Vous êtes sur la page 1sur 712

REPUBLIQUE TOGOLAISE Communauté Electrique du Bénin (CEB)

Travail – Liberté – Patrie

BP 1368, Road Kozah,


MINISTERE DES MINES ET
LOME (Republic of Togo)
DES ENERGIES

Iss

RESTRICTED BIDDING DOCUMENTS

Issue Date: March 8, 2019

for

ENGINEERING, PROCUREMENT AND CONSTRUCTION


OF 161KV TRANSMISSION LINE IN TOGO

Restricted Call for Bids


No: 0356/CEB/DG/DGA/DEPP/DM/SPSM/SPMT/Ek/2019

Contracting Authourity: Communauté Electrique du Bénin (CEB)

Source of Funding: EXIM BANK OF INDIA

1
Summary

PART I –BIDDING PROCEDURES

Section I. Instructions to Bidders (ITB)


This section provides bidders with information to prepare their bids. It also includes
information on the submission, opening of bids and evaluation of bids, and on the
award of contracts. The provisions in this Section I shall not be amended.
Section II. Bid Data Sheet (BDS)
This Section sets out the specific provisions for each procurement that supplement
the information or conditions set out in Section I, Instructions to Tenders.
Section III. Evaluation and Qualification Criteria
This Section sets out the criteria to be used in determining the lowest evaluated bid
and whether the Bidder is qualified to perform the procurement.
Section IV. Bidding Forms
This section contains the templates for the forms to be submitted with the Bid: the
bid submission letter, price schedules, bid security and manufacturer's au-
thorization.
Section V. Eligible Countries
This section provides information on the eligibility criteria for countries.
Section VI. Bank Rules on Fraud and Corruption
This Section refers to the Bank's rules on fraud and corruption applicable to the
proceedings.

PART II – EMPLOYER’SREQUIREMENTS

Section VII. Employer’s Requirements


This Section includes the list of Related Supplies and Services, delivery and com-
pletion schedule, technical specifications, plans describing the Supplies and Re-
lated Services to be provided for such supplies.

PART III – CONDITIONS OF CONTRACT AND CONTRACT FORMS

Section VIII. General Conditions (GC)


This section contains the general provisions applicable to all contracts. The word-
ing of the clauses in this Section shall not be modified.

2
Section IX. Special Conditions of Contract

This Section sets out the clauses specific to each contract and modifies or supple-
ments Section VIII, General Conditions of Contract.
Section X. Contract Forms
This Section contains forms which, when completed, will be incorporated into the
Contract. The performance guarantee and the advance refund guarantee, if any, will
be provided by the successful bidder after the award of the Contract.

Annex: Notice of invitation to Bid

A "Notice of invitation to Bid" form is attached to this standard Bid document for in-
formation.

3
RESTRICTED BID DOCUMENTS

Issue Date : March 8, 2019

for

ENGINEERING, PROCUREMENT AND CONSTRUCTION OF


161KV TRANSMISSION LINE IN TOGO

Restricted Call for Bids


No : 0356/CEB/DG/DGA/DEPP/DM/SPSM/Ek/2019

Borrower: Communauté Electrique du Bénin (CEB)


Country: RépubliqueTogolaise
Issue Date: March 8, 2019

PART-I

4
Contents

PART - I – BIDDING PROCEDURES 11


Section I. Instructions to Bidders (ITB)
Section II. Bid Data Sheet (BDS)
Section III. Evaluation and Qualification Criteria
Section IV. Bidding Forms
Section V. Eligible Countries
Section VI. Bank Rules on Fraud and Corruption
PART – II – EMPLOYER’S REQUIREMENT 94
Section VII. Employer’s Requirements
PART - III - CONDITIONS OF CONTRACT AND CONTRACT FORMS 611
Section VIII. General Conditions (GC)
Section IX. Special Conditions of Contract( SC)
Section X. Contract forms

5
BLANK PAGE

6
PART – I - BIDDING PROCEDURES

7
BLANK PAGE

8
Section I. Instructions to Bidders (ITB)

Table of clauses

A. General ................................................................................................................................11

1. Scope of Bid .........................................................................................................................11


2. Source of funds ................................................................................................................11
3. Corrupt and Fraudulant practices .....................................................................................11
4. Eligible Bidders ...............................................................................................................12
5. Eligible Goods and related services .................................................................................15

B. Contents of the Bidding Documents ...............................................................................15


6. Sections of the Bidding Documents .................................................................................15
7. Clarifications to Bidding Documents...............................................................................16
8. Amendments to the Bidding Documents .........................................................................18

C. Preparation of tenders .....................................................................................................18


9. Cost of Bidding ................................................................................................................18
10. Language of Bid .............................................................................................................18
11. Documents comprising the Bid ......................................................................................18
12. Letter of Bid and Price Schedules ..................................................................................20
13. Alternative Bids .............................................................................................................20
14. Bid Prices and Discounts ...............................................................................................20
15.Currencies of Bid and Payment ......................................................................................23
16. Documents Establishing the Eligibility and Conformity of the Goods and Related Services
..............................................................................................................................................23
17. Documents Establishing the Eligibility and Qualifications of the Bidder ....................24
18. Period of Validity of Bids ..............................................................................................24
19. Bid Security ...................................................................................................................25
20. Format and Signing of Bid .............................................................................................27

D. Offers Delivery and Bids Opening..................................................................................28


21. Sealing and Marking of Bids .........................................................................................28
22. Deadline for Submission of Bids ...................................................................................28

9
23. Late Bids ........................................................................................................................28
24. Withdrawal, Substitution, and Modification of Bids .....................................................29
25. Bid Opening ...................................................................................................................29

E. Evaluation and comparison of Bids................................................................................31


26. Confidentiality ...............................................................................................................31
27. Clarification of Bids .......................................................................................................31
28. Deviations, Reservations, and Omissions ......................................................................31
29. Determination of Responsiveness ..................................................................................32
30. Nonconformities, Errors and Omissions................................................................................. 32
31. Correction of Arithmetical Errors ..................................................................................33
32. Conversion to Single Currency ......................................................................................33
33. Margin of Preference ....................................................................................................33
34. Evaluation of Bids..........................................................................................................33
35. Comparison of Bids .......................................................................................................35
36. Qualification of the Bidder ............................................................................................35
37. Purchaser’s Right to Accept Any Bid, and to Reject Any or All Bids ..........................35

F. Award of Contract ............................................................................................................36


38. Award Criteria ...............................................................................................................36
39. Purchaser’s Right to Vary Quantities at Time of Award ...............................................36
40. Notification of Award ....................................................................................................36
41. Signing of Contact… .................................................................................................... 37
42.Performance Security .................................................................................................... 37

10
Section I. Instructions to Bidders (ITB)

A. General
1. Scope of Bid 1.1 In connection with the Invitation for Bids, specified in the Bid
Data Sheet (BDS), the Purchaser,as specified in the BDS, issues
these Bidding Documents for the supply of Goods and Related
Services incidental thereto as specified in Section VII, Schedule
of Requirements. The name, identification and number of lots
(contracts) of this International Competitive Bidding (ICB) pro-
curement are specified in the BDS.

1.2 Throughout these Bidding Documents:

(a) the term “in writing” means communicated in written form


(e.g. by mail, e-mail, fax, telex) with proof of receipt;

(b) if the context so requires, “singular” means “plural” and


vice versa; and

(c) “day” means calendar day.

2. Source of Funds 2.1 The Borrower or Recipient (hereinafter called “Borrower”) spec-
ified in the BDS has applied for or received financing (hereinaf-
ter called “funds”) from the Export-Import Bank of India (here-
inafter called “the Bank.The Borrower intends to apply a portion
of the funds to eligible payments under the contract for which
these Bidding Documents are issued.

2.2 Payment by the Bank will be made only at the request of the Bor-
rower and upon approval by the Bank in accordance with and
subject to, in all respects, the terms and conditions of the Loan
Agreement. No party other than the Borrower shall derive any
rights from the Loan Agreement or have any claim to the pro-
ceeds of the Loan .

3. Corrupt and 3.1 Bidders are expected to observe highest standards of ethics in re-
Fraudulent gard to corrupt and fraudulent/prohibited practices as set forth in
Practices Public Procurement Act, of the Government of Republic of Togo
and the Guidelines issued by the Government of India vide letter

11
No. 21/3/2015-IDEAS dated December 7, 2015.1The Bank re-
quires compliance with its policy in regard to corrupt and fraud-
ulent practices as set forth in Section VI.

3.2 In further pursuance of this policy, Bidders shall permit and shall
cause its agents (where declared or not), sub-contractors, sub-
consultants, service providers or suppliers and to permit the Bank
to inspect all accounts, records and other documents relating to
the submission of the application, bid submission (in case
prequalified), and contract performance (in the case of award),
and to have them audited by auditors appointed by the Bank.

3.3 If, in accordance with the administrative procedures of the Bor-


rower, the Government of India, the Exim Bank and the Em-
ployer, it is determined that a bidder in the process of submission
of this bid or in case of award, during the contract performance
has committed corrupt, fraudulent, or unethical practices, the
Borrower, inter alia, shall reject the bid or proposal to award the
contract or the subsequent contract performance and declare the
bidder ineligible to be awarded future contract.

4. Eligible Bidders 4.1 Only Prequalified bidders are eligible to submit proposals. In the
case of a joint venture, all members shall be jointly and severally
liable for the execution of the Contract in accordance with the Con-
tract terms. The JV shall nominate a Representative who shall have
the authority to conduct all business for and on behalf of any and all
the members of the JV during the bidding process and, in the event
the JV is awarded the Contract, during contract execution.

4.2 A Bidder shall not have a conflict of interest. Any Bidder found to
have a conflict of interest shall be disqualified. A Bidder may be
considered to have a conflict of interest for the purpose of this bid-
ding process, if the Bidder:

(a) directly or indirectly controls, is controlled by or is under


common control with another Bidder; or

(b) receives or has received any direct or indirect subsidy from


another Bidder; or

1
In this context, any action taken by a bidder, supplier, contractor, or a sub-contractor to influence the procurement
process or contract execution for undue advantage is improper.

12
(c) has the same legal representative as another Bidder; or

(d) has a relationship with another Bidder, directly or through


common third parties, that puts it in a position to influence
the bid of another Bidder, or influence the decisions of the
Purchaser regarding this bidding process; or

(e) participates in more than one bid in this bidding process.


Participation by a Bidder in more than one Bid will result
in the disqualification of all Bids in which such Bidder is
involved. However, this does not limit the inclusion of the
same subcontractor in more than one bid; or

(f) any of its affiliates participated as a consultant in the prep-


aration of the design or technical specifications of the
works that are the subject of the bid; or

(g) any of its affiliates has been hired (or is proposed to be


hired) by the Purchaser or Borrower for the Contract imple-
mentation; or

(h) would be providing goods, works, or non-consulting ser-


vices resulting from or directly related to consulting ser-
vices for the preparation or implementation of the project
specified in the BDS ITB 2.1 that it provided or were pro-
vided by any affiliate that directly or indirectly controls, is
controlled by, or is under common control with that firm;
or

(i) has a close business or family relationship with a profes-


sional staff of the Borrower (or of the project implementing
agency, or of a recipient of a part of the loan) who: (i) are
directly or indirectly involved in the preparation of the bid-
ding documents or specifications of the contract, and/or the
bid evaluation process of such contract; or (ii) would be in-
volved in the implementation or supervision of such con-
tract unless the conflict stemming from such relationship
has been resolved in a manner acceptable to the Bank
throughout the procurement process and execution of the
contract

13
4.3 A Bidder shall be an Indian entity. . A Bidder shall be deemed to
have the nationality of a country if the Bidder is constituted, incor-
porated or registered in and operates in conformity with the provi-
sions of the laws of that country, as evidenced by its articles of in-
corporation (or equivalent documents of constitution or association)
and its registration documents, as the case may be. This criterion
also shall apply to the determination of the nationality of proposed
sub-contractors or sub-consultants for any part of the Contract in-
cluding related Services.

4.4 A Bidder that has been sanctioned by the Bank in accordance with
the above ITB 3.1, including in accordance with the Bank’s Guide-
lines on Preventing and Combating Corruption in Projects Financed
by Exim Bank of India Loans and Grants (“Anti-Corruption Guide-
lines”), shall be ineligible to be prequalified for, bid for, or be
awarded a Bank-financed contract or benefit from a Bank-financed
contract, financially or otherwise, during such period of time as the
Bank shall have determined. The list of debarred firms and individ-
uals is available at the electronic address specified in the BDS.

4.5 Bidders that are Government-owned enterprises or institutions in the


Purchaser’s Country may participate only if they can establish that
they (i) are legally and financially autonomous (ii) operate under
commercial law, and (iii) are not dependent agencies of the Pur-
chaser. To be eligible, a government-owned enterprise or institution
shall establish to the Bank’s satisfaction, through all relevant docu-
ments, including its Charter and other information the Bank may re-
quest, that it: (i) is a legal entity separate from the government (ii)
does not currently receive substantial subsidies or budget support;
(iii) operates like any commercial enterprise, and, inter alia, is not
obliged to pass on its surplus to the government, can acquire rights
and liabilities, borrow funds and be liable for repayment of its debts,
and can be declared bankrupt; and (iv) is not bidding for a contract
to be awarded by the department or agency of the government which
under their applicable laws or regulations is the reporting or supervi-
sory authority of the enterprise or has the ability to exercise influence
or control over the enterprise or institution.

4.6 A Bidder shall not be under suspension from bidding by the Pur-
chaser as the result of the operation of a Bid–Securing Declaration.

14
4.7 Firms and individuals may be ineligible if so indicated in Section V
and (a) as a matter of law or official regulations, the Borrower’s
country prohibits commercial relations with that country, provided
that the Bank is satisfied that such exclusion does not preclude ef-
fective competition for the supply of goods or the contracting of
works or services required; or (b) by an act of compliance with a
decision of the United Nations Security Council taken under Chap-
ter VII of the Charter of the United Nations, the Borrower’s country
prohibits any import of goods or contracting of works or services
from that country, or any payments to any country, person, or entity
in that country.

4.8 A Bidder shall provide such evidence of eligibility satisfactory to


the Purchaser, as the Purchaser shall reasonably request.

5. Eligible Goods 5.1 All the Goods and Related Services to be supplied under the Con-
and Related Ser- tract and financed by the Exim Bank India may have their origin
vices in any country in accordance with Section V, Eligible Countries.

5.2 For purposes of this Clause, the term “goods” includes commod-
ities, raw material, machinery, equipment, and industrial plants;
and “related services” includes services such as insurance, instal-
lation, training, and initial maintenance.

5.3 The term “origin” means the country where the goods have been
mined, grown, cultivated, produced, manufactured or processed;
or, through manufacture, processing, or assembly, another com-
mercially recognized article results that differs substantially in its
basic characteristics from its components.

5.4 The combined costs of plant and Equipment to be supplied and


installation services to be carried out under the contract, which
have their origin in India, should be no less than Seventy
Five(75%) percent of the contract price unless otherwise speci-
fied in the BDS.

B. Contents of Bidding Document


6. Sections of Bid- 6.1 The Bidding Documents consist of Parts 1, 2, and 3, which in-
ding Document clude all the Sections indicated below, and should be read in con-
junction with any Addenda issued in accordance with ITB 8.

15
(a) PART 1 BiddingProcedures
 Section I. Instructions to Bidders (ITB)
 Section II. Bidding Data Sheet (BDS)
 Section III. Evaluation and Qualification Criteria
 Section IV. BiddingForms
 Section IV A. The Price Schedule (Seprate Folder)
 Section V. Eligible Countries
 Section VI. Bank Policy-Corrupt and Fraudulent
Practices
PART 2 EmployersRequirements
 Section VII. EmployersRequirements

PART 3 Contract
 Section VIII. General Conditions of Contract (GCC)
 Section IX. Special Conditions of Contract (SCC)
 Section X. ContractForms
6.2 The Invitation for Bids issued by the Purchaser is not part of the
Bidding Document.

6.3 Unless obtained directly from the Purchaser, the Purchaser is not
responsible for the completeness of the document, responses to
requests for clarification, the Minutes of the pre-Bid meeting (if
any), or Addenda to the Bidding Document in accordance with
ITB 8. In case of any contradiction, documents obtained directly
from the Purchaser shall prevail.

6.4 The Bidder is expected to examine all instructions, forms, terms,


and specifications in the Bidding Documents and to furnish with
its Bid all information or documentation as is required by the Bid-
ding Documents.

7. Clarification of 7.1 A Bidder requiring any clarification of the Bidding document


Bidding Docu- shall contact the Employer in writing at the Employer’s address
ments specified in the BDS or raise its enquiries during the pre-Bid
meeting if provided for in accordance with ITB 7.4. The Em-
ployer will respond in writing to any request for clarification,
provided that such request is received no later than fourteen (14)

16
days prior to the deadline for submission of Bids. The Employer
shall forward copies of its response to all Bidders who have ac-
quired the Bidding document in accordance with ITB 6.3, includ-
ing a description of the inquiry but without identifying its source.
If so specified in the BDS, the Employer shall also promptly pub-
lish its response at the web page identified in the BDS. Should
the clarification result in changes to the essential elements of the
Bidding document, the Employer shall amend the Bidding docu-
mentfollowing the procedure under ITB 8 and ITB 23.2.

7.2 The Bidder is advised to visit and examine the Site of Works and
its surroundings and obtain for itself on its own responsibility all
information that may be necessary for preparing the Bid and en-
tering into a contract for construction of the Works. The costs of
visiting the Site shall be at the Bidder’s own expense.

7.3 The Bidder and any of its personnel or agents will be granted per-
mission by the Employer to enter upon its premises and lands for
the purpose of such visit, but only upon the express condition that
the Bidder, its personnel, and agents will release and indemnify
the Employer and its personnel and agents from and against all
liability in respect thereof, and will be responsible for death or
personal injury, loss of or damage to property, and any other loss,
damage, costs, and expenses incurred as a result of the inspection.

7.4 If so specified in the BDS, the Bidder’s designated representative


is invited to attend a pre-Bid meeting and/or a Site of Works visit.
The purpose of the meeting will be to clarify issues and to answer
questions on any matter that may be raised at that stage.

7.5 The Bidder is requested to submit any questions in writing, to


reach the Employer not later than one week before the meeting.

7.6 Minutes of the pre-Bid meeting, if applicable, including the text


of the questions asked by Bidders, without identifying the source,
and the responses given, together with any responses prepared
after the meeting, will be transmitted promptly to all Bidders who
have acquired the Bidding document in accordance with ITB
6.3. Any modification to the Bidding document that may become
necessary as a result of the pre-Bid meeting shall be made by the

17
Employer exclusively through the issue of an Addendum pursu-
ant to ITB 8 and not through the minutes of the pre-Bid meeting.

7.7 Nonattendance at the pre-Bid meeting will not be a cause for dis-
qualification of a Bidder.

8. Amendment of 8.1 At any time prior to the deadline for submission of bids, the Pur-
Bidding Docu- chaser may amend the Bidding Documents by issuing addenda.
ment
8.2 Any addendum issued shall be part of the Bidding Documents
and shall be communicated in writing to all who have obtained
the Bidding Documents from the Purchaser in accordance with
ITB 6.3.The Purchaser shall also promptly publish the addendum
on the Purchaser’s web page in accordance with ITB 7.1.

8.3 To give prospective Bidders reasonable time in which to take an


addendum into account in preparing their bids, the Purchaser
may, at its discretion, extend the deadline for the submission of
bids, pursuant to ITB 22.2.

C. Preparation of Bids
9. Cost of Bidding 9.1 The Bidder shall bear all costs associated with the preparation
and submission of its bid, and the Purchaser shall not be respon-
sible or liable for those costs, regardless of the conduct or out-
come of the bidding process.

10. Language of Bid 10.1 The Bid, as well as all correspondence and documents relating to
the bid exchanged by the Bidder and the Purchaser, shall be writ-
ten in the language specified in the BDS. Supporting documents
and printed literature that are part of the Bid may be in another
language provided they are accompanied by an accurate transla-
tion of the relevant passages into the language specified in the
BDS, in which case, for purposes of interpretation of the Bid,
such translation shall govern.

11. Documents 11.1 The Bid shall comprise the following:


Comprising the
(a) Letter of Bid in accordance with ITB 12;
Bid
(b) completed schedules, in accordance with ITB 12 and 14

18
(c) Bid Security or Bid-Securing Declaration, in accordance
with ITB 19.1;

(d) Alternative bids, if permissible, in accordance with ITB 13;

(e) written confirmation authorizing the signatory of the Bid to


commit the Bidder, in accordance with ITB 20.2;

(f) documentary evidence in accordance with ITB 17 estab-


lishing the Bidder’s qualifications to perform the contract
if its bid is accepted;

(g) documentary evidence in accordance with ITB 17 estab-


lishing the Bidder’s eligibility to bid;

(h) documentary evidence in accordance with ITB 17, that the


Goods and Related Services to be supplied by the Bidder
are of eligible origin;

(i) documentary evidence in accordance with ITB 16 and 30,


that the Goods and Related Services conform to the Bidding
Documents;

(j) any other document required in the BDS.

11.2 In addition to the requirements under ITB 11.1, bids submitted by


a JV shall include a copy of the Joint Venture Agreement entered
into by all members. Alternatively, a letter of intent to execute a
Joint Venture Agreement in the event of a successful bid shall be
signed by all members and submitted with the bid, together with
a copy of the proposed Agreement.

The Bidder shall furnish in the Letter of Bid information on commis-


sions and gratuities, if any, paid or to be paid to agents or any
other party relating to this Bid.

19
12. Letter of Bid 12.1. The Letter of Bid and Price Schedules shall be prepared using the
and Price Sched- relevant forms furnished in Section IV, Bidding Forms. The
ules forms must be completed without any alterations to the text, and
no substitutes shall be accepted except as provided under ITB
20.2. All blank spaces shall be filled in with the information re-
quested.

12.2. Taxes: The goods and services provided under this contract to be
funded under an LOC from Exim Bank shall be free from all kinds
of taxes and duties of any nature levied in the borrower country and
no tax is liable to be paid from the LOC.

13. Alternative Bids 13.1. Unless otherwise specified in the BDS, alternative bids shall not
be considered.

14. Bid Prices and 14.1 The prices and discounts quoted by the Bidder in the Letter of
Discounts Bid and in the Price Schedules shall conform to the requirements
specified below.

14.2 All lots (contracts) and items must be listed and priced separately
in the Price Schedules.

14.3 The price to be quoted in the Letter of Bidding accordance with


ITB 12.1 shall be the total price of the bid, excluding any dis-
counts offered.

14.4 The Bidder shall quote any discounts and indicate the methodol-
ogy for their application in the Letter of Bid, in accordance with
ITB 12.1.

14.5 Prices quoted by the Bidder shall be fixed during the Bidder’s
performance of the Contract and not subject to variation on any
account, unless otherwise specified in the BDS. A bid submitted
with an adjustable price quotation shall be treated as nonrespon-
sive and shall be rejected, pursuant to ITB 29. However, if in ac-
cordance with the BDS, prices quoted by the Bidder shall be sub-
ject to adjustment during the performance of the Contract, a bid
submitted with a fixed price quotation shall not be rejected, but
the price adjustment shall be treated as zero.

14.6 If so specified in ITB 1.1, bids are being invited for individual
lots (contracts) or for any combination of lots (packages). Unless
otherwise specified in the BDS, prices quoted shall correspond

20
to 100 % of the items specified for each lot and to 100% of the
quantities specified for each item of a lot. Bidders wishing to
offer discounts for the award of more than one Contract shall
specify in their bid the price reductions applicable to each pack-
age, or alternatively, to individual Contracts within the package.
Discounts shall be submitted in accordance with ITB 14.4 pro-
vided the bids for all lots (contracts) are opened at the same time.

14.7 The terms EXW, CIP, and other similar terms shall be governed
by the rules prescribed in the current edition of Incoterms, pub-
lished by The International Chamber of Commerce, as specified
in the BDS.

14.8 Prices shall be quoted as specified in each Price Schedule in-


cluded in Section IV, Bidding Forms. The dis-aggregation of
price components is required solely for the purpose of facilitating
the comparison of bids by the Purchaser. This shall not in any
way limit the Purchaser’s right to contract on any of the terms
offered. In quoting prices, the Bidder shall be free to use trans-
portation through carriers registered in any eligible country, in
accordance with Section V, Eligible Countries. Similarly, the
Bidder may obtain insurance services from any eligible country
in accordance with Section V, Eligible Countries. Prices shall be
entered in the following manner:

(a) For Goods manufactured in the Purchaser’s Country:

(i) the price of the Goods quoted EXW (ex-works, ex-factory, ex


warehouse, ex showroom, or off-the-shelf, as applicable), includ-
ing all customs duties and sales and other taxes already paid or
payable on the components and raw material used in the manu-
facture or assembly of the Goods;

(ii) any Purchaser’s Country sales tax and other taxes


which will be payable on the Goods if the contract is
awarded to the Bidder; and

(iii) the price for inland transportation, insurance, and other


local services required to convey the Goods to their fi-
nal destination (Project Site) specified in the BDS.

21
(b) For Goods manufactured outside the Purchaser’s Coun-
try, to be imported:

(i) the price of the Goods, quoted CIP named place of


destination, in the Purchaser’s Country, as speci-
fied in the BDS;

(ii) the price for inland transportation, insurance, and


other local services required to convey the Goods
from the named place of destination to their final
destination (Project Site) specified in the BDS;

(c) For Goods manufactured outside the Purchaser’s Coun-


try, already imported:

(i) the price of the Goods, including the original im-


port value of the Goods; plus any mark-up (or re-
bate); plus any other related local cost, and custom
duties and other import taxes already paid or to be
paid on the Goods already imported.

(ii) the custom duties and other import taxes already


paid (need to be supported with documentary evi-
dence) or to be paid on the Goods already im-
ported;

(iii) the price of the Goods, obtained as the difference


between (i) and (ii) above;

(iv) any Purchaser’s Country sales and other taxes


which will be payable on the Goods if the contract
is awarded to the Bidder; and

(v) the price for inland transportation, insurance, and


other local services required to convey the Goods
from the named place of destination to their final
destination (Project Site) specified in the BDS.

(d) for Related Services, other than inland transportation


and other services required to convey the Goods to their
final destination, whenever such Related Services are
specified in the Schedule of Requirements In Section

22
VII: List of Supplies, Schedule of Delivery, Technical
Specifications and Plans :

(i) the price of each item comprising the Related Ser-


vices (inclusive of any applicable taxes).

15. Currencies of 15.1 The currency (ies) of the bid and the currency (ies) of payments shall
Bid and Pay- be as specified in the BDS.The Bidder shall quote in the currency
ment of the Purchaser’s Country the portion of the bid price that corre-
sponds to expenditures incurred in the currency of the Pur-
chaser’s country, unless otherwise specified in the BDS.

15.2 The Bidder may express the bid price in USD only If the Bidder
wishes to be paid in a combination of amounts in different cur-
rencies, it may quote its price accordingly but shall use no more
than three foreign currencies in addition to the currency of the
Purchaser’s Country.

16. Documents Es- 16.1 To establish the eligibility of the Goods and Related Services in
tablishing the El- accordance with ITB 5, Bidders shall complete the country of
igibility and origin declarations in the Price Schedule Forms, included in Sec-
Conformity of tion IV, Bidding Forms.
the Goods and
16.2 To establish the conformity of the Goods and Related Services to
Related Services
the Bidding Documents, the Bidder shall furnish as part of its Bid
the documentary evidence that the Goods conform to the tech-
nical specifications and standards specified in Section VII,
Schedule of Requirements.

16.3 The documentary evidence may be in the form of literature, draw-


ings or data, and shall consist of a detailed item by item descrip-
tion of the essential technical and performance characteristics of
the Goods and Related Services, demonstrating substantial re-
sponsiveness of the Goods and Related Services to the technical
specification, and if applicable, a statement of deviations and ex-
ceptions to the provisions of the Section VII, Schedule of Re-
quirements.

16.4 The Bidder shall also furnish a list giving full particulars, includ-
ing available sources and current prices of spare parts, special
tools, etc., necessary for the proper and continuing functioning of

23
the Goods during the period specified in the BDS following
commencement of the use of the goods by the Purchaser.

16.5 Standards for workmanship, process, material, and equipment, as


well as references to brand names or catalogue numbers specified
by the Purchaser in the Schedule of Requirements, are intended
to be descriptive only and not restrictive. The Bidder may offer
other standards of quality, brand names, and/or catalogue num-
bers, provided that it demonstrates, to the Purchaser’s satisfac-
tion, that the substitutions ensure substantial equivalence or are
superior to those specified in the Section VII, Schedule of Re-
quirements.

17. Documents Es- 17.1 To establish Bidder’s their eligibility in accordance with ITB 4, Bid-
tablishing the El- ders shall complete the Letter of Bid, included in Section IV, Bid-
igibility and ding Forms.
Qualifications of
17.2 The documentary evidence of the Bidder’s qualifications to per-
the Bidder
form the contract if its bid is accepted shall establish to the Pur-
chaser’s satisfaction:

(a) that, if required in the BDS, a Bidder that does not manufac-
ture or produce the Goods it offers to supply shall submit the
Manufacturer’s Authorization using the form included in Sec-
tion IV, Bidding Forms to demonstrate that it has been duly
authorized by the manufacturer or producer of the Goods to
supply these Goods in the Purchaser’s Country;

(b) that, if required in the BDS, in case of a Bidder not doing


business within the Purchaser’s Country, the Bidder is or
will be (if awarded the contract) represented by an Agent in
the country equipped and able to carry out the Supplier’s
maintenance, repair and spare parts-stocking obligations
prescribed in the Conditions of Contract and/or Technical
Specifications; and

(c) that the Bidder meets each of the qualification criterion


specified in Section III, Evaluation and Qualification Crite-
ria.

18. Period of Valid- 18.1. Bids shall remain valid for the period specified in the BDS after
ity of Bids the bid submission deadline date prescribed by the Purchaser in

24
accordance with ITB22.1. A bid valid for a shorter period shall
be rejected by the Purchaser as nonresponsive.

18.2. In exceptional circumstances, prior to the expiration of the bid


validity period, the Purchaser may request bidders to extend the
period of validity of their bids. The request and the responses
shall be made in writing. If a Bid Security is requested in accord-
ance with ITB Clause 19, it shall also be extended for a corre-
sponding period. A Bidder may refuse the request without for-
feiting its Bid Security. A Bidder granting the request shall not
be required or permitted to modify its bid, except as provided in
ITB 18.3.

18.3. If the award is delayed by a period exceeding fifty-six (56) days be-
yond the expiry of the initial bid validity, the Contract price shall be
determined as follows:

(a) In the case of fixed price contracts, the Contract price shall
be the bid price adjusted by the factor specified in the BDS.

(b) In the case of adjustable price contracts, no adjustment shall


be made.

(c) In any case, bid evaluation shall be based on the bid price
without taking into consideration the applicable correction
from those indicated above.

19. Bid Security 19.1. The Bidder shall furnish as part of its bid, either a Bid-Securing
Declaration or a bid security, as specified in the BDS, in original
form and, in the case of a bid security, the amount and currency
specified in the BDS.

19.2. A Bid Securing Declaration shall use the form included in Sec-
tion IV, Bidding Forms.

19.3. If a bid security is specified pursuant to ITB 19.1, the bid secu-
rity shall be a demand guarantee in any of the following forms
at the Bidder’s option :

(a) an unconditional guarantee issued by a bank or financial in-


stitution (such as an insurance, bonding or surety com-
pany);

25
(b) an irrevocable letter of credit;

(c) a cashier’s or certified check; or

(d) another security specified in the BDS,

from a reputable source from an eligible country. If the uncondi-


tional guarantee is issued by a financial institution located outside
the Purchaser’s Country, the issuing financial institution shall have
a correspondent financial institution located in the Purchaser’s
Country to make it enforceable. In the case of a bank guarantee, the
bid security shall be submitted either using the Bid Security Form
included in Section IV, Bidding Forms, or in another substantially
similar format approved by the Purchaser prior to bid submission.
The bid security shall be valid for twenty-eight (28) days beyond the
original validity period of the bid, or beyond any period of extension
if requested under ITB 18.2.

19.4. If a Bid Security is specified pursuant to ITB 19.1, any bid not
accompanied by a substantially responsive Bid Security shall be
rejected by the Purchaser as non-responsive.

19.5. If a Bid Security is specified pursuant to ITB 19.1, the Bid Secu-
rity of unsuccessful Bidders shall be returned as promptly as pos-
sible upon the successful Bidder’s signing the contract and fur-
nishing the Performance Security pursuant to ITB 42.

19.6. The Bid Security of the successful Bidder shall be returned as


promptly as possible once the successful Bidder has signed the
contract and furnished the required performance security.

19.7. The Bid Security may be forfeited or the Bid Securing Declara-
tion executed:

(a) if a Bidder withdraws its bid during the period of bid valid-
ity specified by the Bidder on the Letter of Bid, or any ex-
tension thereto provided by the Bidder ; or

(b) if the successful Bidder fails to:

(i) sign the Contract in accordance with ITB41; or

26
(ii) furnish a performance security in accordance with
ITB 42.

19.8. The bid security or Bid- Securing Declaration of a JV must be in


the name of the JV that submits the bid. If the JV has not been
legally constituted into a legally enforceable JV at the time of
bidding, the bid security or Bid-Securing Declaration shall be in
the names of all future members as named in the letter of intent
referred to in ITB 4.1 and ITB 11.2.

19.9. If a bid security is notrequired in the BDS, pursuant to ITB 19.1,


and

(a) if a Bidder withdraws its bid during the period of bid


validity specified by the Bidder on the Letter of Bid, or

(b) if the successful Bidder fails to: sign the Contract in ac-
cordance with ITB41; or furnish a performance security
in accordance with ITB 42;

the Borrower may, if provided for in the BDS, declare the Bid-
der ineligible to be awarded a contract by the Purchaser for a
period of time as stated in the BDS.

20. Format and 20.1 The Bidder shall prepare one original of the documents compris-
Signing of Bid ing the bid as described in ITB 11 and clearly mark it “ORIGI-
NAL.” Alternative bids, if permitted in accordance with ITB 13,
shall be clearly marked “ALTERNATIVE.” In addition, the Bidder
shall submit copies of the bid, in the number specified in the BDS
and clearly mark them “COPY.” In the event of any discrepancy
between the original and the copies, the original shall prevail.

20.2 The original and all copies of the bid shall be typed or written in
indelible ink and shall be signed by a person duly authorized to
sign on behalf of the Bidder.This authorization shall consist of a
written confirmation as specified in the BDS and shall be attached
to the bid. The name and position held by each person signing the
authorization must be typed or printed below the signature. All
pages of the bid where entries or amendments have been made shall
be signed or initialed by the person signing the bid.

20.3 In case the Bidder is a JV, the Bid shall be signed by an authorized
representative of the JV on behalf of the JV, and so as to be legally

27
binding on all the members as evidenced by a power of attorney
signed by their legally authorized representatives.

20.4 Any inter-lineation, erasures, or overwriting shall be valid only if


they are signed or initialed by the person signing the bid.

D. Submission and Opening of Bids


21. Sealing and 21.1. The Bidder shall enclose the original and all copies of the bid, in-
Marking of Bids cluding alternative bids, if permitted in accordance with ITB 13, in
separate sealed envelopes, duly marking the envelopes as “ORIGI-
NAL”, “ALTERNATIVE” and “COPY.” These envelopes containing the
original and the copies shall then be enclosed in one single sealed
envelope.

21.2. The inner and outer envelopes shall:

(a) bear the name and address of the Bidder;

(b) be addressed to the Purchaser in accordance with ITB 24.1;

(c) bear the specific identification of this bidding process indi-


cated in ITB1.1; and

(d) bear a warning not to open before the time and date for bid
opening.

21.3. If all envelopes are not sealed and marked as required, the Pur-
chaser will assume no responsibility for the misplacement or
premature opening of the bid.

22. Deadline for 22.1. Bids must be received by the Purchaser at the address and no later
Submission of than the date and time specified in the BDS.When so specified
Bids in theBDS, bidders shall have the option of submitting their bids
electronically. Bidders submitting bids electronically shall follow
the electronic bid submission procedures specified in the BDS.

22.2. The Purchaser may, at its discretion, extend the deadline for the
submission of bids by amending the Bidding Documents in ac-
cordance with ITB 8, in which case all rights and obligations of
the Purchaser and Bidders previously subject to the deadline shall
thereafter be subject to the deadline as extended.

23. Late Bids 23.1. The Purchaser shall not consider any bid that arrives after the
deadline for submission of bids, in accordance with ITB 22. Any

28
bid received by the Purchaser after the deadline for submission
of bids shall be declared late, rejected, and returned unopened to
the Bidder.

24. Withdrawal, 24.1. A Bidder may withdraw, substitute, or modify its Bid after it has
Substitution, and been submitted by sending a written notice, duly signed by an
Modification of authorized representative, and shall include a copy of the author-
Bids ization (the power of attorney) in accordance with ITB 20.2, (ex-
cept that withdrawal notices do not require copies). The corre-
sponding substitution or modification of the bid must accompany
the respective written notice. All notices must be:

(a) prepared and submitted in accordance with ITB 20 and 21


(except that withdrawal notices do not require copies), and
in addition, the respective envelopes shall be clearly
marked “WITHDRAWAL,” “SUBSTITUTION,” or “MODIFICA-
TION;” and

(b) received by the Purchaser prior to the deadline prescribed


for submission of bids, in accordance with ITB 22.

24.2. Bids requested to be withdrawn in accordance with ITB 24.1 shall


be returned unopened to the Bidders.

24.3. No bid may be withdrawn, substituted, or modified in the interval


between the deadline for submission of bids and the expiration of
the period of bid validity specified by the Bidder on the Letter of
Bid or any extension thereof.

25. Bid Opening 25.1. Except as in the cases specified in ITB 23 and 24, the Purchaser
shall publicly open and read out in accordance with ITB25.3 all
bids received by the deadline at the date, time and place specified
in the BDS in the presence of Bidders ‘designated representa-
tives and anyone who choose to attend. Any specific electronic
bid opening procedures required if electronic bidding is permit-
ted in accordance with ITB 22.1, shall be as specified in the
BDS.

25.2. First, envelopes marked “WITHDRAWAL” shall be opened and


read out and the envelope with the corresponding bid shall not be
opened, but returned to the Bidder. If the withdrawal envelope
does not contain a copy of the “power of attorney” confirming
the signature as a person duly authorized to sign on behalf of the

29
Bidder, the corresponding bid will be opened. No bid withdrawal
shall be permitted unless the corresponding withdrawal notice
contains a valid authorization to request the withdrawal and is
read out at bid opening. Next, envelopes marked “SUBSTITUTION”
shall be opened and read out and exchanged with the correspond-
ing Bid being substituted, and the substituted Bid shall not be
opened, but returned to the Bidder. No Bid substitution shall be
permitted unless the corresponding substitution notice contains a
valid authorization to request the substitution and is read out at
bid opening. Envelopes marked “MODIFICATION” shall be opened
and read out with the corresponding Bid. No Bid modification
shall be permitted unless the corresponding modification notice
contains a valid authorization to request the modification and is
read out at Bid opening. Only bids that are opened and read out
at Bid opening shall be considered further.

25.3. All other envelopes shall be opened one at a time, reading out:
the name of the Bidder and whether there is a modification; the
total Bid Prices, per lot (contract) if applicable, including any dis-
counts and alternative bids; the presence or absence of a Bid Se-
curity, if required; and any other details as the Purchaser may
consider appropriate. Only discounts and alternative bids read out
at Bid opening shall be considered for evaluation. The Letter of
Bid and the Price Schedules are to be initialed by representatives
of the Purchaser attending bid opening in the manner specified
in the BDS. The Purchasershall neither discuss the merits of any
bid nor reject any bid (except for late bids, in accordance with
ITB 23.1).

25.4. The Purchaser shall prepare a record of the bid opening that shall
include, as a minimum: the name of the Bidder and whether there
is a withdrawal, substitution, or modification; the Bid Price, per
lot (contract) if applicable, including any discounts, and alterna-
tive bids; and the presence or absence of a Bid Security, if one
was required. The Bidders’ representatives who are present shall
be requested to sign the record. The omission of a Bidder’s sig-
nature on the record shall not invalidate the contents and effect
of the record. A copy of the record shall be distributed to all Bid-
ders.

30
E. Evaluation and Comparison of Bids
26. Confidentiality 26.1 Information relating to the evaluation of bids and recommenda-
tion of contract award, shall not be disclosed to bidders or any
other persons not officially concerned with the bidding process
until information on Contract Award is communication to all Bid-
ders in accordance with ITB 40.

26.2 Any effort by a Bidder to influence the Purchaser in the evalua-


tion or contract award decisions may result in the rejection of its
Bid.

26.3 Notwithstanding ITB 26.2, from the time of bid opening to the
time of Contract Award, if any Bidder wishes to contact the Pur-
chaser on any matter related to the bidding process, it should do
so in writing.

27. Clarification of 27.1 To assist in the examination, evaluation, comparison of the bids,
Bids and qualification of the Bidders, the Purchaser may, at its discre-
tion, ask any Bidder for a clarification of its Bid. Any clarification
submitted by a Bidder in respect to its Bid and that is not in re-
sponse to a request by the Purchaser shall not be considered. The
Purchaser’s request for clarification and the response shall be in
writing. No change, including any voluntary increase or decrease,
in the prices or substance of the Bid shall be sought, offered, or
permitted, except to confirm the correction of arithmetic errors
discovered by the Purchaser in the Evaluation of the bids, in ac-
cordance with ITB 31.

27.2 If a Bidder does not provide clarifications of its bid by the date
and time set in the Purchaser’s request for clarification, its bid
may be rejected.

28. Deviations, Res- 28.1 During the evaluation of bids, the following definitions apply:
ervations, and
(a) “Deviation” is a departure from the requirements speci-
Omissions
fied in the Bidding Documents;

(b) “Reservation” is the setting of limiting conditions or with-


holding from complete acceptance of the requirements
specified in the Bidding Documents; and

31
(c) “Omission” is the failure to submit part or all of the in-
formation or documentation required in the Bidding
Documents

29. Determination of 29.1 The Purchaser’s determination of a bid’s responsiveness is to be


Responsiveness based on the contents of the bid itself, as defined in ITB 11.

29.2 A substantially responsive Bid is one that meets the requirements


of the Bidding Documents without material deviation, reserva-
tion, or omission. A material deviation, reservation, or omission
is one that:

(a) if accepted, would

(i) affect in any substantial way the scope, quality, or per-


formance of the Goods and Related Services specified
in the Contract; or

(ii) limit in any substantial way, inconsistent with the Bid-


ding Documents, the Purchaser’s rights or the Bidder’s
obligations under the Contract; or

(b) if rectified, would unfairly affect the competitive position


of other bidders presenting substantially responsive bids.

29.3 The Purchaser shall examine the technical aspects of the bid submit-
ted in accordance with ITB 16 and ITB 17, in particular, to confirm
that all requirements of Section VII, Schedule of Requirements have
been met without any material deviation or reservation, or omission.

29.4 If a bid is not substantially responsive to the requirements of Bid-


ding Documents, it shall be rejected by the Purchaser and may
not subsequently be made responsive by correction of the mate-
rial deviation, reservation, or omission.

30. Nonconformities, 30.1 Provided that a Bid is substantially responsive, the Purchaser may
Errors and Omis- waive any nonconformities in the Bid.
sions
30.2 Provided that a bid is substantially responsive, the Purchaser may
request that the Bidder submit the necessary information or doc-
umentation, within a reasonable period of time, to rectify nonma-
terial nonconformities or omissions in the bid related to docu-
mentation requirements. Such omission shall not be related to

32
any aspect of the price of the Bid. Failure of the Bidder to comply
with the request may result in the rejection of its Bid.

30.3 Provided that a bid is substantially responsive, the Purchaser shall


rectify quantifiable nonmaterial nonconformities related to the Bid
Price. To this effect, the Bid Price shall be adjusted, for comparison
purposes only, to reflect the price of a missing or non-conforming
item or component.

31. Correction of 31.1 Provided that the Bid is substantially responsive, the Purchaser
Arithmetical Er- shall correct arithmetical errors on the following basis:
rors
(a) if there is a discrepancy between the unit price and the line
item total that is obtained by multiplying the unit price by
the quantity, the unit price shall prevail and the line item
total shall be corrected, unless in the opinion of the Pur-
chaser there is an obvious misplacement of the decimal
point in the unit price, in which case the line item total as
quoted shall govern and the unit price shall be corrected;

(b) if there is an error in a total corresponding to the addition


or subtraction of subtotals, the subtotals shall prevail and
the total shall be corrected; and

(c) if there is a discrepancy between words and figures, the


amount in words shall prevail, unless the amount expressed
in words is related to an arithmetic error, in which case the
amount in figures shall prevail subject to (a) and (b) above.

31.2 Bidders shall be requested to accept correction of arithmetical er-


rors. Failure to accept the correction in accordance with ITB 31.1
shall result in the rejection of the Bid.

32. Conversion to 32.1 For evaluation and comparison purposes, the currency (ies) of
Single Currency the Bid shall be converted in a single currency as specified in
the BDS.

33. Margin of Pref- 33.1 Unless otherwise specified in the BDS, a margin of preference
erence shall not apply.

34. Evaluation of 34.1 The Purchaser shall use the criteria and methodologies listed in
Bids this Clause. No other evaluation criteria or methodologies shall
be permitted.

33
34.2 To evaluate a Bid, the Purchaser shall consider the following:

(a) evaluation will be done for Items or Lots (contracts), as


specified in the BDS; and the Bid Price as quoted in ac-
cordance with clause 14;

(b) price adjustment for correction of arithmetic errors in ac-


cordance with ITB 31.1;

(c) price adjustment due to discounts offered in accordance


with ITB 14.3;

(d) converting the amount resulting from applying (a) to (c)


above, if relevant, to a single currency in accordance with
ITB 32;

(e) price adjustment due to quantifiable nonmaterial noncon-


formities in accordance with ITB 30.3;

(f) the additional evaluation factors are specified in Section


III, Evaluation and Qualification Criteria;

34.3 The estimated effect of the price adjustment provisions of the


Conditions of Contract, applied over the period of execution of
the Contract, shall not be taken into account in bid evaluation.

34.4 If these Bidding Documents allows Bidders to quote separate


prices for different lots (contracts), the methodology to determine
the lowest evaluated price of the lot (contract) combinations, in-
cluding any discounts offered in the Letter of Bid Form, is speci-
fied in Section III, Evaluation and Qualification Criteria

34.5 The Purchaser’s evaluation of a bid will exclude and not take
into account:

(a) in the case of Goods manufactured in the Purchaser’s


Country, sales and other similar taxes, which will be pay-
able on the goods if a contract is awarded to the Bidder;

(b) in the case of Goods manufactured outside the Pur-


chaser’s Country, already imported or to be imported,
customs duties and other import taxes levied on the im-
ported Good, sales and other similar taxes, which will be

34
payable on the Goods if the contract is awarded to the
Bidder;

(c) any allowance for price adjustment during the period of


execution of the contract, if provided in the bid.

34.6 The Purchaser’s evaluation of a bid may require the consider-


ation of other factors, in addition to the Bid Price quoted in
accordance with ITB 14. These factors may be related to the
characteristics, performance, and terms and conditions of pur-
chase of the Goods and Related Services. The effect of the fac-
tors selected, if any, shall be expressed in monetary terms to
facilitate comparison of bids, unless otherwise specified in the
BDS from amongst those set out in Section III, Evaluation and
Qualification Criteria. The criteria and methodologies to be
used shall be as specified in ITB 34.2 (f).

35. Comparison of 35.1 The Purchaser shall compare the evaluated prices of all sub-
Bids stantially responsive bids established in accordance with ITB
34.2 to determine the lowest evaluated bid. The comparison
shall be on the basis of CIP (place of final destination) prices
for imported goods and EXW prices, plus cost of inland trans-
portation and insurance to place of destination, for goods man-
ufactured within the Borrower’s country, together with prices
for any required installation, training, commissioning and other
services. The evaluation of prices shall not take into account
custom duties and other taxes levied on imported goods quoted
CIP and sales and similar taxes levied in connection with the
sale or delivery of goods.

36. Qualification of 36.1 The Purchaser shall determine to its satisfaction whether the
the Bidder Bidder that is selected as having submitted the lowest evaluated
and substantially responsive bid meets the qualifying criteria
specified in Section III, Evaluation and Qualification Criteria.

36.2 The determination shall be based upon an examination of the


documentary evidence of the Bidder’s qualifications submitted
by the Bidder, pursuant to ITB 17.

36.3 An affirmative determination shall be a prerequisite for award


of the Contract to the Bidder. A negative determination shall
result in disqualification of the bid, in which event the Pur-
chaser shall proceed to the next lowest evaluated bid to make a

35
similar determination of that Bidder’s qualifications to perform
satisfactorily.

37. Purchaser’s 37.1 The Purchaser reserves the right to accept or reject any bid, and
Right to Accept to annul the bidding process and reject all bids at any time prior
Any Bid, and to to contract award, without thereby incurring any liability to
Reject Any or Bidders. In case of annulment, all bids submitted and specifically,
All Bids bid securities, shall be promptly returned to the Bidders.

F. Award of Contract
38. Award Criteria 38.1 Subject to ITB 37.1, the Purchaser shall award the Contract to
the Bidder whose bid has been determined to be the lowest
evaluated bid and is substantially responsive to the Bidding
Documents, provided further that the Bidder is determined to
be qualified to perform the Contract satisfactorily.

39. Purchaser’s 39.1 At the time the Contract is awarded, the Purchaser reserves the
Right to Vary right to increase or decrease the quantity of Goods and Related
Quantities at Services originally specified in Section VII, Schedule of Re-
Time of Award quirements, provided this does not exceed the percentages
specified in the BDS, and without any change in the unit prices
or other terms and conditions of the bid and the Bidding Doc-
uments.

40. Notification of 40.1 Prior to the expiration of the period of bid validity, the Pur-
Award chaser shall notify the successful Bidder, in writing, that its Bid
has been accepted. The notification letter (hereinafter and in the
Conditions of Contract and Contract Forms called the “Letter of
Acceptance”) shall specify the sum that the Purchaser will pay the
Supplier in consideration of the supply of Goods (hereinafter and
in the Conditions of Contract and Contract Forms called “the
Contract Price”). At the same time, the Purchaser shall also notify
all other Bidders of the results of the bidding and shall publish in
UNDB online the results identifying the bid and lot (contract)
numbers and the following information:

(i) name of each Bidder who submitted a Bid;

(ii) bid prices as read out at Bid Opening;

(iii) name and evaluated prices of each Bid that was evaluated;

36
(iv) name of bidders whose bids were rejected and the reasons
for their rejection; and

(v) name of the successful Bidder, and the Price it offered, as


well as the duration and summary scope of the contract
awarded.

40.2 Until a formal Contract is prepared and executed, the notifica-


tion of award shall constitute a binding Contract.

40.3 The Purchaser shall promptly respond in writing to any unsuc-


cessful Bidder who, after notification of award in accordance
with ITB 40.1, requests in writing the grounds on which its bid
was not selected.

41. Signing of Con- 41.1 Promptly after notification, the Purchaser shall send the suc-
tract cessful Bidder the Contract Agreement.

41.2 Within twenty-eight (28) days of receipt of the Contract Agree-


ment, the successful Bidder shall sign, date, and return it to the
Purchaser.

41.3 Not withstanding ITB 41.2 above, in case signing of the Contract
Agreement is prevented by any export restrictions attributable to
the Purchaser, to the country of the Purchaser, or to the use of the
products/goods, systems or services to be supplied, where such
export restrictions arise from trade regulations from a country
supplying those products/goods, systems or services, the Bidder
shall not be bound by its bid, always provided however, that the
Bidder can demonstrate to the satisfaction of the Purchaser and of
the Bank that signing of the Contact Agreement has not been pre-
vented by any lack of diligence on the part of the Bidder in com-
pleting any formalities, including applying for permits, authoriza-
tions and licenses necessary for the export of the products/goods,
systems or services under the terms of the Contract.

42. Performance Se- 42.1 Within twenty eight (28) days of the receipt of notification of
curity award from the Purchaser, the successful Bidder, if required,
shall furnish the Performance Security in accordance with the
GCC, using for that purpose the Performance Security Form
included in Section X, Contract Forms, or another Form ac-
ceptable to the Purchaser. If the Performance Security furnished
by the successful Bidder is in the form of a bond, it shall be issued

37
by a bonding or insurance company that has been determined by
the successful Bidder to be acceptable to the Purchaser. A foreign
institution providing a bond shall have a correspondent financial
institution located in the Purchaser’s Country.
42.2 Failure of the successful Bidder to submit the above-mentioned
Performance Security or sign the Contract shall constitute suf-
ficient grounds for the annulment of the award and forfeiture of
the Bid Security. In that event the Purchaser may award the
Contract to the next lowest evaluated Bidder, whose bid is sub-
stantially responsive and is determined by the Purchaser to be
qualified to perform the Contract satisfactorily.

38
Section II Bid Data Sheet (BDS)
The following specific data for the goods to be procured shall complement, supplement, or
amend the provisions in the Instructions to Bidders (ITB). Whenever there is a conflict, the
provisions herein shall prevail over those in ITB.

A. General

ITB 1.1 The reference number of the Invitation for Bids is : :


No: 0356/CEB/DG/DGA/DEPP/DM/SPSM/Ek/2019

ITB 1.1 The Purchaseris: Communauté Electrique du Bénin (CEB)

ITB 1.1 Name of ICB: Contract 1 - Design, supply, installation and commissioning of
161 kV transmission line
The identification number of the ITB is N° :
0356/CEB/DG/DGA/DEPP/DM/SPSM/Ek/2019
The number and identification of lots comprising this ITB is:
- Lot 1A: 161 kV Transmission Line from Kara to Mango
- Lot 1B: 161 kV Transmission Line from Mango to Dapaong and
Dapaong to Mandouri consists;
- Section 1B-1: 161 kV Transmission Line from Mango to
Dapaong
- Section 1B-2: 161 kV Transmission Line from Dapaong to
Mandouri
- Alternatives are not allowed.
- The lot are grouped as follow:
- Lot 1A
- Lot 1B: section 1B-1 + section 1B-2.
Tenderers must submit a separate price for each lot and, where applica-
ble, submit the applicable discounts for the groupings of lots mentioned
above. Each grouping indicated is indivisible and will be the subject of a
separate contract. Maximum One (01) Lot i.e 1A or 1B can be awarded to
one contractor for Line.
Note: Section 1B-2 has been put in option and shall be decided at the time of
awarding contracts. However, pre-qualified bidders are requested submit their
bids for both the Sections

39
ITB 2.1 The Borrower is: Goverement of Togolaise République

ITB 2.1 Loan or Financing Agreement amount: NA

ITB 2.1 The name of the Project is : Construction of 161kV Transmission Line Link-
ing Kara-Mango-Dapaong-Mandouri and Associated Substations in Togo
ITB 4.1 Maximum number of members in the JV shall be: NA, only pre-qualified
bidders.
ITB 4.3 Deleted. N.A.
ITB 4.4 A list of debarred firms and individuals is available on the Bank’s external
website:
http://www.worldbank.org/debarr
Http://lnadbg4.adb.org/oga0009p.nsf/sancALLPublic ?Open-
View&count =999
Http://www.afdb.org/en/projects-and-operations/procurement/debarment-
and-sanctions-procedures/
http://www.ebrd.com/pages/about/integrity/list.shtml
http://www.iadb.org/en/topics/transparency/integrity-at-the-idb-group/sanc-
tioned-firms-and-individuals,1293.html
http://www.armp-togo.com/
B. Contents of Bidding Documents
ITB 7.1 For Clarification of bid purposes only, the Purchaser’s address is:

Communauté Electrique du Bénin (CEB)


BP 1368, Road Kozah
LOME (Republic of Togo)
Tel: (+228) 22 216 132
Fax: (+228) 22 21 37 64
E.mail: dg@cebnet.org , ceb_ded@cebnet.org ,agnekpat@gmail.com
PAGNEKETHOM@cebnet.org , approvisionnement@cebnet.org;
ywade@cebnet.org
Attention to : Tozim DANDAO – Chef projet
tdandao@cebnet.org, dandaojeremie@yahoo.fr
Requests for clarification must be received no later than 21 days before the
deadline for submission of bids.
ITB 7.1 Web page: Non Applicable

40
ITB 7.4 A pre-bid meeting will be held at the date, time and place below:
Date : 02nd APRIL 2019
Time : 09:00 AM local time
Place : Conference Room of the Director General of the CEB
A visit to the site will be organized by the Employer with the place, date
and time are indicated below:
Place : Kara substation and projected sites of Dapaong, Mango and Man-
douri substation
Date : 03rd APRIL 2019

C. Preparation of Bids
ITB 10.1 The language of the bid is: English and French
All correspondence exchange shall be in English and French
ITB 11.1 (j) The Bidder shall submit the following documents with its bid, proving that the
equipment and installation services are consistent with the Bid documents:
Tables of Guaranteed Technical Characteristics - Section IV; Authoriza-
tions from manufacturers
ITB 13.1 Alternative Bids shall not be considered
ITB 14.5 The prices quoted by the Bidder shall be Fixed
ITB 14.8(c)(i) Duties, Taxes and other levies payable by the Contractor:
It may be noted that as per the guidelines issued by the Government of India
vide letter No. 21/3/2015-IDEAS dated December 07,2015, the goods and ser-
vices provided under this LOC from Exim Bank shall be free from all kinds
of taxes and duties of any nature levied in the Borrower country and no
tax is liable to be paid from the Line of Credit.
ITB 14.7 The Incoterms edition is: Latest Edition
ITB 14.8 (b) Named place of destination is: Contractor’s designated stores within the
(i) and (c) (v) project site.

41
ITB 14.8 (a) Place of Final Destination is : different localities in the Project
(iii), b (ii)
and(c) (v)
ITB 15.1 The prices shall be quoted by the bidder in: US Dollars Only.
ITB 16.4 Not Applicable
ITB 17.2 (a) The Manufacturer 's Authorization is required for the following materials and
equipment:
- Towers
- Glass Insulators and Insulator string
- Conductor
- Hardware fittings and accessories
- OPGW & OPFC
- OPGW Terminal Box & OPGW / OPFC accessories
ITB 17.2 (b) The Bidder should not submit with its bid documents mentioning that he will
be represented by an Agent in the country of the Client.
ITB 18.1 The bid validity period shall be One Hundred Eighty (180) days.

ITB 18.3 (a) NA


The bid must be accompanied by a bid security (issued by a bank or a guarantee
organization of international repute established through corresponding Bank
ITB 19.1
based in Republic of Togo) in accordance with the standard warranty included
in Section IV, Bid Submission Forms.
Bid security shall be required, the amount and currency of the bid security
shall be:
 Lot N°1A : three hundred sixty thousand US dollars (USD 360,000);
 Lot N°1B : three hundred thousand US dollars (USD 300,000);

ITB 19.3(d) Other types of acceptable securities: Nil

ITB 19.9 Not Applicable

ITB 20.1 In addition to the original of the bid, the number of copies is: Three (3) and
One (1) number of Electronic Copy for each in USB (French and English).

42
Note: the price schedule in Excel format

ITB 20.2 (b) The written confirmation of authorization to sign on behalf of the Bid-
der shall consist of:

(a) Power of attorney in favour of person signing the bid issued pursuant to a
resolution of the Board of Directors of bidding company.

D. Submission and Opening of Bids


ITB 22.1 For bid submission purposes only, the Purchaser’s address is:
COMMUNAUTÉ ÉLECTRIQUE DU BÉNIN
Secrétariat Central Porte R03
Rez-de-chaussée de l’immeuble de la CEB
Rue de la Kozah, B.P. 1368
Lomé, Togo
The deadline for bid submission is:
Date : 30 APRIL 2019
Time : 10:00 H local time

Bidders shall not have the option of submitting their bids electronically.
ITB 25.1 The bid opening shall take place at:
COMMUNAUTÉ ÉLECTRIQUE DU BÉNIN
Salle de conférence de la Direction Générale de la CEB
4 ème étage, Rue de la Kozah, Lomé, Togo
Rue de la Kozah, B.P. 1368
Lomé, Togo
Date :30 APRIL, 2019
Time :10:30 H local time
The procedure for opening tenders electronically is: Not Applicable

ITB 25.3 The Letter of Bid and Price Schedules shall be initialed by representatives of
the Purchaser conducting Bid opening

43
E. Evaluation and Comparison of Bids
ITB 32.1 The currency that shall be used for bid evaluation and comparison purposes to
convert all bid prices expressed in various currencies into a single currency is:
US Dollar
The source of exchange rate shallbe: Banque Centrale des Etats de l’Afrique
de l’Ouest (BCEAO)
The date for the exchange rate shall be: The deadline for bid submission.
ITB 33.1 A national or regional preference margin is not granted.
ITB 34.2 (a) Bids will be evaluated lot by lot. If a Price Schedule shows items listed but not
priced, their prices shall be assumed to be included in the prices of other items.
An item not listed in the Price Schedule shall be assumed to be not included in
the bid, and provided that the bid is substantially responsive, the average price
of the item quoted by substantially responsive bidders will be added to the bid
price and the equivalent total cost of the bid so determined will be used for
price comparison.
ITB 34.6) The adjustments shall be determined using the following criteria, from
amongst those set out in Section III, Evaluation and Qualification Criteria:
a) Variation from delivery schedule: An offer with a completion time longer
than the specified will be eliminated.
b) Deviation in payment schedule: No
c) the cost of major replacement components, mandatory spare parts, and
service: No
d) the availability in the Purchaser’s Country of spare parts and after-sales
services for the equipment offered in the bid: No
e) the projected operating and maintenance costs during the life of the
equipment: No
f) the performance and productivity of the equipment offered: No
Add the following subclause:

If the bid, which results in the lowest Evaluated Bid Price, is seriously unbal-
anced or front loaded in the opinion of the Employer, the Employer may

44
require the Bidder to produce detailed price analysis for any or all items
of the Bill of Quantities, to demonstrate the internal consistency of those
prices with the construction methods and schedule proposed. After eval-
uation of the price analysis, taking into consideration the schedule of es-
timated Contract payments, the Employer may require that the amount
of the performance security be increased at the expense of the Bidder to
a level sufficient to protect the Employer against financial loss in the
event of default of the successful Bidder under the Contract.

F. Award of Contract
ITB 39.1 The maximum percentage by which quantities may be increased is: 20%
The maximum percentage by which quantities may be decreased is: 20%

45
BLANK PAGE

46
Section III. Evaluation and Qualification Criteria

47
1 Evaluation Criteria and Methods
These criteria have been defined in the BDS.

Bidder shall continue to meet the criteria used at the time of prequalification

48
2.0 Qualification
2.1 Eligiblity

Qualification Criteria Specifications of Conformity Documenta-


tion
Joint Venture, Consortium or Submission
Single Association of
No. Subject Criteria
Entity All partners Each At least one Specification
combined partner partner s
1. Criteria of Origin
1.1 Eligibility Confirm to Clause ITB 4. Must meet Existing or Must meet N/A Applicant,
requirement intended JV requirement Membership
must meet Information
requirement Forms,
Attachments
1.2 Not Do not be subject to a prohibition in Must Existing or Must meet N/A Bid Form
allowed to accordance with Clause 4 ITB meetrequire intended JV requirement
participate ment must meet
requirement
1.3 Conflict of No- conflicts of interests as Must meet Existing or Must meet N/A Bid Form
Interest described in ITB 4. requirement intended JV requirement
must meet
requirement
1.4 Pending All pending litigation shall be Must meet N/A Must meet N/A Form LIT - 1
Litigation treated as resolved against the requirement requirement
by itself or as
Bidder and so shall in total not by itself or partner to
represent more than 25 percent of as partner to past or
the Bidder’s net worth. past or existing JV
existing JV

49
2.2 Financial Situation

2.2.1 Financial Submission of audited balance Must meet N/A Must meet N/A Form FIN -
Situation sheets or if not required by the law requirement requirement 2.1 with
of the bidder’s country, other Attachements
financial statements acceptable to
the Employer, for the last five [5]
years () (FY 2012-13 to FY 2016-
17) to demonstrate the current
soundness of the bidders financial
position and its prospective long
term profitability.
(a) Net worth for the last five
financial years should be
positive.
(b) Positive Profit (Profit before
taxes) for at least two out of
last five years.

2.2.2 Average For each Lot Must meet Must meet Must meet Must meet Form FIN -
Annual Have a minimum of requirement requirement minimum minimum 2.2
Turnover The average annual turnover of (100 %) 25% of the 40% of the
construction activities is at least requirement requirement
equal to 12 millions US
Dollars(USD Twelve Millions),
which is the total of the mandated
payments received for contracts in
progress or completed within last
three (05)years

50
2.2.3 Financing For Each Lot: Must meet Must meet Must meet Must meet Form FIN -
capacity Access to financing such as liquid requirement requirement minimum minimum 2.3
assets, lines of credit, and other 25% of the 40% of the
financial means other than the requirement requirement
potential start-up advance, of an
amount equal to or greater than:
i) US $ 3.01 million and
ii) financing requirements for this
contract and other ongoing
projects
2.2.4 Valuse of Aggregate annual residual value of Must meet Must meet Must meet Must meet
Ongoing all ongoing contracts shall not be requirement requirement requirement requirement
Contracts more than 350% of the highest
annual turnover in last five (5) years
[FY 2013-14 to FY 2017-18]. In
case of JV, this shall apply to each
member.

2.3 Experience
(c) General Experience in Design Must meet N/A Must meet N/A Form EXP-
Experience Engineering/Construction/EPC requirement requirement 3.1
2.3.1 of contracts, related to Power Sector, in
Constructio the role of prime contractor, or JV
n member, in India during the last
seven (7) years, starting May 01,
2011 and up to bid submission
deadline

2.3.2 Specific At least the number and value of EPC Must meet Must meet See Note See Note Form EXP
a) Experience contracts in Power Transmission Sector requirement requirement below below 3.2 a)
as mentioned below, in the role of prime
of

51
Constructio contractor or JV member to the main cli-
n ent/project employer, completed between
May 01, 2011 and bid submission deadline
Options No. of con- Value of
tracts Each con-
tract (USD
million)
Option I 3 14.5
Option II 2 18.1
Option III 1 28.9

2.3.2 The EPC scope under the above Must meet Must meet - N/A N/A
(b) contracts shall demonstrate specificatio requirement
experience either/and involve the ns
following:

Transmission Lines:
a) Have completed projects for the
construction of high voltage
transmission lines of voltage level
greater than or equal to 132 kV of
line length of atleast cumulative
length of 150 km

Note: In case of JVCA, requirement shall be met by the JVCA on a combined basis i.e. contract values of each member shall not be aggregated
but the number of contract(s) by individual members meeting the value fully and one or more technical aspects can be aggregated to meet the re-
quirement on number of contracts.
Subcontractors’ experience and resumes, if any, submitted with the bid shall not be taken into account in determining the Bidder’s compliance.
In addition to the above, each member of JVCA shall demonstrate experience of at least one contract of 50% of the value indicated under Option I
above demonstrating experience similar to the technical aspects mentioned in atleast one of the aspects listed in (a) above.
In case, completed projects have been executed by the Bidder as JV/Consortium/JVCA, credential for the same shall be considered on basis of
percentage share of the Bidder in that project.
Subsontractors’ experience and resumes, if any, submitted with the Bid, will not be taken into account in determining the Bidder’s compliance.
The Bidder shall submit the completion certificate as document of proof for completion of the similar nature of work and mention the date and
cost of completion of the work.

52
2.4. Key Personnel

The Bidder must demonstrate that it will have the personnel for the key positions that meet the following requirements:

No. Position Nos Qualification Total Work Experience Experience in similar


(years) work (years)
1. Project Manager 1 Master Degree in Electrical Engineering / Civil 20 10
Engineering
2. Site Manager 3 for Degree in Electrical Engineering 15 10
each
LOT
3. Transmission Engi- 1 Master Degree in Electrical Engineering / Civil 15 7
neer- Engineering

Design
4. Transmission Engi- 1 Master Degree in Electrical Engineering / Civil 10 5
neer- Engineering

PLS-CADD
5. Environmental and 1 Degree in Environmental Engineering 10 5
Social Expert
6. Safety Engineer 1 Degree in Safety Engineering 10 5

7.
Supply Controller Degree/Diploma in Civil Engineering 10 5

53
8. Topographer 1 Degree/Diploma in Civil Engineering 7 5

The Bidder shall provide details of the proposed personnel and their experience records in the relevant Forms PER 1 and PER 2 included in Section
IV, Bidding Forms.

The applicant is required to submit an undertaking to engage & deploy personnel as above.

54
2.5. Equipment

The Bidder must provide details of the proposed equipment using the MAT form in Section IV,
Submission Forms.
S. No. Description of Material Quantity
(Minimum)

1. Tipper truck with lifting arm 4

2. Mechanical Excavator 4

3. Compactor (Mound Foundations) 4

4. Hydra/Crane Mobile Crane 12XW 4

5. Cube Testing Machine 1

6. DGPS 2

7. Total station with tripod and prism 2

8. Earth tester 2

9. Megger 2

10. Drum Lifting Hyd. Jack, St. Load 7T 2

11. Tension stringing equipment 2

12. Derrik 10

13. Concrete mixing Machine 4

14. Needle vibrator 4

15. Concrete batching plant 2

16. Hydraulic Compressor machine with Dies (Bittern/Hawk/Earth 4


Wire/OPGW)
17. Multimeters 4

55
The Bidder must confirm that it can avail and deploy all the key temporary equipment, facilities
and resources required for the Construction services and the contractor shall be responsible for the
detailed design of the civil work and provide all drawings, specification and other information
necessary for the civil work.
The Bidder shall provide further details of proposed items of equipment using the relevant Form
in Section IV.
(Proof of the availability of these materials must be attached)

The contractor must provide details of the proposed material using the MAT Form of Section
IV, Bid Forms

2.6 Bidder’s proposed manufacturer /Subcontractors


In the case of a Bidder who offers to supply and install following major items of supply under the
contract that the Bidder did not manufacture or otherwise produce, the Bidder shall provide the
manufacturer's authorization, using the form provided in section IV, showing that the Bidder has
been duly authorized by the manufacturer or producer of the related plant and equipment or com-
ponent to supply and install that item in the Employer's country. The failure to submit the manu-
facturer authorization shall result the rejection of the bids The Bidder is responsible for ensuring
that the manufacturer or producer complies with the requirements of ITB 4 and 5 and meets the
following minimum criteria;, herein listed for that item:
For LOT 1:
Item Descriptionof Item Minimum Criteria to be met
No.
1 Transmission line i) at least five years in manufacturing of
Transmissionline Tower
(i) Must have valid ISO 9001 Quality certification
(ii) Must have designed, manufactured and supplied at least
5,000 MT.of Towers withinlast 5 years prior to bid opening
date.
(iii) each supplier must be a designer of his product

56
2 Insulator string i) at least five years in manufacturing of disc insulators
ii) Must have valid ISO 9001 Quality certification including
design
iii) Must have supplied atleast 50,000 units of Polymer
insulators string inlast 5 years prior to bid opening date.
iv) each supplier must be a designer of his product
3 Conductor (i) At least five years in manufacturing of
AAAC 253.35 mm2Conductor.
(ii) Must have valid ISO 9001 Quality certification including
design
(iii) Must have designed, manufactured and supplied at least
1500 Km of AAAC 253.35 mm2 and above size Conduc-
tors in last 5 Years prior to Bid submission.
(iv) each supplier must be a designer of his product
4 OPGW &OPFC (i) At least five years in manufacturing of OPGW &OPFC
Cable.
(ii) Must have valid ISO 9001 Quality certification including
design
(iii) Must have designed, manufactured and supplied at least
100 & 50 Km of OPGW & OPFC Cable in last 5 Years
prior to Bid submission.
(iv) each supplier must be a designer of his product

57
5 Insulator’s Hardwares (i) At least five years in manufacturing of Insulator’s Hard-
ware.
(ii) Must have valid ISO 9001 Quality certification including
design
(iii) Must have designed, manufactured and supplied at least
12000 sets suspension/tension hardware of strength 90
KN and above suitable to Polymer insulator string in last
5 Years prior to Bid submission.
(iv) each supplier must be a designer of his product
6 Conductor and OPGW (i) At least five years in manufacturing of Conductor ac-
&OPFC accessories cessories and OPGW &OPFC.
(ii) Must have valid ISO 9001 Quality certification including
design
(iii) each supplier must be a designer of his product

Sales record and user certificates as appropriate and other documentary evidence to support the
experience of the manufacturer of the above items shall also be submitted along with the bid to
substantiate the experience of the proposed manufacturers. Failure to comply with above require-
ment will result in rejection of the manufacturer/subcontractor.

The Bidder shall propose the type tested materials except Tower and Insulator string. The success-
ful Bidder shall also submit the type test certificates for each of the above mentioned items for
approval of the Employer before supply. The type tests conducted earlier should have either been
conducted in accredited laboratory (accredited based on IEC Guide 25 / 17025 or EN 45001 by
the national accreditation body of the country where laboratory is located). The type test reports
shall not be earlier than 5 years.

In case the type test reports conducted earlier than 5 (five) years prior to the originally Scheduled
date of bid opening, the contractor shall repeat these test(s) at no extra cost to the Employer.
The successful bidder shall have to design the all type of Tower required under the bid. The Tower
of each type will be subjected to type testing. The cost of design of Tower and type testing shall
be paid as per Price Schedule 3 (Design Services and Prototype testing). Similarly the type testing

58
expenses for the Insulator’s String shall also be paid as per Price Schedule 3 (Design Services and
Prototype testing).
In case the type test certificates are not as per the requirement, the bidder shall upon the award of
the contract, undertake to carry out the required type tests from an independent laboratory accred-
ited by reputed accreditation agencies or in a laboratory nominated by the Client/Employer before
the delivery of corresponding equipments at no extra cost to the Client/Employer including any
transportation or costs associated with performing such tests.

59
The Bidder shall fill the technical data sheet for all the major items as mentioned above. Subcon-
tractors for the following services must meet the following minimum criteria, herein listed for that
item:

Item Description of Item Minimum Criteria to be met


No.
1 Transmission line  At least five years experience in survey of 132 kV or
Detail survey higher voltage transmission line
 Should possess the authenticated (Licensed) version
of PLS- CAD software
 The name list of customers and Transmission line in
which survey is carried should be provided

2 Tower and Foundation  At least 5 years experience in designing of transmis-


Design sion line Tower and foundation of 132 kV and above
voltage class.
 Should possess the authenticated (Licensed) version
of PLS Tower software.
 The names of the customers to whom the Tower
designs have been furnished based on the above
PLS-Tower software and also the Tower test results
proving the efficiency of the programme, shall also
be submitted
3 Civil works i) At least five years in the field of civil works.
ii) Must have experience of constructing minimum 50
Nos of Tower foundation of 132 kV and above trans-
mission line within last 5 years.

4 Transmission line erection i) Must have experience of erecting minimum 50 Nos of


and stringing 132kV and above Towers within last 5 years.
ii) Minimum 50 kms stringing of ACSR conductor in lat-
tice steel Tower of 132 kV and above voltage level
Transmission Line within last 5 years.

60
For the Tower and Tower foundation design, the bidders shall submit along with their bid the letter
of undertaking or authorization from the designer firm meeting the above mentioned qualification
criteria. Similar letter of undertaking or authorization letter is required from the Surveying firm.
Failure to submit the same may cause the rejection of the bid.
For the construction of the Tower foundation and Transmission Line Tower stringing, the
successful bidder may propose the sub-contractor during the execution stage meeting the
above qualification requirement.

61
BLANK PAGE

62
Section IV. Bidding Forms

Table of Forms

Letter of Bid ...................................................................................................................................65

Bidder Information Form ...............................................................................................................68


Pending Litigation Form… ........................................................................................................... 70

Bidder’s JV Members Information Form ......................................................................................71


Financial Situation… .................................................................................................................... 72

Form FIN - 2.2… .......................................................................................................................... 73


Form FIN -2.3… ........................................................................................................................... 74

Form Fin 2.4 ................................................................................................................................ 75

Technical Proposal Forms… ...................................................................................................... 76

Form EXP - 3.1 General Construction Experience ....................................................................... 77

Form EXP - 3.2 Specific Construction experience ....................................................................... 78

Equipment Form MAT… ............................................................................................................. 80

Form PER - 1 Personnel… ...........................................................................................................81

Form PER - 2 Resume… .............................................................................................................. 82

Form MTC Procurement/Work in Progress… ............................................................................. 83

Price Schedule Forms… ............................................................................................................. 84

Form of Bid Security(Bank Gurantee) ......................................................................................... 85

Form of Guarantee Statement… ................................................................................................... 87

Manufacturer’s Authorization........................................................................................................89

63
BLANK PAGE

64
Letter of Bid

[The Bidder must prepare the Letter of Bid on stationery with its letterhead clearly showing the
Bidder’s complete name and address.
Note: All italicized text is for use in preparing these form and shall be deleted from the final
products.]

Date: [insert date (as day, month and year) of Bid Submission]
ICB No.: [insert number of bidding process]

Invitation for Bid No.:[insert identification]


Alternative No.:[insert identification No if this is a Bid for an alternative]

To: [insert complete name of Purchaser]


We, the undersigned, certify that:
a) We have examined the Bidding Documents, including Amendment / Amendments No.: [in-
sert number and date of issue of each of the amendments]; And have no reservation with
respect to them;
b) We meet the eligibility requirements and have no conflict of interest in accordance with ITB
4;
c) We have not been suspended nor declared ineligible by the Purchaser based on execution of
a Bid Securing Declaration in the Purchaser’s country in accordance with ITB 4.6;
d) We offer to supply in conformity with the Bidding Documents and in accordance with the
Delivery Schedules specified in the Schedule of Requirements the following Goods:[insert
a brief description of the Goods and Related Services]
e) The total price of our Bid, excluding any discounts offered in item (f) below is:
In case of only one lot, total price of the Bid[insert the total price of the bid in words and
figures, indicating the various amounts and the respective currencies];
In case of multiple lots, total price of each lot [insert the total price of each lot in words and
figures, indicating the various amounts and the respective currencies];
In case of multiple lots, total price of all lots (sum of all lots) [insert the total price of all lots
in words and figures, indicating the various amounts and the respective currencies] ;
f) The discounts offered and the methodology for their application are:

65
i) The discounts offered are: [Specify in detail each discount offered.];
ii) The exact method of calculations to determine the net price after application of
discounts is shown below:[Specify in detail the method that shall be used to apply the
discounts];
g) Our bid shall be valid for a period of [specify the number of calendar days] days from the
date fixed for the bid submission deadline in accordance with the Bidding Documents, and
it shall remain binding upon us and may be accepted at any time before the expiration of that
period;
h) If our bid is accepted, we commit to obtain a performance security in accordance with the
Bidding Documents;
i) We are not participating, as a Bidder or as a subcontractor, in more than one bid in this bidding
process in accordance with ITB 4.2(e), other than alternative bids submitted in accordance with
ITB 13;

j) We, including any of our subcontractors or suppliers for any part of the contract, have not
been declared ineligible by the Bank, under the Purchaser’s country laws or official regula-
tions or by an act of compliance with a decision of the United Nations Security Council;
k) [insert either «We are not a government owned entity/ We are a government owned entity but
meet the requirements of ITB 4.5;2»] 3;
l) We have paid, or will pay the following commissions, gratuities, or fees with respect to the
bidding process or execution of the Contract: [insert complete name of each Recipient, its full
address, the reason for which each commission or gratuity was paid and the amount and
currency of each such commission or gratuity]

Name of Recipient Address Reason Amount

(If none has been paid or is to be paid, indicate “none.”).


m) We understand that this bid, together with your written acceptance thereof included in your
notification of award, shall constitute a binding contract between us, until a formal contract
is prepared and executed;

2
Bidderto use as appropriate

66
n) We understand that you are not bound to accept the lowest evaluated bid or any other bid
that you may receive;
o) We hereby certify that we have taken steps to ensure that no person acting for us or on our
behalf will engage in any type of fraud and corruption.

Name of the Bidder*[insert complete name of person signing the Bid]


Name of the person duly authorized to sign the Bid on behalf of the Bidder** [insert complete
name of person duly authorized to sign the Bid]
Title of the person signing the Bid [insert the capacity of the person signing]
Signature [insert signature]

Duly authorized to sign the bid for and on behalf of [insert full name of Bidder]

Date signed [insert date of signing]

*In the case of the Bid submitted by joint venture specify the name of the Joint Venture as Bid-
der.
****: Person signing the Bid shall have the power of attorney given by the Bidder to be attached
with the Bid.

67
Bidder Information Form
[The Bidder shall fill in this Form in accordance with the instructions indicated below. No al-
terations to its format shall be permitted and no substitutions shall be accepted.]
Date: [insert date (as day, month and year) of Bid Submission]

ICB No.: [insert number of bidding process]

1. Bidder’s Name [insert Bidder’s legal name]

2. In case of JV, legal name of each member : [insert legal name of each member in JV]

3. Bidder’s actual or intended country of registration: [insert actual or intended country of


registration]

4. Bidder’s year of registration: [insert Bidder’s year of registration]

5. Bidder’s Address in country of registration: [insert Bidder’s legal address in country of


registration]

6. Bidder’s Authorized Representative Information


Name: [insert Authorized Representative’s name]
Address: [insert Authorized Representative’s Address]
Phone/Fax numbers: [insert Authorized Representative’s telephone/fax numbers]
Email Address: [insert Authorized Representative’s email address]

68
7. Attached are copies of original documents of[check the box(es) of the attached original doc-
uments]

 Articles of Incorporation (or equivalent documents of constitution or association), and/or


documents of registration of the legal entity named above, in accordance with ITB 4.3

 In case of JV, letter of intent to form JV or JV agreement, in accordance with ITB 4.1.
 In the case of a public enterprise in the Purchaser's country, documents establishing that it is
legally and financially autonomous and administered in accordance with the rules of
commercial law and that it is not under the supervision of the State, Buyer, in accordance
with ITB 4.5.

 Organizational chart, list of board members and beneficial ownership.

69
Form LIT - 1: Pending Litigation

Each Bidder or member of a JV must fill in this form

Pending Litigation

 No pending litigation in accordance with Criteria 2.2 of Section 3 (Evaluation and Qualification Criteria)

 Pending litigation in accordance with Criteria 2.2 of Section 3 (Evaluation and Qualification Criteria)

Value of Value of
Pending Claim Pending Claim
Year Matter in Dispute
in US$ as a Percentage
Equivalent of Net Worth

70
Bidder’s JV Members Information Form
[The Bidder shall fill in this Form in accordance with the instructions indicated below.The fol-
lowing table shall be filled in for the Bidder and for each member of a Joint Venture].
Date: [insert date (as day, month and year) of Bid Submission]
ICB No.: [insert number of bidding process]

1. Bidder’sName: [insertBidder’s legal name]


2. Bidder’s JV Member’sname: [insertJV’sMember legal name]

3. Bidder’s JV Member’s country of registration: [insertJV’sMember country of registration]

4. Bidder’s JV Member’syear of registration: [insertJV’sMemberyear of registration]

5. Bidder’s JV Member’s legal address in country of registration: [insertJV’sMember legal ad-


dress in country of registration]
6. Bidder’s JV Member’sauthorizedrepresentativeinformation
Name: [insertname of JV’sMemberauthorizedrepresentative]
Address: [insertaddress of JV’sMemberauthorizedrepresentative]
Telephone/Fax numbers: [inserttelephone/fax numbers of JV’sMemberauthorizedrepresentative]
Email Address: [insert email address of JV’sMemberauthorizedrepresentative]
7. Attached are copies of original documents of[check the box(es) of the attached original doc-
uments]
 Document d’enregistrement, d’inscription ou de constitution de la firme nommée en 2 ci-
dessus, en conformité avec l’article 4. 3 des IS
 In the case of a public enterprise in the Purchaser's country, documents establishing that it si
legally and financially autonomous and administered in accordance with the rules of
commercial law and that it is not under the supervision of the State, Buyer, in accordance
with ITB 4.5.
 Included are the organizational chart, a list of Board of Directors, and the beneficial ownership

71
Form FIN – 2.1
Financial Situation

Name of the Bidder: Date:


Name of the Joint Venture member: No. AAO:
To be completed by the contractor and, in the case of a Joint Venture (JV), by each party.

Financial data in FCFA equivalent Antecedents for the last five (5) years
(Equivalent in thousands of FCFA)

2013-14 2014-15 2015-16 2016-17 2017-18


1st year 2nd year 3rd year 4th year 5th year
Balance Sheet Information
Total assets (TA)

Total liabilities (TP)

Net assets (PN)

Availability (D)

Commitments (E)

Income statement information

Total receipts (RT)

Profit before tax (BAI)

The following are copies of the financial statements (balance sheets, including all notes thereto, and
income statements) for the years specified above and which satisfy the following conditions:
They must reflect the financial situation of the applicant or the Party to the JV, not that of the par-
ent company or subsidiary
Past financial statements must be audited by a certified public accountant
a) The financial statements must be complete and include all notes added to them

b) The financial statements must correspond to the accounting periods already completed and veri-
fied (Partial period financial statements will not be requested or accepted)

72
Form FIN – 2.2
Average annual turnover of construction activities

Name of the Bidder: Date:


Name of the Joint Venture member: No. AAO:

Data on anual turnover (constructiononly)

Year Amount and currency Equivalent FCFA

*Average tur-
nover of
constructio-
nactivities

*The average annual turnover of construction activities is calculated by dividing the total of pay-
ments ordered for work in progress by the specified number of years.

73
Form FIN 2.3
Financing capacity
Indicate the sources of financing (cash, unencumbered real assets, lines of credit and other finan-
cial means necessary for cash requirements related to the work in the relevant market (s), net of
commitments made by the Candidate Under other contracts as required.

Source of funding Amount (FCFA equivalent)


1.

2.

3.

4.

Note: The availability of funding must be proved by a document issued by the


funding agency.

74
Form FIN 2.4
Ongoing Contracts

75
Technical Proposal Forms
 Site organization

 Method of realization

 Program / Mobilization Schedule

 Program / Construction Schedule

 Proposed equipment (MAT)

 Proposed Personnel (PER-1)

 Curriculum vitae of the proposed staff (PER-2)

 Proposed subcontractors for important components of installation equipment and services

 Operational Warranties for Proposed Facilities (FONC)

76
Form EXP – 3.1
General Construction Experience
Name of the Bidder: Date:
Name of the Joint Venture member: No. AAO:

Month/ Month/ Identification of the procurement Role of the Bidder


Year of Final
depar- year
ture*

Nameof the procurement:


Brief description of the work performed by theBid-
der:
Name Of the Employer:
Address :

Nameof the procurement:


Brief description of the work performed by theBid-
der :
Name Of the Employer:
Address:

Nameof the procurement:


Brief description of the work performed by theBid-
der :
Name Of the Employer:
Address:

Nameof the procurement:


Brief description of the work performed by theBid-
der :
Name Of the Employer:
Address:

Nameof the procurement:


Brief description of the work performed by theBid-
der :
Name Of the Employer:
Address:

*Enter the calendar year beginning with the oldest.

77
Form EXP – 3.2 a)
Specific construction experience
Name of the Bidder: Date:
Name of the Joint Venture member: No. AAO :

SimilarprocurementNumber: Information

Identification of the procurement


Date of award
Date of Completion


Role in the procurement  
Subcontractor
Contractor interior desi-
gner

Total amount of contract FCFA

In the case of a memberto a JV or a sub-


contractor, specifytheparticipation in the
% FCFA
total amount of thecontract

Name of Employer:
Address :

Telephone / fax number:


Electronic address:

78
Form EXP – 3.2 (a) (contd...)
Specific construction experience (contd)
Name of the Bidder:
Name of the Joint Venture member:

No. of similarity procurement: Information

Description of similarity in accordance


with Sub-criterion 3.2 (a):

Amount

Physical size

Complexity

Methods / Technology

Other Features

79
Equipment
Form MAT
The Applicant must provide details of the proposed equipment in order to establish that it has the oppor-
tunity to mobilize the key material listed in the qualification criteria. A separate form will be prepared for
each piece of material on the list, or for replacement material proposed by the contractor.
Piece of material

Equipment Infor- Nom du fabricant Model and power


mation

Capacity Year of manufacture

Current Position Location


Current Posi-
tion
Details on current commitment

Origin Indicate the source of the equipment


In possessionforrentfor rent salespecially manufactured
The following information will be omitted for the equipment in the possession of the Applicant.
Owner Name of Owner

Address of Owner

Phone Name and title of contact person

Fax Télex

Accords Accommodation details/ rent sale/ Manufacturing agreement

80
Form PER -1
Personnel

Proposed Personnel
Bidders should provide the names of suitable qualified personnel to meet the specified require-
ments stated in Section III. The data on their experience should be supplied using the Form be-
low for each candidate.

1. Title of Position*
Name
2. Title of Position*
Name
3. Title of Position*
Name
4. Title of Position*
Name

81
Form PER-2
Resume of Proposed Personnel
Name of Personnel

Position

Personal Information Name Date of Birth

Professional Qualification

Present Employment Name of Employer

Address of Employer

Telephone Contact (manager/personal


officer)
Fax E-mail

Job Title Years with Present Employer

Summarise professional experience over the last 20 years in reverse chronological order. Indicate
particular technical and managerial experience relevant to the project

From To Company/Project/Position/Relevant Technical and management experi-


ence

82
Form MTC
Procurement/ / Work in Progress

The Candidates and each partner in the consortium must provide information on their current com-
mitments for all contracts awarded or for which they have received a notification of award, etc.,
or for contracts which are nearing completion but for which A certificate of provisional acceptance
without reservation was not issued by the Employer
.
Title of the Employer, contact Value of the ExpectedCom- Average monthly in-
contract address / tel / fax remaining pletion Date voice in the last 6
works (equiv- months
alent FCFA) (FCFA / month)

1.

2.

3.

4.

5.

etc.

83
Price Schedule Forms (Separate Folder)
(Section IV A) (As per ITB Clause 6)

[The Bidder shall fill in these Price Schedule Forms in accordance with the instructions indicated.
The list of line items in column 1 of the Price Schedules shall coincide with the List of Goods and
Related Services specified by the Purchaser in the Schedule of Requirements.]

84
Form of Bid Security
(BankGuarantee)
[The bank shall fill in this Bank Guarantee Form in accordance with the instructions indicated.]
[Guarantor letterhead or SWIFT identifier code]
Beneficiary: [Purchaser to insert its name and address]
IFB No.: [Purchaser to insert reference number for the Invitation for Bids]
Alternative No.: [Insert identification No if this is a Bid for an alternative]
Date:[Insert date of issue]
BID GUARANTEE No.:[Insert guarantee reference number]
Guarantor: [Insert name and address of place of issue, unless indicated in the letterhead]

We have been informed that [insert name of the Bidder, which in the case of a joint ven-
ture shall be the name of the joint venture (whether legally constituted or prospective) or the
names of all members thereof] (hereinafter called "the Applicant") has submitted or will submit
to the Beneficiary its bid (hereinafter called "the Bid") for the execution of
under Invitation for Bids No. (“the IFB”).

Furthermore, we understand that, according to the Beneficiary’s conditions, bids must be sup-
ported by a bid guarantee.

At the request of the Applicant, we, as Guarantor, hereby irrevocably undertake to pay the Bene-
ficiary any sum or sums not exceeding in total an amount of ( )
upon receipt by us of the Beneficiary’s complying demand,supported by the Beneficiary’s state-
ment, whether in the demand itself or a separate signed document accompanying or identifying
the demand, stating that either the Applicant:

(a) haswithdrawn its Bid during the period of bid validity set forth in the Applicant’s Letter of
Bid (“the Bid Validity Period”), or any extension thereto provided by the Applicant; or

85
(b) having been notified of the acceptance of its Bid by the Beneficiary during the Bid Validity
Period or any extension thereto provided by the Applicant, (i) has failed to execute the con-
tract agreement, or (ii) has failed to furnish the performance security, in accordance with
the Instructions to Bidders (“ITB”) of the Beneficiary’s bidding document.

This guarantee will expire: (a) if the Applicant is the successful bidder, upon our receipt of cop-
ies of the contract agreement signed by the Applicant and the performance security issued to the
Beneficiary in relation to such contract agreement; or (b) if the Applicant is not the successful
bidder, upon the earlier of (i) our receipt of a copy of the Beneficiary’s notification to the Appli-
cant of the results of the bidding process; or (ii)twenty-eight days after the end of theBid Validity
Period.

Consequently, any demand for payment under this guarantee must be received by us at the office
indicated above on or before that date.

This guarantee is subject to the Uniform Rules for Demand Guarantees (URDG) 2010 Revision,
ICC Publication No. 758.

[Signature(s)]

Note: All italicized text is for use in preparing this form and shall be deleted from the final
product.

86
Form of the guarantee statement

[The Bidder completes this bid security form in accordance with the bracketed instructions]
Date [insert date (day, month, year) of Bid]
AOI No .: [insert number of the Invitation to Bid]
Notice of invitation to Bid No: insert the number of the notice of invitation to Bid]
Alternative No.: [insert identification number if this offer is proposed forAlternative]

For the attention of [insert full name of Buyer]


We, the undersigned, declare that:
1. We acknowledge that the offers must be accompanied by a guarantee statement of the offer.
2. We agree that we will be subject to a suspension of the right to participate in any solicitation
to bid for a contract from the Purchaser for a period of [insert number of months or years] Com-
mencing on [insert date], if we fail to perform any of the obligations to which we are bound by the
Offer, namely:
a) If we withdraw the Offer during the period of validity we have specified in the Offer
Form; or
b) If we are notified that the Purchaser accepts the Offer during the period of validity, we
(i) do not sign the Contract; Or (ii) do not provide the performance security, if we are
required to do so as set out in the Instructions to Bidders.
3. This warranty will expire if the contract is not awarded to us on the earlier of (i) when we
receive a copy of your notice of the successful bidder 's name, or (ii) twenty - eight (28) Expiration
of our Offer.
4. It is understood that if we are a group of companies, the statement of guarantee of the offer
must be on behalf of the group that submits the offer. If the consortium was not formally consti-
tuted when the Bid was submitted, the guarantee statement must be in the name of all future
members of the group named in the letter of intent

Name [insert full name of the person signing the guarantee statement of the offer]
As [indicate the capacity of the signatory]

87
Signature [insert signature]
Duly authorized to sign the Offer for and on behalf of [insert full name of Bidder]

As of day of [Insert Date of Signature]

88
Manufacturer’s Authorization
[The Bidder shall require the Manufacturer to fill in this Form in accordance with the instructions
indicated. Thisletter of authorization should be on the letterhead of the Manufacturer and should
be signed by a person with the proper authority to sign documents that are binding on the Manu-
facturer. The Bidder shall include it in its bid, if so indicated in the BDS.]
Date: [insert date (as day, month and year) of Bid Submission]
ICB No.: [insert number of bidding process]
Alternative No.: [insert identification No if this is a Bid for an alternative]

To: [insert complete name of Purchaser]


WHEREAS
We [insert complete name of Manufacturer], who are official manufacturers of[insert type of
goods manufactured], having factories at [insert full address of Manufacturer’s factories], do
hereby authorize [insert complete name of Bidder] to submit a bid the purpose of which is to
provide the following Goods, manufactured by us [insert name and or brief description of the
Goods], and to subsequently negotiate and sign the Contract.

We hereby extend our full guarantee and warranty in accordance with Clause 28 of the General
Conditions of Contract, with respect to the Goods offered by the above firm.

Signed: [insert signature(s) of authorized representative(s) of the Manufacturer]

Name: [insert complete name(s) of authorized representative(s) of the Manufacturer]

Title: [insert title]

Dated on day of , [insert date of signing]

89
90
Section V. Eligible Countries

Eligibility for procurement of supplies, works and Services financed by Exim Bank India

The Eligible Source countries for Procurement of all goods and services, including consulting
services, to be financed out of the proceeds of the Loan are from Government of India through
EXIM Bank of India.

In accordance with Para C *ii* of Annex II of the Guidelines on Lines of Credit extended by
the Government of India to various Countries under the Indian Development and Economic
Assistance Scheme*IDEAS*, dated 7th December 2015, bidding process is limited to Indian
entities registered in India and/or incorporated/established under any law in force in India.
However, such an entity if blacklisted by multilateral agency or any Authority in India or the
borrowing Country will not be eligible to participate for the period it is blacklisted. Further,
not less than 75% of the Equipment/machinery to supplied and installed under the resulting
Contract and /or any other associated goods, works or Consultancy Services will be imported
from India.

91
Section VI. Bank Policy - Corrupt and Fraudulent Practices

Guidelines for Procurement of Goods, Works, and Non-Consulting Services under IBRD Loans
and IDA Credits & Grants by World Bank Borrowers, dated January 2011.

“Fraud and Corruption:

1.16 It is the Bank’s policy to require that Borrowers (including beneficiaries of Bank loans),
bidders, suppliers, contractors and their agents (whether declared or not), sub-contractors,
sub-consultants, service providers or suppliers, and any personnel thereof, observe the high-
est standard of ethics during the procurement and execution of Bank-financed contracts.4 In
pursuance of this policy, the Bank:
(a) defines, for the purposes of this provision, the terms set forth below as follows:
(i) “corrupt practice” is the offering, giving, receiving, or soliciting, directly or indirectly, of
anything of value to influence improperly the actions of another party;5;
(ii) “fraudulent practice” is any act or omission, including a misrepresentation, that knowingly
or recklessly misleads, or attempts to mislead, a party to obtain a financial or other benefit or
to avoid an obligation;6
(iii) “collusive practice” is an arrangement between two or more parties designed to achieve an
improper purpose, including to influence improperly the actions of another party;7
(iv) “coercive practice” is impairing or harming, or threatening to impair or harm, directly or
indirectly, any party or the property of the party to influence improperly the actions of a
party;8
(v) "obstructive practice" is:
(aa) deliberately destroying, falsifying, altering, or concealing of evidence material to the inves-
tigation or making false statements to investigators in order to materially impede a Bank

4
In this context, any action to influence the procurement process or contract execution for undue advantage is
improper.
5
For the purpose of this sub-paragraph, “another party” refers to a public oficial acting in relation to the
procurement process or contract execution. In this context, “public official” includes World Bank staff and employees
of other organizations taking or reviewing procurement decisions.
6
For the purpose of this sub-paragraph, “party” refers to a public official; the terms “benefit” and “obligation”
relate to the procurement process or contract execution; and the “act or omission” is intended to influence the procu-
rement process or contract execution.
7
For the purpose of this sub-paragraph, “parties” refers to participants in the procurement process (including
public officials) attempting either themselves, or through another person or entity not participating in the procurement
or selection process, to simulate competition or to establish bid prices at artificial, non-competitive levels, or are privy
to each other’s bid prices or other conditions.
8
For the purpose of this sub-paragraph, “party” refers to a participant in the procurement process or contract
execution.

92
investigation into allegations of a corrupt, fraudulent, coercive or collusive practice; and/or
threatening, harassing or intimidating any party to prevent it from disclosing its knowledge
of matters relevant to the investigation or from pursuing the investigation, or
(bb) acts intended to materially impede the exercise of the Bank’s inspection and audit rights
provided for under paragraph 1.16(e) below.
(b) will reject a proposal for award if it determines that the bidder recommended for award, or
any of its personnel, or its agents, or its sub-consultants, sub-contractors, service providers,
suppliers and/or their employees, has, directly or indirectly, engaged in corrupt, fraudulent,
collusive, coercive, or obstructive practices in competing for the contract in question;
(c) will declare misprocurement and cancel the portion of the loan allocated to a contract if it
determines at any time that representatives of the Borrower or of a recipient of any part of
the proceeds of the loan engaged in corrupt, fraudulent, collusive, coercive, or obstructive
practices during the procurement or the implementation of the contract in question, without
the Borrower having taken timely and appropriate action satisfactory to the Bank to address
such practices when they occur, including by failing to inform the Bank in a timely manner
at the time they knew of the practices;
(d) will sanction a firm or individual, at any time, in accordance with the prevailing Bank’s sanc-
tions procedures,9 including by publicly declaring such firm or individual ineligible, either
indefinitely or for a stated period of time: (i) to be awarded a Bank-financed contract; and
(ii) to be a nominated10;
(e) will require that a clause be included in bidding documents and in contracts financed by a
Bank loan, requiring bidders, suppliers and contractors, and their sub-contractors, agents,
personnel, consultants, service providers, or suppliers, to permit the Bank to inspect all ac-
counts, records, and other documents relating to the submission of bids and contract perfor-
mance, and to have them audited by auditors appointed by the Bank.”
The Bank requires Applicants to possess a track record of highest standards of integrity and ethics free from
any currently subsisting, or prospective, documented/ recorded sanction by any Multilateral Development
Agency, any authority in India or any borrower country (for collusive, corrupt and / or fraudulent practices).
In pursuance of the foregoing, it is strictly forbidden to the parties involved in the current, past or prospective
prequalification process, by themselves or by a third party, to offer, ask or accept for itself or for a third
party, financial or non-financial advantage or even direct or indirect promise, as offsets for prequalification,
if susceptible of being qualified as criminal or unlawful acts in accordance with the extant laws or proce-
dures.

9
A firmor individual may be declaredineligibleto be awarded a Bank financedcontractupon: (i) completion of
theBank’ssanctionsproceedings as per itssanctionsprocedures, including, inter alia, cross-debarment as agreedwithot-
her International FinancialInstitutions, including Multilateral Development Banks, and throughtheapplicationthe-
World Bank Groupcorporateadministrativeprocurementsanctionsproceduresforfraud and corruption; and (ii) as a re-
sult of temporarysuspensionorearlytemporarysuspension in connectionwithanongoingsanctionsproceeding. Seefoot-
note 14 and paragraph 8 of Appendix 1 of theseGuidelines.
10
A nominated sub-contractor, consultant, manufacturerorsupplier, orserviceprovider (differentnames are
useddependingonthe particular biddingdocument) isonewhich has eitherbeen: (i) includedbythebidder in its pre-qua-
lificationapplicationorbidbecauseitbringsspecific and criticalexperience and know-how thatallowthebiddertomeetthe-
qualificationrequirementsforthe particular bid; or (ii) appointedbytheBorrower.

93
CONSTRUCTION OF 161KV TRANSMISSION LINE AND ASSOCIATED SUBSTATIONS IN TOGO
Part III – Conditions of Contract and ContractForms

REPUBLIQUE TOGOLAISE Communauté Electrique du Bénin (CEB)


Travail – Liberté – Patrie

BP 1368, Road Kozah,


MINISTERE DES MINES ET
LOME (Togolese Republic)
DES ENERGIES

RESTRICTED BID DOCUMENTS


Issue Date : March 8th, 2019

for
ENGINEERING, PROCUREMENT AND CONSTRUC-
TION OF 161KV TRANSMISSION LINE IN TOGO
Restricted Call for Bids No:
0356/CEB/DG/DGA/DEPP/DM/SPSM/SPMT/Ek/2019

Contracting Authourity: Communauté Electrique du Bénin


(CEB)

Source of Funding: EXIM BANK OF INDIA

PART-II

94
Technical Specifications-161 kV Single Circuit Transmission
Line Part II-Section VII: Employer’s Requirements

Content of Bid Document for 161kV Transmission Line in TOGO

*Part II-Section VII: Employer’s Requirements

Contents

S.no. Description
VOLUME-I Technical Specifications for 161 kV Transmission Line
1. Sub-Section-1 General Information and Scope
2. Sub -Section-2 Technical Specifications for 161 kV Transmission Line – Overhead line
Chapter Description
1 Towers and Accessories Design, Fabrication, Assembly, Testing and Supply
of Galvanised Steel Towers including Tower Accessories and Design of
Foundation
2 Detailed Survey
3 Check Survey, Soil Investigation, Foundation & Civil works, Erection,
Stringing, Testing & Commissioning
4 Special Towers
5 Conductor, OPGW & Accessories
6 Insulators and Insulator’s Hardware Fittings
3. Sub-Section – 3 - Specific Technical Requirements
4. Sub-Section – 4 - Guaranteed Technical Particulars
5. Sub-Section – 5 - Drawings

Volume-I Contents
95
SUB - SECTION - 1
GENERAL INFORMATION AND SCOPE

96
2019
GENERAL INFORMATION AND SCOPE

CONTENTS

S.NO DESCRIPTION PAGE NO.

1.0 INTRODUCTION 98
SCOPE OF WORK FOR 161 KV KARA - MANGO - DAPAONG- MANDOURI
1.1 98
TRANSMISSION LINE PROJECT
1.2 DETAILED SPECIFICATION OF ITEMS 100

1.3 DETAILS OF TRANSMISSION LINE ROUTES AND TERRAIN 103


1.4 ACCESS TO THE LINE AND RIGHT OF WAY 105

97
GENERAL INFORMATION AND SCOPE

1.0 Introduction
This specification covers the Design, Supply and Installation of 161 kV Kara-Mango-Dapaong-
Mandouri transmission line in Republic of Togo and associated substations.
The work has been decided to be work out in two sections as given below:
SCOPE OF WORK FOR DEVELOPMENT OF TRANSMISSION AND SUBSTATION PROJECTS IS AS
GIVEN BELOW:

A. 161 kV Single Circuit Transmission Line (152 km) with AAAC (253.35 mm2) conductor per
phase from Kara to Mango (with a Power Carrying Capacity of 136 MW)

B. 161 kV Single Circuit Transmission Line (76 km) with AAAC (253.35 mm2) conductor per
phase from Mango to Dapaong

C. 161 kV Single Circuit Transmission Line (68 km) with AAAC (253.35 mm2) conductor per
phase from Dapaong to Mandouri and Extended to Frontier (14 km).

D. Extension of 1 No. of line bay at existing Kara 161/34.5/20 kV substation

E. Mango - 161/20 kV Substation

F. Dapaong - 161/20 kV Substation

G. Mandouri - 161/20 kV Substation

1.1. SCOPE OF WORK FOR 161 kV KARA - MANGO - DAPAONG- MANDOURI TRANSMISSION LINE
PROJECT
1.1.1 161 kV Single Circuit Transmission Line (152 km) with AAAC (253.35 mm2) conductor from Kara
to Mango :

I. Approximate Transmission line length is 152 km.


II. Tower Configuration: Single Circuit
III. AAAC, 253.35 mm2 Conductor designed for maximum operating temperature of 70 oC.
IV. 24 core Optical Fibre Ground Wire (OPGW).
V. Insulator and Hardware fittings.
VI. All Erection Works i.e. Detailed Survey, Check Survey, Geo technical investigation,

98
casting of foundation, erection of Towers, stringing of Conductor & OPGW including
hoisting of insulators and all the hardware & accessories etc.

1.1.2 161 kV Single Circuit Transmission Line (76 km) with AAAC (253.35 mm 2) conductor from
Mango to Dapaong :

I. Approximate Transmission line length is 76 km.

II. Tower Configuration: Single Circuit

III. AAAC, 253.35 mm2 Conductor designed for maximum operating temperature of 70 oC.

IV. 24 core Optical Fibre Ground Wire (OPGW).

V. Insulator and Hardware fittings.

VI. All Erection Works i.e. Detailed Survey, Check Survey, Geo technical investigation,
casting of foundation, erection of Towers, stringing of Conductor & OPGW including
hoisting of insulators and all the hardware & accessories etc.

1.1.3 161 kV Single Circuit Transmission Line (68 km) with AAAC (253.35 mm 2) conductor from
Dapaong to Mandouri :

(i) Approximate Transmission line length is 68 km.

(ii) Tower Configuration: Single Circuit

(iii) AAAC, 253.35 mm2 Conductor designed for maximum operating temperature of 70 oC.

(iv) 24 core Optical Fibre Ground Wire (OPGW).

(v) Insulator and Hardware fittings.

(vi) All Erection Works i.e. Detailed Survey, Check Survey, Geo technical investigation,
casting of foundation, erection of Towers, stringing of Conductor & OPGW including
hoisting of insulators and all the hardware & accessories etc.

1.1.4 161 kV Single Circuit Transmission Line (14 km) with AAAC (253.35 mm2) conductor from
Mandouri to Frontier:

(vii) Approximate Transmission line length is 14 km.

(viii)Tower Configuration: Single Circuit

99
(ix) AAAC, 253.35 mm2 Conductor designed for maximum operating temperature of 70 oC.

(x) 24 core Optical Fibre Ground Wire (OPGW).

(xi) Insulator and Hardware fittings.

(xii) All Erection Works i.e. Detailed Survey, Check Survey, Geo technical investigation,
casting of foundation, erection of Towers, stringing of Conductor & OPGW including
hoisting of insulators and all the hardware & accessories etc.

1.2. DETAILED SPECIFICATION OF ITEMS


a) The design, fabrication including supply of Steel tower materials (including other necessary
accessories), Galvanizing, Testing of material before dispatch, packing, supply and delivery at
Sites, storage and transportation of material to work sites including Steel towers and its
accessories complete in all respects including bolts, nuts and washers, steel plates, erection,
testing, and commissioning of following transmission line is included in the scope of the
Contractor for this Package.
b) detailed survey including route alignment, profiling, Tower spotting, optimisation of Tower
locations, soil resistivity measurement & geotechnical investigation (including special
foundation locations)
c) Check survey, Cadastral Survey and Tree Enumeration in the forest
d) Design, type testing, fabrication and supply of all type 161 kV transmission line Towers,
including River crossing Towers (wherever applicable) including accessories.
e) All types of Tower accessories like name plate, number plate, danger plate, anti climbing device,
Bird guard fasteners, anti-theft fasteners, step bolts, etc.
f) Bidder shall also indicate in the offer, the sources from where they propose to procure the
fasteners, anti-theft fasteners, step bolts and Tower accessories.
g) All the raw materials such as steel, zinc for galvanising, reinforcement steel, cement, coarse and
fine aggregates for Tower foundation, coke and salt for Tower earthing etc. are included in the
Contractor’s scope of supply.
h) The Bidder shall submit his offer taking into consideration that the Tower and foundation
designs/drawings shall be developed by the Contractor. But the design rights will be strictly
reserved with Employer. Bidder shall quote the unit rates for various items of Towers and

100
foundations as per units mentioned in appropriate schedule. However, payment of these items
identified in the schedule of prices shall be made as follows:
A) TOWER
i) Supply items On supply of respective complete Tower
ii) Erection On erection of respective complete Tower
items
B) Foundation On completion of respective foundation in
items: all respect

The payment to be made for Towers/foundations shall be worked out based on the unit rates
and approved Bill of Materials (BOM) for Towers and quantities/volumes as per approved
Tower foundation drawings as detailed in the respective chapters of the technical
specifications herein.
i) The casting of special foundations, wherever required shall be in the scope of the Bidder. The
design shall be done by the contractor. If the bidder does not have necessary experience,
some other agencies meeting the qualifying requirements may be engaged by the bidder for
the casting of pile/well foundations.
j) Design of foundations for different soil conditions and classification of foundation for different
type of Tower and casting of foundation (including special foundation locations) for Tower
footings;
k) Erection of Towers, tightening and punching of bolts and nuts including supply and application
of anti-theft bolts, Tower earthing, fixing of insulator strings, stringing of conductors, earth
wire, OPGW along with all necessary line accessories,
l) Painting of Towers & supply and erection of span markers, obstruction lights (wherever
applicable) for aviation requirements (as required)
m) This specification also includes the supply of Conductor, Insulators, Galvanized Steel Earthwire,
OPGW, hardware fittings and all type of accessories for conductor, earth wire and OPGW as
detailed in the specification. Contractor shall clearly indicate in their offer, the sources from
where they propose to procure these materials in appropriate Schedule of BPS. The technical
description of these items is given in relevant section of this Volume of the bidding
documents.

