be enclosed) together with
details of components involved.
E. TECHNICAL PARTICULARS OF THE
SYSTEM
a) Response time
b) Burden for pre-warm up facility per
window
c) No. of lamps per window
d) Burden per window
i) With flashing

211
ii) With steady light
iii) During off condition
f) Whether annunciation system is
suitable for 110 V DC supply
F. GENERAL
a) Panel sheet thickness
b) Over all dimensions
i) Width
ii) Depth
iii) Height
c) Total weight of panel
d) Internal finish
e) External finish

212
GUARANTEED TECHNICAL PARTICULARS OF 33KV ISOLATOR
(To be filled in by the bidder)

1.1 Suppliers name & address


1.2 Manufacturer's name & address
1.3 Guaranteed delivery schedule
1.4 System Voltage
1.5 Maximum permissible service voltage
1.6 Continuous current rating
1.7 Short time current rating
i) for 1 sec
ii) for 3 sec
1.8 Rated peak short circuit current
1.9 Rated peak short circuit current of earthing blade
1.10 Temperature with corresponding to
i) Maximum current rating at 60 deg. C ambient temperature
ii) Short time current rating
1.11 Fault current which can be made by earth switch
Maximum current that can be safely interrupted
1.12
between equi-potential busbars
1.13 Clearance in air (minimum) in mm
i) between phases
ii) between live parts and earth
iii) distance between centres of outer stacks of insulators
Power frequency withstand voltage test for complete assembled
1.14
switches
i) Against ground

a) Dry, KV

b) Wet, KV

ii) Across open contacts

a) Dry, KV

b) Wet, KV

iii) Between phases

a) Dry, KV

b) Wet, KV
Particulars of main contacts in fixed (main and earthing switch) and
1.15
moving contacts (main and earthing switch)
i) Type

ii) Material

iii) Surface treatment

iv) contact area

v) Contact pressure

1.16 Current density of minimum cross section of switch blade


1.17 No. of operations without need for inspection

213
1.18 Type and materials of connectors

1.19 Whether arcing contacts provided and if yes, give materials used
Whether adjustable gap type arcing horns
1.20
provided and if yes, give materials used
1.21 Insulators

i) Creepage distance of insulators in mm

ii) Bending strength of insulators in KN

1.22 location and type of bearings


1.23 Weight of complete isolators with insulator

i) With earthing blade, Kg

ii) Without earthing blade, Kg

1.24 Operating efforts required for manual operation, Kg

1.25 Type of interlocking between isolating switch and earth switch

1.26 Details of mounting (centre to centre)


Guaranteed weight of mounting structure including nuts and bolts in
1.27
Kg
1.28 Auxiliary contacts

i) Normally Open (NO) contacts

ii) Normally Close(NC) contacts

1.29 Auxiliary DC Supply

214
Guaranteed technical particulars of 33kV Current Transformer
(To be filled in by the bidder)

1.0 General
1.1 Manufacturers name and address
2.0 Current Transformer
2.1 Standard applicable
2.2 Type
2.3 Rated voltage kV
2.4 Rated frequency Hz
2.5 No of cores
2.6 Rated primary current
2.7 Rated secondary current
2.8 Turns ratio
2.9 Rated output VA
2.10 Accuracy class
2.11 Accuracy limit factor
2.12 Instrument security factor
2.13 Maximum Knee point voltage ,V
2.14 Max. secondary resistance Ohm
2.15 Exciting current, mA
i) At knee point voltage
ii) at 50% of knee voltage
iii) at 50% of knee voltage( at
highest ratio tab)
2.16 Rated output at different tap, VA
One minute power frequency
withstand voltage, kV(rms)
2.17
i) Primary winding
ii) Secondary winding
Standard impulse withstanding
2.18 voltage of primary winding
kV(peak)
2.19 Creepage distance mm
2.20 Rated thermal current A
2.21 Rated short time current kA
2.22 Rated time for above current(sec)
2.23 Rated dynamic current kA(peak)
2.24 Class of insulation
Rated continuous current temp.
2.25
rise over ambient degree
Time period for which secondary
winding can be left open when
2.26
rated primary current is flowing in
primary winding
2.27 Quantity of oil litre
2.28 Total weight Kg
2.29 Whether PRV provided

215
Guaranteed technical particulars of 33kV Potential Transformer
(To be filled in by the bidder)

Sl
Specification
no.
1.0 Manufacturers name and address
1.1 Potential Transformer
1.2 Standard applicable
1.3 Type
1.4 Rated voltage kV
1.5 Rated frequency Hz
One minute power frequency
withstand voltage, kV(rms)
1.6
i) Primary winding
ii) Secondary winding
Standard impulse withstanding
1.7 voltage of primary winding
kV(peak)
1.8 Creepage distance mm
Temperature at 1.2 times rated
1.9
burden in degree C
1.10 Quantity of oil litre
1.11 Total weight Kg
Hermetically scaling
1.12
arrangements
1.13 Transformation ratio
1.14
1.15 Rated burden VA
1.16 Accuracy class
Maximum ratio error with rated
1.17
burden and at 5% normal voltage

216
GUARANTEED TECHNICAL PARTICULARS OF ALL ALUMINUM ALLOY CONDUCTOR (AAAC)
(To be filled in by the bidder)

Sl.No. Description Unit Particulars


1.0 Makers name & Address
2.0 Conductor size and Code
3.0 IS Standard applicable
4.0 Wire diameter in mm mm
5.0 Diameter of complete conductor in mm mm
6.0 Number of strands Nos.
7.0 Sectional area of alloy Aluminum mm
8.0 Total sectional area mm
9.0 Particulars of Raw Materials
9.1 Aluminum
a) Minimum Purity of Aluminum %
9.2 Zinc %
a) Minimum Purity of Zinc
9.3.0 Aluminum Strands after stranding
9.3.1 Diameter
a) Nominal Mm
b) Maximum Mm
c) Minimum Mm
9.3.2 Minimum breaking Load Strand kN
9.3.3 Maximum Resistance of 1 M length Ohm
10.0 Galvanizing
Minimum weight of zinc coating per uncoated
a) gm/m
wire surface
Minimum number of one minute dips galvanized
b) Nos.
strand can withstand in the test
Minimum number of twists in a gauge length
c) times dia of wire which the strand can withstand Nos.
in the torsion test (after stranding)
11.0 AAAC stranded conductor
11.1 UTS of conductor kN
11.2 Lay ratio of conductor Max
st
a) 1 layer
nd
b) 2 layer
11.3 D.C resistance of conductor at 20C Ohm/Km
11.4 Standard length of conductor M

11.5 Continuous current rating at 75C (Enclose


supporting calculations)
217
11.6 Final modulus of elasticity
11.7 Co-efficient of Linear Expansion
11.8 Strand
a) Standard diameter mm
b) Minimum
c) Maximum
d) Cross-Sectional area of Nominal diameter wire mmNos.
e) Weight in Kg/KM
Minimum breaking load
f) Before Stranding Kg/kN
After stranding
g) Coefficient of linear expansion
11.9 Joints in strands
a) Aluminum Alloy
b) Method of making joint
c) Ultimate tensile Strength of Joint
12.0 Maximum single length of conductor that can be Meter
manufactured if required for single stretch
13.0 Tolerance of standard length of conductor %
14.0 Direction of lay for outside layer
14.1 Linear mass of the conductor
a) Standard Kg/KM
b) Minimum Kg/KM
c) Maximum Kg/KM

15.0 No. of cold pressure butt welding available at


works
16.0 Standard according to which the conductor will be
manufactured and tested
a) Certification mark if any
b) Test Certificate enclosed Yes/No
17.0 Initial & Final sag and tension charts furnished
18.0 Stress/Strain data corresponding to different
tensions temperatures furnished
Curves/tables of creep compensation
19.0 corresponding to different tension temperatures
furnished
20.0 PERFORMANCE GUARANTEE

218
GUARANTEED TECHNICAL PARTICULARS FOR G.I. WIRE

(To be filled in by the bidder)

A. G.I.Wire (4 mm dia) :

1. Size of Wire :

2. Tolerance in size of wire :

3. Tensile strength :

4. Wrapping list :

5. Galvanising conforming to IS : :
4826 1968
6. Guarantee :

B. G.I.Wire (5 mm dia) :

1. Size of Wire :

2. Tolerance in size of wire :

3. Tensile strength :

4. Wrapping list :

5. Galvanising conforming to IS : :
4826 1968
6. Performance guarantee :

219
GUARANTEED TECHNICAL PARTICULARS FOR C.I. PIPE (EARTH)

(To be filled in by the bidder)

Sl.No. 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 :

220
GUARANTEED TECHNICAL PARTICULARS FOR TENSION HARDWARE FITTINGS
(To be filled in by the bidder)

A. TENSION HARDWARE FITTINGS


Size of conductor for which the fitting is
designed
1. Electrical resistance of dead end assembly Ohms
2. Slip strength of dead end assembly kN
3. Total weight of assembly
a) Single Tension Kg
b) Double Tension Kg
4. UTS of Tension string hardware
a) Single Tension kN
b) Double Tension kN
5. Purity of zinc used for galvanizing %
6. Min. No. of dips in standard Preece test the No.
ferrous parts can withstand
B. MID SPAN COMPRESSION JOINT FOR
CONDUCTOR
Size of conductor for which the fitting is
designed
1. Suitable for conductor size Mm
2. Material of Aluminum sleeve
a) Aluminum
b) Purity of Aluminum sleeve
3. Outside diameter of sleeve before
compression
a) Aluminum mm
b) Steel mm
4. Inside diameter of sleeve before compression
a) Aluminum mm
b) Steel mm
5. Length of sleeve before compression
a) Aluminum mm
b) Steel mm
6. Dimensions of sleeve after compression
a) Aluminum
i) Corner to Corner mm
ii) Face to Face mm
b) Steel

