211
NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 1 ~ Signature of Bidder with Seal ADMINISTRATOR WESCO UTILITY ************************************************* TENDER SPECIFICATION FOR SHIFTING OF 33 KV, 11 KV & LT LINE & SUB- STATION AND CONVERSION OF OVER HEAD LINE TO UNDERGROUND SYSTEM AT THREE NOS. LOCATIONS UNDER SEED, SAMBALPUR & EIGHT NOS. LOCATION UNDER SED, SONEPUR DUE TO CONSTRUCTION OF NEW RAILWAY LINE FROM SAMBALPUR - BAMUR & KHORDHA BALANGIR RESPECTIVELY TENDER NOTICE No.: WESCO/WORKS/19-20/03 Date: 01.01.2020 Semi Turnkey Contract (Supply & Erection) 1) DATE OF OPENING OF TENDER : 20.01.2020 2) TIME : 16:00 hrs. 3) PLACE : WESCO Utility Head Quarter Office (WEST Block), Burla

ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

  • Upload
    others

  • View
    1

  • Download
    0

Embed Size (px)

Citation preview

Page 1: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 1 ~ Signature of Bidder with Seal

ADMINISTRATOR

WESCO UTILITY *************************************************

TENDER SPECIFICATION FOR

SHIFTING OF 33 KV, 11 KV & LT LINE & SUB-

STATION AND CONVERSION OF OVER HEAD

LINE TO UNDERGROUND SYSTEM AT THREE

NOS. LOCATIONS UNDER SEED, SAMBALPUR &

EIGHT NOS. LOCATION UNDER SED, SONEPUR

DUE TO CONSTRUCTION OF NEW RAILWAY

LINE FROM SAMBALPUR - BAMUR & KHORDHA

– BALANGIR RESPECTIVELY

TENDER NOTICE No.: WESCO/WORKS/19-20/03 Date: 01.01.2020

Semi Turnkey Contract (Supply & Erection)

1) DATE OF OPENING OF TENDER : 20.01.2020

2) TIME : 16:00 hrs.

3) PLACE : WESCO Utility Head Quarter Office

(WEST Block), Burla

Page 2: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 2 ~ Signature of Bidder with Seal

WESCO UTILITY

Headquarter: At/PO: Burla, Dist: Sambalpur - 768017, Odisha Phone: (0663)2431297, Facsimile: (0663) 2432115

E-Mail: [email protected], Web site: www.wescoorissa.com

DEPARTMENT OF WORKS & PLANNING

Head Quarter Office (EAST BUILDING), Burla-768017

E-Mail: [email protected] ***************************************************************************************

TENDER NOTICE NO: WESCO/WORKS/19-20/03 Date: 01.01.2020

Work Description: SHIFTING OF 33 KV, 11 KV & LT LINE & SUB-STATION AND

CONVERSION OF OVER HEAD LINE TO UNDERGROUND

SYSTEM AT THREE NOS. LOCATIONS UNDER SEED,

SAMBALPUR & EIGHT NOS. LOCATION UNDER SED, SONEPUR

DUE TO CONSTRUCTION OF NEW RAILWAY LINE FROM

SAMBALPUR - BAMUR & KHORDHA – BALANGIR

RESPECTIVELY ON SEMI-TURNKEY BASIS UNDER DEPOSIT

SCHEME

CONTENTS

SECTION NO. DESCRIPTION PAGE NO.

SECTION: I INVITATION FOR BIDS (IFB) 6-10

SECTION: II GENERAL TERMS AND CONDITIONS OF CONTRACT (GTCC) 11-30

SECTION: III TECHNICAL SPECIFICATION 31-182

SECTION: IV LIST OF ANNEXURES (SCHEDULES & FORMATS) 183-211

Page 3: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 3 ~ Signature of Bidder with Seal

WESCO UTILITY

Headquarter: At/PO: Burla, Dist: Sambalpur - 768017, Odisha Phone: (0663)2431297, Facsimile: (0663) 2432115

E-Mail: [email protected], Web site: www.wescoorissa.com

DEPARTMENT OF WORKS & PLANNING

Head Quarter Office (EAST Building), Burla-768017

E-Mail: worksandplanning @wescoorissa.com ***************************************************************************************

TENDER NOTICE NO: WESCO/WORKS/19-20/03 Date: 01.01.2020

For and on behalf of the Administrator, WESCO Utility, the undersigned invites sealed

tenders on two part bidding system from the eligible bidders, who comply to the terms and

conditions for “Shifting of 33 KV, 11 KV & LT line & Sub-station and conversion of

over head line to underground system at three nos. locations under SEED, Sambalpur

& eight nos. location under SED, Sonepur due to construction of new railway line from

Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey basis under

DEPOSIT scheme” superscribing the Tender Specification No., Name of the work, Name

of the Packages & date of opening (as mentioned in the specifications).

The tender papers can be had from the undersigned at the above address on payment of the

cost of Tender Paper indicated below in shape of Account Payee bank Draft drawn on any

Public Sector Bank in favour of The Administrator, WESCO Utility payable at

Burla/Sambalpur. The cost of tender paper is non-refundable.

Name of Work: Shifting of 33 KV, 11 KV & LT line & Sub-station and conversion of

over head line to underground system at three nos. locations under

SEED, Sambalpur & eight nos. location under SED, Sonepur due to

construction of new railway line from Sambalpur - Bamur &

Khordha – Balangir respectively on Semi-Turnkey basis under

DEPOSIT scheme.

Location: Three nos. locations under SEED, Sambalpur & Eight nos. location

under SED, Sonepur

SCHEDULE OF WORKS TENDERED:

Package

No. Name of Package

Estimated

Amount

(In RS.)

EMD

Amount

(In RS.)

Minimum

Financial Turn

Over Criteria

(In Rs.)

Cost of

Tender

Paper

(In Rs.)

Package: 1

Shifting of 11 KV

Maneswar Feeder from

KAINTEIPALI to

BHAWANIPALI under

3520926.00 35209.00 1760463.00

11, 800

(Including

GST)

Page 4: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 4 ~ Signature of Bidder with Seal

ESO, Maneswar of

S.E.E.D., Sambalpur

Package: 2

Shifting of 33 KV IOCL

Feeder from

SINDURPANK to

KHAIRPALI under ESO,

Maneswar of S.E.E.D.,

Sambalpur

7403320.00 74033.00 3701660.00

Package: 3 Shifting of 11 KV

Sindurpank Feeder near

Sindurpank Village under

ESO, Maneswar of

S.E.E.D., Sambalpur

684292.00 6843.00 342146.00

Package: 4 At Railway change

254/931.7 at location

SINGHARI under ESO,

Sonepur of S.E.D.,

Sonepur

6443717.00 64437.00 3221859.00

Package: 5 At Railway change 264/083

at location

NARSINGHAGAD under

ESO, Sonepur of S.E.D.,

Sonepur

2074370.00 20744.00 1037185.00

Package: 6 At Railway Chainage

255/439.2 at location

DHUBAMUNDA under

ESO, Sonepur of S.E.D.,

Sonepur

1402163.00 14022.00 701082.00

Package: 7 At Railway Chainage

260/076 at location

KULIPALI under ESO,

Sonepur of S.E.D.,

Sonepur

1570215.00 15702.00 785108.00

Package: 8

At Railway Chainage

262/316 at location

THAKPALI under ESO,

Tarva of S.E.D., Sonepur

2250186.00 22502.00 1125093.00

Package: 9

At Railway Chainage

265/466 at location

JHARTARVA under ESO,

Tarva of S.E.D., Sonepur

1746031.00 17460.00 873016.00

Package: 10

At Railway Chainage

276/039 at location

JHARTARVA under ESO,

Tarva of S.E.D., Sonepur

4266808.00 42668.00 2133404.00

Page 5: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 5 ~ Signature of Bidder with Seal

Package: 11

At Railway Chainage

276/213 at location

JHARTARVA under ESO,

Tarva of S.E.D., Sonepur

3292073.00 32921.00 1646037.00

TIME SCHEDULES:

1. Last Date & Time for submission of Bid Document 20.01.2020 AT 13:00 hrs.

2. Date & Time for opening of Technical Bid 20.01.2020 AT 16:00 hrs.

The intending bidders can also download the tender document from our website

www.wescoodisha.com. However the bidder has to furnish a Account Payee Bank Draft

drawn on any Public sector Bank in favour of The Administrator, WESCO Utility payable

at Burla/Sambalpur for the cost of the Tender Paper indicated above, along with his bid,

failing of which the bid will be rejected outright. In the event of any specified date for the

sale, submission or opening of bids being declared as holiday for WESCO Utility, the bids

will be sold / received / opened up at the appointed time on the next working day.

WESCO Utility also reserves the right to accept or reject any or all tenders without

assigning any reason thereof, if the situation so warrants.

For detail Tender Specification & Terms and Conditions, please visit our website

www.wescoodisha.com.

(sd/-)

GM (Works)

Page 6: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 6 ~ Signature of Bidder with Seal

SECTION – I

INVITATION FOR BIDS (IFB)

Page 7: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 7 ~ Signature of Bidder with Seal

WESCO UTILITY

Headquarter: At/PO: Burla, Dist: Sambalpur - 768017, Odisha Phone: (0663)2431297, Facsimile: (0663) 2432115

E-Mail: [email protected], Web site: www.wescoorissa.com

DEPARTMENT OF WORKS & PLANNING

Head Quarter Office (EAST Building), Burla-768017

E-Mail: [email protected] ***************************************************************************************

TENDER NOTICE NO: WESCO/WORKS/19-20/03 Date: 01.01.2020

INVITATION FOR BIDS (IFB)

for

“Shifting of 33 KV, 11 KV & LT line & Sub-station and conversion of over

head line to underground system at three nos. locations under SEED,

Sambalpur & eight nos. location under SED, Sonepur due to construction of

new railway line from Sambalpur - Bamur & Khordha – Balangir

respectively on Semi-Turnkey basis under DEPOSIT scheme”

(COMPETITIVE BIDDING)

TENDER NOTICE NO: WESCO/WORKS/19-20/03 Date: 01.01.2020

SECTION – I

1.0 For and on behalf of the WESCO Utility, the undersigned invites bids under two part

bidding system in sealed cover in duplicate duly superscribed with tender Notice

No.: _______, and Date of Opening: _______ from the reputed licensed firms/

individuals having valid HT Electrical License for carrying out “Shifting of 33 KV, 11

KV & LT line & Sub-station and conversion of over head line to underground

system at three nos. locations under SEED, Sambalpur & eight nos. location under

SED, Sonepur due to construction of new railway line from Sambalpur - Bamur &

Khordha – Balangir respectively on Semi-Turnkey basis under DEPOSIT

scheme”.

2.0 Submission of the Bids:

2.1 The Bidders are required to submit a detailed and comprehensive bid, consisting of

Technical and Commercial Proposal and conditions / schedule of non-compliance,

if any.

2.2 The submission of the Bids shall be in the manner specified in the instruction to

Bidders. The due date of submission shall be 20.01.2020 up-to 13:00 hrs.

3.0 WESCO Utility will not be responsible for any costs or expenses incurred by bidders

in connection with the preparation and delivery of bids.

Page 8: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 8 ~ Signature of Bidder with Seal

3.1 WESCO Utility reserves the right to cancel, postpone, withdraw the invitation for Bids

without assigning any reason thereof and shall bear no liability whatsoever consequent

upon such a decision if the situation so warrants.

4.0 E.M.D & TIME SCHEDULES:

Description Date

Last Date for Submission

of Tenders

20.01.2020 up to 13.00 hrs.

Opening of Technical Bid 20.01.2020 up to 16.00 hrs.

Cost of Tender

Paper

(Non Refundable)

Rs. 11, 800.00 (Rupees Eleven Thousand Eight Hundred only)

including GST in shape of Cash/ Account Payee demand

draft issued in favour of The Administrator, WESCO

Utility payable at Burla/Sambalpur

Amount of

E.M.D. Payable

Package wise (Section) EMD in shape of account payee

demand draft / Bank Guarantee in favour of The

Administrator, WESCO Utility payable at Burla /

Sambalpur. In case of Bank Guarantee, the Bank Guarantee

must be encashable at Burla / Sambalpur.

5.0 SCHEDULE OF REQUIREMENTS:

Bidder may quote for the entire quantum of works package wise specified in the

tender schedule.

6.0 QUALIFICATION OF BIDDERS:

6.1 Financial Criteria for qualification:

The minimum average annual turnover of the HT Electrical Contractor should not be

less than 50% of the estimated value of all the package(s) quoted by the bidder(s) in

the Electrification works in any financial year during best three years out of immediate

past 5 financial years. In case the Bidder is in existence for less than three financial

years, the average annual turnover shall be sum of turnover in the completed no. of

financial years divided by no. of years for which the bidder is in existence for the

purpose of meeting the above criteria. Turnover of the entity only (excluding its sister

concerns) shall be considered for arriving at Annual Turnover.

NB:

6.1.1 Bidders participating multiple packages must meet the sum of minimum turn

over requirements of each package as indicated above. Accordingly bidders must

furnish self attested audited Annual Accounts of past 3 best financial year/5 years

to establish their Turnover requirement.

6.2 Technical Criteria for qualification:

“The bidder must have executed 1 KM 11 KV line or above capacity during the last

five financial years preceding to the year of tender notification and should have

successful operation of minimum period of one year. Bidder must enclose copies of

Page 9: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 9 ~ Signature of Bidder with Seal

the relevant work orders along with client certified copies of Performance Certificates.

7.0 WESCO Utility reserves the right to waive minor deviation, if they do not

materially affect the capacity of the bidder to perform the contract.

8.0 WORK COMPLETION PERIOD:

Work completion period for the complete project: 180 Days

9.0 Bid documents can be downloaded from the website namely: wescoodisha.com. The bid

documents filled in all respects should be accompanied with the following documents in

a sealed cover envelops clearly “Super scribing, Tender Call Notice No., Name of

the package/packages, Dtd. of opening”.

10.0 The cost of Tender Paper as indicated above should be deposited in shape of Bank Draft

drawn on any scheduled Bank in favour of Administrator WESCO Utility payable at

Burla/Sambalpur.

11.0 The E.M.D. for each package as mentioned in „SCHEDULE OF WORKS

TENDERED‟ should be deposited in shape of Bank Draft drawn on any scheduled

Bank in favour of Administrator WESCO Utility payable at Burla / Sambalpur. The

E.M.D. of unsuccessful tenderers will be refunded soon after finalization of the tender.

12.0 Bid documents will be received at WESCO Utility, Works & Planning Department,

Head Quarter Office, Burla, Dist: Sambalpur on or before 20.01.2020 at 13.00 hrs. The

“Technical and Commercial Bid” will be opened on 20.01.2020 at 16.00 hrs. in the

presence of the bidders/ or his authorized representatives.

13.0 The Date & time for opening of “Price Bid” will be intimated latter on. The price bid of

bidders who are successfully qualified on “Techno-Commercial” evaluation shall only

be opened. The price bid shall be opened in presence of the bidders/ or his authorized

representatives.

14.0 Bidders are required to quote the rates in words and figures and put their signatures

below every page and also sign every corrections made in the bid documents. No over-

writing will be entertained.

15.0 The intending tenderers / applicants may verify the scope of the work from the Office of

the Concern Executive Engineer or Works and Planning Department, WESCO, Burla in

any working day between 10:00 AM to 05:00 PM. The last date of receipt of

tender/application by the Works and Planning Department, WESCO, Burla, is on Dt.

20.01.2020 up to 13:00 Hour and tender received beyond the stipulated period will not

be taken into consideration.

16.0 In the event of any specified date for the sale, submission or opening of bids being

declared as holiday. The bids will be sold/received/opened up at the appointed time on

the next working day. The undersigned reserves every right to accept or reject any or all

the tenders without assigning any reason thereof and the authority reserves the right to

negotiate with the L1 bidder only.

Page 10: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 10 ~ Signature of Bidder with Seal

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

the Contractor shall submit Contract Performance Bank Guarantee issued by a

scheduled Bank, in favour of the Owner, covering 10% of the total value of the work

order.

18.0 DOCUMENTATION:

18.1 Bidder shall furnish copies of original documents defining the constitution or legal

status, place of registration and principal place of business namely of Memorandum and

Article of Association.

18.2 Written power of attorney / Board Resolution of the authorized signatory of the bid.

18.3 Bidders shall submit their audited financial reports for best three financial years out of

last five years. In case the Bidder is in existence for less than 5 years the audited

financial report/s from the date of its incorporation should be furnished.

18.4 Photocopy of valid HT Electrical License confirming to scope of work mentioned in the

Technical Bid.

18.5 Copy of PAN Card.

18.6 Copy of acknowledgement of Income Tax Return for last three financial years or such

no. of years for which the firm is in existence.

18.7 Copy of Audited Financial statements of any 03 years out of last five financial years

excluding the financial year in which the tender is floated.

18.8 TIN Registration Certificate and Goods & Service Tax (G.S.T.) Registration Certificate.

18.9 Photocopy of EPF and Labour License. The successful bidder shall submit Labour

License of the concerned district within 15 days from issue of LOI.

18.10 Photocopy of Experience Certificate with abstract as per prescribed format, if any

relating to this type of work.

18.11 The bidders registered in other States, are to produce “Non-assessment Certificate”

from the Sale Tax Commissioner Odisha.

18.12 Photocopy of ESI registration certificate.

18.13 Bidder shall submit Turnover Certificate from a certified Chartered Accountant for the

last three financial years. The bidder should submit the proof of the experience

certificate confirming to the criteria mentioned under clause No.: 2.

19.0 All correspondence with regard to the above shall be made to the following

address:

WESCO UTILITY

Headquarter: At/PO: Burla, Dist: Sambalpur - 768017, Odisha Phone: (0663)2431297, Facsimile: (0663) 2432115

E-Mail: [email protected], Web site: www.wescoodisha.com

DEPARTMENT OF WORKS & PLANNING

Head Quarter Office (EAST BUILDING), Burla-768017

E-Mail: [email protected]

Page 11: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 11 ~ Signature of Bidder with Seal

SECTION – II

GENERAL TERMS AND CONDITIONS OF

CONTRACT (GTCC)

Page 12: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 12 ~ Signature of Bidder with Seal

WESCO UTILITY

Headquarter: At/PO: Burla, Dist: Sambalpur - 768017, Odisha Phone: (0663)2431297, Facsimile: (0663) 2432115

E-Mail: [email protected], Web site: www.wescoorissa.com

DEPARTMENT OF WORKS & PLANNING

Head Quarter Office (EAST Building), Burla-768017

E-Mail: [email protected] ***************************************************************************************

TENDER NOTICE NO: WESCO/WORKS/19-20/03 Date: 01.01.2020

GENERAL TERMS AND CONDITIONS OF CONTRACT (GTCC) for

“Shifting of 33 KV, 11 KV & LT line & Sub-station and conversion of

over head line to underground system at three nos. locations under

SEED, Sambalpur & eight nos. location under SED, Sonepur due to

construction of new railway line from Sambalpur - Bamur & Khordha –

Balangir respectively on Semi-Turnkey basis under DEPOSIT scheme”

(COMPETITIVE BIDDING)

SECTION: II

1.0 GENERAL INSTRUCTIONS:

1.1 All the Bids shall be prepared and submitted in accordance with these instructions.

1.2 Bidder shall bear all costs associated with the preparation and delivery of its Bid and

the Employer will in no case shall be responsible or liable for these costs.

1.3 The Bid should be submitted by the Bidder in whose name the bid document has

been issued and under no circumstances it shall be transferred / sold to the other party.

1.4 The Employer reserves the right to request for any additional information and also

reserves the right to reject the proposal of any Bidder, if in the opinion of the Owner,

the data in support of Tender requirement is incomplete.

1.5 The Bidder is expected to examine all instructions, forms, terms & conditions and

specifications in the Bid Documents. Failure to furnish all information required in the

Bid Documents or Submission of a Bid not substantially responsive to the Bid

Documents in every respect may result in rejection of the Bid. However, the

Purchaser‟s decision in regard to the responsiveness and rejection of bids shall be final

and binding without any obligation, financial or otherwise, on the Purchaser.

2.0 GENERAL INFORMATION:

Administrator, WESCO Utility hereinafter referred to as the “Employer / Owner” is

desirous for Shifting of 33 KV, 11 KV & LT line & Sub-station and conversion of over

head line to underground system at three nos. locations under SEED, Sambalpur & eight

Page 13: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 13 ~ Signature of Bidder with Seal

nos. location under SED, Sonepur due to construction of new railway line from

Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey basis under

DEPOSIT scheme.

WESCO Utility will supply the following materials:

1) 100 KVA 11/0.4 KV Aluminium wound Dist. Transformer confirming to BIS

Level II & BEE Star 1

2) 100 mm sq AAAC

3) 11 mtr. long 150 x 150 mm Joist Pole (34.6 Kg./mtr.)

4) 13 mtr. long 150 x 150 mm Joist Pole (34.6 Kg./mtr.)

3.0 DEFINITION OF TERMS:

3.1 Administrator, WESCO Uti l i ty shall mean the “EMPLOYER / OWNER” and shall

include its legal representatives, successors and assigns on whose behalf this bid

enquiry is issued by its authorized representative / officers.

3.2 The „Contract‟ means the agreement entered into between the Owner and the

Contractor as per the Contract Agreement signed by the parties, including all

attachments and appendices there to and all documents incorporated by reference

therein.

3.3 „Contractor‟ shall mean the bidder whose bid will be accepted by the Owner for the

award of the Works and shall include such successful Bidder‟s legal representatives,

successors and permitted assigns.

3.4 „Sub-Contractor‟ shall mean the person named in the Contract for any part of the

works or any person to whom any part of the Contract has been sublet by the

contractor with the consent in writing of the Owner and will include the legal

representatives, successors and permitted assigns of such person.

3.5 „Engineer in Charge‟ shall mean the officer appointed in writing by the Owner to act

as Engineer from time to time for the purpose of the execution of Contract on behalf of

owner.

3.6 „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.

3.7 „Site‟ shall mean and include the land and other places on, into or through which the

works and the related facilities are to be erected or installed and any adjacent land,

paths, street or reservoir which may be allocated or used by the Owner or Contractor in

the performance of the Contract.

3.8 „Inspector‟ shall mean the Purchaser or any person nominated by the Owner from

time to time to inspect the equipment, stores or Works under the Contract and/or the

duly authorized representative of the Owner.

3.9 „Notice of Award of Contract‟/ „Letter of Award‟ shall mean the official notice

issued by the Owner notifying the Contractor that his bid has been accepted.

3.10 „Date of Contract‟ shall mean the date on which notice of Award of Contract/ Letter

of Award has been issued.

Page 14: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 14 ~ Signature of Bidder with Seal

3.11 „Performance and Guarantee Tests‟ shall mean all operational checks and tests

required to determine and demonstrate capacity, efficiency, and operating characteristics

as specified in the Contract Documents.

3.12 The term „Final Acceptance‟/ „Taking Over‟ shall mean the Owner‟s written

acceptance of the works performed under the Contract, after successful commissioning/

completion of Performance and Guarantee Tests, as specified in the accompanying

Technical Specifications or otherwise agreed in the contract.

3.13 „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.

3.14 Words pertaining “PERSON” shall include firms, body corporate including companies,

corporations and associations or bodies of individuals whether incorporated or not.

3.15 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.

3.16 In addition to the above, the following definition shall also apply:

3.16.1 „All equipment and materials‟ to be supplied shall also mean „Goods‟

3.16.2 „Constructed‟ shall also mean erected and installed.

3.16.3 „Contract Performance Guarantee‟ shall also mean „Contract Performance

Security‟.

3.16.4 “WESCO” wherever mentioned shall always mean “Administrator WESCO

Utility”.

4.0 SUBMISSION OF TENDER:

4.1 Sealed tenders in Two parts, each complete in all respects in the manner hereinafter

specified are to be submitted at Works Department, Head Quarter Office, WESCO,

BURLA, SAMBALPUR-768017 on or before the date and time specified in the notice

inviting the tenders. The bids shall be submitted in separate double sealed envelopes

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

the bids on the right hand top side of the envelop.

4.2 The tenders are required to be submitted in Two Parts each in separate double

sealed covers.

4.2.1 Part - I: Superscribed as “Technical and commercial bid” shall contain Cost of Bid

Documents, Techno commercial documents and EMD.

4.2.2 Part - II, Superscribed as “Price Bid, Name of Work, Tender No. & Date, Package

Name”. The Part - II should contain Price bid only Package wise” (hard copy and

soft copy in Pen Drive).

4.3 Fax and Telegraphic tenders shall not be accepted.

4.4 Receipt of bids/ revised bids after the cut off time and date as specified in the

Page 15: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 15 ~ Signature of Bidder with Seal

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.

5.0 SCOPE OF WORK:

The detailed scope of the work shall include:

5.1 The package wise scope of work mentioned in the tender is tentative in nature.

Therefore, after award of the work, the executing agency is required to conduct a joint

survey mentioning location wise for the actual scope of work with concerned WESCO

Officials along with concern Railway authorities. The final scope so determined after

the joint survey is required to be approved by the competent authority of Head Quarter

Office, WESCO Utility, Burla. The successful bidder can procure the materials

after the approval and after observing required formalities as per tender

specification.

5.2 Detailed survey for location for erection of intermediate poles in LT & HT line

including drilling, SLD, route map & BOQ. Length & type of poles required to

be specifically accounted in BOQ. The same shall be joint signed by

concern Railway authority & WESCO authority location wise without levy any

extra financial burden to WESCO.

5.3 Complete manufacture, including shop testing & supply of materials from the

approved manufacturers (materials which are to be supplied by the bidder) on prior

approval of the owner.

5.4 Providing Engineering drawing, data, operational manual, etc wherever applicable for

the Owner‟s approval.

5.5 Packing and transportation from the manufacturer‟s works to the site and from

WESCO Store to site without levy any extra financial burden to WESCO.

5.6 Receipt, storage, preservation and conservation of equipment at the site without levy

any extra financial burden to WESCO.

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

5.8 Reliability tests and performance and guarantee tests on completion of commissioning.

5.9 Loading, unloading and transportation as required at manufacturer‟s end, at site and in

WESCO store without levy any extra financial burden to WESCO.

5.10 Erection of equipment including civil works without levy any extra financial burden to

WESCO.

5.11 Erection of lines of specified voltage.

5.12 Testing, Commissioning of Sub-stations and lines / installations without levy any extra

financial burden to WESCO.

5.13 Getting the works inspected by Electrical Inspector/Railway after completion of work.

Page 16: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 16 ~ Signature of Bidder with Seal

5.14 Transportation and transit insurance of all free issue materials to be supplied from

Owner‟s nearest stores to site and as well as all other required materials (under the

scope of supply by bidder) from supplier‟s premises to work site, construction of new

electrical / civil structures or erection of intermediate poles etc. without levy any extra

financial burden to WESCO.

5.15 Dismantling of existing electrical structures and return of these dismantled items at the

Owner‟s stores including unloading, safe custody of the items and return of unused

Owner‟s supplied materials to the Owner‟s stores without levy any extra financial

burden to WESCO.

5.16 Clearance from Govt. authority, Forest Authority & Railway Authority if any. The

required statutory payments towards Govt. authority, Forest Authority, Electrical

Inspectorate & Railway Authority to be paid by WESCO Utility on submission of

authenticated / approved documents.

5.17 Rectify any damage occur during execution to its original position.

5.18 Provide other miscellaneous materials required as per site condition to execute the

work in complete manner.

5.19 Erection of equipment including civil works.

5.20 Before starting of work necessary approval regarding single line Diagram, Forest /

Railway clearance is to be taken from the Forest Authority / Railway Authority / Govt.

of Odisha by the contractor without levy any extra financial burden to WESCO.

5.21 It is the responsibility of the executant contractor to obtain the clearance location

from concern Railway Authority prior to execution of work, where work to be

carried out.

5.22 The executant contractor shall be allowed to procure 9 mtr. R.S. Joist Poles for

this project only from the selected vendors of WESCO Utility, i.e., M/s. SAIL,

M/s. TATA, M/s. Jindal Steel, M/s. NINL, Jajpur Road, M/s. Reliable Sponge

Pvt. Ltd., Rourkela & M/s. Sarthak Ispat Pvt. Ltd., Raipur only.

5.23 The executant contractor has to submit the GTP & drawings for 9 mtr. R.S. Joist

Poles from the selected vendors of WESCO Utility, i.e., M/s. SAIL, M/s. TATA,

M/s. Jindal Steel, M/s. NINL, Jajpur Road, M/s. Reliable Sponge Pvt. Ltd.,

Rourkela & M/s. Sarthak Ispat Pvt. Ltd., Raipur only for accord of approval

before procurement.

5.24 The executant contractor shall be allowed to procure 33 KV 3 Core 400 mm sq

XLPE Cable, 11 KV 3 Core 300 mm sq XLPE Cable & 1.1 KV 3½ Core 185 mm

sq LT XLPE Cable for this project only from the selected vendors of WESCO

Utility, i.e., M/s. Havels India Ltd., Alwar, M/s. POLYCAB India Ltd., New Delhi

& M/s. APAR Industries Ltd., Mumbai only.

5.25 The executant contractor has to submit the GTP & drawings for 33 KV 3 Core

400 mm sq XLPE Cable, 11 KV 3 Core 300 mm sq XLPE Cable & 1.1 KV 3½

Core 185 mm sq LT XLPE Cable from the selected vendors of WESCO Utility,

Page 17: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 17 ~ Signature of Bidder with Seal

i.e., M/s. Havels India Ltd., Alwar, M/s. POLYCAB India Ltd., New Delhi & M/s.

APAR Industries Ltd., Mumbai only for accord of approval before procurement.

6.0 VALIDITY:

The offer shall be valid for a period not less than 180 days from the date of bid

opening.

7.0 PRICE:

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

8.0 RECEIPT AND OPENING OF THE BID:

8.1 Bids as described under clause 4.0 shall be received in the office of the Owner 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 Invitation to Bid or in case any extension has been

given thereto, on the extended bid opening date and time notified.

8.2 Only 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.

8.3 The Bidder‟s name, 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.

8.4 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.

9.0 EVALUATION OF BIDS & AWARD OF CONTRACT:

9.1 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.

9.2 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.

9.3 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

Page 18: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 18 ~ Signature of Bidder with Seal

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.

9.4 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.

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

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

9.5.1 Work Schedule

9.5.2 Deviations from Bidding Documents

9.6 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 express their inability 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 negotiated final rate. Such exploration shall be carried

out in a sequential order starting with L2 bidder then with L3 bidder and so on.

9.7 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.

9.8 In case of different price quoted for the supply of same material for different works, the

lowest price quoted shall be considered for supply of the material for all the works of the

project.

10.0 EARNEST MONEY DEPOSIT (EMD):

10.1 The Tender must be accompanied by Earnest Money Deposit as described in the

Tender Notice (Package wise) in shape of Bank Guarantee issued by a Scheduled

Bank (valid for 180 days beyond the validity of bid) only and en-cashable at Burla/

Sambalpur or in shape of Demand Draft drawn on any scheduled bank in favour of

“Administrator WESCO Utility” payable at Burla/Sambalpur. Bids without EMD

deposit will be rejected out rightly. The Bank Guarantee for EMD shall be strictly as per

the format (Annexure – XIII (A)) prescribed by the Owner. In case of any deficiency

such as the 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.

NB: The validity of EMD BG shall be minimum for 30 days over and

above the validity of the tender (180 days), i.e., 210 days from the date of

opening of the tender.

Page 19: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 19 ~ Signature of Bidder with Seal

10.2 No adjustment of any previous deposit or any amount payable from Purchaser shall

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

payable to the bidder.

10.3 The Earnest Money so deposited shall be forfeited:

a) If the Bidder:

i) Withdraws its bid during the period of bid validity specified by the

Bidder in the Bid Form

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

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

finalization of the order.

11.0 OWNER‟S RIGHT TO VARY QUANTITIES AT THE TIME OF AWARD:

11.1 The scope mentioned in the tender is tentative in nature. Only after joint survey made

and certified by the executant contractor, concern WESCO Officials and concern Forest

Authorities location wise with longitude & latitude, the final scope may be determined.

11.2 After the joint survey, the achieved scope 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 up to 20% of the tender quantity without any change in

price or other terms and conditions.

12.0 INSPECTION AND TESTING:

12.1 All the materials shall be inspected by the Owner or any authorized representative

(including Third Part Inspection Authority) of the Owner as per relevant ISS at the

Contractor‟s or its Sub-Vendors manufacturing works. They shall give the advance

notice in writing about the place of Inspection and or testing at least 15 days before the

schedule date on which the materials will be ready for Inspection & Testing. In this

regard, the discretion of inspection shall be with the owner.

12.2 The Engineer-in-charge 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 purchaser 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. The contractor shall give the purchaser advance notice in

writing of the Date and the Place at which the materials will be ready for inspection &

testing. The inspecting officer‟s coordinating office for the entire work shall be the

Owner‟s authorized representative.

Page 20: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 20 ~ Signature of Bidder with Seal

13.0 COMPLETION & COMPLETENESS OF THE EQUIPMENT:

13.1 Time being the essence of the contract, the work shall be completed as per tender

schedule. The item of work in Package wise shall be completed within maximum 60

days. The exact period will be intimated before LOA / Work Order whichever is earlier

according to quantum of work.

13.2 The work shall be treated as complete item wise when each item shall be complete 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 specifically been included in the contract.

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

changeable with one another. All equipment supplied under this contract shall be subject

to Owner‟s approval.

13.4 Owner however reserves the right to re-schedule the completion period, if required.

14.0 REJECTION OF MATERIALS:

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, Owner 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

Owner. If the contactor fails to do so the Purchaser 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) Acquire the defective materials at reduced price considered acceptable under

the circumstances.

d) Forfeit the Contract Performance Bank Guarantee.

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”. 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.

Page 21: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 21 ~ Signature of Bidder with Seal

In case of inconsistency between technical specification (TS) & bid proposal sheet,

(BPS) quantities of various items as specified in the bid proposal sheet shall be

considered for quoting. However the work shall be executed as specified in the

technical specification. Only brief description is given in the BPS & the work shall

be executed in line with the requirement given in the TS.

16.0 CONTRACTOR TO INFORM HIMSELF FULLY:

The contractor shall examine the instructions, general conditions of the contract,

specifications and the schedule of quantity and delivery to satisfy himself as to all the

terms and conditions and circumstances affecting the contract price. He shall quote

prices according to his own judgment and shall understand that no additional cost except

as quoted shall only be considered.

17.0 PATENT RIGHT:

The contractor shall indemnify the Owner against all claims, actions, suits and

proceedings for the alleged infringement any patent design or copy right protected either

in country of origin or in India by the use of any equipment supplied by the contractor

but such indemnity shall not cover any use of the equipment other than for the purpose

indicated by or reasonable to be informed from the specification.

18.0 GUARANTEE PERIOD:

18.1 The materials to be supplied by the contractor if any shall be expressly

guaranteed for satisfactory operation against defects in design and workmanship for a

period of 24 months from the date of handing over the completed installations for

commercial operation at required voltage level.

18.2 The above guarantee certificate shall be furnished in triplicate to the Owner by the

contractor for their approval. Any defects noticed during the above period shall be

rectified by the Contractor free of cost to the Utility provided such defects are due to

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

the Owner. The Contractor as notified by the Owner shall rectify any such defects

within one month failing which the Owner will set right the defects through other

agency and recover the cost so incurred either from any pending Invoices or Bank

Guarantee.

19.0 PENALTY FOR DELAY IN COMPLETION OF CONTRACT:

19.1 If the contractor fails to complete the works by the scheduled period or any

extension granted thereby, the contractor shall be liable for payment of penalty

amounting to 0.5% (half percent) of the contract price per week of un-finished

works subject to the maximum of 5% (five percent) of the total contract price and

subject to force majeure conditions. After receipt of LOA, the Contractor shall sign a

contract agreement with the Owner within 15 days along with the detail work plan

through PERT chart/BAR chart. The penalty for liquidated damage as mentioned above

will be levied if any deviation to be schedule on any item of work due to the fault of the

contractor is observed.

Page 22: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 22 ~ Signature of Bidder with Seal

19.2 Penalty amount can be realized from the proceeds of the Contract Performance

Bank Guarantee, if the situation so warrants.

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

of the Owner.

20.0 RIGHT OF WAY:

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

liability on the Owner. These issues shall be settled at the sole discretion of the

Contractor. The Owner shall however extend all possible help to the Contractor

including discussion with the local authorities for early resolution of these issues.

21.0 CONTRACTOR‟S DEFAULT:

21.1 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 Owner may give notice in writing to the Contractor to make good the failure, neglect

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

within thirty (30) days from the date of serving the notice, the Owner shall be at

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

contractor may have neglected to do or if the Owner 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 Owner shall have free use of all

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

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

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

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

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

the cost of executing the said part of 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.

21.2 In addition, such action by the Owner as aforesaid shall not relieve the Contractor of

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

21.3 Such action by the Owner as aforesaid the termination of the Contract under this

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

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

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

22.0 TERMINATION OF CONTRACT ON OWNER‟S INITIATIVE:

22.1 Owner reserves the right to terminate the Contract either in part or in full due to

reasons other than those mentioned under clause entitled „Contractor‟s Default‟. The

Owner shall in such an event give fifteen (15) days notice in writing to the Contractor

of his decision to do so.

Page 23: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 23 ~ Signature of Bidder with Seal

22.2 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 Owner, stop all further sub-contracting or purchasing activity related

to the work terminated, and assist Owner in maintenance, protection, and disposition of

the works acquired under the Contract by the Purchaser. 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.

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

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

then unless the Owner is satisfied that the legal representatives of the individual

Contractor or of the proprietor of 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

Owner shall be entitled to cancel the Contract as to its uncompleted 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 Owner that the legal representatives of

the deceased Contractor or surviving partners of the Contractor‟s firm cannot carry out

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

cancellation the Owner shall not hold the estate of the deceased Contractor and/ or the

surviving partners of the Contractor‟s firm liable to damages for not completing the

Contract.

23.0 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 Owner in writing of the cause of delay. The Owner

shall verify the facts and grant extension as facts justify.

24.0 EXTENSION OF TIME:

If the delivery of the equipments / materials is delayed due to reasons beyond the

control of the Contractor, the Contractor shall immediately inform within 3 days to the

Owner in writing of his claim for an extension of time. The Owner on receipt of such

notice may agree to extend the contract period as may be reasonable but without

prejudice to other terms & conditions of the contract.

25.0 SAFETY PRECAUTIONS:

The agency shall observe all applicable regulations regarding safety at the Site.

Any compensation due on account of accident at site shall be to the contractor‟s account.

Page 24: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 24 ~ Signature of Bidder with Seal

26.0 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 Owner for any damage or loss of

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

27.0 INSURANCE:

27.1 Contractor shall arrange adequate Transit-cum-storage-cum-erection policy and shall

submit the copy of the same to the Owner. The policy shall initially remain valid for a

period of sixty days over & above of the contractual guarantee period and shall be

extended as required till handing over. Contractor shall be responsible for lodging of

claim with the insurer as well as for all required follow up with the insurer for settlement

of claim in Case of loss / damage / theft of material during transit / storage / erection till

the completed works is handed over to the purchaser and is accepted by the authorized

representative of the purchaser in writing.

27.2 Contractor shall also arrange adequate cover for his employees / labours engaged in the

works as well as arrange third party insurance cover to indemnify any possible

damages to public at large not connected with the works process. Any claim(s)

pertaining to this shall be the responsibility of the Contractor. The contractor shall

undertake free replacement of the materials damaged or lost during transit, which will

be intimated by the Consignee within 30 days of receipt of the materials at

Owner‟s stores.

28.0 ENGINEER-IN-CHARGE:

Authorized Engineer of the Owner in writing shall be the Engineer-in-Charge for the

Project.

29.0 CONTRACT PERFORMANCE BANK GUARANTEE:

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

the Contractor shall submit Contract Performance Bank Guarantee issued by a

scheduled Bank, in favour of the Owner, covering 10% of the total value of the work

order.

29.2 The said Bank Guarantee shall be prepared in the prescribed proforma. 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 encashable on the Burla /

Sambalpur branch of the issuing Bank.

29.3 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. or LOA towards security and acceptance thereof, failing which the

work order or LOA will be liable for cancellation without any further notice with

forfeiture of E.M.D.

29.4 No interest shall be allowed by the Owner on the above Performance Security Deposit.

Page 25: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 25 ~ Signature of Bidder with Seal

29.5 Additional performance security shall be deposited by the successful bidder when

the bid amount is less than the estimated cost put to the tender. In such an event,

the successful L1 Bidder will deposit an amount equal to the extent of exact

differential cost, i.e., Estimated Cost put to the tender minus The quoted amount,

as additional performance security (APS) in shape of Demand Draft drawn in any

scheduled bank in favour of “The Administrator, WESCO Utility” payable at

Burla / Sambalpur. The successful bidder shall deposit Additional Performance

Security within 7 days from issue of LOI or Work Order, whichever is earlier.

Otherwise, the bid of the successful L1 bidder shall be cancelled and EMD /

Security Deposit shall be forfeited with initiation of black listing procedure against

the bidder with intimation to other Utilities, OPTCL and Dept. of Energy, GoO.

29.6 Additional performance security shall be released on successful completion of

works and after 90 days over and above the guarantee period.

29.7 No interest shall be allowed by the Owner on the above Additional performance security

Deposit.

30.0 TERMS OF PAYMENT:

30.1 80% (Eighty percent) of contract price on pro-rata basis along with taxes and duties

shall be paid progressively after completion of the total work Package wise and certified

by the Jr. Manager, Asst. Manager/SDO/EE concerned against each calendar month

by first week of the succeeding months along with utilization certificate. No payment

shall be released if the accounts for utilization of materials unless follow with proper

certification by the concerned Jr. Manager, Asst. Manager/SDO/EE within 30 days of

submission of claim subject to certification by Owner‟s Engineer-in-charge on the basis

of check points involved in such items of work.

30.2 Balance 20% (twenty percent) of contract price shall be paid after completion of all

works, envisaged under this package including any additions and alterations, testing &

commissioning, return of dismantled materials/ un-used free supply material, taking

over certificate and entire stretch is fully ready for commercial operation. The payments

shall be subjected to clearance from electrical inspectorate.

30.3 The final payment will be made as per actual quantity of materials work done &

compliance of statutory documents.

31.0 PAYING OFFICER:

D.D.O, WESCO Utility, Head Quarter, Burla.

32.0 OWNER‟S RIGHTS:

The Owner reserves the right to accept any bid or reject any or all bids or cancel /

withdraw invitation of bid or to vary the quantity for placement of order

without assigning any reason to such decision. Such decision by the Owner shall bear no

liability.

Page 26: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 26 ~ Signature of Bidder with Seal

33.0 DISTINCT MARK ON EQUIPMENT AND MATERIALS:

All the accessories shall have distinct mark of „WESCO Utility‟ either by way of

punching on metal part(s) and/or in built during casting and painting on insulation cover

of Cable as per common practice. This should be clearly visible in day light in naked

eye.

34.0 DISPUTE RESOLUTION AND JURISDICTION:

All disputes shall be subjected to exclusive jurisdiction of the Courts at

Sambalpur and the writ jurisdiction of Hon‟ble High Court of Orissa at Cuttack.

35.0 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

Owner.

36.0 FREE ISSUE OF MATERIALS:

36.1 Owner shall issue the following materials for execution of work:

36.1.1 100 KVA 11/0.4 KV Aluminium wound Dist. Transformer confirming to BIS Level

II & BEE Star 1

36.1.2 100 mm sq AAAC

36.1.3 11 mtr. long 150 x 150 mm Joist Pole (34.6 Kg./mtr.)

36.1.4 13 mtr. long 150 x 150 mm R.S. Joist Pole (34.6 Kg./mtr.)

36.2 The Contractor‟s scope of supply is as follows:

Sl.

No. Name of Material

1 9 mtr. long 150 x 150 mm RS Joist Pole (34.6 Kg./mtr.)

2 50 x 6 mm GI Flat for Earthing

3 Padding & Concreting for RS Joist Pole (2.2 mtr. x 0.5 mtr. x 0.5 mtr.) (including supply of

materials)

4 100 x 50 x 6 mm MS Channel (9.2 Kg./mtr.)

5 75 x 40 x 6 mm MS Channel (6.8 Kg./mtr.)

6 50 x 50 x 6 mm MS Angel (4.5 Kg./mtr.)

7 Porcelain type 90 KN Disc Insulator (B&S Type)

8 3 bolted 90 KN Galvanised H/W Fitting (B&S Type)

9 33 KV Porcelain type Pin Insulator

10 33 KV GI Pin

11 11 KV Porcelain Pin Insulator

12 11 KV G.I. Pin

13 LT Shackle Insulator (115x100 mm)

14 Strap with Nut & Bolt

Page 27: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 27 ~ Signature of Bidder with Seal

15 33 KV V- Cross Arm (MS) (22 Kg. each)

16 Back Clamp for 33 KV 'V' Cross Arm (2.4 Kg.)

17 33 KV F Clamp (4.98 Kg.)