101
n) Testing and commissioning of the erected transmission lines and
o) Other items not specifically mentioned in this Specification and / or BPS but are required for
the successful commissioning of the transmission line, unless specifically excluded in the
Specification.
1.2.1. Stringing
a) For transmission line with single Conductor per phase:
The entire stringing work of conductor and earth wire shall be carried out by tension
stringing technique. The bidder shall indicate in their offer, the sets of tension stringing
equipment he is having in his possession and the sets of stringing equipment he would
deploy exclusively for each package which under no circumstance shall be less than the
number and capacity requirement indicated in Qualifying Requirements for Bidder.
However, the Bidder having requisite experience has freedom to use helicopter for
stringing. The Bidder intending to use helicopter shall furnish detailed description of the
procedure, type & number of helicopter & accessories etc., to be deployed for stringing
operation.
b) In hilly terrain and thick forest or area with site constraints, where deployment of tension
stringing machine is not possible, manual stringing may be adopted after getting approval
of owner’s site Engineer. The contractor shall deploy appropriate tools / equipments /
machinery to ensure that the stringing operation is carried out without causing damage to
conductor / earth wire and conductor / earth wire is installed at the prescribed sag-
tension as per the approved stringing charts.
1.2.2. Contractor shall develop structural drawings, shop drawings & Bill of Materials of all 161kV Towers.
Similarly the design and drawings for all type of foundations for the Towers shall also be developed
by the contractor, in sequence, suiting the project requirement.
1.2.3. The provisional quantities of fabricated & galvanised Towers as per specifications requirement,
foundation type and their numbers, quantity of various line materials and other items are given in
appropriate Price Schedule in Volume IV of the bid documents. However, the work shall be
executed as per approved construction drawings and project requirement.
1.2.4. The various item of work is described very briefly in the appropriate Price Schedule. The various
items of the Price Schedule shall be read in conjunction with the corresponding sections in the
Technical Specifications including amendments and, additions, if any. The Bidder’s rates shall be

102
based on the description of activities in the Price Schedule as well as necessary operations detailed
in these Technical Specifications.
1.2.5. The Unit rates quoted shall include minor details which are obviously and fairly intended, and
which may not have been included in these documents but are essential for the satisfactory
completion of the various works.
1.2.6. The unit rate quoted shall be inclusive of all plant equipment, men, material skilled and unskilled
labor etc. essential for satisfactory completion of various works.
1.2.7. All measurements for payment shall be in S.I. units, lengths shall be measured in meters corrected
to two decimal places. Areas shall be computed in square meters & volume in cubic meters
rounded off to two decimals.
1.2.8. For detailed scope the stipulation given in each Chapter shall be applicable and governing.

1.3. Details of Transmission Line Routes and Terrain


The successful bidder is required to carry out detailed survey including profiling, Tower spotting,
optimization of Tower locations etc. Bidders may however visit the line route to acquaint
themselves with terrain conditions and associated details of the proposed transmission lines.
Description of Transmission Line Route, Underground cable and Substations Locations
1.3.1. Transmission Line:

 The proposed line route from Kara to Mango passes through very undulated and hilly
terrain while the terrain from Mango to Dapaong generally resides in plain terrain.
 Some of the existing 161 kV transmission towers were carrying 34.5 kv lines on their peaks.
 Toughened glass insulators were being used in the existing transmission lines.

1.3.2. Substations:
1.3.2.1. Dapaong Substation Site:
The WAPCOS team visited the existing Dapaong substation which is 5km away from the
Dapaong city centre. WAPCOS team had discussions with the Chief Engineer of the substation
and requested him to show the proposed new substation site. The proposed new substation
site is located adjacent to the existing 161/20kV substation. The proposed new substation site
is spread over an area of 6 hectares on a plain terrain without any cultivation and any major

103
trees/plantation. The site is by the side of Road so there is no possibility of it getting flooded
and there would be no problem in providing drainage. The site is easily approachable.
Therefore, site development cost would be less and approach road to substation can be
provided easily with minimum cost. The coordinates of a few points taken by the Team
through GPS at the proposed site for substation are as given below.

COORDINATES OF IDENTIFIED SITE (UTM WGS 84)

S.No Easting Northing


1. 192812.65 1205424.51
2. 192782.62 1205418.92
3. 192823.43 1205394.63

The proposed new substation site is suitable for construction of Substation. The preliminary
design of the substation and detailed scope of work is explained in the DPR.

1.3.2.2. Mango Substation Site:


The new Mango station will be built 3 km west of Mango, near the village of Magna, north of
the Magna road (10 ° 21'300 '' latitude and 0 ° 27'300 '' Longitude). The proposed new
substation site is spread over an area of 4 hectares on a plain terrain without any cultivation
and any major trees/plantation. The site is approachable. Therefore, site development cost
would be less and approach road to substation can be provided easily with minimum cost. The
soil is sandy, very laden with gravel. The coordinates of a few points taken by the Team
through GPS at the proposed site for substation are as given below.

COORDINATES OF IDENTIFIED SITE (UTM WGS 84)

S.No Easting Northing


1. 221357.4 1145640

The proposed new substation site is suitable for construction of Substation. The preliminary
design of the substation and detailed scope of work is explained in the DPR.

104
1.3.2.3. Kara Substation Site:
The WAPCOS team visited the existing Kara substation which is located in Kozah Prefecture,
a few kilometers from the town of Kara. The existing kara substation was constructed in
2007. The WAPCOS team observed that the Space for construction of new line bay is
Available. There is also space available in control room for the line bay. 161kV Bus bar
extension for the Line bay to be extended in this project is already present. The WAPCOS
Team had discussions with the officials at the substation and collected the required data for
the preparation of DPR. The coordinates of a few points taken by the Team through GPS at
the proposed site for substation are as given below.

COORDINATES OF IDENTIFIED SITE( UTM WGS 84)

S.No Easting Northing


1. 304949.5 1053473

The preliminary design of the substation and detailed scope of work is explained in the DPR.

1.4. Access to the Line and Right of Way


Right of way shall be arranged by the Employer in accordance with work schedules. The
responsibility of the Employer shall be limited to securing ROW (26 m either side of the
centre line of the transmission line), compensation of land acquisition and permanent
structure. However the details of the ROW and tree enumeration details shall be prepared by
the Contractor. The details of Access and ROW have been described in Volume II - Technical
Specifications. The bidder may note that the employer may offer RoW clearance in parts
instead of the entire line as a whole for the construction work.

105
SUB - SECTION - 2
TECHNICAL SPECIFICATIONS FOR
161 KV TRANSMISSION LINE - OVERHEAD LINE

106
2019
CHAPTER - 1
TOWERS AND ACCESSORIES DESIGN, FABRICATION, ASSEMBLY,
TESTING AND SUPPLY OF GALVANISED STEEL TOWERS INCLUDING
TOWER ACCESSORIES AND DESIGN OF FOUNDATION

WAPCOS LIMITED
(A Government of India Undertaking)
701,Kailash Building,26 K.G. Marg,
New Delhi-110001
Tel.:+91-11-23326647
Fax.:+91-11-23324561
E-mail : ceelectrical@wapcosindia.com

107 2019
CHAPTER - 1
TOWERS AND ACCESSORIES
DESIGN, FABRICATION, ASSEMBLY, TESTING AND SUPPLY OF GALVANISED STEEL
TOWERS INCLUDING TOWER ACCESSORIES AND DESIGN OF FOUNDATIONS

CONTENTS

S.NO DESCRIPTION PAGE NO.

1.0 SCOPE 110


1.1 STANDARDS 110
1.2 MATERIALS AND WORKMANSHIP 113
1.3 TYPE OF TOWERS 114
1.4 EXTENSIONS 115
1.5 CONFIGURATION OF TOWERS 125
1.6 CLEARANCES AND CROSSINGS 125
1.7 TOWER DESIGN 128
1.8 BROKEN WIRE CONDITIONS 134
1.9 STRENGTH FACTORS RELATED TO QUALITY 134
1.10 TOWER STEEL SECTIONS 135
1.11 THICKNESS OF MEMBERS 135
1.12 ALLOWABLE STRESS 135
1.13 SLENDERNESS RATIO 138
1.14 QUANTITIES AND WEIGHTS 140
1.15 ERECTION STRESS 141
1.16 FABRICATION 141

1.17 FASTENERS: BOLTS, NUTS AND WASHERS INCLUDING ANTI-THEFT BOLTS & NUTS 143
1.18 ERECTION MARK 147
1.19 NUMBER OF PARTS 148

108
1.20 GALVANIZING 148
1.21 STUB SETTING TEMPLATES 149
1.22 INSULATOR STRINGS AND EARTH WIRE CLAMP ATTACHMENTS 149
1.23 TESTING OF TOWERS 150
1.24 CHECK ASSEMBLY OF TOWERS 154
1.25 GROUNDING OF TOWERS 155
1.26 TOWER ACCESSORIES 156
1.27 DESIGN OF FOUNDATIONS 158
1.28 DESIGNS, DRAWINGS AND BILLS OF MATERIAL 170
1.29 PACKINGS 173
1.30 MARKINGS ON PACKINGS 174
1.31 PLACE OF MANUFACTURING AND MANPOWER 174
1.32 GUARANTEED TECHNICAL PARTICULARS 175
1.33 SCHEDULE OF REQUIREMENTS AND DESIRED DELIVERY 175
1.34 QUALITY ASSURANCE PLAN 175
1.35 SCHEDULE OF DEVIATIONS / VARIATIONS 175
1.36 PAYMENTS 176

109
CHAPTER – 1
TOWERS AND ACCESSORIES
DESIGN, FABRICATION, ASSEMBLY, TESTING AND SUPPLY OF GALVANISED STEEL
TOWERS INCLUDING TOWER ACCESSORIES AND DESIGN OF FOUNDATIONS
1.0. SCOPE

This part of the specification covers design, fabrication including supply of steel (including
angle sections, plates, cleats and other necessary accessories), proto type testing, galvanizing,
testing before dispatch, packing, supply and delivery FADS (free at destination site/stores),
storage and transportation of material to work sites including head load carriage of 161 kV
Single Circuit Transmission Line Towers, Tower Accessories complete in all respects including
bolts, nuts and washers, strain plates and hangers, erection, testing, and commissioning of
following transmission lines:

a. 161 kV Single Circuit Transmission Line from Kara to Mango (152 km).

b. 161 kV Single Circuit Transmission Line from Mango to Dapaong (76 km).

c. 161 kV Single Circuit Transmission Line from Dapaong to Mandouri (68 km) and extended
to frontier (14km).

This scope also covers design of foundations for all type of towers, in different types of soils.

1.1. STANDARDS

The Standard Specifications mentioned ( IEC 60826: for design criteria of overhead line, IEC:
60652: Loading Test on Overhead Line, BS:8110: for structural use of concrete, ASCE 10-97:
design of Latticed Structures, IEC: 61773:1996, Overhead lines – Testing of foundations for
structures, IEC 61774:1997, Overhead lines – Meteorological data for assessing climatic loads
and the other relevant CEB standards as applicable ) in this section as amended up to date
shall be applicable to the materials and process used in the manufacture of towers and tower
accessories, conductor, conductor accessories, earth wire accessories and foundations. All
Codes as existing one month prior to the date of submission of the bids shall be applicable for
works covered in this specification.

110
List of Standards

Sr. No. Standards Title


1 EN 1993-1-1 Design of steel structures
2 IEC 60826 Loading and strength of overhead
transmission line
3 EN 50341-1 Overhead electrical lines exceeding 45 kV
4 EN 50341-3 Overhead Electrical Lines exceeding AC
45 kV. Set of National Normative Aspects
5 IEC 60652 1BLoading Tests on Overhead Line
Structures
6 EN 10027 2 Designation system of steel
Part 1 3BSteel Names
Part 2 Numerical systems
7 EN 10210 Hot finished structural hollow sections of
non-alloy and fine grains steel.
Part 1 Technical delivery conditions
Part 2 Tolerance, dimension and technical
properties
8 EN 10025 Hot rolled products of structural steels.
9 EN 10204 Type of inspection documents
10 EN 10149 Hot rolled flat products made of high strength
steels for cold forming
11 EN 50182 Conductors for overhead lines- Round
wire concentric lay stranded conductors
12 EN 50183 Conductors for overhead lines aluminum– magnesium-silicon
alloy
wires
13 EN 50189 Conductors for overhead lines – Zinc

111
coated steel wires
14 Euro Code 8- EN 1998 Design provisions for earthquake
resistance of structures
15 EN 1998-5 Foundations, retaining structures and
geotechnical aspects
16 IEC 60050-466 International electro-technical vocabulary
Chapter 466 – Overhead lines
17 Euro Code 1 –EN 1991 Basis of design and action on structures
18 EN 60071 Insulation co-ordination – Part 1 –
Definitions, principles and rules
19 EN 50522 Earthing of power installations exceeding
1 kV
20 BS EN ISO 1461 Hot dip galvanizing coating on fabricated
irons and steel articles – specifications
and test methods
21 BS 183 Specification for general purpose
galvanized steel wire strand
22 IEC 61773/BS EN 61773 Overhead lines-testing of foundations of
structures
23 EN ISO 898-1: 1999 Mechanical properties of fasteners made
of carbon steel and alloy steel. Bolts,
screws and studs
24 Togo Design Manual

1.2. MATERIALS AND WORKMANSHIP

All materials used in the manufacture of the towers and tower accessories and workmanship
shall conform to relevant IEC specified in this section or any other mutually acceptable
International Standards that ensures equivalent or better quality for materials and
workmanship.

112
1.3. TYPES OF TOWERS

The towers shall be of types 161 kV single circuit Triangle shape with a cable guard ,namely
SA, SB, SC, & Special towers, fully described under Table 2 given below:

TABLE 2
162 kV Single Circuit Towers
Type of Designation Type of string Typical use
Tower of towers
Type A SA Suspension To be used on straight runs to wind ranges
(0-2 deg.) 400 m and up to 2 deg. line deviation and
subject to wind range less than 300 m.
Type B SB Tension To be used for line deviation from 0 to 20
(0-20 deg.) deg. And capable of absorbing a longitudinal
tensile difference of 10 to 15%.
Type C SC Tension To be used for line deviation from 20 to 45
Tower deg. And capable of absorbing a longitudinal
(20-45 deg.) tensile difference of 10 to 15%.

Type D (45- SD Tension To be used for line deviation from 45 to 60


60 deg.) DE deg. or for dead end.
& dead end
tower

Special These may be required for major river


Towers crossings, creek crossings, cable terminations
towers or for very long valley spans.

Note:

113
The angles of line deviation specified above are for the design span. The span may, however,
be increased up to an optimum limit with reduced angle of line deviation, if adequate ground
and phase clearances are available. The bidder shall indicate optimum limit of spans for each
type of above mentioned towers with reducing angle of deviation with supporting calculations.
Tower type “SB” is to be checked for section condition on zero degree line deviation. The slack
span will be required from the substation gantry to the first dead end tower at a maximum
possible design angle.

1.4. EXTENSIONS

A. The towers shall be designed so that it will be suitable for adding +3 m, +6 m, +9 m body
extension for Type A, B ,C and D, for maintaining adequate ground clearance. The strength of
tower members for all loading cases shall be adequate with and without extensions up to +9
m. The Contractor shall have to indicate/recommend suitable spans when towers with such
extensions are used.

B. To spot the tower in the hilly terrain/semi hilly terrain, the Bidder shall have to design leg
extensions/hill side Extensions for all types of towers ranging from -2 m, to 3 m in 1 m for use,
suitable to be fitted to normal towers as well as towers with extensions. These legs are
connected to the tower body by a specific junction part (Intermediate beam).

1.5. CONFIGURATION OF TOWERS

1.5.1. The towers shall be of vertical configuration with single ground wire peak (galvanized steel
earth wire or OPGW). The typical tower out line drawings for 161 kV Single Circuit
Transmission line are annexed for references vide Drawing No. WAP/POWER/TOGO/CEB/Bid/
T01."The contractor shall submit detailed drawings along with the design documents."

1.5.2. All member connections used in the tower and extensions shall be of bolted type. The
standard tower and tower with extensions should have K-bracings along with plan bracings in
the lowest panel.

114
1.6. CLEARANCES AND CROSSINGS

1.6.1. GROUND CLEARANCE

A) The minimum ground clearance from the lowest conductor attachment for 161 kV
Transmission Line shall be as mentioned in Specific Technical Requirements. The contractor
shall make necessary provision of additional minimum clearance due to creep effect in
conductor and the same needs to be considered during designing.

B) The following provision is made for the requirement considering the ground undulations,
errors in stringing:

i) 150 mm towards ground undulation and errors in stringing.

The bidder shall make necessary provision to cater for the above requirement.

The suspension and tension towers shall include the necessary bench mark tolerance for
considering the vertical clearance and height of tower.

1.6.2. CLEARANCES OF LIVE PARTS TO TOWER MEMBERS

A) The minimum clearances between the live parts, tower and cross-arm members are given in
Specific Technical Requirements however the minimum phase to phase clearances shall be
greater than 4.5 m. Wherever necessary the jumper loops at tension towers may be
weighed with the approval of the employer with suitable weights to reduce the angles of
swing and provide necessary air clearances under wind conditions. Pilot suspension strings
to restrict the jumper swings can be used on heavy angle towers. For the purpose of
computing the clearances, the dimensions of insulator discs as given in Specific Technical
Requirements may be assumed together with standard arcing horns and other parts of the
string. The design of the towers shall be such that it would satisfy all the above conditions
when clearances are measured from any live point of the strings.

B) The clearances at the entire cross – arms for specified swing angles of the insulator strings
shall also be checked for suspension/tension insulator strings.

115
1.6.3. MIDSPAN CLEARANCE

A) The minimum vertical mid span clearance between Ground wire and the nearest power
conductor shall not be less than as specified in Specific Technical Requirements. The
minimum vertical mid-span clearance shall mean the vertical clearance between Ground
wire and the nearest conductor under all temperature conditions and still air in the normal
ruling span. The Ground wire sag shall not be more than 90% of the corresponding sag of
power conductor under still air conditions for the entire specified temperature range.

B) The successful bidder in consultation with the Employer/PMC and suppliers of insulators
and insulators’ hardware shall verify the string length and ensure that the specified
clearances and other relevant requirements are fully met and submit the final clearance
diagrams based on the exact lengths of insulator strings for approval of the Employer.

A) SHIELDING ANGLE

The angle of shielding is defined as the angle formed by the line joining the Centre lines of
the earth wire/OPGW and top most outer power conductor, in still air, at tower, to the
vertical line through the Centre line of the earth-wire/OPGW.

The maximum angle of shielding to be maintained for the design of transmission lines under
the project has to be 25 degree, including drop of 150 mm on account of earth-wire
suspension assembly.

1.6.4. Road Crossing

At Road crossings, the towers shall be fitted with normal double suspension/double tension
insulator strings as required so that ground clearances at the highest point of the road at
maximum temperature in still air is not less than the specified values. The effects of
conductor creep and broken conductor in the adjacent span is also to be taken into account
in addition to above ground clearance as per relevant International Standards or CEB
standard applicable.

116
1.6.5. Power Line Crossings

Where the line has to cross over another line of the same voltage or lower voltage,
suspension/tension towers with suitable extensions shall be used. Where long shut-downs
are envisaged it would be preferable to undertake power line crossings on suspension
towers followed by angle towers suitably guyed as per relevant Indian standard applicable.

Any other arrangements proposed by the EPC contractor other than suspension/tension
towers for crossing power lines, the same shall be approved from Employer/PMC. The unit
rate per metric ton for supply shall be derived from the corresponding composite rates of
tower super structure.

1.6.6. Tele-Communication Line Crossings

The crossings shall be designed in such a manner that the clearance between conductors of
the power line and the telecommunication wires is not less than specified value given in
Specific Technical Requirements. For further details, the contractor shall refer to “Code of
Practice for Crossings between Power and Tele-communication Lines – 1974”and as per
relevant International Standards or CEB standard applicable.

1.6.7. River &Deep Valley Crossings

In case of major river crossing, towers shall be of suspension type using double suspension
strings and the anchor towers on either side of the main river crossings shall be SC type
tower. Clearances as per the requirements of national/international navigation authority
shall be provided. The clearance shall be reckoned with respect to highest flood level (HFL)
for both navigable and non-navigable rivers. In case of deep valley crossing spans the
towers shall be of Tension/Dead end tower. The design of towers for river and deep valley
crossing spans shall be as per requirement laid down in Chapter “Special Towers” of this
specification and as per relevant International Standards or CEB standard applicable.

1.6.8. Railway Crossings

Railway crossings, if any, shall be supported on dead end type towers on either side,
depending on the merits of each case and shall be constructed in conformity with the

117
specification laid down by the concerned authority and as per relevant International
Standards or CEB standard applicable.

1.7. TOWER DESIGN

1.7.1. The bidder shall indicate the method intended to be deployed for the design of towers for
transmission lines covered under this specification, in the bid. The final design of tower,
however, shall be done, and submitted in PLS – Tower software only. The 3-D model of the
tower for all type of body as well as leg extensions shall also be imported into PLS-CADD for
the line designing and checking the strength of all the spotted towers based on the survey
data. While the tower shall be tested for +9m extension for the respective type of towers,
design shall be submitted for normal, +3 m, +6 m, +9 extensions as well, for approval. The
design shall also be submitted for leg side extension of -2m to 3 m. The contractor shall also
submit the type of analysis performed, explaining the assumption and reasons thereof.

A) A hard copy of the Tower designs in a well binding format along with soft copy of input files
of the computer software PLS – Tower used for analysis of various types of towers shall be
submitted by the Contractor. The contractor shall also submit manual calculations, if
required by the employer, verifying the design calculations of the analysis and design of the
tower in PLS – Tower software. The Employer/PMC will check the tower designs submitted
by the Contractor, and if any modifications/changes are necessitated consequent to the
checking, the same shall be carried out by the contractor without additional cost to the
Employer. The contractor may offer/submit the design of Tested Tower(s) complying with
the specification for revalidation to Employer/PMC. However, the Employer/PMC reserves
the right to accept or reject or direct the contractor to incorporate necessary
changes/revision in compliance with these specification and contract document.

B) The design of towers shall generally be based on the procedure and guide lines as laid in IEC
60826or other relevant international standards and as here under as also parameters given
in the specific technical requirement (Section-III) of this specification.

C) If there are any deviations between the stipulations of specifications, the stipulations laid
down in IEC: 60826 specification for worst condition of loading shall prevail. The procedure
given here for the design of towers is based on probabilistic approach. For 161 kV Single

118
Circuit lines covered in this specification, the relevant parameters for design of towers are
as follows:

1. Basic wind speed “Vb” = 32 m/s (peak gust velocity averaged over short time interval of
about 3 seconds, corresponds to mean heights above ground level in an open terrain
(Category B) and have been worked out for a 50 years return period).

2. Reference Wind Speed “VR” (extreme value of wind speed over an average period of 10
minutes duration) = Vb , Therefore, VR= 32 m/s.

3. Design Wind Speed “VD” = VR X K1 X K2, where K1 = 1 (Risk Coefficient, reliability level 1) & K2
= 1 (Terrain roughness coefficient, Terrain category B).

Description/item Value

Towers 161 kV S/C with Single peak


“Triangular Configuration”

Design wind speed “VD” (m/s) = 32 x 1 x 1 = 32 m/s

The design wind pressure (Pd) is to be calculated as per above inputs and considering all the
factors as per relevant standards. However, in any case the design wind pressure (P d) is not
to be less than the value calculated below:

Formula Calculation Result


Pd= 0.6 x (VD) 2 0.6 x (32)2 614.62N/m2

Where,

Pd = Design Wind Pressure in N/m2, VD = Design Wind Speed in m/s

1.7.2. Statutory Requirements

Statutory requirements to be considered shall be as laid down in the “Indian Electricity Rules
1956” and “Central Electricity Authority measures relating to Safety and Electric Supply
Regulations, 2010” or by any other statutory body applicable to such structures, shall be
satisfied/observed.

119
1.7.3. Wind Load on Tower

A) In order to determine the wind load on tower, the tower is divided into different panels
having a height “h”. These panels should normally be taken between the intersections of
the legs and bracings. For a lattice tower of square cross section, the resultant wind load
Fwt in Newton’s, for wind normal to a longitudinal face of tower, on a panel height “h”
applied at the center of gravity of this panel is:

Fwt = Pd x Cdt x Ae x Gt

Where;

Pd = Design wind pressure in N/m2

Cdt=Drag coefficient for panel under consideration against which the wind is blowing. Values of Cdt
for the different solidity ratio are given in Graph.

[Solidity ratio: is equal to the effective area (projected area of all the individual elements) of a
frame normal to the wind direction divided by the area enclosed by the boundary of the
frame normal to the wind direction].

Ae=Total net surface area of the legs, bracings, cross-arm and secondary members
of the panel projected normally to the face in sq m. (The projections
of the bracings of the adjacent faces and of the plan and hip bracings
may be neglected while determining the projected surface of a face).

Gt= Gust response factor, peculiar to the ground roughness and depends on the
height above ground. Values of Gt for 161 kV towers are given in
Graph.

120
Drag coefficient Cxt for lattice supports made of flat sided members

Drag coefficient Cxtc of cylindrical elements having a large diameter (Reynolds number Re)

Note(s):-

1. Intermediate values may be linearly interpolated.

121
2. Drag coefficient takes into account the shielding effect of wind on the Leeward
face of the tower. However, in case the bracing on the Leeward face is not
shielded from the windward face, then the projected area of the Leeward face
of the bracing should also be taken into consideration.

Note(s): -

i) Intermediate values may be linearly interpolated.

ii) In case of single-string including V-string no masking Effects shall be considered.

iii) The total effect of wind on multiple strings set shall be taken equal to sum of the
wind load on the individual insulator strings.

1.7.4. Wind Load on Conductor and Earth wire

The load Fwc(in Newton), due to wind on each conductor and earth wire, applied at supporting
point normal to the line shall be determined by the following expression :

Fwc = Pd x Cdc x L x d x Gc

Where;

Pd = Design wind pressure, in N/m2.

122
Cdc = Drag coefficient, taken as1.0 for conductor and 1.2 for earth wire.

L = Wind span, being sum of half the spans on either side of supporting
structures, in meter.

d = Diameter of conductor / earth wire/OPGW, in meter.

Gc = Gust response factor, takes into account the turbulence of the wind and the
dynamic response of the conductor. Values of Gc are given in graph for 161
kV towers for the average height of the conductor / OPGW above the
ground.

Note:

i) The average height of conductor shall be taken up to clamping point of top


conductor on tower less two-third sag at minimum temperature and no wind.

ii) The average height of the earth-wire is clamping point of earth – wire, less two-third
sag at minimum temperature and nil wind.

123
Combined wind factor Gc for conductors for various terrain categories and heights above ground

Span factor GL

Note: - Small intermediate values may be linearly interpolated.

1.7.5. Wind Load on Insulator Strings

A) Wind load on insulator strings “Fwi” shall be determined on Insulator length from the
attachment point to the center line of the conductor in case of suspension tower and up to
the end of clamp in case of tension tower, in the direction of the wind as follows:

Fwi = Cdix Pd x Ai x Gi

Where,

Cdi = Drag coefficient of insulators taken as 1.2

Pd = Design wind pressure in N/sq. m;

Ai = Area of insulator string projected horizontally on a vertical plane parallel to the


axis of the string. In the absence of actual value it may be taken as half of the
gross projected area of the cylinder with diameter equal to that of the insulator
skirt. For the purpose of Bid design, the value of Ai may be calculated in
accordance with the stipulations in relevant standards, based on string lengths.

124
Gi= Gust response factor, peculiar to the ground roughness and depends on the
height of insulator attachment point above ground. Values of Gi are given in
graph above.

1.7.6. Sag Tension Calculation

Sag tension calculation for conductor and ground wire shall be made in accordance with the
relevant provisions of International standard or CEB standard for the following combinations:

a) Every day temperature, nil wind (initial condition).

b) 100 percent design wind pressure on conductor/earth wire at everyday temperature (after
accounting for drag coefficient and gust response factor).

c) 60 percent design wind pressure conductor/earth wire at minimum temperature (after


accounting for drag coefficient and gust response factor).

d) 75% Full design wind pressure on conductor /earth wire at every day temperature for
Tangent towers under broken wire condition.

e) Nil wind on conductor at 70 °C (max) temperature.

f) Nil wind on earth wire at 53° C temperature.

g) Nil Wind at Minimum Temperature.

1.7.7. Loads on Tower

Transmission lines are subjected to various loads during their lifetime. These loads are
classified into three distinct categories, namely;

a) Climatic Loads - related to reliability requirements.

b) Failure containment loads – related to security requirements.

c) Construction and maintenance loads – related to safety requirements.

1.7.7.1. Climatic Loads

These are random loads imposed on towers; conductors, insulator strings and earth wire due
to action of wind on transmission line and do not act continuously. Climatic loads shall be

125
determined for the following climatic conditions and most critical load shall be considered in
the design:

i) 100 percent design wind pressure at everyday temperature at everyday temperature.

ii) 60% design wind pressure on conductor/earth wire at minimum temperature.

iii) 75% Full Design Wind Pressure on Conductor/Earth Wire at Every Day Temperature for
Tangent Towers under broken wire condition;

iv) Minimum Temperature and ‘Nil’ Wind.

v) Everyday Temperature and ‘Nil’ Wind.

1.7.8. Failure Containment Loads

These loads comprise of:

i) Anti Cascading loads, and

ii) Torsional and longitudinal loads.

1.7.8.1. Anti Cascading Loads

Cascade failure may be caused by failure of items such as insulators, hardware, joints, and
failures of major elements such as towers, foundations, conductor due to defective material or
workmanship or from climatic overloads or sometimes from casual events such as misdirected
aircraft, avalanches, sabotage etc. The security measures adopted for containing cascade
failures in the line is to provide angle towers at specific intervals which shall be checked for
anti-cascading loads.

1.7.8.2. Torsional and Longitudinal Loads

i) These loads are caused by breakage of conductors and/or ground wire. All the towers shall
be designed for these loads for the number of conductor(s) and/or ground wire considered
broken according to Table 8.

ii) The mechanical tension of conductor/ground wire is the tension corresponding to 100
percent design wind pressure at everyday temperature or 36 percent design wind pressure

126
at minimum temperature; whichever is more stringent, after accounting for drag coefficient
and gust response factor.

1.7.9. Construction and Maintenance Loads (Safety Requirements)

These loads are related to the safety requirement of the working personnel on the line. These
are loads imposed on tower during construction and maintenance of transmission lines. All the
towers shall be design for these loads.

1.7.10. Span

a) Normal Span

The normal ruling span of the transmission lines shall be 360 meter for 161 kV S/C
Transmission Line.

b) Wind Span

The wind span is the sum of the two half spans adjacent to the support under
consideration. For Normal Horizontal span this equals to Normal ruling span.

For 161 kV lines the wind span shall be considered as 400 meter and 240 meter for broken
wire condition.

c) Weight Span

The weight span is the horizontal distance between the lowest points of the conductors on
the two spans adjacent to the tower. For design of structures, the span limits given shall
prevail.

TABLE – 6
Weight span for 161 kV Single Circuit Transmission Line

Type of Tower Normal Weight Span


Span Normal Condition Broken wire Condition
(m) (m) (m)
(max) (min) (max) (min)

127
Suspension 360 600 150 360 90
360 600 -300 360 -180
Angle( 6-20 degree)

360 800 -500 480 -300


Angle( 20-45 degree)

360 800 -600 480 -360


Angle( 45-60 degree)

1.7.11. Computations of Loads

1.7.11.1. Transverse Loads

Transverse loads shall be computed for reliability, security and safety requirements.

A. Reliability Requirements

These loads shall be calculated as follows for the climatic conditions as specified in 1.7.7.1:

i) Wind action on tower structures, conductors, earth wire and insulator strings computed
according to 1.7.3, 1.7.4 and 1.7.5 respectively.

ii) Component of mechanical tension Fwd of conductor and earth wire due to wind computed
as (for climatic conditions specified in Clause No. 1.7.7.1)

Thus, total transverse Load = (i) + (ii) = Fwt + Fwc + Fwi + Fwd

Where,

"Fwc", "Fwi" and "Fwd" are to be applied on all conductors/ earth wire points and "Fwt" to
be applied on tower, at peak, cross arm levels and at any one convenient level between
bottom cross arm and ground level for normal towers. In case of towers with extensions,
one more application level shall be taken at top end of extension.

B. Security Requirements:

Transverse loads for security requirements (i.e. broken wire conditions) shall be
considered as under:

i) Suspension Towers

128
a) Transverse loads due to wind action on tower structures, conductors, ground wires and
insulators shall be taken as nil.

b) Transverse loads due to line deviation shall be based on component of mechanical tension
of conductors and ground wires corresponding to everyday temperature and nil wind
condition. For broken wire spans the component shall be corresponding to 50 percent
mechanical tension of conductor and 100 percent mechanical tension of ground wire at
everyday temperature and nil wind.

ii) Tension and dead end towers

a) Transverse loads due to wind action on tower structure, conductors, ground wires and
insulators shall be computed as per 1.7.11.1 (A)(i). 60 percent wind span shall be
considered for broken wire condition and 100 percent wind span for intact span condition.

b) Transverse loads due to line deviation shall be the component of 100 percent mechanical
tension of conductor and ground wire as defined in 1.7.8.2.1.

iii) Safety Requirements (Construction and Maintenance)

Transverse loads on account of wind on tower structures, conductors, ground wires, and
insulators shall be taken as nil for normal and broken wire conditions. Transverse loads
due to mechanical tension of conductors and ground wire at everyday temperature and nil
wind condition on account of line deviation shall be taken for both normal and broken
wire conditions.

1.7.11.2. Vertical Loads

Vertical loads shall be computed for reliability, security and safety requirements.

A. Reliability Requirements

These loads comprise of:

i) Loads due to weight of conductors/ground wires based on design weight span, weight of
insulator strings and accessories, and

ii) Self-weight of tower structure up to point/level under consideration.

129
The effective weight of the conductor/ground wire should be corresponding to the weight
span on the tower.

B. Security Requirements

These shall be taken as:

i) Same as in 1.7.11.2 (A) (i) except for broken wire condition where the load due to weight
of conductor/ground wire shall be considered 60% of weight span, and

ii) Same as in 1.7.11.2(A) (ii).

C. Safety Requirements (Construction and Maintenance)

These loads comprise of:

i) Load as computed in 1.7.11.2 (B).

ii) Load of 1500 N shall be considered acting at each cross arm tip, as a provision of weight of
lineman with tools,

iii) Load of 3500 N to be considered acting at the tip of cross arms for 161 kV lines for design
of cross arms.

All bracing and redundant members of the towers which are horizontal or inclined up to
15° from horizontal shall be designed to withstand an ultimate vertical load of 1500 N
considered acting at centre independent of all other loads.

1.7.11.3. Longitudinal Loads

Longitudinal Loads shall be computed for reliability, security and safety requirements.

A. Reliability Requirements

These loads shall be taken as under:

i) Longitudinal load for dead-end towers to be considered corresponding to mechanical


tension of conductors and earth wire at a) everyday temperature and full design wind
pressure or (b) minimum temperature and 0.36 times the design wind pressure whichever
is more stringent.

130
ii) Longitudinal loads which might be caused on tension towers by adjacent spans of unequal
lengths can be neglected in most cases, as the strength of the supports for longitudinal
loads is checked for security requirement and for construction and maintenance
requirements.

iii) No longitudinal loads for suspension and tension towers.

B. Security Requirements (Broken Wire Condition)

These loads shall be taken as under:-

i. For Suspension Towers, the longitudinal load corresponding to 50% of the mechanical
tension of conductor and 100% of mechanical tension of ground wire shall be considered
under every day temperature and no-wind pressure.

ii. Horizontal loads in longitudinal direction due to mechanical tension of conductors and
earth wire shall be taken as specified in clause1.7.8.2.1 for broken wires and nil for intact
wires for design of tension towers.

iii. For dead end towers horizontal loads in longitudinal direction due to mechanical tension
of conductor and ground wire shall be taken as specified in clause1.7.8.2for intact wires.
However, for broken wires, these shall be taken as nil.

C. Safety Requirements

These loads shall be taken as under:

i) For normal conditions:

These loads for dead end towers shall be considered as corresponding to mechanical
tension of conductor/ground wire at everyday temperature and no wind. Longitudinal
loads due to unequal spans may be neglected.

ii) For broken wire conditions:

a) Suspension Towers:

Longitudinal loads per sub - conductor and ground wire shall be considered as 10,000 N
and 5,000 N respectively.

131
b) Tension Towers :

Longitudinal load equal to twice the sagging tension (sagging tension shall be taken as 50% of
tension at every day temperature and no wind) for wires under stringing and 1.5 times the
sagging tension for all intact wires (stringing completed).

1.7.12. LOADING COMBINATIONS

A. Reliability Conditions

i. Transverse loads as per 1.7.11.1(A).

ii. Vertical loads as per 1.7.11.2(A).

B. Longitudinal loads as per 1.7.11.3(A).ecurity Conditions

i. Transverse loads as per 1.7.11.1 (B).

ii. Vertical loads as per 1.7.11.2 (B).

iii. Longitudinal loads as per 1.7.11.3 (B).

C. Safety Conditions

i. Transverse loads as per 1.7.11.1 (C).

ii. Vertical loads shall be the sum of:

a. Vertical load as per 1.7.11.2 (B) (i) multiplied by the overload factor of 2.

b. Vertical loads calculated as per clauses 1.7.11.2 (B) (ii), 1.7.11.2 (C) (ii), 1.7.11.2 (C)
(iii).

iii. Longitudinal loads as per 1.7.11.3 (C).

1.7.13. ANTI CASCADING CHECKS

All angle towers shall be checked for the following anti cascading with all conductors and
earth wire intact only on one side of the tower.

a) Transverse loads: These loads shall be taken under no wind condition.

b) Vertical loads: These loads shall be the sum of weight of conductor/ ground wire as per
weight span of intact conductor/ground wire, weight of insulator strings and accessories.

132
c) Longitudinal loads: These loads shall be the pull of conductor/ ground wire at every day
temperature and no wind applied simultaneously at all points on one side with zero
degree line deviation.

1.7.14. TENSION LIMITS

For Conductor:

S.N Weather Case Percentage of UTS of Cable

Everyday Temperature and ‘Nil’ Wind 16 %

60% design wind pressure on conductor/earth 40 %


wire at minimum temperature.

75% Full Design Wind Pressure on 40 %


Conductor/Earth Wire at Every Day
Temperature for Tangent Towers under
broken wire condition;

100 percent design wind pressure at everyday 40 %


temperature at everyday temperature.

Minimum Temperature and ‘Nil’ Wind. 40 %

For OPGW/Ground Wire:

S.N Weather Case Percentage of UTS of Cable

Everyday Temperature and ‘Nil’ Wind 20 %

60% design wind pressure on conductor/earth 40 %


wire at minimum temperature.

75% Full Design Wind Pressure on 40 %


Conductor/Earth Wire at Every Day

133
Temperature for Tangent Towers under
broken wire condition;

100 percent design wind pressure at everyday 40 %


temperature at everyday temperature.

Minimum Temperature and ‘Nil’ Wind. 40 %

1.8. BROKEN WIRE CONDITIONS

Broken wire conditions as given in Table 7 below; shall be assumed in the design of towers.

Table 7: Broken Wire Conditions


Type of TowerSingle circuit towers Broken wire conditions to be adopted
1. Single Circuit Towers Any one phase or ground wire broken,
whichever is more stringent for a particular
member.

1.9. STRENGTH FACTORS RELATED TO QUALITY

To account for the reduction in strength due to dimensional tolerance of the structural
sections and yield strength of steel used, the following strength factors shall be considered:

i) If steel with minimum guaranteed yield strength is used for fabrication of tower, the
estimated loads shall be increased by a factor of 1.02.

ii) If steel of minimum guaranteed yield strength is not used for fabrication of tower, the
estimated loads shall be increased by a factor of 1.05, in addition to that mentioned in (i)
above.

1.10. TOWER STEEL SECTIONS

Steel sections in conformity to ASCE 10-97,IEC: 60826, and other relevant international
standards mutually agreed between parties is to be used in towers, extensions and stub setting

134
templates and shall be of tested quality conforming to relevant International standards. No
individual members shall be longer than specified in mentioned standards.

The steel sections as per any other International standards, if used shall be of equal or superior
quality with corresponding Indian Standards. For designing of towers, only rationalized steel
sections shall be used. During execution of the project, if any particular section is not available,
the same shall be substituted by higher section at no extra cost to the Employer. However,
design approval for such substitution shall be obtained from the Employer.

1.11. THICKNESS OF MEMBERS

The minimum thickness of angle section used in the design of towers, unless otherwise
specified elsewhere in this specification, shall be kept not less than the following values:

S. No. Member(s) Description Not less than

a. Main corner leg members including the earth wire 5 mm


peak and lower members of cross arm in
compression

b. For all other members 4 mm

1.12. ALLOWABLE STRESS

Structural steel angle section manufactured according to the latest ASCE-10 or any other
mutually acceptable International Standards proposed to be used or any other equivalent or
superior International Standards will be used in the fabrication of the towers having its yield
strength not less than 355 N/sq.mm.

A. Axial Stress In Tension

The estimated tensile stress on the net effective sectional area in various members shall not
exceed the values as specified in any mutually acceptable International Standards proposed to
be used for the design of Transmission line steel structures.

The estimated tensile stress on the net effective sectional area in various members, shall not
exceed 250 N/sq.mm for mild steel or the specified yield stress of the High tensile steel

135
sections if proposed to be used in the fabrication of towers as per stresses value of high tensile
steel according to any equivalent to International Standards.

B. Axial Stress In Compression

The estimated compressive stress in various members shall not exceed the values as
specified in any mutually acceptable International Standards proposed to be used for the
design of Transmission line steel structures.. The provisions are reproduced below for
reference:

i) The allowable unit stress Fa, in MPa on the gross cross sectional area of the axially loaded
compression members shall be :

𝑲𝒍⁄𝒓 𝟐
a)𝑭𝒂 =[𝟏 − 𝟏⁄𝟐 (
𝑪𝒄
) ] × 𝑭𝒚 ; When 𝑲𝒍⁄𝒓 ≤ 𝑪𝒄

And,
𝝅𝟐×𝑬
b) 𝑭𝒂 = ; When 𝑲𝒍⁄ ˃𝑪𝒄
𝑲𝒍⁄ 𝟐 𝒓
𝒓

Where,
√𝟐𝑬
Cc = π×
𝑭𝒚

𝑭𝒚 = minimum guaranteed yield stress of the material, Mpa

E = modulus of elasticity of steel that is 2x105Mpa,

𝑲𝒍⁄𝒓 = largest effective slenderness ratio of any unbraced segment of the


member,

L = un-braced length of the compression member in cm, and

r = appropriate radius of gyration in cm.

ii) The formulae given in 1.12 (B)(i) are applicable provided the largest width thickness ratio
b/t is not more than the limiting value given by :
𝒃 𝟐𝟏𝟎
(𝒕 )lim = (
⁄√𝑭 )
𝒚

136
Where,

b = distance from edge of fillet to the extreme fibre in mm, and

t = thickness of flange in mm.

iii) Where the width thickness ratio exceeds the limits given in 1.12 (B)(ii), the formulae given
in 1.12 (B) (i) shall be used substituting for Fy the value Fcr given by:

a) When 𝒃⁄𝒕𝒍𝒊𝒎 ≤ 𝒃⁄𝒕 ≤ 𝟑𝟕𝟖/√𝑭𝒚

(𝟎.𝟔𝟕𝟕× 𝒃⁄𝒕)×𝑭𝒚
𝑭𝒄𝒓 = 1.677 — 𝒃⁄
𝒕𝒍𝒊𝒎

b) When𝒃⁄𝒕 > 378/√𝑭𝒚

𝑭𝒄𝒓 = (65550)/( 𝒃⁄𝒕)𝟐

Note: The maximum permissible value of b/t for any type of steel shall not exceed 25.

iv) The redundant members shall be checked individually for 2.5 percent of axial load carried
by the members to whom it supports.

C. Stresses in Bolts

a. The estimated stresses in bolts shall not exceed the values specified in any mutually
acceptable International Standards proposed to be used for the design of substation
steel structures.

b. Gross area of Bolt: For the purpose of calculating the shear stress, the gross area of bolts
shall be taken as the nominal area of the bolt.

c. Bearing Area of Bolt: Shall be taken as dxt, where “d” is the nominal diameter of the bolt
and “t” the thickness of the thinner of the parts jointed.

d. Where the material of bolt and the structural members are of different grades, the
bearing strength of the joint shall be governed by the lower of two.

1.13. SLENDERNESS RATIO

137
A) Slenderness ratio of compression and redundant members shall be computed in
accordance with any mutually acceptable International Standards proposed to be used for
the design of Transmission line steel structures. Provisions reproduced for reference in
Table 9 below:

Table 9: SLENDERNESS RATIO

S. No. Type of Members Value of KL/r


a) Compression Members
i) Leg sections or joint members bolted in both faces at L/r
connections for 0 < L/r ≤120.
ii) Members with concentric loading at both ends of the L/r
unsupported panel for 0 < L/r ≤120
iii) Member with concentric loading at one end and normal 30+0.75 L/r
framing eccentricity at the other end of the
unsupported panel for 0 < L/r ≤ 120
iv) Member with normal framing eccentricities at both 60+0.50 L/r
ends of the un-supported panel for 0 < L/r ≤ 120
v) Member unrestrained against rotation at both ends of L/r
the unsupported panel for 120 ≤ L/r ≤ 200
vi) Member partially restrained against rotation at one end 28.6+0.762 L/r
of the unsupported panel for 120 < L/r <225
vii) Member partially restrained against rotation at both 46.2+0.615 L/r
ends of the unsupported panel for 120 < L/r < 250
b) Redundant Members
i) For) 0< L/r < 250 L/r

Note(s): The values of KL/r corresponding to (a) (vi) and (a) (vii), the following evaluation is
suggested:

i) The restrained member must be connected to the restraining member with at least two
bolts.

138
ii) The restraining member must have a stiffness factor I/L in the stress plane (I=Moment of
inertia and L=Length) that equals or exceeds the sum of the stiffness factors in the stress
plane of the restrained members that are connected to it.

iii) Angle members connected by one leg should have the holes located as close to the
outstanding leg as feasible. Normal framing eccentricities at load transfer connection
imply that connection holes are located between the heel of the angle and the centre line
of the framing leg.

B) In calculating the slenderness ratio of the members, the Length L should be the distance
between the intersections of the centre of gravity lines at each end of the member.

C) The following maximum limit of the effective slenderness ratio i.e. the ratio of
unsupported length of the section in any plane to the appropriate radius of gyration shall
not exceed value specified here under:

a. For main corner leg members including the corner members of earth wire peak
and the lower members of the cross-arms in compression 150

b. For the members having calculated stresses(Bracings) 200

c. For redundant members 250

d. Slenderness ratio (KL/r) of a member carrying axial tension (Tension only


members) 500

1.14. QUANTITIES AND WEIGHTS

A) The quantities stated in the schedule are provisional. Final quantities shall be determined
after completion and approval of the detailed survey, tower spotting & check survey. The
final quantities of tower shall be confirmed by the employer based on the required
quantities of various towers & extensions furnished by the Contractor after completion of
final tower spotting & check survey. Hence it shall be responsibility of the Contractor to
intimate the exact requirements of all towers and various line materials required for line,
immediately after the tower spotting & check survey.

139
The Employer reserves the right to order the final quantities including reasonable
quantities of spares for which the rates quoted in the Bid shall be valid. Regarding quantity
variation the provisions of relevant clauses of PC shall apply.

B) After the award of contract, the contractor shall submit to the Employer, for his approval,
the detailed design calculations, drawings for each type of tower, extension and stub
template etc. The weights of towers shall be calculated by using the standard sectional
weights of steel structures of the sizes indicated in the approved fabrication drawings and
bill of materials, without taking into consideration the reduction in weight due to drilling
of bolt holes, skew cuts, chamfering, etc. or increase in weight due to galvanization but
taking into consideration the weight of bolts, nuts, washers, hangers, D-Shackles, `U’ bolts,
strain plates etc.

In case, the weight of the tower finally approved and accepted by the Employer on the
basis of designs and drawings so submitted and the tests successfully carried out is more
than the guaranteed weight, no extra payment shall be made to the Contractor on this
account. If, however, the weight of the finally approved and adopted tower is less than the
guaranteed weight, the weight as per the finally approved design shall form the basis of
payment.

C) The Contractor, while designing towers, shall use only such sizes of steel structures which
are easily procurable. If for any reason, the sections approved are not easily procurable, it
is the Contractor’s responsibility to procure the alternative sizes which are satisfactory
from the point of view of design, fabrication, and galvanization and supply the same at no
additional cost to the Employer.

1.15. ERECTION STRESS

Where erection stresses combined with other possible co-existent stresses could produce a
working stress in any member appreciably above the permissible stress, such additional
strengthening of the member shall be effected or such other provision made as is necessary to
bring the working stress within the permissible limit.

1.16. FABRICATION

140
The fabrication of towers shall be in accordance with the provisions made in the following sub-
clauses.

A) Except where here-in-after modified, details of fabrication shall confirm to the latest
international standard mutually agreed.

B) The Contractor during fabrication of tower members shall ensure that mild steel and high
tensile steel do not get mixed up during fabrication and as such identification mark shall
be embossed on each and every H.T. Steel section at the time of shearing of members .
The bidder in his bid shall clearly bring out the means adopted to identify the mild steel
and high tensile steel sections during fabrication.

C) All members of the towers shall be cut to correct lengths and fabricated in accordance
with the shop drawings approved by the Employer. Welding of two or more pieces to
obtain the length of member specified will not be allowed. Members shall be straight to
the permissible tolerances or better when required to ensure proper fit before being laid
off or worked and after galvanizing.

D) Normally butt splices shall be used. The components constituting the joint shall have a
total strength greater than the heavier of the members connected. Lap splices may be
used for connecting members of unequal sizes. The inside angle of lap splice shall be
ground at the heel to fit the fillet of the outside angle. All splices shall develop full strength
of the members connected through bolts, but as well as lap splices shall be made above
and as close to the main panel points as possible.

E) Joints shall be so designed and detailed as to avoid eccentricity as far as possible.


However, where the connections are such that the elimination of gusset plates would
result into eccentric joints gusset plates and spacer plates may be used in conformity with
modern practices. The thickness of gusset plates shall not be less than 6 mm. Where a
gusset plate is required to transmit stress, its thickness shall not be less than the thickness
of the thickest connected bracing members but not less than 6 mm.

F) The use of fillers in the connections shall be avoided as far as possible. The diagonal web
members in tension may be connected entirely to the gusset plate where necessary to

141
avoid the use of fillers. Each diagonal shall be in one piece without splices or centre
gusset, and it shall be connected at the point of intersection by one or more bolts.

G) The tower members shall be accurately fabricated to bolt together easily at site without
any undue strain on them or the bolts.

H) No angle member shall have the two leg flanges brought together by closing the angle.

I) All parts of the towers shall be accessible for inspection and cleaning. Drain holes shall be
provided at all points where pockets or depressions are likely to hold water.

J) All similar parts shall be made strictly interchangeable. No rough edges shall be permitted
any where throughout the work.

1.16.1. Straightening

All material shall be reasonably straight and, if necessary, before being worked shall be
straightened and/or flattened by pressure, unless required to be of curvilinear form and shall
be free from twists. Straightening shall not damage the material. The adjacent surfaces of the
parts when assembled shall be in close contact throughout keeping in view the tolerances
specified. Hammering shall not be permitted for straightening / or flattening of members.
Sharp bends shall be cause for rejection.

1.16.2. Cutting

Cutting may be affected by shearing, cropping, flame cutting or sawing. The surfaces so cut
shall be clean, small, reasonably square and free from any distortion.

1.16.3. Bending

Mild steel angle sections up to 75x75mm (thickness up to and including 6mm) shall be bent
cold up to and including bend angles of 10 deg. Mild steel angle sections above 75x75mm
(thickness up to and including 6mm) and up to and including 100x100mm (thickness up to
8mm) may also be bent cold up to bend angles of 5 deg. All other angle sections and bend
angles not covered above shall be bent hot.

All plates up to 12mm thickness shall be cold worked up to a maximum bend angle of 15deg.
Hot bending shall be employed for greater bend angles and thicker plates. All hot bent

142
material shall be air-cooled. The bends shall be of even profile and free from any surface
damages. Bends on all high tensile steel sections shall be done hot.

1.16.4. Holing

 Holes in the members shall either be drilled or punched to jig and shall not be formed by
flame cutting process. All burrs left by punching or drilling shall be completely removed.

 Punching may be adopted for M.S. sections with thickness up to 12mm thick. For thicker
sections, drilling shall be done.

 The holes near the bend line of a bent member on both sides of bend line should be
punched/drilled after bending and relative positions of those holes shall be maintained
with the use of proper templates/jigs and fixtures.

 The limit of punching for H.T. Steel section may be indicated in the bid.

1.17. FASTENERS: BOLTS, NUTS AND WASHERS INCLUDING ANTI-THEFT BOLTS & NUTS

1.17.1. All tower members shall be joined together with Bolts and nuts. All hexagonal bolts and nuts
shall conform to relevant standards. They shall have hexagonal head and nuts, the heads
being forged out of the solid, truly concentric, and square with the shank, which must be
perfectly straight. All bolts and nuts shall be galvanized.

A) The bolt shall be of 16/24 mm diameter (preferably 16 mm and same type for all towers)
and of property class 5.6 as specified in relevant standards and matching nut as specified
in EN ISO 898:1999 Bolts and nuts of other grades as per International standards may also
apply by agreement between the manufacturer and the purchaser.

B) Bolts up to M16 and having length up to 10 times the diameter of the bolt should be
manufactured by cold forging and thread rolling process to obtain good and reliable
mechanical properties and effective dimensional control. The shear strength of bolts for
5.6 grade should be 310 MPa minimum as per ISO 898-7. Bolts should be provided with
washer face in accordance with ISO 898 and other international standards acceptable to
client to ensure proper bearing. Bolt connections are considered as pre-stressed slip bolts
and shall be tightened to about 50% of the yield strength.

143
C) Nuts for hexagonal bolts should be double chamfered as per the requirement of relevant
standards. It should be ensured by the manufacturer that nuts should not be over tapped
beyond 0.4mm oversize on effective diameter for size up to M16.Nuts for anti-theft bolts
should be round tapered with hexagonal shear nuts. The hexagonal portion of shear nuts
shall break away at specified torque recommended by the supplier to ensure proper
tightening of members and the fasteners shall not be opened subsequently with tools. The
tightening torque and shearing of anti-theft nuts shall be verified during proto-assembly.

D) Fully threaded bolts shall not be used. The length of bolts shall be such that the threaded
portion will not extend into the place of contact of the members.

E) All bolts shall be threaded to take the full depth of the nuts and threaded for enough to
permit firm gripping of the members, but not further. It shall be ensured that the threaded
portion of each bolt protrudes not less than 3mm and not more than 8mm when fully
tightened. All nuts shall fit tight to the point where the shank of the bolt connects to the
thread.

Anti-theft type of bolts and nuts along with spring washers shall be used for all redundant
members of tower bottom portion for 5 meter from the ground/first two panels whereas
balance joints shall be connected with hexagonal bolts. Antitheft bolts and nuts shall have
round tapered head with hexagonal shear nuts conforming to relevant standards for
property class 5.6/5. All bolts shall be galvanized as per relevant standards.

F) Flat and tapered washers shall be provided wherever necessary. Spring washers
designated as B-16 as per relevant standards Electro galvanized shall be provided for
insertion under all nuts. These washers shall be of steel and electro-galvanized,
conforming to relevant standards and positive lock type and 3.5 mm in thickness for 16
mm dia. bolt and 4mm for 20mm dia. bolt and 4.5mm for 24mm bolt as per relevant
standards.

G) To avoid bending stress in bolts or to reduce it to minimum, no bolt shall connect


aggregate thickness of members more than three (3) times its diameter.

144
H) The bolt positions in assembled towers shall be as per relevant standards. Bolts at the
joints shall be so staggered that nuts shall be tightened with spanners without fouling.

I) To ensure effective in-process Quality control it is desirable that the manufacturer should
have in house testing facility for all tests like weight of zinc coating, shear strength and
other tests etc. The manufacturer should also have proper Quality Assurance System
which should be in line with the requirement of this specification and IS: 14000 series
Quality System Standard.

J) The Contractor shall furnish bolt schedules giving thickness of members connected, the
nut and the washer and the length of shank and the threaded portion of bolts and sizes of
holes and other special detail of this nature.

K) To obviate bending stress in bolts or to reduce to minimum, no bolt shall connect


aggregate thickness of more than (3) times the bolt diameter and also the number of
members carrying stresses to be connected by a single bolt shall not generally exceed
three (excluding gusset and packing).

L) Spacing of Bolts and Edge Distance:

1) The minimum spacing and minimum edge distances of bolts shall be in accordance with
any mutually acceptable International Standards proposed to be used for the design of
substation steel structures.

2) As a general rule, the minimum distance from the centre of hole to edge shall be 1.5x bolt
diameter and minimum distance between centre to centre of holes shall be 2.5 x bolt
diameter

The minimum spacing of bolts and edge distances shall be as given below Table 10:

Table 10: Spacing of bolts and edge distance

Bolt diameter Hole Minimum bolt Minimum edge Hole Minimum Distance
(mm) diameter spacing (mm) centre to rolled or (mm) Hole centre to
(mm) sawn edge sheared or flame cut
edge

145
12 13.5 32 16 20

16 17.5 40 20 23

20 21.5 48 25 28

24 25.5 60 33 38

M) Locking Devices

Locking devices shall confirm IEC: 372-1984. Electro-galvanized/hot dip galvanized spring
washers of positive lock type of thickness indicated below Table 11 corresponding to bolt
diameter shall be provided for insertion under all nuts.

Table 11 : Diameter of bolt and thickness of spring washer

Bolt Diameter (mm) Thickness of spring washer (mm)

12 2.5

16 3.5

20 4.0

24 5.0

N) The gap between the ends of two connected members in a butt joint shall not be more
than 6 mm and less than 4 mm.

O) Tolerances

i) The fabrication tolerances in general shall conform to relevant international standard.

ii) The maximum allowable differences in diameter of the holes on the two sides of the plate
or angle shall be 0.8mm, i.e., the allowable taper in a punched hole shall not exceed 0.8
mm on diameter.

iii) Tolerance cumulative and between consecutive holes shall be within – 0.5mm to +0.5mm.

iv) Tolerance on the overall length of a member shall be within -1.6 mm to +1.6 mm.

146
v) Tolerance on gauge distance shall be within -0.5mm to +0.5mm.

P) Minimum Thickness

The minimum thickness of galvanized members shall be as follow:

i) Leg member, Ground Wire Peak members & Lower members of Cross Arms in
Compression shall have a minimum thickness of 5 mm at least.

ii) Other members of tower shall have a minimum thickness of 4 mm.

iii) Minimum thickness of Gusset plate shall be 2 mm more than the lattice it connects only in
case when the lattice is directly connected on the gusset outside the leg member. In no
case the gusset shall be less than 6 mm in thickness.

1.18. ERECTION MARK

1.18.1. Each individual member shall have erection mark conforming to the component number given
to it in the fabrication drawings. This mark shall be punched with marking dies of 16 mm size
before galvanizing and shall be legible after galvanizing. Lettering shall have a minimum height
of 15 mm. Special care shall be taken to see that all marking are made in such a manner as not
to obliterated in transit, or in any way damage the galvanizing or affect the strength of the
structure. The stenciled mark shall be made with durable paint or ink that will adhere to the
galvanized surface and be legible.

1.18.2. Erection Mark shall be A-BB-CC-DDD

A = Employer's code assigned to the contractors-Alphabet.

BB = Contractor's Mark-Numerical

CC = Tower Type-Alphabet

DDD = Number mark to be assigned by Contractor-Numerical

1.19. NUMBER OF PARTS

Tower members shall be so fabricated as to be bolted together easily at site. Preference will be
given to the design with least number of parts and the one which offers best facilities for
transport, erection and maintenance. In designing towers, for a minimum number of parts, the

147
Contractor shall not, however, employ parts of such dimensions as will prove difficult to
handle. The length of the longest piece shall not exceed 6 meters.

1.20. GALVANIZING

1.20.1. All tower members and stubs shall be fully galvanized. Galvanizing of the member of the
towers and stubs shall conform to BS EN ISO 1461. All galvanized members shall withstand
tests as per relevant standards. For fasteners, the galvanizing shall conform to relevant
standards. The Galvanizing shall be done after all fabrication work is completed, except that
the nuts may be tapped or re-run after galvanizing. The thickness of the layer should be at
minimum 610 g/m2 for the bars and 375 g/m2 for the bolts. Threads of bolts and nuts shall
have a neat fit and shall be such that they can be turned with finger throughout the length of
the threads of bolts and they shall be capable of developing full strength of the bolts. Spring
washers shall be electro-galvanized as per Grade 4 of relevant standards.

1.20.2. The finished materials shall be dipped into the solution of dichromate after galvanizing or
treated with approved inhibitor (the details of which shall be given in the bid) for protection
against white rust formation during sea transportation.

1.21. STUB SETTING TEMPLATES/PROP SETTING ARRANGEMENT

Stub templates shall be designed, fabricated and supplied by the contractor for all types of
tower with or without extensions and also for leg extension. Stub templates suitable for
standard towers and tower with applicable extensions shall be of adjustable type. The stub
templates shall be painted with anticorrosive paints. The number of templates of each type of
tower is to be arranged by the contractor to the satisfaction of the Employer for timely
completion of line. The quantities of templates indicated in the Schedule are required by the
Employer for keeping in stores. Prop setting arrangement is also allowed subject to
review/scrutiny/approval of Employer/PMC.

1.21.1. Thickness of Stubs

“The thickness of stub-section should be kept 2.0 mm more than the thickness of the last leg
members connected to the stub.”

148
1.22. INSULATOR STRINGS AND EARTHWIRE CLAMP ATTACHMENTS

a) For the attachment of “I” type suspension insulator strings a suitable swinging hanger on
the tower shall be provided so as to obtain requisite clearance under extreme swinging
conditions and free swinging of the string. The hanger shall be designed to withstand
highest possible load which may be imposed on it.

b) Earth wire suspension clamps will be supplied by the Contractor, Earth wire peaks / cross
arms are to be suitably designed to accommodate the shackle of the suspension clamp.
Earth wire tension clamps will be supplied by the Contractor, Ground wire / cross arms are
to be suitably designed to accommodate the tension clamp.

c) At tension towers strain plates of suitable dimensions on the underside of the each cross-
arm tip and at the top of earth wire peak, should be provided for taking the D-shackles of
the tension insulator strings or earth wire tension clamps as the case may be. Earth wire
tension clamp should be as per relevant standards. Full details of the attachments shall be
submitted by the Contractor for Employer's approval before starting the mass fabrication.

1.23. TESTING OF TOWERS

1.23.1. All standard tests, including quality control tests, shall be carried out in accordance with IEC
60652 and other relevant international standards.

1.23.2. An un-galvanized (Black) tower of each type complete with +9m extension shall be subjected
to design and destruction tests by first applying test loads equivalent to the specified ultimate
tower loadings and applied in a manner approved by the Employer. The tower shall withstand
these tests without showing any sign of failure or permanent distortion in any part. Thereafter
the tower shall be subjected to destruction by increasing the loads further in an approved
manner till it fails. The tower shall be tested for all the conditions considered for the design of
tower.

The successful Bidder shall submit to the Employer, for approval, the detailed programme and
proposal for testing the towers showing the methods of carrying out the tests and manner of
applying the loads.

149
After the Employer has approved the test procedures and programmers the contractor will
intimate the Employer about carrying out of the tests at least 15 days in advance of the
scheduled date of tests during which the Employer will arrange to depute his Consultant's /
representatives to be present at the time of carrying out of the tests. Six copies of the test
reports shall be submitted.

The Contractor shall submit one set of shop drawings along with the bill of materials at the
time of prototype tower testing for checking the tower material. Further at the time of
submitting test report, the contractor has to submit the final tracings of shop drawings and Bill
of materials for Employer's reference and record.

1.23.3. In case of premature failure, the tower shall be retested and steel already used in the earlier
test shall not be used again. However, in case of minor failures, the contractor can replace the
members with higher section and carry out the testing. The Contractor shall provide facilities
to the Employer or their representatives for inspection of materials during manufacturing
stage and also during testing of the same.

1.23.4. In case of any premature failure even during waiting period, the tower is to be retested with
rectified members. However, if the failures are major in nature and considerable portion of
tower is to be re-erected, in such cases all the tests which have been carried out earlier to be
re-conducted again to the entire satisfaction of Employer.

1.23.5. No part of any tower subject to test shall be allowed to be used on the line. The price will be
quoted after allowing rebate for the scrap value of the tower material which will be retained
by the successful Bidder.

1.23.6. The Contractor shall ensure that the specification of materials and workmanship of all towers
actually supplied conform strictly to the towers which have successfully under gone the tests.
In case any deviation is detected the Contractor shall replace such defective towers free of cost
to the Employer.

All expenditure incurred in erection, to and fro transportation, any other expenditure or losses
incurred by the Employer on this account shall be fully borne by the successful Bidder. No
extension in completion time shall be allowed on this account.

150
The Employer, however, reserves the right to waive off the testing of the towers, provided the
successful Bidder had earlier successfully tested, erected and commissioned same towers and
certificate for such tests carried out earlier are furnished duly certified by that Employer and
are found acceptable.

1.23.7. Each type of tower to be tested shall be a full scale prototype black tower and shall be erected
vertically on rigid foundation and the stub protruding above ground level as provided in the
design drawing between ground level and concrete level. This portion of the stub shall be kept
un-braced while testing. The tower erected on test bed shall not be out of plumb by more
than 1 in 360.

1.23.8. The sequence of testing shall be at the discretion of the Employer.

1.23.9. The Employer may decide to carry out the tensile test, bend test etc. as per relevant
international standards on few members of the test tower after completion of the test. The
decision of the Employer's representative regarding which member and number of members
to be tested is final and binding. The successful bidder shall make suitable arrangement for
the same.

1.23.10. Prefix 'T' shall be marked on all members of test tower in addition to the mark no. already
provided.

1.23.11. Calibration of Measuring Instruments

All measuring instruments shall be calibrated in a systematic manner with the help of standard
weights. The calibration shall, before commencing the test on each tower be done up to
maximum anticipated load to be applied during testing. Calibration curves for the instruments
to be used during testing drawn by the testing authorities. The test loads shall be corrected
with the help of calibration curves.

1.23.12. Tests

The procedure for conducting the tower test shall be as specified in IEC 60652.

1.23.12.1. Bolt Slip Test

151
The test loads shall be gradually applied up to the design loads, kept constant for two (2)
minutes at the design loads and then released gradually.

The initial and final readings on the scales before application and after the release of loads
respectively shall be taken with the help of theodolite. The difference between these
readings gives the values of the bolt-slip.

1.23.12.2. Normal Load/Broken Wire Load tests

All the loads shall be applied gradually up to the ultimate design loads (design load x
F.O.S.) in the following steps and shall be released in a similar manner:

 50 percent,

 75 percent,

 90 percent,

 95 percent, and

 100 percent.

Observation Periods

a) Under normal and broken wire load tests, the tower shall be kept under observation for
any sign of failure for two minutes (excluding the time for adjustment of loads) for all
intermediate steps of loading up to and including 95% of ultimate design loads.

b) For normal as well as broken-wire tests, the tower shall be kept under observation for five
minutes with 100% ultimate design load.

c) Unless otherwise agreed, it is recommended that the difference between the required
load and the measured load at any individual load application point and at any time during
the test should not exceed 5 %.

d) While the loading operations are in progress, the tower shall be constantly watched and if
it shows any tendency of failure anywhere, the loading shall be immediately stopped,
released and then the entire tower shall be inspected.

The re-loading shall be started only after corrective measures are taken.

152
RECORDINGS

a) The deflections of the tower shall be recorded at each intermediate and final stage of
normal load/ broken - wire load test by means of a theodolite and graduated scales.

b) The graduated scales which are fitted on the tower shall be about one metre long with
marking up to 5 mm accuracy.

c) These deflection values recorded shall be checked against calculated deflection value from
the tower design.

d) It is recommended that the entire test should be video recorded and the video cross-
referenced with the measurements.

1.23.12.3. Destruction Tests

a) If the purchaser so desires, the tower shall be tested to destruction.

b) Destruction test shall be carried out under normal condition or broken wire condition as
agreed between the purchaser and the contractor.

c) All the provisions as mentioned in IEC 60652 for normal/broken wire load test shall be
applicable to destruction test as well. However, the loads shall be increased in steps of 5%
after the ultimate design loads have been reached.

CHECK FOR MECHANICAL STRENGTH OF TOWER

a) The structures shall be considered to be satisfactory if it is able to support the specific


ultimate load for five (5) minutes with no visible deformation after unloading (such as
bowing, buckling) and no breakage of elements or constituent parts. Ovalization of holes
and permanent deformation of bolts shall not be considered as failure.

1.23.12.4. Material Test

If so desired by the purchaser, coupons shall be cut from test tower members and tested
in a laboratory to ascertain conformity of the material to the governing standard.

1.23.12.5. Retest

153
a) In the event of premature failure of tower, the part that has failed may be replaced by
another with a greater mechanical strength. The modified structure shall be required to
pass the test for the specified ultimate load values (100% steps). The failure analysis shall
be perform with or without the help of any relevant finite element software and
rectification should be submitted to the client/Consultant.

b) In case of failure of tower during testing, and retest is to be conducted at a later date, all
the expenses for witnessing of test, by the representative of the Employer, shall be borne
by the Contractor.

1.24. CHECK ASSEMBLY OF TOWERS

Before proceeding with the bulk fabrication of any type of tower, the Contractor shall fabricate
and assemble in his works for inspection by the Employer or his authorized representative, one
tower of each type as finally approved by the Employer for checking the fabrication accuracy
and workmanship. The check assembly shall be in a horizontal position. Proto assembly made
on ground in horizontal position shall be adequately supported to prevent distortion and
overstressing of members to ensure proper fit and shall be accomplished without
extraordinary effort to align bolt holes or to force pieces into position. For the check assembly,
bolts and nuts shall be not more than finger tight.

1.25. GROUNDING OF TOWERS

1.25.1. Grounding of towers shall be done in accordance with EN 50341-1.

1.25.2. The angle of shielding is defined as the angle formed by the line joining the centre lines of the
earth wire and top most outer power conductor, in still air, at tower, to the vertical line
through the centre line of the earth wire. The angle of shielding to be maintained for the
design of transmission lines under the project has been specified in Technical Specification.
The drop of 150 mm on account of earth wire suspension assembly shall be considered while
calculating the maximum angle of shielding i.e. 25 degree.

1.25.3. Two 17.5 mm dia. holes shall be drilled about 50 mm apart on all stubs such that the lower
hole is above the ground level, clear of the concrete muffing, for connecting the earth strip.

154
1.25.4. Depending upon the value of soil resistivity at a tower location, pipe type or counterpoise type
earthing of towers shall be provided. The provisional quantities for pipe type earthing and
counterpoise earthing are furnished in the Price Schedule. The bidders are required to quote
unit rates for the same in appropriate Price Schedule. The quoted price shall include
fabrication, supply and installation of earthing material including supply of coke, salt etc. In
case of counterpoise type earthing, the quotation shall be based on 4x15metres, of wire per
tower. The bidder shall quote for the supply of grounding materials complete with galvanized
mild steel strip, necessary bolts, nuts, counter poise wires and washers required for connecting
the strip to the tower.

1.25.5. Pipe Type and Counterpoise earths, where necessary, shall be provided by the Contractor in
accordance with EN 50341-1.

1.25.6. The Contractor shall measure the tower footing resistance (TFR) of each tower after it has
been erected and before the stringing of the earth wire during dry weather. Each tower shall
be earthed. The tower footing resistance shall not exceed 10 ohms.

1.25.7. For counterpoise type earthing the earthing will vary depending on soil resistivity.
Counterpoise earth consists of four lengths of galvanized steel stranded wires, each fitted with
a lug for connection to the tower leg at one end. The wires are connected to each of the legs
and taken radially away from the tower end embedded horizontally 450 mm below ground
level. The length of each wire is normally limited to 15 m, but may be increased if the
resistance requirements are not met. The size of the galvanized steel stranded wire may be
taken equal to the sizes of the earth conductor. A typical example of counterpoise type
earthing of tower is shown in Annexed drawing WAP/POWER/TOGO/CEB/Bid/T20. In case
resistivity does not come down less than 10 ohms even after providing 4x15 m counterpoise
wire, Contractor shall submit a statement in this regard to Employer to know further course of
action.

1.25.8. Earthing for River Crossing Towers /Pile foundation

Galvanized earthing strip of flat 45 x 6 mm shall be provided in two legs of tower for each
location with proper arrangement of connecting these strips to stub by 16mm bolts. For pile
foundation in scourable strata like within river, river banks, etc. The strip shall be taken up to

155
scour level along the concrete of pile foundations. Only bolted connections are allowed for
connecting this strip to achieve desired length. Contractor shall submit the detailed drawing
for approval of Employer/Owner before installation.

1.26. TOWER ACCESSORIES

Suitable arrangement in the towers shall be provided for fixing of all tower accessories to the
tower, at a height between 2.5 meters and 3.5 meters above the ground level.

1.26.1. Step Bolts & Ladders

The step bolts conforming to relevant standards of not less than 16mm diameter and 175 mm
long, spaced not more than 450 mm apart and extending from 2.5 meters above the ground
level to the top of the tower. Bolt holes shall be provided below 2.5 m level and step bolts will
not be filled but the same will be handed over to the Employer. However, the head diameter
shall be hexagonal. For Single circuit tower the step bolt shall be fixed on one leg up to the top
of the tower. Each step bolt shall be provided with two nuts on one end to fasten the bolt
securely to the tower and button head at the other end to prevent the feet from slipping away.
The step bolts shall be capable of withstanding a vertical load not less than 1500 Newton. For
special towers, where the height of the super structure exceeds 50 meters, ladders along with
protection rings as per the Owner approved design shall be provided in continuation of the
step bolts on one face of the tower from 30 meters above ground level to the top of the
special structure. From 2.5m to 30m height of super structure step bolts shall be provided.
Suitable platform using 6mm thick perforated chequered plates along with suitable railing for
access from step bolts to the ladder and from the ladder to each cross-arm tip and the ground
wire support shall also to be provided. The platform shall be fixed on tower by using counter-
sunk bolts.

1.26.2. NUMBER PLATES, PHASE PLATES, HELICOPTER PLATES AND CIRCUIT PLATES

a) Bidder shall supply & Install approved number plates, phase plates, helicopter plates &
circuit plates for all towers as shown in references Drawing No. WAP/POWER/TOGO/CEB/
Bid/T18 as per CEB standard applicable.

156
b) The number, helicopter, circuit and phase plates shall conform to relevant CEB standard
applicable.

c) For number plate, helicopter plates and circuit plate the language of these plates may be
English /local language or any other language as per decision of the Employer.

1.26.3. ANTI-CLIMBING DEVICE

a) All towers shall be fitted with anti-climbing devices conforming to relevant standards. Anti-
climbing devices shall be installed on the tower at the height duly approved by the
Employer. A drawing no. WAP/POWER/TOGO/CEB/Bid/T21, giving the typical details of
anti-climbing devices is attached for reference.

b) Necessary holes shall be provided on the tower members for installation of the anti-
climbing devices.

c) The bidder shall quote unit rate for installation of anti-climbing devices inclusive of the
cost of all materials i.e. structural steel members, barbed wires, bolts, nuts, washers, etc.

1.26.4. BIRD GUARDS

a) The bird guards for suspension towers shall be made of galvanized iron sheet and shall
conform to relevant standards.

b) Necessary holes shall be provided on the cross arm of the suspension towers for fixing the
bird guards.

1.27. DESIGN OF FOUNDATIONS

1.27.1. Scope

a) This section covers the design requirements of foundations of self-supporting galvanized


lattice towers for 161 kV Single Circuit Transmission Lines under the scope of this
specification. The foundation of various types of towers shall generally be of either plain
cement concrete pyramid type or reinforced cement concrete slab & chimney type
depending upon the loads on foundations, soil characteristics and location of ground
water table at each tower location.

157
b) The bidder shall furnish with his offer the sample design calculations, drawings and bar
bending schedules for each type of foundation which he proposes to use for the proposed
transmission lines.

c) The designs of foundations shall be developed as per soil properties mentioned in Specific
Technical Requirements. However, during execution, if different type of soil (other than
specified in Specific Technical requirement) is encountered at any location, the designs of
foundations for such soils shall also be in the scope of contractor.

d) The designs of foundations for all type of normal towers and angel towers with +0 m, +6
m, -6 body extensions shall be done by the contractor and submitted to Employer for
approval. The foundation designs shall be based on foundation loads determined from
approved designs of various types of towers and soil parameters determined based on
geotechnical investigation carried out by the contractor along the transmission line route.

e) Payment for Foundations: The payment for different items of foundation works viz.
excavation, concrete and reinforcement shall be restricted to guaranteed volumes or as
per approved foundation design whichever is less as per unit rates quoted in the Price
Schedules by the Contractor.

1.27.2. CLASSIFICATION OF SOILS AND SOIL PROPERTIES

Type of soil likely to be encountered enroute proposed Transmission Lines shall generally be
coarse grained soil. The physical properties of soils, which shall be required for the design of
foundations and determined by the Employer based on preliminary soil investigations are
given in specific technical requirement. Bidder shall confirm that in case the types of soils,
encountered at any location is other than soil given in specific technical requirement.

Soil Investigation: The Contractor shall carry out detailed soil investigation along the
transmission line route to determine the soil type and physical properties of soils required for
the design of foundations. In case the type of soils and/or engineering properties of soils are
found to be different as per detailed soil investigation carried out by the contractor than those
given in Specific Technical Requirements, the Contractor shall develop the designs of
foundations for such soils and based on such engineering properties of soils. The rates quoted

158
by him for foundation work viz., excavation, concrete, reinforcement etc. shall be applicable
for such foundations.

1.27.3. Grouping of Foundations

a) The foundations for normal towers and normal towers with extensions shall be grouped as
under:

i) Normal Towers

ii) Normal Towers with +3 m, +6 m, +9 m Body Extensions.

iii) The leg extension of corresponding type of towers for -2 m, to +3m (in 1 m for use) leg
extensions.

b) Foundation for special type of tower: The foundation for special type of tower shall be
based on soil investigations and either conventional pad and chimney type or pile
foundations. The design and construction of foundations shall be carried out in
accordance with IEC: 60826 and IEC: 61773.

c) The design of foundations shall be developed based on critical loading in a group and the
same design shall be adopted for all towers in that group. However, the said design shall
be checked for its adequacy and safety for other towers in that group. Only one type of
foundation design shall be adopted for each group for a particular type of soil.

1.27.4. Classification of Foundations

A. Depending on the type of soil, location of water table, and the presence of surface water,
seven types of foundation designs shall be used for each type of tower for locations
classified in the following manner:

I) Normal Dry Soil Type – To be used at the locations where normal dry cohesive or
non-cohesive soil is met with in full depth and water table is below foundation level.

II) Wet Soil Type – To be used for locations where normal cohesive or non-cohesive soil
is met with in full depth and

a) Where water table is above foundation level and up to 1.5 m below the ground
level; or

159
b) Which have standing surface water for long period with water penetration not
exceeding 1m below the ground level e.g., the paddy fields.

c) In black cotton soil (including clay type, not necessarily black which shrinks when dry
& swells when wet).

III) Partially Submerged Type: To be used at locations where normal cohesive or non-
cohesive soil is met with in full depth and water table is at a depth between 0.75 m to 1.5
m below the ground level.

IV) Fully Submerged Type: To be used at locations where normal dry cohesive or non-
cohesive soil is met with in full depth and water table is within 0.75 m from the ground
level.

V) Dry Fissured Rock Type To be used at locations where normal dry cohesive or non-
cohesive soil is met with in full depth and water table is within 0.75 m from the ground
level.

VI) Wet Fissured Rock Type: To be used at locations where decomposed/fissured rock is met
with and where water table is above foundation level and up to 1.5 m below the ground
level. Undercut type of foundation is to be used at these locations;

VII) Hard Rock Type: To be used at locations where hard rock is met with requiring chiselling,
drilling and blasting for excavation and where the bond strength between the rock and
concrete will be very high.

VIII) Pile Type Foundation: To be used at locations where the top 3.0 to 4.0 m soil layer is weak
or water logged; having insufficient bearing capacity and where conventional foundations
are not found feasible from techno-economical considerations. A Pile foundation may be
adopted at locations where ‘N’ value is less than 10 and shear strength is less than 35
kN/sq.m. The pile foundation shall be reinforced cement concrete cast in-situ bored pile
type. The detailed foundation design shall be submitted by the contractor based on the
soil investigation report.

160
IX) In addition to the above, depending on the site conditions more varieties of foundations
may be introduced, in case there is a requirement for suitable intermediate conditions
under the above classification to effect economy.

B. The relevant characteristics of the various types of soils are given in specific technical
requirement of this specification. It shall be the responsibility of the contractor to draw
the attention and obtain approval of the Employer for the departures necessitated in
these design data, should he find it necessary based on his inspection of the site
conditions, results of soil investigations, trial pits etc.

1.27.5. Forces for Design of Foundations

The following forces/loads transmitted to foundation by superstructure due to the action of


wind, conductor tension, temperature, earthquake etc. acting thereon shall be considered in
the designs of foundations:

I) Maximum Tension/Uplift Force.

II) Maximum Compression Force/Down Thrust, along leg slope.

III) Maximum horizontal shears/side thrusts in longitudinal and transverse directions.

IV) Additional forces due to eccentricities in the foundation system (if any)

1.27.6. Partial Safety Factors on Loads

In the design of foundations, the following partial factor of safety on loads shall be applied i.e.
the foundation loads obtained from tower design shall be multiplied by the following factors to
get loads for the design of foundations:

a) Towers up to angle of deviation of 150 (i.e. tangent & small angle towers): 1.10;

b) Towers with angle of deviations above 150(i.e. medium & large angle towers and dead end
towers): 1.20.

c) For pile foundation: 1.1.

161
1.27.7. Stability of Foundation

A. The foundation shall be designed to withstand the most critical combinations of forces for
forces specified in clause 1.27.5 multiplied by relevant partial factor of safeties specified in
clause 1.27.6. The stability of foundation, in general, shall be checked for the following
aspects:

1. Stability against Uplift;

2. Stability against Bearing Capacity of Soil;

3. Stability against Side Thrust;

4. Stability against Overturning; and

5. Stability against Sliding.

B. The types of soil resistances to be considered for balancing the various imposed forces by
the superstructure on the foundation shall be considered as under:

i) Resistance against uplift forces

The uplift force shall be assumed to be resisted by the buoyant weight of foundation and
the weight of earth contained in an inverted frustum of a conical pyramid of earth on the
foundation pad with the sides of the pyramidal cone of earth making an angle equal to the
angle of repose of the soil with vertical. The weight of concrete including reinforcement
shall also be considered for resisting the uplift. In case, the frustums of earth pyramid of
two legs overlap each other, the earth frustum shall be assumed truncated by a vertical
plane passing through the centre line of the tower base.

ii) Resistance against compression force/down thrust

The total compression force/down thrust load including effective weight of concrete/R.C.C
and weight of embedded steel parts shall be resisted by bearing capacity of the soil
assumed to be acting on the total contact soil area under the footing.

iii) Resistance against sliding & overturning:

162
The stability of the foundation against sliding and overturning shall be checked and the
factor of safety shall be greater than 1.0.The horizontal shears / side thrusts shall be
assumed to be resisted by the passive pressure of soil around the footing. The passive
resistance of the soil shall be calculated as per Rankine’s formula. In case, complete side
thrust is not balanced by available passive resistance of soil, unbalanced part of the side
thrusts shall be balanced by bearing pressure of soil under the footing and friction force
between soil & footing base. The coefficient of friction between soil and foundation
concrete varies from 0.3 to 0.5 for normal soil and dry fissured rock.

1.27.8. Structural Design of Foundation

A. Isolated identical footings shall be provided for each leg of the tower.

B. Depending on the type of soil and its engineering properties and foundation loading, the
foundation of tower shall be one of the following types:

i) Plain Cement Concrete Pyramid & Chimney type;

ii) Reinforced Cement Concrete (R.C.C.) Pad and Chimney;

iii) R.C.C. Pad and Chimney Type with Under Cut (For Soft Rock Only); and

iv) Rock Anchor Type (For Hard Rock Only).

The typical details for each type of foundations are given in Drawing No. WAP/POWER/
TOGO/CEB/Bid/T19, for reference. Bidders are supposed to design and quote for the
foundations accordingly”.

C. Slab type R.C.C. isolated footings shall be provided.

D. Seismic Forces: Design of foundations for towers against seismic forces shall conform to
relevant standards or shall be considered and worked out in accordance with relevant
Standard of Togo or any other mutually acceptable International Standard.. The important
factor to be considered in the calculation of seismic forces shall be 1.5 and other factors
shall be as per above code. In the event of award of contract, detailed supporting design

163
calculations regarding adequacy and safety of foundations against seismic forces shall be
furnished by the contractor.

E. The foundations shall be designed so as to satisfy and meet the following requirements:

i) In all foundations, a lean concrete sub-base having a thickness of 100 mm and of size
equal the concrete pyramid base/R.C.C. slab shall be provided under structural concrete.
The lean concrete shall be of grade M-10 (1:3:6) conforming to relevant standards. The
lean concrete sub-base provided under the footings shall not be considered in the
structural calculations.

ii) The chimney of the foundation shall at least be 300 mm square providing a minimum clear
concrete cover of not less than 100 mm over any part of the stub angle in case of dry
foundations and at least 450 mm square with minimum clear concrete cover of not less
than 150 mm over any part of the stub angle in case wet, partially submerged and fully
submerged foundations.

iii) The chimney top shall extend 300 mm (Minimum) above ground level and coping shall be
up to 50 mm below the joint between the bottom bracing and the leg members.

iv) The embedded end of the stub angle shall have a 150 mm thick clear concrete cover up to
the top of the lean concrete sub-base in the case of dry foundations and a 200 mm thick
clear concrete cover in the case of wet, partially submerged and fully submerged
foundations.

v) The minimum length of stub encased in concrete below the ground level shall not be less
than 1.50 meters. However, the stub shall extend up to the bottom of foundation having a
clear concrete cover as specified in Para (iv) above.

vi) The depth of foundation below ground level shall not be less than 3.0 m.

vii) The centroidal axis of the stub shall coincide with axis of the chimney and pass through the
center of the footing base. The design of the foundation shall take into account the

164
additional forces resulting from eccentricity introduced due to non-compliance of above
requirements.

viii) The chimney shall be designed as a composite member for combined action of axial
forces, both compression & tension, and bending moments about longitudinal and
transverse axis and as a composite member comprising concrete, steel stub and
reinforcement steel. The maximum compression/tension force along with moments in
both the directions due to horizontal shears viz. transverse and longitudinal shall be
considered in the design of chimney.

ix) The adequacy of chimney section shall be checked as per above considering the stub as a
reinforcement placed at the centre of chimney and necessary reinforcement in chimney
shall be provided as per design requirement. The design shall be carried out as per limit
state method of design in accordance with relevant standards. The minimum
reinforcement in chimney, however, shall not be less than 0.15% of the cross sectional
area of the chimney or 4 nos. of 12mm diameter reinforcement bars, whichever is more.

x) The diameter of longitudinal bars in chimney shall not less than 12mm and spacing not
more than 300mm to meet the requirements specified in relevant standards. The
diameter of transverse reinforcement bars in chimney shall not be less than 6mm and
spacing more than 300 mm. The arrangement and other requirements as specified in
relevant standards shall be complied with.

xi) The clear concrete cover to reinforcement in footing i.e. base slab and chimney; shall not
be less than 50 mm.

xii) While designing the foundations, the possibility of top soil erosion shall also to be
considered as per site conditions and the design of foundation shall be done accordingly.

xiii) The settlement of foundations shall be calculated as per relevant standards.

F. Plain Cement Concrete Pyramid and Chimney Type Foundations: The pyramid type of
isolated foundations shall also satisfy and meet the following requirements:

i) The slope of concrete pyramid shall be limited to 45° with respect to vertical.

165
ii) The minimum thickness of the concrete pyramid base slab shall be 100 mm in case of dry
foundations and 200 mm in case of wet, partially submerged and fully submerged
foundations.

iii) The portion of stub and the angle cleats in the pyramid portion only shall be capable of
developing the required bond strength to take full down thrust or uplift load.

iv) The design of chimney shall be carried out as detailed under clause 1.27.8. (E) above.

The bidder must furnish supporting calculations, for uprooting of stub along with
foundation design.

G. Reinforced Cement Concrete (R.C.C.) Pad and Chimney Type Foundations: These types of
foundations shall satisfy and meet the following requirements:

i) The structural design of foundations shall be strictly in accordance with relevant standards
and other relevant Indian Standards.

ii) The design of R.C.C. foundations shall be carried out by limit state method of design in
accordance with relevant standards, using partially safety factors as given in the clause
1.27.6.

iii) The minimum thickness of footing base slab shall not be less than 250 mm in case of dry
locations and 300 mm in case of wet/partially submerged/fully submerged locations.

iv) The minimum thickness of footing base slab at the edges shall not be less than 150 mm.

v) In case of two stepped foundations, (i) the width of upper slab shall not be less than the
width of chimney plus 200mm and twice the thickness of footing at the face of chimney;
and (ii) the reinforcement at top face of each step i.e. the lower & upper slabs shall be
separately provided, i.e. the reinforcement from one slab/step to another slab/step at top
face of the footings shall not be permitted.

vi) In the design of base slabs of footing, actual soil pressure under the footing shall be
considered to calculate the maximum moments and shears at various critical sections. The
design of base slab shall be carried out in accordance with relevant standards . The critical

166
sections for moments and shears shall be as specified in Clause 34.2 of relevant standards
. The reinforcement in the footings shall be accordingly calculated and provided.

vii) The design of chimney shall be carried out as detailed under clause 1.27.8. (E) above.

H. R.C.C Pad and Chimney Type with Under Cut: These types of foundations shall also satisfy
and meet the following requirements:

(i) Wherever decomposed/fissured rock is encountered, this type of footing shall be


provided.

(ii) The size of under cut into decomposed/fissured rock shall be not less than 150 x 150 mm
i.e. it shall be 150 mm horizontally and 150 mm vertically all around in foundation pit.

I. Hard Rock Type Foundation:

(i) At the tower locations where hard rock is encountered either at surface or at some depth
below ground level, the rock anchor type of foundation shall be provided. However, in
case, the thickness of hard rock layer is less than two meters, either soft rock type of
foundation or normal foundation as per site conditions and as per the instructions of the
Employer shall be provided.

(ii) In case of hard rock foundations, the holes of the required diameter as per the approved
design shall be drilled in an approved manner so as to eliminate the possibility of cracking
of rock. The concrete footing shall be secured in the rock with the help of adequate
number of rock anchors of appropriate diameter grouted with cement-cement mortar of
proportion 1:2 (1 Cement: 2 Sand). Suitable non-shrinkage admixture of approved make
shall be mixed in grout mix as per recommendations of manufacturer.

(iii) At selected locations to be decided by the Employer, the contractor shall be required to
verify the strength of rock anchors by conducting in-situ pull out test on rock anchors. No
separate payment for testing of rock anchors shall be payable and same shall be deemed
to be inclusive in the rate of the foundation.

J. Pile Foundations: These type of foundations shall satisfy and meet the following
requirements:

167
(i) Under-reamed pile may have to be provided in case black cotton soil is encountered at any
location and if found necessary by Employer. The under-reamed piles shall be designed in
accordance with relevant standards.

(ii) Bored cast in-situ concrete piles shall be provided for river crossing towers, valley
crossings or any other location if found necessary and approved by the Employer. These
piles shall be designed in accordance with relevant standards.

(iii) Pile foundations shall be designed for compression, uplift, lateral forces, driving stress (if
any).

(iv) The diameter of pile shall not be less than 450 mm and length shall be as per design
requirements.

(v) Design of Pile foundation shall be validated by appropriate type of pile test conducted as
per IEC: 61773/BSEN: 61773-1997. The pile test shall be conducted for both compression
and uplift in accordance with relevant standards. For similar terrain and sub-soil
conditions, if a number of pile foundations are to be adopted, a sample pile test each
under compression and tension shall be conducted. If pile foundations are to be adopted
in different areas having dissimilar sub-soil conditions, at least one pile test each under
compression and tension for each soil type shall be conducted. Nos. of tests to be
conducted shall be finalized after submission of pile test proposal by the contractor.

(vi) The design of pile cap shall comply with the requirements of relevant standards.

(vii) The design of chimney in this case shall meet the requirements specified in these
specifications and any other specific requirement specified in any other applicable code
for special structures like foundations in rivers having scourable beds and subjected to
scouring and heavy water current forces especially during floods etc.

K. Full particulars of foundations (except pile foundations) along with guaranteed/ceiling


volumes of excavation; concrete both lean and structural; and reinforcement steel for all
types of towers and types of soils shall be given by the bidders in the appropriate Schedule
of bid documents.

168
L. Properties of Concrete: The grade of concrete to be used in the foundations shall be as
under:

(i) The grade of cement concrete for use in the foundations shall be M-20 conforming
relevant standards. The nominal mix proportion for this grade concrete shall be 1:1.5:3 (1
Cement: 1.5 Fine Aggregates: 3 Coarse Aggregates) with 20 mm nominal size coarse
aggregates.

(ii) The grade of lean concrete shall be M-10 conforming to relevant standards . The nominal
mix proportion for this grade concrete shall be 1:3:6 (1 Cement: 3 Fine Aggregates: 6
Coarse Aggregates) with 20 mm nominal size coarse aggregates.

(iii) The grade of concrete for pile foundations including piles and pile caps shall be M-25. The
design mix concrete shall be used for pile foundations.

(iv) All the properties of concrete and its constituents including workmanship shall conform to
relevant standards.

(v) The contractor shall use deign mix concrete for foundations except lean concrete. In case
nominal mix concrete is proposed at any location, it shall be established by the contractor
that nominal mix concrete prepared using the same ingredients as proposed to be used in
works gives the desired strength of concrete as specified in relevant standards for
corresponding grade of concrete by casting and testing 150 x 150 x 150 mm size cubes for
7 days and 28 days strength.

(vi) In case of design mix concrete, the contractor shall submit the mix design for approval to
Employer/PMC.

(vii) Both coarse & fine aggregates shall conform to relevant standards.

1.28. DESIGNS, DRAWINGS AND BILLS OF MATERIAL

1.28.1. WITH BID: The following technical drawings and documents are to be submitted along with the
bid without which the bid is liable to be rejected:-

a) Outline drawings with dimensions and clearance diagrams for all tower Types for +9 m
body extensions.

169
b) Loading diagrams for all tower types.

c) Technical data for all the structural steels proposed to be used for tower members as well
as for bolts, nuts and washers.

d) Detailed design calculations including stress tables, members & bolt sizes, foundation
loads etc. for tangent tower(s).

e) Drawings or Catalogues of bidder's equipments.

f) Out line drawings and sample design calculations of foundations of each type which are
proposed.

g) Final conductor and earth wire sag-tension charts.

h) Full description of the proposed method of conductor/earth wire stringing.

1.28.2. Post Award: After award of contract, the contractor shall submit detailed designs of normal
towers and towers with body extensions along with stress diagram/computer output together
with sample calculations for few critical members etc. Hard copies of the tower designs along
with soft copies of input files of the computer software used for analysis of various types of
towers shall be submitted by the contractor. The following designs and drawings shall be
submitted with 6 numbers of Hard Copies in well bound format as well as soft copies of all
documents:

a) Fully dimensioned drawing for each standard type of tower complete with cross arms
showing sizes of all steel sections, fittings, bolts, attachments etc. and clearance diagrams.

b) Dimensioned drawings for extensions with sizes of steel sections employed.

c) Dimensioned drawings for stubs.

d) Dimensioned drawings for stub setting templates.

e) Dimensioned drawings for anti-climbing devices.

f) Loading diagram for all towers under different loading conditions.

g) Stress diagrams for all towers inclusive of +3 m, +6 m, +9 m body extensions and cross-
arms.

170
h) Tabulation of stresses under different design assumptions, permissible stresses for various
members employed in the towers, extensions, and cross- arms complete with the
following information:

 Member reference for identification on stress-diagrams.

 Individual loads due to transverse, longitudinal, vertical, torsion loads,


etc. under normal and broken wire conditions.

 Aggregate loads, compressive and tensile based on loadings specified


under different conditions.

 Measured unsupported lengths.

 Effective unsupported lengths.

 Appropriate radii of gyration.

 Sizes of members proposed.

 Slenderness ratios.

 Permissible crippling stresses.

 Gross areas of sections.

 Permissible crippling loads.

 Number and size of bolts provided.

 Net areas of sections.

 Permissible tensile loads.

 Aggregate cross-sectional area of bolt.

 Shearing stress on bolts.

 Aggregate bearing areas of bolts.

 Bearing stress on bolts.

 Calculated weight of each member.

171
i) Dimensional drawings for foundations for each type of standard tower, and tower with -3
meter, +6 meter & +9 meter extensions with detailed design calculations considering most
critical combinations of uplift, down thrust and side thrusts. Drawings of foundations shall
show all details of foundations, reinforcements, cleat angles, stubs, bar bending schedules,
quantities of excavation, lean concrete, structural concrete & reinforcement steel etc.

j) The capacity charts for all types of towers to be used for smaller angles and longer spans
shall be furnished after award of Contract.

The Employer/PMC may ask to submit any other calculations wherever required and the
contractor is responsible to submit these without any additional payment than that in
the price schedule.

1.28.3. The Contractor shall also furnish to the Employer for approval the various contract drawings,
bills of material, bolt and washer schedules loading/rigging arrangements for tower testing etc.
as called for in the various clauses of this specification. These shall include, but shall not be
limited to the followings:-

a) Design Calculations and drawings: All design drawings and calculations listed in clause
1.28.1 & clause 1.28.2 above.

b) Shop Drawings: Shop drawings shall list the members’ numbers and required quantity of
each member detailed on the drawing. Members may be detailed separately or in places
in any assembly.

c) Erection Drawings: Erection drawings shall be furnished for each type of tower body/hill
side leg extensions and shall show assembly diagrams of structures clearly indicating the
position of each member and the quantity and sizes of bolts for each joint.

d) Bill of Materials: A complete bill of material for each type of tower shall be submitted with
the erection drawings indicating each part number, required quantities for each tower
member and its length, calculated weight and relevant design drawings references.

e) Bolts, Nuts and washer Schedule: Bolts, nuts and washers schedules shall list the number
of bolts and washers required per tower along with the sizes and lengths of bolts and

172
numbers, types and sizes of washers. The shank length and length of threaded portion of
various types of bolts shall be indicated in drawing / table.

1.28.4 The designs, drawings and other documents as specified in clause 1.28.2 and clause
1.28.3 above shall be examined and approved/commented upon by the Employer/PMC as the
case may be within thirty (30) days of receipt of designs/ drawings in Project Manager’s office
so as to ensure compliance to contract specifications and codal provisions. If observations/
comments are conveyed on the designs/drawings/documents by Employer/PMC after
examination, the contractor shall submit the revised designs/drawings/documents duly
incorporating all observations / comments within fifteen (15) days of date of issue of
observations/ comments.

1.28.4. The Employer/PMC may ask to submit any other design calculations or drawings or documents
whenever required and the contractor shall submit the same without any additional cost to
Employer.

1.28.5. The contractor shall not proceed with the manufacturing or fabrication or construction, as the
case may be, without having the approval from the Employer.

1.29. PACKINGS

1.29.1. The material shall be boxed or bundled for transport in the following manner:-

1.29.2. Angles shall be packed in bundles securely wrapped four times around at each end and at
every meter with No.9 gauge galvanized steel wire with ends twisted tightly. Gross weight of
any bundle shall not exceed approximately 450 kg.

1.29.3. Cleat angles, brackets , fillet plates and similar small loose pieces shall be nested and bolted
together in multiples , and securely wired together through holes, wrapped round at least four
times with No.9 gauge galvanized steel wire and ends twisted tightly. Gross weight of each
bundle shall not exceed approximately 70kg.

1.29.4. The correct number of bolts, nuts and washers to be packed in heavy gunny bags accurately
tagged in accordance with the contents and a number of bags packed in a solid box of 22mm

173
thick timber with paneled ends to be securely nailed and further reinforced with 22mm x No.
18 gauge iron band stretched entirely around the batons with ends over lapping at least
150mm. Gross weight of each box shall not exceed approximately 70kg.

1.29.5. All packing shall be subject to the approval of the Employer, or his appointed representatives.
The packing shall be carried out with caution to protect the material from moisture, salt or any
impurities which may cause rust or harmful effects. The packages shall be new and sufficiently
sturdy in construction to withstand normal service incident to shipping and field handling.

1.30. MARKINGS ON PACKINGS

Each bundle or package shall have the following marks:

1.30.1. The contract/purchase order no. and date, the name or designation of the consignee (to be
furnished by the Employer).

1.30.2. Ultimate destination (as required by the Employer).

Detailed dispatch instruction shall be asked for by the contractor from the Employer at least 4
weeks ahead of the scheduled date of dispatch. All packages shall be marked with the standard
packing mark as desired by the Employer.

1.31. PLACE OF MANUFACTURE AND MANPOWER

The bidder or its proposed manufacturer must have established steel fabrication facilities in his
works or at the works of his Associates/proposed manufacturers. The manufacturer of the
tower shall hold valid ISO 9000 quality certification. The galvanizing bath plant & equipment
available for fabrication, testing facilities available in their works and other Institution which
they intend to make use of shall be stated in the bid and shall not be changed without the
approval of the Employer. The bidder shall also submit the details of manpower available with
his manufacturer indicating clearly the number of persons engaged in the design, fabrication of
supporting structures and for erection/construction of the transmission lines. The bidder shall
give a brief profile of the manufacturer(s).

174
1.32. GUARANTEED TECHNICAL PARTICULARS

The bidder shall fill in the guaranteed technical particulars in this Specification and submit the
same with bid.

1.33. SCHEDULE OF REQUIREMENTS AND DESIRED DELIVERY

The schedule of Completion of the project shall be submitted through pert chart indicating
delivery, erection, testing and commissioning.

1.34. QUALITY ASSURANCE PLAN

A Quality Assurance Plan including customer hold points covering all the activities i.e. the
design & engineering, manufacturing, erection, testing and commissioning shall be submitted
by the bidders with their bids. The Quality Assurance Plan after the same is found acceptable
will be approved by the Employer. The Contractor shall follow the approved Quality Assurance
plan in true spirit. If desired by the Employer, he shall give access to all the documents and
materials to satisfy the Employer that the Quality Assurance Plan is being properly followed
and complied with.

1.35. SCHEDULE OF DEVIATIONS / VARIATIONS

If the bidder has any exceptions to any of the clause/s laid down in this specification, these
shall be clearly stated in the schedule of deviations/variations, (technical or commercial)
otherwise it shall be presumed that the bidder agrees to all the provisions& stipulations of this
specification and the same shall be included in the contract document and the contract in case
of successful bidders.

1.36. PAYMENTS

The payments towards supply of towers and all its accessories shall be in accordance with the
section pertaining to ‘Condition of Contract’ and of section pertaining to ‘Particular Conditions
(PC)’ and the rates quoted in the price schedule.

175
CHAPTER - 2
DETAILED SURVEY

176
2019
CHAPTER - 2
DETAILED SURVEY AND SOIL INVESTIGATION
Contents

S.NO DESCRIPTION PAGE NO.

2.1 SCOPE 178


2.2 TRANSMISSION LINE ROUTE 178
2.3 DETAILED SURVEY 186
2.4 TOWER LOCATION 186
2.5 CLEARANCE FROM GROUND, BUILDING, TREES, ETC. 189
2.6 PRELIMINARY TOWER SCHEDULE 189
2.7 PROFILE PLOTTING AND TOWER SPOTTING 189
2.8 CONTOURING AT HILLY/UNDULATED LOCATIONS 191
2.9 SURVEY METHODOLOGY & PRECISION 192
2.10 SURVEY REPORT 193
2.11 TREE ENUMERATION & CUTTING 194
2.12 SOIL INVESTIGATIONS 196
2.13 SOIL RESISTIVITY MEASUREMENT 224

177
CHAPTER-2
DETAILED SURVEY AND SOIL INVESTIGATION
2.1 SCOPE

2.1.1 This chapter covers the finalization of preliminary route alignment and detailed survey of
transmission lines, preparation of route profiles, towers spotting and carrying out
geotechnical/soil investigation along the transmission line route for determining
engineering properties of soil required for the design of tower foundations for the following
transmission lines:-

(a) 161 kV Single Circuit Transmission Line from Kara to Mango (152 km).

(b) 161 kV Single Circuit Transmission Line from Mango to Dapaong (76 km).

(c) 161 kV Single Circuit Transmission Line from Dapaong to Mandouri (68 km) Extended
to frontier (14 km).

2.1.2 The Bidders shall note that Employer/PMC shall not furnish the topographical maps which
may be required for preliminary route alignment of transmission lines but shall extend
necessary assistance that may be required in obtaining the topographical maps from
concerned Department or Organization of Government of Togo.

2.1.3 The Contractor shall finalize and submit the detailed route alignment topographical survey
report of both lines including profiling and tower spotting, contouring etc for the entire
length of lines and also for all obligatory points such as River Crossings, Railway Line
Crossings, Air-Ways Clearance, Power Line Crossings, Telecommunication Line Crossings or
any other important crossings encountered in the transmission line route within three (3)
months from the date of effectiveness of contract.

2.2 TRANSMISSION LINE ROUTE

2.2.1 The route alignment of lines has been finalized by the Employer based on a walkover and
preliminary survey. The coordinates of angle points of two lines based on aforesaid survey
are given in Table 2.1 and Table 2.2 below:

178
Table 2.1

Kara to Mango 161 kV Single Circuit Transmission Line

Angle Points

Route -1:- Kara to Mango

(UTM 31N, WGS 1984 Coordinate System)


EASTING NORTHING ELEVATION
SL. No. Angle Point
(X- Coordinate) (Y- Coordinate) (Z- Coordinate
Kara
1 304949.47 1053472.60 306.20
Substation
2 AP1 305767.76 1056228.10 320.74
3 AP2 306518.76 1058629.92 361.25
4 AP3 308097.60 1063686.58 359.28
5 AP4 309397.85 1066247.09 403.83
6 AP5 312388.96 1068055.02 353.16
7 AP6 312360.74 1069811.76 377.87
8 AP7 293998.03 1084798.90 424.40
9 AP8 287783.69 1087628.29 452.18
10 AP9 289476.56 1090747.95 414.88
11 AP10 289436.11 1092488.82 453.23
12 AP11 285974.26 1095884.33 266.37
13 AP12 285448.72 1097821.91 312.82
14 AP13 282571.41 1098825.68 233.75
15 AP14 283336.93 1104370.54 234.97
16 AP15 272901.30 1112663.52 195.30
17 AP16 267523.27 1119042.51 145.12
18 AP17 265126.28 1122617.18 162.82
19 AP18 262121.72 1124414.30 138.50
20 AP19 256533.70 1130643.69 170.56
21 AP20 251599.20 1131447.16 310.20
22 AP21 227678.91 1138275.43 120.91
23 AP22 221199.83 1138303.83 124.06

179
24 AP23 220210.20 1140402.98 123.48
Mango
25 221357.44 1145639.63 129.48
Substation

Route -2:- Mango to Dapaong

Table-2.2

Coordinates selected during Desk Study for Survey

(UTM 31N, WGS 1984 Coordinate System)


EASTING NORTHING ELEVATION
SL. No. Angle Point
(X- Coordinate) (Y- Coordinate) (Z- Coordinate
Mango
1 221357.4 1145640 129.48
Substation
2 AP 1 221301.2 1145776 133
3 AP 2 219595.4 1149418 136
4 AP 3 217342.8 1153125 154.3
5 AP 4 217436.4 1153401 154
6 AP 5 213983.7 1159117 169.7
7 AP 6 211510 1161689 148.4
8 AP 7 210018 1161640 149.29
9 AP 8 206701.1 1165113 152.4
10 AP 9 204196.3 1167502 162
11 AP 10 202377.1 1168225 170.8
12 AP 11 199719.4 1170462 174.3
13 AP 12 196678.6 1174056 194.8
14 AP 13 193336 1177837 274.7
15 AP 14 192414.9 1180244 253.7
16 AP 15 193643.7 1184938 263.3
17 AP 16 192577.9 1188115 243.6
18 AP 17 196928 1192380 246.2
19 AP 18 193600.6 1193548 252.3
20 AP 19 191413.7 1197074 324.8
21 AP 20 190316 1200097 272
22 AP 21 190445 1200835 271
23 AP 22 190486 1201971 271
24 AP 23 190191 1202897 274

180
25 AP 24 189489 1205855 286
26 AP 25 189880 1205645 282
27 AP 26 191099 1205748 290.59
28 AP 27 192344 1205644 307
Dapaong
29 192706.4 1205421 306
Substation

Route -3:- Dapaong to Mandouri

Table-2.3

Coordinates selected during Desk Study for Survey

(UTM 31N, WGS 1984 Coordinate System)


NORTHING ELEVATION
EASTING
SL. No. Angle Point (Y- (Z-
(X- Coordinate)
Coordinate) Coordinate

1 Dapaong Substation 192706 1205421 307


2 AP 1 192640 1205552 303.6
3 AP 2 192349 1206234 298
4 AP 3 192779 1206664 277.8
5 AP 4 195779 1207807 228.5
6 AP 5 216695 1210270 171.8
7 AP 6 227828 1207631 223.5
8 AP 7 239856 1210152 162.5
9 AP 8 250719 1204481 170
29 Mandouri Substation 256577 1201732 307

The contractor shall be required to carry out necessary studies/surveys to confirm the
above line routes. Further, the contractor shall be required to carry out tower spotting
using PLS-CADD software and optimize the total nos. of towers required for each line.

2.2.2 The Contractor shall verify the aforesaid locations of angle points and route alignment of
both the lines identified by the Employer by carrying out a walk over and preliminary survey
under the supervision of Employer/PMC considering following aspects:

(a) The transmission line route shall be as short and as straight as possible.