221
7. Length of sleeve after compression
a) Aluminum mm
b) Steel mm
8. Weight of sleeve
a) Aluminum Kg
b) Steel Kg
c) Total Kg
9. Slipping strength kN
10. Conductivity of the compressed unit %
expressed, as percentage of the conductivity
of equivalent length of bare conductor
C. REPAIR SLEEVE FOR CONDUCTOR
Size of conductor for which the fitting is
designed
1. Suitable for conductor size Mm
2. Material of Sleeve
a) Aluminum/Aluminum Alloy
b) Purity of Aluminum %
3. Inside diameter of sleeve before compression mm
4. Outside dimensions of sleeve
a) Dia before compression mm
b) After compression mm
i) Corner to Corner
ii) Face to Face
5. Length of sleeve
a) Before compression mm
b) After compression mm
6. Weight of sleeve Kg
D. PARTICULARS OF VIBRATION DAMPER
FOR CONDUCTOR
Size of conductor for which the fitting is
designed
1. Suitable for conductor size mm
2. Total weight of one damper Kg
3. Diameter of each damper mass mm Right Left

4. Length of each damper mass mm


5. Weight of each damper masses Kg
6. Material of damper masses
7. Material of the stranded messenger cable

222
8. Material for clamp
9. Number of strands in stranded messenger
cable
10. Lay ratio of stranded messenger cable
S.NO. Description Unit Particulars
11. Minimum ultimate tensile strength of stranded Kg/mm
messenger cable
12. Slipping strength of stranded messenger kN
cable (mass pull off)
a) First frequency Hz
b) Second frequency Hz
14. Designed clamping torque Kg-m
15. Slipping strength of damper clamp
a) Before fatigue test kN
b) After fatigue test kN
16. Magnetic power loss per vibration damper at Watts
a conductor Current of 350 Ampere, 50 hz
AC-
17. Percentage Variation in reactance after %
fatigue test in comparison with that before
fatigue
18. Percentage Variation in power dissipation %
after fatigue test in comparison with that
before fatigue
E. SPAN OF COMPRESSION JOINT FOR
GALVANISED STEEL EARTHWIRE
Size of Earthwire for which the fitting is
designed
1. Material of joint
a) Type of Material with Chemical composition
b) Hardnes of steel sleeve (Brinnel Hardness)
2. Inside diameter of sleeve before compression
a) Steel Sleeve mm
b) Aluminum Sleeve mm
c) Aluminum Filter Sleeve mm
3. Outside diameter of sleeve
a) Steel Sleeve mm
b) Aluminum Sleeve mm
c) Aluminum Filter Sleeve mm
4. Outside dimensions of sleeve after
compression
a) Steel Sleeve mm
b) Corner to Corner mm

223
c) Surface to Surface mm
5. Length of Steel Sleeve
a) Before compression mm
b) After compression mm
6. Length of Aluminum Sleeve
a) Before compression mm
b) After compression mm
7. Weight of Sleeve
a) Steel mm
b) Aluminum mm
c) Filler Aluminum Sleeve mm
8. Slipping Strength
9. Conductivity of the compressed unit %
expressed as a percentage of the conductivity
of equivalent length of bare earthwire
F. VIBRATION DAMPER FOR GALVANISED
STEEL EARTHWIRE (7/3.15mm)
Size of Earthwire for which the fitting is
designed
1. Suitable for earthwire size mm
2. Total weight of one damper Kh

3. Diameter of each damper mass mm


4. Length of each damper mass mm
5. Weight of each damper mass Kg
6. Material of damper mass Kg
7. Material of Clamp
8. Material of Stranded massenger cable
9. Number of Strands in stranded messenger
cable
10. Lay ratio stranded messenger cable
11. Minimum ultimate tensile strength of stranded Kg/Sq.mm
messenger cable
12. Slipping strength of stranded messenger kN
cable (mass pull off)
13. Resonance frequencies
a) First frequency Hz
b) Second frequency Hz
G. FLEXIBLE COPPER BOND
1. Stranding
2. Cross Sectional Area Sq.mm

224
3. Minimum Copper equivalent area Sq.mm
4. Length of Copper Cable mm
5. Material of lugs
6. Bolt Size
a) Diameter mm
b) Length mm
7. Resistance Ohm
8. Total Weight of Flexible Cu bond Kg
H. TENSION CLAMP FOR GALVANIZED
STEEL EARTHWIRE
Size of earthwire for which the fitting is
designed
1. Material
i) Shackle
ii) a) Compression clamp
b) Hardness of the material (BHN) BHN
2. Inside diameter of the clamp before mm
compression
3. Outside dimensions of sleeve before
compression
4. Outside dimensions of sleeve
a) Corner to Corner mm
b) Surface to Surface mm
5. Length of Clamp
a) Before Compression mm
b) After Compression mm
6. Weight Kg
7. Slip strength (minimum) kN
8. Compression Pressure T
9. Minimum Breaking Strength of assembly kN
(excluding clamp)
10. Performance guarantee

225
GU
UARANTEED TECHNICAL PARTICULARS OF 33 kV PIN INSULATOR
(To be filled in by bidder)
Sl. No. Description Particulars

1 Manufacturers Name & Address


2 Type of insulator offered
3 Drawing Numbers
4 Over all Dimensions (mm)
a)Height
b)Out Diameter
5 Nominal System Voltage(kV)
6 Highest System Voltage (kV)
7 Minimum Failing Load (kN)
8 Dry Power Frequency Flashover Voltage (kV)
9 Wet Power Frequency Flashover Voltage (kV)
10 Puncture Withstand Voltage (Power Frequency) (kN)
11 Min. Creepage Distance (mm)
12 Impulse Flashover Voltage : (kV)
a)1.2/50 Micro Sec. Wage of Positive Polarity
b)1.2/50 Micro Sec. Wage of Negative Polarity
13 Impulse Withstand Voltage : (kV)
a)1.2/50 Micro Sec. Wave of Positive Polarity
b)1.2/50 Micro Sec. Wave of Negative Polarity
14 Dry Power Frequency 1 Min. Withstand Voltage (kN)
15 Wet Power Frequency 1 Min. Withstand Voltage (kN)
16 Minimum Visible Discharge Test Voltage
17 Net Weight (Approx.) (Kg)
18 Standard According to which Porcelain Insulators be
Manufactured and Tested
19 Tolerance in Dimensions, if any (as per ISS)
20 Temperature Cycle Test (as per ISS)
21 Porosity Test (as per ISS)
22 Performance guarantee

226
GUARANTEED TECHNICAL PARTICULARS OF GI PIN FOR 33 KV PIN INSULATOR

(To be filled in by the bidder)

S.NO. PARAMETER GUARANTEED VALUE

1
Name & address of the manufacturer
2
Physical dimensions
a. Stalk length in mm
b. Shank length in mm
c. Thickness of collar in mm
d. Diameter of collar in mm
e. Diameter of shank in mm
f. Threaded length of shank in mm
g. Dia of stalk head in mm
h. Threaded length of stalk in mm

3 Gross weight in kg.


4 Weight of zinc coating in gms
5 Mechanical failing load in KN
6
Other particulars

7
Performance guarantee

227
GUARANTEED TECHNICAL PARTICULARS OF 33 KV DISC INSULATOR 90 kN (B & S)

(To be Filled in by the bidder)


Sl.NO. PARAMETER GUARANTEED VALUE
1 Manufacturers Name & Address

2 Type of insulator offered


3 Drawing Numbers
4 Over all Dimensions (mm)
a)Height
b)Out Diameter
5 Nominal System Voltage (kV)
6 Highest System Voltage (kV)
7 Minimum Failing Load (kN)
8 Dry Power Frequency Flashover Voltage (kV)
9 Wet Power Frequency Flashover Voltage (kV)
10 Puncture Withstand Voltage (Power Frequency) (kN)
11 Min. Creepage Distance (mm)
12 Impulse Flashover Voltage : (kV)
a)1.2/50 Micro Sec. Wage of Positive Polarity
b)1.2/50 Micro Sec. Wage of Negative Polarity
13 Impulse Withstand Voltage : (kV)
a)1.2/50 Micro Sec. Wave of Positive Polarity
b)1.2/50 Micro Sec. Wave of Negative Polarity
14 Dry Power Frequency 1 Min. Withstand Voltage (kN)
15 Wet Power Frequency 1 Min. Withstand Voltage (kN)
16 Minimum Visible Discharge Test Voltage
17 Net Weight (Approx.) (Kg)
18 Standard According to which Porcelain Insulators be
Manufactured and Tested
19 Tolerance in Dimensions, if any (as per ISS)
20 Temperature Cycle Test (as per ISS)
21 Porosity Test (as per ISS)
22 Performance guarantee

228
GUARANTEED TECHNICAL PARTICULARS FOR XLPE CABLES
(To be filled in by the bidder)

Sl. No. Description 11 KV


1. Manufacturer's Name & Address
2. Voltage Grade
3. Core & Cross Section
4. Type & Designation (as per ISS)
5. List of Standards applicable
6. Suitable for system with
(a) Service Voltage
(b) Neutral Earthing
7. Maximum Conductor temperature
(a) Continuous (in Deg. C)
(b) Short time (in Deg.C)
8. Conductor
(a) Material to IS-8130(Class/Grade)
(b) Size (Sq.mm.)
(c) No./Nominal diameter of wires
in each conductor (No./mm.)
(d) Form of Conductor (Circular/shaped)
9. Shielding/screening on Conductor
(a) Material
(b) Type
(c) Whether thermosetting
10. Insulator
(a) Material
(b) Thickness(mm.)
(c) Whether triple co-extrusion with radiant
curing process
11. Shielding/screening on insulation
(a) Material
(b) Type
(c) Thickness (mm.)
(i) Non-metallic
(ii) Metallic
12. Inner-sheath
(a) Material
(b) Type
(c) Thickness (mm.)
(d) Extruded/Wrapped
(e) Approx. Outside diameter over sheath(mm)
13. Armouring
(a) Material
(b) Size
o
(c) D.C. resistance at 20 C(Ohm/Km.)
o
(d) A.C. resistance at 20 C
14. Overall Sheath:
(a) Material
(b) Type
(c) Thickness (mm.)
15. Approx. Overall dia. of the Cable (mm.)
16 Standard Drum length with tolerance (Mtr.)
17. Net Weight of Cable (approx.) Kg/Km.
18. Continuous current rating for standard condition, laid
direct
o
(a) In ground at temp. 30 C
o
(b) In duct at temp. C
o
(c) In air at temp. 40 C

