central electricity supply utility of odisha203.193.144.25/ced06/railway_bid_document.pdfdeposit...

138
DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18 Page 1 of 138 CENTRAL ELECTRICITY SUPPLY UTILITY OF ODISHA BID DOCUMENT Tender Specification No – CESU-CED /DEPOSIT-TURNKEY/02/2017-18 FOR SHIFTING AND RE-LOCATION OF 11 KV LINES AND SUB-STATION WITH UP-GRADATION OF S/S AND CONSTRUCTION OF LT LINE UNDER TURNKEY CONTRACTS. (SUPPLY & ERECTION) (UNDER 100% DEPOSIT WORK ON PARTLY TURNKEY BASIS )

Upload: others

Post on 11-Mar-2020

9 views

Category:

Documents


0 download

TRANSCRIPT

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

Page 1 of 138

CENTRAL ELECTRICITY SUPPLY UTILITY OF ODISHA

BID DOCUMENT

Tender Specification No –

CESU-CED /DEPOSIT-TURNKEY/02/2017-18

FOR

SHIFTING AND RE-LOCATION OF 11 KV LINES AND SUB-STATION

WITH UP-GRADATION OF S/S AND CONSTRUCTION OF LT LINE

UNDER TURNKEY CONTRACTS.

(SUPPLY & ERECTION)

(UNDER 100% DEPOSIT WORK ON PARTLY TURNKEY BASIS )

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

Page 2 of 138

CENTRAL ELECTRICITY SUPPLY UTILITY OF ORISSA

(Formerly CESCO) Registered Office : IDCO TOWERS, (IInd Floor), Janapath, Bhubaneswar – 751 022

OFFICE OF THE EXECUTIVE ENGINEER(ELECT.), CUTTACK ELECTRICAL DIVISION, CUTTACK

E mail:- [email protected], : 0671-2414052, 9437011317, Fax : 0671 – 2414278

TENDER CALL NOTICE NO. 02 / 2017-18

Tender Specification No : CESU-CED/DEPOSIT-Turnkey/02/2017-18

CONTENTS

Sl. No. Particulars Page No. Remarks

1 Tender Notice 3-5

2 Section-I, General Conditions of Contract (GCC) 6-24

3 Section-II, Information to Bidders (IFB) 24-32

4 Section-III, Technical Specification 33-80

5 Drawings 81-92

6 Annexure & Bid Proposal Sheets 93

7a Schedule of Quantity 94

7b Price Schedule format 95-115

7c BG Proforma for EMD 116-117

7d BG Proforma Contract Performance Guarantee 118-120

7e Bid Proposal Letter 121-125

7f Declaration form 126

7g Qualifying Requirements 127

7h Commercial deviation 128

7i Technical deviation 129

7j Additional Information 130

7k Bought out & Sub-Contract Items 131

7l Work Completion Schedule 132

7n Check List 133-134

7o Self declaration 135

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

Page 3 of 138

TENDER CALL NOTICE

CENTRAL ELECTRICITY SUPPLY UTILITY OF ORISSA (Formerly CESCO)

Registered Office : IDCO TOWERS, (IInd Floor), Janapath, Bhubaneswar – 751 022

OFFICE OF THE EXECUTIVE ENGINEER(ELECT.), CUTTACK ELECTRICAL DIVISION, CUTTACK

E mail:- [email protected], : 0671-2414052, 9437011317, Fax : 0671 – 2414278

Tender notice No-…………. Date-…………

The Executive Engineer (Elect.) C.E.D Cuttack for and on behalf of CESU, invites sealed bids in

duplicate from empanelled Electrical Contractors having valid H.T license issued by E.L.B.O &

executed similar natures of works for electrification with up to date VAT clearance and GST

registration with PAN for erection, installation, testing, commissioning etc of 11 KV O.H.H.T line,

DP mounted 11/0.4 KV electrical Sub- Station , L.T line, construction of 4 pole DP structure etc.

They should comply to the terms with conditions for the following works to be executed in the

licensed area of Cuttack Electrical Division, Jobra Cuttack under Chhatia and Tangi electrical

section of CESU in the Cuttack District of the state of Odisha as per the place mentioned here

under 100% deposit work on partly turnkey basis.

Brief Description of the work: (1) Construction of 11 KV lines, Sub-Stations and L.T lines

Sl.No Name of the work

Apprcx. Estd. Cost

(Rs in Lakhs)

Cost of tender paper (Non

refundable) in Rupees

Class of contrac

tor

EMD

required

in Rupees

Last date/time

for submission

of bids.

1 Shifting and relocation of 63

KVA,11/0.4 KV S/S along with

up gradation of transformer

capacity from 63 KVA to 100

KVA,11/0.4 KV along with

construction of L.T line =0.13

K.M towards P/S to 60 KW

Load of Bayree railway station

under 100% deposit work

on partly turnkey basis in

Chhatia section.

4.38

2000.00+12%

GST

HT

licens

e

holder

4380.00

18.11.2017

At-2.30PM

2 Shifting and relocation of 100

KVA,11/0.4 KV S/S along with

construction of a new four

pole structure due to

extension of railway track at

Kapilash Road Railway

station under 100% deposit

work on partly turnkey

basis in Tangi section.

4.54

2000.00+12%

GST

HT

licens

e

holder

4540.00

18.11.2017

At-2.30PM

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

Page 4 of 138

3 Shifting and relocation of 100

KVA,11/0.4 KV S/S along with

construction of a new four

pole structure due to

extension of railway track at

Charbatia Railway station

under 100% deposit work

on partly turnkey basis in

Tangi section.

4.63

2000.00+12%

GST

HT

licens

e

holder

4630.00

18.11.2017

At-2.30PM

TERMS AND CONDITION –

1. Further details(if required) can be had from the office of the undersigned during office hours. The work

put to tender will be executed depending on the availability of fund

2. EMD in shape of NSC/post office saving pass book/Cash/Bank draft in any Nationalized Bank/post

office duly pledged in favors of “CESU C.E.D Cuttack” should be given with tender as mentioned against

the work. The offers without valid EMD/Part EMD will be out rightly rejected.

1. The sale of bid documents will be available for sale in the office of the undersigned from dated

13.11.2017 To 18.11.2017 during office working hours and up to 2:00 P.M on date- 18.11.2017 on

payment of cost of tender paper (Non refundable). The complete bid documents will be received up

to 2:30 P.M on date 18.11.2017. in the office of the undersigned and will be opened on date

18.11.2017 at 4.00 P.M at C.E.D Jobra Cuttack . Participants or their authorized agents may remain

present during opening of tender.

2. Eligibility criteria :

a) The intending bidders should show up-to-date valid HT contractors Registration certificate, PAN

card, GST registration certificate etc.

b) The following documents, certificates should be furnished along with tender papers failing which

the tender is liable for rejection.

i. The bidder should submit the EMD rounded to nearest next hundred rupees.

ii. The bidder Quoting for more than one work is required to submit the bid documents

separately i.e one envelope for each work with individual EMD. Deposit of EMD in

consolidated manner is liable for rejection.

iii. Attested copy of contractor registration/ licensed / labour license certificate

iv. Attested copy of valid pan card, GST registration certificate

c) All documents should be produced in very clear and legible manner duly self attested and free

from any ambiguity and all documents should be signed by the agency as per specimen signature

in the license copy. In case of any deviation the tender will be liable for rejection.

d) The completed documents can be dispatched by Regd. Post/ speed post to the undersigned

which should reach on or before schedule date and time of receipt of tender. The department will

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

Page 5 of 138

not be held responsible for the postal delay in delivery of the documents or non- receipt of the

same or any loss, theft and part DTCN documents received from the postal.

3. Authority reserves all rights to reject any or all tenders without assigning any reason thereof.

4. All correspondence with regard to the above shall be made to the following address :

A.G.M (Elect.) CESU, Cuttack Electrical Division,Jobra, Cuttack, Pin- 753007, ODISHA Tel. No- 0671-2414052, Mobile- 9437011317, Fax : 0671 – 2414278

Executive Engineer(Elect.)

C.E.D Cuttack

CC to- 1. The Superintending Engineer, Electrical Circle, Cuttack for kind information and necessary action. 2. The E.E (Elect.), AED, Athagarh/ CDD-II Cuttack/ SED, Salipur for information. 3. The Sr. General Manager (Tech.), CESU HQrs. for kind information. 4. Notice Board of this office/ AM (Finance)/ Cashier, of this office for information.

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

Page 6 of 138

SECTION – I

GENERAL CONDITIONS OF CONTRACT (GCC)

Tender Specification No : CESU-CED/DESI-TURNKEY/02/2017-18

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

Page 7 of 138

1.0 GENERAL: -

Executive Engineer, Cuttack Electrical Division, Cuttack , hereinafter referred to as

the “Owner” are desirous of shifting and relocation of 11 KV line with up gradation of

S/S, construction of four pole DP structure etc. and construction of LT line and System

Improvement Works due to extension of railway track at Kapilash road, Charbatia

and Byree railway station on ‘ Partial turnkey’ basis in Tangi and Chhatia section

under C.E.D Cuttack, pertaining to Tangi Choudwar/Badachana of Cuttack /Jajpur

district in the state of Odisha as described below :

(i) Shifting and relocation of 11 KV line and S/S

(ii) Construction of 4 pole DP structure.

(iii) Construction of L.T line

a) Scope of Work: -

2.1 The scope shall include supply and installation of all materials & equipments to

complete the works except the materials/ equipments which shall be supplied by

the CESU (OSM Materials) and describe as Annexure-1,2 and 3.

N.B: While executing the works, if the OSM Materials are not available at CESU store

(except sl. No a & g), then these materials may be treated as CSM.

2.2 The detailed scope of the work shall include;

i. Detailed survey of substation, line and preparation of SLD / BOQ to be done by

the bidder.

ii. Complete manufacture, supply of materials from the approved vendor (materials

which are to be supplied by the bidder) on subsequent approval of the owner.

iii. Providing Engineering drawing, data, operational manual, etc for the Owner’s

approval;

iv. Packing and transportation from the manufacturer’s works to the site.

v. Receipt, storage, preservation and conservation of equipment at the site.

vi. Pre-assembly, if any, erection testing and commissioning of all the equipment;

vii. Reliability tests and performance and guarantee tests on completion of

commissioning;

viii. Loading, unloading and transportation as required.

ix. Erection of equipments in Sub-station including civil works.

x. Erection of lines of specified voltage.

xi. Testing, Commissioning of substations and lines / installations

xii. Storing before erection

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

Page 8 of 138

xiii. Getting the substations & lines inspected by Appropriate authority after

completion of work.

xv. Dismantling of existing electrical structures and return of these dismantled items at

the Owner’s stores, safe custody of the items.

3.00 DEFINITION OF TERMS

In construing this contract and the scope of work, the following words will have same

meaning herein assigned to them unless there is something in the subject or context in

context in consistent with such construction.

3.01 Owner / Purchaser:

The “Owner / Purchaser” shall mean the Executive Engineer, CED, CESU, Cuttack and

shall include its legal representative, successors and assignees.

3.02 Contractor:

The “Contractor” shall mean the firm whose tender has been accepted by the owner

and shall include its legal representatives, successors and assignees. The

bidders/contractors who have registered with MSME organization, they may get

preference as per Govt. of India rule.

3.03 Engineer In Charge:

The “Engineer In Charge” shall mean the Executive Engineer, CED, CESU, Cuttack of the

work for owner or his authorized representative.

3.04 Consignee

The “Consignee” shall mean the person authorized by the owner to receive the

materials, supervise and take measurement of the work.

3.05 Site:

The “Site” shall mean, the actual place of the proposed project as detailed in the

specification or other place where work has to be executed under this contract.

3.06 Specification:

‘Specifications’ shall mean the specifications and Bidding Document forming a

part of the Contract and such other schedules and drawings as may be

mutually agreed upon.

.

3.07 Contract:

The “Contract” shall mean and include the following documents:

a) Invitation to Tender

b) Instruction to Tender

c) General Terms of contract and Technical field requirement

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

Page 9 of 138

d) Technical Specification

e) Contract Agreement

f) Contractor’s tender proposal including clarification letter

g) Letter of intend

h) Work Order

i) Agreement

3.08 Commissioning:

The “Commissioning” shall mean the first authorized operation of the equipment /

installation after completion of erection, testing, initial adjustment, statutory approvals

etc.

3.09 Approved:

The “Approved” shall mean the written approval of the Engineer–in-charge.

3.010 Months:

Months shall mean the calendar month.

3.011 Performance Test:

The “Performance Test” shall mean all the tests as prescribed in the specification / ISS to

be carried out by the contractor before taking over the installation by the owner.

3.012 Final Acceptance:

The “Final Acceptance” shall mean the owners written acceptance of the works

performed under the contract after successful completion of Performance &

Guarantee Test and Commissioning.

3.13 Terms and expressions not herein defined shall have the same meaning as are

assigned to them in the Indian Sale of goods Act (1930), failing that in the Indian

Contract Act (1872) and failing that in the General Clauses Act (1897) including

amendments thereof, if any.

3.14 In addition to the above the following definition shall also apply

a) ‘All equipment and materials’ to be supplied shall also mean ‘Goods’

b) ‘Constructed’ shall also mean erected and installed. c) ‘Contract Performance Guarantee’ shall also mean ‘Contract Performance

Security’. 3.15 ‘Commercial Operation’ shall mean the condition of operation in which the complete equipment covered under the Contract is officially declared by the Owner to be available for continuous operation at different loads up to and including rated capacity. Such declaration by the Owner, however, shall not relieve or prejudice the Contractor of any of his obligations under the Contract.

04.00 SITE

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

Page 10 of 138

04.01 The site is spread in Cuttack revenue district of Orissa state. The location, where proposed work

to be done under Tangi Choudwar/Badachana block as detailed below:

Sl. No Name of WORK Location

1

Shifting and relocation of S/S,up

gradation of s/s,11 KV line,

construction of 4 pole structure

,construction of L.T line etc.

Kapilash

Road,Charbatia

and Byree railway

station.

TOTAL

05.00 SERVICE CONDITIONS

All outdoor Equipment/material to be supplied against this specification shall be suitable for

satisfactory continuous operation under tropical conditions as specified below:

1. Maximum ambient temperature (°C) 50

2. Minimum ambient temperature (°C) 0

3. Relative humidity (%) – Range 10 - 100

4. Maximum Annual rainfall (cm) 70 - 200

5. Maximum wind Pressure (Kg/m2.) 75

6. Moderately hot and humid tropical, climate, Yes

conductive to rust and fungus growth

06.00 BID DOCUMENTS

06.01 The bid specification documents are available in the office of the Executive Engineer, CED,

Cuttack for sale to the interested eligible parties on receipt of application for the same

alongwith a Bank Demand Draft drawn in favour of the Executive Engineer, CED, Cuttack at

Cuttack for an amount of Rs.2, 000.00 + 18% GST for each work.

06.02 The bid specification documents will be available for sale on submission of a written application

from Dt. 13.11.2017 during office working hours. Completed bids shall be received upto 14.30 Hrs.

on Dt. 18.11.2017. The bid will be opened on date-18.11.2017 at 16.00 Hr in the Office of the

owner.

06.03 Bids received after the due date and without E.M.D. shall be rejected outright. The undersigned

reserves the right to reject any or all bids without assigning any reasons if the situation warrants.

06.04 A complete set of bidding documents can be downloaded from our website

http:/www.cescoorissa.com. However for the bidders who has obtained the bid document by

down loading from the website must submit along with demand draft for an amount of

Rs.2,000.00+18% GST for each work in order to make them eligible to participate in the

tender.

06.05 Request for Bid Document through post will not be entertained.

06.06 The Bids will be opened in presence of Bidders / Bidder’s representatives as per

Guidelines.

06.07 Bids without E.M. Deposit will be rejected outright. No adjustment of any previous

deposit will be entertained. The E.M. Deposit shall be forfeited in case of withdrawal of

bids after the last date of submission and / or non-acceptance of order.

07.00 SUBMISSION OF TENDER:

07.01

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

Page 11 of 138

Sealed tenders in Single parts in duplicate, complete in all respects in the manner

hereinafter specified are to be submitted in the office of the Executive Engineer,

CED, Cuttack, Address on or before the date and time specified in the notice inviting

the tenders. Bids shall be submitted as per format provided in Section VI. Each copy

of the bids (original and duplicate) shall be submitted in double sealed envelopes

superscripted on the covers the tender specification number and the due date of

opening of the bids on the right hand top side of the envelop. On the left top side

original/ duplicate as is relevant shall be written.

07.02 The tenders are required to be submitted in Single Parts in double sealed covers with

following requisites.

Contain EMD, Cost of Bid Documents, Techno commercial documents & Price Bid.

07.03 Fax and Telegraphic tenders shall not be accepted. 07.04 Receipt of bids/ revised bids after the cut off time and date as specified in the

Tender specification shall not be permitted and such bids shall be rejected outright.

The Owner shall not be responsible for any delay in transit in post / courier etc. in this

regard. 07.05 VALIDITY :-

The offer shall be valid for a period not less than 45days from the date of bid opening.

08.00 Bill of Quantity of Work

The contractor will survey jointly with concerned J.E. to determine the actual scope

and BoQ before starting the work in the field and forward the actual scope with BoQ

to this office for approval.

09.00 PRICE: -

Bidders are required to quote firm price as per the prescribed format enclosed in

Section – VI. The quoted price shall be firm and inclusive of all taxes, duties, freight &

insurance and other levies, if any. Owner shall not be liable to pay anything extra

over and above the quoted price.

10.0 RECEIPT AND OPENING OF THE BID : -

10.01

Bids in duplicate as described under clause 07.00 shall be received in the office of

the Executive Engineer, CED, Cuttack and shall be opened on the scheduled date

and time. The Owner’s authorized representatives shall open bids in the presence of

Bidders’ representatives on the date and time for opening of bids as specified in the

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

Page 12 of 138

Invitation to Bid or in case any extension has been given thereto, on the extended

bid opening date and time notified.

10.02

Maximum one representative for each bidder shall be allowed to witness the opening

of bids. The representative must produce suitable authorization in this regard to be

eligible to witness the bid opening on behalf of the bidder. Bidders’ representatives

who are present shall sign in a register evidencing their attendance. 10.03 The Bidders’ names, bid prices, modifications, bid withdrawals and the presence or

absence of the requisite bid guarantee and such other details as the Owner, at its

discretion, may consider appropriate will be announced at the opening. No electronic

recording devices will be permitted during bid opening.

10.04 Information relating to the examination, clarification, evaluation and comparison of

Bids and recommendations for the award of a contract shall not be disclosed to Bidders or any other persons not officially concerned with such process. Any effort by a Bidder to influence the Owner's processing of Bids or award decisions may result in the rejection of the Bidder's Bid.

11.00 EVALUATION OF BIDS & AWARD OF CONTRACT : 11.01

To assist in the examination, evaluation and comparison of Bids, the Owner may, at its discretion, ask the Bidder for a clarification of its Bid. All responses to requests for clarification shall be in writing and no change in the price or substance of the Bid shall be sought, offered or permitted.

11.02 Owner will examine the Bids to determine whether they are complete, whether any

computational errors have been made, whether required sureties have been

furnished, whether the documents have been properly signed, and whether the Bids

are generally in order.

11.03 Arithmetical errors will be rectified on the following basis. If there is a discrepancy

between the unit price and the total price per item that is obtained by multiplying

the unit price and quantity, the unit price shall prevail and the total price per item will

be corrected. If there is a discrepancy between the Total Amount and the sum of

the total price per item, the sum of the total price per item shall prevail and the Total

Amount will be corrected.

11.04 Prior to the detailed evaluation, Owner will determine the substantial responsiveness

of each Bid to the Bidding Documents including production capability and

acceptable quality of the Goods offered. A substantially responsive Bid is one, which

conforms to all the terms and conditions of the Bidding Documents without material

deviation.

11.05 The Owner's evaluation of a Bid will take into account, in addition to the Bid price,

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

Page 13 of 138

the following factors, in the manner and to the extent indicated in this Clause:

(a) Work Schedule

(b) Deviations from Bidding Documents 11.06 The Owner will award the Contract to the successful Bidder whose Bid has been

determined to be the lowest - evaluated responsive Bid, when the lowest bidders is

not ready and/or incapable to undertake the entire work envisaged, then the Owner

may explore the possibility of the execution of works through other bidders if they are

willing to execute at L1 rate. Such exploration shall be carried out in a sequential

order starting with L2 bidder then with L3 bidder and so on.

11.07

In case of omission of any item in the price bid or the price for the item has not been

quoted by the firm, then zero cost shall be loaded to the bid and the contract shall

be awarded with zero cost that means the firm will have to bear the cost of that item entirely

as the item price shall be considered as inclusive anywhere in other items. The bidder

shall have to give an undertaking to the effect that prices for any item not quoted

shall be treated as free supply or to be done free of cost.

12.0 EARNEST MONEY DEPOSIT (EMD):- 12.01

A) The Tender must be accompanied by Earnest Money Deposit in shape of Bank Guarantee issued

by a Public Sector Bank at Cuttack only and encashable at Cuttack or in shape of account payee

Bank Draft drawn on any scheduled bank at Cuttack issued in favour of Executive Engineer (Elect.)

CESU,C.E.D Cuttack , payable at Cuttack or NSC/Post office saving pass book or in cash.EMD shall

be 1% of the estimated cost of the individual works for which the bidder has submitted the bid. Bids

without Earnest Money deposit will be rejected out rightly.

B) The Bank Guarantee for EMD shall be strictly as per the format (Annexure-A)

prescribed by CESU. In case of deficiency such as ownership of the security bond (other

than the issuing bank), deviation from the approved format, absence of signature of

witness etc. found in the EMD Bank Guarantee, the same shall be liable for rejection

upfront. The bidder will not be given any chance to rectify the same. (c) No adjustment of any previous deposit or any amount payable from Owner shall be

entertained for EMD. The EMD amount so submitted shall not carry any interest

payable to the bidder. 12.02 The Earnest Money so deposited shall be forfeited:

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

Page 14 of 138

(a) if the Bidder:

i) withdraws its bid during the period of bid validity specified by the Bidder in the

Bid Form; or

(b) in the case of a successful Bidder, if the Bidder fails:

(i) to sign the Contract, or

(ii) to furnish the required Contract Performance Bank Guarantee.

12.03 The EMD of unsuccessful bidders shall be returned within 30 days from the date of

finalization of the order.

13.0 OWNER’S RIGHT TO VARY QUANTITIES AT TIME OF AWARD:

While placing orders and / or during execution of contract, Owner reserve the right to increase or decrease the quantity of goods and services specified in the Schedule of

Requirement upto 10% of the tender quantity without any change in price or other

terms and conditions.

14.0 EXPERIENCE OF BIDDERS : -

The bidders are required to furnish information regarding their experience on the

following aspects as per format provided in Section – VI, Annexure III :

i. Description of similar type of work with same or higher voltage level executed

during the last three years with the name(s) of the party(s) to whom / where

supplies / erection were made.

ii. The list of testing equipments / facilities available to execute the contract

covering both OSM and Supply by the Contractor himself. Also the area of

access of the Contractor through other agency must be indicated.

iii. Purchase / work orders details (P.O / W.O No. and date only) executed

(construction work) during the last three years along with Electrical inspection

report copies and copies of user’s performance certificates.

Bids may not be considered if the past performance is found to be un-satisfactory.

15.0 DEVIATION FROM SPECIFICATION: - The bidders are requested to study the specification and the attached drawings thoroughly

before tendering so that if they make any deviations, the same are prominently brought on a

separate sheet under the headings “Deviations” as per formats provided under Section IV,

Annexure – IV & V. All such deviations to the technical & commercial terms of the specification

shall be indicated in a separate list as indicated above. In absence of such deviation schedule, it

will be presumed that the bidder has accepted all the conditions stipulated in the tender

specification, not withstanding any deviations mentioned elsewhere in the Bid. However the

acceptance of deviation is not binding on the Owner.

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

Page 15 of 138

16.00 TAXES & DUTIES:

16.01

The contract price is inclusive of all taxes, duties, labour cess, work contract tax, cost on

Freight & Insurance charges and other levies lawfully payable on the transaction, after

discount, if any. Any changes in the taxes & duties during the contractual period shall be

borne by the Contractor. All statutory deduction like WCT, TDS etc as applicable at the

time of payment shall be deducted and to be deposited with the relevant tax

authorities.

16.02 Service Tax:- Extra

17.00 WORK COMPLETION PERIOD:

17.01 Time being the essence of the contract; the work shall be completed within 45 days of

date of issue of work order.

17.02 The bidder shall complete the field survey and dump the materials procured as per

specification, at site within first 30days of issue of work order and complete all erection

and commissioning work within next 15days.

17.03 The work shall be treated as complete when it shall be completed in all respects with all

mountings, fixtures and standard accessories which are normally supplied even though not

specifically detailed in the specification. No extra payment shall be payable for such

mounting, fittings, fixtures and accessories which are needed for safe operations of the

equipment as required by applicable code of the country though this might not have

included in the contract.

17.04

All similar components and/or parts of similar equipment supplied shall be inter-

changeable with one another. Various equipments supplied under this contract shall be

subject to CESU approval.

17.05 CESU however reserves the right to re-schedule the completion period, if required.

18.00 ENGINEER – IN – CHARGE:

For the purpose of this work, concerned Divisional Engineer for CED, Cuttack or his

authorized officer shall be the Engineer-In-Charge for this project.

19.00 PAYING OFFICER:

For the purpose of this work Executive Engineer, C.E.D , Cuttack CESU shall be the Paying

Officer.

Paying Officer shall process the bills after obtaining the following documents;

II) Invoice in Triplicate duly certified by the Concerned J.E. & SDO along with Joint

Measurement Certificate (JMC).