181
(b) The line route is near to existing roads in the project area as far as possible taking into
account the economy of construction and ease of maintenance.

(c) The numbers of angle towers shall be kept small to the extent possible. The angle of
deviation shall also be kept as small as possible for keeping the number of heavier
angle towers to a bare minimum.

(d) Good farming areas, uneven terrain, religious places, civil and Defense installations,
industries, aerodromes and their approach and take-off funnels, public and private
premises, ponds, tanks, lakes, gardens and plantations shall be avoided as far as
practicable.

(e) Costs of securing and clearing of right-of-way (ROW) and making access roads as well
as the time required for completing these works shall be as small as possible.

(f) The line shall be away from the telecommunication lines and in case crossing is
encountered, the crossing shall be at right angle as far as possible.

(g) Crossings of line with permanent objects such as rivers, railway lines & Roads shall be
minimum and preferably at right angles.

(h) Difficult and unsafe reaches shall be avoided as far as possible.

(i) The line route should be away from the buildings containing explosives, bulk storage
oil tanks, and oil or gas pipelines.

(j) Marshy land enroute of line should be avoided.

(k) Detour in the transmission line route is preferable so that it should be capable of
taking care of future load developments without major modifications. This aspect
shall be discussed with Employer and finalized before taking up the work of route
alignment survey of lines;

2.2.3 The coordinates during walkover and preliminary survey shall be taken by GPS or DGPS or
Total Station as per the requirement of work. The positional accuracy of handheld GPS shall
not be less than + 3.0 m.

2.2.4 In case realignment of line route is required in any stretch of line on account of any reason
such as encountering National or Reserved Forests, habitation or because of any other

182
reason, it shall be carried out in a manner so as to have economical route and ensuring
convenience of construction and maintenance. The Contractor shall identify and examine
alternative route alignments and suggest to Employer the optimal route for realignment.
For examination of the alternative routes and identification of the most appropriate route
besides making use of information from Topo Sheets, the Contractor shall also carry out
reconnaissance/preliminary survey as may be required for verification.

2.2.5 Based on his walk over and preliminary survey, the Contractor shall submit the preliminary
observations/suggestions on route alignment along with various information collected
during survey and alignment marked on topo sheets of scale of not smaller than 1:50,000
covering features such as villages/towns, other habitation, road & rail crossings, rivers &
canals crossings, forest area, monuments, power & telecommunication lines etc. The final
evaluation of the line route shall be conducted by the Contractor in consultation of
Employer/PMC and optimal route alignment shall be proposed.

2.2.6 The contractor shall submit coordinates of all Angle Points & Dead End Towers in UTM WGS
1984 coordinate system and the alignment of line route drawn on topo sheet covering all
aspects as given in clause 2.2.5 above to Employer for approval.

2.3 DETAILED SURVEY

2.3.1 The detailed survey of line shall be carried out only after approval of preliminary route
alignment by the Employer.

2.3.2 The Contractor shall carry out the detailed survey of transmission line route along the
approved preliminary route alignment of line using modern surveying equipments such as
DGPS and Total Station of appropriate accuracies. The model, make, both horizontal and
vertical accuracies and the calibration certificate of survey equipments proposed to be used
shall be submitted to Employer/PMC for approval. Detailed Survey with conventional survey
equipments like ordinary theodolite, dumpy level etc shall not be permitted. All surveyed
points shall be recorded in terms of XYZ co-ordinates in UTM WGS1984 coordinate system
with respect to Permanent Bench Mark of Togo. Levels/elevations of ground points for a
corridor of 52 meter width (stipulated right of way for 161 kV transmission line) shall be
taken at every 5.0 meter on either side of central line of the route and every 20.0 m interval

183
along the line route or at a closer interval if topography of land is undulated or hilly. These
ground points & features of systematic recorded data shall be used for a TIN (Triangular
Irregular Network) modeling of alignment in PLS-CADD software for the preparation of
ground profile and tower spotting purpose.

2.3.3 All the angle tower locations identified on ground shall be recorded with at least 20mx20m
grid so as to finalize the cutting/filling of the earth/ hillside leg extension, if any. All the
tower locations finalized and approved shall be converted into UTM WGS 1984 co-ordinates
and submitted to Employer/PMC. A Google-pro version of surveyed alignment shall be
submitted by the Contractor to the Employer/PMC.

2.3.4 The Contractor shall finalize and submit the detailed survey report including profiling, tower
spotting, contouring for the entire alignment and also for all obligatory points within three
(3) months from the date of effectiveness of contract. These obligatory points shall include
all the Road & River Crossings, Railway Line Crossings, Air-Ways Clearance, Power Line
Crossings, Telecommunication Line Crossings or any other important crossings encountered
in the transmission line route. The following schedule shall be adhered to in this respect:

Submission of proposal and Within 3 months from the date of


profile to Employer/PMC contract effectiveness

Submission of Soil 1 month from the date of approval


Investigation Report of profile.

2.3.5 The bidders shall quote unit price for the work of detailed survey accordingly and preferably
after undertaking a visit to project site before submission of Bid. The Provisional quantities
for the scope of work are indicated in the relevant Price Schedule. The Final quantities for
route alignment & detailed survey (quantities in Km) shall be the route length along the
approved route alignment.

2.3.6 Route Marking

At the starting point of the commencement of route alignment survey, an angle iron spike
of 65x65x6 mm section and 1000 mm long shall be driven firmly into the ground to project

184
only 200 mm above the ground level. A punch mark on the top section of the angle iron
shall be made to indicate location of the survey instrument.

Hard Wood peg of 50x50x750 mm size shall be driven at prominent positions at intervals of
not more than 750 meter along the transmission line to be surveyed up to the next angle
point. Nails of appropriate size shall be fixed on the top of these pegs to show the location
of instrument. The pegs shall be driven firmly into the ground to project 200 mm only above
ground level. The projected portion of pegs shall be painted with two coats of yellow/red
colour of approved quality paint for easy identification.

At angle points, the concrete pillars of size 150 x 150 x 1000 mm shall be firmly fixed into
the ground, projecting 300 mm above ground level and 700 mm into the ground for easy
identification. The projected portion of pillars shall be painted with two coat of approved
quality of yellow colour paint. Angle Point No. (Like AP-20 for Angle Point No. 20) shall be
marked on pillars in black colour with approved quality of paint.

Paint mark in white paint shall be put in about 300 mm squares with a direction indication
in the direction of line on nearby boulders, rocks, trees etc along the complete transmission
line route alignment for locating the angle points with ease in future.

2.4 TOWER LOCATION

2.4.1 Sag Template

The Contractor shall prepare and submit the Sag-tension calculations of the conductor and
OPGW/Earth Wire and corresponding Sag template drawings at the time of detailed survey
to Employer/PMC for approval. Based on the above drawing, the Contractor shall prepare
sag template on transparent paper/ celluloid or acrylic clear sheet and provide two sets of
the same to Employer/PMC. The Contractor shall also prepare and submit tower spotting
data for approval.

185
2.4.2 Tower Spotting

With the help of approved sag template and tower spotting data, tower locations shall be
marked on the route profiles. While locating the towers on the route profile sheets, the
following points shall be kept in mind:-

(a) Span

The number of consecutive spans between the section towers shall not be more than 15
spans or 5.0 km, whichever is less, in plain terrain and 10 spans or 3.0 km, whichever is less,
in hilly terrain. A section tower shall be a tension type of tower either SB type or SC type or
SD type depending upon route alignment requirements. However, in the hilly terrain, all
towers shall be tension type of tower with or without any angle of deviation.

(b) Extension

An individual span shall be as near to the normal design span as possible. In case an
individual span becomes too short with normal supports on account of undulations in
ground profile, one or both the supports of the span may be extended by inserting standard
body extension designed for the purpose to suit the ground profile and site conditions.

(c) Loading

There shall not be any uplift (i.e. upward force) on suspension towers under normal
working conditions. The suspension towers shall support at least the minimum weight span
as provided in the specifications. In case, uplift is unavoidable, it shall be examined if the
same can be overcome by adding standard body extension to the towers failing which
tension towers designed for the purpose shall be provided at such locations.

(d) Road Crossing

At all important road crossings, the towers shall be fitted with normal suspension or tension
insulator strings depending on the type of towers but the ground clearance at the roads
under maximum temperature and in still air shall be such that even with conductor broken
in adjacent span, ground clearance of the conductor from the road surfaces for major
road/highway crossing shall not be less than 8.5 meter. However, higher clearance than
specified is recommended for highway crossings using higher body extensions of towers. At

186
all national highways, tension towers shall be used. The crossing span however, shall not
exceed 250 meter in any case.

(e) Railway Crossings

At Railway Line crossings coming en-route to the transmission line shall be supported on
‘SB’ type or ‘SC’ type towers on either side, depending on the merits of each case and shall
be constructed in conformity with the specification laid down by the local Railway
Authorities. The minimum vertical clearance above rail level of the lowest portion of any
conductor under condition of maximum sag shall be provided in accordance with the local
regulation for Electrical Crossing of Railway track as prevailing at the time of construction of
line. In the absence of local regulation, the minimum clearance between the lowest point of
the 161 kV Transmission line conductor and the rail level shall not be less than 9.0 metre.
Necessary copies of drawings of plan, profile etc., required for the approval of railway
crossings by Railway Authorities shall be supplied by the Contractor to the Employer/PMC
free of cost.

(f) Power Line Crossings

Where proposed 161 kV line is to cross over another line of the same voltage or lower
voltage, suspension/tension towers with suitable extensions shall be used and clearance
between the lines crossing each other shall be not be less than 4.0 meter or as prescribed in
applicable Standards or as directed by Employer/PMC. All the works related to the above
proposal shall be deemed to be included in the scope of the Contractor without any extra
cost to the Employer.

(g) Telecommunication Line Crossing

The angle of crossing shall be as near to 900 as possible. However, deviation to the extent of
300 may be permitted under exceptionally difficult situations. When the angle of crossing
has to be below 60o, the matter shall be referred to the authority in-charge of the
telecommunication system. The permission of the telecommunication authority shall be
obtained by Contractor. However, necessary assistance shall be provided by the Employer,
if required and requested by the Contractor. Clearance between the line crossing
telecommunication line shall not be less than 4.0 meter. Also in the crossing span, power

187
line support shall be as near to the telecommunication line as possible, to obtain increased
vertical clearance between the wires.

(h) En-route Details of Line

All topographical details, permanent features, such as trees, building etc within the right of
way (i.e. 26 m on either side of the centre line of alignment), shall be detailed on the profile
plan.

2.5 CLEARANCE FROM GROUND, BUILDING, TREES, ETC.

Clearance from ground, buildings, trees and telephone lines shall be provided in conformity
with local standards available or as specified elsewhere in these specifications.

2.6 PRELIMINARY TOWER SCHEDULE

2.6.1 The profile sheets with towers duly spotted along with preliminary schedules indicating type
of towers, type of foundations, wind span, weight span, angle of deviation, river or road
crossing and other important details shall be submitted for the approval of the
Employer/PMC. After approval, the Contractor shall submit six more sets of the approved
documents along with one set of reproducible of final profile drawings to the Employer/PMC
for record purpose.

2.6.2 It is recommended that the contractor must undertake a visit to project visit for assessment
of site conditions, topography and difficulties likely to be encountered and approach
roads/paths & infrastructure available before submission of Bid.

2.6.3 The Provisional quantities for the work are indicated in the relevant Price Schedule. The Final
quantities for route alignment & detailed survey shall be the route length in km as per
approved route alignment.

2.6.4 The Contractor shall quote unit price for the route alignment and detailed survey
accordingly.

2.7 PROFILE PLOTTING AND TOWER SPOTTING

2.7.1 From the field book entries, the route plan with route details and profile shall be plotted and
prepared to scales of 1 : 2000 horizontal & 1 : 200 vertical on 1mm/5mm/10 mm square
graph paper as per approved procedure. Reference levels at every 10/20 meters along the

188
profile are also to be indicated on the profile sheets besides levels at undulations or sudden
change in ground elevations. Areas along the profile which, in the opinion of contractor, are
not suitable for tower spotting shall also be clearly marked on the profile sheets/plots. If the
difference in levels is too high, the chart shall be broken up according to suit the
requirement. A 10 mm overlap shall be shown on each following sheet. The chart shall
progress from left to right. For the convenience in handling, sheets shall be limited to A1 size
(594 x 841 mm) in accordance with the relevant standards for Plain or Hilly terrain as per
requirement. All the tower locations shall be marked with XYZ co-ordinates. The
computerized PLS-CADD output profile shall show the Tower No., Tower co-ordinates,
maximum sag, cold curve, ground clearance curve, weight span (total, left and right), wind
span, adjacent spans, centre peg setting down, elevation, ground features in ROW and any
other features deemed appropriate.

2.7.2 The complete profiling details shall be digitized and the data shall be prepared and stored in
the format compatible to computer aided tower spotting software.

2.7.3 A printed/plotted output of the digitized profiling along with backup file (soft copy) shall be
submitted by the Contractor to the Employer for review before taking up computer aided
tower spotting.

2.7.4 OPTIMIZATION OF TOWER LOCATION/TOWER SPOTTING

(a) Spotting of tower and optimization of tower locations shall be carried out by the
Contractor using latest version of computer aided tower spotting software PLS-CADD.
In order to verify the results of computer aided tower spotting, the contractor shall
furnish sample hand calculations and manual tower spotting drawings for some typical
sections. The towers shall be spotted with the help of PLS-CADD Software and strength
analysis for the line shall be performed.

(b) Tower locations where weight span exceeds the specified limits shall be identified
based on the detailed survey, route profile and tower schedule. The tower design done
by PLS-Tower computer software shall be used for checking the tower strength under
all weather and loading conditions including uplift check at minimum temperature and

189
nil wind. Based on this exercise, design validation and necessary reinforcement of
tower shall be undertaken at these locations.

2.7.5 LINE DESIGNING

The line design shall be carried out in conjunction with the tower design done in 3-D PLS
Tower software and the route profile obtained by detailed survey in PLS-CADD for accessing
the actual loading that arises due to spotting of towers.

2.8 CONTOURING AT HILLY/UNDULATED LOCATIONS

2.8.1 For tower locations on hilly/undulated ground, topographical survey shall be carried out for
the preparation of contour map of location and deciding the requirement of leg extension
and the quantities of cutting & filling for formation of bench. The area to be surveyed shall be
of size Bs x Bs where Bs shall be summation of the following:

(a) Expected back to back distance of tower at stub level (in meter);

(b) Expected width of footing (in meter);

(c) Depth of Foundation (in meter) x TanФ where ‘Ф’ is angle of Repose of Soil at tower
location; and

(d) 2.0 meter (minimum).

For topographical survey, the ground levels shall be recorded at interval of 2.0 m in both
direction or closer interval as per topography of site and at all such points where there are
sudden changes in levels using total station/digital theodolite and digitized contour maps
shall be prepared on a scale 1:500 or 1:1000 with contour interval of 0.5 m/1.0 m as per
topography. Based on the digitized contour plans, the quantities of benching & protection
work vis-à-vis possible unequal leg extensions shall be examined and optimized using
suitable computer-aided techniques/software. The comparative evaluation for benching &
protection work vis-à-vis unequal leg extensions shall be provided by the Contractor to the
Employer for approval.

In addition, cross-sections through tower legs and centre line of tower in both transverse
and longitudinal directions covering bench to be formed, up and down hill slopes shall also

190
be prepared by carrying out necessary survey using total station/digital theodolite and
submitted for approval and deciding the size of bench and safe lateral cover to foundations.

(e) The changes desired by the Employer/PMC in the preliminary tower based on detailed
survey and contouring of tower locations shall be carried out by the contractor and the final
tower schedule shall be submitted for approval of Employer. The tower schedule shall show
the location of all type of towers, span length, type of foundation, benching & revetment
requirement, body & unequal leg extensions, deviation at all angle points, crossings & other
details etc.

2.9 SURVEY METHODOLOGY & PRECISION

2.9.1 All elevations shall be referenced with respect to known permanent benchmark of Survey
Department of Togo or bench mark established by Contractor based on bench mark of
known elevation in the project area. Survey operations shall begin and end at benchmarks
approved by the Employer.

2.9.2 Check surveys shall be carried out at intervals not exceeding 50 km with benchmarks of
known elevations. The difference in elevations as surveyed by the contractor and as
declared by Survey Department of Togo for these benchmarks shall not exceed the
precision required for 3rd order surveys e ≤ 24k where ‘k’ is the distance between
benchmarks in km and ‘e’ is the difference between elevations in mm.

2.9.3 In the absence of suitable benchmarks, the leveling shall be done by two independent
leveling parties working in opposite directions along the same line. The difference in
elevations between the two surveys shall not exceed the precision required for 3rd order
surveys as stated above.

2.9.4 All important objects and features along the transmission line centerline (such as railway
lines, highways, roads, canals, rivers, transmission lines, distribution lines, telephone lines
etc.) shall be surveyed and located with a positional accuracy of 1:2000 between points of
known horizontal position.

2.10 SURVEY REPORT

2.10.1 Complete tower schedule of the Transmission lines shall be furnished in the survey report
by the contractor.

191
2.10.2 Each angle point locations shall be shown with detailed sketches showing existing close by
permanent land marks such as specific tree(s), cattle shed, homes, tube wells,
temples/churches, electric pole/tower, telephone pole, canal, roads, railway lines etc. The
relative distance of land marks from the angle points and their bearings shall be indicated in
the sketch. These details shall be included in the survey report.

2.10.3 Information with respect to infrastructure details available en-route, identification and
explanation of route constraints, etc shall also be furnished in the survey report.

2.10.4 Information regarding infrastructural facilities available along the final route alignment like
access to roads, railway stations, construction material sources (like quarry points for stone,
sand and availability of construction water), labour, existing transport facilities, fuel
availability etc. shall be furnished in the survey report.

2.10.5 All observations which the Contractor thinks would be useful for the construction of the
transmission lines shall be incorporated in the report.

2.10.6 Suggestions regarding the number of convenient zones (line segments /portions) in which
the entire alignment can be divided keeping in view the convenience of construction shall
be included in the report.

2.10.7 Suggestions regarding locations for setting up stores during construction of line shall also be
provided by the contractor in the report.

2.10.8 Working months available during various seasons along the final route alignment, with
period, time of sowing & harvesting of different type of crops and the importance attached
to the crops particularly in the context of way leave problems and compensation payable
shall be incorporated by the Contractor in the report.

2.10.9 Some portions of the line may require clearance from various authorities. The Contractor
shall indicate the portion of the line so affected, the nature of clearance required and the
name of concerned organizations such as local bodies, municipalities, Post & Telegraph
(name of circle), Inland navigation, Irrigation Department, Power Utilities and Divisional
Forest/ wild life Authorities etc.

2.10.10 All safety regulations and statuary requirements of the Govt. of Togo shall be complied with
by the contractor during route alignment and detailed survey as well as during construction

192
of line for stretches passing through patches of dense forest/wild life. The employer has
however obtained forest clearance on the basis of tentative route alignment.

2.10.11 All the requisite data for processing the case for statutory clearances shall be provided by
the contractor along with the report.

2.10.12 The Contractor shall also collect & report details pertaining to existing pollution levels along
the transmission line.

2.10.13 Six copies of survey reports shall be furnished by the contractor to the Employer/PMC.

2.10.14 The contractor shall also prepare and submit a Geotechnical Hazard Identification Report
bringing out all geological, topographical, hydrological, geo-morphological, environmental
and land use features along the Transmission Line route which may affect the safety of line
in the format as given in Appendix-I of Chapter-3 of this specification.

2.11 TREE CUTTING

Tree-cutting i.e. clearing of all the trees and bushes coming within the right of way of 52 m
shall be carried out along with identifying dangerous trees located adjacent to right of way.
The cutting/falling of tress falling within the right of way shall be the responsibility of the
contractor. Employer/PMC shall not pay any compensation for any loss or damage to the
properties due to Contractor’s work and the contractor shall be solely responsible for the
same.

2.12 SOIL INVESTIGATIONS

2.12.1 Geotechnical Investigations

These specifications cover the technical requirements for carrying out detailed
Geotechnical investigation at tower locations and submission of a detailed Geotechnical
Investigation Report. The work shall include mobilization of all necessary tools, plants and

193
equipment; the necessary engineering supervision by technical personnel, skilled and
unskilled labour etc. as required/directed, to carry out the entire field investigation as well
as laboratory tests, analysis and interpretation of tests result & data collected and
preparation of the Geotechnical/Soil Investigation Report. Contractor shall also collect the
historical data regarding variation of subsoil water table along the proposed transmission
line route.

2.12.1.1 General

a) The contractor shall carry out a detailed Geotechnical investigation along the transmission
line route at all angle points, other selected tower locations by Employer and wherever
there is a change of strata to provide the designer with sufficiently accurate information,
both general and specific, about the substrata profile and engineering properties of soil
including soft/ fissured rock and hard rock encountered in the transmission line route on
the basis of which the foundation of transmission line towers can be classified and designed
rationally.

b) These specifications provide general guidelines for geotechnical investigation of normal soils,
soft/fissured rock and hard rock. Cases of marshy locations and locations affected by salt
water or saltpeter which may require special foundations shall be treated as special
locations and geotechnical investigation at such locations shall be carried out in accordance
with relevant clauses of this specification. Any other information required for such locations
shall be obtained by Contractor and furnished to Employer/PMC.

2.12.1.2 Scope

A. The scope of work includes detail soil investigations at tower locations up to a depth of 10
m below ground level or 1.5 times the expected width of foundation below foundation level
whichever is more for shallow foundations and up to a depth of 40.0 m below ground level
for deep/ special foundation such as pile foundation etc. It would involve drilling 150 mm
diameter bore holes at the centre of tower, conducting SPT/ and or Vane Shear tests at
every 3.0 m interval, collection of disturbed & undisturbed soil/rock samples from various
depths for conducting necessary laboratory tests on soil and rock samples for determining
various engineering properties of soil/rock required for classification and design of tower

194
foundations. The scope shall also include the preparation of geotechnical investigation
report of each tower location where soil investigation has been carried out giving log of
boreholes and the following and any other engineering properties of soil/rock required for
classification and design of tower foundations:

(a) Soil/Rock profile along the depth of bore hole;

(b) Grain size distribution and classification of Soil/rock;

(c) Atterberg’s Limits;

(d) Bulk Unit Weight, Moisture Content, Dry Unit Weight and Specific Gravity,;

(e) Shear Parameters i.e. Cohesion ‘C’ & Angle of Friction ‘ø’, of Soil/Rock;

(f) Uni-axial Compressive Strength of Rock;

(g) Angle of Repose of soil;

(h) Safe/Allowable/Limiting Bearing Capacities of Soil/Rock at 3.0 m depth below ground


level based on shear failure and settlement criteria for footing widths of 3.0, 3.5, 4.0,
& 4.5 m.

(i) Chemical Test results on Soil & subsoil water samples indicating concentration of
carbonates, sulphates, chlorides, nitrates, organic matter and any other chemical
harmful to concrete and reinforcement steel;

(j) Location of Water Table at the time of testing investigation as well as historical
highest water table level observed in the area;

(k) Electrical Resistivity of Soil Strata along the transmission line route alignment and any
conclusion on soil profile based thereon;

(l) Optimum Moisture Content and 95% of Procter’s Dry Density;

(m) Any other engineering property of soil/rock which may be required for classification,
design and construction of tower foundations; and

(n) Recommendations for soil/rock parameters to be considered in the design of


foundations and any precaution needed during construction in regard to coarse/fine
aggregates, cement etc.

195
B. The provisional quantities of tower locations where soil investigation is envisaged have
been indicated in Price Schedule. However, during execution of work, the quantities may
vary and shall be decided by the Employer/PMC depending upon the soil strata and terrain.
Based on the bore log data, soil parameters and results of soil investigation, the Contractor
shall recommend the type of foundations suitable for each tower location and the same
shall be got approved by the Employer/PMC.

C. The work shall be supervised by a graduate in Civil Engineering having at least 5 years of site
experience in geotechnical investigation work. Geotechnical Investigation Report shall be
prepared by a Post Graduate in Civil Engineering with specialization in Geotechnical
Engineering having at least three years experience in the related field and the whole field
work, testing and preparation of report shall also be carried out under the overall
supervision of aforesaid expert.

D. Before taking up the work, the Contractor shall submit the detailed methodology including
field & laboratory tests proposed to be carried out to Employer/PMC for approval. The work
shall be started only after the approval of methodology by Employer/PMC.

E. Contractor shall make his own arrangements to establish the coordinate system required to
position boreholes, tests pits and other field test locations and shall get the same approved
from Employer. Contractor shall determine the reduced levels (R.L’s) at these locations with
respect to benchmarks used in the detailed survey. Contractor shall provide all necessary
survey instruments required for the work to the satisfaction of the Employer/PMC so that
the work can be carried out accurately according to specifications and approved
methodology & drawings.

F. Contractor shall also collect the data regarding change of course of rivers, major natural
streams and canals, etc. encountered along the transmission line route and shall furnish
complete hydrological details of the concerned rivers, major streams and nalas (canals)
including maximum discharge, maximum velocity of water, highest flood level (H.F.L), scour
depth etc.

G. The field and laboratory data collected during investigation shall be recorded on the
performa recommended in relevant Indian Standards and/or as approved by

196
Employer/PMC. Contractor shall submit to Employer/PMC three copies of field bore logs
and all the field records, countersigned by the Employer/PMC, soon after the completion of
each borehole/ trail pit.

H. Whenever Contractor is unable to extract undisturbed soil/rock samples from borehole/trail


pit, he shall immediately inform the Employer/PMC. Payment for boring charges shall be
subject to Employer/PMC being satisfied that adequate efforts have been made to extract
undisturbed soil/rock samples. Special care shall be taken for locations where marshy soils
or soft/ sensitive clays are encountered. Contractor in such soils shall carry out specified
numbers of vane shear tests and the results correlated with other soil parameters.

I. After reviewing Contractor’s geotechnical investigation draft report and furnishing the
observations thereon, Employer/PMC may call Contractor’s Geotechnical Engineer for
discussions. Any expenditure associated with the redrafting and finalizing the report,
traveling etc. shall be deemed included in the rates quoted for the geotechnical
investigation work.

J. Contractor shall carry out all work expressed and implied in these specifications in
accordance with requirements of the specification.

K. The contractor shall prepare and submit soil profile along the transmission line route ( in
digitized form, with digitized route alignment drawing as base) indicating salient soil
characteristics / features, water table etc based on detailed soil investigations and other
relevant details / information collected during detailed survey of line.

2.12.1.3 General Requirements

(a) Wherever possible, Contractor shall collect and review existing local knowledge, records of
test pits, bore holes etc, types of foundations adopted and the behaviour of existing
structures, particularly those similar to the present project.

(b) Contractor shall make use of information gathered from nearby quarries, unlined wells
excavation etc. regarding soil strata and depth of water table. Study of the general
topography and exposed soil/rock surfaces of the surrounding areas will often help in the
delineation of different soil types.

197
(c) Contractor shall gather data regarding the removal of overburden in the project area either
by performing test excavations, or by observing soil erosion or landslides in order to
estimate reconsolidation of the soil strata. Similarly, data regarding recent landfills shall be
studied to determine the characteristics of such landfills as well as the original soil strata.

(d) The water level in neighboring streams and water courses shall be noted. Contractor shall
make enquiries and shall ascertain whether there are abandoned underground works e.g.
worked out ballast pits, quarries, old brick fields, mines, etc close to route alignment of line
so that they could be examined for understanding the soil stratification and types of soils
likely to be encountered along the line route.

(e) The contractor shall ensure that equipments and instruments proposed to be used in field
and laboratory for the work of soil investigation are properly and correctly calibrated at the
commencement of the work and rechecked periodically as per recommendations of their
manufactures and as found necessary during the progress of work. If the Employer/PMC so
desires, the contractor shall arrange for having the instruments tested at an approved
laboratory at his own cost and shall submit the test reports to the Employer/PMC. If the
Employer/PMC desires to witness such tests, Contractor shall arrange for the same.

(f) At tower locations in hilly terrain where formation of bench may be required at tower
location, the soil investigation shall be carried out only after formation of bench.

2.12.1.4 Codes and Standards for Geotechnical Investigations

(a) All standards, specifications and codes of practice referred to herein shall be the latest
editions including all applicable official amendments and revisions. In case of conflict
between the present specifications and standards referred to herein, the former shall
prevail. Other mutually acceptable International standards which ensure equal or higher
performance than those specified shall also be accepted.

(b) All works related to soil investigation at tower locations shall be carried out in accordance
with the following Standards and Codes:

198
Indian Title International
Standards (IS) Standard/Code
IS:1080-1990 Codes of Practice for Design and Construction of
Simple Spread Foundations.
IS:1498-1992 Classification and Identification of Soils for General ASTM D 2487
Engineering purposes. ASTM D2488
IS:1892-1992 Code of Practice for Subsurface Investigation for
Foundation
IS:1904-1986 Code of Practice for Design and Construction of
foundation in Soils: General Requirements.

IS:2131-1992 Method of Standard Penetration Test for Soils ASTM D 1586


IS:2132-1992 Code of Practice for Thin Walled Tube Sampling of Soils ASTM D 1587
IS:2720-1992 Method of Test for Soils (Relevant Parts) ASTM D 420
IS:2809-1991 Glossary of Terms and symbols Relating to Soil ASTM D 653
Engineering
IS:2911- Code of Practice for Design and construction of Pile
1980(Part-I to Foundations (Relevant Parts).
Part-IV)
IS:3025 Methods of Sampling and Testing (Physical and
Chemical) for water used in Industry
IS:3043-1991 Code of Practice for Earthing
IS:4078-1990 Code of Practice for Indexing and Storage of Drill
Cores.
IS:4091-1987 Code of Practice for Design and Construction of IEEE 691
Foundations for Transmission Line Towers and Poles.
IS:4434-1992 Code of Practice for In-situ Vane Shear Test for Soils ASTM D 2573
ASTM D 4648
IS:4453-1992 Code of Practice for Exploration by Pits, Trenches,
Drifts and Shafts.

199
Indian Title International
Standards (IS) Standard/Code
IS:4464-1990 Code of Practice for Presentation of Drilling
information and core description in Foundation
investigation
IS:4968(Part- Method for Subsurface sounding for soils, dynamic
II)1992 method using cone and Bentonite slurry.
IS:5313-1989 Guide for Core Drilling observations.
IS:6403-1990 Code of Practice for Determination of Allowable ASTM D 194
Bearing Pressure on Shallow Foundation.
IS:6926-1990 Code of Practice for Diamond Core Drilling for Site
Investigation for River Valley Projects.
IS:6935-1989 Method of Determination of Water level in a Bore
Hole.
IS:7422-1990 Symbols and Abbreviations for use in Geological Maps
Sections and subsurface Exploratory Logs (Relevant
parts).
IS:8009(Part-I)- Code of Practice for Calculation of Settlements of
1993 Foundations (Shallow Foundations subjected to
symmetrical Vertical Loads).
IS:8763-1978 Guide for Undisturbed Sampling of Sands
IS:8764-1991 Method of Determination of Point Load Strength Index
of Rocks.
IS:9143-1991 Method of Determination of Unconfined Compressive ASTM D 2938
Strength of Rock Materials.
IS:9179-1991 Method of Preparation of Rock Specimen for ASTM D 4543
Laboratory Testing.
IS:9259-1992 Specification for Liquid Limit Apparatus. ASTM D 4318
IS:9640-1992 Specification for Split Spoon Sampler. ASTM D 1586
IS:10050-1991 Method of Determination of Slake Durability Index of ASTM D 4644

200
Indian Title International
Standards (IS) Standard/Code
Rocks.
IS:11315(Part- Description of Discontinuities in Rock Mass-Core
II)-1991 Recovery and Rock Quality.
IS:12070-1987 Code of Practice for Design and Construction o f
Shallow Foundations on Rocks

2.12.1.5 Field Investigation for Soils

Tentative numbers of tower locations where detailed soil investigation to be carried out is
specified in Price Schedule.

A. Boring

Boreholes of 150 mm diameter shall be bored to specified depth for detailed soil
investigations. Boring shall be done either by Augur or Shell & Auger as per soil conditions
encountered and site conditions and as approved by Employer/PMC.

I. General Requirements

a) Boreholes shall be made to obtain information about the subsoil profile, its nature and
strength and to collect disturbed and undisturbed soil samples for strata identification and
conducting laboratory tests. The minimum diameter of the borehole shall be 150 mm and
boring shall be carried out up to specified depth in accordance with the provisions of
relevant standards and these specifications.

b) All boreholes shall be drilled up to the depths specified in clause 2.13.1.2. If a strata is
encountered where the Standard Penetration Test ‘N’ value of greater than 100 is recorded
with characteristics of rock, the borehole shall be advanced by coring at least 3.0 m further
in normal locations and at least 7.0m further for the case of river crossing locations with
prior approval of the Employer/PMC. When the boreholes are to be terminated in soil
strata, an additional Standard Penetration Test shall be carried out at the termination
depth. No extra payment shall be made for carrying out Standard Penetration Tests.

201
c) Casing pipe shall be used when collapse of a borehole wall is probable. The bottom of the
casing pipe shall at all times be above the test of sampling level but not more than 150 mm
above the borehole bottom. In case of cohesion less soils, the advancement of the casing
pipe shall be such that it does not disturb the soil to be tested or sampled. The casing shall
preferably be advanced by slowly rotating the casing pipe and not by driving.

d) In-situ tests shall be conducted and undisturbed soil samples shall be obtained in the
boreholes at intervals specified here-in-after. Representative disturbed samples shall also
be collected for conducting various tests on soil/rock samples in the laboratory for
classification of soil/rock and other engineering properties. Water table in the bore hole
shall be carefully recorded and reported in accordance with relevant standards. No water
or drilling mud shall be used while boring above ground water table. For cohesion less soil
below water table, the water level in the borehole shall at all times be maintained slightly
above the water table level.

e) The borehole shall be cleaned using suitable tools to the depth of testing or sampling,
ensuring least or minimum disturbance of the soil at the bottom of the borehole. The
process of jetting through an open tube sampler shall not be permitted. In cohesive soils,
the borehole may be cleaned by using a bailer with a flap valve. Gentle circulation of drilling
fluid shall be done when rotary mud circulation boring is adopted.

f) On completion of the drilling, Contractor shall backfill all boreholes as directed by the
Employer/PMC.

II. Auger Boring

Auger boring may be employed in soft to stiff cohesive soils above the water table. Augers
shall be of helical or post hole type and the cuttings brought up by the auger shall be
carefully examined in the field and the description of all strata shall be duly recorded in the
field bore log as per relevant standards. No water shall be introduced from the top while
conducting auger boring.

III. Shell and Auger Boring

202
i. Shell and auger boring may be used in all types of soil which are free from boulders. The use
of chisel bits shall be permitted in hard strata having SPT ‘N’ value greater than 100 Chisel
bits may also be used to extend the bore hole through local obstructions such as old
construction, boulders, rocky formations etc. The requirements in Clause 2.13.1.5(A)II
above shall apply for this type of boring also.

ii. Rotary method may be used in all types of soil below water table. In this method, the
boring is carried out by rotating the bit fixed at the lower end of the drill rod. Proper care
shall be taken to maintain firm contact between the bit and the bottom of the borehole.
Bentonite or drilling mud shall be used as drilling fluid to stabilize and protect the inside
surface of the borehole against collapse. Use of percussion tools shall be permitted in hard
clays and in dense sandy deposits.

IV. Rotary Boring: Rotary Boring may be used in all types of soil below water table. In this
method, the boring is carried out by rotating the bit fixed at the lower end of the drill rod.
Proper care shall be taken to maintain firm contact between the bit and the bottom of the
borehole. Bentonite or drilling mud shall be used as drilling fluid to stabilize and protect the
inside surfaces of the borehole against collapse. Use of percussion tools shall be permitted
in hard clays and in dense sandy deposits.

V. Cleaning of Boreholes: Boreholes shall be cleaned up to testing or sampling elevation using


suitable tools before carrying out SPT or before collection of undisturbed soil samples from
borehole. Cleaning of borehole above water table shall be done by bailer with flap valves.
The cleaning of borehole below water table shall be carried out by continuing circulation of
drilling fluid for 10 to 15 minutes after reaching the desired level so that all soil cuttings are
removed by drilling fluid and clear drilling fluid comes out from borehole.

B. Standard Penetration Test (SPT)

I. This test shall be conducted in all types of soils/rock deposits encountered within a borehole
in accordance with ASTM D 1586-11 at an interval of 1.5 m up to depth of 10.0 m and at an
interval of 3.0m thereafter up to the specified depth and the number of blows required for
penetration of a Split Spoon Sampler into soil strata by 300mm. Structure sensitive

203
engineering properties of cohesive soils and silts such as strength and compressibility shall
not be inferred based on SPT values.

II. The test shall be conducted at depths as follows and any change of strata:

Location Depths (m)

Normal Soils 1.5, 3.0, 4.5, 6.0, 7.5, 9.0 & 10.0.

River crossings and special Locations. 1.5, 3.0, 4.5, 6.0, 7.5, 9.0 & 10.5 and
thereafter at an interval of 3.0 m up to
a depth of 40m.

III. The test shall be carried out by driving a standard split spoon sampler in the bore hole by
means of a 650N hammer having a free fall of 0.75 m. The sampler shall be driven into
soil/rock strata for 450mm using the hammer and recording the nos. of blows required for
every 150mm penetration. The number of blows required for the last 300mm penetration
shall be reported as ‘N’ value.

IV. This test shall be discontinued when ‘N’ value is equal to or more than 100. At the level

where the test is discontinued, the number of blows and the corresponding penetration
shall be reported.

C. Trail Pits

In case refusal in borehole is met with before reaching the foundation depth, a trail pit of
size 2.0 x 2.0 x 3.0 (Depth) m shall be excavated at tower location and disturbed &
undisturbed soil samples collected in similar way as in boreholes except that an additional
soil sample shall be collected from bottom of pit.

D. Sampling

I.General

a) Sufficient number of disturbed and undisturbed soil/rock samples shall be collected from
boreholes. Disturbed soil samples shall be collected for soil identification and conducting
laboratory tests such as sieve analysis, index properties, specific gravity, chemical analysis
etc. Undisturbed soil/rock samples shall be collected to estimate the strength/shear
parameters and settlement characteristics of the soil.

204
b) All accessories and sampling methods shall conform to relevant standards. All disturbed and
undisturbed soil samples collected in the field shall be classified as per relevant standards.

c) All samples shall be identified with date, borehole or test pit number, depth of sampling,
etc. The top surface of the in-situ samples shall also be marked. Care shall be taken to keep
the core and box samples vertical, with the mark directing upwards. The tube samples shall
be properly trimmed at one end and suitably capped and sealed with molten paraffin wax.
The Contractor shall be responsible for packing, storing of soil samples in a cool place and
their transportation from site to the laboratory within seven days after sampling with full
protection against loss and damage.

II. Disturbed Samples

Disturbed soil samples shall be collected in boreholes at regular intervals. Jar samples
weighing approximately 1.0 kg shall be collected at 0.5m intervals starting from a depth of
1.0 m below ground level and at every identifiable change of strata to supplement the boring
records. Samples shall be stored immediately in air tight jars which shall be filled to capacity
as much as possible. The disturbed soil samples shall also be collected from the split spoon
sampler from each depth where SPT has been conducted for soil identification and
conducting laboratory tests such as sieve analysis, index properties, specific gravity, natural
moisture content, bulk & dry density, chemical analysis etc. The samples shall also be visually
classified and recorded at the site as well as properly preserved without loss of moisture
content and labeled.

III. Undisturbed Samples

a) Undisturbed soil samples shall also be collected from various depths of boreholes in
accordance with standards for determining soil structure sensitive engineering properties of
soil/rock samples. The first undisturbed soil sample shall be collected from a depth of 0.5 m
below ground level and thereafter at an interval of 1.5 m such that the spacing between the
levels of standard penetration test and undisturbed sample shall not be less than 1.0m.
Equipments, accessories and procedures for conducting the test and for the collection of
the undisturbed soil samples shall conform to relevant standards.

205
b) In each borehole undisturbed samples shall be collected at following depths as well as every
change of strata as follows:-

Location Depths (m)

Normal Soils 0.5, 2.0, 3.5, 5.0, 6.5, 8.0 & 9.5 and at any change of strata.

Special Tower Locations 0.5, 2.0, 3.5, 5.0, 6.5, 8.0 & 9.5 and thereafter at the interval
of 3.0 or change of strata.

The spacing between the first/topmost level of undisturbed sampling and first standard
penetration testing shall not be less than 1.0m.

c) Undisturbed samples shall be of 100mm diameter and 450mm in length. Samples shall be
collected in a manner to preserve the structure and moisture content of the soil.
Accessories and sampling procedures shall conform to relevant standards.

d) Undisturbed samples soils shall be obtained using a thin walled tube sampler. In order to
reduce the wall friction, suitable precautions, such as oiling the surfaces shall be taken. The
sampling tube shall have a smooth finish on both surfaces and a minimum effective length
of 450mm. The area ratio of sampling tubes shall be less than 12.5%. However, in case of
very stiff soils, area ratio up to 20% shall be permitted.

e) Undisturbed sampling in very loose, saturated, sandy and silty soils and very soft clays :

Undisturbed soil samples in such soils shall be obtained using a piston sampler consisting of
a cylinder and piston system. In soft clays and silty clays, with water standing in the casing
pipe, piston sampler shall be used to collect undisturbed samples in the presence of expert
supervision.

Accurate measurements of the sampling depth, dimensions of sampler, stroke and length of
sample recovery shall be recorded. After the sampler is pushed to the required depth, the
cylinder and piston system shall be drawn up together, preventing disturbance and changes
in moisture content of the sample.

f) Undisturbed sampling in cohesion less soils

206
Undisturbed samples in cohesion less soils shall be obtained in accordance with relevant
standards. Sampler operated by compressed air shall be used to sample cohesion less soils
below ground water table.

IV. Ground Water Table

a) One of the following methods shall be adopted for determining the elevation of ground
water table in boreholes as per relevant standards and as per the instructions of the
Employer/PMC:

(i) In permeable soils, the water level in the borehole shall be allowed to stabilize after
depressing it adequately by bailing before recording its level. Stability of sides and bottom
of the boreholes shall be ensured at all times.

(ii) For both permeable and impermeable soils, the following method shall be suitable:

The borehole shall be filled with water and then bailed out to various depths. Observations
on the rise or fall of water level shall be made at each depth. The level at which neither fall
nor rise is observed shall be considered the water table elevation and confirmed by three
successive readings of water level taken at two hours interval.

b) If any variation of the ground water level is observed in any specific boreholes, the water
level in these boreholes shall be recorded during the course of the filed investigation.
Levels in nearby wells, streams, etc., if any, shall also be noted in parallel.

c) Subsoil water samples

(i) Subsoil water samples shall be collected for performing chemical analysis. Representative
ground water samples shall be collected when first encountered in boreholes and before
the addition of water to aid boring or drilling.

(ii) Chemical analysis of water samples shall include determination of pH value, turbidity,
sulphate, carbonate, nitrate and chloride contents, presence of organic matter and
suspended solids. Chemical preservatives may be added to the sample for cases as specified
in the test methods or in applicable Indian Standards. This shall only be done if analysis
cannot be conducted within an hour of collection and shall have the prior written
permission and approval of the Employer/PMC.

207
VI. Vane Shear Test

Vane Shear Test shall be carried out in boreholes where collection of Undisturbed Soil
Sampling is not possible like sensitive clays etc and shall be carried out at all such depths at
which collection of undisturbed soil samples is prescribed.

Field vane shear test shall be performed inside the borehole to determine the shear
strength and bearing capacity of cohesive soils, especially of soft and sensitive clays, which
are highly susceptible to sampling disturbance. Equipment, accessories, test procedures,
field observations shall correspond to relevant standards.

If the cuttings at the test depth in the borehole show any presence of gravel, sand shells,
decomposed wood, etc., which is likely to influence the test results substantially, the test at
that particular depth may be omitted with the permission of the Employer/PMC. However,
the test shall be conducted at a depth where these obstructions cease to occur. On
completion of the test, the results shall be reported in an approved proforma as specified in
Appendix-A of relevant standards. Disturbed & undisturbed soil samples shall also be
collected from boreholes as per specification or as directed by Employer/PMC.

2.12.1.6 Field Investigation for Rock

A. Rock Drilling

1) If, during the investigations, large hard fragments or natural rock beds are encountered, work
shall proceed with core drilling methods. The equipment and procedures for this operation
shall conform to relevant standards. The starting depth of drilling in rock shall be certified
by the Employer/PMC. At the end of the investigation, the hole drilled in rock shall be
backfilled with grout consisting of 1 part cement and 3 parts sand by weight.

2) Drilling shall be carried out with NX size tungsten carbide (TC) or diamond tipped drill bits,
depending on the type of rock and according to relevant standards. Suitable type of drill bit
(TC/Diamond) and core catchers shall be used to ensure continuous and good core
recovery. Core barrels and core catchers shall be used for breaking off the core and
retaining it when the rods are withdrawn. Double tube core barrels shall be used to ensure
better core recovery and to retrieve cores from layers of bedrock. Water shall be circulated
continuously in the hollow rods and the sludge conveying the rock cuttings to the surface

208
shall be collected. A very high core recovery ratio shall be aimed at in order to obtain a
satisfactory undisturbed sample. Attempt shall be made to recover cores of 1.5m in length.
Normally TC bit shall be used. Change over to a diamond bit shall require the specific
written approval of the Employer/PMC, and his decision as to whether a TC or a diamond
bit is to be used shall be final and binding on Contractor.

3) No drilling run shall exceed 1.5 m in depth. If the core recovery is less than 80% in any run,
the length of the subsequent run shall be reduced to 0.75m. During drilling operations
observations on return water, rate of penetration etc shall be recorded as per relevant
standards.

a) The colour of return water at regular intervals as well as the depths at which any change of
colour of return water is observed shall be recorded. The depth of occurrence and amount
of flow of hot water, if encountered, shall also be recorded.

b) While carrying out drilling in rocky strata, the following depths shall be recorded:

 Depths through which a uniform rate of penetration was maintained;

 Depths at which marked change in rate of penetration or sudden fall of drill rod
occurs;

 Depths at which any blockage of drill bit causing core loss has occurred.

c) Any heavy vibration or torque noticed during the drilling shall also be recorded together
with the depth of occurrence.

d) Special conditions like the depth at which grouting was done during drilling, presence of
artesian conditions, loss of drilling fluid, observations of gas discharge with return water,
etc. shall also be observed and recorded.

e) All the observations and other details shall be recorded as per daily progress of drilling and
reported in a proforma as given in relevant standards, Appendix A.

B. Core Sampling

(i) Core samples shall be extracted by the application of a continuous pressure at one end of the
core with the barrel held horizontally without vibration. Friable cores shall be extracted

209
from the barrel directly into a suitably sized half round plastic channel section. Care shall
be taken to extrude the samples in the direction of coring to avoid stress reversal.

(ii) Immediately after withdrawal from the core barrel, the cores shall be placed in a tray and
transferred to the core boxes specially prepared for this purpose. The core boxes shall be
made from seasoned timber or any other durably material and shall be indexed on top of
the lid according to relevant standards. The cores shall be numbered serially and arranged
in the core boxes in a sequential order. The description of the core samples shall be
recorded as instructed in relevant standards. Where no core is recovered, it shall be
recorded as specified in the aforesaid standard. Continuous record of core recovery and
rock quality designation (RD/DD/QD) shall be mentioned in the bore log in accordance with
relevant standards.

2.12.1.7 Laboratory Testing

A. Essential Requirements

a) Depending on the types of substrata and soil/rock encountered, all necessary and
appropriate laboratory tests shall be conducted on soil and rock samples collected in the
field by qualified and experienced personnel who are thoroughly conversant with the work.
Three copies of all laboratory test results and records shall be submitted to Employer/PMC
progressively. Laboratory tests shall be carried out concurrently with the field investigations
as initial laboratory test results could be useful in planning the later stages of field work. A
schedule of laboratory tests shall be prepared by Contractor well in advance of starting the
field works to the satisfaction of the Employer/PMC.

b) Laboratory tests shall be conducted using approved apparatus complying with the
requirements and specification of Indian Standards or other approved standards for this
type of work. It shall be ensured that the apparatus are in good working condition before
starting the laboratory tests. Calibration of all the instruments and their accessories shall
be done carefully and precisely at an approved laboratory before taking up testing of
samples in laboratory.

210
c) All samples, whether undisturbed or disturbed shall be extracted, prepared and examined
by competent personnel properly trained and experienced in soil sampling, examination,
testing and in using the apparatus in conformance with the specified standards.

d) Undisturbed soil samples retained in liners or seamless tube samplers shall be removed,
without causing any disturbance to the samples, using suitably designed extruders just prior
to actual testing. If the extruder is horizontal, proper support shall be provided to prevent
the sample from breaking. For screw tube extruders, the pushing head shall be free from
the screw shaft so that no torque is applied to the soil sample in contact with the pushing
head. For soft clay samples, the sample tube shall be cut by means of a high speed hacksaw
to proper test length and placed over the mould before pushing the sample into it with a
suitable piston.

e) While extracting a sample from a liner or tube, care shall be taken to ensure that its
direction of movement is the same as that during sampling to avoid stress reversal.

B. Tests

Tests as indicated in these specifications and as necessary or as may be directed by the


Employer/PMC, shall be conducted. These tests shall include but may not be limited to the
following:

a) Tests of undisturbed and disturbed soil/rock samples:

 Visual and engineering classification;

 Sieve analysis and hydrometric analysis;

 Atterberg’s limits and shrinkage limits;

 Specific gravity;

 Bulk density and natural moisture content;

 Dry Bulk Density;

 Relative density(for sand);

 Chemical analysis;

 Swell pressure and free swell index determination;

211
 Proctor compaction test.

b) Tests of undisturbed soil samples:

 Unconfined compression test;

 Box shear test (for sand);

 Appropriate type of Tri-axial shear tests (depending on the type of soil and
field conditions on undisturbed or remoulded samples):

Unconsolidated un-drained;

Consolidated drained test;

 Consolidation.

c) Tests on rock samples:

 Visual classification;

 Moisture content , porosity and density;

 Specific gravity;

 Hardness;

 Stake durability;

 Unconfined compression test (both saturated and at in-situ water content);

 Point load strength index;

 Deformability test (both saturated and dry samples).

d) Tests for chemical analysis of Soil and subsoil water Samples

C. Salient Test Requirements

a) Tri-axial shear tests shall be conducted on undisturbed soil samples, saturated by the
application of back pressure. The tri-axial tests shall be performed on specimens at natural
moisture content only if the water table is at sufficient depth so that chances of its rising to
the base of the footing are small or nil. Each test shall be carried out on a set of three test

212
specimens from one sample at cell pressures equal to 100, 200 and 300 kPa respectively or
as required depending on the soil conditions.

b) Direct shear test shall be conducted on undisturbed soil samples of cohesion less soils. The
three normal vertical stresses for each test shall be 100, 200 and 300 kPa or as required for
the soil conditions.

c) Consolidation test shall have loading stages of 10, 25, 50, 75, 100, 200, 400 and 800 kPa.
Rebound curve shall be recorded for all samples by unloading the specimen at its in-situ
stress. Additional rebound curves shall also be recorded wherever desired by the
Employer/PMC.

d) Chemical analysis of soil and subsoil samples shall include determination of of properties
such as color, odour, turbidity, specific conductivity, PH value, carbonates, sulphates (both
SO3 and SO4), chlorides and nitrate contents, organic matter, salinity and any other
chemicals which may be harmful to the foundation material viz. concrete & reinforcement
steel. The chemical contents shall be indicated as parts per million (PPM) based on weight.

2.12.1.8 Geotechnical Investigation Report

A. General

a) Contractor shall submit Geotechnical Investigation Report for each tower location where
investigation have been carried out containing geological information of the region,
procedures adopted for geotechnical investigation, field observations and results of
laboratory tests, summarized test results, conclusions and recommendations. The report
shall also include detailed bore logs, subsoil sections, field observations & field test results,
laboratory test results both in tabular as well as graphical form, practical and theoretical
considerations for the interpretation of test results, supporting calculations for the
conclusions drawn, etc. Initially, Contractor shall submit three copies of the report in draft
form to Employer/PMC for review.

b) Contractor’s Geotechnical engineer shall visit Employer/PMC’s Office for a detailed review
based on Employer/PMC’s comments in order to discuss the nature of modifications, if any,
to be incorporated in the draft report. Contractor shall incorporate the agreed
modifications in the report and resubmit the revised draft report for approval. Six copies of

213
the final approved report shall be submitted to Employer/PMC together with one set of
reproducible of the graphs, tables etc.

c) The final report based on field observations and in-situ & laboratory tests shall encompass
theoretical as well as practical considerations for classification, design and construction of
foundations for different types of soils.

B. Data to be furnished

The report shall also include the following:

a) A true cross section of all individual boreholes and test pits with reduced levels and co-
ordinates showing the classification and thickness of individual stratum, position of ground
water table, various in-situ tests conducted, the types of samples collected from different
depths and the rock stratum, if encountered.

b) Geological information of the area including geomorphology, geological structure, lithology,


stratigraphy and tectonics, core recovery and rock quality designation (RD/DD/QD), etc.

c) Observations and data regarding change of course of rivers, velocity, scour depths, slit
factor and the details of past floods like flood discharge, observed flood levels, highest flood
level etc.

d) Past observations and historical data, if available, for the area or for other areas with similar
soil profile, or with similar structures in the surrounding areas.

e) Plot of Standard Penetration Test (uncorrected and corrected N values) with depth for each
bore hole.

f) For all tri-axial shear tests, stress vs. strain diagrams as well as Mohr’s circle envelopes shall
be incorporated in the report. If back pressure is applied for saturation, the magnitude of
the same shall be indicated. The value of modulus of elasticity (E) shall be furnished for all
tests along with relevant calculations.

g) The following curves shall be included in the report which have been used for
determination of coefficient of consolidation:

i. e vs. log p;

ii. e vs. p;

214
iii. Compression vs log t or vst.

The point showing the initial condition (e0, p0) of the soil shall be marked on the curves.

h) The procedure adopted for calculating the compression index from the field curve and
settlement of soil strata shall be clearly specified in the report. The time required for 50%
and 90% primary consolidation along with secondary settlements, if significant, shall also be
calculated and included in the report.

i) Results of all laboratory tests shall be summarized in a manner as given below for each
sample as well as for each layer, along with all the relevant charts, tables, graphs, figures,
supporting calculations, conclusions and photographs of representative rock cores etc.

Summary of Laboratory Tests Results on Soil and Water Samples

1. Bore Hole or Trial Pit No.

2. Depth (m)

3. Type of sample

4. Density(kg/m3)

a) Bulk/ In Situ

b) Dry.

c) Submerged

5. Natural Moisture Water content (%)

6. Particle Size (%)

a) Gravel

b) Sand

c) Silt

d) Clay

7. Index properties

a) LL

215
b) PL

c) PI

d) LI

8. Soil Classification

a) Classification - As per Unified Soil Classification System and in accordance with


relevant IS code:

b) Description

c) Specific gravity

9. Strength Parameters of Soil/Rock at various depths and soil strata encountered

a) Type

b) C (Cohesion)

c) Ø (angle of internal friction)

d) Angle of repose

10. Bearing Capacity of Soil/Rock at 3.0m below ground level for various width of footings:

a) Safe/Allowable Bearing Capacity based on shear failure and settlement criteria;

b) Limiting Bearing Capacity;

11. Location of Water Table

a) Location of water table at the time of carrying out the test;

b) Likely highest level of Water Table based on analysis of historical data and
observations of water level in nearby wells/ponds/rivers/steams etc.

12. Consolidation Test

a) e0

b) Pc

c) Cc

d) DP

216
e) Mv

f) Cv

g) Optimum moisture content and 90% & 95% Proctor’s Dry Density of backfill
material;

13. Shrinkage limit (%)

14. Swell Test

a) Swell Pressure

b) FS

15. Relative Density (%) for cohesion less soils;

16. Chemical contents in soil and water samples

As per specifications Clause 2.13.1.7 C (d)

C. Recommendations

Appropriate recommendations shall be made in the report for each tower location duly
considering soil type and tower spotting data. The recommendations shall provide all design
parameters and considerations required for proper selection, dimensioning and future
performance of tower foundations considering the following aspects:

a) The subsurface soil/rock strata must provide safe bearing capacity and uplift resistance by
incorporating appropriate safety factors thereby avoiding failure of foundations under
ultimate loads.

b) Movement of the foundation, including short and long term components under transient
and permanent loading, shall be strictly controlled with regard to settlement, uplift, lateral
translation and rotation.

c) For shallow foundation the following shall be indicated with comprehensive supporting
calculations:

i. Net Safe/allowable as well as limiting bearing capacity of soil/rock strata for


isolated square footing of specified sizes at 3.0 m founding depth below ground

217
level considering both shear failure and settlement criteria giving reasons for type
of shear failure adopted in the bearing capacity calculations.

ii. Net safe/allowable as well as limiting bearing capacity of soil/rock strata for raft
foundations of widths greater than 5.0 m at 3.0 m below ground level considering
both shear failure and settlement criteria.

iii. Rate and magnitude of expected settlement of foundations.

d) The stable slopes for shallow and deep excavations, active and passive earth pressure at
rest and angle of repose for soils shall be furnished. The loading of the foundations shall
not compromise the stability of the surrounding subsurface soil strata and the stability of
the foundations shall be ensured against sliding or overturning.

e) Depending on the subsurface soil/rock strata, water table level and tower type, either
reinforced concrete isolated pad and chimney type or cast-in-situ bored pile type of special
foundations shall be considered at a given tower location.

f) In cases where normal open cast shallow foundations appear to be impractical based on
techno-economical considerations special pile foundations shall be given due consideration
along with the following aspects:

i. Type of pile foundation and reasons for recommending the same duly considering
the soil characteristics;

ii. Suitable founding strata for the pile;

iii. Estimated length of pile for 300, 400 and 500 KN capacities, end bearing and
frictional resistance of pile capacity shall be indicated separately.

iv. Magnitude of negative skin friction or uplift forces due to soil swelling, if any.

g) Where the subsoil water and soil properties are found to be chemically aggressive, the
precautions required to be taken during construction including any protective coating to be
applied on the foundations shall be recommended in report and implemented by
contractor during execution; susceptibility of soil to termite action and remedial measures
for the same shall also be dealt with in the report.

218
h) Suitability of locally available soils at site for filling/backfilling shall be investigated and
adequate compaction shall be ensured to achieve at least 95% of Proctor’s dry density for
backfilled soil.

i) If expansive soil such as black cotton soil is encountered, the recommendations of removal
or retaining of the same shall be given. In the latter case, detailed specifications of special
requirements shall also be given in the report.

j) Susceptibility of subsoil strata to liquefaction in the event of earthquake and remedial


measures, if required, shall be recommended in report and considered by Contractor during
execution.

k) Any other information of special significance such as dewatering schemes, etc. which may
have a bearing on the design and construction shall be provided.

l) Recommendations for additional soil investigations, beyond the scope of the present work,
if any, shall be given if Contractor considers such investigations necessary.

D. Hydro-Geological Conditions

The maximum elevation of ground water table, amplitudes of its fluctuations and data on
chemical reactivity of water with regard to foundation materials viz. concrete &
reinforcement steel shall be dealt with in the report. While preparing ground water
characteristics, the following parameters shall be specified for each aquifer:

a) bicarbonate alkalinity mg-eq/(deg);

b) pH value;

c) Content of aggressive Carbon dioxide (mg/l);

d) Content of Magnesia Salts (mg/l), recalculated in terms of ions Mg+2;

e) Content of Ammonia Salts (mg/l), recalculated in terms of ions NH4+;

f) Content of Caustic Alkalis (mg/l), recalculated in terms of ions Na+ and K+;

g) Content of Chlorides (mg/l), recalculated in terms of ions Cl-;

h) Content of Sulphates (mg/l), recalculated in terms of ions SO4-2;

219
i) Aggregate contents of Chlorides, Sulphates, Nitrates, Carbonates and other salts
(mg/l).

2.12.1.9 Specific Requirements for Geotechnical Investigation at River Crossings

A. The entire soil investigation work at river crossing locations (if required) shall be carried
out in accordance with the relevant parts of the specifications for geotechnical
investigation modified to the extent given below.

B. Requirements

i. Boreholes shall be executed to specified depth. If refusal is reached (i.e. SPT-N value is
greater than 100 continuously for 5.0 m depth) with characteristics of rock, the borehole
may be terminated at shallower depth i.e. at 5.0 m in refusal strata, with prior approval of
the Employer/PMC.

ii. Laboratory tests shall be conducted on all soil/rock samples as specified in previous
clauses related to normal foundations.

iii. Geotechnical Report must furnish the following in addition to details required for normal
foundations:

a) Highest flood level (H.F.L.);

b) Maximum flood discharge of river/stream, velocity corresponding to maximum flood


discharge, cross section of river/stream indicating HFL (from authenticated source or
concerned Department of Government of Togo) etc;

c) Silt Factor

d) Recommendations regarding type of foundation to be adopted at the location.

2.12.1.10 Special Terms and conditions for Geotechnical Investigation in the River bed for River
crossing locations (if required)

A. Contractor is required to mobilize a suitable arrangement (floating pontoon, plant,


equipment etc,) to carry out geotechnical investigation work in river bed for river crossing.

220
B. In the event of storm or stoppage of work due to any reasons such as flood, etc., Contractor
shall not be paid extra for mobilization / remobilization of floating pontoon, plant,
equipment, etc.

C. Contractor shall fully satisfy himself about the conditions of creek/river (depth of water,
wave currents, wind conditions, etc.) prevailing in the area of proposed investigation and
plan the necessary tools and plant to be deployed before quoting. Any claim resulting from
lack of information and data in this respect shall not be entertained.

D. Contractor shall make his own arrangements for fixing the coordinates and position of
boreholes in river with respect to locations of concerned towers.

E. Boring in creek or river shall be payable only below the bed level and no payment shall be
made for lowering the casing in water.

F. Contractor shall arrange facility up to the tower location in river for necessary transportation
on water (e.g. motor boat) to facilitate the supervision of work by officials of
Employer/PMC at its own cost.

G. Full details of the plant, proposed working method for boring and sampling in water shall be
submitted along with the Bid.

H. The unit rate quoted for underwater boring shall include complete work required as per
specification and no separate payment shall be made on any account.

2.13 SOIL RESISTIVITY MEASUREMENT

Soil resistivity along the route alignment shall be measured in dry weather by four
electrodes method keeping electrode spacing of 50m. Measurement shall be made at every
2.0 to 3.0 km or change of strata whichever occurs early along the route. In case, soil
characteristics change within 2.0 to 3.0 km, the measurement shall also be made at
intermediate locations. The megger reading and soil characteristics shall also be indicated
in the soil resistivity results. Calibration certificate of instrument shall be submitted prior to
start of activity for approval of Employer.

2.13.1 Stability of slope

221
Study of both short-term and long-term slope stability at tower locations in hilly or
undulated terrain using any acceptable software shall be carried out and shall be within the
scope of the contractor; and if in-house facilities are not available and contractor may hire
the services of a specialized soil investigation and geotechnical firm for this study. During
detailed and Check survey, the contractor in consultation with Employer/PMC shall identify
such tower locations which may have the risk of slope stability due to formation of benches
for tower foundations or otherwise and he shall collect, topographical data, subsoil data,
observe any feature or activity in the vicinity which may have adverse impact on slope
stability and he shall recommend any other type of foundation or protection measures
necessary for long-term stability of slope and protection of tower foundation.

2.13.1.1 After Carrying out the detailed survey and soil investigation, the Contractor shall estimate
complete BOQ (Bill of Quantities) of the transmission Line and submit the same to the
Employer.

2.13.2 ENGINEERING GUIDELINES FOR CHECKING/ACCEPTING SOIL INVESTIGATION REPORT

The soil investigation shall be carried out in line with the Technical Specification. The
detailed soil Investigation Report shall be signed by the soil investigating agency and
Contractor and it shall be ensured that the following points are included and covered in
the soil investigation report:-

A. Normal Locations :

i) All engineering & strength parameters of soil/rock strata and sub-soil water as specified in
Clause 2.13.1.7(C), Clause 2.13.1.8 (B), Clause 2.13.1.8 (C) and Clause 2.13.1.8 (D).

ii) Present water table and history of variation of water table at the tower location; and

iii) Classification of foundation based on type of soil and the location of water table.

B. River Crossing Locations:-

i) A sketch indicating profile of river crossing locations with borehole positions. All engineering
& strength parameters of soil/rock strata and sub-soil water as specified Clause 2.13.1.10
and Clause 2.13.1.11;

222
ii) Natural Ground Level (GL) for all the locations; Note that the GL & HFL shall be with respect
to same reference. For example if HFL is given in RL, the ground level shall be in terms of
RL only. Mixing of level with respect to MSL (Mean Sea level) & RL shall be avoided.

iii) Whether the river is navigable or not;

iv) Silt factor calculation along with the relevant soil test results for different layers of the soil;

v) If Rock is encountered prior to termination of bore hole (40m below existing Ground Level),
core drilling shall be done. The details of core recovery (Run wise) and calculation of Rock
Quality Designation (RQD) together with the photograph of core samples properly placed in
a core Box are to be enclosed in the soil investigation report.

2.13.3 Rates and Measurements

The quantity of work shall be measured in terms of locations where geotechnical


investigations have been carried out up to specified depths. The payment for work of soil
investigation shall be made for actual depth of borehole bored in soil strata and actual depth
of drilling done in rocky strata at each location where geotechnical investigation has been
carried out. The contractor’s quoted rates shall be inclusive of carrying out all investigations
and tests and collecting other information as specified above, establishing the ground level
and co-ordinates at the location of each borehole, trail pit etc. No extra payments shall be
made for conducting Standard Penetration Test, collecting, packing, transporting of all
disturbed and undisturbed soil/rock samples to approved testing laboratory; carrying out
logging of rock cores and preparation of report through an engineering geologist; conducting
all prescribed tests on soil/rock samples, recording of results on approved formats,
preparation and submission of geotechnical investigation report and all related works
complete as per specification and direction of Employer/PMC. In case, investigation could not
be carried out up to specified depth on account of encountering refusal or due to any other
reason, the payment shall be restricted on pro-rata basis for the actual depth up to which
investigation has been carried out.

223
CHAPTER - 3
CHECK SURVEY, SOIL INVESTIGATION,
FOUNDATION & CIVIL WORKS, ERECTION, STRINGING,
TESTING & COMMISSIONING

224
2019
CHAPTER - 3
CHECK SURVEY, FOUNDATION & CIVIL WORKS, ERECTION, STRINGING, TESTING &
COMMISSIONING

S.NO DESCRIPTION PAGE NO.

3.1 SCOPE 227


3.2 SPECIFIC TECHNICAL REQUIREMENTS 227
3.3 STANDARDS 227
3.4 COMMUNICATION AND TRANSPORT 229
3.5 MATERIAL HANDLING AND ACCOUNTING 229
3.6 ERECTION LOSSES 229
3.7 GENERAL STORAGE OF MATERIAL 229
3.8 RIGHT-OF -WAY, CUTTING OF TREES, ETC 230
3.9 CHECK SURVEY OF TOWER LOCATION 232
ROADS, RIVER, CANALS (NALLAS), POWER AND TELECOMMUNICATION
3.10 233
LINE AND RAILWAY CROSSINGS
3.11 CROSSING OF PUBLIC UTILITIES 233
3.12 ERECTION TOOLS AND PLANTS 234
3.13 CONSTRUCTION OF TOWER FOOTINGS 235
3.14 SETTING OF STUBS 236
3.15 EXCAVATION 237
3.16 EXCAVATION FOR TOWER SITES, DRAINAGE AND LINE CLEARANCE: 239
3.17 EXCAVATION FOR TOWER'S FOOTINGS 240

3.18 EXCAVATION OF BORROWED EARTH FOR BACKFILL 242

3.19 BACKFILLING 243


3.20 FORM WORK 244
3.21 REINFORCEMENT 245
3.22 CONCRETE 246

225
3.23 PROTECTION OF TOWER FOOTINGS 262
3.24 GROUNDING 262
3.25 HANDLING AND TRANSPORTATION OF STEEL 263
3.26 TOWER ERECTION 263
3.27 TIGHTENING AND PUNCHING OF BOLTS AND NUTS 265
3.28 TOWER ACCESSORIES 265
3.29 INSULATOR HOISTING 265
3.30 HANDLING OF CONDUCTOR AND OPGW 266
3.31 STRINGING OF CONDUCTOR AND OPGW 269
3.32 JOINTING 269
3.33 SAGGING-IN-OPERATION 270
3.34 TENSIONING AND SAGGING OF CONDUCTORS AND OPGW 271
3.35 CLIPPING IN 271
3.36 FIXING OF CONDUCTOR AND OPGW ACCESSORIES 272
3.37 REPLACEMENT OF TOWER MEMBERS 272
3.38 FINAL CHECKING, TESTING AND COMMISSIONING 272
3.39 PAYMENTS 274
3.40 ERECTION SCHEDULE 274
3.41 PROGRESS REPORT 274
3.42 BENCHING 284
3.43 PROTECTION OF TOWER AND TOWER FOOTING 275
3.44 FIELD QUALITY PLAN 277

226
CHAPTER - 3
CHECK SURVEY, FOUNDATION & CIVIL WORKS, ERECTION, STRINGING, TESTING &
COMMISSIONING
3.1. SCOPE
3.1.1. This chapter covers check survey, foundation & civil works, erection, stringing, testing and
commissioning of the transmission lines enumerated in this Specification. The successful
bidder shall on its own cost, transport the construction material for different types of
foundations, tower members, tower accessories and other line materials to the work sites
such as conductor, earth wire/OPGW, insulators, hardware fittings, etc; by tractors,
trucks, animal drivers cart or by manual labour depending upon the site conditions.
3.1.2. The above work shall also include the cost of labour, all tools and plants including tension
stringing equipment and all other incidental expenses in connection with the check-
survey, erection, testing & commissioning of the line.
3.2. SPECIFIC TECHNICAL REQUIREMENTS
3.2.1. Transmission Line Route
3.2.1.1. Route Alignment and the detailed survey of the transmission lines have to be carried out
by the successful bidder.
3.3. STANDARDS
3.3.1. Except where otherwise specified or implied the erection, stringing, testing and
commissioning shall conform to the provisions of IEEE 524, IEC: 60652, IS: 5613 (part 2 /
Section-2) -1985 (as amended up to date).
3.3.2. The Standards mentioned below shall be applicable to the materials and processes used in
executing the work.

i) IEC: 60826 Design criteria of overhead Transmission Lines


IEEE 524 Guide to the Installation of Overhead Transmission Line
Conductors
ii) IEC: 60652 Loading tests on Overhead Line Structures
iii) IEC 61773 Overhead lines - Testing of foundations for structures
iv) IEC 61865 Overhead lines - Calculation of the electrical component of

227
distance between live parts and obstacles - Method of calculation
v) ASTM C33 / Standard Specification for Concrete Aggregates
C33M - 16
vi) ASTM Specification for Deformed and Plain Carbon-Steel Bars for
A615/A615M Concrete Reinforcement
vii) ASCE 10 Design Of Latticed Steel Transmission Structures.
97:2000
viii) IEEE 691 Guide for Transmission Structure Foundation Design and
Testing
ix) EN 1998-5 Foundations, retaining structures and geotechnical aspects
x) BS 8110 Structural use of concrete.

xi) ASTM C136 / Standard Test Method for Sieve Analysis of Fine and Coarse
C136M Aggregates

xii) ASTM Standard Specification for Steel Wire, Plain, for Concrete
A82/A82M Reinforcement

xi) IS: 383-1970 Coarse and Fine Aggregates from Natural Sources for Concrete.

xii) IS: 1200-(Part I)- Method of Measurement of Building and Civil Engineering Works:
1974 Earthwork
xiii) IS: 456-2000 Code of Practice for plain and Reinforcement Concrete.
xiv) IS: 2502-1963 Code of Practice for Bending and fixing of bars for concrete
reinforcement.

xv) IS: 3043-1966 Code of Practice for Earthing.


xvi) IS: 3764-1966 Safety Code for Excavation Work
xvii IS: 4081-1967 Safety Code for Blasting and related drilling operation.

xviii) IS: 4091-1967 Code of Practice for Design and Construction of foundations for
Transmission Line Towers and Poles.

xix) IS:5613 Code of Practice for Design Installation, and Maintenance of over
(Part2- head power lines.
1985/1989)

228
Section - 1: Design
Section - 2: Installation and Maintenance.

3.4. COMMUNICATION AND TRANSPORT

The information about the existing communication and transport facilities may be verified
from the concerned authorities before submitting the offer.

3.5. MATERIAL HANDLING AND ACCOUNTING

The Contractor shall be responsible for timely delivery of tower material, line material &
accessories, and foundation material to the site and its storage etc. In case of loss/damage
of the material, the Erection Contractor shall be responsible for making good the
shortages/damages within the period specified by the Employer. Any demurrage and
wharfage incurred on the material due to Contractor's carelessness shall be to his
account.

The Erection Contractor shall be responsible for safe transportation of conductor, OPGW,
insulators, etc. to the work of site. He will be responsible for proper distribution of the
Conductor and OPGW drums so that the numbers and lengths of cut pieces are minimum.

No separate charges shall be paid for head loading of materials, tools and tackles. The
bidders shall inspect the line route before submitting their tenders.

3.6. ERECTION LOSSES

Any loss or damage of materials, public property shall be the responsibility of the
contractor.

3.7. GENERAL STORAGE OF MATERIAL

The contractor shall have to arrange at least two site store offices at different convenient
places along the transmission line route. They shall also have to arrange appropriate
watch and ward over the day and night, water/sanitation etc.

3.7.1. Cement of approved quality will be arranged by Contractor in bulk. The Contractor shall
store the cement in suitable weather proof, properly ventilated buildings with dry floors
so as to prevent deterioration.

229
3.7.2. Contractor shall stack the fabricated steel members in separate piles member - wise and
tower - wise. These shall be stacked clear off the ground with their heels upwards in order
to avoid entrapping of water between the angle-sections. The reinforcement bars shall
also be stored in separate piles in a suitable manner to minimise corrosion. Other line
material shall be stocked properly with a view of ease of handling, issue, accounting
minimum exposure to inclement weather etc.
3.7.3. Contractor shall store the aggregates on hard smooth and clean surfaces so that there is
no possibility of intrusion of any foreign materials. Aggregates of different grades shall be
stored in piles which shall be spaced well apart to prevent their intermixing.
3.7.4. Employer/PMC or Engineer-in–Charge shall have the right of exercising inspection of
Contractor's stores at any time to ensure no damages to the material.

3.8. RIGHT-OF -WAY, CUTTING OF TREES, ETC.


3.8.1. The Employer will arrange the necessary right of way. It may be noted that obtaining right
of way is a continuous process and entire right of way cannot be obtained at one time.
Therefore, Employer may grant the partial right of way in order to start the work. Where
partial right of way is granted, the contractor shall program his activities accordingly.
Contractor shall also note that the foundation sites cleared for construction by the
Employer may not be in the continuous stretch. The provision of this clause shall be read
in conjunction with the Chapter 2.

Contractor shall make all the necessary arrangements for the access roads with the land
made available by Employer/PMC before going on to private land, but if any difficulty
arises, Contractor shall promptly inform the Employer. The Contractor shall arrange all
proposed point of access for the settlement of the Way leave arrangements; any damage
made to standing crops during building of the temporary access roads shall be the
responsibility of the contractor.

3.8.2. The Contractor shall be responsible for clearing for foundation site. Clearing shall include
removal and disposal of all trees, bushes, down timber, tree roots, debris, indicated
structures and other obstructions from the areas to be occupied by permanent works of
the Contract as directed by the Employer at tower foundation sites and the access. The

230
Contractor shall also be responsible for removing of creeping vines and all vegetation on
all towers from the base to the top. The Cost of the entire work shall be included in the
Bid Price.

Contractor shall make all reasonable precautions to avoid damage to land, property,
roads, crops, fences, walls, gates, etc and shall ensure the work is adequately supervised
so that unavoidable damage is reduced to minimum. The contractor shall be liable for all
damage arising by or in consequences of the works except unavoidable damage to
standing crops in the right of way of the transmission line corridor. However, the damage
to standing crops and other properties due to Contractor’s activities in the access road to
foundation site shall be the liability of the Contractor. The Contractor shall remove all soil
and surplus materials after erection.

The Contractor shall notify the Employer of all the instances of damage to crops in the
right of the way which in the opinion of the Contractor are unavoidable. In the event of
such notification not being received by the Employer, Employer may its discretion refuse
to consider any claim by the Contractor for compensation resulting there from.

No Separate Payment shall be made for clearing the foundation site and access road the
cost of which is deemed to have been covered in the unit rate of construction of
foundation and stringing or tower erection.

The Employer will arrange the right of way including forest clearance from relevant
department. Any avoidable or deliberate damage done to standing crop or private
property by the Erection Contractor's laborers shall be the Erection Contractor's
responsibility.

3.8.3. The Employer will acquire only such piece of land as is actually required for each tower
foundation. Any extra land required by the Contractor temporarily for dumping of the
construction material and consequent damage to crops etc. shall be the responsibility of
the Erection Contractor. The Erection Contractor shall take all reasonable steps for
preventing damage to crops during execution of the contract work. Any avoidable or
deliberate damage done to standing crop or private property by the Erection Contractor's
laborers shall be the Erection Contractor's responsibility.

231
No Separate Payment shall be made for clearing the foundation sites and access roads;
the cost of which is deemed to have been covered in the unit rate of construction of
foundations and tower erections and stringing of conductor & OPGW.

3.8.4. Felling of trees for purpose of clearing right of way shall be the responsibility of the
contractor. Clearing of obstructions falling in the right -of way as per relevant standards
and lopping or trimming of the portion of the trees falling within the minimum electrical
clearance zone shall be the responsibility of the Contractor. However, any lopping or
trimming of tree branches obstructing the line of sight during check survey shall be the
responsibility of the Erection Contractor.

3.9. CHECK SURVEY OF TOWER LOCATION


3.9.1. The Check Survey shall be conducted to locate tower locations on ground and shall be
based on the duly approved profile sheets and tower schedules prepared on the basis of
detailed survey. A preliminary tower schedule based on the check survey will be
submitted by the Contractor. The locations of towers so marked shall be got inspected
from the authorized representative of the Employer. The changes desired by the Employer
in the preliminary tower schedule shall be carried out by the Contractor who shall
thereafter submit a final tower schedule for the approval of the Employer. The tower
schedule submitted for approval shall show position and types of towers, wind spans,
weight spans, adjacent span, angle of deviations, individual and cumulative chainage, type
of foundations, Type of Soil, height difference, power line, telecom line, river or road
crossings, important ground feature etc.
3.9.2. During check survey the tower locations shall be fixed on ground with the help of
Differential Global Positioning System (DGPS) for Suspension type tower (Centre point and
any one edge point of 20m x 20 m grid) and Tension Type tower (Centre point, any one
edge point of 20m x 20 m grid & transmission line direction in grid) . On tower locations
having undulations, levels shall be taken at every 2 meter along the diagonals of tower in
area of 20mx20m; profile of the ground along the diagonal shall be plotted and submitted
to the Employer.

232
3.9.3. Tower erection schedules shall be made in convenient construction lengths and work shall
not be started in any length until the schedule has been approved by Employer in writing.
3.9.4. The Contractor shall then be responsible for correct setting of towers as per approved
profiles. If tower, after erection, are found to be out of approved alignment, Contractor
shall dismantle and re-erect them correctly at his own cost and without extension of time.
3.10. ROADS, RIVERS, STREAMS, POWER AND TELE COMMUNICATION LINE AND RAILWAY
CROSSINGS.
3.10.1. The crossings of roads, rivers, streams, power and telecommunication lines, and railway
tracks falling in the line route shall be carried out with the types of structures and at
angles as indicated in the approved profile sheets and tower schedules , ensuring that the
minimum clearances at maximum temperature in still wind condition, after taking the
effect of conductor creep and slack caused by the broken conductor in the adjoining span
are not less than the relevant clearances specified in Section -III of this specification.
3.10.2. The crossings of railway tracks, if any, telecommunication lines and erection of lines in the
vicinity of aerodromes (if any) shall be in addition, to meet the requirements of the
Electricity regulations of Togo or the rules laid down by any other concerned agency,
Govt. of Togo.
3.11. CROSSING OF PUBLIC UTILITIES
3.11.1. Contractor shall be responsible for giving requisite notice to the appropriate authorities
and intimate them the date and time when he proposes to carry out erection of the
conductors and OPGW along or across power lines or telecommunication lines, public
roads, water ways, railways etc. Lowering of the conductors, OPGW etc. of the existing
power lines and its restringing and taking all necessary precautions to avoid damage to
the existing lines will be the responsibility of the Contractor. Any guying, temporary
reinforcement required for the existing structures will also be the responsibility of the
Contractor.
3.11.2. Where other authorities or public undertakings affected, deem it necessary for the
protection of their employees, property, public or for the assistance of traffic to provide
flagmen or watchmen, the cost of such provision shall be borne by the Contractor.

233
3.11.3. Where it is necessary to provide scaffolding over roads, power lines or telecommunication
lines this shall be carried out by the Contractor at such times as may be convenient to the
requisite Authority and such work shall be deemed to be covered in the rates. Flagmen
and approved types of danger or warning notices shall be provided by the Contractor to
ensure safety of the public. The time taken to affect the crossing shall be kept to the
minimum.
3.12. ERECTION TOOLS AND PLANTS
3.12.1. The Contractor shall provide at his own expenses all necessary erection tools and plants
such as surveying instruments, tackles, spanners, wrenches, pumps, timbering,
scaffoldings, jacks, winches, ropes and all construction machinery such as tractors, bull
dozers, hydraulic compressors and dies, dynamometers, come along clamps, tension
stringing equipments, camping requisites etc. Erection contractor shall also provide at his
own expenses all necessary tools and plants such as tools for excavation, blasting rocks,
concrete mixture (diesel operated), needle vibrator (Petrol operated) required for
construction of foundation.
3.12.2. ELECTRIC POWER AND WATER FOR CONSTRUCTION PURPOSES

The Contractor shall make all necessary arrangements and provide all necessary electric
power and Water for construction purposes at his own cost. In case the power is available
with the Employer, the same shall be supplied at the prevailing tariff rates.

3.12.3. The Contractor is also required to identify the land parcel, and its Employer/PMC’s along
with the detail of area of the land required for the foundation footing and submits the
report to the Employer for the Purpose of permanent acquisition of land. The area of land
required for permanent acquisition shall be based on the designed area of the foundation
footing.
3.12.4. The Employer shall initiate the process for acquiring the ROW of Transmission Line as well
as permanent land acquisition for plot of land area required for foundation footing after
verification of the Contractors report. However, if any error is identified in the information
submitted by the contractor needing re-identification of land plot and its Employer/PMC’s
names, the Contractor shall immediately mobilize the crews to rectify error and resubmit
the report at no extra cost.

234
3.12.5. The Employer, at the request of the Contractor shall request the various Organizations or
Offices of the Government of Togo and local bodies to provide the necessary information
to the Contractor. The Bidders are requested to familiarize themselves with the
government rules & regulations and processes in the acquisition of land.
3.12.6. All cost incurred in this connection shall be included in Check Survey works. However, the
compensation cost of land and permanent structures along the ROW and land costs for
permanent acquisition of land for tower pads shall be borne by the Employer. Any
avoidable or deliberate damage done to standing crop or private property by the
Contractor's laborers shall be the Contractor's responsibility.
3.12.7. The Employer shall acquire only such piece of land as is actually required for each tower
foundation and protection of tower foundation only. Any extra land required by the
Erection Contractor temporarily for dumping off the construction material etc shall be the
responsibility of the Erection Contractor but consequent damage to crops along the ROW
and access roads, the compensation shall be paid by Employer. The Employer shall also
not be responsible for arranging access roads/right-of-way for transport of material from
road side to work sites. If the Contractor has to adopt any such arrangements, he may do
so with the consent of the property Employer/PMCs and any compensation in that respect
shall be his responsibility. The Contractor shall take all reasonable steps for preventing
damage to crops during execution of the contract work.
3.13. CONSTRUCTION OF TOWER FOOTINGS
General
3.13.1. The type of footing to be constructed at each tower site shall be based on the soil
characteristics and ground water table and as determined by the Engineer-in-charge
during the progress of the work. The Employer reserves the right to change the type of
footing at any location where conditions during the progress of work indicated the use of
a different type of footing.
3.13.2. Each tower shall have standard pyramid and slab (RCC) with raft or pile foundation. The
footings for each tower in a straight section of the line shall be placed so that the
longitudinal axis of the tower cross arm will be in a plane perpendicular to the transverse
of the line. Unless otherwise directed by the Employer, the footings for each angle tower

235
shall be placed in a manner so that the tower cross-arms lie in a plane bisecting the
interior angle formed by the intersection of the transverses of adjacent sections of the
line.
3.13.3. Foundations shall be constructed in accordance with the approved drawings. Cement of
duly approved quality based on theoretical calculations shall be procured by the
Contractor.
3.13.4. The cement quantity specified in clause 3.23.9 is the minimum quantity of cement to be
used by the Contractor for different grade of concrete. However, the Contractor is
required to furnish their cement consumption for different grade of concrete and R.R
stone masonry in the field quality plan as applicable.
3.14. SETTING OF STUBS
3.14.1. The stubs shall be set correctly at the exact locations with proper alignment and precisely
at correct levels with the stub setting template/prop setting arrangement and leveling
instruments. Stubs shall be set in the presence of authorized representative of the
Employer available at site, for which adequate advance intimation shall be given to the
Employer by the Erection Contractor. This shall not, however, absolve the Erection
Contractor of his responsibility for correctness of stub setting and for the correct erection
of towers.
3.14.2. The stubs shall be set with their tops above the ground level as per approved design and
given a coping without making a plinth.
3.14.3. However, in hilly region for towers with unequal leg extensions, for river crossing towers
and for foundations in highly collapsible soils, props may be used with complete accuracy
and high skilled supervisions, subject to prior approval from Employer/PMC.
3.14.4. For all towers, the Contractor shall submit for approval the proposed method for setting
of stubs.
3.14.5. Sufficient number of Stub setting templates along with appropriate number of jacks shall
be arranged by the Contractor at his own cost for all heights of towers. The Contractor
shall also arrange the props for setting of stubs at specific locations where use of prop is
approved by the Employer/PMC. Stub Templates/Props shall be painted.
3.15. EXCAVATION

236
3.15.1. Scope
This section covers technical specification for excavation for foundation work of
transmission line towers. This shall include all works involved in excavation, dressing of
soil, shoring for foundation work and carting for good quality earth, if required for back
filling. Boring and sub-surface data regarding nature of soil, sub-soil water etc. shown on
drawings or otherwise furnished to the contractor shall be taken as guidance only, and
variation there from shall not affect the terms of the contract. The Contractor must satisfy
himself of the character and volume of all works under this item and expected surface,
sub-surface, and /or subsoil to be encountered. He must also satisfy himself about general
conditions of transmission line route and ascertain the existing and future obstructions
likely to come up during the execution of the contract to carry out the work under this
scope.
3.15.2. Drainage In The Vicinity Of Excavation
Contractor shall control the grading in the vicinity of all excavations so that the surface of
the ground shall be properly sloped or dyked to prevent surface water from running into
the excavated areas during construction.
3.15.3. Excavations shall include the removal of all materials required to execute the work
properly and shall be made with sufficient clearance to permit the placing, inspection,
setting of forms and completion of all works for which the excavation was made.
3.15.4. Sides and bottoms of excavation shall be cut sharp and true to the slopes indicated in the
drawing. Undercutting shall not be permitted. Earth sides of excavation shall not be used
in lieu of formwork for placement of concrete unless authorized, in special cases, by the
Employer or his representative where limitations of space for large excavation necessitate
such a decision.
3.15.5. When excavators/machines are used for excavation, the last 300mm before reaching the
required level shall be excavated by hand or by such equipment that will leave the soil at
the required final level in its natural condition.
3.15.6. Suitability for bearing of the bottom of excavations shall be determined by the Employer,
in the light of the soil investigation report/trail pit.
3.15.7. The bottoms of excavations shall be trimmed to the required levels and when carried

237
3.15.8. below such levels due to contractor's fault, the excess depth shall be filled to the required
level at the contractor's cost with cement concrete not leaner than M-10 (1: 3: 6) or richer
as directed by the Employer in each individual case.
3.15.9. Excavated material shall be placed beyond 1.5 m from the edge of the pit or half the
depth of the pit whichever is more or further away if directed by the Employer.
3.15.10. Excavation shall not be carried below the foundation level of structure close by until
required precautions have been taken.
3.15.11. Contractor shall be responsible for assumptions and conclusions regarding the nature of
materials to be excavated and the difficulty of making and maintaining the required
excavations and performing the work required as shown on the drawing and in
accordance with these specifications. Cofferdams, sheeting, shoring, bracing, draining,
dewatering etc. shall be furnished and installed as required. The contractor shall be held
responsible for any damage to any part of the work and property caused by collapse of
sides of excavation. Material may be salvaged if it can be done with safety for the work
and structures, as approved by the Employer and no extra claim shall be entertained for
materials not salvaged or any other damage to contractor's property as a result of the
collapse. He shall not be entitled to any claim for redoing the excavation as a result of the
same.
3.15.12. Excavations for foundations where specified shall be carried at least 100 mm below the
bottom of structural concrete and then be brought to the required level of placing lean
concrete of M-10 (1: 3: 6) mix with aggregate of 40 mm maximum nominal size.
3.15.13. Shoring and Strutting
a) Shoring and strutting shall be done keeping in view the requirements given in
relevant standards. For excavations to be made in sandy soils or water bearing strata
or in any other type of soil where there is every likelihood of pits collapsing, shoring
and strutting made out of timber planks or steel frames of adequate strength as per
requirements shall necessarily be provided. The cost on a/c of shoring and strutting
shall be deemed to be included in the unit rates of excavation.

b) Where excavation required bracing, sheeting or shoring etc., the contractor shall
submit to the Employer the design and drawings showing arrangement and details of

238
proposed installation for examination and approval, and shall not proceed until he
has received approval from the Employer.

3.15.14. For purposes of excavation of earthwork, the term 'soil ' shall apply to all kinds of soil.
3.15.15. Excavation below Water Table
a) Wherever water table is met with during the excavation the contractor shall
immediately report the fact to the Employer who shall arrange to record the exact
level of the water table. The decision of the Employer in the matter shall be final.

b) Contractor shall dewater and maintain the water table below bottom of the
excavated level during excavation, concreting and back fillings.

c) The guidelines for de - watering during construction specified in relevant standards


(Latest) shall be followed. Dewatering shall be carried out either manually or by
mechanical pumps or power driven pumps to facilitate excavation and casting of
foundation. The pits shall be kept dewatered till 24 hours of concreting the
foundation.

3.16. EXCAVATION FOR TOWER SITES, DRAINAGE AND LINE CLEARANCE


3.16.1. Scope
This item covers excavation for leveling around the individual tower footings, drainage,
line clearance, etc. but excludes the excavation for tower footings. The excavation shall be
carried out as per clause 3.16.0 above and as described herein.
3.16.2. The excavations for tower sites, drainage and line clearance shall be made to the
approved dimensions and shall be finished according to the specified lines and grades.
Where the Employer considers it necessary, adequate drainage shall be provided around
tower footings. Except as otherwise provided in this specification, excavated materials
shall be used for grading as directed, around the site from where the materials are
excavated. The requirement of excavation for tower sites, drainage and line clearance and
the amount of excavation required at a location shall be optional with the Employer.
3.16.3. Measurement and Payment
Measurement for payment on excavation for tower sites, line clearance and drainage shall
be made to the most practicable lines and grades as approved by the Employer. Payment

239
for such excavation, including the associated grading shall be made at the unit rate per
cubic meter quoted in the Schedule of prices.
3.17. EXCAVATION FOR TOWER'S FOOTINGS
3.17.1. Scope
This item covers excavation for the individual tower footings etc. The excavation shall be
carried out as per clause 3.16.0 above and as described herein.
3.17.2. Except as hereinafter provided, all excavations for footings shall be made to the lines and
grades of the foundation designs approved by the Employer. Any excavation done beyond
the lines of the foundation shall be at the expense of the Erection Contractor. Any sand,
mud, salt or other undesirable materials which may have accumulated in the excavated
pits shall be removed by the Erection Contractor at no extra cost to the Employer, before
placing the concrete. The rate of excavation shall include all associated activities like
shoring, shuttering, dewatering, stocking piling, dressing, back filling the foundation after
concreting with excavated / borrowed earth (irrespective of lead) and consolidation of
earth, carriage of surplus earth to the suitable point of disposal as required by the
Employer or any other activities related to the completion of foundation works.
3.17.3. Classification of Soil: For Excavation
The materials to be excavated shall be classified in accordance with latest edition any
international standards and as follows unless otherwise specified. Excavation rates for
foundation pits shall be quoted by the bidder for the following type of soils.

a) ALL TYPE OF SOILS INCLUDING SOFT / DISINTEGRATED ROCK

Generally any soil which yields to the ordinary application of pick and Shovel, rake or
other ordinary digging implement: such as vegetables or organic soil, turf, gravel, sand,
silt, loam, clay, peat etc. This shall also include rock and boulders that may be quarried
or split with crowbars. This will also include laterite and hard conglomerate.

b) HARD ROCK (REQUIRING BLASTING):

Any rock or boulder for the excavation of which blasting is required.

c) HARD ROCK (BLASTING PROHIBITED):

240
Hard Rock requiring blasting as described under (b) but where blasting is prohibited for
any reason and excavation is carried out by chiseling, wedging or any other agreed
method.
3.17.4. Where soils at tower locations are of composite nature, i.e. partly soil and partly hard
rock, the payment for excavation shall be made for each according to unit rates, and total
volume of hard rock and soil excavations shall be within guaranteed volume of excavation.
The decision of the Employer shall be final and binding with reference to the classification
of soils.
3.17.5. The cost of drilling, blasting & chiseling shall be included in the quoted rates for hard rock
excavation. Blasting materials shall be arranged by the contractor at his own cost. For soils
other than hard rock excavation rate to be quoted shall include the cost of back filling with
excavated soil/borrowed soil.
3.17.6. Where rock is encountered, the holes for tower footings shall preferably be drilled, but
where blasting is to be resorted to as an economy measure, it shall be done in accordance
with the relevant Indian Standard and with utmost care to minimize the use of concrete
for filling up the blasted areas. All necessary precautions for handling and use of the
blasting material shall be taken as per the requirements of the relevant Safety Code. Only
the persons having certificate for blasting issued by the competent authority shall be
deployed for carrying out the blasting. In case, unnecessary large quantities are excavated
/ blasted resulting in the use of large volumes of concrete, payment for concrete shall be
limited to the guaranteed volume and the cost of any concrete in excess of that shall be
borne by the Erection Contractor. In case drilling is done, the stubs may be shortened
suitably as approved by the Employer.

3.17.7. Measurement and Payment


Measurement for payment will be based on volume calculations determined by the
existing grade and up to the bottom elevation of structural / lean concrete. If adjacent
foundations overlap, the overlapped portion shall be paid only once. Payment for
excavations for tower footings shall be made at the unit rate per cubic meter quoted for
the appropriate type of soil. The unit prices quoted shall include the cost of necessary

241
labour and material for all timbering, shoring and spreading and compacting the excess
material evenly around the site. Unit rate quoted shall also include the cost of dewatering
during excavation and as well as laying of foundations and nothing extra shall be paid on
this account. However, payments shall be restricted to guaranteed volumes or actual
whichever is less as per unit rates. If during the progress of excavation or after the
completion of excavation, any alteration in the dimensions of excavation actually made
become necessary, compensation therefore shall be determined as follows:
a) Where additional excavation is called for, on account of alteration in the dimensions
of excavation for a footing as a result of the use of improper methods of excavation
or means for supporting excavation or providing inadequate protection of the
excavation against weathering or delay between excavating the pit and placing of the
concrete by the Erection Contractor, the cost of all additional excavation and also
that of all additional reinforcement, cement, concrete, backfilling and compacting
shall be borne by the Erection Contractor.

b) Where additional excavation is called for due to change of the type of footing on
account of different soil conditions, payment shall be made in accordance with the
provision existing in this Specification.

3.18. EXCAVATION OF BORROWED EARTH FOR BACKFILL


3.18.1. Scope
This item covers excavation of borrowed earth required for backfill at the borrow areas
designated by the contractor.
3.18.2. Contractor shall strip the borrow area of all unsuitable material as may be necessary to
obtain the required quantities of borrowed materials. The surfaces of borrow areas shall
be left in reasonably even condition.
3.18.3. Measurement
No separate payment shall be made to contractor for borrowed earth required for
backfilling and same is deemed to be inclusive in the rates quoted by him for the complete
foundation.
3.19. BACKFILLING
3.19.1. Scope

242
This section covers the technical requirements for backfilling. The contractor shall furnish
all labour, equipment and materials required for complete performance of the work in
accordance with the approved drawings.
3.19.2. After completion of foundation work and other construction below the elevation of the
final grades and prior to backfilling, all forms, temporary shoring, timber etc. shall be
removed and repairs, if any to the foundations shall be done and the excavation cleaned
of all trash, debris and perishable materials. Backfilling shall begin only with the approval
of the Employer.
3.19.3. Back filling shall normally be done with the excavated soil unless it consists of large
boulders/stones in which case the boulders shall be broken to a maximum size of 80 mm.
The backfill material shall be clean and free from vegetation, pieces of timber and other
undesirable materials. Back filling shall be done with inorganic materials, obtained from
the excavation or borrow pits and subject to the approval of the Employer.
3.19.4. Backfill shall not be dropped directly upon or against any foundation or facility where
there is danger of displacement or damage.
3.19.5. Backfill shall be placed in horizontal layers not to exceed 200 mm in thickness. Each layer
shall be compacted with proper moisture content with such equipment as may be
required to obtain a density not less than 96% of maximum as determined by the relevant
Indian Standards (latest edition). Trucks or heavy equipment for depositing or compacting
backfill shall not be used within 1.5 m of foundation that may be damaged by their weight
or operation. The methods of compaction shall be subject to the approval of the
Employer. Pushing of earth for backfilling shall not be adopted under any circumstances.
3.19.6. After backfilling, 150 mm high earthen embankment (Bund) along the sides of excavation
pits shall be made and sufficient water poured in the back-filled pits so that standing
water remains above the back-filled earth for at least 24 hours. All surplus soil including
residual sand, stone and concrete waste lying around, if any, shall be stacked within the
tower base.
3.19.7. While backfilling of footings, the pad shall be covered with about 300 mm layer of fine
material before any coarse material is deposited. Care shall be taken to avoid damage to
the concrete during back filling and compaction of soil.

243
3.19.8. All topsoil shall be placed at the surface in the case of towers located on cultivated land.
3.19.9. Where excavated material is not considered to be suitable by the Employer for use as
back-fill, borrowed earth shall be used for backfilling, for which the provision of clause
3.19.0 of this Specification shall be applicable.
3.19.10. On completion of foundation work, the earth surrounding them shall be accurately
finished to line and grade as shown on drawings or as directed by the Employer. Finished
surface shall be free of irregularities and depressions and shall be within 50 mm of the
specified level.
3.19.11. Measurement
The cost of backfilling and compaction is deemed to be included in the unit prices quoted
for excavation in clause 3.18.7.
3.20. FORM WORK
3.20.1. Scope

This section covers technical requirements for furnishing and installation of formwork for
construction of foundations. The contractor shall furnish all labour, equipment and
materials required for complete performance of the work in accordance with the drawings
and as described herein.

3.20.2. Formwork shall be as per relevant standards or other equivalent international standards
and shall be composed of steel and /or best quality shuttering wood of non-absorbent
type timber. The timber shall be free from knots and shall be of medium grain as far as
possible.
3.20.3. The formwork shall conform to the shape, lines and dimensions of the footings as per the
design drawings. All details of the formwork, placing, tying, etc. shall be subject to the
approval of the Employer. The Erection Contractor shall submit the design and drawings
showing details of the form construction to the Employer for approval before
commencement of actual work. The formwork shall be adequate to withstand the
pressure of freshly placed concrete or other loads imposed, without failure, movement or
deflection of the component parts. Formwork shall be sufficiently tight to prevent the loss
of liquid from the concrete.

244
3.20.4. The inner surfaces of formwork coming in contact with concrete shall be smooth and free
from projections. All rubbish particularly chipping, shavings dust and traces of concrete, if
any, shall be removed from the interior of the formwork before the concrete is placed.
The surface in contact with the concrete shall be wetted and sprayed with fine sand or
treated with an approved composition to prevent absorption of water from the concrete.
Such composition shall be kept out of contact with reinforcement and shall be non-
staining and non-injurious to concrete.
3.21. REINFORCEMENT
3.21.1. Scope

This section covers the technical requirements of supply and installation of reinforcement
steel for foundation work of transmission line towers. The contractor shall furnish all
labour, equipment and materials required for complete performance of the work in
accordance with the drawings and as described herein.

3.21.2. Reinforcing steel shall be of High Yield Strength Deformed Bars of Grade Fe 415 or Fe 500
conforming to ASTM A615/A615M, relevant standards and shall be clean and free from
loose mill scales, dust, loose rust and coats of paints, oil, grease or other coatings, which
may impair or reduce its bond with concrete. All steel reinforcements including and above
6mm diameter shall necessarily be of tested quality. The minimum diameter of
reinforcement bar to be used in foundations shall not be less than 8 mm.
3.21.3. Reinforcement accessories shall be furnished by the contractor. Binding wire shall be
annealed iron wire quality not less than No. 16 swg (1.65mm dia.). Bar support, chairs and
bolsters shall be sufficiently strong to support the steel properly.
3.21.4. The bending and fixing of reinforcement bars for reinforced concrete work shall be in
accordance with relevant standards or other equivalent international standards.
3.21.5. The measurement will be based on the calculated weights of reinforcement steel as per
approved drawing in tonnes (MT) correct to 3rd place of decimal, no allowance being
made for wastage. No payment shall be made for wire required for binding the
reinforcement, chairs and spacers as the cost of these is deemed to be included in the unit
rate quoted for the complete foundation. The payment shall be limited to guaranteed
volume/weight or actual as per approved drawing excluding any wastage.

245
3.22. CONCRETE
3.22.1. Scope

This section covers the technical requirements in respect of materials used in forming,
mixing, placing, finishing, curing and testing of plain and reinforced cement concrete for
foundation work for transmission line towers. The contractor shall furnish all labour,
equipment and materials required for complete performance of the work in accordance
with the drawings and as described herein. The source approval of every item of concrete
viz. cement, aggregates, reinforcement steel is required prior to any foundation activity.

3.22.2. Standards
a) The Standard Specifications mentioned below shall be applicable to the materials and
processes used in the preparation of concrete.

i) ASTM C33 / C33M – 16 - Standard Specification for Concrete Aggregates.

ii) ASTM A615/A615M - Specification for Deformed and Plain Carbon-Steel Bars for
Concrete Reinforcement.

iii) IEEE 524 - Guide to the Installation of Overhead Transmission Line Conductors.

iv) IEC: 60652 - Loading tests on Overhead Line Structures.

v) IEC 61773 - Overhead lines - Testing of foundations for structures.

vi) IS: 269-1970 - Specification for ordinary rapid hardening and low heat portland
cement.

vii) IS: 383-1970 - Specification for coarse and fine aggregate from natural sources for
concrete.

viii) IS: 5613-(part -2/Sec -2)1985 - Code of Practice for Design installation and
maintenance of overhead power lines.

ix) IS: 4091-1967 - Code of Practice for Design and Construction of Foundations for
Transmission line Towers and Poles.

x) IS: 8112-2013 - Ordinary Portland Cement Grade-43;

xi) IS:12269-2013 - Ordinary Portland Cement, Grade-53.

246
xii) ACI 318 - Building Code Requirements for Reinforced Concrete.

xiii) ACI 211 - Standard Practice for Selecting Proportions for Normal, Heavyweight,
and Mass Concrete.

3.22.3. The provision of the latest revision of all the Standards shall be complied with unless
permitted otherwise.
3.22.4. General Requirements

All materials, tests, mixing, placing, formwork, reinforcing and workmanship shall conform
to relevant standards Plain and Reinforced Concrete for General Building Construction -
Code of Practice' and other relevant Indian Standard codes.

3.22.5. Materials

a) CEMENT

Cement used shall be Ordinary Portland Cement conforming to ASTM C150/ C150M.
Cement which has set or partially set or older than 3 months shall not be used.

b) COARSE AGGREGATES (stone chips or stone ballast)

Aggregates of size ranging from 4.75 mm to the maximum size as stated in the schedule
conforming to ASTM C33 / C33M relevant standards shall be termed as coarse aggregates.
The grading limits of the coarse aggregates shall be as per Table -3.1, 3.2, & 3.3, as stated
hereinafter. Coarse aggregates shall be more or less cubical in shapes, hard, strong,
durable and of uniform and fine texture, free from faults or planes of weakness, free from
weathered faces and also free from laminations. It shall be clean and free from clay films
and other adherent coating. Porous or absorbent coarse aggregate shall not be used.
Coarse aggregates shall not contain any deleterious material liable to attack the steel
reinforcement. Stone or blasted parts of stones/boulders as available from excavation
may be crushed to form the coarse aggregates and may be used in the work under this
contract provided the same fulfills the quality requirements stated earlier in this clause. In
such cases due recovery shall be made from the contractor from his bills @ per m3. Coarse
aggregates shall be so stored so as not to get mixed with soils or other deleterious
materials. The coarse aggregate shall be stored on hard firm ground having sufficient

247
slope to provide adequate drainage for rainwater. The stack of the coarse aggregates shall
be such that the same may be measured easily whenever found necessary by the owner
or his authorized representative. If graded aggregates (coarse) are brought to site the
grading limits shall be as per table 3.1

TABLE - 3.1

GRADED STONE AGGREGATE OR GRAVEL

I.S. Sieve size Percentage passing for graded aggregate of nominal size
Designation: 40 mm 20 mm 12.5 mm
80 mm. 100 - -
40 mm 95-100 100 -
20 mm 30-70 95-100 100
12.5 mm - - 90-100
10 mm 10-35 25-55 40-85
4.75 mm 0-5 0-10 0-10
2.36 mm - - -
When coarse aggregates brought to the site is ungraded, single size coarse aggregates of
different nominal sizes, conforming to the requirements vide Table 3.2 given below, shall
be mixed at site with the other ingredients of concrete either directly in the mixture or on
the platform in the proportion indicated in Table 3.2 below: -

TABLE - 3.2

SINGLE SIZED (UNGRADED) STONE AGGREGATE OR GRAVEL

I.S. Sieve Designation: Percentage passing for single sized aggregates of nominal size
40 mm 20 mm 12.5 mm
80 mm - - -
63 mm 100 - -
40 mm 85-100 100 -
20 mm 0-20 85-100 -
16 mm - - 100
12.5 mm - - 85-100
10 mm 0-5 0-20 0-45
4.75 mm - 0-5 0-10

248
2.36 mm - - -

TABLE - 3.3

SINGLE SIZED (UNGRADED) STONE AGGREGATE OR GRAVEL

SL. Cement Nominal –Size Parts of single size aggregate


No. Concrete of graded
Mix Aggregates
50mm 40mm 20mm 12.5mm 10mm
required.

1 C.C M-25 20mm - - 2 - 1

2 C.C M-15 40mm - 21/2 1 1/2

3 C.C M-15 20mm - - 3 - 1

4 C.C M-10 40mm - 41/2 11/2 - -

5 C.C M-10 20mm - - 41/2 - 11/2

The proportion indicated in Table -3.3 above are by volume. These proportions may be
varied somewhat by the owner after making sieve analysis of the aggregates brought to
the site, when considered necessary for obtaining better density and strength of concrete.
No adjustments in rate shall be made for any variation in the proportions so ordered by
the owner. If single size coarse aggregates are not premixed at site to obtain the graded
coarse aggregate required for the mix, the volume of single size aggregates required for
the mix shall be suitably increased to account for reduction in total volume at the site of
mixing.

c) FINE AGGREGATES

Coarse and fine sand shall be well graded within the limits by weight as specified in ASTM
C33 / C33M. Fineness modules shall not vary by more than plus or minus 0.20 from that of
the approved sample. Fineness modules for sand shall not be less than 2.5.

d) WATER

Water used for forming and curing the concrete shall be clean, fresh and free from
injurious amounts of oil, acids, alkalies, organic material or other deleterious matters in

249
solution or in suspension in such amounts that may impair the strength or durability of the
concrete. Saltish and muddy water shall not be used. Potable water shall be generally
satisfactory. Relevant standards may be followed for testing of water, if required, by the
Employer.

e) ADMIXTURES

The use of admixtures in concrete for promoting workability, improving strength,


entraining air or for any other purpose may be used only with the approval of the
Employer. Addition of admixture shall not reduce the specified strength of concrete in any
case. The admixtures shall conform to ASTM C494 / C494M. Admixtures shall be used, if
necessary only with the written permission of the Employer.

3.22.6. Grade of Concrete

Concrete shall be either ordinary or controlled and in grades designated as M-10, M-15,
M-20 and M-25 etc. In accordance with relevant standards and these specifications.

3.22.7. Nominal Mix Concrete


a. Nominal mix concrete is recommended only when accurate control is impracticable and
not necessary. However, if nominal mix concrete is allowed by the Employer, it shall be
used only in the concrete of grade M-10 and M-20.

b. Concrete mix proportions for nominal mix concrete shall be, in general, as per ACI 211 or
relevant standards. Concrete mix shall be of grade M-10 and M-20 having minimum
cement content per cubic meter of vibrated concrete as specified in Table-3.5

c. If nominal mix concrete made in accordance with the proportions given in Table 9 of
relevant standards for a particular grade does not yield the specified strength and fails to
satisfy the requirements of 'Acceptance Criteria' as specified in IS: 456-2000, the cement
content shall be increased as directed by the Employer to obtain a specified strength at no
extra cost to the Employer.

d. Nominal mix concrete proportion for a given grade specified under relevant paragraph
above shall not however, be classified as a higher grade on the ground that the test
strengths were found higher than the minimum specified.