229
19. Charging current at rated system voltage
20. Short Circuit Current at rated system voltage
(a) for 1 sec.
(b) for 0.5 sec.
21. Electrical Parameters
(a) Maxm. D.C. resistance/Km of
o
conductor at 20 C
(b) AC resistance/kilometer (approx.)
(c) Reactance/kilometer (approx.)
(d) Capacitance/Kilometer(approx.)
(e) Di-electric losses at rated(Uo/U) system KV,
50 cycles/sec, in watts/KV/Phase)
(f) (i) Tan-delta at 0.5 Uo
(ii) Tan-Delta at Uo
(iii) Tan-Delta at 1.5 Do
(iv) Tan-Delta at 2 Uo
o
22. Vol. Resistively at 27 C (Ohm/Cm)
23. Recommended minimum bending radius
24. Derating factor for following ambient temperature in
Air/Ground.
o
(a) at 30 C
o
(b) at 35 C
o
(c) at 45 C
o
(d) at 50 C
25. Type test results of the similar Cable to be furnished
with Tender as specified under Clause-8.0 of the
Spec.
26. (a) Tests on Conductor:
(i) Tensile test (for aluminum)
(ii) Wrapping test (for aluminum)
(iii) Resistance test
(b) Test for armoring wires/strips.
(c) Test for thickness of insulation & sheath
(i) Tensile strength & elongation at break
(ii) Ageing in air oven
(iii) Hot test
(iv) Shrinkage test
(v) Water absorption (Gravimetric)
(d) Physical :
(i) Tensile strength & elongation at break
(ii) Ageing in air oven
(iii) Shrinkage test
(iv) Hot deformation
(v) Loss of mass in air oven
(vi) Heat shock
(vii) Thermal stability
(e) Partial discharge test
(f) Banding test
(g) Di-electric power factor test
(i) As a function of Voltage
(ii) As a function of temperature
(h) Insulation Resistance (Volume receptivity)* Test
(i) Heating Cycle test
(j) Impulse with stand test
(i) High Voltage test
(j) Flammability test

27. Cable Drums :

230
(a) Length/Drum (Kg)
(b) Dimension of Drum (Kg)
(c) Shipping weight (Kg)
28. Safe pulling force (Kg.)
29. Partial discharge value.
30. Details of the protective measures against attach by
white ante. varnish etc. to be X.L.P.E's outer sheath
during manufacture.
31. Type of curing of XLPE insulation
32. Cut ends of the Cable shall be sealed with
33. Cable identification shall b made as per Clause 6.11
(Yes/No)
34. Cable Drums shall be marked with the information of
Clause 7.0 conspicuously (Yes/No) :

SIGNATURE OF THE BIDDER

231
GUARANTEED TECHNICAL PARTICULARS FOR DISTRIBUTION TRANSFORMERS
(To be filled in by the bidder)

Sl.No. Description Particulars


1 Make & manufacturer
2 Place of manufacture
3 Rated ratio
i) HV (KV)
ii) LV (KV)
4 Rated current
i) HV (KV)
ii) LV (KV)
5 Connection sysmbol
6 Tapping (if applicable)
i) Number of steps
ii) Range of Tapping
7 Core material used and grade
a) Flux density
b) Over flushing without saturation (curve to be
furnished by the manufacturer in support of his
claim)
8 Maximum temperature rise of
a) Winding by resistance
b) Oil by thermometer
9 Magnetizing (No Load) current at
a) Nominal voltage
b) Maximum voltage
10 Core loss in watts at 75C
a) Nominal voltage
b) Maximum voltage
11 Resistance of windings at 20C (with 5% tolerance)
a) HV winding (ohm)
b) LV winding (ohm)
12 Full load losses (watts) at 75C
13 Current density used for
a) HV winding
b) LV winding
14 Clearances
a) Core & LV
b) LV & HV
c) HV phase to phase
d) End insulation clearance to earth
e) Any point of winding to tank
15 Efficiency at 75C
a) Unity pf
b) 0.8 pf
i) 125% load
ii) 100% load
iii) 75% load
iv) 50% load
v) 25% load
16 Regulation at
a) Unity pf
b) 0.8 pf at 75C
17 % impedance at 75C
18 Flash test
19 HV 28 KV/50 Hz for 1 Minute
20 LV 3 KV/50 Hz. for 1 Minute

232
21 Over potential test double
22 Voltage & double frequency for 1 minute
23 Impulse test
24 Weight content of
a) Core lamination (min)
b) Winding (min)
C) Tank & fittings
d) Oil
e) Oil qty. (min)
f) Total weight
25 Oil data
a) Qty. for first filing (min)
b) Grade of oil used
c) Makers name
d) BDV at the time of filling
26 Transformer
Overall length X breadth X height
27 PERFORMANCE GUARANTEE OF DTR

233
GUARANTEED TECHNICAL SPECIFICATIONS FOR 11 kV DROP OUT FUSE

(To be filled in by the bidder)

1. Standard applicable
2. Type
3. Rated Voltage (KV)
4. Rated normal current Amp
5. Rated frequency Hz
6. Rated lightning impulse
i) To earth and between poles
ii) Across the pole distance
7. Power frequency one minute withstand voltage
i) To earth and between pole
ii) Across the pole distance
8. Rated short time current
9. Rated breaking current
10. Creepage distance
11. Rated line charging breaking current (A)
12. Total weight
13. Performance guarantee

234
GUARANTEED TECHNICAL PARTICULARS OF 11 KV DISC INSULATOR 45 kN (B & S)
(To be filled in by the bidder)

S.NO. PARAMETER GUARANTEED VALUE


1 Manufacturers Name & Address
2 Type of insulator offered
3 Drawing Numbers
4 Over all Dimensions (mm)
a) Height
b) Out Diameter
5 Nominal System Voltage (kV)
6 Highest System Voltage (kV)
7 Minimum Failing Load (kN)
8 Dry Power Frequency Flashover Voltage (kV)
9 Wet Power Frequency Flashover Voltage (kV)
10 Puncture Withstand Voltage (Power Frequency) (kN)
11 Min. Creepage Distance (mm)
12 Impulse Flashover Voltage : (kV)
a) 1.2/50 Micro Sec. Wage of Positive Polarity
b) 1.2/50 Micro Sec. Wage of Negative Polarity
13 Impulse Withstand Voltage : (kV)
a) 1.2/50 Micro Sec. Wave of Positive Polarity
b) 1.2/50 Micro Sec. Wave of Negative Polarity
14 Dry Power Frequency 1 Min. Withstand Voltage (kN)
15 Wet Power Frequency 1 Min. Withstand Voltage (kN)
16 Minimum Visible Discharge Test Voltage
17 Net Weight (Approx.) (Kg)
18 Standard According to which Porcelain Insulators be
Manufactured and Tested
19 Tolerance in Dimensions, if any (as per ISS)
20 Temperature Cycle Test (as per ISS)
21 Porosity Test (as per ISS)
22 Performance guarantee

235
GAURANTEED TECHNLCAL PARTICULARS OF BATTERY BANK
(To be Filled in by the bidder)
1. Battery Rating
2. Type of battery
3. Battery specification
4. Manufacturers cell designation
5. No of Cells
6. Cycle life of Battery @ 27 C
7. All efficiency
8. WH Efficiency
9. Self discharge/ Week
Max, allowable ambient temp at which
10.
cell can safely operate
11. Overall dimension of each cell
12. Overall weight of each cell
13. Recommended Max period of storage
14. Material of container
15. Type of separator
16. Type of +ve & -ve plates
17. Material of rack
18. Method of connection between cells

19. Recommended float charge

20. Recommended boost charge

Time required for boost charge from


21.
fully discharged condition at 27 C
22. Voltage ripple allowable
23. Type of connectors

236
GAURANTEED TECHNLCAL PARICULARS of ACDB
(To be Filled in by the bidder)
1.
Manufacturers Name & Co
2 Bus Bars
a) Make
b) Continuous Current rating in Amps
c) Material
d) Current Density
3 Incoming Switch Fuse Unit
a) Make
b) Type
c) Rated Voltage
d) Continuous Current carrying Capacity in Amps
4 Indication Lamps
a) Make
b) Type
c) Voltage
5 Fuse
a) Make
b) Type
c) Rupturing Capacity
6 Switch (triple/double pole)
a) Make
b) Type
Rated Continuous Current carrying Capacity
c)
in Amps
7 Current Transformer
a) Make
b) Type
c) Ratio
d) VA burden rating
e) Accuracy class
f) Type of Insulation
g) Security factor
8 AC Meters/ Energy Meters
(Details for Ammeters Voltmeters, Energy Meters
shall be furnished separately)
a) Make
b) Type
c) Range
d) Accuracy
9 Internal Wiring
a) Make
b) Type
c) Voltage Grade
d) Size
e) Material used
10 Cable Glands
a) Make
b) Type
c) Size
d) Material used
11 Terminal Block
a) Make
b) Type
d) Material used
12 Switch Board
a) Overall Dimension
b) Thickness of Steel metal
c) Finish
d) Approximate Weight