III) Work Completion Certificate for each completed work duly certified by the

concerned J.E, SDO.

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

Page 16 of 138

IV) Material Utililisation Certificate (OSM), if any, duly certified by the concerned J.E &

SDO.

V) Copy of Inspection/Testing report/ Type Test Report/ Guarantee Certificate against

Contract supply items.

VI) Return of dismantled materials, if any, duly acknowledged / certified by the concerned

Section.

VII) Copies of all Statutory documents such as Valid Labour License, Electrical Project

Licenses, Service Tax payment Challan, WCT payment Challan, PAN Card and any

other documents as required by the paying Officer.

VIII) The contractor has complied with all scope of technical specification as mentioned in

the tender specification duly certified Concerned J.E & SDO.

IX) Besides above, any other standard documents as required for passing & processing the

bills for payment under this contract.

20.0 CONTRACT PERFORMANCE GUARANTEE :-

20.01

Within 15 days of issue of the Work Order or Letter of Award, whichever is earlier, the

Contractor shall submit Contract Performance, either in shape of A/C payee Bank

draft or Bank Guarantee issued by a Public Sector Bank at Cuttack, issued in favour of

the Executive Engineer, CED, CESU , Cuttack covering 10% of the total value of the

work order. The contractor may opt for deduction of PG amount from the bill also.

20.02 The said Bank Guarantee shall be prepared in the prescribed proforma as attached

in Section VI, Annexure - B. The Bank Guarantee furnished shall be executed on Non-

judicial Stamp paper worth of Rs 100/- (Rupees Hundred only), purchased in the

name of the issuing bank, as per the prevalent rules. The Bank Guarantee so

provided shall be en-cashable on the Bhubaneswar branch of the issuing Bank.

20.03 The Contract Performance Bank Guarantee shall remain valid for a period not less

than 90 days over and above the guarantee period, basing on stipulated

completion period in the W.O. towards security and acceptance thereof, failing

which the work orders (W.O) will be liable for cancellation without any further notice

with forfeiture of E.M.D.

20.04 No interest shall be allowed by the Owner on the above Performance Security

Deposit submitted by the Bidder except in case of demand draft or cash deposit

21.00 PAYMENT TERMS:

21.01 100% (Hundred Percent) of contract price including taxes and duties and deductions as

applicable shall be paid after completion of all works, envisaged including any additions

and alterations, testing & commissioning, return of dismantled materials / un-used CESU’s

Supply materials (OSM), taking over certificate and entire stretch is fully ready for

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

Page 17 of 138

commercial operation. The Completion of Work is to be certified by the Jr. Manager &

SDO Concerned. No payment shall be released unless the accounts for utilization of

materials follow with proper certification by the concerned Junior Manager, Asst.

Manager / SDO.

21.02 No proportionate payment shall be released for the Deviation Portion in Standard of Work

and Material. The total amount involved shall be deducted and will be paid after

compliance within thirty (30) days. 21.03 GENERATION AND SUBMISSION OF BILL

a. The bills will be generated strictly basing on the JMC of the work but limiting to BoQ.

b. The bills are to be submitted by the agency to the Concerned Junior Manager only. The

bills must be accompanied with JMC (as per prescribed format) duly certified by the

agency and concerned JM and SDO. The bills without JMC as per prescribed format

duly certified by the agency and concerned JE & SDO will not be entertained by this

office.

c. Correction in the bill (regarding variation in quantity with respect to JMC) is to be

avoided.

d. The bills must accompany with the JMC, Inspection Report, Type Test Report, Completion

Certificate, and Material Purchase Invoice/ Bill in support of materials used and all other

statutory documents as per the work order.

22.00 PENALTY OF CONTRACT:

22.01

If the contractor fails to complete the works (Supply, erection, testing and commissioning

etc.) within the completion period specified in the work order or any extension granted

thereby, the contractor shall be liable for payment of penalty amounting to 0.5% (point

five percent) subject to maximum 5% (five percent) of the contract price per week of un-

finished portion of works.

16.02 The penalty for liquidated damage as mentioned above will be levied if any

deviation to be scheduled on any item of work due to the fault of the contractor is

observed.

22.02

Penalty amount can be realized from the Performance Guarantee, if the situation so

warrants.

22.03

Extension of delivery period could be with / without levy of penalty lie with the discretion

of CESU.

23.00 GUARANTEE PERIOD:

23.01

All the materials to be supplied under this contract shall be guaranteed for satisfactory

operation against defects in design and workmanship for a period of 24 months from the

date of handing over of the completed installations after commercial operation at

required voltage level.

23.02

The above guarantee certificates shall be furnished in triplicate to CESU (Executive

Engineer, CE.D, Cuttack) for his approval. Any defects noticed during the above period

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

Page 18 of 138

should be rectified by the bidder free of cost to CESU provided such defects are due to

faulty design, bad workmanship or bad materials used on receipt of written notice from

the CESU. The contractor as notified by the CESU shall rectify any such defects within one

month failing which the CESU will set right the defects through other agency and recover

the cost so incurred either from any pending Invoices or Performance Guarantee.

24.00 REJECTION OF MATERIALS:

All the materials to be used should have conform to REC/ IS/ CESU/ CAPEX (GTP enclosed)

specification with latest amendments. In no case, sub standard materials shall be allowed to

use in this work.

In the event of the materials supplied by the contractor and/or the installation works are

found to be defective in quality and the workmanship is poor or otherwise not in conformity

with the requirements of the contract specification, CESU shall reject such materials /

services and ask the contractor in writing to replace / rectify the defects. The contractor on

receipt of such notification shall rectify or replace the defective materials and/or re-install

the work already executed, free of cost to the CESU. If the contractor fails to do so the CESU

may at his option take the following actions which could be on concurrent basis.

A) Replace or rectify such defective materials and recover the extra cost so involved plus

25% from the Contractor.

B) Terminate the contract for balance supply and erection with enforcement of penalty as

per contract.

C) May acquire the defective materials at reduced price considered acceptable under

the circumstances.

D) Forfeit the Performance Guarantee.

25.00 DOCUMENTS & DRAWINGS:

25.01

GTP is annexed for reference. Within 7 days of the effective date of contract you shall

provide three copies of an outline program of production, delivery, survey, erection,

pre- commissioning and commissioning in chart form. Included in the program will be the

detailed schedule of drawing to be submitted.

25.02

The periodic progress report as required by the CESU shall be submitted by you as per

the format prescribed by the Engineer in Charge.

26.00 APPROVAL PROCEDURE OF SUB VENDORS & DRAWINGS OF BOUGHT OUT MATERIALS:

The contractor shall submit all drawings, documents and type test reports, QAP, Name of

Sub vendor, samples (as applicable) etc, to the engineer in charge within 15 days of

award of LOA for approval. If modifications to be made if such are deemed necessary,

the contractor has to resubmit them for approval without delaying the initial deliveries or

completion of the contract work.

27.00 INSPECTION & TESTING OF MATERIAL:

27.01

All materials & equipments to be supplied under this contract shall be supplied as per

specification.

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

Page 19 of 138

27.02

The Contractor has to produce the type test report of all Major Materials ( PSC Pole, 11KV

Pin Insulators, Stay Insulators, AB Switch, HG Fuse, LT Distribution Box, Disc Insulator, HW

Fittings, Piercing Connector, Suspension Clamp, Dead end Clamp, PVC Cable,

Channels & Angle), before purchase.

27.03

The materials procured by the contractor are to be tested at site by the representative

of owner (SDO (Elect.) of concern area/ any representative of owner, specified by

owner), as per specification before erection. It is the responsibility of the contractor to

get the materials tested before erection. If any dispute arises regarding quality of

materials, it is the liberty of CESU to send the same to Standard Testing Laboratory for

testing and in such event any expenditure to be incurred for this, shall be borne by the

contractor.

27.04

The Engineer-in-charge or his representative shall be entitled at all reasonable times

during manufacture / installation to inspect examine and test the materials at the

contractor’s premises / erection site about workmanship of the materials to be supplied

under this contract. If the said materials are being manufactured in other premises, the

contractor shall provide unhindered clearance, giving full rights to the CESU to inspect,

examine and test as if the materials were being manufactured in his premises. Such

inspection / examination and testing shall not relieve the contractor of his obligations to

execute the contract by letter and spirit.

28.00 STORE: Storing of materials from supply to erection shall be arranged by the contractor at his

own cost. No compensation shall be made by the CESU for any damage or loss of

materials during storing, transit transportation and at the time of erection.

You have to construct your own store, engage own security guards till completion and

handing over of the work to CESU.

29.00 TRANSFER AND SUB-LETTING:

The Contractor shall not sublet, transfer, assign or otherwise part with the Contract or

any part thereof, either directly or indirectly, without prior written permission of the

CESU.

30.00 ELECTRICITY, WATER, SITE OFFICE:

The Contractor shall be entitled to use for the purpose of performing the Services such as

supply of electricity and water as may be available on the Site and shall provide any

apparatus necessary for such use. The Contractor shall pay the CESU at the applicable

tariff plus the CESU’s overheads, if any, for such use. Where such supplies are not

available, the Contractor shall make his own arrangement for provision of any supplies

he may require. No compensation shall be made by the CESU for any damage or loss of

materials during storing, transit transportation and at the time of erection.

31.00 CLEARANCE OF SITE:

The Contractor’s shall from time to time during the progress of the Works clear away and

remove all surplus materials and rubbish disposal in an approved manner. On

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

Page 20 of 138

completion of the work the Contractor shall remove all Contractors’ equipment and

leave the whole of the Site clean and in workable conditions, to the satisfaction of CESU.

The Contractor shall obtain prior approval of CESU to remove the surplus materials.

32.00 AUTHORITY FOR ACCESS:

No persons other than the employees of the Contractor and his sub-contractors shall be

allowed on the Sites except with the written consent of CESU.

Facilities to inspect the work shall at all times be afforded by the Contractor to CESU and

his representatives, authorities and officials.

33.00 ASSISTANCE WITH LOCAL REGULATIONS

The CESU shall assist to the extent possible the Contractor in ascertaining the nature and

extent of any laws, regulations orders or bye-laws and customs in India where the Goods

are to be erected, which may affect the Contractor in the performance of his

obligations under the Contract. CESU shall if so requested procure for the Contractor

copies thereof where available and information relating thereto at the Contractor’s

cost.

34.00 CONTRACTOR’S DEFAULT:

34.01

If the Contractor neglects to execute the works with due diligence and expedition or

refuses or neglects to comply with any reasonable order given to him, in writing by the

Engineer in connection with the works or contravenes the provisions or the contract, the

CESU may give notice in writing to the Contractor to make good the failure, neglect or

contravention complained of. Should the Contractor fail to comply with the notice

within thirty (7) days from the date of serving the notice, the CESU shall be at liberty to

employ other workmen and forthwith execute such part of the works as the contractor

may have neglected to do or if the CESU thinks fit, without prejudice to any other right,

he may have under the Contract to take the work wholly or in part out of the

Contractor’s hands and re-contract with any other person or persons to complete the

works or any part thereof and in that event the CESU shall have free use of all

Contractor’s equipment that may have been at the time on the Site in connection with

the works without being responsible to the Contractor for fair wear and tear thereof and

to the exclusion of any right of the Contractor over the same, and the CESU shall be

entitled to retain and apply any balance which may otherwise be due on the Contract

by him to the Contractor, or such part thereof as may be necessary, to the payment of

the cost of executing the said part of works or of completing the works as the case may

be. If the cost of completing of works or executing part thereof as aforesaid shall exceed

the balance due to the Contractor, the Contractor shall pay such excess. Such payment

of excess amount shall be independent of the liquidated damages for delay which the

Contractor shall have to pay if the completion of works is delayed.

34.02 In addition, such action by the CESU as aforesaid shall not relieve the Contractor of his

liability to pay liquidated damages for delay in completion of works.

34.03 Such action by the CESU as aforesaid the termination of the Contract under this clause

shall not entitle the Contractor to reduce the value of the Contract Performance

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

Page 21 of 138

Guarantee nor the time thereof. The Contract Performance Guarantee shall be valid for

the full value and for the full period of the Contract including guarantee.

35.00 RIGHT OF WAY:

Right of way issues, if any, arising during execution of the works shall have no liability on the

CESU. These issues shall be settled at the sole discretion of the Contractor. CESU shall

however extend all possible help to the Contractor including discussion with the local

authorities for early resolution of these issues.

36.00 TERMINATION OF CONTRACT ON CESU’S INITIATIVE:

36.01

CESU reserves the right to terminate the Contract either in part or in full due to reasons

other than those mentioned under clause entitled ‘Contractor’s Default’. The CESU shall in

such an event give seven (7) days notice in writing to the Contractor of his decision to do

so.

36.02

The Contractor upon receipt of such notice shall discontinue the work on the date and

to the extent specified in the notice, make all reasonable efforts to obtain cancellation

of all orders and Contracts to the extent they related to the work terminated and terms

satisfactory or the CESU, stop all further sub-contracting or purchasing activity related to

the work terminated, and assist CESU in maintenance, protection, and disposition of the

works acquired under the Contract by the CESU. In the event of such a termination the

Contractor shall be paid compensation, equitable and reasonable, dictated by the

circumstance prevalent at the time of termination to be determined by the arbitrator

without stopping the work but to carry out the left over work to other agency.

36.03

If the Contractor is an individual or a proprietary concern and the individual or the

proprietor dies and if the Contractor is a partnership concern and one of the partners

dies then unless the CESU is satisfied that the legal representatives of the individual

Contractor or of the proprietor of the propriety concern and in the case of partnership,

the surviving partners, are capable of carrying out and in the case of partnership, the

surviving partners, are capable of carrying out and completing the Contract the CESU

shall be entitled to cancel the Contract as to its in completed part without being in any

way liable to payment of any compensation to the estate of deceased Contractor and

/or to the surviving partners of the Contractor’s firm on account of the cancellation of

the contract. The decision of the CESU that the legal representatives of the deceased

Contractor or surviving partners of the Contractor’s firm cannot carry out and complete

the contract shall be final and binding on the parties. In the event of such cancellation

the CESU shall not hold the estate of the deceased Contractor and/ or the surviving

partners of the Contractor’s firm liable to damages for not completing the Contract.

37.00 SAFETY PRECAUTION:

The agency shall observe all applicable regulations regarding safety as per Central

Electricity Authority (Measures relating to safety & Electric Supply) Regulations-2010, at

site. Any compensation due on account of accident at site shall be in the contractor’s

account.

38. 00 RECONCILIATION OF ACCOUNT:

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

Page 22 of 138

The contractor shall prepare and submit a statement covering payments claimed and

the payments received vis-à-vis the works executed, for reconciliation of accounts with

the CESU. The contractor shall also prepare and submit a detailed account of CESU

Supply materials received and utilized by him for reconciliation purpose in a format to be

supplied by CESU.

39.00 MAINTENANCE OF STATUTORY RECORDS:

You will maintain all the registers, records and return under the contract labor (R&A) Act

1970 and Odisha rules made there under, The employee provident fund (M&P) Act 1952,

The Employee Insurance Act 1948, Minimum wages Act and other relevant labor laws as

applicable from time to time and produce the same for verification before the

concerned statutory authority on demand.

40.00 TAKING OVER:

40.01

Upon successful completion of all the tests performed at site on equipment / materials

supplied, erected and Commissioned by the contractor, the supply engineer shall issue

to the contractor a taking over certificate as a proof of the final acceptance of the

equipment / materials on a written request by the contractor within 10 days of

commercial operation. Such certificate shall not be un-reasonably withheld nor will the

engineer delay the issuance thereof on account of minor omission or defects, which do

not affect the commercial operation and / or cause any serious to the

equipment/material. The conditional taking over certificate can be issued if any minor

omission or defects pointed by the engineer-In –Charge / Supervising Officer / Electrical

Inspector persists. The contractor should rectify those defects within a month of

conditional T.O.C. failing which department will rectify those by replacing those

materials or engaging other agencies. The amount so involved will be fully recovered

from the contractor’s bill. Such certificate shall, however, not relieve the contractor of

any of his obligations which otherwise survive by the terms & conditions of the contract

after issuance of such certificate.

40.02

For the satisfaction of CESU about quality, the CESU shall have unreserved right for

arrangement of testing of equipment/ materials and the complete system

independently by self or any other agency chosen by the CESU. The contractor is

expected to agree and extend necessary help during such test if necessary.

41.00 FORCE MAJEURE:

The Contractor shall not be liable for any penalty for delay or for failure to perform the

contract for reasons of Force Majeure such as “acts of God, acts of the Public enemy,

acts of Govt., Fires, Flood, Epidemics, Quarantine restrictions, Strikes, Freight Embargos

and provided that the Contractor shall within ten (10) days from the beginning of such

delay notify the CESU in writing of the cause of delay. The CESU shall verify the facts and

grant extension as facts justify.

42.00 DISPUTE RESOLUTION AND JURISDICTION:

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

Page 23 of 138

a) Any Disputes arising out of this contract shall be referred to the SE, Electrical circle,

Cuttack who shall decide the case as sole Adjudicator.

b) All disputes shall be subjected to exclusive jurisdiction of the Courts at Cuttack and

the writ jurisdiction of Hon’ble High Court of Odisha at Cuttack.

43.00 ENGAGEMENT OF SECURITY:

The Contractor shall have to engage his own security at his own cost till final handing

over of the entire completed work after commissioning to CESU.

44.00 WORKMEN COMPENSATION:

The Contractor shall take out a comprehensive insurance policy under the Workman

Compensation Act 1923, to cover such workers, who will be engaged to undertake the

jobs covered under this Work Order and a copy of this insurance policy will be given to

CESU and Engineer-in-charge solely for their information, reference and records. The

Contractor shall ensure that such insurance policies are kept at all times valid.

45.00 CONTRACTOR’S CONSTRUCTION MANAGEMENT:

Contractor’s Representative:

The Contractor’s shall, employ adequate numbers of competent representatives to

supervise & carry out each item of works on Site. They shall be fluent in the Odia

language for day to day communications. Their names shall be communicated in writing

to CESU before works on Site begins.

Any instruction or notice which CESU gives to the Contractor’s representatives shall be

deemed to have been given to the Contractor.

At least one of the Contractor’s competent representatives on each Site shall be fluent

in speaking, writing, reading and understanding Odia / English.

46.00 OBJECTION TO CONTRACTOR’S EMPLOYEES:

The Contractor shall, upon the CESU’s written instructions, remove from the Works any

person employed by him for execution of the Work, who misconduct himself or is found

to be incompetent or negligent.

47.00 CORRESPONDENCE:

47.01 Any notice to the contractor under the terms of the contract shall be served by hand to

the authorized local representative of the contractor and copy by post to the

contractor’s principal place of business.

47.02 Any notice to CESU shall be served to the Executive Engineer, CED, Cuttack in the same

manner.

48.00 ACCEPTANCE:

The bidder has to acknowledge receipt of this award of contract along with the

Annexure(s) ensuring submission of one copy of this letter of award duly signed on each

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

Page 24 of 138

page as a proof of your acceptance of this contract within 03 ( Three) days from the

date of issue of the work order.

Non Acceptance or Conditional acceptance of the Work Order within the stipulated

period, Work order shall be cancelled automatically.

Any other terms & conditions not mentioned here shall be as per the prevailing rule of

CESU, Bill of quantities and other schedules, which shall form part of this contract.

SECTION - II

INFORMATION TO BIDDERS

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

Page 25 of 138

04.00 Construction of Line & Sub-station

All the 11kv line will be constructed over 300kg 9 mtr long PSC pole with 55mm2 AAAC

the detail of which shown in the Annex – I.

LT line will be constructed over 200KG 8mtr long PSC pole ( 1phase 2w, 2ph 3w and 3ph

4W) the detail of which as shown in Annex – I.

05.00 Construction of Distribution Sub Station.

Construction of Distribution Sub Station (DTS) using different type of transformers &

configurations as given in the table below.

Sl No. Type of DT Voltage

ratio (KV)

Rating(KVA) Arrangement No. of

earthing

1 3 Phase

3star

r

a

t

e

d

11/0.433 63 & 100 As shown in

Section-VI

5nos each

05.02 The contractor shall survey the area, fix the location of DT keeping in view that DT is as

close as practically possible to the load centre of the area to be fed.

05.03 Contractor shall obtain the approval for final DT location from engineer in the field.

05.04 The no. of LT feeders/ service connections to be connected to a particular DT shall be

decided during detailed survey.

05.05 The Sub Station should be constructed as per REC specification and approved drawing

of Engineer In charge of CESU.

06.00 Construction of LT Lines

The LT lines shall be of following configurations

Sl No. Type of line Conductor Support Average

span in mtr.

1 3Phase 4Wire AB cable of size

3X50mm2+1X35mm2

XLPE Insulation.

8Mtr.

200KG PSC

40

06.01 LT Lines using AB Cable shall be constructed on 8 mtr long 200KG PSC Pole by fixing

cross arm , schackle insulator etc as required for supporting LT AB conductor, earthing

arrangement, anti climbing device, danger plate, stay sets as required, bolts, nuts &

washers and any other hardware required to complete the work, as finalised during

detailed survey and as per direction of Engineer in charge of CESCO.

Pole Spotting

a) Span

Average span of HT & LT lines with proposed conductors is given in the table below.

Sl No. Line Class Support (Height

in mtrs / KG

class)

Conductor

Type

Nominal

Conductor

size in sq

Max.

span in

mtrs.

1 11KV 3Ph (for new

line & spur line)

PSC (9/300)

AAAC 55 mm2

AAAC

60

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

Page 26 of 138

(b) Road Crossing

At all major road crossings, the poles shall be fitted with strain type insulators but the

ground clearance at the roads under maximum temperature and in still air shall be

such that even with conductor broken in adjacent span, ground clearance of the

conductor from the road surfaces shall not be less than 6.1 meters.

(c) Power Line Crossings

Where the proposed lines require to cross over another line of the same voltage or

lower voltage, provisions to prevent the possibility of its coming into contact with other

overhead lines shall be made in accordance with the Central Electricity Authority

(Measures relating to Safety & Electric Supply) Regulations, 2010, as amended from time

to time. All the works related to the above proposal shall be deemed to be included in

the scope of the Contractor. Where existing lines of higher voltages are to be crossed

under another line, the bidder shall take up suitable re-routing so as to obtain necessary

sectional clearances, other wise crossing through 11 kV cable shall be proposed.

(d) Telecommunication Line Crossings

The angle of crossing shall be as near to 90 degree as possible. However, deviation to

the extent of 30 degree may be permitted under exceptionally difficult situations.

HT line shall be routed with requisite suppresion with parallel telecom line to avoid

inductance during faults.

(d) Details Enroute.

All topographical details, permanent features, such as trees, telecommunication lines,

building etc. 5.5 meter on either side of the alignment shall be detailed on the route

plan.

(e) Clearance from Ground, Building, Trees etc.

Clearance from ground, buildings, trees and telephone lines shall be provided in

conformity with the Central Electricity Authority (Measures relating to Safety & Electric

Supply) Regulations, 2010 as amended upto date. The bidder shall select the height of

the poles such that all electrical clearances are maintained.

(f) The minimum planting depth of poles shall be governed by IS : 1678. However, if due

to the ground conditions, e.g. water logged area etc. depth of planting of poles shall

be suitably increased the bidder will supply the poles of suitable height in order to

maintain the required clearances, the vendor will submit the details of the same on

case to case basis.

(i) Guarding mesh shall be used in all electric line / telecom line / road / drain / canal

crossing and at all points as per statutory requirements. The bidder shall provide & install

anti climbing devices and danger plates on all poles and DT stations.

2 LT 3Ph 4W PSC (8/200) ABC 3x50+1x35

40

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

Page 27 of 138

DESIGN PARAMETERS

a) Factor of safety 2.0 in Normal condition for 33 kV & 2.5 for 11 kV line & LT line PSC

supports.

b) Wind Pressure on Pole & conductor– As per IS 802

c) In addition to wind load on cross-arms, insulators guy-wire etc. shall be

considered.

d) Wind load on full projected area of conductors and pole is to be considered for

design.

e) Ground clearance shall be minimum 5.2m for 33 kV line & 4.6 m for 11 KV line & LT

line for bare conductor at locations other than road crossings.

f) Ground clearance shall be minimum 4m for 11 kV ABC line & LT ABC line.

g) The live metal clearance shall be as per IS: 5613 and shall be min. 330 mm for 33

KV line.

Pole accessories like danger plates, phase plates and number plates shall be provided.

POLES

Erection of Pole, PSC footing and compaction of soil

Pits are to excavated to a size of 0.6 meter x 1.2 meter with its longer axis in the direction

of the line. In case bidder employs Earth augers, the Pit size can be considered 0.6

meter dia with 1.5 meter depth or 1/6th of length of the pole which is higher

For hard rock locations, 1 meter deep hole of diameter 20% in excess of the longest

dimension of the bottom most portion of pole shall be excavated. The pole shall be

grouted in the pit with 1:2:4 nominal concrete mix at the time of pole erection.

The planting depth of pole over the base precast concrete slab shall be 1500 mm in the

ground except in wet soil and black cotton soil where depth shall be increased by 0.2

mtr. to 0.3 mtr. with reduced wind span.

Following arrangement shall be adopted for proper erection of PSC type poles and

properly Compacting of the soil around the base / foot of the poles, under this

package.

1. All the PSC poles shall be provided with a RCC block base having dimensions and

constitutions as per REC Construction Standard K-1.

2. The poles shall then be lifted to the pit with the help of wooden supports. The pole

shall then be kept in the vertical position with the help of 25 mm (min.) manila

ropes, which will act as the temporary anchor. The verticality of the pole shall be

checked by spirit level in both longitudinal & transverse directions. The temporary

anchor shall be removed only when poles set properly in the foundation after

compacting the soil.