250
3.22.8. Design Mix Concrete
a. Design mix concrete shall be used on all concrete works except where specified otherwise.
Design mix concrete for use in plain and reinforced concrete structures shall be in grade
M-15 & M-25 respectively.

b. The mix proportions for all grades of concrete shall be designed to obtain strengths
corresponding to the values specified hereinafter for respective grades of concrete.
Preliminary tests as specified in the relevant standards and required by the Employer,
shall be carried out sufficiently ahead of the actual commencement of the work with
different grades of concrete made from representative samples of aggregates and cement
expected to be used on the job to ascertain the ratios by weight of cement to total
quantities of fine and coarse aggregate and the water cement ratio required to produce a
concrete of specified strength and desired workability.

c. Mix design for all grades of design mix concrete shall be undertaken to investigate the
grading of aggregates water cement ratio, workability and the quantity of cement
required to give cubes the minimum strength specified in relevant standards and these
specifications whichever is more. The proportions at the mix shall be determined by
weight. Adjustment of aggregate proportions due to moisture present in the aggregate
shall be made:

TABLE - 3.3

SL.NO Grade of Concrete M-15 M-25

i) Preliminary Tests at 28 20.0 N/sq.mm 31.0 N/sq.mm


days (204 Kg/sq.CM) (304 Kg/sq.CM)
ii) Work Tests at 7 days 10.0 N/sq.mm 16.5 N/sq.mm
(102 Kg/sq.CM) (160 Kg/sq.CM)
iii) Work Tests at 28 days 15.0 N/sq.mm 25.0 N/sq.mm
(153 Kg/sq.CM) (245 Kg/sq.CM)

251
NOTE:

a.M-20 grade of concrete to be used for R.C.C foundations.

b. The measured compressive strength of the specimen shall be calculated by dividing the
maximum load applied to the specimen during the test by the cross-sectional area and
shall be expressed to the nearest kg/sq m. Average of three values shall be taken as the
representative of the batch provided the Individual variation is not more than ± 15
percent of the average. Otherwise repeat tests shall be made.

c. Preliminary Tests:

A test conducted in laboratory on the trial mix of concrete produced in a laboratory with
the object of:

a. Designing of a concrete mix before the actual concreting operation start;

b. Determining the adjustments required in the design mix when there is a


change in the materials used during the execution of work;

c. Verifying the strength of the concrete mix.

i) Work Tests:

A test conducted in the field or in a laboratory on the specimen made on the works,
out of the concrete being used on the works.

ii) Design mix concrete shall be used on all concrete works, except where specified
otherwise. Work shall not commence until the Employer/PMC has approved the
control / design concrete mix. The contractor shall allow sufficient time for all the
obligations and tests etc. to be carried out prior to approval.

3.22.9. Concrete Mix Requirements

a) Design mix concrete as defined in relevant standards shall be used for all
foundations unless permitted otherwise.

b) Only well graded coarse aggregates of nominal size 40mm & 20mm conforming to
ASTM C33 / C33M or relevant standards shall be used in concrete work. The

252
nominal size of coarse aggregate in lean concrete of grade M-10 shall be 40mm
and in structural concrete of grade M-15, M-20 & M-25 shall be 20mm.

c) Fine aggregates of Grade-IV conforming to relevant standards shall not be used for
reinforced cement concrete work. The fineness modulus of fine aggregates shall
be not less than 2.5.

d) Water-cement ratio in concrete mix shall not be more than 0.5.

e) Concrete mix shall conform to IS: 456-2000 and these specifications.

f) The minimum quantity of cement content for each grade of concrete


notwithstanding the strength requirements specified in the specification, shall be
as below:

TABLE - 3.5

Grade of Concrete Minimum Cement content per Cubic


M-10 220 Kg
M-15 240 Kg
M-20 300 Kg
M-25 300 Kg
g) Based on the contractor's mix design, if the actual requirement of cement for a
grade of concrete is found to be more than those specified above, such excess
quantity of cement shall be used for which nothing extra shall be paid.

h) Concrete slump shall be kept as low as possible consistent with proper handling
and thorough compaction.

i) The concrete shall be of such consistency as to give a slump of 50 to 75 mm with a


maximum water cement ratio of 0.50. Use of admixtures for increasing the work
ability and /or retarding the initial setting time of concrete may be used subject to
approval by the Employer.

j) The admixture content, batching method and time of introduction to the mix shall
be in accordance with the manufacturer's recommendations for compliance with
these specifications.

253
k) For soil containing sulphate, the minimum cement content in concrete shall be
increased as per provisions of relevant standards.

l) Assumed Standard deviation for acceptance criteria of concrete shall be as per


Table-8 of relevant standards.

3.22.10. Concrete Mix Review


a) The source and quality of concrete materials and concrete proportions proposed for the
work shall be submitted to the Employer for review before the concrete work is started.
Complete certified reports prepared by an independent testing laboratory and covering
the materials and proportions shall be submitted to the Employer. Review of these
reports will be for generally acceptability only and continued compliance with all
contract provisions only will be required. The Employer shall have the option to witness
the preparation of the trial mixes, testing etc.

b) Reports on admixture shall include the classification, brand, manufacturer and active
chemical ingredient. All admixtures, conforming to relevant International Standards,
shall be the products of one manufacturer approved by the Employer.

c) Reports on the fine aggregates shall include the sources, type, gradation, deleterious
substance, soundness and the results of all tests required to verify compliance with
ASTM C33 / C33M.

d) Reports on the coarse aggregates shall include the source, type, gradation, deleterious
substances, soundness, abrasion loss and the results of all tests required to comply with
ASTM C33 / C33M.

e) Using concrete materials acceptable to the Employer, a tentative concrete mix shall be
designed and tested for each size and gradation of aggregates and for each consistency
intended for use on the work. Design quantities and test results of each mix shall be
submitted for review. Acceptable mixes shall be subjected to field adjustments as
necessary to meet the requirements of these Specifications.

f) The report for each tentative concrete mix submitted for review shall include the
following:

254
i. Slump on which the design is based.

ii. Total litres of water per cubic meter.

iii. Water-cement ratio.

iv. Ratio of fine to total aggregates.

v. Weight (surface dry) of each aggregate per cubic metre.

vi. Quantity of each admixtures.

vii. Air content, if any.

viii. Compressive strength based on 7 days and 28 days compression test.

ix. Time of initial set.

x. Weight of cement used in the mix.

g) Concrete tests specimens shall be made, cured and tested in conformity withASTM C39/
C39M, ASTM C31 / C31M, ASTM C192 / C192M. These tests shall be conducted at
approved laboratory. The mould and materials for cubes and cylinders shall be supplied
by the contractors that shall also arrange to transport the cubes/ cylinders to laboratory
at his cost. Actual cost of the testing shall also be borne by the Contractor.

3.22.11. Concrete Mixing


a. Concrete mixing shall conform to ACI 211. Concrete shall normally be mixed in a
mechanical mixer. Mixing on metallic watertight platform shall be allowed only in very
difficult approach area with the prior approval of Employer. In case of mixing by hand is
allowed, the quantity of cement in concrete shall be 10% more than used when concrete
is mixed in mechanical mixer. The cost of additional cement shall be borne by the
Contractor himself.

b. The proportion of fine and coarse aggregates, cement and water shall be as determined
by the mix design in case of controlled concrete. The quantities of fine and coarse
aggregates shall be determined by weight. The Employer may allow the quantity of
aggregates to be determined by equivalent volume basis after the relationship between

255
the weight and volume is well established by trial and the same will be verified
frequently. The quantity of cement shall always be determined by weight. The water
shall be measured accurately after giving proper allowance for surface water present in
the aggregates for which regular check shall be made for bulking in the case of volume
batching in accordance with.

c. All concrete shall be mixed until there is a uniform distribution of materials and shall be
discharged completely before the mixer is recharged. Mixing shall be done in a
mechanical mixer and the type and size shall be subjected to the approval by the
Employer. Mixer shall be rotated at a speed recommended by the manufacturer and the
water shall not be added to the mix until all the cement and aggregates constituting the
batch are already in the drum and dry mixed for at least one minute and thereafter
mixing shall be continued for at least 2 minutes and at least forty (40) revolutions after
all materials are in the drum for batches large than 0.75 cum or fraction thereof. All
concrete shall be discharged within 3 minutes after the introduction of mixing water to
the cement and aggregates, unless a different time is specified by the Employer.

d. Before beginning a run of concrete all partially set or hardened concrete and foreign
material shall be removed from the inner surfaces of mixing conveying equipment. The
first batch of concrete, through a cleaned mixer, for use in the works, shall contain 10%
additional cement at no extra cost to allow for loss in the drum. All conveyances, buggies
and barrows shall be thoroughly cleaned at frequent intervals during the placing of
concrete. Concrete shall be rapidly handled from the mixer to the place of final deposit
and shall not be delivered by spout or troughs nor dumped into carriers with a free fall
from the mixer of more than 1.0 meters. Every possible precaution shall be taken to
prevent segregation or loss of the ingredients while transporting the concrete.

3.22.12. Concrete Placement


a. The handling, depositing and compacting of concrete shall conform to these
specifications, subject to adjustments by the Employer for weather or placement
conditions. During hot or cold weather, the concreting shall be done as per the
procedure set out in ACI 306R, ACI 305.

256
b. Concrete shall not be placed until the formwork, reinforcements and preparation of
surfaces involved in casting are approved by the Employer and shall be placed only in the
presence of Employer or his representative. Preferably concrete shall not be placed
under water and all excavations prepared for concrete shall be maintained free of water
until the concreting is completed 24 hours thereafter. All surfaces of foundations upon
or against which concrete is placed shall be free from mud and loose earth.

c. Contractor shall keep an accurate record of the date on which the concrete is cast for
each part of work and date on which the forms are removed.

d. Concrete shall be conveyed to the point of final deposit by methods that will prevent the
segregation or loss of the ingredients. Concrete shall be deposited in its final position
without moving it laterally in the forms for a distance in excess of 1.5 meter.

e. Concrete shall be deposited in approximately horizontal layers to proper depth for


effecting compaction. However, the depth of a layer shall not exceed 500 mm. Each
layer of concrete shall be plastic when covered with the following layer and the forms
shall be filled at a rate of vertical rise of not less than 150 mm per hour. Construction
joints shall be provided as necessary and as accepted by the Employer to comply with
these requirements.

f. Plastic concrete is defined as concrete which can be re-vibrated least to the extent that
an immersion type vibrator stud will penetrate the concrete at least 25 mm by vibration
action and its weight. Concrete which is not longer plastic but which must be covered by
an additional lift shall be immediately chipped back to well consolidated concrete and
flushed with mortar puddle as follows: The surface of hardened concrete upon which
fresh concrete is to be placed shall be rough and clean and damp. Surface mortar shall
be removed to expose the aggregate. The hardened surface shall be cleaned of all
foreign substances (including curing compound), washed with clean water, and kept
saturated during the 24 hours period preceding placement of fresh concrete. Coarse
aggregates shall be omitted from the batches of concrete deposited on hardened
concrete. This mortar puddle shall cover the hardened concrete to a depth of not less
than 15 mm at every point.

257
g. To secure maximum density and eliminate formation of air pockets, the concrete shall be
thoroughly vibrated and worked around all reinforcements, embedded facilities and into
corners of forms during and immediately after placingusing 20mm size needle vibrators.
Unless other methods are authorized by the Employer mechanical vibrators conforming
to relevant standards, (all Latest editions) shall be used for this purpose, the type and
operation of which is subject to the approval of the Employer. Needle vibrators shall be
petrol operated and at least three vibrators shall be available at the site at the time of
casting of foundation.

h. The placing of concrete shall be in a continuous operation with no interruption in each


location. Concrete shall be handled from the place of mixing to the place of final deposit
as rapidly as practicable by methods, which will prevent segregation.

i. Concrete shall normally be placed in continuous horizontal layers. Construction joints in


foundations shall not be permitted. Concrete shall be compacted to the maximum
practicable density during the placement and thoroughly worked around the
reinforcement if any and around the embedded stubs and into the corners of the
formwork, with vibrators or any other means approved by the Employer.

j. Repairs of imperfection in concrete shall be completed within 24 hours after the removal
of forms. Repair of concrete shall be performed only in the presence of the Employer or
his representative. All exposed corners shall be slightly rounded or chamfered. Concrete
in the top of footings shall be sloped to provide drainage away from stub angles.

3.22.13. Temperature of Concrete


In hot weather, the temperature of concrete when it is placed in the forms shall not be
more than 38 deg C. In extreme hot weather some suitable means out of those mentioned
below shall be employed to lower the temperature of concrete:

a) Using cold mixing water. Use of ice for mixing water should be carefully
controlled to ensure complete melting before mixing is completed.

b) Cooling coarse aggregate with cold water by sprinkling or inundation.

c) Insulating mixer drums or cooling with sprays or with wet burlap coverings.

258
d) Shading materials and facilities hot otherwise protected from heat.

e) Working only at night.

In cold weather, the temperature of concrete when it is placed at or below freezing


temperatures shall be maintained at least 4.5 degree C. No frozen material or material
containing ice shall be used. Depending upon the severity of weather, it is necessary to
heat the mixing water or aggregate. Heating of mixing water shall be preferred. Very hot
water shall not be allowed to touch the cement to avoid quick or flash setting, hot water
and coldest portion of aggregate shall be brought together in the mixer first.
If subject to the approval of Employer, heating of aggregate is used, the aggregate shall be
heated uniformly and carefully avoiding overheating and excessive drying. The average
temperature of aggregate shall not exceed 65 deg C and the maximum temperature shall
not exceed 100 deg C.
3.22.14. Stripping Time
Under fair weather conditions with average daily temperature not less than 20 deg C and
when ordinary cement is used, forms may be struck after 24 hours of placing the concrete.
In very cold temperatures, the forms shall be struck after 48 hours of the placing of
concrete.

3.22.15. Protection of Concrete


a. In very cold weather the concrete shall be protected from freezing for at least 48
hours of placement when the mean daily temperature is 4.5 deg C. When the mean
daily temperature in the vicinity of work site falls below 4.5 deg C for more than one
day, the concrete shall be maintained at a temperature not less than 10 deg. C for at
least 72 hours after it is placed. Concrete cured by water curing shall be protected at
10 deg. C.

b. In hot weather, the curing shall be commenced even before stripping the form work
by loosening the forms and allowing curing water to run down between the concrete
forms.

259
3.22.16. Curing
a. Curing of concrete shall be done for a minimum period of 10 days after stripping of
the form work. The curing time may be increased by Employer in case of extreme cold
weather.

b. Uncovered concrete footing above the ground level shall be cured by wrapping
around hessian sacking or similar absorbent material and keeping it constantly wet.
For curing the foundations below ground level, after backfilling, 150 mm high earthen
embankment along the sides of excavation pits shall be made and sufficient water
shall be poured in the backfilled pits so that standing water may remain above the
backfilled earth.

c. In high temperature and low humidity areas, more frequent sprinkling shall be done.

d. In cold weather at or below freezing temperature, concrete shall be insulated with


layer of stray or similar material covered with a water proof sheet material to help
retention of the original heat of concrete plus heat of hydration. Curing shall be
carried out for longer periods to the satisfaction of Employer, to ensure that the
concrete attains the strength and quality.

3.22.17. Sampling and Testing


a. Samples of concrete shall be taken at the direction of the Employer in the field in
accordance with IS: 1199 'Methods of Sampling & Analysis of Concrete.' The testing shall
be carried out as per relevant codes.

b. The sample shall be tested for strength and consistency at any approved laboratory in
accordance with relevant standards. The moulds and material for cubes and cylinders
shall be supplied by the Contractor who shall also arrange to transport the cubes/
cylinders to laboratory at his cost. Actual cost of the testing shall also be borne by the
Contractor.

c. Number of samples to be taken for testing and verifying concrete strength shall be in
accordance with relevant standards and as per the directions of Employer.

260
d. Samples shall be cured under laboratory conditions except when in the opinion of the
Employer extreme weather conditions may prevail at which time the Employer may
require additional cubes cured under job conditions.

e. The Contractor shall promptly furnish to the Employer certified reports of all tests made
by the testing laboratory.

f. If the strength of the cubes for any portion of the concrete work falls below the specified
compressive strength, the criteria for acceptance of the portion of the work shall be as
stipulated in relevant standards. The Employer shall also reserve the right to reject
whole or any part of the work. In case of acceptance of such works, the standard
deviations shall be worked out, and examined by the Employer and if he is satisfied only
then such works can be accepted at the reduced rates. Furthermore, the Employer shall
have the right to order a change in the mix or the water cement ratio for the remaining
portion of the foundations at no extra cost to the Employer.

3.22.18. Concreting Of Foundation


Contractor shall inform the Employer or his authorized representatives sufficiently in
advance about the programme of concreting the location.
3.22.19. Measurement
Measurement of concrete shall be in cubic meter correct up to second place of decimal
and it shall be based on approved drawings of foundations, no deduction shall be made
for embedments and reinforcements. The payment shall be limited to guaranteed
volumes or actual as per approved drawing whichever is less. The payment of foundation
shall be made for complete location. For foundation of special tower apart from pile
foundation, the unit rate of excavation, concrete and reinforcement steel of SD type of
tower in different type of soil shall be applicable as quoted in the price schedule.

3.23. PROTECTION OF TOWER FOOTINGS


3.23.1. The work shall include providing all necessary stone revetment, Stone masonry/concrete
breast walls and retaining walls, earth filling above ground level etc. Special measures for
protection of foundations shall be taken in respect of locations close to/in canals, streams,
riverbeds, etc. by providing suitable crate of galvanized wire netting and meshing packed

261
with boulders. The top seal cover of the stone revetment work and stone masonry works
in breast/retaining walls shall be done with M-15 concrete (1:2:4 nominal mix). The
Contractor shall furnish recommendations for providing protection to tower foundation at
such and other critical locations. Where the ground surface is irregular, the foundation
shall be finished off in a substantial and permanent way by forming a plinth by side cutting
and building a suitable stone revetment or in case of rock foundation by building up with
cement concrete as desired by the Employer. The number of retaining walls and breast
walls en route transmission line shall be intimated by the Contractor for obtaining the
decision of the Employer before taking up erection.
3.23.2. Measurement
The unit rate of protection of the tower footing shall be quoted in the Schedule of Prices
and shall include the pointing using 1:4 (1 cement: 4 coarse sand) mortar on masonry of
retaining/breast walls. The payment of foundation shall be made for complete location.
3.24. GROUNDING
3.24.1. The installation of earthing sets shall be in accordance with relevant standard
specifications. The galvanized steel pipe sets shall be installed in the ground near the
towers and connected to the tower legs by means of galvanized steel flat as shown in
Drawing. The grounding shall be effected by making about 300 mm dia. and 3000 mm
deep pit at a distance of not less than 3650 mm diagonally away from the stubs and filling
in the pits with finely broken coke having max. Granular sizes of 25 mm. The top edge of
the pipe shall be at least 600 mm below the ground level. The steel strip shall be buried
not less 450 mm deep from the ground level. Where tower footing resistances exceed
that specified in technical specification, the desired earthing resistance shall be obtained
by installing additional pipe earthing sets. The distance between two electrodes in such a
case shall preferably be not less than twice the length of electrode.
3.24.2. At locations, where it is not possible to obtain the desired footing resistance by the means
mentioned in clause 3.25.1 installation of counterpoise earthing shall be resorted to.Four
galvanized steel stranded conductors shall be radiated from tower as shown in drawing
volume. The measured earthing resistance of tower shall not exceed 10 ohms in dry

262
weather. Earthing resistance tester shall be calibrated and the certificate shall be
submitted to the employer.
3.24.3. In case the measured resistance of the earthing arrangement described in 3.25.2 still
exceeds the values, use of continuous counterpoise shall be made.
3.24.4. Where a tower stands on rock, efforts shall be made to obtain a good ground by carrying a
length of galvanized steel flat from the tower legs to earthing pipe driven in damp soil at
the shortest possible distance from the tower. The connecting flat shall be buried in a
groove cut in the rock surface and adequately protected from damage.
3.24.5. Contractor shall measure and record the resistance of each tower to earth after erection
and before installing the earth wire and submit the same to the Employer.
3.25. HANDLING AND TRANSPORTATION OF STEEL

All galvanized tower steel, including stub angles, shall be handled and transported to work
site by the Erection Contractor with care to avoid bending of members and damage to
galvanized surfaces. In case of loss/damage of the material, the Contractor shall be
responsible for making good the shortages/damages within the period specified by the
Purchaser. Any demurrage incurred on the material due to Contractor's carelessness shall
be to his account.

3.26. TOWER ERECTION


3.26.1. The Towers shall be erected by; member by member assembly or any other standard
method without overstressing any member on foundations at least after 14 days of
casting but a gap of 28 days or till such time that the concrete has acquired sufficient
strength shall be preferred. The tower shall be erected in the best workmanlike manner.
3.26.2. The Erection Contractor shall be entirely responsible for correct erection for all towers as
per the approved drawings and their correct setting on the alignment finally approved by
the Employer. The towers must be truly vertical after erection, the permitted tolerance in
verticality being 1 in 360 of the tower height. No straining will be permitted to make the
towers vertical.
3.26.3. A reasonable amount of drifting as permissible in relevant standards shall be allowed in
assembling, but reaming for correction of mismatched holed due to shop errors will not
be permitted. If any shop errors are discovered, the Erection Contractor shall notify the

263
Employer, who will decide whether the errors may be corrected in the field or members
returned to tower fabricator for correction or replacement. All galvanized surfaces
damaged as a result of correction shall be made good as directed by the Employer.
3.26.4. All errors and omissions in erection of towers shall be corrected by the Erection
Contractor at no additional cost to the Employer. Any tower damaged during erection due
to incomplete bolting, improper guying or any other reasons, shall be repaired/ replaced
by the Erection Contractor as directed by the Employer.
3.26.5. Assembly
The method followed for the erection of towers, shall ensure the points mentioned below:
a. Straining of the members shall not be permitted for bringing them into position. It
may, however, be necessary to matchhole positions at joints and to facilitate this,
tommy bars not more than 450 mm long may be used.

b. Before starting erection of an upper section, the lower section shall be completely
braced and all bolts provided in accordance with approved drawings.

c. All plan diagonals relevant to a section of tower shall be placed in position before
assemble upper section is taken up.

d. All bolts shall have their nuts facing outside the tower for horizontal or nearly
horizontal bolt connections and downwards for vertical bolt connections.

e. Tower shall be fitted with number plate, danger plate, phase plates, circuit plate
and anti - climbing device as described.

f. All the blank holes, if any left, after complete erection of the tower, are to be
filled up by bolts and nuts of correct size.

3.27. TIGHTENING AND PUNCHING OF BOLTS AND NUTS


3.27.1. All nuts shall be tightened properly using correct size spanners. Before tightening, it will
be ensured that filler washers and plates are placed in relevant gaps between members,
bolts of proper size and length are inserted and one spring washer shall be placed under
each nut, and in case of step bolts, spring washers have been placed under the outer nuts.
The tightening shall progressively be carried out from the top downwards, care being
taken that all bolts at every level are tightened simultaneously. The threads of bolts

264
projecting outside the nuts shall be punched at three positions on the diameter to ensure
that the nuts are not loosened in course of time. If during tightening a nut is found to be
slipping or running over the bolt threads, the bolt together with the nut shall be replaced.
3.27.2. Anti-theft bolts shall be used for the lower 3 meter (Minimum) of the tower and bolts and
nuts in all joints up to 3 m height or bottom cross arms above tower base shall be welded
and painted with zinc paint after final tightening.
3.28. TOWER ACCESSORIES
3.28.1. "Each tower shall be fitted with number plate, danger plate, circuit plate and phase
plates."
3.28.2. Anti- climbing device shall be provided on all towers.
3.28.3. Bird- guards shall be provided on suspension towers.
3.28.4. The compression dead end and jumper connection in tension assemblies shall be fixed to
conductor in accordance with manufacturer’s recommendation which shall be furnished
by the contractor.
3.29. INSULATOR HOISTING
3.29.1. The insulators, string fittings and insulator string assembly drawings shall be supplied to
Erection Contractor. The number of insulator units required per string is given in Technical
specification for suspension as well as tension strings.
3.29.2. Damaged insulators and fittings, if any, shall not be used in the assemblies. All insulators
shall be cleaned in a manner that will not spoil, injure or scratch the surface of the
insulator, but in no case any oils shall be used for the purpose. Before hoisting, the
components of the insulator string shall be checked for any damage, crack and missing of
security clips etc. Arcing horns in case of 161kV lines shall be fitted in an approved
manner. The yoke arrangements shall be horizontal for tension and longitudinal for
suspension strings. Torque wrench shall be used for fixing different components, like
suspension clamp for conductor and ground-wire, etc. whenever, recommended by the
manufacturer of the same.
3.29.3. The installation of string assemblies shall also include the installation of armour rod sets at
suspension locations.

265
3.29.4. The compression dead ends and jumper connection in tension assemblies shall be fixed to
conductor in accordance with manufacturer's recommendations which shall be furnished
by the Contractor.
3.29.5. Sacking shall be wrapped over the cross arm members of towers to prevent damage to
the galvanized surface during hoisting of string assemblies.
3.29.6. For checking the soundness of the insulators, IR measurement using 5 kV (DC) Megger
shall be carried out on insulators.
3.29.7. Payment for installing insulator assemblies of various types shall be included in the rates
quoted in the Schedule of Prices for stringing of conductors.
3.30. HANDLING OF CONDUCTOR AND OPGW
3.30.1. Before commencement of stringing, the Erection Contractor shall submit stringing charts
for the conductor and OPGW for various temperatures corresponding to spans and
equivalent spans and also on the data obtained from the detailed survey for the approval
of the Employer.
3.30.2. Contractor shall be entirely responsible for any damage to the towers or
conductor/OPGW during stringing. While running out the conductors care shall be taken
that the conductors do not touch and rub against the ground or objects which could cause
scratches or damage to the strands. The conductor shall be run out of the drums from the
top in order to avoid damage due to chafing. Immediately after running out, the
conductor shall be raised at the supports to the levels of the clamp and placed into the
running blocks. The groove of the running blocks shall be of such a design that the seat is
semi-circular and larger than the diameter of the conductor, OPGW and it does not slip
over or rub against the sides. The grooves shall be lined with hard rubber or neoprene to
avoid damage to conductor and shall be mounted on properly lubricated bearing.
3.30.3. The running blocks shall be suspended in a manner to suit the design of the cross-arm. All
running blocks, especially those at the tensioning end shall be fitted on the cross arms
with jute cloth wrapped over the steel work and under the slings to avoid damage to the
slings as well as to the protective surface finish of the steel work. Normally, suspension
towers shall not be used even for temporary termination. In case small or medium angle
towers are used even for temporary terminations, these shall be well guyed and steps be

266
taken by the Erection Contractor to avoid damage. Guying proposal along with necessary
calculations shall be submitted by the Erection Contractor to Engineer -in - Charge, for the
approval. Proper T & P shall also be made available to the Employer by the Erection
Contractor for checking tensions in the guy wires. The drums shall be provided with a
suitable braking device to avoid damages, loose running out and kinking of the conductor.
The conductor shall be continuously observed for loose or broken strands or any other
damage. When approaching end of a drum length, atleast three coils shall be left when
the stringing operations are to be stopped. These coils are to be removed carefully, and if
another length is required to be run out, a joint shall be made as per the
recommendations of the conductor manufacturers.
Alternative procedure for stringing other than that specified may be offered.
3.30.4. Repairs to conductors, if necessary, shall be carried out during the running out operations,
with repair sleeves. Repairing of conductor surface shall be done only in case of minor
damage, scuff marks etc. keeping in view both electrical and mechanical safety
requirements. Repair sleeve may be used when damage is limited to the outer layer of the
conductor and is equivalent to the severances of not more than 1/6th of strands in the
outermost layer of conductor. No repair sleeve shall be fitted within 30 m of tension or
suspension hardware fittings and one repair sleeve per conductor normally be permitted.
The final conductor surface shall be clean smooth and shall be without any projections,
sharp points, cuts abrasions etc.
3.30.5. Conductor splices/Joints shall be so made that they do not crack or get damaged in the
stringing operation. All joints shall be made atleast 30 m away from the structures. The
Erection Contractor shall use only such equipment/methods during conductor stringing
which ensures complete compliance in this regard.
3.30.6. Derricks and scaffolding shall be used where roads, rivers, channels, telecommunication
or overhead power lines, railways lines, fences or walls have to be crossed during stringing
operations. It shall be seen that normal services are not interrupted or damage caused to
property. Shut-down shall be obtained when working at crossing of overhead power lines.
The Erection Contractor shall be entirely responsible for the proper handling of the
conductor, OPGW and accessories in the field.

267
3.30.7. Suitable guards/sheaves/Ground rollers shall be used to protect the conductor from
damage in places where it would otherwise be impossible to save the conductors from
coming in contact with objects which may injure the conductors. Guards shall consist of
material over which the conductor may slide without injury and shall be subject to the
approval of Employer.
3.30.8. The sequence of running out shall be from top to downwards, i.e. the OPGW shall be run
out first, followed by the conductors in succession. Unbalances of loads on towers shall be
avoided as far as possible.
3.30.9. The proposed 161 kV transmission lines may run parallel for certain distance with the
existing overhead electrical power lines which may remain energized during the stringing
period. As a result there is a possibility of dangerous voltage build up due to
electromagnetic and electrostatic coupling in the pulling wire conductors and OPGW,
which although comparatively small during normal operations can be severe during
switching operation. It shall be the Erection Contractor's responsibility to take adequate
safety precautions to protect his employees and other from this potential danger.
3.30.10. Medium angle tension towers of 161kV lines are not designed for one side stringing.
Proper guying arrangement shall therefore be made by the Erection Contractor during
stringing to avoid unbalanced loads on towers. All the expenditure on account of the
above work is deemed to be included in the Bid and no extra payment shall be made for
the same.
3.31. STRINGING OF CONDUCTOR AND OPGW
3.31.1. Contractor should have at least 2 (two) set of tension stringing equipments and shall
arrange an additional tension stringing equipment at the time of stringing, if required as
directed by the employer.
3.31.2. The stringing of the conductor and OPGW for 161 kV lines shall be done by the control
tension method. For hilly terrain, manual method of stringing can be used. The
equipment shall be capable of maintaining a continuous tension per bundle conductor
such that the sag for each conductor is about twenty percent greater than the sags
specified in the stringing sag table.

268
3.31.3. The bidder shall give complete details of the stringing methods, he proposes to follow.
Prior to the stringing, the Contractor shall submit the stringing charts for the conductor
and OPGW showing the initial and final sags and tension for various temperatures and
spans alongwith equivalent spans in the lines for the approval of the Employer/PMC.
3.31.4. A controlled stringing method suitable for simultaneous stringing of the sub conductors
shall be used. The four/two conductors making up one phase bundle shall be pulled in
and paid out simultaneously. These conductors shall be of matched length. Conductors or
earth wires shall not be allowed to hang in the stringing blocks for more than 96 hours
before being pulled to the specified sag.

Conductor creep are to be compensated by over tensioning the conductor at a


temperature as indicated in Section-6 of this specification lower than the ambient
temperature or by using the initial sag and tensions indicated in the tables.

3.32. JOINTING
3.32.1. All the joints on the conductor and OPGW shall be of compression type, in accordance
with the recommendations of the manufacturer for which all necessary tools and
equipment like compressors dies sets etc. shall have to be arranged by the Erection
Contractor. Each part of the joint shall be cleaned by wire brush to make it free of rust or
dirt etc. and shall properly be greased with anti-corrosive compound, if required and as
recommended by the supplier before the final compression is done with the compressors.
3.32.2. All joints or splices shall be made atleast 30 meters away from the structures. No joints or
splices shall be made in the spans crossing over main roads, railways and rivers. The joints
in the tension spans shall be permitted after the approval of the Employer Engineer. Not
more than one joint per sub-conductors shall be allowed in one span. The compression
type fitting used shall be self - centering type or care shall be taken to mark the
conductors to indicate when the fitting is centered properly. During compression or
splicing operation, the conductor shall be handled in such a manner as to prevent lateral
or vertical bearing against the dies. After pressing the joint, the aluminium sleeve shall
have all corners rounded; burrs and sharp edges removed and smoothened.
3.32.3. During stringing of conductor, to avoid any damage to the joint, the Erection Contractor
shall use a suitable protector with mid span compression joints in case joints are to be

269
passed over pulley blocks /aerial rollers. The size of the groove of the pulley shall be such
that the joint along with protector can be passed over it smoothly. The arrangement to be
adopted shall be explained by the contractor.

3.33. SAGGING-IN-OPERATION
3.33.1. The conductor and OPGW shall be pulled upto the desired sag and left in running block for
atleast one hour after which the sag shall be re-checked and adjusted, if necessary, before
transferring the conductors from the running blocks to the suspension clamps. The
conductors shall be clamped within 56 hours of sagging in.
3.33.2. The sag will be checked in the first and the last span of the section in case of sections upto
eight spans and in one intermediate span also for sections with more than eight spans.
The sag shall also be checked when the conductors have been drawn up and transferred
from running blocks to the insulator clamps.
3.33.3. The running blocks, when suspended from the transmission structure for sagging shall be
so adjusted that the conductors on running blocks will be at the same height as the
suspension clamp to which it is to be secured.
3.33.4. At sharp vertical downward angles, the sags and tensions shall be checked on both sides
of the angles, the conductor and OPGW shall be checked on the running block for equality
of tension on both sides. The suspension insulator assemblies shall normally assume
vertical positions when the conductor is clamped.
3.33.5. Tensioning and sagging operations shall be carried out in calm weather when rapid
changes in temperatures are not likely to occur. In areas where calm weather is not
prevalent during working season, the Erection Contractor shall recommend the
precautions to be taken during final tensioning and sagging of conductor.
3.34. TENSIONING AND SAGGING OF CONDUCTORS AND OPGW
3.34.1. The tensioning and sagging shall be done in accordance with the approved stringing charts
before the conductors and OPGW are finally attached to the towers through the clamps
for the OPGW and insulator strings for the conductor. Dynamometers shall be employed
for measuring tension in the conductor and OPGW. The dynamometers employed shall be
periodically checked and calibrated with a standard dynamometer.

270
3.34.2. Provision for ground undulations, errors in stringing shall be considered at the time of
stringing of conductors.
3.34.3. No pre-stressing / over-tensioning of the OPGW shall be done.
3.34.4. The Erection Contractor shall terminate the line conductors and OPGW at the dead end
towers on each end of the line. Payment for stringing work shall be made for the actual
route length of the line at the unit rates quoted for the stringing of conductors and OPGW
in the Schedule of Prices.
3.34.5. The adjustment of conductor sag by means of sag adjustment devices provided in the
insulator string or additional insulator shall invariably be not permitted at the time of
stringing of the conductors.
3.34.6. The connections of conductors at mid span compression joints shall be checked for
electrical efficiency.
3.35. CLIPPING IN
3.35.1. Clipping of the conductors in position shall be done in accordance with the
recommendations of the Employer. Conductor shall be fitted with the armour rods at
suspension point and with vibrations dampers at suspension and tension points.
3.35.2. The jumpers at the section and angle towers shall be formed to parabolic shape to ensure
maximum clearance requirements. Pilot suspension insulator string shall be used, if so
desired by the Employer to restrict the jumper swings to the designed values.
3.35.3. Fasteners in all fittings and accessories shall be secured in position. The security clip shall
be properly opened and strung into position.
3.36. FIXING OF CONDUCTOR AND OPGW ACCESSORIES
3.36.1. Spacers, Spacer dampers, Vibration dampers and all other conductor and OPGW
accessories supplied by the Employer shall be installed by the Erection Contractor as per
the design requirements and respective manufacturer’s instruction. Spacers shall be fitted
within 24 hours of the conductor clamping. While installing the conductor and OPGW
accessories proper care shall be taken to ensure that the surfaces are clean and smooth
and no damage shall occur to any part of the accessories.
3.36.2. Contractor shall ensure that drain holes, if provided, in the weights of the vibration
dampers are open. The vibration dampers shall be installed at the intervals indicated by

271
the Employer. The required number of spacer cars/ cycles with meter counters suitable
for installing vibration damper shall be arranged by the Contractor.
3.36.3. Rates for installing all the required accessories viz. vibration dampers, spacers, etc. shall
be included in the rates of stringing of conductor and OPGW.
3.37. REPLACEMENT OF TOWER MEMBERS

If any replacements are to be effected after stringing and tensioning or before handing
over, leg members and bracings shall not be removed without reducing the tension on the
tower with proper guying or releasing the conductor. If the replacement of cross arms
becomes necessary after stringing, the conductor shall be suitably tied to the tower at
tension points or transferred to suitable roller pulleys at suspension points.

3.38. FINAL CHECKING, TESTING AND COMMISSIONING


3.38.1. After completion of the works, final checking of the line shall be done by the Erection
Contractor to ensure that all the foundation works, tower erection, and stringing have
been done strictly according to the specifications and as approved by the Employer. All
the works shall be thoroughly inspected, keeping in view; the following main points:
a. Sufficient backfilled earth should lie over each foundation pit and it is adequately
compacted and leveled.

b. Concreted chimneys and their copings should be in good final shape, as per approved
conditions.

c. All the tower members are correctly used, strictly according to final approved drawings
and are free from any defect or damage whatsoever.

d. All bolts are properly tightened (as specified).

e. The stringing of the conductors and OPGW has been done as per the approved sag and
tension charts and desired clearances are clearly available.

f. All conductor and OPGW accessories are properly installed.

g. All other requirements to complete the work like fixing of danger plate, phase plates,
number plate, anti-climbing device, Bird guards etc. are properly installed.

h. Wherever required, it should be ensured that revetment is provided.

272
i. The original tracings of profile, route alignment and tower design, structural drawings
bill of material, shop drawings of all towers are submitted to the Employer for
reference and record.

j. The line insulation is tested by the Erection Contractor by providing his own
equipment, labour etc. to the satisfaction of the Employer.

k. The line is tested satisfactorily for commissioning purpose.

l. The right-of-way all along the route of line is clear of all obstructions and meets
requirements of relevant standards.

m. The contractor shall arrange for inspection of the transmission line with the Employer,
related authorities and other parties before energizing the line. The contractor shall
carry out the loop test, continuity test insulation test and Megger test on the phase
conductor and OPGW. Those test records shall be submitted to Employer for approval.

n. Any defects found as a result of testing shall be rectified by the Erection Contractor
forthwith to the satisfaction of the Employer without any extra charges.

o. The line may then be kept charged on no load at the power frequency voltage
preferably for 72 hours for the purpose of full scale testing.

p. Before taking over of the line by the Employer, the line shall be energized at full
working voltage.

3.39. PAYMENTS
3.39.1. The payment to the Erection Contractor for various items of works shall be based on the
rates quoted in the Schedule of prices for Erection.
3.39.2. The payment for excavation and concreting shall be based on the finally approved design
volumes of excavation and concreting, subject to the guaranteed volumes where
applicable.
3.39.3. The payment for super-structure erection shall be based on the calculated weights of
towers and their extensions as per the finally approved bill of material for each type of
tower subjected to the guaranteed weights where applicable.

273
3.39.4. Payment for stringing of conductor and OPGW shall be done on the basis of per kilometer
and irrespective of number of tension/suspension towers. However, stringing for river
crossing spans have been given separately in the BPS. No separate payment shall be made
for hoisting of insulators and fitting of all the hardware and accessories which is deemed
to be included in the unit rate of stringing.
3.39.5. No claim for idle period resulting from any "force majeure" condition shall be entertained
by the Employer.
3.40. ERECTION SCHEDULE
3.40.1. The transmission line(s) covered under this specification are required to be completed as
per the programme given in the Annexure I.
3.40.2. The bidder shall submit erection schedule(s) covering all phases of work starting from the
date of award of contract upto the commissioning of the transmission line, in the form of
flow-diagrams showing critical path construction schedule of all phases of work
simultaneously or in the form of Bar Chart for all the lines separately.
3.41. PROGRESS REPORT
3.41.1. Tower wise Weekly and monthly Progress Reports of erection works in triplicate shall be
submitted by the Contractor.
3.42. BENCHING
3.42.1. When the line passes through hilly / undulated terrain, leveling the ground may be
required for casting of tower footings. All such activities shall be termed benching and
shall include cutting of excess earth and using the same for filling if required for formation
of benching and if excavated earth is found suitable for filling and removing the excess
earth to a suitable point of disposal as required by Employer. However, no foundation
shall rest on filled up soil. Benching shall be resorted to only after obtaining the written
approval from Employer/PMC. The topographical survey of tower location requiring
benching shall be carried out on suitable scale and contour interval (e.g. 1:100 Scale and
0.5 m contour interval) so that the volume of the earth to be cut could be measured
before cutting and approved by Employer for payment purposes. No separate payment
for topographical survey work shall be made and it shall be presumed to have been
included in the items required for formation of bench. Further, to minimize benching,

274
unequal leg extensions shall be considered and provided if found economical. If the levels
of the pit centers are found to be in sharp contrast with the level of tower centre, the
suitable hill side leg extensions may be deployed as required. The proposal shall be
submitted by the Contractor with detailed justification to the Employer/PMC for approval.
3.42.2. Measurement and Rates
The quantity of Earth work in benching shall be measured in Cu.m. correct up to second
place of decimal. The original ground levels shall be taken before starting the benching
operations and a contour map of each location where benching is proposed shall be
prepared as specified elsewhere in the specifications. The total volume of required
excavation and filling for formation of bench shall be worked out based on original ground
level as taken above and approved benching drawing. The payment for excavation shall be
made as per rates for benching for different type of soils quoted by bidders in Schedule-4
against item of benching. However, the payment for filling shall be made as per the rate
quoted by bidders for benching in all type of soils except soft rock /dry fissured rock and
hard rock. The bidders shall quote the rates for benching work accordingly.

3.43. PROTECTION OF TOWER AND TOWER FOOTING


3.43.1. Tower shall be spotted such that the protection works required for tower foundation,
such as revetment, breast wall & retaining wall, are minimum and optimum. For tower
locations in undulated terrain such as hill / mountain slopes, options like use of unequal
leg extensions for towers, unequal chimney extensions etc. shall be explored by the
contractor for optimizing the need for revetment & benching.
3.43.2. The work shall include all necessary stone revetments, breast walls, retaining walls,
concreting and earth filling above ground level, the clearing from site of all surplus
excavated soil, special measures for protection of foundation close to or in small water
streams (Nalas), river bank / bed, undulated terrain, protection of uphill / downhill slopes
required for protection of tower etc., including suitable revetment, breast walls, retaining
walls. The top cover of stone revetment, breast walls and retaining walls shall be sealed
with M-15 concrete [1 (Cement): 2 (Fine Aggregates): 4 (Coarse Concrete)]. Contractor
shall recommend suitable protection at such locations wherever required. Details of

275
protection of tower/tower footing are given in drawing enclosed with these specifications
for reference purpose only.
3.43.3. In protection of tower footings works the backfilling shall generally be done using soil
excavated at site unless deemed unsuitable for backfilling. In the latter case, backfilling
shall be done with borrowed earth of suitable quality irrespective of leads and lift. The
unit rate in Price Schedules shall include the required lead and consolidation and leveling
of earth after backfilling.
3.43.4. The provisional quantities for protection work of foundations are furnished in Price
Schedule of Bid. The unit rates shall also be applicable for adjusting the actual quantities
of protection works done. These unit rates shall hold good for protection work carried out
on down hills or up hills slopes applicable for the tower locations.
3.43.5. The unit rates for random rubble stone masonry in revetments, breast walls & retaining
walls quoted in price schedule shall also include excavation and construction of stone
masonry in 1:5 [1 (Cement): 5 (Coarse Sand)] cement mortar and pointing of masonry
joints as specified in approved construction drawings inclusive of cost of all materials,
labour and hire charges of all plant & equipments. Unit rate for top sealing with M-15
concrete is to be quoted separately and payment shall be made for quantities as per
approved drawings. For payment purposes, the volume of random rubble masonry shall
be measured from bottom to top sealing coat and paid at the quoted rates indicated in
price schedule.
3.43.6. For some of the locations in small water streams (Nalas), river bed or undulated terrain
etc., boulders of minimum 150mm size bounded and packed in galvanized wire net / mesh
of 8 SWG wire and 100 square (maximum) mesh are to be provided. These stones shall be
provided in crates size of 2.0mx2.0m or as deemed suitable for a particular location or as
directed by Employer/PMC.
3.43.7. Measurement and Rates
The quantity of protection works shall be measured in Cu.m., correct up to second place
of decimal. No separate payment shall be made for necessary excavation which may be
required for undertaking protection works and same is deemed to be included in the
quoted rates for protection works. The cross sectional area of protection works shall be

276
taken as per approved drawings. However, the length in which protection work has been
provided shall be measured at site in meters correct up to second place of decimal. Based
on cross sectional area and measured length, the volume of each type of protection works
shall be worked out for the purpose of payment. For the item of backfilling within
revetment, the cross sections shall be taken at a spacing of 3.0 meters before taking up
protection works and the quantity of back filling shall be worked out based on said cross
sections. However, the nos. of cross sections shall not be less than three. No separate
payment shall be made for necessary weep holes and filters behind the weep holes and
the same shall be included in the quoted rates for protection works.
3.44. FIELD QUALITY PLAN
3.44.1. The Field Quality Planis as given in Annex I. It shall include Description of Activities, Items
to be checked, Tests to be done, Reference documents, Testing Agency, Approving
Agency, Extent of Completion of work, Counter Check by Employer/PMC, Accepting
Authority etc. The Employer/PMC reserves the right to revise the field quality plan in
course of the work.

277
APPENDIX-I

GEOTECHNICAL HAZARD IDENTIFICATION

Completed by: Date:

Project No: Project Name:

Route Tower No.

Weather

Site Reconnaissance Remark

1 Tower description

1.1 Tower type and Extn:

1.2 Preliminary assessing of


Foundation Type :
1.3 Base width

1.4 Surrounding/location:

1.5 Soil type:

2. Geology

2.1 Solid geology:

2.2 Drift geology:

2.3 Faults within:

2.4 Fill/made ground in the


vicinity:

3.0 Hydrology and hydrogeology

3.1 Water course/surface water,


e.g. Pond, stream, lake, river,
ditch, estuary, type of river, rate of
flow, colour of water:
3.2 Groundwater:

3.3 Flood risk:

3.4 Springs:

278
3.5 GW Abstraction points(SPZ)

4.0 Geomorphology

4.1 Landform, e.g. hill, valley,


coast, marsh, tidal, river flood
plain, moorland:
4.2 Topography & Slope gradient
e.g. flat, slope, concave, convex,
rocky:
4.3 Ground Level (m AOD):

4.4 Surface depressions:

5 Geohazards

5.1 Evidence of slope instability,


e.g. leaning trees/posts,
tension cracks, toe bulge, soil
creep:
5.2 Valley cambering:

5.3 Soft ground e.g. peat, alluvium,


brick earth:
5.4 Erosion/scour:

5.5 Mining/quarrying/tunneling:

5.6 Subsidence risk (limestone,


gypsum, halite or chalk)

6. Environmental

6.1 Vegetation e.g. marsh, forest,


woodland, field, invasive plants:
6.2 Other environmental features
e.g. animals, burrows, nests, etc.:
6.3 Environmentally sensitive area:

279
7 Land Use

7.1 Geographical setting:

7.2 Land use around support:

7.3 Construction around


Tower:
7.4 Third party activities, e.g.
pipelines and/or other
OHLs
7.5 Presence of landfill:

7.6 Post construction excavation /


earthworks:
7.7 Evidence of past human
Activities

8.0 Evidence of possible land contamination (presence of surface staining, litter, burnt material,
fly tipped materials, stored chemicals, present/historic land use)

9.0 Access to tower location for GI

10.0 Sketch of Tower location

11.0 Photographs Taken


APPENDIX-II

280
PRE-COMMISSIONING PROCEDURES FOR TRANSMISSION LINES

Introduction

Over all procedure, safety rules, Project Technical Requirements, dispatch procedures, switching
sequences, observations, passing criteria and documentation of test results have been
documented in this report.

The detailed inspection and handing over documents are required to be checked for the entire
length of transmission line before energization.

The detailed inspection/test procedures for each activity have been elaborated in separate section
of this documentation. The contents of this report are as following:

1. Definition

2. Overall Procedures

3. Safety procedures

4. Inspection

5. Statutory Requirements

6. Handing over

7. Protective system

8. Dispatch procedures

9. Switching procedures

10. Testing

11. Energization

12. De-energization

13. Observations and duration

14. Passing criteria

15. Documentation

1.1. Definition

281
"Main Transmission Lines" means all high pressure cables and overhead lines (not being an
essential part of the distribution system of a licensee) transmitting electricity from a
generating station to another generating station or a sub-station, together with any step-up
and step-down transformers, switch-gear and other works necessary to and used for the
control of such cables or overhead lines, and such buildings or part thereof as may be
required to accommodate such transformers, switch-gear and other works and the operating
staff thereof;

"Power System" means a system under the control of the Government or any other statutory
body of Generating Company or other agency and having one or more-

i) Generating Station; or

ii) Main Transmission Lines and Sub-Stations; or

iii) Generating Stations and Main Transmission Lines and Substations;

"Load Dispatch Centre" means the Centre so designated where the operation of each of the
Regional/Area Electricity Grids constituting the country's power system is coordinated;

"Sub-Station" means a station for transforming or converting electricity for the transmission
or distribution thereof and includes transformers, convertors, switch-gear, capacitors,
synchronous condensers, structures cables and other appurtenant equipments and any
buildings used for that purpose and the site thereof, a site intended to be used for any such
purpose and any buildings used for housing the staff of the sub section;

"Tie-Line" means a line for the transfer of electricity between two power systems together
with switchgear and other works necessary to and used for the control of such line.

1.2. Overall Procedure

First it is to be ascertained that the transmission line to be energized is ready for operation
and has been properly handed over (released) in writing. This will include all safety aspects,
Electrical inspector clearance, PTCC clearance, statutory clearance and final inspection, if any.

Instructions for the work and supervision are given by the test leader (nominated by CEB,
TOGO). However, all switching and all operational activities will be executed by the regular
operators.

282
Line charging instructions received by concerned authorities, are clearly understood by the
Line in charge (from the Contractor side) and doubts, if any, are to be got clarified prior to the
energization of the line.

Once the line is handed over for charging no work shall be permitted without a valid
WORKPERMIT.

When the whole system has been energized, including the AC line, it will be kept in this state
for 8 hours or more for "soaking" with continuous inspection and monitoring.

1.3. Safety Procedures

Energization implies an abrupt and serious change of the working conditions in the plant. In
order to avoid serious accidents, thorough information must be imparted to all personnel
involved in the construction of transmission line. It should be ensured that due publicity has
been made to the public in all the villages/areas along the line route cautioning them against
climbing the towers etc. and that the line is proposed to be charged on so and so date. It is
also to be confirmed that the AGENCIES involved in the construction activities shall not carry
out any job on the said line without a valid WORK PERMIT.

It shall be ensured before charging that all men, material, Tools and plants and any temporary
earthing on any part of the entire length of line are removed.

It must be ensured that any power supply / low voltage charging used as anti-theft measure
must be disconnected and isolated to avoid accidental connection.

All equipment tests and pre-commissioning tests must have been completed, reterminated
(in case cables were isolated for testing purpose) and documented.

The system must be formally declared ready for energization and handed over for operation
in writing.

1.4. Inspection

Before the line is scheduled to be handed over for the pre-commissioning/energization the
same shall be inspected by representatives of Employer, Employer/PMC’s Engineer and
Contractor as follows:

283
Such an inspection shall include:

i) Right of way/way leave/electrical clearance

ii) Foundation and Revetments/Protection Work

iii) Tower and Tower accessories

iv) Hardware Fittings

v) Insulators

vi) Conductors and Earthwire

vii) Accessories for conductor and Earthwire

viii) Aviation Warning Signals (Lights/globules/painting)

1.4.1. Right of Way/Way Leave/Electrical Clearance


1.4.1.1. Right of way/Way leave clearance

Ensure that no tree/tree branches are falling within the zone of minimum clearance specified
as per Fig. 1.

284
Guidelines of forest/environmental rules shall be followed to avoid excessive tree cutting i.e.
all the trees should be cut from ROUTE level in the 3 meter corridor below each line
Conductor/OPGW. In the balance corridor, Trees branches are only to be lopped to attain the
specified clearance as per Table no 1.

TABLE NO. 1

CLEARANCE FOR RIGHT OF WAY

Transmission Voltage in kV Right of Way (in meter)

161kV 52

1.4.1.2. Electrical Clearance

In case of line crossings, clearance between lowest conductor of line and top conductor of the
other line shall be 4m.

Jumpers in the tension tower are properly intact with conductor and form a parabolic shape
in order to achieve adequate clearance from super steel structure.

1.4.1.3. Ground clearance

Normally at the time of construction adequate clearance is provided between lowest


conductor and ground, but due to delay in charging/commissioning there are chances of
dumping/heaping soil, earth and concrete etc. or staking bricks etc. which may cause
reduction in ground clearance. In such cases the stored materials shall be removed.

Ensure that there is no temporary or permanent construction of houses or shades below the
line. If the same has been constructed they shall be removed before charging.

The ground profile at the time of commissioning shall be checked with the profile approved at
the time of check survey.

Ground clearance of lowest conductors at critical points/where ever the lowest conductor is
touching the ground shall be checked in the field from any of the prevalent method and the
values of ground clearance at these critical points shall be recorded in the prescribed format.

285
In case of hilly Terrain and for building clearance, the side clearance from conductors and
jumpers at critical points shall also be checked and recorded for all phases of
conductor/earthwire towards hill/ building side. The permissible ground clearance for 161 kV
voltage is given below.

Transmission Voltage in kV Ground Clearance

161kV 7.00 meter

1.4.1.4. Clearance for Telephone line crossings

The minimum clearances between the conductors of the power line and telecommunication
lines are specified as follows:

Transmission Voltage in kV Clearance

161kV 4.00 meter

The vertical clearances between conductors and between conductor and earth-wire shall be
checked randomly say in any one span of all sections and 10 sections of hilly areas from single
line diagram of the towers.

1.4.2. Foundation and Revetments / Protection Work

FOUNDATION:

There shall not be any damage/uneven settlement of foundations.

It is to be ensured that back filling of foundation is properly done. Soil shall be filled over all
legs upto ground level.

Extra surface earth after foundation back filling shall be removed from legs of the tower. Any
crack or break in chimney, if found, shall be repaired.

REVETMENTS / PROTECTION:

Cracks/damages to revetments shall be repaired.

286
Wherever revetments/breast walls/retaining walls are provided for protection of tower
foundations, weep holes shall have slope such as to flush out the deposited water away from
tower platform.

In case of hilly terrain, the benching area should be leveled properly. The area around tower
shall have proper slope for drainage of rain water.

1.4.3. Tower and Tower Accessories


1.4.3.1. Normal Tower

After completion of a transmission line, all the towers shall be thoroughly checked before
charging the line. Special attention shall be given to the points as mentioned below:-

Deformed/Buckled/missing/Rusted Members and Nuts and Bolts

It is to be ensured that no members are bend, deformed or rusted have been used in towers
and if so, the same shall be replaced.

If any members is found missing, a new member shall be Fixed as per erection drawing of
Towers.

Nuts shall be sufficiently tightened for the required Torque specified in the Approved Drawing
Minimum 2/3 complete threads shall be projected outside the nut. All bolts shall have their
nuts facing outside of the tower for Horizontal connection and Downwards for Vertical
connections.

Nuts & bolts shall be properly punched as per the specification and proper zinc rich paint shall
be applied. It shall be ensured that the circular length of each welding shall be at least 10mm.

It shall also be ensured that all extra blank holes provided on tower members are filled with
correct size of nuts & bolts.

1.4.3.2. Special Towers

In addition to the above checks for towers, ladders and platforms provided in special towers
shall be properly tightened and no foreign material shall be left out on such platforms.

287
Earthing of Towers

Ensure that proper earthing of tower has been done and earthing strip is neither damaged
nor broken and is properly fixed to the stub.

In case of counter poise earthing, it is to be ensured that earthwire is sufficiently buried in the
ground and no where it has drag out during cultivation. The length of counter-poise is
normally 30 meters as per TS.

Before charging of the line, ensure that resistance is below 10 ohms. If the value (before
stringing) has been recorded higher than 10 ohm earthing shall be changed to counterpoise
type.

Earthing of special towers shall be verified as per approved drawings applicable for special
towers/special foundation. (In case of anchor foundation bolt/anchor plate welded with last
leg of special tower.)

1.4.3.3. Tower accessories

a) All the danger plates, number plates, circuit plates, and phase plates shall be in position &
and as per the specification.

b) All plates shall be properly tightened.

c) It shall be ensured that phase plates are fixed in correct phase sequence. Specially at
transposition towers, the phase plates in the correct phase sequence shall be provided at
each towers or end tower as per the specification of the line.

d) It shall be ensured that the anti-climbing device (ACD) is provided, at the suit-able height of
tower. In case of barbed wire ACD, barbed wire shall be tightly fixed.

e) It shall be ensured that the step bolts (for normal towers) are provided upto the peak of
tower. Any missing step bolts shall be replaced.

f) Fixing of birds guards (wherever applicable) shall be ensured.

1.4.4. Hardware Fittings

a) Tightening of all bolts and nuts are to be checked upto specified torque.

b) Check the fixing of all security clips (W/R type clips).

288
c) Surface condition of corona control rings and distance/alignment between Tower side
arcing horn (wherever applicable) and line side arcing horn/corona control ring to be checked
as per approved drawings.

e) To restrict the swing of jumpers, the provision of Pilot strings in case of Tension Towers
shall be verified from the approved drawings.

1.4.5. Insulators

a) All the damaged/broken insulator discs shall be replaced.

b) Unusual deflection in suspension strings if observed shall be rectified.

c) The insulators shall be cleaned before charging.

d) IR value of individual disc of at least 5 insulators at random shall be checked by 5/10 kV


Megger.

1.4.6. Conductors and OPGW

Surface Condition

a) Surface of the conductors shall be free from scratches/rubs

b) Ensure that conductor strands are not cut and opened up. Wherever strands are found
cut/damaged/scratched, they must be repaired with repair sleeves/repair protective rods in
case the nos. of damaged strands are within specified limits (normally upto 1/6thnos. of
strands in the outer layer).

1.4.7. Accessories for Conductor and OPGW


1.4.7.1. Joints

a) All joints on conductor/earth wire shall be away from the tower at a distance of at least 30
meter or as provided in the Technical specification (TS).

b) Ensure that no more than one joint in a conductor is provided in one span or provided.

c) Ensure that no mid span joint is provided in major crossings for main roads, railway crossing
and major rivers etc. or provided in TS.

289
d) Ensure that all mid span joints on conductors/earthwire and repair sleeves of compression
type are free from sharp edges, rust and dust. Wherever grease is specified the same shall be
applied in the joints.

1.4.7.2. Clipping

Ensure that conductor is not over tightened in the suspension clamps.

1.4.7.3. Spacers, vibration dampers and copper bonds

a) Placement and no. of spacers between two sub conductors on each phase shall be verified
as per spacer placement chart.

b) Damaged/missing spacers shall be replaced and loose/displaced spacers shall be


tightened/relocated.

c) Spacing of Vibration dampers from the tower and spacing between damper to damper in
case two Vibration Dampers (VD) were provided, shall be verified as per the damper
placement chart. All loose/ displaced VD shall be properly tightened/relocated and missing
VDs shall be provided.

d) To be ensured that no copper bond is loose/missing.

1.4.7.4. Jumpers

a) Verify Electrical clearance of jumpers to tower body as per design.

b) All the jumpers shall be checked properly. In case, jumpers (conductor/earthwire) are
found loose, it shall be tightened adequately.

1.4.7.5. Foreign material

Ensure that all foreign materials viz. dead bird. fallen tree branches, bird nests etc. on
conductors, earth wire, Jumper, insulator string, cross arms are re-moved.

1.4.7.6. Others

a) It shall be ensured that all temporary/local earthing, guys, T & P


(Tools and Plants), foreign material and other loose material which were used during
stringing/tower erection have been removed.

290
b) In case there is any change in the ground profile before commissioning of line from the
approved profile, the extra earth/obstruction/ temporary sheds/any other construction shall
be removed.

1.4.8. Aviation Warning / Obstruction Signals (Lights / Globules / Painting)

It shall be ensured that following measures have been taken in the line/ Towers falling within
obstruction zone of civil aviation and defense establishments as per their requirement and
our specification.

Day markers

Painting of Full/Top portion of Towers with Red/Orange and White Paints.

Globules on earth wire have been provided.

Night markers

It shall be ensured that proper aviation lights at the peak level/at specified heights of towers
have been provided along with Solar panels/Battery banks/Control cubicles and other
accessories as per specification. The functioning of lights with simulation to be
checked/verified.

1.5. Statutory Requirement

On the request of the Contractor, Employer will inform concerned authorities and obtain
approval, if required for (test) charging of the line. Employer will make public announcement.
The Contractor shall also use its site offices to disseminate such notice to the public and its
workers.

Before charging of the line shall be inspected jointly by CEB officials, Engineer and Contractor.
The Contractor shall assist CEB to the possible extend, during all kind of test including hot test
and the hours of soaking.

1.6. Handing Over

The transmission line shall be inspected prior to energization and a formal handing over
document to be jointly signed by the representatives of Contractor and CEB. However all
contractual taking over has to be resolved separately as per the terms and conditions of the

291
contract. The Handing over shall be limited to the completion of Erection and ready for
Energization.

Any outstanding points or remaining activities are to be listed jointly. The remaining
activities/outstanding points are classified in the following category:

Details of the SECTIONS:

A. List of outstanding activities remaining in any part of the line

B. A list of temporary arrangements introduced.

C. Check list records properly documented, completed and signed.

D. Original tracing of Profile, Route Alignment, Tower Design, Structural Drawings, Bill of
Materials, Shop Drawings, Stringing charts (initial and final as applicable) etc. of all
towers/line submitted to CEB.

With the outstanding activities mentioned above are solved or with only minor points without
influence on the charging remain (minor issues handing over of the transmission line shall be
accepted by the pre-commissioning team). This handing over for energization with or without
remaining activities shall be made by the group head to the commissioning in charge in
writing.

1.7. Protective System

Before energization it must be ascertained that all protective systems for the unit to be
energized are operative.

This includes confirmation that the protections have been properly tested and that the tests
have been documented.

It also includes verification by inspection or otherwise, if necessary by repetition of trip test,


that the protections are actually functionally enabled. This verification serves to prevent that
energization takes place of a unit where a protection has been disabled for test or other
reason. CEB and Engineer will conduct all the tests required. The Contractor may also witness
such tests.

1.8. Dispatch Procedures

292
All operational activities (switching etc.) must be coordinated and communicated with the
system dispatcher.

In this respect the general procedures already established by CEB will be followed.

1.9. Switching Procedures

For each activity the instructions to the operators and the communications to the dispatchers
will be made in writing or by confirmed telephone messages. The switching procedures first
to be properly documented step by step and understood by everybody involved in the
switching operation prior to the energization. Any clarification required in the procedures
must be resolved. The format established by Employer for switching orders and operational
data logging shall be followed.

The implication of this is that each and every activity must be listed and described, so that
complete information is available for detail investigation, if required in future. The Contractor
shall assist CEB in performing activities.

1.10. Testing and Measurement Procedures

Followings tests shall be conducted by the Contractor to the satisfaction of the Employer in
the presence of Engineer.

1.10.1. Earth Resistance Measurement

Normally Earth tester is used for measuring

a) Soil resistivity.

b) Earth resistance

a. Prior to the testing of soil resistivity and earth resistance the operation manual of the testing
instrument available at site may be referred and procedures to be adopted for measurement
of soil resistivity and earth resistance.

A typical Earth tester has 4 terminals. C1, P1, C2, P2 and 4 similar electrodes are driven in the
ground at equal distances and connected to the instruments in the order of C1' P1 and P2, C2.
Then the handle is rotated or button is pressed and the reading of the resistance is read on
the Megger scale. If R is the resistance measured then the

293
Specific resistivity = 2 aR

where a is the distance between the electrode and R is the resistance in ohms measured on
the Megger.

b. In order to measure earth resistance of electrode of the substation it could be connected to


C1 and the value of R could be read in the scale with the rotation of the handle of the
Megger. This will give the earth resistance. The value as far as possible shall be below 10
Ohm. To improve the value, water shall be sprinkle at the earthing pit.

10.2 Before commissioning of the lines following tests may be carried out.

10.2.1 Insulation Resistance Test

This test may be carried out with the help of a 10 OR 12 KV Megger preferably power driven
to ascertain the insulation condition of the line. In case 5 kV Megger is used for insulation
resistance measurement it shall be ensured that the induced voltage (CVT reading) is LESS
than the instrument withstanding capacity otherwise it is likely that the instrument may be
damaged.

This Test is to be carried out First prior to the continuity test.

Measurement of Insulation Resistance

One of the most common devices used for testing electrical insulation is the Megger
Insulation Tester.

294
The DC test voltage is generated by a permanent magnet generator. This generator is turned
either by hand or by an electric motor. In either case a slip clutch maintains the generator
speed at a constant value so long as the slipping speed is exceeded. A constant voltage is
important when the insulation under test has a high capacitance. Common generator output
voltage are 500, 1000, 2500 and 5000 volts.

Many Meggers have a “guard” terminal as well as “line” and “earth”. The guard terminal is
useful shall one wish to exclude part of the insulation under test from the measurement. This
is possible since current flowing to the generator via the guard circuit does not pass through
the deflecting coil.

Another use of the guard circuit is to shield the “line” lead between the Megger and the
apparatus under test. This prevents leakage to ground from the “line” lead which would
invalidate the Megger reading.

Insulation resistance is the ratio VDC/IDC.VDC is applied across two conductors separately by the
insulation under test.

IDC is the current flowing through/over the insulation. For a healthy and clean insulation the
Megger reading is in mega-Ohms to infinity. For dirty in, insulation and defective, moist
insulation the Meggers shows a very low insulation resistance value.

Megger test gives clear indication about the health, cleanliness and dryness of the
line/equipment insulation.

5 KV Megger or 10 KV Megger or 12 KV Megger may be used for the Transmission line


keeping all safety requirements, Permit to work, clearance from statutory bodies and other
conditions prevailing at the Sub-station where charging of the line is being co-ordinated.

1.10.2. Conductor Continuity Test

The objective of this test is to verify that each conductor of the overhead line properly
connected electrically (the value of electrical resistance of line does not vary abnormally from
that of a continuous conductor of the same size and length). The electrical resistance of the
conductor shall be measured with a Whetstone bridge or other suitable instrument, if
available taking the safety aspects of Equipment as well as testing Engineer.

295
A simple method of continuity test is illustrated below :

Once the insulation test is completed and the results confirms no short circuit carry the
following:

SENDING END RECEIVING END RESULTS (OHMS)

CLOSE R-Ph GS MEGGER R- Ph ZERO/LOW

OPEN Y – Ph GS MEGGER Y-Ph HIGH

OPEN B-Ph GS MEGGER B-Ph HIGH

OPEN R-Ph GS MEGGER R-Ph HIGH

CLOSE Y – Ph GS MEGGER Y-Ph ZERO/LOW

OPEN B-Ph GS MEGGER B-Ph HIGH

OPEN R-Ph GS MEGGER R-Ph HIGH

OPEN Y–Ph GS MEGGER Y-Ph HIGH

CLOSE B-Ph GS MEGGER B-Ph ZERO/LOW

(ALL GS OPEN CONDITION) GS means GROUND SWITCH

If the above test results are OK it confirms the continuity of the line.

The continuity Test of the line with proper phase indication or phase marking can be checked
by continuity test as described below:

SENDING END RECEIVING END RESULTS (OHMS)


MEGGER BETWEEN

CONNECT R&Y PHASE R PHASE & Y PH ZERO OR LOW


B-PHASE& ALL GS OPEN Y PHASE & B PH HIGH

B PHASE & R PH HIGH

CONNECT R & B PHASE R PHASE & Y PH HIGH

296
Y PHASE &ALL GS OPEN Y PHASE & B PH HIGH

B PHASE & R PH ZERO OR LOW

CONNECT Y & B PHASE R PHASE & Y PH HIGH


R-PHASE &ALL GS OPEN Y PHASE & B PH ZERO OR LOW

B PHASE & R PH HIGH

If the test results are OK it confirms that marking of the phases are in order.

1.10.2.1. Phase Sequence

Once the line is charged from one end, without closing the Breaker at the other end the Phase
sequence is to be checked from the CVT/PT output by the help of Phase Sequence Meter. In
case there are other feeders available Phase sequence is to be RECHECKED by the
measurement of secondary voltage of both the Feeders (New line & available charged line).

Let the secondary Voltage of CVT/PT is 110 volts (ph to ph) for both the Circuit. In case of
correct Phase Sequence the voltage reading shall be as follows:

NEW CIRCUIT OLD CIRCUIT VOLTAGE

R-Phase R-Phase 0

R-Phase Y-Phase 110

R-Phase B-Phase 110

Y-Phase R-Phase 110

Y-Phase Y-Phase 0

Y-Phase B-Phase 110

B-Phase R-Phase 110

B-Phase Y-Phase 110

B-Phase B-Phase 0

297
In case the results are not matching the phase sequence in to be rechecked and reconfirmed
before closing the breaker.

1.11. Energization

Execution of the energization is simply the last event in the switching sequence, switching of
the close control button for the relevant circuit breaker.

1.12. De-Energization

Instructions about de-energization will be given only if this is part of the test. Otherwise de-
energization will be considered part of regular operation.

1.13. Observation and Duration

Visual and audible inspection (look and listen) of the relevant equipment and reading of
permanent instrumentation will be made.

The system shall be charged at least for 24 hours. During this time continuous monitoring and
inspection will be maintained in control room, auxiliary systems areas and switch yards.

This will include frequent, scheduled inspection of all equipment and reading of all permanent
instruments and recorders, and surge arrester counters, especially system parameters as per
standard procedures adopted by EMPLOYER/PMC.

1.14. Passing Criteria

Neither insulation breakdown nor protective system actions must occur. No irregular
equipment behaviour noise, vibration, high temperature is permitted.

Corona discharges may not be “unreasonable”. Local discharges that may be attributable to
sharp points shall be carefully located and recorded. After termination of the energization the
equipment shall be closely inspected and the points rounded or covered.

No unscheduled changes of system nor of equipment is permitted during the 24 hour


energized condition.

1.15. Documentation

298
Switching and operational activities will be recorded in regular manner in the operator’s log.
Likewise all readings of permanent instruments, Copies of this log, notes on special
observations from inspections and other measurements will constitute the test records.

299
Annex-I

FIELD QUALITY PLAN FOR TRANSMISSION LINES

Sr. Descriptio Items to be Tests/Checks Ref. documents Check/Testing Counter Check/Test Accepting
No n of Checked to be done Agency Extent by Employer/PMC authority in
. Activity Employer/P
MC
1. Detailed a. Route Optimisation of a. Preliminary Contractor 100% at Field 100% based on To be
Survey alignment route length survey. record documents notified by
the
b. Topographical Employer/P
map MC

b. Route 1. Ground a. Sag template Contractor 100% at Field 100% based on To be


profiling & clearance. -do- -do- record documents notified by
tower spotting. 2. Cold wt. b. Tower Spotting -do- -do- -do- the
Span data -do- -do- -do- Employer/P
3. Hot wt. Span c. Route MC
4. Sum of Adj. alignment -do- -do- -do-

300
Span (wind
span)
5. Angle of
Deviat.

2. Check Tower Location i) Alignment a. Route Contractor 100% at Field i) All angle towers in To be
Survey & Final Length ii) Final Length alignment -do- -do- plains and 50% in notified by
b. Tower hilly terrains. the
Schedule ii) Final length to be Employer/P
c. Profile checked on 100% MC
basis based on
records/document
s
3. Detailed a. Borelog 1. Depth of As per Contract Contractor 100% at Field To witness 20% at To be
Soil bore log Specifications Field notified by
Investigati 2. SPT Test the
on 3. Collection of Employer/P
samples MC

301
b. Tests on As per tech. As per Contract Lab approved By 100% by testing lab Review of lab test To be
samples Specs. Specifications Employer/PMC results notified by
the
Employer/P
MC
4. Foundatio 1. Cement 1. Source Source meeting Contractor As proposed by To verify the -do-
n approval the requirement Contractor proposal based on
of Contract the supply made
Specifications and factory test
/Approved results.
vendor
2. Physical tests As per Samples to be Review of all MTC’s 100% review of lab -do-
Annexure-I of taken jointly and one sample for test results
this FQP with every 500 MT
Employer/PMC
and tested at
Employer/PMC
approved lab

302
3. Chemical -do- Contractor to 100%% review of 100% review of MTC -do-
Tests submit MTC MTC by Contractor
Chemical
composition
of Cement
2.Reinforceme 1. Source To be procured Contractor As proposed by To review the -do-
nt Steel approval from main & Contractor proposal based on
approved the documents.
producers only.
2. Physical and As per Contractor to All MTC’s 100% review of MTC -do-
Chemical Annexure-2 of submit MTC
analysis test this FQP
3. Coarse 1. Source Source meeting Contractor Proposed by the To review the To be
Aggregates approval the requirement Contractor, proposal based on notified by
of Contract indicating the the documents the
Specifications location of the Employer/P
quarry and based MC
on the test results

303
of Joint samples
tested in
Employer/PMC
approved lab

2. Physical tests As per Samples to be One sample per lot 100% review of lab - do-
Annexure-3 of taken jointly and of 200 cum or part test results
this FQP tested in thereof
Employer/PMC
approved lab

4. Fine 1. Source Source meeting Contractor Proposed by the To review the - do-
aggregate approval the requirement Contractor, proposal based on
of Contract Spec indicating the the documents.
location of the
quarry and based
on the results of
Joint samples
tested in

304
Employer/PMC
approved lab.

2. Physical test As per Samples to be One sample per lot 100% review of lab - do-
Annexure-4 of taken jointly and of 200 cum or part test results
this FQP tested in thereof
Employer/PMC
approved lab

5. Water 1. Cleanliness As per Contract Contractor 100% visual check Verification at - do-
(Water shall Spec and relevant at Field random
be fresh and standards
clean)

2. Suitability of Water meeting Contractor 100% Visual Check Verification at - do-


water for the requirement at Field and Test random
concreting of Contract Spec Results of Water
and relevant Samples at
standards Employer/PMC’s
approved Lab.

305
1. Visual As per Contract Contractor 100% at Field 100% at Field - do-
observation Specifications
of soil strata

2. Ground
water level

3. History of
water table
in adj.
Area/surface
water

4. Soil
Investigation
wherever
required

a. Before
concreting

306
1. Bottom of Depth of Approved FDN Contractor 100% at Field 100% check by - do-
excavated foundation Drawings. Employer/PMC
earth

2. Stub setting 1) Centre Line -do- -do- -do- -do- -do-

2) Diagonals

3) Level of
stubs

3. Placement As per Bar -do- -do- -do- -do-


Reinforcement bending
steel schedule &
approved
foundation
drawings.

b. During
concreting

1. Workability Slump Test As per Annexure- Contractor 100% at field 20% check at - do-

307
5 of this FQP random

2. Concrete Cubes As per Annexure- Casting of One sample of 3 100% review of lab - do-
Strength for Compressive 5 of this FQP cubes at site. cubes in each tower test results. Cubes
Normal Shallow Strength and Cubes to be location for at 30% locations are
Foundations 28 days tested at concreting of each to be taken in
Employer/PMC day presence of
approved Lab Employer/PMC’s
for 28 days Representative for
strength Normal Shallow
Foundations and
100% Locations for
Special/Pile
Foundations

b. Concrete 2. Cubes -Do- Contractor. One set for 100% cubes for . - do-
Strength for compressive One set of cubes concreting of each piles, 50% for Pile
Special & Pile strength (Min. 6 nos.) to pile. For Pile caps, caps, beams,
Foundations beams, Chimney, chimney etc. to be
be taken and

308
tested for 7&28 one sample for taken in presence of
days strength at every 20 Cum. or Employer/PMC’s
Employer/PMC part thereof for Representative.
approved Lab. each day of 100% review of test
concreting. results.

5. Tower 1. Materials Visual checking Approved Contractor 100% at stores 100% verification of - do-
Erection a. Tower for Drawings & Bill of records

member/bolt 1. Stacking Materials

s& 2. Cleanliness
nuts/washers
3. Galvanizing
/accessories
4. Damages

2. Erection of 1. Sequence of As per approved Contractor 100% at field 100% check - do-
Super- erection drawings and
structure Contract
Specifications

2. Check for -do- -do- -do- -do- -do-

309
completeness

3. Tightening of -do- -do- -do- -do- -do-


nuts and bolts

4. Check for -do- -do- -do- -do- -do-


verticality

5. Tack welding As per Contract Contractor 100% at Field 100% Check - do-
for bolts & Specifications
nuts/Anti-theft
bolt tightening

3. Tower TFR at locations As per Contract Contractor 100% at Field 20% locations to be - do-
footing before and after Specifications verified
resistance earthing.
(TFR)

6. Stringing 1. Materials - do-

a. Insulators 1. Visual check for As per Contract Contractor 100% at Field 100% verification of - do-
cleanliness/glazin Specifications records and to carry

310
g/cracks/and random checks 10%
white spots.

2. IR Value As per Contract -do- One test per sample To verify -do-
Specifications size of 20 for every Contractor’s records
lot of 10,000 100% and joint
check 20% of total
tests

3. E&M test - Insulator a. 20 per 10,000 for Collection of Tests to be


supplier discs samples, sealing witnessed/
them and handing Appd. at
b. 3 per 1500 for
over by Manufactur
long rod
Employer/PMC to er’s works
Insulator supplier

4. Traceability Packing list/CIP Contractor 100% at field 100% Review of To be


(Make/batch records notified by
No./Locations the
where installed) Employer/P

311
MC

b. Conductor On receipt, Packing list Contractor 100% at stores 20% check To be notified
by the
1. Visual check of drum.
Employer/PMC

2. Check for seals at -do- -do- -do- -do- -do-


both ends, and
Employer/PMC sticker
on outer end

3. Check depth from top -do- -do- -do- -do- -do-


of flange to the top of
the outer most layer

c. Earthwire Check for seals at both Packing list Contractor 100% at stores 20% check -do-
ends

2. Field
activity

a. Before Readiness for stringing Stringing Contractor Readiness Review of -do-

312
Stringing procedures as certificate to be Certificate
per Contract submitted by the
Specifications Contractor

b. During (Conductor/Earth-wire) -do-


stringing

1. Scratch/cut check As per Contractor 100% at Field 100% record & -do-
(Visual) Approved Field check 20%
Drawings and
Contract
Specifications

2. Repair sleeve -do- -do- -do- -do- -do-

3. Mid span Joints -do- -do- -do- -do- -do-

4. Guying (in case of As per -do- -do- 100% -do-


towers not designed for Approved
one side stringing) Guying
Arrangement

313
& Contract
Specifications

c. After Check for,


stringing

1. Sag/Tension Sag tension -do- -do- 100% record & -do-


chart/tower Field check 20%
Spotting data

2. Electrical clearances As per -do- -do- -do- -do-


Approved
Drawings and
Contract
Specifications

i) Ground clearance -do- -do- -do- -do- -do-

ii) Live metal clearance -do- -do- -do- -do- -do-


etc.

3.Jumpering -do- -do- -do- -do- -do-

314
4. Copper bond As per Approved Contractor 100% at Field 100% record & -do-
Drawings and Field
Contract Check 20%
Specifications

5. Placement of As per Contract -do- -do- -do- -do-


spacer/damper Specifications/
Drawings/
placement chart

7. Final
Testing

a. Pre- a. Readiness of 1. Pre- Contractor 100% 100% joint -do-


commissio lines for pre- Completeness commissioning checking
ning of commissioning of line. Procedures of
lines 2. Megger test Contract

of line Specification
Append. II

315
b. Readiness of 2. Digital a. Employer/P M -do- -do- -do- -do-
Commissi lines for photograph of commissioning
oning of commissioning each tower to b. Pre-
line. ascertain the commissioning
completeness
Report
of tower.

3. Electrical -do- -do- -do- -do-


Inspectors
clearance

316
Annex-II

ACCEPTANCE CRITERIA AND PERMISSIBLE LIMITS FOR CEMENT

ORDINARY PORTLAND CEMENT

S. Name of the test Ordinary Portland Cement Ordinary Portland Cement Ordinary Portland Cement Remarks
No 33 grade as per relevant 43 grade as per relevant 53 grade as per relevant
. standards standards standards

a) Physical Tests To be conducted in


Employer/PMC’s approved Lab

(i) Fineness Specific surface area shall Specific surface area shall Specific surface area shall not Test to be conducted in
not be less than 225 sq.m. not be less than 225 sq.m. be less than 225 sq.m. per Kg. accordance with relevant
per Kg. per Kg standards

(ii) Compressive 72+ 1 hour : Not less than 16 72+ 1 hour : Not less than 72+ 1 hour: Not less than 27
strength Mpa (16 N/mm2) 23 Mpa (23 N/mm2) Mpa (27 n/mm2)

317
168+ 2 hour : Not less than 168+ 2 hour: Not less than 168+ 2 hour : Not less than 37 Test to be conducted in
22 Mpa (22 N/mm2) 33 Mpa (33 N/mm2) Mpa (37 N/mm2) accordance withrelevant
standards

672+ 4 hour : Not less than 672+ 4 hour : Not less than 672+ 4 hour : Not less than 53
33 Mpa (33 N/mm2) but not 43 Mpa (43 N/mm2) but not Mpa (53 N/mm2)
more than 48MPa more than 58MPa

(iii) Initial & Final Initial setting time : Not less Initial setting time : Not less Initial setting time : Not less Test to be conducted in
setting time than 30 minutes than 30 minutes than 30 minutes accordance with relevant
standards

Final setting time : Not more Final setting time : Not more Final setting time : Not more -do-
than 600 minutes than 600 minutes than 600 minutes

318
(iv) Soundness Un-aerated cement shall not Un-aerated cement shall not Un-aerated cement shall not Test to be conducted in
have an expansion of more have an expansion of more have an expansion of more accordance with relevant
than 10mm when tested by than 10mm when tested by than 10mm when tested by Le standards
Le Chatlier Method and 0.8% Le Chatlier Method and 0.8% Chatlier Method and 0.8%
when tested by Autoclave when tested by Autoclave when tested by Autoclave Test
Test Method. Test Method. Method.

S. Name of the test Ordinary Portland Cement Ordinary Portland Cement Ordinary Portland Cement Remarks
No 33 grade as per relevant 43 grade as per relevant 53 grade as per relevant
. standards standards standards

b) Chemical Composition Tests (As per relevant Review of MTCC only


standards)

319
a) Ratio of percentage of a) Ratio of percentage of a) Ratio of percentage of
lime to percentage of lime to percentage of lime to percentage of
silica, alumina & iron silica, alumina & iron silica, alumina & iron
oxide when calculated oxide when calculated oxide when calculated
from the formula given from the formula given from the formula given in
in relevant standards: in relevant standards: relevant standards 0.80 –
0.66 to 1.02 0.66 to 1.02 1.02

b) Ratio of percentage of a) Ratio of percentage of a) Ratio of percentage of


alumina to that of iron alumina to that of iron alumina to that of iron
oxide, Minimum: 0.66% oxide, Minimum 0.66 oxide, Minimum: 0.66%

c) Insoluble residue, c) Insoluble residue, c) Insoluble residue,


percentage by mass, percentage by mass percentage by mass Max.
Maximum: 5.00% Max. 4.00% 4.00%

d) Magnesia, percentage d) Magnesia, percentage d) Magnesia, percentage by


by mass Maximum: 6% by mass Max. 6% mass Max. 6%

320
e) Total sulphur content e) Total sulphur content e) Total sulphur content
calculated as sulphuric calculated as sulpuric calculated as sulpuric
anhydride (SO3), anhydride (SO3), anhydride (SO3),
percentage by mass, percentage by mass, percentage by mass,
Maximum: 3.5% Maximum: 3.5% Maximum: 3.5%

c) f) Chloride content, f) Chloride content, f) Chloride content,


percentage by mass, percentage by mass, percentage by mass,
Maximum: 0.1% Maximum: 0.1% Maximum: 0.1%

Annex-III

ACCEPTANCE CRITERIA AND PERMISSIBLE LIMITS FOR REINFORCEMENT STEEL

S. Name of the Test Cold Twisted Deformed Bars of Steel Cold Twisted Deformed Bars of Steel
No Grade Fe 415 as per relevant standards Grade Fe500 as per relevant
. standards

321
i) Chemical Analysis
Test

Carbon, Maximum : 0.300% Carbon, Maximum : 0.300%

Sulpher, Maximum : 0.060% Sulpher, Maximum : 0.055%

Phosphorus, Maximum: 0.060% Phosphorus, Maximum: 0.055%

Sulpher& Phosphorus: 0.110% Sulpher& Phosphorus: 0.105% Testing in Employer/PMC’s approved


Lab.
(Maximum) (Maximum)

ii) Physical Tests a) 0.2 percent proof stress/ yield stress, b) 0.2 percent proof stress/ yield
Minimum: 415 N/mm2 stress, Minimum: 500 N/mm2 -Do-

c) Percentage of elongation: 14.5% c) Percentage of elongation: 12%

iii) Bend &Rebend Test as per relevant standards: No rupture Test as per relevant standards: No
tests or cracks visible after the test to a person rupture or cracks visible after the test -Do-
of normal or corrected vision on bent/re- to a person of normal or corrected
bent portion. vision on bent/re-bent portion.

322
Annex-IV

ACCEPTANCE CRITERIA AND PERMISSIBLE LIMITS FOR COARSE AGGREGATES

3. Coarse Aggregates (To comply with the requirements specified in relevant standards

i) Physical Tests

a) Size & Grading a) Size & a) Size & Grading of Aggregates a) Size & Grading of Aggregates
of Aggregates Grading
of
Aggregat
es

40 mm 20 mm 16 mm 12.5 10 mm 40 mm 20 mm 16 mm 12.5 mm
mm

80mm - - - - - 100 - - -

63 mm 100 - - - - - - - -

40 mm 85 to 100 100 - - - 95 to 100 100 - -

323
20 mm 0 to 20 85 to 100 - - 30 to 70 95 to 100 100 100
100

16 mm - - 85 to 100 - - - 90-100 -
100

12.5 mm - - - 85 to 100 - - - 90 to 100


100

10 mm 0 to 5 0 to 20 0 to 30 0 to 45 85 to 10 to 35 25 to 55 30 to 70 40 to 85
100

4.75 mm - 0 to 5 0 to 5 0 to 10 0 to 20 0 to 5 0 to 10 0 to 10 0 to 10

2.36 mm - - - - 0 to 5 - - - -

c. Aggregate Crushing Value Not to exceed 45%

[Determined in accordance with


relevant standards

324
d. Aggregates Impact Value Not to exceed 45%

[Determined in accordance with


IS: 2386 (Part- IV)-1963]

e. Aggregate Abrasion Value Not to exceed 50%

[Determined in accordance with


relevant standards

f. Presence of deleterious Deleterious materials shall not exceed the limits prescribed in Table-1 of relevant standards
material

325
Annex-V

ACCEPTANCE CRITERIA AND PERMISSIBLE LIMITS FOR FINE AGGREGATES

4. Fine Aggregates (To comply with the requirements specified in IS:383) relevant standards

i) Physical Tests Percentage passing for graded aggregate of nominal size

a. Grading & Grading Zones IS Sieve Designation Grading Zone I Grading Zone II Grading Zone III
of Fine Aggregates

10 mm 100 100 100

4.75 mm 90-100 90-100 90-100

2.36 mm 60-95 75-100 85-100

1.18 mm 30-70 55-90 75-100

600 microns 15-34 35-59 60-79

300 microns 5 to 20 8 to 30 12 to 40

150 microns 0-10 0-10 0-10

326
b) Presence of deleterious material Deleterious materials Deleterious materials Deleterious
shall not exceed the shall not exceed the materials shall not
limits prescribed in limits prescribed in exceed the limits
Table-1 of relevant Table-1 of relevant prescribed in Table-
standards standards 1 of relevant
standards

c) Soundness Test (for concrete work subject Average loss of weight after 5 cycles shall not exceed :
to frost action) 10% when tested with sodium sulphate (Na2SO4); and
[Determined in accordance with relevant 15% when tested with magnesium sulphate( MgS04)
standards

d) Fineness Modulus of Fine Aggregates Shall be more than 2.5

Note: - Fine aggregate conforming to Grading Zone IV shall not be used in Reinforced Cement Concrete work

327
Annex-VI

ACCEPTANCE CRITERIA AND PERMISSIBLE LIMITS FOR CONCRETE WORK

1) Concrete a) Workability Slump shall be recorded by slump cone method and it


shall between 50-75 mm.

b) Compressive strength (i) Normal Shallow Foundations: The frequency of


sampling of concrete shall be as per clause 15 of
relevant standards. However, a minimum of one
sample comprising three test specimen of 15 cm
concrete cubes shall be taken from each day
concreting for testing the 28 days compressive
strength of concrete.

(ii) Special & Pile Foundations: The frequency of


sampling of concrete shall be as per clause 15 of
relevant standards. However, for pile foundations, 2
samples comprising six specimen of 15 cm cubes shall
be taken from each pile, three for ascertaining the 7
days compressive strength of concrete and balance
three for ascertaining the 28 days comprehensive
strength of concrete. For concreting of pile cap &
chimney, minimum two samples comprising six
concrete cubes from each day concreting shall be
taken for testing the three cubes at 7 days and other
three at 28 days for ascertaining the 7 days and 28
days comprehensive strength of concrete.

Notes:

1) For nominal mix concrete of proportion 1:1.5:3 (1 Cement: 1.5 Fine Aggregate: 3.0 Coarse
aggregates), 28 days compressive strength of concrete shall be 265 kg/Sq.cm. and for nominal mix
concrete of proportion 1:2:4 (1 Cement: 2 Fine Aggregates: 4 Coarse Aggregates), it shall be 210
kg/Sq.cm.

328
2) ACCEPTANCE CRITERIA BASED ON 28 DAYS COMPRESSIVE STRENGTHS FOR NOMINAL MIX
CONCRETE: The acceptance criteria for concrete shall be as specified in relevant standards

a) The average strength of three specimen shall be accepted as the compressive strength of
the concrete, provided the strength of any individual cube shall neither be less than 70%
nor higher than 130% of the specified strength.

(b) If the actual average strength of accepted sample exceeds specified strength by more than
30%, the Employer/PMC, if he so desires, may further investigate the matter. However, if
the strength of any individual cube exceeds more than 30% of the specified strength, it will
be restricted to 30% only for computation of strength.

(c) If the actual average strength of accepted sample is equal to or higher than specified upto
30%, the concrete shall be considered acceptable and shall be paid at full quoted rates.

(d) If the actual average strength of accepted sample is less than specified strength but not
less than 70% of the specified strength, the concrete may be accepted at reduced rate at
the discretion of Employer.

(e) If the actual average strength of accepted sample is less than 70% of specified strength, the
Engineer shall reject the defective portion of work represented by sample and nothing
shall be paid for the rejected work. The contractor shall be required to dismantle the
defective portion of work and rebuilt the same at his own cost and risk as per the
directions of Employer.
General Notes:
1) This Field Quality Plan is not to limit the supervisory checks which are otherwise required to be
carried out during execution of work as per drawings/Technical specifications etc.
2) Contractor shall be responsible for implementing/documenting the FQP. Documents shall be
handed over by the contractor to Employer/PMC after the completion of the work.

3) Acceptance criteria and permissible limits for tests are indicated in the Annexure. However for
further details/tests, the contract specification and relevant Indian standards shall be referred to.

4) Tests as specified in this FQP shall be strictly followed.

5) The Employer/PMC reserves the right to further revise the FQP and issue to the contractor.

329
CHAPTER - 4
SPECIAL TOWERS

WAPCOS LIMITED
(A Government of India Undertaking)
701,Kailash Building,26 K.G. Marg,
New Delhi-110001
Tel.:+91-11-23326647
Fax.:+91-11-23324561
E-mail : ce electrical@w apcosindia.com

330 2019
CHAPTER - 4
SPECIAL TOWERS

CONTENTS

S.NO DESCRIPTION PAGE NO.

4.1 GENERAL 332


4.2 SHIELDING ANGLE AND CLEARANCES 332
4.3 ANGLE OF DEVIATION 333
4.4 MAXIMUM TENSION LIMITS FOR CONDUCTOR, OPGW AND EARTHWIRE 333
4.5 RIVER CROSSING SPAN / DESIGN SPAN 333
4.6 ANCHOR SPAN 333
4.7 WIND SPAN 333
4.8 WEIGHT SPAN 334
4.9 RULING SPAN/ EQUIVALENT SPAN 334
4.10 SAG TENSION CALCULATION 334
4.11 USE OF SPECIAL CONDUCTOR/EARTH WIRE 335
4.12 STEEL QUALITY 335
4.13 MINIMUM THICKNESS OF ANGLE SECTION USED 335
4.14 BOLTS, NUTS& WASHERS 335
4.15 SLENDERNESS RATIO 336
4.16 REDUNDANT MEMBER 336
4.17 WIND LOADS 336

4.18 BROKEN WIRE CONDITION 337

4.19 LONGITUDINAL LOADS 337


4.20 AVIATION REQUIREMENTS 337

331
CHAPTER - 4
SPECIAL TOWERS
4.1 GENERAL
i. Special towers shall be used for major river crossing, deep valley crossing, creek crossings, cable
termination towers and other very long spans (span more than that of normal wind and weight span)
which cannot be crossed by normal towers with body extensions.
ii. The scope includes supply of these special towers; their foundations, erection and stringing. The
Contractor shall submit the most economical design for the special towers and their foundations as
per relevant International Standards mutually agreed between Client and Contractor and best
engineering practices. The unit rates for design, fabrication, galvanizing and supply of special towers,
their stubs/anchor bolts and rates for stub-setting, erection and stringing shall be quoted as given in
appropriate price schedule of bid documents.
iii. For river crossing spans, the towers shall be of suspension type using double suspension strings
followed by Anchor type tower on either side of the river span. Anchor towers to be used for
anchoring shall also be special type angle/dead end towers. Clearances as prescribed or required by
navigation authorities shall be provided. For non-navigable rivers, the clearances shall be reckoned
with respect to highest flood level (HFL) of river corresponding to highest observed flood or flood of
500 years return period whichever is higher. The towers for deep valley and other long span
crossings shall also be of special type angle/dead end towers. All the requirements for standard
towers shall apply to special towers except as given in the following clauses:

4.2 SHIELDING ANGLE AND CLEARANCES


i. The shielding angle shall not be more than 25 deg.
ii. The minimum clearance to be maintained between the lowest point of power conductor and highest
flood level, in navigable rivers, for river crossing towers shall be obtained from the navigational
authorities and the same shall be submitted to the Employer for approval/concurrence.
iii. The minimum electrical clearance between live parts and tower body and cross arm members shall
be same as for normal towers.

332
iv. The chimney of foundation of river crossing towers shall project not less than 1.0 m above highest
flood level or as approved by the Employer.
4.3 ANGLE OF DEVIATION
i. The angle of deviation for special/river crossing towers shall be as under:
a) For Suspension Towers 0°.
b) For Angle/Dead end tower 0°-30o.
ii. All the live metal clearances shall be computed considering double suspension string, as per values
specified in the relevant Indian Standard.
iii. The foundations of special towers shall be designed for loads as obtained from tower reactions at
base level multiplied by partial safety factor of 1.2.
4.4 MAXIMUM TENSION LIMITS FOR CONDUCTOR AND EARTHWIRE

The maximum tension limits for conductor and earth-wire/OPGW of special towers shall be same as
that of normal towers of the line.

4.5 RIVER CROSSING SPAN / DESIGN SPAN

River crossing span shall be centre to centre distance between two river crossing towers or centre
to centre distance between two towers placed on banks for crossing the river. Height of the river
crossing tower shall be fixed depending on crossing span and clearance requirement with respect
to highest flood level. Crossing span shall be an important parameter for the design of river crossing
towers.

4.6 ANCHOR SPAN

The centre to centre distance between river crossing tower and anchor tower on either bank of the
river shall be anchor span. The anchor span shall be so selected so as to avoid uplift on anchor tower.

4.7 WIND SPAN

The wind span shall be the sum of the two half spans adjacent to the river crossing tower under
consideration.

4.8 WEIGHT SPAN

333
The weight span shall be the horizontal distance between the lowest points of the conductors on the
two adjacent spans.

4.9 RULING SPAN/ EQUIVALENT SPAN

The ruling /equivalent span shall be calculated from the following formula between anchor tower to
anchor tower on either side of the river.

𝟑 𝟑 𝟑
𝑳 +𝑳 +𝑳
Ruling span= √ 𝟏𝑳 +𝑳𝟐 +𝑳 𝟑
𝟏 𝟐 𝟑

Where;
L1= Span between anchor tower and river crossing tower on one side of river.
L2= River crossing span
L3= Span between river crossing tower and anchor tower on other side of the river.

4.10 SAG &TENSION CALCULATIONS


i. The sag and tension calculations for river crossing stretches shall be carried out for ruling/ equivalent
span by using catenary equation. It shall decide the tension that will prevail in the conductors/Earth-
wire between anchor tower to anchor tower. Heights of river crossing towers and anchor towers
shall be finalized based on the sag at river crossing spans and anchor spans calculated considering
the tension of equivalent/ ruling span at maximum temperature and no wind condition. The factor
of safety for conductor and earth wire at starting condition shall not be less than 5.0 under no wind
condition and everyday temperature.

ii. Spacing Between Conductors/Phase-To-Phase Clearance


The spacing between conductors or phase to phase clearances for long span towers shall be
calculated from the following formulae:

Vertical Clearance (m) = 0.75√𝑭𝟖𝟓 + 𝒍𝒌 + 𝑽⁄𝟏𝟓𝟎

Horizontal Clearances (m) = 0.62 √𝑭𝟖𝟓 + 𝒍𝒌 + 𝑽⁄𝟏𝟓𝟎

334
Where,
F85 = Sag in meters at 85°C and no wind condition.
Ik = Vertical Length of insulator string in metre.
V = line voltage in kV.

4.11 USE OF SPECIAL CONDUCTOR AND OPGW/EARTH WIRE


Special conductor and OPGW/earth wire of higher strength, as approved by the Employer, shall be
used in the river crossing stretches or deep valley crossing for reduction in tower height and tower
weight.

4.12 STEEL QUALITY


The members of river or deep valley crossing towers are normally subjected to heavier loads in view
of appreciably higher height of these towers and consequently, the conductors and OPGW/earth-
wire(s) are subjected to heavy wind loads. A combination of mild steel and high tensile steel sections
may be used to have desired capacity of tower members. High Tensile Steel shall conform to EN
1993-1-1 or other international standard mutually agreed between parties. and shall have yield
stress not more than 350 Mpa. The type of steel to be used in tower shall not be more than two
types.

4.13 MINIMUM THICKNESS OF ANGLE SECTION USED


The minimum thickness of angle sections to be used shall not be less than following:
a) Leg members, main members of cross-arm and peak = 6 mm
b) Other members including bracings and redundant = 5 mm

4.14 BOLTS, NUTS& WASHERS


Bolts, nuts and washers shall be same as for normal towers and conform to specifications and
standards specified in Chapter-1of these specifications. Normally single diameter bolts are provided
in towers to eliminate the possibility of errors during erection. However, two sizes (diameters) of
bolts may be permitted for special towers to minimize the requirement of bolts for heavily loaded
members subject to approval of Employer. Smaller size bolts shall be used for lightly loaded members
and the higher size bolts for heavily loaded members, especially legs. To avoid any error during
tower erection, it is preferable to have distinguishable gap between the two sizes of bolts used e.g.
if one size of bolt is 16 mm dia., the second size should be 24 mm diameter.

335
4.15 SLENDERNESS RATIO
Slenderness ratio for members shall be computed in accordance with international standards
mutually agreed between parties. Slenderness ratio (KL/r) for compression and tension members
shall not exceed the following values:
i. Leg members, Ground Wire peak and cross arm lower members= 120
ii. For other members carrying computed stresses, Bracings = 200
iii. For redundant members = 250
iv. For members under tensile stress only = 400

4.16 REDUNDANT MEMBER


i. All the redundant members shall be designed for slenderness ratio of not more than 250.
ii. Redundant members shall be designed for actual axial load in the member as per tower analysis or
2.5%load carried by the member it supports whichever is more stringent.
iii. Adequate number of bolts shall be provided in the redundant members accordingly.

4.17 WIND LOADS


4.17.1 The wind loads on the special towers shall be calculated as given below:
a. The procedure for wind load calculations on tower, conductor, earth-wire/OPGW & insulators shall
be same as adopted for normal towers of the line except the Reliability Level 3 (Return period 500
years) and terrain roughness factor K2=1.08 shall be considered for working out loads on
special/river crossing towers.

b. The tower members shall be designed for the following angle of incidence of wind :
i. Angle of incidence of wind 900 to the tower and 900 to the conductor, earth-wire/OPGW
& insulator (transverse direction).
ii. Angle of incidence of wind 450 to the tower and 450 to the conductor, earth-wire/OPGW
& insulator.
iii. Angle of incidence of wind 00 to the tower (longitudinal direction).
iv. Any other angle of incidence of wind critical to any tower member.
4.17.2 Vibration Analysis: For long spans of conductors & earth wire/OPGW, the vibration analysis shall be
carried out considering the conductor/earth wire properties, wind load and the relevant span.

336
Necessary damping arrangement shall be provided by the contractor depending on the aerodynamic
stability of the long span conductor/earth wire/OPGW.

4.17.3 Maximum Tension Limits for Conductor and Earth-wire/OPGW.


The maximum tension limits for conductor and earth wire/OPGW of special towers shall be same as
for normal towers.

4.18 BROKEN WIRE CONDITION(S)


The broken wire conditions shall be considered as specified for normal tower.
4.19 LONGITUDINAL LOADS
4.19.1 The longitudinal loads due to power conductor and earth wire/OPGW for suspension towers shall
be considered as ‘nil’ under normal condition and 100 percent of maximum working tension of
conductor or earth- wire/OPGW under broken wire conditions.

4.19.2 Under normal condition, unbalanced longitudinal load due to difference in tensions in ruling span
for special crossing tower on one side and normal span of the line on the other side shall also be
considered for the design of anchor towers.

4.20 AVIATION REQUIREMENTS


4.20.1 In case any portion of transmission line falls within the safety zone of airfields or air to ground firing
ranges, the transmission line and transmission towers shall meet the requirements of flight safety
of flying aircrafts specified by International Civil Aviation Organization or Directorate of Flight
Safety or any other concerned authorities of Government of Republic of Togo. In case such
requirements are not available in Togo, the requirements specified in relevant international
standards and given in the following clauses shall be followed.

4.20.2 Transmission lines and Transmission line structures of height 45m and above shall be notified to
the Directorate of Flight Safety or any other concerned authorities of Government of Republic of
Togo.

4.20.3 In case Transmission line or transmission line structures or a portion thereof fall within a radius of
20 km around the Defence Aerodromes and air to firing range, a No Objection Certificate (NOC)’
shall be obtained from the concerned aerodrome authorities.

4.20.4 Transmission line/structures of height 45 m or more within a radius of 10 km around aerodromes


and air to ground firing ranges shall be provided with day and night visual aids.

337
4.20.5 All other areas of transmission line/structures, of any height, outside a radius of 10 km from
aerodromes, only those portions of transmission line and structures identified to pose a hazard to
aircraft by the Directorate of flight safety shall be provided with visual aids.

4.20.6 Visual aids in the form of markers and luminaries shall be installed on the transmission lines and
transmission line supports at height 45 meter and above to give warning to the flying aircraft. These
aids shall be weatherproof and shall not cause tracking on their surface due to leakage current.

4.20.7 Details of Visual Aids


4.20.7.1 Day Markers

i. Line Marker: Coloured globules of 40-50 cm diameter made of reinforced fiber glass or any other
suitable material, weighing not more than 4.5 kg each with suitable clapping arrangement and
drainage holes shall be installed on the earth wire. One globule shall be provided in the middle of
the span for spans up to 400 meter on the highest earth wire. For span greater than 400 meters, one
additional globule shall be provided for every additional 200 meter span or part thereof. Half orange
and half white coloured globule shall be used. Relevant international standards may be referred for
a typical detail of a marker.

ii. Structure Marking:

The tower excluding cross-arms above 45 meter height shall be painted in alternate bands of
international orange and white colours. The bands shall be perpendicular to the vertical axis and the
top and bottom bands shall be orange. There shall be an odd number of bands. The maximum height
of each band shall be 5.0 m. relevant international standards may be referred for typical details of
structure marking.

4.20.7.2 Night Marking


i. Medium and low intensity obstacle lights (as specified in IS: 5613Part-2/Sec-1)on a complex
obstacle such as towers supporting overhead wires shall have a night time intensity as per ICAO
requirements in International Standards recommended practices. The light on top of the structure shall
flash at the rate of 20 sequences per minute.

338
ii Luminaries: Electrical luminaries shall works on the principle of power obtained by capacitive
coupling. The system, as shown in relevant international standards comprises a lamp producing red light
constituting the light source and an auxiliary conductor for flowing of electric energy produced by
capacitive coupling for lighting the lamp. The size of lamp and length of auxiliary conductor shall be
decided based on the voltage of the transmission line.

Iii High intensity obstacle lights shall be installed at three prescribed levels. The highest light level
shall beat the top of the support structure. The lowest light level shall be at level of the lowest point in
the catenary between the two support structures. The middle light level shall be the mid-point between
the top and bottom levels.

iv. The high intensity obstacle lights shall have a day-time effective intensity of not less than
100,000cd. The intensity of light shall reduce automatically to 20,000cd + 25 percent at twilight and again
automatically to a nighttime intensity of 1320cd + 25 percent. The light on a supporting structure shall
flash sequentially @ 60 sequences per minute. The middle level light shall flash first, followed by top level
and then the bottom level. The interval between the flashing of top level and bottom level shall be
approximately twice the interval between the middle level and the top level. The interval between the
end of one sequence and the beginning of next shall be about 10 times the interval between the middle
level and the top level.

339
CHAPTER - 5
CONDUCTOR, OPGW & ACCESSORIES

340 2019
CHAPTER - 5
CONDUCTOR, GROUND WIRE, OPGW AND ACCESSORIES
CONTENTS

S.NO DESCRIPTION PAGE NO.

5.0 INTRODUCTION 342

5.1 POWER CONDUCTOR 342

5.2 CONDUCTOR ACCESSORIES 361

5.3 OPGW AND OPGW ACCESSORIES 386

5.4 OPGW LENGTHS 392

5.5 ASSOCIATED HARDWARE FOR OPGW 394

5.6 TESTS AND STANDARDS 398

5.7 TYPE TESTS ON COMPLETE OPGW, FITTINGS & ACCESSORIES-ANNEXURE C 414

ACCEPTANCE TESTS ON COMPLETE OPGW, OPTIC FIBRE, OPGW FITTINGS-


5.8 425
ANNEXURE D

341
CHAPTER - 5
CONDUCTOR, GROUND WIRE, OPGW AND ACCESSORIES
5.0. INTRODUCTION

This chapter covers the Specifications and General Technical Particulars of Power Conductor,
OPGW and their accessories for use in the transmission lines.

The detailed specification for Power Conductor, OPGW and their accessories are given here
under:

5.1. POWER CONDUCTOR


5.1.1. Scope

This section covers design, manufacture, testing before dispatch, packing, supply and
delivery F.O.R destination, Storage at site of 253.35mm2 AAAC “500 MCM” Conductor of size
19/4.12 mm. The Conductor shall only be accepted from those manufacturers who have got
the valid ISO 9001 or equivalent internationally recognized certification and documentary
proof for having such certification shall be submitted with the Bid.

5.1.2. Standards
5.1.2.1. The Conductor shall comply in all respects with the IEC 61089 or ASTM 399 (latest edition)
with all amendments unless otherwise stipulated in this specification or any other
equivalent International Standards which ensure equal or higher quality material.
5.1.2.2. The CONDUCTOR, OPGW and Accessories shall also conform to the standards as mentioned
under Table 5.0 below:

TABLE-5.0

International
S.N. Title
Standards
Round wire concentric lay overhead electrical stranded
1 IEC 61089
conductors
2 IEC 60888 Zinc coated steel wires for stranded conductors
3 IEC 60889 Hard-drawn aluminum wire for overhead line conductors
4 IEC 61597 Overhead electrical conductors –calculation methods for

342
stranded bare conductors
Overhead lines – Requirements for greases for aluminium,
5 IEC 61394: 201
aluminium alloy and steel bare conductors
IEC 62219: Overhead electrical conductors- Formed wire, concentric lay,
6
2002 stranded conductors
BS EN 50182- Conductors for overhead lines –round wire concentric lay
7
2001 stranded conductors
Conductors for overhead lines – zinc coated steel wire
BS EN 50189
8
BS 3288 Insulator and Conductor Fittings for Overhead Power Lines
9 Part 1 (1993) Performance and General Requirements
Specifications for a Range of
Part 2 (1990)
Fittings
10 Overhead lines – Requirements for greases for aluminium,
IEC 61394
aluminium alloy and steel bare conductors
11 IEC 62219: Overhead electrical conductors- Formed wire, concentric lay,
2002 stranded conductors
12 EN 50326 Conductors for Overhead lines – characteristics for greases
13 IEC 61284 Overhead lines – requirement and tests for fittings
14 BS EN 1179 Zinc and zinc alloy – Primary Zinc
15 BS EN ISO Hot dip galvanizing coatings on fabricated iron and steel articles
1461 – specifications and test methods
16 IEC:60437 Method of radio-interference tests on high voltage installations.

5.1.2.3. Offers shall be accompanied by the English version of relevant standards in support
of the guaranteed particulars to be furnished as per Section-IV enclosed.
5.1.3. General Technical Requirements

The Specific Technical Requirements are given in Section-3. The Conductor shall conform to
these technical requirements. The Bidder shall furnish guaranteed technical particulars as
per Section-III.

343
A. The General Technical particulars of the AAAC“500MCM” conductor are tabulated below:

TABLE-5.1

S.No Description Particulars for AAAC “500MCM”


1 Stranding and Wire Diameter 19/4.12
2 Standard applicable IEC 61089 or ASTM 399 or IEC or
equivalent
3 Wire diameter
a) Aluminium 4.12±0.04 mm
4 Number of strands per layers
b) Aluminium
Central Steel Core 1
1st Layer 6
2nd Layer 12
5 Sectional Area (Approx.) 253.35
6 Overall diameter 20.6 mm
7 Approximate mass:
Overall conductor 698 kg/km
8 a. Maximum D.C. resistance of 0.1322 /km
conductor at 20° C,
9 Minimum UTS >72.35 kN
11 Modulus of Elasticity 0.612x106 kg/cm2
12 Coefficient of Linear expansion 23 x 10-6
(per 0C)
13 a. Direction of Lay Outermost Layer shall be Right hand with
inner successive layers having opposite
directions to lay.
b. Lay Ratio Maximum Minimum
1st Layer 16 10
2nd Layer 14 10

344
15 Joints in strands
a) Centre Wire Not permitted
b) Aluminium No Joints shall be permitted in the
Outermost layer. Joints in the inner layers
are permitted in addition to those made in
the base rod or wire before final drawing,
but no two such joints shall be less than 15
m apart in the complete stranded
conductor.
c) Method of making joint Joints shall be made by the cold pressure
butt-welding.
d) Ultimate tensile strength of joint >13.25 kg/sq. mm
16 Minimum Number of twists to be 18 (Before Stranding)
withstood in torsion test when
tested on a gauge length of 100 16 (After Stranding)
times diameter of wire
17 Minimum Percentage of Elongation 4% (Before stranding)
during testing for Elongation Test
on an original gauge length of 200 4% (After Stranding)
mm.
18 Chemical composition of high
carbon steel wire
Element
a) Carbon 0.50 %
b) Copper 0.1%
c) Zinc 0.10%
d) Chromium 0.03%
e) Boron 0.06%
f) Other elements, each, max 0.03%
g) Other elements, total, max 0.10%

345
h) Manganese 0.03 %
i) Silicon 0.5 %
j) Aluminium Remainder
19 Standard Supply length 1500-2500 metre
20 Packing (Wooden Drums) Relevant IEC standard
5.1.3.1. Materials& Workmanship
a) The material offered shall be of best quality and workmanship. The aluminum alloy used
shall of such quality that wire produced from it can comply with the requirements as to
chemical composition, tensile and elongation properties, bending properties, and electrical
resistivity prescribed in this specification. The wire shall be made from aluminum alloy 621
as designed in ANSI H35.1.