18 11 KV V- Cross Arm (MS) (10.2 Kg. each)

19 Back Clamp for 11 KV 'V' Cross Arm (1.7 Kg.)

20 11 KV "F" Clamp 2.9 Kg. each

21 3-Ø 4-W LT Cross Arm (7.88 Kg each)

22 Back Clamp for 3-Ø 4-W LT Cross Arm (0.85 Kg./ No.)

23 Clamp for GI bracing Channel

24 Earthing of Support (Coil type)

25 40 mm Dia medium gauge 3 mtr. Long G.I. Pipe Earthing

26 Material for masonary work for earth pit with RCC Chamber and RCC Cover Plate

27 Charcoal, Salt etc. for earthing

28 20 mm dia H.T. Stay Set Complete

29 H.T. Stay Clamp (1.9 Kg. / Pair)

30 H.T. Stay Insulator

31 7/8 SWG G.I. Stay wire

32 7/10 SWG G.I. Stay wire

33 Concreting of Stay (1 mtr. x 0.5 mtr. x 0.5 mtr.) (including supply of materials)

34 16 mm dia H.T. Stay Set Complete

35 L.T. Stay Clamp (1.4 Kg. / Pair)

36 L.T. Stay Insulator (110 x 75 mm)

37 7/12 SWG G.I. Stay wire

38 Eye Hook for Guarding

39 No. 8 SWG G.I. Wire

40 33 KV 3 Core 400 mm sq XLPE Cable

41 33 KV Outdoor type Jointing Kit for 3 Core 400 mm sq XLPE Cable

42 11 KV 3 Core 300 mm sq XLPE Cable

43 11 KV Outdoor type Jointing Kit for 3 Core 300 mm sq XLPE Cable

44 L.T. 3½ Core 300 mm sq PVC Cable

45 1.1 KV 3½ Core 185 mm sq LT XLPE Cable

46 1.1 KV Outdoor type Jointing Kit for 3½ Core 185 mm sq LT XLPE Cable

47 30 KV 10 KA Station Class Heavy Duty Gapless Metal Oxide Porcelain clad Lightning

Arrestor

48 9 KV 10 KA Station Class Heavy Duty Gapless Metal Oxide Porcelain clad Lightning

Arrestor

49 1.1 KV 10 KA Station Class Heavy Duty Gapless Metal Oxide Porcelain clad Lightning

Arrestor

Page 28: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 28 ~ Signature of Bidder with Seal

50 8" GI Pipe

51 8" HDPE Pipe

52 Excavation of soil and preparing of cable looping chamber by brick massonary work with

filling of soil and sand (75 cu mtr. x 4 cu. mtr.)

53 Laying & Commissioning of HT XLPE Cable with Horizontal Drilling through HDPE Pipe

54

Fixing of GI Pipe with excavation in all types of soils PCC 1:2:4 around the Pipe, backfilling,

clamping at two places of DP by providing suitable GI clamps, bolts & Nuts plugging of ends

of the GI Pipes with M. Seal after Cabling

55 Cable Root Marker

56 33 KV A. B. Switch 3 Pole (400 Amp) HZ Type

57 11 KV 400 amp. 3 Pole Horizontal type A. B. Switch

58 11 KV 400 amp. 3 Pole HG Fuse

59 LT Distribution Box with MCCB & Bus bar arrangement for 100 KVA Dist. Transformer

60

Construction of plinth for DTR using first class KB bricks masonry in cubic meter (1:6) of

size L 5‟ x W 5‟ H 4‟ and 4” thick reinforcement on the top using steel bar and 20 mm thick

cement plaster over bricks masonry in cubic meter (1:6). The foundation shall be providing

of 4” thick sand filling and height of 1‟10” bricks masonry of size L 5‟ x W 5‟ in cubic meter

(1:6). The constructed plinth will be 112.5 cubic feet above ground level

61

Construction of 1.5 mtr. high 3 Ply Barbed Wire Fencing, supply and erection of PCC Post of

size 2.0 mtr. high 5" x 5", 2.0 mtr. c/c imbedded in 1:3:6 concrete (20 mm nominal size of

aggregate) Block 300 x 300 x 500 mm height. Corner post shall be strutted on one side only

Supply & installation of double leaf MS Gate (weight 50 Kg.) of height 1.5 mtr. height 2 x

1.5 mtr. width made up of 30 x 30 x 6 angle & 25 x 6 Flat. The gate shall be painted with two

coat of approved primer with two coats of approved epoxy paint

Construction of 2 nos. concrete column of size 300 x 300 x 2000 (H) mm with RCC

concreting including re-inforced steel (1:3:6) for fixing of the gate (8 mm torr shall be used

for main & 6 mm tor shall be used for ring)

62

Metal Spreading of proposed construction area including sand spreading as per specification

including supply of all required materials of approved quality, i.e., 100 mm thick (40 mm

HGC over 150 mm sand filling)

63 Spikes (2 nos. per set) including GI Nut, Bolt with washer for fixing on Pole

36.3 Before issue of the free issue materials the Contractor at its own cost shall

arrange suitable stores adjacent to the works site and shall offer the same for inspection

to the Owner‟s Engineer.

36.4 The bidder shall furnish Indemnity bond for an amount equivalent to the estimated value

of the free supply materials / dismantled materials returnable as certified by Engineer in

charge. The Contractor shall submit Indemnity Bond in the prescribed format.

36.5 Subject to compliance of above clauses, the Contractor shall be permitted to draw

the materials from the designated stores of the owner. The Contractor shall duly

acknowledge the materials along with copies of the notification to the Insurer regarding

Page 29: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 29 ~ Signature of Bidder with Seal

such transit of material from designated stores of the Owner to the stores of the

Contractor.

36.6 After completion of the works, all surplus materials shall be returned to the Owner‟s

stores. For any shortage with regard to materials supplied by the Owner, the Owner

shall be entitled to recover 125% of the purchase cost of such materials or present

market cost, whichever is higher, from the dues of the Contractor.

37.0 SUBMITTALS REQUIRED AFTER AWARD OF CONTRACT:

37.1 Within 7 days of the effective date of contract the contractor shall provide three copies

of an outline program of production, inspection, testing, delivery, survey, erection,

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

the detailed schedule of drawing to be submitted.

37.2 The periodic progress report as required by the Owner shall be submitted by the

contractor as per the format prescribed by the Engineer in Charge.

38.0 DRAWINGS:

Within 7 days of contract commencement the contractor shall submit for approval by

the Engineer in Charge, a schedule of the drawings to be produced. The schedule

shall also provide a program of drawing submission, for approval by the Engineer-in-

Charge. All drawings and design should be submitted to Engineer-In-Charge within the

period specified above.

39.0 APPROVAL PROCEDURE OF SUB-VENDORS & DRAWINGS OF

BOUGHT OUT MATERIALS:

39.1 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.

39.2 Three copies of all drawings, GTP, QAP shall be submitted for approval and three

copies for any subsequent revision.

39.3 If the drawings are as per the technical specifications, the competent authority of the

Purchaser will return the drawings & documents to the contractor marked with

“Approved” stamp.

40.0 TAKING OVER:

40.1 Upon successful completion of all the tests to be 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 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.

Page 30: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 30 ~ Signature of Bidder with Seal

40.2 A conditional Taking over Certificate can be issued if any minor omission or defects

pointed by the Engineer- in-Charge/Supervising Officer/Electrical Inspector. The

Contractor should rectify those defects within a month of conditional T.O.C failing

which Owner 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.

40.3 For the satisfaction of Owner about quality, the Owner 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 Owner. The contractor is

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

40.4 The Contractor, its successor and assignee shall indemnify the Owner, its successor and

assignee from all current & future liabilities that may arise out of Turn Key Contract(s)

entered into between the Owner & the Contractor under this Project.

Page 31: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 31 ~ Signature of Bidder with Seal

SECTION – III

TECHNICAL SPECIFICATION

for

“SHIFTING OF 33 KV, 11 KV & LT LINE & SUB-

STATION AND CONVERSION OF OVER HEAD

LINE TO UNDERGROUND SYSTEM AT THREE

NOS. LOCATIONS UNDER SEED, SAMBALPUR &

EIGHT NOS. LOCATION UNDER SED, SONEPUR

DUE TO CONSTRUCTION OF NEW RAILWAY

LINE FROM SAMBALPUR - BAMUR & KHORDHA

– BALANGIR RESPECTIVELY ON SEMI-

TURNKEY BASIS UNDER DEPOSIT SCHEME”

Page 32: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 32 ~ Signature of Bidder with Seal

DETAILED TECHNICAL SPECIFICATION

1.0 NATURE OF WORK:

The work covered by this Specification is for Shifting of 33 KV, 11 KV & LT line &

Sub-station and conversion of over head line to underground system at three nos.

locations under SEED, Sambalpur & eight nos. location under SED, Sonepur due to

construction of new railway line from Sambalpur - Bamur & Khordha – Balangir

respectively as specified herein and in the attached Schedules.

Important: The eligible Contractor has to obtain project license from the

competent authority in respect of the mentioned works prior to

commencement of the work. All the expenses towards the project

license and inspection thereof have to be borne by the

contractor.

1.1 GENERAL PARTICULARS OF THE SYSTEM:

The following are the general particulars governing the design and working of the

complete system of which the Works will form a part:

1.1.1 The system will be in continuous operation during the varying atmospheric and

climatic conditions occurring at all seasons.

1.2 SCOPE:

The detailed scope of the work shall include:

1.2.1 The package wise scope of work mentioned in the tender is tentative in nature.

Therefore, after award of the work, the executing agency is required to conduct a

joint survey mentioning location wise for the actual scope of work with concerned

WESCO Officials along with concern Railway authorities. The final scope so

determined after the joint survey is required to be approved by the competent

authority of Head Quarter Office, WESCO Utility, Burla. The successful bidder can

procure the materials after the approval and after observing required

formalities as per tender specification.

1.2.2 Detailed survey for location with latitude & longitude & feeder wise erection of

intermediate poles in LT & HT line including SLD, route map & BOQ. Length &

type of poles required to be specifically accounted in BOQ. The same shall

be joint signed by concern Railway authority & WESCO authority location

wise without levy any extra financial burden to WESCO.

1.2.3 Complete manufacture, including shop testing & supply of materials from the

approved manufacturers (materials which are to be supplied by the bidder) on prior

approval of the owner.

1.2.4 Providing Engineering drawing, data, operational manual, etc wherever applicable

for the Owner‟s approval.

Page 33: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 33 ~ Signature of Bidder with Seal

1.2.5 Packing and transportation from the manufacturer‟s works to the site and from

WESCO Store to site without levy any extra financial burden to WESCO.

1.2.6 Receipt, storage, preservation and conservation of equipment at the site without levy

any extra financial burden to WESCO.

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

1.2.8 Reliability tests and performance and guarantee tests on completion of

commissioning.

1.2.9 Loading, unloading and transportation as required at manufacturer‟s end, at site and

in WESCO store without levy any extra financial burden to WESCO.

1.2.10 Erection of equipment including civil works without levy any extra financial burden

to WESCO.

1.2.11 Erection of lines of specified voltage.

1.2.12 Fittings of spikes in the pole with proper welding

1.2.13 Testing & commissioning of lines / installations without levy any extra financial

burden to WESCO.

1.2.14 Getting the works inspected by Electrical Inspector after completion of work.

1.2.15 Transportation and transit insurance of all free issue materials to be supplied from

Owner‟s nearest stores to site and as well as all other required materials (under the

scope of supply by bidder) from supplier‟s premises to work site, construction of

new electrical / civil structures or erection of intermediate poles etc. without levy any

extra financial burden to WESCO.

1.2.16 Dismantling of existing electrical structures and return of these dismantled items at

the Owner‟s stores, safe custody of the items and return of unused Owner‟s supplied

materials to the Owner‟s stores without levy any extra financial burden to WESCO.

1.2.17 Clearance from Govt. authority, Forest Authority & Railway Authority if any. The

required statutory payments towards Govt. authority, Forest Authority, Electrical

Inspectorate & Railway Authority to be paid by WESCO Utility on submission of

authenticated / approved documents.

1.2.18 Rectify any damage occur during execution to its original position.

1.2.19 Provide other miscellaneous materials required as per site condition to execute the

work in complete manner.

1.2.20 Erection of equipment including civil works.

1.2.21 Before starting of work necessary approval regarding single line Diagram, Railway

clearance is to be taken from the Railway Authority / Govt. of Odisha by the

contractor without levy any extra financial burden to WESCO.

1.2.22 It is the responsibility of the executant contractor to obtain the clearance

location with latitude & longitude & feeder wise from concern Railway

Authority prior to execution of work, where work to be carried out.

1.2.23 After completion of work, completion certificate of work of each location with

latitude & longitude & feeder wise of each package to be obtained from the

concerned Railway Authorities. This is the sole responsibility of the executant

contractor to submit the same prior to submit the bill without any extra

financial implication levy on WESCO Utility.

Page 34: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 34 ~ Signature of Bidder with Seal

1.2.24 The executant contractor shall be allowed to procure R.S. Joist Poles for this

project only from the selected vendors of WESCO Utility, i.e., M/s. SAIL, M/s.

TATA, M/s. Jindal Steel, M/s. NINL, Jajpur Road, M/s. Reliable Sponge Pvt.

Ltd., Rourkela & M/s. Sarthak Ispat Pvt. Ltd., Raipur only.

1.2.25 The executant contractor has to submit the GTP & drawings for R.S. Joist Poles

from the selected vendors of WESCO Utility, i.e., M/s. SAIL, M/s. TATA, M/s.

Jindal Steel, M/s. NINL, Jajpur Road, M/s. Reliable Sponge Pvt. Ltd., Rourkela

& M/s. Sarthak Ispat Pvt. Ltd., Raipur only for accord of approval before

procurement.

1.2.26 The executant contractor shall be allowed to procure 33 KV 3 Core 400 mm sq

XLPE Cable, 11 KV 3 Core 300 mm sq XLPE Cable & 1.1 KV 3½ Core 185 mm

sq LT XLPE Cable for this project only from the selected vendors of WESCO

Utility, i.e., M/s. Havels India Ltd., Alwar, M/s. POLYCAB India Ltd., New

Delhi & M/s. APAR Industries Ltd., Mumbai only.

1.2.27 The executant contractor has to submit the GTP & drawings for 33 KV 3 Core

400 mm sq XLPE Cable, 11 KV 3 Core 300 mm sq XLPE Cable & 1.1 KV 3½

Core 185 mm sq LT XLPE Cable from the selected vendors of WESCO Utility,

i.e., M/s. Havels India Ltd., Alwar, M/s. POLYCAB India Ltd., New Delhi &

M/s. APAR Industries Ltd., Mumbai only for accord of approval before

procurement.

1.3 WESCO Utility will provide the following materials required for execution of

work as follows:

1.3.1 100 KVA 11/0.4 KV Aluminium wound Dist. Transformer confirming to BIS Level II

& BEE Star 1

1.3.2 100 mm sq AAAC

1.3.3 11 mtr. long 150 x 150 mm Joist Pole (34.6 Kg./mtr.)

1.3.4 13 mtr. long 150 x 150 mm R.S. Joist Pole (34.6 Kg./mtr.)

1.4 The Contractor will provide the following materials required for execution of

work as follows:

Sl.

No. Name of Material

1 9 mtr. long 150 x 150 mm RS Joist Pole (34.6 Kg./mtr.)

2 50 x 6 mm GI Flat for Earthing

3 Padding & Concreting for RS Joist Pole (2.2 mtr. x 0.5 mtr. x 0.5 mtr.) (including supply of

materials)

4 100 x 50 x 6 mm MS Channel (9.2 Kg./mtr.)

5 75 x 40 x 6 mm MS Channel (6.8 Kg./mtr.)

Page 35: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 35 ~ Signature of Bidder with Seal

6 50 x 50 x 6 mm MS Angel (4.5 Kg./mtr.)

7 Porcelain type 90 KN Disc Insulator (B&S Type)

8 3 bolted 90 KN Galvanised H/W Fitting (B&S Type)

9 33 KV Porcelain type Pin Insulator

10 33 KV GI Pin

11 11 KV Porcelain Pin Insulator

12 11 KV G.I. Pin

13 LT Shackle Insulator (115x100 mm)

14 Strap with Nut & Bolt

15 33 KV V- Cross Arm (MS) (22 Kg. each)

16 Back Clamp for 33 KV 'V' Cross Arm (2.4 Kg.)

17 33 KV F Clamp (4.98 Kg.)

18 11 KV V- Cross Arm (MS) (10.2 Kg. each)

19 Back Clamp for 11 KV 'V' Cross Arm (1.7 Kg.)

20 11 KV "F" Clamp 2.9 Kg. each

21 3-Ø 4-W LT Cross Arm (7.88 Kg each)

22 Back Clamp for 3-Ø 4-W LT Cross Arm (0.85 Kg./ No.)

23 Clamp for GI bracing Channel

24 Earthing of Support (Coil type)

25 40 mm Dia medium gauge 3 mtr. Long G.I. Pipe Earthing

26 Material for masonary work for earth pit with RCC Chamber and RCC Cover Plate

27 Charcoal, Salt etc. for earthing

28 20 mm dia H.T. Stay Set Complete

29 H.T. Stay Clamp (1.9 Kg. / Pair)

30 H.T. Stay Insulator

31 7/8 SWG G.I. Stay wire

32 7/10 SWG G.I. Stay wire

33 Concreting of Stay (1 mtr. x 0.5 mtr. x 0.5 mtr.) (including supply of materials)

34 16 mm dia H.T. Stay Set Complete

35 L.T. Stay Clamp (1.4 Kg. / Pair)

36 L.T. Stay Insulator (110 x 75 mm)

37 7/12 SWG G.I. Stay wire

38 Eye Hook for Guarding

39 No. 8 SWG G.I. Wire

40 33 KV 3 Core 400 mm sq XLPE Cable

41 33 KV Outdoor type Jointing Kit for 3 Core 400 mm sq XLPE Cable

42 11 KV 3 Core 300 mm sq XLPE Cable

43 11 KV Outdoor type Jointing Kit for 3 Core 300 mm sq XLPE Cable

Page 36: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 36 ~ Signature of Bidder with Seal

44 L.T. 3½ Core 300 mm sq PVC Cable

45 1.1 KV 3½ Core 185 mm sq LT XLPE Cable

46 1.1 KV Outdoor type Jointing Kit for 3½ Core 185 mm sq LT XLPE Cable

47 30 KV 10 KA Station Class Heavy Duty Gapless Metal Oxide Porcelain clad Lightning

Arrestor

48 9 KV 10 KA Station Class Heavy Duty Gapless Metal Oxide Porcelain clad Lightning

Arrestor

49 1.1 KV 10 KA Station Class Heavy Duty Gapless Metal Oxide Porcelain clad Lightning

Arrestor

50 8" GI Pipe

51 8" HDPE Pipe

52 Excavation of soil and preparing of cable looping chamber by brick massonary work with

filling of soil and sand (75 cu mtr. x 4 cu. mtr.)

53 Laying & Commissioning of HT XLPE Cable with Horizontal Drilling through HDPE Pipe

54

Fixing of GI Pipe with excavation in all types of soils PCC 1:2:4 around the Pipe, backfilling,

clamping at two places of DP by providing suitable GI clamps, bolts & Nuts plugging of ends

of the GI Pipes with M. Seal after Cabling

55 Cable Root Marker

56 33 KV A. B. Switch 3 Pole (400 Amp) HZ Type

57 11 KV 400 amp. 3 Pole Horizontal type A. B. Switch

58 11 KV 400 amp. 3 Pole HG Fuse

59 LT Distribution Box with MCCB & Bus bar arrangement for 100 KVA Dist. Transformer

60

Construction of plinth for DTR using first class KB bricks masonry in cubic meter (1:6) of

size L 5‟ x W 5‟ H 4‟ and 4” thick reinforcement on the top using steel bar and 20 mm thick

cement plaster over bricks masonry in cubic meter (1:6). The foundation shall be providing

of 4” thick sand filling and height of 1‟10” bricks masonry of size L 5‟ x W 5‟ in cubic meter

(1:6). The constructed plinth will be 112.5 cubic feet above ground level

61

Construction of 1.5 mtr. high 3 Ply Barbed Wire Fencing, supply and erection of PCC Post of

size 2.0 mtr. high 5" x 5", 2.0 mtr. c/c imbedded in 1:3:6 concrete (20 mm nominal size of

aggregate) Block 300 x 300 x 500 mm height. Corner post shall be strutted on one side only

Supply & installation of double leaf MS Gate (weight 50 Kg.) of height 1.5 mtr. height 2 x

1.5 mtr. width made up of 30 x 30 x 6 angle & 25 x 6 Flat. The gate shall be painted with two

coat of approved primer with two coats of approved epoxy paint

Construction of 2 nos. concrete column of size 300 x 300 x 2000 (H) mm with RCC

concreting including re-inforced steel (1:3:6) for fixing of the gate (8 mm torr shall be used

for main & 6 mm tor shall be used for ring)

62

Metal Spreading of proposed construction area including sand spreading as per specification

including supply of all required materials of approved quality, i.e., 100 mm thick (40 mm

HGC over 150 mm sand filling)

63 Spikes (2 nos. per set) including GI Nut, Bolt with washer for fixing on Pole

Page 37: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 37 ~ Signature of Bidder with Seal

1.5 DISCLAIMER:

This Document includes statements, which reflect various assumptions, which may or

may not be correct. Each Bidder/Bidding Consortium should conduct its own

estimation and analysis and should check the accuracy, reliability and

completeness of the information in this Document and obtain independent advice

from appropriate sources in their own interest.

Neither Owner nor its employees will have any liability whatsoever to any Bidder or

any other person under the law or contract, the principle of restitution or unjust

enrichment or otherwise for any loss, expense or damage whatsoever which may arise

from or be incurred or suffered in connection with anything contained in this

Documents and mater deemed to form part of this documents, provision of services and

any other information supplied by or on behalf of purchaser or its employees, or

otherwise arising in any way from the selection process for the supply. Though

adequate care has been taken while issuing the Bid document, the Bid document, the

Bidder should satisfy itself those documents are complete in all respects. Intimation

for any discrepancy shall be given to this office immediately.

2.0 WORK DESCRIPTION: 2.1 GENERAL:

Preliminary route alignment in respect of the proposed 33 KV / 11 KV / LT line has

been fixed by the employer subject to alteration of places due to way leave or other

unavoidable constraints. The Right of way shall be solved by the contractor and all

expenses there of shall be borne by him. However, WESCO Utility shall render all

helps in co-ordination with law and order department for solving the same. Provisional

quantities/numbers of different types of Joist poles/PSC poles have been estimated and

indicated in the BOQ Schedule given.

However final quantities for work shall be as determined by the successful bidder, on

completion of the detail survey, preparation of route profile drawing and designing of

the different types of Joist poles/PSC poles as elaborated in the specification and scope

of work.

The contractor shall undertake detailed survey on the basis of the tentative alignment

fixed by the employer. The said preliminary alignment may, however, change in the

interest of economy and hazards in work. After completing the detailed survey, the

contractor shall submit the final profile and pole schedule (with no. of stay or struct)

for final approval of the employer. To facilitate checking of the alignment, suitable

reference marks shall be provided.

2.2 SURVEY (DETAIL & CHECK, ESTIMATING OF QUANTITIES & SPOTTING

OF POLES):

Walk over survey, Theodolite survey, profile survey (if required) shall have to be

carried out to establish the Route alignment by the contractor for new 33 KV, 11 KV

& LT lines. If the line is passing in any Municipal/ NAC areas permission from local

Page 38: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 38 ~ Signature of Bidder with Seal

bodies has to be obtained prior to execution of work. Suitable distance from the side

of the road has to be made towards placement of line poles.

2.3 CHECK SURVEY:

The contractor shall undertake the check survey during execution on the basis of the

alignment profile drawing and pole schedule approved by the employer. If during check

survey necessity arises for minor change in route to eliminate way leave or other

unavoidable constraints, the contractor may change the said alignment after obtaining

prior approval from the employer.

3.0 OPTIMIZATION OF POLE LOCATION:

3.1 POLE SPOTTING:

To optimize the line length, the contractor shall spot the poles in such a way so that

the line is as close as possible to the straight line drawn between the start & end point of

the line. Proper ground clearance to be maintained by the contractor to avoid sagging in

between spans.

3.2 CROSSINGS:

3.2.1 Road Crossings:

At all road crossings, the double tension HW fittings should be used. There should

absolutely no joints in the conductors in all roads, power line and all other major

crossing. The ground clearance from the road surfaces under maximum sag

condition shall be not less than 8.5 mtr over roads. In National High way the

minimum height of guarding at the maximum sagging point should be less than 8.5

mtr.

3.2.2 For river crossing/ Crossing of Nallas:

Taking levels at 25 meter interval on bank of river and at 50 meter interval at bed of

river so far as to show the true profile of the ground and river bed railway/road

bridge, road The levels shall be taken at least 100 m. on either side of the crossing

alignment. Both longitudinal and cross sectional shall be drawn preferably to a scale

of 1:2000 at horizontal and 1:200 vertical.

3.2.3 Power Line Crossings:

Where the lines 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 Indian Electricity Rules, 1956 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.

4.0 CLEARANCE FROM GROUND, BUILDING & TREES:

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

conformity with the Indian Electricity Rules, 1956 as amended up to date. The bidder

shall select the height of the poles such that all electrical clearances are maintained.

Page 39: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 39 ~ Signature of Bidder with Seal

4.2 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. Where there

is no such provision in the existing line.

4.3 Pole accessories like danger plates and number plates shall be provided.

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

conformity with the Indian Electricity Rules, 1956 as amended up to date. The vendor

shall select the height of the poles in order to achieve the prescribed electrical

clearances.

5.0 DETAILS EN-ROUTE:

After survey and finalization of route, the contractor shall submit detailed route map

for each line. This would be including following details:

5.1.1 All poles on both sides of all the crossings shall be tension poles, i.e., disc type

insulators shall be used on these poles.

5.1.2 At all the crossing described above, the contractor shall use protective guarding as

per REC Construction Standard A-1 to fulfill statutory requirements for 33 KV

trunks & main spur line.

5.1.3 33 KV branch spur line, being in the village, protective guarding shall be used

wherever it will be required.

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

building etc. 7.5 mtr (33 KV) on either side of the alignment shall be detailed on the

route plan before execution of work. However, any problems arising out of Right of

way shall be taken care of by the Contractor. The owner shall extend all possible Co-

operations.

6.0 FINAL SCHEDULE:

The final schedule including Bill of quantity indicating location of poles specifically

marking locations of failure containment pole/structure, DTR, 3 3 KV line

sectionalizes, line tapping points, angle of deviation at various tension pole

locations, all type of crossings and other details shall be submitted for the approval of

the owner. After approval, the contractor shall submit six more sets of the approved

documents along with one set in reproducible form to purchaser for record purpose.

7.0 REFERENCE STANDARDS:

The codes and/or standards referred to in the specifications shall govern in all cases

wherever such references are made. In case of a conflict between such codes and/or

standards and the specifications, latter shall govern. Such codes and/or standards,

referred to shall mean the latest revisions, amendments / changes adopted and published

by the relevant agencies unless otherwise indicated. Other internationally accepted

standards which ensure equal or better performance than those specified shall also be

accepted, subject to prior approval by the owner. In case no reference is given for any

item in these specifications, latest REC specification & Construction Standards.

Page 40: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 40 ~ Signature of Bidder with Seal

8.0 SCHEDULE OF ERECTION PROGRAMME:

After due approval of the detailed and check survey, the contractor shall submit to the

employer a complete detailed schedule of erection programme with a Bar-Chart for

construction of the lines indicating there in the target date of completion.

8.1 Names of suppliers and copies of orders:

If so required, and before ordering material of any description, the Contractor shall

submit for approval the names of makers or suppliers proposed. Copies of orders shall

also be submitted if so required. The Project Manager may at any time withdraw his

previously given approval to obtaining materials from any maker or supplier

should such maker or supplier fail to supply materials of the specified quality or quantity

in the requisite time.

8.2 Rejection of materials and workmanship:

The Project Manager shall at any time have power to reject materials and workmanship

not complying with this Specification or with the approved Drawings. Materials so

rejected shall be immediately removed from site and replaced by materials of an

approved standard at the expense of the Contractor. Rejected workmanship shall be

broken out and replaced by work of an acceptable standard including the supply of new

materials by the Contractor, at the expense of the Contractor, and without delay.

9.0 ERECTION WORK:

9.1 When the survey is approved, the contractor shall submit to the employer a complete

detail schedule of all materials to be used in the line. Size and length of conductor etc.

are also to be given in the list. This schedule is very essential for finalizing the

quantities of all line materials. The contractor shall furnish the same.

9.2 The Contractor shall comply with all the rules and regulations of local authorities during

the performance of his field activities. He shall also comply with the Minimum Wages

Act, 1948 and the payment of Wages Act (both of the Government of India and Govt. of

Odisha) and the rules made there under in respect of any employee or workman

employed or engaged by him or his Sub-Contractor.

9.3 All registration and statutory inspection fees, if any, in respect of his work pursuant to

this Contract shall be to the account of the Contractor. However, any registration,

statutory inspection fees lawfully payable under the provisions of the statutory laws and

its amendments from time to time during erection in respect of the substation ultimately

to be owned by the Employer, shall be to the account of the Employer. Should any such

inspection or registration need to be re-arranged due to the fault of the Contractor or his

Sub-Contractor, the additional fees to such inspection and/or registration shall be borne

by the Contractor.

9.4 The Contractor shall ensure that he obtains, from the Government of Orissa, an

Electrical Contractor‟s License and a supervisory certificate of the appropriate grade to

allow him to execute the electrical works included in the Contract. The Contractor shall

ensure that all workmen possess Workman Permits, issued by the Government of Orissa,

for engagement in the Contract Works.

Page 41: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 41 ~ Signature of Bidder with Seal

9.5 The provisions of the General Conditions of Contract shall also be applicable to the

erection portion of the Works. The Engg. In-charge (Divisional Engr.) shall have the

right to re-inspect any equipment though previously inspected approved by him at

the Contractor's works, before and after the same are erected at Site.

9.6 The Contractor shall inform the Engg. In-charge (Divisional Engr.) in advance of field

activity plans and schedules for carrying-out each part of the works. Any review of such

plans or schedules or methods of work by the Engg. In-charge (Divisional Engr.) shall

not relieve the Contractor of any of his responsibilities towards the field activities. Such

reviews shall not be considered as an assumption of any risk or liability by the Employer

or any of his representatives, and no claim of the Contractor will be entertained because

of the failure or inefficiency of any such plan or schedule or method of work reviewed.

The Contractor shall be solely responsible for the safety, adequacy and efficiency of

plant and equipment and his erection methods.

9.7 Contractor shall make his own arrangement for unloading the equipment at site free of

cost. The Contractor shall provide all the construction equipment tools, tackle and

scaffoldings required for offloading, storage, pre-assembly, erection, testing and

commissioning of the equipment covered under the Contract. He shall submit a list of all

such materials to the Engg. In-charge (Divisional Engr.) before the commencement of

pre-assembly at Site. These tools and tackles shall not be removed from the Site without

the written permission of the Engg. In-charge (Divisional Engr.).

9.8 The Contractor shall maintain an accurate and exhaustive record detailing all equipment

received by him for the purpose of erection and keep such record open for the

inspection of the Engg. In-charge (Divisional Engr.). All equipment shall be handled

carefully to prevent any damage or loss. All equipment stored shall be properly

protected to prevent damage. Equipment from the store shall be moved to the actual

location at an appropriate time so as to avoid damage of such equipment at Site. All the

materials stored in the open or dusty location shall be covered with suitable weather-

proof and flameproof covering material. The Contractor shall be responsible for making

suitable indoor facilities for the storage of all equipment which requires to be kept

indoors.

10.0 CLASSIFICATION OF SOIL STRATA: 10.1 Ordinary Soil:

This shall comprise of vegetable or organic soil, turf, sand, sandy soil, silt, loam,

clay, mud, red earth, suede, peat, black cotton soil, soft shale, loose morum, mud

debris, concrete below ground level, a mixture of all these and similar material which

yields to the ordinary application of pick, shovel, rake or other ordinary digging

implement. Removal of gravel or any other modular material having diameter in any

one direction not exceeding 75 mm, such occurring strata shall be deemed to be

covered under this category.

10.2 Hard Soil:

This shall include:

10.2.1 Stiff heavy clay, hard shale or compact morum requiring grifting tool or pick or both

and shovel closely applied.

Page 42: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 42 ~ Signature of Bidder with Seal

10.2.2 Gravel, soft laterite, kankar and cobble stone having maximum diameter in any one

direction between 75 mm and 300 mm.

10.2.3 Soliding of road paths, etc., and hard core.

10.2.4 Macadam surfaces such as water bound and bitumen/tar bound.

10.2.5 Lime concrete, stone masonry in lime/cement mortar below ground level.

10.2.6 Soft conglomerate, where the stones may be detached from the matrix with picks.

10.2.7 Generally any material which requires the close application of picks or sacrifiers to

loosen and not affording resistance to digging greater than hardest of any soil

mentioned in item (1) to (6) above.

10.3 Ordinary Rock:

10.3.1 Ordinary rock comprising of lime stone, sand stone, hard laterite, fissured rock,

conglomerate or other soft or disintegrated rock which may be quarried or split

with crow bars.

10.3.2 Unreinforced cement concrete which may be broken up with crow bars or picks

and stone masonry in cement mortar below ground level.

10.3.3 Boulders which do not require blasting having maximum diameter in any direction

of more than 300 mm found lying loose on the surface or embedded in river bed,

soil, talus slope wash and terrace material of dissimilar origin.

NOTE: Hard laterite does not require blasting. It is to be classified under ordinary rock

which does not require blasting.

10.4 Hard Rock:

This shall comprise any rock or cement concrete or RCC for the excavation of which

the use of mechanical plant or blasting is required.

11.0 GEO-TECHNICAL INVESTIGATION: 11.1 GENERAL:

11.1.1 The Contractor shall perform a detailed soil investigation when specified under Scope

of Work to arrive at sufficiently accurate, general as well as specific information about

the soil profile and the necessary soil parameters of the site in order that the foundation

of the various structures can be designed and constructed safely and rationally. A

report to the effect will be submitted by the Contractor for Owner‟s specific approval

giving details regarding data proposed to be utilized for civil structures design.

11.1.2 The Contractor should visit the site to ascertain the soil parameters before submitting

the bid. They may assess the topography requiring cutting and filling operations

including slope stability and protection measures (if slopes encountered). Any

variation in soil data shall not constitute a valid reason for any additional cost & shall

not affect the terms & condition of the Contract. Tests must be conducted under all the

critical locations.

11.2 SCOPE OF WORK:

This specification covers all the work required for detailed soil investigation and

preparation of a detailed report. The work shall include mobilization of necessary

Page 43: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 43 ~ Signature of Bidder with Seal

equipment, providing necessary engineering supervision and technical personnel, skilled

and unskilled labour etc. as required to carry out field investigation as well as laboratory

investigation, analysis and interpretation of data and results, preparation of detailed

Geo-technical report including specific recommendations for the type of foundations

and the allowable safe bearing capacity for different sizes of foundations at different

founding strata for the various structures of the substation.

The Contractor shall make his own arrangement for locating the co-ordinates and

various test positions in field as per the information supplied to him and also for

determining the reduced level of these locations with respect to the benchmark indicated

by the Owner. All the work shall be carried out as per latest edition of the corresponding

Indian Standard Codes.

11.3 BORE HOLES (BY STANDARD PUNCTUATION TEST):

Drilling of bore holes of 150 mm dia. in accordance with the provisions of IS: 1892 at

the rate of minimum two number of bore holes to 10 m depth or to refusal which ever

occur earlier for the new bay or extension of existing sub-station. (By refusal it shall

mean that a standard penetration blow count (N) of 100 is recorded for 30 cm

penetration).

However, for a new substation, minimum three bore-holes shall be done to find out the

geological profile of the area. If any unconformity encountered then more bore holes

shall be drilled with the approval of Engineer-in-charge for the new projects. However

in case deep pile foundations are envisaged the depths have to be regulated as per codes

provisions. In cases where rock is encountered, coring in one borehole per bay shall be

carried out to 1.5 M in bedrock and continuous core recovery is achieved. Performing

Standard Penetration Tests at approximately 1.5 m interval in the borehole starting from

1.5 m below ground level onwards and at every change of stratum.

The disturbed samples from the standard penetrometer shall also be collected for

necessary tests. Collecting undisturbed samples of 100/75 mm diameter 450 mm long

from the boreholes at intervals of 2.5 m and every change of stratum starting from 1.0 m

below ground level onwards in clayey strata.

The depth of Water table shall be recorded in each borehole. All samples, both disturbed

and undisturbed, shall be identified properly with the borehole number and depth from

which they have been taken. The sample shall be sealed at both ends of the sampling

tubes with wax immediately after the sampling and shall be packed properly and

transported to the Contractor‟s laboratory without any damage or loss. The logging of

the boreholes shall be compiled immediately after the boring is completed and a copy of

the bore log shall be handed over to the Engineer-in-charge.

11.4 ELECTRICAL RESISTIVITY TEST:

This test shall be conducted to determine the Electrical resistivity of soil required for

designing safe grounding system for the entire station area. The specifications for the

Page 44: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 44 ~ Signature of Bidder with Seal

equipment and other accessories required for performing electrical resistivity test, the

test procedure, and reporting of field observations shall confirm to IS: 3043.

The test shall be conducted using Wagner‟s four electrode method as specified in IS:

1892, Appendix-B2. Unless otherwise specified at each test location, the test shall be

conducted along two perpendicular lines parallel to the coordinate axis. On each line a

minimum of 8 to 10 readings shall be taken by changing the spacing of the electrodes

from an initial small value of 0.5 m up to a distance of 10.0 m.

11.5 WATER SAMPLE:

Representative samples of ground water shall be taken when ground water is first

encountered before the addition of water to aid drilling of boreholes. The samples shall

be of sufficient quantity for chemical analysis to be carried out and shall be stored in

airtight containers.

11.6 BACK FILLING OF BORE HOLES:

On completion of each hole, the Contractor shall backfill all bore holes as directed by

the Owner. The backfill material can be the excavated material and shall be compacted

properly.

11.7 LABORATORY TEST:

11.7.1 The laboratory tests shall be carried out progressively during the field work after

sufficient numbers of samples have reached the laboratory in order that the test results

of the initial bore holes can be made use of in planning the later stages of the field

investigation and quantum of laboratory tests.

11.7.2 All samples brought from field, whether disturbed or undisturbed shall be

extracted/prepared and examined by competent technical personnel, and the test shall

be carried out as per the procedures laid out in the relevant IS Codes. The following

laboratory tests shall be carried out:

a) Visual and Engineering Classification

b) Liquid limit, plastic limit and shrinkage limit for soils.

c) Natural moisture content, bulk density and specific gravity.

d) Grain size distribution.

e) Swell pressure and free swell index determination.

f) California bearing ratio.

g) Consolidated undrained test with pore pressure measurement.

h) Chemical tests on soil and water to determine the carbonates, sulphates, nitrates,

chlorides, Ph value, and organic matter and any other chemical harmful to the

concrete foundation.

i) Rock quality designation (RQD), RMR in case of rock is Encountered

11.8 TEST RESULTS AND REPORTS:

11.8.1 The Contractor shall submit the detailed report in two (2) copies wherein information

regarding the geological detail of the site, summarized observations and test data, bore

Page 45: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 45 ~ Signature of Bidder with Seal

logs and conclusions and recommendations on the type of foundations with supporting

calculations for the recommendations. Initially the report shall be submitted by the

Contractor in draft form and after the draft report is approved, the final report in two

(2) copies shall be submitted. The test data shall bear the signatures of the

Investigation Agency, Vendor and also site representative of Utility.

11.8.2 The report shall include but not limited to the following:

a) A plan showing the locations of the exploration work i.e. bore holes, dynamic cone

penetration tests etc.

b) Bore Logs: Bore logs of each bore holes clearly identifying the stratification and

the type of soil stratum with depth. The values of Standard Penetration Test (SPT)

at the depths where the tests were conducted on the samples collected at various

depths shall be clearly shown against that particular stratum.

11.8.3 Test results of field and laboratory tests shall be summarized strata wise as well in

combined tabular form. All relevant graphs, charts tables, diagrams and photographs,

if any, shall be submitted along with report. Sample illustrative reference calculations

for settlement, bearing capacity, pile capacity shall be enclosed.

11.9 RECOMMENDATIONS:

The report should contain specific recommendations for the type of foundation for the

various structures envisaged at site. The Contractor shall acquaint himself about the type

of structures and their functions from the Owner. The observations and

recommendations shall include but not limited to the following:

a) Geological formation of the area, past observations or historical data, if available, for

the area and for the structures in the nearby area, fluctuations of water table etc. Slope

stability characteristics and landslide history of the area shall be specifically

highlighted. Remedial measures to be adopted shall also be given.

b) Recommended type of foundations for various structures. If piles are recommended

the type, size and capacity of pile and groups of piles shall be given after comparing

different types and sizes of piles and pile groups.

c) Allowable bearing pressure on the soil at various depths for different sizes of the

foundations based on shear strength and settlement characteristics of soil with

supporting calculations. Minimum factor of safety for calculating net safe bearing

capacity shall be taken as 3.0 (three). Recommendation of liquefaction characteristics

of soil shall be provided.

d) Recommendations regarding slope of excavations and dewatering schemes, if required.

Required protection measures for slope stability for cut & fill slopes of switchyard and

approach road with stone pitching/retaining walls shall be clearly spelt out. Calculation

shall also be provided for stability adequacy.

e) Comments on the Chemical nature of soil and ground water with due regard to

deleterious effects of the same on concrete and steel and recommendations for

protective measures.

Page 46: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 46 ~ Signature of Bidder with Seal

f) If expansive soil is met with, recommendations on removal or retainment of the same

under the structure, road, drains, etc. shall be given. In the latter case detailed

specification of any special treatment required including specification or materials to

be used, construction method, equipment to be deployed etc. shall be furnished.

Illustrative diagram of a symbolic foundation showing details shall be furnished.

g) Recommendations for additional investigations beyond the scope of the present work,

if considered such investigation as necessary.

12.0 DRAWINGS: 12.1 The successful bidder shall first submit the structural design calculations along with

general arrangement drawings for approval within 7 days of issue of LOA / Work Order.

After the approval of the design calculations by the WESCO Utility, detailed

construction drawings shall be prepared and submitted for WESCO Utility‟s approval

along with revised design calculations, if required, within 15 days.

12.2 Required number of sets of design calculations, drawings and documents shall be

submitted by the Bidder. All documents including design calculations shall be prepared

in MS office and all drawings shall be drafted using AutoCAD (latest version).

12.3 During every submission one soft copy of the document shall also be submitted. When

final approval is obtained from the WESCO Utility the Bidder shall submit all the

documents in TWO sets of CD ROM (One + One Back - up) together with minimum

three sets of distribution prints well documented and page controlled with details of

WESCO Utility‟s approval marked thereon.

12.4 Approval of drawings / documents shall not relieve the Bidder of the responsibility

regarding the adequacy of design and correctness of drawings.

13.0 ALTERATION IN SPECIFICATION & DESIGN: 13.1 The Project Manager shall have the power to make any alteration and omissions from

additions to or substitution for, the original specifications, drawings, designs and

instructions that may appear to him to be necessary during the progress of the work and

the Bidder shall carry out the work in accordance with any instruction which may be

given to him in writing signed by the Project Manager and such alterations, omissions,

additions or substitutions shall not invalidate the contract and any altered, added or

substituted work which the Bidder may be directed to do in the manner above specified

as part of the work shall be carried out by the Bidder on the same conditions in all

respects on which the Bidder agreed to do the original contract work. The time for

completion of work shall be altered in the proportion that the altered, added or

substituted work bears to the original contract work, and the certificate of the Project

Manager shall be conclusive as to such proportion.

13.2 The rates for the altered items of work shall be worked out on the offered price in Price-

Bid basis and necessary alternations in the total amount shall be made on that basis.

13.3 In the event there is no similar class of work specified in the Price-Bid, the Bidder shall

work on a rate for such an item on the basis of the prevalent market rates for materials /

Page 47: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 47 ~ Signature of Bidder with Seal

men / machines and submit the same together with the detailed analysis to the Project

Manager within 7 days.

13.4 The Project Manager shall thereafter review the correctness and then conduct necessary

negotiations with the Bidder to arrive at a mutually agreeable rate. Engineer‟s decision

in regard to rates of such items shall be final and binding on the Bidder. In case of

conflict between this chapter and other Chapters of Technical Specifications, provisions

given in this chapter shall govern.

14.0 DANGER NOTICE PLATES: 14.1 SCOPE:

This Specification covers Danger Notice Plates to be displayed in accordance with rule

No.: 35 of Indian Electricity Rules, 2003.

14.2 APPLICABLE STANDARD:

Unless otherwise modified in this specification, the Danger Notice Plates shall comply

with IS: 2551- 1982 or the latest version thereof.

14.3 DIMENSION:

14.3.1 Two sizes of Danger Notice Plates as follows are recommended:

a) For display at 415 V installations : 200 x 150 mm

b) For display at 11 KV or higher voltage installations : 250 x 200 mm

14.3.2 The corners of the plate shall be rounded off.

14.3.3 The location of fixing holes can be modified to suit the requirements of the purchaser.

14.4 LETTERING:

All letterings shall be centrally spaced. The dimensions of the letters, figures and their

respective position shall be submitted with bid. The size of letters in the words in each

language and spacing between them shall be so chosen that these are uniformly written

in the space earmarked for them.