3. Entire void space above the block is to be filled with uniform pieces of bricks and

rigidly compacted by ramming in layers maintaining verticality of the PSC pole.

4. Concreting of foundation upto a height of 1.8 mtrs. from the bottom of the pit with

a circular cross-section of radius 0.25 mtrs. (volume of 0.3 cu.mtr. per pole) in the

ratio of 1:2:4 shall be done at the following locations:

i) For all 11KV Joist poles as per CESU specification.

ii) At all the tapping points and dead end poles.

iii) At all the points where DT is to be installed.

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

Page 28 of 138

iv) At all the points as per REC construction dwg. No. A-10 (for the diversion

angle of 10-60 degree)

v) Within a maximum distance of 1 km from the last Jhama filled pole structure.

vi) Both side poles at all the crossing for road, nallaha railway crossings etc.

vii) Where Rail poles, double pole and four pole structures.

5. In case the route of 33/11 kV lines encounters marshy low laying area, special type

of foundations shall be used. In such a case, difference in excavation quantity,

concreting & reinforcement between special foundation and normal foundation

shall be paid extra as per Delhi Schedule of Rate (DSR) applicable on the date of

bid opening. No other payment incidental to special foundation locations shall be

made to the contractor.

Earthing of Poles

In 33/11 kV & LT line, each pole shall be earthed with coil type earthing as per REC

Construction Standard J-1.

All DP & the poles on both sides of railway, Telecommunication, road, drain & river

crossing shall be earthed by pipe earthing as per REC Construction Standard J-2.

Extension Pole

PSC pole with pole extension arrangement up to two meters shall be used at low

ground level locations for maintaining ground clearance and for road crossings for HT &

LT lines. Extension of poles shall be by use of 100x50x6mm galvanise channel up to three

meters. A overlap of one meter shall be maintained with the pole.

Wherever such extended poles will be used the span on both sides of the extension

pole shall be suitably reduced to take care of loading on the pole.

PROVIDING OF GUYS/STRUT POLES TO SUPPORTS

Strut poles/flying guys wherever required shall be installed on various pole locations as

per REC construction standards .For selection of guing locations REC guidelines &

construction practices shall be followed.

In this work anchor type guy sets are to be used. These guys shall be provided at

i) angle locations

ii) dead end locations

iii) T-off points

iv) Steep gradient locations.

v) Double Pole, & four poles

The stay rod should be placed in a position so that the angle of rod with the vertical

face of the pit is 300/450 as the case may be.

G.I. stay wires of size 7/3.15 mm (10 SWG) with GI turn buckle rod of 16 mm dia & 16 mm

dia GI stay stay rods, shall be used for 11KV & LT line.

G.I. stay wires of size 7/4 mm with GI turn buckle rod of 20 mm dia & 20 mm dia GI stay

stay rods, shall be used for 33 KV line.

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

Page 29 of 138

For double pole structure (DP), four stays along the line, two in each direction and two

stays along the bisection of the angle of deviation (or more) as required depending on

the angle of deviation are to be provided. Hot dip galvanised stay sets are to be used.

The anchor plate shall be fixed to 200mm x 200mm MS plate of 6mm thickness. M.S. rod

with a bolt arrangement at one end and other end is given shape of 40mm dia circle to

bind one end of the stay wire. The anchor plate shall be buried in concrete. The

dimensions for concreting & earth & boulder fill shall be as per the drawing mentioned

in clause no 3.01.00.

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

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

for tightening or loosening.

If the guy wire proves to be hazardous, it should be protected with suitable asbestos

pipe filled with concrete of about 2 m length above the ground level, painted with

white and black strips so that, it may be visible at night.

CROSS ARMS

Cross Arms For 11 KV Overhead Power Lines shall be made out of 100x50x6 mm and 75 x

40 x6 mm M.S. channel. Cross Arms made out of M.S. angle shall not be used. Cross

arms shall conform to specification given under the head miscellaneous items in this

specifications.

Fixing of Cross Arms

After the erection of supports and providing guys, the cross-arms are to be mounted on

the support with necessary clamps, bolts and nuts. The practice of fixing the cross arms

before the pole erection can also be followed. In case, the cross-arm shall be mounted

after the pole is erected, the lineman should climb the pole with necessary tools. The

cross-arm shall then tied to a hand line and pulled up by the ground man through a

pulley, till the cross-arm reaches the line man. The ground man should station himself on

one side, so that if any material drops from the top of the pole, it may not strike him. All

the materials should be lifted or lowered through the hand line, and should not be

dropped.

INSTALLATION OF LINE MATERIALS

Insulator and Bindings

Prior to fixing, all insulators shall be cleaned in a manner that will not spoil, injure or

scratch surface of the insulator, but in no case shall any oil be used for that purpose. Pin

insulators shall be used on all poles in straight line and disc or shackle insulators on angle

and dead end poles. Damaged insulators and fittings, if any, shall not be used. The

insulator and its pin should be mechanically strong enough to withstand the resultant

force due to combined effect of wind pressure and weight of the conductor in the

span.

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

Page 30 of 138

Strain insulators shall be used at terminal locations or dead end locations and where the

angle of deviation of line is more than 100. Strain insulators shall be used at major

crossings.

The pins for insulators shall be fixed in the holes provided in the cross-arms and the pole

top brackets. The insulators shall be mounted in their places over the pins and

tightened. In the case of strain or angle supports, where strain fittings are provided for

this purpose, one strap of the strain fittings is placed over the cross-arm before placing

the bolt in the hole of cross-arms. The nut of the straps shall be so tightened that the

strap can move freely in horizontal direction.

Handling of Conductor and Earth wire

Running Out of the Conductors: The contractor shall be entirely responsible for any

damage to the pole or conductors during stringing. Care shall be taken that the

conductors do not touch and rub against the ground or objects, which could scratch

or damage the strands.

The sequence of running out shall be from the top to down i.e. the top conductor shall

be run out first, followed in succession by the side conductors. Unbalanced loads on

poles shall be avoided as far as possible. When lines being erected run parallel to

existing energized power lines, the Contractor shall take adequate safety precautions

to protect personnel from the potentially dangerous condition.

Monitoring of Conductors during Stringing

The conductor shall be continuously observed for loose or broken strands or any other

damage during the running out operations. Repair to conductors, if necessary, shall be

carried out with repair sleeves. Repairing of the conductor surface shall be carried out

only in case of minor damage, scuff marks, etc. The final conductor surface shall be

clean, smooth and free from projections, sharp points, cuts, abrasions, etc. The

Contractor shall be entirely responsible for any damage to the poles during stringing.

Crossings

All crossings shall be at right angles. Derricks or other equivalent methods ensuring that

normal services need not be interrupted nor damage caused to property shall be used

during stringing operations where roads, channels, telecommunication lines, power lines

and railway lines have to be crossed. The contractor shall coordinate with state

electricity board for obtaining work permit and shut down of the concerned line.

However. shut down shall be obtained when working at crossings of overhead power

lines. The Contractor shall be entirely responsible for the proper handling of the

conductor, earthwire and accessories in the field.

Guarding shall be provided at major crossings. The Guardings shall consists of GI guard

cross arm of length 2.5 mtrs made out of 75 x 40 x 6 mm channel & shall be hot dipped

galvanized generally conforming to IS:2633/72. The clamps shall also be hot dipped

galvanized generally conforming to IS:2633/72. Guardings shall be erected with ground

& line clearances as per the I.E. rules. The guarding shall be provided with GI wire 8 SWG

for 11KV & LT line & 4 SWG for 33KV line. Binding wire & suitable I bolt & nut bolts for cross

arm to cross arm. Guard wire shall be separately earthed at both ends. For 33KV line

guarding arrangement shall be as per REC construction standard M6.

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

Page 31 of 138

Anti-climbing Devices

Anti Climbing Devices shall be provided with G.I. Barbed wire, they shall be provided

and installed by the Contractor for all poles. The barbed wire shall conform to IS:278

(Grade A1). The barbed wires shall be given chromating dip as per procedure laid

down in IS:1340.

Painting Materials

All the metal parts except G.I. parts are to be painted with one coat of red oxide and

one coat of aluminium paint.

STRINGING OF CONDUCTOR

The works include spreading of conductors or HT/LT AB Cables without any damage

and stringing with proper tension without any kinks/damage including binding of

conductor at pin points, jumpering at cut points etc. The ground & line clearances at

road crossings along roads, L.T. crossings & other crossings shall be as per the relevant

Central Electricity Authority (Measures relating to Safety & Electric Supply) Regulations,

2010.

While transporting conductors drums to site, precautions are to be taken so that the

conductor does not get damaged. The drum shall be mounted on cable drum support.

The direction of rotation of the drum shall be according to the mark in the drum so that

the conductor could be drawn. While drawing the conductor, it shall not rub causing

damage. The conductor shall be passed over poles on wooden or alluminium snatch

block (pulley) mounted on the poles for this purpose.

The conductor shall be pulled through come-along clamps to stringing the conductor

between the tension locations.

Conductor splices shall not crack or otherwise be susceptible to damage in the

stringing operation. The Contractor shall use only such equipment / methods during

conductor stringing which ensures complete compliance in this regard. All the joints

including mid span joints on the conductor and earth-wire shall be of the compression

type, in accordance with the recommendations of the manufacturer, for which all

necessary tools and equipment like compressors, dies, etc., shall be obtained by the

Contractor. Each part of the joint shall be cleaned by wire brush till it is free of rust or

dirt, etc., and be properly greased with anti-corrosive compound, before the final

compression is carried out with the compressors. After completing the jointing,

tensioning operation shall be commenced.

All the joints or splices shall be made at least 15 meters away from the pole. No joints or

splices shall be made in spans crossing over main roads, railways and small river spans.

Not more than one joint per sub-conductor per span shall be allowed. The compression

type fittings shall be of the self centering type. After compressing the joint, the

alluminium sleeve shall have all corners rounded; burrs and sharp edges removed and

smoothened.

During stringing of conductor to avoid any damage to the joint, the contractor shall use

a suitable protector for mid span compression joints in case they are to be passed over

pulley blocks / aerial rollers. The pulley groove size shall be such that the joint along with

protection can be passed over it smoothly.

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

Page 32 of 138

TAPPING ARRANGEMENT FROM EXISTING 11KV LINE

Tapping of existing 11kV line shall be taken by providing a horizontal cross arm below

the existing V cross arm of the pole & mounting disc insulators on it. The tapping

conductors may be guided by providing pin insulators as required. A new two pole

structure shall be erected within 10-15 meters of this tapping pole & the new line will

emerge from this two pole structure with disc insulators. The Taping pole to the double

pole conductor tension should be such that it avoids looseness & sag to the extent

possible & it should avoid extra tension on the tapping pole.

Wherever the proposed spur line length is more than two km after the tapping an AB

switch arrangement shall be provided at the double pole for isolation of the line.

Aligning/re-erection of tilted/bent poles wherever found in the route of line along with

strengthening of its foundation is in the scope of the bidder.

Before undertaking the Re-conductoring work in the given line, the bidder shall make

assessment of type and quantity of the existing conductor in consultation/presence of

owner’s representative.

While Re-conductoring of 11 KV line, disconnection/connection of existing Distribution

Transformer shall be in the scope of the contractor/bidder. The supply and erection of

line material for achieving the DT disconnection and connection shall be in the scope

of the contractor.

The empty conductor drums, available after laying of conductor, shall be disposed of

by the contractor at his cost. These drums may be used for rewinding of Conductor

removed from the line at the later stage of Re-conductoring work.

Any other work not mentioned above exclusively but required for accomplishing

desired work will be in the scope of the bidder/contractor.

For all above activities shut down will be provided for the line by owner. Restoring the

disturbance/damage caused by above activities to the existing infrastructure e.g. road,

water/sewerage pipes, telecommunication lines etc. will be in the scope of the

bidder/contractor.

While Repairing & Replacing the equipment, if any equipment gets damaged due to

negligent handling of the contractor the same shall be replaced by the contractor, at

his cost, to the owner/employer’s satisfaction.

Survey of existing lines

Survey shall have to be carried out by the contractor of existing lines.

Span

Since the work shall be done on the existing line, the existing span shall be maintained.

However, if any new pole is required to be erected along the route of existing line, the

span should be as near as possible to the basic design span indicated below.

11 KV line : 68 meter

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

Page 33 of 138

SECTION - III

TECHNICAL SPECIFICATION

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

Page 34 of 138

TECHNICAL SPECIFICATION FOR 11KV LINE MATERIALS

SUPPORT POLES, CROSSARMS AND NUTS & BOLTS

01.00 SCOPE

This Specification covers Design, Engineering, Manufacture, testing, inspection before

despatch, forwarding, packing, transportation to site, Insurance (both during transit &

storage), Storage, Erection, Supervision, testing and commissioning of 11KV, support

Poles, Cross Arms and Bolts & Nuts. for use in the networks of CESU, Orissa

The equipment offered shall have been successfully type tested and the design shall

have been satisfactory operation for a period not less than two years on the date of bid

opening. Compliance shall be demonstrated by submitting with the bid, (i)

authenticated copies of the type test reports and (ii) performance certificates from the

users.

The scope of supply includes the provision of type tests. Rates of type tests shall be

given in the appropriate price schedule of the bidding document and will be

considered for evaluation. The Collector & District Magistrate, Puri reserves the right to

waive type tests as indicated in the section on Quality Assurance. Inspection and

Testing in this specification.

The line support poles and crossarms shall conform in all respects to highest standards of

engineering, design, workmanship, this specification and the latest revisions of relevant

standards at the time of offer and the Collector & District Magistrate, Puri shall have the

power to reject any work or material, which, in his judgment, is not in full accordance

therewith.

02.00 GENERAL

The line support poles and crossarms shall be designed to carry the line conductors with

the necessary insulators and all other fittings and equipment under the conditions

specified.

Poles may be manufactured from concrete (prestressed) or steel.

Pole crossarms are normally constructed of steel and shall be bolted to the pole.

CESU use a V- crossarm on the 11KV line structures at intermediate and right angle

locations to reduce problems from birds bridging insulators. The Bidder’s crossarm

design must provide a similar level of protection from bird contact and explain how this

is achieved from the offered design.

03.00 DESIGN REQUIREMENT

In order to limit the range of materials required for line construction, maintenance and

repair the Contractor shall limit the number of different types of support structures and

crossarms as far as possible.

The following are minimum requirements:

Pole top fixings and crossarms :

For any particular pole function, the pole top equipment shall be identical

regardless of the height of the structure.

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

Page 35 of 138

The number of crossarm types for a particular voltage and conductor size shall

be limited to three types.

Fixing bolts and nuts for crossarms and bracing straps shall be limited to two sizes

by diameter (M16 and M20)

The line support poles and crossarms shall be designed to the following

requirements:

The wind pressures to be applied to the conductors, poles and crossarms are

specified in IS 5613 (Part 1/ Section 1): 1995 and as stipulated in the Service

Conditions.

Three wind zones are found within the state of Orissa and the design of structures

shall take account of this fact. The Bidder shall take account of the wind loading

regimes together with the respective terrain category necessary for the projects

for which he is bidding and shall propose the design of support poles and

crossarms which will prove most effective for the project and for the Employer’s

system.

The working load on the support poles and crossarms should correspond to those

that are likely to come onto the structure during its working life. Existing designs

meet system requirements where working loads are applied at a point 600 mm

from the top of the pole. The offered design shall meet requirements with the

point of application of the load as per bidder’s design but not more than 600

mm from the top of the pole.

The structures shall be planted directly into the ground with a planting depth as

per IS 1678: 1978 and as stipulated in this specification.

All structures shall have a depth mark made at a point 3 meters from the butt

end. This mark shall be in the form of a horizontal line with “3m” engraved directly

below the line. In the case of steel structures the mark shall be embossed or

indented before surface treatment.

Pole details provided in this specification are indicative of poles used on the

CESU distribution system, or available as standard designs. The Bidder must

determine the requirements of the design offered and select suitable poles to

deliver the specified performance. The inclusion of a particular size in the

specification does not indicate approval of the pole for any function.

04.00 PSC POLES

PSC Poles shall be of solid rectangular type with an overall length of 8.0 M 200kg for LT

support & 9.0 M 300kg PSC pole suitable for use in 11KV overhead power lines and

double pole and for distribution S/S as indicated separately in the Analysis.

04.01 APPLICABLE STANDARDS

Except when they conflict with specific requirements in this Specification, the PSC poles

shall comply with the relevant provisions made in the following Indian Standards or the

latest versions thereof.

a) IS: 1678, Specification for prestressed concrete poles for overhead power,

traction and telecommunication lines

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

telecommunications lines.

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

Page 36 of 138

c) IS: 7321, Code of Practice for selection, handling and erection of concrete

poles for overhead power and telecommunication lines

04.02 TERMINOLOGY

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

04.03 AVERAGE PERMANENT LOAD

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

period of one year

04.04 LOAD FACTOR

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

04.05 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.

04.06 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.

04.07 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 600mm below the top

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

04.08 Ultimate Failure

The condition existing when the pole ceases to sustain a load increment owing to either

crushing of concrete, or snapping of the prestressing tendon or permanent stretching of

the steel in any part of the pole.

04.09 Ultimate Transverse Load

The load at which failure occurs, when it is applied at a point 600mm 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.

04.10 Application

04.11 8.0 M Poles (200 Kg)

These poles shall be used at tangent locations for L.T. lines in wind pressure zones of

100kg/M2 in accordance with REC Construction Standards No. A-5.

04.12 a.9.0 M Poles (300 Kg)

These poles shall be used for11kv line double pole structures of distribution Sub Station

as per REC Construction Standards F-2 to F-4 and for special locations in 11 KV and L.T

Lines, such as road crossing etc.

04.13 Material

04.14 Cement

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

Page 37 of 138

The cement used in the manufacture of prestressed concrete poles shall be ordinary or

rapid hardening Portland cement conforming to IS:269-1976(Specification for ordinary

and low heat Portland cement) or IS: 8041 E-1978(Specification for rapid hardening

Portland cement).

04.15 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 12mm.

04.16 Water

Water should be free from chlorides, sulphates, other salts and organic matter.

Potable water will be generally suitable.

04.17 Admixture

Admixture should not contain Calcium Chloride or other Chlorides and salts which

are likely to promote corrosion of pre-stressing steel. The admixture shall conform

to IS 9103.

04.18 Pre-Stressing Steel

The pre-stressing steel wires including those used as untensioned wires should

conform to IS: 1785 (Part-I) (Specification for plain hard-drawn steel wire for

prestressed 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 prestressed concrete).The type designs given in the annexure

are for plain wires of 4 mm diameter with a guaranteed ultimate strength of 175

kg/mm2 and for plain wires of 5mm diameter with a guaranteed ultimate strength

of 160 kg/mm2.

All prestressing steel shall be free from splits, harmful scratches, surface flaws,

rough, aged and imperfect edges and other defects likely to impair its use in

prestressed concrete.

04.19 Concrete Mix

The concrete mix shall be designed to the requirements laid down for controlled

concrete (also called design mix concrete) in IS: 1343-1980(code of practice for

prestressed concrete) and IS: 456-1978 (Code of practice for plain and reinforced

concrete), subject to the following special conditions;

a) Minimum works cube strength at 28 days should be at least 420 Kg/cm2.

b) The concrete strength at transfer should be at least 210 kg/cm2.

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

d) The mix should contain as low a 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.

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

Page 38 of 138

04.20 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. Wherever, planting depth is required to be increased beyond the specified

limits or alternative arrangements are required to be made, on account of ground

conditions e.g. water logging etc., the same shall be in the scope of the bidder at

no extra cost to owner. The bidder shall furnish necessary design

calculations/details of alternative arrangements in this regard.

b) The working load on the poles should correspond to those that are likely to

come on the pole during their service life.

c) The factor of safety for all poles 9.0 Mts. shall not be less than 2.0 and for 8.0 M

poles, the factor of safety shall not be less than 2.5.

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

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

f) At average permanent load, permissible tensile stress in concrete shall be

30Kg/cm2.

g) At the design value of first crack load, the modulus of rupture shall not exceed

53.0 kg/cm2 for M –40.

h) The ultimate moment capacity in the longitudinal direction should be at least

on fourth of that in the transverse direction.

g) At the design value of first crack load, the modulus of rupture shall not exceed

53.0 kg/cm2 for M –40.

h) The ultimate moment capacity in the longitudinal direction should be at least

on fourth of that in the transverse direction.

i) The maximum compressive stress in concrete at the time of transfer of pre-stress

should not exceed 0.8 times the cube strength.

j) The concrete strength at transfer shall not be less than half, the 28 days strength

ensured in the design, i.e. 40O x 0.5 = 200kg/cm2.

04.21 Dimensions and Reinforcement

The cross-sectional dimensions and the details of pre-stressing wires should

conform to the particulars given in the annexure.

The Provision of holes for fixing cross-arm and other fixtures should conform to the

REC specification No. 15/1979.

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

Page 39 of 138

04.23 Manufacture

All pre-stressing wires and reinforcements shall be accurately fixed and

maintained in position during manufacture. The untensioned reinforcement, as

indicated in the drawings, should be held in position by the use for stirrups which

should go round all the wires.

All wires shall be accurately stretched with uniform prestress 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.

04.24 Cover

The cover of concrete measured from outside of pre-stressing tendon shall be

normally 20mm.

04.25 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.

04.26 Compacting

Concrete shall be compacted by spinning, vibrating, shocking or other suitable

mechanical means. Hand compaction shall not be permitted;

04.27 Curing

The concrete shall be covered with layer of sacking, canvass, hessian or similar

absorbent material and kept constantly we up to the time when the strength of

concrete is at least equal to the minimum strength of concrete at transfer of

prestress. 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 prestressing wires shall be de-tensioned only after the concrete has attained

the specified strength at transfer(i.e. 200 or 210 kg/cm2, as applicable). The cubes

cast for the purpose of determining the strength at transfer should be cured, as far

as possible, under conditions similar to those under which the poles are cured. The

transfer stage shall be determined based on the daily tests carried out on concrete

cubes till the specified strength indicated above is reached. Thereafter the test on

concrete shall be carried out as detailed in IS:1343 (Code of practice for

prestressed concrete). The manufacturer shall supply, when required by the owner

or his representative, result of compressive test conducted in accordance with

IS:456 (Code of practice for plain an 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).

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

Page 40 of 138

04.32 Marking

The detensioning shall be done by slowly releasing the wires, without imparting

shock sudden load to the poles. The rate of detensioning may be controlled by any

suitable mean either mechanical (screw type) or hydraulic

The poles shall not be detensioned or released by cutting the prestressing wires

using flames or bar croppers while the wires are still under tension.

04.28 Lifting Eye-Hooks or Holes

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.

04.29 Holes for Cross Arms etc

Sufficient number of holes shall be provided in the poles for attachment of cross

arms and other equipments.

04.30 Stacking & Transportation

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 time 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 board faces placed vertically and in such

manner that 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.

04.31 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 100mm at 250mm from top and 150mm below ground level.

Earth wire shall not be allowed to come in contract with the prestressing wires.

The load shall 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

percent 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 prestressed

concrete pole at the point of failure shall be measured to 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.

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

Page 41 of 138

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) Marker’s serial No. and mark.

05.00 TECHNICAL SPECIFICATION FOR STEEL MATERIALS

100X50X6 MM MS CHANNEL

75X40X6 MM. MS CHANNEL

50X50X6 MM MS ANGLE

05.01 Standards:

The steel materials shall comply with the requirements of latest issue of IS – 2062

Gr – A except where specified otherwise.

05.02 Climatic Conditions:

The climatic conditions at site under which the store shall operate satisfactory, are as

follows:

Maximum temperature of air in shade 45º c

Maximum temperature of air in shade 0º c

Maximum temperature of air in shade 50º c

Maximum rain fall per annum 2000mm

Maximum temperature of air in shade 45º c

Maximum ambient temperature 45º c

Maximum humidity 100%

Av. No. of thunder storm days per annum 70%

Av. No. of dust storm per annum 20

Av. Rain fall per annum 150mm

05.03 GALVANIZATION

All ferrous materials should be of hot dip galvanized of 610gm./ Mtr².

06.00 ‘V’ CROSSARMS

The crossarm shall normally be constructed of steel and it will be the contractor’s

responsibility to ensure that the conductor spacing at the crossarms is adequate to

prevent phase clash while supporting the loads generated, as per the Contractor’s line

design, by conductor weight, by wind, and by conductor tension for maximum

windspan and worst design conditions, for all pole duties and for all permitted line

deviations.

Crossarms shall be fixed to the pole in a manner which prevents rotations in any plane

even if the bolts are not fully tightened.

The crossarm dimensions and characteristics given in this specification are intended to

describe typical distribution structures and to maintain the general look of the existing

network and take advantage of the familiarity of the Employer’s staff with these kind of

arrangements.

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

Page 42 of 138

06.01 Fabrication

Crossarms for 11KV construction at intermediate and light angle poles shall be

fabricated from grade 43A mild steel of channel section and for heavy angle poles,

end poles and section poles fabricated from grade 43 A mild steel of angle section. The

grades of structural steel shall conform to ISO/R/630/1967 or IS – 226 : 1975 . they shall be

hot dip galvanized as per specification.

The crossarm shall be drilled to accommodate pole bolts and any insulator fittings

included in the Contractor’s design.

Except where otherwise indicated all dimensions are subject to the following

tolerances:

Dimensions up to and including 50mm : + 1 mm ; and

Dimensions greater than 50 mm : + 2%

All steel members and other parts of fabricated material, as delivered, shall be free of

warps, local deformations, unauthorized splices, or unauthorized bends. 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.