237
GAURANTEED TECHNLCAL PARICULARS of DCDB
(To be Filled in by the bidder)
1. Manufacturers Name & Co
2. Bus Bars
a) Continuous Current rating in Amps
b) Material
c) Current Density
3. DC Double incoming MCCB
a) Make
b) Continuous Current Rating
c) Making Capacity
d) Rupturing Capacity
4. DC Double Pole switch Fuse Unit for outgoing
feeders
a) Make
b) Continuous Current Rating
c) Making Capacity
d) Rupturing Capacity
5. DC Voltmeter
a) Make
b) Type
c) Range
d) Accuracy
6. Switch Board
a) Overall Dimension
b) Thickness of Steel metal
c) Finish
d) Approximate Weight
7. Fuse
a) Make
b) Type
c) Rupturing Capacity
8. Indication Lamps
a) Make
b) Type
c) Voltage
9. Internal Wiring
a) Make
b) Type
c) Voltage Grade
10. Other Features
a) Mains fail Alarm Relay with DC Bell
b) Earth fault alarm relay with DC Bell
AC-DC Changeover contacts for emergency
c)
lighting

238
GUARANTEED TECHNICAL PARTICULARS FOR 33 &11 KV SURGE ARRESTORS

(To be filled in by the bidder)

Sl.
Description Particulars
No.
1 Name & Address of Supplier & Manufacturer
Surge Arrestor
Line Disconnector
Metal Oxide Block
Terminal Clamp
2 Name & address of collaborator, if an
3 Standard to which surge arrestors conforms
4.0 Surge Arrestor
4.1 Voltage rating (KV rms)
4.2 Continuous Operating Voltage (KV rms)
a) Continuous Operating Voltage (KV rms)
b) Leakage current at continuous operation voltage
c) Permitted leakage current of arrestor beyond which arrestor is
faulty.
5 Frequency (Hz.)
Nominal discharge current (wave shape 8/20 micro second)
6
(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
Long duration current impulse withstand capacity and virtual
9
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
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, clearance from
21
ground equipment at various height of Arrestor, earthing arrestor,
earthing arrangement on earthed side of arrestor etc.

22 Details of Packing

239
23 License number and date for using ISI certification mark if any

24 Ammeter for discharge current


a) Type & Make
b) Accuracy
c) Range (mA)
25 Residual voltage
26 Follow Current
27 PERFORMANCE GUARANTEE

Note: In addition to the above items, the bidder should submit the GTP of key items not
covered in above but mentioned in the BOQ.

240
SECTION 8

General Conditions of Supply &


Erection of APDCL

241
GENERAL CONDITIONS
OF SUPPLY AND ERECTION

1.0 INTRODUCTION :
1.1 Assam Power Distribution Company Limited was constituted under the provisions of
Electricity Act, 2003 and is a public sector company registered under Company Act,1956. It
was formed out of Assam State Electricity Board in 2003 and was notified as the State
Electricity Distribution Utility. It is entrusted with the responsibility of promoting the co-
ordinated development of power distribution and its efficient management in the entire state
of Assam.
1.2 Assam Power Distribution Company Limited hereinafter referred to as APDCL, has its
Corporate Office at Bijulee Bhawan, Paltanbazar, Guwahati, Assam. For further information,
one may refer to APDCLs official web site: www.laedcl.gov .in.
1.3 Assam is one of the seven states of North East India and its boundary encompasses almost
the entire valleys of Brahmaputra and Barak rivers. The state is well connected with rest of
the country by broad gauge railways and several national highways, one of which is a part of
the four lane east-west corridor. It also has important airports at Guwahati, Jorhat, Silchar,
Tezpur & Dibrugarh.
1.4 Relevant guidelines and rules connected with all departmental supply and erection works have
been laid down in this document General Conditions of Supply & Erection of Assam Power
Distribution Company Limited adopted in 2009. This document supersedes earlier conditions
of contract. It is intended that contractual clauses of this document will be generally followed
in all contractual works. Any modification of a contractual clause considering requirement of
a particular project shall be made in the NIT/ Tender document for the specific project.

2.0 DEFINITION OF TERMS:


2.1 The following terms appearing in the General Conditions of Supply & Erection of Assam Power
Distribution Company Limited shall have the meaning herein indicated unless there is
anything repugnant in the subject or context.
2.2 Purchaser/ Employer shall mean the Assam Power Distribution Company Limited (in short
APDCL) and its assignees.
2.3 Contractor/Supplier/Owner shall mean the tenderer/ bidder whose tender/ bid has been
accepted by the Purchaser/ Employer and shall include the bidders/ tenderers legal
personal representatives, successors and assignees.
2.4 Engineer shall mean the Officer in-Charge of Project/ Work/ purchase for the supply and/ or
erection contract or such other Officer or Offices as may be duly authorized and appointed in
writing by the Purchaser to act as Engineer for the purpose of the contract.
2.5 Sub-Contractor shall mean the person named in the contract for any part of the work or any
person to whom any part of the contract has been sublet with the consent in writing of the
Purchaser/ Employer and the legal representatives, successors and assignees of such
person.
2.6 Materials or Works shall mean and include plant and materials to be provided and work to
be done by the contractor under contract.
2.7 Contract shall mean and include the general conditions, specifications, schedules, drawings,
tender forms, bidding schedules, covering letter, schedule of prices, any special conditions
applying to the particular contract specification, amendments if any, letter of acceptance and
contract agreement to be entered into.
2.8 Contract period means the period from the contract commencement date to the date on
which the warranty period is over. Date of acceptance of Purchase/ Work Order shall be
treated as the date of commencement of contract.
2.9 Specification shall mean the relevant ISS/ IEC specification with up to date amendments and
revisions and/or APDCL specification wherever applicable.

242
2.10 Site shall mean the site of the station, where proposed work is to be executed under the
contract and to which the plant and machinery are to be delivered and any other places as
may be specifically designated in the contract as forming part of the site.
2.11 Consignee shall mean the Executive Engineer/ Senior Manager or any other authorized
Officer performing the duty of the consignee as specified in the Order.
2.12 Commercial use shall mean use in the work which the contract contemplates or to which it is
to be commercially capable.
2.13 Day shall mean a calendar day.
2.14 Month shall mean a calendar month.
2.15 Writing shall include any manuscript, type written or printed statement properly signed.
2.16 Persons shall include firm, company, corporation and other body of persons whether
incorporated or not.
2.17 Word indicating in the singular only shall also include the plural and vice versa where the
context requires.
2.18 Bid will mean Tender

3.0 PREPARATION OF TENDER I BID:


3.1. DEFINITION OF TENDERER / BIDDER:
3.1.1. When the tenderer is a firm, the names and addresses of the partners must be indicated and
a copy of the certificate of registration with the concerned Registrar of firms should be
enclosed.
3.1.2. When the tenderer is a Company, the company registration document along with
Memorandum of Association shall be submitted.
3.1.3. When the tenderer is an individual carrying on business in a firms name, the tender should
be submitted by the owner of the firm, who may describe himself as carrying on business in
the firms name.
3.1.4. When the tenderer is a Joint Venture (JV) of two or more firms as partners, one of the
partners shall be legally authorized as the lead partner for the purpose of submitting the
tender, incur liabilities; receive payments and instructions on behalf of the others. A copy of
the registered agreement, executed on Non judicial stamp paper, shall be submitted with the
tender.
However, in case of a successful tender, the agreement shall be signed by all the partners,
so as to be legally binding on all the partners.

3.2. PURCHASE OF TENDER I BIDDING DOCUMENTS:


3.2.1. Tenderer may purchase the tender document by paying the requisite fee as stipulated in the
NIT. Alternatively, the tenderer may download tender document from the companys website:
www.laedcl.gov.in and pay the above requisite fee by way of a demand draft separately
along with earnest money. Tenderer shall be responsible for any error etc., on the
downloaded tender document.

3.2.2. The General Conditions of Supply & Erection of Assam Power Distribution Company Limited
will be treated as a part of the NIT. The Contractor shall be deemed to have carefully
examined the aforesaid general conditions of supply & erection besides all specifications.
3.2.3. The tender should be complete in all respects so as to eliminate further correspondences
and clarifications. A tender which is not complete in all respects, will be liable for rejection.
However the Purchaser, in its discretion, may seek clarification from the tenderer where
necessary .The discretion of the Purchaser in this regard shall be final.

3.3. LANGUAGE AND SIGNING OF TENDER:


3.3.1. The tender, and all correspondence and documents related to the tender, exchanged
between the Tenderer and the Purchaser shall be written in English. Supporting documents
and printed literature furnished by the tenderer shall also be in English.

243
3.3.2. Tender shall be written in ink or typed. No tender filled in pencil or otherwise shall be
considered. The tender shall be signed by a responsible and authorized person and the
designation and authority of the signatory shall be stated in the tender. All corrections in the
proposal will have to be signed with date and seal of the tenderer. Such correction even
though signed, may make the tender liable for rejection.
3.3.3. Any printed document promoting sales may not be accepted by the Purchaser.

3.4. DOCUMENTS COMPRISING TECHNO-COMMERCIAL BID:


The particulars and supporting documents required in respect of the techno- commercial bid
should be strictly as per following sub-clauses (clauses 3.4.1 to 3.4.10). In case, any of the
details are either not furnished or inadequately furnished, the entire tender may be rejected
without informing the tenderer.
A techno-commercial bid may have to be submitted under separate sealed cover if so
stipulated in the NIT. The price bid may not at all be opened for examination in case the
techno-commercial bid, which shall be opened first is not found substantially responsive.