14.5 LANGUAGE:

14.5.1 Under Rule No.: 35 of Indian Electricity Rules, 2003, the owner of every medium,

high and extra high voltage installation is required to affix permanently in a

conspicuous position. A danger notice in Hindi or English and in addition to this, in

the local language with the sign of skull and bones.

14.5.2 The type and size of lettering to be done in ENGLISH, HINDI & ODIA to be indicated

in the specimen danger notice plates and must be in line with latest Indian standards.

14.5.3 Adequate space has been provided in the specimen danger notice plates for having the

letterings in local language for the equivalent of' Danger', „415‟, „11000‟ & „Volts‟.

14.6 MATERIAL AND FINISH:

The plate shall be made from mild steel sheet of at least 1.6 mm thick and vitreous

enameled white, with letters, figures and the conventional skull and cross-bones in

Page 48: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 48 ~ Signature of Bidder with Seal

signal red colour (refer IS: 5-1978) on the front side. The rear side of the plate shall

also be enameled in black colour only.

14.7 TEST:

The following tests shall be carried out:

i) Visual examination as per IS: 2551-1982

ii) Dimensional check as per IS: 2551-1982

iii) Test for weather proofness as per IS: 8709-1977 (or its latest version)

14.8 MARKING:

Maker's name and trade mark and the purchaser‟s name shall be marked in such a

manner and position on the plates that it does not interfere with the other information.

14.9 PACKING:

The plates shall be packed in wooden crates suitable for rough handling and acceptable

for rail/road transport.

15.0 NUMBER PLATE (SUPPORT): 15.1 SCOPE:

Weather proof number plate shall have unique name are to be installed on the pole

support. The plate shall be made from mild steel sheet of at least 1.6 mm thick and

vitreous enameled white, with letters in signal red color (refer IS: 5-1978) on the front

side. The rear side of the plate shall also be enameled. The digits shall be as under:

110121

000001

226

Digits shall be displayed as detailed above having at-least 25mm height. The overall size

of the plate shall be 200 x 250 mm x 1.6 mm. The corners of the plate shall be rounded

off. All lettering shall be centrally spaced. The dimensions of the letters, figures and

their respective position shall be as shown above.

The size of digits and spacing between them shall be so chosen that these are uniformly

written in the space earmarked for them. The type and size of digits to be written in

English as indicated above. The plate should be provided with 6 mm dia holes in

horizontal alignment for fixing to the pole by means of Galvanized MS flat clamp of 25

x 3 mm size. The nut & bolts used for fixing of plate should be of galvanized and

washers of electro-plated. The bolt should be used of at-least 6mm diameter.

15.2 TEST:

The following tests shall be carried out:

i) Visual examination as per IS: 2551-1982

ii) Dimensional check as per IS: 2551-1982

iii) Test for weather proofness as per IS: 8709-1977 (or its latest version)

Page 49: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 49 ~ Signature of Bidder with Seal

16.0 ANTI-CLIMBING DEVICES: The Contractor shall provide and install anti-climbing device on all 33/11 KV DP

structures and at all poles as per CEA guide line. This shall be done with modified

spikes as specified. The spikes clamp to be fitted with pole by bolting & welding in

such a way to avoid theft. The spike clamp to be made up of 50 x 6 mm GI Flat.

17.0 FITTINGS COMMON TO ALL LINE: 17.1 PIN INSULATOR BINDING:

The contractor shall use aluminium binding wire for binding shall be as per REC

Construction Standards No.: C-5 or better thereof.

17.2 MID SPAN COMPRESSION JOINT & REPAIR SLEEVES:

The contractor shall supply & install the Mid Span Compression Joint and Repair

Sleeves as per IS: 2121 (Part II).

17.3 GUY/STAY WIRE CLAMP:

The contractor shall supply & install Guy/Stay wire Clamp as per REC Construction

Standard G-1 or better here of as specified.

17.4 STAY/GUY SETS:

17.4.1 The Sty/Guys shall be used at the following pole locations:

17.4.1.1 At all the tapping points & dead end poles.

17.4.1.2 At all the points where DT is to be installed.

17.4.1.3 At all the points as per REC construction drawing No.: A-10 (for the diversion

angle of 10 to 60 degree)

17.4.1.4 At every pole for 33 KV line

17.4.1.5 Both side poles at all the crossing for road, nalla & railway crossings etc.

17.4.2 The arrangement and number of stay sets to be installed on different pole

structures shall be as per REC Construction Standards No.: A-23 to A-27, G-5 &

G-8. However, this shall be decided finally during erection as per the advice of

Engineer In-Charge.

17.4.3 The stay set to be installed complete in all respect and would broadly consist

of following items:

17.4.3.1 7/8 SWG G.I. Stay wire for 33 KV lines as per REC Specification No.: 46/1986

17.4.3.2 Stay Insulator type C for 33 KV line as per REC Specification No.: 21/1981

17.4.3.3 Turn Buckle, Anchor rod and plate (Hot Dipped galvanized)

17.4.3.4 Thimbles and Guy Grip

17.4.3.5 Complete stay set shall be as per REC Construction Standards no. G-1

17.4.3.6 The stay clamp is envisaged as GS structure along with other clamps brackets etc.

Page 50: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 50 ~ Signature of Bidder with Seal

17.4.4 Erection of Stay Set:

17.4.4.1 The contractor shall install the stay set complete in all respect. This includes

excavation of pit in all kinds of soil with PCC in the ratio 1:2:4 as specified which

shall be placed in the bottom of the pit.

17.4.4.2 The rest (upper half) of the pit shall be filled with excavated soil duly compacted

layer by layer. An angle between 30 to 45 degrees shall be maintained between

stay wire and the pole. The stay wire shall be used with a stay insulator at a

height of 5 mtr. above ground level with GI turn buckle.

17.4.4.3 Concreting of Stay (1 mtr. x 0.5 mtr. x 0.5 mtr.) (including supply of materials) to

be carried out.

18.0 POLES: 18.1 Support Structures will be of 9 mtr. , 11 mtr. & 13 mtr. long R. S. Joist poles

for 33 KV, 11 KV & LT line.

18.2 Any new design (approved and tested in any approved test bed) as per the required

parameters is also acceptable. No more MS poles without Galvanization will be used.

18.3 For easy transportation two pieces of R.S. Joist poles with single splice joint using

galvanized sections of channels / angles / plates of adequate size along with required

size GI bolt, nuts & spring washers is to be adopted.

18.4 Joist with minimum 150 x 150 mm sections are to be considered for the supports (in

accordance to scope).

18.5 2 nos. 450 mm long cleats with 65 x 65 x 5 mm angle to be welded or bolted by

providing minimum 2 nos. 16 mm B&N, sp. washer. Full length welding is to be done

on either side in the base level. The materials must conform to IS: 800.

18.6 All the test on materials and fabrication etc will be as per the relevant Indian standards.

18.7 In different crossings the contractor shall take into consideration the prevailing

regulations of the respective authorities before finalizing type and location of the

towers. While carrying out survey work, the contractor has to collect all relevant data,

prepare and submit drawings in requisite number for obtaining clearance from road,

aviation, railways, river and forest authorities.

19.0 R. S. JOIST POLE: 19.1 APPLICABLE STANDARDS:

19.1.1 The mild steel shall conform to IS: 2062 grade „A‟ modified up to date or equivalent

international standard for steel materials, documents for which shall be made available

at the time of inspection to the owner‟s representative.

19.1.2 The executant contractor shall be allowed to procure R.S. Joist Poles for this

project only from the selected vendors of WESCO Utility, i.e., M/s. SAIL, M/s.

TATA, M/s. Jindal Steel, M/s. NINL, Jajpur Road, M/s. Reliable Sponge Pvt.

Ltd., Rourkela & M/s. Sarthak Ispat Pvt. Ltd., Raipur only.

19.1.3 The executant contractor has to submit the GTP & drawings for R.S. Joist Poles

from the selected vendors of WESCO Utility, i.e., M/s. SAIL, M/s. TATA, M/s.

Page 51: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 51 ~ Signature of Bidder with Seal

Jindal Steel, M/s. NINL, Jajpur Road, M/s. Reliable Sponge Pvt. Ltd., Rourkela

& M/s. Sarthak Ispat Pvt. Ltd., Raipur only for accord of approval before

procurement.

19.2 GENERAL REQUIREMENTS:

Material shall be supplied as per the following sizes:

19.2.1 9 mtr. long 150 x 150 mm R.S. Joist Pole (34.6 Kg./mtr.)

19.3 INSPECTION:

All inspection/test will be carried out by representative of owner. All tests and

inspection shall be made at the place of manufacturer unless otherwise specially agreed

upon by the manufacturer and the owner. The manufacturer shall provide all reasonable

facilities without charge to satisfy him that the material is being supplied in accordance

with the specification.

20.0 CONSTRUCTION OF FOUNDATION FOR R. S. JOIST

POLES: 20.1 ERECTION OF POLE, CONCRETING OF POLES AND COMPACTION OF

SOIL: 20.1.1 Drawing for the excavation of pits, Foundation of both wet and Black cotton soil is

enclosed which are to be adopted. If better design with less volume approved or

tested by any other distribution agencies will also be acceptable.

20.1.2 Following arrangement shall be adopted for proper erection of poles wherever

necessary and properly compacting of the soil around the base / foot of the poles under

this package.

20.1.2.1 Excavation has to be done as per the drawing to the required depth and size. After

final excavation the pit should be dressed properly so that uneven portion and

loose soil should be removed before PCC (M-7.5) of thickness 75 mm is laid. The

base footing of the pole concreting RCC (M-15) has to be done by proper

alignment and verticality.

20.1.2.2 The verticality and leveling of pole/structure should be done by the help of

plumbob or with theodolite and leveling instrument.

20.1.2.3 In case of Joist pole, Base clits and in case of PSC pole, GI base plate (450 x 450

x 75) mm or RCC Pre–cast slab of size (500 x 500 x 100) mm has to be

provided over the Lean concrete.

20.1.2.4 Padding & Concreting for RS Joist Pole (2.2 mtr. x 0.5 mtr. x 0.5 mtr.) (including

supply of materials) in complete shape.

20.2 CEMENT CONCRETE (PLAIN OR REINFORCED) & BACK FILLING:

20.2.1 Materials:

All materials whether to be consumed in the work or used temporarily shall conform to

relevant IS specification, unless stated otherwise, and shall be of the best approved

quality.

Page 52: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 52 ~ Signature of Bidder with Seal

20.2.2 Cement:

20.2.2.1 Cement to be used in the work under the contract shall generally conform to IS:

269/455-1989. Cement bags shall be stored by the contractor in a water tight well

ventilated store sheds on raised wooden platform (raised at least 150 mm above

ground level) in such a manner as to prevent deterioration due to moisture or

intrusion of foreign matter.

20.2.2.2 Cements to be used within three months from the date of manufacture. Sub-

standard or partly set cement shall not be used and shall be removed from the site

by the contractor at his cost.

20.2.2.3 Coarse Aggregates, i.e., stone chips or stone ballast. For M15 concrete (mix 1:2:4)

the aggregate will be in the ranges from 12 mm to 20 mm size and for M 7.5

concrete (mix 1:4:8) these will be from 25 mm to 40 mm size.

20.2.3 Pole Erection:

20.2.3.1 After proper alignment, checking of verticality and leveling, the pole or structure

should be properly tied before placing of base concrete of required height. Again

the verticality and leveling should be checked.

20.2.3.2 The RCC pedestal concrete (M-15) is to be done by providing good quality of

shutters, so that there will no leakage of cement slurry during concreting. The

cooping height should be 750 mm above the existing ground level. The top portion

of the cooping should be made tapered.

20.2.3.3 All the bolted joints should be tightened properly by providing suitable size GI

bolt, nuts and spring washers. After completion of erection works all the bolts

should be spot welded in order to avoid theft of members.

20.2.3.4 The back filling of locations should be done by using the excavated soil only in

layers (each layer should not be more than 500 mm) by putting water and

ramming by using wooden rammers. In no case stone of size more than 75mm

used for back filling. Back-filling has to be done 75mm above ground level or as

specified.

20.2.3.5 Curing of concrete should be done for 28 day continuously. Curing should not be

done within 24 Hours of concreting.

20.2.3.6 All the excess excavated materials and other unused materials from the concreting

site should be disposed of to a suitable site by the contractor.

a) Mixer (Running time-2 min.)

b) In case of hand mixing, 10% extra cement has to be provided. Hand mixing

should be done on GI sheet platform o n l y .

c) Poking rod may be used for compacting in locations at PSC poles only

d) Use of vibrator for compacting is mandatory.

e) Clean water (free from saline and alkaline) should be used for concreting.

f) Aggregates (both coarse and fine) used should be free from foreign materials.

g) Shutters used should not be removed before 24 hrs. of casting.

h) In case of black cotton soil borrowed earth (morum soil mixed with sand is

preferable) may be used for back filling.

i) Sufficient qty. of water should be sprinkled over backfilled earth and

Page 53: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 53 ~ Signature of Bidder with Seal

chimney kept wet by using wet gunny bags.

20.2.3.7 All the persons working on tower shall wear safety helmet, safety belt and

safety shoes. Similarly all the persons working on ground shall wear safety helmet

and safety shoes.

20.2.3.8 If there is any LT/HT power line near the vicinity of tower erection, necessary

shutdown of the power line shall be obtained in writing from the concerned

Agency in order to avoid electrical hazards caused by accidental touching of

stay/Guy ropes with power line.

20.2.3.9 Safety precaution Safety shall be given utmost importance during stringing. The

following need to be ensured.

20.2.3.10 Safe working conditions shall be provided at the stringing site.

20.2.3.11 Full proof communication through walky-talkie / mobile phones shall be used in

order to avoid any damage to workmen or public on ground.

21.0 90 KN PORCELAIN TYPE DISC INSULATOR (B&S

TYPE) (ANTIFOG TYPE): 21.1 SCOPE:

This specification covers the details of the 90 KN B&S type porcelain insulators for use

on 33 KV & 11 KV line. The Disc Insulator must be Antifog type.

21.2 APPLICABLE STANDARDS:

Unless otherwise stipulated in this specification, the insulators shall comply with the

Indian Standard Specification IS: 731-1971 and the insulator fittings with IS: 2486 (Pt.:

I) - 1971 and IS: 2486 (Pt.: II)-1974 or the latest version thereof.

21.3 INSULATORS:

21.3.1 GENERAL REQUIREMENT:

21.3.1.1 The porcelain shall be sound, free from defects, thoroughly vitrified and smoothly

glazed.

21.3.1.2 Unless otherwise specified, the glaze shall be brown in colour. The glaze shall

cover all the porcelain parts of the insulator except those areas which serve as

supports during firing or are left unglazed for the purpose of assembly.

21.3.1.3 The design of the insulator shall be such that stresses due to expansion and

contraction in any part of the insulator shall not lead to deterioration. The porcelain

shall not engage directly with hard metal.

21.3.1.4 Cement used in the construction of 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 cement shall not give rise to

chemical reaction with metal fittings, and its thickness shall be as uniform as

possible.

21.4 CLASSIFICATION:

21.4.1 Only Type „B‟ insulators as defined in Indian Standards shall be used.

Page 54: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 54 ~ Signature of Bidder with Seal

21.4.2 The string insulators shall only be of ball and socket type.

21.5 BASIC INSULATION LEVEL:

21.5.1 The test voltages of the insulators shall be as under:

Highest System

Voltage

Visible

Discharge Test

Wet Power

Frequency

Withstand Test

Power Frequency Puncture

Withstand Test

Impulse

Voltage

Withstand Test String Insulator Unit

KVrms KVrms KVrms KVrms KVPeak

36 27 75 1.3 times the actual dry flash

over voltage of the Unit

170

12 9 50 140 155

21.5.2 In this specification, power frequency voltages are expressed as peak values divided by

impulse voltages are expressed as peak values.

21.5.3 The withstand and flashover voltages are referred to the „Reference Atmospheric

Conditions‟ as per Indian Standard.

21.6 MECHANICAL LOAD:

The insulators shall be suitable for the minimum failing loads specified as under:

a) Type : Antifog type insulator

b) Size of insulator : 280 x 146

c) Electro mechanical strength : 90 KN

d) Leakage distance (mm) : 580 mm minimum or as

Required to meet the total creepage

21.7 CREEPAGE DISTANCE:

The minimum creepage distance shall be as under:

Highest System Voltage Heavily polluted Atmosphere (Total)

36 KV 580 mm

11 KV 430 mm

Note: For insulator used in an approximately vertical position the values given in Col.

(2) or (3) shall apply. For insulators used in an approximately horizontal

position, the value given in Col. (2) shall apply but the value in Col. (3) may be

reduced by as much as 20%.

21.8 TEST:

The insulators shall comply with the following tests as per IS: 731-1971 and latest

version thereof.

21.8.1 TYPE TEST:

21.8.1.1 Visual examination

21.8.1.2 Verification of dimensions

Page 55: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 55 ~ Signature of Bidder with Seal

21.8.1.3 Visible discharge test

21.8.1.4 Impulse voltage withstand test

21.8.1.5 Wet power-frequency voltage withstand test

21.8.1.6 Temperature cycle test

21.8.1.7 Electro-mechanical failing load test

21.8.1.8 Mechanical failing load test (for those of Type B string insulator units to which

electro mechanical failing load test (g) is not applicable)

21.8.1.9 Twenty four hours mechanical strength test (for string insulators only when

specified by the purchaser

21.8.1.10 Puncture Test

21.8.1.11 Porosity test and

21.8.1.12 Galvanizing test

21.8.2 ACCEPTANCE TEST:

The test samples after having withstood the routine tests shall be subjected to the

following acceptance test in the order indicated below:

21.8.2.1 Verification of dimensions.

21.8.2.2 Temperature cycle test

21.8.2.3 Twenty four hours mechanical strength test (for string insulator units only when

specified by the Owner)

21.8.2.4 Electro-mechanical failing load test

21.8.2.5 Puncture test

21.8.2.6 Porosity test

21.8.2.7 Galvanizing test

21.8.3 ROUTINE TEST:

21.8.3.1 Visual examination

21.8.3.2 Mechanical routine test

21.8.3.3 Electrical routine test

21.9 MARKING:

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

21.9.1.1 Name or trade mark of the manufacturer

21.9.1.2 Month and year of manufacture

21.9.1.3 Minimum failing load in Newton

21.9.1.4 Country of the manufacture and

21.9.1.5 ISI Certification mark, if any

21.9.2 Marking on porcelain shall be printed and shall be applied before firing.

21.10 PACKING:

21.10.1 All insulators (without fittings) shall be packed in wooden crates suitable for easy but

rough handling and acceptable for rail transport.

Page 56: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 56 ~ Signature of Bidder with Seal

21.10.2 Where more than one insulator is packed in a crate, wooden separators shall be fixed

between the insulators to keep individual insulators in position without movement

within the crate. Disc insulators, however, may be assembled in string and packed

inside a crate to prevent movement.

22.0 3 BOLTED 90 KN GALVANISED HARDWARE FITTING

(B&S):

22.1 GENERAL REQUIREMENT:

22.1.1 All forgings and castings shall be of good finish and free of flaws and other defects.

The edges on the outside of fittings, such as at the ball socket and holes shall be

rounded.

22.1.2 All parts of different fittings which provide for interconnection shall be made such that

sufficient clearance is provided at the connection point to ensure free movement and

suspension of the insulator string assembly. All ball and socket connections shall be

free in this manner but care shall be taken that too much clearance between ball and

socket is avoided.

22.1.3 All ferrous fittings and the parts other than those of stainless steel, shall be galvanized.

Small fittings like spring washers, nuts, etc. may be electro-galvanized.

22.2 TYPE & DIMENSION:

22.2.1 Only ball and socket type insulator sets shall be used. The nominal dimensions of the

ball and sockets, ball eye and cross-arm straps mentioned in GTP.

22.2.2 Strain clamps shall be suitable for AAAC conductors. The ultimate strength of clamps

shall not be less than 4500 Kg.

22.3 TEST:

String insulator fittings shall comply with the following tests as per IS: 2486 (Pt. I).

22.3.1 TYPE TEST:

22.3.1.1 Slip strength test

22.3.1.2 Mechanical test

22.3.1.3 Electrical resistance test

22.3.1.4 Heating cycle test

22.3.1.5 Verification of dimensions

22.3.1.6 Galvanizing/Electroplating test

22.3.1.7 Visual examination test

22.3.2 ACCEPTANCE TEST:

22.3.2.1 Verification of dimensions

22.3.2.2 Galvanizing/Electroplating test

22.3.2.3 Mechanical tests

22.3.3 ROUTINE TEST:

22.3.3.1 Visual examination test and

Page 57: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 57 ~ Signature of Bidder with Seal

22.3.3.2 Routine mechanical test

22.4 MARKING:

The caps and clamps shall have marked on them the following:

22.4.1 Name or trade mark of the manufacturer

22.4.2 Year of manufacture

22.5 PACKING:

22.5.1 For packing of GI pins, strain clamps and related hardware, double gunny bags (or

wooden cases, if deemed necessary) shall be employed. The heads and threaded

portions of pins and the fittings shall be properly protected against damage. The gross

weight of each packing shall not normally exceed 50 Kg. Different fittings shall be

packed in different bags or cases and shall be complete with their minor accessories

fitted in place. All nuts shall be hand-tightened over the bolts and screwed up to the

farthest point.

22.5.2 The packages containing fittings may also be marked with the ISI certification mark.

23.0 33 KV PORCELAIN TYPE PIN INSULATOR: 23.1 SCOPE:

This specification covers details of porcelain insulators (Pin Insulators) for use on 33

KV overhead power lines in rural electric distribution system.

23.2 APPLICABLE STANDARDS:

Except when it conflicts with the specific requirements of this specification, the

insulators shall comply with IS: 731 & IS: 3188 as amended from time to time.

23.3 GENERAL REQUIREMENTS:

23.3.1 The porcelain shall be sound, free from defects, thoroughly vitrified and smoothly

glazed.

23.3.2 Unless otherwise specified, the glaze shall be brown in colour. The glaze shall cover

all the porcelain parts of insulators except those areas which serve as support during

firing or are left unglazed for the purpose of assembly.

23.3.3 The design of insulators shall be such that stresses due to expansion and contraction in

any part of the insulator shall not lead to deterioration. The porcelain shall not engage

directly with hard metal.

23.3.4 Cement used in construction of insulators shall not cause fracture by expansion or

loosening by contraction and proper care shall be taken to locate the individual parts

correctly during cementing. The cement shall not give rise to chemical reaction with

metal fittings and its thickness shall be a uniform as possible.

23.3.5 The insulators should preferably be manufactured in automatic temperature -

controlled kilns to obtain uniform baking and better electrical and mechanical

properties.

Page 58: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 58 ~ Signature of Bidder with Seal

23.4 CLASSIFICATION & DIMENSION:

Pin insulators shall conform to Type B of IS: 731.

23.5 TEST VOLTAGE:

The test voltages of insulators shall be as under:

Highest

System voltage

Visible Discharge

Test

Wet Power

Frequency

withstand Test

Power Frequency puncture

withstand test

Impulse

voltage

withstand Test Pin Insulator

KVrms KVrms KVrms KVrms KVPeak

36 27 75 180 170

23.6 FAILING LOAD:

23.6.1 Mechanical Failing Load (For Pin Insulators only):

The insulators shall be suitable for a minimum failing load of 10 KN applied in

transverse direction.

23.6.2 CREEPAGE DISTANCE:

The minimum creepage distance shall be as under:

Highest System Voltage Normal and Moderately

polluted atmosphere

Heavily Polluted atmosphere

Pin Insulator

KV mm mm

36 580 mm 840 mm

Note: For insulator used in an approximately vertical position the values given in Col. (2) or

(3) shall apply. For insulators used in an approximately horizontal position, the value

given in Col. (2) shall apply but the value in Col. (3) may be reduced by as much as

20%.

23.7 TEST:

The insulators shall comply with the following tests as per IS: 731-1971 & latest version

thereof.

23.7.1 TYPE TEST:

23.7.1.1 Visual examination

23.7.1.2 Verification of dimensions

23.7.1.3 Visible discharge test

23.7.1.4 Impulse Voltage Withstand Test

23.7.1.5 Wet Power Frequency Voltage Withstand Test

23.7.1.6 Temperature cycle test

23.7.1.7 Mechanical Failing load test to be carried out as per procedure described at sub-

clause: 8.4

23.7.1.8 Puncture Test

23.7.1.9 Porosity Test

Page 59: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 59 ~ Signature of Bidder with Seal

23.7.1.10 Galvanizing Test

23.7.2 ROUTINE TEST:

23.7.2.1 Visual examination

23.7.2.2 Hydraulic Internal Pressure test on shells for strain insulators to be carried out as

per procedure described at sub-clause 8.4

23.7.3 ACCEPTANCE TEST:

23.7.3.1 Verification of Dimensions

23.7.3.2 Temperature cycle Test

23.7.3.3 Porosity test

23.7.3.4 Galvanizing test

23.7.4 Following procedure shall be used for conducting tests on insulators:

23.7.4.1 Thermal Mechanical Performance Test (if applicable):

23.7.4.1.1 Thermal Mechanical Performance Test shall be performed in accordance with

IEC: 383-1-1993 Clause No.: 20 with the following modifications:

23.7.4.1.1.1 The applied mechanical load during this test shall be 70% of the rated

electromechanical or mechanical value.

23.7.4.1.1.2 The acceptance criteria shall be:

23.7.4.1.1.2.1 X greater than or equal to R + 3S

Where:

X: Mean value of the individual mechanical failing load

R: Rated electro-mechanical / mechanical failing load

S: Standard deviation

23.7.4.1.1.2.2 The minimum sample size shall be taken as 20 for disc insulator units.

23.7.4.1.1.2.3 The individual electromechanical failing load shall be at least equal to the

rated value. Also puncture shall not occur before the ultimate fracture.

23.7.4.2 Electromechanical/Mechanical Failing Load Test:

This test shall be performed in accordance with clause 18 and 19 of IEC: 383 with

the following acceptance:

23.7.4.2.1 X greater than or equal to R + 3S

Where:

X: Mean value of the electro-mechanical/mechanical/ failing load

R: Rated electro-mechanical / mechanical failing load

S: Standard deviation

23.7.4.2.2 The minimum sample size shall be taken as 20 for disc insulators units. However

for larger lot size, IEC: 591 shall be applicable.

Page 60: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 60 ~ Signature of Bidder with Seal

23.7.4.2.3 The individual electro-mechanical/mechanical failing load shall be at least equal

to the rated value. Also electrical puncture shall not occur before the ultimate

fracture.

23.8 MARKING:

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

23.8.1.1 Name or trade mark of manufacturer

23.8.1.2 Month and year of manufacture

23.8.1.3 Minimum failing load in KN

23.8.1.4 ISI certification mark, if any

23.8.2 Markings on porcelain shall be printed and shall be applied before firing.

23.9 PACKING:

All insulators (without fittings) shall be packed in wooden crates suitable for easy but

rough handling and acceptable for rail transport. Where more than one insulator is

packed in a crate, wooden separators shall be fixed between the insulators to keep

individual insulators in position without movement within the crate.

23.10 INSPECTION:

23.10.1 All tests and inspection shall be made at the place of manufacture unless otherwise

especially agreed upon by the manufacturer and purchaser at the time of purchase.

The manufacturer shall afford the inspector representing the purchaser all reasonable

facilities, without charge, to satisfy him that the material is being furnished in

accordance with this specification.

23.10.2 The Owner has the right to have the tests carried out at his own cost by an

independent agency whenever there is dispute regarding the quality of supply.

24.0 CLAMPS & CONNECTORS: 24.1 The material of clamps and connectors shall be Aluminium alloy casting conforming to

designation A6 of IS: 617 for connecting to equipment terminals and conductors of

aluminium.

24.2 In case the terminals are of copper, the same clamps/connectors shall be used with 2

mm thick bimetallic liner. The material of clamps and connectors shall be galvanized

mild steel for connecting to shield wire. Bolts, nuts and plain washers shall be hot dip

galvanized mild steel for sizes M16 and above.

24.3 For sizes below M16, they shall be electro-galvanized mild steel. The spring washers

shall be electro-galvanized mild steel. All castings shall be free from blow holes, surface

blisters, cracks and cavities. All sharp edges and corners shall be rounded off to meet

specified corona and radio interference requirements. They shall have same current

rating as that of the connected equipment.

Page 61: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 61 ~ Signature of Bidder with Seal

24.4 All current carrying parts shall be at least 10 mm thick. The connectors shall be

manufactured to have minimum contact resistance. Flexible connectors, braids or

laminated strips shall be made up of copper/aluminium. Current rating and size of

terminal/conductor for which connector is suitable shall be embossed/punched on each

component.

24.5 The tension clamp shall be made out of aluminium alloy conforming to IS: 617 A6 and

of 3 pair bolted (M-16) type suitable for 100 mm sq / 232 mm sq AAAC. UTS of

Hardware fittings must be of 90 KN. The tension clamp shall not permit slipping or

damage to failure of the complete conductor or any part thereof at a load less than 95%

of ultimate strength of the conductor. The tension clamp shall be of a design that will

ensure unrestricted flow of current without use of parallel groove clamps. M16 x 165

Bolt, nut & washer for cross arm of 1 set, cross arm of 1 pair, ball eye of 1 no., socket

eye of 1 no., tension clamp with keeper of 1 set, M16 U-Bolt, nut & washer of 3 set,

M12 SP washer of 8 nos., M16 Rivet with washer of 2 nos. & Split Pin of 3 nos.

24.6 The suspension clamp will be envelope type made out of aluminium alloy suitable for

accommodating performed armoured rod. Single suspension type set having ball hook,

tower side arcing horn, socket eye with R-type security clip, line side arcing horn &

suspension clamps. Double suspension type set having ball hook, sockets clevis with R-

type security clip-3 nos., yoke plate – 2 nos., tower side arcing horn-2 nos., ball clevis-2

nos., line side arcing horn-2 nos., clevis eye & suspension clamp.

25.0 33 KV GI PIN: 25.1 GENERAL REQUIREMENT:

25.1.1 The pin shall be a single piece obtained preferably by the process of forging. It shall

not be made by joining, welding, shrink-fitting or any other process from more than

one piece of material.

25.1.2 It shall be of good finish, free from flaws and other defects. The finish of the collar

shall be such that a sharp angle between the collar and the shank is avoided.

25.1.3 All ferrous pins, nuts and washer except those made of stainless steel shall be

galvanized. The threads of nuts shall be cut after galvanizing and shall be well oiled

and greased.

25.2 TYPE & DIMENSION:

Pins with large steel head Type L300N as per IS: 2486 (Pt.: II) having stalk length of

300 mm and shank length of 150 mm with minimum failing load of 10 KN shall be

used.

25.3 TEST:

Insulator pins shall comply with the following tests as per IS: 2486 (Pt.: I).

25.3.1 TYPE TEST:

25.3.1.1 Visual examination test

25.3.1.2 Checking of threads on heads

Page 62: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 62 ~ Signature of Bidder with Seal

25.3.1.3 Galvanizing test

25.3.1.4 Mechanical test

25.3.2 ACCEPTANCE TEST:

25.3.2.1 Checking of threads on heads

25.3.2.2 Galvanizing test

25.3.2.3 Mechanical test

25.3.3 ROUTINE TEST:

25.3.3.1 Visual examination

25.4 PACKING:

25.4.1 For packing of GI pins, strain clamps and related hardware, double gunny bags (or

wooden cases, if deemed necessary) shall be employed. The heads and threaded

portions of pins and the fittings shall be properly protected against damage. The gross

weight of each packing shall not normally exceed 50 Kg.

25.4.2 Different fittings shall be packed in different bags or cases and shall be complete with

their minor accessories fitted in place. All nuts shall be hand-tightened over the bolts

and screwed up to the farthest point.

26.0 The packages containing fittings may also be marked with the ISI certification mark.

27.0 33 KV F CLAMP: 27.1 33 KV line pole top bracket, i.e., 33 KV „F‟ clamp fabricated out of 75 x 10 MS Flat

welded together as per REC standard and minimum Weight of Cross Arm (min.) is 4.98

Kg.

27.2 After fabrication, the cross arm shall be painted with two coats of red oxide primer and

two coats of aluminium paint confirming to REC construction standard and suitably

designed to fit 9 mtr., 11 mtr. & 13 mtr. Joist Pole.

28.0 33 KV „V‟ CROSS ARM: 33 KV „V‟ Cross Arm fabricated out of 100 x 50 x 6 mm M.S. Channel as per REC

standard and minimum Weight of Cross Arm (min.) is 22 Kg. After fabrication, the

cross arm shall be painted with two coats of Red Oxide primer and two coats of

aluminium paint confirming to REC construction standard.

29.0 BACK CLAMP FOR 33 KV „V‟ CROSS ARM: Back clamp for 33 KV „V‟ Cross Arm made out of 50 x 8 mm MS Flat and minimum

Weight of Cross Arm (min.) is 2.4 Kg. After fabrication, the cross arm shall be painted

with two coats of red oxide primer and two coats of aluminium paint confirming to REC

construction standard and shall be suitably designed to fit the „V‟ Cross Arm & pole.

Page 63: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 63 ~ Signature of Bidder with Seal

30.0 11 KV „V‟ CROSS ARM: 11 KV „V‟ Cross Arm fabricated out of 100 x 50 x 6 mm M.S. Channel as per REC

standard and minimum Weight of Cross Arm (min.) is 10.2 Kg. After fabrication, the

cross arm shall be painted with two coats of Red Oxide primer confirming to REC

construction standard.

31.0 BACK CLAMP FOR 11 KV „V‟ CROSS ARM: Back clamp for 11 KV „V‟ Cross Arm made out of 50 x 8 mm MS Flat and minimum

Weight of Back clamp for 11 KV „V‟ Cross Arm (min.) is 1.7 Kg. After fabrication, the

cross arm shall be painted with two coats of red oxide primer confirming to REC

construction standard and shall be suitably designed to fit the „V‟ Cross Arm as well as

pole.

32.0 11 KV F CLAMP: 11 KV line pole top bracket, i.e., 11 KV „F‟ clamp fabricated out of 75 x 10 MS Flat

welded together as per REC standard and minimum Weight of 11 KV „F‟ clamp (min.)

is 2.9 Kg. After fabrication, the cross arm shall be painted with two coats of red oxide

primer confirming to REC construction standard and suitably designed to fit 8 mtr., 9

mtr., 11 mtr. & 13 mtr. Joist Pole.

33.0 11 KV PIN INSULATOR: 33.1 SCOPE:

This specification covers details of porcelain insulators (Pin Insulators) for use on 11

KV overhead power lines in electric distribution system.

33.2 APPLICABLE STANDARDS:

Except when it conflicts with the specific requirements of this specification, the

insulators shall comply with IS: 731 & IS: 3188 as amended from time to time.

33.3 GENERAL REQUIREMENTS:

33.3.1 The porcelain shall be sound, free from defects, thoroughly vitrified and smoothly

glazed.

33.3.2 Unless otherwise specified, the glaze shall be brown in colour. The glaze shall cover

all the porcelain parts of insulators except those areas which serve as support during

firing or are left unglazed for the purpose of assembly.

33.3.3 The design of insulators shall be such that stresses due to expansion and contraction in

any part of the insulator shall not lead to deterioration. The porcelain shall not engage

directly with hard metal.

33.3.4 Cement used in construction of insulators shall not cause fracture by expansion or

loosening by contraction and proper care shall be taken to locate the individual parts

correctly during cementing.

33.3.5 The cement shall not give rise to chemical reaction with metal fittings and its thickness

shall be a uniform as possible.

Page 64: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 64 ~ Signature of Bidder with Seal

33.3.6 The insulators should preferably be manufactured in automatic temperature -

controlled kilns to obtain uniform baking and better electrical and mechanical

properties.

33.4 CLASSIFICATION AND DIMENSIONS:

Pin insulators shall conform to Type B of IS: 731.

33.5 TEST VOLTAGES:

The test voltages of insulators shall be as under:

Highest

System voltage

Visible Discharge

Test

Wet Power

Frequency

withstand Test

Power Frequency puncture

withstand test

Impulse

voltage

withstand Test Pin Insulator

KVrms KVrms KVrms KVrms KVPeak

12 9 35 105 75

33.6 FAILING LOAD: Mechanical Failing Load (For Pin Insulators only):

The insulators shall be suitable for a minimum failing load of 5 KN applied in transverse

direction.

33.7 CREEPAGE DISTANCE:

The minimum creepage distance shall be as under:

Highest System Voltage Normal and Moderately

polluted atmosphere

Heavily Polluted atmosphere

Pin Insulator

KV mm mm

12 230 320

Note: Higher value of creepage distance has been specified for strain insulators as these are

normally used in horizontal position in 11 KV lines.

33.8 TEST:

The insulators shall comply with the following tests as per IS: 731.

33.8.1 TYPE TEST:

33.8.1.1 Visual examination

33.8.1.2 Verification of dimensions

33.8.1.3 Visible discharge test

33.8.1.4 Impulse Voltage Withstand Test

33.8.1.5 Wet Power Frequency Voltage Withstand Test

33.8.1.6 Temperature cycle test

33.8.1.7 Mechanical Failing load test to be carried out as per procedure described at sub-

clause: 8.4

33.8.1.8 Puncture Test

33.8.1.9 Porosity Test

Page 65: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 65 ~ Signature of Bidder with Seal

33.8.1.10 Galvanizing Test

33.8.2 ROUTINE TEST:

33.8.2.1 Visual examination

33.8.3 ACCEPTANCE TEST:

33.8.3.1 Verification of Dimensions

33.8.3.2 Temperature cycle Test

33.8.3.3 Porosity test

33.8.3.4 Galvanizing test

33.8.4 Following procedure shall be used for conducting tests on insulators:

33.8.4.1 Thermal Mechanical Performance Test (if applicable):

Thermal Mechanical Performance Test shall be performed in accordance with IEC:

383-1-1993 Clause 20 with the following modifications:

33.8.4.2 The applied mechanical load during this test shall be 70% of the rated

electromechanical or mechanical value.

33.8.4.3 The acceptance criteria shall be:

33.8.4.3.1 X greater than or equal to R + 3S

Where:

X: Mean value of the individual mechanical failing load

R: Rated electro-mechanical / mechanical failing load

S: Standard deviation

33.8.4.3.2 The minimum sample size shall be taken as 20 for disc insulator units.

33.8.4.3.3 The individual electromechanical failing load shall be at least equal to the rated

value. Also puncture shall not occur before the ultimate fracture.

34.8.4.2 Electromechanical/Mechanical Failing Load Test:

This test shall be performed in accordance with clause 18 and 19 of IEC: 383 with

the following acceptance:

34.8.4.2.1 X greater than or equal to R + 3S

Where:

X: Mean value of the electro-mechanical/mechanical/ failing load

R: Rated electro-mechanical / mechanical failing load

S: Standard deviation

34.8.4.2.2 The minimum sample size shall be taken as 20 for disc insulators units. However

for larger lot size, IEC: 591 shall be applicable.

34.8.4.2.3 The individual electro-mechanical/mechanical failing load shall be at least equal

to the rated value. Also electrical puncture shall not occur before the ultimate

fracture.

Page 66: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 66 ~ Signature of Bidder with Seal

34.9 MARKING:

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

34.9.1.1 Name or trade mark of manufacturer

34.9.1.2 Month and year of manufacture

34.9.1.3 Minimum failing load in KN

34.9.1.4 ISI certification mark, if any

34.9.2 Markings on porcelain shall be printed and shall be applied before firing.

34.10 PACKING:

All insulators (without fittings) shall be packed in wooden crates suitable for easy but

rough handling and acceptable for rail transport. Where more than one insulator is

packed in a crate, wooden separators shall be fixed between the insulators to keep

individual insulators in position without movement within the crate.

34.11 INSPECTION:

34.11.1 All tests and inspection shall be made at the place of manufacture unless otherwise

especially agreed upon by the manufacturer and purchaser at the time of purchase.

The manufacturer shall afford the inspector representing the purchaser all reasonable

facilities, without charge, to satisfy him that the material is being furnished in

accordance with this specification.

34.11.2 The purchaser has the right to have the tests carried out at his own cost by an

independent agency whenever there is dispute regarding the quality of supply.

34.0 11 KV GI PIN: 34.1 SCOPE:

This specification covers details and test requirements for:

34.1.1 Pins for 11 KV Insulators

34.1.2 Helically Formed Pin Insulator Ties

34.2 APPLICABLE STANDARDS:

Pins shall comply with the requirements of IS: 2486 (Pt.: I & II). Helically formed

fittings shall comply with IS: 12048-1987.

34.3 PINS FOR INSULATORS:

34.3.1 General Requirements:

The pins shall be of single piece obtained preferably by the process of forging. They

shall not be made by joining, welding & shrink fitting or any other process using more

than one piece of material. The pins shall be of good finish, free from flaws and other

defects. The finish of the collar shall be such that a sharp angle between the collar and

the shank is avoided. All ferrous pins, nuts and washers, except those made of stainless

steel, shall be galvanized. The threads of nuts and taped holes, when cut after

galvanizing shall be well oiled or greased.

Page 67: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 67 ~ Signature of Bidder with Seal

34.3.2 Dimension:

Pins shall be of small steel head type S 165 P as per IS: 2486 (Part-II) having stalk

length of 165 mm and shank length of 150 mm with minimum failing load of 5 KN.

34.3.3 Test:

Insulator pins shall comply with the following test requirements as per IS: 2486 (Part-

I)-1993 or latest version thereof.

34.3.3.1 Type Test:

34.3.3.1.1 Checking of threads on heads

34.3.3.1.2 Galvanizing test

34.3.3.1.3 Visual examination test

34.3.3.1.4 Mechanical test

34.3.3.2 Acceptance Test:

34.3.3.2.1 Checking of threads on heads

34.3.3.2.2 Galvanizing test

34.3.3.2.3 Mechanical test

34.3.3.3 Routine Test:

34.3.3.3.1 Visual examination test

34.4 HELICALLY FORMED PIN INSULATOR TIES:

34.4.1 Helically formed ties used for holding the conductor on the pin insulator shall be made

of aluminium alloy or aluminized steel or aluminium-clad steel wires and shall

conform to the requirements of IS: 12048-1987.

34.4.2 The ties shall be suitable for pin insulator dimensions and conductor sizes to be

specified by the purchaser.

Note: Helically formed insulators ties are made to suit specific sizes of

conductors, which should be clearly specified by the purchaser. Elastomer

pad for insulator shall be used with the ties to avoid abrasion of the

conductor coming in to direct contact with the insulator.

TEST: The ties shall be subjected to the tests specified in IS: 12048-1987.

35.0 20 mm DIA GALVANISED HT STAY SET: 35.1 The 20 mm dia. Stay set (Line Guy set) will consist of the following components:

35.1.1 ANCHOR ROD WITH ONE WASHER AND NUT:

Overall length of Rod should be 1800 mm to be made out of 20 mm dia GS Rod, one

end threaded up to 40 mm length with a pitch of a thread per cm. And provided with

one square G.S. Washer of Size 50 x 50 x 1.6 mm and one GS Hexagonal nut

conforming to IS: 1367: 1967 & IS: 1363: 1967. Both washer & nut to suit the

threaded rod of 20 mm. The other end of the rod to be made into a round eye having an

Page 68: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 68 ~ Signature of Bidder with Seal

inner dia of 40 mm with best quality welding. Dimensional and other details are

indicated and submitted by bidders for owner‟s approval before start of manufacturing.

35.1.2 ANCHOR PLATE:

Size 300 x 300 x 8 mm: To be made out of G.S. Plate of 8 mm thickness. The anchor

plate to have at its center 22 mm dia hole.

35.1.3 TURN BUCKLE, EYE BOLT WITH 2 NUTS:

To be made of 20 mm dia G.S. Rod having an overall length of 450 mm. One end of

the rod to be threaded up to 300 mm length with a pitch of 4 threads per cm. The 20

mm dia bolt so made shall be provided with two G.S. Hexagonal nuts of suitable size

conforming to IS: 1637/1967 & IS: 1363/1967. The other end of the rod shall be

rounded into a circular eye of 40 mm inner dia with proper and good quality of

welding. Welding details are to be indicated by the bidder separately for approval.

35.1.4 BOW WITH WELDED CHANNEL:

To be made out of 16 mm dia G.S. Rod. The finished bow shall have and overall

length of 995 mm ad height of 450 mm. The apex or top of the bow shall be bent at an

angle of 10 R. The other end shall be welded with proper and good quality welding to

a G.S. Channel 200 mm long having a dimension of 100 x 50 x 4.7 mm. The Channel

shall have 2 holes of 18 mm dia and 22 dia hole at its center.

35.1.5 THIMBLE 2 Nos.:

To be made of 1.5 mm thick G.S. sheet into a size of 75 x 22 x 40 mm and shape as

per standard.

35.1.6 GALVANISING:

The complete assembly shall be hot dip galvanized.

35.1.7 WELDING:

The minimum strength of welding provided on various components of 20 mm dia stay

sets shall be 4900 Kg. Minimum 6 mm filet weld or its equivalent weld area should be

deposited in all positions of the job, i.e., at any point of the weld length. The welding

shall be conforming to relevant IS: 823/1964 or its latest amendment.

35.1.8 THREADING:

The threads on the Anchor Rods, Eye Bolts and Nuts shall be as per specification IS:

4218:1967 (ISO Metric Screw Threads). The Nuts shall be conforming to the

requirements of IS: 1367:1967 and have dimension as per IS: 1363: 1967. The

mechanical property requirement of fasteners shall confirm to the properly clause 4.6

each for anchor rods and Eye bolt and property Clause: 4 for nuts as per IS: 1367:

1967.