Holes and other provisions for field assembly shall be properly marked and cross

referenced. Where required, either by notations on the drawings or by the necessity of

proper identification and fitting for field assembly, the connections shall be match

marked.

A tolerance of not more than 1 mm 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 2 mm greater in diameter than the bolts. 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.

The backs 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 embrittlement

during galvanizing .

Similar parts shall be interchangeable.

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.

Shapes and plates shall be fabricated to tolerances that will permit field erection within

tolerances, 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.

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

Page 43 of 138

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.

07.00 Other Associated Steelwork

Other steelwork may be required for mounting line equipment such as AB Switch, surge

arresters and Insulators.

The contractor is expected to design the steelwork and to accompany the bid with the

relevant drawing and substantiating design calculations.

The steel work shall be fabricated from grade 43 A mild steel as per ISO/R/630/1967 or

IS-226:1975 and it shall be hot dip galvanized as per the Surface Treatment section of

this specification.

All required fixing nuts, bolts and washers shall be supplied alongwith cross arms.

08.00 BOLTS AND NUTS

All bolts and nuts shall comply with ISO 272, 885,888,4759/1 and the washer shall

conform with ISO/R/887. All hardware shall be galvanized as per the Surface Treatment.

All bolts, studs, screw threads, pipe threads, bolts heads and nuts shall comply with the

appropriate Indian Standards for metric threads, or the technical equivalent.

All bolts, nuts and washers placed in outdoor positions shall be treated to prevent

corrosion and electrolytic action between dissimilar metals.

Protective washers of suitable material shall be provided front and back on the

securing screws.

The dimensions and characteristics given are intended to describe typical ISO metric

bolts, nuts and washers, such as are commonly used in the construction of distribution

lines and other distribution plant and equipment. However , the bidder is free to

propose alternative hardware.

Furthermore, it shall be the Bidder’s responsibility to ensure that the bolts, screws, nuts,

washers, clips, fasteners of any description and any other hardware, are capable of

supporting the loads action on them, as per the bidder’s design, by wind, vibration and

short circuit forces for all permitted line and plant duties.

The ISO metric galvanized black hexagon bolts list in the table of Bolt Threaded Depth

in this specification shall be used either as pole bolts, namely, where the bolt is required

to pass through the center of the pole, or as assembly bolts. The bolts shall comply with

ISO 272, 885,888, 4759/1 and shall also conform with the dimensions given in the table of

Bolt Threaded Depth Nuts shall be in accordance with ISO 272, 885,888,4759/1.

Unless otherwise specified, each bolt shall be supplied with one full nut and one washer.

Individual nuts may also be used for special purposes, such as lock nuts. These nuts shall

also conform with ISO 272, 885,888,4759/1.

Bolt threaded length

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

Page 44 of 138

Diameter Length (mm) Threaded Length (mm)

M12

80

140

200

220

230

260

30

70

70

70

70

80

M16 40

45

110

200

220

230

260

280

Fully Threaded

Fully Threaded

38

70

70

70

80

80

M20 40

220

280

Fully Threaded

70

80

M22 40 Fully Threaded

Screw threads shall be parallel throughout their length. They shall be so formed that,

after galvanizing, the nut can be easily screw by hand over the whole threaded length,

without excessive play. Before dispatch from the work s one washer shall be fitted to

each bolt and a nut shall be screwed on the whole threaded length and left in this

position.

08.01 Permissible Loads

The safe working shear stress of bolts is 118N/mm2, with the area of the bolt measured at

the root of the thread. The following table referenced Bolts Safe Working Loads shows

the ultimate tensile strength and the tensile stress areas, as per ISO 272, 885,888,4759/1

and the safe working tensile and safe working shear loads for the bolts covered by this

specification. The ultimate shear strength has been assumed to be 75% of the ultimate

tensile load and a factor of 2.5 has been applied :

Bolts safe working loads

Bolt Size Ultimate

Tensile

Stress

(N/mm2)

Tensile

Stress Area

(mm2)

Ultimate

Tensile

Strength

(kN)

Safe

Working

Tensile

Load (kN)

Safe

Working

Shear Load

(kN)

M12 392 84.3 33.05 13.22 9.91

M16 392 157.0 61.54 24.62 18.46

M20 392 245.0 96.04 38.42 28.81

08.02 Eye Bolts and Nuts

M20 eye bolts shall preferably be of drop forged manufacture and shall be supplied

complete with one full nut.

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

Page 45 of 138

Eyebolts shall be manufactured from steel to ISO 272, 885, 888, 4759/1 and shall meet

the requirements for mechanical properties detailed in ISO 272, 885, 888, 4759/1.

Where a welding process is used in the manufacture, each eye bolt shall be individually

proof tested by the manufacturer in accordance with ISO 272, 885, 888, 4759/1 to 125%

of its safe working tensile load that is to 48 kN. The safe working tensile load shall be the

ultimate axial tensile strength divided by the factor of safety of 2.5.

The eye shall be permanently and legibly stamped with the letter METRIC in letters not

less than 3 mm high.

The safe working load of any eye bolt is that load which may be safely carried in an

axial direction. If loaded in any other direction the safe working load is reduced and

reference shall be made to the following table for safe working loads of M20 eye bolts

and eye nuts.

Safe working loads of M20 eye bolts and eye nuts

Angle between Direction of Load

and Axis of Bolt

Safe Working Load (KN)

0

5

10

15

20

25

30

35

40

45

50

55

60

65

70

75

80

85

90

38.42

30.55

25.52

22.05

19.54

17.67

16.24

15.13

14.26

13.58

13.06

12.68

12.40

12.23

12.15

12.17

12.28

12.49

12.81

08.03 Tie Rods

Tie rods shall be supplied with four full nuts. The material of the rods shall be steel to ISO

272, 885, 888, 4759/1 and shall meet the requirements for mechanical properties

detailed in ISO 272, 885,888, 4759/1. Associated nuts shall comply with ISO 272, 885, 888,

4759/1.

08.04 Washers

Washers shall be of the following different types :

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

Page 46 of 138

Round, flat, mild steel washers and having the dimensions shown in the following

table: Round flat washer dimensions.

Tapered, squared (curved) malleable iron washers.

Square (curved) mild steel washers;

Square, flat, mild steel washers, in accordance with ISO/R/887 or IS –2016 : 1967.

Tapered, D shaped, malleable iron washers, in accordance with ISO/R/887 or IS-

2016:1967.

Round flat washer dimensions

Type Internal Diameter

(mm)

External Diameter

(mm)

Thickness

(mm)

M12 14 28 2.5

M16 18 34 3.0

M20 22 39 3.0

M22 24 44 3.0

These washers shall comply with ISO/R/887

08.05 Screws

Screws may be:

Coach screws of galvanized mild steel, gimlet pointed, in accordance with BS

1494. the screws shall be 10mm in diameter and supplied in lengths of 38mm,

76mm and 152mm; or

Roundhead drive screws of galvanized mild steel, 63 mm long and with 6.3 mm

diameter and in accordance with BS 1494-1.

09. 00 TECHNICAL SPECIFICATION FOR 11 KV INSULATORS

09.01 SCOPE

This Specification covers Design, Engineering, Manufacture, testing, inspection

before despatch, forwarding, packing, transportation to site, Insurance (both

during transit & storage), Storage, Erection, Supervision, testing and commissioning

of 11KV Insulators for use in the networks of CESU, Orissa.

The equipment offered shall have been successfully type testes and the design

shall have been satisfactory operation for a period not less than five years on the

date of bid opening. Compliance shall be demonstrated by submitting with the

bid, (i) authenticated copies of the type test reports and (ii) performance

certificates from the users.

The scope of supply includes the provision of type test, Rates for type tests shall be

given in the appropriate price schedule of the bidding document and will be

considered for evaluation.

The insulators shall conform in all respects to highest standards of engineering,

design, workmanship, this specification and the latest revisions of relevant

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

Page 47 of 138

standards at the time of offer.

Any departure from the provisions of this specification shall be disclosed in the Non

Compliance Schedule at the time of bidding.

09.02 STANDARDS

Except where modified by the specification, the Insulators shall be designed,

manufactured and tested in accordance with the latest editions of the following

standards.

IEC/ISO/BS IS Subject

IEC 120 Dimensions of ball and socket coupling of string

insulator units.

IEC 372 (1984) Locking devices for ball and socket couplings of

string insulator units : Dimensions and tests.

IEC 720 Characteristics of the line post insulators

IEC 383 Insulators for overhead lines with a nominal

voltage above 1000V.

IS- 731 Porcelain insulators for overhead power lines

IS –2486

(Part I, II,

III)

Specification for insulator fittings for overhead

power lines with a nominal voltage greater than

1000V.

IEC 273 Characteristics of indoor and outdoor insulators.

IS – 2544 Porcelain post insulators

IEC 168 Tests on post insulators

IEC 575 Thermal-mechanical performance test and

mechanical performance test on string insulator

units.

IEC 575 Thermal-mechanical performance test and

mechanical performance test on string insulator

units

IS-1445 Porcelain insulators for LV overhead power lines

IS- 5300 Stay insulators

ISO 8501-1 Shot blasting

IS –6005 Phosphating of iron and steel

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

Page 48 of 138

IS-2633 Tests on galvanized steel

ISO 1460 IS – 2629 Hot dip galvanizing

IEC 1109 Composite Insulators

IEC 305 Characteristics of string insulators of the cap and

pin type.

IEC 471 Dimensions of clevis and tongue coupling of

string insulator units.

ISO 1460

BS 729

IS 2629 Specification for hot dip galvanized coatings on

iron and steel articles.

This list is not be considered exhaustive and reference to a particular standard or

recommendation in this specification does not relieve the Contractor of the necessity of

providing the goods complying with other relevant standards or recommendations.

TECHNICAL

The types of insulators described in this specification are intended to maintain the

general look of the existing network and to take advantage of the familiarity of the

employer’s staff with these type of units. However, the Bidder, is free to make

alternative proposals.

It shall be the Bidders responsibility to ensure that the insulators conform to or

exceed both the mechanical electrical properties specified in this specification and

all related international and Indian Standards.

The strength of the proposed insulators shall be capable of supporting the loads

generated as per the Bidder’s line design, by wind acting on the conductors and

insulators, by conductor tensions for maximum windspan and worst design

conditions and for all insulator duties and permitted line deviations.

09.03 PIN INSULATORS

09.04 Performance Characteristics

The insulators shall be suitable for use on the CESU distribution system with conditions as

shown in the sections on Service Conditions and System Conditions.

They shall conform to IEC 720 or IS 731 and shall meet the following performance criteria

Nominal Voltage 11 KV

Visible discharge voltage 9 KV rms.

Wet power frequency one minute withstand

voltage

35 KV rms.

Power frequency puncture voltage 105 KV rms.

Impulse withstand voltage peak 75 KV peak

Creepage distance 320 mm

Protected creepage distance --

Minimum failing load up to conductor size 100

mm2

11 KV

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

Page 49 of 138

09.05 Materials

The insulators used by the Employer at present are of the brown glazed porcelain type.

Porcelain in the line pin insulators shall be sound, free from cavities and other defect,

thoroughly verified with uniform brown glaze and have a high quality smooth finish. The

glaze shall cover all the external parts of the insulator. The cement used shall not give

rise to chemical reaction with metal fittings.

09.06 Design and Construction

The relevant vertical dimension shall be such that when combined with pin

insulator spindle describe in technical specification for line fittings, the design

requirements are the specified voltage level for conductor clearance from the

cross arm shall be met.

The design shall be such that stresses due to expansion and contraction in any

part of the insulator shall not lead to deterioration. Precautions shall be taken to

avoid chemical reaction between cement and metal fittings by the choice of

suitable materials or by the manufacturing method. Single piece insulator

construction is preferred.

The insulating material shall not engage directly with hard metal. Pin insulators

shall be provided with a thimble of suitable material. Cement used in the

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 insulators shall have a center conductor groove.

09.07 Markings

All insulators shall be clearly marked with the name or trademark of the

manufacturer, the minimum failing load in KN and the month and year of

manufacture. These marking shall be legible and indelible. The markings may be

printed or impressed, provided such impressions do not impair the performance

of the insulator. Markings shall be applied before firing.

10.00 STAY INSULATORS (11 KV)

The insulators shall be suitable for use on the CESU distribution system with conditions as

shown in the sections on Service Conditions and System Conditions 11 KV Stay insulators

shall be used on L.V stays.

10.01 Performance Characteristic shall be strictly as per relevant IS.

10.02 Materials The insulators shall be brown glazed porcelain .

10.03 Design

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

Page 50 of 138

The bidder shall guarantee than the dimensions and tolerance of the insulators

offered are in accordance with the drawing which shall accompany the bid

documents.

The insulators shall be used with 7/8 SWG (7/4.00 mm ) steel stay wire, having an

overall diameter of 12.2 mm and tensile strength of 70 kgf/sq. mm. The insulators

shall be suitable for use having a minimum stay wire hole diameter of 22 mm and

be such that a straight stay wire can be passed through it.

10.04 Markings

All insulators shall be clearly marked with the name or trademark of the

manufacturer and the year of manufacture. These markings shall be legible and

indelible. The markings may be printed or impressed, provided such impressions do

not impair the performance of the insulator. Marking shall be applied before firing.

11.00 TECHNICAL SPECIFICATION FOR 11 KV LINE FITTINGS

11.01 SCOPE

This Specification covers Design, Engineering, Manufacture, testing, inspection

before despatch, forwarding, packing, transportation to site, Insurance (both

during transit & storage), Storage, Erection, Supervision, testing and

commissioning of 11KV Line Fittings for use in the networks of CESU, Orissa.

The equipment offered shall have been successfully type tested and the design

shall have been in satisfactory operation for a period not less than two years on

the date of bid opening. Fittings which are components of insulator assemblies

shall have been in satisfactory operation for a period not less than five years.

Examples of such fittings are spindles for pin insulators, and hooks, conductor

clamps, armour rods, and yoke plates for strain and suspension disc insulators.

Compliance shall be demonstrated by submitting with the bid (i) authenticated

copies of the type test reports and (ii) performance certificates from the users.

The scope of supply includes the provision of type tests. Rates for type tests shall

be given in the appropriate price schedule of the bidding document and will be

considered for evaluation.

The line fittings shall conform in all respects to highest standards of engineering,

design, workmanship, this specification and the latest revisions of relevant

standards at the time of offer.

11.02 STANDARDS

Except where modified by the specification, the fittings shall be designed,

manufactured and tested in accordance with the latest editions of the following

standards.

IEC/ISO/ or other

International

Standard

IS Title

IS-2486 Metal fittings of insulators

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

Page 51 of 138

ISO/R/630/1967 IS-2062:1992 Steel for general structural purposes

ISO 2092 –1/2 IS-5082 :1981 Wrought aluminium and and aluminium

alloys

DIN 6796 Conical washers

IEC 1284

IS-2121 Overhead power line fittings

BS 3288

Insulator and Conductor fittings

performance

IEC 1089

IS –398 Aluminium conductors

IEC 502

Insulated power cables 1 –33 KV

ASTM D1000

IEC 454

Test methods of pressure sensitive,

adhesive coated taps for electrical and

electronic applications

BS 183

General purpose Galvanised Steel Wire

BS 4429

Turnbuckles for general engineering

purposes

BS EN 10218-1 :

1994

Mechanical tests on steel wire

ISO 9000

Quality Management Systems

ISO 8501-1

Shot blasting

IS –6005 Phosphating of iron and steel

ISO 1460 IS –2629 Hot dip galvanizing

IS- 2633 Galvanised steel tests

BS 1924 Tests on materials before stabilization

ISO 68, 261, 262,

724, 965/1, 965/3,

BS- 3643

Metric screw threads

BS 1387 Screwed and Socketed steel tubes

IS –2141 Hot dip galvanized stay strand

This list is not be considered exhaustive and reference to a particular standard or

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

Page 52 of 138

recommendation in this specification does not relieve the Contractor of the

necessity of providing the goods complying with other relevant standards or

recommendations.

GENERAL

11.03 This specification covers the design, manufacture, testing, supply, delivery and

performance requirements of insulator fittings / hardware, conductor splices,

terminating connectors, binding and stay wire materials as required by the lines.

The dimensions and characteristics given in this specification are intended to

described typical distribution overhead line fittings and hardware which will

maintain the general look of the existing network and will take advantage of the

availability of tools and the familiarity of the employers staff with these kind of

arrangements.

However, the bidder is free to propose alternative fittings and hardware

provided the bid respects the general requirements of this specification.

Furthermore, it will be the bidder’s responsibility to ensure that all the fittings,

hardware and accessories are capable of supporting the mechanical and

electrical loads imposed on them by climatic conditions, conductor tensions

and structure loads under worst design conditions as stated in the specification.

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

Page 53 of 138

The bidder is referred to the associated CESU Technical Specifications for

additional information.

12.00 LINE BINDING ACCESSORIES

Line binding accessories consisting of soft aluminium binding wire, aluminium

binding stirrups, semiconducting tape and anticorrosive tape are required for

the line.

The aluminium binding wire & stirrups are for use to bind bare aluminium

conductor to the insulators in the construction of new lines and Reconductoring

of line.

Semiconducting tape shall be used under the bind with 11 KV PVC covered

conductors.

Anticorrosive tape shall be used as a barrier against ingress of moisture wherever

copper and aluminium are spliced together, such as at the interface between

aluminium conductors and the copper or brass terminals of equipment

connected to the line. It may also be used to seal the ends of PVC covered

conductor.

12.01 Aluminium Binding Wire

12.02 Physical Characteristics

The binding wire shall be EC grade hard-drawn aluminium rods of 3.53 mm

diameter complying with IEC 1089/IS-398. The material comprising the wire shall

have the following chemical composition :

Aluminium 99.5% minimum

Copper, silicon and iron 0.5% maximum

The surface of the wire shall be smooth and free from all irregularities and

imperfections. Its cross section shall closely approximate that of a true circle.

12.03 Characteristics of Aluminium Binding Wire

Diameter of wire (mm) Cross sectional

area of nominal

dia. wires (mm)

Weight of

wire

kg/km

Breaking

Load

(KN) Minimum Nominal Maximum

3.51 3.53 3.55 9.787 26.45 1.57

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

Page 54 of 138

Physical properties

The surface of the finished wire shall be checked to ensure that it is smooth, free

from all irregularities, imperfections and inclusions and that its cross section

approximates closely that of a true circle.

The wire shall be checked to ensure that its diameter and weight are within the

values given in the table above : Characteristics of aluminium binding wire.

Ultimate tensile strength

When tested on a standard tensile testing machine, the value obtained for the

ultimate tensile stress shall not be less than 1.57 KN.

Wrapping test

The wire shall withstand one cycle of a wrapping test as follows :

The wire shall be closely wrapped round a wire of its own diameter to form a

close helix of eight turns. Six turns shall then be unwrapped and again closely

rewrapped in the same direction as the first wrapping. The wire shall not break or

crack when subjected to this test.

12.04 Aluminium Binding Straps

12.05 Physical Characteristics

The following types shall be required :

Intermediate pole binding stirrups for 33 KV and 11 KV; and

Light angle pole binding stirrups for 33 KV and 11 KV.

It shall be the responsibility of the bidder to ensure that the stirrups match the

insulators.

Each aluminium stirrup shall be made of a 7 mm diameter aluminium rod

complying with ISO 209-1/2.

The tensile strength of the stirrups shall be between 135N/mm2 and 170 N/mm2

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

Page 55 of 138

12.06 Fabrication

Stirrups shall be cold formed on a suitable mandrel such that the bends are

smooth and the surfaces free from indentations.

The stirrups for intermediate positions shall be formed through the following steps:

The U shape shall be formed first around a mandrel of the appropriate

diameter;

The 900 bend in one plane and 450 bend in the other plane shall then be

formed simultaneously with the ends of the rod free. This is to ensure that

torsion stresses are not induced in the material during this formaing

operation; and

The legs shall then be formed through 450 and finally the ends of the

stirrup shall be bent through 900.

12.07 Semiconducting Tape

12.08 Physical and Other Characteristics

The semiconduting tape shall be used to relieve 11 KV PVC covered conductor

from electrical stress at insulator positions.

This tape shall be a soft, semiconducting, ethylene propylene rubber based,

high voltage tape, used for binding 11 KV PVC covered conductor.

The semiconducting tape shall be non vulcanizing stable at temperatures upto

1300 C, highly resistant to cracking, moisture and ultra violet radiation,

unaffected by vibration and compatible with hydrocarbon and chlorinated

solvents.

In addition, it shall be a semiconducting, self amalgamating tape, highly

conformable to irregular shapes and compatible with solid dielectric cable

insulation.

Specifically, the type offered shall be suitable for use with the 11 KV PVC

covered conductors : AAA conductors and it shall comply with IEC 502 or

equivalent.

The tape shall be indelibly and legibly marked along its length with a suitable

legend, such as, “caution: semiconducting”. The tape shall be suitable for

outdoor locations exposed to severe climatic conditions including ultraviolet

rays, rain and wind. The tape shall have the characteristics shown in the

following table.

Characteristics Characteristic Value

Physical

Thickness 0.75 mm

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

Page 56 of 138

Tensile strength 1.00 kg/cm2

Elongation 800 %

Normal conditions temperature 900 C

Emergency conditions temperature 1300 C

Electrical

Ac resistivity 750 ohm-cm

Dc resistivity 750 ohm –cm

Maximum capacity 5 mA

In addition, all these tapes shall be ozone resistant (even when stretched 500%), they

shall be resistant to ultraviolet radiation and they shall be compatible with ketones and

hydrocarbon and chlorinated solvents.

13.00 Anticorrosive Tape

This tape shall be used to protect bimetal connections from the ingress of moisture

and to seal the ends of PVC covered conductor. Therefore, the anticorrosive tape

offered shall retain its composition and plasticity over a wise temperature range.

The anticorrosive tape shall be non cracking and non hardening and shall not be

affected by vibration. The tape shall be highly impermeable to water and highly

resistant to mineral acids, alkalis and salts.

In general, the anticorrosive tape offered shall comply with IEC 454 or equivalent.

13.01 Markings

The tape cores shall be marked with :i) the manufacturer’s name or trademark ;

and ii) the product reference.

Weight of wire in kilograms.

14.00 Pole Brackets for Stay

The pole bracket shall be made of mild steel to grade 43A conforming to ISO/R/

630/1967 or IS –2062:1992 and galvanized in accordance with the section on

Surface Treatment in this specification. Pole brackets shall be suitable for use on

steel or concrete poles. The minimum strength of the bracket shall be equal to the

design breaking load of the stay wire.

All bolts, nuts an washers shall be supplied with the stay assemblies, and shall

conform to the requirements. Bolts shall have a metric thread and a 20 mm

diameter.

15.00 SPARE PARTS AND SPECIAL TOOLS

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

Page 57 of 138

The Bidder shall provide a list of recommended spare parts, special erection and

installation tools/ equipment together with their individual prices. This list shall identify all

essential spares items for any recommended maintenance for a period of five years

after commissioning.

The Project Manager may order all or any of the spare parts/erection/ installation tools

listed at the time of contract award and the parts so ordered shall be supplied as part

of the definite works. The Project Manager may order additional spares at any time

during the contract period at the rates stated in the Contract Document.

A spare parts catalogue with price list shall be provided and this shall form part of the

drawings and literature to be supplied.

The Bidder shall give an assurance that spare parts and consumable items will continue

to be available through the life of the equipment, which shall be 25 years minimum.

However, the Contractor shall give a minimum of 12 months notice in the event that the

Contractor or any sub-contractors plan to discontinue manufacture of any component

used in this equipment.

Any spare apparatus, parts or tools shall be subject to the same specification, tests and

conditions as similar material supplied under the Contract. They shall be strictly

interchangeable and suitable for use in place of the corresponding parts supplied with

the plant and must be suitably marked and numbered for identification.

Spare parts shall be delivered suitably packed and treated for long periods in storage.

Each pack shall be clearly and indelibly marked with its contents, including a

designation number corresponding to the spare parts list in the operation and

maintenance instructions.

16.00 TECHNICAL SPCIFICATION FOR 11 KV 400AMPS 3 POLE AB SWITCH FOR TRANSFORMER

GUARANTEED TECHNICAL PARTICULARS

Sl.No Particulars 11 KV 400 Amps A.B.

Switches ( desired value)

16.01 Type of Switch Rotating type only

16.02 Suitable for mounting Horizontal only

16.03 Number of supporting post insulator

per phase

2 nos. 12 KV Post

Insulator per phase as

per ISS-2544/1973.

16.04 Post Insulator.

A Type of cemeting To be quoted original

cemented only & as per

ISS-2544/1973 & relevant

IEC

B One minute power frequency

withstand voltage Dry

35 KV RMS.

C One minute power frequency

withstand voltage Wet.

35 KV RMS.

D Visible discharge voltage 9 KV RMS.

E Power frequency puncture withstand

voltage flash over voltage

1.3 times of actual dry

flash over voltage

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

Page 58 of 138

F Creepage distance 320 mm minimum (

Confirming to ISS- 2544/

1973 & Relevant IEC)

16.05 Impulse withstand voltage for positive

and negative polarity ( 1.2 / 50) mircro

second wave).

A Across the isolating distance 85 KV (Peak)

B To earth & between poles 75 KV (Peak)

16.06 One minute power frequency

withstand voltage

A Across the isolating distance 32KV(RMS)

B To earth and between poles 28 KV (RMS)

16.07 Rated normal current and

rated frequency

400amps 50 Hz

16.08 Rated short circuit

making capacity

25 KA ( RMS )

16.09 Rated short time current 16 KA ( RMS )

16.10 Rated peak withstand current 40 KA ( Peak )

16.11 Rated mainly active load

breaking capacity

400Amp(RMS )

16.12 Rated Transformer off load

breaking capacity

6.3 Amp (RMS)

16.13 Rated line charging breaking

capacity

2.5 Amps ( RMS)

16.14 Minimum clearance between

adjacent phases

A Switch Closed. ( centre to centre) 760 mm

B Switch opened.