3.4.1. EARNEST MONEY OR BID SECURITY:


(a) Every tender must be accompanied with Earnest Money of value as stipulated in the NIT.
Mode of depositing the earnest money shall be clearly indicated in the NIT. Earnest money
or Bid security may be furnished in the shape of Bank Call Deposit/ Bank Draft as may be
prescribed in the NIT. Without this, the tender may be deemed to be incomplete and liable for
rejection. The earnest money shall be pledged in favour of the Officer as indicated in the NIT.
(b) In case of unsuccessful tenderer, earnest money will be released on request from the
tenderer on a date subsequent to contract agreement with the successful tenderer.
(c) In case of successful tenderer, the earnest money will be retained until submission of the
performance security deposit referred to in clause 9.0.
(d) No interests shall be payable on such deposit
(e) The Purchaser/ Employer reserve the right to forfeit the earnest money or part thereof, in
circumstances which according to him indicate that the tenderer is not earnest in accepting/
executing any order placed under specification.

3.4.2. GUARANTEED TECHNICAL PARTICULARS:


The GTP (Guaranteed Technical Particulars) of the materials offered along with their
complete technical description supported by drawings shall be furnished by the tenderer.
Relevant specifications like IS/ BS/ IEC etc. will be mentioned.

3.4.3. TEST REPORTS:


(a) A list showing various type tests and routine tests as required under the relevant
specifications shall be furnished by the tenderer and all such tests shall be carried out on the
materials and the components offered for supply in the event of award of contract. Against
each such test, the results of test performance shall be mentioned along with the name of
laboratories/ testing houses, where tests were
so conducted. In support of the results whether type tests or factory tests, certified copies of
the test certificates shall be furnished. In case any of the prescribed tests has not been
carried out, the same shall be clearly mentioned in this list stating the reasons for not
carrying out the test. The tenderer also shall furnish a separate list of tests which they have
carried out on their products for ensuring their better quality, but are not stipulated explicitly,
in the relevant ISS or BSS specifications. Type test reports to be acceptable, the tests have
to be carried out at an NABL accredited laboratory. Reports of Type test conducted in
laboratories other than the above will be acceptable only if witnessed by an officer from a
power utility.
(b) Type test reports of equipment of higher capacity or voltage class than those specified shall
be acceptable for the purpose of bidding. However, in that case, the successful tenderer
shall conduct type tests on the offered equipment free of charge.
(c) Type test reports, conducted 5 years prior to the date of opening of tender, in general, will
not be accepted.

244
3.4.4. SPARE PARTS:
Each tenderer shall indicate the expected life in use of their products. A list of spares which
may be necessary for replacement during the maintenance of the equipment in service shall
be furnished indicating if these are of proprietary nature or of standard make available in the
market. In case these spares are of proprietary nature, their prices and the likely quantities
that may be necessary during the useful life of the equipment shall also be mentioned.

3.4.5. BIS. CERTIFICATION:


The tenderer shall state clearly if the particular product offered by him is covered by any IS
certification mark and if so, the tenderer will furnish the particulars of the IS Specification, the
year of obtaining the certification and a copy of the certification.

3.4.6. PAST EXPERIENCE:


A Complete list of supplies/ works/ services in respect of the particular supplies / works /
services offered to various parties during the period of last 5 (five) years along with total
value of supplies shall be furnished. A separate list of supplies/ works/ services not exactly
same as the one offered but similar to it, supplied during the last five years shall also be
furnished.
The tenderer shall state clearly if they had supplied similar material including the offered
product, to Assam Power Distribution Company Limited/ ASEB in the past. If so, reference of
the purchase orders, the ordering authority and the consignees shall also be furnished.

3.4.7. SOURCES OF SUPPLIES:


3.4.7.1. The tenderer shall clearly state the names of the manufacturer, the brand name of the
product and the place/ places of its manufacture. In case, the components of the product are
obtained from ancillary manufacturers, the names and addresses of such manufacturers also
shall be furnished. It shall be mentioned clearly how the tenderer ensures quality control over
such ancillary components and if manufacturer of such components is covered by any IS/
BS/ IEC or any other relevant specification.
3.4.7.2. The tenderer shall mention clearly whether he is a manufacturer, a sole selling agent or a
commission agent of the product.
3.4.7.3. When the tenderer is not a manufacturer, submission of manufacturer's authorization for
supply of the offered materials by the tenderer along with warranty pledged by the
manufacturer is compulsory.
3.4.7.4. Further, the manufacturing experience of the manufacturer in respect of the particular
product or similar product also shall be furnished, indicating chronological development of
the industry or the manufacturing unit.
3.4.7.5. The sources of receipt of the raw material whether indigenous or imported shall be clearly
mentioned against each type of such raw materials used. The methods by which quality
control of such raw materials being enforced shall be clearly described.

3.4.8. DELIVERY/ WORK SCHEDULE:


3.4.8.1. The delivery/ work schedule as stipulated in the NIT or. in the APDCL specification shall be
binding on the tenderers. In case the APDCL delivery/ work schedule is not acceptable to the
tenderer, then the tenderer may give their own delivery schedule stating clearly the reasons
for deviations whether statutory or otherwise.
In any case such schedules must satisfy the completion time specified. Acceptance of such
deviations in the delivery/ completion schedule is entirely optional to the Purchaser.
3.4.8.2. The commencement period and the quantity of each item to be supplied per month shall be
specifically mentioned.
3.4.8.3. Quantities offered ex-stock as well as with earlier delivery schedule shall be mentioned.

3.4.9. SAMPLES:

245
A sample shall be submitted along with the tender if asked for in the NIT and as per .its
terms. Non-submission or late submission of sample may disqualify the tender .

3.4.10. TAX CLEARANCE CERTIFICATES AND REGISTRATION:


3.4.10.1. The tender shall be accompanied with income tax and sales tax clearance certificates.
3.4.10.2. The Contractor must register for VAT with the concerned department of Government of
Assam within a reasonable time after award of contract if not already registered.

3.5. PRICE BID


3.5.1. The particulars and supporting documents in respect of the price bid should be as follows:
3.5.2. The total FOR destination price of the product offered unit wise and quantity wise both in
words and in figures shall be clearly furnished. Such FOR destination price also shall be
supported by a breakup of the price indicating separately Ex-works price, station of dispatch,
Freight and Insurance Charges. The offer may be straightway rejected if the FOR destination
price and its break up against the components as aforesaid are not furnished. The FOR
destination price will be on door delivery basis and shall be inclusive of cost of unloading of
materials at site.
3.5.3. The Ex-works price shall not include Sales Tax whether central or state and the same will be
indicated separately in words and in figures by the tenderer .
3.5.4. Excise duty on the finished product also shall be indicated separately if applicable. This
should be worked out both unit wise and quantity wise indicating the excise rates applicable.
3.5.5. Any other levy, entry tax, excise or otherwise on finished products and of statutory nature
also shall be indicated separately stating the reasons for claim of such levies.

3.5.6. For imported equipment:-


(a) The tenderer shall quote price for:-
i. FOB Port of shipment, inclusive of seaworthy packing.
ii. CIF Kolkata
iii. Indian Agent Commission, if any.
(b) When prices quoted are for delivery FOB port of shipment, the Contractor shall agree to
arrange for the shipment and insurance of the machinery from the port of shipment to
Kolkata on behalf and to the account of the Purchaser should the Purchaser so desires. The
actual expenses incurred by the Contractor for Sea freight and insurance will be paid by the
Purchaser. The Purchaser shall provide for all incidental and statutory charges beyond the
port of shipment such as customs duty clearance, loading and unloading, Railway freight and
Octroi or terminal and other taxes.
(c) Firm FOB port of shipment shall be quoted. An alternative price CIF Kolkata shall be quoted
separately. The customs duty applicable and the category (Import Trade Control
Classification as brought up to date) under which the applicants plant is assessable shall
be stated. If firm FOB price cannot be offered, price subject to contract price adjustment may
be quoted, but a ceilings limit must be stated. Any claim for contract price adjustment shall
be supported by authentic documents
which shall be to the satisfaction of the Purchaser. Preference will be given to the firm
offering FOB/ CIF price. The currency in which payments have to be affected shall be clearly
mentioned in the tender.
(d) The best delivery FOB port of shipment shall be clearly stated in the tender as it shall have a
vital bearing on the selection of the final successful tender.
(e) In either cases of goods supplied from within and outside India, the tenderer will quote
separately the freight and insurance for delivery of the goods at site.
3.5.7. Price quoted should be firm. If however a variable price is permitted as per provisions of the
NIT, the tenderer shall specifically stipulate the price variation formula by indicating the base
price and base date. Normally the price variation formula and indices as per IEEMA and
CACMAI will be accepted.
3.5.8. In case the tenderer quotes variable price as per any formula of his own/ other sources, the
tenderer will state clearly the reasons for quoting such variable price and submit the source
of the formula and indices. However, his offer may be rejected at the discretion of the
Purchaser if the Purchaser finds the quoted formula to be complex and it is difficult to
compare the outcome with other bids.

246
3.5.9. In any case, if price variation is allowed, it will be limited to a ceiling of 10% (ten percent)
upward only. However, there shall be no limit for downward price variation.
3.5.10. The rate quoted shall remain valid for a minimum period of 180 (one hundred eighty) days
from the date of opening of the tender. Any tender offering a shorter validity period than
specified in the NIT may be rejected outright. The price quoted shall remain FIRM during the
period of validity and any post revision of rate after opening of the tender will make it liable
for rejection. The Purchaser, however, reserves the right to negotiate with the tenderer or
offer lowest/ reasonable rate to any/ all of the tenderers.
3.5.11. The tenderer shall explain clearly if there is any DGS & D rate contract available for the
product offered and if on the positive, copies of such rate contract shall invariably be
furnished. For such DGS & D prices, the tenderers .should state clearly the period of validity
of the rate contract.
3.5.12. The tenderer shall mention clearly if any quantity discount or payment discount is offered.
3.5.13. The price bid shall be furnished clause wise and in the same order as above.