Average weight of finished 20 mm dia. Stay Sets : 14.523 Kg. (minimum)

(Excluding Nuts, Thimbles & Washers)

15.569 Kg. (maximum)

Page 69: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 69 ~ Signature of Bidder with Seal

35.2 TEST CERTIFICATE FOR 20 mm DIA HT STAY SET:

The contractor shall be required to conduct testing of materials at NABL accredited

testing laboratory during pre–dispatch inspection for Tensile Load of 4900 Kg. applied

for one minute on the welding & maintained for one minute for 20 mm dia stay sets.

35.3 IDENTIFICATION MARK FOR 20 mm DIA HT STAY SET:

All stay sets should carry the identification mark of word “WESCO Utility” and size of

the stay set. This should be engraved on the stay plate and on stay rods to ensure proper

identification of the materials. The nuts should be of a size compatible with threaded

portion of rods and there should be no play or slippage of nuts. Welding wherever

required should be perfect and should not give way after erection.

35.4 TOLERANCES FOR 20 mm DIA HT STAY SET:

The tolerances for various components of the stay sets are indicated below subject to the

condition that the average weight of finished stay sets of 20 mm dia excluding nuts,

thimbles & washers shall not be less than the weight specified above:

36.0 HT STAY CLAMP (1.9 KG./PAIR): HT stay clamp suitable for R.S. Joist poles made out of 50 x 8 mm M.S Flat, confirming

to latest IS Specification. After fabrication, the clamp for HT stay shall be painted with

two coats of Red Oxide and two coats of aluminium paint conforming to REC

construction standard and drawing.

37.0 7/8 SWG GI STAY WIRE: 37.1 SCOPE:

This Specification covers details of G.I. stranded stay wires of 7/8 SWG for use in 33

KV distribution system.

37.2 APPLICABLE STANDARD:

Except when they conflict with the specific requirements of this specification, the G.I.

Stranded Wires shall comply with the specific requirements of IS: 2141-1979. IS: 4826-

1979 & IS: 6594-1974 or the latest versions thereof.

37.3 APPLICATION & SIZES:

37.3.1 The G.I. stranded wires covered in this Specification are intended for use on the

overhead power line poles, distribution transformer structures etc.

37.3.2 The G.I. stranded wires shall be of 7/3.15 mm standard sizes.

37.4 MATERIAL:

The wires shall be drawn from steel made by the open hearth basic oxygen or electric

furnace process and of such quality that when drawn to the size of wire specified and

coated with zinc, the finished strand and the individual wires shall be of uniform quality

and have the properties and characteristics as specified in this specification. The wires

shall not contain sulphur and phosphorus exceeding 0.060% each.

Page 70: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 70 ~ Signature of Bidder with Seal

37.5 TENSILE GRADE:

The wires shall be of tensile grade 4, having minimum tensile strength of 700 N/mm2

conforming to IS: 2141.

37.6 GENERAL REQUIREMENTS:

37.6.1 The outer wire of strands shall have a right-hand lay.

37.6.2 The lay length of wire strands shall be 12 to 18 times the strand diameter.

37.7 MINIMUM BREAKING LOAD:

The minimum breaking load of the wires before and after stranding shall be as follows:

No. of wires

& const.

Wire dia

(mm)

Min. breaking load of Single

wire before stranding (KN)

Min. breaking load of the

standard wire (KN)

7 (6/1) 3.15 5.45 36.26

37.8 CONSTRUCTION:

37.8.1 The galvanized stay wire shall be of 7-wire construction. The wires shall be so

stranded together that when an evenly distributed pull is applied at the ends of

completed strand, each wire shall take an equal share of the pull.

37.8.2 Joints are permitted in the individual wires during stranding but such joints shall not be

less than 15 meter apart in the finished strands.

37.8.3 The wire shall be circular and free from scale, irregularities, imperfection, flaws, splits

and other defects.

37.9 TOLERANCES:

A tolerance of (±) 2.5% on the diameter of wires before stranding shall be permitted.

37.10 SAMPLING CRITERIA:

The sampling criteria shall be in accordance with IS: 2141.

37.11 TESTS ON WIRES BEFORE MANUFACTURE:

The wires shall be subjected to the following tests in accordance with IS: 2141:

37.11.1 Ductility Test

37.11.2 Tolerance on Wire Diameter

37.12 TESTS ON COMPLETED STRAND:

The completed strand shall be tested for the following tests in accordance with IS:

2141.

37.12.1 Tensile and Elongation Test : The percentage elongation of the

Stranded wire shall not be less than 6%

37.12.2 Chemical Analysis

37.12.3 Galvanizing Test : The Zinc Coating shall conform to

“Heavy Coating” as laid down in IS: 4826

Page 71: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 71 ~ Signature of Bidder with Seal

37.13 MARKING:

Each coil shall carry a metallic tag, securely attached to the inner part of the coil,

bearing the following information:

37.13.1 Manufacturers‟ name or trade mark

37.13.2 Lot number and coil number

37.13.3 Size

37.13.4 Construction

37.13.5 Tensile Designation

37.13.6 Lay

37.13.7 Coating

37.13.8 Length

37.13.9 Mass

37.13.10 ISI certification mark, if any

37.14 PACKING:

The wires shall be supplied in 75-100 Kg. coils. The packing should be done in

accordance with the provisions of IS: 6594.

38.0 7/10 SWG GI STAY WIRES: 38.1 SCOPE:

This Specification covers details of G.I. stranded stay wires for use in rural distribution

system.

38.2 APPLICABLE STANDARDS:

Except when they conflict with the specific requirements of this specification, the G.I.

Stranded Wires shall comply with the specific requirements of IS: 2141-1979. IS: 4826-

1979 & IS: 6594-1974 or the latest versions thereof.

38.3 APPLICATION AND SIZES:

38.3.1 The G.I. stranded wires covered in this Specification are intended for use on the

overhead power line poles, distribution transformer structures etc.

38.3.2 The G.I. stranded wires shall be of 7/2.5 mm, 7/3.15 mm and 7/4.0 mm standard sizes.

38.4 MATERIAL:

The wires shall be drawn from steel made by the open hearth basic oxygen or electric

furnace process and of such quality that when drawn to the size of wire specified and

coated with zinc, the finished strand and the individual wires shall be of uniform quality

and have the properties and characteristics as specified in this specification. The wires

shall not contain sulphur and phosphorus exceeding 0.060% each.

38.5 TENSILE GRADE:

The wires shall be of tensile grade 4, having minimum tensile strength of 700 N/mm2

conforming to IS: 2141.

Page 72: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 72 ~ Signature of Bidder with Seal

38.6 GENERAL REQUIREMENTS:

38.6.1 The outer wire of strands shall have a right-hand lay.

38.6.2 The lay length of wire strands shall be 12 to 18 times the strand diameter.

38.7 MINIMUM BREAKING LOAD:

The minimum breaking load of the wires before and after stranding shall be as follows:

No. of wires

& const.

Wire dia

(mm)

Min. breaking load of Single

wire before stranding (KN)

Min. breaking load of the

standard wire (KN)

7(6/1) 2.5 3.44 22.86

7(6/1) 3.15 5.45 36.26

7(6/1) 4.0 8.79 58.45

38.8 CONSTRUCTION:

38.8.1 The galvanized stay wire shall be of 7-wire construction. The wires shall be so

stranded together that when an evenly distributed pull is applied at the ends of

completed strand, each wire shall take an equal share of the pull.

38.8.2 Joints are permitted in the individual wires during stranding but such joints shall not be

less than 15 meter apart in the finished strands.

38.8.3 The wire shall be circular and free from scale, irregularities, imperfection, flaws, splits

and other defects.

38.9 TOLERANCES:

A tolerance of (±) 2.5% on the diameter of wires before stranding shall be permitted.

38.10 SAMPLING CRITERIA:

The sampling criteria shall be in accordance with IS: 2141.

38.11 TESTS ON WIRES BEFORE MANUFACTURE:

The wires shall be subjected to the following tests in accordance with IS: 2141.

38.11.1 Ductility Test

38.11.2 Tolerance on Wire Diameter

38.12 TESTS ON COMPLETED STRAND:

The completed strand shall be tested for the following tests in accordance with IS:

2141.

38.12.1 Tensile and Elongation Test : The percentage elongation of the

Stranded wire shall not be less than

6%

38.12.2 Chemical Analysis

38.12.3 Galvanizing Test : The Zinc Coating shall conform to

“Heavy Coating” as laid down in

IS: 4826

Page 73: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 73 ~ Signature of Bidder with Seal

38.13 MARKING:

Each coil shall carry a metallic tag, securely attached to the inner part of the coil,

bearing the following information:

38.13.1 Manufacturer‟s name or trade mark

38.13.2 Lot number and coil number

38.13.3 Size

38.13.4 Construction

38.13.5 Tensile Designation

38.13.6 Lay

38.13.7 Coating

38.13.8 Length

38.13.9 Mass

38.13.10 ISI certification mark, if any

38.14 PACKING:

The wires shall be supplied in 75-100 Kg. coils. The packing should be done in

accordance with the provisions of IS: 6594.

39.0 HT STAY INSULATOR: 39.1 SCOPE:

This Specification covers porcelain guy strain insulators for use in high tension

electrification system.

39.2 APPLICABLE STANDARDS:

Unless otherwise modified in this specification, the insulators shall comply with IS:

5300-1969 or the latest version thereof.

39.3 GENERAL REQUIREMENTS:

39.3.1 The porcelain insulator shall be sound, free from defects, thoroughly vitrified and

smoothly glazed.

39.3.2 The design of the insulator shall be such that the stresses due to expansion and

contraction in any part of the insulator shall not lead to its deterioration.

39.3.3 The glaze, unless otherwise specified, shall be brown in colour. The glaze shall cover

the entire porcelain surface parts except those areas that serve as supports during

firing.

39.4 TYPE OF INSULATORS:

39.4.1 The standard guy strain insulators shall be of designations „A‟ & „C‟ as per IS: 5300.

39.4.2 The recommended type of guy strain insulators for use on guy wires of overhead lines

of different voltage levels are as follows:

Power Line Voltage Designation of Insulators

11000 V C

Page 74: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 74 ~ Signature of Bidder with Seal

39.5 DIMENSIONS:

The dimensions of guy strain insulators shall be in accordance with Indian standards.

39.6 BASIC INSULATION LEVELS:

The test voltage of the insulators shall be as under:

Designation of

Insulator

Dry one minute power

Frequency withstand Voltage

(KVrms)

Wet one minute power

Frequency withstand voltage

(KVrms)

C 27 13

39.7 MECHANICAL STRENGTH:

The insulators shall be suitable for the minimum failing loads specified as under:

Designation of Insulator Minimum failing load (KN)

C 88

39.8 TESTS:

The insulators shall comply with the following routine, type and acceptance tests as per

IS: 5300.

39.8.1 Routine Test:

39.8.1.1 Visual examination

39.8.2 Type Tests:

39.8.2.1 Visual examination

39.8.2.2 Verification of dimensions

39.8.2.3 Temperature cycle test

39.8.2.4 Dry one-minute power-frequency voltage withstand test

39.8.2.5 Wet one-minute power frequency voltage withstand test

39.8.2.6 Mechanical strength test

39.8.2.7 Porosity test

39.8.3 Acceptance Tests:

Acceptance Tests to be conducted in the following order:

39.8.3.1 Verification of dimensions

39.8.3.2 Temperature cycle test

39.8.3.3 Mechanical strength test

39.8.3.4 Porosity test

39.9 MARKING:

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

39.9.1.1 Name or trade mark of the manufacturer

Page 75: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 75 ~ Signature of Bidder with Seal

39.9.1.2 Year of manufacture

39.9.1.3 ISI certification mark, if any

39.9.2 Marking on porcelain shall be applied before firing.

39.10 PACKING:

All insulators shall be packed in wooden crates suitable for easy but rough handling

and acceptable for rail transport. Wooden separators shall be fixed between the

insulators to keep individual insulators in position without movement within the crate.

40.0 LT Stay Set: 40.1 The 16 mm dia. Stay set (LT Line Guy set) will consist of the following components:

40.1.1 ANCHOR ROD WITH ONE WASHER AND NUT:

Overall length of rod should be 1800 mm to be made out of 16 mm dia GS Rod, one

end threaded up to 40mm length with a pitch of 5 threads per cm and provided with

one square GS washer of size 40 x 40 x 1.6 mm and one GS hexagonal nut conforming

to IS: 1367: 1967 & IS: 1363: 1967. Both washer and nut to suit threaded rod of 16

mm dia. The other end of the rod to be made in to a round eye having an inner dia of

40 mm with best quality welding.

40.1.2 ANCHOR PLATE SIZE 200 x 200 x 6 mm:

To be made out of GS plate of 6 mm thickness. The anchor plate should have at its

centre 18 mm dia hole.

40.1.3 TURN BUCKLE & EYE BOLT WITH 2 NUTS:

To be made of 16 mm dia GS Rod having an overall length of 450 mm, one end of the

rod to be threaded up to 300 mm length with a pitch of 5 threads per cm and provided

with two GS Hexagonal nuts of suitable size conforming to IS: 1363: 1967 & IS: 1367:

1967. The other end of rod shall be rounded into a circular eye of 40mm inner dia with

proper and good quality welding.

40.1.4 BOW WITH WELDED ANGLE:

To be made out of 16 mm dia GS rod. The finished bow shall have an overall length of

995 mm and height of 450 mm, the apex or top of the bow shall be bent at an angle of

10 R. The other end shall be welded with proper and good quality welding to a GS

angle 180 mm long having a dimension of 50 x 50 x 6 mm. The angle shall have 3

holes of 18 mm dia each.

40.1.5 THIMBLE:

To be made on 1.5 mm thick GS sheet into a size of 75 x 22 x 40 mm and shape as per

standard shall be supplied.

40.2 Galvanizing:

The complete assembly shall be hot dip galvanized.

Page 76: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 76 ~ Signature of Bidder with Seal

40.3 WELDING:

The minimum strength of welding provided on various components of 16mm dia stay

sets shall be 3100 Kg. Minimum 6 mm fillet weld or its equivalent weld area should be

deposited in all positions of the job, i.e., at any point of the weld length. The welding

shall be conforming to relevant IS: 823/1964 or its latest amendment. Minimum length

of weld to be provided at various places in the stay sets shall be indicated by the bidder.

Welding if, found short in lengths as per final approved drawings shall be rejected.

40.4 THREADING:

The threads on the Anchor Rod, Eye Bolt & Nuts shall be as per specification IS: 4218:

1967 (ISO Metric Screw Threads). The nuts shall be conforming to the requirement of

IS: 1367: 1967 & have dimensions as per IS: 163: 1967. The mechanical property

requirement of fasteners shall conform to property Clause: 4.6 each for anchor rod &

Eye bolt and property Clause: 4 for nuts as per IS: 1367: 1967.

Average weight of finished 16 mm dia. Stay Sets : 7.702 Kg. (minimum)

(Excluding Nuts, Thimbles & Washers)

: 8.445 Kg. (maximum)

40.5 TEST CERTIFICATE FOR 16 mm DIA LT STAY SET:

The contractor shall be required to conduct testing of materials at NABL accredited

testing laboratory during pre–dispatch inspection for Tensile Load of 3100 Kg. applied

for one minute on the welding & maintained for one minute for 16 mm dia stay sets.

40.6 IDENTIFICATION MARK FOR 16 mm DIA LT STAY SET:

All stay sets should carry the identification mark of word _______ and size of the stay

set. This should be engraved on the stay plate and on stay rods to ensure proper

identification of the materials. The nuts should be of a size compatible with threaded

portion of rods and there should be no play or slippage of nuts. Welding wherever

required should be perfect and should not give way after erection.

40.7 TOLERANCES FOR 16 mm DIA LT STAY SET:

The tolerances for various components of the stay sets are indicated below subject to the

condition that the average weight of finished stay sets of 16 mm dia excluding nuts,

thimbles & washers shall not be less than the weight specified above:

Sl.

No.

Item Section

Tolerance

Fabrication Tolerances Material

1

Anchor

Plate

6 mm thick

+12.5% - 5%

200 x 200 mm + 1% GS plate 6 mm thick

8 mm thick

+12.5% - 5%

300 x 300 mm + 1% GS plate 8 mm thick

2

Anchor Rod

16 mm dia

+5%- 3%

Length 1800 mm + 0.5% GS Round 16 mm dia

Rounded Eye 40 mm inside dia + 3%.

Threading 40 mm + 11% - 5

GS Round 16 mm dia

Page 77: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 77 ~ Signature of Bidder with Seal

3

3 Turn

Buckle Bow

16 mm dia

+5%- 3%

Length 995 mm + 1% 16 mm dia GS Round 16 mm dia

Length 180 mm + 1% 50x50x6 mm GS Angle

Channel length 200 mm + 1% GS Channel

100 x 50 x 4.7 mm

4

4 Eye Bolt

Rod

16 mm dia

+5%- 3%

Length 450 mm + 1% GS Round

Threading 300 mm + 1% 16 mm dia

Round Eye 40 mm inside dia + 3%

41.0 LT Stay insulator: 41.1 SCOPE:

This Specification covers porcelain guy strain insulators for use in low tension

electrification system.

41.2 APPLICABLE STANDARDS:

Unless otherwise modified in this specification, the insulators shall comply with IS:

5300-1969 or the latest version thereof.

41.3 GENERAL REQUIREMENTS:

41.3.1 The porcelain insulator shall be sound, free from defects, thoroughly vitrified and

smoothly glazed.

41.3.2 The design of the insulator shall be such that the stresses due to expansion and

contraction in any part of the insulator shall not lead to its deterioration.

41.3.3 The glaze, unless otherwise specified, shall be brown in colour. The glaze shall cover

the entire porcelain surface parts except those areas that serve as supports during

firing.

41.4 TYPE OF INSULATORS:

41.4.1 The standard guy strain insulators shall be of designations „A‟ and „C‟ as per IS: 5300.

41.4.2 The recommended type of guy strain insulators for use on guy wires of overhead lines

of different voltage levels are as follows:

Power Line Voltage Designation of Insulators

415/240 V A A

41.5 DIMENSIONS:

The dimensions of guy strain insulators shall be in accordance with Indian standards.

41.6 BASIC INSULATION LEVELS:

The test voltage of the insulators shall be as under:

Designation of

Insulator

Dry one minute power

Frequency withstand Voltage

(KVrms)

Wet one minute power

Frequency withstand voltage

(KVrms)

A 18 8

Page 78: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 78 ~ Signature of Bidder with Seal

41.7 MECHANICAL STRENGTH:

The insulators shall be suitable for the minimum failing loads specified as under:

Designation of Insulator Minimum failing load (KN)

A 44

41.8 TESTS:

The insulators shall comply with the following routine, type and acceptance tests as per

IS: 5300.

41.8.1 Routine Test:

41.8.1.1 Visual examination

41.8.2 Type Tests:

41.8.2.1 Visual examination

41.8.2.2 Verification of dimensions

41.8.2.3 Temperature cycle test

41.8.2.4 Dry one-minute power-frequency voltage withstand test

41.8.2.5 Wet one-minute power frequency voltage withstand test

41.8.2.6 Mechanical strength test

41.8.2.7 Porosity test

41.8.3 Acceptance Tests:

Acceptance Tests to be conducted in the following order.

41.8.3.1 Verification of dimensions

41.8.3.2 Temperature cycle test

41.8.3.3 Mechanical strength test

41.8.3.4 Porosity test

41.9 MARKING:

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

41.9.1.1 Name or trade mark of the manufacturer

41.9.1.2 Year of manufacture

41.9.1.3 ISI certification mark, if any

41.9.2 Marking on porcelain shall be applied before firing.

41.10 PACKING:

All insulators shall be packed in wooden crates suitable for easy but rough handling and

acceptable for rail transport. Wooden separators shall be fixed between the insulators to

keep individual insulators in position without movement within the crate.

42.0 LT STAY CLAMP (1.4 KG./PAIR): LT stay clamp suitable for R.S. Joist poles & PSC poles made out of 50x6 mm M.S

Flat, confirming to latest IS Specification. After fabrication, the clamp for LT stay shall

Page 79: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 79 ~ Signature of Bidder with Seal

be painted with two coats of Red Oxide and two coats of aluminium paint conforming to

REC construction standard and drawing.

43.0 GI STAY WIRES: 43.1 SCOPE:

This Specification covers details of G.I. stranded stay wires for use in rural distribution

system.

43.2 APPLICABLE STANDARDS:

Except when they conflict with the specific requirements of this specification, the G.I.

Stranded Wires shall comply with the specific requirements of IS: 2141-1979. IS: 4826-

1979 & IS: 6594-1974 or the latest versions thereof.

43.3 APPLICATION AND SIZES:

43.3.1 The G.I. stranded wires covered in this Specification are intended for use on the

overhead power line poles, distribution transformer structures etc.

43.3.2 The G.I. stranded wires shall be of 7/2.5 mm, 7/3.15 mm and 7/4.0 mm standard sizes.

43.4 MATERIAL:

The wires shall be drawn from steel made by the open hearth basic oxygen or electric

furnace process and of such quality that when drawn to the size of wire specified and

coated with zinc, the finished strand and the individual wires shall be of uniform quality

and have the properties and characteristics as specified in this specification. The wires

shall not contain sulphur and phosphorus exceeding 0.060% each.

43.5 TENSILE GRADE:

The wires shall be of tensile grade 4, having minimum tensile strength of 700 N/mm2

conforming to IS: 2141.

43.6 GENERAL REQUIREMENTS:

43.6.1 The outer wire of strands shall have a right-hand lay.

43.6.2 The lay length of wire strands shall be 12 to 18 times the strand diameter.

43.7 MINIMUM BREAKING LOAD:

The minimum breaking load of the wires before and after stranding shall be as follows:

No. of wires

& const.

Wire dia

(mm)

Min. breaking load of Single

wire before stranding (KN)

Min. breaking load of the

standard wire (KN)

7(6/1) 2.5 3.44 22.86

7(6/1) 3.15 5.45 36.26

7(6/1) 4.0 8.79 58.45

43.8 CONSTRUCTION:

43.8.1 The galvanized stay wire shall be of 7-wire construction. The wires shall be so

stranded together that when an evenly distributed pull is applied at the ends of

Page 80: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 80 ~ Signature of Bidder with Seal

completed strand, each wire shall take an equal share of the pull.

43.8.2 Joints are permitted in the individual wires during stranding but such joints shall not be

less than 15 meter apart in the finished strands.

43.8.3 The wire shall be circular and free from scale, irregularities, imperfection, flaws, splits

and other defects.

43.9 TOLERANCES:

A tolerance of (±) 2.5% on the diameter of wires before stranding shall be permitted.

43.10 SAMPLING CRITERIA:

The sampling criteria shall be in accordance with IS: 2141.

43.11 TESTS ON WIRES BEFORE MANUFACTURE:

The wires shall be subjected to the following tests in accordance with IS: 2141.

43.11.1 Ductility Test

43.11.2 Tolerance on Wire Diameter

43.12 TESTS ON COMPLETED STRAND:

The completed strand shall be tested for the following tests in accordance with IS:

2141.

43.12.1 Tensile and Elongation Test : The percentage elongation of the

Stranded wire shall not be less than 6%

43.12.2 Chemical Analysis

43.12.3 Galvanizing Test : The Zinc Coating shall conform to

“Heavy Coating” as laid down in IS: 4826

43.13 MARKING:

Each coil shall carry a metallic tag, securely attached to the inner part of the coil,

bearing the following information:

43.13.1 Manufacturers‟ name or trade mark

43.13.2 Lot number and coil number

43.13.3 Size

43.13.4 Construction

43.13.5 Tensile Designation

43.13.6 Lay

43.13.7 Coating

43.13.8 Length

43.13.9 Mass

43.13.10 ISI certification mark, if any

43.14 PACKING:

The wires shall be supplied in 75-100 Kg. coils. The packing should be done in

accordance with the provisions of IS: 6594.

Page 81: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 81 ~ Signature of Bidder with Seal

44.0 MS CHANNEL, ANGLE & FLAT: 44.1 APPLICABLE STANDARDS:

The mild steel shall conform to IS: 2062 grade „A‟ modified up to date or equivalent

international standard for steel materials, documents for which shall be made available

at the time of inspection to the owner‟s representative.

44.2 GENERAL REQUIREMENTS:

Material shall be supplied as per the following sizes:

44.2.1 100 x 50 x 6 ISMC channel conforming to IS: 2062 grade „A‟ modified up to date or

its equivalent International Standard having length of 3 meter. & weight of 9.2 Kg/mtr.

44.2.2 75 x 40 x 6 ISMC channel conforming to IS: 2062 grade „A‟ modified up to date or its

equivalent International Standard having length ranging from 5.5 to 13.5 meters &

weight of 6.8 Kg/mtr.

44.2.3 50 x 50 x 6 mm ISA angles conforming to IS: 2062 grade „A‟ modified up to date or

its equivalent international standard having length ranging from 5.5 to 13.5 meters &

weight of 4.5 Kg/mtr.

44.2.4 50x6 mm galvanised flats conforming to IS: 2062 grade „A‟ modified up to date or its

equivalent international standard having length ranging from 5.5 to 9.5 meters.

44.3 INSPECTION:

All inspection/test will be carried out by representative of owner. All tests and

inspection shall be made at the place of manufacturer unless otherwise specially agreed

upon by the manufacturer and the owner. The manufacturer shall provide all reasonable

facilities without charge to satisfy him that the material is being supplied in accordance

with the specification.

45.0 EARTHING COIL: 45.1 Technical Requirement:

Earthing Coils shall be fabricated from soft GI Wire Hot Dip Galvanized. The Hot Dip

galvanized wire shall have clean surface and shall be free from paint enamel or any

other poor conducting material. The coil shall be made as per REC constructions

standard. The Hot Dip galvanizing shall conform to IS: 2629/1966, 2633/1972 &

4826/1969 with latest amendments. Galvanizing should be heavily coated and should

stand for the following tests.

45.1.1 Galvanizing Test

45.1.2 Adhesion Test

45.2 GALVANIZING TESTS:

45.2.1 Minimum Mass of Zinc:

45.2.1.1 On GI Wire : 280 cm/m2

45.2.1.2 After Coiling : 266 gm/m2

Page 82: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 82 ~ Signature of Bidder with Seal

45.2.2 The certificate from recognized laboratory shall be submitted towards mass of zinc.

45.2.3 Dip Test shall stand 3 dips of 1 minute and one dip of ½ minute before coiling and 43

dips of 1 minute after coiling as per IS: 4826/1979.

45.3 ADHESION TEST :

Adhesion test should be carried out as per IS: 4826 – 1979.

45.4 DIMENSION:

The dimensional requirement shall be as follows:

45.4.1 Nominal dia of GI Wire : 4 mm (Tolerance + 2.5%)

45.4.2 Minimum no. of turns : 115 nos.

45.4.3 External dia of Coil (Min) : 50 mm

45.4.4 Length of Coil (Min : 460 mm

45.4.5 Free length of

45.4.6 GI Wire at one end coil (Min.) : 2500 mm

45.4.7 The turns should be closely bound

45.4.8 Weight of one

Finished Earthing Coils (min.) : 1.850 Kg.

46.0 EYE HOOKS FOR GUARDING: 46.1 General Requirement:

46.1.1 Eye hooks shall be of Hot dip GI as per REC construction standard E-35 (Type: A)

46.1.2 It should be made of forged hot dip galvanized steel as per IS: 1570

46.1.3 The clamp corrosion resistance should conform to standards IS: 2629 & IS: 2633

46.1.4 Eye looks should be designed as to hold suspension clamps and Dead end clamps and

to be installed with the pole clamp.

46.1.5 Eye-hooks should be made of forged Galvanized steel.

46.1.6 Bolts and nuts should be made of hot dip Galvanized steel according to VDE 0210 and

VDE 0212.

46.1.7 Ultimate Tensile strength (UTs) of the clamp should 20 KN.

46.2 TEST:

46.2.1 TYPE TEST:

46.2.1.1 Mechanical strength

46.2.1.2 Galvanizing test

46.2.2 ACCEPTANCE TEST:

46.2.2.1 Verification of dimensions

46.2.2.2 Galvanizing test

46.2.2.3 Minimum breaking load (KN)

The Acceptance Tests are to be conducted as per REC Spec. and as per relevant IS

Specifications & sampling plan as per clause No.: 08.

Page 83: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 83 ~ Signature of Bidder with Seal

46.3 DRAWINGS & SAMPLES:

GA drawing, GTP and other particulars along with samples are to be submitted along

with offer.

47.0 G.I. NUTS, BOLTS & WASHER (ASSORTED SIZE): 47.1 GENERAL:

47.1.1 The bolts & Nuts shall be ISI Marked Mild Steel of Black Grade “B” and shall be

round with hexagonal head.

47.1.2 The Bolts and Nuts shall be manufactured by Hot/Cold forging process neatly and

cleanly finished and shall have metric threads as per IS: 4218/1967 with its latest

amendments.

47.1.3 The dimensions of the bolts & nuts and tolerances should conform to IS: 1363 with

their latest amendments in all respect.

47.1.4 The eccentricity and angular errors of various elements shall be within specified limits

as per IS: 1367/1967 with its latest amendments the bolts & nuts shall be free from

forging and threading defects such as cuts, spats, burns, bulging taper eccentricity &

loose fill etc. which may affect their serviceability.

47.1.5 The colt heads and nuts shall be chamfered on one face only and other face shall be

machined made.

47.1.6 Mechanical property requirement of tester shall conform to IS: 1367 (Part-III): 1979

property class: 4.6 for bolts & property class: 5 for nuts as per IS: 1367 (Part VI):

1980.

47.1.7 The bolts, nuts & washer are to be galvanized with hot dip as per IS: 2633/1989 with

latest amendment.

47.1.8 The assorted size of bolts & nuts shall be supplied in well-cleaned conditions and

suitably protected against corrosion in bags of 50 Kg.

47.2 ACCEPTANCE TEST:

The bidder should furnish test certificate from recognized Govt. Laboratory (NABL

accredited) giving the results of tests as per IS: 1367 (Part-Ill)-1979 & IS: 1367 (Part-

VI) 1980. The test certificate shall be in respect of the following for all sizes of both

bolts & nuts as applicable given below:

47.2.1 Dimensional particulars (Sampling accordance with IS: 2614 for both bolts & nuts

(tolerance as per drawing).

47.2.2 Tensile strength test on full size (for bolts minimum 400 NI sq. mm and for Nuts Proof

Stress test Mm 610 N/sq. mm).

47.2.3 Power load test on full size bolts and M-12-51400 N for 15 sec.

47.2.4 Head soundness tests for bolts (no fracture).

47.2.5 Brinnel hardness tests or Rockwell Hardness or Vickers‟s Hardness tests for bolts min-

114 & max. 209 or min. 67 & max. 95 or min. 120 & max. 220 respectively.

47.2.6 For nuts Vickers‟s Hardness min. 130 & max. 302.

47.3 MARKING:

On the bolt head, there shall be identification marking of the manufacturer as well as

Page 84: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 84 ~ Signature of Bidder with Seal

property class „4.6‟. If possible property class “5” shall be marked on Nuts also. Further

„ISI‟ mark shall be marked on Gunny Bags for proper identification.

48.0 40 mm DIA 3 mtr. LONG GI PIPE EARTHING: The scope of supply shall include design, engineering, manufacture, pre-delivery

inspection at your works, loading at your works, transit insurance, transportation,

supply/delivery & unloading at WESCO‟s Store/Site including guaranteed obligation of

complete supply of 40 mm medium gauge dia 3 mtr. long GI Pipe Earthing as specified

here under and in conformity to the guaranteed technical particulars enclosed herewith.

49.0 MATERIAL FOR MASSIONARY WORK FOR EARTH

PIT: Good quality of materials to be used for masonry work for construction of earth pit and

the work to be executed as per REC guideline. The design & drawing to be approved by

WESCO Utility prior to execution of work.

50.0 CHARCOAL & SALT ETC. FOR EARTHING: Good quality of Charcoal & Salt to be used for achieving proper earthing for safety of

equipment & line and the work to be executed as per REC guideline. The design &

drawing to be approved by WESCO Utility prior to execution of work.

51.0 11 KV & 33 KV 400 AMPERE AIR BREAK

SWITCHES: 51.1 SCOPE:

This specification provides for manufacture, testing at works and supply of 11 KV & 33

KV AB switches. The 11 KV and 33 KV AB switches shall conform to IS: 9920 (Part-I

to IV).

51.2 AB SWITCHES:

The 11 KV & 33 KV Air Break Switches are required with two poles in each phase. The

AB Switches shall be supplied complete with phase coupling shaft, operating rod and

operating handle. It shall be manually gang operated and vertically break and horizontal

mounting type.

The equipment offered by the bidder shall be designed for a normal current rating

of 400 Amps and for continuous service at the system voltage specified as under:

i) 11 KV AB Switch : 11 KV+ 10% continuous 50 C/s

solidly grounded earthed neutral system

ii) 33 KV AB Switch : 33 KV+ 10% continuous 50 C/s

solidly grounded earthed neutral system

Page 85: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 85 ~ Signature of Bidder with Seal

The length of break in the air shall not be less than 400 mm for 11 KV AB Switches and

500 mm for 33 KV AB Switches. The 11 KV & 33 KV AB Switches are required with

post insulators. The AB switches should be suitable for mounting on the structure. The

mounting structure will be arranged by the bidder. However, the AB Switches shall be

supplied with base channel for mounting on the structure which will be provided by the

owner. The phase to phase spacing shall be 750 mm in case of 11 KV AB Switches &

1200 mm in case of 33 KV AB Switches.

51.3 POST INSULATORS:

The complete set of three phase AB Switches shall have stacks of post insulators.

11 KV AB Switches: 1 No. 11 KV Post Insulator per stack

33 KV AB Switches: 2 No. 22 KV Post Insulator per stack

The post insulators should conform to the latest applicable Indian standards IS: 2544

Specification for Porcelain Post insulator of compact solid core or long rod insulators is

also acceptable. Creepage distance should be adequate for highly polluted outdoor

atmosphere in open atmosphere. The porcelain used for manufacture of AB Switches

should be homogeneous free from flaws or imperfections that might affect the

mechanical dielectric quality.

They shall be thoroughly vitrified, tough and impervious to moisture. The glazing of the

porcelain shall be of uniform brown in colour, free from blisters, burns and other similar

defects. Insulators of the same rating and type shall be interchangeable. The porcelain

and metal parts shall be assembled in such a manner that any thermal expansion

differential between the metal and porcelain parts through the range of temperature

variation shall not loose the parts or create undue internal stresses which may affect the

electrical or mechanical strength. Cap and base of the insulators shall be interchangeable

with each other. The cap and base shall be properly cemented with insulators to give

perfect grip. Excess cementing must be avoided.

Each 11 KV & 33 KV Post Insulators should have technical particulars as detailed

below:

Sl.

No.

Technical Particulars 11 KV 33 KV

1. Nominal system voltage (KVrms) 11 33

2. Highest system voltage (KVrms) 12 36

3. Dry Power Frequency one kV minute withstand voltage (KVrms) 35 75

4. Wet Power frequency one minute withstand voltage (KVrms) 35 75

5. Power Frequency puncture Voltage (KVrms) 1.3 times the actual dry

flashover voltage

6. Impulse withstand voltage (KVPeak) 75 170

7. Visible discharge voltage (KVrms) 9 27

8. Creepage distance in mm (minimum) 320 580

Page 86: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 86 ~ Signature of Bidder with Seal

The rated insulation level of the AB Switches shall not be lower than the values specified

below:

Sl.

No.

Standard declared

voltage (KVrms)

Rated Voltage

of the AB

Switches

Standard impulse with

stand voltage (positive &

negative polarity (KVPeak)

One Minute power

frequency withstand voltage

(KVrms)

Across the

Isolating

distance

To earth &

Between

poles

Across the

Isolating

distance

To earth &

between

poles

1. 11 12 85 75 32 28

2. 33 36 195 170 80 70

51.4 TEMPERATURE RISE:

The maximum temperature attained by any part of the equipment when in service at site

under continuous full load conditions and exposed to the direct rays of Sun shall not

exceed 45 degree above ambient.

51.5 MAIN CONTACTS:

AB Switches shall have heavy duty self-aligning type contacts made of hard drawn

electrolytic copper/brass. The various parts should be accordingly finished to ensure

interchangeability of similar components. The moving contacts of the switch shall be

made from hard drawn electrolytic copper brass. This contact shall have dimensions as

per drawing attached so as to withstand safely the highest short circuit currents and over

voltage that may be encountered during service. The surface of the contact shall be

rounded smooth and silver-plated. In nut shell the male and female contact assemblies

shall ensure.

a) Electro-dynamic withstands ability during short circuits without any risk of

repulsion of contacts.

b) Thermal withstands ability during short circuits.

c) Constant contact pressure even when the lower parts of the insulator stacks are

subjected to tensile stresses due to linear expansion of connected bus bar of flexible

conductors either because of temperature variations or strong winds.

d) Wiping action during closing and opening.

e) Fault alignment assuring closing of the switch without minute adjustments.

51.6 CONNECTORS:

The connectors shall be made of hard drawn electrolytic copper or brass suitable for

Raccoon/Dog AAAC conductor for both 11 KV & 33 KV AB Switches. The connector

should be 4 -bolt type.

51.7 OPERATING MECHANISM:

All AB Switches shall have separate independent manual operation. They should be

provided with ON/OFF indicators and padlocking arrangements for locking in both the

end positions to avoid unintentional operation. The isolating distances should also be

Page 87: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 87 ~ Signature of Bidder with Seal

visible for the AB Switches. The AB Switch will be supplied with following

accessories:

Sl.

No.

ITEM Size of 11 KV AB Switch Size of 33 KV AB

Switch

1. Operating Rod (GI dia) ISI mark Length 5.50 meter dia: 25

mm

Length 5.50 meter

dia: 40 mm

2. Phase coupling square rod (GI) ISI mark Length: 1800 mm Length: 2700 mm

Size: 25x25 mm Size: 40 x 40 mm

3. Hot dip galvanized Operating handle (GI) 1 no. 1 no.

The AB Switches shall be capable to resist any chance of opening out when in closed

position. The operating Mechanism should be of robust constructions, easy to operate

by single person and to be located conveniently for local operation in the switchyard.

The GI pipe shall conform to („B‟ class or Medium class Blue strip) ISS: 1239-68 and

ISI marked by embossing.

The vertical down rod should be provided with adequate joint in the mid section to

avoid bending or buckling. Additional leverage should be provided to maintain

mechanical force with minimum efforts. All iron parts should be hot dip galvanized as

per IS: 4759-1979 and zinc coating shall not be less than 610 gm/sq. meter. All brass

parts should be silver plated and all nuts and bolts should be hot dip galvanized.

51.8 ARCING HORNS:

It shall be simple and replaceable type. They should be capable of interrupting line-

charging current. They shall be of first make and after break type.

51.9 BUSH:

The design and construction of bush shall embody all the features required to withstand

climatic conditions specified so as to ensure dependable and effective operations

specified even after long periods of inaction of these Air Break Switches. They shall be

made from highly polished Bronze metal with adequate provision for periodic

lubrication through nipples and vent.

51.10 DESIGN, MATERIALS AND WORKMANSHIP:

All materials used in the construction of the equipment shall be of the appropriate

class, well finished and of approved design and material. All similar parts should be

accurately finished and interchangeable. Special attention shall be paid to tropical

treatment to all the equipment, as it will be subjected during service to extremely

severe exposure to atmospheric moisture and to long period of high ambient

temperature. All current carrying parts shall be of non-ferrous metal or alloys and shall

be designed to limit sharp points/edges and similar sharp faces. The firm should have

the following type test certificate. The type test should be from CPRI or equivalent lab:

Page 88: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 88 ~ Signature of Bidder with Seal

a) Test to prove capability of rated peak short circuit current and the rated short time

current. The rated short time current should correspond to minimum of 10 K Amp

and the peak short circuit current should correspond to minimum of 25 K Amp.

b) Lightning impulse voltage test with positive & negative polarity.

c) Power Frequency voltage dry test and wet test

d) Temperature rise test

e) Mill volt drop tests

The above tests should be performed on the AB Switches, manufactured as per owner

approved drawing with the specification. Along with the type test certificate, the

certified copy of the drawing (from the testing lab) should also be kept for inspection of

our officer. Also the test certificates should not be older than 5 years from the date of

opening of tender. Dimension of 11 & 33 KV AB Switches in (Max.) Tolerance 5%.

Sl.

No.

Particulars 11 KV AB Switch 33 KV AB Switch

1. MS Channel 450 x 75 x 40 675 x 100 x 50

2. Creepage distance of Post Insulator (minimum) 320 mm 580 mm

3. Highest of Port shell 254 mm 368 mm

4. Fixed contact assembly:

a) Base 165 x 36 x 8 165 x 36 x 8

b) Contact 70 x 30 x 6 70 x 30 x 6

c) GI Cover 110 x44 140 x 44

d) Spring 6 nos. 10 nos.

51.11 Moving Contact Assembly:

Base Assembly 135x25x8 170x40x8

Moving 180x25x9 290x25x14

Bush Bronze Metal Bronze Metal

Thickness of Grooves 7 11

51.12 Connectors:

Connector 60x50x8 (Moving & fix both) 60x50x8 (Moving & fix both)

The bidder should provide AB Switches with terminal connectors, set of insulators,

mechanical inter works and arcing horns sets. The base channel for the mounting of AB

Switches shall also be included in the scope of AB Switches. The operating mechanisms

together with down pipe operating handle etc. are also included in the scope of supply.

52.0 11 KV 400 A 3 POLE H.G. FUSE: 52.1 DESCRIPTION OF THE MATERIALS:

The 11 KV 400 Amps 3 Pole H.G. Fuse Sets shall confirm to the following parameters:

Page 89: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 89 ~ Signature of Bidder with Seal

a) Number of Poles : 3

b) No. of insulator per pole : 2 nos. 12 KV Post Insulator/ Phase

c) Nominal system voltage : 11 KV

d) Highest system voltage : 12 KV e) Rated frequency : 50 Hz

f) System earthing : Effectively earthed

g) Rated normal current : 400 Amps

h) Altitude of installation : Not exceeding 1000 mtr.

The post insulator used in the H.G. Fuse set shall have the following ratings:

a) Power frequency withstand voltage (dry) : 35 KV (RMS)

b) Power frequency withstand voltage ( wet) : 35 KV (RMS)

c) Impulse withstand voltage (dry) : 75 KV (Peak)

d) Power frequency puncture withstand voltage : 1.3 times the actual Dry

Flashover Voltage of the unit

52.2 STANDARDS:

The H.G. Fuse Set shall conform to the following:

a) IS: 5792- 1973 (For high voltage expulsion fuses & similar fuses)

b) IS: 2544-1973 (For porcelain post insulators)

c) IS: 9385-1979 or its latest amendments if any

d) IS: 2633-1979 (For Galvanization of ferrous parts)

52.3 INSULATORS:

The 12 KV post insulators complete with pedestal cap duly cemented to be used in

the H.G. Fuse sets confirming to IS: 2544/1973. The bidder shall mention make, type of

insulation materials, metal fittings, Creepage distance, protected Creepage distance,

tensile strength compression strength, torsion strength and cantilever strength. The

bidder shall furnish the type test certificate of the post insulators from their

manufacturer for reference & scrutiny.

52.4 CLIMATIC CONDITIONS:

The H.G. Fuse Set shall be suitable for operation under the following climatic

conditions:

a) Maximum ambient air temperature : 49 ˚C

b) Maximum daily average air temperature : 35 ˚C

c) Maximum yearly average ambient air temperature : 30 ˚C

d) Maximum temperature attainable by a body Exposed to the sun : 50 ˚C

e) Minimum ambient air temperature : 10 ˚C

f) Maximum relative humidity : 100%

g) Minimum number of rainy days per annum : 70

h) Average number of rainy days per annum : 120

Page 90: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 90 ~ Signature of Bidder with Seal

i) Average annual rain fall : 150 cm

j) Number of months of tropical monsoon conditions : 4

k) Maximum wind pressure : 260 Kg/ mm2

l) Degree of exposure to atmospheric pollution : Normally

Polluted

atmosphere

52.5 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 fly nuts for fixing and

tightening the fuse wire. It shall have robust terminal connector 5s of size 80 mm x 50

mm x 8 mm made of copper casting (95% minimum copper composition) duly silver

plated with two numbers of 12 mm dia brass bolts and double nuts with flat brass

washers. The connector should be capable of connecting crimp able conductor up to 232

sq. mm size (ACSR/ AAAC) with bimetallic solder less 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 1200 mm and

the centre to centre (distance between two post insulators of the same phase) shall be

760 mm. All metal (ferrous) parts shall be galvanized and polished. Only post insulator

(original cemented) and not pin insulators shall be used for the H.G. Fuse Set.

52.6 DRAWIING & LITERATURES:

Three copies of drawings of each item of 11 KV, 400 Amp, 3 Pole H.G. Fuse shall be

furnished along with the tender for reference. The details of construction and materials

of different parts of the H.G Fuse shall clearly be indicated in the tender and illustrative

pamphlet/ literature for the same shall be submitted along with the tender.