(Center / edge of blade)

380 mm

16.15 Temperature rise

a Temperature rise shall not exceed the

maximum limit as specified below at

an ambient temperature not

exceeding in 40º C

b Copper contacts silver faced 65º C

c Terminal of switch intended to be

connected to external conductor by

bolts

50ºC

16.16 Vertical Clearance from top of

Insulator cap to mounting channel

254 mm (minimum)

16.17. Type of contact : -

a) Self aligned, high pressure jaw type fixed contacts of electrolytic copper of size 80 mm x

50 mm x 8 mm duly silver plated. Each contact should be revetted with three nos. Copper

rivets with a bunch ( minimum 3 mm thick) consisting of copper foils, each may vary from

0.15 mm to 0.25 mm.

This total thickness of copper foils per jaw should be 6 mm. Jaw assemblies are to be bolted

through stainless steel bolts and nuts with stainless steel flat and spring washer.

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

Page 59 of 138

b) Solid rectangular blade type moving contact of electrolytic copper size 220 mm x 50 mm

x 8 mm duly silver plated ensuring a minimum deposit of 10 micron of silver on copper

contacts or as may be prescribed under relevant ISS / IEC.

c) Pressure spring to be used in jaw contacts shall be Stainless Steel having 8 nos of turn

x 28 mm height x 14.4 mm diameter with 14 SWG wire (minimum six nos springs shall be used)

16.18.Connectors : -

Terminal connectors for both movable and fixed should be of copper flats of same size

similar to that of moving contact blades ( minimum 95 % copper composition). The fixed

connector shall of size 80 mm x 50 x 8 mm and the size of movable connector shall be size 80

x 50 x 8 mm with machine finishing duly silver plated with 2 nos. of 3/8” stainless steel bolts ,

nuts , plain washers & spring washers should be provided along with 2 nos solder less

bimetallic sockets for each connector suitable sockets for each connector suitable up to 80

Sq.

16.19. Moving Contact:

Movable contact is to be supported by galvanized angle of 50 x 50 x 5 mm in each phase

and the moving contact are to be bolted through 2 nos stainless steel bolts and nuts with

suitable stainless steel flat and spring washers.

16.20. Galvanization

a) Iron parts shall be dip galvanised as per IS-2633 / 1972.

b) The pipe shall be galvanised as per IS-4736 / 1968.

16.21. Details of Phase

(a) Coupling Rod 25 mm nominal bore G.I. pipe medium guage.

(b) Operating Rod 32 mm nominal bore G.I. pipe medium gauge single length 6 mtrs.

The detailed dimension of the G. I. pipe as per IS-1239 (Pt. I are mentioned below :-

Nominal Base Outside diameter Diameter thickness

Max. Min

25mm. 34.2mm. 33.3mm. 3.25mm.

32mm. 42.9mm. 42mm. 3.25mm.

c) Arcing Horn 10 mm dia G.I. Rod with spring assisted operation.

d) Force of fixed contact spring:- 50lbs to 75lbs.

e) Copper braided flexible topes : -

320 mm length of flexible electrolytic copper tape or braided chord (with tin coated) having

minimum weight 450 gms per meter and both ends shall be crimped with copper sockets

through brass bolts and nuts with brass flat washers. Two nos of suitable copper sockets shall

be used at bothe ends. The minimum no. of flexible wires should be 1536 of 36 SWG for each

flexible chord

f) Quick break device Lever mechanism

g) Bearings 4 nos. self lubricated bearing to be provided with

grease nipple including 4 th bearing being a thrust

bearing.

h) Locking arrangement Pad Locker & Key arrangement at both ‘ON’ & ‘OFF’ position

i) Earth Terminal To be provided at base channels.

16.22. Supporting Channels 75 mm x 40 mm M.S. Channel hot deep (galvanized)

17.00 TECHNICAL SPCIFICATION FOR 11 KV 200 AMPS 3 POLE AB SWITCH FOR TRANSFORMER

GUARANTEED TECHNICAL PARTICULARS

Sl.No Particulars 11 KV 200 Amps A.B.

Switches ( desired value)

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

Page 60 of 138

17.01 Type of Switch Rotating type only

17.02 Suitable for mounting Horizontal only

17.03 Number of supporting post insulator

per phase

2 nos. 12 KV Post

Insulator per phase as

per ISS-2544/1973.

17.04 Post Insulator.

a Type of cemeting To be quoted original

cemented only & as per

ISS-2544/1973 & relevant

IEC

b One minute power frequency

withstand voltage Dry

35 KV RMS.

c One minute power frequency

withstand voltage Wet.

35 KV RMS.

d Visible discharge voltage 9 KV RMS.

e Power frequency puncture withstand

voltage flash over voltage

1.3 times of actual dry

flash over voltage

f Creepage distance 320 mm minimum (

Confirming to ISS- 2544/

1973 & Relevant IEC)

17.05 Impulse withstand voltage for positive

and negative polarity ( 1.2 / 50) mircro

second wave).

a Across the isolating distance 85 KV (Peak)

b To earth & between poles 75 KV (Peak)

17.06 One minute power frequency

withstand voltage

a Across the isolating distance 32KV(RMS)

b To earth and between poles 28 KV (RMS)

17.07 Rated normal current and

rated frequency

200amps 50 Hz

17.08 Rated short circuit

making capacity

25 KA ( RMS )

17.09 Rated short time current 10 KA ( RMS )

17.10 Rated peak withstand current 40 KA ( Peak )

17.11 Rated mainly active load

breaking capacity

200Amp(RMS )

17.12 Rated Transformer off load

breaking capacity

6.3 Amp (RMS)

17.13 Rated line charging breaking

capacity

2.5 Amps ( RMS)

17.14 Minimum clearance between

adjacent phases

a Switch Closed. ( centre to centre) 760 mm

b Switch opened.

(Center / edge of blade)

380 mm

17.15 Temperature rise

a Temperature rise shall not exceed the

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

Page 61 of 138

maximum limit as specified below at

an ambient temperature not

exceeding in 40º C

b Copper contacts silver faced 65º C

c Terminal of switch intended to be

connected to external conductor by

bolts

50ºC

17.16 Vertical Clearance from top of

Insulator cap to mounting channel

254 mm (minimum)

17.17. Type of contact : -

a) Self aligned, high pressure jaw type fixed contacts of electrolytic copper of size 65 mm x

35 mm x 6 mm duly silver plated. Each contact should be revetted with three nos. Copper

rivets with a bunch ( minimum 3 mm thick) consisting of copper foils, each may vary from

0.15 mm to 0.25 mm.

This total thickness of copper foils per jaw should be 6 mm. Jaw assemblies are to be bolted

through stainless steel bolts and nuts with stainless steel flat and spring washer.

b) Solid rectangular blade type moving contact of electrolytic copper size 220 mm x 35 mm

x 6 mm duly silver plated ensuring a minimum deposit of 10 micron of silver on copper

contacts or as may be prescribed under relevant ISS / IEC.

c) Pressure spring to be used in jaw contacts shall be Stainless Steel having 8 nos of turn

x 28 mm height x 14.4 mm diameter with 14 SWG wire (minimum six nos springs shall be used)

17.18.Connectors : -

Terminal connectors for both movable and fixed should be of copper flats of same size

similar to that of moving contact blades ( minimum 95 % copper composition). The fixed

connector shall of size 65 mm x 35 x 6 mm and the size of movable connector shall be size 65

x 35 x 6 mm with machine finishing duly silver plated with 2 nos. of 3/8” stainless steel bolts ,

nuts , plain washers & spring washers should be provided along with 2 nos solder less

bimetallic sockets for each connector suitable sockets for each connector suitable up to 50

Sq. mm.

17.19. Moving Contact:

Movable contact is to be supported by galvanized angle of 45 x 45 x 5 mm in each phase

and the moving contact are to be bolted through 2 nos stainless steel bolts and nuts with

suitable stainless steel flat and spring washers.

17.20. Galvanization

a) Iron parts shall be dip galvanised as per IS-2633 / 1972.

b) The pipe shall be galvanised as per IS-4736 / 1968.

17.21. Details of Phase

(a) Coupling Rod 25 mm nominal bore G.I. pipe medium guage.

(b) Operating Rod 32 mm nominal bore G.I. pipe medium gauge single length 6 mtrs.

The detailed dimension of the G. I. pipe as per IS-1239 (Pt. I are mentioned below :-

Nominal Base Outside diameter Diameter thickness

Max. Min

25mm. 34.2mm. 33.3mm. 3.25mm.

32mm. 42.9mm. 42mm. 3.25mm.

c) Arcing Horn 8 mm dia G.I. Rod with spring assisted operation.

d) Force of fixed contact spring:- 50lbs to 75lbs.

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

Page 62 of 138

e) Copper braided flexible topes : -

320 mm length of flexible electrolytic copper tape or braided chord (with tin coated) having

minimum weight 450 gms per meter and both ends shall be crimped with copper sockets

through brass bolts and nuts with brass flat washers. Two nos of suitable copper sockets shall

be used at bothe ends. The minimum no. of flexible wires should be 1536 of 36 SWG for each

flexible chord

f) Quick break device Lever mechanism

g) Bearings 4 nos. self lubricated bearing to be provided with

grease nipple including 4 th bearing being a thrust

bearing.

h) Locking arrangement Pad Locker & Key arrangement at both ‘ON’ & ‘OFF’ position

i) Earth Terminal To be provided at base channels.

17.22. Supporting Channels 75 mm x 40 mm M.S. Channel hot deep (galvanized)

17.23N.B.( For All types of AB Switches ) : - i) Ferrous parts shall be duly galvanised as per

IS – 2633 / 1972 & Non-ferrous parts shall be silver plated.

18.00 TECHNICAL SPECIFICATION FOR 11 KV 200 AMP THREE POLE H.G. FUSE SETS FOR

DISTRIBUTION S/S.

18.01 SCOPE: - This specification covers the manufacture, testing and supply of 11 KV, 200

Amps 3 pole/Two pole, H.G. Fuse Sets.

18.02 (a) The 11 KV H.G. Fuses shall be suitable for out door operation in horizontal

configuration under the climatic conditions specified. It shall be of the following

ratings:-

1. Number of Poles 3

2. No. of insulator per pole 2 nos. 12 KV post insulators

3. Nominal system voltage 11 KV

4. Highest system voltage 12KV

5. Rated frequency 50 Hz

6. System Earthing Effectively earthed

7. Rated normal current 200 Amps

8. Altitude of installation Not exceeding 1000 M.

The post insulator used in the H.G. Fuse set shall have the following ratings:-

1. Power frequency withstand voltage (dry) 35KV (RMS)

2. Power frequency withstand voltage (wet) 35 KV (RMS)

3. Impulse withstand voltage (dry) 75 KV (Peak)

4. Power frequency puncture 1.3 times the actual dry

Withstand voltage flashover voltage of the

Unit.

18.03 (a) The 11 KV H.G. Fuses shall be suitable for out door operation in horizontal

configuration under the climatic conditions specified. It shall be of the following

ratings:-

1. Number of Poles 2

2. No. of insulator per pole 2 nos. 12 KV post insulators

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

Page 63 of 138

3. Nominal system voltage 11 KV

4. Highest system voltage 12KV

5. Rated frequency 50 Hz

6. System Earthing Effectively earthed

7. Rated normal current 200 Amps

8. Altitude of installation Not exceeding 1000 M.

The post insulator used in the H.G. Fuse set shall have the following ratings:-

1. Power frequency withstand voltage (dry) 35KV (RMS)

2. Power frequency withstand voltage (wet) 35 KV (RMS)

3. Impulse withstand voltage (dry) 75 KV (Peak)

4. Power frequency puncture 1.3 times the actual dry

Withstand voltage flashover voltage of the

unit.

18.04 STANDARDS:-

The H.G. Fuse set shall conform to the following standards.

IS-9385-1980 (for high voltage expulsion fuses and similar fuses)

IS-2544-1973 (for porcelain post insulators or its latest amendments if any

IS-2633-1979 (for Galvanisation of ferrous parts)

18.05 INSULATOR MAKE:-12 KV post insulator complete with pedestal cap duly cemented to be

used in 11 KV H.G. Fuse sets confirming to IS-2544/1973

18.06 TECHNICAL DETAILS:- The H.G. Fuses shall have adjustable arcing horns made of solid

copper rod having 7.62 mm dia. The horns shall be fitted with screwing devices with

flynuts for fixing and tightening the fuse wire. It shall have robust terminal connector 5s

of size 80mm x50 mm x 6 mm made of copper casting ( 95% minimum copper

composition) duly silver plated with two numbers of 12mm dia brass bolts and double

nuts with flat brass washers. The connector should be capable of connecting crimpable

conductor up to 80 Sq.mm. size ( ACSR/Alloy) with bimetallic solderless sockets .The H.G.

Fuse Set shall suitable for horizontal mounting on sub-station structures. The minimum

clearance between the adjacent phases of the fuse set shall be

760 mm and the centre to centre (distance between two post insulators of the same

phase) shall be 410 mm. All metal (ferrous) parts shall be galvanized and polished. Only

12 KV post insulator (original cemented and not pin insulators shall be used for the H.G.

Fuse Set.

18.07 CLIMATIC CONDITIONS: - The H.G. Fuse Set shall be suitable for operation under the

following climatic conditions:-

1 Maximum ambient air temperature. 45 0 C

2 Maximum daily average air temperature 35 0 C

3 Maximum yearly average ambient air temperature 30 0 C

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

Page 64 of 138

4 Maximum temperature attainable by a body

Exposed to the sun.`` 50 0 C

5 Minimum ambient air temperature o 0 C

6. Maximum relative humidity. 100%

7. Average number of thunderstorm days per annum 70 days

8. Average number of rainy days per annum 120

9. Average annual rain fall. 150 cm.

10. Number of months of tropical monsoon conditions 4

11. Maximum wind pressure. 260 Kg./ mm2

12. Degree of exposure to atmospheric pollution. Normally polluted

atmosphere.

19.00 GALVANIZATION

All ferrous materials to be used are of hot dip galvanized of 610gm./ Mtr².

20.00 SPECIFICATION FOR 25 / 63 / 100 KVA L. T. DIST. BOX WITH INCOMING

WITH DISCONNECTOR SWITCH AND OUTGOING PORCELAIN FUSE UNITS)

20.01. SCOPE

The Specification covers design, manufacturing Factory testing and supply of L.T.

Distribution Boxes with Switch disconnector and Porcelain Fuse units for protection

and control of 25/63/100 KVA Distribution Transformers and LT line in rural areas and

as per IS No. 13947 (P. , 2, 3) of 1993 with latest amendment if any and also

other applicable IS Nos. mentioned in Specification.

20.02 The Distribution Box shall comprise of (1) suitable enclosure (factory built assembly)

fabricated from new CRC Steel Sheet (2) Porcelain Fuse units as per IS: 2086/1993

with latest amendment/ Revision if any on the date of inviting tender and as per CESU

specification. (3) Incoming Switch disconnector as per IS: 13947/1993 with latest

Amendment/Revision if any on the date of inviting tender.

20.03 GENERAL REQUIREMENT :

20.04 L. T. Distribution Box should be designed to have maximum utilization of transformer

capacity and shall be well equipped with adequate protection to transformer and

feeder against overload and short circuit and minimum interruption in power supply.

20.05. SERVICE CONDITION :-

a) TEMPERATURE :

The materials used in Construction of the Distribution Box shall be suitable for use

under following conditions.

(a) Maximum ambient temperature 55º C

(b) Maximum daily average ambient temperature 37º C

(c) Minimum temperature 0º C

(d) Altitude 0 to 1000 meter.

(e) Maximum yearly average air temp. 35º C

b) RELATIVE HUMIDITY :-

This does not exceed 50% of maximum temperature of 40 º C and 90 % at 20º C care

shall be taken for moderate condensation which may occasionally occur due to variation

in temperature. Even on sea shore side having heavy pollution the box should function

satisfactorily.

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

Page 65 of 138

c) MODE OF INSTALLATION

The boxes are normally to be mounted either on plinth near transformer or on M.S.

Channels fixed between two PSC Poles with suitable size of hot dip galvanized bolts and

nuts.

d) SYSTEM DETAILS

These Distribution Boxes are meant for control and protection of Distribution

Transformer and feeder with required technical parameters as under :

Sl.

No.

Particulars Transformer Capacity

1 KVA Rating 25 KVA 63 KVA

100 KVA

2 Voltage 415 Volts, 3

Phase with

solidity

ground earth

415 Volts, 3

Phase with

solidity

ground earth

415 Volts,3

Phase with

solidity

ground earth

3 Frequency 50 Hz + 5% 50 Hz + 5% 50 Hz + 5%

4 Approx (Max)

Load current for

transformer.

60 Amp 125 Amp. 200 Amp.

5 Nos. of outgoing

circuits

2 Nos. 2 Nos. 2 Nos.

6 Rated short time

withstand current of

Dist. Box.

7.5 KA for

one Sec.

7.5 KA for

one Sec.

7.5 KA for

one Sec.

7 No. of poles per

phase.

1 1

1

e) APPLICABLE STANDARDS :-

(1) IS: 13947 (P.1&3) 1993 amended up to date/ revised for incoming Switch

Disconnector.

(2) IS: 13947 (P.1&2) 1993 amended up to date/ revised for incoming MCCB.

(3) IS : 2086/1993 and its latest amendments/revised for Porcelain Fuse Units.

(4) IS : 2147/1962 amended up to date / revised for enclosure and also IS : 13947 (P.1)

1993.

(5) IS : 8623/1993 amended up to date / revised up to date.

(6) IS : 1730/1989 with latest amendment and IS : 226 /1975 with latest amendment.

(7) IS : 2551/1982 with latest amendment / revision if any.

(8) IS : 5/78 with latest amendment if any.

20.06. DETAILED SPECIFICATION

The specification is subdivided into the three parts.

1) Enclosure 2) Bus Bar and Connections. 3)Components of Circuits.

20.07. Enclosure Panel :

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

Page 66 of 138

a) The box shall be suitable for outdoor installation as per attached reference

Drawing.

The box is expected to be mounted below the transformers and it shall be mounted

on PSC/ Girder poles or on Plinth as the case may be.

b) The thickness of CRC Steel Sheet be of 1.6 mm. Thickness (before painting) i.e. 16

gauge + tolerance as per IS.

c) Maximum portion of the box shall be made by folding same new CRC sheet to

minimize welded joints.

d) Door hinge shall be properly welded to box and cover; The box shall open at side

i.e. horizontal opening. Swing of door opening be minimum 90º. Hinges shall be provided

from inside only. The arrangement of door shall be as per drawing (Face to face).

e) The door locking device similar to that of “Godrej” type three way locking

arrangement shall be provided. In addition to this, Padlocking arrangement be also

provided at center.

f) Two sets of M.S. Clamps .Duly hot dip galvanized be supplied.

g) Durable gasket shall be provided around the boxes to prevent outside dust

entering inside and to have proper vermin proofing. The rubber lining should be

minimum 3 mm thick. The lining should be irremovable from the groove.

h) The roof should be given a slope of 5 o to 15 o to drain the rainwater easily.

i ) Two sets of louvers shall be provided on the side walls (as shown in drawing) The

louvers shall be backed up by perforated stainless steel sheets of 0.5 mm. thickness

welded from inside the box for preventing dust, insects and rain water getting inside

the box. As such box will be provided with IP- 44 protection and entry of fresh cool air

and to maintain the temperature rise limits of various components provided inside the

box as per IS.

j) The current carrying parts should be properly connected using nonmagnetic

stainless steel bolts, nuts & washers. The nuts and bolts should be of hexagonal type

with groove for bolt. All other bolts, nuts and plain washers used for tightening purpose

including connectors should be of M.S. hot dip galvanized. Bolts, nuts washers also shall

be hot dip galvanized. “For fasteners below 16 mm size same may be electroplated.”

k) The overall dimensions of the box in the tender drawing is for reference only,

however internal clearance shown in the drawing shall be strictly maintained. Over all

dimensions of the box shall be such that the box will withstand temperature rise limits as

per IS and Company’s Specification. There should be sufficient space for working during

maintenance. The size of the box will depend on the size of disconnector switch and

Porcelain fuses to be provided and other relevant provision made in

IS:13947/(P1,2&3)/1993, IS 2086/1993 and IS:4237/1983 with latest amendment if

any. The box will fulfill following requirement..

i) The enameled danger notice plate as per IS: 2551 /1982 of size 200x150mm

shall be riveted in pilfer proof manner on front cover of the box.

ii) The incoming and outgoing terminals of the, Disconnector Porcelain Fuses

and the bus bars shall have suitable termination Disconnector and Porcelain

Fuses should have extended terminals for proper clearance to be maintained

between phases.

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

Page 67 of 138

iii) All other minimum clearance between phases, between phase and earth

shall be as per minimum requirement of IS; 13947 (P1, 2&3) 1993 and as

mentioned in drawing.

iv) The temperature rise shall be within limits specified in IS: 13947/(P1, 2&3) /

1993 and also mentioned at Annexure- “A” with specification. The test

certificate from Government approved and NABL accredited Laboratory such

as CPRI, NPL, ETDC, ERDA, ERTL etc. for the same should be submitted, which

shall not be more than five years old from the date of the tender.

v) Separate half round clamps of 2 mm MS sheet should be provided for

holding the incoming & outgoing cables, so that cables do not rest directly on

the terminals.

vi) Number plate containing following details shall be riveted inside the door of

the L.T. Dist. Box and also outside on front side name of the firm as well as CESU

should be embossed with manufacturing year.

1) Company’s Name with full address

2) Capacity of Box

3) Serial No. of Box

4) A/T No. with date

5)Property of CESU

6)Date of supply of L.T. Dist. Box

20.08. SURFACE TREATMENT

All sheet metal work shall undergo 7 tank chemical & mechanical cleaning process

and thereafter two coats of red oxide and two coats of final weatherproof & corrosion

resistance enamel paint shall be applied by powder coating process only. The colour of

paint inside shall be same as specified for outside of Dist. Box.

a) The facility for painting including the 7 tank cleaning process shall be in house to

ensure proper quality since these panels are for outdoor applications wherein

continuous changes in climatic conditions is common phenomena.

b) Final paint from inside and outside shall be enamel light gray.

c) All other metal parts used in the distribution boxes shall be treated as under:

M.S. Parts: All MS. Parts should be hot dip galvanized with min.

thickness of galvanize coating should be 80

microns.

Base plates: Zinc Plating.

Bus bars and connections: with heat shrinkable color coded insulating sleeves

indicating R,Y, B phase.

20.09. NEUTRAL:-

A solid neutral link of aluminum shall be provided for terminating neutral core of

incoming and outgoing cables directly. The neutral shall be duly supported on

insulating supports and aluminum lugs with suitable washer will be provided for

connections. Cross sectional area of neutral link shall be 50% of main bus bar current

capacity. Neutral bus bar shall withstand rated short time current for one sec as per IS

8623/93 with latest amendment.

20.10 CABLE TERMINATION:-

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

Page 68 of 138

a) For connecting internal circuit i.e. incoming and outgoing connections, the

suitable size of aluminum bus bar of sufficient capacity to meet the required ampere

loading for the box. The

calculation of bus bar size for Amp. loading is to be provided in the bid for reference.

b) Incoming cables shall enter from the side portion of the box just parallel to the

terminals of the installed isolator switch and outgoing cable shall enter of the welded

bottom plates with separate gland plate having minimum size of 100 x 100 mm and

having suitable knock out / drilled holes suitable for cable sizes as specified in the

drawing. The separate gland plate shall be fitted with the proper size of hardware.

The size of cable to be used are as under:-

1 KVA Rating 25 63 100

2 Incoming Cable size

mm²

35 95/120/ 150 150/ 185

3 Outgoing Cable size

mm²

35/50 70/50 50/95/70

4 Numbers of circuits 2 2 2

c) All the three terminals of Disconnector shall be extended by suitable aluminum

strips.

d) Adequate cabling space shall be provided in the box for incoming and outgoing

cables.

e) PVC type glands shall be provided for incoming and outgoing cables. The

compression type gland shall be having grooved rubber ring of appropriate

diameter.

20.11 Bus bars & Connectors:

a) Aluminum bus bar shall be used for Kit Kat fuse connections .

b) Current capacity of Aluminum bus bars shall be adequate to met the requirement

as per IS.

c) Aluminum bus bars and links should be properly drilled, debarred and bolted to

minimize heating of joints.

d) Bus bars shall be covered with color coated heat shrinkable Insulating sleeve with

R,Y,B coding.

e) Approximate Bus bar size should be for 25 KVA 3x25 mm, for 63/100 KVA 6x25mm

or 5x30mm and size of neutral bus for 25 KVA 3 x 12mm and for 63/100 KVA 6 x 12mm.

20.12. COMPONENTS OF CIRCUITS

20.12.01 INCOMING CIRCUIT:

Each distribution box shall have one triple pole Switch Disconnector. The rating and

other technical parameters of incoming Switch Disconnector shall be as

Sr.

No.

CHARACTERSTICS 25 KVA/63KVA 100KVA

1 Basic Rating 100/200 Amps. 250 Amps.

2 Type of Mechanism Manual independent

quick make quick break

Manual independent

quick

make quick break

3 Standard Applicable IS:13947/(P1.2&3)/1993 IS:13947/(P1.2&3)/1993

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

Page 69 of 138

amended up to date

with latest revision.

amended up to date

with

latest revision.