4.0 RIGHT TO REJECT:


4.1. The Purchaser reserves the right to reject any or all the tenders without assigning any reason
thereof and the Purchaser further reserves the right to split up the supply order in favour of
more than one contractor. The Purchaser also reserves the right to reject the lowest or any
other price without assigning any reason.

5.0 ACCEPTANCE OF THE ORDER / CONTRACT:


5.1. Acceptance of the order(s) in writing shall be conveyed by the supplier to the Purchaser/
Employer within 10 (ten) days from the date of issue of the purchase order failing which, it
will be presumed that all the terms and conditions of the purchase order are acceptable by
him in full.
5.2. Before finalization of the contract, if discussion with the successful tenderer is considered
necessary by the Engineer, the tenderer shall turn up for the same within 10 (ten) days from
the receipt of intimation by FAX / e-mail at no extra cost to the Purchaser.
5.3. Also, if it is for executing a separate agreement the successful tenderer will turn up for the
same within 10 (ten) days from the receipt of intimation at no extra cost to the Purchaser.

6.0 CONDITION OF CONTRACT: COMMERCIAL & GENERAL:


6.1. If so required by the Purchaser, a formal agreement with or without guarantee at the option
of the Purchaser shall be entered into between the Contractor and the Purchaser for the
proper fulfillment of contract.
6.2. Such contracts shall be drawn up in non-judicial stamp paper.
6.3. The expenses of completing and standing the agreement shall be paid by the Contractor and
Purchaser shall be furnished free of charge with an executed stamped counterpart of the
agreement along with ten copies thereof.
6.4. After the tender has been accepted by the Purchaser, all orders or instructions to the
Contractor shall except as wherein otherwise provided, be given by the Engineer on behalf of
the Purchaser.

7.0 CONSTRUCTION OF CONTRACT:


7.1. The contract shall in all respects be constructed and operated as defined in the Indian
Contract Act 1972 and any statutory modification thereof.

8.0 EXECUTION OF AGREEMENT:


8.1. The contract agreement to be executed at Guwahati (Assam) by the parties.

9.0 PERFORMANCE SECURITY DEPOSIT:


9.1. The successful tenderer shall have to deposit through a Bank Guarantee from a nationalized
or scheduled Bank of RBI for an amount equivalent to 10% (ten percent) of the total value of
the order as performance security, immediately on acceptance of letter of intent/detailed

247
orders (as the case may be), duly pledged in favour of the Purchaser concerned and such
security deposits shall be valid up to 30(Thirty) days beyond the warranty period.
9.2. If the supplier fails or neglects to observe perform any of his obligations under the contract,
the Purchaser shall have the right to forfeit either in full or in part at his absolute discretion,
the security deposit furnished by the supplier.
9.3. No interest shall be payable on such deposits.

10.0 RETENTION MONEY:


10.1. In addition to above performance security deposit, 5% value of each progressive bill will be
retained by the Engineer/ Purchaser as retention money. The amount will be held by the
Purchaser till the work under the contract is completed and the completion certificate is
issued in pursuance to clause 25.0.
10.2. If the supplier fails or neglects to observe and perform any of his obligations under the
contract, the Purchaser shall have the right to forfeit either in full or in part at his absolute
discretion, the security deposit furnished by the supplier.
10.3. No interest shall be payable on such deposits.

11.0 RAW MATERIALS:


11.1. Raw materials will be arranged by the suppliers from their own quota and the Purchaser
does not have any responsibility in this regard. If, however raw materials are obtainable
against purchasers quota due to statutory compulsion, allotment orders in respect thereof
will be issued by the Purchaser. In case of raw materials for which supplier has own quota,
no recommendation or advice for release of raw materials shall be issued by the Purchaser.
If issue of raw materials from purchaser quota is desired by the tenderer, he must indicate
the price of the same raw material considered in the offer. In the event of actual cost of such
supply by the Purchaser, being lower than the price stipulated in the tender, the difference
will be recovered from the tenderer.
11.2. Where imports are unavoidable, the items shall be imported by the supplier in good time
against his import license without affecting the delivery schedule.

12.0 WARRANTY :
12.1. Each tender shall stipulate a warranty clause of products offered covering a minimum period
for rectification/free replacement thereof. The term period of warranty shall mean the period
of 12 (Twelve) months from the date of commissioning and successful operation of the
equipment. In any case, this period shall not be less than 18 months from the date the
materials are received in the purchasers store in good and acceptable conditions. During the
period of warranty, the Contractor shall rectify all defects in design, materials and
workmanship that may develop under normal use of the equipment upon written notice from
the Engineer who shall indicate in what respects the equipment is faulty .This rectification/
free replacement must be carried i out within a reasonable period as determined and directed
by the Engineer. The cost of rectification/ free replacement will be to the Contractors
account.

12.2. If the Contractor fails to rectify the defects within the reasonable time, the Purchaser/
Employer may fix a date by which the Contractor would rectify the defects, failing which the
Engineer may
(a) Carry out remedial works himself or through by others, in a reasonable manner and at the
contractors risk and cost. The costs incurred by the Purchaser/ Employer in remedying the
defect shall be recoverable from the Contractor by the Purchaser/ Employer;
(b) Determine and certify a reasonable reduction in the contract price; or
(c) May terminate the contract in respect of such parts of the works and the Engineer shall be
entitled to recover all sums paid for such parts of the work.

13.0 DETAILS OF AUXILIARIES / MATERIALS:


13.1. Within a reasonable time from the date of acceptance of notification of award of contract, the
Contractor shall provide the Purchaser with details of all the auxiliaries/ materials being

248
supplied and also of others, not forming part of the Contractors supply but essential for the
safe and satisfactory working of the equipment/ system.
The Contractor shall send for approval on or before the date indicated by the Engineer,
outline drawings of all equipment/ materials to be furnished under the contract, together with
weights and sufficient overall dimensions to enable the design of the foundations, structures
and associated equipment to be prepared and also for transportation purpose.

14.0 CONTRACTOR.S DRAWINGS:

14.1. All working drawings shall preferably be prepared in AutoCAD 2000 software or its later
version. The Contractor shall also submit the soft copies of all working drawings.
14.2. Within 30 days from the date of acceptance of notification of award of contract, the
Contractor shall send to the Purchaser a preliminary list of all the drawings with their
respective identification numbers, titles and expected date of submission.
This list shall be amended or extended by the Contractor as and when necessary during the
progress of the work under the contract.
14.3. All titles, notes and inscriptions on the drawings shall be in English.
14.4. All drawings which the Contractor shall send to the Purchaser for approval shall be approved
or rejected or returned for modification within 15 days of receipt by the Purchaser. In case of
modification or rejection the Contractor shall submit the correct drawings within 15 days from
receipt of communication from the Purchaser.
Contractor shall be responsible for any delay in the contract processing and its award caused
by non conforming technical particulars furnished by the Contractor requiring query,
confirmation etc.
14.5. Upon approval by the Engineer, the drawings shall become the contract drawings and
thereafter, the Contractor shall not depart from them in anyway whatsoever except with the
written permission of the Purchaser.

14.6. FINAL AS-BUILT DRAWINGS:


In the final stages of the contract, the Contractor shall submit to the Purchaser hard copies
as well as soft copies of complete set of built up drawings.

14.7. MISTAKES/ ERRORS IN DRAWINGS:


14.7.1. The Contractor shall be responsible and liable for any change in the work due to any
discrepancies, errors, or omissions in the drawings or other particulars which have arisen
due to inaccurate information or particulars furnished by the Contractor, even though
approved by the Purchaser/Employer.
14.7.2. However, the Purchaser/ Employer shall be responsible for drawings and information
supplied by him. The Purchaser/ Employer shall compensate for any change in the work
caused due to inaccurate information supplied by him to the Contractor.

15.0 COPY RIGHT ETC.:


15.1. The Contractor shall indemnify the Purchaser against all claims, actions, suits and
proceedings for the infringement or alleged infringement of any patent, design or copyright
protected either in the country of origin or in India for the use of any equipment supplied by
the Contractor but such indemnity shall not cause any use of the equipment other than for
the purposes indicated by or reasonably to be inferred from the specification.

16.0 SUBLETTING CONTRACT:


16.1. The Contractor shall not, without the consent in writing of the Purchaser/ Employer assign or
sublet his contract, or any substantial part thereof, or interest therein or benefit or advantage
whatsoever, other than for raw materials or for minor details or for any part of the work of
which the Sub-contractors are named in the tender provided any such consent shall not
relieve the Contractor from any obligation, duty or responsibility under the contract.

249
17.0 PACKING & MARKING:
17.1. The contract shall include provisions for secured/ protective packing of equipment so as to
avoid damage in transit, and the Contractor shall be responsible for all loss or damage
caused or occasioned by a defect in the packing.
17.2. All bright metal parts shall be thoroughly protected from rust during transit.
17.3. All materials shall be packed in suitable strong cases or crates as per standard practice,
unless otherwise specified. Large equipment such as power transformers, circuit breakers
etc. which are not packed in cases, shall have all screwed holes plugged with wood and all
machined faces shall be properly protected. Each package should be suitably marked with
APDCL marking as specified in the purchase order.

18.0 VARIATION OF QUANTITY:


18.1. Purchaser/ Employer shall have the right to increase/ decrease the ordered quantity by 20%
within 50 days of the period of completion of supply order and the same shall be supplied at
the same rates/ prices and terms and conditions stipulated in the order except in regard to
delivery schedule, which shall be mutually agreed upon in case of increase in the ordered
quantity.