5.1.3.2. Conductor Parameters


a) The Parameters of individual strands of conductor shall be in accordance with the values
given in Section III.

b) Creep in a conductor is attributed partly due to settlement of strands and partly due to non-
elastic elongation of metal when subjected to load. The Bidder shall furnish the amount of
creep which will take place in 10, 20, 30, 40 and 50 years along with the supporting
calculations. The calculations should be based on everyday temperature of 32 degree C and
everyday tension of 25% of UTS of conductor of overhead lines.

5.1.3.3. Tolerances
a) The tolerances on standard diameter of Aluminum alloy wires shall be as detailed in specific
technical requirements.

b) The cross-section of any wire shall not depart from circularity by more than an
amount corresponding to the tolerance on the standard diameter.

c) The details of diameters, lay ratios of Aluminium alloy wires shall be in accordance with the
Section-3 "Technical Requirements".

346
5.1.3.4. Surface Conditions

All aluminum alloy strands shall be smooth, and free from all imperfections, spills and splits.
The finished conductor shall be smooth, compact, uniform and free from all imperfections
including spills and splits, die marks, scratches, abrasions, scuff marks, kinks (protrusion of
wires), dents, pressmarks, cut marks, wire cross-over, over-riding looseness, pressure and/or
unusual bangle noise on tapping, material inclusions, white rust, powder formation or black
spots (on account of reaction with trapped rain water etc.,), dirt, grit, etc. The surface of
conductor shall be free from points, sharp edges, abrasions or other departures from
smoothness or uniformity of surface contour that would increase radio interference and
corona losses. When subjected to tension up to 50% of the ultimate strength of the
conductor, the surface shall not depart from the cylindrical form and any part of the
component parts or strands shall not move relative to each other in such a way as to get out
of place and disturb the longitudinal smoothness of the conductor.

5.1.3.5. Joints in Wires


a) No Joints shall be permitted in the Outermost layer. Joints in the inner layers are permitted
in addition to those made in the base rod or wire before final drawing, but no two such
joints shall be less than 15 m apart in the complete stranded conductor. These joints shall be
made by cold pressure butt welding.

5.1.3.6. Stranding
a) The wires used in construction of All Alloy Aluminum conductor (AAAC) shall, before
stranding, satisfy all the requirements of relevant IEC.

b) In all constructions, the successive layers shall be stranded in opposite directions. The wires
in each layer shall be evenly and closely stranded round the underlying wire(s). The outer
most layer of wires shall have a right hand lay. The lay ratio of the different layers shall be
within the limits given under Section-3.

347
c) In conductors having multiple layers of wires, the lay ratio of any layer shall not be greater
than the lay ratio of the layer immediately beneath it.

5.1.3.7. Packing and Forwarding


The conductor shall be supplied in non-returnable strong wooden/steel drums (as per
requirement of the purchaser) provided with lagging of adequate strength constructed to
protect the conductor against any damage and displacement during transit, storage and
subsequent handling and stringing operations in the field. The drums size shall be
calculated considering maximum conductor length, packing factor, space between conductor
layer and lagging as per IEC 61597. The conductor drums shall be adequate to wind one
standard length of at least 1500 meters for “AAAC” 500 MCM conductor.

The drums shall be suitable for wheel mounting and for letting off the conductor under a
minimum controlled tension of the order of 5KN.

The bidders should submit their drawings of the conductor drums along with the bid. After
placement of letter of intent the supplier shall submit four copies of fully dimensioned
drawing of the drum for purchaser's approval. After getting approval from the purchaser,
supplier shall submit 10 more copies of the approved drawings for further distribution and
field use at Department's end.

All wooden components shall be manufactured out of seasoned soft wood free from defects
that may materially weaken the component parts of the drums. Preservative treatment for
anti-termite/anti fungus shall be applied to the entire drum with preservatives of a quality
which is not harmful to the conductor.

All flanges shall be 2-ply construction with 64 mm thickness, with each ply at right angles to
the adjacent ply and nailed together. The nails shall be driven from the inside face flange,
punched and then clenched on the outer face. The thickness of each ply shall not vary by
more than 3mm from nominal thickness. There shall be at least 3 nails per plank of ply with
maximum nail spacing of 75 mm. Where a slot is cut with flange to receive the inner end of
the conductor the entrance shall be in line with the periphery of the barrel.

The wooden battens used for making the barrel of the conductor shall be of segmental type.
These shall be nailed to the barrel supports with at least two nails. The battens shall be

348
closely butted and shall provide a round barrel with smooth external surface. The edges of
the battens shall be rounded or chamfered to avoid damage to the conductor.

Barrel studs shall be used for construction of drums. The flanges shall be holed and the
barrel supports slotted to receive them. The barrel studs shall be threaded over a length on
either end, sufficient to accommodate washers, spindle plates and nuts for fixing flanges
at the required spacing.

Normally, the nuts on the studs shall stand protruded of the flanges. All the nails used on the
inner surface of the flanges and the drum barrel shall be countersunk. The ends of the barrel
shall generally be flushed with the top of the nuts.

The inner cheek of the flanges and drum barrel surface shall be painted with bitumen based
paint.

Before reeling, card board or double corrugated or thick bituminized waterproof bamboo
paper shall be secured to the drum barrel and inside of flanges of the drum by means of a
suitable commercial adhesive material. The paper should be dried before use. Medium
grade Kraft paper shall be used in between the layers of the conductor. After reeling the
conductor the exposed surface of the outer layer of conductor shall be wrapped with thin
polythene sheet across the flanges to preserve the conductor from dirt, grit and damage
during transportation and handling and also to prevent ingress of rain water during
storage/transport.

A minimum space of 50 mm shall be provided between the inner surface of the external
protective lagging and outer layer of the conductor. Outside the protective lagging, there
shall be minimum of two binders consisting of hoop iron/galvanized steel wire. Each
protective lagging shall have two recesses to accommodate the binders.

Each batten shall be securely nailed across grains as far as possible to the flange edges with
at least 2 nails per end. The length of the nails shall not be less than twice the thickness of
the battens. The nail shall not protrude above the general surface and shall not have
exposed sharp edges or allow the battens to be released due to corrosion.

The conductor ends shall be properly sealed and secured with the help of U-nails on one side
of the flanges.

349
Only one standard length of conductor shall be wound on each drum. The method of
lagging to be employed shall be clearly stated in the Bid.

As an alternative to wooden drum Bidder may also supply the conductors in non-returnable
painted steel drums. The painting shall conform to BS EN ISO 12944 Wooden/ steel drum will
be treated at par for evaluation purpose and accordingly the Bidder should quote the
package.

5.1.4. LABELING AND MARKING


The drum number shall be branded or gauged or stenciled into the flange. An arrow shall be
marked on the sides of the drum, together with the words "Roll this way". Each drum shall
have the following information provided on the outside of the flange stenciled with indelible
ink.

a) Manufacturer's name and address.

b) Contract/Specification number.

c) Size and type of conductor.

d) Net weight of the conductor.

e) Gross weight of the conductor and drum.

f) Tear weight of the Conductor in the Drum

g) Distance between the outer Layer of the Conductor and the inner surface of lagging

h) Arrow marking for unwinding

i) Barrel diameter for three locations and an arrow marking at the location of the
measurement.

j) Length of the conductor.

k) Position of the conductor end.

l) Drum and lot number.

m) Name and address of the consignee.

n) Month and year of manufacture.

350
o) The drum may also be marked with standard specification as per which the
conductor is manufactured.

5.1.5. Standard Lengths


a) The standard length of the conductor shall be between 1500 metres for AAAC “500MCM”'.
Bidder shall indicate the standard length of the conductor to be offered by them. A tolerance
of plus or minus 5% on the standard length offered by the bidder shall be permitted. All
lengths outside this limit of tolerance shall be treated as random lengths. The Owner
reserves the right to verify the length of the conductor after un-reeling.

b) Unless otherwise agreed to between the employer and the manufacturer, it shall be
permissible to supply not more than 10 percent of the lengths on any one order in random
lengths; none of them shall be shorter than one third of the nominal length.

5.1.6. Quality Assurance Plan

A Quality Assurance Plan including customer hold points covering the manufacturing
activities of the material shall be required to be submitted by the bidder to the employer
along with the bid. The Quality Assurance Plan after the same is found acceptable will be
approved by the employer. The contractor shall follow the approved Quality Assurance Plan
in true spirit. If desired by the employer, he shall give access to all the documents and
materials to satisfy the employer that the Quality Assurance Plan is being properly followed.

5.1.7. Testing

The Conductor offered shall be duly type tested, not older than last 5 years (time period
from before final bid submission date). The Bidder needs to furnish Type Tests Reports of
identical conductor along with the Bid for consideration. In case of non-submission of Type-
test reports, Type Tests as per the following and as per relevant international standards shall
be carried out at the reputed standard laboratory (acceptable to Employer).

5.1.8. Selection of Test Samples For Type Tests


A) The samples shall be taken from a continuous length of conductor and subjected to all the
tests specified in clause no. 5.1.4.2 (B).

B) Selection of Test Samples for Acceptance Tests

351
a) Before dispatch from the works individual wire and finished AAAC “500MCM”conductor shall
be subjected to the tests as specified in IEC 61089, ASTM B399 or any other authoritative
standard.

b) Sample for individual wires for test shall be taken before stranding from outer ends of not
less than ten per cent of the spools. If samples are taken after stranding, they shall be
obtained by cutting 1.2 metres from the outer ends of the finished conductor from not more
than 10 per cent of the finished reels.

c) The routine tests shall be same as acceptance test and shall be carried out on each coil
before and after standing.

5.1.9. Tests
The following tests shall be carried out as per this specification on sample(s) of conductor:

A) Type Tests (Design test)

a) Visual examination

b) Measurement of diameters of individual wires

c) Measurement of lay ratio of each layer

d) Breaking load of "Individual wire" as well as stranded Conductor

e) Ductility test

f) Wrapping test

g) Resistance test on wires.

h) DC resistance test on composite conductor

i) Ultimate Breaking load test on stranded conductor.

j) Galvanizing test

k) Surface condition test

l) Stress Strain test( For Complete conductor and Steel strand )

m) Breaking load test on welded stranded conductor.

B) Acceptance tests and Routine tests

352
a) Visual and dimensional check on drum.

b) Visual examination

c) Measurement of diameters of individual wires.

d) Measurement of lay ratio of each layer

e) Breaking load of "individual wire"

f) Ductility test

g) Wrapping test

h) Resistance test on individual wires.

i) DC resistance test on composite conductor

j) Breaking load test on welded strands.

k) Galvanizing test

C) Tests during Manufacturing

The following tests during manufacturing shall be carried out:

a) Chemical analysis of zinc used for galvanizing, as per cl. 5.1.4.3 (q)

b) Chemical analysis of aluminium alloy used for making aluminium alloy strands, as per cl.
5.1.4.3 (p)

5.1.10. Testing Procedures


a) Visual examination

The conductor shall be examined visually for good workmanship and general surface finish
of the conductor. The conductor drums shall be rewound in the presence of Employer/PMC
Inspecting Officers. The Inspector will initially check for Scratches, Joints etc., and that the
conductor shall generally conform to the requirements of the specifications relevant
international standards.

b) Measurement of diameters of individual Wires

The diameters of individual Wires shall be checked to ensure that they conform to the
requirements of this specification.

353
c) Measurement of lay-ratios

The lay-ratios of each layer of the conductor shall be measured and checked to ensure that
they conform to the requirements of this Technical specification.

d) Breaking load test

(i) Breaking load test on stranded conductor

Circles perpendicular to the axis of the conductor shall be marked at two places on a sample
of conductor of minimum 5m length between fixing arrangement, suitably fixed on a tensile
testing machine. The load shall be increased at a steady rate up to 50% of minimum
specified UTS and held for one minute. The circles drawn shall not be distorted due to
relative movement of strands. Thereafter the load shall be increased at steady rate to 100%
of UTS and held for one minute. The Conductor sample shall not fail during this period. The
applied load shall then be increased until the failing load is reached and the value recorded.

(ii) Breaking load test on individual wires

This test shall be conducted on individual wires. The breaking load of one specimen cut from
each of the samples taken shall be determined by means of suitable tensile testing machine.
The load shall be applied gradually and the rate of separation of the jaws of the testing
machine shall be not less than 25 mm/min and not greater than 100 mm/min. The ultimate
breaking load of the specimens shall not be less than the values specified in Section-3.

e) Ductility Test

For the purpose of this test both torsion and elongation tests shall be carried out on
galvanized steel wires only.

(i) Torsion Test

One specimen cut from each of the samples taken shall be gripped at its ends in two vices
exactly 15 cm apart. One of the vices shall be made to revolve at a speed not exceeding one
revolution per second and the other shall be capable of moving longitudinally to allow for
contraction or expansion during testing. A small tensile load not exceeding 2 (two) percent
of the breaking load of the wire shall be applied to the samples during testing. The test shall
be continued until fracture occurs and the fracture shall show a smooth surface at right

354
angles to the axis of the wire. After fracture, the specimen shall be free from helical splits.
The sample shall withstand a number of twists equivalent to not less than 18 on length equal
to 100 times the diameter. When twisted after stranding the number of complete twists
before fracture occurs shall be not less than 16 on a length equal to 100 times the diameter
of the wire. In case test sample length is less or more than 100 times the stranded diameter
of the strand, the minimum number of twists will be proportioned to the length and if
number comes in the fraction then it will be rounded off to the next higher whole
number. The fracture shall show a smooth surface at right angles to the axis of the wire.

(ii) Elongation Test

The elongation of one specimen cut from each of the samples taken shall be determined.
The specimen shall be straightened by hand and an original gauge length of 200 mm. shall
be marked on the wire. A tensile load shall be applied as described in 5.1.4.6.2.1 and the
elongation shall be measured after the fractured ends have been fitted together. If the
fracture occurs outside the gauge marks, or within 25 mm. of either mark and the required
elongation is not obtained, the test shall be disregarded and another test conducted. When
tested before stranding, the elongation shall be not less than 4 percent and when tested
after stranding, the elongation shall be not less than 3.5 percent.

f) Wrapping Test

This test shall be conducted on individual wires.

(i) Aluminium alloy wires

One specimen cut from each of the samples of aluminium alloy wires shall be wrapped
round a wire of its own diameter to forma close helix of 8turns. Six turns shall then be
unwrapped and closely wrapped in the same direction as before. The wire shall not break or
show any crack.

g) Resistance Test on Aluminium alloy Wire

This test shall be conducted on aluminium alloy wire only, conforming to procedure as per
IEC: 60889. The electrical resistance of one specimen of aluminium alloy wire cut from each
of the samples taken shall be measured at ambient temperature. The measured resistance

355
shall be corrected to the value corresponding to 20 degrees C. by means of following
formula.

𝑅20 = 𝑅𝑡 1
1+𝛼 ×(𝑇−20)

Where,

R20 =Resistance corrected at 20 degrees C.

RT = Resistance measured at T degrees C.

α = Constant mass temperature coefficient of resistance 0.004.

T = Ambient temperature during measurement.

This resistance calculated to 20 degrees C. shall be not more than the maximum value
specified in Section-3.

h) Surface Condition Test

A sample of the finished AAAC “500MCM” for 161 kV system having a minimum length of 5
m with compression type dead end clamps compressed on both ends in such a manner as to
permit the conductor to take its normal straight line shape, shall be subjected to a tension
of 50 percent of the UTS of the conductor. The surface shall not depart from its cylindrical
shape nor shall the strands move relative to each other so as to get out of place or disturb
the longitudinal smoothness of conductor. The measured diameter at any place shall not be
less than the sum of the minimum specified diameters of the individual aluminium alloy
strands as indicated in Section-3 of these specifications.

n) DC Resistance Test on Composite Conductor

On a conductor sample of minimum 5m length, two contact clamps shall be fixed with a pre-
determined bolt torque. The resistance of the sample shall be measured by a Kelvin Double
bridge by placing the clamps initially zero metre and subsequently one metre apart. The test
shall be repeated at least five times and average value be recorded. The value obtained shall
be corrected to the value at 20°C as per Clause 13.6 of IEC: 60889. The corrected resistance
value at 20°C shall conform to the requirements of this specification.

o) Breaking load test on welded Aluminium alloy Strands

356
Two Aluminium alloy wires shall be welded as per the approved quality plan and shall be
subjected to tensile load. The breaking strength of the welded joint of the wire shall not be
less than the guaranteed breaking strength of individual strands.

p) Chemical Analysis of Aluminium Alloy

Samples taken from the Aluminium ingots / coils/ strands shall be chemically/
spectrographically analyzed. The same shall be in conformity with the requirements stated
in this specification.

q) Visual and Dimensional check on Drums

The drums shall be visually and dimensionally checked to ensure that they conform to the
requirements of this specification.

r) Rejection and Retest

(i) In case of failure in any type test, the contractor/manufacturer is either required to
manufacture fresh sample lot and repeat all the tests successfully once or repeat that
particular type test three times successfully on the sample selected from the already
manufactured lot at his own expenses. In case a fresh lot is manufactured for testing then
the lot already manufactured shall be rejected.

(ii) If samples are taken for test after stranding and if any selected reel fails in the retest,
the manufacturer may test each and every reel and submit them for further inspection. All
rejected material shall be suitably marked and segregated.

s) Checking and Verification of Length of Conductor

The contractor should arrange for inspection by the representative of the employer
specially authorized for this purpose. At least 50% of the total number of drums of
conductor subject to minimum of two taken at random should be checked to ascertain the
length of conductor adopting the method at clause 5.1.6.6. Arrangements should be made
available in the works of the manufacturer for transferring the conductor from one reel to
another at the same time measuring the length of the conductor so transferred by means of
a metre.

357
u) Additional Tests

The Owner reserves the right of having at his own expenses any other test(s) of reasonable
nature carried out at Bidder's premises, at site, or in any other standard Laboratory in
addition to the aforesaid type, acceptance and routine tests to satisfy himself that the
materials comply with the specifications.

v) Testing Expenses

(i) Bidder shall indicate the laboratories in which they propose to conduct the type test. They
shall ensure that adequate facilities are available in the laboratories and the tests can be
completed in these laboratories within the time schedule guaranteed by them.

(ii) The entire cost of testing for the acceptance and routine tests and tests during manufacture
specified herein shall be treated as included in the quoted unit price of the conductor,
except for the expenses of the inspector/Employer's representative(s).

(iii) In case of failure in any type test, if repeat type tests are required to be conducted then all
the expenses for deputation of Inspector/Employer’s representatives shall be deducted from
the contract price. Also, if on receipt of the contractor/manufacturer's notice of testing, the
Employer's representative(s) does not find 'plant' to be ready for testing, the expenses
incurred by the Employer, shall be borne by the contractor.

w) Test Reports

(i) Bidders should submit one Copy of type test reports and later on contractor shall be furnish
at least six copies along with one original. One copy will be returned duly certified by the
Employer/Owner only after which the commercial production of the material shall start.

(ii) Records of Routine tests reports shall be maintained by the contractor/manufacturer at his
works for periodic inspection by the Employer/PMC representative(s).

358
(iii) Test certificates of the tests conducted during manufacturing shall be maintained by the
contractor/manufacturer. These shall be produced for verification as and when desired by
the Employer/PMC.

x) Test Facilities

The following additional test facilities shall be available at the contractor/manufacturer's


works:

a) Calibration of various testing and measuring equipment including tensile testing machine,
resistance measurement facilities, burette, thermometer, barometre, etc.

b) Standard resistance for calibration of resistance bridges.

c) Finished Conductor shall be checked for length verification and surface finish on separate
rewinding machine at reduced speed (variable from 8 to 16 metres per minute).The
rewinding facilities shall have appropriate clutch system and be free of vibrations, jerks etc
with traverse laying facilities.

5.1.11. Inspection and factory acceptance tests


a) The Owner's representative(s) shall, at all times, be entitled to have access to the works and
all places of manufacturing, where conductor shall be manufactured and the
representative(s) shall have full facilities for unrestricted inspection of the Bidder's works,
raw materials and process of manufacturing and conducting necessary tests as detailed
herein.

b) The Bidder shall keep the Owner informed in advance of the time of starting and of the
progress of manufacturing of conductor in its various stages so that arrangements can be
made for inspection.

c) The contractor will intimate the Employer/PMC about carrying out of the tests at least 15
days in advance of the scheduled date of tests; during which the employer will arrange to
depute his representative(s) to be present at the time of carrying out of the tests. Six (6)
copies of the test reports shall be submitted.

d) No material shall be dispatched from its point of manufacturing before it has been
satisfactorily inspected and tested, unless the inspection is waived off by the owner in

359
writing. In the later case also, the conductor shall be dispatched only after satisfactory
testing for all tests specified herein has been completed and approved by the owner.

e) The acceptance of any quantity of material shall in no way relieve the Bidder of any of his
responsibilities for meeting all requirements of the specification, and shall not prevent
subsequent rejection if such material is later found to be defective.

f) At least 50% of the total number of drums subject to minimum of two in any lot put up for
inspection shall be selected at random to ascertain the length of conductor by the following
method:

"At the works of the manufacturer of the conductor, the conductor shall be transferred
from one drum to another at the same time measuring its length with the help of a
graduated pulley and Cyclometre. The difference in the average length thus obtained and as
declared by the Bidder in the packing list shall be applied to all the drums if the conductor is
found short during checking".

5.1.12. Schedule of Deviations/Variations

If the tenderer has any exceptions to any of the clause(s) laid down in this specification,
these should be clearly stated in the schedule of deviations/variations, otherwise it shall be
presumed that the tenderer agrees to the provision(s) of this specification and same shall
be included in the purchase order and the contract in case of successful tenderers.

5.2. CONDUCTOR ACCESSORIES


5.2.1. SCOPE

This specification covers design, manufacture and testing before dispatch at works,
packing, supply and delivery CIP of Accessories for AAAC “500MCM”-253.35 sq.mm”
Conductor of size 19/412 mm.

5.2.2. The following are the items covered in this Specification:


A) CONDUCTOR ACCESSORIES

a. Performed Armour Rods

b. Mid Span Compression joint.

360
c. Repair Sleeve

d. Vibration Damper

5.2.3. STANDARDS
(i) The accessories of the AAAC “500MCM” Conductor shall conform to the following
Indian Standards or other equivalent international standards which shall mean latest
revisions/amendments changes adopted and published unless otherwise specified
herein as well as to the provisions of this specification.

TABLE-5.2

INTERNATIONAL
S. NO. TITLE
STANDARD

1. BS EN 1179 Zinc and zinc alloy primary


2. IS: 1573 Electroplated coating of Zinc on Iron & Steel.
3. IEC 61284 Overhead lines – Requirements and test for fittings
Insulator and conductor fittings for overhead lines
BS 3288
Performance and general requirements
4. Part 1
Specification for a range of fittings
Part 2

Hot dip galvanized coatings on fabricated iron and


5. BS EN ISO 1461_1999.
steel articles. Specifications and test methods
Mechanical properties of fasteners made of carbon
6. EN ISO 898-1_1999 steel and alloy steel -- Part 1: Bolts, screws and
studs
Mechanical properties of fasteners made of carbon
steel and alloy steel: Part 2: Nuts with specified
7. BS EN ISO 898-2:2012
property classes — Coarse thread and fine pitch
thread

8. EN ISO 4032_2000 Hexagon Nuts, Style 1 - Product Grades A And B

361
9. EN 4016: Hexagon head bolts- Product grade C

10. BS ISO 4034 Hexagon regular nuts (style 1). Product grade C

11. BS ISO 4033 Hexagon high nuts (style 2). Product grades A and B

12. BS EN ISO 7091 Plain washers. Normal series. Product grade C

(ii) In the event of the supply of accessories conforming to any standard other than Indian
standards listed above, the salient features of comparison shall be brought out and
furnished along with the bid.

(iii) The Accessories offered shall be suitable for operation in moderately polluted atmosphere.

5.2.4. MATERIALS/WORKMANSHIP
(i) All materials used in the manufacture of the equipments shall be of the first class quality of
its kind available and except where modified by this specification, shall comply in all
respects with the standards laid down by Bureau of Indian Standards.

(ii) The material to be used in manufacture shall be selected as the best available for the
purpose for which used, considering strength, durability and best engineering practice.

(iii) All the material to be supplied shall be of recent manufacture, unused and free from
defects. All the components of the same design shall be identical and like components shall
be interchangeable.

(iv) WORKMANSHIP AND FINISH

All the equipment shall be of the latest design and conform to the best modern practice
adopted in the extra high voltage field. The Bidder shall offer only such equipment as
guaranteed by him to be satisfactory and suitable for 161 kV transmission line and will give
good performance continuously.

362
(v) The design, manufacturing process and quality control of the material shall be such as to
achieve requisite factor of safety for maximum working load, highest mobility, elimination of
sharp edges and corners, best resistance to corrosion and a good finish.

(vi) All ferrous parts shall be hot dip galvanized, after all machining has been completed. Nuts
may, however, be tapped (Threaded) after galvanizing and the threads oiled. Spring washers
shall be electro galvanized. The bolt threads shall be undercut to take care of increase in
diameter due to galvanizing. Galvanizing shall be done in accordance with relevant
international standards and satisfy the test mentioned in relevant international standards.
Fasteners shall withstand four dips while spring washers shall withstand three dips. Other
galvanized materials shall be guaranteed to withstand at least six dips each lasting one
minute under the standard Preece test for galvanizing unless otherwise specified.

(vii) The zinc coating shall be perfectly adherent, of uniform thickness, smooth, reasonably
bright, continuous and free from imperfections such as flux, ash, rust stains, bulky white
deposits and blisters etc. The zinc used for galvanizing shall be of grade Zn 99.95 as per
relevant international standards.

(viii) The casting shall be free from all internal defects like shrinkage, inclusions, blow holes,
cracks or other casting defects and the quality of products shall be uniform throughout.

(ix) All current carrying parts shall be so designed and manufactured that contact resistance is
reduced to minimum and localized heating phenomenon is averted.

(x) No equipment shall have sharp ends or edges, abrasions or projections etc. and shall not
cause any damage to the conductor in any way during erection or during continuous
operation which would produce high electrical and mechanical stresses in normal working.
The design of adjacent metal parts and mating surfaces shall be such as to prevent
corrosion of the contact surface and to maintain good electrical contact under all
service conditions. All equipments shall have satisfactory corona performance so as to limit
the losses and Radio Interference to acceptable level.

(xi) Particular care shall be taken during manufacture and subsequent handling to ensure
smooth surface free from abrasion or cuts.

363
(xii) The fasteners shall conform to the requirements of BS 4190. All fasteners and clamps shall
have corona free locking arrangement to guard against vibration loosening.

(xiii) Welding of aluminium alloy shall be by an inert gas shielded tungsten arc or inert gas
shielded metal arc process. Welds shall be clean, sound, smooth uniform, without overlaps
properly fused and completely sealed. There shall be no cracks, voids, incomplete
penetrations, and incomplete fusions under cutting or inclusions. Porosity shall be
minimized so that the mechanical properties of the aluminium alloy are not affected. All
welds shall be properly finished as per best engineering practices.

5.2.5. MARKINGS
(i) Assembly of each item shall be marked with trade mark of the manufacturer, the
manufacturer's catalogue number and year of manufacture. The identifying letters and
numerals shall be at least 5 mm high. This shall be cast or die stamped on over or both sides
of the assembly. The letters shall be distinct, durable and conspicuous.

(ii) Die compression areas shall be clearly marked on each accessory. Accessories designed
for continuous die compressions shall bear the words “COMPRESS FIRST” near the point of
each accessory where the compressions begin. Accessories designed for intermittent die
compressions shall bear the identification marks "COMPRESSION ZONE" and "NON-
COMPRESSION ZONE" distinctly with arrow mark showing the direction of compression and
shall have the ends of each compression zone completely encircled, with Knurled or
etched bands. The letters, numerals and other makings on finished accessories shall be
distinct and legible.

5.2.6. BID DRAWINGS


A) The Bidder shall furnish detailed dimensioned drawings of the equipments and all
component parts. Each drawing shall be identified by a drawing number. All drawings shall
be neatly arranged. All drafting and lettering shall be legible. The minimum size of the
lettering shall be 3 mm. All dimensions and dimensional tolerance shall be mentioned in
mm.

B) The drawings shall include:

a) Dimensions and dimensional tolerance.

364
b) Material, fabrication details including any weld details and any specified finishes and
coatings. Regarding material, designations and reference of standards are to be indicated.

c) Catalogue No.

d) Marking

e) Weight of Assembly

f) Installation instructions

g) Design installation torque for bolt or cap screw.

h) Withstand torque that may be applied to the bolt or cap screw without failure of component
parts.

i) The compression dies number with recommended compression pressure.

j) All other relevant Technical details.

C) Placement charts for vibration dampers.

D) The above drawings shall be submitted with all the details as stated above along with the bid
document. After the placement of award, the contractor shall again submit the drawings in
six copies to the owner for approval. After owner's approval and successful completion of
all type tests 6 more sets of drawings shall be submitted to owner for further
distribution and field use at owner’s end.

E) QUALITY ASSURANCE PLAN

A Quality Assurance Plan including customer hold points covering the manufacturing
activities of the material shall be required to be submitted by the tenderer to the Employer
along with the Bid. The Quality Assurance Plan after the same is found acceptable will be
approved by the Employer. The contractor shall follow the approved Quality Assurance
Plan in true spirit and if desired by the Employer, he shall give access to all the documents
and materials to satisfy the Employer that the Quality Assurance Plan is being properly
followed.

F) SCHEDULE OF DEVIATIONS/VARIATIONS

365
If the tenderer has any exceptions to any of the clause/s laid down in this specification,
these should be clearly stated in the schedule of deviations/variations, (technical or
commercial) otherwise it shall be presumed that the tenderer agrees to the provision/s of
this specification and same shall be included in the purchase order and the contract in case
of successful tenderers.

5.2.7. CONDUCTOR ACCESSORIES


GENERAL
A) This section details the technical particulars of the accessories for AAAC “500MCM”.

B) 2.5% extra fasteners and retaining rods shall be provided.

C) The technical particulars are given in Section-3 of the specifications.

5.2.8. MID SPAN COMPRESSION JOINT


A) Mid Span Compression Joint shall be used for joining two lengths of conductor. The joints
offered should conform to IEC 61284 (with latest amendment). The joint shall have a
resistivity less than 75% of the resistivity of equivalent length of conductor. The joint shall
not permit slipping off, damage to, or failure of the complete conductor or any part thereof
at a load less than 95% of the ultimate tensile strength of the conductor.

B) The joints shall be made of steel and aluminium sleeves for jointing the steel core and
aluminium wires respectively. The steel sleeve should not crack or fail during compression.
The Brinnel Hardness of steel sleeve shall not exceed 200. The steel sleeve shall be hot dip
galvanized. The Joints shall be made of Special Aluminium Alloy for better conductivity /
Strength. The aluminium sleeve shall have aluminium of purity not less than 99.5%. Tapered
aluminium filler plugs shall also be provided on the line of demarcation between
compression and non-compression zone. The dimensions and dimensional tolerances of mid
span compression joint shall be as per Section-3 specific technical requirement of the
specification.

5.2.9. REPAIR SLEEVE

Repair sleeve of compression type shall be used to repair conductor with not more
than two strands broken in the outermost layer. The sleeves shall make of Special
Aluminium Alloy for better conductivity / Strength and shall have smooth surface. The repair

366
sleeve shall comprise of two pieces with a provision of seat for sliding of the keeper piece.
The edges of the seat as well as the keeper piece shall be rounded so that the conductor
strands are not damaged during installation. The dimensions and dimensional tolerances of
repair sleeve shall be as per Section-3 of the specification.

5.2.10. VIBRATION DAMPER


A) Vibration dampers of 4R-stockbridge type with four (4) different resonances spread
within the specified Aeolian frequency band-width shall be used at suspension and
tension points on each conductor in each span to damp out Aeolian vibrations as
mentioned hereinafter.

B) Alternate damping systems or "Dog bone" dampers offering equivalent or better


performance also shall be accepted provided the manufacturer meets the qualifying
requirements stipulated in Technical specification. Relevant technical documents to
establish the technical suitability of alternate systems shall be furnished by the bidder along
with the bid.

C) One damper minimum on each side per conductor for suspension points and two
dampers minimum on each side per conductor for tension points shall be considered for
ruling span of 305metres for 161 kV Transmission Line based on analysis sheet submitted by
manufacturer.

D) The clamp of the vibration damper shall be made of high strength aluminium alloy of type
LM-6 (4600 or 4600 A) or equivalent. It shall be capable of supporting the damper and
prevent damage or chafing of the conductor during erection or continued operation.
The clamp shall have smooth and permanent grip to keep the damper in position on the
conductor without damaging the strands or causing premature fatigue failure of the
conductor under the clamp. The clamp groove shall be in uniform contact with the
conductor over the entire clamping surface except for the rounded edges. The groove of the
clamp body and clamp cap shall be smooth, free from projections, grit or other
materials which could cause damage to the conductor when the clamp is installed.
Clamping bolts shall be provided with self-locking nuts and designed to prevent corrosion of
threads or loosening in service.

367
E) The messenger cable shall be made of high strength galvanized steel/stainless steel with a
minimum strength of 135 kg/sq.mm. It shall be of preformed and post formed quality in
order to prevent subsequent drop of weight and to maintain consistent flexural stiffness of
the cable in service. The number of strands in the messenger cable shall be 19.The
messenger cable other than stainless steel shall be hot dip galvanized in accordance with the
recommendations of BS EN ISO 1461 for heavily coated wires.

F) The damper mass shall be made of hot dip galvanized mild steel/cast iron. All castings shall
be free from defects such as cracks, shrinkages, inclusions and blowholes etc. The surface of
the damper masses shall be smooth.

G) The damper clamp shall be casted over the messenger cable and offer sufficient and
permanent grip on it. The messenger cable shall not slip out of the grip at a load less than
the mass pull-off value of the damper. The damper masses shall be fixed to the messenger
cable in a suitable manner in order to avoid excessive stress concentration on the messenger
cables which shall cause premature fatigue failure of the same. The messenger cable ends
shall be suitably and effectively sealed to prevent corrosion.

H) The damper assembly shall be electrically conductive to reduce radio interference.

I) The vibration damper shall be capable of being installed and removed from energized line by
means of hot line techniques. In addition, the clamp shall be capable of being removed and
reinstalled on the conductor at the designated torque without shearing or damaging of
fasteners.

J) The manufacturer must indicate the clamp bolt tightening torque to ensure that the slip
strength of the clamp is maintained between 2.5 kN and 5 kN or as specified by the
manufacture. The clamp when installed on the conductor shall not cause excessive stress
concentration on the conductor leading to permanent deformation of the conductor
strands and premature fatigue failure in operation.

K) The vibration clamps shall not have magnetic power loss more than 1 watt at 500 Amps, 50
Hz alternating current per sub-conductor.

L) The vibration analysis of the system, with and without damper and dynamic characteristics
of the damper as detailed under Annexure-A, shall have to be submitted by the Bidder

368
along with the bid. The technical particulars for vibration analysis and damping design of the
system are as follows:

TABLE-5.3

S.No Technical Description Technical Particulars


1. Configuration Single Circuit(Triangular configuration
with single peak
2. Conductor Single AAAC “500MCM”Conductor per
phase.
3. Span length in metres
i. Ruling design span 305 m
ii. Maximum span 488 m
iii. Minimum span 195m
4. Tensile load in conductor As per sag- tension
i. Every day temperature, nil wind
(initial condition)
ii. Full design wind pressure at
everyday temperatureof 32°C.
iii. Thirty Six (36) per cent Full Design
Wind Pressure at Minimum
Temperature of -5° C.
iv. 10mm radial thickness of ice at -5°
C temperature and nil wind. Ice
unit weight is to be considered as
916.8 kg/m2.
v. Twenty Eight (28) per cent Full
Design Wind Pressure and 5 mm
of radial thickness of ice at
Minimum Temperature of -5°C.
vi. 75% Full design wind pressure at

369
every day temperature for
Tangent towers under broken
wire condition.
vii. Nil wind at 85°C temperature
viii. Nil Wind at Minimum
Temperature of -5 degree C.
5. Armor rods used Standard preformed armor Rods/AG
6. Basic Wind Speed 47 m/sec
7. Max. permissible dynamic +/- 150 micro strains
strains
Note: All Details regarding normal ruling span and weight span limits shall have to be referred
specified in chapter-1 of Section II of this specification. The bidder shall submit the sag-
tension chart with the bid.

M) The damper placement chart for spans ranging from -1000 m to 1000 m shall be
submitted by the Bidder. Placement charts should be duly supported with relevant
technical documents.

N) The damper placement charts shall include the following:

a) Location of the dampers for various combinations of spans and line tensions clearly
indicating the number of dampers to be installed per conductor per span.

b) Placement distance clearly identifying the extremities between which the distances are to
be measured.

c) Placement recommendation depending upon type of suspension clamps (viz. free centre
type/Armor grip type etc.)

d) The influence of mid span compression joints, repair sleeves and armor rods (AGS clamp)
in the placement of dampers should be considered.

5.2.11. Tests and Standards


A) Tests

370
The type, acceptance and routine tests and tests during manufacturing shall be carried
out on conductor.

B) Type Tests shall mean those tests which are to be carried out to prove the design, process
of manufacture and general conformity of the material to this specification/ relevant
international standards. These tests shall be carried out on samples prior to
commencement of commercial production against relevant Indian Standards specification.
The bidder shall indicate their schedule for carrying out these tests.

C) Acceptance Tests shall mean those tests, which are to be carried out on samples taken from
each lot offered for pre-dispatch inspection for the purpose of acceptance of that lot.

D) Routine Tests shall mean those tests, which are to be carried out on each item of the
material to check requirements, which are likely to vary during production.

E) Tests during manufacturing shall mean those tests which are to be carried out during the
process of manufacturing and, end inspection by the contractor to ensure the desired
qualities of the end product(s) to be supplied by him.

F) The norms and procedure(s) of sampling for these tests will be as per the applicable
standards.

G) For all type and acceptance tests, the acceptance values shall be the values guaranteed by
the bidder in the data requirement sheets of this proposal or the acceptance value specified
in this specification, whichever is more stringent for that particular test.

H) The contractor will intimate the Employer about the carrying out of the tests, at least 15
days in advance of the scheduled date of tests, during which the Employer will arrange to
depute his representative(s) to be present at the time of carrying out of the tests. Six (6)
copies of the test reports shall be submitted.

5.2.12. Type Tests


A) Mid Span Compression Joint for Conductor:

TABLE-5.4

a) Visual examination

371
b) Dimensional verification

c) Galvanizing test As per IEC 61284

d) Electrical Resistance Tests & Annexure-A

e) Heating cycle test

f) Chemical analysis of materials

g) Slip strength Test

h) RIV test

i) Corona Test

B) Repair Sleeve for Conductor:

TABLE-5.5

a) Visual examination

b) Dimensional verification

c) Galvanizing test As per IEC 61284

d) Electrical Resistance Tests & Annexure-A

e) Heating cycle test

f) Chemical analysis of materials

g) Slip strength Test

h) RIV test

i) Corona Test

C) Flexible Copper Bond:

TABLE-5.6

372
a) Visual examination As per IEC 61284

b) Dimensional verification & Annexure-A.

c) Slip Strength Test

D) Vibration Damper for Conductor:


TABLE-5.7
a) Visual examination

b) Verification of Dimensions

c) Damper efficiency test

d) Galvanizing/ electroplating test

e) Clamp bolt torque test

f) Mass pull off test

g) Resonance frequency test

h) Chemical analysis of materials. As per IEC-61897 and


Annexure-A
i) Dynamic characteristics Test

j) Vibration Analysis

k) Clamp Slip Test

l) Fatigue Tests

m) Magnetic Power loss Test

n) RIV Test

o) Corona Test

E) Armor Rod:

TABLE-5.8

373
a. Visual examination

b. Verification of Dimensions

c. Tensile strength test

d. Electrical resistance test As per BS 3288

e. Slip strength test

f. Radio interference Voltage test.

g. Corona Test

h. Band Test

i. Resilient test

5.2.13. Acceptance Tests


A) Mid Span Compression Joint for Conductor:

TABLE-5.9

a) Visual examination and Dimensional Verification IEC 61284 and Clause 6.2,
6.3 & 6.7
b) Galvanizing Test IS: 2121-1992 (Part –III)
c) Slip strength Test Annexure-B
d) Hardness Test

B) Repair Sleeve for Conductor:

TABLE-5.10

a) Visual examination and Dimensional Verification IS: 2121-(Part-II)- 1981


and Clause 6.2, 6.3 & 6.7
b) Galvanizing Test IS: 2121-1992 (Part –III)
c) Slip strength Test Annexure-B
d) Hardness Test

374
C) Armour Rod:

TABLE-5.11

a. Visual examination
b. Verification of Dimensions
c. Tensile strength test As per IS: 2121-1
d. Electrical resistance test
e. Slip strength test

D) Vibration Damper for Conductor :

TABLE-5.12

a) Visual examination and Dimensional Verification As per IEC-61897 and


Annexure-A

Galvanizing Test As per relevant IEC

b) i) On damper masses

ii) On messenger cable

c) Verification of Resonance frequencies


d) Clamp Slip Test
Annexure-B
e) Clamp Bolt Torque Test
f) Strength of the Messenger cable
g) Mass Pull Off Test
5.2.14. Routine Tests

TABLE-5.13

a) Visual examination and Dimensional Verification IEC-61897

5.2.15. Test During Manufacturing

375
A) Chemical analysis of zinc used for galvanizing. Samples taken from the zinc ingots shall be
chemically analyzed as per BS EN 1179.

B) Test on Malleable Castings, Forgings and Fabricated Hardware. The chemical analysis,
mechanical and metallographic tests, inclusion rating and magnetic particle inspection
for malleable castings, chemical analysis, hardness test, grain size and magnetic particle
inspection for forgings and chemical analysis and mechanical tests for fabricated hardware
will be based on heat number and heat treatment batch. The details regarding these tests
will be as discussed and mutually agreed to the Contractor and Owner in the quality
assurance programme.

5.2.16. Sample Batch for Type Testing


A) The contractor shall offer at least three times the quantity of material required for
conducting all the type tests during sample selection for type testing.

B) The contractor is required to conduct all the acceptance tests successfully in presence of the
Owner's representative.

C) Sample selection should be done by the Employer's representative.

5.2.17. Testing Expenses


A) Bidder shall indicate the laboratories in which they propose to conduct the type tests, in
case of failure of submitting the type test reports performed within last Five years.

B) They shall ensure that the tests can be completed in these laboratories within the time
schedule guaranteed by them in the appropriate schedule of this specification.

C) In case of failure in any type test, the bidder whose material has failed is either required to
modify the design of the material and successfully complete the type tests in the
modified design or to repeat all type tests in the modified design or to repeat all those
particular type tests at least three times successfully at his own expenses. The decision of
the Owner in this regard shall be final and binding.

D) The entire cost of testing for acceptance and routine tests and test during manufacture
specified herein shall be treated as included in the quoted unit price of accessories, except
for the Employer's representative.

376
5.2.18. Additional Tests
A) The Employer reserves the right of having at Contractor’s expense any other test(s) of
reasonable nature carried out at Contractor's premises, at site, or in any other place in
addition to the aforesaid type, acceptance and routine tests to satisfy himself that the
materials comply with the specification.

B) The Owner also reserves the right to repeat all type or acceptance tests on samples
selected from lots supplied to owner wherever deemed necessary.

5.2.19. Test Reports


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

B) Copies of acceptance test report shall be furnished in at least six copies. One copy shall be
returned, duly certified by the Owner only after which the materials will be dispatched.

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

D) Test certificates/record of tests carried out during manufacture and routine tests shall
be maintained by the Contractor. These shall be produced for verification as and when
desired by the Employer.

5.2.20. Inspection
A) The Employer’s representative shall at all times be entitled to have access to the works and
all places of manufacture, where conductor and earth wire accessories and/or its
component parts shall be manufactured and the representatives shall have full facilities for
unrestricted inspection of the Contractor's sub-contractor's works, raw materials,
manufacturer of all the accessories and for conducting necessary tests as detailed herein.

B) The Contractor shall keep the Employer informed in advance of the time of starting and of
the progress of manufacture of the accessories in its various stages so that arrangements
could be made for inspection.

377
C) Accessories shall not be dispatched from its point of manufacture before it has been
satisfactorily inspected and tested, unless the inspection is waived off by the Owner in
writing. In the latter case also the accessories shall be dispatched only after all tests
specified herein have been satisfactorily completed.

D) The acceptance of any quantity of accessories shall in no way relieve the Contractor of his
responsibility for meeting all the requirements of the specification, and shall not prevent
subsequent rejection, if such accessories are later found to be defective.

5.2.21. Packing And Marking


A) All accessories shall be packed in strong, seasoned resistant wooden cases/crates. The gross
weight of the packing shall not normally exceed 100 kg to avoid handling problems.

B) The packing shall be of sufficient strength to withstand rough handling during transit,
storage at site and subsequent handling in the field.

C) Suitable cushioning, protective padding, shall be provided to prevent damage or


deformation during transit and handling.

D) Bolts, nuts, washers, cotter pins, security clips and split pins etc. shall be packed duly
installed and assembled with the respective parts and suitable measures shall be used to
prevent their loss.

E) Each component part shall be legibly and indelibly marked with trade mark of the
manufacturer and year of manufacture.

F) All the packing cases shall be marked legibly and correctly so as to ensure safe arrival at their
destination and to avoid the possibility of goods being lost or wrongly dispatched on
account of faulty packing and faulty or illegible markings. Each wooden case/crate shall
have all the markings stenciled on it in indelible ink.

ANNEXURE-A (TYPE TESTS)

5.2.22. Type Tests:


1) Mid Span Compression Joint for Conductor

a) SLIP STRENGTH TEST

378
The fitting compressed on conductor shall not be less than one metre in length. The test
shall be carried out as per IEC 61284 clause 6.4 except that the load shall be steadily
increased to 95% of minimum ultimate tensile strength of conductor and retained for one
minute at this load. There shall be no movement of the conductor relative to the fittings and
no failure of the fittings during this one minute period.

b) Heating Cycle Test

(i) This test is applicable in the case of compression type of mid-span joints only. The fitting
shall be assembled in accordance with the, manufacturer’s recommendations on conductor
of the size and type with which it is to be used. The assembly shall be erected indoors so
that the conductor is roughly horizontal. Air shall be freely circulated around the assembly.
No draughts shall be allowed. The minimum length of conductor on each side of the fitting
shall be 2 m.

(ii) The test current shall be that power frequency current which raises the surface temperature
of the conductor 40°C above the ambient temperature and maintains the temperature at a
steady value. The minimum length of conductor used for determining this current shall be 2
m and the conductor temperature shall be measured near the centre of the test length.

(iii) The test current shall be passed continuously through the assembly for a period of 30
minutes. The current shall then be interrupted and the assembly shall be allowed to cool to
within 5°C above the ambient temperature. The sequence of operations shall be repeated so
that 250 cycles of heating and cooling are applied. The fitting shall not be tightened or
adjusted during the test.

(iv) During the last 5 cycles, the temperature, measured when the current is flowing, at any
point on the surface of the fitting shall not exceed that of the conductor. At the end of the
test, the fitting shall meet the requirements of the resistance test. The fitting shall
afterwards be opened and there shall be no sign of local heating, burning or fusing of any
part of the fitting or of the conductor.

2) Flexible Copper Bond

a) Slip Strength Test

379
On applying a load of 3 kN between the two ends, stranded flexible copper cable shall not
come out of the connecting lugs and none of its strands shall be damaged. After the test, the
lugs shall be cut open to ascertain that the gripping of cable has not been affected.

3) Vibration Damper for Conductor

a) Dynamic Characteristics Test

The damper shall be mounted with its clamp tightened with torque recommended by the
manufacturer on shaker table capable of simulating sinusoidal vibration for Aeolian vibration
frequency band of range from 5 to 45 Hz of damper for conductor. The damper assembly
shall be vibrated vertically with a +/-1 mm amplitude from 5 to 15 Hz frequency and beyond
15Hz +/- 0.5mm to determine the following characteristics with the help of suitable
recording instruments :

(i) Force Vs frequency

(ii) Phase angle Vs frequency

(iii) Power dissipation Vs frequency

The Force Vs frequency curve shall not show steep peak at resonance frequencies and deep
troughs between the resonance frequencies. The resonance frequencies shall be suitably
spread within the Aeolian vibration frequency – band between the lower and upper
dangerous frequency limits determined by the vibration analysis of conductor without
dampers.

Acceptance criteria for vibration damper

(i) The above dynamic characteristics test on five damper shall be conducted.

(ii) The mean reactance and phase angle Vs frequency curves shall be drawn with the criteria of
best fit method.

(iii) The above mean reactance response curve should be within 0.135f to 0.541f kgf/mm limits
for AAAC “500MCM”conductor damper, where 'f' is frequency in Hz.

(iv) The above mean phase angle response curve shall be in between 25 to 130 and within the
frequency range of interest.

380
(v) If the above curve lies within the envelope, the damper design shall be considered to have
successfully met the requirement.

(vi) Visual resonance frequencies of each mass of damper are to be recorded and to be
compared with the guaranteed values.

b) Vibration Analysis

The vibration analysis of the conductor shall be done with and without damper installed on
the span. The vibration analysis shall be done on a digital computer using energy balance
approach. The following parameters shall be taken into account for the purpose of analysis:

(i) The analysis shall be done for single conductor without armor rods as per the parameters
given in section II. The tension shall be taken as 35 kN for conductor for a span ranging from
100m to 1100m.

(ii) The self-damping factor and flexural stiffness (El) for conductor shall be calculated on the
basis of experimental results. The details of experimental analysis with these data should be
furnished. The power dissipation curve obtained from dynamic Characteristic Test shall be
used for analysis with damper.

(iii) Examine the Aeolian vibration level of the conductor with and without vibration damper
installed at the recommended location for wind velocity ranging from 0 to 47 m/s, predicting
amplitude, frequency and vibration energy input.

(iv) From vibration analysis of conductor without damper, anti-node vibration amplitude and
dynamic strain levels at clamped span extremities as well as anti-nodes shall be examined
and thus lower and upper dangerous frequency limits between which the Aeolian vibration
levels exceed the specified limits shall be determined.

(v) From vibration analysis of conductor with damper/dampers installed at the recommended
location, the dynamic strain level at the clamped span extremities, damper attachment point
and the anti-nodes on the conductor shall be determined. In addition to above damper
clamp vibration amplitude and anti-node vibration amplitudes shall also be examined.

381
(vi) The dynamic strain levels at damper attachment points, clamped span extremities and anti-
nodes shall not exceed the specified limits. The damper clamp vibration amplitude shall not
be more than that of the specified fatigue limits.

c) Clamp Slip and Fatigue tests

(i) Test Set up

The clamp slip and fatigue tests shall be conducted on a laboratory set up with a minimum
effective span length of 30 m. The conductor shall be tensioned at 35kN and shall not be
equipped with protective armor rods at any point. Constant tension shall be maintained
within the span by means of lever arm arrangement. After the conductor has been
tensioned, clamps shall be installed to support the conductor at both ends and thus
influence of connecting hardware fittings are eliminated from the free span. The clamps
shall not be used for holding the tension on the conductor. There shall be no loose parts,
such as suspension clamps, U bolts, on the test span supported between clamps mentioned
above. The span shall be equipped with vibration inducing equipment suitable for producing
steady standing vibration. The inducing equipment shall have facilities for step-less speed
control as well as step-less amplitude arrangement. Equipment shall be available for
measuring the frequency, cumulative number of cycles and amplitude of vibration at any
point along the span.

(ii) Clamp Slip Test

The vibration damper shall be installed on the test span. The damper clamp, after tightening
with the manufacturer's specified tightening torque, when subjected to a longitudinal pull of
2.5 kN parallel to the axis of conductor for a minimum duration of one minute shall not slip
i.e. the permanent displacement between conductor and clamp measured after removal of
the load shall not exceed 1.0mm. The load shall be further increased till the clamp starts
slipping. The load at which the clamp slips shall not be more than 5 kN.

(iii) Fatigue Test

382
The vibration damper shall be installed on the test span with the manufacturer’s specified
tightening torque. It shall be ensured that the damper shall be kept minimum three loops
away from the shaker to eliminate stray signals influencing damper movement.

The damper shall then be vibrated at the highest resonant frequency of each damper mass.
For dampers involving torsional resonant frequencies tests shall be done at torsional modes
also in addition to the highest resonant frequencies at vertical modes. The resonance
frequency shall be identified as the frequency at which each damper mass vibrates with the
maximum amplitude on itself. The amplitude of vibration of the damper clamp shall be
maintained not less than +/-25/f mm, where f is the frequency in Hz.

The test shall be conducted for minimum ten million cycles at each resonant frequency
mentioned above. During the test if resonance shift is observed the test frequency shall be
tuned to the new resonant frequency. The clamp slip test as mentioned hereinabove shall be
repeated after fatigue test without re-torquing or adjusting the damper clamp and the
clamp shall withstand a minimum load equal to 80% of the slip strength for a minimum
duration of one minute.

After the above tests, the damper shall be removed from conductor and subjected to
dynamic characteristics test. There shall not be any major deterioration in the characteristic
of the damper. The damper then shall be cut open and inspected. There shall not be any
broken, loose, or damaged part. There shall not be significant deterioration or wear of the
damper. The conductor under clamp shall also be free from any damage.

For the purpose of acceptance, the following criteria shall be applied:

a) There shall not be any frequency shift by more than +/-2 Hz at frequencies lower than 15 Hz
and +/-3Hz for frequencies higher than 15 Hz.

b) The force response curve shall generally lie within guaranteed % variation in reactance after
fatigue test in comparison with that before fatigue test by the contractor/manufacturer.

c) The power dissipation of the damper shall not be less than guaranteed % variation in power
dissipation before fatigue test by the contractor/manufacturer. However, it shall not be less
than minimum power dissipation which shall be governed by lower limits of reactance and
phase angle indicated in the envelope.

383
4) Magnetic Power Loss Test for Damper

The sample involving ferrous parts shall be tested in a manner to simulate service conditions
for 50 Hz pure sine-wave. The test should be carried out at various currents ranging
from300 amperes to 900 amperes and the magnetic power loss at various currents should
be specified in tabulated graphical form. The difference between the power losses without
and with sample at room temperature shall be limited to 1 watt for 500 amperes current
(rms). The losses shall be determined by averaging the observations obtained from at least
four Damper samples.

5) Chemical Analysis Test

Chemical analysis of the material used for manufacturing of items shall be conducted to
check the conformity of the same with technical specifications and approved drawings.

ANNEXURE-B (ACCEPTANCE TESTS)

5.2.23. Acceptance Tests


1) Mid Span Compression Joint for Conductor

a) Hardness Test

The Brine hardness at various points on the steel sleeve of conductor core compression joint
shall be measured.

2) Flexible Copper Bond

a) Slip Strength Test

Same as Clause 2(a) of Annexure A.

3) Vibration Damper for Conductor

a) Verification of Resonance Frequencies

The damper shall be mounted on a shaker table and vibrated at damper clamp amplitude of
+/-0.5 mm to determine the resonance frequencies shall be visually identified as the
frequency at which damper mass vibrates with maximum amplitude on itself. The resonance
frequency thus identified shall be compared with the guaranteed value. A tolerance of +/-1

384
Hz at a frequency lower than 15 Hz and +/-2 Hz at a frequency higher than 15 Hz only shall
be allowed.

b) Clamp Slip Test

Same as Clause 3 (c) (ii) of Annexure-A.

c) Clamp Bolt Torque Test

The clamp shall be attached to a section of the conductor. A torque of 150 percent of the
manufacturer’s specified torque shall be applied to the bolt. There shall be no failure of
component parts. The test set up is as described in clause 3 (c) (i), Annexure-A.

d) Strength of the Messenger Cable

The messenger cable shall be fixed in a suitable tensile testing machine and the tensile load
shall be gradually applied until yield point is reached. The load shall be not less than the
value guaranteed by the bidder.

e) Mass Pull Off Test

Each mass shall be pulled off in turn by fixing the mass in one jaw and the clamp in the
other, of a suitable tensile testing machine. The longitudinal pull shall be applied gradually
until the mass begins to pull out of the messenger cable. The pull off loads shall not be less
than the value guaranteed by the bidder.

5.3. OPGW AND OPGW ACCESSORIES


5.3.1. TECHNICAL DESCRIPTION FOR OPGW

The Scope of works covers design, supply, installation, testing and commissioning of Optical
Fibre Ground Wire (OPGW) including necessary accessories for fiber termination and
splicing. The Manufacturer of the OPGW shall be ISO 9001 (including Design) certified and
documentary evidence for such certification shall be submitted by the bidder.

The communication system being established over the OPGW and associated hardware shall
be integrated with the Employer’s main telecommunication network comprising of PLCC
other optical fiber and Microwave media. The Bidder shall offer OPGW, containing minimum
24 nos. (Or 48 Nos-Optional) Single Mode (SM), dispersion shifted optical fibers conforming
to ITU-T G652 optimized for 1310/1550 nanometre wavelength (as per CCITT G. 653).The

385
Bidders shall offer loose buffer or tight buffer type of OPGW with proper justifications. The
fibers shall be embedded in a water tight aluminium/aluminium alloy/stainless steel tube
and protected by aluminium clad steel /galvanized steel/ aluminium alloy wires. If stainless
steel tube is used in contact with the Aluminium alloy or ACS wires, the Bidder shall furnish
in his offer all details, together with test results and field performance reports to establish
that there will be no galvanic corrosion. Alternatively, an aluminium rod may be fabricated
with one or more channels or grooves and formed into a helix to house all optical fibers. An
outer protective shield shall be applied around the rod such as an aluminium tube or
helically applied overlapping aluminium tape to provide additional mechanical and
environmental barrier. The availability of both the electric power and communication
transmission paths, on the supplied link (s), is of prime importance.

The Bidder in his Bid shall furnish all details about the design offered along with the tests
and performance reports of same or similar design. The OPGW offered by the Bidders shall
be compatible with OPGW of any make containing 1310/1550 nm wavelength optical fibers
and having similar optical properties specified in this specification. The Bidder shall confirm
the same accordingly in his bid.

5.3.2. Mechanical and Electrical Requirements


A) The performance characteristics of OPGW shall be similar to the galvanized steel earth wire.
The GTP and the following conditions shall be met for the OPGW as in table 5.4 and 5.5:

TABLE-5.14

OPGW characteristics

S.N DESCRIPTION UNIT


OPGW 24 CORE OPGW 48 CORE

1 Wiring
i ACS Nxmm 1x2.5 + 4x2,4 1x2,5 + 4x2.4
ii Aluminum Alloy Nxmm 12x2.40 12x2.40
2. Section
i Steel Mm2 27.53 27.53
ii Aluminum Alloy Mm2 54,29 54,29

Iii Total Mm2 81.8 81.8

386
3. Number of fiber N 24 48
4. Mechanical resistance KN 51.1 51.1
5. Weight per kilometer (not grease) Kg/km 344 344
6. Elasticity module kN/mm2 87.9 87.9
7. Expansion Coefficient 106/OC 17.7 17.7
8. Short-circuit current (1SA 20°C) KA 7.94 7.94
9. ICC KA2s 63.1 63.1
10. Resistance at 20°C Ω/km 0,399 0,399
11. Characteristic of Fiber
12. Diameter of modal field1310 Nm nm 9.3±5 9.3±5
13. Average weakening at 1310 nm DB/km :S0.34 :S0.34
14. Average weakening at 1550 nm DB/km :S0.20 :S0.20
15. Chromatic dispersion at 1310 Nm Ps/(Nm.km 2.8 2.8
16. Chromatic dispersion Ps/(Nm.km 2.8 2.8
17. Chromatic dispersion at 1550 nm Ps/(Nm.km 2.8 2.8
18. Chromatic dispersion between 1525 Ps/(Nm.km 2.8 2.8
19. Length of wave cut of Fiber Nm :S1260 :S1260
20. Zero dispersion Between 1300 and Between 1300 and
1325 1325
21. Slope of zero dispersion Ps/(Nm2
.km) 0.092) 0.092

22. Diameter cladding !JM 125±1 125±1

Note: The Bidder shall submit the sag-tension chart with the bid

B) Temperature Rise

The OPGW shall withstand, without change in its characteristics the fault current specified
under cl. 5.3.2 (A) (xvii) above and the temperature rise, measured in the core of the OPGW
shall not exceed maximum allowable temperature of OPGW for the short circuit duration,
taking OPGW temperature before short circuit at 50°C. The Bidder, in his offer, shall indicate
maximum rated temperature of the fibers in the OPGW offered by him.

C) Lightning Protection

The isokeraunic value (i.e. thunderstorm days per year) is 180 approx. The OPGW shall
withstand, without change in its characteristics, a lightning current of 150 kA (peak).

387
D) Minimum Bending Radius

The Bidders shall specify the minimum allowable radius of bending for OPGW under all
temperature conditions for all long term and short term applications.

5.3.3. Optical Waveguide Fibers

The Dispersion Shifted Single-mode optical waveguide fibers shall have characteristics in
accordance with the International Telegraph and Telephone Consultative Committee
(ITU/CCITT) Fascicle III. 3 - Recommendation G.653 or equivalent standards with the
preferences mentioned under table 5.4.

5.3.4. Attenuation Coefficient


A) The maximum attenuation of any individual fiber in a drum shall not exceed 0.25 dB/km at
1550 nm wavelength and +20°C temperature. The Bidder shall offer the typical attenuation
spectral curves in the 1200 nm to 1600 nm wavelength range. The additional attenuation
introduced for 100 turns of un-cabled optical fibers (loosely wound) with 37.5 millimeter
radius mandrel and measured at 1550 nm at + 20° Celsius i.e. Macro bend losses shall be less
than 0.5 dB compared to the initial value measured before winding.

The additional temporary attenuation compared to the initial value measured at + 200C due
to the following:

(i) Temperature cycling (-20° C + 80°C) shall be less than 0.05 dB/km.

(ii) Temperature rise on account of lightning stroke shall be less than 0.1 dB/km.

(iii) Temperature rise on account of short circuit current shall be less than 0.25 dB/km.

B) The above increase in attenuation shall be only temporary. There shall be no measurable
increase in the fiber attenuation after normalcy is restored. The attenuation of the fibers
embedded in the OPGW shall be distributed uniformly throughout its length so that there
are no point discontinuities in excess of 0.05 dB. The fiber lengths in each reel shall be
continuous. No splice of fiber within a reel of OPGW shall be accepted. The optical wave
guide fiber shall be completely protected from water penetration and environmental
conditions. The bidder shall indicate index or refraction of the fiber core at 1550 nm and the
effective group refractive index for use with optic time domain reflectometre (OTDR).

388
C) Fiber splice loss

The splicing loss of any individual splice in any case shall not exceed 0.15 dB/splice, and
mean splice loss shall not exceed 0.1 dB/splice. Ageing shall not cause increase of the
nominal optical attenuation at ambient temperature at 1550 nm by more than 0.05 dB/km
of fiber over a period of 25 years. Bidder shall submit the ageing characteristics of the
offered fibers. The total additional attenuation, above the nominal attenuation due to
regular splices, repair splices, connectors, temperature variation, ageing etc. shall be
indicated by the bidder.

5.3.5. Chromatic Dispersion

The zero-dispersion wavelength shall be 1550 nm. The required maximum tolerance on the
zero-dispersion wavelength (I0) shall be +/- 15nm. The maximum dispersion slope (S0 max)
shall be not more than 0.085 ps/ (km.nm2 ). The dispersion D max shall be less than 3.5
ps/nm.km in the operation window from 1525 nm to 1575 nm. In addition, the Bidder shall
provide a representative curve of the chromatic dispersion for a wavelength range between
1500 nm and 1600 nm.

5.3.6. Bit Error Rate (BER)

The communication system shall be designed to operate on an individual optical wave guide
fiber path with a bit error rate (BER) of 10-9 or better.

5.3.7. Optical Cross Talk

No measurable optical cross talk from one fiber to adjacent fibers in the same OPGW shall
be accepted.

5.3.8. Fiber Material

The fiber shall be manufactured from high grade silica and doped as necessary to provide
required transmission performance. The chemical composition of the fibers shall be
specifically designed to minimize the effect of hydrogen degradation. The Bidder shall
submit a certificate or test data to guarantee the maximum rated operating temperature of
the fibers.

5.3.9. Fiber Coating

389
The fiber core and cladding shall consist of silica (SiO2) glass. In order to prevent damage to
optical fiber the optical fiber shall be suitably coated. The coating provided must guarantee
sufficient mechanical protection when splicing optical fiber. Number of coatings shall be as
per design of OPGW.

The Bidder shall describe composition and thickness of the layer of coating used for
protection of fibers. The fiber coating shall be easily strippable during splicing and
termination with a mechanical stripping tool. Stripping shall not induce any mechanical
stress of notches that could weaken the optical fiber. The Bidder shall recommend the
required special tools and methods of unsheathing and stripping of fibers. He shall also
recommend non toxic and non-allergic solvent, if required to be used for cleaning fiber
coating residues.

5.3.10. Fiber Identification

Each optical fiber, for identification, shall be color coded corresponding to sequential
numbering. The colors and numbering shall be in accordance with the relevant International
(IEC 304) standard. The color shall be integrated in the fiber coating and shall be
homogeneous. The original color shall be discernible throughout the design life of the
OPGW. The color should not bleed from one fiber to the other and not fade when wiping
the fiber with acetone or alcohol. If the fibers are regrouped in bundles or in the tubes the
later shall be colored according to a determined code. The Bidder in his bid shall describe
the color code of the optical fiber in the OPGW offered, with the sequential number of
individual fibers and of bundles or tubes.

5.3.11. Filling Compound

If required, the interstices between the optical fibers shall be filled with a suitable water
proof compound. The filling compound shall be non-hygroscopic, electrically non
conductive, homogeneous and free from any metallic or foreign practices. The compound
shall be compatible with the entire OPGW component; it may come in contact with, and
shall inhibit generation of hydrogen within the OPGW. It shall not adversely affect the color
of fibers and shall be non-toxic for the skin and readily removable with an appropriate
solvent that is non toxic and non-allergic. The Bidder in his offer shall indicate recommended

390
solvent for removal of the filling compound. The compound shall guarantee the longitudinal
water tightness of the central core. It shall prevent longitudinal propagation of moisture in
compliance with water penetration test as per IEC-794-1-F5. The filling compound shall
remain stable for temperature variations from -20°C to + 80°C in continuous operation. The
compound shall not induce radial compression, micro-bending or shear on the fibers at the
specified extreme temperatures. It shall not drip or leak from OPGW at high temperatures
and also under momentary increase of high temperatures due to lightning strokes and short
circuit currents.

5.3.12. Requirement of Protection Tube

The optical core, including the optical fibers shall be contained and protected by a tube
made of Aluminium, Aluminium Alloy or Stainless Steel, that is continuous, fully sealed,
watertight and without mechanical joints. Both welded and un-welded tube is acceptable if
the same meets the requirement of water penetration test as per IEC 794-1-F5.

The tube shall have sufficient resistance in order to protect the optical fibers against radial
compression transmitted by the metallic wires of the external layers. Under the normal
operating conditions, including Aeolian vibrations, sheave pulling at minimum/maximum
temperature and maximum operating tension the tube shall not open, fissure and shall not
be deformed. The internal surfaces of the tube shall be smooth, without smudges, notches,
residues or roughness that may affect the optical fibers or their sheathing. The internal and
external surfaces of the tube shall be circular and the tube thickness shall be constant. No
tube joints shall be allowed in finished OPGW. The Bidder shall furnish fatigue test results
performed on the tube.

5.3.13. Metallic Wires


A) The protective optic unit shall be surrounded by concentrically stranded one or more layers
of Galvanized Steel (AS)/Aluminum Alloy or combination of Aluminium Alloy and Galvanized
steel wires or it may replace one or more of the wires of the inner layer. The AS wires shall
generally conform to IEC: 61232 -93. The Aluminium Alloy wires shall generally conform to
IEC: 104 -1987.

391
B) All ACS/Aluminium Alloy wires shall be smooth, uniform and free from all imperfections that
are visible to the naked eye, such as, spills and splits, die marks, scratches, abrasions and
kinks after drawing and also after stranding.

C) For ACS wires, the aluminium covering on each individual steel wire shall be continuous and
uniform and shall provide sufficiently strong bonding strength at the boundary between
aluminium layer and steel core.

D) The OPGW shall conform to the applicable clauses of IEC 1089 related to stranded
conductors. Adjacent wire layers shall be stranded with reverse lay directions. The direction
of lay of the external layer shall be left hand.

5.3.14. Joints in Wires

There shall be no joint of any kind in the finished ACS Aluminium Alloy wires entering into
the manufacture of composite ground wire.

5.4. OPGW LENGTHS


A) The Bidder shall indicate the standard OPGW lengths offered by him along with minimum
and maximum lengths which could be supplied by him. However, standard OPGW lengths
below 3 km. will not be accepted unless submitted for approval specifying the reasons.

B) The number of splicing/jointing and joint boxes shall depend on length of OPGW to be
supplied by the Bidder. All jointing point shall be house in appropriate joint box mounted at
the platform with 3 times looped cable outside the joint boxes. The diameter of the loop
shall be from 1 to 3 metres. The quantities of splicing and joint boxes indicated in Schedule
of Requirements have been calculated based on standard length of 3 km of OPGW. Suitable
price preference for Bidders offering higher standard length shall be considered for
evaluation. For the purpose of price preference cost of joint box plus additional length of
OPGW required for splicing and fixing clamps shall be considered.

C) For minimizing the wastages during installation, the exact line span and total number of
spans shall be calculated by the Contractor/manufacturer for optimizing the length of OPGW
to be supplied per drum. The length per drum shall include actual distances between specific
towers plus allowances for sag plus height of tower plus additional lengths required for
splicing. The maximum line span shall not exceed 1100 metre.

392
5.5. ASSOCIATED HARDWARE FOR OPGW
5.5.1. Suspension Clamp

Preformed Armor grip suspension clamp shall be supplied. The aluminium alloy preformed
armor rods shall be used. The suspension clamp shall be designed to carry minimum vertical
load of 25 kN and shall have slip strength of not less than 12 kN and not more than 17 kN.
Standard twisted shackle shall be supplied for attaching suspension clamp to the hanger
plate having minimum thickness of 12 mm with hole of 21.5 mm diameter.

The contractor/manufacturer shall supply all the components of the suspension assembly
including shackles, bolts and nuts, washers, split pins, down lead clamps as necessary etc.
The total drop of the suspension assembly from the centre point of the attachment to the
centre point of the OPGW shall not exceed 150 mm. The design of the assembly shall be
such that the direction of run of the OPGW shall be same as that of the conductor.

5.5.2. Dead-end Assembly

The dead-end assembly shall be of bolted type/helical preformed type. The use of dead-end
assemblies shall incorporate suitable armor rods. The dead end assembly shall include all
necessary hardware for attaching the same to the tower strain plates. The strain plates
supplied with the towers will have a minimum thickness of 8 mm with a hole of 21.5 mm.
Dead-end clamps shall allow the OPGW to be continuous through the clamp without cutting
and jointing. Suitable extension links shall be installed where required to maintain the
bending radius of the OPGW within acceptable limits. The dead-end assembly shall have the
slip strength not less than 0.95 times the OPGW rated tensile strength.

5.5.3. Grounding Wire for Clamps

The grounding wire shall be bolted directly to the suspension or dead-end clamp. The
grounding wire shall consist of a 500 mm long length of Tinned Copper conductor with an
equivalent size of OPGW and a lug at each end. One lug shall be attached to the suspension
or dead-end clamp, and the other lug with 16mm diameter bolt shall be attached to the
tower.

5.5.4. Structure Attachment Clamp Assemblies

393
The bolted clamps shall attach the OPGW to the structures. The clamps shall have two
parallel grooves for the OPGW, one on either side of connecting bolt. The clamps shall be
such that clamping characteristics do not adversely change if only one OPGW is installed.
The tower attachment plates shall locate the OPGW on the inside of the tower. It shall be
attached directly to tower legs/cross arm without drilling or any other modification to the
tower. At splice locations, the OPGW shall be coiled on the tower close to the splice box.

5.5.5. Vibration Dampers

4R stock bridge type vibration dampers having four (4) different frequencies spread within
the specified Aeolian frequency band-width corresponding to wind speed of 1m/s to the 7
m/s shall be used for suspension and tension points in each span to damp out Aeolian
vibrations. The clamp of the vibration damper shall be made of aluminium alloy. It shall be
capable of supporting the damper during installation and maintain the damper in position
without damaging or crushing the OPGW or causing fatigue under the clamp. Armor or
patch rods may be provided if necessary, to reduce clamping stresses on the OPGW. The
armor rod shall be made of Aluminium alloy.

The messenger cable shall be made of high strength galvanized steel or stainless steel with a
minimum strength of 135 kg. /sq. mm. It shall be of preformed and post formed quality in
order to prevent subsequent drop of the weights and to maintain consistent flexural
stiffness of the cable in service. The number of strands in the messenger cable shall be 19.
The messenger cable ends shall be suitable sealed at the ends to prevent corrosion. The
damper mass shall be made of hot dip galvanized mild steel/cast iron or permanent mould
cast zinc alloy. The castings shall be free from cracks, shrinkages, inclusion and blow holes.
The inside and outside surfaces of the damper masses shall be smooth.

The vibration damper shall restrict the OPGW dynamic strain to 150 micro strains under all
conditions. The dampers shall not be dynamically overloaded during operation to prevent
damper fatigue. It is considered that at suspension & dead end locations one damper shall
be installed on OPGW on each side of the tower.

However the Bidder shall be responsible for carrying out necessary studies for arriving at
the exact placement of the vibration dampers.

394
5.5.6. Shield Wire Joint Boxes

Sturdy, all-weather proof units shall be provided. The shield-wire joint boxes shall include all
the necessary hardware to retain terminate, protect and splice the fibers, as well as suitable
clamps for fixing to the tower without any need of drilling holes in the tower structure. The
representative drawing of the joint box is enclosed with the specification.

5.5.7. Termination / Splicing


A) OPGW shall be terminated / spliced at the splice locations using shield wire joint boxes,
which shall be located about 10 m above ground level. Spare length of 15 m of OPGW shall
be coiled and attached securely to the tower near the shield wire joint boxes.

B) Fusion splicing shall be carried out by the Employer’s personnel trained by


Contractor/manufacturer using automatic fusion splicing equipment designed for the fiber
type. Fiber ends shall be prepared for splicing using methods and tools recommended. The
cleanliness and accurate cleaving of fiber ends shall be ensured prior to splicing.

C) The accurate alignment of fiber cores, prior to splicing, shall be verified using a technique
that monitors the optical power transmitted across the splice interface or real time control
technique. Fusion splicing shall be commenced only after manipulations of fiber alignment
have maximized the transmitted power. No single splice loss shall exceed 0.15 dB.

D) Splices shall be mechanically strengthened and protected from the environment by means
of purpose designed splice sleeves or enclosures. The finished splice shall be supported
within the shield wire joint box by means of suitable clips or restraints. It shall be possible to
remove and replace the splice in the support device without risk of damage to the splice or
fiber.

E) Each fusion splice shall have a spare length of fiber of approximately 1 m associated with it.
This excess fiber shall be coiled neatly and clipped (or otherwise retained) within the shield
wire joint box.

5.5.8. List of Drawings and Documents


A) Bidder shall furnish one copy of full description and illustration of the materials offered and
the documents (i) to (xxi). The Bidder shall also furnish sectional view drawings of all
equipments offered including OPGW and the Optical wave guide fiber.

395
B) The Contractor shall furnish the drawing, calculations, test reports and literature pertaining
to specified items (3 copies) for Employer’s approval which shall include but not be limited
to the following information:

(i) Name and location of the factory or company manufacturing the optical fibers, OPGW and
all other equipment offered.

(ii) Technical standard, manufacturing technology and quality assurance system for optical
fibers, OPGW.

(iii) Detailed description of the OPGW structure, including dimensions of each part unit weight
and cross-section drawings.

(iv) Technical standards of all other main elements used in OPGW and other equipment offered.

(v) Typical refractive index profile of the proposed fibers.

(vi) The number of breakages per km in the process of proof test and the values of M (gradient
of Weibull plot) and N (Static fatigue constant, empirical) which are related to the life time
of the optical fibers.

(vii) Technical measures for ensuring the life time of the OPGW.

(viii) Optical signal performance calculations (e.g. optical power budget, signal bandwidth
analysis).

(ix) Mounting drawings.

(x) Drawings showing details of fusion splicing of OPGW.

(xi) Test reports and certificates showing compliance with all required tests.

(xii) Specific instructions for installation of OPGW.

(xiii) Shield wire joint box drawings and details.

(xiv) Installation, maintenance and instruction manuals.

(xv) Maximum allowable strain margin with back up calculations and factory tests.

(xvi) Sag and Tension Data

(xvii) Initial and final stress-strain and creep data.

396
(xviii) Drawing of each hardware item showing yield strength and ultimate or breaking strength.

(xix) Description of Quality Control/Assurance Programme.

(xx) Details of packing.

(xxi) Minimum permissible bend radius of OPGW.

C) The contractor/manufacturer shall, within 6 weeks of placement of order submit three sets
of final versions of all the above said drawings for Employer’s approval. After Employer’s
approval and successful completion of all type tests, the contractor/manufacturer shall
within three weeks, submit 6 prints, one set of good quality reproducible, one set of color
drawings in Auto CAD stored in magnetic media and one set of micro films of the approved
drawings for Employer’s use.

D) Six (6) sets of nicely printed (in Times font) and separate bound volumes of operation,
maintenance and erection manuals in English language for each equipment shall be
submitted by the Contractor/manufacturer for distribution, prior to the dispatch of the
equipment. The manual shall contain in separate sections all the drawings and information
required for erection, trouble-shooting operation and maintenance of the equipments. The
manual shall also contain a set of all the approved drawings in color, type test reports etc.

E) The contractor/manufacturer shall also furnish within thirty (30) days from receipt of order
three VHS video cassettes in PAL B/G COLOR demonstrating the procedure of
installation/stringing of OPGW and associated hardware, fusion splicing of optical fibers of
OPGW cable, laying of cable and such other works and procedures including detailed testing
procedures of all the equipments (with slow motion sequences also) which would educate
and guide the Employer’s engineers in execution of work and trouble shooting and
operation and maintenance of the OPGW system. The video cassettes shall be informative
and self-explanatory and in English language only.

5.5.9. Workmanship

397
All the material shall be of latest design and conform to in all respects of high standard of
engineering design and workmanship and shall be capable of performing in continuous
commercial operation for a minimum anticipated life of 40 years.

5.6. TESTS AND STANDARDS


5.6.1. General
A) The Bidder along with his bid shall furnish type test certificates for the tests specified in
clause 5.6.2 (A) & (B) below for the equipments/materials offered by him. If the Bidder is
required to specially design the equipment(s) to meet the Employer’s Specifications, then he
should submit their type test certificates for the equipments/material which are similar to
those offered by him. The offer not accompanied by type test certificates as stated above
will be treated as incomplete and termed as non-responsive. The following type, acceptance,
routine tests and tests during manufacture shall be carried out on the materials. For the
purpose of this clause:

B) “Type tests” shall mean those tests which are to be carried out to prove the design, process
of manufacture and general conformity of the materials to this Specification. These tests
shall be carried out on samples prior to commencement of commercial production against
the order. The bidder shall indicate their schedule for carrying out these tests.

C) “Acceptance Tests”-Dispatch inspection for the purposes of acceptance of that lot.

D) “Routine tests’ shall mean those tests which are to be carried out on the material to check
requirements which are likely to vary during production.

E) “Tests during manufacture” shall mean those tests which are to be carried out during the
process of manufacture and end inspection by the Contractor/manufacturer to ensure the
desired quality of the end product to be supplied by him.

F) The norms and procedure of sampling for these tests will be as per the Quality Assurance
Programme to be mutually agreed to by the Contractor/manufacturer and Employer.

G) The standards and norms to which these tests will be carried out are listed against them.
Where a particular test is a specific requirement of this Specification, the norms and
procedure of these shall be as specified in annexure of this Specification or as mutually
agreed to between the Contractor/manufacturer and the Employer in the Quality Assurance

398
Programme. For all type and acceptance tests the acceptance values shall be the values
guaranteed by the Bidder in the guaranteed technical particulars schedule or the acceptance
value specified in this specification, whichever is more stringent for that particular test.

5.6.2. Type test


A) Type Tests on Complete OPGW

The following tests shall be conducted once on sample/samples of OPGW from each
manufacturing facility (detailed in Annexure-C):

(i) Water Penetration Test

(ii) Seepage of flooding compound Tensile Performance Test

(iii) D.C. Resistance test

(iv) Crush test

(v) Impact test

(vi) Bend Test

(vii) Strain margin test

(viii) Aeolian Vibration Test

(ix) Short Circuit Test

(x) Lightning Test

(xi) Temperature cycle test

(xii) Sheave test

B) Type Tests on OPGW Fittings & Accessories

 Suspension and Tension Assembly

TABLE-5.15

399
Mechanical strength test
Annexure-C
Clamp slip strength test

 Dead-end Assembly

TABLE-5.16

Mechanical strength test Annexure -C


Clamp slip strength test
 Grounding clamp and Structure mounting clamp

TABLE-5.17

Clamp fit test Annexure-C


Clamp strength test
 Vibration Damper

TABLE-5.18

a) Dynamic characteristics test


b) Vibration analysis Annexure-C
c) Clamp slip test
d) Fatigue test
5.6.3. Acceptance Tests
A) Acceptance Tests on Complete OPGW

TABLE-5.19

a) Dimensional Check

b) Lay length measurement

c) Crush Test Annexure - D

d) Impact test

e) Temperature cycle test

 Acceptance Tests on Optic Fiber

TABLE-5.20

400
a) Attenuation variation with

Wavelength

b) Attenuation at the water


Annexure - D
peak

c) Attenuation with bending

d) Temperature cycling

 Acceptance Tests on Metallic wires

TABLE-5.21

a) Tensile test

b) Elongation test

c) D.C. Resistance test


Annexure - D
d) Thickness of aluminium

(For AS wires)

e) Twist test (For AS wires)

B) Acceptance Tests on OPGW Fittings & Accessories

 Suspension Assembly

TABLE-5.22

Visual examination and


a)
Dimensional verification

b) Clamp slip strength test Annexure - D

Mechanical strength test on


c)
each component

 Dead-end Assembly

401
TABLE-5.23

a) Visual examination and


Dimensional verification

b) Clamp slip strength test Annexure – D

c) Mechanical strength test on


each component

 Grounding Wire for clamps

TABLE-5.24

Visual examination and


a)
Dimensional verification Annexure - D

b) Tensile test

 Structure mounting clamp

TABLE-5.25

a) Visual examination and

Dimensional verification
Annexure - D
b) Clamp fit test

c) Clamp strength test

 Vibration Damper

TABLE-5.26

a) Visual examination and


Annexure - D
Dimensional verification

402
b) Galvanizing test

(i) on damper masses

(ii) on messenger cable

c) Verification of resonance
Frequencies

d) Clamp slip test

e) Clamp bolt torque test

f) Strength of the messenger


cable

g) Mass pull off test

5.6.4. Routine Test

Measurement of optical fiber loss of each individual fiber at 1550 nm. Measurement of
mode field diameter and chromatic dispersion co-efficient of the fibers. All acceptance tests
as mentioned above under cl. 5.8.3 for metallic wires on each coil. Test during Manufacture
Chemical analysis of steel/aluminium alloy used for making strands. The tests for optic fiber
to be mutually agreed between the Contractor/manufacturer and Employer in the Quality
Assurance Programme.

5.6.5. Sample Batch for Type Testing

The Contractor/manufacturer shall offer material for selection of samples for type testing
only after getting Quality Assurance Plan approved from Employer’s Quality Assurance
Deptt. The sample shall be manufactured strictly in accordance with the Quality Assurance
plan approved by Employer. The Contractor/manufacturer shall offer at least three drums
for selection of sample required for conducting all the type tests. Before sample selection,
the Contractor/manufacturer is required to conduct all the acceptance tests successfully in
presence of the Employer’s representative.

5.6.6. Testing Expenses

403
Testing charges for all the type tests shall be indicated separately for each item in the
prescribed schedule of the bidding document. Bidder shall indicate the laboratories in which
they propose to conduct the type tests. They shall ensure that the tests can be completed in
these laboratories within the time schedule guaranteed by them in the appropriate schedule
of the bidding document. In case of failure in any type test, the Contractor/manufacturer is
either required to manufacture fresh sample lot and repeat all type tests successfully or
repeat that particular type tests at least three times successfully on the samples selected
from the already manufactured lot at his own expenses. In case a fresh lot is manufactured
for testing then the lot already manufactured shall be rejected. The entire cost of testing for
acceptance and routine tests and test during manufacture specified herein shall be treated
as included in the quoted unit price of materials, except for the expenses of
Inspector/Employer’s representative.

5.6.7. Additional Tests

The Employer reserves the right of having, at his own expense, any other test(s) of
reasonable nature carried out at Contractor/manufacturer’s premises, at site or in any other
place in addition to the aforesaid type, acceptance and routine tests to satisfy himself that
the material comply with the Specification. The Employer also reserves the right to conduct
all the tests mentioned in this Specification at his own expense on the samples selected from
lots supplied to the Employer at Contractor/manufacturer’s premises or at any other test
centre. In case of evidence of non compliance, it shall be binding on the part of
Contractor/manufacturer to prove the compliance of the items to the Technical
Specification by repeat tests or corrections of deficiencies or replacement of defective items,
all without any extra cost to the Employer.

5.6.8. Test Reports

After award of the contract, Copies of type test reports shall be furnished in at least six
copies along with one original. One copy shall be returned duly certified by the Employer,
only after which the commercial production of the concerned material shall start. Copies of

404
acceptance test report shall be furnished in at least six copies one copy shall be returned,
duly certified by the Employer, only after which the materials will be dispatched. Record of
routine test report shall be maintained by the Contractor/manufacturer at his works for
periodic inspection by the Employer’s representative. Test certificates of tests during
manufacture shall be maintained by the Contractor/manufacturer. These shall be produced
for verification as and when desired by the Employer.

5.6.9. Inspection

The Employer’s representative shall at all times be entitled to have access to the works and
all places of manufacture, where materials shall be manufactured and the representatives
shall have full facilities for unrestricted inspection of the Contractor/manufacturer’s, sub-
Contractor/manufacturer’s works, raw materials, manufacturer’s of all the materials and for
conducting necessary tests as detailed herein.

The material for final inspection shall be offered by the Contractor/manufacturer only under
packed condition. The engineer shall select samples at random from the packed lot for
carrying out acceptable tests.

The Contractor/manufacturer shall keep the Employer informed in advance of the time of
starting and of the progress of manufacture of materials in its various stages so that
arrangements could be made for inspection. Materials shall not be dispatched from its point
of manufacture before it has been satisfactorily inspected and tested, unless the inspection
is waived off by the Employer in writing. In the latter case also the materials shall be
dispatched only after all tests specified herein have been satisfactorily completed. The
acceptance of any quantity of materials shall in no way relieve the Contractor/manufacturer
of his responsibility for meeting all the requirements of the Specification, and shall not
prevent subsequent rejection, if such materials are later found to be defective.

5.6.10. Test Equipments and Special Tools

Two(2) sets, unless otherwise specified, of testing instruments, special tools, dies and
equipment that are uniquely required for installation, testing, repair and maintenance shall
be supplied. Each set shall include the following:-

405
a) One (1) portable Optical Time Domain Reflectometre (OTDR) with 1330 nm and 1550 nm
module. The offered OTDR shall be suitable for attenuation profile measurements (with a
one metre resolution) on at least two times the length of the longest optical link. OTDR shall
incorporate a method for producing hard copy of the attenuation profiles in graphical form.

b) One (1) Portable Optical Power Metre for 1550 nm and 1330 nm wavelengths.

c) One (1) Portable High Stability Laser Source each at 1550 nm and 1330 nm wavelengths for
optical power measurements.

d) One (1) fusion splicing machines with spare fiber reels.

e) The fusion splicing machine offered shall be of the fully automatic type, designed to carry
out fiber core alignment, pre-cleaning and fusion splicing functions as a fully integrated and
properly coordinated sequence of actions. It shall only be necessary for the operator to
correctly prepare the fiber ends and carry out preliminary alignments prior to initiating the
splicing sequence. Optical devices and light sources that are utilized in fiber alignment
system shall form an integral part of the fusion splicing machine and alignment procedures
that rely on the use of remotely mounted light sources will not be accepted. The fusion
splicing machine shall be capable of producing splices with average attenuation values of
less than 0.05 dB. The splicing machine shall comply with relevant Health and Safety
Standards.

f) One fiber reel containing 2 km long 1550 nm optical fiber.

g) Two (2) Fiber stripping tools and fiber cleaver.

h) Four (4) sets of tools for cutting metal wires/ tube containing optical fibers of OPGW.

i) Air-conditioner with portable diesel generator set and set of scaffolding and all weather tent

j) Special stringing tools like stringing blocks, counter weight, stringing clamp etc. required for
OPGW stringing.

The contractor/manufacturer shall indicate the list of recommended spares for at least 15
years operation of these equipments. The Bidder shall train the three Employer’s engineers
for one week at the manufacturer’s works for maintenance and handling of these
equipments, without any extra charges. In addition to the above, the Bidder shall offer, with

406
recommended quantities, special tools, dies and equipment, in addition to those listed
above that in his opinion, are required for installation, repair and maintenance.
5.6.11. Packaging/Drums
A) The OPGW shall be supplied in non-returnable, strong steel drums provided with lagging of
adequate strength, constructed to protect the OPGW against all damage and displacement
during transit, storage and subsequent handling and stringing operations in the field. The
steel drums shall be collapsible.

B) The drums shall be suitable for wheel mounting and for letting off the OPGW under a
minimum controlled tension of the order of 5 KN with the help of tension stringing
equipment. The Bidders shall submit their proposed drum drawing along with the bids. The
drum and inside flanges shall be such that damage will not occur to the OPGW during
shipping, handling, storage and stringing. A layer of suitable material may be provided
which is water resistant and will not absorb moisture. The outer layer of the OPGW shall be
protected by a water resistance wrapping over the exposed surface to prevent dirt and gritty
material from coming in contact with the OPGW during shipment and storage. A seal shall
be applied to each end of the OPGW to prevent the entrance of moisture into the optical
fibers or the escape of filling compound during shipment and storage.

C) A minimum space of 75mm shall be provided between the inner surface of the external
protective lagging and outer layer of the OPGW. The OPGW ends shall be properly sealed
and secured with the help of U nails or bolts on the side of one of the flanges to avoid
loosening of the OPGW layers during transit and handling. Only one length of OPGW shall be
wound on each drum. Each consignment shall be accompanied by a detailed packing list
containing the following information:

a) Name of the consignee

b) Details of consignment

c) Destination

d) Total weight of consignment

e) Sign showing upper/lower side of the crate

407
f) Handling and unpacking instructions

g) Bill of material indicating contents of each package.

Each drum shall have the following information stenciled on it in indelible ink along with
other essential data:

(i) Contract/Award letter number

(ii) Name and address of consignee

(iii) Manufacturer’s name and address

(iv) Drum number

(v) Size of OPGW

(vi) Length of OPGW in metres

(vii) Gross weight of drum with OPGW

(viii) Weight of empty drum with lagging

(ix) Arrow marking for unwinding

(x) Position of the OPGW ends.

The contractor/manufacturer shall ensure that the packing list and bill of material are
approved by the Employer before dispatch.

5.6.12. Field Acceptance Testing

Upon receipt of the OPGW from the Contractor/manufacturer, the Employer shall perform
acceptance tests in order to verify that the optical characteristics of the fiber meet the order
requirements and to determine if optical fibers have been damaged during shipment. The
tests may be performed by either using an optical time domain reflectometre (OTDR) or by
using a light source and a power metre. In case of evidence of non-compliance, it shall be
binding on the part of Contractor/manufacturer to prove the compliance of the items to the
Technical Specifications by repeat tests or replacement of defective drum, all without any
extra cost to the Employer.

5.6.13. Storage of Equipment

408
The storage of equipment will be the responsibility of Contractor.

5.6.14. Performance Guarantee

OPGW system shall be capable of continuous commercial operation with reliable and
efficient functioning for a minimum anticipated life span of forty (40) years. The system shall
be guaranteed for trouble free operation for a reasonable period.

5.6.15. Training
The Contractor shall conduct training program in two parts for Employer’s Engineer as per
the following:

(i) 4 engineers nominated by the Employer at manufacturer’s works for one week and all the
cost shall be included in the price.

(ii) On the job at site.

The Contractor/manufacturer shall have to provide training to Employer’s representatives at


his works and at the sites of the transmission lines.

The Contractor/manufacturer shall be required to provide facilities for training, where the
OPGW & equipments offered shall be manufactured. Special stress shall be given so as to
ensure that the trained engineers acquire proficiency in installation/stringing, termination/
splicing (including fusion splicing) & testing so that they can take up this work
independently. The contractor/manufacturer will be required to issue necessary certificates
to the individual engineers accordingly, certifying their proficiency in carrying out splicing
(including fusion splicing) & testing of fibers using OTDR.

The contractor shall note that these trained engineers of Employer would be required to
carry out termination/splicing of OPGW and supervision of installation/stringing of OPGW
while execution of the Project. The training must also include handling, operating and
trouble shooting of the T&M instruments offered. If the OPGW & equipment offered, is
being designed and manufactured in collaboration with any other manufacturer, the
Contractor/manufacturer shall provide for training of four engineers to be nominated by the
Employer, for in plant training in the collaborator’s works. In case of training at
Contractor/manufacturer’s works within India or outside India as the case may be, the to

409
and fro travel expenses, lodging and boarding charges as well as allowance for out of
pocket expenses in respect of the trainees shall be borne by the Turnkey Contractor.
However, the Contractor/manufacturer shall assist to arrange suitable facilities for lodging
and boarding as well as to and fro transport to the place of training for the trainees. In
addition to the above, the Contractor/manufacturer shall have to arrange for training of
Employer’s personnel at each of the sites of the transmission line when the
contractor/manufacturer’s personnel would be available at site for supervision in
installation/stringing of OPGW, termination/splicing (including fusion splicing), testing and
commissioning etc.

5.6.16. Methodology of Work

The erection of Transmission Line will be taken up at the work sites simultaneously. The
installation/stringing of OPGW will be taken into hand along with the stringing of other Earth
wire, to be done by contractor. The installation/stringing of OPGW along with associated
hardware will be done by contractor. The splicing/termination of OPGW will be done by the
Employer’s engineers, trained by Contractor/manufacturer at his works and/or site. At the
time of commencement of the work mentioned above, the contractor/manufacturer, on
intimation shall depute his personnel to work site to supervise the work of contractor and
Employer’s Engineers. During the period the contractor/manufacturer’s personnel will:

(i) Guide the contractor in installation/stringing of OPGW, associated hardware, jointing


boxes and vibration dampers.

(ii) Guide the Employer’s engineer in splicing/termination of the optical fibers of the
OPGW and testing of splices/joints.

(iii) Supervise the works of contractor and Employer’s engineers.

(iv) Impart on job/onsite training to Employer’s personnel.

After completion of OPGW installation/stringing work the Contractor/manufacturer’s


personnel will supervise the Employer’s personnel in carrying out final checking and testing
of the OPGW. Employer’s personnel would test the work section wise i.e. between end
stations to interface station etc. as the case may be. If any fault(s) is encountered in a
particular section or sections his personnel would identify the same and the same will be set

410
right/ made good by him. Thus all the sections will be checked, tested and made through by
the Employer’s personnel under the supervision of contractor/manufacturer and the
Contractor/manufacturer will then issue a certificate, certifying healthiness of all the OPGW
Sections.

The optical Line Terminal Equipment (OLTE) will be installed by the Contractor. The optical
fibers of the OPGW would then be terminated on the OLTE at the end and interface stations
by the Employer and the contractor. In case of any fault in any section or sections, OPGW
Contractor/manufacturer will depute his personnel, if so required, on intimation from the
Employer for rectifying the faulty sections. The Contractor/manufacturer’s personnel should
be able to reach the work site(s) at a very short notice i.e. within a fortnight from the date of
intimation. The Contractor/manufacturer would be assisted, if necessary, to rectify such a
fault by the Contractor and Employer’s Engineers. In this manner the entire OPGW
communication system will be made through and commissioned.

5.6.17. Commissioning

The following commissioning tests shall be carried out:

a) End to end optical waveguide fiber continuity and attenuation measurement

This test shall be carried out from equipment connector end at one site to corresponding end at
the remote site.

This test shall be carried out in both directions. An OTDR printout of each test including the
Rayleigh scatter diagram shall be provided to the Employer free of cost for each fiber.

b) Bit-Error-Rate count over 360 Hours (15 days) of continuous transmission test code on each
fiber at 8.448 Mbit/s using BER Test Equipment with hard copy output for each test. At least
two (2) personnel of the Employer who have attended the Contractor/manufacturer’s
training course will be available to assist the contractor/manufacturer in performing the
commissioning tests. All test results shall be recorded on hard copy and also on magnetic
media. All the test equipment required for commissioning shall be provided by the
Contractor/manufacturer and removed from the site upon completion.

5.6.18. Standards

411
The material shall conform to the following Indian/International Standards which shall mean
latest revisions, amendments/changes adopted and published unless otherwise specified
herein above. International and Internationally recognized standards to which these
standards generally correspond are also listed below. In the event of the supply of material
conforming to any standard other than Standards listed below, the salient features of
comparison shall be brought out and furnished along with the bid.

TABLE-5.27

S.No. Indian Title International


Standard Standards
1) The International Telegraph and Telephone G.653
Consultative Committee (CCITT)
Recommendations
2) International Electro technical vocabulary IEC:60050-1975
3) Optic Fibers, Part 1: IEC: 60793-1
Generic specification
4) Optic Fiber Cables Part-1: Generic IEC: 60794 – 1
specification
5) Optic Fiber Cables-Part-4-10:Arieal optical IEC : 60794-4-10
cable along electrical power lines-Family
specification for OPGW(Optical Ground
Wire)
6) Aluminium Alloy Redraw rods IEC: 60104 –
1987
7) IS- Galvanized Strand For Earthing —
12776:2002 Specification
8) Fiber Optic Test EIA-RS-445
Procedure Series EIA-RS-455
(FOTP.S)

412
9) IS: 2121 Specification for conductor and
Earth wire Accessories for Overhead Power
lines
10) Standard construction of composite fiber IEEE P1138-1990
optic Ground wire (OPGW) for use on
electric utility power lines
11) IS: 398 Standard conductor for overhead lines IEC:61089 – 1993
12) Overhead lines - Requirements for greases IEC:61394
for aluminium, aluminium alloy and steel
bare conductors

The Standards mentioned above are available from: -

TABLE-5.28

REFERENCE NAME AND ADDRESS


ABBREVIATION
BS British Standards, British Standards Institution
101, Pentonvile Road,
N-19-ND, UK
IEC/CISPR International Electro technical Commission
Bureau Central de la Commission,
Electro Technique International,1 Rue de verembe,
Geneva
SWITZERLAND
IS INDIAN STANDARDS INSTITUTION
ManakBhawan,
9, Bahadur Shah ZafarMarg,
New Delhi – 110001 INDIA

413
ISO International Organisation for Standardization
Danish Board of Standardization
Danish StandardisingSraet,Aurehoegvej – 12
DK -2900, Heeleprup,
DENMARK
NEMA National Electric Manufacture Association
155, East 44thStrteet,
New York, NY 10017,USA
CSA Canadian Standard Association
178, Raxadale Boulevard, Raxdale,
Ontario, CANADA M9W IR.
ANNEXURE ‘C’

5.7. TYPE TESTS ON COMPLETE OPGW, FITTINGS & ACCESSORIES-ANNEXURE C


5.7.1. TYPE TESTS ON COMPLETE OPGW
A) Water Penetration Test

The test shall be conducted in accordance with IEC 60794-1-F5. However test may be
conducted under testing lab ambient atmospheric conditions.

B) Seepage of Flooding Compound

For filled fiber optic ground wire, the test shall be conducted in accordance with EIA-455-81
except that a preconditioning cycle as given below may be used. The sample shall be
prepared as per Method-A of EIA-455-81. The unprepared end may be sealed. The filling
and flooding compound shall not flow (drip or leak) at 65° C.

Preconditioning Cycle

A clean glass dish shall be placed directly under the test specimen. The sample shall be
suspended vertically for 72 hours at 65º C +/-2°C. After preconditioning a small amount (less
than 1 % of the weight of the sample before testing) of mostly clear oil may be present.
Presence of a greater amount of material in the glass dish shall constitute failure.

C) Tensile Performance test

414
The test shall be conducted on a sample of sufficient length in accordance with IEC: 60794-1-
E1. There shall not be any change in attenuation up to 90% of RTS of OPGW. The load shall
be increased at steady rate up to rated tensile strength and held for 1 (one) minute. The
OPGW sample shall not fail during the period. The applied load shall then be increased until
the failing load is reached and the value recorded.

D) D.C. Resistance test

On an OPGW sample of minimum 5m length, two contact clamps shall be fixed with a
predetermined bolt torque. The resistance shall be measured by a Kelvin double bridge by
placing the clamps initially zero metre and subsequently one metre apart. The tests shall be
repeated at least five times and the average value recorded after correcting at 20°C.

E) Crush Test

The crush test shall be carried out on a sample of approximately 1 (one) metre long in
accordance with IEC: 60794-1-E3. Load equal to 1/3 the weight of a 400 m length of OPGW
shall be applied for a period of 10 minutes. A permanent or temporary increase in optical
attenuation value greater than 0.1 dB change in sample shall constitute failure. The load
shall be further increased in small increments until the measured attenuation of the optical
waveguide fibers increases and the failure load recorded along with results.

F) Impact Test

The Impact test shall be carried out in accordance with IEC: 60794-1-E4. Five separate
impacts of 0.1-0.3 kg-m shall be applied. The radius of the intermediate piece shall be the
reel drum radius +/-10%.A permanent or temporary increase in optical attenuation value
greater than 0.1 dB change in sample shall constitute failure.

G) Bend Test

The short term and long term bend tests shall be conducted in accordance with Procedure 2
in IEC 60794-1-E11 to determine the minimum acceptable radius of bending without any
increase in attenuation or any other damage to the OPGW core such as bird caging,
deformation, kinking and crimping.

H) Strain Margin Test

415
The test shall be conducted on a sample of sufficient length to ensure that the sample
specimen under strain is a minimum of 10 m long and that the optical fiber test specimen
under strain is a minimum of 100 m long. The test sample shall be terminated at both ends
prior to strain in a manner such that the optical fibers cannot move relative to the OPGW.
Strain gauges shall be attached to the sample surface. Changes in the fiber length may be
measured using a laser and optical receiver. The propagation delay caused by the change in
fiber length may be determined by using both a pulse generator and digital storage
oscilloscope, or by measuring the phase shift of a modulated signal. Fiber attenuation at
1550 nm shall be monitored on the same fiber or on another fiber using a laser and power
metre. The sample is stretched while measuring tensile load, sample strain, fiber
attenuation and fiber length. The strain margin is defined as the percent elongation of the
OPGW at which the attenuation of the optical waveguide fibers has increased above the
attenuation measured before the start of each test.

I) Aeolian Vibration Test

The general arrangement to be used for the Aeolian vibration tests and the support details
shall be as per Appendix ‘B’ of IEEE P 1138 Draft 1990. The end abutments are used to load
and maintain tension in the fiber optic cable. The test section is contained between the two
intermediate abutments. The fiber optic ground wire to be tested should be cut to a
sufficient length beyond the intermediate abutments to allow removal of the OPGW outer
strands and to allow access to the optical fibers. Suitable dead end assemblies shall be
installed on the sample to fit between the intermediate abutments. The test sample shall be
terminated at both ends prior to tensioning in a manner such that the optical fibers cannot
move relative to the OPGW. A dynamometer, load cell or other devices should be used to
measure sample tension. Some means should be provided to maintain constant tension to
allow for temperature fluctuation during the testing. The sample should be tensioned to
approximately 25% +/-1% of the rated tensile strength. The active span length of the test
sample (dead-end to dead-end) shall be approx. 30 metres with a suitable suspension
assembly located approx. two thirds of the distance between the dead-end assemblies. It
shall be supported at a height such that the static sag angle of the sample to horizontal at
the suspension point should be 1.5+/ - 0.5 degrees. An electronically controlled shaker shall

416
be used to excite the sample in the vertical plane. The shaker should be located in the span
to allow for a minimum of six vibration loops between the suspension assembly and the
shaker.

The optical fibers shall be connected to each other by means of fusion splices. Optical
measurements shall be made using a light source. The laser source shall be connected
through an optical Splitter to one end of the test fiber. The splitter shall divide the optical
signal into two parts. One part shall be fed directly into an optical power metre. The other
part shall be fusion spliced into one free end of the test fiber. A second optical power metre
shall be placed on the returning end of the test fiber such that signal from the optical source
shall go through the test field on each of the test fibers and then be read at this second
metre. The output of optical power metre shall be monitored using at least two different
methods. The attenuation shall be measured and recorded on a continual basis during the
tests. The sample shall be subjected to more than 100 million cycles. The test excitation
frequency shall be equal to and maintained at the nearest resonant frequency produced by
a 4.5 m/sec wind (i.e. frequency=830/diameter of OPGW in mm). The free loop peak to
peak anti-node amplitude shall be maintained at a level equal to one-third the diameter of
the OPGW.

In the initial stages the test span requires continuous attention and recordings should be
taken approximately every 15 minutes until the test span is stabilized. After the test span
has stabilized, readings should be taken every hour. A final optical measurement shall be
taken at least two hours after the completion of the vibration test. Any damage to any
component of the test sample or permanent or temporary increase in attenuation greater
than 1.0 dB/test fiber km shall constitute failure.

J) Short Circuit Test

The test shall be conducted on a sample of minimum length of 30 m tensioned at 20% of


UTS (Ultimate tensile strength). The fibers shall be connected to each other by means of
fusion splices. The splices must be made and placed in such a manner that they are not
within the test field, nor should they be subjected to vibration, sudden stress or
temperature change from fault current pulses, weather conditions or handling. Devices

417
should be attached to prevent movement of the core assembly relative to the strands. In
addition, the OPGW should be terminated and the core assembly shall be brought out of the
strands at least 5 m away from the current field. A later source shall be connected through
an optical Splitter to one end of the test fiber. The splitter shall divide the optical signal into
two parts. One part shall be fed directly into an optical power metre. The other part shall be
fusion spliced into one free end of the test fiber. A second optical power metre shall be
placed on the returning end of the test fiber such that signal from the optical source shall go
through the test field on each of the test fibers and then be read at this second metre. Any
necessary power sources for these shall be from a different power supply than that which
feeds the fault current apparatus. The output of optical power metre shall be monitored
using at least two different methods. In addition, OTDR measurements could be made
before and after the test to verify the location(s) of any attenuation increases. The core and
OPGW surface temperatures plus attenuation shall be measured and recorded on a
continual basis during the tests and for 30 minutes after each test. Ten current pulses shall
be applied with the OPGW being allowed to cool to within 5ºC of the ambient temperature
between each pulse. The fault current value shall be derived from the specified OPGW 12T
ratings. Each current pulse shall be applied with full a symmetry. An increase in optical
waveguide fibers attenuation greater than 1.0 dB/test fiber km at 1550 nm shall constitute
failure. Bird caging or breaking of the conductor strands shall also constitute failure.

K) Lightning Test

Tension equal to 20% of the OPGW RTS shall be applied to a sample with minimum length of
30 m of cabled fibers and two separate 4/10- micro second current impulses each having a
peak value of150 KA and a negative polarity shall be applied through a 1 cm gap. The
attenuation during the tests shall be continuously measured. After the tests the sample
shall be visually inspected. Any increase in optical waveguide fibers attenuation measured
at 1550 nm shall construe failure.

L) Temperature Cycle Test

The test shall be conducted in accordance with IEC: 60794-1-F1 with the following cycle
parameters:

418
a) Low temperature (TA) = - 40°C.

b) High temperature (TB)= +80°C.

c) Exposing period (t1) = 1 hour.

The test shall be repeated ten times and the optical waveguide fibers attenuation at 1550
nm shall be recorded. The maximum variation of the attenuation shall not exceed the
Bidder’s quoted values.

M) Sheave Test

The general arrangement for the sheave test shall be as per Appendix ‘D’ of IEEE P1138 Draft
1990. The test shall be performed on a sample of approximately 21 m long. Dead-end
fittings shall be clamped approximately 3 m in from each end of the test sample, leaving
about 15m of test length between them. The optical fibers shall be connected to each other
by means of fusion splices. Optical measurements shall be made using a light source. The
laser source shall be connected through an optical Splitter to one end of the test fiber. The
splitter shall divide the optical signal into two parts. One part shall be fed directly into an
optical power metre. The other part shall be fusion spliced into one free end of the test
fiber. A second optical power metre shall be placed on returning end of the test fiber such
that signal from the optical source shall go through the test field on each of the test fibers
and then be read as this second metre. The output of optical power metre shall be
monitored using at least two different methods. The attenuation shall be measured and
recorded on a continual basis during the tests.

The sample shall be led through a sheave. The minimum recommended sheave diameter is
40 x OPGW diameter. The sample shall be pulled at one dead end at 25% of its rated tensile
strength at a deflection angle of 30+/-2 degrees. The method of attachment, while not rigid,
shall limit the amount of twist that could occur at the lead end. A dynamometer and a swivel
shall be installed between the yoke and the other dead end. A 2m minimum length of the
OPGW test sample shall be pulled 70 times forward and backward through the sheave (35
times in each direction). Before the first pull, the beginning, midpoint and end of this length
shall be monitored continuously during the test. After the test is completed, the metallic
strands shall be removed and the test section and the protective tube diameter shall be

419
measured at the marked points and at the one-third points between each marked point. Any
significant damage to the OPGW or fiber optic unit at any points above deformation limits of
0.50 mm shall constitute failure. A permanent increase in optical attenuation greater than
1.0 dB/test fiber km shall constitute failure.