4

Utilization Category AC – 23 A AC – 23 A

5 Mechanical

Endurance

Electrical

Endurance

(Verification of

Operational

performance)

As per table IV pate No.

19 to IS 13947 (P.3)

1993 with latest

amendment / revision if

any.

As per table IV pate

No. 19

to IS 13947 (P.3) 1993

with

latest amendment /

revision

if any.

Rated duly Un interrupted Rated

duty

Un interrupted Rated

duty

Making / Breaking

capacity

Not less than the

requirement of AC – 23

A as per relevant IS

No.13947 (P.1&3)1993

Not less than the

requirement of AC –

23 A as

per relevant IS

No.13947

(P.1&3)1993

Rated Short time

withstand current for all

three sequence. (STC)

7.5 KA for 1 Sec 7.5 KA for 1 Sec

The following makes of DISCONNECTORS shall be used.

1 Indo Asian

2 Electropower

3 Havells

4 Shri Ram

5 Gerad

6 Stelmec

The Switch Disconnector shall have extended contacts and casing of switch

Disconnector shall be plastic / thermo engineering material moulded. The handle of

switch disconnector should be detachable easily for security purpose, while working on

L.T. line. The handle should be insulated.

20.12.02 OUTGOING CIRCUIT

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

Page 70 of 138

Each Dist. Box shall have 6 nos. Porcelain Fuse units for 25 KVA, 6 Nos. Porcelain Fuse

Units for 63 KVA and 6 Nos. Porcelain Fuse Units for 100 KVA Transformer to control

and protecting outgoing circuit.

Rating of

Porcelain

Fuse

Unit

For 25 KVA LTDB For 63 KVA LTDB 100KVA LTDB

63 A 100 A 200 A

20.12.03. GENERAL CONSTRUCTION REQUIREMENT OF KIT KAT FUSES.

(A) MATERIALS:

This rewireable fuses units shall be made of ceramics which shall be of sand fine grain

homogenous non-porous chemically insert and high electrical and mechanical

strength and shall be thoroughly verified and smoothly glazed shall cover atleast

those surfaces which are exposed when the, fuses have been mounted in intended

manner. The mounting surface may be left unglazed. The materials should not have

any defect such as :

i) Craking : A hairline crack in glaze of ceramic material

ii) Dunt :

A hair line fracture extending through the body and

the glaze and cause bymstrains set up in the process of

manufacture of ceramics materials.

iii) Projection :

A raised imperfection, projecting more than 0.75 mm

above the surface of the ceramic materials.

iv) Water :

The ceramics material shall not absorb more than

absorption 2% of its weight of water when broken and

tested for.

(B) The design and dimension of the fuses shall be in accordance with the drawing

and relevant IS..

(C) PROTECTION :

The porcelain fuse shall be mounted such a way that there cannot be any possibility

of the live contact to touch with the / have minimum clearance with the body.

(D) HANDLING GRIP :

The fuse shall have puller grip to pull out male part i.e. top portion without damaging

or disturbing the female contact/parts and it should pull out easily as and when

required.

(E) METAL PARTS :-

All metal parts shall be protected against corrosion by suitable method and shall be

hot dip galvanized.

20.12.04 FUSE BASE :-

(A) The fuses base shall be provided with two fixing holes for fixing the fuse base by

means of screw or bolts.

(B) The fuse base shall have contacts for suitably engaging with the contacts of the

fuse top rigidly under any condition. The contacts shall be made out of such a metal

which will not lose its electricity due to heating of the contracts on full load with 20%

overload current or heat generated and required pressure is maintained even after

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

Page 71 of 138

repeated engagements and disengagement. The contact for rating 32A and above will

also have extended strips for fixing cable by means of bolts/lugs. The fuse base should

have extended electrolytic copper strips at both ends to connect the cable with

bolts/lugs. The crosssection area of electrolytic copper extension strips should not be less

than specified limit mentioned below.

Sr.

No.

Rating of

Porcelain fuse

units

Width of

extension

strips

Thickness of

extension

strips

Min. cross

section area

of extension

strips

1 63 Amps. – 415 V 15mm 3 mm 45mm²

2 100 Amps.–415 V 25mm 5mm 125mm²

3 200 Amp.– 415 V 25mm 10mm 250mm²

20.12.05 FUSE CARRIER :-

(A) The fuse carried should have two brass screws with brass washers for fixing of fuse

wire. The fuse carrier shall be so constructed that it is capable of being reversible for

introduction into the fuse base. The contacts shall be made out of the metal which

will not loose its elasticity on account of heating of the contacts on full load with 20%

overload conditions or heating due to blowing of the fuse element due to short circuit.

The side leaves on the base should be sufficiently thick and stiff to ensure tight fitting of

“U” contact with base block the asbestos cloth shall be provided in base of fuse shall

be of fire proof insulating and of sufficient length, width and thickness to avoid short

circuit between earth and fuse wire where fuse wire is made to pass through the hole

provided in the porcelain carrier and asbestos tube must be inserted in the hole to avoid

direct heating of the porcelain.

(B) The asbestos cloth to be provided in fuse shall be fire proof insulating and of

sufficient length width and thickness.

(C) SCREWS:

i) Screws upon which the general assembly of the fuse base and carriers terminals

and contacts depend shall be prevented from loosening of backing out buy lock,

washers, stacking of other reliable means.

ii) If screws used in the assembly of a fuse are loosened or removed in order to install

the fuse elements or to connect the fuse into a circuit they should be thread into metal

and shall be provided with washers.

20.12.06 CURRENT CARRYING PARTS :

i) Current carrying parts shall be of robust construction and capable of carrying

rated current without exceeding the temp. rise limits of IS specification 2086-1993.

ii) Iron and steel parts shall not be used for current carrying part including screws

provided in the base terminal block and “U” contact.

20.12.07 CONTACTS:

The contact of the Fuse Base, fuse carrier terminal blocks/strips shall be as under,

Sr.No. Description For 63/100A Fuse

Unit

For 200A Fuse Unit

1 Fuse Carrier Contacts

(Male Contacts)

Tinned copper Tinned Brass

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

Page 72 of 138

2 Fuse Base Contacts

(Female Contacts)

Phosphor Bronze

Phosphor Bronze

3 Terminal Block / Strips Tinned Brass. Tinned Brass.

The contact used should be perfect so as to provide easy but Perfect “U” contact

should penetrate full depth of back contact. The Mini. Thickness and width of “U”

contact used should be as below.(Table 2)

Table – 2

Sr.

No.

Rating of

Porcelain fuse

Units

Dimension

of Width of

“U” contact.

Thickness of

“U” contact.

Dimension of

terminal block

1 63 Amp. – 415 V

12.50 1.8 mm 14x20x18mm

2

100 Amp. – 415V 19.00 2.5mm 17x22x25mm

3 200Amp. – 415 V As per drawing of 200 Amp Kit Kat fuse

The current carrying screws and washers shall be of tinned brass while the screw,

washers not carrying current shall be of M.S. Galvanized M.S. hot dip Galvanized bolt

and nut with one plain washer and one spring washer suitable for 25 mm2, 50mm2

and 70mm2 cable lugs shall be provided with extended strips for 63 A. 100 A & 200A fuse

respectively.

20.12.08 CHEMICAL COMPOSITION OF THE CONTACTS.

Electrolytic copper (Tinned phosphor bronze Tinned) use for contacts of KK fuse shall

confirm various IS as stated below.

a) ELECTROLYTIC COPPER :

Copper strips used for contacts of kit kat fuse should confirm to IS: 1897/1983 with

latest amendment. The material shall be of electrolytic tough puitch (ETP) grade with

minimum 99.9% of copper and silver as per table 1 of IS 191 part IV.

b) PHOSPHOROUS BRONZE :

The phosphor bronze used for contact of KK fuse shall confirm to any of the grade- I,II

or III given in IS: 7814/1985 (with latest amendments.) The requirement of metal

composition should be as per IS: 7814.

c) BRASS :

It shall confirm to grade LCBI/DCB2 of IS-1264/1997 (with latest amendment)/ IS

4101/1977 with latest amendment) The metal composition for casting shall be as per IS

1264 and that of brass sheet, as per IS 410.

.20.12.09 EMBOSSING:

(A) Every fuse carrier shall be clearly embossed with the following information.

i) Rated current.

ii) Rated voltage

iii) Size of fuse wire.

iv) Manufacturer’s name / Trade mark.

v) Year of Manufacture.

(B) Every fuse base shall be clearly marked with the following.

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

Page 73 of 138

i) Manufacturers name / Trade mark.

ii) Year of manufacture.

20.13 TYPE TEST CERTIFICATE:

(A) TYPE TESTS:

Type test reports not more than 5 years old from the date of tender from

Government approved and NABL approved laboratories such as CPRI, NPL, ETDC,

ERDA, ERTL etc. to be furnished with all certified attested drawing to prove that the

equipment’s offered meet the requirement of the specification and relevant IS. All the type

tests of MCCB/Disconnector switch & Porcelain Fuse units and complete box are

required to be carried out as under: 1) Type Test for complete dist. box-BS214/1959 or IS8623/93 as under.

Sr No Clause No Tests

1 8.2.1 Verification of temp. rise limit

2 8.2.2 Verification of Dielectric properties

3 8.2.3 Verification of Short ckt. withstand test

4 8.2.4 Verification of Effectiveness of protective ckt.

5 8.2.5 Verification of clearance and creepage

distance

6 8.2.6

Verification of Mechanical operation

7 8.2.7 Verification of degree of protection

2)Type Test for Porcelain Fuse as per IS 2086/1982 and its latest amendment and for

200A Kit Kat Fuse the test result shall be as per annexure-A.

3) Type test report for Switch Disconnector as per IS 13947/1993 (all parts) or its latest

amendment. The test sequence shall be strictly as per Annexure-B.

20.14 GUARANTEE

The tenderer quoting other brand / make of switch disconnector / Porcelain fuse

units or any part provided in the LT Dist. Box and complete LTDB /equipment supplied shall

be guaranteed for a for a period of 42 months from the date of dispatch and or 36

months from the date of commissioning whichever is earlier.

The Stores / materials as above found defective or not meeting requirement of

specifications within above guarantee period shall be replaced / repaired duly tested

by the supplier free of cost within one month of receipt of intimation.

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

Page 74 of 138

20.15 DEVIATION FROM SPECIFICATION

No deviation from specification shall be permitted. The offers with deviations shall be

rejected.

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

Page 75 of 138

GUARANTEED TECHNICAL PARTICULARS OF 8 MTR. LONG PSC POLE

Sl. No. Description Requirement

1 Type of pole 8Mtr.x 200KG.

2 Factor of safety 2.5

3 Overall length of pole (In Meter) 8

4 Working load (In KG.) 200

5 Overall dimensions As per IS: 15/ 1979

A Bottom depth (In mm.) 290

B Top depth (In mm.) 145

C Breadth (In mm.) 90

6 Diameter of prestressing wire (In

mm.)

4

7 No. of tensioned wires 24

8 Stress in prestressing wire 14000 KG./ cm²

9 Concrete detail As per IS: 1343/ 1980, IS: 456/ 1978GB

A Cement type As per IS: 269-1976, IS: 8041 E-1978

B Grade Cube strength 420 KG./ cm²

C Type Rapid hardening Portland cement

D Standard applicable REC Specification No.-15/ 1979, 24/ 1983

IS: 1678, IS: 2905, IS: 7321

10 Steel quality (KG./ Pole) As per IS: 1785, IS: 6003

11 Minimum Weight of pole (In KG.) 380

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

Page 76 of 138

GUARANTEED TECHNICAL PARTICULARS OF BACK CLAMP FOR 11KV “V” CROSS ARM

Sl. No. Description Requirements

1 Type of clamp Back clamp for V Cross arm

2 Grade of steel 43A Mild steel

3 Steel standard As per IS: 2062/ 1992

4 Fabrication standard As per IS: 802/ 1978

5 Dimension As per Drawing

6 Steel section to be used Flat: 50mm.x8mm.

7 Minimum weight of clamp 1.70 KG.

8 Minimum average Mass of Zinc

Coating

610gm./ Mtr²

9 Uniformity of zinc coating As per IS:2633/ 1986

10 Standard of galvanization Hot dip galvanization as per IS:2629/92

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

Page 77 of 138

GUARANTEED TECHNICAL PARTICULARS OF GUY STRAIN INSULATORS, 140X85, TYPE-C

Sl. No. Description Requirements

1 Item Description Guy , Type-C

2 Material Porcelain

3 Electrical characteristics:-

a Dry one minute power frequency

withstand voltage

27 KV (rms)

b Wet one minute power frequency

withstand voltage

13 KV (rms)

c Power frequency puncture voltage 1.3 times of actual dry flash over voltage

4 Mechanical characteristics:-

a Minimum Failing Load 88 KN

5 Size of Insulators:-

a Insulator diameter 85 mm.

b Height of insulator 140 mm.

c Creepage distance (min.) 57 mm.

d Hole dia 25ر1.5 mm.

6 Colour of glaze:- Brown

7 Standards according to which the

porcelain insulator shall be

manufactured and tested

IS: 5300/ 1969 with latest amendments

8 Toleration of dimensions if any As per IS

9 Weight of Insulator 1.1 KG. (Approx.)

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

Page 78 of 138

GUARANTEED TECHNICAL PARTICULARS OF GUY STRAIN INSULATORS, 90X65, TYPE-A

Sl. No. Description Requirements

1 Item Description Guy , Type-A

2 Material Porcelain

3 Electrical characteristics:-

a Dry one minute power frequency

withstand voltage

18 KV (rms)

b Wet one minute power frequency

withstand voltage

8 KV (rms)

c Power frequency puncture voltage 1.3 times of actual dry flash over voltage

4 Mechanical characteristics:-

a Minimum Failing Load 44KN

5 Size of Insulators:-

a Insulator diameter 65 mm.

b Height of insulator 90 mm.

c Creepage distance (min.) 41 mm.

d Hole dia 16ر1.5 mm.

6 Colour of glaze:- Brown

7 Standards according to which the

porcelain insulator shall be

manufactured and tested

IS: 5300/ 1969 with latest amendments

8 Toleration of dimensions if any As per IS

9 Weight of Insulator 0.45 KG. (Approx.)

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

Page 79 of 138

GUARANTEED TECHNICAL PARTICULARS OF 11KV V CROSS ARM

Sl. No. Description Requirements

1 Type of Cross arm “V” Type

2 Grade of steel 43A Mild steel

3 Steel standard As per IS: 2062/ 1992

4 Fabrication standard As per IS: 802/ 1978

5 Dimension As per Drawing No.-REC/ A13

6 Steel section to be used ISMC: 75mm.x40mm.x6mm.

Flat: 50mm.x6mm.

7 Weight of MS Channel per meter 6.8 KG.

8 Minimum strength of MS channel As per IS: 808 (Revised)

9 Minimum weight of cross arm 10.2KG.

10 Standard of galvanization Hot dip galvanization as per IS:2629/92

11 Minimum average Mass of Zinc

Coating

610gm./ Mtr²

12 Uniformity of zinc coating As per IS:2633/ 1986

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

Page 80 of 138

GUARANTEED TECHNICAL PARTICULARS OF 11KV PIN INSULATORS

Sl. No. Description Requirement

1 Item Description 11 KV Pin type insulator

2a Material Porcelain

2b Type of insulator Type B

3 Electrical characteristics:-

a Highest system voltage 12KV (rms)

b Nominal system voltage 11KV (rms)

c Visible discharge voltage 9KV (rms)

d Dry power frequency withstand

voltage

70KV (rms)

e Wet power frequency withstand

voltage

40KV (rms)

f Dry power frequency flashover

voltage

75KV (rms)

g Wet power frequency flashover

voltage

45KV (rms)

h Impulse withstand voltage (1.2/50

micro second wave) +ve

100KVP

i Impulse withstand voltage (1.2/50

micro second wave) -ve

110KVP

j Impulse flashover voltage (1.2/50

micro second wave) +ve

110KVP

k Impulse flashover voltage (1.2/50

micro second wave) -ve

120KVP

l Power frequency puncture voltage 110 KV (rms)

4 Mechanical characteristics:-

a Electro Mechanical Failing Load 10 KN

5 Size of Insulators:-

a Insulator diameter 165 mm.

b Height of insulator 145 mm.

c Creepage distance (min.) 320 mm.

6 Colour of glaze:- Brown

7 Standards according to which the

porcelain insulator shall be

manufactured and tested

IS: 731/ 1971 with latest amendments

8 Toleration of dimensions if any As per IS

9 Weight of Insulator 2.2 KG. (Approx.)

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

Page 81 of 138

TYPICAL DRAWINGS 1 Typical Drawing of Dead-End (Anchoring Assembly)

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

82

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

83

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

84

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

85

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

86

LLT

DRAWING OF LT DISTRIBUTION BOX

N.B.- Separate terminal bar to be provided for neutral connection

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

87

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

88

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

89

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

90

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

91

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

92

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

93

SECTION – VI ANNEXURE

BID PROPOSAL SHEETS

94

SCHEDULE OF QUANTITY

Sl. No. Package

No.

Place Quantity

1 1 Bayree Railway Station a. Up gradation of transformer capacity from 63

KVA,11/0.4 KV to 100 KVA,11/0.4 KV,along with

shifting and relocation of DP structure.

b. Const. of LT line 3P4W with ABC=0.13 K.M

c. Dismantling and Shifting of 63 KVA S/S-1 No.

2 2 Kapilash Road Railway Station a. Shifting and relocation of 100 KVA,11/0.4 KV S/S

b. Construction of a four pole structure=1 No

c. Construction of 11 KV line 3P3W=0.01 K.M

3 3 Charbatia Railway Station a.Shifting and relocation of 100 KVA,11/0.4 KV S/S

b. Construction of 11 KV line 3P3W=0.05 K.M

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

95

PRICE SCHEDULE FORMAT

SCHEDULE OF QUANTITY & PRICE for Bayree railway station.

(Firms shall quote the unit rate and total rates including all taxes and Duties)

Refer Annexure Bidders Name & Address :-

To A.G.M(Elect.)

C.E.D Cuttack

Dear Sir, We hereby furnish the detailed price of supply, erection & testing of the equipment & materials covered under the entire scope of shifting

and relocation of lines/S/S along with construction of 11 KV line/L.T line etc. in Bayree railway station under Jajpur District of Orissa under 100 % deposit scheme on partly turnkey basis.

SCHEDULE FOR PRICE BID (1) Sl No

Description of work Unit Qnty. Unit Rate

Total Price

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

96

1 Up gradation of Distribution Transformer capacity from 63 KVA,11/0.4 KV to 100 KVA,11/0.4 KVA, 11/0.4 KV, comprising of

I) A. Erection of 100 KVA, 11/0.4KV, 3-Phase Distribution Transformer with all accessories such as LTDB,Earthing,L.A,L.T PVC Cable, etc as per specification

II) B. Shifting and relocation of 63 KVA,11/0.4 KV DP Structure-1 No with 9 mtr. 300 kg PSC Pole for DP structure along with Pressure Channels, AB Switch & HG Fuse mounting Channels , transformer mounting Channel etc. and angle for supporting 11 KV 3-pole AB Switch, HG Fuse unit, anti climbing device with fasteners, belting and belting support for transformer, danger plate, nuts bolts & washers, preformed insulator binding, and required hardware, 5 nos. of earthing arrangement with electrodes, cable for connection of transformer to LTDB,GI pipe & clamps for routing of cable, construction of barbed wire fencing as per specification & all other sundry items complete as per specification.

II) Construction of 3 Phase 4Wire ABC LT OH Lines (Span = 40m), complete work as per specification comprising of

A.Supply & stringing of XLPE Insulated 3-phase 4W ABC (3X50+1x35) sq. mm as per specification.

B.Supply & erection of 8 mtr 200KG PSC Pole along with pole concreting,

earthing arrangement, eye hook, suspension/dead end clamp including belting of clamps, etc. complete as required for supporting LT XLPE insulated AB conductor, anti climbing device with fastners, danger plate, nuts, bolts & washers and required hardware, LT Stay set complete as per specification. III)Dismantling and shifting of 63 KVA,11/0.4 KV S/S= 1 No .

No K.M No

01

0.13 1

N.B: You have to submit the detail statement regarding unit price as per the Annexure-1.

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

97

SCHEDULE OF QUANTITY & PRICE for Kapilas railway station.

(Firms shall quote the unit rate and total rates including all taxes and Duties)

Refer Annexure Bidders Name & Address :- To

A.G.M(Elect.) C.E.D Cuttack

Dear Sir, We hereby furnish the detailed price of supply, erection & testing of the equipment & materials covered under the entire scope of shifting

and relocation of lines/S/S along with construction of 11 KV line , construction of 4 pole structure etc in Kapilash Road railway station under Cuttack District of Orissa under 100 % deposit scheme on partly turnkey basis.

SCHEDULE FOR PRICE BID (2) Sl No

Description of work Unit Qnty. Unit Rate

Total Price

1

Shifting and relocation of 100 KVA,11/0.4 KV S/S comprising of

I) A. Erection of 100 KVA, 11/0.4KV, 3-Phase Distribution Transformer with all accessories such as LTDB,Earthing,L.A,L.T PVC Cable, etc as per specification

II) B. Shifting and relocation of 100 KVA,11/0.4 KV DP Structure-1 No with 9 mtr. Long 100x116 mm RS Joist pole for DP structure along with Pressure Channels, AB Switch & HG Fuse mounting Channels , transformer mounting Channel etc. and angle for supporting 11 KV 3-pole AB Switch, HG Fuse unit, anti climbing device with fasteners, belting and belting support for transformer, danger plate, nuts bolts & washers, preformed insulator binding, and required hardware, 5 nos. of earthing arrangement with electrodes, cable for connection of transformer to LTDB,GI pipe & clamps for routing of cable, construction of barbed

No

01

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

98

2. 3.

wire fencing as per specification & all other sundry items complete as per specification.

Construction of 11 KV line 3P3W=0.01 K.M along with construction of four pole structure comprising of

i) i) Supply & stringing of AAAC 55 sq. mm conductor including installation of insulators along with installation of hardware fittings & conductor accessories, jumpering arrangement at cut points & stringing of guard wire wherever required, supply & installation of PG clamp & connector, pin binding, completion of work.

ii) Supply & erection of 10mtr. Long 100x116 mm RS Joist pole along with concreting, fixing of ‘V’ cross arm, back clamp for ‘V’ cross arm, extension arrangement with 100x50x6mm channel up to 2mt. wherever required, DP Channel & Clamp and DP Cross bracing & Clamp for DP Structure with strain insulators & accessories as required, earthing, anti climbing device with fasteners, danger plate, nuts, bolts & washers, preformed insulator bindings, cables/ conductors and required hardware, complete in all respect..

iii)Supply & erection of 11KV Stay set complete. III) iv) Construction of four pole structure comprising of 10 mtr long 100x116 mm RS

Joist pole for four pole DP structure along with Pressure Channels, anti climbing device with fasteners, belting and belting support for transformer, danger plate, nuts bolts & washers, preformed insulator binding, and required hardware, earthing arrangement with electrodes, cable for connection of transformer,AB switch mounting channel,installation of AB switch etc., construction of barbed wire fencing if in the Annexure-II as per specification & all other sundry items complete as per specification.

Dismantling of 100 KVA,11/0.4 KV S/S

K.M No No

0.01 1 1

N.B: You have to submit the detail statement regarding unit price as per the Annexure-2.

SCHEDULE OF QUANTITY & PRICE for Charbatia railway station.

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

99

(Firms shall quote the unit rate and total rates including all taxes and Duties)

Refer Annexure Bidders Name & Address :-

To A.G.M(Elect.)

C.E.D Cuttack

Dear Sir, We hereby furnish the detailed price of supply, erection & testing of the equipment & materials covered under the entire scope of shifting

and relocation of lines/S/S along with construction of 11 KV line , etc in Charbatia railway station under Cuttack District of Orissa under 100 % deposit scheme on partly turnkey basis.

SCHEDULE FOR PRICE BID (3) Sl No

Description of work Unit Qnty. Unit Rate

Total Price

1 2.

Shifting and relocation of 100 KVA,11/0.4 KV S/S comprising of

IV) A. Erection of 100 KVA, 11/0.4KV, 3-Phase Distribution Transformer with all accessories such as LTDB,Earthing,L.A,L.T PVC Cable, etc as per specification

V) B. Shifting and relocation of 100 KVA,11/0.4 KV DP Structure-1 No with 9 mtr. Long 100x116 mm RS Joist pole for DP structure along with Pressure Channels, AB Switch & HG Fuse mounting Channels , transformer mounting Channel etc. and angle for supporting 11 KV 3-pole AB Switch, HG Fuse unit, anti climbing device with fasteners, belting and belting support for transformer, danger plate, nuts bolts & washers, preformed insulator binding, and required hardware, 5 nos. of earthing arrangement with electrodes, cable for connection of transformer to LTDB,GI pipe & clamps for routing of cable, construction of barbed wire fencing as per specification & all other sundry items complete as per specification.

No

01

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

100

Construction of 11 KV line 3P3W=0.05 K.M comprising of

i) Supply & stringing of AAAC 55 sq. mm conductor including installation of insulators along with installation of hardware fittings & conductor accessories, jumpering arrangement at cut points & stringing of guard wire wherever required, supply & installation of PG clamp & connector, pin binding, completion of work. ii)Supply & erection of 9mtr. Long 100x116 mm RS Joist pole along with concreting, fixing of ‘V’ cross arm, back clamp for ‘V’ cross arm, extension arrangement with 100x50x6mm channel up to 2mt. wherever required, DP Channel & Clamp and DP Cross bracing & Clamp for DP Structure with strain insulators & accessories as required, earthing, anti climbing device with fasteners, danger plate, nuts, bolts & washers, preformed insulator bindings, cables/ conductors and required hardware, complete in all respect..

iii)Supply & erection of 11KV Stay set complete. VI) iv) Dismantling of 100 KVA,11/0.4 KV S/S

K.M No No

0.01 2 1

N.B: You have to submit the detail statement regarding unit price as per the Annexure-3.