19.0 CO-OPERATION WITH OTHER MANUFACTURERS:


19.1. The Contractor shall agree to co-operate with the Purchasers other contractors for
associated supplies and freely exchange with them such technical information as is
necessary to obtain the most efficient and economical design and to avoid unnecessary
duplication. No remuneration shall come from the Purchaser for such technical co-operation.

20.0 INSPECTION AND TESTING:


20.1. The Purchaser/ Employer and his duly authorized representative shall have at all reasonable
time access to the Contractors premises or works and shall have the power to inspect and
examine the materials including raw materials used and the workmanship of the product
during manufacture. If a part of the goods is manufactured at others premises or works the
Contractor shall obtain for purchasers duly authorized representative, permission to similarly
inspect at the other premises/works.

21.0 INSPECTION AT SITE FOR ERECTION WORK:


21.1. A representative of the Purchaser shall have access to the Contractor/ Sub- Contractors
work at site at any time and the Contractor/ Sub-Contractor or his authorized agent shall be
present and shall provide facilities for necessary inspection.

22.0 TEST AT SITE FOR ERECTION WORK:


22.1. The Contractor after erection and commissioning of the equipment shall arrange testing to
prove correct workmanship as per specification. The Contractor shall give in writing the
Purchasers representative thirty (30) days notice of the date the equipment would be ready
for testing. The Contractor shall bear all testing cost at site of work and shall become
responsible for rectification of defects found on testing within reasonable time as decided by
the Engineer.

23.0 INSURANCE:
23.1. The Contractor shall, unless otherwise specified by the Purchaser, insure the materials
through their underwriter at their cost and shall keep it insured against any loss/ damage/
pilferage in transit, destruction or damage by fire/ flood, exposure to vagaries of weather or
through riot, civil commotion, war or rebellion, for the full value of the materials until the
materials are received at the Purchasers destination store.
23.2. The Contractor shall be responsible for safe arrival of the goods at destination, their
unloading and their receipt by the consignee. The Assam Power Distribution Company

250
Limited will discharge consignees responsibilities only and shall not be responsible for any
damage/ loss/ pilferage/ non-delivery by the carriers.
23.3. In case of any loss / damage / pilferage / non-delivery / short delivery by carriers etc. the
supplier shall replace free of cost the missing / damaged / lost materials within 30 (thirty)
days from the receipt of report thereof from the consignee without waiting for settlement of
their claims with their carriers/ under-writers.
Normally such reports from the consignee to the supplier shall be initiated within a period of
30 (thirty) days from the date of receipt of each consignment by him.
23.4. If it is considered necessary that the damaged equipment either in part or in full be sent back
to the manufacturers works for repair, the manufacturers/ suppliers will furnish the Bank
Guarantee for the full value of equipment needing repairs and such Bank Guarantee shall
remain valid till such time the equipment are repaired and returned to the consignee in good
condition. The to and fro freight, handling and insurance charges in such cases will be borne
by the Contractor.
23.5. Unless otherwise mutually agreed upon, in case of failure by the supplier to replenish/ make
good of the loss/ damage/ short supplied quantities, within the stipulated period, the
Purchaser reserves the right to forfeit the security deposit and/ or adjust any outstanding
payment to the Contractor with APDCL or take any other appropriate action.
23.6. All materials will be dispatched against clear door delivery basis unless otherwise agreed by
the Purchaser.

24.0 TERMS OF PAYMENT:


24.1. The standard terms of payment of APDCL for supply of equipment/ materials are indicated
below:-
(A) 100% payment would be admissible within three (3) weeks from the date of receipt of the
materials/ equipment at site in full and good condition less deduction of retention money and
advance applicable as per clause 10.0 and 24.2 and as per terms and conditions stipulated
in the purchase order
(B) However, in special case, the following terms of payment may be agreed to at the discretion
of Purchaser .
(1) Payment of 90% (ninety percent) of the consignment value on receipt of all dispatch
and other documents by the consignee through Bank.
(2) Balance 10% (ten percent) on-receipt of the equipment/ materials at site in full and in
good condition and as per terms & conditions stipulated in the Purchase order.
(3) Payment vide clause (B)(I) & (B)(2) would be made provided the Contractor submits to
the Purchaser/ Employer a bank guarantee equivalent to 90% of the consignment
value, which will be released after the consignment is received in full and good
condition.
(4) Payments as per sub-para (A), (B)(I) & (B)(2) above will be made under the following
conditions:-
(a) Advance copies of bills in duplicate and other information such as challan packing
list etc. are furnished sufficiently in advance.
(b) Any demurrage charges on account of late intimation and/or delivery of
documents by the Bank is borne by the supplier.
(c) The supplier intimates the dispatch of each and every consignment to the
Purchaser and the Consignee.
(d) All Bank charges are borne by the supplier.
(5) Payment through Bank in respect of material/ equipment dispatched by road transport
shall be allowed if required, provided the transport agency is approved by the Banking
Association and prior approval thereof is given by the Engineer .

(C) TERMS OF PAYMENTS FOR ERECTION WORK:


Payment up to 100% of erection items will be made against progressive monthly bills within a
reasonable time from the date of submission of bills less deduction of retention money and
advance applicable as per clause 10.0 and 24.2 respectively.

24.2. ADVANCE PAYMENT:


10% of the contract value as interest free advance against a Bank Guarantee for a sum
equivalent may be permitted if specifically provided in the NIT. The advance amount will be

251
gradually adjusted/ amortized by suitable instalments from the progressive bills. Number of
instalments will be specified in the NIT.

25.0 TIME FOR COMMENCEMENT AND COMPLETION:


25.1. For the purpose of determining the completion time of supply and/or erection works, the date
on which the Contractor accept the purchase/ work order in pursuance to clause 5.0 shall be
taken as commencement date of the contract.
25.2. The Contractor shall attain Completion of the supply and/or works (or of a part where a
separate time for Completion of such part is specified in the NIT/ Contract), within the time
stated in the NIT / Contract.
25.3. As soon as the works, in the opinion of the Contractor, are completed as per requirements of
the specification/ contract, the Contractor shall so notify the Engineer in writing.
25.4. The Engineer shall, within fourteen (14) days after receipt of the Contractors notice under
Sub-Clause 25.3 either issue a Completion Certificate in the form specified by the Engineer,
stating that the supply/ works thereof have reached Completion on the date of Contractors
notice under Sub-Clause 25.3 or notify the Contractor in writing of any defects and/ or
deficiencies.
25.5. If the Engineer notifies the Contractor of any defects and/ or deficiencies, the Contractor shall
then correct such defects and/ or deficiencies, and shall repeat the procedure described in
Sub-Clause 25.3
25.6. If the Engineer is satisfied that the supplies/ works have reached completion, the Engineer
shall, within seven (7) days after receipt of the Contractors repeat notice, issue a Completion
Certificate stating that the supplies/ works have reached Completion on the date of the
Contractors repeat notice.
25.7. If the Engineer is not so satisfied, then he shall notify the Contractor in writing of any defects
and/or deficiencies within seven (7) days after receipt of the Contractors repeat notice, and
the above procedure shall be repeated.
25.8. If the Engineer fails to issue the Completion Certificate and fails to inform the Contractor of
any defects and/ or deficiencies within fourteen (14) days after receipt of the Contractors
notice under Sub-Clause 25.4 or within seven (7) days after receipt of the Contractors repeat
notice under Sub-Clause 25.6 then the supplies / works shall be deemed to have reached
completion on the date of the Contractors notice or repeat notice, as the case may be.

25.9. EXTENSION OF TIME FOR COMPLETION: Should progress be delayed because of delay
in approval of drawings or any cause beyond reasonable control of the Contractor,
reasonable extension of time may be granted on the application made by the Contractor in
writing to the Purchaser but without prejudice to other terms and conditions of the contract. It
shall be the duty of the Contractor to notify to the Purchaser the reason for delay which the
Contractor considers to be beyond his control. The decision of the Purchaser as to whether
the delay was beyond the control of the Contractor shall be final.
25.10. Price variation, if any, applicable as per purchase order shall not apply to any quantity not
delivered as per delivery schedule of the purchase order. If, however, the prices in respect of
delayed deliveries are found to have gone down, payment will be made at the reduced price
or penalty levied at the discretion of the Purchaser.

26.0 LIQUIDATED DAMAGE FOR DELAY IN DELIVERY / COMPLETION OF WORKS AND


PENALTY:
26.1. The date of delivery/ completion of work shall be deemed to be the essence of the contract
and shall be completed not later than the date specified in the purchase order/ contract. In
case of failure to deliver the materials/ equipment in full or to complete the delivery within the
stipulated delivery period or delay in the erection work beyond completion schedule, the
Purchaser/ Employer shall be entitled to: -
(1) Recover an amount at the rate of 1% (one percent) of the Contract Price per week or part
thereof of delay, subject to maximum of 10% (ten percent) of the contract price as liquidated
damage to APDCL. However, the payment of liquidated damages shall not in any way
relieve the Contractor from any of its obligations to complete the works or from any other
obligations and liabilities of the Contractor under the Contract.

252
(2) Purchase the undelivered material/ equipment from elsewhere or to complete the balance
work giving notice to the supplier and to recover any extra expenditure incurred thereby for
having to purchase these materials or complete the work at a higher price, at the risk and
responsibility of the Contractor.
(3) Cancel the contract wholly or in part and to purchase materials/ equipment at the full risk and
cost of the supplier and forfeit the security deposit.

27.0 CONTRACTUAL FAILURE:


27.1. In the event of contractual failure of any respect on the part of the supplier, the Purchaser
shall be entitled to forfeit the security deposit or any deposit or any payment due to Supplier
from this or his other contracts towards the recovery of Purchasers claim for damages
arising out of the failure. In addition, APDCL may black-list or ban the Contractor or pending
enquiry, suspend him or take any other steps considered suitable.