52.7 TESTS & TEST CERTIFICATE:

52.7.1 Type Test:

Certificates for the following type tests conducted within five years prior to the date of

opening of tender on a prototype set of H.G. Fuse in a Govt. Approved Testing

Laboratory preferably at CPRI Bangalore shall be submitted along with the tender.

a) Impulse voltage dry test

b) Power frequency voltage dry test

c) Power frequency voltage wet test

d) Temperate of resistance Test to prove the capability of carrying the rated peak

short circuit current and the rated short time current Mainly active load braking

capacity test e) Transformer off-load breaking test

f) Line charging breaking capacity test

g) Operation tests

h) Mechanical endurance test i) Mechanical strength test for the post insulator as per IS:2544/1973, 5350 (Pt-

Page 91: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 91 ~ Signature of Bidder with Seal

II)/1970 & relevant IEC

j) Test for galvanization of metal (ferrous) parts as per IS- 2633/1973

Besides above, mechanical endurance test will have to be conducted on one set in

the presence of our authorized person who shall be deputed to carryout acceptance test

before delivery of the materials.

52.7.2 Routine Test:

The following routine tests shall have to be conducted on each sets and results are to

be furnished for consideration for acceptance of deputing inspecting Officer for

inspection & conducting testing of the materials.

a) Power frequency voltage dry test

b) Tests to prove satisfactory operation

c) Dimension check

d) Galvanization test

52.8 GUARANTEED TECHNICAL PARTICULARS:

The bidders are required to furnish the guaranteed technical particulars at

Schedules attached to this specification duly filled in along with the tender.

52.9 COMPLETENESS OF EQUIPMENT:

Any fittings accessories or apparatus which may not have been specifically mentioned

in this specification but which are usually necessary in equipment of similar plant shall

be deemed to be included in the specification and shall be supplied by the bidder

without extra charge. All plant and equipment shall be complete in all details whether

such details are mentioned in the specification or not.

52.10 INSPECTION AND TESTING:

The Owner shall have free entry at all times, while work on the contract is being

performed, to all parts of the manufacturer‟s works which concern the processing of

the equipment ordered. The manufacturer shall afford the Purchaser without charge, all

reasonable facilities to assure that the equipment being furnished is in accordance with

this specification.

The equipment shall successfully pass all the type tests and routine tests referred to

and those listed in the most recent edition of the standards given in this specification.

The Purchaser reserves the right to reject an item of equipment if the test results do

not comply with the values specified or with the data given in the technical data

schedule.

Type tests shall have been / shall be carried out at CPRI / National Govt. approved

Laboratory and be witnessed by a representative of such laboratory or some other

representative acceptable to the Purchaser. Routine tests shall be carried out by the

Supplier at no extra charge at their works. Adequate facility with calibrated testing

Page 92: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 92 ~ Signature of Bidder with Seal

equipment must be provided by the manufacturer free of cost to carry out the tests.

Type test certificates must be furnished along with the tender for reference of the

Purchaser. All costs in connection with the testing, including any necessary re-testing,

shall be borne by the Supplier who shall provide the Purchaser with all the test

facilities which the latter may require, free of charge. The Purchaser shall have the

right to select the samples for test and shall also have the right to assure that the

testing apparatus is duly calibrated and correct. Measuring apparatus for routine tests

shall be calibrated at the expense of the Supplier at an approved laboratory and

shall be approved by the Purchaser.

The Supplier shall be responsible for the proper testing of the plant or materials

supplied by sub- suppliers to the same extent as if the work, plant or materials

were completed or supplied by the Supplier. Any cost, incurred by the Purchaser in

connection with inspection and re-testing as a result of failure of the equipment under

test or damage during transport or offloading shall be to the account of the

Supplier.

The supplier shall submit to the Purchaser five signed copies of the test

certificates, giving the results of the tests as required. No materials shall be

dispatched until the test certificates have been received by the Purchaser and the

Supplier has been informed that they are acceptable.

The test certificates must show the actual values obtained from the tests, in the units

used in this specification, and not merely confirm that the requirements have been met.

In the case of components for which specific type tests or routine tests are not given in

this specification, The Supplier shall include a list of the tests normally required for

these components.

All materials used in the Contract shall withstand and shall be certified to have

satisfactorily passed such tests. The Purchaser at his discretion may re-confirm the

Test Results in his own laboratory or laboratory of his choice. No inspection or lack of

inspection or passing by the Purchaser‟s Representative of equipment or materials

whether supplied by the Supplier or sub-supplier, shall relieve the Supplier from his

liability to complete the contract works in accordance with the contract or exonerate

him from any of his guarantees.

53.0 33 KV XLPE POWER CABLES: 53.1 SCOPE:

This section covers the standard technical requirements of design, manufacturing,

testing, packing & dispatching of 33 KV XLPE HT Power Cable.

53.2 APPLICABLE STANDARDS:

The materials shall conform to the latest editions of the following Indian/International

Standards:

Page 93: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 93 ~ Signature of Bidder with Seal

Sl.

No.

Standards Description

1. IS: 7098 Part 2: 1985 XLPE insulated PVC sheathed cables For working voltages from

3.3 KV up to and including 33 KV

2. IS: 5831: 1984 PVC Insulation and Sheath of electric Cables

3. IS: 8130: 1984 Conductors for insulated electric cables and flexible cords

4. IS: 613: 1984 Copper rods and bars for electrical purposes

5. IS: 3975: 1988 Mild steel wires, formed and tapes for armouring of cable

6. IS: 10810: 1984 Method of tests for cables

7. IEEE: 383: 1974 Standard for type test of class IE electric cables, field splices, and

connections for nuclear power generating stations

8. ASTM: D2843, 1993 Standard test method for density of smoke from burning or

decomposition of plastics

9. ASTM: D2863, 1991 Standard test method for measuring minimum oxygen

concentration to support candle like combustion of plastics (oxygen

index)

10. NEMA: WC5, 1992 Thermoplastic Insulated Wire and cable for the transmission and

distribution of Electrical Energy

11. IEC: 754 Test on gases evolved during combustion of electric cables

12. IEC: 754 (Part-1): 1994 Determination of the amount of halogen acid gas evolved during

combustion of polymeric materials taken from cables

13. IEC: 332 Test on electric cables under fire conditions

14. IEC: 332 (Part I): 1993 Test on a single vertical insulated wire or cable

15. IS: 3961 Recommended current rating for cables

16. IS: 3961 (Part II): 1967 PVC insulated and PVC sheathed heavy duty cables

17. IS: 10418:1982 Drums for electric cables

53.3 GENERAL REQUIREMENTS:

53.3.1 All cables shall be suitable for high ambient, high humid tropical Indian Climatic

conditions. Cables shall be designed to withstand the mechanical, electrical and

thermal stresses under the unforeseen steady state and transient conditions and shall be

suitable for proposed method of installation. Conductor shall be of uniform of good

quality, free from defects Aluminium copper.

53.3.2 Insulation shall be Cross Linked Polyethylene (XLPE). For 33 KV cables, conductor

screen and insulation screen shall both be extruded, semiconducting compound and

shall be applied along-with XLPE insulation in a single operation by triple extrusion

process.

53.3.3 Method of curing for 33 KV cable shall be "Dry curing/ gas curing" only, Extruded

Semi-conducting screening and metallic screening of copper tape shall be generally as

per IS: 7098 (Part-II) with latest amendments.

53.3.4 The semi conducting compound shall be suitable for the operating temperature of the

cable and compatible with the insulating material.

53.3.5 The insulation screen shall be an extruded layer of black semi-conducting compound

and continuously covers the whole area of insulation.

Page 94: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 94 ~ Signature of Bidder with Seal

53.3.6 The semi-conducting screens should be effectively cross linked to achieve 90 ºC cable

rating. The contact surface between insulation and insulation screen shall be smooth

and free from protrusion and irregularities.

53.3.7 The interface between insulation and insulation screen shall be free of any voids.

Insulation screen shall be strippable type.

53.3.8 The metallic screen shall consist of a layer of copper cable applied in helical form.

53.4 Inner Sheath:

All armoured and multi-core un-armoured cables shall have distinct extruded inner PVC

sheath of black colour.

53.4.1 Armouring: For multicore cable, it shall be GS wire / flat. Armouring shall be as per

relevant IS and it shall have minimum 90% coverage.

53.4.2 Breaking Load of the joints shall be minimum 95% of the normal armour.

53.5 Outer Sheath:

It shall be of black colour PVC (type ST2 as per IS: 5831) with Cable size and Voltage

grade embossed on it.

53.5.1 Sequential marking shall be at every 1 (one) Meter distance. Word "FRLS" shall also

be embossed on it at every 5 (Five) meter distance.

53.5.2 FRLS Properties: All cable shall be Flame Retardant, Low Smoke (FRLS) type.

53.5.3 Outer sheath shall have the following properties:

Acid Gas Generation Max 20% (as per IEC: 754-1)

Smoke density rating 60% (As per ASTMD: 2843)

Flammability test As per Swedish chimney test F3 as per

SEN 4241475

Minimum bending radius shall be 10 D As per IEC 332 part-3 (Category B)

Repaired cables shall not be acceptable

53.6 CURRENT RATING OF CABLES:

53.6.1 Normal current rating shall not be less than that covered by IS: 3961. Vendor shall

submit data in respect of all cables in the prescribed format.

53.6.2 Tables given de-rating factors for various conditions of cable installation including the

following for all types of cables shall be furnished.

Sl.

No.

Conditions related to Cable

Installation

1. Variation in ambient air temperature

2. Variation in ground temperature

3. Depth of laying

4. Cables laid in the ground

5. Cables laid in trench

6. Cables laid in ducts

Page 95: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 95 ~ Signature of Bidder with Seal

7. Soil resistivity

8. Grouping of cables

53.6.3 The value of short circuit withstand current ratings of all cables shall be indicated for a

short circuit for 1 second duration and should also specify the maximum temperature

during short circuit.

53.6.4 The following factors shall also be accounted for, while specifying the maximum short

circuit withstand of the cables.

53.6.5 Deformation of the insulation, due to thermo-mechanical forces produced by the short

circuit conditions, can reduce the effective thickness of insulation.

53.6.6 Conductor and core screens can be adversely affected with loss of screening effect.

Likewise the thermal properties of the outer sheath material can be the limitation. It is

essential that the accessories which are used in the cable system with mechanical

and/or soldered connections are suitable for the temperature adopted for the cables.

53.6.7 Formula for calculating short circuit current for different duration or curve showing

short time current v/s time for different sizes of cables shall be furnished by vendor.

53.7 CABLE DRUMS:

53.7.1 Cables shall be supplied in non-returnable wooden or steel drums of heavy

construction and drum shall be properly seasoned, sound and free from defects. Wood

preservative shall be applied to the entire drum.

53.7.2 All Power Cables shall be supplied in drum length of 1000 m. Each drum shall contain

one continuous length of cable. Owner shall have the option of rejecting cable drums

with shorter lengths. The cable length per drum is allowed a tolerance of +5%. The

tolerance allowed on total quantity of each size is as given below.

53.7.2.1 3.250 meters for cable length up to 10 Km.

53.7.2.2 3.3100 meters for cable length more than 10 Km. and up to 20 Km.

53.7.2.3 3.4150 meters for cable length more than 20 Km.

Where the ordered quantity is not multiple of 1000 m and the incremental quantity is

very small, the same may be included in one of the drums. Otherwise, an additional

length for the incremental quantity will be supplied.

53.7.3 A layer of water proof paper shall be applied to the surface of the drums and over the

outer most cable layer.

53.7.4 A clear space of at least 40 mm shall be left between the cables and the logging.

53.7.5 Each drum shall carry manufacturer‟s name, purchaser‟s name, address and contract

number, item number and type, size and length of the cable, net and gross weight

stenciled on both sides of drum. A tag containing the same information shall be

attached to the leading end of the cable. An arrow and suitable accompanying

wordings shall be marked on one end of the reel indicating the direction in which it

should be rolled.

Page 96: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 96 ~ Signature of Bidder with Seal

53.7.6 Packing shall be sturdy and adequate to protect the cables, from any injury due to

mishandling or other conditions encountered during transportation, handling and

storage. Both cable ends shall be sealed with PVC/Rubber caps so as to eliminate

ingress of water during transportation and erection.

53.8 TEST:

53.8.1 TYPE TEST:

The following shall constitute type tests:

53.8.1.1 Tests on conductor:

53.8.1.1.1 Annealing test (for copper)

53.8.1.1.2 Tensile tests (for aluminium)

53.8.1.1.3 Wrapping tests (for aluminium)

53.8.1.1.4 Resistance test

53.8.1.2 Tests for armouring wires/strips

53.8.1.3 Test for thickness of insulation and sheath

53.8.1.4 Physical tests for insulation

53.8.1.4.1 Tensile strength and elongation at break

53.8.1.4.2 Ageing in air oven

53.8.1.4.3 Hot test

53.8.1.4.4 Shrinkage test

53.8.1.4.5 Water absorption (gravimetric)

53.8.1.5 Physical tests for out sheath

53.8.1.5.1 Tensile strength and elongation at break

53.8.1.5.2 Ageing in air oven

53.8.1.5.3 Hot test

53.8.1.5.4 Shrinkage test

53.8.1.6 Bleeding and blooming tests (for outer sheath)

53.8.1.7 Partial discharge test

53.8.1.8 Bending test

53.8.1.9 Dielectric power factor test

53.8.1.9.1 As a function of voltage

53.8.1.9.2 As a function of temperature

53.8.1.10 Insulation resistance (volume receptivity) tests

53.8.1.11 Heating cycle test

53.8.1.12 Impulse withstand test

53.8.1.13 High voltage test

53.8.1.14 Flammability test

Page 97: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 97 ~ Signature of Bidder with Seal

53.8.2 ACCEPTANCE TEST:

The following shall constitute acceptance tests:

53.8.2.1 Annealing test (for copper)

53.8.2.2 Tensile test (for aluminium)

53.8.2.3 Wrapping tests (for aluminium)

53.8.2.4 Conductor resistance test

53.8.2.5 Test for thickness of insulation

53.8.2.6 Hot set test for insulation

53.8.2.7 Tensile strength and elongation at break test for insulation and sheath

53.8.2.8 Partial discharge test (for screened cables only)

53.8.2.9 High voltage test and

53.8.2.10 Insulation resistance (volume resistively) test

53.8.3 ROUTINE TEST:

The following shall constitute routine tests:

53.8.3.1 Conductor resistance test

53.8.3.2 Partial discharge test (for screened cables only)

53.8.3.3 High voltage tests

53.8.4 OPTIONAL TEST:

Cold impact tests for outer sheath (IS: 5831: 1984) shall constitute the optional tests.

53.9 SPECIFIC TECHNICAL REQUIREMENTS AND QUANTITIES

53.9.1 SCOPE:

This section of the specification covers project information, site condition, desired

Technical parameters and quantity of XLPE Cable.

53.9.1.1 Project Information:

53.9.1.1.1 Customer:

53.9.1.1.2 Engineer/Consultant:

53.9.1.1.3 Project Location:

53.9.1.1.4 Transport facilities

53.9.1.1.4.1 Nearest Railway station: /Gauge

53.9.1.1.4.2 Distance from site:

53.9.1.1.5 Access Roads :

53.9.1.2 SITE CONDITIONS:

53.9.1.2.1 Ambient air temp. (max.) °C:

53.9.1.2.2 Ambient air temp. (min.) °C:

53.9.1.2.3 Design ambient temp. °C:

53.9.1.2.4 Relative humidity for design: purposes

Page 98: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 98 ~ Signature of Bidder with Seal

53.9.1.2.5 Height above mean sea level in : meters

53.9.1.2.6 Earth quake data:

53.9.1.2.6.1 Seismic zone: IS: 1893-84

53.9.1.2.6.2 Seismic acceleration: As per IS: 2.2.4

53.9.1.2.7 Wind data:

53.9.1.2.8 Site Wind Pressure Kg. f/m2: As per IS: 2.3

53.10 SYSTEM PARTICULARS:

a) Line Voltage (KV): 11/33

b) Highest System Voltage (KV): 12/36

c) Number of Circuits: 1

d) Frequency (HZ): 50

e) Neutral effectively earthed

f) Short circuit level (KA): 22.77/ 31.8/ 22.5/ 45

53.11 SPECIFIC TECHNICAL REQUIREMNTS:

Technical Parameters of the cable shall be as follows:

Sl.

No.

Particular Unit Requirement

1. Rated Voltage KV 33

2. Type of Insulation - XLPE

3. Single core/ Multi core - Three core

4. Armoured / Unarmoured - Armoured

5. Material of Conductor - Aluminium/Copper

6. System - 33 KV Earthed

7. Highest System Voltage KV 36

8. Conductor size mm2 400

9. Material - Stranded Aluminium/copper

10. Shape of Conductor - Circular

11. Short Circuit Current KA 13.12, 26.24 for 3 sec.

12. Power Frequency Withstand Voltage KVrms 70

13. Lightning Impulse Withstand Voltage KVP 170

14. Continuous Withstand Temperature ºC 90

15. Short Circuit withstand Temperature ºC 250

16. Oxygen Index - Min 29 (as per ASTMD: 2863)

17. Acid Gas Generation - Max. 20% (as per IEC: 754-1)

18. Smoke Density Generation - 60% (As per ASTMD: 2843)

19. Flammability Test - As per Swedish Chimney test

Page 99: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 99 ~ Signature of Bidder with Seal

54.0 3½ CORE 300 mm2 LT PVC CABLE:

54.1 SCOPE:

This specification covers Manufacture, testing at works, supply and delivery of

unarmored 3½ CORE 300 mm2 PVC CABLE with sector shape aluminum conductor of

H4 grade Class: 2.

54.2 CLIMATIC CONDITIONS:

The unarmored L.T. PVC insulated cables are required to be laid outdoor either for LT

distribution system on transformer center. The climatic conditions will be as under.

Sl. No. Description Desired Value

1) Temperature Variation 5 ºC to 55 ºC

2) Relative humidity Up to 95%

3) Altitude 0 to 1000 mtr.

4) No. of tropical monsoon months 3 (Three)

5) Max. wind pressure 150 Kg./cm²

6) Average annual rainfall 750/800 mm

7) Average thunder storm base per annum Fifteen (15)

54.3 INSTALLATIONS:

54.3.1 These cables are required to be laid outdoors on the transformer structures for LT

power distribution, i.e., from transformer L.T. bushings to LT distribution box and

from LT distribution box to LT overhead lines supported on poles.

54.3.2 These cables are required to be laid overhead, hung, exposed to Atmosphere in

climatic condition as mentioned above. These are also to be used for giving power

supply to LT motive power consumers.

54.4 APPLICABLE STANDARDS:

The applicable standard for LT PVC cable is as follows:

Sl.

No.

Standard Description

1) IS: 1554 (Part-I) 1983 For cable

2) IS: 5831/1984 For PVC Insulation/Sheath

3) IS: 8130 of 1984 For Aluminum Conductor

4) IS: 10418 of 1982 For wooden Drums

5) IS: 10810 of 1984 Methods of tests for Cables

6) IS: 10462(Part-I) 1983 Fictitious calculation method for determination

of dimensions of protective covering of cables

54.5 TECHNICAL PARTICULARS:

54.5.1 The LT PVC cables shall be unarmored PVC insulated and sheathed with shaped

stranded aluminum conductor for earthen neutral system confirming to IS: 1554 (Pt-I)

1988 with latest amendment or revision if any.

Page 100: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 100 ~ Signature of Bidder with Seal

54.5.2 The cable shall be ISI marked and shall have characteristics suitable for voltage rating

of 1100 V in standard length as mentioned Clause: 9A.

54.5.3 The word WESCO, Voltage, Grade Electric, Year of Manufacture, IS Number and

Manufacturer‟s Trademark shall be embossed clearly on every meter of cable.

54.6 INSULATION AND SHEATH:

54.6.1 The type of insulation shall be type „A‟ as per IS: 5831 of 1984 with latest

amendment/revision if any.

54.6.2 The PVC of sheath shall be type „ST-1‟ as per IS: 5831 of 1984 (with latest

amendment/revision) if any.

54.6.3 Colour of Insulation of each core as specified in IS.

54.6.4 Colour of outer sheath shall be yellow only.

54.6.5 Colour of inner sheath is black.

54.7 PACKING AND MARKING/EMBOSSING:

54.7.1 The LT PVC cable of size 3.5 Core x 300 mm² shall be wound on non-returnable

wooden drums with standard length of 500/250 mtr.

54.7.2 The wooden drums shall be as per IS: 10418/1982.

54.7.3 The outer surface of the drums shall be painted with white Aluminum paint.

54.7.4 Similarly, the inside surface of the drums shall have the protective layer of

varnish/paint to protect it from white ants.

54.7.5 The ends of the cable shall be sealed by means of non-hydroscopic sealing materials.

54.7.6 The following information must be either stenciled on the drums:

54.7.6.1 IS: 1554(Part: I) / 88 or as applicable

54.7.6.2 Manufacturer‟s Name, Brand Name or Trade Mark

54.7.6.3 Type of cable & Voltage Grade

54.7.6.4 Number of cores

54.7.6.5 Nominal cross sectional area of conductor

54.7.6.6 Cable Code

54.7.6.7 Colour of Cores

54.7.6.8 Length of cable on the reel, drums or coil

54.7.6.9 Number of lengths on reel, drum or coil

54.7.6.10 Direction of rotation of drum (by means of arrow)

54.7.6.11 Approximate gross weight & Drum No.

54.7.6.12 Country of Manufacture

54.7.6.13 Year of Manufacture

54.7.6.14 W.O. No. and Date

54.7.6.15 Date of dispatch

54.7.6.16 Property of WESCO

54.7.6.17 Details of consignee (on wooden drums only)

54.7.6.18 ISI Mark

54.7.7 The following words shall be duly embossed on sheath of very meter length of cables.

The embossing should be clear and visible.

Page 101: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 101 ~ Signature of Bidder with Seal

54.7.7.1 Name of Purchaser: WESCO

54.7.7.2 Voltage Grade

54.7.7.3 Year of Manufacture

54.7.7.4 Trade Mark of Supplier

54.7.7.5 IS Number

54.8 MARKING:

Progressive running length of the cable shall be marked on outer sheath at an interval of

not more than 1 mtr.

54.9 TOLERANCE:

54.9.1 Tolerance of ± ½ % of standard length is allowed.

54.9.2 STANDARD LENGTH:

Cable Up to and including the size 3.5core x 300 mm² shall be packed in 500/250

Meters± ½ %.

54.9.3 NON-STANDARD LENGTH:

The non-standard length of not less than 100 Meters up to 3% of Order quantity (for

all sizes).

54.10 SUBMISSION OF ISI LICENSE & G.T.P.:

Cables bearing ISI Mark only will be acceptable. The bidder should submit attested

copy of ISI License of IS: 1554 (Part-I) 1988 valid at least up to the date of tender. If

applied for renewal, the copy of receipt of fees and or acknowledgement of ISI/BSI

shall be furnished along with copy of ISI License (Expired) with the offer. The firm

shall also furnish G.T.P. as per Appendix-“A” attached.

54.11 SUBMISSION OF TYPE TEST CERTIFICATE:

Type test certificate not more than five years old to be submitted. The copy of the type

test certificate for all type tests carried out as per IS: 1554 (Part-I) 1988 with latest

amendment/revision in force, on date of opening of tender on any of the sizes

mentioned and specified in the tender and offered by the firm, at any NABL

Accredited Laboratory has to be submitted along with the offer. The party has to

submit type test certificate for the all sizes ordered on him before commencement of

bulk supply and get it approved without affecting delivery scheduled.

54.12 INSPECTION & TESTING:

54.12.1 Testing will be carried out at the works of Manufacturers in presence of Company‟s

Engineers at firm‟s cost according to IS: 1554 (Part-I) 1988 with latest amendment /

revision if any and in force on date of inviting tender. Materials shall not be

dispatched by the supplier without having been inspected and test certificate

approved by Company‟s Inspector and obtaining of specific dispatch instruction in

writing.

Page 102: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 102 ~ Signature of Bidder with Seal

54.12.2 The Company reserves the right to select sample from any offered/inspected lot

against the A/T to be issued which will be get type tested at any CPRI/NABL

Accredited laboratory as decided by the Company.

54.12.3 The results of this type-tested sample shall be applicable for the entire quantity of the

particular lot offered or supplied by the supplier.

54.12.4 The Company shall bear the testing charges if sample passes all the tests and if

sample fails in any one of the tests, supplier shall have to bear testing charges, same

are recoverable from the supplier‟s any pending bill, security deposit, Bank

Guarantee or by any suitable means, whichever deem fit by the Company.

54.12.5 In case of sample failing in aforesaid type tests, supplier shall have to replace the

whole lot materials, which should pass through the type tests, the re-testing charges

will have to be paid by supplier.

54.12.6 If any quantity against the particular lot is consumed by the Company, the supplier

will agree for any penalty/deduction in price as decided by the competent authority

of Company. Decision of competent authority in case of any dispute will be final and

binding to supplier.

54.13 IMPORTANT:

In absence of valid ISI License, Guaranteed Technical Particulars and copy of type test

certificate attested by authorized person, the offer is liable to be ignored without any

further correspondence.

54.14 SEALING:

Both the ends of cable are to be provided with lead seals with seal wire.

54.15 MACHINE/METER CALIBRATION:

All machines and meters to be used in testing shall be calibrated within valid time limit

either at the Laboratory of manufacturer or machine/meter or at Govt. recognized

laboratory. The machine/meter to be used in testing shall be in tolerance limit as per

their accuracy class.

55.0 MATERIAL PROPERTIES AND OTHER TECHNICAL

REQUIREMENTS FOR HEAT SHRINKABLE CABLE

TERMINATIONS AND JOINTS SUITABLE FOR XLPE

CABLES: 55.1 GENERAL:

The term heat shrink refers to extruded or moulded polymeric materials which are cross

linked to develop elastic memory and supplied in expanded or deformed size or shape.

55.2 QUALIFYING EXPERIENCE:

The kits should have satisfactory performance record in India in excess of 5 years

supported with proof of customers having had satisfactory use of these kits in excess of

5 years.

Page 103: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 103 ~ Signature of Bidder with Seal

55.3 TYPE TEST REPORTS:

The Joints and terminations should have been type tested and type test reports made

available.

55.4 KITS CONTENTS:

The Kits should generally consist of:

55.4.1 Heat shrinkable clear insulating tubes

55.4.2 Stress control tubing where necessary

55.4.3 Ferrule insulating tubing for joints

55.4.4 Conductive cable break outs for terminations, non tracking, erosion and weather

resistant tubing both outer / inner

55.4.5 Non tracking erosions and weather resistant outdoor sheds in case of terminations

55.4.6 High permittivity mastic wedge

55.4.7 Insulating mastic

55.4.8 Aluminium crimping lugs of ISI specification

55.4.9 Tinned copper braids

55.4.10 Wrap around mechanical protection for joints

55.4.11 Cleaning solvents, abrasive strips

55.4.12 Plumbing metal

55.4.13 Binding wire etc. adequate in quantity and dimensions to meet the service and test

conditions.

The kit shall have installation instructions and shall be properly packed with shelf life of

over 5 years.

56.0 WAY-LEAVE AND TREE CUTTING:

56.1 Way-leave permission which may be required by the contractor shall be arranged at

own cost without any extra financial cost to WESCO Utility.

56.2 While submitting final-survey report for approval, proposals for way-leave right of

way shall be submitted by the contractor. Employer may extend help to get the

permission within a reasonable time as mutually agreed upon for which due notice

shall be given by the contractor in such a way so that obtaining permission from

appropriate authority do not hinder the continued and smooth progress of the work.

56.3 The employer shall not be held responsible for any claim on account of damage done

by the contractor or his personnel to trees, crops and other properties.

56.4 The contractor shall take necessary precaution to avoid damage to any ripe and

partially grown crops and in the case of unavoidable damage, the employer shall be

informed and necessary compensation shall be paid by the contractor.

56.5 All the documents required for application to the statutory authorities must be prepared

by the contractor & submitted to the employer for submission of the application towards

approval of Railway Crossing etc. However, the responsibilities lie with the contractor

to get the clearance.

Page 104: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 104 ~ Signature of Bidder with Seal

Trimming of tree branches or cutting of a few trees en-route during survey is within

the scope of survey to be done by the contractor. Contractor shall arrange for necessary

way-leave and compensation in this regard. During erection of the line, compensation

for tree cutting, damage caused to crops, actual cutting and falling of the trees including

way-leave permission for such route clearance shall be arranged by the contractor at his

cost. The contractor will identify the number of trees and detail of obstructions to be

removed for erection of the line and intimate the employer well in advance in case of

any help. Other related works like construction of temporary approach roads, etc. as

required, shall be done by the contractor and the same will lie within the scope of

contractor‟s work and such cost shall be considered to be included in the rates quoted

by him.

57.0 TECHNICAL SPECIFICATION OF RCC SLAB:

The scope of works for RCC Slab must covers the followings & as per Drawing.

57.1 Steel having IS: 1786 shall be used of any reputed brand which are established, reliable,

indigenous and primary producer of steel having integrated steel plant (ISP), using iron

ore as basic raw materials as per ministry of steels guideline. No re rolled steel shall be

permitted in work.

57.2 53 grade cement shall be used of any reputed manufacturers of cement inside the state.

57.3 Pond watering shall be provided for RCC work as per the instruction of site in-charge.

The contractor has to arrange adequate supply of clean water required for the work

whenever necessary at his/her own cost.

57.4 The successful bidder shall make his own arrangement for all materials and T&Ps such

as concrete mixture, vibrator, PRR etc. for the work.

57.5 The quoted rate for the work will deem to include all incidental items which may

necessary for construction of benchmarks, level pillars, profiles, benching levels of the

ground etc where required. No extra payment or claim will be admissible on this

ground.

57.6 Cleaning of debris where necessary shall be considering as incidental to the work and

shall be contractor‟s responsibility to clean it.

57.7 Cement concrete (1:1.5:3) with 12 mm size broken hard granite chips for RCC works

including hoisting and lying including cost of all materials, labours, T&P reqd. etc.

complete (In RCC Slab) Cum 242.4.

57.8 Supplying fitting and placing uncoated HYSD bar reinforcement complete as drawing

and technical specification Qntl. 331.41.

57.9 Lifting of New Slabs and lying of new slabs over the cable trench at desired place Cem.

242.4.

Page 105: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 105 ~ Signature of Bidder with Seal

58.0 PLINTH FOR TRANSFORMER INSTALLATION: 58.1 Construction of plinth using first class KB bricks masonry in cubic meter (1:6) of size L

5‟ x W 5‟ H 4‟ and 4” thick reinforcement on the top using steel bar and 20 mm thick

cement plaster over bricks masonry in cubic meter (1:6). The foundation shall be

providing of 4” thick sand filling and height of 1‟10” bricks masonry of size L 5‟ x W 5‟

in cubic meter (1:6).

58.2 The constructed plinth will be 112.5 cubic feet above ground level and having the

following procedure to be maintained.

58.2.1 First footing of wall size : 1‟ x 3”

58.2.2 Second footing of wall size : 10”

58.2.3 Middle portion : Middle portion filled with stand

59.0 8” HDPE PIPE: 8” HDPE Pipe as per PE-80, PN-4 as per IS: 4984 (1995) suitable for XLPE Cable to be

used for railway crossing. The design & drawing to be approved by WESCO Utility

prior to execution of work.

60.0 8” GI ROUND PIPE: 8” GI ROUND PIPE suitable for XLPE Cable to be used for railway crossing & riser

purpose. The design & drawing to be approved by WESCO Utility prior to execution of

work.

61.0 CONSTRUCTION OF EARTH PIT CHAMBERS:

Sl.

No.

Description of Works Unit Quantity

1. Excavation of soil up to a depth of 0.175 mtr. and disposal of the same

outside the switch yard within 5km distance

cu. mtr. 51.51

2. Brick work with Fly ash bricks 23 cm x 11 cm x 8 cm sizes having

crushing strength not less than 75 Kg/ cm2 with dimensional tolerance

+8% in cement mortar (1:6) in superstructure

cu. mtr. 10.52

3. 12 mm thick Cement plastering with mortar of (1:6) for Brick work sq mtr. 101.44

4. Cement concrete (1:2:4) with 12 mm size broken hard granite chips for

R.C.C. Works including hoisting and laying

cu. mtr. 3.22

5. Supplying, fitting and placing uncoated 8mm HYSD bar reinforcement

complete as per drawing and technical specification

MT 0.343

Page 106: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 106 ~ Signature of Bidder with Seal

62.0 30 KV 10 KA STATION CLASS HEAVY DUTY TYPE

PORCELAIN CLAD LIGHTNING ARRESTOR: 62.1 30 KV VOLTAGE CLASS SURGE ARRESTORS:

Lightning Arrestors at Grid Substation shall be of Station class only in 33 KV System.

62.2 INTRODUCTION:

The section covers the specification of 33 KV voltage level, 10 KA, Station class heavy

duty, gapless metal (zinc) oxide Surge Arrestors complete with insulating base, terminal

clamps, complete fittings & accessories for installation on outdoor type 33 KV

switchgear/transmission lines / transformers.

62.3 STANDARDS:

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

3070 Part-3 and other specific requirements stipulated in the specification. Unless

otherwise specified, the equipment, material and processes shall conform to the latest

applicable Indian/International Standards as listed hereunder:

IS: 2071-1993 (Part-1) Methods of High Voltage Testing General Definitions & Test Requirements

IS: 2071-1974(Part-2) Test Procedures

IS: 2629-1985 Recommended Practice for hot dip galvanizing on Iron & Steel

IS: 2633-1986 Method for Testing uniformity of coating of zinc coated Articles

IS: 3070-1993 (Part –3) Specification for surge arrestor for alternating current systems. Metal-Oxide

lightening Arrestors without gaps

IS: 4759-1996 Specification for hot dip zinc coating on Structural Steel and Other allied

products

IS: 5621-1980 Hollow Insulators for use in Electrical Equipment

IS: 6209-1982 Methods of Partial discharge measurement

IS: 6745 Method for determination of mass of zinc coating on zinc coated iron and

steel articles

ANSI/IEEE-C:.62.11 Metal oxide, Surge Arrestor for AC Power Circuits

IEC: 60099-4 Surge Arrestors

The equipment complying with any other internationally accepted standards shall also

be considered if it ensures performance equivalent to or superior to the Indian Standards.

62.4 GENERAL REQUIREMENT:

62.4.1 The metal oxide gap less Surge Arrestor without any series or shunt gap shall be

suitable for protection of 33 KV switchgear, transformers, associated equipment and

33 KV lines from voltage surges resulting from natural disturbance like lightning as

well as system disturbances.

62.4.2 The surge arrestor shall draw negligible current at operating voltage and at the same

time offer least resistance during the flow of surge current.

62.4.3 The surge arrestor shall consist of non-linear resistor elements placed in series and

housed in electrical grade porcelain housing / silicon polymeric of specified creepage

Page 107: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 107 ~ Signature of Bidder with Seal

distance.

62.4.4 The assembly shall be hermetically sealed with suitable rubber gaskets with effective

sealing system arrangement to prevent ingress of moisture.

62.4.5 The surge arrestor shall be provided with line and earth terminals of suitable size. The

ground side terminal of surge arrestor shall be connected with 25 x 6 mm galvanized

strip, one end connected to the surge arrestor and second end to a separate ground

electrode. The bidder shall also recommend the procedure which shall be followed in

providing the earthing system to the Surge Arrestor.

62.4.6 The surge arrestor shall not operate under power frequency and temporary over

voltage conditions but under surge conditions, the surge arrestor shall change over to

the conducting mode.

62.4.7 The surge arrestor shall be suitable for circuit breaker performing 0-0.3 sec.-CO-3 min

– CO - duty in the system.

62.4.8 Surge arrestors shall have a suitable pressure relief system to avoid damage to the

porcelain/silicon polymeric housing and providing path for flow of rated fault currents

in the event of arrestor failure.

62.4.9 The reference current of the arrestor shall be high enough to eliminate the influence of

grading and stray capacitance on the measured reference voltage.

62.4.10 The arrestors for 33 KV system shall be suitable for mounting on transformers, Bus,

Line & structure as per scheme. The supplier shall furnish the drawing indicating the

dimensions, weights etc. of the surge arrestors for the design of mounting Structure.

62.4.11 The arrestor shall be capable of handling terminal energy for high surges, external

pollution and transient over voltage and have low losses at operating voltages.

62.5 ARRESTOR HOUSING:

62.5.1 The arrestor housing shall be made up of porcelain housing and shall be homogenous,

free from laminations, cavities and other flaws of imperfections that might affect the

mechanical and dielectric quality. The housing shall be of uniform brown (for

porcelain) colour, free from blisters, burrs and other similar defects. Arrestors shall be

complete with fasteners for stacking units together and terminal connectors.

62.5.2 The housing shall be so coordinated that external flashover shall not occur due to

application of any impulse or switching surge voltage up to the maximum design value

for arrestor. The arrestors shall not fail due to contamination. The 33 KV arrestors

housing shall be designed for pressure relief class as given in Technical Parameters of

the specification. Sealed housings shall exhibit no measurable leakage.

62.6 FITTINGS & ACCESSORIES:

62.6.1 The surge arrestor shall be complete with fasteners for stacking units together and

terminal connectors.

62.6.2 The terminals shall be non-magnetic, corrosion proof, robust and of adequate size and

shall be so located that incoming and outgoing connections are made with minimum

possible bends. The top metal cap and base of surge arrestor shall be galvanized. The

line terminal shall have a built in clamping device which can be adjusted for both

horizontal and vertical takeoff.

Page 108: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 108 ~ Signature of Bidder with Seal

62.7 TEST:

62.7.1 TEST ON SURGE ARRESTORS:

The Surge Arrestors offered shall be type tested and shall be subjected to routine and

acceptance tests in accordance with IS: 3070 (Part-3)/IEC: 60099-4. In addition, the

suitability of the surge arresters shall also be established for the followings.

i) Acceptance Test:

a) Measurement of power frequency reference voltage of arrester units.

b) Lightning impulse residual voltage on arrester units (IEC clause 6.3.2)

c) Internal ionization or partial discharge test

ii) Special Acceptance Test:

a) Thermal stability test (IEC: 99-4 Clause: 7.2.2)

b) Watt loss test

iii) Routine Test:

a) Measurement of reference voltage

b) Residual voltage test of arrester unit

c) Internal ionization or partial discharge test

d) Sealing test

e) Verticality check on completely assembled surge arresters as a sample test on

each lot if applicable.

iv) Type Test:

Following shall be type test as per IS: 3070 (Part 3): 1993 or its latest amendment.

1) Insulation Withstand Test:

a) Lightning Impulse

b) Power Frequency (Dry/Wet)

2) Residual Voltage Test:

a) Steep current impulse residual voltage test

b) Lightning impulse residual voltage test

c) Switching Impulse Residual voltage test

3) Long duration current impulse withstand test

4) Switching surge operating duty test

5) Power frequency voltage Vs. Time characteristics

6) Accelerated Ageing test

7) Pressure relief test:

a) High Current

b) Low Current

8) Artificial pollution test (for porcelain housing)

9) Seismic Test

10) Partial Discharge test

Page 109: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 109 ~ Signature of Bidder with Seal

11) Bending test

12) Temperature cycle test (for porcelain housing)

13) Porosity test (for porcelain housing)

14) Galvanizing test on metal parts

15) Seal Leakage test (for porcelain housing)

16) Seal leak test and operation tests ( for surge monitor)

17) Weather ageing test (for polymer housing)

62.7.2 The maximum residual voltages corresponding to nominal discharge current of 10 KA

for steep current, impulse residual voltage test, lightning impulse protection level and

switching impulse level shall generally conform to Annex-K of IEC: 99-4.

62.7.3 The contractor shall furnish the copies of the type tests and the characteristics curves

between the residual voltage and nominal discharge current of the offered surge

arrestor and power frequency voltage v/s time characteristic of the surge arrestor

subsequent to impulse energy consumption as per clause No.: 6.6.7 of IS: 3070 (Part-

3) offered along with the GTP/Drawing.

62.7.4 The surge arrestor housing shall also be type tested and shall be subjected to routine

and acceptance tests in accordance with IS: 5621.

62.7.5 Galvanization Test:

All Ferrous parts exposed to atmospheric condition shall have passed the type tests and

be subjected to routine and acceptance tests in accordance with IS: 2633 & IS: 6745.

62.8 NAME PLATE:

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

a) Rated Voltage

b) Continuous Operation Voltage

c) Normal discharge current

d) Pressure relief rated current

e) Manufacturers Trade Mark

f) Name of Sub-station

g) Year of Manufacturer

h) Name of the manufacture

i) Name of Client: “WECO UTILITY”

j) Work Order Number along with date

62.9 DRAWINGS & INSTRUCTION MANUALS:

Within 15 days of receipt of the order, the successful tenderer shall furnish to the

purchaser the following drawings and literature for approval:

a) Outline dimensional drawings of Surge Arrestor and all accessories

b) Assembly drawings and weights of main component parts

c) Drawings of terminal clamps

d) Arrangement of earthing lead.

Page 110: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 110 ~ Signature of Bidder with Seal

e) Minimum air clearance to be maintained of line components to ground

f) Name plate

g) Instructions manual

h) Drawing showing details of pressure relief valve

i) Volt-time characteristics of surge arrestors

j) Detailed dimensional drawing of porcelain housing/Silicon polymeric, i.e.,

internal diameter, external diameter, thickness, height, profile, creepage

distance, dry arcing distance etc.

62.10 TECHNICAL PARTICULARS:

62.10.1 The surge arrestors shall conform to the following standard technical requirements.

The Insulation values shall be enhanced considering the altitude of operation & other

atmospheric conditions. System Parameters are as follows:

Nominal system voltage 33 KV

Highest system voltage 36 KV

System earthing Solidly earthed system

Frequency (Hz) 50

Lightning Impulse withstand Voltage (KVP) 170

Power frequency withstand Voltage (KVrms) 70

Connection to system Phase to Earth

62.10.2 Surge Arrestors:

Type of Surge Arrestor Gapless Metal

oxide outdoor

Arrestor rating KVrms 30

Continuous Operating voltage KVrms 25

Standard Nominal Discharge Current Rating (8 x 20 micro impulse

shape)

KA 10

Line discharge class 2

Degree of protection IP: 67

Lightning Impulse at 10 KA 85

Partial discharge at 1.05 COV not greater than 50 (PC)

Energy capability corresponding to:

Arrestor rating KJ/KV 4.5

COV KJ/KV 4.9

Peak current for high current impulse operating duty of arrestor

classification 10 KA

Amp. 100

62.10.3 Insulator Housing:

Power frequency withstand test voltage (wet) KVrms 70

Lightning impulse withstand/tests voltage KVP 170

Pressure Relief Class 40

Creepage distance not less than mm 900

Page 111: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 111 ~ Signature of Bidder with Seal

62.10.4 Galvanization:

Fabricated Steel Articles 5 mm thick cover 610 g/m2

Under 5 mm but not less than 2 mm thickness 460 g/m2

Under 2 mm but not less than 1.2 mm thickness 340 g/m2

Castings Grey Iron, malleable iron 610 g/m2

Threaded works other than tubes &

tube fittings

Under 10 mm dia 270 g/m2

10 mm dia & above 300 g/m2

63.0 9 KV 10 KA STATION CLASS HEAVY DUTY

GAPLESS LIGHTNING ARRESTOR 63.1 INTRODUCTION:

63.1.1 This section covers the specification of 9 KV 10 KA Station class Lightning Arrestors

for installation on outdoor type 11 KV switchgear, transmission lines, transformers etc.

11 KV side of which is not enclosed in a cable box.

63.1.2 Station class surge arrestors shall be complete with fasteners for stacking units.

63.2 STANDARDS:

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

3070 Part-3 and other specific requirements stipulated in the specification.

63.2.2 Unless otherwise specified, the equipment, material & processes shall conform to the

latest amendments of the following:

IS: 2071-1993 (Part-1) Methods of High Voltage Testing General Definitions & Test

Requirements

IS: 2071-1974 (Part-2) Test Procedures

IS: 2629-1985 Recommended Practice for hot dip galvanizing on Iron & Steel

IS: 2633-1986 Method for testing uniformity of coating of zinc coated articles

IS: 3070-1993 (Part – 3) Specification for surge arrestor for alternating current systems.

Metal-Oxide lightening Arrestors without gaps

IS: 4759-1996 Specification for hot dip zinc coating on structural steel and other

allied products

IS: 5621-1980 Hollow Insulators for use in Electrical Equipment

IS: 6209-1982 Methods of Partial discharge measurement

IS: 6745 Method for determination of mass of zinc coating on zinc coated

iron and steel articles

ANSI/IEEE-C: 62.11 Metal oxide, Surge Arrestor for AC Power Circuits

IEC: 60099-4 Surge Arrestors

The equipment complying with any other internationally accepted standards shall also

be considered if it ensures performance equivalent to or superior to the Indian Standards.

63.3 GENERAL REQUIREMENT:

63.3.1 The metal oxide gap less Surge Arrestor without any series or shunt gap shall be

suitable for protection of 11 KV side of power transformers, associated equipment and

Page 112: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 112 ~ Signature of Bidder with Seal

11 KV lines from voltage surges resulting from natural disturbance like lightning as

well as system disturbances.

63.3.2 The surge arrestor shall draw negligible current at operating voltage and at the same

time offer least resistance during the flow of surge current.