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

101

Annexure-1

PRICE BID FOR INDIVIDUAL ITEM WITH ERECTION COST INCLUDING TAXES AND DUTIES AND COMMISSIONING (FOR BAYREE RAILWAY STATION)

Sl. No. Description of Materials

Unit Total

quantity OSM CSM

Unit Price including all taxes and

duties,erection and

commissioning

Total Amount=(Total quantityx Unit

price)

Part-A Shifting &relocation of 63 KVA S/S along with up gradation of s/s capacity from 63 KVA, to 100 KVA,11/0.4 KV

1 9 mtr long 300 Kg. PSC Pole No. 2 2.00

2

Pressure Channel 100 x 50 x 6mm MS channel each 2.8 mtr. Long( 9.2 K.g. per mtr.)x2 Nos K.g. 51.52

51.52

3

Transformer mounting chhanel 100 x 50 x 6mm MS channel each 2.8 mtr. Long( 9.2 K.g. per mtr.)x2 Nos K.g. 51.52

51.52

4

AB Swith & HG Fuse, Mounting Channel 75x40x6 -2.8 mtr.long, 4 nos.(6.8K.g. per

mtr.) K.g. 76.16 76.16

5

Cantilever chhanel for supporting AB Switch arm, 75x40x6-1 mtr. Long, 2

nos.(6.8 K.g. per mtr.) K.g. 13.6 13.60

6

Cantilever chhanel for supporting HG Fuse 50 x 50 x 6 mm MS Angel (1.0 mtrs. Long 2 nos.)4.5K.g. per mtr. K.g. 9

9.00

7

Angel for Cantilever arrrangement for AB Switch & HG Fuse 50 x 50 x 6 -2 mtr .each 2 nos.(4.5 K.g. per mtr.) K.g. 18

18.00

8

Transformer belting Angel 50 x 50 x 6 mm - 2.8 mtr. Long 2 nos.(4.5 K.g. per mtr.) with side angel ( Total 7 mtr.) K.g. 31.5

31.50

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

102

9

Angel for mounting LT distribution Box 50 x 50 x 6 mm MS Angel -2.5 mtrs.each Long 2 nos.( 4.5 K.g. per mtr.) K.g. 22.5

22.50

10 11KV AB Switch 3 Pole (200 Amp) Set 1 1.00

11 11KV HG Fuse 3 Pole (400 Amp) No. 1 1.00

12 11 KV L.A. 12KV-10KA No. 3

3.00

13 H.T.stay set ( Complete ) Set 2 2.00

14 H.T. Stay Insulator No. 2 2.00

15 H.T. Stay clamp (1.95 K.g./ Pair ) Pair 2 2.00

16 7/10 SWG Stay Wire K.g. 20 20.00

17 GI Pipe Earthing 40 Dia Medium gage 3 mtrs. Long No. 5

5.00

18 No.6 GI Wire K.g. 20

20.00

19 40x6mm GI Flat for nutral K.g. 20 20.00

20

Fixing and concreating of stay set with 0.5Cum cement concret foundation 1:3:6 size

( 900mmx600mmx900mm) using 40mm BHG metal with all labour and material except stay set , stay wire , stay insulator . No. 2

2.00

21

Concreting of support C.C - 1:4:8 using 40mm BHG metal size - 5'x2'x2' = 20CFT = 0.570Cum Padding 900x600x150mm = 0.081 0.651Cum @ 3071.25= 1999.38each NO 2

2.00

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

103

22

Couping of support section 15''x15'' ( 3.9Cft) height 2'-6' ( 1' - 6'' above G.L & 1' - 0' below G.L ) in C.C 1:2:4 using 12mm BHG metal & curing for 5 days Nos 2

2.00

23

Materials for Massionary work for Earth Pit,Charcoal, Salt etc including construction of earthing chamber (Size: 2"x2") and RCC slab cover No. 5

5.00

24 55mm2 AAAC Km 0.04

0.04

25 Red Oxide paint Ltr 3 3.00

26 All. Paint Ltr 4 4.00

27 Ms Nut , Bolt & Washer K.g. 36

36.00

28 100KVA, 11/0.4KV 3 star rated TFR AL No 1

1.00

29

L.T. Distribution box including Kit Kat fuse with MCCB for 63KVA S/S ( As pre CESU specification) No. 1

1.00

30 3 1/2 x 150mm2 PVC Cable for 100 KVA TFR. Mtr. 25

25.00

31

Barbed Fencing (size 15'x10' )with constn. of retaining wall ,erection of RCC fencing post, Sand filling and metal spreading, Fixing of Iron gril gate etc as per CESU

specification No 1 1.00

Part-B

L T Line = 0.13 K.M

-

1 8 Mtr. long 200 Kg. PSC Pole No. 3

3.00

2 Concrete slab for base plate size 2ftx2ftx2" thickness for each PSC pole No. 3

3.00

3 LT Stay set Complete Set 1

4 7/12 SWG Stay Wire K.g. 10

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

104

10.00

5 LT Stay clamp (1.4 K.g./ Pair ) pair 1

1.00

6 LT Stay Insulator No. 1

1.00

7

Fixing and concereating of stay set with 0.5Cum cement concret foundation 1:3:6 size (900mmx600mmx900mm) using 40mm BHG metal with all labour and material except stay set, stay wire, stay insulator.

No. 1

1.00

8 Dead end clamp No. 2

2.00

9 Suspension clamp with I-Hook No. 2

2.00

10 Strain fittings No. 1

1.00

11 Guy grip Dead end No. 1

1.00

12 Nuts and Bolts Kg 2

13 Earthing Coil each 5th pole to earth No. 1

1.00

14 AB Cable( 3 x50 + 1x35mm² ) K.m. 0.13

0.13

Part-C

Dismantling of s/s

1 Labour cost for dismantling of S/S

No 1

1.00

NB: The bidders are directed to quote the Unit Price including all taxes and duties along with both erection and commissioning of indivisual materials in the above FORMAT. Also for OSM materials the bidders must quote the both erection and commission

charges excluding of material cost. After quoting unit price, the total cost of materials including CSM+ erection & commissioning of CSM+ erection & commissioning of OSM materials should be derived by the bidders which will be treated as total cost of the

work quoted by the bidder.

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

105

Date : Signature of the Bidder with

Place : Name & Seal

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

106

Annexure-2

PRICE BID FOR INDIVIDUAL ITEM WITH ERECTION COST INCLUDING TAXES AND DUTIES AND COMMISSIONING (FOR KAPILASH ROAD RAILWAY STATION)

Sl. No. Description of Materials

Unit Total

quantity OSM CSM

Unit Price including all taxes and duties,erection and commissioning

Amount

Shifting and relocation of 11 KV line along with construction of a four pole structure

1 100x116mm RS Joist 10mtr long 4 Nos x23kg= 920Kg Kg 920 920.00

2

Pressure Channel 100 x 50 x 6mm MS channel each 2.8 mtr. Long( 9.2

K.g. per mtr.)x8 Nos K.g. 206.08 206.08

3

AB Swith & HG Fuse, Mounting

Channel 75x40x6 -2.8 mtr.long, 4 nos.(6.8K.g. per mtr.) K.g. 76.16 76.16

4 11KV AB Switch 3 Pole (400 Amp) Set 2 2.00

5 11 KV G I Pin No 12 12.00

6 11 KV Pin Insulator No 12

7 11 KV HW Fittings (B&S) No 15 15.00

8 11 KV Disc Insulator (B&S) No 45 45.00

9 H.T.stay set ( Complete ) Set 1 1.00

10 H.T. Stay Insulator No 1 1.00

11 H.T. Stay clamp (1.95 K.g./ Pair ) Pair 1 1.00

12 7/10 SWG Stay Wire K.g. 12 12.00

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

107

13

Fixing and concereating of stay set with 0.5Cum cement concret foundation 1:3:6 size (900mmx600mmx900mm) using 40mm BHG metal with all labour and material except stay set, stay wire, stay insulator. No 1 1.00

14 Earthing of Supports (Coil Earth) No 2 2.00

15 80mm2 AAAC Km 0.3 0.30

16

Concreting of support C.C - 1:4:8

using 40mm BHG metal size - 5'x2'x2' = 20CFT = 0.570Cum

Padding 900x600x150mm = 0.081

0.651Cum

x3071.25= 1999.38 each cut point No 4 4.00

17

Couping of support section 15''x15'' ( 3.9Cft) height 2'-6' ( 1' - 6'' above G.L & 1' - 0' below G.L ) in C.C 1:2:4 using 12mm BHG metal & curing for 5 days No 4 4.00

18 Red Oxide paint Ltr 10 10.00

19 All. Paint Ltr 10 10.00

20 GI barbed wire anticlimbing device 2 Kg. Per support Kg 10 10.00

21 100 x 50 x 6mm MS channel for Cut point Kg 34.36 34.36

22 Ms Nut , Bolt & Washer K.g. 35 35.00

Part-B Shifting &relocation of 100 KVA S/S .

1 100x116x6mm RS joist 9mtr x1nos x23Kg = 414kg Kg 414 414.00

2

Pressure Channel 100 x 50 x 6mm MS channel each 2.8 mtr. Long( 9.2 K.g. per mtr.)X2 Nos K.g. 51.52 51.52

3

S/S D P Bressing chhanel 75 x 40 x 6mm MS channel each 2.8 mtr. Long( 6.8 K.g. per mtr.)X2 Nos K.g. 40 40.00

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

108

4

AB Swith & HG Fuse, Mounting Channel 75x40x6 -2.8 mtr.long, 4 nos.(6.8K.g. per mtr.) K.g. 76.16 76.16

5

Cantilever chhanel for supporting AB Switch arm, 75x40x6-1 mtr. Long, 2 nos.(6.8 K.g. per mtr.) K.g. 13.6 13.60

6

Cantilever chhanel for supporting HG Fuse 50 x 50 x 6 mm MS Angel (1.0 mtrs. Long 2 nos.)4.5K.g. per mtr. K.g. 9 9.00

7

Angle for Cantilever arrrangement for AB Switch & HG Fuse 50 x 50 x 6 -2 mtr .each 2 nos.(4.5 K.g. per mtr.) K.g. 18 18.00

8

S/S D P Bressing Angel 50 x 50 x 6 mm - 2.8 mtr. Long 2 nos.(4.5 K.g. per mtr.) with side angel ( Total 9 mtr.) K.g. 41 41.00

9

Angle for mounting LT distribution Box 50 x 50 x 6 mm MS Angel -2.5 mtrs.each Long 2 nos.( 4.5 K.g. per mtr.) K.g. 22.5 22.50

10 11KV AB Switch 3 Pole (200 Amp.) Set 1 1.00

11 11KV HG Fuse 3 Pole (400 Amp.) No. 1 1.00

12 11 KV L.A. 12KV-10KA No. 3

3.00

13 H.T.stay set ( Complete ) Set 2 2.00

14 H.T. Stay Insulator No. 2 2.00

15 H.T. Stay clamp (1.95 K.g./ Pair ) Pair 2 2.00

16 7/10 SWG Stay Wire K.g. 20 20.00

17 GI Pipe Earthing 40 Dia Medium gage 3 mtrs. Long No. 5

5.00

18 No.6 GI Wire K.g. 20

20.00

19 40x6mm GI Flat for nutral K.g. 20 20.00

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

109

20

Fixing of stay set with 0.5Cum cement concret foundation 1:3:6 size ( 900mmx600mmx900mm) using 40mm BHG metal with all labour and material except stay set , stay wire , stay insulator . No. 2 2.00

21

Concreting of support C.C - 1:4:8 using 40mm BHG metal size - 5'x2'x2' = 20CFT = 0.570Cum Padding 900x600x150mm = 0.081 0.651Cum @ 3071.25= 1999.38each NO 2 2.00

22

Couping of support section 15''x15'' ( 3.9Cft) height 2'-6' ( 1' - 6'' above G.L & 1' - 0' below G.L ) in C.C 1:2:4 using 12mm BHG metal & curing for 5 days Nos 2 2.00

23

Materials for Machinery work for Earth Pit,Charcoal, Salt etc including construction of earthing chamber (Size: 2'x2') and RCC slab cover No. 5 5.00

24 55mm2 AAAC Km 0.04 0.04

25 Red Oxide paint Ltr 3 3.00

26 All. Paint Ltr 4 4.00

27 Black Paint Ltr 0.5

0.50

28 Ms Nut , Bolt & Washer K.g. 36

36.00

29 100KVA, 11/0.4KV 3 star rated TFR AL No 1

1.00 0.00

30

L.T. Distribution box including Kit Kat fuse with MCCB for 100KVA S/S ( As pre CESU specification) No. 1

1.00

31

3 1/2 x 150mm2 PVC Cable for 100 KVA TFR. Mtr. 12

12.00

32 Plinth for transformer 6' hight (Below G L 2') x5'x5' No 1 1.00

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

110

33

Barbed Fencing (size 15'x10' )with constn. of retaining wall ,erection of RCC fencing post, Sand filling and metal spreading, Fixing of Iron gril gate etc as per CESU specification No 1 1.00

Part-C Dismantling of s/s

1 Labour cost for dismantling of 100 S/S

No 1

1.00

NB: The bidders are directed to quote the Unit Price including all taxes and duties along with both erection and commissioning of indivisual materials in the above FORMAT. Also for OSM materials the bidders must quote the both erection and commission charges

excluding of material cost. After quoting unit price, the total cost of materials including CSM+ erection & commissioning of CSM+ erection & commissioning of OSM materials should be derived by the bidders which will be treated as total cost of the work quoted by the bidder.

Date : Signature of the Bidder with

Place : Name & Seal

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

111

Annexure-3

PRICE BID FOR INDIVIDUAL ITEM WITH ERECTION COST INCLUDING TAXES AND DUTIES AND COMMISSIONING (FOR CHARBATIA RAILWAY STATION)

Sl. No. Description of Materials

Unit Total

quantity OSM CSM

Unit Price including all taxes and duties,erection and commissioning

Amount

Shifting and relocation of 11 KV line along with construction of a intermediate pole

1 100x116 RS Joist pole (9Mtr long) Kg 207 207.00

2 11KV V cross arm No 1 1.00

3

100 x 50 x 6 mm MS channel for

3nos Cut point K.g. 30 30.00

4 Top Bracket No. 1 1.00

5 Back Clamp forTop Bracket Pair 1 1.00

6 11 K.V.GI Pin No. 6 6.00

7 11 K.V. Pin Insulator No. 6 6.00

8 11 K.V. H.W. Fitting (B & S ) No. 3 3.00

9

11 K.V. DISC Insulator (B & S)

Double Disc 70KN No. 6 6.00

10 H.T. Stay set (Complete ) Set 1 1.00

11 H.T. Stay Insulator No. 1 1.00

12 H.T. Stay clamp (1.95 K.g./ Pair ) Pair 1 1.00

13 7/10 SWG Stay Wire 10kg /stay K.g. 10 10.00

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

112

14

Fixing and concreating of stay set with 0.5Cum cement concret foundation 1:3:6 size ( 900mmx600mmx900mm) using 40mm BHG metal with all labour and material except stay set , stay wire , stay insulator . No. 1 0.00 1.00

15 Concrete slab for base plate size 2'x2'x2" thickness for each PSC pin point No. 1 0.00 1.00

16

Concreting of support C.C - 1:4:8 using 40mm BHG metal size - 5'x2'x2' = 20CFT = 0.570Cum Padding 900x600x150mm = 0.081 0.651Cum @ 3071.25= 1999.38each NO 1 0.00 1.00

17 Coil earth for support No 1 1.00

18 55 mm2Insulator K.M. 0.15 0.15

19 Red Oxide paint Ltr 1 1.00

20 Aluminium Paint Ltr 1 1.00

21 GI barbed wire anticlimbing device 2 Kg. Per support Kg 2 2.00

22 Ms Nut , Bolt & Washer of different

sizes K.g. 10 10.00

PART-B FOR 100 KVA,11/0.4 KV Sub-Station

1 100x116 RS Joist pole (9Mtr long) Kg 414 414.00

2

Pressure Channel 100 x 50 x 6mm

MS channel each 2.8 mtr. Long( 9.2

K.g. per mtr.)x2 Nos K.g. 51.52 51.52

3

Transformer mounting chhanel 100 x

50 x 6mm MS channel each 2.8 mtr.

Long( 9.2 K.g. per mtr.)x2 Nos K.g. 51.52 51.52

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

113

4

AB Swith & HG Fuse, Mounting Channel 75x40x6 -2.8 mtr.long, 4

nos.(6.8K.g. per mtr.) K.g. 76.16 76.16

5

Cantilever chhanel for supporting AB

Switch arm, 75x40x6-1 mtr. Long, 2 nos.(6.8 K.g. per mtr.) K.g. 13.6 13.60

6

Cantilever chhanel for supporting

HG Fuse 50 x 50 x 6 mm MS Angel

(1.0 mtrs. Long 2 nos.)4.5K.g. per

mtr. K.g. 9 9.00

7

Angel for Cantilever arrrangement for

AB Switch & HG Fuse 50 x 50 x 6 -2

mtr .each 2 nos.(4.5 K.g. per mtr.) K.g. 18 18.00

8

Transformer belting Angel 50 x 50 x 6

mm - 2.8 mtr. Long 2 nos.(4.5 K.g.

per mtr.) with side angel ( Total 7 mtr.) K.g. 31.5 31.50

9

Angel for mounting LT distribution

Box 50 x 50 x 6 mm MS Angel -2.5

mtrs.each Long 2 nos.( 4.5 K.g. per

mtr.) K.g. 22.5 22.50

10 11KV AB Switch 3 Pole (200 Amp) Set 1 1.00

11 11KV HG Fuse 3 Pole (400 Amp) No. 1 1.00

12 11 KV L.A. 12KV-10KA No. 3 3.00

13 H.T.stay set ( Complete ) Set 2 2.00

14 H.T. Stay Insulator No. 2 2.00

15 H.T. Stay clamp (1.95 K.g./ Pair ) Pair 2 2.00

16 7/10 SWG Stay Wire K.g. 20 20.00

17

GI Pipe Earthing 40 Dia Medium gage

3 mtrs. Long No. 5 5.00

18 No.6 GI Wire K.g. 20 20.00

19 40x6mm GI Flat for nutral K.g. 20 20.00

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

114

20

Fixing and concereating of stay set with 0.5Cum cement concret foundation 1:3:6 size (900mmx600mmx900mm) using 40mm BHG metal with all labour and material except stay set, stay wire, stay insulator.

No. 2

0.00 2.00

21

Concreting of support C.C - 1:4:8 using 40mm BHG metal size - 5'x2'x2' = 20CFT = 0.570Cum Padding 900x600x150mm = 0.081 0.651Cum @ 3071.25= 1999.38each NO 2 0.00 2.00

22

Couping of support section 15''x15'' ( 3.9Cft) height 2'-6' ( 1' - 6'' above G.L & 1' - 0' below G.L ) in C.C 1:2:4 using 12mm BHG metal & curing for 5 days Nos 2 0.00 2.00

23

Materials for Machinery work for Earth Pit,Charcoal, Salt etc including construction of earthing chamber (Size: 2'x2') and RCC slab cover No. 5 0.00 5.00

24 55mm2 AAAC Km 0.04 0.04

25 Red Oxide paint Ltr 3 3.00

26 All. Paint Ltr 4 4.00

27 Black Paint Ltr 0.5

28 Ms Nut , Bolt & Washer K.g. 36 36.00

29 100KVA 11/0.4 KV 3star rated TFR No. 1 1.00

30

L.T. Distribution box including Kit

Kat fuse with MCCB for 63KVA S/S (

As pre CESU specification) No. 1 1.00

31

3 1/2 x 150mm2 PVC Cable for 63

KVA TFR. Mtr. 25 25.00

32

Barbed Fencing (size 15'x10' )with constn. of retaining wall ,erection of RCC fencing post, Sand filling and metal spreading, Fixing of Iron gril gate etc as per CESU specification No 1 0.00 1.00

Part-C Dismantling of s/s

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

115

Date : Signature of the Bidder with

Place : Name & Seal

1 Labour cost for dismantling of 100 S/S

No 1

1.00

NB: The bidders are directed to quote the Unit Price including all taxes and duties along with both erection and commissioning of indivisual materials in the above FORMAT. Also for OSM materials the bidders must quote the both erection and commission charges

excluding of material cost. After quoting unit price, the total cost of materials including CSM+ erection & commissioning of CSM+ erection & commissioning of OSM materials should be derived by the bidders which will be treated as total cost of the work quoted by the bidder.

116

Annexure-A

PROFORMA OF BANK GUARANTEE FOR EARNEST MONEY DEPOSIT Bank Guarantee No………………….

Date…………….

1. In accordance with invitation to Bid No………………….. Dated……………… of Executive

Engineer, CED,JOBRA CESU Cuttack for the purpose of …………………..

M/s………………………………. Address…………………………………………………..

……………………………………………………………………………………………………… wish / wishes to

participate in the said tender and as the Bank Guarantee for the sum of Rs…………………….

(Rupees………………………………………………….. only) valid for a period of ……………….. days (in

words) is required to be submitted by the tenderer. We the …………………………….. Bank (herein

after referred to as the bank) at the request of M/s………………………………….. hereby

unequivocally and unconditionally guarantee and undertake to pay during the above said

period or written request by the Executive Engineer, CED, CESU Cuttack , an amount not

exceeding Rs…………. (Rupees………………………………………………. only) to Collector without

any reservation. The guarantee will remain valid up to 4.00PM of date…………….. (date) and if

any further extension is required the same will be extended on receiving instruction from

M/s……………………………………………. on whose behalf this guarantee has been issued.

2. We, the …………………….. Bank do hereby undertake to pay the amounts, due and payable

under the guarantee without any demur, merely on a demand from the Executive Engineer,

CEDI, CESU Cuttack stating that the amount claimed is due by war of loss or damage caused

to or suffered by Collector by reason of any breach by the said contractor(s) of any of the terms

or conditions contained in the said agreement or by the reason of any breach by the said

contractors failure to perform the said Bid. Any such demand made on the Bank shall be

conclusive as regards the amount due and payable by the Bank under this guarantee. However,

our liability under this guarantee shall be restricted to an amount not exceeding Rs.

…………………. (in words).

3. We undertake to pay to the Collector any money so demanded not withstanding any dispute or

dispute raised by the contractor(s) / Supplier(s) in any suit or proceeding instituted / pending

before any Court or Tribunal relating thereto our liability under this agreement being absolute and

univocal. The payment made under this bond shall be a valid discharge of our liability for

payment there under and the contractor(s) / supplier(s) shall have no claim against us for making

such payment.

4. We, the …………………………. Bank our local Branch at Cuttack (detail address & Code No. of

local branch to be specified) further agree that the guarantee herein contain shall remain in full

force and effect during eh period 90 days (Ninety days) and it shall continue to do so

enforceable till all the dues of the Collector under by the virtue of the said Bid have been fully

paid and its claims satisfied or discharged or till Executive Engineer, CED, CESU Cuttack certifies that the terms and conditions of the said Bid have been fully and properly carried out by

the said contractor(s) and accordingly discharge this guarantee. Unless a demand or claim

under this guarantee is made on us in writing on or before the …………………………………………

we shall be discharged from all liabilities under this guarantee thereafter.

5. We, the ………………………………. Bank our local Branch at Cuttack further agree that Collector

shall have the fullest liberty without our consent and without affecting any manner our obligations

hereunder to very and of terms and conditions of the said Bid or to extend time of performance

by the said contractor(s) from time to time to postpone for any time or from time to time any of

the powers exercisable by Executive Engineer, CED, CESU Cuttack against the said

contractor(s) and to forebear or enforce any of terms and conditions relating to the said Bid and

we shall not be relived from our liability by reason of any such variation postponement or

extension being granted by the contractor(s) or for any forbearance act of omission on part of

Collector to the said contractor(s) or by any such matter or thing whatsoever which under the

law relating to sureties should but for this provisions have effect of so relieving us.

6. The guarantee will not discharged due to change in the name, style and constitution of the Bank

and contractor(s).

7. We, the …………………………… Bank our local Branch at Cuttack lastly undertake not to revoke

this guarantee during its currency except with the previous consent of Collector in writing.

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

117

Dated…………………………………Day of ……………………..200………………….

Witness :-

1………………………………………………..

2…………………………………………………

For ……………………………………………………………

(indicating name of the Bank with seal)

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

118

Annexure-B

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

Bank Guarantee No………………….

Date……………. This Guarantee Bond is executed this ………………. Day ………………… 200 by us the

………………………………………………… Bank at …………………………

P.O………………………………. P.S………………………………… Dist…………………………..

State………………………………….

Whereas the Executive Engineer, CED, CESU Cuttack has placed Order No……………………….

Dt………………………… (herein after called “the Agreement”) with

M/s………………………………………………………….. (herein after called “Contractor”) for

installation of 11KV Line, SS and LT Line in Cuttack District under Deposit scheme on Turnkey

basis and whereas Executive Engineer, CED, CESU Cuttack has agreed to exempt from

depositing of performance guarantee amount on furnishing by the Contractor to the Collector

a Bank Guarantee of the value of 5% (Five percent) of the Contract price valid till 90 days after

guarantee period.