28.0 REJECTION:
28.1. In the event, any of the Equipment supplied by the Contractor is found defective in materials
or workmanship or otherwise not in conformity with the requirements of the contract
specifications, the Purchaser shall either reject the equipment or request the Contractor in
writing to rectify the same. The Contractor, on receipt of such notification shall either rectify
or replace the defective equipment free of cost to the Purchaser. If the Contractor fails to do
so, the Purchaser may at his option:
(a) Replace or rectify such defective equipment and recover the extra cost so involved from the
Contractor plus 15% fifteen percent thereof, or
(b) Terminate the contract for default, or
(c) Acquire the defective equipment at a reduced price as considered equitable under the
circumstances. The provision of this article shall not prejudice the Purchasers right under
clause 26.0

29.0 DEDUCTION FROM CONTRACT PRICE:


29.1. All cost, damages or expenses which the Purchaser may have made for which, under the
contract, the Contractor is liable, may be deducted by the Purchaser from any money due or
becoming due by him to the Contractor or may be recovered by action at law or otherwise
from the Contractor.
29.2. In the event of recovery to the necessary extent becoming impossible owing to insufficiency
of the earnest money/ security deposit and withheld amounts, the balance due to the
Purchaser may at the option of the Purchaser be recovered from any money due to the
Contractor from LAEDCL under other contracts with the Contractor.

30.0 FORCE MAJEURE:


30.1. Normally, force majeure shall cover only act of God, fire, war, riots and, act of Government
etc. Any constraints other than those specified above, will not constitute a force majeure
condition. In view of other constraints beyond the control of the supplier, primarily due to
statutory compulsion, extension of delivery time may also be considered on merit of
individual case. In case of a force majeure condition, the Contractor shall notify the
Purchaser in writing such condition within 10 (ten) days from the beginning of such delay for
consideration and acceptance.

31.0 CHANGE OF NAME OF THE TENDERER:


31.1. At any stage after tendering, the Purchaser/ Employer shall deal with the Supplier/
Contractor only in the name and the address under which he submitted the tender. All the
liabilities/ responsibilities for due execution of the contract shall be that of the Supplier/
Contractor. The Purchaser may however, in his discretion deal with agents/ representatives/
distributors/ manufacturers/ associates/ principals/ sister concerns and such dealings shall
not absolve the Supplier/ Contractor from the responsibilities/ obligations/ liabilities to the
Purchaser/ Employer under the contract.

253
31.2. Any change/ alteration of name/ constitution/ organization of supplier shall be duly notified to
the Purchaser/ Employer and the Purchaser/ Employer reserves the right to determine the
contract, in case of any such notification.

32.0 DEATH, BANKRUPTCY ETC.:


32.1. If the Contractor becomes bankrupt or being a corporation is in the process of winding up,
amalgamation or reorganization, the Purchaser shall be at liberty to:
(a) Terminate the contract forthwith by notice in writing to the Contractor or to the liquidator or
receiver or to any person in whom the contract may become vested.
(b) Give such liquidator, receiver or other person the option of carrying out the contract subject
to his providing a guarantee for the due and faithful performance of the contract up to an
amount to be determined by the Purchaser.
32.2. In case of death of the Contractor before completion of work and supply, the Engineer or
Purchaser shall be at liberty to:
(a) Close up the contract and take over the completed portion of work/ supply done and made as
per specification and make final payment to the legal heir of the Contractor on receipt of
claim from such legal heir .
(b) Give the contract to the legal heir of the Contractor subject to his depositing a performance
security for the due and faithful performance of the contract. The performance security
amount shall be determined by the Purchaser/ Engineer commensurate with the incomplete
portion of the work/ supply.
The Purchaser will enter into a fresh contract with the legal heir of the Contractor on the
same terms and conditions of the earlier contract.

33.0 ARBITRATION:
33.1. If at any time, any question, disputes or differences whatsoever shall rise between the
Purchaser and the Contractor, upon or in relation to or in connection with the contract, either
party may forthwith give notice to the other in writing of the existence of such question of
dispute or difference and the same shall be referred to the adjudication of three Arbitrators,
one to be nominated by the Purchaser the other by the Contractor and the third by the
President of the International Chamber of Commerce in the case of foreign contractors and
in case of local contractors by the President of the Institution of Engineers, India/ Retired or
Sitting Judge not below the status of a retired Judge of High Court of India. If either of the
parties fail to appoint its arbitrators within 60 (sixty) days after receipt of notice of the
appointment of arbitrators then President of International Chamber of Commerce or the
President of the Institution of Engineers retired or sitting Judge of India, as the case may be
shall have the power at request of either of the parties, to appoint an Arbitrator. A certified
copy of the President of the ICC or IOE making such an appointment shall be furnished to
both parties
33.2. The arbitration shall be conducted in accordance with Rules and procedures for Arbitration of
the International Chamber of Commerce (Paris) in the case of foreign contractors as per
provisions of the Arbitration Act 1940 or any statutory modification thereof and in case of
local contractors, shall be held at Guwahati or any other place as may be decided by the
Managing Director, APDCL. The decision of the majority of Arbitrators shall be final & binding
upon the parties and the expenses of the arbitration shall be paid as may be determined by
the Arbitrator . However, any dispute arising out of this contract will first be discussed and
settled bilaterally between LAEDCL and the Contractor.

34.0 PRECAUTIONS TO BE TAKEN DURING CONSTRUCTIONS/ ERECTION:


34.1. The Contractor shall take reasonable and statutory precaution during execution of erection
and construction work so as to avoid accident and damage to equipment and injury to
workman and to prevent theft, pilferage etc.

35.0 LIABILITY FOR ACCIDENT AND DAMAGE:


35.1. The Contractor shall not claim for compensation arising out of any accident(s) or damages
done during the course of erection & commissioning work & the Contractor will be

254
responsible for paying compensation to the worker as per Workmens Compensation Act,
1923 and subsequent amendments thereof. It is further clarified that in case any payment is
to be made by the Contractor under the said Workmen Compensation Act, the same shall be
paid forthwith and in case of failure in making such payments the Purchaser shall make
payment and the amount so paid shall be deducted from the bills of the Contractor.
35.2. The Contractor shall adequately insure against liability to third party, in the joint names of the
Employer, the Contractor and the Sub-contractors for any loss, damage, death or bodily
injury which may occur to any physical property owned by others, the goods/ materials of the
contract or to any person which may arise out of the performance of the contract.

36.0 REGULATION OF LOCAL AUTHORITIES:


36.1. The Contractor shall abide by the regulation of local Authorities unless such regulation is
repugnant to any terms of the contract agreed upon.
36.2. All electrical contractors need to possess a valid Electrical Contractors License from the
concerned Licensing Board, Government of Assam. A tenderer, who has a valid Electrical
Contractors License from other states will also qualify for a bidding. However, in such cases
the tenderer will have to obtain the same or an endorsement to that extent, from the
Licensing Board of Government of Assam within a reasonable time from the date of award of
contract.
36.3. The Contractor is required to fulfil all criteria related to Labour Laws.
36.4. The Contractor will also comply with all regulations/ directives of both State & Central
Government Pollution Boards.

37.0 SUSPENSION OF BUSINESS DEALINGS WITH FIRMS/ CONTRACTORS:


37.1. The Purchaser may suspend business dealings with a Firm/ Contractor, if:
(a) The Central Bureau of Investigation or any other investing agency recommends such a
course in respect of a case under investigation; and if a prima facie case is made out that the
firm is guilty of an offence involving unethical, unlawful, fraudulent means in relation to
business dealings, which, if established, would result in business dealings with it being
banned.
(b) The Purchaser has past record of non-performance of the Firm in its previously awarded
contracts.
(c) The Purchaser has record of ban against the Firm by other Government / Public sector utility
37.2. However, the Purchaser shall give the Firm/ Contractor a fair chance to explain the
circumstances of such previous suspensions.

38.0 BANNING OF BUSINESS DEALINGS WITH FIRMS/ CONTRACTORS:


38.1. The Purchaser may ban business dealings with a Firm/ Contractor, if:
(a) The owner (s) of the Firm/ Contractor is convicted by a court of law following prosecution for
offences involving unethical, unlawful, fraudulent means in relation to business dealings.
(b) There is strong justification that the Firm has been guilty of malpractices such as, bribery,
corruption, fraud, substitution of tenders, interpolation, mis-representation, evasion or
habitual default in payment of any Government tax" etc. .
(c) The Firm continuously refuses to return government dues without showing adequate cause
and government are reasonably satisfied that this is not due to reasonable dispute which
would attract proceeding in arbitration or court of law.
(d) The Firm is found guilty of involving in unethical practices, such as:
1. corrupt practice involving offering, giving, receiving or soliciting, directly or indirectly, of
anything of value to influence the action of any such official/ party in procurement process or
in contract execution.
2. fraudulent practice involving misrepresentation or omission of facts in order to influence a
procurement process or the execution of a contract to the detriment of the Employer.
3. collusive practice involving a scheme among bidders (prior to or after bid submission)
designed to establish bid prices at artificial non-competitive levels and to deprive the
Employer of the benefits of free and open competition.
4. coercive practice involving harming or threatening to harm directly or indirectly, persons or
their property to influence procurement process or the execution of a contract.

255
38.2. The Purchaser may sanction a Firm/ Contractor or its successor, including declaring
ineligible, indefinitely or for a period of not less than 3 (three) years.

39.0 LEGAL JURISDICTION:


39.1. For any litigation arising out of the contract which cannot be resolved through mutual
agreement or through arbitration, the Guwahati High Court will have the sole jurisdiction.

256
257
258

You might also like