63.3.3 The surge arrestor shall consist of non-linear resistor elements placed in series and

housed in electrical grade porcelain housing / silicon polymeric of specified Creepage

distance.

63.3.4 The assembly shall be hermetically sealed with suitable rubber gaskets with effective

sealing system arrangement to prevent ingress of moisture.

63.3.5 The surge arrestor shall be provided with line and earth terminals of suitable size. The

ground side terminal of surge arrestor shall be connected with 25 x 6 mm galvanized

strip, one end connected to the surge arrestor and second end to a separate ground

electrode. The bidder shall also recommend the procedure which shall be followed in

providing the earthing system to the Surge Arrestor.

63.3.6 The surge arrestor shall not operate under power frequency and temporary over

voltage conditions but under surge conditions, the surge arrestor shall change over to

the conducting mode.

63.3.7 The surge arrestor shall be suitable for circuit breaker performing 0-0.3 min-CO-3

min-CO- duty in the system.

63.3.8 Surge arrestors shall have a suitable pressure relief system to avoid damage to the

porcelain/ silicon polymeric housing and providing path for flow of rated fault currents

in the event of arrestor failure.

63.3.9 The reference current of the arrestor shall be high enough to eliminate the influence of

grading and stray capacitance on the measured reference voltage.

63.3.10 The Surge Arrestor shall be thermally stable and the bidder shall furnish a copy of

thermal stability test with the bid.

63.3.11 The arrestor shall be capable of handling terminal energy for high surges, external

pollution and transient over voltage and have low losses at operating voltages.

63.3.12 The surge arrestor shall be provided with line and earth terminals of suitable size.

63.4 ARRESTOR HOUSING:

63.4.1 The arrestor housing shall be made up of porcelain/silicon polymeric housing and

shall be homogenous, free from laminations, cavities and other flaws of imperfections

that might affect the mechanical and dielectric quality. The housing shall be of

uniform brown (for porcelain)/Grey (for silicon polymeric) colour, free from

blisters, burrs and other similar defects. Arrestors shall be complete with fasteners for

stacking units together and terminal connectors.

63.4.2 The housing shall be so coordinated that external flashover shall not occur due to

application of any impulse or switching surge voltage up to the maximum design value

for arrestor. The arrestors shall not fail due to contamination. The 11 KV arrestors

housing shall be designed for pressure relief class as given in Technical Parameters of

the specification.

63.4.3 Sealed housings shall exhibit no measurable leakage.

Page 113: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 113 ~ Signature of Bidder with Seal

63.5 ARRESTOR MOUNTING:

The arrestors shall be suitable for mounting on 4 pole/2 pole structure used for

pole/plinth mounted transformer and for incoming and outgoing lines. Arrestor may also

be required to be mounted on a bracket provided in the Transformers.

63.6 FITTINGS & ACCESSORIES:

63.6.1 The surge arrestor shall be complete with fasteners and terminal connectors.

63.6.2 The terminals shall be non-magnetic, corrosion proof, robust and of adequate size and

shall be so located that incoming and outgoing connections are made with minimum

possible bends. The top metal cap and base of surge arrestor shall be galvanized. The

line terminal shall have a built in clamping device which can be adjusted for both

horizontal and vertical takeoff.

63.7 TEST:

63.7.1 TEST ON SURGE ARRESTORS:

63.7.1.1 The Surge Arrestors offered shall be type tested and shall be subjected to routine

and acceptance tests in accordance with IS: 3070 (Part-3) / IEC: 600994.

63.7.1.2 In addition, the suitability of the surge arresters shall also be established for the

followings.

63.7.1.2.1 Acceptance Test:

63.7.1.2.1.1 Measurement of power frequency reference voltage of arrester units

63.7.1.2.1.2 Lightning impulse residual voltage on arrester units (IEC clause 6.3.2)

63.7.1.2.1.3 Internal ionization or partial discharge test

63.7.1.2.2 Special Acceptance Test:

63.7.1.2.2.1 Thermal stability test (IEC clause 7.2.2)

63.7.1.2.2.2 Watt loss test

63.7.1.2.3 Routine Test:

63.7.1.2.3.1 Measurement of reference voltage

63.7.1.2.3.2 Residual voltage test of arrester unit

63.7.1.2.3.3 Internal ionization or partial discharge test

63.7.1.2.3.4 Sealing test

63.7.1.2.3.5 Verticality check on completely assembled surge arresters as a sample test on

each lot if applicable

63.7.1.2.4 Type Test:

Following shall be type test as per IS 3070 (Part 3): 1993 or its latest amendment

63.7.1.2.4.1 Insulation Withstand test

63.7.1.2.4.1.1 Lightning Impulse

63.7.1.2.4.1.2 Power Frequency (Dry/Wet)

Page 114: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 114 ~ Signature of Bidder with Seal

63.7.1.2.4.2 Residual Voltage Test

63.7.1.2.4.2.1 Steep current impulse residual voltage test

63.7.1.2.4.2.2 Lightning impulse residual voltage test

63.7.1.2.4.2.3 Switching Impulse Residual voltage test

63.7.1.2.4.3 Long duration current impulse withstand test

63.7.1.2.4.4 Switching surge operating duty test

63.7.1.2.4.5 Power frequency voltage Vs. Time characteristics

63.7.1.2.4.6 Accelerated Ageing test

63.7.1.2.4.7 Pressure relief test

63.7.1.2.4.7.1 High Current

63.7.1.2.4.7.2 Low Current

63.7.1.2.4.8 Artificial pollution test (for porcelain housing)

63.7.1.2.4.9 Seismic Test

63.7.1.2.4.10 Partial Discharge test

63.7.1.2.4.11 Bending test

63.7.1.2.4.12 Temperature cycle test (for porcelain housing)

63.7.1.2.4.13 Porosity test (for porcelain housing)

63.7.1.2.4.14 Galvanizing test on metal parts

63.7.1.2.4.15 Seal Leakage test (for porcelain housing)

63.7.1.2.4.16 Seal leak test and operation tests (for surge monitor)

63.7.1.2.4.17 Weather ageing test (for polymer housing)

63.7.2 The maximum residual voltages corresponding to nominal discharge current of 10 KA

for steep current, impulse residual voltage test, lightning impulse protection level and

switching impulse level shall generally conform to Annex-K of IEC: 99-4.

63.7.3 The contractor shall furnish the copies of the type tests and the characteristics curves

between the residual voltage and nominal discharge current of the offered surge

arrestor and power frequency voltage v/s time characteristic of the surge arrestor

subsequent to impulse energy consumption as per clause 6.6 of IS: 3070 (Part-3)

offered along with the bid.

63.7.4 The surge arrestor housing shall also be type tested and shall be subjected to routine

and acceptance tests in accordance with IS: 5621.

63.7.5 Galvanization Test:

All Ferrous parts exposed to atmospheric condition shall have passed the type tests and

be subjected to routine and acceptance tests in accordance with IS: 2633 & IS: 6745.

63.8 NAME PLATE:

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

Page 115: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 115 ~ Signature of Bidder with Seal

63.9 Rated Voltage

63.10 Continuous Operation Voltage

63.11 Normal discharge current

63.12 Pressure relief rated current

63.13 Manufacturers Trade Mark

63.14 Name of Sub-station

63.15 Year of Manufacturer

63.16 Name of the manufacture

63.17 Name of Client

63.18 Purchase Order Number along with date

63.9 DRAWINGS AND INSTRUCTION MANUALS:

Within 15 days of receipt of the order, the successful tenderer shall furnish to the

purchaser, the following drawings and literature for approval:

a) Outline dimensional drawings of Surge Arrestor and all accessories

b) Assembly drawings and weights of main component parts

c) Drawings of terminal clamps

d) Arrangement of earthing lead

e) Minimum air clearance to be maintained of line components to ground

f) Name plate

g) Surge monitor, if applicable

h) Instructions manual

i) Drawing showing details of pressure relief valve

j) Volt-time characteristics of surge arrestors

k) Detailed dimensional drawing of porcelain housing/Silicon polymeric i.e. internal

diameter, external diameter, thickness, height, profile, creepage distance, dry arcing

distance etc.

63.10 TECHNICAL PARTICULARS:

63.10.1 The surge arrestors shall conform to the following standard technical requirements.

The Insulation values shall be enhanced considering the altitude of operation & other

atmospheric conditions.

Sl.

No.

System Parameters Requirement

1. Nominal system voltage 11 KV

2. Highest system voltage 12 KV

3. System earthing Effectively earthed system

4. Frequency 50 Hz

5. Lightning Impulse withstand Voltage 75 KVP

6. Power frequency withstand Voltage 28 KVrms

7. Arrestor duty:

a) Connection to system Phase to earth

b) Type of equipment to be protected transformers & switchgear

Page 116: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 116 ~ Signature of Bidder with Seal

63.10.2 Surge Arrestors:

Type Gapless Metal oxide outdoor

Arrestor rating 9 KVrms

Continuous Operating voltage 7.65 KVrms

Standard Nominal Discharge Current 10 KA (8x20 micro impulse shape)

Degree of protection IP: 67

Line discharge Class: 2

Steep current at 10 KA 45

Lightning Impulse at 10 KA 40

Energy capability corresponding to:

Arrestor rating 4.5 KJ/KV

COV 4.9 KJ/KV

Peak current for high current impulse operating duty

of Standard TS for arrestor classification 10 KA

100

63.10.3 Insulator Housing:

i) Power frequency withstand test voltage (Wet) (KVrms) : 28

ii) Lightning impulse withstand/tests voltage (KVP) : 75

63.10.4 Galvanization:

i) Fabricated Steel Articles:

a) 5 mm thick cover : 610 g/m2

b) Under 5 mm but not less than 2 mm thickness : 460 g/m2

c) Under 2 mm but not less than 1.2 mm thickness : 340 g/m2

ii) Castings:

a) Grey Iron, malleable iron 610 g/m2

iii) Threaded works other than tubes & tube fittings:

a) Under 10 mm dia : 270 g/m2

b) 10 mm dia & above : 300 g/m2

NOTE: Surge Monitor shall have to be provided if covered in BPS.

64.0 CABLE LAYING METHODOLOGY: 64.1 CABLE LAYING:

Notwithstanding anything stated in these specifications, WESCO reserves the right to

assess the bidder‟s capability to fulfill the scope of the bid, should the circumstances

warrant such assessment.

64.2 DESIGN – WORKMANSHIP AND INTERPRETATION OF CLAUSES: 64.2.1 The design and quality of goods supplied and the workmanship shall be in

accordance with the best engineering practice to ensure satisfactory performance of

Page 117: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 117 ~ Signature of Bidder with Seal

the system throughout the service life.

64.2.2 The goods and accessories offered shall be complete in all respects. Any material

and / or component thought not specifically stated in this specification but is

necessary for trouble free and successful operation shall deemed to be included. All

such components, accessories, etc., shall be supplied at no extra cost.

64.2.3 The goods supplied shall be such that components, accessories of the same type

shall be interchangeable. Likewise similar or corresponding parts, components /

accessories shall also be interchangeable.

64.2.4 Wherever and whenever a material or article is specified or described by the name of

a particular brand, manufacturer, vendor, the specific item mentioned shall be

understood as establishing type, function, quality and not as limiting competition.

However bidders may offer other similar components / accessories provided they

meet with the required standards, design, duties and performance.

64.2.5 Goods and accessories so offered shall conform to type test and shall also be subjected

t o acceptance and routine tests i n accordance with t h e requirements stipulated in

this specification. The WESCO reserves the right for repeating any or all of the type

tests to be conducted on the goods supplied.

64.3 STANDARDS:

64.3.1 Except as modified by this specification all materials to be supplied shall conform to

the requirements of the latest editions of the following standards:

64.3.1.1 IS: 1255: Code of practice for Installation and maintenance of power cables up to

33 KV and including 11 KV rating.

64.3.1.2 IS: 7098 (Part 2): Cross – linked Polyethylene PVC sheathed cables.

64.3.1.3 IEC: 332: Tests on erected cables.

64.3.1.4 IEC: 1329: Allied steel, tubes, tubular and other rough iron fittings.

64.3.1.5 IEC: 2629: Recommended practice for hot dip galvanizing of iron & steel.

64.3.1.6 ASTM-D: 2671: Standard method of testing heat shrinkable or push on Tapex or

cold type tubing for electrical use.

64.3.1.7 ASTM-D 3111: Flexibility determination of hot melt adhesives by mandrel bends

test method.

64.3.1.8 IEC: 60: High Voltage test

64.3.1.9 IS: 3043: Code of practice for Earthing

64.3.1.10 IS: 8309: Compression type tubular for aluminum conductors of insulated cable.

64.4 DEVIATION IN SPECIFICATION:

64.4.1 All deviations in specification shall be brought out by the bidder and detailed clause

by clause in appropriate annexure form.

64.4.2 Deviations brought out elsewhere or in any other format will not be considered and

are liable for rejection. The WESCO in such an event shall also deem that the

bidder has conformed to the clauses in this specification scrupulously.

64.4.3 Deviation in specification shall if possible be quoted with reference to standards.

The bidder shall then furnish an authentic English version of such standards.

Page 118: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 118 ~ Signature of Bidder with Seal

64.5 LOCAL CONDITIONS:

64.5.1 It will be imperative on each bidder to fully inform himself of the local conditions

and factors which may have any effect on the execution of the supply and services

covered under these documents and specification.

64.5.2 It shall be understood and agreed that such factors will have been properly

investigated and considered in any bid that is submitted. The purchaser will entertain

no claim for financial adjustment to the contract awarded under these

specifications and documents. No change in the time schedule of the contract or

any financial adjustment arising thereof that are based on incorrect information or

its effect on the cost of the contract to the bidder shall be permitted by the Purchaser.

64.5.3 Bidders are advised to visit the various areas where the U.G. cables are access, road

/drain / footpath crossings to enable them to make proper costing and then quote

accordingly.

64.6 DETAILS OF WORK:

64.6.1 The scope of work involves Supply and laying, testing and commissioning of 33

KV 3 Core 400 mm2 XLPE UG cable, 11 KV 3 Core 300 mm

2 XLPE UG cable &

1.1 KV 3½ C 185 mm sq LT XLPE Cable.

64.6.2 33 KV 3 Core 300 mm2 XLPE UG cable, 11 KV 3 Core 300 mm

2 XLPE UG cable

& 1.1 KV 3½ C 185 mm sq LT XLPE Cable by trenchless technology adopting

horizontal Boring (HDD) by machines with adequate drawing capacity, under the

railway track.

64.6.3 The contract will be on the semi-turnkey basis and all the required materials

as per specifications are to be procured by the contractor himself. The specifications

for the major equipment to be procured are as follows:

a) XLPE Cables of above size as per specifications enclosed.

b) Cable jointing termination and straight through kits as per specifications enclosed.

64.6.4 All the other materials like coarse and fine aggregate sand, joint markers, sealing,

route markers, cable support clamps, terminals and inline connectors, sealing

compounds etc., whether specifically mentioned or not in these specifications

are deemed to have been included in the scope of supply and installation. Similarly,

the contractor has to arrange for all the tools and plants required for the works at his

own cost.

64.7 SERVICE CONDITIONS:

64.7.1 The cables are being laid in the Jharsuguda district, Odisha, where temperature,

humidity effect is heavily experienced.

64.7.2 The climatic conditions are prone to wide variations in ambient temperature,

humidity etc., and the accessories offered shall be suitable for installation under

the above tropical conditions, where moderately hot and humid conditions

conducive to dust, rust and fungi growth, prevail at site.

64.7.3 The underground cables are to be laid where other utility services like telephone,

EHT lines and PHD lines are encountered.

Page 119: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 119 ~ Signature of Bidder with Seal

64.8 CLIMATIC CONDITIONS:

Climatic conditions

Sl.

No.

Particulars Details

1. Location Under Kachery Road Section,

Jharsuguda

2. Altitude Not exceed 100 M above

MSL- Almost at the Sea level

3. Max. Ambient air temperature 50 ºC

4. Max. Daily average air temp 45 ºC

5. Minimum ambient air temp 40 ºC

6. Ground temperature at depth of laying assumed 35 ºC

7. Isokeraunic level 45

8. Avg. annual rainfall 1450 mm

9. Avg. number of rainy days per annum 60

10. Climate The climate in the city of Cuttack

is Tropical moderately hot and

humid. sub- soil water at certain

location at depth of burial of

cables may be anticipated

11. Soil Normally Dry

64.9 COMPLIANCE WITH REGULATIONS:

64.9.1 All services carried out by the bidder shall be as per the requirements of the I.E.Act-

2003 & Indian electricity Rules – 1956, OERC and all other applicable statutory laws

governing the services in the state of Odisha.

64.9.2 Particular attention is drawn to the necessity of consulting the local authorities and

the administrative heads concerned with the operation and maintenance of roads,

railways, telegraph and telephone services, water supply.

64.9.3 The WESCO will assist in obtaining permission from civil authorities for boring in

the Roads, cutting roads. However the necessary charges shall be paid by the

bidder sufficiently in advance. WESCO will also co-ordinate with the traffic police

authorities for regulation of traffic during cutting of roads.

64.10 INSPECTION BY ELECTRICAL INSPECTOR:

64.10.1 All Electrical installations and equipments are to be inspected and approved by

the Chief Electrical Inspector to the Government of Odisha, before commissioning.

64.10.2 The Contractor will arrange for the payment of the necessary fees for inspection.

64.10.3 Any defects pointed out by the Electrical Inspector, shall be corrected or attended

by the bidder /subcontractor at his own cost and he shall pay, for subsequent

inspection charges to the Electrical Inspector, for obtaining approval.

Page 120: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 120 ~ Signature of Bidder with Seal

64.11 INSTALLATION OF U.G. CABLES:

64.11.1 Method Of UG Cable Laying:

Laying 33 and 11 KV HT UG cables at a depth not less than 0.9 Mtr and not

more than 3 mtr. by trenchless technology, adopting horizontal boring using

appropriate standard machines. Boring & Drawing of cable including preparation at

site.

64.11.2 ROUTE PLANS:

Tentative cable route plans will be furnished to the contractors, indicating the

roads road crossings, findings by excavating trial holes by the contractor / sub

contractor. The work should be taken upon only after WESCO Engineers approve the

final route. The WESCO reserves the right to change, alter deviate the route on

technical reasons.

64.11.3 TRIAL PITS:

64.11.3.1 The bidder shall excavate trial pits for alignment purpose at appropriate distance

apart as warranted by the local conditions, keep a record of the findings and close

the trial holes properly to avoid hindrance / accidents to pedestrian traffic. The

final route / alignment of the cables shall be decided based on the finding of the

trial holes.

64.11.3.2 It is the responsibility of the bidder to maintain as far as possible the required

statutory clearances from other utility services.

64.11.3.3 Any damage caused, inadvertently to any utility services shall be the sole

responsibility of the contractor.

64.11.4 STATUTORY NOTICES AND WAY LEAVES:

The Contractor shall arrange the necessary way leaves from the concerned public

utility authorities and WESCO shall give the required assistance to the contractor

in completing the project.

64.12 LAYING OF CABLES:

64.12.1 33 KV H.T. 3 core HT UG Cables:

64.12.1.1 Laying 11 kV HT UG cables by trenchless technology by adopting horizontal

boring at a depth at a depth not less than 0.9 Mtr and not more than 3

Mtrs, by trenchless technology, adopting horizontal boring using appropriate

standard machines.

64.12.1.2 The cable shall be pulled / drawn smoothly in the bored holes by the

horizontal boring machine itself. The excavated cable trench shall be drained of

all water and bed surface shall be smooth, uniform and fairly hard before

laying out the cable. The cable shall be pulled in the trench only on cable rollers

spaced out at uniform intervals to prevent damage to cable.

64.12.1.3 The laying out process shall be smooth and steady, without subjecting the cable

abnormal tension. The cable laid out shall be smoothly and evenly transferred to

the ground after providing sand cushion and shall never be dropped. All the

snake bends in the cable shall be straightened out.

Page 121: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 121 ~ Signature of Bidder with Seal

64.12.2 Loop Cable:

One complete loop of the cable has to be kept at each termination point.

64.12.3 FLAKING:

Wherever it is not possible to lay of the entire cable drum length, the cable should

be cut and properly sealed and if it is necessary to remove the cable from the

drum, it should be properly flaked. Such cable lengths should be properly stored at

site.

64.12.4 CABLES AND OVER BRIDGES: 64.12.4.1 Wherever the cable route crosses bridges the cable shall be laid in the ducts, if

provided, by removing and replacing the R.C.C. covers and filled with sand

cushion.

64.12.4.2 In the absence of the cable ducts over bridges, the cable shall be laid in

suitable size steel/G.I. pipes or as directed by the engineer-In-charge and the

pipe covered by cement concrete if necessary to protect from direct sunrays.

64.12.5 CABLE CROSSING OPEN DRAINS WITH LONG SPAN:

64.12.5.1 Wherever the cable to cross open drains with a long span, the cable shall be

laid in suitable size G.I. pipe properly jointed with suitable collars. The GI pipe

shall be firmly supported on pillars, columns, or suitable support of R.C.C.

foundation with stone masonry in cement mortar 1:4.

64.12.5.2 Wherever the U.G. cable has to cross the sewerage or water supply line the

U.G. cable has to be taken below them maintaining adequate clearance. Further

wherever the U.G. cable runs parallel to the telephone cable a separation

distance of at least 300-mm shall be maintained.

64.12.5.3 The cables shall be laid in stoneware pipe wherever the cable and trench crosses

private roads, gates, etc. In order to avoid inconvenience the stoneware pipe

should be laid first after excavation and excavated trench shall be back

filled, compacted and surface properly redone to restore that original condition.

64.12.6 CABLE AND JOINT MARKERS:

64.12.6.1 Permanent means of indicating the positions of joints on site should be provided.

During the course of permanent reinstatement cable and joint markers, should be

laid directly above the route of the cable and the position of the joint.

64.12.6.2 Wherever it is not possible to place the marker directly over the cable route or

joint the marker should be suitably placed near the cable route or joint on

which the distance of the cable route or joint at right angles to and parallel to

the marker should be clearly indicated.

64.12.6.3 The position of fixing the markers will be at the discretion of the Engineer-In-

charge.

65.0 JOINTING OF CABLES:

65.1 GENERAL:

65.1.1 It shall be noted that the U.G. cables are of XLPE insulation and needs special

Page 122: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 122 ~ Signature of Bidder with Seal

care in jointing. The cable jointer and his assistant shall have experience in making

joints / terminations. Jointing work should commence as soon as two or three lengths

of cables have been laid. All care should be taken to protect the factory-plumbed

cap/seal by laying the end solid in bitumen until such time as the jointing is

commenced.

65.1.2 Jointing of cables in carriage ways, drives, under costly paving, under concrete or

asphalt surfaces and in proximity to telephone cables and water mains, should be

avoided whenever possible.

65.2 JOINT PITS:

The joint pits should be sufficient dimensions as to allow jointers to work with as

much freedom of movement and comfort as cables proposed to be jointed. The sides

of the pit should be draped with tarpaulin sheet to prevent loose earth from falling on

the joint during the course of making. The pit should be well shored with timber, if

necessary. An overlap of about 1.0 mtr of the cables to be jointed may be kept, for

allowance to adjust the position of the joint. When two or more cables are laid

together the joints shall be arranged to be staggered by 2 to 2.5 mtr.

65.3 SUMP PITS:

When jointing cables in water logged ground or under monsoon conditions, a sump

pit should be excavated at one end of the joint pit in such a position so that the

accumulating water can be pumped or bailed out by buckets without causing

interference to the jointing operation.

65.4 TENTS:

A tent should be used in all circumstances wherever jointing work is carried out in

the open irrespective of the weather conditions. The tent should be so covered as to

have only one entrance and the back facing the direction of the wind. The tent

cover should be properly weighted or tied down on the sides.

65.5 MEASUREMENT OF INSULATION RESISTANCE:

Before jointing is commenced the insulation resistance of both sections of the cable

to be jointed should be checked by insulation resistance testing instrument. An

insulation resistance – testing instrument of 2.5/5 KV shall be used. The Insulation

Resistance values, between phases and phase to earth shall be recorded. The actual

jointing operation shall start only after the approval of the engineer in charge of works.

65.6 PRECAUTIONS BEFORE MAKING A JOINT OR CUTTING A CABLE: The cable end seals should not be opened until all necessary precautions have been

taken to prevent circumstances arising out of rainy/inclement weather conditions,

which might become uncontrollable. The cable seals should be examined to ascertain

if they are intact and also that the cable ends are not damaged, if the seals are found

broken or the lead sheath punctured, the cable ends should not be jointed until

after due examination and testing by the engineer-in-charge of the works.

Page 123: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 123 ~ Signature of Bidder with Seal

65.7 PRECAUTIONS TO BE TAKEN ON LIVE CABLES IN SERVICE:

Sometimes it becomes necessary that a H.V. cable, which is in service, be cut for

making a straight joint with a new cable. In such cases work on joint should start

only after the in service cable is properly identified, isolated, discharged, tested and

effectively earthed. Search coils interrupters or cable-identifying instruments should

be used for this purpose.

65.8 IDENTIFICATION NUMBERS / COLOURS AND PHASING:

The cables should be laid and jointed number to number or colour to colour shown

on the core identifying marks and prevent cross jointing. In all cases, the cables

should be tested and phased out, and more particularly so when the cable terminates

at Ring Main Unit / Sub-station.

65.9 MAKING A JOINT:

The Heat shrinkable joints used shall be conforming to the specification vide Sec-iv.

Alternatively push-on or Tapex or cold shrinkable type can be used with the approval

of WESCO. The contractor should furnish all the technical particulars of these joints

and obtain approval only in case they are found superior to the heat shrinkable

joints. Epoxy based joints are not permitted. Comprehensive jointing instructions

obtained from the manufacturer of joint kits shall be meticulously followed. The

connection of the earth wires should be done using flexible bonds connected to

cable sheath using clips or soldering. Aluminum conductor strands shall be joined be

joined by mechanical compression method, using suitable die and sleeve with a good

quality tool. The joints shall conform to specification as per IS 13573-1992.

65.10 TRANSITION JOINTS:

Wherever straight through joints will have to be made with existing cables under the

following conditions, the contractor shall arrange such type of joints and execute

them with skilled jointers.

a) Between cables having two different types of insulation viz., paper and XLPE

b) Between cables having two different types of conductor material, viz. copper

and aluminum.

c) Or a combination of the above

The transition joints shall conform to IS: 13705 – Transition joints for cables for

working voltages including 33 KV– performance requirements and type tests.

65.11 CABLE TERMINATIONS:

65.11.1 Cable terminations required are both indoor and outdoor type and invariably be of

heat shrinkable types conforming to the specifications vide Sec-iv. Alternatively

push-on or Tapex or cold shrinkable type can be used with the approval of WESCO

with appropriate sheds for rainwater in case of outdoor terminations. All the

technical particulars to establish the superiority in the performance of these joints

shall be furnished while seeking approval. The terminations shall conform to

Page 124: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 124 ~ Signature of Bidder with Seal

specifications as per IS: 13573 – 1992. The instructions furnished by the

manufacturer of termination boxes/kits should strictly be followed.

65.11.2 Whenever a cable raised from the trench to end in termination, to be finally

connected to an overhead line or transformer, the following instructions should be

complied with:

65.11.2.1 One coil to made and left in the ground for future needs.

65.11.2.2 The rise of cable, immediately from the ground level should be enclosed in

suitable diameter GI pipe to height of 2 mtr.

65.11.2.3 The balance portion of the cable should be neatly curved, in „S‟ shape.

65.11.2.4 The cable and pipe should be properly fastened by using appropriate clamps

/support. The hardware of clamps shall be painted with red oxide and enamel paint

or galvanized.

65.11.2.5 The lugs on the termination shall be compressed with a suitable compression

tool.

65.12 EARTHING AND BONDING:

The metal sheath and Armour should be efficiently bonded and earthed at all

terminals to earth electrodes provided. The cross sectional area of the bond shall be

such that the resistance of each bond connection shall not exceed the combined

resistance of an equal length of the metal sheath and Armour of the cable.

65.13 TESTING AFTER LAYING AND JOINTING:

65.13.1 All cables after laying and jointing works are completed should be tested

systematically and insulation and pressure tests should be made on all underground

cables.

65.13.2 All test results should be recorded in tabular form in logbooks kept for the purpose.

65.13.3 The cable cores should be tested for:

a) Continuity

b) Absence of cross phasing

c) Insulation resistance to earth; insulation resistance between conductors.

65.14 H.V. TEST:

65.14.1 After the laying and jointing work is completed, a high voltage test should be

applied to the cable to ensure that the cable has not been damaged during or after

the laying operations and there is not defect in the joining.

65.14.2 The high voltage tests should be as per IS: 1255 or as per international standards.

The H.V. testing instruments shall be brought by the turn key contractor.

65.15 TESTING AND RECORD OF CABLE CONSTANTS:

When the cable is ready, just before commissioning, the cable constants viz,

the resistance, capacitance and inductance of each conductor should be determined

and recorded, along with frequency at which the values of capacitance and

Page 125: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 125 ~ Signature of Bidder with Seal

inductance are determined.

65.16 GUARANTEE:

All the cable joints / termination done by the contractor shall be guaranteed

for 12 months from the date of energisation of the complete cable. In the event of

failure during the guarantee period, the restoration work shall be done free of cost

by the contractor within 24 hours of giving notice or else the expenditure incurred

by WESCO to re-do the joint / termination will be recovered from the performance

guarantee amount held with the WESCO.

65.17 CABLE RECORDS:

65.17.1 Accurate neat plans / sketches, drawn to suitable scale (1 cm = 10 M) should be

prepared and furnished by the contractor after the completion of each work.

65.17.2 All relevant information should be collected at site, during the progress of work

and preserved for preparation of drawings.

65.17.3 The following essential data should be incorporated on all drawings:

a) Size, type of cable or cables

b) Location of the cable in relation to prominent land mark property, Kerb-line

etc., with depths.

c) The cross section showing where cables are laid in piper or ducts, giving their

sizes, type and depths.

d) Position and type of all joints

e) Location of other cables which run alongside or across the cable route.

f) Position and depths of all pipers, ducts, etc., which are met as obstruction to

the cable route.

g) Accurate lengths from joint to joint

h) Manufacturers name and drum number of the cable, between sections / joint to

joint.

Two transparencies and six blue print copies of the cable records prepared as above

shall be given to the WESCO‟s Engineer as a part of the contract as soon as the cable

is charged.

Page 126: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 126 ~ Signature of Bidder with Seal

GTP OF 9 mtr. long 150 x 150 mm R.S. Joist (34.6 Kg./mtr.)

Name of The Bidder:

Manufacturer's Name & Address:

Place of Manufacture:

Sl.

No. Description

Unit Requirement

Bidders

Offer

1. R.S. Joist Designation 150 x 150 mm ISHB

2. Length of Joist in mtr with +100/-0% Tolerance mtr. 10 mtr.

3. Weight with ±2.5% Tolerance Kg./m 34.6

4. Sectional Area sq. cm 44.10

5. Depth(D) of section with +3.0mm/-2.0mm

Tolerance as per IS 1852-1985

mm 150

6. Width (B) of Flange with ±2.5mm Tolerance as

per IS 1852-1985.

mm 150

7. Thickness of Flange (Tf) with ±1.5mm Tolerance. mm 9

8. Thickness of Web (Tw) with ±1.5mm Tolerance. mm 11.8

9. Corner Radius of fillet or root (R1) mm 8

10. Corner Radius of Two (R2) mm 4

11. Moment of Inertia

a) Ixx cm4 1635.00

b) Iyy cm4 494.90

12. Radius of Gyration

a) Rxx cm 6.09

b) Ryy cm 3.35

13. Modulus of Section

a) Zxx cm3 218.1

b) Zyy cm3 63.2

14. Flange Slope(α) in Degree 94

15. Tolerance in Dimension As per IS:1852

16. MECHANICAL PROPERTIES:

a) Tensile Test

Requirement as per IS:

2062/ 1999 Grade: A

b) Yield Stress (MPa) Min250

c) Tensile Strength (MPa) Min410

d) Lo = (5.65√So) Elongation% Min23

e) Bend Test Shall not Crack

17. CHEMICAL PROPERTIES:

Page 127: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 127 ~ Signature of Bidder with Seal

a) Chemical Composition

Requirement As per

IS:2062/1999 Grade-A

b) Grade A

c) Chemical Name Fe-410W A

d) Carbon (max.) % 0.15-0.23

e) Manganese (max.) % 0.45-1.5

f) Sulphur (max.) % 0.045

g) Phosphorous (max.) % 0.045

h) Silicon (max.) % 0.010-0.45

i) Carbon Equivalent (max.) % 0.42

18. Deoxidation Mode Semi-killed or killed

19. Supply condition As rolled

Page 128: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 128 ~ Signature of Bidder with Seal

GENERAL TECHNICAL PARTICULARS FOR 90 KN

PORCELAI TYPE DISC INSULATOR (B&S TYPE)

Name of The Bidder:

Manufacturer's Name & Address:

Place of Manufacture:

Sl.

No. Description

Unit Requirement Bidder's

Offer

1. Applicable Standard

2. Type of Insulator

90 KN B&S Type

Antifog type Disc

Insulator

3. Nominal System Voltage KV 33 11

4. Highest System Voltage KV 36 12

5. Dry Impulse withstand voltage KVPeak 170 155

Dry Impulse flashover voltage KVPeak 170 170

6. Wet power frequency 1 min. withstand voltage KVrms 75 50

Dry power frequency 1 min. withstand voltage KVrms 18 18

7. Dry critical impulse flashover voltage KVrms

8. Dry power frequency critical flashover voltage KVPeak 100 100

9. Wet power frequency critical flashover voltage KVPeak 60 60

10. Power frequency puncture voltage KV 140 140

11. Mechanical routine test load 45 45

12. Shattered Strength (Glass) NA NA

13. Electromechanical failing load KN 90 90

14. Safe working load KN Up to 90 Up to 90

15. Minimum failing load KN 10 10

16. Creepage Distance mm 580 430

17. Protected Creepage Distance mm 300 270

18. Type & Grade of Insulator Porcelain

19. Type & Grade of CAP material GI MS Forged

20. Type & Grade of PIN GI MS Forged

21. Type & Grade of Locking PIN Brass

22. Type & Grade of Cement Portland

23. Type of Semiconducting Glaze Ceramics

24. Colour of Insulator Glazed Brown

25. Weight of Insulator 8.2 8.2

Page 129: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 129 ~ Signature of Bidder with Seal

GENERAL TECHNICAL PARTICULARS FOR

3 BOLTED HARDWARE FITTING SUITABLE FOR 90

KN PORCELAIN TYPE DIC INULATOR (B&S) TYPE

Name of The Bidder:

Manufacturer's Name & Address:

Place of Manufacture:

Sl.

No. Description

Unit Requirement Bidder's

Offer

1. Applicable Standard IS: 2486 (Part-I, II & III)

2. Ultimate Strength (minimum) Kg. 4500

3. Dimension in accordance with mm IS: 2486 (Part-II)

4. Material used & reference standard

5. Clamp Type Al. Alloy

6. U Bolt M16 MS (E.G.)

7. Nut M16 MS

8. Sp. Washer M16 MS

9. Flat Washer M16 MS

10. Cross Arm Strap

11. Body & Keeper Al. Alloy

12. M/R Clip SS / Brass

13. Socket Eye 16 mm Forged Steel

14. Bolt M16 x 145

15. Rivet 16 mm MS HDG

16. Split Pin SS / HDG

17. Nut M16 MS HDG

18. Spring Washer Kg. M16 MS HDG

19. Strap 35 x 6 MS Galvanised

20. UTS of Hardware Fittings KN 90

21. Wight of Hardware Fittings in

complete shape

22. Tolerance

Page 130: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 130 ~ Signature of Bidder with Seal

GENERAL TECHNICAL PARTICULARS FOR

33 KV PIN INSULATOR

Name of The Bidder:

Manufacturer's Name & Address:

Place of Manufacture:

Sl.

No. Description

Unit Requirement Bidder's

Offer

1. Applicable Standard IS: 731 of 1971

2. Nominal Working Voltage KV 33

3. Highest System Voltage KV 36

4. Visible Discharge Voltage 27

5. Dry power frequency 1 minute withstand voltage KVrms 95

6. Wet power frequency 1 minute withstand voltage KVrms 75

7. Power frequency puncture withstand voltage KVPeak 180

8. Impulse withstand voltage KVPeak 170

9. Dry Power Frequency Flashover Voltage KVrms 85

10. Wet Power Frequency Flashover Voltage KVrms 80

11. Minimum failing load KN 10

12. Minimum creepage distance mm 580

13. Colour of Porcelain Glazed Brown

14. Weight per Unit

15. Size of Insulator

a) Height mm 215

b) Diameter mm 280

16. Type & Grade of Insulator Porcelain

17. Material of Thimble Lead

18. Type & Grade of Cement Portland

19. Type of Semiconducting material Ceramic

20. Steel Head Large Head

21. Weight per unit of Insulator Kg. 7.0

Page 131: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 131 ~ Signature of Bidder with Seal

GENERAL TECHNICAL PARTICULARS FOR

33 KV GI PIN

Name of The Bidder:

Manufacturer's Name & Address:

Place of Manufacture:

Sl.

No. Description

Unit Requirement Bidder's

Offer

1. Applicable Standard IS: 2486

2. Minimum failing load KN 10

3. Dimension:

a) Total Length mm

b) Shank Length mm

c) Stalk length mm

Length of thread portion in the shank mm

4. Type of thread

5. Thread per Inch

6. Type of Galvanization of PIN & Nut

7. Mass of Zinc (minimum) gms.

8. No. of Nuts with each pin & its size M24

9. No. of spring washer with each PIN & its size M24

10. Packing Details:

a) Type of Packing mm

b) Weight of each pin approx. (with nut & washer) mm 2.8

c) No. of Pins in each packing (Kg.)

11. Tolerance in Weight/dimension, if any As per IS: 2486

& IS: 1852

Page 132: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 132 ~ Signature of Bidder with Seal

GENERAL TECHNICAL PARTICULARS FOR

33 KV „F‟ CLAMP

Name of The Bidder:

Manufacturer's Name & Address:

Place of Manufacture:

Sl.

No. Description

Unit Requirement Bidder's

Offer

1. Type of Clamp 33 KV F-CLAMP

2. Grade of Steel 43A M.S.

3. Steel Standards IS: 2062/1992

4. Fabrication Standards IS: 802 (P-2)/1978

5. Dimension 75 x 10 MS Flat

6. Steel Sections Utilized mm 75 x 10 MS Flat

7. Steel Tensile Strength N/cm2 1500 Kg F/cm²

8. Working Load Kg. 400/ 450/ 550/ 600 Kg.

9. Details of Construction Standard As per IS

10. Details of Galvanizing Method Utilized and

Standard/ Specification Conforming to?

NA

11. Weight of 33 KV F-CLAMP (min.) Kg.

4.9 Kg.

12. Whether Drawing has been Submitted with

the Bid

Yes/No

Page 133: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 133 ~ Signature of Bidder with Seal

GENERAL TECHNICAL PARTICULARS FOR

33 KV “V” CROSS ARM

Name of The Bidder:

Manufacturer's Name & Address:

Place of Manufacture:

Sl.

No. Description Requirement

Bidder's

offer

Item 33 KV “V” Cross Arm

1. Type of Cross Arm V - TYPE

2. Grade of Steel FY 250: 43 A

3. Steel Standard IS: 2062 - 1992

4. Fabrication Standard IS: 802 (PART-2) - 1978

5. Dimensions mm

6. Steel Section Utilized 100 x 50 x 6 mm

7. Steel Tensile Strength 1500 Kg. f / cm2

8. Working Load 200 / 300 / 350 / 400 Kg.

9. Details of Galvanizing Method utilized & Standard /

Specification confirming to Min 610 gm

10. Weight of Cross Arm (min.) 22 Kg.

11. Whether drawing has been submitted with the bid Yes/No

Page 134: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 134 ~ Signature of Bidder with Seal

GENERAL TECHNICAL PARTICULARS FOR BACK

CLAMP FOR 33 KV “V” CROSS ARM

Name of The Bidder:

Manufacturer's Name & Address:

Place of Manufacture:

Sl.

No

.

Description Unit Requirement Bidder's

Offer

1. Type of Clamp Back Clamp for 33 KV

„V‟ CROSS ARM

2. Grade of Steel FY-250

3. Steel Standards IS: 2062/1992

4. Fabrication Standards IS: 8029 (Part-2):1978

5. Dimension mm 50x8 mm MS Flat

6. Steel Sections Utilized 50x8 mm MS Flat

7. Steel Tensile Strength N/cm2 1500 Kg. f/cm²

8. Working Load Kg. 200/300 Kg

9. Details of Construction Standard

10. Details of Galvanizing Method Utilized and

Standard/ Specification Conforming to? NA

11. Weight of Back Clamp for 33 KV V Cross

Arm (min.) Kg. 2.4

12. Whether Drawing has been Submitted with

the Bid Yes/No

Page 135: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 135 ~ Signature of Bidder with Seal

GENERAL TECHNICAL PARTICULARS OF 11 KV “V”

CROSS ARM

Name of The Bidder:

Manufacturer's Name & Address:

Place of Manufacture:

Sl.

No. Description Requirement

Bidder's

offer

Item 11 KV “V” Cross Arm

1. Type of Cross Arm V - TYPE

2. Grade of Steel FY 250: 43 A

3. Steel Standard IS: 2062 - 1992

4. Fabrication Standard IS: 802 (PART-2) -

1978

5. Dimensions mm

6. Steel Section Utilized 100 x 50 x 6 mm

7. Steel Tensile Strength 1500 Kg. f / cm2

8. Working Load 200 / 300 / 350 / 400 Kg

9. Details of Galvanizing Method utilized & Standard /

Specification confirming to Min 610 gm.

10. Weight of Cross Arm (min.) 10.2 Kg.

11. Whether drawing has been submitted with the bid Yes/No

Page 136: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 136 ~ Signature of Bidder with Seal

GENERAL TECHNICAL PARTICULARS OF

BACK CLAMP FOR 11 KV “V” CROSS ARM

Name of The Bidder:

Manufacturer's Name & Address:

Place of Manufacture:

Sl.

No. Description Unit Requirement

Bidder's

Offer

1. Type of Clamp Back Clamp for 33 KV

„V‟ CROSS ARM

2. Grade of Steel FY-250

3. Steel Standards IS: 2062/1992

4. Fabrication Standards IS: 8029 (Part-2):1978

5. Dimension mm 50 x 8 mm MS Flat

6. Steel Sections Utilized 50 x 8 mm MS Flat

7. Steel Tensile Strength N/cm2 1500 Kg. f/cm²

8. Working Load Kg. 200/300 Kg

9. Details of Construction Standard

10. Details of Galvanizing Method Utilized and

Standard/ Specification Conforming to? NA

11. Weight of Back Clamp for 33 KV V Cross

Arm (min.) Kg. 1.7

12. Whether Drawing has been Submitted with

the Bid Yes/No

Page 137: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 137 ~ Signature of Bidder with Seal

GENERAL TECHNICAL PARTICULARS OF

11 KV „F‟ CLAMP

Name of The Bidder:

Manufacturer's Name & Address:

Place of Manufacture:

Sl.

No. Description

Unit Requirement Bidder's

Offer

1. Type of Clamp 11 KV F-CLAMP

2. Grade of Steel 43A M.S.

3. Steel Standards IS: 2062/1992

4. Fabrication Standards IS: 802 (P-2)/1978

5. Dimension 75 x 10 MS Flat

6. Steel Sections Utilized mm 75 x 10 MS Flat

7. Steel Tensile Strength N/cm2 1500 Kg F/cm²

8. Working Load Kg. 400/ 450/ 550/ 600 Kg.

9. Details of Construction Standard As per IS

10. Details of Galvanizing Method Utilized and

Standard/ Specification Conforming to?

NA

11. Weight of 33 KV F-CLAMP (min.) Kg.

2.9 Kg.

12. Whether Drawing has been Submitted with

the Bid

Yes/No

Page 138: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 138 ~ Signature of Bidder with Seal

GENERAL TECHNICAL PARTICULARS OF 11 KV

PIN INSULATOR

Name of The Bidder:

Manufacturer's Name & Address:

Place of Manufacture:

Sl.

No. Description

Unit Requirement Bidder's

Offer

1. Applicable Standard IS: 731 of 1971

2. Nominal Working Voltage KV 11

3. Highest System Voltage KV 12

4. Visible Discharge Voltage 9

5. Dry power frequency 1 minute withstand voltage KVrms 95

6. Wet power frequency 1 minute withstand voltage KVrms 75

7. Power frequency puncture withstand voltage KVPeak 180

8. Impulse withstand voltage KVPeak 95

9. Minimum failing load KN 10

10. Minimum creepage distance mm 380

11. Colour of Porcelain Glazed Brown

12. Weight per Unit

13. Size of Insulator

a) Height mm

b) Diameter mm

14. Type & Grade of Insulator Porcelain

15. Material of Thimble Lead

16. Type & Grade of Cement Portland

17. Type of Semiconducting material Ceramic

18. Steel Head Large Head

Page 139: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 139 ~ Signature of Bidder with Seal

GENERAL TECHNICAL PARTICULARS

OF 11 KV GI PIN

Name of The Bidder:

Manufacturer's Name & Address:

Place of Manufacture:

Sl.