1. Now, therefore, in consideration of the Executive Engineer, CED, CESU Cuttack having

agreed to exempt from deposit of performance guarantee amount in terms of the said

Agreement as aforesaid, we the ………………………………Bank,

Address…………………………………………….…………………… (code No.

……………………..) (herein after referred to as “the Bank”) do hereby undertake to pay

to the Executive Engineer, CED, CESU Cuttack an amount not exceeding

Rs…………………..………………. (Rupees…………………………………….………………………

………………………………) only against any loss or damage caused to or suffered by the

Executive Engineer, CED, CESU Cuttack by reason of any breach by the said

Contractor(s) of any of the terms or conditions contained in the said Agreement.

2. We, the …………………………………………. Bank do hereby undertake to pay the

amounts due and payable under the guarantee without any demur, merely on a

demand from the Executive Engineer, CED, CESU Cuttack stating that the amount

calmed is due by way of loss or damage caused to or suffered by Collector by reason of

any breach by the said Contractor (s) of any of the terms or conditions contained in the

said Agreement or by the reason of any breach by the said Contractor’s failure to

perform the said Agreement. Any such demand made on the Bank shall be conclusive

as regards the amount due and payable by the Bank under this Guarantee. However,

our liability under this guarantee shall be restricted to an amount not exceeding

Rs……………………………….…

(Rupees…………………………………………………………………………….. … ……

……………..) only.

3. We, the …………………………………………………. Bank also undertake to pay to the

Executive Engineer, CED, CESU Cuttack any money so demanded not withstanding any

dispute or dispute raised by the Contractor (s) in any suit or proceeding instituted /

pending before any court or Tribunal relating thereto our liability under this Agreement

being absolute and unrecoverable.

The payment so made by us under this bond shall be valid discharge of our

liability for payment there under and the Contractor(s) shall have no claim against us for

making such payment.

4. We, the …………………………………………………….. Bank further agree that the

guarantee herein contain shall remain in full force and affect during the period that

would be taken for the performance of this said Agreement and it shall continue to

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

119

remain in force endorsable till all the dues of the Collector under by virtue of the said

Agreement have been fully paid and its claim satisfied or discharged or till Collector

certifies that the terms and conditions of the said Agreement have been fully and

properly carried out by the said Contractor(s) and accordingly discharge this guarantee

and will not be revoked by us during the validity of the guarantee period.

Unless a demand or claim under this guarantee is made on us or with

…………………………………………………………. (Local Bank Name, Address and code

No.)…………………………………………………………………………, Cuttack in writing on or

before ……………………………………. (date) we shall be discharged from all liability

under this guarantee thereafter.

5. We, the ……………………………………………………………..Bank further agree that the

Collector shall have the fullest liberty without our consent and without affecting in any

manner our obligations hereunder to vary any of the terms and conditions of the said

Agreement or to extend time of performance by the said Contractor(s) and we shall not

be relieved from our liability by reason of any such variation or extension being granted

to the said contractor or for any forbearance act or omission on part of the Executive

Engineer, CED, CESU Cuttack or any indulgence by the Collector to the said

Contractor(s) or by any such matter or thing whatsoever which under the law relating to

sureties would but for this provisions have effect of so relieving us.

6. The Guarantee will not be discharged due to change in the name, style and constitution

of the Bank and or Contractor(s).

7. We, the …………………………………………………………… Bank lastly undertake not to

revoke this Guarantee during its currency except with the previous consent of the

Collector in writing.

Dated……………………………. The ………………………. Days of Two thousand

……………………

Not withstanding anything contained herein above.

i) Our liability under this Bank Guarantee shall not exceed Rs.

………………………………

(Rupees……………………………………………………………………………….) only.

ii) The Bank Guarantee shall be valid up to …………………………………only.

iii) We or our Bank at …………………………………..(Name & Address of the Local

Bank, Cuttack) are liable to pay the guaranteed amount depending on the filling

of claim and any part thereof under this Bank Guarantee only if you serve upon us

or our local Bank at ……………………, a written claim or demand and received by

us or by Local Branch at ………………………… on or before,

Dt…………………………… otherwise bank shall be discharged of all liabilities under

this guarantee thereafter.

For……………………………………………………………….

(indicate the name of the Bank)

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

120

N.B.:-

1) Name of the Contractor:

2) No. & date of the purchaser order / agreement:

3) Name of the Bank:

4) Amount of the Bank Guarantee:

5) Name, Address and Code No. of the Local Branch:

6) Validity period or date upto which the agreement is valid:

7) Signature of the Constituent Authority of the Bank with seal:

8) Name & address of the Witnesses with signature:

9) The Bank Guarantee shall be accepted only after getting confirmation from the respective Bank

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

121

ANNEXURE – I

BID PROPOSAL LETTER

Electrical Installation of Works under CESU

Bidder’s Name and Address :

Bid Proposal Reference :

Person to be contacted :

Designation :

Telephone No. : E-mail : Fax No. :

To, Fax No:-

The Executive Engineer, CED, CESU, Cuttack

Dear Sir,

We the undersigned bidder have read and examined the detailed

specification and bidding documents for execution of various electrical

installation works and do herewith submit our bid for the following packages :

Sl. Name of the Name of the Package Code

No. Owner Division Reference

We declare the following :

1.0 PRICES AND VALIDITY :

1.1 All the prices and price components stated in our bid proposal are firm and not

subject to any price adjustment, in line with the bidding documents. All the

prices and other terms and conditions of this proposal are valid for a period of 45

days from the date of opening of the bids. We further declare that prices stated

in our proposal are in accordance with “Instructions to Bidders” of bidding

documents.

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

122

ii) We do hereby confirm that our bid prices as quoted in attached Schedules

include all import duties and levies including license fees lawfully payable by us

on imported items and other taxes, duties and levies applicable on bought – out

components, materials, equipment and other items and confirm that any such

taxes, duties and levies additionally payable shall be to our account.

1.3 We confirm that the Sales tax on Works Contract, Turnover Tax or any other similar

taxes under the GST Act, as applicable, are included in our quoted bid price and

there shall not be any liability on this account to the Owners. We understand that

Owners shall, deduct such taxes at source as per the rules and issue TDS

Certificate to us.

1.4 We confirm that, in our Bid Price, we have considered service tax in line with

lawful prevalent practice.

1.5 Price components of various items are indicated in the B.O.Q. for the

respective works. 1.6 We, having studied the bidding document in three volumes relating to taxes &

duties and hereby, declare that if any income tax, charge on income tax or any

other corporate tax is attracted under the law, we agree to pay the same.

1.7 We are aware that the Price schedules do not generally give a full description of the supplies

to be made and work to be performed under each item and we shall be deemed to have

read the Technical Specifications and other bidding documents and drawings to ascertain

the full scope of work included in each item while filling in the related and prices. We agree

that the entered rates and prices shall be deemed to include the full scope as aforesaid,

including overheads and profits.

1.8 We understand that in the price schedule, if there is discrepancy between the

unit price and total price, the same shall be corrected as per relevant provisions.

We declare that prices for items left blank in the schedules will be deemed to have been

included in other items. The TOTAL for each schedule and the TOTAL of Grand summary shall

be deemed to be the total price for executing the facilities and sections there of in

complete accordance with the contract, whether or not each item has been

priced.

2.0 CONSTRUCTION OF THE CONTRACT 3.1 We declare that we are making the offer on the basis of indivisible supply-cum-

Erection contract on a single source responsibility basis.

3.0 BID SECURITY( EMD)

We are enclosing BankDraft/BankGuarantee no.

………………..dated……amounting to Rs………… (Rupees

…………………….. only) issued by ………………….. Bank …….Branch,

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

123

payable at Cuttack towards Bid Security against our above Bid. The Bid Security

amount has been computed by adding the Estimated Cost of the package

no.(s) …………….. for which we are submitting our bid.

5.0 BID PRICING

We further declare that the prices stated in our proposal are in accordance with

your ‘Instruction of Bidders of Conditions of Contract, of the bid documents.

6.0 PRICE ADJUSTMENT

We declare that all the prices and price components stated in our offer are on

FIRM price basis. 7.0 QUALIFICATION

We confirm having submitted the Qualification Data in original plus one copy,

as required by you under clause 2.0 ‘Invitation for Bids’. Further we have filled in

the information for qualification requirements. In case you require any further

information in this regard, we agree to furnished the same in time 8.0 DEVIATIONS

8.01 We declare that the contract shall be executed strictly in a accordance with the

specifications and documents except for the variations

and deviations all of

which have been detailed out exhaustively in the following schedules,

irrespective of whatever has been stated to the contrary any where else in our

proposal.

a) Commercial Deviations Schedule

b) Cost of withdrawal of Deviations on Critical

c) Technical Deviation Schedule 8.2 We confirm that specified stipulation of following critical clauses are acceptable

to us and no deviations/exceptions are taken on any account whatsoever in the

following clauses :

(a) Payment Terms :

(b) Bid Guarantee :

(c) Contract Performance Guarantee :

(d) Liquidated Damages for delay :

(e) Prices and Price Adjustment :

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

124

(f) Guarantee / Warrantees :

8.3 Further, we agree that the additional conditions, deviations, if any, found in our

bid proposal documents other than those stated in attached Deviation

Schedules, save that pertaining to any rebates offered, shall not be given effect

to. 9.0 ADDITIONAL INFORMATION

We have included with this proposal additional information listed. We further

confirm that such additional information does not imply any additional deviation

beyond those covered in appropriate schedules and in case of any

contradiction between these additional information and other provisions of Bid,

the latter prevail.

10.0 GURANTEE DECLARATION

We guarantee that the equipment offered shall meet the rating and

performance requirements stipulated in this specification. The Guarantee

Declaration which attract levy of liquidated damages for non-performance are

indicated in the relevant schedule.

12.0 WORK SCHEDULE

If this proposal is accepted by you, we agree to submit engineering data, provide

services and complete the entire work from time to time, in accordance with

schedule indicated in the proposal. We fully understand that the time schedule

stipulated in this proposal is the essence of the contract, if awarded. The

completion schedule of the various major key phases of the work is indicated in

the designated schedule.

13.0 CONTRACT PERFORMANCE GUARANTEE

We further agree that if our Bid is accepted we shall provide an irrevocable Bank

guarantee towards Contract Performance Guarantee, of value equivalent to five

percent (5%) of the Contract Price initially valid up to the end of ninety (90) days

after the end of the contract warranty period in the form of Bank Guarantee in

your favour within 15 (fifteen) days from the date of ‘Notice of Award of

Contract’ and enter into a formal agreement with you immediately thereafter.

14.0 CHECK LIST

We have included a check list duly filled in Schedule.

We, hereby declare that only the persons or firms interested in this proposal as

principals are named herein and that no other persons or firms other that those

If we are awarded the contract, and that this proposal is made without any

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

125

connection with any other person, firm or party likewise submitting a proposal and

that this proposal is in all respect for and in good faith, without collusion or fraud.

Dated this ………………………..day of ………………………………20…..

Thanking you, Yours faithfully,

(Signature of the Authorised Signatory) Printed Name

…………………………… Designation …………………………….. Common Seal off the company………..

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

126

ANNEXURE – II

DECLARATION FORM

To, The Executive Engineer,

CUTTACK ELECTRICAL DIVISION,JOBRA,CUTTACK

CENTRAL ELECTRICITY SUPPLY UTILITY OF ORISSA Cuttack- 07 Phone : 0671-2414052 Fax : 0671- 2414278

Web Site : www. cescoorissa.com . Sir,

Having examined the above specifications together with the Tender terms and

conditions referred to therein

1 – I / We the undersigned do hereby offer to supply the materials covered there on in

complete shape in all respects as per the rules entered in the attached contract

schedule of prices in the tender.

2 – I / We do hereby under take to have the materials delivered within the time

specified in the tender.

3 – I / We do hereby guarantee the technical particulars given in the tender

supported with necessary reports from concerned authorities.

4 – I / We do hereby certify to have purchased a copy of the tender specifications by

remitting Cash / Demand draft & this has been duly acknowledged by you in

your letter No…………Dt…………

5 – I / We do hereby agree to furnish the composite Bank Guarantee in the manner

specified / acceptable by CESU & for the sum as applicable to me / us within

fifteen days of issue of Letter of intent / Purchase Order , in the event of purchase

order being decided in my / our favour , failing which I / We clearly understand

that the said LOI / P.O. shall be liable to be withdrawn by the Owner.

Signed this…………….Day of……………………20…

Yours faithfully (Signature of Bidder with

Seal of Company) (This form should be duly filled up by the Bidder & submitted along with the original

copy of the Tender)

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

127

ANNEXURE – III

LETTER OF COMPLIANCE OF QUALIFYING REQUIREMENT (In case of Bidder being a Single Firm)

To The Executive Engineer,

CUTTACK ELECTRICAL DIVISION,JOBRA,CUTTACK

CENTRAL ELECTRICITY SUPPLY UTILITY OF ORISSA Cuttack- 07 Phone : 0671-2414052 Fax : 0671- 2414278

Web Site : www. cescoorissa.com .

Dear Sirs,

I/We ……………. (Name of Bidder) are submitting the bid as a single firm. In support

of our meeting the Qualifying requirements(QR) for bidders, stipulated in this tender

specification, we furnish herewith the details/documents etc. as follows.

Table – A : Previous Works Experience :

Package

Quoted for

Description

of proposed

works

Tender

quantity

Quantity installed & Commisioned

FY Name

of

client

WO

Ref

Qty

Installed

Documents

provided in

proof of

having

executed

the works

during the

relevant FY

Note: Continuation sheets, of like size and format, may be used as per

Bidder’s requirements and annexed to this Schedule.

I/We declare that we are fulfilling the qualifying requirements as per clause no. 2.0

of Section – I, Invitation for Bids (IFB).

For & on behalf of ………… (Name of the Bidder).

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

128

ANNEXURE – IV

DETAILS OF COMMERCIAL DEVIATIONS

Bidder’s Name & Address To The Executive Engineer,

CUTTACK ELECTRICAL DIVISION,JOBRA,CUTTACK

CENTRAL ELECTRICITY SUPPLY UTILITY OF ORISSA Cuttack- 07 Phone : 0671-2414052 Fax : 0671- 2414278

Web Site : www. cescoorissa.com . Dear Sirs,

Sub: Commercial Deviation for Construction of Name of the project.

The following are the Commercial Deviations and variations from and exceptions to

the specifications and documents for the subject Project. These deviations and

variations are exhaustive. Except for these deviations, the entire work shall be

performed as per your specifications and documents

Ref./Page

As specified in

the Commercial deviation and

Volume/Cla

use No. Specification variation to the specification

Date: (Signature) …………………..

Place: ( Printed Name) ……………….

(Designation) …………………..

(Common Seal) ………………… Note: 1. Continuation sheets, of like size and format, may be used as per Bidder’s

requirements and annexed to this Schedule.

2. This will be read out during opening of Bid.

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

129

ANNEXURE – V

DETAILS TECHNICAL DEVIATIONS

Bidder’s Name & Address

To, The Executive Engineer,

CUTTACK ELECTRICAL DIVISION,JOBRA,CUTTACK

CENTRAL ELECTRICITY SUPPLY UTILITY OF ORISSA Cuttack- 07 Phone : 0671-2414052 Fax : 0671- 2414278

Web Site : www. cescoorissa.com .

Dear Sirs,

Sub: Technical Deviation for Construction of ………………. Name of the Project.

The following are the Technical Deviations and variations from and exceptions to

the specifications and documents for the subject package. These deviations and

variations are exhaustive. Except for these deviations, the entire work shall be

performed as per your specifications and documents

Technical deviation

and

As specified in the variation to the

Volume/Clau

se

Ref./Page

No.

Specification / Relevant

ISS specification

Date: (Signature) …………………..

Place: (Printed Name) ……………….

(Designation) …………………..

(Common Seal) ………………… Note: 1. Continuation sheets, of like size and format, may be used as per Bidder’s

requirements and annexed to this Schedule.

2. The deviations and variations, if any, shall be brought out separately for

each of the equipment.

3. This will be read out during opening of Part – I bid.

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

130

ANNEXURE – VI

ADDITIONAL INFORMATION

Bidder’s Name & Address

To The Executive Engineer,

CUTTACK ELECTRICAL DIVISION,JOBRA,CUTTACK

CENTRAL ELECTRICITY SUPPLY UTILITY OF ORISSA Cuttack- 07 Phone : 0671-2414052 Fax : 0671- 2414278

Web Site : www. cescoorissa.com .

Dear Sirs,

We have enclosed with our proposal the following additional information for

the subject, package.

Sl. No Brief description of Information Ref.& No.

Date: (Signature) …………………..

Place: (Printed Name) ……………….

(Designation) …………………..

(Common Seal) …………………

Note: Continuation sheets, of like size and format, may be used as per Bidder’s

requirements and annexed to this Schedule.

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

131

ANNEXURE – VII

BOUGHT OUT & SUB CONTRACTED ITEMS

Bidder’s Name & Address To The Executive Engineer,

CUTTACK ELECTRICAL DIVISION,JOBRA,CUTTACK

CENTRAL ELECTRICITY SUPPLY UTILITY OF ORISSA Cuttack- 07 Phone : 0671-2414052 Fax : 0671- 2414278

Web Site : www. cescoorissa.com . Dear Sirs,

We hereby furnish the details of the items/sub-assemblies amounting to more than 10%

of our bid price, we propose to buy for the purpose of subject package Sl. No Item description Qty. Proposed Source of Supply

Be bought/

Sub-contracted

1. …………………… ………………………….. ………………………….. 2. ……………………. ……………………………. ………………………….. 3. …………………….. ……………………………. …………………………… 4…………………….. ……………………………. ……………………………. 5. ……………………. …………………………….. ……………………………. 6. …………………… …………………………….. ……………………………. 7. …………………… …………………………….. …………………………….

Date: (Signature) …………………..

Place: ( Printed Name) ……………….

(Designation) …………………..

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

132

ANNEXURE – VIII

WORK COMPLETION SCHEDULE

Bidder’s Name & Address To The Executive Engineer,

CUTTACK ELECTRICAL DIVISION,JOBRA,CUTTACK

CENTRAL ELECTRICITY SUPPLY UTILITY OF ORISSA Cuttack- 07 Phone : 0671-2414052 Fax : 0671- 2414278

Web Site : www. cescoorissa.com .

Dear Sirs,

We hereby declare that the following Work Completion Schedule shall be

followed by us for the purpose of subject packageSl. No Description of Work

Period in Months( from the date of LOA)

1 Completion of detailed engineering

2 Procurement of raw materials

2 Erection

(a) Commencement

(b) Completion

5 Testing & Pre-commissioning

(a) Commencement

(b) Completion

6 Commissioning

Date: (Signature) …………………..

Place: (Printed Name) ……………….

(Designation) …………………..

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

133

ANNEXURE–IX

CHECK LIST

Bidder’s Name & Address To The Executive Engineer,

CUTTACK ELECTRICAL DIVISION,JOBRA,CUTTACK

CENTRAL ELECTRICITY SUPPLY UTILITY OF ORISSA Cuttack- 07 Phone : 0671-2414052 Fax : 0671- 2414278

Web Site : www. cescoorissa.com .

.

Dear Sirs, Sl. Item Description Status of the Remarks

No. Submission of

data

1 2 3 4

1. Bid Guarantee Yes /No If yes please give details No,

amount, validity & date of

issue.

2. Qualifying Data Yes /No

3. Commercial Deviation Yes /No

4. Technical Deviation Yes /No

5. Cost of withdrawn of Yes /No

deviations

6. Bid validity Yes /No If yes state here the period.

7. Period of completion Yes/No If, yes please state here the period

of completion.

8. Additional information State here briefly

offered by bidder

N.B.:- The contents of this schedule will be read out during opening Bid.

………………………

Signature of Bidder

Date & Seal:

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

134

N.B :-

1. The bid guarantee one original and one copy shall be furnished in two

separate sealed envelope appropriately superscribed thereon.

2. All Schedules pertaining to prices (originals ) shall be furnished in a

sealed envelope duly superscribed thereon. Similarly one set of copies

of such schedules shall be given in a separate sealed envelope.

3. All other schedules, one set original and another copy shall be

submitted in two separate sealed envelope

Date: (Signature) …………………..

Place: (Printed Name) ……………….

(Designation) …………………..

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

135

ANNEXURE – X

SELF DECLARATION FORM

Name of the Purchaser: ----------------------------

Tender No: -------------------------------------------

Sir,

5. I/We, the undersigned do hereby declare that, I/We have never ever been blacklisted and / or

there were no debarring actions against us for any default in supply of material / equipments or in

the performance of the contract entrusted to us in any of the Electricity Utilities of India.

6. In the event of any such information pertaining to the aforesaid matter found at any given point

of time either during the course of the contract or at the bidding stage, my bid / contract shall be

liable for truncation / cancellation / termination without any notice at the sole discretion of the

purchaser.

Yours faithfully,

Place- Date-

Signature of the bidder

With seal

(This form shall be duly filled-up and signed by the bidder & submitted

along with the original copy of the Bid.)

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

136

]

TENDER CALL NOTICE

CENTRAL ELECTRICITY SUPPLY UTILITY OF ORISSA (Formerly CESCO)

Registered Office : IDCO TOWERS, (IInd Floor), Janapath, Bhubaneswar – 751 022

OFFICE OF THE EXECUTIVE ENGINEER(ELECT.), CUTTACK ELECTRICAL DIVISION, CUTTACK

E mail:- [email protected], : 0671-2414052, 9437011317, Fax : 0671 – 2414278

Tender notice No-…………. Date-…………

The Executive Engineer (Elect.) C.E.D Cuttack for and on behalf of CESU, invites sealed bids

in duplicate from empanelled Electrical Contractors having valid H.T license issued by E.L.B.O

& executed similar natures of works for electrification with up to date VAT clearance & PAN

for erection, installation, testing, commissioning etc of 11 KV O.H.H.T line, DP mounted 11/0.4

KV electrical Sub- Station , L.T line etc. who comply to the terms and conditions for the

following works to be executed in the licensed area of Cuttack Electrical Division, Jobra

Cuttack under Niali-1 electrical section of CESU in the Cuttack District of the state of Odisha as

per the place mentioned here under 100% deposit work on partly turnkey basis.

Brief Description of the work: (1) Construction of 11 KV lines,Sub-Stations and L.T lines

Sl.No Name of the work

Apprcx. Estd. Cost

(Rs in Lakhs)

Cost of tender paper (Non

refundable) in Rupees

Class of contractor

EMD

required

in Rupees

Last date/time

for submission

of bids.

1 Construction of Sub-station &

LT lines towards electrification

of village/hamlet Purba

Khanda Alok Nagar (In front

of Binapani Dash House near

Delta) under 100% deposit

work on partly turnkey

basis in Niali-1 section.

3.96

2000.00+5

% VAT

HT

license

holder

3968.00

23.12.2016

At-2.30PM

TERMS AND CONDITION –

1. Further details(if required) can be had from the office of the undersigned during office hours. The

work put to tender will be executed depending on the availability of fund

2. EMD in shape of NSC/post office saving pass book/Cash/Bank draft in any Nationalized

Bank/post office duly pledged in favors of “Manager (Elect.) C.E.D Cuttack” should be given with

tender as mentioned against the work. The offers without valid EMD/Part EMD will be out rightly

rejected.

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

137

7. The sale of bid documents will be available for sale in the office of the undersigned from dated

16.12.2016 To 23.12.2016 during office working hours and up to 2:00 P.M on date- 23.12.2016

on payment of cost of tender paper (Non refundable). The complete bid documents will be

received up to 2:30 P.M on date 23.12.2016. in the office of the undersigned and will be opened

on date 23.12.2016 at 4.00 P.M at C.E.D Jobra Cuttack . Participants or their authorized agents

may remain present during opening of tender.

8. Eligibility criteria :

e) The intending tender should show up-to-date valid HT contractors Registration certificate,

PAN card, VAT clearance certificate in form of VAT-612.

f) The following documents, certificates should be furnished along with tender papers failing

which the tender is liable for rejection.

v. The bidder should submit the EMD rounded to nearest next hundred rupees.

vi. The bidder Quoting for more than one work is required to submit the bid documents

separately i.e one envelope for each work with individual EMD. Deposit of EMD in

consolidated manner is liable for rejection.

vii. Attested copy of contractor registration/ licensed / labour license certificate

viii. Attested copy of valid pan card, VAT clearance certificate

g) All documents should be produced in very clear and legible manner duly self attested and

free from any ambiguity and all documents should be signed by the agency as per specimen

signature in the license copy. In case of any deviation the tender will be liable for rejection.

h) The completed documents can be dispatched by Regd. Post/ speed post to the undersigned

which should reach on or before schedule date and time of receipt of tender. The department

will not be held responsible for the postal delay in delivery of the documents or non- receipt of

the same or any loss, theft and part DTCN documents received from the postal.

9. Authority reserves all rights to reject any or all tenders without assigning any reason thereof.

10. All correspondence with regard to the above shall be made to the following address :

Manager (Elect.) CESU, Cuttack Electrical Division,Jobra, Cuttack, Pin- 753007, ODISHA Tel. No- 0671-2414052, Mobile- 9437011317, Fax : 0671 – 2414278

Executive Engineer(Elect.)

C.E.D Cuttack

CC to- 1. The Superintending Engineer, Electrical Circle, Cuttack for kind information and necessary

action. 2. The E.E (Elect.), AED, Athagarh/ CDD-II Cuttack/ SED, Salipur for information. 3. The Sr. General Manager (Tech.), CESU HQrs. for kind information. 4. Notice Board of this office/ AM (Finance)/ Cashier, of this office for information.

DEPOSIT CED, CUTTACK BID DOCUMENT 2017-18

138

Executive Engineer(Elect.)