5.7.2. TYPE TEST ON OPGW FITTINGS


A) Mechanical Strength test for Suspension/ Tension Assembly

The suspension assembly/tension assembly (excluding tension clamp) shall be subjected to a


load equal to 50% of the specified minimum ultimate tensile strength (UTS) which shall be
increased at a steady rate to 67% of the minimum UTS specified. This load shall be held for
five minutes and then removed. After removal of the load, the components shall not show
any visual deformation and it shall be possible to disassemble them by hand. Hand tools
may be used to loosen the nuts initially. The assembly shall then be reassembled and loaded
to 50% of UTS and the load shall be further increased at a steady rate till the specified
minimum UTS is reached and held for one minute. No fracture should occur during this
period. The applied load shall then be increased until the failing load is reached and the
value recorded.

B) Clamp Slip strength Test for Suspension Assembly

The suspension assembly shall be vertically suspended by means of a flexible attachment. A


suitable length OPGW shall be fixed in the clamps. The clamp slip strength at various
tightening torques shall be obtained by gradually applying the load at one end of the OPGW.
The clamp slip strength Vs. torque curve shall be drawn. The clamp slip strength at the
recommended tightening torque shall be more than 12 kN but less than 17 kN.

C) Slip Strength Test of Tension Clamp

Tension clamps shall be fitted on a 5 m length of OPGW on both ends. The assembly shall be
mounted on a tensile testing machine and anchored in a manner similar to the arrangement
to be used in service.

A tensile load of 50% of the specified breaking load of the OPGW shall be applied and the
sample shall be marked in such a way that movement relative to the fitting can easily be
detected. Without any subsequent adjustment of the fitting, the load shall be steadily

420
increased to 95% of the specified breaking load and maintained for one minute. There shall
be no movement of the OPGW relative to the fitting during this one minute period and no
failure of the fitting also.

D) Grounding Clamp and Structure Mounting Clamp Fit Test

For structure mounting clamp, one series of tests shall be conducted with two OPGW
installed, one series of tests with one OPGW installed in one groove, and one series of tests
with one OPGW installed in the other groove. Each clamp shall be installed including
clamping compound as required on the OPGW. The nut shall be tightened on to the bolt by
using torque wrench with a torque of 5.5 kg-m or contractor/manufacturer’s recommended
torque and held for 10 minutes. After the test remove the OPGW and examine all its
components for distortion, crushing or breaking. Also the fiber optic cable shall be checked
to ensure free movement within the core using dial calipers to measure the diameter of the
core tube. The material shall be defined as failed if any visible distortion, crushing, cracking
or breaking of the core tube is observed, or the fiber optic cable within the core tube is not
free to move, or when the diameter of the core tube as measured at any location in the
clamped area is more than 0.5mm larger or smaller of the core diameter as measured
outside the clamped area.

E) Structure Mounting Clamp Strength Test

The clamp and mounting assembly shall be assembled on a vertical 200 mm 200mm angle
and a short length of OPGW installed. A vertical load of 200 kg shall be applied at the end of
the mounting clamp and held for 5 minutes. Subsequently the load shall be increased to 400
kg and held for 30 seconds. Any visible distortion, slipping or breaking of any component of
the mounting clamp or assembly shall constitute failure.

5.7.3. TYPE TEST ON VIBRATION DAMPER


A) Dynamic Characteristics Test

The damper shall be mounted with its clamp tightened with torque recommended by the
manufacturer on shaker table capable of simulating sinusoidal vibrations for Aeolian
Vibration frequency band of ranging from 10 to 60 Hz. The damper assembly shall be
vibrated vertically with a + 1mm amplitude from 5 to 15 Hz frequency and beyond 15 Hz at

421
0.5 mm to determine following characteristics with the help of suitable recording
instruments:

a) Force Vs frequency

b) Phase angle Vs frequency

c) Power dissipation Vs frequency

The Force Vs frequency curve shall not show steep peaks at resonance frequencies and deep
troughs between the resonance frequencies. The resonance frequencies shall be suitably
spread within the Aeolian vibration frequency-band between the lower and upper
dangerous frequency limits determined by the vibration analysis of OPGW without dampers.
The above dynamic characteristics test on five damper shall be conducted.

B) Vibration Analysis

The vibration analysis of the OPGW shall be done with and without damper installed on the
span. The vibration analysis shall be done on a digital computer using energy balance
approach. The following parameters shall be taken into account for the purpose of analysis:

a. The analysis shall be done for single OPGW without armor rods. The tension shall be taken
as 15 KN for a span ranging from 100 m to 1100m.

b. The self damping factor and flexural stiffness (El) for OPGW shall be calculated on the basis
of experimental results. The details to experimental analysis with these data should be
furnished.

c. The power dissipation curve obtained from Dynamic characteristics that shall be used for
analysis with damper.

d. Examine the Aeolian Vibration level of the OPGW with and without vibration damper
installed at the recommended location or wind velocity ranging from 0 to 30 km per hour,
predicting amplitude, frequency and vibration energy input.

e. From vibration analysis of OPGW without damper, anti-node vibration amplitude and
dynamic strain levels at clamped span extremities as well as anti-nodes shall be examined

422
and thus lower and upper dangerous frequency limits between which the Aeolian vibration
levels exceed the specified limits shall be determined.

f. From vibration analysis of OPGW without damper/dampers installed at the recommended


location, the dynamic strain level at the clamped span extremities, damper attachment point
and the anti-nodes on the OPGW shall be determined. In addition to above clamp vibration
amplitude and anti-node vibration amplitude shall also be examined. The dynamic strain
levels at damper attachment points, clamped span extremities and anti-nodes shall not
exceed the specified limits. The damper clamp vibration amplitude shall not be more than
that of the specified fatigue limits.

C) Clamp Slip and Fatigue Tests

1. Test Set Up

The clamp slip and fatigue tests shall be conducted on a laboratory set up with a minimum
effective span length of 30 m. The OPGW shall be tensioned at 15 KN and shall not be
equipped with protective armor rods at any point. Constant tension shall be maintained
within the span by means of lever arm arrangement. After the OPGW has been tensioned,
clamps shall be installed to support the OPGW at both ends and thus influence of connecting
hardware fittings are eliminated from the free span. The clamps shall not be used for
holding the tension on the OPGW. There shall be no loose parts, such as suspension clamps,
U bolts, on the test span supported between clamps mentioned above. The span shall be
equipped with vibration inducing equipment suitable for producing steady standing
vibration. The inducing equipment shall have facilities for step-less speed control as well as
step-less amplitude arrangement. Equipment shall be available for measuring the
frequency, cumulative number of cycles and amplitude of vibration at any point along the
span.

2. Clamp Slip test

The vibration damper shall be installed on the test span. The damper clamp, after tightening
with the manufacturer’s specified tightening torque, when subjected to a longitudinal pull of
2.5 kN parallel to the axis of OPGW for a minimum duration of one minutes shall not slip i.e.
the permanent displacement between OPGW and clamp measured after removal of the load

423
shall not exceed 1.0 mm. The load shall be further increased till the clamp starts slipping.
The load at which the clamp slips shall not be more than 5 kN.

3. Fatigue Test

The vibration damper shall be installed on the test span with the manufacturers’ specified
tightening torque. It shall be ensured that the damper shall be kept minimum three loops
away from the shaker to eliminate stray signals influencing damper movement. The damper
shall then be vibrated at the highest resonant frequency of each damper mass. For dampers
involving torsional resonant frequencies tests shall be done at torsional modes also in
addition to the highest resonant frequencies at vertical modes. The resonance frequency
shall be identified as the frequency at which each damper mass vibrates with the maximum
amplitude on itself. The amplitude of vibration of the damper clamp shall be maintained not
less than +25/f.mm, where f is the frequency in Hz.

The test shall be conducted for minimum ten million cycles at each resonant frequency
mentioned above. During the test if resonance shift is observed the test frequency shall be
tuned to the new resonant frequency. The clamp slip test as mentioned hereinabove shall be
repeated after fatigue test without re-torque or adjusting the damper clamp and the clamp
shall withstand a minimum load equal to 80% of the slip strength for a minimum duration of
one minute. After the above tests, the damper shall be removed from OPGW and subjected
to dynamic characteristics test. There shall not be any major deterioration in the
characteristic of the damper. The damper then shall be cut open and inspected. There shall
not be any broken, loose, or damaged part. There shall not be significant deterioration or
wear of the damper. The OPGW under clamp shall also be free from any damage.

For the purpose of acceptance, the following criteria shall be applied.

(i) There shall not be any frequency shift by more than + 2 Hz for frequencies lower than
15 Hz and + 3 Hz for frequencies higher than 15 Hz.

(ii) The force response curve shall generally lie within guaranteed % variation in reactance
after fatigue test in comparison with that before fatigue test by the
contractor/manufacturer.

424
(iii) The power dissipation of the damper shall not be less than guaranteed % variation in
power dissipation before fatigue test by the Contractor/manufacturer. However, it
shall not be less than minimum power dissipation which shall be governed by lower
limits of reactance and phase angle indicated in the envelope.

ANNEXURE ‘D’

5.8. ACCEPTANCE TESTS ON COMPLETE OPGW, OPTIC FIBRE, OPGW FITTINGS-ANNEXURE D


5.8.1. ACCEPTANCE TESTS ON COMPLETE OPGW
a) Dimensional check

The individual strands and optical core shall be dimensionally checked to ensure that they
conform to the requirements of this Specification.

b) Lay Length Measurement

The Lay length shall be checked to ensure that they conform to the requirements of this
Specification.

c) Crush Test

The test shall be as per Annexure – “C” of this specification.

d) Impact Test

The test shall be as per Annexure – “C” of this specification.

e) Temperature cycle test

The test shall be as per Annexure – “C” of this specification.

5.8.2. ACCEPTANCE TESTS ON OPTIC FIBER


a) Attenuation variation with wavelength

The measurement shall be made in accordance with EIA-455-78. The spectral width of the
source shall be less than 10 nm.

b) Attenuation at the water peak

The tests shall be made in accordance with IEEE P 1138 Draft 1990.

c) Attenuation with Bending

425
The test shall be made in accordance with clause 4.2.1.3 of IEEE P 1138 Draft 1990.

d) Temperature cycling

The test shall be made in accordance with EIA-455-3, using test condition -55°C to +85°C.

5.8.3. ACCEPTANCE TESTS ON OPGW FITTINGS


A) Suspension Assembly/Tension Assembly

a) Visual Examination and Dimensional verification

The individual components shall be visually and dimensionally checked to ensure that they
conform to the requirements of this Specification.

b) Clamp Slip Strength Test

The test shall be as per of Annexure – “C” of this specification.

c) Mechanical Strength Test on Each Component

Each component of Suspension assembly/Tension assembly shall be tested as per Annexure


– “C” of this Specification.

B) Grounding Wire for Clamps

a) Visual Examination and Dimensional verification

The individual components shall be visually and dimensionally checked to ensure that they
conform to the requirements of this Specification.

b) Tensile Test

The grounding wire shall withstand the guaranteed minimum breaking load by the
Contractor/manufacturer.

C) Structure mounting clamp

a) Visual Examination and Dimensional verification

The individual components shall be visually and dimensionally checked to ensure that they
conform to the requirements of this Specification.

b) Clamp Fit Test

426
The test shall be as per Annexure – “C” of this specification.

c) Clamp Strength Test

The test shall be as per Annexure-C of this specification.

D) Vibration Damper

a) Visual Examination and Dimensional verification

The individual components shall be visually and dimensionally checked to ensure that they
conform to the requirements of this Specification.

b) Verification of Resonance Frequencies

The damper shall be mounted on a shaker table and vibrate at damper clamp displacement
of +/-0.5 mm to determine the resonance frequencies. The resonance shall be visually
identified as the frequency at which damper mass vibrates with maximum displacement on
itself. The resonance frequency thus identified shall be compared with the guaranteed
value. A tolerance of +1 Hz at a frequency lower than 15 Hz and + 2 Hz at a frequency higher
than 15 Hz only shall be allowed.

c) Clamp Slip Test

The test shall be as per Annexure – “C” of this specification.

d) Clamp Bolt Torque Test

The clamp shall be attached to a section of the OPGW. A torque of 150 percent of the
manufacturer’s specified torque shall be applied to the bolt. There shall be no failure of
component parts. The test set up is as described in Annexure – “C”.

e) Strength of the Messenger Cable

The messenger cable shall be fixed in a suitable tensile testing machine and the tensile load
shall be gradually applied until yield point is reached. The load shall be not less than the
value guaranteed by the Bidder.

f) Mass Pull Off Test

427
Each mass shall be pulled off in turn by fixing the mass in one jaw and the clamp in the other
of a suitable tensile testing machine. The longitudinal pull shall be applied gradually until the
mass begins to pull out of the messenger cable. The pull off loads shall not be less than the
value guaranteed by the Bidder.

g) Galvanizing Test

The test shall be carried out as per IS:2486 (Part-I) except that both uniformity of zinc
coating and standard Preece test shall be carried out and the results obtained shall satisfy
the requirements of this Specification.

428
CHAPTER - 6
INSULATORS AND INSULATOR’S HARDWARE FITTINGS

429
2019
CHAPTER - 6
INSULATORS AND INSULATOR’S HARDWARE

Contents

S.NO DESCRIPTION PAGE NO.


6.0 Insulator 431
6.1 Insulator Hardware Fittings 459

430
CHAPTER - 6
INSULATORS AND INSULATOR’S HARDWARE
6.0. INSULATOR
6.0.1. Scope
6.0.1.1. This section covers design, manufacture; stage testing, inspection, testing before
dispatch, packing, supply and delivery of insulators specified here in under.

a) 120 kN EM strength Glass Disc Insulators

6.0.1.2. 120 kN EM strength Glass Disc Insulators shall be used for suspension towers in the
following insulator strings along with hardware fittings:
Single suspension Insulator string for suspension towers and for other important
suspension crossing locations.
6.0.1.3. 120 kN EM strength Glass Disc Insulators shall be used in the following Insulator string
along with hardware fittings:
Single Tension Insulator strings for angle towers and Railway and other crossings.
6.0.2. STANDARDS

a) The insulator strings and its components shall conform to the following
Indian/International Standards which shall mean latest revision, with
amendments/changes adopted and published, unless specifically stated
otherwise in the specification.

b) In the event of supply of insulators conforming to Standards other than


specified, the Bidder shall confirm in his bid that these standards are equivalent
to those specified. In case of award, salient features of comparison between
the standards proposed by the Bidder and those specified in this document will
be provided by the supplier to establish equivalence.

i) IEC 61109-2008 Insulators for overhead lines- Composite suspension


and tension insulators for a.c. systems with a
nominal voltage greater than 1000 V – Definitions,

431
test methods and acceptance criteria

ii) IEC 60060 High-voltage test techniques

iii) IEC : 60575 Thermal-Mechanical Performance Test And


Mechanical Performance Test On String Insulator
Units First Edition

iv) IEC-60120:1984 Dimensions of ball and socket couplings of string


insulator units.

v) IEC 60815 Selection and dimensioning of high voltage


insulators intended for use in polluted conditions –
Part 1: Definitions, information and general
principles

Part 2: Insulator strings and insulator sets for a.c.


system – definitions, test methods and acceptance
criteria

Part 3: Polymer insulators for a.c. systems.

vi) IEC 610952 Insulators for overhead lines- Composite line post
insulators for a.c. systems with a nominal voltage
greater than 1000 V – Definitions, test methods and
acceptance criteria

vii) IEC -60363 Tests or insulators of ceramic material or glass or


glass for overhead lines a nominal voltage greater
than 1000 V

viii) IEC 61466 composite string insulator unit for overhead lines -
with a nominal voltage greater than 1000 V –
Part 1
standard strength classes and end fittings

ix) IEC 61466 composite string insulator unit for overhead lines -
with a nominal voltage greater than 1000 V –

432
Part 2 dimensional and electrical characteristics

x) IEC 61467 Insulators for overhead lines- Composite suspension


and tension insulators for a.c. systems with a
nominal voltage greater than 1000 V – Power Arc
Test

xi) ISO 1461:2009 Hot dip galvanized coatings on fabricated iron and
steel articles — Specifications and test methods.

The equipment and material meeting the requirement of any other internationally
recognized standard which ensure a quality equal or better than the standard
mentioned above shall also be acceptable.

6.0.3. TECHNICAL DESCRIPTION

a) Details of Glass Disc Insulators

 The Insulator of the strings shall consist of standard discs for a three
phase, 50 Hz, effectively earthed 161 kV Transmission systems in a
moderately polluted atmosphere. The discs shall be cap and pin, ball and
socket type.

 Bidder shall quote for Glass Disc Insulators made of Glass in accordance
with the clause 6.1.1 (Scope).

 The size of Glass Disc Insulators, minimum creepage distance, the number
to be used in different types of strings, their electromechanical strength
and mechanical strength of insulator strings along with hardware fittings
shall be as in Table below:

433
S. No. Particulars Single Double Single Double Pilot
Suspension Suspension Tension Tension Insulator
String (I) String (II) String (I) String String
(II)
1. No. of standard 11 2 x 11 12 2 x 12 11
Discs
2. Size of disc-mm 280 x146 280 x146 280 280 280 x146
x146 x146
3. E&M Strength of 120 kN 120 kN 120 kN 120 kN 120 kN
each string
4. Ball and socket 16 16 16 16 16
Designation (mm)
5. Minimum Creepage 440 mm 440 440 440 440
distance of each disc
6. Power Frequency
(kV) 85 85 85 85 85
Dry 50 50 50 50 50
Wet
7. Lightning Impulse
withstand level (kV)
Withstand 125 125 125 125 125
Flashover 130 130 130 130 130

b) Bid Drawings

i. The bidder shall furnish full description and illustration of the material
offered.

ii. The Bidder shall furnish along with the bid the outline drawing (6 copies)
of each insulator unit including a cross-sectional view of the insulator

434
shell. The drawing shall include but not be limited to the following
information:

a. Shell diameter and ball to ball spacing with manufacturing


tolerances.

b. Minimum creepage distance with positive tolerance.

c. Eccentricity of the disc

o Axial run out

o Radial run out

d. Unit mechanical and electrical characteristics.

e. Size and weight of ball and socket parts.

f. Weight of unit insulator disc.

g. Materials for the disc, cap and pin and standard to which
conforming.

h. Identification mark.

i. Manufacturer's catalogue number.

j. Brief installation instructions.

k. Relevant technical details of significance.

l. Galvanization Process, weight of zinc and no. and duration of dips.

iii. Drawings for complete Insulator strings may be furnished with following
information.

a. Dimensional drawings for different insulator strings.

b. EMS

c. No. of Glass Disc Insulators units in each string.

d. Weight of insulator discs, Hardware sets and total weight of insulator


strings.

435
e. Tolerance if any.

iv. After placement of the award, the contractor shall submit fully
dimensioned insulator drawings containing all the details as given in Clause
No.6.1.3 above, in four (4) copies to owner for approval. After getting
approval from owner and successful completion of all the type tests, the
contractor shall submit 30 more copies of the same drawing to the owner
for further distribution and field use at Owner's end.

v. After placement of award the supplier shall also submit fully dimensioned
insulator crate drawing of different types of insulators.

6.0.4. GENERAL TECHNICAL REQUIREMENTS

a) Glass

The Glass used in the manufacture of the shells shall be clear green Brown,
nonporous of high dielectric, mechanical and thermal strength, free from
internal stresses, blisters, laminations, voids, foreign matter, imperfections or
other defects which might render it in any way unsuitable for insulator shells.
Glass shall remain unaffected by climatic conditions, ozone, acid, alkalies, zinc
or dust. The manufacturing shall be by the wet process and impervious
character obtained by thorough verification.

b) Metal Parts

 Cap and Ball Pins

Ball pins shall be made with drop forged steel and caps with malleable
cast iron. They shall be in one single piece and duly hot dip galvanized.
They shall not contain parts or pieces joined together, welded, shrink
fitted or by any other process from more than one piece of material. The
pins shall be of high tensile steel, drop forged and heat treated. The caps
shall be cast with good quality black heart malleable, cast iron/spherical
graphite iron/drop forged steel and annealed. Galvanizing shall be by the
hot dip process with a heavy coating of zinc of very high purity. The

436
Bidder shall specify the grade, composition and mechanical properties of
steel used for caps and pins.

 Security Clips

The R type security clips shall be made of good quality phosphor bronze
or stainless steel.

c) Filler Material

The cap and pin should be assembled on the glass piece using
aluminous cement with the appropriate properties to withstand the
thermomechanical efforts.

The aluminous cement to be used as a filler material shall be quick


setting, fast curing Portland cement. It shall not cause fracture by
expansion or loosening by contraction. Cement shall not react
chemically with metal parts in contact with it and its thickness shall be
as small and as uniform as possible. Proper care shall be taken to
correctly centre and locate individual parts during cementing.

d) Material Design And Workmanship

 General

i) All raw materials to be used in the manufacture of these insulators


shall be subject to strict raw material quality control and to stage
testing/ quality control during manufacturing stage to ensure the
quality of the final end product. Manufacturing shall conform to the
best engineering practices adopted in the field of extra high voltage
transmission. Bidders shall therefore offer insulators as are
guaranteed by them for satisfactory performance on 161 kV
Transmission Lines.

ii) The design, manufacturing process and material control at various


stages shall be such as to give maximum working load, highest

437
mobility, best resistance to corrosion, good finish, elimination of
sharp edges and corners to limit corona and radio interference
voltages.

 Insulator Shell

The design of the insulator shells shall be such that stresses due to
expansion and contraction in any part of the insulator shall not lead to
deterioration. Shells shall be dried under controlled conditions of
humidity and temperature.

 Metal Parts

i) The pin and cap shall be designed to transmit the mechanical stresses
to the shell by compression and develop uniform mechanical strength
in the insulator. The cap shall be circular with the inner and outer
surfaces concentric and of such design that it will not yield or distort
under loaded conditions. The head portion of the pin ball shall be
suitably designed so that when the insulator is under tension, the
stresses are uniformly distributed over the pinhole portion of the
shell. The pin ball shall move freely in the ball socket either during
assembly of a string or during erection of a string or when a string is
placed in position.

ii) Metal caps shall be free from cracks, seams, shrinks, air holes, blow
holes and rough edges. All metal surfaces shall be perfectly smooth
with no projecting parts or irregularities which may cause corona. All
load bearing surfaces shall be smooth and uniform so as to distribute
the loading stresses uniformly. Pins shall not show any microscopically
visible cracks, inclusions and voids.

 Galvanizing
All ferrous parts shall be hot dip galvanized in accordance with the latest
edition of ISO 1461:2009 /Equivalent International standards. The zinc to

438
be used for galvanizing shall conform to grade Zn 99.5. The zinc coating
shall be uniform, smoothly adherent, reasonably bright, continuous and
free from impurities such as flux, ash, rust stains, bulky white deposits
and blisters. Before ball pins are galvanized, all die flashing on the shank
and on the bearing surface of the ball shall be carefully removed without
reducing the designed dimensional requirements. The galvanized metal
parts shall be guaranteed to withstand at least six successive dips each
lasting one minute duration under the standard preece test.

e) Security Clips (Locking Devices)

 Socket fitting shall be provided with R-shaped security clip in accordance


with IEC 60372 to provide positive locking against unintentional
disengagement of socket from ball of the insulator. The security clip shall
be humped to maintain the clip in the locked position and shall have
prongs spread to prevent complete withdrawal from the socket .The clip
end shall not project outside the recess of socket when the clip is in
locked position. The locking device should be resilient, corrosion
resistant and of suitable mechanical strength. There shall be no risk of
the locking device being displaced accidentally or being rotated when in
position. Under no circumstances shall the locking device allow
separation of insulator units of strings.

 The hole for the security clip shall be on the side of the socket opposite
to the socket opening. The hole for the clip shall be countersunk. The clip
eye shall be of such design that the same may be engaged by a hotline
clip puller to provide for disengagement under energized conditions.

 The force required to pull the clip to its unlocked position shall not be
less than 50 N or more than 500 N.

 The security clip shall be made of stainless steel of type AISI 302 or 304
or phosphor bronze as per IEC 60372.

439
f) Ball and Socket Designation

The dimensions of the balls and sockets for 120kN discs shall be of 16 mm
designation, respectively in accordance with the standard dimensions stated
in IEC 60120.

g) Interchangeability
The insulators inclusive of the ball and socket fitting shall be of standard design
suitable for use with hardware fittings of any make conforming to relevant
Indian standards or Equivalent International standards.

h) Corona and RI Performance


All surfaces shall be clean, even, and smooth, without cuts, abrasions or
projections. No part shall be subjected to excessive localized pressure. The
metal parts and Glass shall not produce any noise generating corona under all
operating conditions.

i) Suitability for Live Line Maintenance

The insulators shall be compatible for use with hot line or live line
maintenance techniques so that usual hot line operations can be carried out
with ease, speed and safety.

j) Methods And Periodicity Of Maintenance

Bidders shall indicate the methods generally adopted in routine hot and cold
line maintenance of EHV lines for similar Glass Disc Insulators supplied by
them. Bidders shall also indicate the recommended periodicity of such
maintenance.

k) Freedom from Defects

Insulators shall have none of the following defects:

i) Ball pin shake

ii) Cementing defects near the pin like small blow holes, small hair cracks,
lumps, etc.

440
l) Insulator Strings

 Type and Rating


The insulator strings shall be formed with standard Glass Disc Insulators
described in this specification for use on three phases, 161 kV,50 Hz
effectively earthed systems in a moderately polluted atmosphere.
Suspension insulator strings for use with suspension/tangent towers are
to be fitted with Glass Disc Insulators units of 120kN EMS rating while
tension insulator strings for use with anchor/ tension towers are to be
fitted with Glass Disc Insulators units of 120kN EMS rating.

 String Size
The size of the Glass Disc Insulators, the number to be used in different
types of strings, their electromechanical strength with minimum nominal
creepage distance shall be in accordance with Cl.No.6.1.3

 Insulator units after assembly shall be concentric and coaxial within


limits as permitted by Indian Standards or Equivalent International
standards.

 The string design shall be such that when units are coupled together,
there should not be contact between the shell of one unit and metal of
the next adjacent unit. The design of the ribs shall be such that the
security clip of the insulator can engaged and disengaged easily with the
hot stick without damaging the shell ribs.

a) The manufacturer of the Glass Disc Insulators shall guarantee an insulator


failure rate not exceeding (One) per 10,000(Ten thousand) per year. In case
the annual failure rate during the first ten years of service exceeds the above
figure, under normal operating condition, as will be determined by check to be
conducted as per mutually agreed procedure and conditions up to ten years
(as permitted by the operating situation), the supplier shall supply to the
purchaser free of cost spare insulators equal to 10 times the excess failure.

441
6.0.5. TESTS

a) The following tests shall be carried out on the insulator string and Glass Disc
Insulators.

i. Type Tests

These shall mean those tests which are to be carried out to prove the
design, process of manufacture and general conformity of the material
and product with the intent of this specification. These tests shall be
conducted on a representative number of samples prior to
commencement of commercial production. The supplier shall indicate
his schedule for carrying out these tests.

ii. Acceptance Tests

These shall mean those tests which are to be carried out on samples
taken from each lot offered for pre-dispatch inspection for the purpose
of acceptance of the lot.

iii. Routine Tests

These tests shall mean those tests, which are to be carried out on each
insulator to check the requirements which are likely to vary during
production.

iv. Stage Tests During Manufacture

Stage tests during manufacture shall mean those tests which are to be
carried out during the process of manufacture and end inspection by
the Supplier to ensure the quality control such that the end product is
of the desired quality conforming to the intent of this specification.

b) Test Values

For all type and acceptance tests, the acceptance values shall be the values
guaranteed by the bidder in the Guaranteed Technical Particulars or the

442
acceptance values specified in this specification or the relevant standard
whichever is more stringent for that particular test.

c) Test Procedures And Sampling Norms

The norms and procedures of sampling for the above tests shall be as per the
relevant Indian Standard or other internationally accepted standards. This will
be discussed and mutually agreed to between the supplier and the purchaser
before placement of order. The standards and norms according to which these
tests are to be carried out are listed against each test. Where a particular test
is a specific requirement of this specification, the norms and procedures of the
same shall be as per Clause 6.1.13 or as mutually agreed to between the
Supplier and the Purchaser in the Quality Assurance Program.

d) The following type tests shall be conducted on the Glass Disc Insulators units.

1 Verification of dimensions
2 Dry lightning Impulse withstand voltage test AS PER IEC: 60383
3 Wet power frequency withstand voltage test
4 Electromechanical failing load test (also cl.6.1.13.16)
5 Thermal Mechanical Performance test (also cl.6.1.13.14)
6 Verification of the displacements
7 Verification of the locking system
8 Temperature cycle test AS PER IEC: 60383-1-
1993
9 Puncture withstand test
10 Porosity test AS PER IEC: 60383-1-
11 Galvanizing test 1993
12 Visual examination test AS PER IEC: 60383-1-
13 Wet power frequency voltage flashover test 1993
14 Visible discharge test
15 RIV test (dry)

443
16 Metallurgical test
17 Residual strength test As per cl.6.1.13.15 or
Equivalent International
standards
18 Steep wave front test As per cl.6.1.13.13

19 Mechanical Performance test As per IEC: 575-1977

The Thermal mechanical performance test and steep wave front test shall be
repeated once for every supply of 25,000 nos. insulators. The samples shall be
drawn randomly from any offered acceptance lot.

e) Acceptance Tests (On Glass Disc Insulators Units)

1 Verification of dimensions

2 Verification of the displacements

3 Verification of the locking system As per IEC 383-1-1993

4 Temperature cycle test

5 Electromechanical failing load test (also


cl.6.1.13.16)

6 Porosity test

7 Galvanizing test

8 Visual examination test

9 Residual strength test

10 Metallurgical test

11 Mechanical Performance test As per IEC: 575- 1977

f) Routine Tests (Glass Disc Insulators)

444
1 Visual Inspection test

2 Mechanical test As per IEC 383-1

3 Electrical test 1993.

g) The following Type Tests shall be conducted on complete insulator strings with
hardware fittings.

1 Wet power frequency voltage test As per IEC: 383-2: 1992

2 Lightning impulse voltage test

3 Visual Examination IS: 731 or Equivalent


International standards

4 Voltage distribution test As per Cl.6.1.13.8

5 RIV test As Per Cl.6.1.13.10

6 Mechanical strength test As Per Cl.6.1.13.1

7 Dynamic/Vibration test As Per Cl.6.1.13.9

8 Corona Extinction voltage test As Per Cl.6.1.13.11

9 Pollution withstand voltage test As Per Cl.6.1.13.12

h) All the type tests given under clause 6.1.5(g) shall be conducted on
single/Double suspension and single/Double tension insulator string along
with hardware fittings.

All the above tests except at Sl No. 7 shall also be conducted on single
suspension pilot insulator strings along with hardware fittings.

i) Tests During Manufacture (Stage Tests)

On all components as applicable

445
a. Chemical analysis of Zinc used for galvanizing As per Cl.6.1.13.2

b. Chemical analysis, mechanical and


metallographic test and magnetic particle As per Cl.6.1.13.4
inspection for malleable castings

c. Chemical analysis, hardness test and magnetic As per Cl.6.1.13.3


particle inspection for forgings

d. Hydraulic internal Pressure on shell As per Cl.6.1.13.6

e. Crack detection test for metal parts As per Cl.6.1.13.7

j) Additional Tests

 The Purchaser reserves the right for carrying out any other tests of a
reasonable nature at the works of the Supplier/ laboratory / research
institute in addition to the above mentioned type, acceptance and
routine tests at the cost of the Purchaser to satisfy that the material
complies with the intent of this specification.

 For 161 kV insulator strings, the Contractor is required to produce


type test reports to the satisfaction of the Purchaser.

 Repeat E&M strength test.

E&M test on 20 nos. of samples for every lot of 10,000 nos. received
at site shall be conducted preferably at independent laboratory. Test
charges have to be borne by the supplier and shall be included in
quoted Ex-works price. In case of failure, it will be repeated on double
nos. of samples and if it again fails, the whole lot should be rejected
and shall be replaced by the supplier. The samples have to be taken at
random after segregating insulators damaged in transportation or
otherwise.

446
 The purchaser also reserves the right to conduct all the tests
mentioned in this specification at his own expense on the samples
drawn from the site at supplier's premises or at any other test centre.
In case of evidence of noncompliance, it shall be binding on the part of
the supplier to prove the compliance of the items to the Technical
Specifications by repeat test or correction of deficiencies or
replacement of defective items, all without any extra cost to the
Purchaser.

k) Test Charges and Test Schedule

 Type Tests

 All the materials offered shall be fully type tested as per this
specification and the Bidder shall furnish four sets of type test reports
along with the offer. These tests must not have been conducted
earlier than five years. The Purchaser reserves the right to demand
repetition of some or all the type tests in the presence of Purchaser's
representative. For this purpose, the Bidder may quote unit rates for
carrying out each type test. These prices shall be taken into
consideration for bid evaluation. For any change in the design/type
offered against this specification, Purchaser reserves the right to
demand repetition of tests without any extra cost. Bidder shall
indicate unit type test charges for all the tests covered under Clause
6.1.5(g) and 6.1.5(j) separately, in the relevant schedule. Charges for
each type test shall be separately indicated. Test charges indicated by
the bidder shall be inclusive of repeat type tests.

 In case of any failure during testing on complete insulator string, the


test shall be repeated at the Contractor's cost.

 In case of failure of any type test, the Contractor is either required to


modify the design of the material and successfully carryout all the

447
type tests as has been detailed out in Clauses 6.1.5of this specification
or to repeat that Particular type test at least three times successfully
at his own expenses. The decision of the purchaser in this regard shall
be final and binding.

 Bidder shall indicate the laboratories in which they propose to


conduct the type tests. They shall ensure that the tests can be
completed in these laboratories within the time schedule guaranteed
by him in the appropriate schedule.

 The entire cost of testing for acceptance and routine tests and tests
during manufacture specified herein shall be treated as included in the
quoted unit price of Glass Disc Insulators except for the expenses of
the Inspector/Owner's representative. All acceptance tests as
stipulated herein shall be carried out by the supplier in the presence
of purchaser's representative. The record of routine tests, as and
when desired by the Purchaser shall be furnished by the contractor.

 In case of failure in any type test, if repeat tests are required to be


conducted, then all the expenses for deputation of
inspector/Purchaser’s representative shall be deducted from the
contract price. Also if on receipt of Contractor’s notice of testing, the
Purchaser’s representative does not find ‘plant’ to be ready for testing
the expenses incurred by the Purchaser for re-deputation shall be
deducted from the contract price.

 Immediately after finalization of the programme of type/acceptance


testing, the Supplier shall give sufficient advance intimation to the
Purchaser, to enable him to depute his representative for witnessing
the tests.

l) Sample Batch for Type Testing

448
 The supplier shall offer material for sample selection for type testing
only after getting Quality Assurance Programme approved by the
Purchaser. The supplier shall offer at least three times the quantity of
materials required for conducting all the type tests for sample
selection. The sample for type testing will be manufactured strictly in
accordance with the Quality Assurance Programme approved by the
Purchaser.

 Before sample selection for type testing, the supplier shall be required
to conduct all the acceptance tests successfully in presence of
Purchaser's representative.

m) Schedule of Testing

The Bidder has to indicate the schedule of following activities in their bids:

I. Submission of drawing for approval

II. Submission of Quality Assurance Programme for approval

III. Offering of material for sample selection for type testing.

IV. Type testing.

6.0.6. INSPECTION

I. The Purchaser and his representatives shall at all times be entitled to have
access to the works and to all places of manufacturer, where the insulators
are manufactured and the Supplier shall afford all facilities for unrestricted
inspection of the works, inspection of materials, inspection of manufacturing
process of insulators and for conducting necessary tests as specified herein.

II. The Supplier shall keep the Purchaser informed in advance of the time of
starting and of the progress of manufacture of insulators in its various stages
so that arrangements could be made for inspection.

III. No material shall be dispatched from its point of manufacture unless the
material has been satisfactorily inspected and tested.

449
IV. The acceptance of any quantity of insulators shall in no way relieve the
Supplier of his responsibility for meeting all the requirements of this
specification and shall not prevent subsequent rejection if such insulators are
later found to be defective.

V. The material for final inspection shall be offered by the supplier only under
packed condition as detailed earlier in the specification. The purchaser shall
select sample at random from the packed lot for carrying out acceptance
tests. Insulators shall normally be offered for inspection in lots not exceeding
5,000 nos. The lot should be homogeneous, and should contain insulators
manufactured in the span of not more than 3-4 consecutive weeks.

6.0.7. IDENTIFICATION MARKING

I. Each Glass Disc Insulators unit shall be legibly and indelibly marked with the
trade mark of the manufacturer, the year of manufacture, the guaranteed
combined mechanical and electrical strength in Kilo-Newton’s abbreviated by
'kN' to facilitate easy identification and proper use.

II. The marking shall be on Glass. The marking on the insulator shall be printed
and not impressed.

III. One 10mm thick ring or 20mm thick spot of suitable quality of paint shall be
marked on the cap of each insulator of particular strength for easy
identification of the type of insulator. The paint shall not have any
deteriorating effect on the insulator performance.

6.0.8. QUALITY ASSURANCE PLAN

a) The Bidder shall invariably furnish the following information along with
his offer, failing which the offer shall be liable for rejection. Information
shall be separately given for individual type of equipment offered.

i) Statement giving list of important raw materials, names of sub


suppliers for the raw material, list of standards according to which
the raw material are tested, list of tests normally carried out on raw

450
material in presence of Bidder's representative and copies of test
certificates.

ii) Information and copies of test certificates as in (i) above in respect of


bought out items.

iii) List of manufacturing facilities available.

iv) Level of automation achieved and list of areas where manual


processing exists.

v) List of areas in manufacturing process, where stage inspections are


normally carried out for quality control and details of such tests and
inspections.

vi) Special features provided in the hardware to make it maintenance


free.

vii) List of testing equipment available with the Bidder for final testing of
insulators specified and test plant limitation, if any, vis-a-vis the type,
special, acceptance and routine tests specified in the relevant
standards. These limitations shall be very clearly brought out in
schedule of deviations from specified test requirements.

b) The Supplier shall within 30 days of placement of order, submit the


following information to the Purchaser.

i) List of raw material as well as bought out accessories and the name
of the raw material as well as bought out accessories with the names
of sub-suppliers selected from those furnished along with the offer.

ii) Type test certificates of the raw material and bought out accessories.

iii) Quality Assurance Plan (QAP) with customer holds points for
Purchaser's inspection. The QAP and Purchaser's hold points shall be
discussed between the Purchaser and the Supplier before the QAP is
finalized.

451
c) The supplier shall submit the routine test certificates of bought out items
and raw material at the time of routine testing of insulators.

6.0.9. TEST REPORTS

a. Four copies of type test reports shall be furnished to the Purchaser within one
month of conducting the tests. One copy will be returned duly certified by the
Purchaser to the Supplier within three weeks there afterwards and on receipt
of the same Supplier shall commence with the commercial production of the
concerned material.

b. Four copies of acceptance test reports shall be furnished to the Purchaser.


One copy will be returned, duly certified by the Purchaser and only thereafter
shall the materials be dispatched.

c. All records of routine test reports shall be maintained by the Supplier at his
works for periodic inspection by the Purchaser.

d. All test reports of tests conducted during manufacture shall be maintained by


the Supplier. These shall be produced for verification as and when requested
for by the Purchaser.

6.0.10. COORDINATION FOR TESTING

The contractor shall take full responsibility for supply and testing of insulator discs
with the required hardware fittings and shall have to also guarantee the test values
and overall satisfactory performance of Glass Disc Insulators with the hardware
fittings.

6.0.11. PACKING AND FORWARDING

i. All insulators shall be packed in strong seasoned wooden crates. The gross
weight of the crates along with insulators shall not normally exceed 50 kg to
avoid handling problem.

ii. The packing shall be of sufficient strength to withstand rough handling


during transit, storage at site and subsequent handling in the field.

452
iii. Suitable cushioning, protective padding, or dunnage or spacer shall be
provided to prevent damage to or deformation during transit and handling.

iv. All packing cases shall be marked legibly and correctly so as to ensure their
safe arrival at their destination and to avoid the possibility of goods being
lost or wrongly dispatched on account of faulty packing or faulty or illegible
markings. Each wooden case/crate shall have all the markings stenciled on it
in indelible ink. All galvanized components shall be given a protective
coating against formation of white rust.

6.0.12. QUANTITY AND DELIVERY REQUIREMENTS (Not applicable)

The schedule of requirements and the desired delivery is set out in Subpart-III.

6.0.13. TEST DETAILS

1. Mechanical Strength Test

The complete insulator string along with its hardware fittings without arcing horn and
suspension assembly / dead end assembly shall be subjected to a load equal to 50% of the
specified minimum ultimate tensile strength (UTS) which shall be increased at a steady rate
to 67% of the minimum UTS specified. The load shall be held for five minutes and then
removed. After removal of the load, the string components shall not show any visual
deformation and it shall be possible to disassemble them by hand. Hand tools may be used
to remote cotter pins and loosen the nuts initially. The string shall then be reassembled and
loaded to 50% of UTS and the load shall be further increased at a steady rate to the
specified minimum UTS and held for one minute. No fracture should occur during this
period. The applied load shall then be increased until the failing load is reached and the
value recorded.

2. Chemical Analysis of Zinc Used For Galvanizing

Samples taken from the zinc ingot shall be chemically analyzed. The purity of zinc shall not
be less than 99.5 %.

3. Tests For Forgings

453
The chemical analysis, hardness test, and magnetic particle inspection for forgings, will be as
per the internationally recognized procedures for these tests. The sampling will be based on
heat number and heat treatment batch. The details regarding test will be as discussed and
mutually agreed to by the supplier and purchaser in the Quality Assurance Programme.

4. Tests On Castings

The chemical analysis, mechanical and metallographic tests and magnetic particle inspection
for castings will be as per the internationally recognized procedures for these tests. The
sampling will be based on heat number and heat treatment batch. The details regarding test
will be as discussed and mutually agreed to by the supplier and purchaser in the Quality
Assurance Programme.

5. Eccentricity Test

The insulator shall be vertically mounted on a fixture using dummy pin and socket. A vertical
scale with horizontal slider shall be used for the axial run out. The pointer shall be
positioned in contact with the bottom of the outermost petticoat of the disc. The Glass Disc
Insulators shall be rotated with reference to the fixture and the slider shall be allowed to
move up and down on the scale but always maintaining contact with the bottom of the
outermost petticoat. After one full rotation of the disc the maximum and minimum position
the slider has reached on the scale can be found out. Difference between the above two
readings shall satisfy the guaranteed value for axial run out. Similarly using a horizontal scale
with vertical slider the radial run out shall be measured. The slider shall be positioned on the
scale to establish contact with the circumference of the disc insulator and disc insulator
rotated on its fixture always maintaining the contact. After one full rotation of the disc the
maximum and minimum position of the slider reached on the scale are found out. The
difference between the above readings shall satisfy the guaranteed value for radial run out.

6. Hydraulic Internal Pressure Test on Shells

454
The test shall be carried out on 100% shells before assembly. The details regarding test will
be as discussed and mutually agreed to by the supplier and purchaser in the Quality
Assurance Programme.

7. Crack Detection Test

Crack detection test shall be carried out on each ball pin before assembly of disc unit. The
manufacturer shall maintain complete record of having conducted such tests on each and
every piece of ball pin. The bidder shall furnish full details of the equipment available with
him for crack test and also indicate the test procedure in detail.

8. Voltage Distribution Test

The voltage across each insulator unit shall be measured by sphere gap method. The result
obtained shall be converted into percentage. The voltage across any disc shall not exceed
13% for suspension insulator strings and 14% for tension insulator strings.

9. Vibration Test

The suspension string shall be tested in suspension mode and tension string in tension mode
itself in laboratory span of minimum 30 meters. In the case of suspension string a load equal
to 600 kg shall be applied along the axis of the suspension string by means of turn buckle.
The insulator string along with hardware fittings and conductor tensioned at 35 kN shall be
secured with clamps. The system shall be suitable to maintain constant tension on
conductor throughout the duration of the test. Vibration dampers shall not be used on the
test span. The conductor shall be vertically vibrated at one of the resonance frequencies of
the insulators string (more than 10 Hz) by means of vibration inducing equipment. The peak
to peak displacement in mm of vibration at the antinodes point nearest to the string shall be
measured and the same shall not be less than 1000/f1.8 where f is the frequency of vibration
in cycles/sec. The insulator string shall be vibrated for not less than 10 million cycles without
any failure. After the test the Glass Disc Insulators shall be examined for looseness of pins
and cap or any crack in the cement. The hardware shall be examined for looseness for
fatigue failure and mechanical strength test. There shall be no deterioration of properties of

455
hardware components and Glass Disc Insulators after the vibration test. The Glass Disc
Insulators shall be subjected to the following tests as per relevant standards:

Tests: Percentage of discs to be tested.

Temperature cycle test followed by mechanical performance test 60

Puncture test 40

10. RIV Test (Dry)

Under the conditions as specified under clause 6.1.13.11 below the insulator string along
with complete hardware fittings shall have a radio interference voltage level below
1000 microvolts at one (1) MHz when subjected to 50 Hz AC voltage of 154 kV(rms) line to
ground under dry conditions. The test procedure shall be in accordance with IEC:
437/Equivalent International standards, or its latest revision thereof.

11. Corona Extinction Voltage Test

The complete insulator string when subjected to power frequency voltage shall have a
corona extinction voltage of not less than 154 kVrms line to ground under dry conditions.
There shall be no evidence of corona on any part of the samples when all sources of corona
are photographed in a darkened room. The atmospheric conditions during testing shall be
recorded and the test results shall be accordingly corrected to standard atmospheric
conditions with suitable correction factor as stipulated in IEC: 383.

12. Pollution Withstand Voltage Test

The test shall be carried out in accordance with the clean fog test method (solid layer
method) prescribed in Section 4 of IEC: 507-1991.Test procedure is as follows:-

The test object is first contaminated by dipping in contaminant solution, which is composed
of salt (NaCl), non-soluble material (Kaolin) and water. Non-soluble deposit density (NSDD)
and salt deposit density are 0.1 mg/sq.cm and 0.03 mg/sq.cm, respectively. After having
been contaminated and dried, the test object is installed in the fog chamber. The specified
constant test voltage as per IEC-507 is applied to the test object and then artificial steam fog
is generated. The applied voltage is maintained for 60 minutes or until flash over occurs

456
within 60 minutes. The above procedure is repeated at least three (3) times on renewed
contaminated test object.

13. Steep Wave Front Test

The following test shall be performed on 10 insulator units selected at random from the lot
offered for selection for Type test.

(a) Each insulator unit shall the subjected to five successive positive and negative flashovers
with a wave having minimum effective rate of rise of 2500 kV per microsecond.

(b) Each unit shall then be subjected to three dry power frequency voltage flashovers.

Acceptance Criteria: An insulator shall be deemed to have met the requirement of this test
if having been successfully subjected to the ten impulse flashovers; the arithmetic mean of
the three subsequent dry power frequency voltage flashover values equals or exceeds 95%
of the rated dry power frequency flashover voltage. An insulator shall be deemed to have
failed to meet the requirement of above testing if

a. It has not flashed over when the oscillogram or peak voltage indicator shows a marked
reduction in voltage.

or

b. Any one of the subsequent three dry power frequency voltage flashover values is less than
80% of the value specified. Failure of any one unit either in the steep front of wave or
subsequent low frequency voltage test shall be cause for testing on double number of units.

14. Thermal Mechanical Performance Test

Thermal Mechanical Performance Test shall be performed in accordance with IEC 383-1-
1993 clause 20 with the following modifications:

(I) The applied mechanical load during this test shall be 70 % of the rated electromechanical or
mechanical value.

(ii) The acceptance criteria shall be

(A) X greater than or equal to R+3S

457
Where X is Mean value of the individual mechanical failing load.

R is the Rated electro-mechanical/mechanical failing load.

S is the Standard deviation

(B) The minimum sample size shall be taken as 20 for Glass Disc Insulators units.

(C) The individual electromechanical failing load shall be at least equal to the rated value. Also
puncture shall not occur before the ultimate fracture.

15. Residual Strength Test

The above test shall be performed as per clauses 4.4 and 4.5 of IEC-797 preceded by the
temperature cycle test. The sample size shall be 25 and the evaluation of the results and
acceptance criteria shall be as per clause no. 4.6 of IEC:797.

16. Electromechanical Failing Load Test

This test shall be performed in accordance with clause 18 of IEC-383 with the following
acceptance criteria:

(i) X greater than or equal R+3S where

X Mean value of the electro-mechanical failing load.

R Rated electromechanical failing load

S Standard deviation

(ii) The minimum sample size shall be taken as 20 for Glass Disc Insulators units. However, for
larger lot size, IEC-591 shall be applicable.

(iii) The individual electro-mechanical failing load shall be at least equal to the rated value. Also
electrical puncture shall not occur before the ultimate fracture.

6.1. INSULATOR HARDWARE FITTINGS

458
6.1.1. SCOPE
6.1.1.1. This section covers design, manufacture, stage testing, inspection and testing before
dispatch, packing, supply and delivery FADS (free at destination site/store) of
hardware fittings, specified herein under for their satisfactory operation on 161 kV
transmission lines.
6.1.1.2. The following are the materials covered in this specification:

Hardware Fittings for Insulators for 161kV

S.No. Insulator String

1 Single ‘I’ Suspension Insulator String

2 Double ‘II’ Suspension Insulator String

3 Single ‘I’ Tension Insulator String

4 Double ‘II’ Tension Insulator String

5 Suspension ‘Pilot’ Insulator String

6.1.1.3. For single ‘I’ suspension insulator strings, Double ‘II’ Suspension Insulator String, single
suspension ‘pilot’ insulator string, Glass Disc Insulators units of 120kN EM strength
shall be used.
6.1.1.4. For Single ‘I’ Tension Insulator String, Double ‘II’ Tension Insulator String Glass Disc
Insulators units of 120kN EM strength shall be used.

6.1.2. STANDARDS
6.1.2.1. All items of work of Design/Engineering /Manufacture, Testing and inspection shall
conform to the relevant BIS, IEC, IEEE, ASTM and ANSI Standards. It is not possible
to include all standards herein. Bidder shall supply a list of such standards in the Bid.
However few indicative standards are as follows:
6.1.2.2. Some of the applicable Standards, along with internationally recognized standards to
which these generally correspond are as given below.

459
Sl.No. International & TITLE
Internationally
recognized standard
1 BS: 3436-1986 Specification for Zinc
2 BS: 137-1982 (I & II) Method of high voltage testing, general definitions and
IEC:274-1968 test requirement
IEC: 383-1993 (Part General definitions and test requirements.
I&II) Test Procedure
Measuring devices.
3 IEC 383 -1993 (Part Glass insulators for overhead power lines with a
I&II) nominal voltage greater than 1000 V

5 IEC 61284 Specification for insulator fittings for overhead power


lines with a nominal voltage greater than 1000V.
BS: 3288-1979 General requirements and Tests
IEC: 120-1984 Dimensional requirements

IEC: 372-1984 Locking Devices.


6 ISO 1461 Recommended practice for hotdip galvanizing of iron
and steel.
7 Method for testing of uniformity of coating of zinc
coated articles.
8 ISO/R947 and Hexagonal bolts and nuts.
ISO/R272
9 IEC: 305-1978 Dimensions for disc insulators.
10 ISO/R 68-1969, R-26- ISO metric screw threads.
1963, R262-1969, R
965-1969.
11 BS: 433-1969 Determination of weight of zinc coating on zinc coated

460
ISO:1460(E) iron and steel articles.

12 IEC: 437-1973 NEMA Methods of RI test on HV insulators.


PUBLICATION
NO.107/1964 CISPR
13 IEC:506-1975 Methods for switching impulse test on HV insulators.

14 IEC: 575 Thermal mechanical performance test and mechanical


performance test on string insulator units.
IEC: 591-1978 Sampling rules
15 ISO/R272-1968 Hexagonal bolts for steel structures.
16 ASTM-D1171 Ozone test on Elastomer.

6.1.3. DETAILS OF HARDWARE FITTINGS

a) The hardware fittings shall be as per the specification. Hardware fittings shall be
suitable for Single suspension insulator strings and Single tension insulator
strings. Each hardware fitting shall be supplied complete in all respects and shall
include all components indicated in the specification.

Particulars Suspension Tension Pilot

No. of Disc 1x 11 1x12 1x11

Minimum Total 3220 3220 3220


creepage distance
(mm)

Power Frequency 325 kV 325 kV 325 kV

withstand level

Lightning impulse 750 kVp 750 kVp 750 kVp

withstand level.

461
b) Specification Drawings

A list of specification drawings in respect of the hardware fittings of this


specification are indicated in drawings. These specification drawings are
attached herewith for information and guidance of the Bidder only. The
drawings to be furnished by the Bidder shall be as per his own design and
manufacture and shall be distinct and separate from these specification
drawings.

 The tenderer shall furnish full description and illustration of materials


offered.

 Dimensioned drawings of the complete insulator strings and their


component parts showing clearly the following arrangements shall be
furnished in six (6) copies. Weight, material and fabrication details of all the
components should be included in the drawings.

i. Attachment to the hanger or strain plate.

ii. Suspension or dead end assembly.

iii. Arcing horn attachment to the string as specified in this


specification.

iv. Yoke plates.

v. Hardware fittings of ball and socket type for interconnecting units


to the top and bottom yoke plates.

vi. Links with suitable fittings.

vii. Any other.

 After placement of award, the contractor shall submit fully dimensioned


drawings including all the components in six (6) copies to the owner for
approval. After getting approval from the owner and successful completion

462
of all the type tests, the contractor shall submit 6 more copies of the same
drawings to the owner for further distribution and field use at owner's end.

 Material specifications, details of applicable standards and heat treatment


details shall also be furnished.

 The details of manufacturing process also shall be furnished along with the
component drawings.

 The details of trade mark to be provided on the components shall also be


furnished.

6.1.4. GENERAL TECHNICAL REQUIREMENTS

a) General

This section details out the technical specification of the hardware fittings for
161 kV insulator strings suitable for 253.35mm2 AAAC“500MCM”conductor.

b) Details of Hardware Fittings

The hardware fittings shall be as per specification. Each set of hardware


fittings shall be supplied complete in all respects and shall include following
hardware parts:

a) Suitable yoke plate for Single suspension and Single tension strings
complying with the specification given here-in-after.

b) Suitable arcing horn as specified in clause here-in-after.

c) Suspension clamp and tension i.e., dead-end clamp and armor rods to
suit conductor sizes.

d) Other fittings necessary, for making the string assemblies complete


such as eye links, ball-clevis, socket-clevis, clevis-eye, clevis-clevis, chain
link and anchor shackles etc.

e) 2.5% extra fasteners and aluminum filler plugs.

c) Important Design Features

463
 The insulator strings along with hardware fittings shall be used by
attachment to tower in the following manner:

a) Single "I" type Suspension Insulator strings

A single "I" type suspension Insulator string shall consist of 120kN EM


strength for 161 kV Transmission Line. Each set of hardware fittings
shall be supplied for attaching to hanger fixed to the tower.

b) Double "II" type Suspension strings

A Double "II" type suspension Insulator string shall consist of 120kN EM


strength for 161kV Transmission Line. Each set of hardware fittings shall
be supplied for attaching to hanger fixed to the tower.

c) Single ‘I’ Tension Insulator Strings

Single tension string shall consist of120kN discs for 161 kV Line. Suitable
anchor shackles shall be designed to accommodate the tower strain
plates.

 Tolerance on overall length of the hardware fittings/complete insulator


strings shall be  2% and on individual components  3%.

d) Interchangeability

The hardware together with ball and socket fittings shall be of standard
design so that these hardware are interchangeable with each other and
suitable for use with Glass Disc Insulators of any make conforming to relevant
Indian/International standard.

e) Ball and Socket Fittings

 The dimensions of the ball and socket shall be of designation 16 mm for


120 kN for suspension string assembly and tension string assembly in
accordance with standard dimensions stated in IEC: 120.

 Ball Fittings

464
Ball fittings shall be made of class IV steel steel of equivalent grade
forged in one piece. They shall be normalized to achieve the minimum
breaking strength. Before galvanization of ball fittings, all die flashing on
the shank and on the bearing surface of the ball shall be carefully
removed without reducing the dimensions below the requirements.

 Socket Fittings

o Socket fittings shall be made of class IV steel or steel of equivalent


grade and shall be forged in one piece. They shall be normalized to
achieve the minimum breaking strength.

o Socket ends, before galvanizing shall be of uniform contour. The


bearing surface of socket ends shall be uniform about the entire
circumference without depressions or high spots. The internal
contours of socket ends shall be symmetrical with axis of the fittings
as per relevant standards. The axis of the bearing surfaces of socket
ends shall be co-axial with the axis of the fittings. There shall be no
noticeable tilting of the bearing surfaces with the axis of the fittings.

f) Dimensions and Tolerances

 The dimensions and tolerances of pin balls and socket ends shall
conform to IEC120 and shall be checked by the gauge therein after
galvanizing.

 The pin balls shall be checked with the applicable 'GO' gauges in at least
two directions, one of which shall be across the line of die flashing, and
the other 90 deg to this line. "NO GO" gauges shall not pass in any
direction.

 The bearing surfaces of balls and machined sockets, before galvanizing,


shall not have surface roughness more than 250 micro inches.

465
 The bearing surface of socket ends shall be uniform about the entire
circumference without depressions or high spots. The internal contour of
the socket ends shall be concentric with the axis of fittings. The axis of
the bearing surface of socket ends shall be coaxial with the axis of
fittings with no appreciable tilting.

g) Security Clips and Split Pins

The security clip shall be made of stainless steel as per AISI 302 or 304-L or
phosphor bronze as per IEC 372.

 Socket fittings shall be provided with R-shaped security clip in


accordance with IEC 372 to provide positive locking against unintentional
disengagement of socket from the ball of the insulator. The security clip
shall be humped to maintain the clip in the locked position and shall
have both prongs spread to prevent complete withdrawal from the
socket. The clip end shall not project outside the recess of socket when
the clip is in locked position.

 The hole for the security clip shall be on the side of the socket opposite
to the socket opening. The hole for the clip shall be counter sunk. The
clip eye shall be of such design that the same may be engaged by a
hotline clip puller to provide for disengagement under energized
conditions.

 Split pins shall be used with cotter bolts.

 The force required to pull the clip to its unlocked position shall not be
less than 50 N or more than 500 N.

h) Corona and RI Performance

Sharp edges and scratches shall be avoided on all the hardware fittings. All
surfaces must be clean, smooth, without cuts and abrasions or projections.

466
The Bidder must give suitable assurance about the satisfactory corona and
radio interference performance of the materials offered by him.

i) Arcing Horn

The arcing horn shall be either ball ended rod type or tubular type. The
design of the arcing horn shall be such that effective operation under actual
field conditions is ensured. The minimum arcing distance shall be as indicated
in the drawings.

j) Yoke Plates/Link Plates

 The yoke plates/link plate shall be made of mild steel or high tensile
steel, hot dip galvanized.

 The strength of yoke plate shall be adequate to withstand the minimum


ultimate tensile strength. The plates shall be either triangular or
rectangular in shape. The design of yoke plate shall take into
consideration the most unfavorable loading conditions likely to be
experienced as a result of dimensional tolerance for Glass Disc Insulators
as well as components of hardware fittings within the specified range.
The plates shall have suitable holes for fixing arcing horn. All corners and
edges shall be rounded with a radius of about 3 mm.

 Holes shall be cylindrical, clean cut and perpendicular to the plane of the
material. The periphery of the holes shall be free from burrs. Design
calculation i.e. for bearing and tensile strength for deciding dimensions
of yoke plate shall be furnished by the bidder. The holes provided for
bolts in the yoke plate should satisfy shear edge condition as per
International standards.

k) Suspension Assembly

 The suspension assembly for 161 kV line shall be suitable for 253.35mm2
AAAC“500MCM” conductor.

467
 The suspension assembly shall include either free centre type suspension
clamp along with a set of standard formed armor rods or one armor grip
suspension clamp. For pilot insulator string only envelope type
suspension clamp shall be used.

 The suspension clamp along with standard formed armor rods set shall
be designed to have maximum mobility in any direction and minimum
moment of inertia so as to have minimum stress on the conductor in the
case of oscillation of the same.

 The suspension clamp along with standard formed armor rods set shall
have slip strength between 8 to 15% of UTS of Conductor.

 The suspension assembly shall be smooth without any cuts, grooves,


abrasions, projections, ridges or excrescences which might damage the
conductor.

 In case, the magnetic power loss of the suspension assembly obtained


during type testing of the same exceeds the value guaranteed by the
tenderer in his Bid, the material shall be rejected outright.

 Free Centre Type Suspension Clamp

o The clamp body and keeper pieces shall be of high strength


corrosion resistant and heat treated cast/forged aluminum alloy.
The components such as cotter bolts, hangers, shackles, brackets
and U-bolts etc., shall be of galvanized mild steel, drop forged
steel or high strength aluminum alloy.

o The body of free centre type suspension clamp shall be smoothly


rounded and curved into a bell mouth at the ends. The lip edges
shall have rounded head. There shall be at least two U-bolts for
tightening of clamp-body and keeper pieces together.

l) Pre-Formed Armor Rods set

468
 The Pre-formed armour rods shall be made of high strength special
aluminum alloy of type 6061 or equivalent duly heat treated during
manufacturing process. The finished rod shall have a minimum tensile
strength of 35 Kg/Sq.mm.

 The Pre-formed Armour rod set suitable for 253.35mm2


AAAC“500MCM”conductor shall be used to minimize the stress
developed in the conductor due to different static and dynamic loads
because of vibration due to wind, slipping of conductor from the
suspension clamp as a result of unbalanced conductor tension in
adjacent spans and broken wire conditions. lt shall also withstand power
arcs, chafing and abrasion from suspension clamp and localised heating
effect due to magnetic power loss from Suspension clamp as well as
(I2R) resistance losses of the conductor.

 The Pre-formed armour rod set shall have right hand lay and the inside
diameter of the helix shall be Jess than the outside diameter of the
conductor to grip the same tightly. The surface of the armour rod when
fitted on the conductor shall be smooth and free from projections, cuts
and abrasions etc.

 The pitch length of the rods shall be determined by the Bidder but shall
be less than that of the outer layer of 253.35mm2
AAAC“500MCM”conductor and the same shall be accurately controlled
to maintain uniformity and consistently reproducible characteristic
wholly independent of the skill of linemen.

 The length and diameter of each rod shall be suitable for Wolf and Dog
Conductor respectively. The tolerance in length of the rods in completed
set should be within 13 mm between the longest and shortest rod. The
ends of armor rod shall be Ball end.

469
 The number of armour rods in each set shall be eleven. Each rod shall be
marked in the middle with paint for easy application on the line.

 The armour rod shall not loose

 Their resilience even after five applications.

 The conductivity of each rod of the set shall not be less than 39% of the
conductivity of the International-Annealed Copper Standard (lACS).

m) Armor Grip Suspension Clamp

 The armor grip suspension clamp shall comprise of retaining strap,


support housing, elastomer inserts with aluminum reinforcements and
AGS formed rod set.

 The armor grip suspension clamp shall be so manufactured that it shall


minimize the static and dynamic stress developed in the conductor
under various loading conditions as well as during wind induced
conductor vibrations. It shall allow slipping of the conductor under
unbalanced conductor tension in adjacent spans and broken wire
conditions. It shall also withstand power arcs and have required level of
Corona/RIV performance. The AGS preformed rods shall be as detailed in
clause 6.2.4(l) above except for the following:

o The length of the formed rods shall be such that it shall ensure
sufficient slipping strength as detailed in cl. 6.2.4(l) and shall not
introduce unfavorable stress on the conductor under all operating
conditions.

o Elastomer cushion shall be resistant to the effects of temperature


up to + 75 deg C, ozone, ultraviolet radiations and other
atmospheric contaminants likely to be encountered in service. The
physical properties of the elastomer shall be of approved standard.

470
It shall be electrically shielded by a cage of AGS formed rod set. The
elastomer cushion shall be so designed that the curvature of the
AGS rod shall follow the contour of the neoprene insert and shall
not leave any gap between the two when installed.

 The tenderer may clearly indicate remedial measures to overcome the


problem of external erosion if any arising from galvanic interaction
between the graphite loaded rubber and the aluminum strands.

n) Dead End Assembly

 The dead end Assembly shall be suitable for 253.35mm2


AAAC“500MCM”(161 kV line) conductor and made of specially aluminum
alloy for better conductivity and strength.

 The dead end assembly shall be of compression type with provision for
compressing jumper terminal at one end. The angle of jumper terminal
to be mounted should be 30 deg. with respect to the vertical line. The
area of bearing surface on all the connections shall be sufficient to
ensure positive electrical and mechanical contact and avoid local heating
due to I2R losses. The resistance of the clamp when compressed on the
conductor shall not be more than 75% of the resistance of equivalent
length of conductor.

 The assembly shall not permit slipping of, damage to or failure of the
complete conductor or any part thereof at a load less than 95% of the
minimum UTS of the conductor.

 The mechanical efficiency of the clamp shall not be affected by method


of erection involving the use of ‘come-along' or similar clamps before,
during or after assembly and erection of tension clamps itself.

 The outer sleeve shall be made out of E.C. grade aluminum of purity not
less than 99.5%.

471
 Dimensional tolerance of the cross section of aluminum shall be as per
relevant international standards:

 Compression Marking

 Die compression length shall be clearly marked on each dead end


assembly designed for continuous die compressions and shall bear the
words 'COMPRESS FIRST' suitably inscribed near the point on each
assembly where the compression begins. It shall bear identification
marks 'COMPRESSION ZONE' and 'NON-COMPRESSION ZONE’ distinctly
with arrow marks showing the direction of compressions and knurling
marks showing the end of the zones. Tapered aluminum filler plugs shall
also be provided at the line of demarcation between compression and
non-compression zone. The letters, number and other markings on the
finished clamp shall be distinct and legible.

o) Fasteners

 All fasteners shall conform to ISO 898. All fasteners shall be hot dip
galvanized. All bolts and nuts shall have hexagonal heads, the heads
being forged out of solid truly concentric, and square with the shank,
which must be perfectly straight. All bolts and nuts shall be galvanized as
per ISO 1461:2009.

 Fully threaded bolt shall not be used. The length of the bolt shall be such
that the threaded portion shall not extend into the place of contact of
the component parts.

 Flat washers and spring washers shall be provided wherever necessary


and shall be of positive lock type. Thickness of washers shall conform to
relevant International standards. Spring washers shall be electro
galvanized.

 To obviate bending stress in bolt, it shall not connect aggregate thickness


more than three times its diameter.

472
 All bolts shall be threaded to take the full depth of the nuts and
threaded enough to permit the firm gripping of the component parts but
not further. It shall be ensured that the threaded portion of the bolt
protrudes not less than 3 mm and not more than 8 mm when fully
tightened. All nuts shall fit and tight to the point where shank of the bolt
connects to the head.

 Bolts may have either rolled or cut threads. Nuts may be threaded after
galvanizing to ensure clean threads but bolts shall not be threaded or
rethreaded after galvanizing. Nut threads shall be tapped oversize to
closely fit those of the galvanized bolt, with no unnecessary looseness
but free enough to permit the nut to be turned freely with fingers over
the entire threaded length.

 Bolts up to M16 and having length up to 10 times the diameter of the


bolt should be manufactured by cold forging and thread rolling process
to obtain good and reliable mechanical properties and effective
dimensional control. The minimum shear strength of bolt for 5.6 grades
should be 310 MPa. Bolts should be provided with washer face in
accordance with ISO 898 to ensure proper bearing.

 Nuts should be double chamfered as per the requirement of ISO 898. It


should be ensured by the manufacturer that nuts should not be over
tapped beyond 0.4mm oversize on effective diameter for size up to M16.

 The bidder shall furnish bolt schedules giving thickness of components


connected, the nut and the washer and the length of shank and the
threaded portion of bolts, size of holes and any other special details of
this nature.

 To ensure effective in-process Quality Control it is essential that the


manufacturer should have all the testing facilities for tests like weight of
zinc coating, shear strength, other testing facilities etc, in house. The

473
manufacturer should also have proper quality assurance system which
should be in line with the requirements of this specification and relevant
international Standard.

 Fasteners of grade higher than 8.8 are not to be used and minimum
grade for bolt shall be 5.6.

p) Forged Components

Forged components other than those covered in the clauses mentioned


herein above shall be made out of class IV steel as per International
standards. The components shall be hot dip galvanized. The items shall be
normalized to achieve the required tensile properties. The forged
components shall not have sharp corners and edges so as to affect corona
and RIV performance.

q) Materials

The materials of the various components shall be as specified in clauses


mentioned hereinabove. However, components made of alternative
materials giving equivalent or better performance shall also be considered.
The Bidder shall indicate the material proposed to be used for each and every
component of hardware fittings stating clearly the class, grade or alloy
designation of the material and the reference standards. However the critical
dimensions of components shall not be changed in relation to selection of
different material.

r) Other Miscellaneous Parts

Socket ended, ball ended items and all shackles and links shall be made by
drop forging process from suitable steel as per ISO 4779. These parts shall be
hot dip galvanized after proper machining.

s) Galvanizing

474
 All ferrous parts shall be hot dip galvanized in accordance with
ISO 1461:2009. No material shall be galvanized until all shop operations
have been completed except that the nuts may be threaded and oiled
after galvanizing. Minimum weight of zinc coating shall be 300 g/sq.m.
for fasteners and 610 g/sq.m. for all other hot dip galvanized articles.

 Fasteners shall withstand four dips while spring washers shall withstand
three dips each of one minute duration in the Standard Preece test.
Other galvanized material shall withstand minimum six dips each of one
minute duration in the standard Preece test.

 The zinc coating shall be perfectly adherent, of uniform thickness,


smooth, reasonably bright, continuous and free from imperfections such
as flux, ash, rust stains, bulky white deposits and blisters.

 The zinc used for galvanizing shall be of grade 99.95% as.

t) Workmanship

 All the equipment shall conform to the best modern practices adopted in
the Extra High Voltage field. The Bidder shall offer only such equipment
as guaranteed by him to be satisfactory and suitable for 161 kV
transmission lines and will give continued good performance.

 The manufacturing process and quality control of all the materials shall
be such as to give maximum possible working load, highest mobility,
elimination of sharp edges and corners to limit corona and radio-
interference, best resistance to corrosion and a good finish.

 Castings shall be uniform without sharp edges or corners, free from all
defects like shrinkage, inclusion, blow holes, cracks etc. Pressure die
casting shall not be used for casting of components with thickness more
than 5 mm.

475
 Forgings shall be uniform in quality and condition, without sharp edges
or corners, free from cracks, flakes or seams, laps, slag, silvers, scabs,
rolled-in scale and fissures.

 All current carrying parts shall be so designed and manufactured that


contact resistance is reduced to minimum.

 No item shall have sharp ends or edges, abrasions or projections and


cause any damage to the conductor in any way during erection or during
continuous operation which would produce high electrical and
mechanical stresses in normal working. The design of adjacent metal
parts and mating surfaces shall be such as to prevent damage of the
contact surface and to maintain good electrical contact under service
conditions.

 All fasteners shall have suitable corona free locking arrangement and
shall not loosen under vibration conditions.

 Welding of Aluminum shall be by inert gas shielded tungsten arc or inert


gas shielded metal arc process. Welds shall be clean, sound, smooth
uniform without overlaps, properly fused and completely sealed. There
shall be no cracks, voids, incomplete penetration, incomplete fusions,
undercutting or inclusions. Porosity shall be minimized so that
mechanical properties of the aluminum alloys are not affected. All welds
shall be properly finished as per good engineering practices.

u) Equipment Marking

Each component of hardware shall be marked with the trade mark of the
manufacturer. Marks shall be forged or stamped with a steel die before
galvanizing. The marks shall be distinct, durable, and conspicuous.

v) Hot Line Maintenance

 The equipment offered shall be suitable for hot line maintenance.

476
 To release the tension in insulator strings, specially designed tools may
be necessary. The tenderers shall clearly indicate in their Bid the type of
tools to be used and shall make sure that fittings and/or yoke plates
accommodate these tools. Tenderers shall also indicate the periodicity of
maintenance.

6.1.5. TESTS

The following type, acceptance, routine tests and stage tests during manufacture
shall be carried out on the hardware fittings.

1. TYPE TESTS

These are those tests which are to be carried out to prove the design, process
of manufacture and general conformity of the material in accordance with
these specifications. These tests shall be carried out on samples prior to
commencement of commercial production against this specification.

2. ACCEPTANCE TESTS

These are those tests which are to be carried out during inspection prior to
dispatch for the purpose of acceptance of that lot.

3. ROUTINE TESTS

These are those tests which are to be carried out on each hardware fitting to
check the requirements which are likely to vary during production.

4. STAGE TESTS

Stage tests during manufacture shall mean those tests which are to be carried
out during the process of manufacture and end inspection by the Supplier to
ensure the desired quality of the end product.

5. TESTING VALUES

477
For all type and acceptance tests, the acceptance values shall be those values
guaranteed by the Supplier in the Guaranteed Technical Particulars or the
acceptance values specified in the relevant standard whichever is more
stringent for that particular test. The norms and procedures of sampling for
these tests will be as per the Quality Assurance Programme to be mutually
agreed to by the Supplier and the Purchaser. The standards and norms to
which these tests will be carried out are listed against them. Where a
particular test is a specific requirement of this specification, the norms and
procedures of these shall be as specified in Clause 6.2.11 of this specification
or as mutually agreed to between the Supplier and the Purchaser in the
Quality Assurance Program.

6. TYPE TESTS

The following type tests shall be conducted on not less than three fittings of
each type as indicated in the enclosed drawings. Type tests shall be made on
fittings that have passed the routine tests.

7. TYPE TESTS

a) Type Tests on complete Insulator string along with Hardware fittings.

1 Wet power frequency voltage test

2 Lightning impulse voltage test as per IEC: 383-2: -1992

3 Visual Examination IS: 731 or Equivalent


International standards

4 Voltage distribution test As per Cl.6.2.11.2.

5 RIV test As per Cl. 6.2.11.4

6 Mechanical strength test As per Cl. 6.2.11.5

7 Dynamic test As per Cl. 6.2.11.16

478
8 Corona Extinction voltage test As per Cl. 6.2.11.3

9 Pollution withstand voltage test As per Cl.6.1.13.12 of Insulator


Specification

Note: (i) All the type tests given under clause 6.2.5.7(a) shall be conducted on 161
kV Lines single/Double suspension and single/Double tension insulator
string along with hardware fittings.

(ii) All the above tests except at S.l.No. 7 shall also be conducted on 161 kV
Lines single suspension pilot along with hardware fittings.

b) On Suspension Hardware fitting only

A Shore hardness test of elastomer cushion As per Cl. 6.2.11.10


for AG suspension clamp

B Bend test for armor rod set

C Resilience test for armor rods set IS: 2121 (Part-I) or


Equivalent International
D Conductivity test for armor rods set
standards

E Clamp slip strength versus torque test for As per Cl. 6.2.11.15
suspension clamp

F Magnetic power loss test As per Cl. 6.2.11.6

G Mechanical strength test As per Cl. 6.2.11.9

H Mechanical strength test of welded joint As per Cl. 6.2.11.8

I Test on locking devices for ball and socket IEC-372(2)- 1976


coupling

479
J Mechanical strength test of each As Per Cl. 6.2.11.7
component

K Verification of dimensions IS: 2486(Part-I) or


Equivalent International
standards

L Galvanizing/Electroplating As Per Cl. 6.2.11.11

M Visual Examination IS: 2486(Part-I) or


Equivalent International
standards

N Ozone test on elastomer As Per Cl. 6.2.11.17

c) On Tension Hardware Fittings only

a. Slip strength test for dead end assembly

b. Electrical resistance test for dead end


assembly IS: 2486 (Part-I) or
c. Heating cycle test for dead end assembly Equivalent International
standards

d. Mechanical strength tests As per Cl. 6.2.11.9

e. Verification of dimensions IS: 2486 (Part-I) or


Equivalent International
standards.

f. Galvanizing/Electroplating As Per Cl. 6.2.11.11

g. Visual examination IS: 2486 (Part-I) or


Equivalent International

480
standards.

8. ACCEPTANCE TESTS

a) On both Suspension and Tension hardware fittings for 161 kV lines

a. Visual examination IS: 2486 (Part-I) or Equivalent


International standards

b. Verification of dimensions IS: 2486 (Part-I) or Equivalent


International standards

c. Galvanizing / Electroplating test As per Cl. 6.2.11.11

d. Mechanical strength test of As per Cl. 6.2.11.8


welded joint

e. Test on locking devices for ball IEC: 372(2) 1976


and socket coupling

f. Mechanical strength test of each As per Cl. 6.2.11.7


component (excluding arcing
horn.)

g. Mechanical strength test on BS 3288 (Part-I) 1979


arcing horn.

b) On Suspension Hardware Fittings only

a. Shore hardness test of elastomer As per Cl. 6.2.11.10


cushion for AG suspension clamp

b. Bend test for armor rod set

c. Resilience test for armor rods set IS: 2121(PART-I) or Equivalent

481
d. Conductivity test for armor rods International standards
set

e. Clamp slip strength versus As per Cl. 6.2.11.15


torque test for suspension clamp

c) On Tension Hardware Fittings Only

a. Slip strength test for dead-end IS: 2486(Part-I)or Equivalent


assembly International standards

9. ROUTINE TESTS

a. Visual Inspection IS: 2486(Part-I)or Equivalent


International standards

b. Proof Load Test As per Cl. 6.2.11.12

10. TESTS DURING MANUFACTURE

On all components as applicable

a. Chemical analysis of Zinc used As per Cl. 6.2.11.13


for galvanizing

b. Chemical analysis, hardness


tests, grain size, inclusion
rating and magnetic particle
As per Cl. 6.2.11.14
inspection for
forgings/castings

482
c. Chemical analysis, and proof
load test for fabricated
hardware

11. TEST CHARGES AND TEST SCHEDULE

a. Type Tests

All the equipments offered shall be fully type tested as per the relevant
standards and the Bidder shall furnish four sets of type test reports along
with the offer. These tests must not have been conducted earlier than
five years. The Purchaser reserves the right to demand repetition of some
or all the type tests in the presence of Purchaser’s representative. For this
purpose the Bidder may quote unit rates for carrying out each type test.
These prices shall be taken into consideration for bid evaluation. For any
change in the design/type already type tested and the design/type
offered against this specification the Purchaser reserves the right to
demand, repetition of tests without any extra cost.

b. For type tests which involve the tests on the complete insulator string
with hardware fittings, the contractor shall arrange the necessary number
of sets of hardware fittings at the place of testing free of cost.

c. In case of failure of the complete string in any type test, the contractor
shall get the test repeated at his cost.

d. In case of failure in any type test, the Bidder is either required to modify
the design of the material and successfully carryout all the type tests as
has been detailed out in Clause 6.2.5.7 of this specification or to repeat
that particular type test at least three times successfully at his own
expenses. The decision of the owner in this regard shall be final and
binding.

483
e. Bidder shall indicate the laboratories in which it is proposed to conduct
the type tests. Bidder shall also ensure that the tests can be completed in
these laboratories within the time schedule guaranteed by him in the
appropriate schedule.

f. The entire cost of testing for acceptance and routine tests and tests
during manufacture specified herein shall be treated as included in the
quoted unit price of hardware fittings, except for the expenses of the
Inspector/Purchaser's representative. All acceptance tests shall be carried
out by the supplier in the presence of purchaser's representative.

g. In case of failure in any type test, if repeat tests are required to be


conducted, then all the expenses for deputation of Inspector/Purchaser’s
representative shall be deducted from the contract price .Also if on
receipt of the Contractor’s notice of testing, the Purchaser’s
representative does not find ‘plant’ to be ready for testing, the expenses
incurred by the Purchaser for re-deputation shall be deducted from
contract price.

h. Immediately after finalization of the programme of


type/acceptance/routine testing, the Supplier shall give sufficient
advance intimation to the Purchaser, to enable him to depute his
representative for witnessing the tests.

12. SAMPLE BATCH FOR TYPE TESTING

a) The Contractor shall offer material for sample selection for type testing
only after getting Quality assurance Programme approved by the
Employer. The Supplier shall offer at least three times the quantity of
materials required for conducting all the type tests for sample selection.
The sample for type testing will be manufactured strictly in accordance
with the Quality Assurance Programme approved by the Employer.

484
b) Before sample selection, the Supplier shall be required to conduct all
the acceptance tests successfully in the presence of Purchaser's
representative.

6.1.6. INSPECTION

a. The Purchaser shall have access at all times to the works and all other places
of manufacture, where the hardware fittings and its components are being
manufactured and the Supplier shall provide all facilities for unrestricted
inspection of the Supplier's works, raw materials, manufacture of all the
accessories and for conducting necessary tests as detailed herein.

b. The Supplier shall keep the Purchaser informed in advance of

c. The time of starting and of the progress of manufacture of accessories in its


various stages so that arrangements could be made for inspection.

d. No material shall be dispatched from its point of manufacture unless the


material has been satisfactorily inspected and tested.

e. The acceptance of any quantity of accessories shall in no way relieve the


Supplier of his responsibility for meeting all the requirements of this
specification and shall not prevent subsequent rejection if such hardware
fittings are later found to be defective.

f. The material for final inspection shall be offered by the contractor only under
packed condition. The engineer shall select sample at random from the
packed lot for carrying out acceptance tests.

6.1.7. QUALITY ASSURANCE PLAN

The Bidder shall invariably furnish the following information along with his offer,
failing which the offer shall be liable for rejection. Information shall be separately
given for individual type of equipment offered.

a. Statement giving list of important raw materials, names of sub-suppliers for


the raw material, list of standards according to which the raw material are

485
tested, list of tests normally carried out on raw material in presence of Bidder's
representative, copies of test certificates.

b. Information and copies of test certificates as in (i) above in respect of bought


out items.

c. List of manufacturing facilities available.

d. Level of automation achieved and list of areas where manual processing exists.

e. List of areas in manufacturing process, where stage inspections are normally


carried out for quality control and details of such tests and inspections.

f. Special features provided in the hardware to make it maintenance free.

g. List of testing equipment available with the Bidder for final testing of hardware
specified and test plant limitation, if any, vis-a-vis the type, special, acceptance
and routine tests specified in the relevant standards. These limitations shall be
very clearly brought out in schedule of deviations from specified test
requirements.

The Supplier shall within 30 days of placement of order submit the following
information to the Purchaser.

a. List of raw material as well as bought out accessories and the name of the raw
material as well as bought out accessories and the names of sub-suppliers
selected from those furnished along with the offer.

b. Type test certificates of the raw material and bought out accessories.

c. Quality Assurance Plan (QAP) with customer holds points for Purchaser’s
inspection. The QAP and Purchaser's hold points shall be discussed between
the Purchaser and the Supplier before the QAP is finalized.

b. The Supplier shall submit the routine test certificates of bought out items and
raw material at the time of routine testing of the fully assembled hardware.

486
6.1.8. DOCUMENTATION

A)

I. The Bidder shall furnish along with the bid the dimensional drawings of all
types of hardware fittings.

a. These drawings shall include the following information.

b. Dimensions.

c. Tolérance on dimensions.

d. Material designation used for different components with reference to


standards.

e. Fabrication details such as welds, finishes and coatings.

II. Catalogue or part numbers for each component and the total assembly
with bill of materials.

a. Identification marking.

b. Weight of individual components and total assembled weight.

III. The assembly drawings shall include the following:

a. Brief installation instructions.

b. Design installation torque for the bolt or cap screw.

c. Withstand torque that can be applied to the bolt or cap screw without
failure of components or parts thereof.

d. Compression die number with recommended compression pressure.

e. Relevant technical details of significance.

B) TEST REPORTS

i. Six copies of type test reports shall be furnished to the Purchaser


within one month of conducting the tests. One copy will be returned
duly certified by the Purchaser to the Supplier within three weeks

487
thereafter wards and on receipt of the same Supplier shall commence
with the commercial production of the concerned material.

ii. Six copies of acceptance test reports shall be furnished to the


Purchaser. One copy will be returned, duly certified by the Purchaser
and only thereafter shall the materials be dispatched.

iii. All records of routine test reports shall be maintained by the Supplier
at his works for periodic inspection by the Purchaser.

iv. All test reports of tests conducted during manufacture shall be


maintained by the Supplier. These shall be produced for verification as
and when requested for by the Purchaser.

C) The contractor shall take full responsibility for supply and testing of
hardware fittings with insulator discs and shall have to also guarantee the
test values and overall satisfactory performance of Glass Disc Insulators
with the hardware fittings.

6.1.9. PACKING AND FORWARDING

1) All hardware fittings shall be packed in suitably sized strong and weather
resistant wooden cases/crates. The gross weight of the packing shall not
normally exceed 50 kg. to avoid handling problems.

2) Suitable cushioning, protective padding, or spacer shall be provided to prevent


damage to or deformation of the hardware’s during transit and handling.

3) All identical items shall be dispatched to destination duly assembled and


packed. Bolts, nuts, washers, cotter pins, security clips and split pins etc. shall
be packed duly installed and assembled with the respective parts and suitable
measures shall be taken to prevent their transit loss.

4) Each component part shall be legibly and indelibly marked with the trade mark
of the manufacturer and year of manufacture.

488
5) All packing cases shall be marked legibly and correctly so as to ensure their safe
arrival at their destination and to avoid the possibility of goods being lost or
wrongly dispatched on account of faulty or illegible markings. Each wooden
case/crate shall have all the markings stenciled on it in inedible ink.

6) The packing shall be of sufficient strength to withstand rough handling during


transit (Sea, Rail and Road) storage at site and subsequent handling in the field.

6.1.10. QUANTITY AND DELIVERY REQUIREMENTS

The scope of supply shall include a supply of 2.5 % extra quantity of bolts, nuts,
washers, split pins, cotter pins and such other small loose items free of cost.

6.1.11. DETAILS OF TESTS

1) Assembly Test

This test shall be carried out to ensure that cotter pins, bolts, clamps etc., fit
freely and properly.

2) Voltage Distribution Test

The voltage across each insulator unit shall be measured by using either
sphere gap or high impedance voltmeter. The result obtained shall be
converted into percentage. The voltage across any disc shall not exceed the
following values: 13% for suspension insulator strings and 14% for tension
insulator strings.

3) Corona Extinction Voltage Test

The complete insulator string when subjected to power frequency voltage


shall have a corona extinction voltage of not less than 154kV rms line to
ground under dry conditions. There shall be no evidence of corona on any
part of the samples when all sources of corona are photographed in a
darkened room. The atmospheric conditions during testing shall be recorded
and the test results shall be accordingly corrected to standard atmospheric
conditions with suitable correction factor as stipulated in IEC: 383.

489
4) RIV Test (Dry)

Under the conditions as specified under clause 6.2.11.3 above the insulator
string along with complete hardware fittings shall have a radio interference
voltage level below 1000 microvolt’s at one (1) MHz when subjected to 50 Hz
AC voltage of 154 kV (rms) line to ground under dry conditions. The test
procedure shall be in accordance with IEC: 437, or its latest revision thereof.

5) Mechanical Strength Test

The complete insulator string along with its hardware fittings without arcing
horn and suspension assembly / dead end assembly shall be subjected to a
load equal to 50% of the specified minimum ultimate tensile strength (UTS)
which shall be increased at a steady rate to 67% of the minimum UTS
specified. The load shall be held for five minutes and then removed. After
removal of the load, the string components shall not show any visual
deformation and it shall be possible to disassemble them by hand. Hand tools
may be used to remove cotter pins and loosen the nuts initially. The strings
shall then be reassembled and loaded to 50% of UTS and the load shall be
further increased at a steady rate to the specified minimum UTS and held for
one minute. No fracture should occur during this period. The applied load
shall then be increased until the failing load is reached and the value
recorded.

6) Magnetic Power Loss Test for Suspension Assembly

One hollow aluminum tube of 29 mm diameter shall be placed. An


alternating current of 50 Hz over the range of 300 to 700 amps. Shall be
passed through the tube. The reading of the wattmeter with and without
suspension assembly shall be recorded. Not less than 3 suspension
assemblies shall be tested. The average power loss for suspension assembly
shall be plotted for each value of current. The value of the loss corresponding
to 500 amp. shall be read off from the graph.

490
7) Mechanical Strength Test Of Each Component

Each component shall be subjected to a load equal to the specified minimum


ultimate tensile strength (UTS) which shall be increased at a steady rate to
67% of the minimum UTS specified. The load shall be held for five minutes
and then removed. The component shall then again be loaded to 50% to UTS
and the load shall be further increased at a steady rate till the specified UTS
and held for one minute. No fracture should occur. The applied load shall
then be increased until the failing load is reached and the value recorded.

8) Mechanical Strength Test Of Welded Joint

The welded portion of each component shall be subjected to a load of 2000


kgs. For one minute. Thereafter, it shall be subjected to die-penetration
/ultrasonic test. There shall not be any crack at the welded portion.

9) Mechanical Strength Test For Suspension/Tension Hardware Fittings

The complete string (without insulators) excluding arcing horn, and


suspension or dead end assembly shall be subjected to a load equal to 50% of
the specified minimum ultimate tensile strength (UTS) which shall be
increased at a steady rate up to 67% of the minimum UTS specified. This load
shall be held for five minutes and then removed. After removal of the load,
the string component shall not show any visual deformation and it shall be
possible to disassemble them by hand. Hand tools may be used to remove
cotter pins and loosen the nuts initially. The string then be reassembled and
loaded to 50% of UTS and the load shall be further increased at a steady rate
till the specified minimum UTS is reached and held for one minute. No
fracture should occur during this period. The applied load shall then be
increased until the failing load is reached and the value recorded. This test
shall be carried out for every 300 sets.

10) Shore Hardness Test

491
The shore hardness at various points on the surface of the elastomer cushion
shall be measured by a shore hardness meter and the shore hardness
number shall lie in between 65 to 80.

11) Galvanizing/Electroplating Test

The test shall be carried out as per ISO 1461:2009. except that both
uniformity of zinc coating and standard Preece test shall be carried out and
the results obtained shall satisfy the requirements of this specification.

12) Proof Load Test

Each component shall be subjected to a load equal to 50 % of the specified


minimum ultimate tensile strength which shall be increased at a steady rate
from 50% to 67% of the minimum UTS. The load shall be held for one minute
and then removed. After removal of the load the component shall not show
any visual deformation.

13) Chemical Analysis of Zinc

For the chemical analysis of the zinc used for galvanizing, samples taken from
zinc ingot shall be chemically analyzed as per BS: 3436-1986. The purity of the
zinc shall not be less than 99.95%.

14) Tests For Forging/Casting and Fabricated Hardware

The chemical analysis, hardness test, grain size inclusion rating and magnetic
particle inspection for forging, casting and chemical analysis and proof load
test for fabricated hardware will be as per the internationally recognized
procedures for these tests. The sampling will be based on heat number and
heat treatment batch. The details regarding test will be as in the Quality
Assurance Plan.

15) Clamp Slip Strength Vs Torque Test For Suspension Clamp

The suspension clamp shall be vertically suspended by means of a flexible


attachment. A suitable length of & 253.35mm2 AAAC“500MCM”conductor

492
shall be fixed in the clamp. The clamp slip strength at various tightening
torques shall be obtained by gradually applying the load at one end of the
conductor. The clamp slips strength vs. torque curve shall be drawn. The
above procedure is applicable only for free centre type suspension clamp. For
AG suspension clamp only clamp slip strength after assembly shall be found
out. The clamp slip strength at the recommended tightening torque shall be
more than 8 to 15% of UTS of conductor.

16) Vibration Test

The suspension string shall be tested in suspension mode and tension string
in tension mode itself in laboratory span of minimum 30 meters. In the case
of suspension string a load equal to 600 kg shall be applied along the axis of
the suspension string by means of turn buckle. The insulator string along with
hardware fittings and conductor tensioned at 3500 kg shall be secured with
clamps. The system shall be suitable to maintain constant tension on
conductor throughout the duration of the test. Vibration dampers shall not
be used on the test span. The conductor shall be vertically vibrated at one of
the resonance frequencies of the insulators string (more than 10 Hz) by
means of vibration inducing equipment. The peak to peak displacement in
mm of vibration at the antinode point nearest to the string shall be measured
and the same shall not be less than 1000/f1.8 where f is the frequency of
vibration in cycles/sec. The insulator string shall be vibrated for not less than
10 million cycles without any failure. After the test the Glass Disc Insulators
shall be examined for looseness of pins and cap or any crack in the cement.
The hardware for looseness shall be examined for fatigue failure and
mechanical strength test. There shall be no deterioration of properties of
hardware components and Glass Disc Insulators after the vibration test. The
Glass Disc Insulators shall be subjected to the following tests as per relevant
standards:

493
S.NO Tests Percentage of discs
to be tested.

a. Temperature cycle test followed by AS per IEC


mechanical performance test

b. Puncture test AS per IEC

17) Ozone Test on Elastomer

This test shall be performed in accordance with ASTM D-1171 by the ozone
chamber exposure method (method B). The test duration shall be 500 hours
and the ozone concentration 50 PPHM. At the test completion, there shall be
no visible crack under a 2 x magnification.

18) Additional Tests

o The Purchaser reserves the right of having at his own expenses any
other test(s) of reasonable nature carried out at Supplier's premises, at
site, or in any other place in addition to the aforesaid type, acceptance
and routine tests to satisfy that material comply with the specifications.

o The Purchaser also reserves the right to conduct all the tests mentioned
in this specification at his own expense on the samples drawn from the
site at Supplier's premises or at any other test centre. In case of any
failure, it shall be binding on the part of the Supplier to replace that
particular lot completely, without any extra cost to the Purchaser.

494
SUB - SECTION-3
SPECIFIC TECHNICAL REQUIREMENTS

495 2019
SPECIFIC TECHNICAL REQUIREMENTS

TABLE OF CONTENTS
1.0 SCOPE ......................................................................................................................................... 497
2.0 ISOCERAUNIC CONDITIONS ....................................................................................................... 497
2.1 System Particulars ............................................................................................................... 497
3.0 SPECIFIC TECHNICAL REQUIREMENTS ....................................................................................... 497
3.1 TOWERS AND ACCESSORIES................................................................................................ 497
3.2 CONDUCTOR ....................................................................................................................... 499
3.3 OPGW .................................................................................................................................. 502
3.4 INSULATOR .......................................................................................................................... 504
3.5 POWER CONDUCTOR ACCESSORIES .......................................................................................... 505
3.5.1 MID SPAN COMPRESSION JOINT FOR AAAC “500MCM” ................................................... 505
3.5.2 REPAIR SLEEVE ................................................................................................................ 506
3.5.3 VIBRATION DAMPERS ..................................................................................................... 506
3.7 INSULATOR DISCS AND STRINGS................................................................................................ 508
3.7.1 INSULATOR HARDWARES .............................................................................................. 508
3.8 FOUNDATION ........................................................................................................................... 510
3.9 GROUNDING OF TOWERS ........................................................................................................ 512

496
SPECIFIC TECHNICAL REQUIREMENTS

1.0 SCOPE

This section of the specification covers climatic and isoceraunic conditions, specific
technical schedule of requirements & desired deliveries for towers and accessories,
conductor, earth-wire, earth-wire accessories and insulators & hardware 161 kV
transmission.

2.0 ISOCERAUNIC CONDITIONS

2.1 System Particulars


Table - 1
Sl.No Description Unit 161 kV Line
1 Line Voltage kV 161
2 Highest System Voltage kV 170
3 Number of Circuits Nos. 1
4 Frequency Hz 50
5 Neutral Effectively
Earthed
6 Lighting Impulse withstand voltage kV (peak) 750
7 Power Frequency withstand voltage kV (rms) 325
8 Short circuit level kA 12.5
9 Right of way m 52
10 Max operating temperature Deg C 70
11 Maximum Ambient temperature Deg C 42
12 Everyday Temperature Deg C 27
13 Minimum Temperature Deg C 12
14 Basic wind speed m/sec 32

3.0 SPECIFIC TECHNICAL REQUIREMENTS

3.1 TOWERS AND ACCESSORIES


Table - 2
S.No. Description Unit 161 kV Line

1 Configuration Single ( 1 no) Circuit, Triangle


Shape

497
2 Basic Span m 360

a) Weight span for 161 kV Single Circuit Transmission Line

Table - 3
Permissible Weight Span (Meters)
Plain terrain Normal Condition Broken wire condition
Max (M) Min (M) Max (M) Min (M)
Suspension 600 150 360 90
Small(6-20 degree) 360
600 -300 -180
Tower
Medium Angle(20-45 480
800 -500 -300
degree) Tower
Large Angle (45-60 480
800 -600 -360
degree) Tower

b) Wind Span
Table - 4
S.No Description Unit 161 kV Line
1 Wind Span m 400

Note: The wind span is the sum of two half spans adjacent to the support under
condition. For Normal Horizontal span is equals to Normal ruling span.

c) Shielding angle
Table - 5
S.No Description Unit 161 kV Line
1 Shielding angle deg 25

d) Tower footing resistance


Table - 6
S.No Description Unit 161kV Line
1 Tower footing resistance ohms less than 10

e) Clearances
Table - 7
S.No Description Unit 161 kV Line
1 Minimum ground clearances from mm 7000
lowest point of power conductor.

498
S.No Description Unit 161 kV Line
2 Provision for ground undulation and mm 150
sag error

3 Minimum vertical Phase to Phase mm More than 4500


Clearances

4 Minimum vertical mid-span clearance mm 8500


between power conductor and ground
wire in still air
5 Minimum clearance for crossing over mm 4000
power lines
6 Minimum clearance for crossing over mm 4000
tele-Communication lines
7 Minimum clearance for road crossing mm 8500
8 Minimum clearance for Railway mm 9000
crossing
9 Minimum clearance for River mm 9000
crossing(Navigable)

3.2 CONDUCTOR

Table - 8
S.No Description Particulars for AAAC “500MCM”

1 Stranding and Wire Diameter 19/4.12

2 Standard applicable IEC 61089 or ASTM 399 or IEC or


equivalent

3 Wire diameter

a Aluminium alloy 4.12±0.04 mm

4 Number of strands per layers

b) Aluminium alloy

Central Core 1

499
S.No Description Particulars for AAAC “500MCM”

1st Layer 6

2nd Layer 12

5 Sectional Area (Approx.) 253.35

6 Overall diameter 20.6 mm

7 Approximate mass:

Overall conductor 698 kg/km

8 a. Maximum D.C. resistance of 0.1322 /km


conductor at 20° C,
9 Minimum UTS >72.35 kN

11 Modulus of Elasticity 0.612x106 kg/cm2

12 Coefficient of Linear expansion 23 x 10-6


(per 0C)

13 a. Direction of Lay Outermost Layer shall be Right hand


with inner successive layers having
opposite directions to lay.

b. Lay Ratio Maximum Minimum

1st Layer 16 10

2nd Layer 14 10

15 Joints in strands

a) Centre Wire Not permitted

b) Aluminium alloy No Joints shall be permitted in the


Outermost layer. Joints in the inner

500
S.No Description Particulars for AAAC “500MCM”

layers are permitted in addition to


those made in the base rod or wire
before final drawing, but no two such
joints shall be less than 15 m apart in
the complete stranded conductor.

c) Method of making joint Joints shall be made by the cold


pressure butt-welding.

d) Ultimate tensile strength of joint >13.25 kg/sq. mm

16 Minimum Number of twists to be 18 (Before Stranding)


withstood in torsion test when
tested on a gauge length of 100
times diameter of wire 16 (After Stranding)

17 Minimum Percentage of 4% (Before stranding)


Elongation during testing for
Elongation Test on an original
gauge length of 200 mm.
4% (After Stranding)

18 Chemical composition of high


carbon steel wire

Element

a) Carbon 0.50 %

b) Copper 0.1%

c) Zinc 0.10%

d) Chromium 0.03%

501
S.No Description Particulars for AAAC “500MCM”

e) Boron 0.06%

f) Other elements, each, max 0.03%

g) Other elements, total, max 0.10%

h) Manganese 0.03 %

i) Silicon 0.5 %

j) Aluminium Remainder

19 Standard Supply length 1500-2500 metre

20 Packing (Wooden Drums) Relevant IEC standard

3.3 OPGW

Table – 9

S.N DESCRIPTION UNIT


OPGW 24 CORE OPGW 48 CORE

1 Wiring
i ACS Nxmm 1x2,5 + 4x2,4 1x2,5 + 4x2,4
ii Aluminum Alloy Nxmm 12x2,40 12x2,40
2. Section
i Steel Mm2 27.53 27.53

ii Aluminum Alloy Mm2 54,29 54,29

Iii Total Mm2 81.8 81.8

3. Number of fiber N 24 48
4. Mechanical resistance KN 51.1 51.1
5. Weight per kilometer (not grease) Kg/km 344 344
6. Elasticity module kN/mm2 87.9 87.9

502
7. Expansion Coefficient 106/OC 17.7 17.7
8. Short-circuit current (1SA 20°C) KA 7.94 7.94
9. ICC KA2s 63.1 63.1
10. Resistance at 20°C Ω/km 0,399 0,399
11. Characteristic of Fiber
12. Diameter of modal field1310 Nm nm 9.3±5 9.3±5
13. Average weakening at 1310 nm DB/km :S0.34 :S0.34
14. Average weakening at 1550 nm DB/km :S0.20 :S0.20
15. Chromatic dispersion at 1310 Nm Ps/(Nm.km 2.8 2.8
16. Chromatic dispersion Ps/(Nm.km 2.8 2.8
17. Chromatic dispersion at 1550 nm Ps/(Nm.km 2.8 2.8
18. Chromatic dispersion between 1525 Ps/(Nm.km 2.8 2.8
19. Length of wave cut of Fiber Nm :S1260 :S1260
20. Zero dispersion Between 1300 and Between 1300 and
1325 1325
21. Slope of zero dispersion Ps/(Nm2 .k
m) 0.092) 0.092

22. Diameter cladding !JM 125±1 125±1

3.4 INSULATOR
Table - 10

S.N Description Unit Guaranteed


Particular for Glass
insulator (161 kV)
i. Rated Voltage kV 161
ii. Highest system voltage kV 170
iii. Rated Frequency Hz 50
iv. impulse withstand Voltage 750
v. Wet one minutes power frequency 325
kV
Withstand voltage (kV-rms )
vi. Type Tension &
Suspension
vii. Material of Disc Glass

503
viii. Color Brown glaze
ix. Surface Smooth
x. Ball and Socket Dimension mm 16
xi. E&M Strength of each string kN 120
xii. Minimum Creep age distance in of 1 320
mm
Disc
xiii. Size of Insulator Disc mm 255X146
xiv. No. of standard Discs
a) Single Suspension 11
b) Single Tension 12
c) Double suspension 2X11
d) Double Tension 2X12
e) Pilot String 11

3.5 POWER CONDUCTOR ACCESSORIES


3.5.1 MID SPAN COMPRESSION JOINT FOR AAAC “500MCM”

TABLE - 11
1. Type compression

2. Material

sleeve Aluminium alloy

Tapered plug for outer sleeve Aluminium alloy rod

4. Shape of Cross Section

Before Compression Generally Round

After Compression Hexagonal

5. Minimum Failing Load, (KN) 95% UTS of Conductor

6. Electrical resistance of the joint 75% of measured resistance of the

504
after installation equivalent length of conductor

505
3.5.2 REPAIR SLEEVE
TABLE - 12
1. Type Compression type in two parts with provision
of seat for sliding of keeper piece.

2. Application To be used only for not more than two


strands broken in the outer layer.

3. Material Aluminium alloy (Extruded Tube).

4. Shape of cross section

Before compression Generally Round

After compression Hexagonal

5. Minimum Failing load 95% UTS of Conductor

6. Electrical resistance of 75% of measured resistance of the equivalent


the Repaired Portion length of the conductor.

3.5.3 VIBRATION DAMPERS


TABLE – 13
ACSR “Bittern” Conductor

i) Type Stock bridge

ii) Material

Clamp Aluminium alloy

Messenger Cable High strength steel wire of strength


not less than the strength of steel
core of 'Panther' conductor

506
(preferably) 135 kg/sq. mm.)

Weights Hot dip galvanised mild steel/Cast


Iron

iii) Galvanisation

Spring washers Electro-galvanised as per IS:1573-


1970

Other ferrous parts Hot dip galvanished

Castings As per BS:729-1961

Wires As per IS:4826-1968

Bolts and Nuts As per IS:5358-1969

iv) Slip strength of clamp (a)Not less than 255 kg when an


untested

Vibration damper is installed at


the recommended bolt torque on the
conductor.

(b) Not less than 200 kg. without


retightening

the bolts, after conducting the


fatigue test.

v) Maximum permissible 150 micro strains dynamic strain on


the conductor with the damper.

vi) Minimum no. of cycles for fatigue Ten (10) million


performance.

507
vii) Amplitude for fatigue test 25 / F, where F is the highest
resonant frequency in Hz

3.7 INSULATOR DISCS AND STRINGS


3.7.1 INSULATOR HARDWARES
TABLE - 14
Free centre type Material Process of Reference
Suspension clamp treatment Standard

a) Clamp Body/ High strength Casted or forged & ASTM-B429


keeper piece Al.Alloy 4600 LM- Heat treated
6 OR 6061/65032

b) Cotter bolts Mild Steel Hot dip galvanised IS:226-1975/


Hangers Shackles IS:2062-1992
Brackets
c) U Bolts Stainless Steel or Forged & Heat AISI 302 OR 304-
High Stren- gth treated L,ASTM B429
Al. alloy
6061/6063 or
65032/63400

Preformed Armour High Strength Al. Heat Treatment ASTM-B429


Rods (Min. tensile alloy type during
strength of 35 6061/65032 manufacturing
kg/mm2.)strength o

AGS Clamp High strength Cast/forged IS:617

a)Supporting House Corrosion heat treated ASTM-B429


resistant Al. alloy
LM6 4600 or

508
6061/65032

b) Al. Insert & High Strength Al. forged & heat ASTM-B429
retaining strap alloy of type treated
6061/65032

c) Elastomer Cushion Moulded on Al


reinforcement

2 Tension Clamp

a) Type Compression

b) Material

i) Outer sleeve Alluminium alloy

ii) Inner sleeve Alluminium alloy rod

c) Minimum failing load (No 95% of the breaking load of conductor


deformation)

3. Arcing Horns

a) Type Loop or ball ended

b) Material Galvanised mild steel tube/rod hot dip


galvanised.

As per IS-226

4. Other String Hardwares

a) Material
i) Socket ended items Forged steel/Malleable cast iron hot-dip

509
galvanised cast iron hot-dip galvanised

ii) Ball ended components U- Class IV steel or equivalent, drop forged and
clevis and chain link normalized (As per IS:2004/1978)

iii) Yoke plates Mild steel hot-dip galvanised (As per IS-226-1975/
IS-2062-1992

b) Security clips
i) Type R/W

ii) Material Phosphor bronze or non magnetic stainless steel


(AISI 302 or 304-L

3.8 FOUNDATION

a) Various Types of Soil


TABLE - 15
Type of Soil Generally Silty Soil
Clayey Silty Soil
Clayey Soil
Sandy Soil
Soft rock
Hard Rock

Depending on the location of sub soil water the foundation in each type of soil shall
be further categorized as under:-
i. Normal Dry Soil
ii. Wet soil
iii. Black Cotton Soil
iv. Sandy Soil
v. Fissured rock/Soft rock (with undercut)
vi. Hard Rock

b) Soil Properties to be considered in Foundation Design for various types of soil


TABLE - 16

510
S.No Type of Soil Angle of Unit Wt. of Limit bearing
Earth Soil Capacity
frustum (kg/cum) ( kg/sq.m)
(Degrees)
1. Normal Dry Soil
a. Without undercut 30 1440 25000
b. With undercut 30 1600 25000
2. Wet soil due to presence of 15 940 12500
sub soil water/surface water

3. Black Cotton Soil


a. In Dry Portion 0 1440 12500
b. In Wet Portion 0 940 12500
4. Sandy Soil
c. With Clay Content 0-5% 10 1440 25000
d. With Clay Content 5-10% 20 1440 25000
5 (A) Fissured rock/Soft rock (with undercut)
a. In Dry Portion 20 1700 62500
b. In Wet Portion 10 940 62500

6 Hard Rock 125000


7. Normal Hard Dry Soil 30 1600 40000
( Murrum) with Undercut

c) Concrete Mix
TABLE - 16
RCC Slab and Pads M-20 Gr. conforming to IS:456-2000 with 20mm nominal size
aggregate.
Pyramid M-20 Gr. conforming to IS:456-2000 with 20mm nominal size
aggregate.
Chimney M-20 Gr. concrete conforming to IS:456-2000 with 20 mm
nominal size aggregate.
Lean concrete sub M-10 (1:3:6) concrete conforming to IS:456- 2000 with 40mm
base nominal size aggregate.

511
d) Weight of Concrete:

TABLE - 17
Dry (Kg/m3)
Plain 2400
RCC 2500

e) Partial Safety Factors for Foundation Design:

a) Towers upto angle of deviation of 15 deg : 1.1


b) Towers with angle of deviation above 15 deg : 1.2

3.9 GROUNDING OF TOWERS

i) Maximum tower footing resistance (ohms) 10


ii) Length of the conductors of counterpoise per leg 15 meters (approx)

Note: The above indicated minimum ground clearance and electrical clearances
form live parts are applicable to the altitude up to 1000 m. As the line will
traverse the altitude from 1000 up to 2000, necessary altitude correction
factors are to be taken into account for calculating the minimum ground
clearance and electrical clearances from live parts. Towers located above
1000 m to 2000 m, the contractor is required to design cross-arms for these
towers for increased conductor to metal clearance by 10% and get it
approved from the purchaser.

512
SUB - SECTION - 4
GUARANTEED TECHNICAL PARTICULARS

513 2019
Guaranteed Technical Particulars 1 161 kV Transmission line Project In Togo

Part II-Section VII: Employer’s Requirements


SUB SECTION 4:- GUARANTEED TECHNICAL PARTICULARS FOR SUPPLY OF TOWERS & ACCESSORIES AND FOUNDATION
(TO BE FILLED IN AND SIGNED BY THE TENDERER)
I TOWERS Guranteed Technical Particular To be filled by the Bidder
1 Line voltage 161 kV
2 Number of circuits 1
3 Name of Manufacturer and country of origin
i) Steel
ii) Bolts, nuts and washers
iii) Tower accessories
4 Name and address of :
i) Tower fabricator
ii) Galvanizer
5 Guaranteed (Ceiling Steel Weight)
Extensions Extensions
Standard Standard
3m 6m 9m 3m 6m 9m
5.1 Tower Weight (kgs)
5.1.1 Tangent Tower (0 deg.-3 deg.)
a) Fabricated parts (Black)
b) Stub-set of 4 (Black)
c) Nuts and bolts (Galvanized)
d) Total Weight

5.1.2 Medium Angle Tension Tower (3-15 deg.)


a) Fabricated Parts (black)
b) Stub-set of 4 (Black)
c) Nuts and bolts (Galvanised)
d) Total Weight
5.1.3 Large Angle and Dead end tower (15- 30 deg/dead
end)
a) Fabricated Parts (Black)
b) Stub-set of 4(Black)
c) Nuts and bolts (galvanised)
d) Total weight
5.1.4 Large Angle and Dead end tower (30- 60 deg/dead
end)
a) Fabricated Parts (Black)
b) Stub-set of 4(Black)
c) Nuts and bolts (galvanised)
d) Total weight
6 Maximum working stresses employed in Design.