No. Description

Unit Requirement Bidder's

Offer

1. Applicable Standard IS: 2486

2. Minimum failing load KV 10

3. Dimension:

a) Total Length

b) Shank Length KVrms

c) Stalk length KVrms

4. Type of thread KVPeak

5. Thread per Inch KVPeak

6. Type of Galvanization of PIN & Nut KN

7. Mass of Zinc (minimum) mm

8. No. of Nuts with each pin & its size

9. No. of spring washer with each PIN & its size

10. Packing Details:

a) Type of Packing mm

b) Weight of each pin approx. (with nut & washer) mm

c) No. of Pins in each packing (Kg.)

11. Tolerance in Weight/dimension, if any ± 5%

Page 140: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 140 ~ Signature of Bidder with Seal

GENERAL TECHNICAL PARTICULARS FOR

20 mm dia HT STAY SET COMPLETE

Name of The Bidder:

Manufacturer's Name & Address:

Place of Manufacture:

SL

.

N

O.

DESCRIPTION

Specified Parameters BIDDER'S

OFFER Section

Tolerance Fabrication Tolerance Material

1. Anchor Plate 8 mm Thick

+12.5% -5% 300 x 300 mm + 1%

GI Plate 8

mm thick

2. Anchor Rod 20 mm diameter

+3% -2%

Length: 1800 mm + 0.5%

Round Eye: 40 mm inside dia.

+ 3% Threading: 40 mm

+11% -5%

GI Round

20 mm dia

3. Turn Buckle

Bow

20 mm diameter

+5% -3%

Length 995 mm +1% GI Round

20 mm dia

Length 200 mm +1%

GI Channel

100 x 50 x

4.7 mm

4. Eye Bolt Rod 20 mm diameter

+3% -2%

Length: 450 mm + 1%

Threading: 300 mm + 1%

Round Eye: 40 mm inside dia

+3%

GI Round

20 mm dia

5. Galvanization

Thickness All galvanization shall be carried out in accordance with

IS: 2629. The weight of Zinc deposit shall be in accordance

with IS: 2629 & shall not be less than 0.61 Kg/m sq (64

micron) for items of thickness between 2 mm & 5 mm &

0.33 Kg/m sq (47 micron) for items less than 2 mm

thickness

6. Anchor Plate

7. Anchor Rod

8. Turn Buckle

9. Eye Bolt Rod

10. Thimble 2 nos. to be made of 1.5 mm thick G.S. sheet in to a size of

75 x 22 x 40 mm & shape as per standard

11. Nut & Washer

One G.S. Hexagonal Nut confirming to IS: 1363 & 1367

with one square washer of size 50 x 50 x 6 mm (G.S.)

along with Anchor Rod

Two G.S. Hexagonal nuts of suitable size along with Eye

Bolt rod

Page 141: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 141 ~ Signature of Bidder with Seal

GUARANTEED TECHNICAL PARTICULARS FOR

LT STAY SET COMPLETE

Name of The Bidder:

Manufacturer's Name & Address:

Place of Manufacture:

ITEM DETAILS

Sl.

No. Description

Specified Parameters Bidder's

Offer Section

Tolerance Fabrication Tolerance Material

1. Anchor Plate 6 mm Thick

+2.5% -5% 200 x 200 mm + 1%

GI Plate 6

mm thick

2. Anchor Rod

16 mm

diameter

+5% -3%

Length: 1800 mm + 0.5%

Round Eye: 40 mm inside

dia. + 3% Threading: 40

mm +11% -5%

GI Round 20

mm dia

3. Turn Buckle Bow

16 mm

diameter

+5% -3%

Length 995 mm +1% GI Round 20

mm dia

Length 180 mm +1%

GI Channel

100 x 50 x

4.7 mm

4. Eye Bolt Rod

16 mm

diameter

+5% -3%

Length: 450 mm + 1%

Threading: 300 mm +

1% Round Eye: 40 mm

inside dia +3%

GI Round 16

mm dia

5. Galvanization

Thickness All galvanization shall be carried out in accordance

with IS: 2629. The weight of Zinc deposit shall be in

accordance with IS: 2629 & shall not be less than

0.61 Kg/m sq (64 micron) for items of thickness

between 2 mm & 5 mm & 0.33 Kg/m sq (47 micron)

for items less than 2 mm thickness

6. Anchor Plate

7. Anchor Rod

8. Turn Buckle

9. Eye Bolt Rod

10. Thimble 2 nos. to be made of 1.5 mm thick G.S. sheet in to a

size of 75 x 22 x 40 mm & shape as per standard

11. Nut & Washer

One G.S. Hexagonal Nut confirming to IS: 1363 &

1367 with one square washer of size 50 x 50 x 6 mm

(G.S.) along with Anchor Rod

Two G.S. Hexagonal nuts of suitable size along with

Eye Bolt rod

Page 142: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 142 ~ Signature of Bidder with Seal

GENERAL TECHNICAL PARTICULARS FOR

HT STAY CLAMP (140 x 85 mm)

Name of the Bidder:

Name of Manufacturer:

Place of Manufacture:

Sl.

No. Description Unit

Bidder‟s

Offer

1. Type of Clamp HT Stay Clamp

2. Grade of Steel FY: 250

3. Steel Standard IS: 2062/1992

4. Fabrication Standard IS: 802 (P-2)/1978

5. Dimension mm 50 x 8 mm MS Flat

6. Steel section utilized mm 50 x 8 mm MS Flat

7. Steel Tensile strength Kg.

N/Cm² 500

8. Working load Kg 500

9. Weight of Stay Clamp Kg 1.9

10. Whether drawing has been submitted with the bid Yes

Page 143: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 143 ~ Signature of Bidder with Seal

GENERAL TECHNICAL PARTICULARS FOR

7/8 SWG GI STAY WIRE

Name of The Bidder:

Manufacturer's Name & Address:

Place of Manufacture:

Sl.

No. Unit

Requirement Bidder‟s

Offer

1. Nominal diameter of wire mm 3.15

2. Tolerance in diameter

± 2.5%

3. Sectional Area (In Sq. mm.) mm2 70.16

4. Tensile strength:

a) Min. N/mm²

7.1/40

b) Max. N/mm²

81.42

5. Minimum breaking load (KN)

3697.5

6. Type of coating Heavy/Medium/Light

Heavy

7. Variety Hard/Soft

Soft

8. Weight of Zinc coating (Gms/Sq. Mtr.) Min.

476

9. No. of dips the coating is able to withstand as 18 ± 20 ºC No. 3 dip x 1

min.

10. Adhesion Test (Wrap Test at 1 turn per second coiling while stress not exceeding %

nominal tensile strength) exceeding % nominal tensile strength):

a) Min. complete turn of wrap

As per IS

b) Dia of mandrel on which wrapped

As per IS

11. Bend Test:

a) Angle

As per IS

b) Dia. Round a format to be bent

As per IS

12. Freedom from defect

As per IS

13. Chemical composition the MS Wire used shall not exceed:

a) Sulphur - 0.060% % 0.06

b) Phosphorous - 0.065% % 0.065

Page 144: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 144 ~ Signature of Bidder with Seal

GENERAL TECHNICAL PARTICULARS OF 7/10

SWG GI STAY WIRE

Name of The Bidder:

Manufacturer's Name & Address:

Place of Manufacture:

Sl.

No. Unit

Requirement Bidder‟s

Offer

1. Nominal diameter of wire mm 3.15 mm

2. Tolerance in diameter

± 2.5%

3. Sectional Area (In Sq. mm.) mm2 70.16

4. Tensile strength:

a) Min. N/mm²

71.4

b) Max. N/mm²

5. Minimum breaking load (KN)

3697.5

6. Type of coating Heavy/Medium/Light

Heavy

7. Variety Hard/Soft

Soft

8. Weight of Zinc coating (Gms/Sq. Mtr.) Min.

476

9. No. of dips the coating is able to withstand as 18 ± 20 ºC No. 3 dip min.

10. Adhesion Test (Wrap Test at 1 turn per second coiling while stress not exceeding %

nominal tensile strength) exceeding % nominal tensile strength):

a) Min. complete turn of wrap

8

b) Dia of mandrel on which wrapped

12.6 mm

11. Bend Test:

a) Angle

As per IS

b) Dia. Round a format to be bent

As per IS

12. Freedom from defect

As per IS

13. Chemical composition the MS Wire used shall not exceed:

a) Sulphur - 0.060% % 0.06%

b) Phosphorous - 0.065% % 0.07%

Page 145: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 145 ~ Signature of Bidder with Seal

GENERAL TECHNICAL PARTICULARS FOR

HT STAY INSULATOR

Name of the Bidder:

Name of Manufacturer:

Place of Manufacture:

Sl.

No. Description Unit

Bidder‟s

Offer

1 Type of Insulator HT Stay Insulator

2 Applicable standard

3 Type of insulator (Porcelain or toughened glass)

4 Dry impulse withstand voltage

5 Wet power frequency, 1 minute, withstand voltage

6 Dry, Critical Impulse Flashover Voltage

7 Dry, power frequency, Critical Flashover Voltage

8 Wet, power frequency, Critical Flashover Voltage

9 Power frequency Puncture Voltage

10 Safe Working Load

11 Minimum Failing Load

12 Creepage Distance

13 Protected Creepage Distance

14 Type and Grade of Materials : Insulator

15 Colour of Insulator

16 Weight of Insulator

17 Number of Insulators per Crate

18 Type of semi-conducting glaze

19 Minimum dia of Stay wire hole

20

Gross Weight of Loaded Crate Whether drawing

showing dimensional details have been furnished

along with Bid

21 Whether Type Test Certificates have been furnished

22 Other particulars (if any)

Page 146: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 146 ~ Signature of Bidder with Seal

GENERAL TECHNICAL PARTICULARS OF LT

STAY SET COMPLETE

Name of The Bidder:

Manufacturer's Name & Address:

Place of Manufacture:

SL.

NO. DESCRIPTION

Specified Parameters BIDDER'S

OFFER Section

Tolerance Fabrication Tolerance Material

1. Anchor Plate

6 mm thick

+12.5% - 5%

200 x 200 mm + 1% GS plate 6

mm thick

8 mm Thick

+12.5% -5% 300 x 300 mm + 1%

GI Plate 8

mm thick

2. Anchor Rod 16 mm dia

+5%- 3%

Length: 1800 mm + 0.5%

Round Eye: 40 mm inside dia.

+ 3% Threading: 40 mm +11%

-5%

GS Round

16 mm dia

3. Turn Buckle

Bow

16 mm dia

+5%- 3%

Length 995 mm +1%, 16 mm

dia

GI Round

16 mm dia

Length 180 mm + 1% 50x50x6

mm GS Angle

Channel length 200 mm + 1% GS

Channel

100 x 50 x

4.7 mm

4. Eye Bolt Rod 16 mm diameter

+5% -3%

Length 450 mm + 1% GI Round

16 mm dia Threading 300 mm + 1%

Round Eye 40 mm inside dia + 3%

5. Galvanization

Thickness All galvanization shall be carried out in accordance with

IS: 2629. The weight of Zinc deposit shall be in

accordance with IS: 2629 & shall not be less than 0.61

Kg/m sq (64 micron) for items of thickness between 2

mm & 5 mm & 0.33 Kg/m sq (47 micron) for items less

than 2 mm thickness

6. Anchor Plate

7. Anchor Rod

8. Turn Buckle

9. Eye Bolt Rod

10. Thimble 2 nos. to be made of 1.5 mm thick G.S. sheet in to a size

of 75 x 22 x 40 mm & shape as per standard

11. Nut & Washer

One G.S. Hexagonal Nut confirming to IS: 1363 & 1367

with one square washer of size 50 x 50 x 6 mm (G.S.)

along with Anchor Rod

Two G.S. Hexagonal nuts of suitable size along with Eye

Bolt rod

Page 147: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 147 ~ Signature of Bidder with Seal

GENERAL TECHNICAL PARTICULARS FOR

LT STAY INSULATOR

Name of the Bidder:

Name of Manufacturer:

Place of Manufacture:

Sl.

No. Description Unit

Bidder‟s

Offer

1 Type of Insulator LT Stay Insulator

2 Applicable standard

3 Type of insulator (Porcelain or toughened glass)

4 Dry impulse withstand voltage

5 Wet power frequency, 1 minute, withstand voltage

6 Dry, Critical Impulse Flashover Voltage

7 Dry, power frequency, Critical Flashover Voltage

8 Wet, power frequency, Critical Flashover Voltage

9 Power frequency Puncture Voltage

10 Safe Working Load

11 Minimum Failing Load

12 Creepage Distance

13 Protected Creepage Distance

14 Type and Grade of Materials : Insulator

15 Colour of Insulator

16 Weight of Insulator

17 Number of Insulators per Crate

18 Type of semi-conducting glaze

19 Minimum dia of Stay wire hole

20

Gross Weight of Loaded Crate Whether drawing

showing dimensional details have been furnished

along with Bid

21 Whether Type Test Certificates have been furnished

22 Other particulars (if any)

Page 148: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 148 ~ Signature of Bidder with Seal

GENERAL TECHNICAL PARTICULARS FOR

LT STAY CLAMP

Name of the Bidder:

Name of Manufacturer:

Place of Manufacture:

Sl.

No. Description Unit

Bidder‟s

Offer

1. Type of Clamp HT Stay Clamp

2. Grade of Steel FY: 250

3. Steel Standard IS: 2062/1992

4. Fabrication Standard IS: 802 (P-2)/1978

5. Dimension mm 50 x 6 mm MS Flat

6. Steel section utilized mm 50 x 6 mm MS Flat

7. Steel Tensile strength Kg.

N/Cm² 500

8. Working load Kg 500

9. Weight of Stay Clamp Kg 1.4

10. Whether drawing has been submitted with the bid Yes

Page 149: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 149 ~ Signature of Bidder with Seal

GENERAL TECHNICAL PARTICULARS OF 7/12

SWG GI STAY WIRE

Name of The Bidder:

Manufacturer's Name & Address:

Place of Manufacture:

Sl.

No. Unit

Requirement Bidder‟s

Offer

1. Nominal diameter of wire mm 3.15 mm

2. Tolerance in diameter

± 2.5%

3. Sectional Area (In Sq. mm.) mm2 70.16

4. Tensile strength:

a) Min. N/mm²

71.4

b) Max. N/mm²

5. Minimum breaking load (KN)

3697.5

6. Type of coating Heavy/Medium/Light

Heavy

7. Variety Hard/Soft

Soft

8. Weight of Zinc coating (Gms/Sq. Mtr.) Min.

476

9. No. of dips the coating is able to withstand as 18 ± 20 ºC No. 3 dip min.

10. Adhesion Test (Wrap Test at 1 turn per second coiling while stress not exceeding %

nominal tensile strength) exceeding % nominal tensile strength):

a) Min. complete turn of wrap

8

b) Dia of mandrel on which wrapped

12.6 mm

11. Bend Test:

a) Angle

As per IS

b) Dia. Round a format to be bent

As per IS

12. Freedom from defect

As per IS

13. Chemical composition the MS Wire used shall not exceed:

a) Sulphur - 0.060% % 0.06%

b) Phosphorous - 0.065% % 0.07%

Page 150: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 150 ~ Signature of Bidder with Seal

GUARANTEED TECHNICAL PARTICULARS FOR

3.5 Core x 300 mm2 LT PVC CABLE

Name of The Bidder:

Manufacturer's Name & Address:

Place of Manufacture:

Sl.

No. Description

Unit Requirement

Bidder‟s

Offer

1. Type of Cable 3.5 Core x 300 mm2

2. Standard 1554 (Part-I)/ 1988

3. Rated Voltage in KV 1.1

4. Embossing on each meter of the cable.

ISI Mark, ISS No:,

Manufacturer's B.I.S

Licence No., Name of

Purchaser: WESCO

5. Information to be Printed on each Cable drum

6. Short Circuit current rating for 1 sec duration in KA

7. Nominal Area of Cross section in mm2

a) Main Core 300

b) Neutral

8 Material of Core / Neutral Conductor

Aluminium wires

complying IS: 8130-

1984

9 No of Strands/min. average strand dia. In mm for

each Core

10 No of Strands /min average strand dia in mm for

Neutral

11. Insulation:

a) Material of insulation

Type 'A' PVC

Compound as per IS:

5831/1948

b) Insulation Thickness in mm.(Nominal/Minimum) Core 1.60/1.34,

Neutral-1.40/1.16

c) Minimum Volume Resistivity of Insulation at 27

deg. C in Ohm-cm

d) Minimum Tensile Strength of insulation without

aging in N/mm2

e) Minimum elongation at Break % 150%

12. Inner/ Outer Sheath

a) Inner/ Outer Sheath material ST-I- PVC

Page 151: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 151 ~ Signature of Bidder with Seal

conforming to IS:

5831/1984

b) Inner Sheath thickness in mm

13. Outer sheath thickness in mm(Nom/min)

14. Approx. Over all dia of Cable in mm

15. Maximum DC resistance for core conductor at 20

deg. C in Ohm/Km

16. Maximum DC resistance for neutral conductor at 20

deg. C in Ohm/Km

17. Maximum AC resistance for core conductor at 70

deg. C in Ohm/Km

18. Capacitance of each core in m. fd/Km

19. Reactance of each core at 50 Hz in Ohm/Km

20. Delivery Length per drum in meter 500/250 meter ± 5%

21. Approx. Net Weight of cable in Kg./Km

Page 152: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 152 ~ Signature of Bidder with Seal

GUARANTEED TECHNICAL PARTICULARS FOR

XLPE CABLE

Name of The Bidder:

Manufacturer's Name & Address:

Place of Manufacture:

Sl.

No.

Item Particulars Unit Requirement Bidder‟s

Offer 3 Core 400

mm2 33 KV

XLPE Cable

3 Core 300

mm2 11 KV

XLPE Cable

3½ Core 185

mm2 1.1 KV

XLPE Cable

1. Manufacturers Name &

Address

2. Country of manufacturer

3. Type of Cable

4. Applicable standards for

manufacturing

5. Applicable standards for

testing

6. Rated voltage KV 33 11 1.1

7. Maximum service voltage KV 36 12 1.2

8. Maximum continuous current

carrying capacity per cable

when laid in air at an ambient

air temperature of 50 ºC

(single core cables solid

bonded)

A

9. Maximum continuous current

carrying capacity per cable

when laid in ground at a depth

of 1.0 m (ground temp. 40 ºC

and soil thermal resistivity of

150 ºC/watt/cm max.

Conductor temp. 90 ºC)

(single core cables solid

bonded)

A

10. Maximum continuous current

carrying capacity per cable

when drawing into duct./pipes

(single core cables solid

bonded)

A

11. Maximum continuous current

carrying capacity per cable

when laid in covered RCC

trenches at an ambient

A

Page 153: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 153 ~ Signature of Bidder with Seal

temperature of 50 ºC laying

conditions to be specified

(Single core cables solid

bonded)

12. Short circuit withstand

capacities for 1 second of

(With a conductor

temperature of 90 ºC at the

commencement

a) Conductor KA

b) Screen KA

c) Armour KA

13. Conductor:

a) Material & Grade

b) Nominal cross – sectional

area

mm2

c) No. of strands

d) Diameter of each strand

(Nominal)

mm

e) Max. DC resistance of

conductor at 20 Deg. C

Ω-KM

f) Max. AC resistance of

conductor at 90 Deg. C

Ω-KM

14. Reactance of cable at normal

frequency (Approx)

Ω-KM

15. Electrostatic capacitance at

normal frequency

µF/KM

16. Charging current

17. Loss tangent at normal

frequency at Uo

18. Conductor Screen:

a) Material

b) Nominal thickness mm

19. XLPE Insulation:

a) Composition

b) Type of curing

c) Thickness of insulation

(nominal)

mm

d) Tolerance on thickness mm

e) Dielectric constant at normal

frequency

f) Dielectric constant at normal

frequency

Ω/KM

g) Specific insulation resistance

Page 154: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 154 ~ Signature of Bidder with Seal

at 20 deg. C

h) Min. Volume resistivity at 20

deg. C

i) Min. volume resistivity at 90

deg. C

j) Min. Tensile strength Kg/

cm2

k) Min. Elongation percentage at

rapture

%

l) Identification of cores

20. 1.2/50 microsecond impulse

wave withstand voltage

KVP

21. 5 min. power frequency

withstand voltage

KV

22. Max. Dielectric stress at the

conductor

KV/cm

23. Max. Dielectric stress at the

conductor screen

KV/cm

24. Insulation screen:

a) Material

b) Extruded/wrapped

c) Nominal thickness mm

d) Colour

25. Metallic Screen:

a) Material / Composition

b) Nominal radial thickness / dia

26. Nominal diameter over

metallic screen

Mm

27. Nominal radial clearance

allowed under metal sheath

mm

28. Type and material of filler

29. Armour:

a) Material and type

b) Dia

Page 155: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 155 ~ Signature of Bidder with Seal

GUARANTEED TECHNICAL PARTICULARS FOR

MILD STEEL CHANNEL (100 x 50 x 6 mm)

Name of The Bidder:

Manufacturer's Name & Address:

Place of Manufacture:

Sl.

No. Description Unit

Requirement as per Tender

Norms

Bidder's

Offer

1. M.S. Channel Designation

100 x 50 x 6 mm Channel

2. Length of Channel in mtr with + 100/-

0% Tolerance As per requirement

3. Weight Kg./m with ± 2.5% Tolerance

9.2

4. Sectional Area (sq. cm)

12.2

5. Quality Specification for M.S. Channel IS: 2062 Grade: A

6. Chemical and Physical Composition of

Materials IS: 2062

7. Rolling and Cutting Tolerances for Hot

Rolled Steel Products IS: 1852

8. Raw Material

The steel section shall be re-

rolled from the BILLETS /

INGOTS of tested quality as per

latest version of IS: 2830

9. Chemical Composition Conform to IS: 2062/1984

a) Grade

A

b) Chemical Name

Fe-410 W A

c) C 0.23% Max

d) Mn 1.5% Max

e) S 0.05% Max

f) P 0.05% Max

g) SI 0.4% Max

h) Carbon Equivalent

0.42% Max

i) Deoxidation Mode

Semi-killed or killed

j) Supply Condition

As rolled

10. Mechanical Properties:

a) Tensile Test

Requirement as per IS:2062/

1999 Grade-A

b) Tensile strength Kg. f/sq. mm 410

c) Yield stress Min for thickness/diameter 250

(i) Less than 20 mm 26 Kg. f /sq. mm or 250 N/sq.

mm

Page 156: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 156 ~ Signature of Bidder with Seal

(ii) 20-40 mm 24 Kg. f /sq. mm or 240 N/sq.

mm

(iii) More than 40 mm 23 Kg. f /sq. mm or 230 N/sq.

mm

d) Elongation Lo=(5.65√So) 23%

e) Bend Test (Internal Dia) Min 3 T is the thickness of the

material & shall not crack

11. Tolerance

Variation in order quantity for

any destination and overall

ordered quantity be only to the

extent of +/-2%

12. Marking

The mark shall be in legible

English letter given with marking

dies of minimum 18mm size

13.

Depth(D) of section (mm) with

+2.5mm/-2.5mm Tolerance as per IS

1852-1985

100

14. Width (B) of Flange (mm) with ±2.0mm

Tolerance as per IS 1852-1985 50

15. Thickness of Flange (Tf) (mm) with

±0.2mm Tolerance 7.7

16. Thickness of Web (Tw) (mm) with

±0.2mm Tolerance 5

17. Corner Radius of fillet or root (R1) (mm) 9

18. Corner Radius of Two (R2) (mm) 2.4

19. Moment of Inertia:

a) Ixx (cm4) 192

b) Iyy (cm4) 26.7

20. Radius of Gyration (cm):

a) Rxx 3.97

b) Ryy 1.48

21. Modulus of Section:

a) Zxx(cm3) 33.5

b) Zyy(cm3) 7.71

22. Flange Slope(α) in Degree 96

23. Tolerance in Dimension As per IS:1852

Page 157: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 157 ~ Signature of Bidder with Seal

GUARANTEED TECHNICAL PARTICULARS FOR

M.S. CHANNEL (75 x 40 x 6 mm)

Name of The Bidder:

Manufacturer's Name & Address:

Place of Manufacture:

SL.

NO. DESCRIPTION Unit

REQUIREMENT AS PER

TENDER NORMS

Bidder's

Offer

1. M.S. Channel Designation

75 x 40 x 6 mm Channel

2. Length of Channel in mtr with + 100/-

0% Tolerance As per requirement

3. Weight Kg./m with ± 2.5% Tolerance

6.8

4. Sectional Area (sq. cm)

9.1

5. Quality Specification for M.S. Channel IS: 2062 Grade: A

6. Chemical and Physical Composition of

Materials IS: 2062

7. Rolling and Cutting Tolerances for Hot

Rolled Steel Products IS: 1852

8. Raw Material

The steel section shall be re-

rolled from the BILLETS /

INGOTS of tested quality as per

latest version of IS: 2830

9. Chemical Composition Conform to IS: 2062/1984

a) Grade

A

b) Chemical Name

Fe-410 W A

c) C 0.23% Max

d) Mn 1.5% Max

e) S 0.05% Max

f) P 0.05% Max

g) SI 0.4% Max

h) Carbon Equivalent

0.42% Max

i) Deoxidation Mode

Semi-killed or killed

j) Supply Condition

As rolled

10. Mechanical Properties:

a) Tensile Test

Requirement as per IS:2062/

1999 Grade-A

b) Tensile strength Kg. f/sq. mm 410

c) Yield stress Min for thickness/diameter 250

(i) Less than 20 mm 26 Kg. f /sq. mm or 250 N/sq.

mm

Page 158: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 158 ~ Signature of Bidder with Seal

(ii) 20-40 mm 24 Kg. f /sq. mm or 240 N/sq.

mm

(iii) More than 40 mm 23 Kg. f /sq. mm or 230 N/sq.

mm

d) Elongation Lo=(5.65√So) 23%

e) Bend Test (Internal Dia) Min 3 T is the thickness of the

material & shall not crack

11. Tolerance

Variation in order quantity for

any destination and overall

ordered quantity be only to the

extent of +/-2%

12. Marking

The mark shall be in legible

English letter given with marking

dies of minimum 18mm size

13.

Depth(D) of section (mm) with

+2.5mm/-2.5mm Tolerance as per IS

1852-1985

75

14. Width (B) of Flange (mm) with ±2.0mm

Tolerance as per IS 1852-1985. 40

15. Thickness of Flange (Tf) (mm) with

±0.2mm Tolerance. 7.5

16. Thickness of Web (Tw) (mm) with

±0.2mm Tolerance. 4.8

17. Corner Radius of fillet or root (R1) (mm) 8.5

18. Corner Radius of Two (R2) (mm) 2.4

19. Moment of Inertia:

a) Ixx (cm4) 78.5

b) Iyy (cm4) 12.9

20. Radius of Gyration (cm):

a) Rxx 2.94

b) Ryy 1.19

21. Modulus of Section:

a) Zxx(cm3) 20.9

b) Zyy(cm3) 4.81

22. Flange Slope(α) in Degree 96

23. Tolerance in Dimension As per IS:1852

Page 159: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 159 ~ Signature of Bidder with Seal

GUARANTEED TECHNICAL PARTICULARS FOR

M.S. ANGLE (50 x 50 x 6 mm)

Name of The Bidder:

Manufacturer's Name & Address:

Place of Manufacture:

SL.

NO. DESCRIPTION Unit

REQUIREMENT AS PER TENDER

NORMS

Bidder's

Offer

1. M.S. Angle Designation

50 x 50 x 6 mm

2. Quality Specification for M.S Angle IS: 2062 Grade A

3. Chemical and Physical Composition

of Materials IS: 2062

4. Rolling and Cutting Tolerances for

Hot Rolled Steel Products IS: 1852

5. Raw Material

The steel section shall be re-rolled from

the BILLETS/INGOTS of tested

quality as per latest version of IS: 2830

6. Chemical Composition Conform to IS: 2062/1984 &

IS:2062/1999 Grade-A

a) Grade

A

b) Chemical Name

Fe-410W A

c) C 0.23% Max

d) Mn 1.5% Max

e) S 0.05% Max

f) P 0.05% Max

g) SI 0.4% Max

h) Carbon Equivalent (%Max.)

0.42

i) De-oxidation Mode

Semi-killed or killed

7. Mechanical Properties:

a) Tensile strength Kg. f/sq mm 410 as per IS:2062/ 1999 Grade-A

b) Yield stress Min for thickness/diameter:

(i) Less than 20 mm 26 Kg. f /sq. mm or 250 N/sq. mm

(ii) 20-40 mm 24 Kg. f /sq. mm or 240 N/sq. mm

(iii) More than 40 mm 23 Kg. f /sq. mm or 230 N/sq. mm

c) Elongation (min.) (LO = 5.65√SO) 23%

d) Bend Test (Internal Dia) Min 3 T is the thickness of the material

& shall not crack

8. Tolerance

Variation in order quantity for any

destination and overall ordered quantity

be only to the extent of +/-2%

Page 160: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 160 ~ Signature of Bidder with Seal

9. Marking

The mark shall be in legible English

letter given with marking dies of

minimum 18mm size

10. Weight kg/m with ±2.5% Tolerance 4.5

11. Sectional Area(sq cm) 5.68

12.

Width (B) of Flange (mm) with

±2.0mm Tolerance for 50x50x6 as

per IS: 1852-1985

50

13. Thickness of Flange (Tf) (mm) with

±0.2mm Tolerance 6

14. Corner Radius of fillet or root (R1)

(mm) 6

15. Corner Radius of Two (R2) (mm) Reasonable Square

16. Moment of Inertia:

a) Ixx (cm4) 6.9

b) Iyy (cm4) 6.9

17. Radius of Gyration (cm)

a) Rxx 1.53

b) Ryy 1.53

18. Modulus of Section

a) Zxx(cm3) 1.9

b) Zyy(cm3) 1.9

19. Tolerance in Dimension As per IS:1852

Page 161: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 161 ~ Signature of Bidder with Seal

GENERAL TECHNICAL PARTICULARS FOR

GI COIL EARTHING

Name of the Bidder:

Name of Manufacturer:

Place of Manufacture:

Sl.

No. Description

Requirement Bidder's

Offer

1 Nominal diameter of wire mm 4 (8 SWG)

2 No. of Turns No. 115

3 External dia. Of coil mm 50

4 Length of Coil mm 460

5 Free length of GI wire at one end coil mm 2500

6 Mass of Zinc Gm/m² 266

7 Total weight of Coil Kg. 1.850

Page 162: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 162 ~ Signature of Bidder with Seal

GUARANTEED TECHNICAL PARTICULARS FOR

ALUMINIUM BINDING WIRE

Name of The Bidder:

Manufacturer's Name & Address:

Place of Manufacture:

Sl.

No.

Description Unit Bidder‟s

Offer

1. IS: 398 (P-4) – 1994 follows or not Yes/No

2. Material of Binding Wire

3. Dia. Of Wire

4. Max. DC resistance at 20 ºC

5. Individual Alluminium Ally Standards

i) Tensile Breaking Stress

ii) Elongation on 200 mm length in breaking

6. Particulars of Raw Materials:

(i) Aluminium: Minimum purity of aluminium

(ii) Aluminium Alloy:

i) Aluminium redraw rod confirming to :

ii) Elements:

a) Si

b) Cu

c) Other Elements

7. Linear mass of Wire

8. Modulus of Elasticity

9. Coefficient of Linear Expansion (per ⁰C)

Page 163: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 163 ~ Signature of Bidder with Seal

GUARANTEED TECHNICAL PARTICULARS FOR

EYE HOOK FOR GUARDING

Name of The Bidder:

Manufacturer's Name & Address:

Place of Manufacture:

Sl.

No.

Description Unit Requirement Bidder‟s

Offer

1. Applicable standard

2. Type of Hook

3. Type of Hot Dip Galvanizing

4. Thickness of Zinc Coating

5. Dimensions in mm

6. Net Weight in Kg

7. Ultimate tensile strength

Page 164: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 164 ~ Signature of Bidder with Seal

GUARANTEED TECHNICAL PARTICULARS FOR SPIKE

Name of The Bidder:

Manufacturer's Name & Address:

Place of Manufacture:

Sl.

No.

Description Requirement

Bidder‟s

Offer

1. Flat to be used for Spike

clamp 50 x 6

2. Diameter of Hole 18 mm

3. Length of Slotted Holes 36 mm

4. Width of Slotted Holes 18 mm

5. M.S. parts confirms to IS: 2062

6. M.S. fabricate items Hot dip galvanized as per IS: 2629

7. Washer Electrogalvanised

8. Clamps, Angles &

Channels shall confirm

to

IS: 808

9. Grade of M.S. item E250A (Fe 410W)

10 Manufacturing

Tolerance As per IS: 1852

Sl.

No.

Item Section to

be used

Length

in mm

Weight

(Kg./mtr.)

Quantity

(Nos.)

Total Weight

in Kg.

1. Spike Clamp 50 x 6 413 2.6 4 4.2952

2. Spike Rod 8 mm 200 0.502 56 5.622

3. Spike Jointing Rod 8 mm 223 0.502 8 0.896

4. Total Weight 10.8132

5. Bolt & Nut M10 60 0.058 4 0.232

6. Spring Washer M10 0.003 4 0.012

7. Flat Washer 0.005 4 0.020

8. Total Weight 0.264

9. Gross weight of 2 set of

Spike in complete shape

to be used in one pole

11.0772

Page 165: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 165 ~ Signature of Bidder with Seal

GENERAL TECHNICAL PARTICULARS FOR

40 mm DIA GI PIPE EARTHING

Name of The Bidder:

Manufacturer's Name & Address:

Place of Manufacture:

Sl.

No. Description Unit

Requirement Bidder's

Offer

1 Type of Pipe

40 mm dia GI Pipe

Earthing

2 Size of:

a) Pipe mm 40 mm N.B.

b) Earthing Strips

N.A.

3 Length mtr. 3 mtr.

4 Thickness of Pipe mm 3.2 mm

5 Galvanization Process

IS: 2629/85

6 Galvanization thickness:

a) For Earthing device micron 86

b) For Connecting No. 6 SWG Wire

N.A.

7 Galvanization tests to be conducted as per ISS

IS: 2633

8 Any other Particulars ( like details of Clamp/ G.I. Bolts)

50 mm width 6 mm

thickness 65 mm

flange each side

Page 166: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 166 ~ Signature of Bidder with Seal

GENERAL TECHNICAL PARTICULARS FOR

No.: 8 GI WIRE for EARTHING

Name of the Bidder:

Name of Manufacturer:

Place of Manufacture:

Sl.

No. Description Unit

Requirement Bidder's

Offer

1 Nominal diameter of wire mm 4.00 mm

2 Tolerance in diameter

2.50%

3 Sectional Area (In Sq. mm.)

As per IS

4 Tensile strength

a) Min. N/mm²

As per IS

b) Max. N/mm²

As per IS

5 Minimum breaking load (KN)

As per IS

6 Type of coating Heavy/Medium/Light

Heavy

7 Variety Hard/Soft

Hard

8 Weight of Zinc coating (Gms/Sq. Mtr.) Min.

275

9 No. of dips the coating is able to withstand as 18 ± 20ºC No. 3 nos. * 1 min, 1

no. * 1/2 min

10

Adhesion Test (Wrap Test at 1 turn per second coiling

while stress not exceeding % nominal tensile strength)

exceeding % nominal tensile strength)

Yes / No

a) Min. complete turn of wrap

As per IS

Page 167: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 167 ~ Signature of Bidder with Seal

GENERAL TECHNICAL PARTICULARS FOR

30 KV 10 KA GAPLESS METAL OXIDE PORCELAIN

CLAD STATION CLASS LIGHTNING ARRESTOR

Name of the Bidder:

Name of Manufacturer:

Place of Manufacture

Sl.

No. Description

Unit Requirement as per tender norms

Bidder‟s

offer

Item Details: 33 KV

LA

A. General:

1. Name & Address of the

Manufacturer

2. Type & Model

Metal Oxide Gapless Lightening

Arrester, Station Class, Morester Type

3. Standards to which it complies

IEC: 60099-4 (2009) / IS: 3070 (Part -

3) of 1993

B. Rating:

1. Frequency Hz 50

2. Rated Voltage KVrms 33

3. Continuous operating voltage KVrms 30

4. Nominal discharge current,

8/20 µs KArms 10

5. Long duration discharge class Grade Class-2

6. Temporary Over Voltage Capability:

a) 1 Second KVPeak

b) 10 Seconds KVPeak

c) 3 Hours KVPeak

7. Release voltage KVrms 8. Maximum lightening impulse residual voltage with:

a) 1.5 KA, 8/20 µs wave form KVPeak

b) 5.0 KA, 8/20 µs wave form KVPeak

c) 10 KA, 8/20 µs wave form KVPeak

9. Steep current impulse residual

voltage, 1/20 µs KVPeak

10. Long duration Impulse Withstand Capability:

a) Peak KA As per Type Test (Minimum 400-500 A)

b) Virtual Duration µs As per Type Test (Minimum 2000)

11. High current impulse KAPeak 100

Page 168: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 168 ~ Signature of Bidder with Seal

withstand value, 4/10 µs

12. Leakage current through arrester:

a) 100% of rated voltage mA ‹ 3

b) 60% of rated voltage mA ‹ 800

c) 40% of rated voltage mA ‹ 500

d) 22% of rated voltage mA ‹ 300

13. Partial Discharge Level pC ‹ 10

14. Energy Absorption capacity KJ/KV 6 KJ/KV (for 3 sequential shots)

C. Arrestor Housing Insulation:

1. Impulse withstand voltage

(1.2/50 µs wave-peak) KVPeak

2. One minute power frequency

withstand voltage (Wet) KVPeak

3. Power frequency voltage vs

Time curve (Attach Curve)

As per Type Test

4. Creepage distance mm

5. Type of materials & Grade of

Housing

Porcelain

D. Constructional Details:

1. Type of materials & Grade of

MOV Discs

Zinc Oxide

2. Filling medium

Dry Air / Air

3. Pressure relief class

„Class A'

4. Type of mounting

arrangement

Vertical

5. Type of moisture sealing

Hermetically sealed with neoprene

gaskets

6. Cantilever strength of

lightning arrester KN/m Min. 3 KN

7. Colour of Insulator

Brown

8. Height of Lightning arrestor mm As per Type Test Drawing

9. Weight of lightning arrester in

service Kg As per Type Test Drawing

E. TERMINAL:

1. Type of materials & grade of

terminals

M.S. / Aluminium

2. Type of terminal corrosion

protection

Zn Plat Clamp Body: Aluminium,

Hardware: Zinc Plate

3. Range of conductor type &

size it suits mm²

4. Bi-metallic or not Yes/No

Page 169: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 169 ~ Signature of Bidder with Seal

5. Material of earth terminal

MS (HDG)

6. Size of earth terminal mm²

F. Clearances:

1.

Recommended minimum

clearances of arresters, centre

to centre mm

2.

Recommended minimum

clearances from centre to

arrester to nearest earthed

object mm

3. Clearance from live parts to

earth mm

G. Seal Leakage Test:

1. Method to be adopted for seal

leakage test

Rubber "O" ring cementing / Bubble

Method / Dumble Ring

H. Corrosion Prevention:

1 Surface preparation

Galvanized

2 Rust inhibition

Hot Dip Galvanized

3 Galvanization: Weight

Deposited Kg/m² 460

4 Treatment of fasteners

GI

Page 170: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 170 ~ Signature of Bidder with Seal

GENERAL TECHNICAL PARTICULARS FOR

9 KV 10 KA GAPLESS METAL OXIDE PORCELAIN

CLAD STATION CLASS LIGHTNING ARRESTOR

Name of the Bidder:

Name of Manufacturer:

Place of Manufacture

Sl.

No. Description

Unit Requirement as per tender norms

Bidder‟s

offer

Item Details: 11 KV

LA

A. General:

1. Name & Address of the

Manufacturer

2. Type & Model

Metal Oxide Gapless Lightening

Arrester, Station Class, Morester Type

3. Standards to which it complies

IEC: 60099-4 (2009) / IS: 3070 (Part -

3) of 1993

B. Rating:

1. Frequency Hz 50

2. Rated Voltage KVrms 11

3. Continuous operating voltage KVrms 9

4. Nominal discharge current,

8/20 µs KArms 10

5. Long duration discharge class Grade Class-2

6. Temporary Over Voltage Capability:

a) 1 Second KVPeak

b) 10 Seconds KVPeak

c) 3 Hours KVPeak

7. Release voltage KVrms 8. Maximum lightening impulse residual voltage with:

a) 1.5 KA, 8/20 µs wave form KVPeak

b) 5.0 KA, 8/20 µs wave form KVPeak

c) 10 KA, 8/20 µs wave form KVPeak

9. Steep current impulse residual

voltage, 1/20 µs KVPeak

10. Long duration Impulse Withstand Capability:

a) Peak KA As per Type Test (Minimum 400-500 A)

b) Virtual Duration µs As per Type Test (Minimum 2000)

11. High current impulse KAPeak 100

Page 171: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 171 ~ Signature of Bidder with Seal

withstand value, 4/10 µs

12. Leakage current through arrester:

a) 100% of rated voltage mA ‹ 3

b) 60% of rated voltage mA ‹ 800

c) 40% of rated voltage mA ‹ 500

d) 22% of rated voltage mA ‹ 300

13. Partial Discharge Level pC ‹ 10

14. Energy Absorption capacity KJ/KV 6 KJ/KV (for 3 sequential shots)

C. Arrestor Housing Insulation:

1. Impulse withstand voltage

(1.2/50 µs wave-peak) KVPeak

2. One minute power frequency

withstand voltage (Wet) KVPeak

3. Power frequency voltage vs

Time curve (Attach Curve)

As per Type Test

4. Creepage distance mm

5. Type of materials & Grade of

Housing

Porcelain

D. Constructional Details:

1. Type of materials & Grade of

MOV Discs

Zinc Oxide

2. Filling medium

Dry Air / Air

3. Pressure relief class

„Class A'

4. Type of mounting

arrangement

Vertical

5. Type of moisture sealing

Hermetically sealed with neoprene

gaskets

6. Cantilever strength of

lightning arrester KN/m Min. 3 KN

7. Colour of Insulator

Brown

8. Height of Lightning arrestor mm As per Type Test Drawing

9. Weight of lightning arrester in

service Kg As per Type Test Drawing

E. TERMINAL:

1. Type of materials & grade of

terminals

M.S. / Aluminium

2. Type of terminal corrosion

protection

Zn Plat Clamp Body: Aluminium,

Hardware: Zinc Plate

3. Range of conductor type &

size it suits mm²

4. Bi-metallic or not Yes/No

Page 172: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 172 ~ Signature of Bidder with Seal

5. Material of earth terminal

MS (HDG)

6. Size of earth terminal mm²

F. Clearances:

1.

Recommended minimum

clearances of arresters, centre

to centre mm

2.

Recommended minimum

clearances from centre to

arrester to nearest earthed

object mm

3. Clearance from live parts to

earth mm

G. Seal Leakage Test:

1. Method to be adopted for seal

leakage test

Rubber "O" ring cementing / Bubble

Method / Dumble Ring

H. Corrosion Prevention:

1 Surface preparation

Galvanized

2 Rust inhibition

Hot Dip Galvanized

3 Galvanization: Weight

Deposited Kg/m² 460

4 Treatment of fasteners

GI

Page 173: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 173 ~ Signature of Bidder with Seal

GUARANTEED TECHNICAL PARTICULARS FOR XLPE

CABLE JOINTING KIT

A. MATERIAL SPECIFICATION FOR HEAT

SHRINKABLE TUBING:

Name of The Bidder:

Manufacturer's Name &

Address:

Place of Manufacture:

Sl.

No.

Description Standard Requirement Bidder‟s

Offer Non-Tracking

Tube

Stress

Control

Tubing

Ferrule

Insulating

Tubing

Clear

Insulating

Tubing

Inner

Outer

Tubing

for Joint

1. Tensile

Strength

ISO: 37 8 N/ mm2 min. 14 N/

mm2

min.

10 N/

mm2 min.

12 N/

mm2 min.

14 MPa

min.

2. Ultimate

Elongation

ISO: 37 300% min. 250%

min.

300%

min.

200%

min.

500%

min.

3. Accelerated

Ageing 168

hrs. at 120 ⁰C

ISO: 188

4. -Tensile

Strength

ISO: 37

min.

7.5 N/ mm2

min.

13 N/

mm2

min.

10 N/

mm2 min.

12 N/

mm2 min.

14 MPa

min.

5. -Ultimate

Elongation

ISO: 37 200% min. 130%

min.

300%

min.

200%

min.

300%

min.

6. Thermal

Endurance

IEC: 216 110 ⁰C min. 90 ⁰C

min.

105 ⁰C

min.

110 ⁰C

min.

120 ⁰C

min.

7. Electric

Strength

IEC: 243 Wall Elec.

Thickness

strn. (Normal)

KV/cm

Wall

Elec. Thickness strn.

(Normal)

KV/cm

Wall

Elec. Thickness strn.

(Normal)

KV/cm

100

KV/cm

min.

3.0

mm

100

min

3.0

mm

100

min

*1.3 mm

100

min

8. Volume

Resistivity

IEC: 93 1x108 Ω-cm

min.

5x1010

Ω-cm

min.

1x1013

Ω-

cm min.

1x1016

Ω-

cm min.