6.1 Tension on net Sectional area (N/sq.mm)


6.2 Compression on gross sectional area (N/sq.mm)

6.3 Shearing stress on bolts (N/sq.mm)


6.4 Bearing stress on bolts (N/sq.mm)
6.5 Other particulars

6.6.1 Maximum Slenderness Ratio used in design


a) Leg members 120
b) Lattice members having calculated stresses 200
c) Redundant members or members having 250
nominal stresses
d) Members under tension only 400

6.7 Standard Specification according to which the


properties of sections have been adopted in design

6.8 Standard specifications according to which the


quality of steel for the sections have been assumed
in design
6.9 Standard to which fabrication, galvanising etc. will
conform
6.1 Minimum sheared edge distance (mm)
6.11 Minimum rolled edge distance (m m)

514
Volume-II-Section-IV 1/17
Guaranteed Technical Particulars 2 161 kV Transmission line Project In Togo

6.12 Quality of zinc used for galvanising (Purity) (%)


6.13 Size of bolts and bolt holes (mm)
6.14 Standard to which the bolts and nuts will conform

6.15 Over load factor for foundations


6.16 SAGS AND TENSIONS Conductor Earth wire Conductor Earth wire
i Every day temperature, nil wind (initial condition)

ii Full design wind pressure on conductor / earth


wire/OPGW at every day temperature.
iii Thirty Six (36) percent Full Design Wind Pressure
on conductor / earth wire at Minimum
Temperature.
iv Minimum Temperature, Nil Wind
v 75o/53 o C, Nil wind
vi 75% Full design wind pressure on conductor / earth
wire/OPGW at every day temperature.
6.17 Clearances and Tolerances
6.17.1 Minimum ground Clearance under Maximum 7000 mm
temperature and nil wind (mm)
6.17.2 Provision for creep compensation (mm)
6.17.3 Provision for ground undulation and sag error (mm)

6.17.4 Maximum live metal clearances


a Single suspension Insulator String

Swing Angle (Deg) Min. Electrical Clearance (mm) Min. Electrical Clearance (mm)
0 2130
15 1980
30 1830
45 1675
60
b Jumper Swings
Swing Angle (mm) Min. Electrical Clearance (Deg) Min. Electrical Clearance (Deg)
0 2130
10 2130
20 1830
30

6.17.5 Minimum mid span clearance between earth wire


and nearest conductor at minimum temperature
still wind(mm)
6.17.6 Shield angle (degrees.)
6.17.7 Tolerance in sag for stringing errors (%)
6.17.8 Tolerance over maximum calculated conductor
tension for which towers are designed, if any
6.17.9 Maximum tolerance in verticality

II AAAC“500MCM” CONDUCTOR
1 Maker's Name, Address & Country. :
a Aluminium alloy :
b Complete conductor
CONDUCTOR
3 Size & Code AAAC 500 MCM
4 IS/International Standards applicable IEC or equivalent to quote
5 Wire diameter in mm 4.12 ± 0.04
a Aluminium alloy
6 Number of strands : 19
Central Core 1
1st Aluminium alloy Layer 6
2nd Aluminium alloy layer 12
7 Total Sectional Area in mm2 : 253,35 mm²
8 Overall diameter in mm : 20.6 mm
9 Weight in kg : 698 kg/km
10 Calculated D.C. resistance at 20 d egrees C,
0,1322 Ω/km
maximum.

515
Volume-II-Section-IV 2/17
Guaranteed Technical Particulars 3 161 kV Transmission line Project In Togo

11 Continuous current rating at 70 degree C (Enclose


supporting calculations)
12 Corona extinction voltage, kV
13 Radio interference voltage
14 Ultimate tensile strength, DaN 7235 daN
15 Final modulus of elasticity 6300 daN/mm²
16 Co-efficient of Linear expansion 23x10-6/°C
17 Lay-Ratio Maximum Minimum Maximum Minimum
Aluminium alloy
1st layer 16 10
2nd layer 14 10
STRANDS
18 Technical particulars of Aluminium alloy strands

a Diameter (mm)
Standard 4.12
Maximum 4.16
Minimum 4.08
b Cross-sectional area (sqmm) :
i Aluminium alloy
c Weight in Kg./Km.
d Minimum breaking load in Kg/KN
Before stranding
After stranding
e Minimum ultimate tensile stress of strand
(KG/Sq mm)
f Co-efficient of linear expansion
19 D.C. Resistance at 20 degrees C in ohms/Km
20 Joints in strands
a Aluminium alloy
b Method of making join
c Ultimate tensile strength of joint
21 Maximum single length of conductor which can be
22 Standard length of each piece in Km
23 a) Tolerance if any on standard lengths
b) Details of random lengths :
24 No. of standard length in one reel
25 Type of Drums and IS applicable
26 Dimensions of the Drum in cm. (Drawing shall be
enclosed).
27 Weight of the Drum in kg
with conductor
empty Drum with lagging
28 Details of marking on conductor drum
29 Whether the drums are suitable for use with
tension stringing equipment.
30 Standard according to which the conductor will be
manufactured and tested
a Certification Mark if any :
b Test certificate enclosed : Yes/No
31 Chemical composition of aluminium alloy wire
32 Initial & Final sag and Tension charts Furnished
33 Stress/Strain data corresponding to different
34 Curves/tables of creep compensation
corresponding to different tensions temperatures
furnished
Other details if any :

III A OPGW 24 Core


1 Maker's Name, Address & Country. : unit Value unit
2 No. of Fibres in OPGW 24
3 Mode Single
4 Buffer type
5 Buffer tube diameter mm mm
6 Buffer tube material
7 No. of buffer tubes

516
Volume-II-Section-IV 3/17
Guaranteed Technical Particulars 4 161 kV Transmission line Project In Togo

8 No. of fibres per tube


9 Identification/numbering of individual tube
10 No.of empty tubes (if any)
11 Filling material
12 Strength members. -
14 BindinQ varn/tape
(i) 10% Aluminium clad steel wire mm mm
(ii) 20.3% IACS mm mm
15 Aluminium alloy wires· (Diameter & Number) mm 12x2.40 mm
16 Aluminium tube diameter mm mm
17 Approximate outside diameter
18 Cable diameter
19 Cable cross,section area
20 Min. Breaking load/ Ultimate Tensile Strength KN 51.1 KN
21 Fibre Strain margin
22 Weight Kg/Km 344 Kg/Km
23 Crush strength
24 Modulus of Elasticity kN/mm2 87.9 kN/mm2
25 Minimum bending radius mm mm
26 Maximum bending. Radius mm mm
27 Maximum permissible tensile stre.ss
28 Permissible CTS Tensile stress kN/mm2 kN/mm2
29 Coefficient of linear expansion per °C 17.7X106 per °C
30 Coefficient expansion Cladding Core per °C per °C
31 Nominal operating. temperature range °C °C
SC current transient peak
32 temperature KA 7.94 KA
Maximum allowable temperature for 200
33 lightnino strike
34 Available length of cable per drum: Meter Meter
i.max
ii.min
35 Splice loss (Min. & Max. Allowable) db db
36 Operatinq Temperature range- °C °C
37 Expected Cable Life years. years.
39 Core diameter. mm 2.5 mm
41 Cladding diameter mm mm
42 Core Clad Concentricity Error μm μm
43 Cladding non circularity
44 Protective coating· type & material
i.Primary
ii.Secondry
45 Protective coating Diameter
46 Coating concentricity
Colour Goding scheme compliant with 'EIA
46 395/IEC3047
47 Attenuation Coefficient db/km db/km
i.1310 nm
ii.1559 nm
48 Mode field Diameter nm 9.3 nm
49 Chromatic Dispersion ps ps
i.1310 nm Ps/(Nm.km 2.8 Ps/(Nm.km
ii.1559 nm Ps/(Nm.km 3.8 Ps/(Nm.km

III B OPGW 48 Core


1 Maker's Name, Address & Country. : unit Value unit Value
2 No. of Fibres in OPGW 48
3 Mode Single
4 Buffer type
5 Buffer tube diameter mm mm
6 Buffer tube material
7 No. of buffer tubes
8 No. of fibres per tube
9 Identification/numbering of individual tube
10 No.of empty tubes (if any)
11 Filling material

517
Volume-II-Section-IV 4/17
Guaranteed Technical Particulars 5 161 kV Transmission line Project In Togo

12 Strength members. -
14 BindinQ varn/tape
(i) 10% Aluminium clad steel wire Mm mm
(ii) 20.3% IACS mm mm
15 Aluminium alloy wires· (Diameter & Number) mm 12x2.40 mm
16 Aluminium tube diameter mm mm
17 Approximate outside diameter
18 Cable diameter
19 Cable cross,section area
20 Min. Breaking load/ Ultimate Tensile Strength KN 51.1 KN
21 Fibre Strain margin
22 Weight Kg/Km 344 Kg/Km
23 Crush strength
24 Modulus of Elasticity kN/mm2 87.9 kN/mm2
25 Minimum bending radius mm mm
26 Maximum bending. Radius mm mm
27 Maximum permissible tensile stre.ss
28 Permissible CTS Tensile stress kN/mm2 kN/mm2
29 Coefficient of linear expansion per °C 17.7X106 per °C
30 Coefficient expansion Cladding Core per °C per °C
31 Nominal operating. temperature range °C °C
SC current transient peak
32 temperature KA 7.94 KA
Maximum allowable temperature for 200
33 lightnino strike
34 Available length of cable per drum: Meter Meter
i.max
ii.min
35 Splice loss (Min. & Max. Allowable) db db
36 Operatinq Temperature range- °C °C
37 Expected Cable Life years. years.
39 Core diameter. mm 2.5 mm
41 Cladding diameter mm mm
42 Core Clad Concentricity Error μm μm
43 Cladding non circularity
44 Protective coating· type & material
i.Primary
ii.Secondry
45 Protective coating Diameter
46 Coating concentricity
Colour Goding scheme compliant with 'EIA
46 395/IEC3047
47 Attenuation Coefficient db/km db/km
i.1310 nm
ii.1559 nm
48 Mode field Diameter nm 9.3 nm
49 Chromatic Dispersion ps ps
i.1310 nm Ps/(Nm.km 2.8 Ps/(Nm.km
ii.1559 nm Ps/(Nm.km 3.8 Ps/(Nm.km

IV CONDUCTOR ACCESSORIES
A. MID SPAN COMPRESSION JOINTS 161 kV Line 161 kV Line
1 Maker's name and country
2 Type
3 Suitable for (Conductor size) (mm)
4 Materials of joint with reference of ISS to which it
conforms
a) Aluminium alloy sleeve
5 Shape of cross-section
a) Before compression
b) After compression
6 Outside diameter of sleeves
a) Before compression
i) Aluminium alloy (mm)
b) After co mpression
Aluminium alloy

518
Volume-II-Section-IV 5/17
Guaranteed Technical Particulars 6 161 kV Transmission line Project In Togo

i) Corner to corner (mm)


ii) Surface to surface (mm)
7 Inside diameter of sleeves
a) Before compression
i) Aluminium alloy (mm)
8 Length of sleeves
a) Before compression
i) Aluminium alloy (mm)
b) After compression
i) Aluminium (mm)
9 Weight of sleeve in
i) Aluminium alloy (kg.)
10 Breaking strength of the mid span joint as
percentage of ultimate tensile strength of
conductor (%)
11 Conductivity of the compression joint expressed as
percentage of the conductivity of equivalent length
of the conductor(%)
12 Whether compression and non-compression joints
marked on the sleevs.
13 Slip strength of mid span compression joints
expressed as % of UTS of conductors.
14 Details of die set required for making joint.
15 Type of greece and capacity of Hydraulic
compressor for making joints.
16 Suitable for passing through the sleeve of stringing
block.
17 Reference of manufacturers' drawing and
catalogue no. etc
18 Reference of ISS or any other international
standard to which the midspan joints conform, if
any
19 Certification Mark (ISI/BS/or Any other
International Standard)
20 Packing details

B. REPAIR SLEEVE
1 Maker's name and country
2 Type
3 Suitable for Conductor size (mm)
4 Shape of cross-section
a) Before compression
b) After compression
5 Inside diameter of sleeves (mm)
Before compression
6 Outside diameter of sleeve
a) Before compression (mm)
b) After compression
i) Corner to corner
ii) Surface to surface
7 Length of sleeve
a) Before compression (mm)
b) After compression (mm)
8 Weight of sleeve
9 Conductivity of the repair sleeve expressed as
percentage of the equivalent length of Bare
conductor (%)
10 Material and standard to which conforming
11 Breaking strength as % of UTS of conductor
12 Resistance as percentage of measured resistance of
equivalent length of conductor
13 Details of die set for making joint
14 Capacity of compressor for making joint

519
Volume-II-Section-IV 6/17
Guaranteed Technical Particulars 7 161 kV Transmission line Project In Togo

15 Whether suitable to pass through stringing blocks


when installed on conductor during tension
stringing if not state the protective device needed
to make it suitable.
16 Certification mark (ISI/BS/Any International
Institution.
17 Reference of ISS or any other international
standard specification to which the repair sleeves
shall conform, if any
18 Reference of drawing and catalogue no. etc.
19 Packing details,
C. VIBRATION DAMPERS
1 Maker's name & Country
2 Type
3 Suitable for conductor size and Type (mm)
4 Total weight of each damper (kg)
5 Dimension of balancing weights (mm)
6 Weight of each balancing weight (kg)
7 Tolerance in balancing weights (+/-%)
8 Messenger cable
(a) Stranding and wire diameter
(b) UTS of each strand
(c) Ultimate bending strength
9 Slipping strength of cable w.r.t. each balancing
weight
10 Natural frequency of the damper (hz)
(a) First resonance
(b) Second resonance
(c) Third resonance
(d) Fourth resonance
11 The number of damper required per span
(suspension/tension)
(a) Span lengths (mtrs) 100 250 390 400 440 1100

(b) Nos. of dampers (nos.)


12 Position of fixing damper on the conductor from
the clamp mouth
(a) At tension points
i) First damper (mm)
ii) Second damper, (mm)
iii) Third damper (mm)
(b) At suspension points
i) First damper (mm)
ii) Second damper, (mm)
iii) Third damper (mm)
13 Clamping torque (kg m)
14 Minimum fatigue strength in no. of cycles at +/-1
mm amplitude at
(a) Resonant frequency of line conductor
(b) Highest resonant frequency of vibration
damper
15 Clamp slipping strength of vibration damper
(kg)
(a) Before fatigue test
(b) After undergoing fatigue test without re-
torquing the bolts.
16 (a) Diagram showing power dissipated by the
damper in watts for various vibration frequencies
& amplitudes (watts)
(b) Diagram showing the vibration energy for
conductor bundle for various frequencies under
varied winds and spans
17 Magnetic power loss per damper at 600 amp. 50
Hz AC current (watts)
18 Material and standards to which conforming

520
Volume-II-Section-IV 7/17
Guaranteed Technical Particulars 8 161 kV Transmission line Project In Togo

a) Clamp b) Messenger cable c) Damper weight

19 Quantity of zinc and standard to which conforming

20 Galvanization
(a) method of galvanization
i) Spring washers
ii) Other spare parts
(b) no. of dips
i) One minute
ii) Half minute
(c) minimum weight of zinc coating (g/sq. m)
i) Casting
ii) Wires
21 Certification Mark (ISI/BS/or any other
International Standard)
22 Packing details
i) Marking
ii) Standard to which conforming

V OPGW ACCESSORIES
A. SUSPENSION ASSEMBLY
1 Manufacturer's name & address
2 Type
3 Material
4 Drawing no. (give complete details and dimension
including no. of components)
5 Reference of Indian Standard specification to which
conform
6 Minimum slip strength with respect to earth wire

7 Minimum ultimate breaking strength


8 Galvanising
(a) Spring washers
(b) Other ferrous parts
(c) weight of zinc (g/sq. m)
(d) no. of dips
i) one minute
ii) half minute
(e) Quality of zinc and standard to which
conforming
9 Fixing arrangement of clamp on the ground wire /
OPGW
10 Whether the limb of the U-bolt has been long
enough to accommodate the leg of the flexible
copper bond (Y/N)
11 Total drop of the suspension assembly from the
centre point of the attachment to the centre point
of the ground wire (mm)
12 Certification Mark (ISI/BS/Any other International
Standard)
13 Total weight of assembly (kg)
14 Method of manufacture adopted e.g. forging or
casting
15 Packing details
16 Other details, if any

B. TENSION ASSEMBLY
1 Manufacturer's name & address
2 Type
3 Material
(a) Body
(b) Bolts and nuts
4 Drawing no. (give complete details and dimension
and no. of components)

521
Volume-II-Section-IV 8/17
Guaranteed Technical Particulars 9 161 kV Transmission line Project In Togo

5 Reference of Indian Standard specification / IEC to


which conforms
6 Minimum slip strength
7 Minimum ultimate breaking strength
8 Brinnel hardness of steel
9 Galvanising
(a) Spring washers
(b) Other ferrous parts
(c) weight of zinc (g/sq. m)
(d) no. of dips
i) one minute
ii) half minute
(e) Quality of zinc and standard to which
conforming
10 Total weight of complete assembly (kg)
11 Breaking strength of tension clamp as % of
breaking load of ground wire
12 Resistivity as % of equivalent length of ground wire

13 Whether lugs along with necessary nuts and bolts


for jumper connections will be supplied (Y/N)

14 Angle of Jumper terminal with the vertical plate


(degree)
15 Whether the bolt holding the jumper is sufficiently
long and will be provided with washers, nuts and
locking nuts etc., for fixing one lug of the flexible
copper bond (Y/N0)
16 Certification Mark (ISI/BS/or Any other
International Standard)
17 Packing details
18 Other details, if any
C. VIBRATION DAMPERS
1 Maker's name & Country
2 Type
3 Suitable for earth wire of size (mm)
4 Material with reference of ISS to which it conforms

(a) Clamp
(b) Messenger cable
(c) Weight
5 Reference of manufacturer's drawing and
catalogue no. etc.
6 Total weight of each damper (kg)
7 Dimensions of balancing weights (mm)
8 Length of each balancing weight (mm)
9 Weight of each balancing weight (kg)
10 Tolerance in balancing weights (+%)
11 Messenger cable
(a) Stranding and wire diameter (mm)
(b) Ultimate tensile strength (kg)
(c) Ultimate bending strength (kg m)
12 Slipping strength of stranded messenger cable with
respect to balancing weight (kg)
13 (a) Diagram showing power dissipated by the
damper in watts for various vibration frequencies &
amplitudes (watts)
(b) Diagram showing the vibration energy for
various frequencies under varied winds and spans

14 Natural frequency of the damper


(a) Ist (Hz)
(b) IInd (Hz)
(c) IIIrd (Hz)
(d) IVth (Hz)

522
Volume-II-Section-IV 9/17
Guaranteed Technical Particulars 10 161 kV Transmission line Project In Togo

15 The number of dampers required per span for


various span length
(a) Span lengths (mtrs) 250m 390m 400m
440m 1100m
(b) Nos. of dampers
i) Suspension span
ii) Tension span
16 Position of fixing damper on the earth wire from
the clamp mouth
(a) At tension points
i) First damper (mm)
ii) Second damper (mm)
iii) Third damper (mm)
(b) At suspension points
i) First damper (mm)
ii) Second damper, (mm)
iii) Third damper (mm)
17 Clamping torque (kg m)
18 Maximum possible dynamic strain on the earth
wire with recommended number of dampers

19 Minimum fatigue strength at amplitude of +/- 0.5


mm in nos. of cycles at
(a) Resonant frequency of Earth wire
(b) Highest frequency of vibration dampers
20 Clamp slipping strength of vibration damper
(a) Before fatigue test
(b) After fatigue test for 10 million cycles
21 Weight of zinc coating in (gms/m2 )
(a) Spring washers
(b) Bolts and nuts
(c) Weights
(d) Clamp
(e) Messenger cable
22 No. of dips of 1 minute duration which the damper
withstands under 'Preece Test'
(a) Spring washers
(b) Bolts and nuts
(c) Weights
(d) Clamp
(e) Messenger cable
23 Packing details
24 Certificate Marks (ISI/BS/or Any other International
Standard)
D) MIDSPAN COMPRESSION JOINT
1 Maker's name & address
2 Type
3 Inside diameter of sleeve before compression
4 Outside dimension of sleeve
a)Before compression (mm)
b)After compression (mm)
i. Corner to corner (mm)
ii. Surface to surface (mm)
5 Length of sleeve
a) Before compression (mm)
b) After compression (mm)
6 Weight of sleeve (kg)
7 Slipping strength of mid span (%)
joint, expressed as a percentage of
Ultimate tensile strength
8 Resistance of the compressed
Unit expressed as a percentage
of the Resistance of equivalent
length of bare earth wire
9 Material of sleeves
a)Material

523
Volume-II-Section-IV 10/17
Guaranteed Technical Particulars 11 161 kV Transmission line Project In Togo

b)Standard to which conform


c)Whether annealed properly
d)Brinnel Hardness of material
10 Galvanization
a)Process
b) Weight of zinc (g/sq. m)
c)No. of dips
i) one minute
ii) half minute
d)Quality of zinc and standard to which
conforming
11 Whether compression and non compression joints
marked on the sleeve (Y/N)
12 Breaking strength of Mid span joint as of the
breaking load of ground wire %
13 Details of die set for making joint
14 Whether suitable to pass through stringing block
when installed on ground wire during tension
stringing if not state the protective device needed
to make it suitable.
15 Capacity of Hydraulic compressor for making joint

16 Certification mark (ISI/BS/Any international


Institution
17 Drum no. and details and no. of components
18 Packing details

E) FLEXIBLE COPPER BONDS


1 Maker's name & address
2 Governing Standard
3 Material & Standard
4 No. of Strands
5 Length
6 Weight
7 Slipping strength of lugs provided on either end of
earthing bond without any damage to earthing
bond
8 Certification mark (ISI/BS/Any international
Institution
9 Packing details (No. of bonding pices per package
and gross weight)
V INSULATOR DISCS AND COMPLETE STRINGS

1 Type of insulator
2 Maker's name,address and country
3 Material and Governing standard
4 Detailed dimensional drawing indicating tolerances
for each type of insulator disc enclosed (YES/NO

5 Dimensions (Indicate tolerances also)


a) Diameter (mm)
i) Suspension
ii) Tension
b) Spacing (mm)
i) Suspension
ii) Tension
c) Creepage distance (mm)
i) Suspension
ii) Tension
6 Pin-ball-shank diameter (mm)
a) Suspension insulator
b) Tension insulator
7 Colour
a) Suspension

524
Volume-II-Section-IV 11/17
Guaranteed Technical Particulars 12 161 kV Transmission line Project In Togo

b) Tension

8 Electromechanical strength (KN)


a) Suspension
b) Tension
9 Mechanical breaking strength (KN)
a) Suspension
b) Tension
10 Power frequency one-minute withstandvoltage -KV
(rms)
a) Dry
i) Suspension
ii) Tension
b) Wet
i) Suspension
ii) Tension
11 Impulse 1.2x50 microsecond withstand voltage -KV
(peak)
a) +ve Wave
i) Suspension
ii) Tension
b) -ve Wave KV (peak)
i) Suspension
ii) Tension
12 Power frequency flashover voltage -KV (rms)
a) Dry
i) Suspension
ii) Tension
b) Wet KV (rms)
i) Suspension
ii) Tension
13 Impulse 1.2x50 microsecond flashover voltage KV
(peak)
a) +ve Wave
i) Suspension
ii) Tension
b) -ve Wave
i) Suspension
ii) Tension
14 Power frequency puncture voltage KV (rms)
a) Suspension
b) Tension
(ii) Corona extinction voltage KV (rms)
a) Suspension
b) Tension
15 RIV at 10 KV (rms)
a) Suspension (microvolts)
b) Tension (microvolts)
16 Weight of the Insulator disc (kg)
a) Suspension
b) Tension
17 Locking device
a) Type
i) Suspension
ii) Tension
b) Material
i) Suspension
ii) Tension
c) Standard to which conforming
18 Socket and ball ended component
a) Standard to which conforming
b) Material and Standard to which conforming

c) Galvanising process

525
Volume-II-Section-IV 12/17
Guaranteed Technical Particulars 13 161 kV Transmission line Project In Togo

d) Quality of zinc and Standard to which


conforming
e) Weight of zinc (g/m2 )
f) Number of one-minute dips
19 Packing details (No. of disc insulators of each type
per package and gross weight)
20 Certification mark (BIS/BS/Any National
Institution)
VII INSULATOR STRINGS
1 No. of insulator discs
a) Single suspension 'I'
b) Double suspension 'II'
c) Single Tension
d) Double Tension
2 E.M. Strength - KN
a) Single suspension
b) Double suspension
c) Single Tension
d) Double Tension
3 Power frequency one minute withstand voltage KV
(rms)
Dry/Wet
i) Suspension
1) Single
2) Double
ii) Tension
1) Single
2) Double
4 Power frequency flashover voltage KV (rms)
Dry/Wet
i) Suspension
1) Single
2) Double
ii) Tension
1) Single
2) Double
5 Impulse withstand voltage (dry) KV (peak)
Positive wave
i) Suspension
1) Single
2) Double
ii) Tension
1) Single
2) Double
Negative wave
i) Suspension
1) Single
2) Double
ii) Tension
1) Single
2) Double
6 Impulse flashover voltage (dry)
Positive wave - KV (peak)
i) Suspension
1) Single
2) Double
ii) Tension
1) Single
2) Double
Negative wave - KV (peak)
i) Suspension
1) Single
2) Double
ii) Tension
1) Single
2) Double

526
Volume-II-Section-IV 13/17
Guaranteed Technical Particulars 14 161 kV Transmission line Project In Togo

7 Corona extinction voltage - KV (rms)


a) Dry/Wet - KV (rms)
i) Suspension
1) Single
2) Double
ii) Tension
1) Single
2) Double
8 Maximum RIV for complete string i.e. including
arcing horns, clamps etc. at 154 KV (rms) (in
microvolt)
a) Single Suspension
b) Single Tension
9 Creepage distance of complete string
a) Single suspension
b) Double suspension
c) Single Tension
d) Double Tension
10 Detailed Dimensional drawing for insulator strings
with tolerances attached for:
a) Single Suspension (I) YES/NO
b) Double Suspension (II) YES/NO
c) Single Tension YES/NO
d) Double Tension YES/NO
11 Weight (kg.)
a) Single Suspension (I)
b) Double Suspension (II)
c) Single Tension
d) Double Tension
12 Maximum percentage of line to earth voltage
across insulator discs of insulator string for single
(I), double(II) suspension and double tension.

a) Ist insulator disc from line side


b) 2nd insulator disc from line side
c) 2nd last insulator disc from line side
d) Last insulator disc from line side.
13 Mechanical strength of complete insulator string
alongwith hardware fittings.
a) Single Suspension insulator strings (I)
b) Double Suspension insulator strings (II)
c) Single Tension insulator strings
d) Double Tension insulator strings
14 Whether end user certificate in support of
performance attached. (YES/NO)
15 Certification Mark (BIS/BS/Any National Institution)

VIII HARDWARE FITTINGS


I. SUSPENSION CLAMP ASSEMBLY
1 Type
2 Manufacturer's Name, address and country
3 Suitable for (Conductor size)
4 Governing standard
5 Detailed dimensioned drawings of each component
showing tole-rances, material and the standard to
which conforming enclosed. YES/NO

6 Weight of suspension clamp (kg.)


a) Body
b) Supporting and clamping components
c) Total
7 Galvanization and standard to which conforming.

a) Spring washers
b) Other ferrous parts
c) Weight of zinc g/m 2

527
Volume-II-Section-IV 14/17
Guaranteed Technical Particulars 15 161 kV Transmission line Project In Togo

d) Number of one-minute dips


e) Quality of zinc and standard to which
conforming
8 Minimum failing load (No deformation) (kg.) &
(KN)
9 Slip strength at recommended tightening torque
(KN)
10 Whether clamp torque Vs slip curve enclosed
YES/NO
11 Magnetic power loss at:
a) 500 amps Watts
12 Whether a graph showing relation between power
losses in watts against current in amperes is
enclosed YES/NO
13 Formed armour rod set
a) Type
b) Manufacturer's name, address and country

c) Suitable for (Conductor size)


d) No. of rods per set (No.)
e) Direction of lay
f) Overall length after fitting on conductor (mm)

g) Actual length of each rod along its helix (mm)

h) Diameter of each rod (mm)


i) Tolerance in
i) Diameter of each rod (+/- mm)
ii) Length of each rod (+/- mm)
iii) Difference of length between the longest and
shortest rod in a set (+/- mm)
j) Type of aluminium alloy used for manufacture
of Formed armour rod set and standard to which
conforming
k) UTS of each rod (kg/mm2 )
14 Elastomer for AGS clamps
a) Supplier
b) Type
c) Moulded on insert YES/NO
d) Shore hardness
e) Temp. range for which designed (deg.C)
15 Particulars of insert
a) Type of aluminium alloy used for manufacturing
of insert and standard to which conforming.

b) Manufacturing process
16 Packing details (No. of suspension clamp/formed
armour rod set/elastomer etc. per package and
gross weight of each package)
17 Whether end user certificate in support of
performance enclosed YES/NO
18 Certification mark (BIS/BS/Any National
Institution).
II. TENSION CLAMP ASSEMBLY
1 Type
2 Manufacturer's name address and country
3 Suitable for (conductor size)
4 Governing standard
5 Detailed dimensioned drawings of each component
showing tolerances, material and standard to
which conforming enclosed YES/NO

6 Materials composition and standard to which


conforming.
a) Outer sleeve

528
Volume-II-Section-IV 15/17
Guaranteed Technical Particulars 16 161 kV Transmission line Project In Togo

b) Inner sleeve
7 Slip strength (KN)
8 Minimum failing load (KN) (No deformation)
9 Shape of cross section
a) Before compression (mm)
i) Aluminium alloy
b) After compression
i) Aluminium alloy
10 Dimensions of sleeve (mm)
a) Before compression (mm)
i) Aluminium alloy sleeve
b) After compression (mm)
i) Aluminium alloy sleeve
11 Length of sleeve
a) Before compression (mm)
i) Aluminium alloy sleeve
b) After compression (mm)
i) Aluminium alloy sleeve
12 Galvanisation
a) Process
b) Weight of zinc (g/sq.m)
c) No. of dips
i) 1 minute
ii) 1/2 minute
d) Quality of zinc and standard to which
conforming.
13 Whether compression and non-compression
(YES/NO) zones marked on the sleeves
14 Electrical resistance of tension clamp as a % of
equivalent length of conductor.
15 Details of dies and hydraulic compressor required
for compressing sleeves of tension clamp.

16 Packing details (Nos. of tension clamp assembly per


package and gross weight)
17 Whether end user certificate in support of
YES/NO performance enclosed
18 Certification mark (BIS/BS/Any National
Institution)
III. OTHER HARDWARE FITTINGS
1 Manufacturer's name, address and country.
2 Material, composition, mechanical strength and
standard to which conforming.
a) Anchor shackle
b) Chain link
c) Yoke plate
d) Arcing horn
e) Split pin
f) Socket clevis
g) Ball clevis
h) Clevis-Clevis
i) Clevis eye
j) Ball hook
k) Socket eye horn holder type
l) Ball eye
m) Twisted shackle
3 Galvanisation and Standard to which conforming.

a) Spring washers
b) Other ferrous parts
c) Weight of zinc g/sq.m
d) No. of one minute dips
e) No. of 1/2 minute dips.
4 Quality of zinc and standard to which conforming.

529
Volume-II-Section-IV 16/17
Guaranteed Technical Particulars 17 161 kV Transmission line Project In Togo

5 Detailed dimensioned drawing of each fitting


showing tolerances, weight,strength etc. enclosed
(YES/NO)
6 Whether components are interchangeable.
(YES/NO)
7 Packing details of each fitting per package and
gross weight
8 Whether end user certificate in support of
performance enclosed YES/NO
9 Certification mark (BIS/BS/Any National
institution.)

530
Volume-II-Section-IV 17/17
SUB - SECTION - 5
DRAWINGS

531
2019
2 I 3 I 4 I 5 6 I 7 I 8 I 9 I 10

NOTES:-
A 1. ALL DIMENSIONS AND DETAILS ARE TENTATIVE A

AND FOR TENDER PURP OSE ONLY. THESE SHALL


BE FINALIZED BY SUCCESSFUL BIDDER AFTER
AWARD OF WORK DURING DETAIL ENGINEERI NG.

ING ANGLE
ELDING ANGLE ELDING ANGLE ING ANGLE

B B

wr-
u
<(
z
ti
0 ez :rr--- w-,-
u
wr-
u
<u I. <( z z
i;' ti
<(
ti <(
ti
0 0 0
>+- <(
u
;:: <I.
u
<I.
u
:I: ;:: ;::
>e,-

C
0 "' C
>-
:5
:I: :I: :I:
0 >e,- >e,- >e,-
z +
::,"'
00
«"'
e, ffi 0 "' 0 "' 0"'
>-
2 e,
::,<(
2 ';'
:5 5 5
z z z
:;;
x
<(
0 0 0
2 "'
ffi "'
ffi "'ffi
e, e, e,
D u
z <( <( <(
D
:'?.
TOWER LEVEL WER LEVEL WER LEVEL
u

1
TOWER LEVEL RD TOWER LEVEL RD TOWER LEVEL RD TOWER LEVEL

0
"'m
00 1
0

BE
T
0
00
"' m
0
00

o T
i
00
"' m
00

T
0
00

"'
0
0
0
"'

j M BE
/h
.L
0
0

+9.0M BE
.Ll
0
0

+9.0M BE
.L.l.

TYPE SA TOWER TYPE SB TOWER """"""" TYPE SC TOWER """"""" TYPE SD/DE TOWER

I FOR TENDER PURPOSE ONLY I


CLIENT

-r
Angle Deviati on Angle Deviati on COMMUNAUTE ELECTRIQUE DU BENIN - CEB
45° 60° PROJECT

161kV KAR A-M ANGO -DAPONG TRANSMISSION LINE


2--tt-
r I
.
i
-
Il J I

- - -E> - - I
I CONSULTANT G

TITLE

2nd FLOOR, "SKV HOUSE", Plot No 57,

Sector 18, Gurugram - 122015, INDIA

PH: +91-124-2344425

+91 -124 -2340425


E-mail:
Website:ceelectrical@wapcosindia.com,
www .wapcos.gov.in
161kV DOUBLE CIRCUIT TRANSMISSION LINE
TOWER TYPE SA, SB, SC, & SD (500 MCM 'AAAC')
DATE:
NTS
MARCH, 2019
H

H 0° to 2° TYPE SA TOWER 0° to 20° TYPE SB TOWER 20° to 45° TYPE SC TOWER 45° to 60° TYPE SD TOWER
PREPARED : AK CHECKED : MMK SCALE:

DRAWN: PL APPROVED: OVSNR OWG. No. WAP/ POWER/ TOGO/ CEB/TENDER/T0 l

THIS DRAW ING IS THE PROPERTY OF W APCOS LIMITED AND IS SUBJECT TO THEIR RECALL.
IT SHALL NOT BE COPIED OR REPRODUCED WITHOUT THEIR PRIOR WRITTEN PERMISSION.

6 8 9 10 A3 - 420X297

532
4 \V 7 8 9 10

NOTE:-
A A
1. BALL AND SOCKET SIZE 16mm "B".
2. SOCKET EYE FITTED WITH SECURITY CLIP MADE OF
STAINLESS STEEL.
3. AGS TYPE SUSPENSION CLAMP SUITABLE FOR 500 MCM
(===tP "AAAC" CONDUCTOR COVERED WITH ARMOUR ROD .
4. MIN. SLIP STRENGTH 8 TO 15 % UTS OF CONDUCTOR.
CD 5. TOLERANCE NO HARDWARE LENGTH ±2%
B 0 6. GENERAL TOLERANCE ±3% APPLICABLE FOR INDIVIDUAL
COMPONENTS, UNLESS SEPCIFI ED.
B

- '-
7. HARDWARE FITTINGS CONFORM TO IS : 2486.

0 8. ALL STEEL COMPONENTS EXCEPT SPRING WASHERS HOT


DIP GALVANISED AND SPRING WASHERS ELECTRO
- --- - GALVANISED AS PER IS : 2633 .

0 c-=- - - -e,-_- _:-_:) 0 9. ALL DIMENSIONS AND DETAILS ARE TENTATIVE AND FOR
TENDER PURPOSE ONLY. THESE SHALL BE FINALIZED BY
SUCCESSFUL BIDDER AFTER AWARD OF WORK DURING
C DETAIL ENGINEERI NG. C

BILL OF MATERIAL
D I D
I

SR. NO. &


PART NO. DESCRIPTION MATERIAL UTS. NO. OFF
'
LJ"}
I
I 1. ANCHOR-SHACKLE FORGED STEEL CL-4, IS: 2004 (H.D .G) 120 KN. 1 NO.
.s.-t,
7 ..X-, I
..-, I 2. BALL LINK (H.H) FORGED STEEL CL-4, IS: 2004 (H.D.G) 120 KN. 1 NO.

3. ARCHING HORN (TOWER SIDE) MILD STEEL Fe-410 IS:2062 (H.D.G.) ----- 1 NO.

4. SOCKET EYE (H .H) FORGED STEEL CL-4, IS: 2004 (H.D.G) 100 KN. 1 NO.

5. ARCHING HORN (LINE SIDE) MILD STEEL Fe-410, IS:2062 (H.D.G.) 1 NO.

6. AGS CLAMP ALUMINIUM ALLOY 4600, IS: 617 STEEL (H.D.G.) 50% OF UTS 1 NO.
OF CONDUTOR

0 I FOR TENDER PURPOSE ONLY I


CLIEN T

0 0 PROJECT
COMMUNAUTE ELECTRIQUE DU BENIN - CEB

G
· ¢· -'--0 161kV KARA-MANGO-DAPONG TRANSMISSION LINE
CONSU LTANT G

2nd FLOOR, "SKV HOUSE", Plot No 57,


Sector 18, Gurugram • 122015, INDIA
PH: +91-1 24-2344425
0 +91-124·2340425
E-mail: ceelectrical@wapcosindia.com,
Website: www.wapcos.gov.in

© TITLE
161 kV SINGLE SUSPENSION STRING
FOR SOO MCM 'AAAC'
DATE:
PREPARED: MR CHECK ED : MMK SCALE: N TS
MARCH, 2019
H H
DRAWN: PL APPRO VED : DVSNR D WG . No. WAP/POWER/TOGO/CEB/TENDER/T02

56
6R T; R1 --

(t
H it sc (oRg:ERRETPvRg t:oc ;E 1 SHEET NO. 01 OF 01

533
5
ffi 6 7 8
9 10 A3 · 420X297
4 \V 7 8 9 10

NOTE:-
A A
1. BALL AND SOCKET SIZE 16mm "B".
2. SOCKET EYE FITTED WITH SECURITY CLIP MADE OF
STAINLESS STEEL.
illle, 0 3. AGS TYPE SUSPENSION CLAMP SUITABLE FOR 500 MCM

-
"AAAC" CONDUCTOR COVERED WITH ARMOUR ROD .
0 4. MIN. SLIP STRENGTH 8 TO 15 % UTS OF CONDUCTOR.
5. TOLERANCE NO HARDWARE LENGTH ±2%
B ,.. ---0 6. GENERAL TOLERANCE ±3% APPLICABLE FOR INDIVIDUAL 8

--
,.. COMPONENTS, UNLESS SEPCIFIED.
_.. -.. _.. -.. 7. HARDWARE FITTINGS CONFORM TO : 15:2486.
r , r ,
"------5--------1 "------5--------1 8. ALL STEEL COMPONENTS EXCEPT SPRING WASHERS HOT
I I DIP GALVANISED AND SPRING WASHERS ELECTRO
0 I I
I I 0 GALVANISED AS PER 15:2633.
I I 9. ALL DIMENSIONS AND DETAILS ARE TENTATIVE AND FOR
I I TENDER PURPOSE ONLY. THESE SHALL BE FINALIZED BY
I I SUCCESSFUL BIDDER AFTER AWARD OF WORK DURING
I I DETAIL ENGINEERI NG. c
C
I I
I I
I I
I I
I I
I I
I I
I I
I I
I I
I I
D I I D
U"l
I I
.s..t.
X
I
I
I
I
....X I I
N I I BILL OF MATERIAL
7 I
I
I
I SR. NO. &
I I PART NO. DESCRIPTION MATERIAL UTS. NO. OFF
I I
I I 1. ANCHOR-SHACKLE FORGED STEEL CL-4, 15:2004 (H.D.G) 120 KN. 1 NO.
I I
I I
I I 2. YOKE PLATE (TOWER & LINE SIDE) MILD STEEL Fe-410, 15:2062 (H.D.G) 120 KN. 2 NOS.
I I
I I
I I 3. ARCHING HORN (TOWER SIDE) MILD STEEL Fe-410, 15:2062 (H.D.G.) 2 NOS.
I I
I I 4. BALL CLEVIS FORGED STEEL CL-4, 15:2004 (H.D.G) 120 KN. 2 NOS.
I I

i5 I II I
I I
5i 5. SOCKET CLEVIS FORGED STEEL CL-4, 15:2004 (H.D.G.) 120 KN. 2 NOS.

;; 6. ARCING HORN (LINE SIDE) MILD STEEL Fe-410, 15:2062 (H.D.G.) 2 NOS.

L
0
--,--, - 9 : -
- - v- -

_,
_,
0 7.

8.
CLEVIS EYE

AGS CLAMP
FORGED STEEL CL-4, 15:2004 (H .D.G.) 120 KN.

ALUMINIUM ALLOY 4600, 15:617 STEEL (H.D.G.) 50 % UTS


OF COND.
2 NOS.
CLIEN T

PROJECT
I FOR TENDER PURPOSE ONLY I
COMMUNAUTE ELECTRIQUE DU BENIN - CEB

161kV KARA-MANGO-DAPONG TRANSMISSION LINE


CONSU LTANT G
G
2nd FLOOR, "SKV HOUSE", Plot No 57,
Sector 18, Gurugram • 122015, INDIA
PH: +91-1 24-2344425
+91-124·23 40425
E-mail: ceelectrical@wapcosindia.com,
Website: www.wapcos.gov.in

0 TITLE
161 kV DOUBLE SUSPENSION STRING
FOR 500 MCM 'AAAC'
DATE:
PREPARED: MR CHECKED : MMK SCALE: N TS
M ARCH. 2019
H H
DRAWN : PL APPRO VED : DVSNR D WG . No. WAP/POWER/TOGO/CEB/TENDER/T03

56
T; R1 --

(t
H i t s c (Rog :ERRETPvRg t:co ; E 1 6R SHE ET NO. 01 OF 01

ffi 7 8 9 10 A3 - 420X297

534
4 \V 7 8 9 10

NOTE:-
A A
1. BALL AND SOCKET SIZE 16mm.
2. SOCKET EYE FITTED WITH SECURITY CLIP MADE OF
STAINLESS STEEL.
3. DEAD END CLAMP SUITABLE FOR 500 MCM "AAAC"
CONDUC TOR.
4. MIN. SLIP STRENGTH / UTS OF TENSION CLAMP -95% OF
CONDUCTOR.
5. ALL STEEL COMPONENTS EXCEPT SPRING WASHERS HOT
B B
DIP GALVANISED AND SPRING WASHERS ELECTRO
GALVANISED AS PER 2633.
12x145

r l 6.
7.

8.
TOLERANCE ON HARDWARE LENGTH ±2%
GENERAL TOLERANCE ±3% APPLICABLE FOR INDIVIDUAL
COMPONENTS, UNLESS SPECIFI ED.
HARDWARE FITTINGS CONFORM TO IS: 2486.
9. ALL DIMENSIONS AND DETAILS ARE TENTATIVE AND FOR
TENDER PURPOSE ONLY. THESE SHALL BE FINALIZED BY
C SUCCESSFUL BIDDER AFTER AWARD OF WORK DURING C
0 0

I
DETAIL ENGINEERI NG.

00
I I -----------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
nI I I

0
:://
n/ :
!
0 I 0

D
J/ I I
I I '--01 _,. i D

L ii I
I I I
DQI::ll_llJ!!!!!! - - - - - - I- ------------- 1
I() \ \J I
1 \ II I -

7 'J _

,
BILL OF MATERIAL
SR. NO. &
PART NO. DESCRIPTION MATERIAL UTS. NO. OFF
I FOR TENDER PURPOSE ONLY I
1. ANCHOR-SHACKLE FORGED STEEL CL-4, IS: 2004 (H.D.G) 120 KN. 1 NO. CLIEN T

COMMUNAUTE ELECTRIQUE DU BENIN - CEB


2. BALL LINK (H.H) FORGED STEEL CL-4, IS: 2004 (H.D.G) 120 KN. 1 NO. PROJECT

ARCING HORN (TOWER SIDE) MILD STEEL Fe-410, IS:2062 (H.D .G.) 1 NO. 161kV KARA-MANGO-DAPONG TRANSMISSION LINE
3.
G
CONSU LTANT G

4. SOCKET EYE (H.H) FORGED STEEL CL-4, IS: 2004 (H.D.G) 120 KN. 1 NO. 2nd FLOOR, "SKV HOUSE", Plot No 57,
Sector 18, Gurugram • 122015, INDIA
PH: +91-1 24-2344425
MILD STEEL Fe-410, IS: 2062 (H.D.G.) +91-124·2340425

5. ARCING HORN (LINE SIDE) 1 NO.


E-mail: ceelectrical@wapcosindia.com,
Website: www.wapcos.gov.in

DEAD END CLAMP EC GRADE ALUMINIUM 19500/1050 IS:733 95% OF TITLE


6. 161 kV SINGLE TENSION STRING
(COMPRESSION TYPE) AND STEEL (H.D.G.) CON. UTS.
FOR SOO MCM 'AAAC'
DATE:
PREPARED: MR CHECK ED : MMK SCALE: NTS
MARCH, 2019
H H
DRAW N : PL APPRO VED: DVSNR DWG . No . WAP/POWER/TOGO/CEB/TENDER/T04

56
6R T; R1 --

(t
H it sc (oRg:ERRETPvRg t:oc ;E 1 SHEET NO. 01 OF 01

ffi 7 8 9 10 A3 · 420X297

535
4 \V 7 8 9 10

NOTE:-
A A
1. BALL AND SOCKET SIZE 16mm "B".
2. SOCKET EYE FITTED WITH SECURITY CLIP MADE OF
STAINLESS STEEL.
3. AGS TYPE SUSPENSION CLAMP SUITABLE FOR 500 MCM
(===tP "AAAC" CONDUCTOR COVERED WITH ARMOUR ROD .
4. MIN. SLIP STRENGTH 8 TO 15 % UTS OF CONDUCTOR.
CD 5. TOLERANCE NO HARDWARE LENGTH ±2%
B 0 6. GENERAL TOLERANCE ±3% APPLICABLE FOR INDIVIDUAL
COMPONENTS, UNLESS SPECIFI ED.
B

- '-
7. HARDWARE FITTINGS CONFORM TO IS : 2486.

0 8. ALL STEEL COMPONENTS EXCEPT SPRING WASHERS HOT


DIP GALVANISED AND SPRING WASHERS ELECTRO
- --- - GALVANISED AS PER 15:2633.

0 c-=- - - -e,-_- _:-_:) 0 9. ALL DIMENSIONS AND DETAILS ARE TENTATIVE AND FOR
TENDER PURPOSE ONLY. THESE SHALL BE FINALIZED BY
SUCCESSFUL BIDDER AFTER AWARD OF WORK DURING
C DETAIL ENGINEERI NG. C

BILL OF MATERIAL
D I D
I

SR. NO. &


PART NO. DESCRIPTION MATERIAL UTS. NO. OFF

LJ')
I'
,'SI'., I 1. ANCHOR-SHACKLE FORGED STEEL CL-4, IS: 2004 (H.D .G) 120 KN. 1 NO.
7 ,.,
0
X
I
I 2. BALL LINK (H.H) FORGED STEEL CL-4, IS: 2004 (H.D.G) 120 KN. 1 NO.

3. ARCHING HORN (TOWER SIDE) MILD STEEL Fe-410 IS:2062 (H.D.G.) ----- 1 NO.

4. SOCKET EYE (H .H) FORGED STEEL CL-4, IS: 2004 (H.D.G) 120 KN. 1 NO.

5. ARCHING HORN (LINE SIDE) MILD STEEL Fe-410, IS:2062 (H.D.G.) 1 NO.

6. AGS CLAMP ALUMINIUM ALLOY 4600, IS: 617 STEEL (H.D.G.) 50% OF UTS 1 NO.
OF CONDUTOR

0 I FOR TENDER PURPOSE ONLY I


CLIEN T

0 0 PROJECT
COMMUNAUTE ELECTRIQUE DU BENIN - CEB

G
· ¢· -'--0 161kV KARA-MANGO-DAPONG TRANSMISSION LINE
CONSU LTANT G

2nd FLOOR, "SKV HOUSE", Plot No 57,


Sector 18, Gurugram • 122015, INDIA
PH: +91-1 24-2344425
0 +91-124·2340425
E-mail: ceelectrical@wapcosindia.com,
Website: www.wapcos.gov.in

© TITLE
161 kV SINGLE SUSPENSION PILOT STRING
FOR 500 MCM 'AAAC'
DATE:
PREPARED: MR CHECK ED : MMK SCALE: N TS
MARCH, 2019
H H
DRAWN: PL APPRO VED : DVSNR D WG . No. WAP/POWER/TOGO/CEB/TENDER/TOS

56
6R T; R1 --

(t
H it sc (oRg:ERRETPvRg t:oc ;E 1 SHEET NO. 01 OF 01

536
5
ffi 6 7 8
9 10 A3 · 420X297
4 \V 7 8 9 10

NOTE:-
A A
1. BALL AND SOCKET SIZE 16mm.
2. SOCKET CLEVIS FITTED WITH SECURITY CLIP MADE OF
STAINLESS STEEL.
3. AGS CLAMP SUITABLE FOR 500 MCM "AAAC" CONDUCTOR.
4. MIN. SLIP STRENGTH/ UTS OF TENSION CLAMP- 95% OF
CONDUCTOR UTS.
5. ALL STEEL COMPONENTS EXCEPT SPRING WASHERS HOT
DIP GALVANISED AND SPRING WASHERS ELECTRO
B B
GALVANISED AS PER 2633 .
6. TOLERANCE NO HARDWARE LENGTH ±2%
7. GENERAL TOLERANCE ±3% APPLICABLE FOR INDIVIDUAL

r
12x145
COMPONENTS, UNLESS SPECIFI ED.

1 8.
9.
HARDWARE FITTINGS CONFORM TO IS : 2486.
ALL DIMENSIONS AND DETAILS ARE TENTATIVE AND FOR
TENDER PURPOSE ONLY. THESE SHALL BE FINALIZED BY
SUCCESSFUL BIDDER AFTER AWARD OF WORK DURING
C DETAIL ENGINEERI NG. C

::0- a$
--------------------------------------------- \.._
ffl· f H1-H-H-FI i-=- -=-== - =..:,-
=t =-==-
D
0--------0 0-----B -- JJ
lJ.-,...1. .. l.·u:I 1- .

E-
D

1
I
- @)
7
0
!l
BILL OF MATERIAL
SR. NO. &
PART NO. DESCRIPTION MATERIAL UTS. NO. OFF

1. ANCHOR-SHACKLE FORGED STEEL CL-4, IS: 2004 (H.D.G) 120 KN. 2 NO.

2. CHAIN LINK FORGED STEEL CL-4, IS: 2004 (H.D .G) 120 KN. 1 NO.

MILD STEEL Fe-410, IS: 2062 (H.D.G.) 1 NO.


3. YOKE PLATE (TOWER SIDE) 120 KN. I FOR TENDER PURPOSE ONLY I
CLIEN T
4. FORGED STEEL CL-4, IS: 2004 (H.D.G) 120 KN. 2 NOS.
BALL CLEVIS
COMMUNAUTE ELECTRIQUE DU BENIN - CEB
MILD STEEL Fe-410, IS:2062 (H.D.G.) PROJECT
5. ARCING HORN (TOWER SIDE) 1 NO.
161kV KARA-MANGO-DAPONG TRANSMISSION LINE
6. SOCKET CLEVIS
G FORGED STEEL CL-4, IS: 2004 (H.D.G) 120 KN. 2 NOS. CONSU LTANT G

2nd FLOOR, "SKV HOUSE", Plot No 57,


7. ARCING HORN (LINE SIDE) MILD STEEL Fe-410, IS:2062 (H .D.G.) 1 NO. Sector 18, Gurugram • 122015, INDIA
PH: +91-1 24-2344425
+91-124·2340425
E-mail: ceelectrical@wapcosindia.com,

8. YOKE PLATE (LINE SIDE) MILD STEEL Fe-410, IS:2062 (H.D.G.) 120 KN. 1 NO.
Website: www.wapcos.gov.in

TITLE
161 kV DOUBLE TENSION STRING
9. CLEVIS EYE FORGED STEEL CL-4, IS: 2004 (H.D.G) 120 KN. 1 NO. FOR 500 MCM 'AAAC'
DATE:
1 0. DEAD END CLAMP EC GRADE ALUMINIUM 19500/1050 15:733 95% OF PREPARED: MR CHECK ED : MMK SCALE: N TS

H AND STEEL (H.D.G .) CON. UTS. 1 SET M ARCH, 20 1 9


H
(COMPRESSION TYPE)
_..:r,. _. 75a- DRAWN : PL APPRO VED : DVSNR D WG . No. WAP/POWER/TOGO/CEB/TENDER/T06

56
6R T; R1 --

(t
H it sc (oRg:ERRETPvRg t:oc ;E 1 SHEET NO. 01 OF 01

ffi 7 8 9 10 A3 · 420X297

537
4 \V 7 8 9 10

A
STEEL SLEEVE A

COMPRESS - - COMPRESS

I
B

---+ --- I ( '


c ---------------------------------- )
)
:y B

C C

BEFORE COMPRESSION AFTER COMPRESSION

ALUMINIUM SLEEVE

COMPRESS - - COMPRESS
D D

7
I ( ' ]
I /

--t--- 1
c ---------------------------------------- J
--- /

BEFORE COMPRESSION AFTER COMPRESSION


MIDSPAN COMPRESSION JOINT FOR 500 MCM AAAC CONDUCTOR
(19/4.12 mm)
I FOR TENDER PURPOSE ONLY I
CLIEN T

COMMUNAUTE ELECTRIQUE DU BENIN - CEB


TECHNICAL DATA PROJECT

161kV KARA-MANGO-DAPONG TRANSMISSION LINE


1. MATERIAL : MILD STEEL HOT DIP GALVANISED AS PER 15-2633 CONSULTANT G
G
2. MINIMUM BREAKING & SLIPPING STRENGTH OF THE JOIN
2nd FLOOR, "SKV HOUSE", Plot No 57,
3. AFTER COMPRESSION - 95% OF U.T.S. OF 500 MCM "AAAC" CONDUC TOR. Sector 18, Gurugram • 122015, INDIA
PH: +91-1 24-2344425
4. AFTER COMPRESSION DIMENSIONS ARE SHOWN FOR FIELDREFERENCE ONLY. +91-124·2340425
E-mail: ceelectrical@wapcosindia.com,
Website: www.wapcos.gov.in

NOTE: TITLE
161 kV MIDSPAN COMPRESSION JOINT
1. THE JOINT BE COMPRESSED WITH 100 TONNE CAPACITY COMPESSION FOR S00 MCM 'AAAC' CONDUCTOR
M ACHINE. DATE:
PREPARED: MR CHECK ED : MMK SCALE: N TS
H
2. ALL DIMENSIONS AND DETAILS ARE TENTATIVE AND FOR TENDER MARCH, 2019
PURPOSE ONLY. THESE SHALL BE FINALIZED BY SUCCESSFUL BIDDER H
DRAWN: PL APPRO VED : DVSNR DWG. No. WAP/POWER/TOGO/CEB/TENDER/T07
AFTER AWARD OF WORK DURING DETAIL ENGINEERING.
;E1 RB T; R 1 -- SHEET NO. 01 OF 01

(t
H i t s c (Rog :ERRETPvRg t:co

ffi 7 8 9 10 A3 · 420X297

538
4 \V 7 8 9 10

A A

BODY KEEPER

(_ _) C---------------------------------------------------------------------
B
B
+ c ---------------------------------------------------------- ,
c--------------------------------------------------------------------J

ASSEMBLY

C C

---------==========-----------------=-----===----------------===============------------------------======---

-----------------------------====================--------------------------=========== ----------------- -
D D

7 AFTER COMPRESSION
BEFORE COMPRESSION
REPAIR SLEEVE FOR 500 MCM AAAC CONDUCTOR

I FOR TENDER PURPOSE ONLY I


CLIEN T
TECHNICAL DATA
COMMUNAUTE ELECTRIQUE DU BENIN - CEB
PROJECT
1. MATERIAL : SUITABLE FOR 500 MCM "AAAC" MADE OF SPECIAL
ALUMINIUM ALLOY FOR BETTER CONDUCTIVITY AND STRENGTH. 161kV KARA-MANGO-DAPONG TRANSMISSION LINE

G
CONSU LTANT G

2nd FLOOR, "SKV HOUSE", Plot No 57,


Sector 18, Gurugram • 122015, INDIA
PH: +91-1 24-2344425
NOTE: +91-124·23 40425
E-mai l: ceelectrical@wapcosindia.com,
Website: www.wapcos.gov.in
1. THE SLEEVE SHALL BE SUITABLE FOR COMPRESSION WITH 100 TONNE
CAPACITY COMPESSION MACHINE DIE SET. TITLE
161 kV REPAIR SLEEVE
2. ALL DIMENSIONS AND DETAILS ARE TENTATIVE AND FOR TENDER
FOR 500 MCM 'AAAC' CONDUCTOR
PURPOSE ONLY. THESE SHALL BE FINALIZED BY SUCCESSFUL BIDDER
DATE:
AFTER AWARD OF WORK DURING DETAIL ENGINEERING. PREPARED: MR CHECKED : MMK SCALE: N TS
M ARCH, 2019
H H
DRAWN : PL APPRO VED : DVSNR D WG . No. WAP/POWER/TOGO/CEB/TENDER/TOS

(t
H i t s c (Rog :ERRETPvRg t:co ; E 1 RB T; R 1 -- SHEET NO. 01 OF 01

ffi 7 8 9 10 A3 - 420X297

539
4 \V 7 8 9 10

A BILL OF MATERIALS A
S.NO. DESCRIPTION MATERIAL WT.IN Kg QTY. UTS Kg
1. DAMPER MASS CAST IRON 2
® 2. CLAMP AL ALLOY DIE 1

-----
CAST

3. MESSENGER HI TEN.STRANDED 1

B (y-----
L _
/I... '

\
I
....
"" CABLE
4. BOLT
SPRING
5. WASHER
WIRE GALV.
GALV.STEEL
SP.STEEL ELECTRO
GALV.
1
1
135
Kg/mm2
B

I SPRING GALV.MILD STEEL 1

(!)
1 / WASHER

®
CD I
/ /
I
TECHNICAL PARTICULARS
1. GENERAL TOLERANCE: UNLESS OTHERWISE SPECIFIED
C
l\ / 2.
3.
HOT DIP GALVANISING AS PER 15:2633
WEIGHT IS INDICATIVE ONLY AND NOT MANDATORY
c

------ ....

\ ( (vo9. 'i 1----


/
4.

5.
SLIP STRENGTH NOT LESS THAN 250Kg AT 5.0Kg-m
TORQUE
FATIGUE LIMIT ON HIGHEST RESONANT FREQUENCIES 10 -
I

.... _ J I \

\_Y . . . )<_J
t\.. .., I / /
6.
MILLION CYCLES±lmm AMPLITUDE
MICROSTRAINS LIMIT : BELOW 150 MICROSTRAINS AT
SELECTED WIND VELOCITIES.
D 7. MESSENGER CABLE ENDS SEALED BY PRESSED 0
ALLUMINIUM FILLER PLUG
8. BOLTS SIZE - M-12
9. STRANDS NO. & SIZE (7/ 3.18mm).

7 10. SUITABLE FOR 500 MCM "AAAC" CONDUCTOR


11. DIMENSIONS TO BE INDICATED BY THE TENDERER
12. ALL DIMENSIONS AND DETAILS ARE TENTATIVE AND FOR
TENDER PURPOSE ONLY. THESE SHALL BE FINALIZED BY
SUCCESSFUL BIDDER AFTER AWARD OF WORK DURING
DETAIL ENGINEERI NG.

J L '\_

/ / / / // / / / / L /\ ////////
J CLIENT
I FOR TENDER PURPOSE ONLY I
COMMUNAUTE ELECTRIQUE DU BENIN - CEB
PROJECT

161kV KARA-MANGO-DAPONG TRANSMISSION LINE

G
CONSU LTANT G
2nd FLOOR, "S KV HOUSE", Plot No 57,
Sector 18, Gurugram • 122015, INDIA
PH: +91-1 24-2344425
+91-124·23 40425
E-mail: ceelectrical@wapcosindia.com,
Website: www.wapcos.gov.in

TITLE
161 kV STOCK BRIDGE DAMPER
FOR 500 MCM 'AAAC' CONDUCTOR
DATE:
PREPARED: MR CHECKED : MMK SCALE: NTS
MARCH. 2019
H H
DRAWN : PL APPRO VED : DVSNR DWG. No. WAP/POWER/TOGO/CEB/TENDER/T09

;E1 RB T; R 1 -- SHEET NO. 01 OF 01

(t
H i t s c (Rog :ERRETPvRg t:co

ffi 7 8 9 10 A3 - 420X297

540
4 \V 7 8 9 10

A A

B B

C C
PERFORMED ARMOUR RODS

D D

I FOR TENDER PURPOSE ONLY I


CLIEN T

COMMUNAUTE ELECTRIQUE DU BENIN - CEB


TECHNICAL DATA AND NOTES PROJECT

161kV KARA-MANGO-DAPONG TRANSMISSION LINE


1. MATERIAL TO BE US : ALUMINIUM ALLOY CONSU LTANT G
G 2. ULTIMATE TENSILE STRENGTH : 35Kg/mm 2
2nd FLOOR, "SKV HOUSE", Plot No 57,
3. CONDUCTIVITY : 39% OF IACS (INTERNATIONALANNEALED COPPER STANDARD) Sector 18, Gurugram • 122015, INDIA
PH: +91-1 24-2344425
4. HELi : RIGHT HAND +91-124·23 40425
5. ENDS : BALL END E-mail : ceelectrical@wapcosindia.com,
Website: www.wapcos.gov.in
6. CENTRE MARKED : RED
TITLE
7. APPROX. RODS PER SET : SUITABLE FOR 500 MCM "AAAC" CONDUCTOR 13 Nos. (APPROX.) PERFORMED ARMOUR RODS
FOR 500 MCM 'AAAC' CONDUCTOR
NOTE: SCALE: N TS
DATE:
PREPARED: MR CHECK ED : MMK
M ARCH. 2019
H 1. ALL DIMENSIONS AND DETAILS ARE TENTATIVE AND FOR DPR PURPOSE ONLY. THESE SHALL BE H
ALIZED BY SUCCESSFUL BIDDER AFTER AWARD OF WORK DURING DETAIL ENGINEERING. DRAWN : PL APPRO VED : DVSNR D WG . No. WAP/POWER/TOGO/CEB/TENDER/TlO

;E1 RB T; R 1 -- SHE ET NO. 01 OF 01

(t
H i t s c (Rog :ERRETPvRg t:co
A3 - 420X297
5
ffi 6 7 8 9 10

541
4 \V 7 8 9 10

NOTE:-
A A
1. . THE RECOMENDED DAMPER LOCATION Dl, D2 & D3
EXPRESSED AS DISTANCE BETWEEN THE CENTER OF
DAMPER AND THE CENTRE OF AGS CLAMP/ END OF DEAD
END CLAMP AS SHOWN ABOVE .

2. WHILE FIXING ENSURE THE MESSENGER CABLE FOR THE


DAMPER IS IN THE SAME VERTICAL PLANE AS THE
CONDUCTOR.
B 3. ALL DIMENSIONS AND DETAILS ARE TENTATIVE AND FOR B
TENDER PURPOSE ONLY. THESE SHALL BE FINALIZED BY
SUCCESSFUL BIDDER AFTER AWARD OF WORK DURING
DETAIL ENGINEERI NG.

==m•\
C C

9 A
l Dl

D2 D2
I

D3 D3
D D

I FOR TENDER PURPOSE ONLY I


CLIEN T

COMMUNAUTE ELECTRIQUE DU BENIN - CEB


PROJECT

161kV KARA-MANGO-DAPONG TRANSMISSION LINE

G
CONSU LTANT G

2nd FLOOR, "SKV HOUSE", Plot No 57,


Sector 18, Gurugram • 122015, INDIA
PH: +91-1 24-2344425
+91-124·2340425
E-mail: ceelectrical@wapcosindia.com,
Website: www.wapcos.gov.in

TITLE
161 kV DAMPER PLACEMENT CHART
OF 4R TYPE VIBRATION DAMPER FOR 500 MCM 'AAAC'
DATE:
PREPARED: MR CHECKED : MMK SCALE: N TS
M ARCH, 20 1 9
H H
DRAWN : PL APPRO VED : DVSNR D WG . No. WAP/POWER/TOGO/CEB/TENDER/Tll

H it sc (oRg:ERRETPvRg t:oc ;E 1 RB T; R 1 -- SHE ET NO. 01 OF 01

ffi (t 7 8 9
542
10 A3 - 420X297
4 \V 7 8 9 10

A A

STEEL SLEEVE

COMPRESS - - COMPRESS

B B

I (_ ' ]
I /

--t--- 1 c ----------------------------------------- J
--- /

C C

BEFORE COMPRESSION MIDSPAN COMPRESSION JOINT FOR ALUMINIUM AFTER COMPRESSION


CLAD STEEL EARTHWIRE (7/4.llSmm)
D D

I FOR TENDER PURPOSE ONLY I


CLIEN T

COMMUNAUTE ELECTRIQUE DU BENIN - CEB


TECHNICAL DATA PROJECT

161kV KARA-MANGO-DAPONG TRANSMISSION LINE


1. MATERIAL : MILD STEEL HOT DIP GALVANISED AS PER 15-2633 CONSULTANT G
G
2. MINIMUM BREAKING & SLIPPING STRENGTH OF THE JOIN
2nd FLOOR, "SKV HOU SE", Plot No 57,
AFTER COMPRESSION - 95% OF EARTHINGWIRE U.T.S. Sector 18, Gurugram • 122015, IN DIA
PH: +91-1 24-2344425
3. AFTER COMPRESSION DIMENSIONS ARE SHOWN FOR FIELDREFERENCE ONLY. +91-124·2340425
E-mail: ceelectrical@wapcosindia.com,
Website: www.wapcos.gov.in

NOTE: TITLE
161 kV MIDSPAN COMPRESSION JOINT FOR
1. THE JOINT BE COMPRESSED WITH 100 TONNE CAPACITY COMPESSION ALUMINIUM CLAD STEEL EARTHWIRE
M ACHINE. DATE:
PREPARED: MR CHECK ED : MMK SCALE: N TS
H
2. ALL DIMENSIONS AND DETAILS ARE TENTATIVE AND FOR TENDER MARCH, 2019
H
PURPOSE ONLY. THESE SHALL BE FINALIZED BY SUCCESSFUL BIDDER DRAWN: PL APPRO VED : DVSNR DWG. No. WAP/POWER/TOGO/CEB/TENDER/T12

AFTER AW:RD OF G DETAI: ENGINEERING. s H i t s c (Rog :ERRETPvRg t:co ;E1 RB T; R 1 -- SHEET NO. 01 OF 01
ffi 9 10 A3 · 420X297

543
4 \V 7 8 9 10

BILL OF MATERIALS
A A
S.NO. DESCRIPTION MATERIAL WT.IN Kg QTY. UTS Kg
1. DAMPER MASS CAST IRON 2
2. CLAMP AL ALLOY DIE 1
CAST
3. MESSENGER HI TEN.STRANDED 1
CABLE WIRE GALV. 136
Kg/mm 2
4. BOLT GALV.STEEL 1
B B
SPRING SP.STEEL ELECTRO 1
_5 WASHER GALV.
SPRING GALV.MILD STEEL 1
WASHER

w
I ------------------ '

-' - i I
" \I
1.
TECHNICAL PARTICULARS
GENERAL TOLERANCE : UNLESS OTHERWISE SPECIFIED
C

- -- - ------.....
I
- I
I
II
rv\--
I
/ I
I
I
2.
3.
4.

5.
HOT DIP GALVANISING AS PER 15:2633
WEIGHT IS INDICATIVE ONLY AND NOT MANDATORY
SLIP STRENGTH NOT LESS THAN 250Kg AT 5.0Kg-m
TORQUE
FATIGUE LIMIT ON HIGHEST RESONANT FREQUENCIES
C

-r :=:
\
I I\ I \ 10 MILLION CYCLES±lmm AMPLITUDE
) \ )
6. MICROSTRAINS LIMIT : BELOW 150 MICROSTRAINS
AT SELECTED WIND VELOCITIES.
I
r-- - -- - ,,, 7. MESSENGER CABLE ENDS SEALED BY PRESSED
ALLUMINIUM FILLER PLUG
D 8. BOLTS SIZE - M-12 D
9. STRANDS NO. & SIZE - 19x2.llmm
10. SUITABLE FORD PHASE.
11. ALL DIMENSIONS AND DETAILS ARE TENTATIVE AND
FOR TENDER PURPOSE ONLY. THESE SHALL BE FINALIZED BY
SUCCESSFUL BIDDER AFTER AWARD OF WORK DURING
7 DETAIL ENGINEERING.

Jl
EY////// 1ZLL ' /-r/ /#r-
0 1----<S lr
I FOR TENDER PURPOSE ONLY I
CLIENT

COMMUNAUTE ELECTRIQUE DU BENIN - CEB


PROJECT

161kV KARA-MANGO-DAPONG TRANSMISSION LINE

G
CONSU LTANT G

2nd FLOOR, "SKV HOU SE", Plot No 57,


Sector 18, Gurugram • 122015, INDIA
PH: +91-1 24-2344425
+91-124·2340425
E-mail: ceelectrical@wapcosindia.com,
Website: www.wapcos.gov.in

TITLE

161 kV STOCK BRIDGE DAMPER FOR OPGW

DATE:
PREPARED: MR CHECK ED : MMK SCALE: NTS
MARCH, 2019
H H
DRAW N : PL APPRO VED : DVSNR DWG. No. WAP/POWER/TOGO/CEB/TENDER/T13

H it sc (oRg:ERRETPvRg t:oc ;E 1 RB T; R 1 -- SHEET NO. 01OF 01

ffi
(t 7 8 9
544
10 A3 - 420X297
2 I 3 4 \V 7 8 9 10

A TOP PLATE C
a A
---- ---------- ------------ - - - - - - -

? ; '\
'
BILL OF MATERIALS
@ QUANTITY
17_4¢ HOLE @ .S NO. & DESCRIPTION MATERIAL SUS. TENSION
PART NO.

<\
B -- ASSY ASSY. B

1. U- BOLT FORCED STEEL 1


2. ANCHOR SHACKLE 1 1
FORCED STEEL
FORE/WIRE
3. SUSPENSION CLAMP ALUMINIUM 1
FORE/WIRE ALLOY
TENSION ASSEMBLY BEFORE 4. TINNED COPPER BRAZED
FLEXIBLE EARTH COPPER
COMPRESSION 1 1
C
BOND WITH THIMBLE C
AT 1-END
5. TENSION CLAMP FOR GALVANISED
E/WIRE STEEL
1

TECHNICAL DATA AND NOTES


1. DEAD END CLAMP/SUSPENSION CLAMP SHOULD BE
SUITABLE FOR TENSION/SUSPENSION EARTH WIRE
(7/ 4.115mm) ASSEMBLY RESPECTIVELY.
2. MINIMUM SLIP STRENGTH FOR :
D D
(a) DEAD END CLAMP : 95% OF U.T.S OF EARTH WIRE
(b) SUSPENSION CLAMP : 25% OF U.T.S OF EARTH WIRE
3. ALL STEEL COMPONENTS EXCEPT SPRING WASHERS
AFTER SHOULD BE HOT DIP GALVANISED AS PER 15-2633 AND
COMPRESSION SPRING WASHER AS PER IS - 1573-1970
7 4. PART WISE DIMENSIONED DRAWING ALONG WITH
MATERIAL TO BE USED IS TO BE FURNISHED BY THE
SUPPLIER.
5. THE TENSION CLAMP SHALL BE SUITABLE FOR

-8-
COMPRESSION MACHINE.
6. NUTS. BOLTS AND COTTER PINS ARE NOT INCLUDED IN
BILL OF 100 TONNE.

0--$-
PLAN

I FOR TENDER PURPOSE ONLY I


CLIEN T

COMMUNAUTE ELECTRIQUE DU BENIN - CEB


PROJECT

161kV KARA-MANGO-DAPONG TRANSMISSION LINE

G
CONSU LTANT G

2nd FLOOR, "SKV HOU SE", Plot No 57,


Sector 18, Gurugram • 122015, INDIA
PH: +91-1 24-2344425
+91-124·23 40425
E-mail: ceelectrical@wapcosindia.com,
Website: www.wapcos.gov.in

TITLE

161 kV SUSPENSION/TENSION ASSEMBLYFOR OPGW

DATE:
PREPARED: MR CHECK ED : MMK SCALE: N TS
M ARCH. 20 1 9
H H
- "'_:".::;!_:". ON ASSEMBLY DRAWN : PL APPRO VED : DVSNR D WG . No. WAP/POWER/TOGO/CEB/TENDER/T14

;E1 RB T; R 1 -- SHE ET NO. 01 OF 01

(t
H i t s c (Rog :ERRETPvRg t:co

ffi 7 8 9 10 A3 - 420X297

545
4 \V 7 8 9 10

NOTE:-
A A
1. . THE RECOMENDED DAMPER LOCATION Dl, D2 & D3
EXPRESSED AS DISTANCE BETWEEN THE CENTER OF
DAMPER AND THE CENTRE OF AGS CLAMP/ END OF DEAD
END CLAMP AS SHOWN ABOVE .

2. WHILE FIXING ENSURE THE MESSENGER CABLE FOR THE


DAMPER IS IN THE SAME VERTICAL PLANE AS THE
CONDUCTOR.
B 3. ALL DIMENSIONS AND DETAILS ARE TENTATIVE AND FOR B
TENDER PURPOSE ONLY. THESE SHALL BE FINALIZED BY
SUCCESSFUL BIDDER AFTER AWARD OF WORK DURING
DETAIL ENGINEERI NG.

==m•\
C C

9 A
l Dl

D2 D2
I

D3 D3
D D

I FOR TENDER PURPOSE ONLY I


CLIEN T

COMMUNAUTE ELECTRIQUE DU BENIN - CEB


PROJECT

161kV KARA-MANGO-DAPONG TRANSMISSION LINE

G
CONSU LTANT G

2nd FLOOR, "SKV HOUSE", Plot No 57,


Sector 18, Gurugram • 122015, INDIA
PH: +91-1 24-2344425
+91-124·2340425
E-mail: ceelectrical@wapcosindia.com,
Website: www.wapcos.gov.in

TITLE
161 kV DAMPER PLACEMENT CHART
OF 4R TYPE VIBRATION DAMPER FOR OPGW
DATE:
PREPARED: MR CHECKED : MMK SCALE: N TS
M ARCH, 20 1 9
H H
DRAWN : PL APPRO VED : DVSNR D WG . No. WAP/POWER/TOGO/CEB/TENDER/TlS

H it sc (oRg:ERRETPvRg t:oc ;E 1 RB T; R 1 -- SHE ET NO. 01 OF 01

ffi (t 7 8 9
546
10 A3 - 420X297
2 I 3 4 5 \V 6 7 I 8 9 10

NOTES:
A 1. DISC INSULATOR UNITS SHALL BE MADE OF HIGH QUALITY A
VITRIFIED ELECTRO PORCELAINS OR HIGH QUALITY GLASS.
2. BALL, PINS, FORGED OUT OF SPECIAL ALLOY STEEL USING
GRADED M ATERIALS .
3. BALL AND SOCKET PORTION SHALL CONFIRM TO 15-2486
PART-II/ EQUIVALENT IEC WITH GRADED M ATERIALS .
r
l
LATEST AMENDMENTS.
4. LOCKING DEVICE 'R' TYPE SECURITY CLIP
5. SIZE AND DESIGNATION OF OF 16mm
B
B PIN-BALL-SHANK
6. MINIMUM CREEPAGE DISTANCE 320mm

\
STRENGTH
7. MINIMUM ELECTRO MECHANICAL 70 KN
I
8. GENERAL TOLERANCE ±0.04d + 1.5 mm WHERE
d IS DIMENSION IN mm.
6. TOLERANCE FOR SPACING ±(0 .03s + 0.3) mm
WHERE s IS SPACING IN mm .
7. ALL DIMENSIONS AND DETAILS ARE TENTATIVE AND FOR
C
C TENDER PURPOSE ONLY. THESE SHALL BE FINALIZED BY
SUCCESSFUL BIDDER AFTER AWARD OF WORK DURING
DETAIL ENGINEERING.

D D

(
7
'SI"
+1
Lr)

.'S.I.".

"'-

I FOR TENDER PURPOSE ONLY I


CLIENT

COMMUNAUTE ELECTRIQUE DU BENIN - CEB


PROJECT

L_ I 161kV KARA-MANGO-DAPONG TRANSMISSION LINE


CONSU LTANT G

2nd FLOOR, "SKV HOUSE", Plot No 57,


G

) ------1.. Sector 18, Gurugram • 122015, INDIA


PH: +91-1 24-2344425
+91-124·2340425
E-mail: ceelectrical@wapcosindia.com,
Website: www.wapcos.gov.in

TITLE
70 KN DISC INSULATOR UNIT BALL AND
0255±11 SOCKET ANTIFOG TYPE
DATE:
PREPARED: MR CHECKED: MMK SCALE: NTS
MARCH, 2019
H H
DRAWN: PL APPRO VED : DVSNR DWG. No. WAP/POWER/TOGO/CEB/TENDER/T16

1 RB T; R 1 -- SHEET NO. 01OF 01

(t
H it sc (oRg:ERRETPvRg t:oc ;E

547
5
ffi 6 7 8
9 10 A3 - 420X297
2 I 3 4 5 \V 6 7 I 8 9 10

NOTES:
A 1. DISC INSULATOR UNITS SHALL BE MADE OF HIGH QUALITY A
VITRIFIED ELECTRO PORCELAINS OR HIGH QUALITY GLASS.
2. BALL, PINS, FORGED OUT OF SPECIAL ALLOY STEEL USING
GRADED M ATERIALS .
3. BALL AND SOCKET PORTION SHALL CONFIRM TO 15-2486
PART-II/ EQUIVALENT IEC WITH GRADED M ATERIALS .
r
l
LATEST AMENDMENTS.
4. LOCKING DEVICE 'R' TYPE SECURITY CLIP
5. SIZE AND DESIGNATION OF OF 16mm
B
B PIN-BALL-SHANK
6. MINIMUM CREEPAGE DISTANCE 320mm

\
STRENGTH
7. MINIMUM ELECTRO MECHANICAL 120 KN
I
8. GENERAL TOLERANCE ±0.04d + 1.5 mm WHERE
d IS DIMENSION IN mm.
6. TOLERANCE FOR SPACING ±(0 .03s + 0.3) mm
WHERE s IS SPACING IN mm .
7. . ALL DIMENSIONS AND DETAILS ARE TENTATIVE AND FOR
C
C TENDER PURPOSE ONLY. THESE SHALL BE FINALIZED BY
SUCCESSFUL BIDDER AFTER AWARD OF WORK DURING
DETAIL ENGINEERING.

D D

(
7
'SI"
+1
Lr)

.'S.I.".

"'-

I FOR TENDER PURPOSE ONLY I


CLIENT

COMMUNAUTE ELECTRIQUE DU BENIN - CEB


PROJECT

L_ I 161kV KARA-MANGO-DAPONG TRANSMISSION LINE


CONSU LTANT G

2nd FLOOR, "SKV HOUSE", Plot No 57,


G

) ------1.. Sector 18, Gurugram • 122015, INDIA


PH: +91-1 24-2344425
+91-124·2340425
E-mail: ceelectrical@wapcosindia.com,
Website: www.wapcos.gov.in

TITLE
120 KN DISC INSULATOR UNIT BALL AND
0255±11 SOCKET ANTIFOG TYPE
DATE:
PREPARED: MR CHECKED: MMK SCALE: NTS
MARCH, 2019
H H
DRAWN: PL APPRO VED : DVSNR DWG. No. WAP/POWER/TOGO/CEB/TENDER/T17

1 RB T; R 1 -- SHEET NO. 01OF 01

(t
H it sc (oRg:ERRETPvRg t:oc ;E

548
5
ffi 6 7 8
9 10 A3 - 420X297
2 3 I 4 5 \j/ 6 8 9 10

DIECTION DE LA LIGNE NOTE:-


A
i -J 1. ALL DIMENSIONS AND DETAILS ARE TENTATIVE AND FOR TENDER PURPOSE A
ONLY. THESE SHALL BE FINALIZED BY SUCCESSFUL BIDDER AFTER AWARD OF
0 WORK DURING DETAIL ENGINEERING.
LI)

0 CIRCUIT PLATE NOTES:-


/

1. LETTERING SHOULD BE IN RED ENAMELLED ON WHITE

-r--
-+ BACKGROUND.
2. REAR SIDE OF THE PLATE SHALL BE ENAMELLED BLACK.
3. .
at
,------
ONE SET CONSISTS OF 2 SUCH PLATES WITH MARKING 'I'
AND 'II' FOR DOUBLE CIRCUIT TOWER ONLY.
B

4. THE MATERIAL OF THE PLATE SHALL BE OF MILD STEEL


0 HAVING MINIMUM THICKNESS 1.6mm.
0 ---1.. 0
N
l
PLAQUES AG - CG

-M-
480
lQ I 'l lQ I o LI)
46 5

0
L 0
[E[ffi
N
C .............................................. 0
TROU ¢ 135 C

-kl 75
j +
0
0
"'
N

N
LIGNE KARA - MANGO
"'
N
. .
0
.",,-'
'[Q]
I
st

\
0
LI) 5,25
0 0
"' I 40 I
·1
Cl) 40 60
"' 3'
_l l_

t
D 0
D

"' 0
7 Boulon Ml0 avec
HELICOPTERE PLATE
:f
40 .I 20 I 30 I 20 I. 40 IO)ffe;\ [lj [Rl [OJ IM](Q)[Rl1)'

r
rondelle {DIN 127)
/ laque Helicoptere
--3 150
CIRCUIT PLATE
= i l lE IDl! lt:l m IDIIE 'l l i\\l lLIE IDIJ\\ ILIE
w, 1 m f i,JJIEl IE IDIIE IPJJ\\m lEl IDl'i\\m IE
cole de distance
REMAQUE DE HELICOPTERE
MATERIAU: ALUMINIUM 0.5 mm DE PLAQUE: - H 'U©l@IDH£1(D)IL1f
2madelles8mm D I N 7-
LETTRES: EN SAILLIE 0 0
COULEUR: FOND BRUT Capt ati ons et chiffr e a Et r e blanc sur fo n d rouge
LETTRES: NOIRES (PEINTURE INDELEBILE) PLAQUE DE DANGER
FIXATION: 4 x Ml0 x 40 AVEC CALE DE DISTANCE
Plaque de recouverment \_ L 90 (pylone) NUMEROTATION: DE 20 EN 20 COMMENCANT PAR LE PYLONE 020
du pylone
REMAQUE DE PLAQUES DE LA LIGNE 161 kV KARA - MANGO
DETAIL DE FIXATION M ATERIA U: ALUMINIUM 1.5 mm
LETTRES : EN SAILLIE
COULEURS: LETTRE ET BORDURE: NOIR
FOND: BLANC
DESSI N: ROUGE
R20 FIXA TION: 4 BOULONS ANTI - VANDALISME {12 x 30 I FOR TENDER PURPOSE ONLY I
LOCKABLEG GALVANISED LES CHIFFRES SONT RIVETES CLIENT
BARBED WIRE RIVETS ¢3
7 LA PLAQUE SERA PERCEE POUR PERMETTRE LE RIVETAGE. COMMUNAUTE ELECTRIQUE DU BENIN - CEB

j
PRO JECT
161kV KARA-MANGO-DAPAONG-MANDOURI
17 .5¢1 PHASE PLATE NOTES:- TRANSMISSION LINE
Space
CONSULTANT G
G
1. ONE SET CONSISTING OF 3 PLATES HAVING RED, BLUE AND 2nd FLOOR, "SKV HOUSE", Plot No 57,
YELLOW COLOURS SHALL BE REQUIRED FOR SINGLE CIRCUIT Sector 18, Gur ugram - 122015, INDIA
PH: +91 -124-2344425
LINE. +91 -1 24-2340425
E-mail: ceelectrical@wapcosind ia.com,
Website: www.wapcos.gov.in
2. TWO SETS EACH CONSISTING OF 3 PLATES HAVING RED, BLUE
AND YELLOW COLOURS SHALL BE REQUIRED FOR DOUBLE TITLE

OCKABLE GATE CIRCUIT LINE. 161 kV TRANSMISSION LINE


3. TOWER ACCESSORIES
75¢ THE PLATE SHALL BE OF MINIMUM 1.6mm THICK MILD STEEL.
DA TE:
ANTI-CLIMBING DEVICE FRONT AND BACK OF THE PLATE SHALL BE ENAM ELED, PREPARED : MS CHECK ED : MMK SCALE: NTS
MARCH, 2019
H FRONT WITH COLOURS AS PER NOTES 1 AND 2 AND BACK H
ENAMELLED BACK. DRAWN: PL APPROVED : DVSNR DWG. No. WAP/POWER/TOGO/CEB/TENDER/118

l H f t ?c :;,Rg REi;Rg t:oc : HAE RB ; : R I ; -- SHEET NO. 01OF 01


A3 - 420X297
9 10
5
II\ 6 7 8

549
4 \V 7 8 9 10

A A

STUB

G. L. G.L.

B B

ANGLE CLEAT
C C

45° .-:.'. "·'.i,

G CLEARANCE • ' :}tf


.•,r,.·).
{ ·· >· ·-
•·
- ,.
-t -:.-.- •. r,, ., i1;., ,., ;..r:::1 , WORKING CLEARANCE

A I\ i 1 1
f ".\ ;. ",.:• · .;. f111,t:,,;)''fiSZ'1-:': !. t2 i)1f\
D
,..·· ·.... LEAN CONCRETE (1:3:6)
D
8 = Not to be less than 45° LEAN CONCRETE (1:3:6)

PYRAMID TYPE PLAIN CEMENT CONCRETE (PCC) FOUNDATION REINFORCED CEMENT CONCRETE (RCC) SPREAD TYPE FOUNDATION
(TYPICAL) (TYPICAL)
7 STUB

G.L.
.i ,1i 11
,.,..•.
0ffe
i,,, i:
G.L.

NOTE·-
·
!i:/ °it? 1. ALL DIMENSIONS ARE IN MM
Z'i/ .':}f 2. REINFORCEMENT IS NOT SHOWN IN FOUNDATION FOR CLARITY .
ANGLE CLEAT ,/:: tAif 3. ALL DIMENSIONS AND DETAILS ARE TENTATIVE AND FOR TENDER PURPOSE
:_,_ ::f} '. ONLY. THESE SHALL BE FINALIZED BY SUCCESSFUL BIDDER AFTER AWARD OF
_;.p f-il ; WORK DURING DETAIL ENGINE ERING .
... .
·,
.;; :
{t ?:P{i:r}]ilNr t 'f (0\ i:t.J}); JiS0:!,t10f;,i X= 1000mm or development length
I FOR TENDER PURPOSE ONLY I
minimum. CLIENT

COMMUNAUTE ELECTRIQUE DU BENIN - CEB


HIGH TENSILE PROJECT

REINFORCED STEEL 161kV KARA-MANGO-DAPONG TRANSMISSION LINE


ROCK ANCHOR
CONSU LTANT G
G
2nd FLOOR, "SKV HOUSE", Plot No 57,
Sector 18, Gurugram • 122015, INDIA
PH: +91-1 24-2344425
+91-124·23 40425
E-mai l: ceelectrical@wapcosindia.com,
Website: www.wapcos.gov.in

TITLE

161kV TENTATIVE SHAPE OF TOWER FOOTINGS


ROCK ANCHOR TYPE FOUNDATION FOR HARD ROCK
(TYPICAL) PREPARED: MR CHECKED : MMK SCALE: NTS
DATE:
MARCH, 2019
H H
DRAWN : PL APPRO VED : DVSNR DWG. No. WAP/POWER/TOGO/CEB/TENDER/T19

(t
H i t s c (Rog :ERRETPvRg t (co ; E 1 RB T; R 1 -- SHEET NO. 01 OF 01

ffi 7 8 9 10 A3 · 420X297

550
4 \V 7 8 9 10

A --+-
- 17.5mm DIA HOLES FOR COUNTER

,
PAISE EARTHING DEVICE MATERIAL REQD. PER EARTHING SET
C.L. A
Q TY. DESCRIPTION LENGTH IN mm

f l
G.L.
Ii\ Ii\ 'Ii\\
1 25 mm DIA BORE PIPE H 3000
s TRIP 3650 APPRox . ....I

1 0
I DIP GALVD.

r J :t x6m m THICK GALVD . STEEL FLAT 0-


00
<I'.
co E ./
1 50x6 mm THICK GALVD. STE
FLAT-B
3325
B 17.5mm DIA HOLES FOR CONNEC T I NG _/ EXTENDED 500 mm BEYOND THE CONCRETE B
E .-<x
EARTHING STRIP MKD-A ,- 800± SJ R I P B • I{) 2 GALVD. HRH 16 mm DIA BOLTS &
,.._: +I0 35
17.5mm DIA HOLE oc:r:: NUTS WITH STD.THREA DS
• □ o"-
CJ
-st c..
<I'.
2 GALVD . HRH 12 mm DIA BOLTS &
...L --------- 1.. 30
- - FINELY BROKEN COCK MAX. NUTS FULLY THREADED
I GRANULAR SIZE OF 25mm 60x6mm THICK EARTHING STRIP 'A'
REQ D.ONE PER TOWER WITH STUB (THIS
STRIP TO BE SUPPLIED FOR ALL TOWER)THIS NOTE:-
I FLAT WILL BE A RIGHT ANGLE TO STUB &


C WILL BECOME HORIZONTAL AFTER TWI ST. 1. ALL DIMENSIONS ARE IN mm. C
2. ALL DIMENSIONS AND DETAILS ARE TENTATIVE AND FOR

DETAIL AT-A
) --
e
-.
DIA HOLE TO BE DRILLED
m
150mm APART APPROX
TENDER PURPOSE ONLY. THESE SHALL BE FINALIZED BY
SUCCESSFUL BIDDER AFTER AWARD OF WORK DURING
DETAIL ENGINE ERING .

COKE & SALT

D
+ STRIP-A
• •
+
STRIP-B
D

pLj
7 + +
TYPICAL SKETCH OF PIPE TYPE EARTHING
DETAILAT-H
SCALE : 1:50

C.L. OF TOWER

SLEEVE TO BE COMPRESSED
G.S. LUG G.S. LUG
r
N.-i
m +I q /
AFTER FIXING WIRE

l_ ,,,,,--
TOWER LEGS
I FOR TENDER PURPOSE ONLY I
I 20 -1- -----+ 35 _j
I- ±1 ± ±1 CLIEN T

+f
/ 10 .97 mm DIA WIRE COMMUNAUTE ELECTRIQUE DU BENIN - CEB
PROJECT

161kV KARA-MANGO-DAPONG TRANSMISSION LINE


I
-rofl
G

I 85
CONSU LTANT

2nd FLOOR, "SKV HOU SE", Plot No 57,


G

..j Sector 18, Gurugram • 122015, INDIA


PH: +91-1 24-2344425

G.S. LUG--b
' / STRIP 'A'
±3 +91-124·2340425
E-mail: ceelectrical@wapcosindia.com,
Website: www.wapcos.gov.in

TITLE
161 kV TYPICAL SKETCH OF PIPE TYPE EARTHING &
- - PIPE TYPE EARTHING CONNECTION COUNTER POISE TYPE EARTHING
REQD. LENGTH OF COUNTER POISE
DATE:
WIRE TO MINIMUM OF 15 .0 m PREPARED: MR CHECKED : MMK SCALE: N TS M ARCH, 20 1 9
H LENGTH PER LEG. H
TYPICAL SKECH O F COUNTER POISE TYPE EARTHING
t..S"9
i 1 .]"-- .,¥ -
- SCALE: 1:2
DRAWN : PL APPRO VED: DVSNR D WG . No. WAP/POWER/TOGO/CEB/TENDER/T20

1 RB T; R 1 -- SHE ET NO. 01 OF 01

(t
H it sc (oRg:ERRETPvRg t:oc ;E
5
ffi 6 7 8 9 10 A3 - 420X297

551
2 I 3 4 5 \V 6 7 I 8 9 10

I
A A
I

/
/
\'\
B 12 WIDE x 12DEEP B
BOLT TO TAKE
BARDED WIRE

C C

r LJ")
N

D D

/
7 y

/ '\

"
----0--
GATE DETAILS P

lr,- I t- 0
I
oJL
Llftc-
I

I FOR TENDER PURPOSE ONLY I


)'. ----0-- NOTE:- CLIENT

1/. 1. ALL DIMENSIONS ARE MM. COMMUNAUTE ELECTRIQUE DU BENIN - CEB


1/. 2. MS PLATE 2MM THICK. PROJECT

1/. 3. ALL HOLES ARE 1 7.SMM DIA TO SUIT 16MM DIA BOLTS. 161kV KARA-MANGO-DAPONG TRANSMISSION LINE
X X X X X X X 4. ONE 3 MM SPRING WASHER TO BE PROVIDED UNDER EACH NUT.
G 5. ALL FERROUS PARTS TO BE HOT DIP GALVANIS ED. CONSULTANT G
-\- 6. ALL DIMENSIONS AND DETAILS ARE TENTATIVE AND FOR TENDER 2nd FLOOR, "SKV HOU SE", Plot No 57,
Sector 18, Gurugram • 122015, INDIA
X PURPOSE ONLY. THESE SHALL BE FINALIZED BY SUCCESSFUL PH: +91-1 24-2344425
-\- BIDDER AFTER AWARD OF WORK DURING DETAIL ENGINEERI NG. +91-124·23 40425
E-mail: ceelectrical@wapcosindia.com,
Website: www.wapcos.gov.in
/ ///////
TITLE
X X X 161 kV DOUBLE CIRCUIT TRANSMISSION LINE
ANTICLIMBING DEVICE
SECTION BB DATE:
PREPARED: MR CHECKED : MMK SCALE: NTS
MARCH, 2019
H H
DRAWN : PL APPRO VED : DVSNR DWG. No. WAP/POWER/TOGO/CEB/TENDER/T21

;E1 RB T; R 1 -- SHEET NO. 01 OF 01

(t
H i t s c (Rog :ERRETPvRg t:co
2 5
ffi 6 7 8 9 10 A3 - 420X297

552
4 \V 7 8 9 10

NOTES:-
A A

1. ALL DIMENSIONS ARE IN MM.


2. MATERIAL:-BOLTS CONFIRMING TO ISO:898
/ ISO 4016 WITH MECHANICAL PROPERTIES
OF CLASS 5.6.
3. TO BE GALVANIZED AFTER MANUFACTURE
B AS PER IS: 1367 PART-XIII s
25

&{
TSO COARSE 4. NUT TO BE TAPPED OVER SIZE FOR
/
METRIC THREADS NO THREADS GALVANIZED BOLT.
r
AS PER ISO:4016

j _'--J_ '&
N'I
'&
O
'&
00
___4 5. ANTI-THREFT BOLTS TO BE ADOPTED FOR
REDUNDANT MEMBER CONNECTIONS UP
TO TWO BOTTOM MOST PANELS.
00 ID N N ..-I 6. ALL DIMENSIONS AND DETAILS ARE TENTATIVE
C N ..-I
AND FOR TENDER PURPOSE ONLY. THESE c
I .L
SHALL BE FINALIZED BY SUCCESSFUL BIDDER
25 THREADED AFTER AWARD OF WORK DURING DETAIL
THRADED PORTION
14 ENGINEERING.
PORTION 15
12 L AS PER ISO:898/4043

D D

DETAIL OF ANTI -THEFT BOLT DETAIL OF ANTI-THEFT NUT

SPRING WASHER r ; A -THEFT NUT


3,5

'

3.5x2.5
RECTANGULAR COIL
ANTI-THEFT BOLT
I FOR TENDER PURPOSE ONLY I
DETAIL OF SPRING WASHER CLIEN T

COMMUNAUTE ELECTRIQUE DU BENIN - CEB


PROJECT

161kV KARA-MANGO-DAPONG TRANSMISSION LINE

G
CONSULT ANT G

2nd FLOOR, "SKV HOUSE", Plot No 57,


Sector 18, Gurugram • 122015, INDIA
PH: +91-1 24-2344425
+91-124·2340425
E-mail: ceelectrical@wapcosindia.com,
Website: www.wapcos.gov.in

TITLE

ANTI-THEFT FASTNERS
DATE:
PREPARED: MR CHECKED : MMK SCALE: N TS
M ARCH, 20 1 9
H H
DRAWN : PL APPRO VED : DVSNR D WG . No. WAP/POWER/TOGO/CEB/TENDER/T22

1 RB T; R 1 -- SHE ET NO. 01 OF 01

(t
H it sc (oRg:ERRETPvRg t:oc ;E

5
A\ 6
7 I 8
553
9 10 A3 - 420X297
MARCH- 2019

BID DOCUMENTS

554
PRICE SCHEDULE V (GRAND SUMMARY)

SUMMARY OF 161 KV SINGLE CIRCUIT TRANSMISSION LINE WITH AAAC (253.35 MM2) CONDUCTOR PER PHASE FROM KARA TO
MANGO (152 KM), MANGO TO DAPAONG (76 KM) AND DAPAONG TO MANDOURI (82 KM), REPUBLIC OF TOGO

S. No. Schedule Description Total price (USD.)

1 Schedule 1 Plant (Including Mandatory Spares Parts) Supplied from Abroad

Schedule 1A. 161 KV TRANSMISSION LINE FROM KARA TO MANGO (152 KM)

Schedule 1B‐1. 161 kV TRANSMISSION LINE FROM MANGO to DAPAONG (76 KM)

Schedule 1B‐2 161 kV TRANSMISSION LINE FROM DAPAONG TO MANDOURI (82 KM)

Total Schedule ‐1 (Schedule 1A +Schedule 1B+Schedule 1C)


Plant (Including Mandatory Spares Parts) Supplied from Employers Own
2 Schedule 2
Country
Schedule 2A. 161 KV TRANSMISSION LINE FROM KARA TO MANGO (152 KM)

Schedule 2B‐1. 161 kV TRANSMISSION LINE FROM MANGO to DAPAONG (76 KM)

Schedule 2B‐2. 161 kV TRANSMISSION LINE FROM DAPAONG TO MANDOURI (82 KM)

Total Schedule ‐2 (Schedule 2A +Schedule 2B)

3 Schedule 3 Design Services and Prototype Testing

Schedule 3A. 161 KV TRANSMISSION LINE FROM KARA TO MANGO (152 KM)

Schedule 3B‐1. 161 kV TRANSMISSION LINE FROM MANGO to DAPAONG (76 KM)

Schedule 3B‐2. 161 kV TRANSMISSION LINE FROM DAPAONG TO MANDOURI (82 KM)

Total Schedule ‐3 (Schedule 3A +Schedule 3B

4 Schedule 4 Installation Services

Schedule 4A. 161 KV TRANSMISSION LINE FROM KARA TO MANGO (152 KM)

Schedule 4B‐1. 161 kV TRANSMISSION LINE FROM MANGO to DAPAONG (76 KM)

Schedule 4B‐2. 161 kV TRANSMISSION LINE FROM DAPAONG TO MANDOURI (82 KM)

Total Schedule ‐4 (Schedule4A +Schedule 4B

Grand Total Grand Total(Schedule 1+Schedule 2+Schedule 3+Schedule 4)

Date:

Place:

Signature:

Printed Name:

Designation:

Common Seal:

555
SCHEDULE 5
SUMMARY OF 161 KV SINGLE CIRCUIT TRANSMISSION LINE WITH AAAC (253.35 MM2) CONDUCTOR PER PHASE FROM KARA
TO MANGO (152 KM), MANGO TO DAPAONG (76 KM) AND DAPAONG TO MANDOURI (82 KM) , REPUBLIC OF TOGO

PRICE SCHEDULE V A ‐(GRAND SUMMARY): 161 KV TRANSMISSION LINE FROM KARA TO MANGO (152 KM)

S. No. Schedule Description Total price (USD.)

1 Schedule 1 Plant (Including Mandatory Spares Parts) Supplied from Abroad

Schedule 1A. 161 KV TRANSMISSION LINE FROM KARA TO MANGO (152 KM)

Total Schedule ‐1A


Plant (Including Mandatory Spares Parts) Supplied from Employers Own
2 Schedule 2
Country
Schedule 2A. 161 KV TRANSMISSION LINE FROM KARA TO MANGO (152 KM)

Total Schedule ‐2A

3 Schedule 3 Design Services and Prototype Testing

Schedule 3A. 161 KV TRANSMISSION LINE FROM KARA TO MANGO (152 KM)

Total Schedule ‐3A

4 Schedule 4 Installation Services

Schedule 4A. 161 KV TRANSMISSION LINE FROM KARA TO MANGO (152 KM)

Total Schedule ‐4A

Grand Total Grand Total(Schedule 1+Schedule 2+Schedule 3+Schedule 4)

Date:
Place:

Signature:

Printed Name:

Designation:

Common Seal:

556
SCHEDULE 5
Price Schedule No.1. Plants (Including Mandatory Spares Parts) Supplied from Abroad

SSCHEDULE OF PRICES (INCLUSIVE OF PACKING, FREIGHT& INSURANCE AND STORAGE AT SITE) FOR SUPPLY OF TOWER MATERIAL ETC.
FOR 161 KV SINGLE CIRCUIT TRANSMISSION LINE WITH AAAC (253.35 MM2) CONDUCTOR PER PHASE FROM KARA TO MANGO (152 KM) ,
MANGO TO DAPAONG (76 KM) and DAPAONG TO MANDOURI (82 KM) , REPUBLIC OF TOGO

Schedule No.1A. 161 kV TRANSMISSION LINE FROM KARA TO MANGO (152 KM)
S. No. Description of work/item Unit Qty. (Nos.) Unit Total Unit Price Total price at site (USD.)
Weight Weight at Site (CIP) (4 x 7)
(MT) (MT) (USD.)

1 2 3 4 5 6 7 8

Design, Fabrication, Galvanising & Supply of various types of towers & tower parts, tower/leg extensions (complete) including stubs, step bolts and bolts
& nuts , hangers, D‐Shackles, pack washers as per specifications

Suspension Towers (SA type) (00‐20) including design, fabrication,


1 galvanising, complete with nuts, bolts & washers, hanger/D‐
schackles etc.
a) Super Structure
i) SA+0 body Type of towers No. 340
ii) +3m body Extensions for above towers No. 87
iii) +6m body Extensions for above towers No. 27
iv) +9m body Extensions for above towers No. 16
v) +1 m leg extension for above towers No. 1
vi) +2 m leg extension for above towers No. 1
vii) +3 m leg extension for above towers No. 1
b) Stub (set of 4) for above Set 340

Small angle (SB type) tension towers (0 0‐200) including design,


2 fabrication, galvanising, complete with nuts, bolts & washers,
hangers/D‐schackles etc.

a) Super Structure
i) SB+0 body Type towers No. 112
ii) +3m body Extensions for above towers No. 24
iii) +6m body Extensions for above towers No. 11
iv) +9m body Extensions for above towers No. 2
v)* ‐1 m leg extension for above towers No. 1
vi)* ‐2 m leg extension for above towers No. 1
vii) +1 m leg extension for above towers No. 2
viii) +2 m leg extension for above towers No. 2
ix) +3 m leg extension for above towers No. 2
b) Stub (set of 4) for above Set 112

Medium angle (SC type) tension towers (20 0‐450) including


3 design, fabrication, galvanising, complete with nuts, bolts &
washers, hangers/D‐schackles etc.

a) Super Structure
i) SC+0 body Type towers No. 8
ii) +3m body Extensions for above towers No. 1
iii) +6m body Extensions for above towers No. 1
iv) +9m body Extensions for above towers No. 1
v)* ‐1 m leg extension for above towers No. 1

557
Schedule 1A Technical Specifications-161 kV Single Circuit Transmission Line
S. No. Description of work/item Unit Qty. (Nos.) Unit Total Unit Price Total price at site (USD.)
Weight Weight at Site (CIP) (4 x 7)
(MT) (MT) (USD.)

1 2 3 4 5 6 7 8
vi)* ‐2 m leg extension for above towers No. 1
vii) +1 m leg extension for above towers No. 1
viii) +2 m leg extension for above towers No. 1
ix) +3 m leg extension for above towers No. 1
b) Stub (set of 4) for above Set 8

Large Angle (DD type) tension towers (45 0‐600)/ Dead‐end


4 towers (including design, fabrication, galvanising, complete with
nuts, bolts & washers etc.)

a) Super Structure
i) SD+0 Body Type towers No. 11
ii) +3m body Extensions for above towers No. 1
iii) +6m body Extensions for above towers No. 1
iv) +9m body Extensions for above towers No. 2
v)* ‐1 m leg extension for above towers No. 1
vi)* ‐2 m leg extension for above towers No. 1
vii) +1 m leg extension for above towers No. 1
viii) +2 m leg extension for above towers No. 1
ix) +3 m leg extension for above towers No. 1
b) Stub (set of 4) for above Set 11

Special Tower (including design, fabrication, galvanising,


5
complete with nuts, bolts & washers etc.)

a) Superstructure No. 4
b) Stub (set of 4)for above tower No. 4
Design & Destruction tests including the cost of materials after
6 allowing rebate for scrap value of steel of destroyed tower with
9m extension.
6.1 Suspension SA type of towers (0 0‐20)
a) Design load tests No. 1
b) Destruction Test No. 1
6.2 Small angle SB type of Tension towers (2 0‐200)
a) Design load tests No. 1
b) Destruction Test No. 1
6.3 Medium angle SC type of tension towers (200‐450)
a) Design load tests No. 1
b) Destruction Test No. 1

6.4 Large angle SD type of tension towers (45 0‐600 & dead end)

a) Design load tests No. 1


b) Destruction Test No. 1
7 Danger and Number plate with bolts, nuts & washers No. 475
Phase plates with bolts, nuts & washers (set of three each for
8 Set 475
circuit)
9 Anti‐climbing devices for
a) Suspension SA type of towers Set 340
b) Small angle SB type of towers Set 112
c) Medium angle SC type of towers Set 8

558
Schedule 1A Technical Specifications-161 kV Single Circuit Transmission Line
S. No. Description of work/item Unit Qty. (Nos.) Unit Total Unit Price Total price at site (USD.)
Weight Weight at Site (CIP) (4 x 7)
(MT) (MT) (USD.)

1 2 3 4 5 6 7 8
d) Large angele SD type of towers Set 11
e) Special Towers Set 4
10 (a) Handheld GPS No. 3
(b) DGPS No. 1
Earthing of Towers with necessary bolts, nuts & washers

11 Earthing of towers Set 475

* Note: The weight to be quoted for negative leg extensions will be the differencial weight to be deducted from the weight of tower (+0 Body type tower).
Note: Manufacturing and supply of Material as per the actual site requirement

559
Schedule 1A Technical Specifications-161 kV Single Circuit Transmission Line
Price Schedule No.1. Plants (Including Mandatory Spares Parts) Supplied from Abroad
SCHEDULE OF PRICES (INCLUSIVE OF PACKING, FREIGHT& INSURANCE AND STORAGE AT SITE) FOR SUPPLY OF
TOWER MATERIAL ETC. FOR 161 KV SINGLE CIRCUIT TRANSMISSION LINE WITH AAAC (253.35 MM2) CONDUCTOR
PER PHASE FROM KARA TO MANGO (152 KM) , MANGO TO DAPAONG (76 KM) and DAPAONG TO MANDOURI (82
KM) , REPUBLIC OF TOGO

Schedule No.1A. 161 kV TRANSMISSION LINE FROM KARA TO MANGO (152 KM)

Unit Price at Total price at


S. No. Description Unit Qty. Site(CIP) site (CIP)
(USD.) (USD.) (4 x 5)

1 2 3 4 5 6

12 AAAC '500' MCM Conductor (including sag and wastages) km 465

13.A OPGW (24 core).(including sag and wastages) km 160


13.B OPGW (48 core).(including sag and wastages)(Optional) km 160
14 120 kN EM strength Disc Insulators No. 25985
Single suspension strings complete with hardwares, PA rods etc.
15 sets 964
suitable for 1x11 nos. 120KN insulators.
Double suspension strings complete with hardwares, PA rods
16 sets 108
etc. suitable for 2x11 nos. 120KN insulators.
Single tension strings complete with hardware fittings suitable
17 sets 766
for 2x12 nos. 120KN insulators.
Double tension strings complete with hardware fittings suitable
18 sets 86
for 4x12 nos. 120KN insulators.
Pilot insulators strings complete with hardware fittings suitable
19 sets 32
for 16 nos. of 120 kN insulators.

20 AAAC conductor accessories (Including 5 % Spares)

a) Mid span compression joint No. 244


b) Repair sleeves No. 49
c) Vibration Damper No. 3770
21 OPGW accessories
a) Cable Accessories Joint boxes No. 44
b) Tension clamp complete with all fittings No. 278
c) Suspension clamp complete with all fittings No. 350
d) Vibration Damper No. 1257

Total‐I

Total (in figures) United States Dollars: USD.

560
Schedule 1A Technical Specifications-161 kV Single Circuit Transm ission Line
Price Schedule No.2. Plant (Including Mandatory Spares Parts) Supplied from Within the Employers Own Country

SSCHEDULE OF PRICES (INCLUSIVE OF PACKING, FREIGHT& INSURANCE AND STORAGE AT SITE) FOR SUPPLY OF TOWER MATERIAL ETC.
FOR 161 KV SINGLE CIRCUIT TRANSMISSION LINE WITH AAAC (253.35 MM2) CONDUCTOR PER PHASE FROM KARA TO MANGO (152 KM) ,
MANGO TO DAPAONG (76 KM) and DAPAONG TO MANDOURI (82 KM) , REPUBLIC OF TOGO

Schedule No.2A. 161 kV TRANSMISSION LINE FROM KARA TO MANGO (152 KM)
S. No. Description of work/item Unit Qty. (Nos.) Unit Total Unit Price Total price at site (USD.) (4
Weight Weight at Site x 7)
(MT) (MT) (USD.)