1x1012

Ω-cm

min.

9. Dielectric IEC: 250 5.0 max 15.0 5.0 max 3.5 max 5.0 max

Page 174: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 174 ~ Signature of Bidder with Seal

Strength min.

10. Tracking and

Erosion

Resistance

ASTM

D2303

No tracking

erosion to top

surface or

flame failure

after:

1 hr at 2.5 KV

1 hr at 2.75

KV

1 hr at 3.0 KV

20 min at 3.25

KV

- KA 3C KA 1

11. Water

Absorption

ISO/R62

Procedure

A

1% max after

14 days at

(23±2) ⁰C

1% max

after 14

days at

(23±2)

⁰C

1% max

after 14

days at

(23±2) ⁰C

0.5%

max after

14 days

at (23±2)

⁰C

0.2%

max

after 14

days at

(23±2)

⁰C

12. Resistance to

liquids

ISO: 1817

13. -Transformer

oil to VDE

0370

immersion &

days at (23+2)

⁰C

14. -Tensile

Strength

ISO: 37 5 N/ mm2 min. 13 N/

mm2

min.

7.5 N/

mm2 min.

14 MPa

min.

15. -Ultimate

Elongation

ISO: 37 250% min 250%

min

250%

min

300%

min

Page 175: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 175 ~ Signature of Bidder with Seal

B. MATERIAL SPECIFICATION FOR HEAT

SHRINKABLE MOULDED PARTS:

Name of The Bidder:

Manufacturer's Name & Address:

Place of Manufacture:

Sl.

No.

Description Standard Requirement Bidder‟s

Offer Sheds Conductive

Break-outs

1. Tensile Strength ISO: 37 8 N/ mm2 min. 9 N/ mm

2 min.

2. Ultimate Elongation ISO: 37 300% min 230%

3. Accelerated Ageing

168 hrs. at 120 ⁰C

ISO: 188

4. Tensile Strength ISO: 37 min 7.5 N/ mm2 min. 9 N/ mm

2 min.

5. Ultimate Elongation ISO: 37 200% min 150% min

6. Thermal Endurance IEC: 216 110 ⁰C 105 ⁰C

7.

Electric Strength IEC: 243 Wall elec. Thickness

strength (normal) KV/cm

< 3.0 100 mm min.

8. Volume Resistivity IEC: 93 1x1013

Ω-cm min. 200 Ω-cm max

9. Dielectric Strength IEC: 250 5.0 max

10. Tracking and

Erosion Resistance

ASTM

D2303

No tracking erosion to top

surface or flame failure

after:

1 hr at 2.5 KV

1 hr at 2.75 KV

1 hr at 3.0 KV 20 min at

3.25 KV

11. Water Absorption ISO/R62

Procedure A

1% max after 14 days at

(23±2) ⁰C

1% max after

14 days at

(23±2) ⁰C

12. Resistance to

liquids

ISO 1817

13. Transformer oil to

VDE 0370

immersion & days

at (23+2) ⁰C

14. Tensile Strength ISO: 37 5 N/ mm2 min. 7.5 N/ mm

2

min.

15. Ultimate Elongation ISO: 37 250% min 250% min

Page 176: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 176 ~ Signature of Bidder with Seal

C. MATERIAL SPECIFICATION FOR HEAT

SHRINKABLE ADHESIVE/SEALANTS:

Name of The Bidder:

Manufacturer's Name & Address:

Place of Manufacture:

Sl.

No.

Description Requirement Bidder‟s Offer

Black Insulator Mastic Sealant

Break-out

and Sheds

1. Softening Point ASTM E28

2. Electric Strength IEC 243 80 KV/cm MIN

3. Volume Resistivity IEC 93

4. Water Absorption ISO/R 62 Procedure-A 1% MAX AFTER 1

DAY AT (23±2) ⁰C

5. Corrosive effect 16 hrs. at

121 ⁰C

ASTM D2671

Method-B

6. Adhesive peel strength

substrate 2/1

As detailed in master

specification

Below 30 ⁰C

7. NTR/NTR 25 N/25 mm min

8. NTR/CON 20 N/25 mm min

9. NTR/AL 20 N/25 mm min

10. NTR/Pb 20 N/25 mm min

11. T.E.R.T. ASTM D2303 No tracking erosion to

top surface or flame

failure after:

1 hr at 2.0 KV 1 hr at 2.5

KV 1 hr at 2.75 KV 20

Page 177: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 177 ~ Signature of Bidder with Seal

GUARANTEED TECHNICAL PARTICULARS FOR

33 KV 400 amp. A.B. SWITCH

Name of the Bidder:

Name of Manufacturer:

Place of Manufacture

Sl.

No.

Description Unit Requirement Bidder‟s

Offer

1. Type of Switching Rotating Type

2. Suitable for mounting Horizontal only

3. No. of Breakers per phase Single Break

4. No. of Post Insulators per

phase

No. 2 nos. of 22 KV Post Insulators as per IS:

2544 / 1973 per phase

5. Manufacturer of Post

Insulator

Techno Ceramic / Allied Ceramic / JSI/

equivalent Type Test certificates to be

provided along with the offer

6. Type of cementing Original Cementing. The insulator to be

cemented with MCI (Hot dip galvanised / Al

Alloy cap and MCI/Forged steel hot deep

galvanized pedestal)

7. Power frequency withstand

voltage (Dry)

KVrms

8. One minute Power

frequency withstand voltage

(wet)

KVrms

9. Visible discharge voltage KVrms 30

10. Dry flash over voltage KV

11. Power frequency puncture

withstand voltage

KV

12. Creepage distance mm 450

13. Impulse withstand voltage for positive & negative polarity (1.2/50 micro second wave):

a) Across the isolating distance KVPeak 195

b) To earth & between poles KVPeak 170

14. Rated one minute Power frequency withstand voltage:

a) Across the Isolating distance KVrms

b) To earth & between poles KVrms

15. Rated voltage

nominal/maximum

KV 33/36

16. Rated normal current and

rated frequency

amp.

& Hz

400 & 50

17. Rated short-circuit making

capacity

KVPea

k

18. Rated Short-time current KA

Page 178: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 178 ~ Signature of Bidder with Seal

19. Rated peak withstand current KA

20. Rated mainly active load

breaking capacity

KA

21. Rated transformer off load

breaking capacity

A

22. Rated line charging capacity KArms

23. Rated cable charging

capacity

KArms

24. Minimum clearance between

adjacent phase

a) Switch closed (center to

center)

mm

b) Switch opened (Center of

post insulator to the edge of

the blade)

mm

25. Temperature rise ºC

26. Vertical clearance from top

of insulator cap to mounting

channel

mm

27. Type of contact:

a) Self aligned high pressure jaw type fixed contacts of hard drawn copper

of size 55 x 6 x 70 mm contact is riveted with three nos. copper rivets

with a bunch of copper strips suitable to give desired spring action

Yes/No

b) Solid rectangular blade type moving contact of size 35 x 6 mm and length

220 mm duly silver plated

Yes/No

c) Stainless Steel Pressure springs are used in jaw contacts having 8 nos. of

turns x 28 mm heights x 14.4 mm diameter with 14 SWG wire

Yes/No

d) Terminal connector (fixed) Copper flat of size 35 x 6 mm and length 95

mm duly silver plated with 1 no. long 1/2” dia G.I. Nut Bolt & Spring

washers suitable for 100 sq. mm conductor

Yes/No

e) Terminal connector (Movable) Copper flat of size 35 x 6 mm and length

100 mm duly silver plated with 1 no. long ½” dia G.I. Nut Bolt & Spring

washers suitable to accommodate bimetallic socket up to 100 sq mm

conductor

Yes/No

f) Terminal supporting flat mm Movable terminal contact is supported by

G.I. flat of size 50 x 8 x 370 mm on each

phase

g) Phase Coupling Rod mm ISI mark 25 mm nominal bore G.I. Pipe

(Medium) conforming to IS: 1239/Part - I

h) Operating Rod mm ISI mark 32 mm nominal bore G.I. Pipe

Medium) conforming to IS: 1239/Part-I

i) Arcing Horn mm 10 mm dia G.I. Rod

j) Force of fixed contact spring lbs 30 to 50

k) Copper braided flexible taps No. 320 mm long 2 nos. tin coated copper

Page 179: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 179 ~ Signature of Bidder with Seal

braided flexible tape both end seated with

copper sheets duly punched for fixing

l) Quick break device Lever mechanism

m) Fasteners All fasteners (nut & bolds) should be hot-

dip galvanized & should be provided with

spring and plane washers.

n) Material & Dimension of

Coupling Pipe

o) Material & Dimension of

Operating Rod

p) Sockets (Lugs) Shall be tinned cupper sholder less crimping

type confirming to IS: 8309 & 8394 suitable

for aluminium conductor. The cable lugs

shall suit the type of terminals provided.

The cable lug shall be of Dowel make.

28. Detailed drawing submitted Yes/No

Page 180: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 180 ~ Signature of Bidder with Seal

GENERAL TECHNICAL PARTICULARS OF 11 KV

400 amp. A.B. SWITCH

Name of the Bidder:

Name of Manufacturer:

Place of Manufacture

Sl.

No.

Description Unit Requirement Bidder‟s

Offer

1. Type of Switching Rotating Type

2. Suitable for mounting Horizontal only

3. No. of Breakers per phase Single Break

4. No. of Post Insulators per

phase

No. 2 nos. of 11 KV Post Insulators as per IS:

2544 / 1973 per phase

5. Manufacturer of Post

Insulator

Techno Ceramic / Allied Ceramic / JSI/

equivalent Type Test certificates to be

provided along with the offer

6. Type of cementing Original Cementing. The insulator to be

cemented with MCI (Hot dip galvanized / Al

Alloy cap and MCI/Forged steel hot deep

galvanized pedestal)

7. Power frequency withstand

voltage (Dry)

KVrms 65

8. One minute Power

frequency withstand voltage

(wet)

KVrms 40

9. Visible discharge voltage KVrms 9

10. Dry flash over voltage KV 70

11. Power frequency puncture

withstand voltage

KV 110

12. Creepage distance mm 320

13. Impulse withstand voltage for positive & negative polarity (1.2/50 micro second wave):

a) Across the isolating distance KVPeak 85

b) To earth & between poles KVPeak 75

14. Rated one minute Power frequency withstand voltage:

a) Across the Isolating distance KVrms 32

b) To earth & between poles KVrms 28

15. Rated voltage

nominal/maximum

KV 11/12

16. Rated normal current and

rated frequency

amp.

& Hz

400 & 50

17. Rated short-circuit making

capacity

KVPea

k

20

18. Rated Short-time current KA 16

Page 181: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 181 ~ Signature of Bidder with Seal

19. Rated peak withstand current KA 40

20. Rated mainly active load

breaking capacity

KA 10

21. Rated transformer off load

breaking capacity

A 16.3

22. Rated line charging capacity KArms 2.5

23. Rated cable charging

capacity

KArms 10

24. Minimum clearance between

adjacent phase

a) Switch closed (center to

center)

mm

b) Switch opened (Center of

post insulator to the edge of

the blade)

mm

25. Temperature rise ºC

26. Vertical clearance from top

of insulator cap to mounting

channel

mm

27. Type of contact:

a) Self aligned high pressure jaw type fixed contacts of hard drawn copper

of size 55 x 6 x 70 mm contact is riveted with three nos. copper rivets

with a bunch of copper strips suitable to give desired spring action

Yes/No

b) Solid rectangular blade type moving contact of size 35 x 6 mm and length

220 mm duly silver plated

Yes/No

c) Stainless Steel Pressure springs are used in jaw contacts having 8 nos. of

turns x 28 mm heights x 14.4 mm diameter with 14 SWG wire

Yes/No

d) Terminal connector (fixed) Copper flat of size 35 x 6 mm and length 95

mm duly silver plated with 1 no. long 1/2” dia G.I. Nut Bolt & Spring

washers suitable for 100 sq. mm conductor

Yes/No

e) Terminal connector (Movable) Copper flat of size 35 x 6 mm and length

100 mm duly silver plated with 1 no. long ½” dia G.I. Nut Bolt & Spring

washers suitable to accommodate bimetallic socket up to 100 sq mm

conductor

Yes/No

f) Terminal supporting flat mm Movable terminal contact is supported by

G.I. flat of size 50 x 8 x 370 mm on each

phase

g) Phase Coupling Rod mm ISI mark 25 mm nominal bore G.I. Pipe

(Medium) conforming to IS: 1239/Part - I

h) Operating Rod mm ISI mark 32 mm nominal bore G.I. Pipe

Medium) conforming to IS: 1239/Part-I

i) Arcing Horn mm 10 mm dia G.I. Rod

j) Force of fixed contact spring lbs 30 to 50

k) Copper braided flexible taps No. 320 mm long 2 nos. tin coated copper

Page 182: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 182 ~ Signature of Bidder with Seal

braided flexible tape both end seated with

copper sheets duly punched for fixing

l) Quick break device Lever mechanism

m) Fasteners All fasteners (nut & bolds) should be hot-

dip galvanized & should be provided with

spring and plane washers.

n) Material & Dimension of

Coupling Pipe

o) Material & Dimension of

Operating Rod

p) Sockets (Lugs) Shall be tinned cupper shoulder less

crimping type confirming to IS: 8309 &

8394 suitable for aluminium conductor. The

cable lugs shall suit the type of terminals

provided. The cable lug shall be of Dowel

make.

28. Detailed drawing submitted Yes/No

Page 183: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 183 ~ Signature of Bidder with Seal

SECTION – IV

ANNEXURES

Page 184: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 184 ~ Signature of Bidder with Seal

WESCO UTILITY

Headquarter: At/PO: Burla, Dist: Sambalpur - 768017, Odisha Phone: (0663)2431297, Facsimile: (0663) 2432115

E-Mail: [email protected], Web site: www.wescoorissa.com

DEPARTMENT OF WORKS & PLANNING

Head Quarter Office (EAST BUILDING), Burla-768017

E-Mail: [email protected] ***************************************************************************************

TENDER NOTICE NO: WESCO/WORKS/19-20/03 Date: 01.01.2020

SECTION: III ANNEXURE: I

BID PROPOSAL LETTER

Electrical Installation of Works under WESCO

Bidder‟s Name and Address :

(In case of JV/Consortium,

Name of JV/Consortium)

Bid Proposal Reference :

Person to be contacted :

Designation :

Telephone No. :

E-mail :

Fax No. :

To

The General Manager (Works & Planning)

Department of Works & Planning

Head Quarter Office (EAST Building)

At/PO: Burla, Dist: Sambalpur-768017

Dear Sir,

We the undersigned bidder have read and examined the detailed specification and

bidding documents for execution of various electrical installations works and do herewith

submit our bid for the following packages:

Sl.

No.

Name of the Owner Name of the

Package

Estimated Cost

(Rs. in Cr.)

1.

2.

3.

Page 185: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 185 ~ Signature of Bidder with Seal

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 180 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.

1.2 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 G.S.T. on Works Contract, Turnover Tax or any other similar

taxes, as applicable, are included in our quoted bid price and there shall not be any

liability on this account to the Owner. We understand that Owner 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 G.S.T. in line with lawful

prevalent practice.

1.5 Price components of various items are indicated in the B.O.Q. for the works.

1.6 We further declare that while quoting the price, the due credit under Input tax credit

scheme, as per relevant Government policies wherever applicable, have been taken into

account.

1.7 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.

1.8 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.

1.9 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.

1.10 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

Page 186: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 186 ~ Signature of Bidder with Seal

summary shall be deemed to be the total price for executing the facilities and sections

thereof in complete accordance with the contract, whether or not each item has been

priced.

2.0 CONSTRUCTION OF THE CONTRACT:

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 Bank Draft / Bank Guarantee No.: __________ dtd. ______

amounting to Rs. ______ (Rupees ______ only) issued by Bank ______ branch payable

at Burla/ Sambalpur towards Bid Security against our above Bid. The Bid Security

amount has been computed by adding the Estimated Cost of the work.

4.0 EQUIPMENT PERFORMANCE GURANTEE:

We declare that the ratings and performance figures of the equipment to be furnished

and erected by us are guaranteed. The Guaranteed particulars of different equipments

are enclosed along with 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:

8.1 We declare that the contract shall be executed strictly in 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 anywhere else in our proposal.

65.18 Commercial Deviations Schedule

65.19 Cost of withdrawal of Deviations on Critical clauses

65.20 Technical Deviation Schedule

8.2 We confirm that specified stipulation of following critical clauses is acceptable to us

and no deviations/exceptions are taken on any account whatsoever in the following

Page 187: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 187 ~ Signature of Bidder with Seal

clauses:

a) Payment Terms :

b) Bid Guarantee :

c) Contract Performance Guarantee :

d) Liquidated Damages for delay :

e) Prices and Price Adjustment :

f) Guarantee / Warrantees :

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 shall

attract levy of liquidated damages for non-performance is indicated in the relevant

schedule.

11.0 BOUGHTOUT AND SUB-CONTRACTED ITEM:

We are furnishing herewith at appropriate Schedule, the detail of all major item of

supply amounting to more than 10% of our Bid Price, which were propose subletting

giving detail of the name of sub-contractor/sub-vendor and quantity for each item.

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 ten percent

(10%) 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.

Dated this ___________ day of_______ 20__

Page 188: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 188 ~ Signature of Bidder with Seal

Thanking you,

Yours faithfully,

(Signature of the Authorized Signatory)

Name: ___________________

Designation: ______________

Seal of the company: ________

Date: _____________________

Place:

(Written power of Attorney of all signatories of the bid to commit the Bid must be

enclosed with the Bid. In case of joint venture, the written Power of Attorney of all

signatories from respective partners must be enclosed with the Bid. .

N.B.: Applicable case of a Bid from Joint Venture of Firms. Further, the Bid must be signed

by each partner of the Joint venture.

Page 189: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 189 ~ Signature of Bidder with Seal

ANNEXURE – II

To

The General Manager (Works & Planning) Department of Works & Planning Head Quarter Office (EAST Building) At/PO: Burla, Dist: Sambalpur-768017

Sir, Having examined the above specifications together with the Tender terms and conditions

referred to therein:

65.20.1 I / We the undersigned do hereby offer to execute the contract covered there on

in complete shape in all respects as per the rules entered in the attached contract

schedule of prices in the tender.

65.20.2 I / We do hereby under take to have executed the contract within the time

specified in the tender.

65.20.3 3 – I / We do hereby guarantee the technical particulars given in the tender

supported with necessary reports from concerned authorities.

65.20.4 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.: __________ dtd. _________.

65.20.5 I / We do hereby agree to furnish the composite Bank Guarantee in the manner

specified / acceptable by WESCO (as the case may be) & for the sum as applicable to

me / us as per clause No.29 of Section-II of this specification within fifteen days of

issue of Letter of Award / Work Order, in the event of Work order being decided in

my / us favour, failing which I / We clearly understand that the said LOA / W.O. shall

be liable to be withdrawn by the Owner.

Signed this ________ Day of __________ 20______

Yours faithfully

(Signature of Bidder with Seal of Company)

Page 190: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 190 ~ Signature of Bidder with Seal

ANNEXURE – III

PROFORMA FOR COMPOSITE BANK GUARANTEE FOR SECURITY DEPOSIT,

PAYMENT & PERFORMANCE

This Guarantee Bond is executed this ___ day of ___ by us the __________ Bank at _______

P.O. _____ P.S. _______ Dist. ________ State __________

(The Administrator, WESCO Utility, Burla)

Whereas WESCO Utility having head quarter office at Burla, Sambalpur-768017 (here in

after called “the Purchaser”) has placed Purchase Order No._________ Dt.___________

(hereinafter called “the Agreement”) with M/s. _________________ (hereinafter called “the

Contractor”) for supply of ________________ (name of the material) and whereas WESCO

Utility has agreed (1) to exempt the Contractor from making payment of security deposit, (2)

to release 100% payment of the cost of materials as per the said agreement and (3) to exempt

from performance guarantee on furnishing by the Contractor to the Purchaser a composite

Bank Guarantee of the value of 10% (ten percent) of the Contract price of the said

Agreement.

1. Now, therefore, in consideration of Purchaser having agreed (1) to exempt the

Contractor for making payment of security deposit, (2) to release 100% payment to the

Contractor and (3) to exempt from furnishing performance guarantee in terms of the

said Agreement as aforesaid, we the ___________ Bank, Address ___________ (code

No. ____) (hereinafter referred to as “the Bank”) do hereby undertake to pay to the

Purchaser an amount not exceeding Rs.________ (Rupees ___________) only against

any loss or damage caused to or suffered by Purchaser 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 Purchaser stating that the

amount claimed is due by way of loss or damage caused to or suffered by Purchaser 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 Purchaser 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 irrevocable. 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.

Page 191: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 191 ~ Signature of Bidder with Seal

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 the said Agreement and it shall continue to remain in force till all the dues of

Purchaser under by virtue of the said Agreement have been fully paid and its claim

satisfied or discharged or till Purchaser 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.) _________________________________________________, Burla / Sambalpur

in writing on or before __________________ (date) we shall be discharged from all

liability under this guarantee thereafter.

5. We, the _________________________ Bank further agree that Purchaser 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(s) or for any forbearance act or omission on part of Purchaser or any

indulgence by Purchaser 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 Purchaser in writing.

Dated ___________ the __________ day of Two thousand _________.

Notwithstanding anything contained herein above.

Our liability under this Bank Guarantee shall not exceed Rs.______________ (Rupees

_______ ________________________________________) only.

The Bank Guarantee shall be valid up to _____________________ only.

We or our Bank at Burla / Sambalpur (Name & Address of the Local Bank) are liable to

pay the guaranteed amount depending on the filing of claim and any part thereof under

this Bank Guarantee only and only if you serve upon us or our local Bank at Burla /

Sambalpur a written claim or demand and received by us or by Local Branch at Burla /

Sambalpur on or before Dt.__________ otherwise bank shall be discharged of all

liabilities under this guarantee thereafter.

Page 192: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 192 ~ Signature of Bidder with Seal

For _____________________________________

(Indicate the name of the Bank)

N.B.:

1. Name of the Contractor:

2. No. & date of the Purchase order / agreement:

3. Amount of P.O.:

4. Name of Materials:

5. Name of the Bank:

6. Amount of the Bank Guarantee:

7. Name, Address and Code No. of the Local Branch:

8. Validity period or date up to which the agreement is valid:

9. Signature of the Constituent Authority of the Bank with seal:

10. Name & addresses of the Witnesses with signature:

The Bank Guarantee shall be accepted only after getting confirmation from the respective

Banks.

Page 193: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 193 ~ Signature of Bidder with Seal

ANNEXURE – IV

PROFORMA OF BANK GUARANTEE FOR ADVANCE PAYMENT

(To be stamped in accordance with Stamp Act)

(To be executed on Rs. 100/- Non-judicial Stamp Paper purchased in the name of the

BG Issuing Bank)

Ref: _________ Bank Guarantee No: ____________ Date: __________

To

The Authorized Officer of the Administrator

WESCO Utility, Burla

Dear Sir

In consideration of Whereas Administrator WESCO Utility (WESCO) (hereinafter

referred to as the „Owner‟, which expression shall, unless repugnant to the context or

meaning thereof include its successors, administrators and assigns) having awarded to M/s.

__________ (hereinafter referred to as the "Contractor” which expression shall unless

repugnant to the context or meaning thereof, include its successors, administrators, executors

and assigns), a Contract by issue of Owner‟s Letter of Award No.: _______ dated ______

and the same having been acknowledged by the Contractor, resulting in a Contract bearing

No.: __________ dtd. _______ valued at _______ for _______ Scope of work) _________

(Hereinafter called the 'Contract‟) and the Owner having agreed to make an advance payment

to the Contractor for performance of the above Contract amounting ______ (in words and

figures ) as an advance against Bank Guarantee to be furnished by the Contractor.

We, _________ (Name of the Bank) having its Head Office at _______ (hereinafter

referred to as the „Bank‟, which expression shall, unless repugnant to the context or meaning

thereof , include its successors, administrators, executors and assigns ) do hereby guarantee

and undertake to pay the Owner, immediately on demand any or, all monies payable

by the Contractor to the extent of _______ as aforesaid at any time up to ____ @

______ without any demur, reservation, contest, recourse or protest and / or without any

reference to the Contractor. Any such demand made by the Owner on the Bank shall be

conclusive and binding notwithstanding any difference between the Purchaser and the

Contractor or any dispute pending before any Court, Tribunal, Arbitrator or any other

authority. We agree that the guarantee herein contained shall be irrevocable and shall

continue to be enforceable till the Owner discharges this guarantee.

The Owner shall have the fullest liberty without affecting in any way the liability of

the Bank under this guarantee, from time to time to vary the advance or to extend the time

for performance of the Contract by the Contractor. The Owner shall have the fullest liberty

without affecting this guarantee, to postpone from time to time the exercise of any powers

vested in them or of any right which they might have against the Contractor, and to exercise

the same at any time in any manner, and either to enforce or to forbear to enforce any

covenants, contained or implied, in the Contract between the Owner and the Contractor or

Page 194: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 194 ~ Signature of Bidder with Seal

any other course or remedy or security available to the Owner. The Bank shall not be

released of its obligations under these presents by an exercise by the Owner of its liberty

with reference to the matters aforesaid or any of them or by reason of any other act or

forbearance or other acts of omission or commission on the part of the Owner or any other

indulgence shown by the Owner or by another matter or thing, whatsoever, which under

law would, but for this provision have the effect of relieving the Bank.

Bank also agrees that the Owner at its option shall be entitled to enforce this Guarantee

against the Bank as a principal debtor, in the first instance without proceeding against the

Contractor and notwithstanding any security or other guarantee that the Owner may have in

relation to the Contractor'‟ liabilities.

Notwithstanding anything contained hereinabove our liability under this guarantee is

limited to ________ and it shall remain in force up to and including .____ @ ______ and

shall be extended from time to time for such period (not exceeding one year ), as may be

desired by M/s. _______ on whose behalf this guarantee has been given.

The Guarantee will not be discharged due to change in the name, style and

constitution of the Bank and or Contractor(s). All other contentions in B.G will safe guard

the interest of Owner.

We, the ___________________ Bank lastly undertake not to revoke this Guarantee during

its currency except with the previous consent of Owner in writing.

Dated ____ the ____ day of Two thousand ______

Notwithstanding anything contained herein above. Our liability under this Bank Guarantee

shall not exceed Rs. ________ (Rupees ______ only.) The Bank Guarantee shall be valid up

to ___________ only.

Our ________ branch at Burla/Sambalpur (Name & Address of the Burla/Sambalpur

branch) is liable to pay the guaranteed amount depending on the filing of claim and any part

thereof under this Bank Guarantee only and only if you serve upon us at our

Burla/Sambalpur branch a written claim or demand and received by us at our

Burla/Sambalpur branch on or before Dt. ____ otherwise bank shall be discharged of all

liabilities under this guarantee thereafter.

For ____________

(Indicate the name of the Bank)

Dated this _________ Day of __________ 20_________ at _______

WITNESS

(Signature) (Signature)

Page 195: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 195 ~ Signature of Bidder with Seal

(Name) (Name)

(Official Address) (Designation with Bank Stamp)

Attorney as per

Power of Attorney No.:

Date:

@ This date shall be ninety (90) days after the schedule date of completion of

the Contract.

Page 196: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 196 ~ Signature of Bidder with Seal

ANNEXURE: V (A)

LETTER OF COMPLIANCE OF QUALIFYING REQUIREMENT

(In case of Bidder being a Single Firm)

To

The General Manager (Works)

Department of Works & Planning

WESCO UTILITY Head Quarter Office,

EAST Building, At/PO: Burla, Dist.: Sambalpur -768017

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 & Commissioned

Sl.

No.

Financial

Year

Name of

Client

W.O.

Ref.

Qty

Installed

Proof of

Documents

submitted

executed the

works during

the relevant

financial year

Table – B: Average Annual Turnover:

Package Quoted for Estimated Cost of

the Package

(Rs. in Lakh)

Annual Turnover Data (Rs. in Lakh)

Financial Year Turnover

(Rs. in Lakh)

Last Three Year preceding to

the year of tender

Total Estimated Cost of

the packages quoted for

Average Turnover

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)

Page 197: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 197 ~ Signature of Bidder with Seal

ANNEXURE: V (B)

LETTER OF COMPLIANCE OF QUALIFYING REQUIREMENT

(In case of Bidder being a Joint Venture / Consortium Firm)

To

The General Manager (Works)

Department of Works & Planning

WESCO UTILITY Head Quarter Office,

EAST Building, At/PO: Burla, Dist.: Sambalpur -768017

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.

Name of the members of the JV / Consortium:

1. ___________________

2. ___________________

Table – A: Previous Works Experience: Name of the Member (any one member only):

Package

Quoted

for

Description

of Proposed

Works

Tender

Quantity

Quantity Installed & Commissioned

Sl.

No.

Financial

Year

Name of

Client

W.O.

Ref.

Qty

Installed

Proof of

Documents

submitted executed

the works during

the relevant

financial year

Table – B: Average Annual Turnover:

Package

Quoted

for

Estimated

Cost of the

Package

(Rs. In Lakh)

Annual Turnover Data (Rs. in

Lakh)

Annual Turnover Data (Rs. in

Lakh)

Financial Year Turn Over (Rs.

In Lakh)

Financial Year Turn Over (Rs.

In Lakh)

Last Three

Year preceding

to the year of

tender

Last Three Year

preceding to

the year of tender

Total

Estimated

Cost of

the

packages

quoted for

Average

Turnover

Average

Turnover

Page 198: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 198 ~ Signature of Bidder with Seal

Note:

1) Continuation sheets, of like size and format, may be used as per Bidder‟s requirements

and annexed to this Schedule.

2) In case of Joint Venture, separate sheet for each partner of Joint Venture should be

used.

Date: Signature:

Place: Printed Name:

Designation:

Common Seal:

Page 199: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 199 ~ Signature of Bidder with Seal

ANNEXURE – VI

DETAILS OF COMMERCIAL DEVIATIONS

Bidder‟s Name & Address: ____________

To

The General Manager (Works)

Department of Works & Planning

WESCO UTILITY Head Quarter Office,

EAST Building, At/PO: Burla, Dist.: Sambalpur -768017

Sub: Commercial Deviation for Construction of Name of the project.

Dear Sir,

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.

Sl.

No.

Ref./Page As specified in the Commercial deviation and variation

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 Part-I Bid.

Page 200: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 200 ~ Signature of Bidder with Seal

ANNEXURE – VII

DETAILS OF TECHNICAL DEVIATIONS

Bidder‟s Name & Address: ______________

To

The General Manager (Works)

Department of Works & Planning

WESCO UTILITY Head Quarter Office,

EAST Building, At/PO: Burla, Dist.: Sambalpur -768017

Sub: Technical Deviation for Construction of Name of the project.

Dear Sir,

The following are the Technical 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.

Sl.

No.

Ref./Page As specified in the Technical deviation and variation

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 Part-I Bid.

Page 201: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 201 ~ Signature of Bidder with Seal

ANNEXURE – VIII

ADDITIONAL INFORMATION

Bidder‟s Name & Address:

To

The General Manager (Works)

Department of Works & Planning

WESCO UTILITY Head Quarter Office,

EAST Building, At/PO: Burla, Dist.: Sambalpur -768017

Dear Sir,

We have enclosed with our proposal the following additional information for the

subject, package.

Sl. No. Brief description of Information Ref./Page

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.

Page 202: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 202 ~ Signature of Bidder with Seal

ANNEXURE – IX

BOUGHT OUT & SUB CONTRACTED ITEMS

Bidder‟s Name & Address: _______________

To

The General Manager (Works)

Department of Works & Planning

WESCO UTILITY Head Quarter Office,

EAST Building, At/PO: Burla, Dist.: Sambalpur -768017

Dear Sir,

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 Quantity Proposed Source of Supply

Be Bought / Sub-contracted

1.

2.

3.

4.

5.

Date: Signature:

Place: Printed Name:

Designation:

Common Seal:

Page 203: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 203 ~ Signature of Bidder with Seal

ANNEXURE – X

WORK COMPLETION SCHEDULE

Bidder‟s Name & Address: ________________

To

The General Manager (Works)

Department of Works & Planning

WESCO UTILITY Head Quarter Office,

EAST Building, At/PO: Burla, Dist.: Sambalpur -768017

Dear Sir,

We hereby declare that the following Work Completion Schedule shall be followed

by us for the purpose of subject package.

Sl.

No.

Description Period of months from the

date of LOA /W.O.

1. Completion of detailed engineering

2. Procurement of raw materials

3. Establishment of site stores

4. Erection

a) Commencement

b) Completion

5. Testing & Pre-commissioning

a) Commencement

b) Completion

6. Commissioning

Date: Signature:

Place: Printed Name:

Designation:

Common Seal:

Page 204: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 204 ~ Signature of Bidder with Seal

ANNEXURE: XI

CHECK LIST

Bidder‟s Name & Address: ________________

To

The General Manager (Works)

Department of Works & Planning

WESCO UTILITY Head Quarter Office,

EAST Building, At/PO: Burla, Dist.: Sambalpur -768017

Dear Sir,

Sl.

No.

Item Description Status of the

Submission of data

Remarks

1. Bid Guarantee Yes / No If yes please give details No, amount

2. Qualifying Data Yes / No

3. Commercial

Deviation

Yes / No

4. Technical Deviation Yes / No

5. Cost of withdrawn of Yes / No

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

N.B.: The contents of this schedule will be read out during opening of Part-I Bid

Signature:

Date & Seal:

Page 205: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 205 ~ Signature of Bidder with Seal

ANNEXURE: XII SELF DECLARATION FORM

Name of the Bidder: __________________________

Tender Notice No: ___________________________

Sir,

1) 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.

2) 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 owner, without prejudice to the right of WESCO for

claiming compensation/ loss caused due to such hiding of facts.

Yours faithfully,

Signature of the bidder

With seal

Place:

Date:

N.B.: This form shall be duly filled-up and signed by the bidder & submitted along with the

original copy of the Bid.

Page 206: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 206 ~ Signature of Bidder with Seal

ANNEXURE: XIII (A)

PROFORMA FOR BANK GUARANTEE FOR EARNEST MONEY DEPOSIT

(ON NON-JUDICIAL STAMP PAPER OF Rs.100/-)

Ref.: ____________ Date: __________ Bank Guarantee No.: _________________

In accordance with invitation to Tender Notice No. ______ Dated ____ of Western

Electricity Supply Company of Orissa Ltd. [herein after referred to as the WESCO] for

the purpose of ________________ (name of the material) M/s. ________________ Address

__________ wish/wished to pa r t i c ipa te i n the said tender and as the Bank

Guarantee for the sum of Rs. [Rupees ________ Valid for a period of _________ days (in words) is required to be submitted by the Bidder.

1. We, the __________________ (indicate the name of the bank) [herein after referred to

as the Bank] at the request of M/s. ______________ [herein after referred to as the

supplier (s)] do hereby unequivocally and unconditionally guarantee and under take to

pay during the above said period, on written request by WESCO an amount not

exceeding Rs. ____________ to the WESCO, without any reservation. The guarantee

would remain valid up to 4.00 PM of ______________ (date) and if any further

extension to this is required, the same will be extended on receiving instructions from

M/s. ___________ on whose behalf this guarantee has been issued.

2. We, the _______________ [indicate the name of the bank] do hereby further

undertake to pay the amounts due and payable under this guarantee without any

demur, merely on a demand from the WESCO starting that the amount claimed is due

by way of loss or damage caused to or would be caused to or suffered by the WESCO

by reason of any breach by the said supplier(s) of any of the terms or conditions or

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 wards).

3. We, the ____________ bank undertake to pay the WESCO any money so

demanded not Withstanding any dispute or disputes so raised by the supplier [s] in

any suit or proceeding instituted/pending before any Court or Tribunal relating

thereto, our liability under this agreement being absolute and unequivocal. The

payment so made by us under this bond shall be a valid discharge of our liability for

payment there under and the supplier(s) shall have no claim against us for making

such payment.

4. We, the _______________ Bank (indicate the name of the bank) or our local branch

at Burla / Sambalpur further agree that the guarantee herein contain shall remain in

full force and effect during the aforesaid period of ___________ days and it shall

continue to be so enforceable till all the dues of the WESCO under by virtue of the

Page 207: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 207 ~ Signature of Bidder with Seal

said Bid have been fully paid and its claims satisfied or discharged or till

WESCO certifies that the terms and conditions of the said Bid have been fully and

properly carried out by the said Supplier [s] and accordingly discharges this guarantee.

Unless a demand or claim under this guarantee is made on us in writing on or before

__________ (date) we shall be discharged from all liability under this guarantee

thereafter.

5. We, the _______________ Bank (indicate the name of the bank) or our local branch

at Burla / Sambalpur further agree that the WESCO shall have the fullest liberty

without our consent and without affecting in any manner our obligations here under to

vary any of the terms and conditions of the said Bid or to extend time of performance

by the said Supplier [s] from time to time or to postpone for any time or from time

to time any of the powers exercisable by the WESCO against the said supplier [s] and

to forbear or enforce any of the terms and conditions relating to the said bid and we

shall not be relieved from our liability by reason of any such variation, postponement

or extension being granted to the said Supplier [s] or for any forbearance act or

omission on the part of the WESCO or any indulgence by the WESCO to the said

Supplier[s] or by any such matter or thing whatsoever which under the law relating to

sureties would but for this provision, have effect of so relieving us.

6. This guarantee will not be discharged due to the change in the name, style and

constitution of the Bank or the supplier [s].

7. We, the _______________ Bank (indicate the name of the bank) or our local branch

at Burla / Sambalpur lastly undertake not revoke this Guarantee during its currency

except with the previous consent of the WESCO in writing.

8. We, the _______________ Bank further agree that this guarantee shall also be

irrevocable at our place of business at Burla / Sambalpur (Indicate detail address of

local branch with code no.) in the State of Odisha.

Dated __________ day of 2012.

Witness (Signature, names & address)

For _______________ [Indicate the name of the bank]

1.

2.

Power of Attorney No.: ___________

Date: _________

SEAL OF BANK

The non-judicial stamp paper of worth Rs. 100/- shall be purchased in the name of the

bank, which has issued the bank guarantee.

Page 208: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 208 ~ Signature of Bidder with Seal

ANNEXURE – XIII (B)

PROFORMA FOR EXTENSION OF BANK GUARANTEE

(ON NON-JUDICIAL STAMP PAPER OF Rs.100/-)

Ref. No.: _________

Date: ___________

WESCO Utility

Head Quarter Office: Burla – 768017

Ph. No. 0663-2432804, Fax: 0663-2432804

Dear Sirs,

Sub: Extension of Bank Guarantee No._________ for Rs. ____________ favouring

yourselves expiring _________ on account of M/s. ______ in respect of contract No.

_________ dated ________ 9herein after called original bank guarantee).

At the request of M/s. _________ we _______ bank branch office at having its head office

at ________ do hereby extend our liability under the above mentioned guarantee No.

_________ dtd. _________ for a further period of __________ years / months from

________ to expire on ________ except as provided above, all other terms & conditions of

the original bank guarantee No. ___________ dtd. _________ shall remain unaltered and

binding.

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

Yours faithfully

Yours faithfully,

For ___________

Manager/Agent/Accountant

Power of Attorney No.: ___________

Date: __________

SEAL OF BANK

Note: The non-judicial stamp paper of worth Rs.100/- shall be purchased in the name of

the bank, which has issued the bank guarantee.

Page 209: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 209 ~ Signature of Bidder with Seal

ANNEXURE: XIV

PROFORMA OF INDEMNITY BOND TO BE EXECUTED BY THE

CONTRACTOR FOR THE EQUIPMENT/MATERIAL HANDED OVER BY

WESCO FOR PERFORMANCE OF ITS CONTRACT

(Entire Equipment consignment in one lot)

(On non-Judicial stamp paper of appropriate Value)

(INDEMNITY BOND)

THIS INDEMNITY BOND is made this _____ day of ____ 20____ by _______ a

Company registered under the Companies Act, 1956/ Partnership Firm / Proprietary

Concern having its Registered Office at ______ (hereinafter called as “Contractor” or

“Obligor” which expression shall include its successors and permitted assigns) in favour of

WESCO Utility, Headquarter At/Po-Burla, Dist-Sambalpur (here in after called

“Owner”)”Which expression shall include its successors and assigns):

WHEREAS Owner has awarded to the Contractor a Contract for _____ vide its Letter of

Award / Contract No.: ______ dtd. ______ and its Amendment No.: _______ and

Amendment No.: _____ (applicable when amendments have been issued) hereinafter called

the “Contract”) in terms of which Owner is required to handover various equipment to the

Contractor for execution of the Contract.

And WHERAS by virtue of Clause No.: _____ of the said Contract, the Contractor is

required to executive an Indemnity Bond in favour of Owner for the Equipment/Material

handed over to it by Owner for the purpose of performance of the Contract / Erection portion

of the Contract (hereinafter called the “Equipment”).

NOW THEREFORE, This Indemnity Bond witness as follows:

That in consideration of various equipment as mentioned in the Contract, valued at Rs.

_____ / - (Rupees _______ only) handed over to the Contractor for the purpose of

performance of the Contract, the Contractor hereby undertakes to indemnify and shall

keep Owner indemnified, for the full value of the Equipment. The Contractor hereby

acknowledges receipt of the Equipment as per dispatch title documents handed over to the

Contractor duly endorsed in their favour and detailed in the Schedule appended hereto. It is

expressly understood by the Contractor that handing over of the dispatch title documents in

respect of the said Equipment duly endorsed by Owner in favour of the Contractor shall be

construed as handing over of the Equipment purported to be covered by such title documents

and the Contractor shall hold such Equipment is trust as a Trustee for and on behalf of

Owner.

That the Contractor is obliged and shall remain absolutely responsible for the safe transit /

protection and custody of the Equipment at Owner project Site against all risks,

whatsoever, till the Equipment are duly used / erected in accordance with the terms of the

Contract and the Plant / Package duly erected and commissioned in accordance with the

terms of the Contract, is taken over by Owner. The Contractor undertakes to keep Owner

Page 210: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 210 ~ Signature of Bidder with Seal

harmless against any loss or damage that may be caused to the Equipment.

The Contractor undertakes that the Equipment shall be used exclusively for the

performance / execution of the Contract strictly in accordance with its terms and

conditions and no part of the equipment shall be utilized for any other work or purpose

whatsoever. It is clearly understood by the Contractor that non-observance of the obligations

under this Indemnity Bond by the Contractor shall inter-alia constitute a criminal breach of

trust on the part of the Contractor for all intents and purpose including legal / penal

consequences.

That WESCO (as the case may be) is and shall remain the exclusive Owner of the

Equipment free from all encumbrances, charges or liens of any kind, whatsoever. The

Equipment shall at all times be open to inspection and checking by Engineer in Charge /

Engineer or other employees/agents authorized by him in this regard. Further, Owner shall

always be free at all times to take possession of the Equipment in whatever form the

Equipment may be, if in its opinion the Equipment are likely to be endangered, misutilised

or converted to uses other than those specified in the Contract, by any acts of omission or

commission on the part of the Contractor binds himself and undertakes to comply with the

direction of demand of Owner to return the Equipment without any demur or reservation.

That this indemnity Bond is irrevocable. If at any time any loss or damage occurs to the

Equipment or the same or any part thereof is misutilised in any manner whatsoever, then the

Contractor hereby agrees that the decision of the Engineer-in-Charge/Engineer of Owner as

to assessment of loss or damage to the Equipment shall be final and binding on the

Contractor. The Contractor binds itself and undertakes to replace the lost and/or damaged

Equipment at its own cost and/or shall pay the amount of loss of Owner without demur,

reservation or protest. This is without prejudice to any other right or remedy that may be

available to Owner against the Contractor under the Contract and under this Indemnity

Bond.

NOW THE CONDITION of this Bond is that if the Contractor shall duly and punctually

comply with terms and conditions of this Bond to the satisfaction of Owner, THEN, the

above Bond shall be void, but otherwise, it shall remain in full force and virtue.

IN WITNESS WHEREOF, the Contractor has hereunto set its hand through its authorized

representative under the common seal of the Company, the day, month and year first above

mentioned.

SCHEDULE

Particulars of

equipment

handed over

Quantity Particulars of Dispatch Title

Documents

Value of

Equipment

Signature of Attorney

(authorized representative

as a token of receipt RR / GR / No. / Date

of Bill of Lading

Carrier

Page 211: ADMINISTRATOR WESCO UTILITY · & eight nos. location under SED, Sonepur due to construction of new railway line from Sambalpur - Bamur & Khordha – Balangir respectively on Semi-Turnkey

NIT NO.: WESCO/WORKS/19-20/03 DTD. 01.01.2020 ~ 211 ~ Signature of Bidder with Seal

For an on behalf of M/s. _______________________

WITNESS

Signature: ______________ Signature: _________ Signature: ___________

Name: __________ Name: ______________ Name: _____________

Address: __________ Address: __________ Address:_____________

Authorized representative

(Common Seal in case of Company)

Indemnity Bonds are to be executed by the authorized person and (i) in case of

Contracting Company under common seal of the Company or (ii) having the Power of

Attorney issued under common seal of the company with authority to execute Indemnity

Bonds, (iii) In case of (ii), the original Power of Attorney if it is specifically for this

Contract or a Photostat copy of the Power of Attorney if it is General Power of Attorney

and such documents should be attached to Indemnity Bond.