1 2 3 4 5 6 7 8

Design, Fabrication, Galvanising & Supply of various types of towers & tower parts, tower/leg extensions (complete) including stubs, step bolts and bolts
& nuts , hangers, D‐Shackles, pack washers as per specifications

Suspension Towers (SA type) (00‐20) including design, fabrication,


1 galvanising, complete with nuts, bolts & washers, hanger/D‐
schackles etc.
a) Super Structure
i) SA+0 body Type of towers No. 340
ii) +3m body Extensions for above towers No. 87
iii) +6m body Extensions for above towers No. 27
iv) +9m body Extensions for above towers No. 16
v) +1 m leg extension for above towers No. 1
vi) +2 m leg extension for above towers No. 1
vii) +3 m leg extension for above towers No. 1
b) Stub (set of 4) for above Set 340

Small angle (SB type) tension towers (0 0‐200) including design,


2 fabrication, galvanising, complete with nuts, bolts & washers,
hangers/D‐schackles etc.

a) Super Structure
i) SB+0 body Type towers No. 112
ii) +3m body Extensions for above towers No. 24
iii) +6m body Extensions for above towers No. 11
iv) +9m body Extensions for above towers No. 2
v)* ‐1 m leg extension for above towers No. 1
vi)* ‐2 m leg extension for above towers No. 1
vii) +1 m leg extension for above towers No. 2
viii) +2 m leg extension for above towers No. 2
ix) +3 m leg extension for above towers No. 2
b) Stub (set of 4) for above Set 112

Medium angle (SC type) tension towers (200‐450) including


3 design, fabrication, galvanising, complete with nuts, bolts &
washers, hangers/D‐schackles etc.

a) Super Structure
i) SC+0 body Type towers No. 8
ii) +3m body Extensions for above towers No. 1
iii) +6m body Extensions for above towers No. 1
iv) +9m body Extensions for above towers No. 1
v)* ‐1 m leg extension for above towers No. 1

561
Schedule 1A Technical Specifications-161 kV Single Circuit Transmission Line
S. No. Description of work/item Unit Qty. (Nos.) Unit Total Unit Price Total price at site (USD.) (4
Weight Weight at Site x 7)
(MT) (MT) (USD.)

1 2 3 4 5 6 7 8
vi)* ‐2 m leg extension for above towers No. 1
vii) +1 m leg extension for above towers No. 1
viii) +2 m leg extension for above towers No. 1
ix) +3 m leg extension for above towers No. 1
b) Stub (set of 4) for above Set 8

Large Angle (DD type) tension towers (45 0‐600)/ Dead‐end


4 towers (including design, fabrication, galvanising, complete with
nuts, bolts & washers etc.)

a) Super Structure
i) SD+0 Body Type towers No. 11
ii) +3m body Extensions for above towers No. 1
iii) +6m body Extensions for above towers No. 1
iv) +9m body Extensions for above towers No. 2
v)* ‐1 m leg extension for above towers No. 1
vi)* ‐2 m leg extension for above towers No. 1
vii) +1 m leg extension for above towers No. 1
viii) +2 m leg extension for above towers No. 1
ix) +3 m leg extension for above towers No. 1
b) Stub (set of 4) for above Set 11

Special Tower (including design, fabrication, galvanising,


5
complete with nuts, bolts & washers etc.)

a) Superstructure No. 4
b) Stub (set of 4)for above tower No. 4
Design & Destruction tests including the cost of materials after
6 allowing rebate for scrap value of steel of destroyed tower with
9m extension.
6.1 Suspension SA type of towers (0 0‐20)
a) Design load tests No. 1
b) Destruction Test No. 1
6.2 Small angle SB type of Tension towers (2 0‐200)
a) Design load tests No. 1
b) Destruction Test No. 1
6.3 Medium angle SC type of tension towers (20 0‐450)
a) Design load tests No. 1
b) Destruction Test No. 1

6.4 Large angle SD type of tension towers (45 0‐600 & dead end)

a) Design load tests No. 1


b) Destruction Test No. 1
7 Danger and Number plate with bolts, nuts & washers No. 475
Phase plates with bolts, nuts & washers (set of three each for
8 Set 475
circuit)
9 Anti‐climbing devices for
a) Suspension SA type of towers Set 340
b) Small angle SB type of towers Set 112
c) Medium angle SC type of towers Set 8

562
Schedule 1A Technical Specifications-161 kV Single Circuit Transmission Line
S. No. Description of work/item Unit Qty. (Nos.) Unit Total Unit Price Total price at site (USD.) (4
Weight Weight at Site x 7)
(MT) (MT) (USD.)

1 2 3 4 5 6 7 8
d) Large angele SD type of towers Set 11
e) Special Towers Set 4
10 (a) Handheld GPS No. 3
(b) DGPS No. 1
Earthing of Towers with necessary bolts, nuts & washers

11 Earthing of towers Set 475

* Note: The weight to be quoted for negative leg extensions will be the differencial weight to be deducted from the weight of tower (+0 Body type tower).
Note: Manufacturing and supply of Material as per the actual site requirement

563
Schedule 1A Technical Specifications-161 kV Single Circuit Transmission Line
Price Schedule No.2. Plant (Including Mandatory Spares Parts) Supplied from Within the
Employers Own Country
SCHEDULE OF PRICES (INCLUSIVE OF PACKING, FREIGHT& INSURANCE AND STORAGE AT SITE) FOR SUPPLY OF
TOWER MATERIAL ETC. FOR 161 KV SINGLE CIRCUIT TRANSMISSION LINE WITH AAAC (253.35 MM2) CONDUCTOR
PER PHASE FROM KARA TO MANGO (152 KM) , MANGO TO DAPAONG (82 KM) and DAPAONG TO MANDOURI (72
KM), REPUBLIC OF TOGO

Schedule No.2A. 161 kV TRANSMISSION LINE FROM KARA TO MANGO (152 KM)

Total price at
Unit Price at
S. No. Description Unit Qty. site (USD.) (4
Site(USD.)
x 5)

1 2 3 4 5 6

12 AAAC '500' MCM Conductor (including sag and wastages) km 465

13.A OPGW (24 core).(including sag and wastages) km 160


13.B OPGW (48 core).(including sag and wastages)(Optional) km 160
14 120 kN EM strength Disc Insulators No. 25985
Single suspension strings complete with hardwares, PA rods etc.
15 sets 964
suitable for 1x11 nos. 120KN insulators.
Double suspension strings complete with hardwares, PA rods
16 sets 108
etc. suitable for 2x11 nos. 120KN insulators.
Single tension strings complete with hardware fittings suitable
17 sets 766
for 2x12 nos. 120KN insulators.
Double tension strings complete with hardware fittings suitable
18 sets 86
for 4x12 nos. 120KN insulators.
Pilot insulators strings complete with hardware fittings suitable
19 sets 32
for 16 nos. of 120 kN insulators.

20 AAAC conductor accessories (Including 5 % Spares)

a) Mid span compression joint No. 244


b) Repair sleeves No. 49
c) Vibration Damper No. 3770
21 OPGW accessories
a) Cable Accessories Joint boxes No. 44
b) Tension clamp complete with all fittings No. 278
c) Suspension clamp complete with all fittings No. 350
d) Vibration Damper No. 1257

Total‐I

Total (in figures) United States Dollars: USD.

564
Schedule 1A Technical Specifications-161 kV Single Circuit Transm ission Line
Price Schedule No. 3: Design Services and Prototype Testing

SCHEDULE OF PRICES (INCLUSIVE OF PACKING, FREIGHT& INSURANCE AND STORAGE AT SITE) FOR SUPPLY OF TOWER MATERIAL ETC. FOR
161 KV SINGLE CIRCUIT TRANSMISSION LINE WITH AAAC (253.35 MM2) CONDUCTOR PER PHASE FROM KARA TO MANGO (152 KM) , MANGO
TO DAPAONG (76 KM) and DAPAONG TO MANDOURI (82 KM) , REPUBLIC OF TOGO

Schedule No.3A. 161 kV TRANSMISSION LINE FROM KARA to MANGO (152 KM)

(NOT APPLICABLE)
S. No. Description Unit Qty Unit price (USD) Total price (USD) (4x5)

1 2 3 4 5 6

Design, Proto Assembly and Testing of Towers with +9.0 m Body


Extension at various Design Loads and then up to destruction as per
1
specification including the cost of materials after allowing rebate for
scrap value of steel of destroyed tower.

a) Small Angle 'SA' Type Suspension Towers with +9.0m Body Extension No. 1

b) Small Angle 'SB' Type Tension Towerswith +9.0m Body Extension No. 1
c) Medium Angle 'SC' Type Tension Towers with +9.0m Body Extension No. 1
d) Large Angle 'SD' Type Tension Towers with +9.0m Body Extension No. 1

Total III (in figures) US Dollar : (‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐)

565
SCHEDULE 3
Price Shedule No. 4 Installation Services

SCHEDULE OF PRICES (INCLUSIVE OF PACKING, FREIGHT& INSURANCE AND STORAGE AT SITE) FOR SUPPLY OF TOWER MATERIAL ETC. FOR 161 KV SINGLE CIRCUIT
TRANSMISSION LINE WITH AAAC (253.35 MM2) CONDUCTOR PER PHASE FROM KARA TO MANGO (152 KM) , MANGO TO DAPAONG (76 KM) and DAPAONG TO
MANDOURI (82 KM) , REPUBLIC OF TOGO

Schedule No.4A. 161 kV TRANSMISSION LINE FROM KARA to MANGO (152 KM)

Unit Price Total Price (USD)


S. No. Description Unit Qty
(USD) (4x6)

1 2 3 4 6 7

1 Detailed survey.

i) Detailed survey, Profiling & tower spotting, optimisation of tower. KM 152

2 Geotechnical investigation.

Standard Penetration Tests in pits at 7m depths as per IS:6403 for Ordinary foundation
a) Location 238
& upto the pile depth or upto 20 Mtr for pile foundation.

Analysis of samples collected at different depths in pits in laboratory for ascertaining


b) Location 238
various required soil parameters & indices.

3 Check survey, pegging of tower centres, pit marking at site etc. KM 152

Setting of stubs for all types of towers excluding cost of foundations, excavation &
4
concreting for the following type of towers & extn. Wherever utilised.

a) SA type of towers No. (set of 4) 340


b) SB type of towers No. (set of 4) 112
c) SC type of towers No. (set of 4) 8
d) SD type of towers No. (set of 4) 11
e) Special type of towers No. (set of 4) 4

All the complete Work associated with construction of tower foundations including
5
stub setting for all types of soils Including benching work as below

Suspension (SA type) with Normal, +3m, +6m & +9m body extn. Wherever
5.1
applicable.

a) Normal Dry Soil No. 102

i) Excavation Cum

ii) M10 Lean Concrete Nominal Mix 1:3:6 Cum

iii) M20 Lean Concrete Nominal Mix 1:1.5:3 Cum

iv) Supply and placement of Reinforcement Steel kg

b) Wet soil No. 85

i) Excavation Cum

ii) M10 Lean Concrete Nominal Mix 1:3:6 Cum

iii) M20 Lean Concrete Nominal Mix 1:1.5:3 Cum

566
Schedule 4A Technical Specifications-161 kV Single Circuit Transmission Line
Unit Price Total Price (USD)
S. No. Description Unit Qty
(USD) (4x6)

1 2 3 4 6 7

iv) Supply and placement of Reinforcement Steel kg

c) Partially submerged Soil No. 51

i) Excavation Cum

ii) M10 Lean Concrete Nominal Mix 1:3:6 Cum

iii) M20 Lean Concrete Nominal Mix 1:1.5:3 Cum

iv) Supply and placement of Reinforcement Steel kg

d) Fully submerged Soil No. 17

i) Excavation Cum

ii) M10 Lean Concrete Nominal Mix 1:3:6 Cum

iii) M20 Lean Concrete Nominal Mix 1:1.5:3 Cum

iv) Supply and placement of Reinforcement Steel kg

e) Dry Fissured Rock No. 34

i) Excavation Cum

ii) M10 Lean Concrete Nominal Mix 1:3:6 Cum

iii) M20 Lean Concrete Nominal Mix 1:1.5:3 Cum

iv) Supply and placement of Reinforcement Steel kg

f) Wet Fissured Rock No. 17

i) Excavation Cum

ii) M10 Lean Concrete Nominal Mix 1:3:6 Cum

iii) M20 Lean Concrete Nominal Mix 1:1.5:3 Cum

iv) Supply and placement of Reinforcement Steel kg

g) Hard rock No. 17

i) Excavation Cum

567
Schedule 4A Technical Specifications-161 kV Single Circuit Transmission Line
Unit Price Total Price (USD)
S. No. Description Unit Qty
(USD) (4x6)

1 2 3 4 6 7

ii) M10 Lean Concrete Nominal Mix 1:3:6 Cum

iii) M20 Lean Concrete Nominal Mix 1:1.5:3 Cum

iv) Supply and placement of Reinforcement Steel kg

h) Sandy Soil No. 17

i) Excavation Cum

ii) M10 Lean Concrete Nominal Mix 1:3:6 Cum

iii) M20 Lean Concrete Nominal Mix 1:1.5:3 Cum

iv) Supply and placement of Reinforcement Steel kg

Small angle (SB Type) with Normal, +3m, +6m & +9m body extn. Wherever
5.2
applicable.

a) Normal Dry soil No. 34

i) Excavation Cum

ii) M10 Lean Concrete Nominal Mix 1:3:6 Cum

iii) M20 Lean Concrete Nominal Mix 1:1.5:3 Cum

iv) Supply and placement of Reinforcement Steel kg

b) Wet/partially submerged/fully submerged soil No. 28

i) Excavation Cum

ii) M10 Lean Concrete Nominal Mix 1:3:6 Cum

iii) M20 Lean Concrete Nominal Mix 1:1.5:3 Cum

iv) Supply and placement of Reinforcement Steel kg

c) Dry/Wet Soft rock/fissured rock No. 16

i) Excavation Cum

ii) M10 Lean Concrete Nominal Mix 1:3:6 Cum

iii) M20 Lean Concrete Nominal Mix 1:1.5:3 Cum

568
Schedule 4A Technical Specifications-161 kV Single Circuit Transmission Line
Unit Price Total Price (USD)
S. No. Description Unit Qty
(USD) (4x6)

1 2 3 4 6 7

iv) Supply and placement of Reinforcement Steel kg

d) Hard Rock No. 6

i) Excavation Cum

ii) M10 Lean Concrete Nominal Mix 1:3:6 Cum

iii) M20 Lean Concrete Nominal Mix 1:1.5:3 Cum

iv) Supply and placement of Reinforcement Steel kg

e) Dry Fissured Rock No. 12

i) Excavation Cum

ii) M10 Lean Concrete Nominal Mix 1:3:6 Cum

iii) M20 Lean Concrete Nominal Mix 1:1.5:3 Cum

iv) Supply and placement of Reinforcement Steel kg

f) Wet Fissured Rock No. 5

i) Excavation Cum

ii) M10 Lean Concrete Nominal Mix 1:3:6 Cum

iii) M20 Lean Concrete Nominal Mix 1:1.5:3 Cum

iv) Supply and placement of Reinforcement Steel kg

g) Hard rock No. 6

i) Excavation Cum

ii) M10 Lean Concrete Nominal Mix 1:3:6 Cum

iii) M20 Lean Concrete Nominal Mix 1:1.5:3 Cum

iv) Supply and placement of Reinforcement Steel kg

h) Sandy Soil No. 5

i) Excavation Cum

ii) M10 Lean Concrete Nominal Mix 1:3:6 Cum

iii) M20 Lean Concrete Nominal Mix 1:1.5:3 Cum

iv) Supply and placem ent of Reinforcement St eel kg

569
Schedule 4A Technical Specifications-161 kV Single Circuit Transmission Line
Unit Price Total Price (USD)
S. No. Description Unit Qty
(USD) (4x6)

1 2 3 4 6 7

Medium angle (SC type) with Normal, +3m, +6m & +9m body extn. Wherever
5.3
applicable.

a) Normal Dry soil No. 3

i) Excavation Cum

ii) M10 Lean Concrete Nominal Mix 1:3:6 Cum

iii) M20 Lean Concrete Nominal Mix 1:1.5:3 Cum

iv) Supply and placement of Reinforcement Steel kg

b) Wet/partially submerged/fully submerged soil No. 2

i) Excavation Cum

ii) M10 Lean Concrete Nominal Mix 1:3:6 Cum

iii) M20 Lean Concrete Nominal Mix 1:1.5:3 Cum

iv) Supply and placement of Reinforcement Steel kg

c) Soft Rock/ Dry fissured Rock No. 1

i) Excavation Cum

ii) M10 Lean Concrete Nominal Mix 1:3:6 Cum

iii) M20 Lean Concrete Nominal Mix 1:1.5:3 Cum

iv) Supply and placement of Reinforcement Steel kg

d) Hard Rock No. 1

i) Excavation Cum

ii) M10 Lean Concrete Nominal Mix 1:3:6 Cum

iii) M20 Lean Concrete Nominal Mix 1:1.5:3 Cum

iv) Supply and placement of Reinforcement Steel kg

e) Dry Fissured Rock No. 1

i) Excavation Cum

570
Schedule 4A Technical Specifications-161 kV Single Circuit Transmission Line
Unit Price Total Price (USD)
S. No. Description Unit Qty
(USD) (4x6)

1 2 3 4 6 7

ii) M10 Lean Concrete Nominal Mix 1:3:6 Cum

iii) M20 Lean Concrete Nominal Mix 1:1.5:3 Cum

iv) Supply and placement of Reinforcement Steel kg

f) Wet Fissured Rock No. 0

i) Excavation Cum

ii) M10 Lean Concrete Nominal Mix 1:3:6 Cum

iii) M20 Lean Concrete Nominal Mix 1:1.5:3 Cum

iv) Supply and placement of Reinforcement Steel kg

g) Hard rock No. 0

i) Excavation Cum

ii) M10 Lean Concrete Nominal Mix 1:3:6 Cum

iii) M20 Lean Concrete Nominal Mix 1:1.5:3 Cum

iv) Supply and placement of Reinforcement Steel kg

h) Sandy Soil No. 0

i) Excavation Cum

ii) M10 Lean Concrete Nominal Mix 1:3:6 Cum

iii) M20 Lean Concrete Nominal Mix 1:1.5:3 Cum

iv) Supply and placement of Reinforcement Steel kg

Large angle (SD type/ Dead end type) of tower with Normal, +3m, +6m & +9m body
5.4
extn. Wherever applicable.

a) Normal Dry soil No. 5

i) Excavation Cum

ii) M10 Lean Concrete Nominal Mix 1:3:6 Cum

iii) M20 Lean Concrete Nominal Mix 1:1.5:3 Cum

iv) Supply and placement of Reinforcement Steel kg

b) Wet/partially submerged/fully submerged soil No. 4

i) Excavation Cum

571
Schedule 4A Technical Specifications-161 kV Single Circuit Transmission Line
Unit Price Total Price (USD)
S. No. Description Unit Qty
(USD) (4x6)

1 2 3 4 6 7

ii) M10 Lean Concrete Nominal Mix 1:3:6 Cum

iii) M20 Lean Concrete Nominal Mix 1:1.5:3 Cum

iv) Supply and placement of Reinforcement Steel kg

c) Soft Rock/ Dry fissured Rock No. 2

i) Excavation Cum

ii) M10 Lean Concrete Nominal Mix 1:3:6 Cum

iii) M20 Lean Concrete Nominal Mix 1:1.5:3 Cum

iv) Supply and placement of Reinforcement Steel kg

d) Hard Rock No. 1

i) Excavation Cum

ii) M10 Lean Concrete Nominal Mix 1:3:6 Cum

iii) M20 Lean Concrete Nominal Mix 1:1.5:3 Cum

iv) Supply and placement of Reinforcement Steel kg

e) Dry Fissured Rock No. 2

i) Excavation Cum

ii) M10 Lean Concrete Nominal Mix 1:3:6 Cum

iii) M20 Lean Concrete Nominal Mix 1:1.5:3 Cum

iv) Supply and placement of Reinforcement Steel kg

f) Wet Fissured Rock No. 1

i) Excavation Cum

ii) M10 Lean Concrete Nominal Mix 1:3:6 Cum

iii) M20 Lean Concrete Nominal Mix 1:1.5:3 Cum

iv) Supply and placement of Reinforcement Steel kg

g) Hard rock No. 0

i) Excavation Cum

ii) M10 Lean Concrete Nominal Mix 1:3:6 Cum

iii) M20 Lean Concrete Nominal Mix 1:1.5:3 Cum

572
Schedule 4A Technical Specifications-161 kV Single Circuit Transmission Line
Unit Price Total Price (USD)
S. No. Description Unit Qty
(USD) (4x6)

1 2 3 4 6 7

iv) Supply and placement of Reinforcement Steel kg

h) Sandy Soil No. 0

i) Excavation Cum

ii) M10 Lean Concrete Nominal Mix 1:3:6 Cum

iii) M20 Lean Concrete Nominal Mix 1:1.5:3 Cum

iv) Supply and placement of Reinforcement Steel kg

5.5 Special towers (Dry/Wet/DFR/Hard Rock) No. 4


i) Excavation Cum

ii) M10 Lean Concrete Nominal Mix 1:3:6 Cum

iii) M20 Lean Concrete Nominal Mix 1:1.5:3 Cum

iv) Supply and placement of Reinforcement Steel kg


M25 grade/design mix concrete for Pile foundation including reinforcement for Pile
5.6 1
and Pile cap

a) SA type of towers Cum

b) SB type of towers Cum

c) SC type of towers Cum

d) SD type of towers Cum

e) Special type of towers Cum

6 Cost of pile uplift test for 25/40 mm dia anchors/Dywidag/similar type bar No. 1

7 Bush Clerances and forest cutting km 152

8 Protection of tower footing including all the associated work complete for all towers

573
Schedule 4A Technical Specifications-161 kV Single Circuit Transmission Line
Unit Price Total Price (USD)
S. No. Description Unit Qty
(USD) (4x6)

1 2 3 4 6 7

a Random rubble stone masonry including excavation (1:5 cement : concrete) CUM 50
b Stone bound in galvanizing wire netting including excavation CUM 50
c Back filling and levelling within revetment CUM 50
d M15 Conc. Nominal Mix 1:2:4 for top seal cover CUM 50

Erection of superstructure all following types of towers (complete) including Danger


and Number plate, number plate, circuit plate, phase plate & anticlimbing devices
9
&anti‐theft type of bolts and nuts along with spring washers shall be used from
lowest of bolt and nuts level up to 5 meters including step bolt

a) Super Structure
i) SA+0 body Type of towers No. 340
ii) +3m body Extensions for above towers No. 87
iii) +6m body Extensions for above towers No. 27
iv) +9m body Extensions for above towers No. 16
v) +1 m leg extension for above towers No. 1
vi) +2 m leg extension for above towers No. 1
vii) +3 m leg extension for above towers No. 1
b) Superstructure
i) SB+0 body Type towers No. 112
ii) +3m body Extensions for above towers No. 24
iii) +6m body Extensions for above towers No. 11
iv) +9m body Extensions for above towers No. 2
v)* ‐1 m leg extension for above towers No. 1
vi)* ‐2 m leg extension for above towers No. 1
vii) +1 m leg extension for above towers No. 2
viii) +2 m leg extension for above towers No. 2
ix) +3 m leg extension for above towers No. 2
c) Superstructure
i) SD+0 Body Type towers No. 8
ii) +3m body Extensions for above towers No. 1
iii) +6m body Extensions for above towers No. 1
iv) +9m body Extensions for above towers No. 1
v)* ‐1 m leg extension for above towers No. 1
vi)* ‐2 m leg extension for above towers No. 1
vii) +1 m leg extension for above towers No. 1
viii) +2 m leg extension for above towers No. 1
ix) +3 m leg extension for above towers No. 1
d) Superstructure
i) SD+0 Body Type towers No. 11
ii) +3m body Extensions for above towers No. 1
iii) +6m body Extensions for above towers No. 1
iv) +9m body Extensions for above towers No. 2
v)* ‐1 m leg extension for above towers No. 1
vi)* ‐2 m leg extension for above towers No. 1
vii) +1 m leg extension for above towers No. 1
viii) +2 m leg extension for above towers No. 1
ix) +3 m leg extension for above towers No. 1
e) Superstructure
Special type of towers No. 4
Stringing of one Nos.OPGW (24/48 core) laying, joining, tensioning, clamping etc.
10 KM 152
with all necessary accessories.

Mounting of single/double suspension & Single/Double tension insulator string on all


11 type of towers & stringing of Single Circuit line with single conductor per phase KM 152
including laying, joining, tensioning, sagging & clamping etc. for spans upto 800m.

12 Earthing of transmission line towers No. 475

Total Schedule IV (in figures) US Dollar : US$


* Note: The weight to be quoted for negative leg extensions will be the differencial weight to be deducted from the weight of tower (+0 Body type tower).

574
Schedule 4A Technical Specifications-161 kV Single Circuit Transmission Line
SUMMARY OF 161 KV SINGLE CIRCUIT TRANSMISSION LINE WITH AAAC (253.35 MM2) CONDUCTOR PER PHASE FROM KARA TO
MANGO (152 KM), MANGO TO DAPAONG (76 KM) AND DAPAONG TO MANDOURI (82 KM), REPUBLIC OF TOGO

PRICE SCHEDULE V B ‐(GRAND SUMMARY): 161 kV TRANSMISSION LINE FROM MANGO to DAPAONG (76 KM), DAPAONG TO
MANDOURI (82 KM)

S. No. Schedule Description Total price (USD.)

1 Schedule 1 Plant (Including Mandatory Spares Parts) Supplied from Abroad

Schedule 1B‐1. 161 kV TRANSMISSION LINE FROM MANGO to DAPAONG (76 KM)

Schedule 1B‐2 161 kV TRANSMISSION LINE FROM DAPAONG TO MANDOURI (82 KM)

Total Schedule ‐1 B
Plant (Including Mandatory Spares Parts) Supplied from Employers Own
2 Schedule 2
Country

Schedule 2B‐1. 161 kV TRANSMISSION LINE FROM MANGO to DAPAONG (76 KM)

Schedule 2B‐2. 161 kV TRANSMISSION LINE FROM DAPAONG TO MANDOURI (82 KM)

Total Schedule ‐2B

3 Schedule 3 Design Services and Prototype Testing

Schedule 3B‐1. 161 kV TRANSMISSION LINE FROM MANGO to DAPAONG (76 KM)

Schedule 3B‐2. 161 kV TRANSMISSION LINE FROM DAPAONG TO MANDOURI (82 KM)

Total Schedule ‐3B

4 Schedule 4 Installation Services

Schedule 4B‐1. 161 kV TRANSMISSION LINE FROM MANGO to DAPAONG (76 KM)

Schedule 4B‐2. 161 kV TRANSMISSION LINE FROM DAPAONG TO MANDOURI (82 KM)

Total Schedule ‐4B

Grand Total Grand Total(Schedule 1+Schedule 2+Schedule 3+Schedule 4)

Date:
Place:

Signature:

Printed Name:

Designation:

Common Seal:

575
SCHEDULE 5
Price Schedule No.1. Plants (Including Mandatory Spares Parts) Supplied from Abroad

SSCHEDULE OF PRICES (INCLUSIVE OF PACKING, FREIGHT& INSURANCE AND STORAGE AT SITE) FOR SUPPLY OF TOWER MATERIAL ETC. FOR
161 KV SINGLE CIRCUIT TRANSMISSION LINE WITH AAAC (253.35 MM2) CONDUCTOR PER PHASE FROM KARA TO MANGO (152 KM) , MANGO
TO DAPAONG (76 KM) and DAPAONG TO MANDOURI (82 KM) , REPUBLIC OF TOGO

Schedule No.1B‐1. 161 kV TRANSMISSION LINE FROM MANGO to DAPAONG (76 KM)

S. No. Description of work/item Unit Qty. (Nos.) Unit Total Unit Price at Total price at site (USD.)
Weight Weight Site (CIP) (4 x 7)
(MT) (MT) (USD.)

1 2 3 4 5 6 7 8

Design, Fabrication, Galvanising & Supply of various types of towers & tower parts, tower/leg extensions (complete) including stubs, step bolts and bolts &
nuts , hangers, D‐Shackles, pack washers as per specifications

Suspension Towers (SA type) (00‐20) including design, fabrication,


1 galvanising, complete with nuts, bolts & washers, hanger/D‐
schackles etc.
a) Super Structure
i) SA+0 body Type of towers No. 180
ii) +3m body Extensions for above towers No. 20
iii) +6m body Extensions for above towers No. 4
iv) +9m body Extensions for above towers No. 2
v) +1 m leg extension for above towers No. 2
vi) +2 m leg extension for above towers No. 2
vii) +3 m leg extension for above towers No. 2
b) Stub (set of 4) for above Set 180

Small angle (SB type) tension towers (00‐200) including design,


2 fabrication, galvanising, complete with nuts, bolts & washers,
hangers/D‐schackles etc.

a) Super Structure
i) SB+0 body Type towers No. 37
ii) +3m body Extensions for above towers No. 5
iii) +6m body Extensions for above towers No. 2
iv) +9m body Extensions for above towers No. 3
v)* ‐1 m leg extension for above towers No. 1
vi)* ‐2 m leg extension for above towers No. 1
vii) +1 m leg extension for above towers No. 2
viii) +2 m leg extension for above towers No. 2
ix) +3 m leg extension for above towers No. 1
b) Stub (set of 4) for above Set 37

Medium angle (SC type) tension towers (200‐450) including


3 design, fabrication, galvanising, complete with nuts, bolts &
washers, hangers/D‐schackles etc.

a) Super Structure
i) SC+0 body Type towers No. 7
ii) +3m body Extensions for above towers No. 1
iii) +6m body Extensions for above towers No. 1
iv) +9m body Extensions for above towers No. 2
v)* ‐1 m leg extension for above towers No. 1
vi)* ‐2 m leg extension for above towers No. 1

576
Schedule 1B Tec hnical Specifications-161 kV Single Circuit Transmission Line
S. No. Description of work/item Unit Qty. (Nos.) Unit Total Unit Price at Total price at site (USD.)
Weight Weight Site (CIP) (4 x 7)
(MT) (MT) (USD.)

1 2 3 4 5 6 7 8
vii) +1 m leg extension for above towers No. 1
viii) +2 m leg extension for above towers No. 1
ix) +3 m leg extension for above towers No. 1
b) Stub (set of 4) for above Set 7

Large Angle (DD type) tension towers (450‐600)/ Dead‐end


4 towers (including design, fabrication, galvanising, complete with
nuts, bolts & washers etc.)

a) Super Structure
i) SD+0 Body Type towers No. 9
ii) +3m body Extensions for above towers No. 2
iii) +6m body Extensions for above towers No. 2
iv) +9m body Extensions for above towers No. 1
v)* ‐1 m leg extension for above towers No. 2
vi)* ‐2 m leg extension for above towers No. 2
vii) +1 m leg extension for above towers No. 2
viii) +2 m leg extension for above towers No. 2
ix) +3 m leg extension for above towers No. 2
b) Stub (set of 4) for above Set 9

Special Tower (including design, fabrication, galvanising,


5
complete with nuts, bolts & washers etc.)

a) Superstructure No. 3
b) Stub (set of 4)for above tower No. 3
Design & Destruction tests including the cost of materials after
6 allowing rebate for scrap value of steel of destroyed tower with
9m extension.
6.1 Suspension SA type of towers (00‐20)
a) Design load tests No. 1
b) Destruction Test No. 1
6.2 Small angle SB type of Tension towers (20‐200)
a) Design load tests No. 1
b) Destruction Test No. 1
6.3 Medium angle SC type of tension towers (200‐450)
a) Design load tests No. 1
b) Destruction Test No. 1
6.4 Large angle SD type of tension towers (450‐600 & dead end)
a) Design load tests No. 1
b) Destruction Test No. 1
7 Danger and Number plate with bolts, nuts & washers No. 234
Phase plates with bolts, nuts & washers (set of three each for
8 Set 234
circuit)
9 Anti‐climbing devices for
a) Suspension SA type of towers Set 180
b) Small angle SB type of towers Set 37
c) Medium angle SC type of towers Set 7
d) Large angele SD type of towers Set 9
e) Special Towers Set 3
Earthing of Towers with necessary bolts, nuts & washers

10 Earthing of towers Set 234

577
Schedule 1B Tec hnical Specifications-161 kV Single Circuit Transmission Line
S. No. Description of work/item Unit Qty. (Nos.) Unit Total Unit Price at Total price at site (USD.)
Weight Weight Site (CIP) (4 x 7)
(MT) (MT) (USD.)

1 2 3 4 5 6 7 8
* Note: The weight to be quoted for negative leg extensions will be the differencial weight to be deducted from the weight of tower (+0 Body type towe r).
Note: Manufacturing and supply of Material as per the actual site requirement

578
Schedule 1B Tec hnical Specifications-161 kV Single Circuit Transmission Line
Price Schedule No.1. Plants (Including Mandatory Spares Parts) Supplied from Abroad
SCHEDULE OF PRICES (INCLUSIVE OF PACKING, FREIGHT& INSURANCE AND STORAGE AT SITE) FOR SUPPLY OF
TOWER MATERIAL ETC. FOR 161 KV SINGLE CIRCUIT TRANSMISSION LINE WITH AAAC (253.35 MM2) CONDUCTOR
PER PHASE FROM KARA TO MANGO (152 KM) , MANGO TO DAPAONG (76 KM) and DAPAONG TO MANDOURI (82
KM), REPUBLIC OF TOGO

Schedule No.1B‐1. 161 kV TRANSMISSION LINE FROM MANGO to DAPAONG (76 KM)

Unit Price at Total price at


S. No. Description Unit Qty. Site(CIP) site (CIP)
(USD.) (USD.) (4 x 5)

1 2 3 4 5 6

11 AAAC '500' MCM Conductor (including sag and wastages) km 233

12.A OPGW (24 core).(including sag and wastages) km 80


12.B OPGW (48 core).(including sag and wastages)(Optional) km 80
13 120 kN EM strength Disc Insulators No. 12424
Single suspension strings complete with hardwares, PA rods etc.
14 sets 510
with 1x11 nos. 120KN insulators.
Double suspension strings complete with hardwares, PA rods
15 sets 58
etc. with 2x11 nos. 120KN insulators.
Single tension strings complete with hardware fittings & 2x12
16 sets 309
nos. 120KN insulators.
Double tension strings complete with hardware fittings & 4x12
17 sets 35
nos. 120KN insulators.
Pilot insulators strings complete with hardware fittings & 16 nos.
18 sets 27
of 120 kN insulators.

19 AAAC conductor accessories (Including 5 % Spares)

a) Mid span compression joint No. 122


b) Repair sleeves No. 25
c) Vibration Damper No. 1780
20 OPGW accessories
a) Cable Accessories Joint boxes No. 31
b) Tension clamp complete with all fittings No. 112
c) Suspension clamp complete with all fittings No. 185
d) Vibration Damper No. 594

Total‐I

Total (in figures) United States Dollars: USD.

579
Schedule 1B Technical Specifications-161 kV Single Circuit Transm ission Line
Price Schedule No.1. Plants (Including Mandatory Spares Parts) Supplied from Abroad

SCHEDULE OF PRICES (INCLUSIVE OF PACKING, FREIGHT& INSURANCE AND STORAGE AT SITE) FOR SUPPLY OF TOWER MATERIAL ETC. FOR
161 KV SINGLE CIRCUIT TRANSMISSION LINE WITH AAAC (253.35 MM2) CONDUCTOR PER PHASE FROM KARA TO MANGO (152 KM) , MANGO
TO DAPAONG (76 KM) and DAPAONG TO MANDOURI (82 KM) , REPUBLIC OF TOGO

Schedule No.1B‐2. 161 kV TRANSMISSION LINE FROM DAPAONG TO MANDOURI (82 KM)

S. No. Description of work/item Unit Qty. (Nos.) Unit Total Unit Price at Total price at site (USD.)
Weight Weight Site (CIP) (4 x 7)
(MT) (MT) (USD.)

1 2 3 4 5 6 7 8

Design, Fabrication, Galvanising & Supply of various types of towers & tower parts, tower/leg extensions (complete) including stubs, step bolts and bolts &
nuts , hangers, D‐Shackles, pack washers as per specifications

Suspension Towers (SA type) (00‐20) including design, fabrication,


1 galvanising, complete with nuts, bolts & washers, hanger/D‐
schackles etc.
a) Super Structure
i) SA+0 body Type of towers No. 194
ii) +3m body Extensions for above towers No. 20
iii) +6m body Extensions for above towers No. 3
iv) +9m body Extensions for above towers No. 1
v) +1 m leg extension for above towers No. 1
vi) +2 m leg extension for above towers No. 1
vii) +3 m leg extension for above towers No. 1
b) Stub (set of 4) for above Set 194

Small angle (SB type) tension towers (00‐200) including design,


2 fabrication, galvanising, complete with nuts, bolts & washers,
hangers/D‐schackles etc.

a) Super Structure
i) SB+0 body Type towers No. 39
ii) +3m body Extensions for above towers No. 4
iii) +6m body Extensions for above towers No. 2
iv) +9m body Extensions for above towers No. 3
v)* ‐1 m leg extension for above towers No. 1
vi)* ‐2 m leg extension for above towers No. 1
vii) +1 m leg extension for above towers No. 1
viii) +2 m leg extension for above towers No. 1
ix) +3 m leg extension for above towers No. 1
b) Stub (set of 4) for above Set 39

Medium angle (SC type) tension towers (200‐450) including


3 design, fabrication, galvanising, complete with nuts, bolts &
washers, hangers/D‐schackles etc.

a) Super Structure
i) SC+0 body Type towers No. 6
ii) +3m body Extensions for above towers No. 1
iii) +6m body Extensions for above towers No. 1
iv) +9m body Extensions for above towers No. 1
v)* ‐1 m leg extension for above towers No. 1
vi)* ‐2 m leg extension for above towers No. 1

580
Schedule 1B Tec hnical Specifications-161 kV Single Circuit Transmission Line
S. No. Description of work/item Unit Qty. (Nos.) Unit Total Unit Price at Total price at site (USD.)
Weight Weight Site (CIP) (4 x 7)
(MT) (MT) (USD.)

1 2 3 4 5 6 7 8
vii) +1 m leg extension for above towers No. 1
viii) +2 m leg extension for above towers No. 1
ix) +3 m leg extension for above towers No. 1
b) Stub (set of 4) for above Set 6

Large Angle (DD type) tension towers (450‐600)/ Dead‐end


4 towers (including design, fabrication, galvanising, complete with
nuts, bolts & washers etc.)

a) Super Structure
i) SD+0 Body Type towers No. 9
ii) +3m body Extensions for above towers No. 1
iii) +6m body Extensions for above towers No. 2
iv) +9m body Extensions for above towers No. 1
v)* ‐1 m leg extension for above towers No. 1
vi)* ‐2 m leg extension for above towers No. 1
vii) +1 m leg extension for above towers No. 1
viii) +2 m leg extension for above towers No. 1
ix) +3 m leg extension for above towers No. 1
b) Stub (set of 4) for above Set 9

Special Tower (including design, fabrication, galvanising,


5
complete with nuts, bolts & washers etc.)

a) Superstructure No. 3
b) Stub (set of 4)for above tower No. 3
Design & Destruction tests including the cost of materials after
6 allowing rebate for scrap value of steel of destroyed tower with
9m extension.
6.1 Suspension SA type of towers (00‐20)
a) Design load tests No.
b) Destruction Test No.
6.2 Small angle SB type of Tension towers (20‐200)
a) Design load tests No.
b) Destruction Test No.
6.3 Medium angle SC type of tension towers (200‐450)
a) Design load tests No.
b) Destruction Test No.
6.4 Large angle SD type of tension towers (450‐600 & dead end)
a) Design load tests No.
b) Destruction Test No.
7 Danger and Number plate with bolts, nuts & washers No. 253
Phase plates with bolts, nuts & washers (set of three each for
8 Set 253
circuit)
9 Anti‐climbing devices for
a) Suspension SA type of towers Set 194
b) Small angle SB type of towers Set 39
c) Medium angle SC type of towers Set 6
d) Large angele SD type of towers Set 9
e) Special Towers Set 3
Earthing of Towers with necessary bolts, nuts & washers

10 Earthing of towers Set 253

581
Schedule 1B Tec hnical Specifications-161 kV Single Circuit Transmission Line
S. No. Description of work/item Unit Qty. (Nos.) Unit Total Unit Price at Total price at site (USD.)
Weight Weight Site (CIP) (4 x 7)
(MT) (MT) (USD.)

1 2 3 4 5 6 7 8
* Note: The weight to be quoted for negative leg extensions will be the differencial weight to be deducted from the weight of tower (+0 Body type tower).
Note: Manufacturing and supply of Material as per the actual site requirement

582
Schedule 1B Tec hnical Specifications-161 kV Single Circuit Transmission Line
Price Schedule No.1. Plants (Including Mandatory Spares Parts) Supplied from Abroad
SCHEDULE OF PRICES (INCLUSIVE OF PACKING, FREIGHT& INSURANCE AND STORAGE AT SITE) FOR SUPPLY OF
TOWER MATERIAL ETC. FOR 161 KV SINGLE CIRCUIT TRANSMISSION LINE WITH AAAC (253.35 MM2) CONDUCTOR
PER PHASE FROM KARA TO MANGO (152 KM) , MANGO TO DAPAONG (82 KM) and DAPAONG TO MANDOURI (72
KM), REPUBLIC OF TOGO

Schedule No.1B‐2. 161 kV TRANSMISSION LINE FROM DAPAONG TO MANDOURI (82 KM)

Unit Price at Total price at


S. No. Description Unit Qty. Site(CIP) site (CIP)
(USD.) (USD.) (4 x 5)

1 2 3 4 5 6

11 AAAC '500' MCM Conductor (including sag and wastages) km 251

12.A OPGW (24 core).(including sag and wastages) km 86


12.B OPGW (48 core).(including sag and wastages)(Optional) km 86
13 120 kN EM strength Disc Insulators No. 13459
Single suspension strings complete with hardwares, PA rods etc.
14 sets 552
with 1x11 nos. 120KN insulators.
Double suspension strings complete with hardwares, PA rods
15 sets 62
etc. with 2x11 nos. 120KN insulators.
Single tension strings complete with hardware fittings & 2x12
16 sets 333
nos. 120KN insulators.
Double tension strings complete with hardware fittings & 4x12
17 sets 37
nos. 120KN insulators.
Pilot insulators strings complete with hardware fittings & 16 nos.
18 sets 29
of 120 kN insulators.

19 AAAC conductor accessories (Including 5 % Spares)

a) Mid span compression joint No. 132


b) Repair sleeves No. 26
c) Vibration Damper No. 1928
20 OPGW accessories 0
a) Cable Accessories Joint boxes No. 32
b) Tension clamp complete with all fittings No. 121
c) Suspension clamp complete with all fittings No. 200
d) Vibration Damper No. 642

Total‐I

Total (in figures) United States Dollars: USD.

583
Schedule 1B Technical Specifications-161 kV Single Circuit Transm ission Line
Price Schedule No.2. Plant (Including Mandatory Spares Parts) Supplied from Within the Employers Own Country

SSCHEDULE OF PRICES (INCLUSIVE OF PACKING, FREIGHT& INSURANCE AND STORAGE AT SITE) FOR SUPPLY OF TOWER MATERIAL ETC. FOR
161 KV SINGLE CIRCUIT TRANSMISSION LINE WITH AAAC (253.35 MM2) CONDUCTOR PER PHASE FROM KARA TO MANGO (152 KM) , MANGO
TO DAPAONG (76 KM) and DAPAONG TO MANDOURI (82 KM) , REPUBLIC OF TOGO

Schedule No.2B‐1. 161 kV TRANSMISSION LINE FROM MANGO to DAPAONG (76 KM)

S. No. Description of work/item Unit Qty. (Nos.) Unit Total Unit Price at Total price at site (USD.) (4
Weight Weight Site (USD.) x 7)
(MT) (MT)

1 2 3 4 5 6 7 8

Design, Fabrication, Galvanising & Supply of various types of towers & tower parts, tower/leg extensions (complete) including stubs, step bolts and bolts &
nuts , hangers, D‐Shackles, pack washers as per specifications

Suspension Towers (SA type) (00‐20) including design, fabrication,


1 galvanising, complete with nuts, bolts & washers, hanger/D‐
schackles etc.
a) Super Structure
i) SA+0 body Type of towers No. 180
ii) +3m body Extensions for above towers No. 20
iii) +6m body Extensions for above towers No. 4
iv) +9m body Extensions for above towers No. 2
v) +1 m leg extension for above towers No. 2
vi) +2 m leg extension for above towers No. 2
vii) +3 m leg extension for above towers No. 2
b) Stub (set of 4) for above Set 180

Small angle (SB type) tension towers (00‐200) including design,


2 fabrication, galvanising, complete with nuts, bolts & washers,
hangers/D‐schackles etc.

a) Super Structure
i) SB+0 body Type towers No. 37
ii) +3m body Extensions for above towers No. 5
iii) +6m body Extensions for above towers No. 2
iv) +9m body Extensions for above towers No. 3
v)* ‐1 m leg extension for above towers No. 1
vi)* ‐2 m leg extension for above towers No. 1
vii) +1 m leg extension for above towers No. 2
viii) +2 m leg extension for above towers No. 2
ix) +3 m leg extension for above towers No. 1
b) Stub (set of 4) for above Set 37

Medium angle (SC type) tension towers (20 0‐450) including


3 design, fabrication, galvanising, complete with nuts, bolts &
washers, hangers/D‐schackles etc.

a) Super Structure
i) SC+0 body Type towers No. 7
ii) +3m body Extensions for above towers No. 1
iii) +6m body Extensions for above towers No. 1

584
Schedule 1B Technical Specifications-161 kV Single Circuit Transmission Line
S. No. Description of work/item Unit Qty. (Nos.) Unit Total Unit Price at Total price at site (USD.) (4
Weight Weight Site (USD.) x 7)
(MT) (MT)

1 2 3 4 5 6 7 8
iv) +9m body Extensions for above towers No. 2
v)* ‐1 m leg extension for above towers No. 1
vi)* ‐2 m leg extension for above towers No. 1
vii) +1 m leg extension for above towers No. 1
viii) +2 m leg extension for above towers No. 1
ix) +3 m leg extension for above towers No. 1
b) Stub (set of 4) for above Set 7

Large Angle (DD type) tension towers (45 0‐600)/ Dead‐end


4 towers (including design, fabrication, galvanising, complete with
nuts, bolts & washers etc.)

a) Super Structure
i) SD+0 Body Type towers No. 9
ii) +3m body Extensions for above towers No. 2
iii) +6m body Extensions for above towers No. 2
iv) +9m body Extensions for above towers No. 1
v)* ‐1 m leg extension for above towers No. 2
vi)* ‐2 m leg extension for above towers No. 2
vii) +1 m leg extension for above towers No. 2
viii) +2 m leg extension for above towers No. 2
ix) +3 m leg extension for above towers No. 2
b) Stub (set of 4) for above Set 9

Special Tower (including design, fabrication, galvanising,


5
complete with nuts, bolts & washers etc.)

a) Superstructure No. 3
b) Stub (set of 4)for above tower No. 3
Design & Destruction tests including the cost of materials after
6 allowing rebate for scrap value of steel of destroyed tower with
9m extension.
6.1 Suspension SA type of towers (00‐20) 0
a) Design load tests No. 1
b) Destruction Test No. 1
6.2 Small angle SB type of Tension towers (20‐200)
a) Design load tests No. 1
b) Destruction Test No. 1
6.3 Medium angle SC type of tension towers (200‐450) 0
a) Design load tests No. 1
b) Destruction Test No. 1

6.4 Large angle SD type of tension towers (450‐600 & dead end)

a) Design load tests No. 1


b) Destruction Test No. 1
7 Danger and Number plate with bolts, nuts & washers No. 234
Phase plates with bolts, nuts & washers (set of three each for
8 Set 234
circuit)
9 Anti‐climbing devices for
a) Suspension SA type of towers Set 180
b) Small angle SB type of towers Set 37
c) Medium angle SC type of towers Set 7
d) Large angele SD type of towers Set 9
e) Special Towers Set 3
Earthing of Towers with necessary bolts, nuts & washers

10 Earthing of towers Set 234

* Note: The weight to be quoted for negative leg ext ensions will be the differen cial wei ght to be deduct ed from the weight of tower (+0 Body type tower).

585
Schedule 1B Technical Specifications-161 kV Single Circuit Transmission Line
S. No. Description of work/item Unit Qty. (Nos.) Unit Total Unit Price at Total price at site (USD.) (4
Weight Weight Site (USD.) x 7)
(MT) (MT)

1 2 3 4 5 6 7 8
Note: Manufacturing and supply of Material as per the actual site requirement

586
Schedule 1B Technical Specifications-161 kV Single Circuit Transmission Line
Price Schedule No.2. Plant (Including Mandatory Spares Parts) Supplied from Within the
Employers Own Country
SCHEDULE OF PRICES (INCLUSIVE OF PACKING, FREIGHT& INSURANCE AND STORAGE AT SITE) FOR SUPPLY OF
TOWER MATERIAL ETC. FOR 161 KV SINGLE CIRCUIT TRANSMISSION LINE WITH AAAC (253.35 MM2) CONDUCTOR
PER PHASE FROM KARA TO MANGO (152 KM) , MANGO TO DAPAONG (82 KM) and DAPAONG TO MANDOURI (72
KM), REPUBLIC OF TOGO

Schedule No.2B‐1. 161 kV TRANSMISSION LINE FROM MANGO to DAPAONG (76 KM)

Total price at
Unit Price at
S. No. Description Unit Qty. site (USD.) (4
Site(USD.)
x 5)

1 2 3 4 5 6

11 AAAC '500' MCM Conductor (including sag and wastages) km 233

12.A OPGW (24 core).(including sag and wastages) km 80


12.B OPGW (48 core).(including sag and wastages)(Optional) km 80

13 120 kN EM strength Disc Insulators No. 12424

Single suspension strings complete with hardwares, PA rods etc.


14 sets 510
with 1x11 nos. 120KN insulators.
Double suspension strings complete with hardwares, PA rods
15 sets 58
etc. with 2x11 nos. 120KN insulators.
Single tension strings complete with hardware fittings & 2x12
16 sets 309
nos. 120KN insulators.
Double tension strings complete with hardware fittings & 4x12
17 sets 35
nos. 120KN insulators.
Pilot insulators strings complete with hardware fittings & 16 nos.
18 sets 27
of 120 kN insulators.
19 AAAC conductor accessories (Including 5 % Spares)
a) Mid span compression joint No. 122
b) Repair sleeves No. 25
c) Vibration Damper No. 1780
20 OPGW accessories 0
a) Cable Accessories Joint boxes No. 31
b) Tension clamp complete with all fittings No. 112
c) Suspension clamp complete with all fittings No. 185
d) Vibration Damper No. 594

Total‐I

Total (in figures) United States Dollars: USD.

587
Schedule 1B Technical Specifications-161 kV Single Circuit Transm ission Line
Price Schedule No.2. Plant (Including Mandatory Spares Parts) Supplied from Within the Employers Own Country

SSCHEDULE OF PRICES (INCLUSIVE OF PACKING, FREIGHT& INSURANCE AND STORAGE AT SITE) FOR SUPPLY OF TOWER MATERIAL ETC. FOR
161 KV SINGLE CIRCUIT TRANSMISSION LINE WITH AAAC (253.35 MM2) CONDUCTOR PER PHASE FROM KARA TO MANGO (152 KM) , MANGO
TO DAPAONG (76 KM) and DAPAONG TO MANDOURI (82 KM) , REPUBLIC OF TOGO

Schedule No.2B‐2. 161 kV TRANSMISSION LINE FROM DAPAONG TO MANDOURI (82 KM)

S. No. Description of work/item Unit Qty. (Nos.) Unit Total Unit Price at Total price at site (USD.) (4
Weight Weight Site (USD.) x 7)
(MT) (MT)

1 2 3 4 5 6 7 8

Design, Fabrication, Galvanising & Supply of various types of towers & tower parts, tower/leg extensions (complete) including stubs, step bolts and bolts &
nuts , hangers, D‐Shackles, pack washers as per specifications

Suspension Towers (SA type) (00‐20) including design, fabrication,


1 galvanising, complete with nuts, bolts & washers, hanger/D‐
schackles etc.
a) Super Structure
i) SA+0 body Type of towers No. 194
ii) +3m body Extensions for above towers No. 20
iii) +6m body Extensions for above towers No. 3
iv) +9m body Extensions for above towers No. 1
v) +1 m leg extension for above towers No. 1
vi) +2 m leg extension for above towers No. 1
vii) +3 m leg extension for above towers No. 1
b) Stub (set of 4) for above Set 194

Small angle (SB type) tension towers (0 0‐200) including design,


2 fabrication, galvanising, complete with nuts, bolts & washers,
hangers/D‐schackles etc.

a) Super Structure
i) SB+0 body Type towers No. 39
ii) +3m body Extensions for above towers No. 4
iii) +6m body Extensions for above towers No. 2
iv) +9m body Extensions for above towers No. 3
v)* ‐1 m leg extension for above towers No. 1
vi)* ‐2 m leg extension for above towers No. 1
vii) +1 m leg extension for above towers No. 1
viii) +2 m leg extension for above towers No. 1
ix) +3 m leg extension for above towers No. 1
b) Stub (set of 4) for above Set 39

Medium angle (SC type) tension towers (20 0‐450) including


3 design, fabrication, galvanising, complete with nuts, bolts &
washers, hangers/D‐schackles etc.

a) Super Structure
i) SC+0 body Type towers No. 6
ii) +3m body Extensions for above towers No. 1
iii) +6m body Extensions for above towers No. 1

588
Schedule 1B Technical Specifications-161 kV Single Circuit Transmission Line
S. No. Description of work/item Unit Qty. (Nos.) Unit Total Unit Price at Total price at site (USD.) (4
Weight Weight Site (USD.) x 7)
(MT) (MT)

1 2 3 4 5 6 7 8
iv) +9m body Extensions for above towers No. 1
v)* ‐1 m leg extension for above towers No. 1
vi)* ‐2 m leg extension for above towers No. 1
vii) +1 m leg extension for above towers No. 1
viii) +2 m leg extension for above towers No. 1
ix) +3 m leg extension for above towers No. 1
b) Stub (set of 4) for above Set 6

Large Angle (DD type) tension towers (45 0‐600)/ Dead‐end


4 towers (including design, fabrication, galvanising, complete with
nuts, bolts & washers etc.)

a) Super Structure
i) SD+0 Body Type towers No. 9
ii) +3m body Extensions for above towers No. 1
iii) +6m body Extensions for above towers No. 2
iv) +9m body Extensions for above towers No. 1
v)* ‐1 m leg extension for above towers No. 1
vi)* ‐2 m leg extension for above towers No. 1
vii) +1 m leg extension for above towers No. 1
viii) +2 m leg extension for above towers No. 1
ix) +3 m leg extension for above towers No. 1
b) Stub (set of 4) for above Set 9

Special Tower (including design, fabrication, galvanising,


5
complete with nuts, bolts & washers etc.)

a) Superstructure No. 3
b) Stub (set of 4)for above tower No. 3
Design & Destruction tests including the cost of materials after
6 allowing rebate for scrap value of steel of destroyed tower with
9m extension.
6.1 Suspension SA type of towers (00‐20)
a) Design load tests No.
b) Destruction Test No.
6.2 Small angle SB type of Tension towers (2 0‐200)
a) Design load tests No.
b) Destruction Test No.
6.3 Medium angle SC type of tension towers (200‐450)
a) Design load tests No.
b) Destruction Test No.
6.4 Large angle SD type of tension towers (450‐600 & dead end)
a) Design load tests No.
b) Destruction Test No.
7 Danger and Number plate with bolts, nuts & washers No. 253
Phase plates with bolts, nuts & washers (set of three each for
8 Set 253
circuit)
9 Anti‐climbing devices for
a) Suspension SA type of towers Set 194
b) Small angle SB type of towers Set 39
c) Medium angle SC type of towers Set 6
d) Large angele SD type of towers Set 9
e) Special Towers Set 3
Earthing of Towers with necessary bolts, nuts & washers

10 Earthing of towers Set 253

* Note: The weight to be q uoted for negative leg ext ensions will be the differencial weight to be deducted from the weight of tower (+0 Body type tower).
Note: Manufacturing and supply of Material as per the actual site requirement

589
Schedule 1B Technical Specifications-161 kV Single Circuit Transmission Line
Price Schedule No.2. Plant (Including Mandatory Spares Parts) Supplied from Within the
Employers Own Country
SCHEDULE OF PRICES (INCLUSIVE OF PACKING, FREIGHT& INSURANCE AND STORAGE AT SITE) FOR SUPPLY OF
TOWER MATERIAL ETC. FOR 161 KV SINGLE CIRCUIT TRANSMISSION LINE WITH AAAC (253.35 MM2) CONDUCTOR
PER PHASE FROM KARA TO MANGO (152 KM) , MANGO TO DAPAONG (82 KM) and DAPAONG TO MANDOURI (72
KM), REPUBLIC OF TOGO

Schedule No.2B‐2. 161 kV TRANSMISSION LINE FROM DAPAONG TO MANDOURI (82 KM)

Total price at
Unit Price at
S. No. Description Unit Qty. site (USD.) (4
Site(USD.)
x 5)

1 2 3 4 5 6

11 AAAC '500' MCM Conductor (including sag and wastages) km 251

12.A OPGW (24 core).(including sag and wastages) km 86


12.B OPGW (48 core).(including sag and wastages)(Optional) km 86

13 120 kN EM strength Disc Insulators No. 13459

Single suspension strings complete with hardwares, PA rods etc.


14 sets 552
with 1x11 nos. 120KN insulators.

Double suspension strings complete with hardwares, PA rods


15 sets 62
etc. with 2x11 nos. 120KN insulators.

Single tension strings complete with hardware fittings & 2x12


16 sets 333
nos. 120KN insulators.

Double tension strings complete with hardware fittings & 4x12


17 sets 37
nos. 120KN insulators.

Pilot insulators strings complete with hardware fittings & 16 nos.


18 sets 29
of 120 kN insulators.
19 AAAC conductor accessories (Including 5 % Spares)
a) Mid span compression joint No. 132
b) Repair sleeves No. 26
c) Vibration Damper No. 1928
20 OPGW accessories 0
a) Cable Accessories Joint boxes No. 32
b) Tension clamp complete with all fittings No. 121
c) Suspension clamp complete with all fittings No. 200
d) Vibration Damper No. 642

Total‐I

Total (in figures) United States Dollars: USD.

590
Schedule 1B Technical Specifications-161 kV Single Circuit Transm ission Line
Price Schedule No. 3: Design Services and Prototype Testing

SCHEDULE OF PRICES (INCLUSIVE OF PACKING, FREIGHT& INSURANCE AND STORAGE AT SITE) FOR SUPPLY OF TOWER MATERIAL ETC. FOR
161 KV SINGLE CIRCUIT TRANSMISSION LINE WITH AAAC (253.35 MM2) CONDUCTOR PER PHASE FROM KARA TO MANGO (152 KM) , MANGO
TO DAPAONG (76 KM) and DAPAONG TO MANDOURI (82 KM) , REPUBLIC OF TOGO

Schedule No.3B‐1 161 kV TRANSMISSION LINE FROM MANGO to DAPAONG (76 KM)

(NOT APPLICABLE)
S. No. Description Unit Qty Unit price (USD) Total price (USD) (4x5)

1 2 3 4 5 6
Design, Proto Assembly and Testing of Towers with +9.0 m Body
Extension at various Design Loads and then up to destruction as per
1
specification including the cost of materials after allowing rebate for
scrap value of steel of destroyed tower.

a) Small Angle 'SA' Type Suspension Towers with +9.0m Body Extension No. 1

b) Small Angle 'SB' Type Tension Towerswith +9.0m Body Extension No. 1

c) Medium Angle 'SC' Type Tension Towers with +9.0m Body Extension No. 1

d) Large Angle 'SD' Type Tension Towers with +9.0m Body Extension No. 1

Total III (in figures) US Dollar : (‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐)

591
SCHEDULE 3
Price Schedule No. 3: Design Services and Prototype Testing

SCHEDULE OF PRICES (INCLUSIVE OF PACKING, FREIGHT& INSURANCE AND STORAGE AT SITE) FOR SUPPLY OF TOWER MATERIAL ETC. FOR
161 KV SINGLE CIRCUIT TRANSMISSION LINE WITH AAAC (253.35 MM2) CONDUCTOR PER PHASE FROM KARA TO MANGO (152 KM) , MANGO
TO DAPAONG (76 KM) and DAPAONG TO MANDOURI (82 KM) , REPUBLIC OF TOGO

Schedule No.3B‐2. 161 kV TRANSMISSION LINE FROM DAPAONG TO MANDOURI (82 KM)

(NOT APPLICABLE)
S. No. Description Unit Qty Unit price (USD) Total price (USD) (4x5)

1 2 3 4 5 6
Design, Proto Assembly and Testing of Towers with +9.0 m Body
Extension at various Design Loads and then up to destruction as per
1
specification including the cost of materials after allowing rebate for
scrap value of steel of destroyed tower.

a) Small Angle 'SA' Type Suspension Towers with +9.0m Body Extension No.

b) Small Angle 'SB' Type Tension Towerswith +9.0m Body Extension No.

c) Medium Angle 'SC' Type Tension Towers with +9.0m Body Extension No.

d) Large Angle 'SD' Type Tension Towers with +9.0m Body Extension No.

Total III (in figures) US Dollar : (‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐)

592
SCHEDULE 3
Price Shedule No. 4 Installation Services

SCHEDULE OF PRICES (INCLUSIVE OF PACKING, FREIGHT& INSURANCE AND STORAGE AT SITE) FOR SUPPLY OF TOWER MATERIAL ETC. FOR 161 KV SINGLE CIRCUIT
TRANSMISSION LINE WITH AAAC (253.35 MM2) CONDUCTOR PER PHASE FROM KARA TO MANGO (152 KM) , MANGO TO DAPAONG (76 KM) and DAPAO NG TO
MANDOURI (82 KM) , REPUBLIC OF TOGO

Schedule No.4B‐1 161 kV TRANSMISSION LINE FROM MANGO to DAPAONG (76 KM)

Unit Price Total Price (USD)


S. No. Description Unit Qty
(USD) (4x6)

1 2 3 4 6 7

1 Detailed survey.

i) Detailed survey, Profiling & tower spotting, optimisation of tower. KM 76

2 Geotechnical investigation.

Standard Penetration Tests in pits at 7m depths as per IS:6403 for Ordinary foundation & upto
a) Location 120
the pile depth or upto 20 Mtr for pile foundation.

Analysis of samples collected at different depths in pits in laboratory for ascertaining various
b) Location 120
required soil parameters & indices.

3 Check survey, pegging of tower centres, pit marking at site etc. KM 78

Setting of stubs for all types of towers excluding cost of foundations, excavation &
4
concreting for the following type of towers & extn. Wherever utilised.

a) SA type of towers No. (set of 4) 180


b) SB type of towers No. (set of 4) 37
c) SC type of towers No. (set of 4) 7
d) SD type of towers No. (set of 4) 9
e) Special type of towers No. (set of 4) 3

All the complete Work associated with construction of tower foundations including stub
5
setting for all types of soils Including benching work as below

5.1 Suspension (SA type) with Normal, +3m, +6m & +9m body extn. Wherever applicable.

a) Normal Dry Soil No. 54

i) Excavation Cum

ii) M10 Lean Concrete Nominal Mix 1:3:6 Cum

iii) M20 Lean Concrete Nominal Mix 1:1.5:3 Cum

iv) Supply and placement of Reinforcement Steel kg

b) Wet soil No. 46

i) Excavation Cum

ii) M10 Lean Concrete Nominal Mix 1:3:6 Cum

593
Schedule 4B Technical Specifications-161 kV Single Circuit Transmission Line
Unit Price Total Price (USD)
S. No. Description Unit Qty
(USD) (4x6)

1 2 3 4 6 7

iii) M20 Lean Concrete Nominal Mix 1:1.5:3 Cum

iv) Supply and placement of Reinforcement Steel kg

c) Partially submerged Soil No. 27

i) Excavation Cum

ii) M10 Lean Concrete Nominal Mix 1:3:6 Cum

iii) M20 Lean Concrete Nominal Mix 1:1.5:3 Cum

iv) Supply and placement of Reinforcement Steel kg

d) Fully submerged Soil No. 10

i) Excavation Cum

ii) M10 Lean Concrete Nominal Mix 1:3:6 Cum

iii) M20 Lean Concrete Nominal Mix 1:1.5:3 Cum

iv) Supply and placement of Reinforcement Steel kg

e) Dry Fissured Rock No. 19

i) Excavation Cum

ii) M10 Lean Concrete Nominal Mix 1:3:6 Cum

iii) M20 Lean Concrete Nominal Mix 1:1.5:3 Cum

iv) Supply and placement of Reinforcement Steel kg

f) Wet Fissured Rock No. 9

i) Excavation Cum

ii) M10 Lean Concrete Nominal Mix 1:3:6 Cum

iii) M20 Lean Concrete Nominal Mix 1:1.5:3 Cum

iv) Supply and placement of Reinforcement Steel kg

g) Hard rock No. 9

594
Schedule 4B Technical Specifications-161 kV Single Circuit Transmission Line
Unit Price Total Price (USD)
S. No. Description Unit Qty
(USD) (4x6)

1 2 3 4 6 7

i) Excavation Cum

ii) M10 Lean Concrete Nominal Mix 1:3:6 Cum

iii) M20 Lean Concrete Nominal Mix 1:1.5:3 Cum

iv) Supply and placement of Reinforcement Steel kg

h) Sandy Soil No. 10

i) Excavation Cum

ii) M10 Lean Concrete Nominal Mix 1:3:6 Cum

iii) M20 Lean Concrete Nominal Mix 1:1.5:3 Cum

iv) Supply and placement of Reinforcement Steel kg

5.2 Small angle (SB Type) with Normal, +3m, +6m & +9m body extn. Wherever applicable.

a) Normal Dry soil No. 12

i) Excavation Cum

ii) M10 Lean Concrete Nominal Mix 1:3:6 Cum

iii) M20 Lean Concrete Nominal Mix 1:1.5:3 Cum

iv) Supply and placement of Reinforcement Steel kg

b) Wet/partially submerged/fully submerged soil No. 10

i) Excavation Cum

ii) M10 Lean Concrete Nominal Mix 1:3:6 Cum

iii) M20 Lean Concrete Nominal Mix 1:1.5:3 Cum

iv) Supply and placement of Reinforcement Steel kg

c) Dry/Wet Soft rock/fissured rock No. 7

i) Excavation Cum

595
Schedule 4B Technical Specifications-161 kV Single Circuit Transmission Line
Unit Price Total Price (USD)
S. No. Description Unit Qty
(USD) (4x6)

1 2 3 4 6 7

ii) M10 Lean Concrete Nominal Mix 1:3:6 Cum

iii) M20 Lean Concrete Nominal Mix 1:1.5:3 Cum

iv) Supply and placement of Reinforcement Steel kg

d) Hard Rock No. 2

i) Excavation Cum

ii) M10 Lean Concrete Nominal Mix 1:3:6 Cum

iii) M20 Lean Concrete Nominal Mix 1:1.5:3 Cum

iv) Supply and placement of Reinforcement Steel kg

e) Dry Fissured Rock No. 4

i) Excavation Cum

ii) M10 Lean Concrete Nominal Mix 1:3:6 Cum

iii) M20 Lean Concrete Nominal Mix 1:1.5:3 Cum

iv) Supply and placement of Reinforcement Steel kg

f) Wet Fissured Rock No. 2

i) Excavation Cum

ii) M10 Lean Concrete Nominal Mix 1:3:6 Cum

iii) M20 Lean Concrete Nominal Mix 1:1.5:3 Cum

iv) Supply and placement of Reinforcement Steel kg

g) Hard rock No. 1

i) Excavation Cum

ii) M10 Lean Concrete Nominal Mix 1:3:6 Cum

iii) M20 Lean Concrete Nominal Mix 1:1.5:3 Cum

iv) Supply and placement of Reinforcement Steel kg

h) Sandy Soil No. 2

i) Excavation Cum

596
Schedule 4B Technical Specifications-161 kV Single Circuit Transmission Line
Unit Price Total Price (USD)
S. No. Description Unit Qty
(USD) (4x6)

1 2 3 4 6 7

ii) M10 Lean Concrete Nominal Mix 1:3:6 Cum

iii) M20 Lean Concrete Nominal Mix 1:1.5:3 Cum

iv) Supply and placement of Reinforcement Steel kg

5.3 Medium angle (SC type) with Normal, +3m, +6m & +9m body extn. Wherever applicable.

a) Normal Dry soil No. 3

i) Excavation Cum

ii) M10 Lean Concrete Nominal Mix 1:3:6 Cum

iii) M20 Lean Concrete Nominal Mix 1:1.5:3 Cum

iv) Supply and placement of Reinforcement Steel kg

b) Wet/partially submerged/fully submerged soil No. 2

i) Excavation Cum

ii) M10 Lean Concrete Nominal Mix 1:3:6 Cum

iii) M20 Lean Concrete Nominal Mix 1:1.5:3 Cum

iv) Supply and placement of Reinforcement Steel kg

c) Soft Rock/ Dry fissured Rock No. 1

i) Excavation Cum

ii) M10 Lean Concrete Nominal Mix 1:3:6 Cum

iii) M20 Lean Concrete Nominal Mix 1:1.5:3 Cum

iv) Supply and placement of Reinforcement Steel kg

d) Hard Rock No. 1

i) Excavation Cum

ii) M10 Lean Concrete Nominal Mix 1:3:6 Cum

597
Schedule 4B Technical Specifications-161 kV Single Circuit Transmission Line
Unit Price Total Price (USD)
S. No. Description Unit Qty
(USD) (4x6)

1 2 3 4 6 7

iii) M20 Lean Concrete Nominal Mix 1:1.5:3 Cum

iv) Supply and placement of Reinforcement Steel kg

e) Dry Fissured Rock No. 1

i) Excavation Cum

ii) M10 Lean Concrete Nominal Mix 1:3:6 Cum

iii) M20 Lean Concrete Nominal Mix 1:1.5:3 Cum

iv) Supply and placement of Reinforcement Steel kg

f) Wet Fissured Rock No. 1

i) Excavation Cum

ii) M10 Lean Concrete Nominal Mix 1:3:6 Cum

iii) M20 Lean Concrete Nominal Mix 1:1.5:3 Cum

iv) Supply and placement of Reinforcement Steel kg

g) Hard rock No. 1

i) Excavation Cum

ii) M10 Lean Concrete Nominal Mix 1:3:6 Cum

iii) M20 Lean Concrete Nominal Mix 1:1.5:3 Cum

iv) Supply and placement of Reinforcement Steel kg

h) Sandy Soil No. 1

i) Excavation Cum

ii) M10 Lean Concrete Nominal Mix 1:3:6 Cum

iii) M20 Lean Concrete Nominal Mix 1:1.5:3 Cum

iv) Supply and placement of Reinforcement Steel kg

Large angle (SD type/ Dead end type) of tower with Normal, +3m, +6m & +9m body extn.
5.4
Wherever applicable.

a) Normal Dry soil No. 5

i) Excavation Cum

598
Schedule 4B Technical Specifications-161 kV Single Circuit Transmission Line
Unit Price Total Price (USD)
S. No. Description Unit Qty
(USD) (4x6)

1 2 3 4 6 7

ii) M10 Lean Concrete Nominal Mix 1:3:6 Cum

iii) M20 Lean Concrete Nominal Mix 1:1.5:3 Cum

iv) Supply and placement of Reinforcement Steel kg

b) Wet/partially submerged/fully submerged soil No. 3

i) Excavation Cum

ii) M10 Lean Concrete Nominal Mix 1:3:6 Cum

iii) M20 Lean Concrete Nominal Mix 1:1.5:3 Cum

iv) Supply and placement of Reinforcement Steel kg

c) Soft Rock/ Dry fissured Rock No. 1

i) Excavation Cum

ii) M10 Lean Concrete Nominal Mix 1:3:6 Cum

iii) M20 Lean Concrete Nominal Mix 1:1.5:3 Cum

iv) Supply and placement of Reinforcement Steel kg

d) Hard Rock No. 1

i) Excavation Cum

ii) M10 Lean Concrete Nominal Mix 1:3:6 Cum

iii) M20 Lean Concrete Nominal Mix 1:1.5:3 Cum

iv) Supply and placement of Reinforcement Steel kg

e) Dry Fissured Rock No. 2

i) Excavation Cum

ii) M10 Lean Concrete Nominal Mix 1:3:6 Cum

iii) M20 Lean Concrete Nominal Mix 1:1.5:3 Cum

iv) Supply and placement of Reinforcement Steel kg

f) Wet Fissured Rock No. 1

i) Excavation Cum

ii) M10 Lean Concrete Nominal Mix 1:3:6 Cum

iii) M20 Lean Concrete Nominal Mix 1:1.5:3 Cum

599
Schedule 4B Technical Specifications-161 kV Single Circuit Transmission Line
Unit Price Total Price (USD)
S. No. Description Unit Qty
(USD) (4x6)

1 2 3 4 6 7

iv) Supply and placement of Reinforcement Steel kg

g) Hard rock No. 1

i) Excavation Cum

ii) M10 Lean Concrete Nominal Mix 1:3:6 Cum

iii) M20 Lean Concrete Nominal Mix 1:1.5:3 Cum

iv) Supply and placement of Reinforcement Steel kg

h) Sandy Soil No. 1

i) Excavation Cum

ii) M10 Lean Concrete Nominal Mix 1:3:6 Cum

iii) M20 Lean Concrete Nominal Mix 1:1.5:3 Cum

iv) Supply and placement of Reinforcement Steel kg

5.5 Special towers (Dry/Wet/DFR/Hard Rock) No. 9


i) Excavation Cum

ii) M10 Lean Concrete Nominal Mix 1:3:6 Cum

iii) M20 Lean Concrete Nominal Mix 1:1.5:3 Cum

iv) Supply and placement of Reinforcement Steel kg


M25 grade/design mix concrete for Pile foundation including reinforcement for Pile and Pile
5.6 1
cap

a) SA type of towers Cum

b) SB type of towers Cum

c) SC type of towers Cum

d) SD type of towers Cum

e) Special type of towers Cum

6 Cost of pile uplift test for 25/40 mm dia anchors/Dywidag/similar type bar No. 2

7 Bush Clerances and forest cutting km 76

8 Protection of tower footing including all the associated work complete for all towers

a Random rubble stone masonry including excavation (1:5 cement : concrete) CUM 36
b Stone bound in galvanizing wire netting including excavation CUM 36
c Back filling and levelling within revetment CUM 36
d M15 Conc. Nominal Mix 1:2:4 for top seal cover CUM 36

600
Schedule 4B Technical Specifications-161 kV Single Circuit Transmission Line
Unit Price Total Price (USD)
S. No. Description Unit Qty
(USD) (4x6)

1 2 3 4 6 7

Erection of superstructure all following types of towers (complete) including Danger and
Number plate, number plate, circuit plate, phase plate & anticlimbing devices &anti‐theft
9
type of bolts and nuts along with spring washers shall be used from lowest of bolt and nuts
level up to 5 meters including step bolt

a) Super Structure
i) SA+0 body Type of towers No. 180
ii) +3m body Extensions for above towers No. 20
iii) +6m body Extensions for above towers No. 4
iv) +9m body Extensions for above towers No. 2
v) +1 m leg extension for above towers No. 2
vi) +2 m leg extension for above towers No. 2
vii) +3 m leg extension for above towers No. 2
b) Superstructure
i) SB+0 body Type towers No. 37
ii) +3m body Extensions for above towers No. 5
iii) +6m body Extensions for above towers No. 2
iv) +9m body Extensions for above towers No. 3
v)* ‐1 m leg extension for above towers No. 1
vi)* ‐2 m leg extension for above towers No. 1
vii) +1 m leg extension for above towers No. 2
viii) +2 m leg extension for above towers No. 2
ix) +3 m leg extension for above towers No. 1
c) Superstructure
i) SD+0 Body Type towers No. 7
ii) +3m body Extensions for above towers No. 1
iii) +6m body Extensions for above towers No. 1
iv) +9m body Extensions for above towers No. 2
v)* ‐1 m leg extension for above towers No. 1
vi)* ‐2 m leg extension for above towers No. 1
vii) +1 m leg extension for above towers No. 1
viii) +2 m leg extension for above towers No. 1
ix) +3 m leg extension for above towers No. 1
d) Superstructure
i) SD+0 Body Type towers No. 9
ii) +3m body Extensions for above towers No. 2
iii) +6m body Extensions for above towers No. 2
iv) +9m body Extensions for above towers No. 1
v)* ‐1 m leg extension for above towers No. 2
vi)* ‐2 m leg extension for above towers No. 2
vii) +1 m leg extension for above towers No. 2
viii) +2 m leg extension for above towers No. 2
ix) +3 m leg extension for above towers No. 2
e) Superstructure
Special type of towers No. 3
Stringing of one Nos.OPGW (24/48 core) laying, joining, tensioning, clamping etc. with all
10 KM 76
necessary accessories.

Mounting of single/double suspension & Single/Double tension insulator string on all type
11 of towers & stringing of Single Circuit line with single conductor per phase including laying, KM 76
joining, tensioning, sagging & clamping etc. for spans upto 800m.

12 Earthing of transmission line towers No. 234

Total Schedule IV (in figures) US Dollar : US$


* Note: The weight to be quoted for negative leg extensions will be the differencial weight to be deducted from the weight of tower (+0 Body type tower).

601
Schedule 4B Technical Specifications-161 kV Single Circuit Transmission Line
Price Shedule No. 4 Installation Services

SCHEDULE OF PRICES (INCLUSIVE OF PACKING, FREIGHT& INSURANCE AND STORAGE AT SITE) FOR SUPPLY OF TOWER MATERIAL ETC. FOR 161 KV SINGLE CIRCUIT
TRANSMISSION LINE WITH AAAC (253.35 MM2) CONDUCTOR PER PHASE FROM KARA TO MANGO (152 KM) , MANGO TO DAPAONG (76 KM) and DAPAO NG TO
MANDOURI (82 KM) , REPUBLIC OF TOGO

Schedule No.4B‐2 161 kV TRANSMISSION LINE FROM DAPAONG TO MANDOURI (82 KM)

Unit Price Total Price (USD)


S. No. Description Unit Qty
(USD) (4x6)

1 2 3 4 6 7

1 Detailed survey.

i) Detailed survey, Profiling & tower spotting, optimisation of tower. KM 82

2 Geotechnical investigation.

Standard Penetration Tests in pits at 7m depths as per IS:6403 for Ordinary foundation & upto
a) Location 129
the pile depth or upto 20 Mtr for pile foundation.

Analysis of samples collected at different depths in pits in laboratory for ascertaining various
b) Location 129
required soil parameters & indices.

3 Check survey, pegging of tower centres, pit marking at site etc. KM 84

Setting of stubs for all types of towers excluding cost of foundations, excavation &
4
concreting for the following type of towers & extn. Wherever utilised.

a) SA type of towers No. (set of 4) 194


b) SB type of towers No. (set of 4) 39
c) SC type of towers No. (set of 4) 6
d) SD type of towers No. (set of 4) 9
e) Special type of towers No. (set of 4) 3

All the complete Work associated with construction of tower foundations including stub
5
setting for all types of soils Including benching work as below

5.1 Suspension (SA type) with Normal, +3m, +6m & +9m body extn. Wherever applicable.

a) Normal Dry Soil No. 58

i) Excavation Cum

ii) M10 Lean Concrete Nominal Mix 1:3:6 Cum

iii) M20 Lean Concrete Nominal Mix 1:1.5:3 Cum

iv) Supply and placement of Reinforcement Steel kg

b) Wet soil No. 48

i) Excavation Cum

ii) M10 Lean Concrete Nominal Mix 1:3:6 Cum

602
Schedule 4B Technical Specifications-161 kV Single Circuit Transmission Line
Unit Price Total Price (USD)
S. No. Description Unit Qty
(USD) (4x6)

1 2 3 4 6 7

iii) M20 Lean Concrete Nominal Mix 1:1.5:3 Cum

iv) Supply and placement of Reinforcement Steel kg

c) Partially submerged Soil No. 29

i) Excavation Cum

ii) M10 Lean Concrete Nominal Mix 1:3:6 Cum

iii) M20 Lean Concrete Nominal Mix 1:1.5:3 Cum

iv) Supply and placement of Reinforcement Steel kg

d) Fully submerged Soil No. 10

i) Excavation Cum

ii) M10 Lean Concrete Nominal Mix 1:3:6 Cum

iii) M20 Lean Concrete Nominal Mix 1:1.5:3 Cum

iv) Supply and placement of Reinforcement Steel kg

e) Dry Fissured Rock No. 19

i) Excavation Cum

ii) M10 Lean Concrete Nominal Mix 1:3:6 Cum

iii) M20 Lean Concrete Nominal Mix 1:1.5:3 Cum

iv) Supply and placement of Reinforcement Steel kg

f) Wet Fissured Rock No. 8

i) Excavation Cum

ii) M10 Lean Concrete Nominal Mix 1:3:6 Cum

iii) M20 Lean Concrete Nominal Mix 1:1.5:3 Cum

iv) Supply and placement of Reinforcement Steel kg

g) Hard rock No. 8

603
Schedule 4B Technical Specifications-161 kV Single Circuit Transmission Line
Unit Price Total Price (USD)
S. No. Description Unit Qty
(USD) (4x6)

1 2 3 4 6 7

i) Excavation Cum

ii) M10 Lean Concrete Nominal Mix 1:3:6 Cum

iii) M20 Lean Concrete Nominal Mix 1:1.5:3 Cum

iv) Supply and placement of Reinforcement Steel kg

h) Sandy Soil No. 10

i) Excavation Cum

ii) M10 Lean Concrete Nominal Mix 1:3:6 Cum

iii) M20 Lean Concrete Nominal Mix 1:1.5:3 Cum

iv) Supply and placement of Reinforcement Steel kg

5.2 Small angle (SB Type) with Normal, +3m, +6m & +9m body extn. Wherever applicable.

a) Normal Dry soil No. 11

i) Excavation Cum

ii) M10 Lean Concrete Nominal Mix 1:3:6 Cum

iii) M20 Lean Concrete Nominal Mix 1:1.5:3 Cum

iv) Supply and placement of Reinforcement Steel kg

b) Wet/partially submerged/fully submerged soil No. 10

i) Excavation Cum

ii) M10 Lean Concrete Nominal Mix 1:3:6 Cum

iii) M20 Lean Concrete Nominal Mix 1:1.5:3 Cum

iv) Supply and placement of Reinforcement Steel kg

c) Dry/Wet Soft rock/fissured rock No. 6

i) Excavation Cum

604
Schedule 4B Technical Specifications-161 kV Single Circuit Transmission Line
Unit Price Total Price (USD)
S. No. Description Unit Qty
(USD) (4x6)

1 2 3 4 6 7

ii) M10 Lean Concrete Nominal Mix 1:3:6 Cum

iii) M20 Lean Concrete Nominal Mix 1:1.5:3 Cum

iv) Supply and placement of Reinforcement Steel kg

d) Hard Rock No. 2

i) Excavation Cum

ii) M10 Lean Concrete Nominal Mix 1:3:6 Cum

iii) M20 Lean Concrete Nominal Mix 1:1.5:3 Cum

iv) Supply and placement of Reinforcement Steel kg

e) Dry Fissured Rock No. 4

i) Excavation Cum

ii) M10 Lean Concrete Nominal Mix 1:3:6 Cum

iii) M20 Lean Concrete Nominal Mix 1:1.5:3 Cum

iv) Supply and placement of Reinforcement Steel kg

f) Wet Fissured Rock No. 1

i) Excavation Cum

ii) M10 Lean Concrete Nominal Mix 1:3:6 Cum

iii) M20 Lean Concrete Nominal Mix 1:1.5:3 Cum

iv) Supply and placement of Reinforcement Steel kg

g) Hard rock No. 1

i) Excavation Cum

ii) M10 Lean Concrete Nominal Mix 1:3:6 Cum

iii) M20 Lean Concrete Nominal Mix 1:1.5:3 Cum

iv) Supply and placement of Reinforcement Steel kg

h) Sandy Soil No. 2

i) Excavation Cum

605
Schedule 4B Technical Specifications-161 kV Single Circuit Transmission Line
Unit Price Total Price (USD)
S. No. Description Unit Qty
(USD) (4x6)

1 2 3 4 6 7

ii) M10 Lean Concrete Nominal Mix 1:3:6 Cum

iii) M20 Lean Concrete Nominal Mix 1:1.5:3 Cum

iv) Supply and placement of Reinforcement Steel kg

5.3 Medium angle (SC type) with Normal, +3m, +6m & +9m body extn. Wherever applicable.

a) Normal Dry soil No. 3

i) Excavation Cum

ii) M10 Lean Concrete Nominal Mix 1:3:6 Cum

iii) M20 Lean Concrete Nominal Mix 1:1.5:3 Cum

iv) Supply and placement of Reinforcement Steel kg

b) Wet/partially submerged/fully submerged soil No. 1

i) Excavation Cum

ii) M10 Lean Concrete Nominal Mix 1:3:6 Cum

iii) M20 Lean Concrete Nominal Mix 1:1.5:3 Cum

iv) Supply and placement of Reinforcement Steel kg

c) Soft Rock/ Dry fissured Rock No. 1

i) Excavation Cum

ii) M10 Lean Concrete Nominal Mix 1:3:6 Cum

iii) M20 Lean Concrete Nominal Mix 1:1.5:3 Cum

iv) Supply and placement of Reinforcement Steel kg

d) Hard Rock No. 1

i) Excavation Cum

ii) M10 Lean Concrete Nominal Mix 1:3:6 Cum

606
Schedule 4B Technical Specifications-161 kV Single Circuit Transmission Line
Unit Price Total Price (USD)
S. No. Description Unit Qty
(USD) (4x6)

1 2 3 4 6 7

iii) M20 Lean Concrete Nominal Mix 1:1.5:3 Cum

iv) Supply and placement of Reinforcement Steel kg

e) Dry Fissured Rock No. 1

i) Excavation Cum

ii) M10 Lean Concrete Nominal Mix 1:3:6 Cum

iii) M20 Lean Concrete Nominal Mix 1:1.5:3 Cum

iv) Supply and placement of Reinforcement Steel kg

f) Wet Fissured Rock No. 1

i) Excavation Cum

ii) M10 Lean Concrete Nominal Mix 1:3:6 Cum

iii) M20 Lean Concrete Nominal Mix 1:1.5:3 Cum

iv) Supply and placement of Reinforcement Steel kg

g) Hard rock No. 1

i) Excavation Cum

ii) M10 Lean Concrete Nominal Mix 1:3:6 Cum

iii) M20 Lean Concrete Nominal Mix 1:1.5:3 Cum

iv) Supply and placement of Reinforcement Steel kg

h) Sandy Soil No. 1

i) Excavation Cum

ii) M10 Lean Concrete Nominal Mix 1:3:6 Cum

iii) M20 Lean Concrete Nominal Mix 1:1.5:3 Cum

iv) Supply and placement of Reinforcement Steel kg

Large angle (SD type/ Dead end type) of tower with Normal, +3m, +6m & +9m body extn.
5.4
Wherever applicable.

a) Normal Dry soil No. 4

i) Excavation Cum

607
Schedule 4B Technical Specifications-161 kV Single Circuit Transmission Line
Unit Price Total Price (USD)
S. No. Description Unit Qty
(USD) (4x6)

1 2 3 4 6 7

ii) M10 Lean Concrete Nominal Mix 1:3:6 Cum

iii) M20 Lean Concrete Nominal Mix 1:1.5:3 Cum

iv) Supply and placement of Reinforcement Steel kg

b) Wet/partially submerged/fully submerged soil No. 3

i) Excavation Cum

ii) M10 Lean Concrete Nominal Mix 1:3:6 Cum

iii) M20 Lean Concrete Nominal Mix 1:1.5:3 Cum

iv) Supply and placement of Reinforcement Steel kg

c) Soft Rock/ Dry fissured Rock No. 1

i) Excavation Cum

ii) M10 Lean Concrete Nominal Mix 1:3:6 Cum

iii) M20 Lean Concrete Nominal Mix 1:1.5:3 Cum

iv) Supply and placement of Reinforcement Steel kg

d) Hard Rock No. 1

i) Excavation Cum

ii) M10 Lean Concrete Nominal Mix 1:3:6 Cum

iii) M20 Lean Concrete Nominal Mix 1:1.5:3 Cum

iv) Supply and placement of Reinforcement Steel kg

e) Dry Fissured Rock No. 2

i) Excavation Cum

ii) M10 Lean Concrete Nominal Mix 1:3:6 Cum

iii) M20 Lean Concrete Nominal Mix 1:1.5:3 Cum

iv) Supply and placement of Reinforcement Steel kg

f) Wet Fissured Rock No. 1

i) Excavation Cum

ii) M10 Lean Concrete Nominal Mix 1:3:6 Cum

iii) M20 Lean Concrete Nominal Mix 1:1.5:3 Cum

608
Schedule 4B Technical Specifications-161 kV Single Circuit Transmission Line
Unit Price Total Price (USD)
S. No. Description Unit Qty
(USD) (4x6)

1 2 3 4 6 7

iv) Supply and placement of Reinforcement Steel kg

g) Hard rock No. 1

i) Excavation Cum

ii) M10 Lean Concrete Nominal Mix 1:3:6 Cum

iii) M20 Lean Concrete Nominal Mix 1:1.5:3 Cum

iv) Supply and placement of Reinforcement Steel kg

h) Sandy Soil No. 1

i) Excavation Cum

ii) M10 Lean Concrete Nominal Mix 1:3:6 Cum

iii) M20 Lean Concrete Nominal Mix 1:1.5:3 Cum

iv) Supply and placement of Reinforcement Steel kg

5.5 Special towers (Dry/Wet/DFR/Hard Rock) No. 9


i) Excavation Cum

ii) M10 Lean Concrete Nominal Mix 1:3:6 Cum

iii) M20 Lean Concrete Nominal Mix 1:1.5:3 Cum

iv) Supply and placement of Reinforcement Steel kg


M25 grade/design mix concrete for Pile foundation including reinforcement for Pile and Pile
5.6 1
cap

a) SA type of towers Cum

b) SB type of towers Cum

c) SC type of towers Cum

d) SD type of towers Cum

e) Special type of towers Cum

6 Cost of pile uplift test for 25/40 mm dia anchors/Dywidag/similar type bar No. 1

7 Bush Clerances and forest cutting km 82

8 Protection of tower footing including all the associated work complete for all towers

a Random rubble stone masonry including excavation (1:5 cement : concrete) CUM 39
b Stone bound in galvanizing wire netting including excavation CUM 39
c Back filling and levelling within revetment CUM 39
d M15 Conc. Nominal Mix 1:2:4 for top seal cover CUM 39

609
Schedule 4B Technical Specifications-161 kV Single Circuit Transmission Line
Unit Price Total Price (USD)
S. No. Description Unit Qty
(USD) (4x6)

1 2 3 4 6 7

Erection of superstructure all following types of towers (complete) including Danger and
Number plate, number plate, circuit plate, phase plate & anticlimbing devices &anti‐theft
9
type of bolts and nuts along with spring washers shall be used from lowest of bolt and nuts
level up to 5 meters including step bolt

a) Super Structure
i) SA+0 body Type of towers No. 194
ii) +3m body Extensions for above towers No. 20
iii) +6m body Extensions for above towers No. 3
iv) +9m body Extensions for above towers No. 1
v) +1 m leg extension for above towers No. 1
vi) +2 m leg extension for above towers No. 1
vii) +3 m leg extension for above towers No. 1
b) Superstructure
i) SB+0 body Type towers No. 39
ii) +3m body Extensions for above towers No. 4
iii) +6m body Extensions for above towers No. 2
iv) +9m body Extensions for above towers No. 3
v)* ‐1 m leg extension for above towers No. 1
vi)* ‐2 m leg extension for above towers No. 1
vii) +1 m leg extension for above towers No. 1
viii) +2 m leg extension for above towers No. 1
ix) +3 m leg extension for above towers No. 1
c) Superstructure
i) SD+0 Body Type towers No. 6
ii) +3m body Extensions for above towers No. 1
iii) +6m body Extensions for above towers No. 1
iv) +9m body Extensions for above towers No. 1
v)* ‐1 m leg extension for above towers No. 1
vi)* ‐2 m leg extension for above towers No. 1
vii) +1 m leg extension for above towers No. 1
viii) +2 m leg extension for above towers No. 1
ix) +3 m leg extension for above towers No. 1
d) Superstructure
i) SD+0 Body Type towers No. 9
ii) +3m body Extensions for above towers No. 1
iii) +6m body Extensions for above towers No. 2
iv) +9m body Extensions for above towers No. 1
v)* ‐1 m leg extension for above towers No. 1
vi)* ‐2 m leg extension for above towers No. 1
vii) +1 m leg extension for above towers No. 1
viii) +2 m leg extension for above towers No. 1
ix) +3 m leg extension for above towers No. 1
e) Superstructure
Special type of towers No. 3
Stringing of one Nos.OPGW (24/48 core) laying, joining, tensioning, clamping etc. with all
10 KM 82
necessary accessories.

Mounting of single/double suspension & Single/Double tension insulator string on all type
11 of towers & stringing of Single Circuit line with single conductor per phase including laying, KM 82
joining, tensioning, sagging & clamping etc. for spans upto 800m.

12 Earthing of transmission line towers No. 253

Total Schedule IV (in figures) US Dollar : US$


* Note: The weight to be quoted for negative leg extensions will be the differencial weight to be deducted from the weight of tower (+0 Body type tower).

610
Schedule 4B Technical Specifications-161 kV Single Circuit Transmission Line
REPUBLIQUE TOGOLAISE Communauté Electrique du Bénin (CEB)
Travail – Liberté – Patrie
BP 1368, Road Kozah,
MINISTERE DES MINES ET
LOME (Togolese Republic)
DES ENERGIES

RESTRICTED BID DOCUMENTS

Issue Date: March 8, 2019

for

ENGINEERING, PROCUREMENT AND CONSTRUC-


TION OF 161KV TRANSMISSION LINE IN TOGO

Restricted Call for Bids


No: 0356/CEB/DG/DGA/DEPP/DM/SPSM/SPMT/Ek/2019

Contracting Authourity: Communauté Electrique du Bénin


(CEB)
Source of Funding: EXIM BANK OF INDIA
PART-III

611
PART III–CONDITIONS OF CONTRACT AND
CONTRACT FORMS

612
Section VIII. General Conditions (GC)
TABLE OF CONTENTS
I. Contract and interpretation ....................................................................................................................... 326
GC1. Definitions ....................................................................................................................... 326
GC2. Contract documents ......................................................................................................... 329
GC3. Interpretation .................................................................................................................... 329
GC4. Notices… ......................................................................................................................... 331
GC5. Governinglaw ................................................................................................................... 332
GC6. Settlement of disputes ...................................................................................................... 332
II. Subject matter of contract. ...................................................................................................................... 334
GC7. Scope of facilities ............................................................................................................. 334
GC8. Time of commencement and Completion ........................................................................ 335
GC9. Contractor’s Responsibilities… ....................................................................................... 335
GC10. Employer’s Responsibilities…....................................................................................... 336
III. Payment… ............................................................................................................................................. 337
GC11. Amount of the Contract….............................................................................................. 337
GC12. Terms of payment… ...................................................................................................... 338
GC13. Guarantees ..................................................................................................................... 338
GC14. Taxes and duties ............................................................................................................. 340
IV. Intellectual property .............................................................................................................................. 340
GC15. Copyright… ................................................................................................................... 340
GC16. Confidential Information................................................................................................ 341
V. Work Execution ...................................................................................................................................... 342
GC17. Representatives .............................................................................................................. 342
GC18. Work Program................................................................................................................ 344
GC19. Subcontracting ............................................................................................................... 345
GC.20. Design and Engineering ................................................................................................ 346
GC.21. Procurement .................................................................................................................. 348
GC.22. Installation .................................................................................................................... 350
GC.23. Testing and Inspection .................................................................................................. 354
GC.24. Completion.................................................................................................................... 356
GC.25. Commissioning and operational acceptance ................................................................. 358
VI. Guarantees and liabilities ...................................................................................................................... 360
GC.26. CompletionTimeGuarantee… ....................................................................................... 360
GC.27. Default liability ............................................................................................................. 361
GC.28. Functional guarantees ................................................................................................... 363
GC.29. Patent Indemnity ........................................................................................................... 364
GC.30. Limitation of liability .................................................................................................... 365
VII. Risks Distribution ................................................................................................................................ 365
GC.31. Transfer of ownership ................................................................................................... 365
GC.32. Care of facilities… ........................................................................................................ 366
GC.33. Loss or damage to property/accident or injury to workers/Indemnification ................. 368
GC.34. Insurance ....................................................................................................................... 369
GC.35. Unforeseen conditions................................................................................................... 372
GC.36. Change in laws and regulations..................................................................................... 373
GC.37. Force majeure................................................................................................................ 373
GC.38. War Risks ...................................................................................................................... 375
VIII. Change in Contractelements ............................................................................................................. 377
GC.39. Change in the facilities .................................................................................................. 377
GC.40. Extension of time for completion .................................................................................. 380
GC.41. Suspension .................................................................................................................... 381
GC.42. Termination ................................................................................................................... 383
GC.43. Assignment… ............................................................................................................... 390

613
SECTION VIII

GENERAL CONDITIONS OF CONTRACT

I. Contract and Interpretation

1. Definitions
1.1 The following words and expressions shall have the meanings hereby assigned to them:
 “Contract” means the Contract Agreement entered into between the Employer and the
Contractor, together with the Contract Documents referred to therein; they shall con-
stitute the Contract, and the term “the Contract” shall in all such documents be con-
strued accordingly.
 Contract documents” means the documents listed in Article 1.1 (Contract Docu-
ments) of the contract agreement (including any amendments thereto).
 “GC” means the General Conditions hereof.
 “SCC” means the Special Conditions of Contract.
 “Days” mean calendar days of the Gregorian calendar.
 “Month” means calendar month of the Gregorian Calendar.
 “Employer” means the person named as such in the SCC and includes the legal suc-
cessors or permitted assigns of the Employer.
 “Project Manager” means the person appointed by the Employerinthemanner provid-
ed in GC 17.1 (Project Manager) hereof and named as such in the SCCto perform the
duties delegated by the Employer.
 “Contractor” means the person(s) named as such in the SCC and includes the legal
successors or permitted assigns of the Contractor.
 “Contractor’s representative” means any person nominated by the Contractor and
named as such in the SCC and approved by the Employer in the manner provided in
GC 17.2.1 (Contractor’s Representative and Construction Manager) hereofto perform
the duties delegated by the Contractor.
 “Subcontractor,” including vendors, means any person to whom execution of any part
of the Facilities, including preparation of any design or supply of any Plant and

614
Equipment is subcontracted directly or indirectly by the Contractor, and includes its
legal successors or permitted assigns.
 “Adjudicator” means the person or persons named as such in the SCC appointed by
agreement between the Employer and the Contractor to make a decision on or to set-
tle any dispute or difference between the Employer and the Contractor referred to him
or her by the parties pursuant to GC 6.2 (reference to Adjudicator) hereof.
 “The Bank” means the financial institution named in the SCC.
 “Contract Price” means the sum specified in Article 2 (Contract Price) of the Contract
Agreement, subject to such additions and adjustments thereto or deductions therefrom
as may be made pursuant to the Contract.
 “Facilities” means the Plant and Equipment to be supplied and installed, as well as all
the installation services to be carried out by the Contractor under the Contract.
 “Plant and Equipment” means permanent Plant, Equipment, machinery, apparatus,
articles and things of all kinds to be provided and incorporated in the Facilities by the
Contractor under the Contract (including the spare parts to be supplied by the Con-
tractor under GC 7.3 hereof), but does not include Contractor's Equipment.
 “Installation Services” means all those services ancillary to the supply of the Plant
and Equipment for the Facilities to be provided by the Contractor under the Contract,
e.g. transportation and provision of marine or other similar insurance, inspection, ex-
pediting, site preparation works (including the provision and use of Contractor’s
Equipment and the supply of all construction materials required), installation, testing,
precommissioning, commissioning, operations, maintenance, the provision of opera-
tions and maintenance manuals, training, etc.
 “Contractor’s Equipment” means all Plant, Facilities, Equipment, machinery, tools,
apparatus, appliances or things of every kind required in or for installation, Comple-
tion and maintenance of Facilities and which are to be provided by the Contractor,
but does not include Plant andEquipment, or other things intended to form or forming
part of Facilities.
 “Site” means the land and other places upon which the Facilities are to be installed,
and such other land or places as may be specified in the Contract as forming part of

615
the Site.
 “Effective Date” means the date of fulfilment of all conditions stated in Article 3 of
the Contract Agreement, for the purpose of determining the Time for Completion.
 “Time for Completion” means the time within which Completion of the Facilities as a
whole (or of a part of the Facilities where a separate Time for Completion of such
part has been prescribed) is to be attained in accordance with the specifications in the
SCC and the relevant provisions of the Contract.
 “Completion” means that the Facilities (or a specific part thereof where specific parts
are specified in the SCC) have been completed operationally and structurally and put
in a tight and clean condition, and that all work in respect of Precommissioning of the
Facilities or such specific part thereof has been completed; in other words, that the
Facilities or specific part thereof are ready for Commissioning as provided in GC 24
(Completion) hereof.
 “Precommissioning” means the testing, checking and other requirements specified in
the Technical Specifications which are to be carried out by the Contractor in prepara-
tion for Commissioning as provided in GC 24 (Completion) hereof.
 “Commissioning” means operation of the Facilities or any part thereof by the Con-
tractor following Completion, which operation is to be carried out by the Contractor
as provided in GC 25.1.1 (Commissioning) hereof, for the purpose of carrying out
Guarantee Test(s).
 “Guarantee Test(s)” means the test(s) specified in the Technical Specifications to be
carried out to ascertain whether the Facilities or a specified part thereof is able to at-
tain the Functional Guarantees specified in the Technical Specifications in accord-
ance with the provisions of GC 25.2.1 (Guarantee Test) hereof.
 “Operational Acceptance” means the acceptance by the Employer of the Facilities (or
any part of the Facilities where the Contract provides for acceptance of the Facilities
in parts), which certifies the Contractor’s fulfilment of the Contract in respect of
Functional Guarantees of the Facilities (or the relevant part thereof) in accordance
with the provisions of GC 28 (Functional Guarantees) hereof and shall include
deemed acceptance in accordance with GC 25 (Commissioning and Operational Ac-

616
ceptance) hereof.
 “Defect Liability Period” means the period of validity of the warranties given by the
Contractor commencing at Completion of the Facilities or a part thereof, during
which the Contractor is responsible for defects with respect to the Facilities (or the
relevant part thereof) as provided in GC 27 (Defect Liability) hereof.
2. Contract Documents
2.1 Subject to Article 1.2 (Order of Precedence) of the Contract Agreement, all docu-
ments forming part of the Contract (and all parts thereof) are intended to be correla-
tive, complementary and mutually explanatory. The Contract shall be read as a
whole.
3. Interpretation
3.1 Language
3.1.1 Unless the Contractor is a national of the Employer’s country and the Employer and
the Contractor agree to use the local language, all Contract Documents, all corre-
spondence and communications to be given, and all other documentation to be pre-
pared and supplied under the Contract shall be written in English, and the Contract
shall be construed and interpreted in accordance with that language.
3.1.2 If any of the Contract Documents, correspondence or communications are prepared
in any language other than the governing language under GC 3.1.1 above, the Eng-
lish translation of such documents, correspondence or communications shall prevail
in matters of interpretation.
3.2 Singular and Plural
3.2.1 The singular shall include the plural and the plural the singular, except where the
context otherwise requires.
3.3 Headings
3.3.1 The headings and marginal notes in the General Conditions of Contract are included
for ease of reference, and shall neither constitute a part of the Contract nor affect its
interpretation.
3.4 Persons
3.4.1 Words importing persons or parties shall include firms, corporations and govern-
ment entities.

617
3.5 Incoterms
3.5.1 Unless inconsistent with any provision of the Contract, the meaning of any trade
term and the rights and obligations of parties thereunder shall be as prescribed by
“Incoterms.”
3.5.2 “Incoterms” means international rules for interpreting trade terms published by the
International Chamber of Commerce (latest edition), 38 Cours Albert 1ier, 75008
Paris, France.
3.6 Entire Agreement
3.6.1 Subject to GC Sub-Clause 16.4 hereof, the Contract constitutes the entire agreement
between the Employer and Contractor with respect to the subject matter of Contract
and supersedes all communications, negotiations and agreements (whether written
or oral) of parties with respect thereto made prior to the date of Contract.
3.7 Amendment
3.7.1 No amendment or other variation of the Contract shall be effective unless it is in
writing, is dated, expressly refers to the Contract, and is signed by a duly authorised
representative of each party hereto.
3.8 Independent Contractor
3.8.1 The Contractor shall be an independent contractor performing the Contract. The
Contract does not create any agency, partnership, joint venture or other joint rela-
tionship between the parties hereto.
3.8.2 Subject to the provisions of the Contract, the Contractor shall be solely responsible
for the manner in which the Contract is performed. All employees, representatives
or Subcontractors engaged by the Contractor in connection with the performance of
the Contract shall be under the complete control of the Contractor and shall not be
deemed to be employees of the Employer, and nothing contained in the Contract or
in any subcontract awarded by the Contractor shall be construed to create any con-
tractual relationship between any such employees, representatives or Subcontractors
and the Employer.
3.9 Joint Venture
3.9.1 If the Contractor is a joint venture of two or more persons, all such firms shall be
jointly and severally bound to the Employer for the fulfilment of the provisions of

618
the Contract and shall designate one of such persons to act as a leader with authori-
ty to bind the joint venture. The composition or the constitution of the joint venture
shall not be altered without the prior consent of the Employer.
3.10 Non-Waiver
3.10.1 Subject to GC 3.10.2 below, no relaxation, forbearance, delay or indulgence by ei-
ther party in enforcing any of the terms and conditions of the Contract or the grant-
ing of time by either party to the other shall prejudice, affect or restrict the rights of
that party under the Contract, nor shall any waiver by either party of any breach of
Contract operate as waiver of any subsequent or continuing breach of Contract.
3.10.2 Any waiver of a party’s rights, powers or remedies under the Contract must be in
writing, must be dated and signed by an authorised representative of the party grant-
ing such waiver, and must specify the right and the extent to which it is being
waived.
3.11 Severability
3.11.1 If any provision or condition of the Contract is prohibited or rendered invalid or un-
enforceable, such prohibition, invalidity or unenforceability shall not affect the va-
lidity or enforceability of any other provisions and conditions of the Contract.
3.12 Country of Origin
3.12.1 “Origin” means the place where the materials, Equipment and other supplies for the
Facilities are mined, grown, produced or manufactured, and from which the ser-
vices are provided.
4. Notices
4.1 Unless otherwise stated in the Contract, all notices to be given under the Contract
shall be in writing, and shall be sent by personal delivery, airmail post, special cou-
rier, cable, telegraph, telex, facsimile or Electronic Data InterChange (EDI) to the
address of the relevant party set out in the SCC, with the following provisions.
4.2 Any notice sent by cable, telegraph, telex, facsimile or EDI shall be confirmed
within two (2) days after dispatch by notice sent by airmail post or special courier,
except as otherwise specified in the Contract.
4.3 Any notice sent by airmail post or special courier shall be deemed (in the absence
of evidence of earlier receipt) to have been delivered ten (10) days after dispatch.

619
In proving the fact of dispatch, it shall be sufficient to show that the envelope con-
taining such notice was properly addressed, stamped and conveyed to the postal au-
thorities or courier service for transmission by airmail or special courier.
4.4 Any notice delivered personally or sent by cable, telegraph, telex, facsimile or EDI
shall be deemed to have been delivered on date of its dispatch.
4.5 Either party may Change its postal, cable, telex, facsimile or EDI address or ad-
dressee for receipt of such notices by ten (10) days’ notice to the other party in writ-
ing.
4.6 Notices shall be deemed to include any approvals, consents, instructions, orders and
certificates to be given under the Contract.
5. Governing Law
5.1 The Contract shall be governed by and interpreted in accordance with laws of the
country or state specified in the SCC.
6. Settlement of Disputes
6.1 Adjudicator
6.1.1 If any dispute of any kind whatsoever shall arise between the Employer and the
Contractor in connection with or arising out of the Contract, including without prej-
udice to the generality of the foregoing any question regarding its existence, validi-
ty or termination, or the execution of the Facilities, whether during the progress of
the Facilities or after their Completion and whether before or after the termination,
abandonment or breach of the Contract, the parties shall seek to resolve any such
dispute or difference by mutual consultation. If the parties fail to resolve such a
dispute or difference by mutual consultation, then the dispute shall be referred to in
writing by either party to the Adjudicator, with a copy of the other party.
6.1.2 The Adjudicator shall give its decision in writing to both parties within twenty-eight
(28) days of being referred to a dispute. If neither party notifies the other of its dis-
agreement with the Adjudicator’s decision within twenty-eight (28) days of the de-
cision, that decision shall be final and binding. If, within twenty-eight (28) days of
the decision, either party notifies the other of its disagreement, the dispute shall be
referred by either party to arbitration within twenty-eight (28) days.
6.1.3 The Adjudicator shall be paid an hourly fee at the rate specified in the SCC plus

620
reasonable expenditures incurred in the execution of its duties as Adjudicator, and
these costs shall be divided equally between the employer and the contractor.
6.1.4 Should the adjudicator resign or die, or should be Employer and the Contractor
agree that the Adjudicator is not fulfilling its function in accordance with the provi-
sions of the Contract, a new Adjudicator shall be jointly appointed by the Employer
and the Contractor. Failing agreement between the two within twenty-eight (28)
days, the new Adjudicator shall be designated by the Appointing Authority speci-
fied in the SCC at the request of either party and thereupon shall be jointly appoint-
ed by the Employer and the Contractor.
6.2 Arbitration
6.2.1 If the Adjudicator does not give its decision within twenty-eight (28) days of a re-
ferred dispute, or if either the Employer or the Contractor notifies the other in ac-
cordance with Sub-Clause GC 6.1 that it disagrees with the Adjudicator’s decision,
then either the Employer or the Contractor may give written notice, within twen- ty-
eight (28) days, to the other party of its intention to refer the dispute to arbitra- tion.
6.2.2 Any dispute submitted by a party to arbitration shall be heard by a sole arbitrator, or
by an arbitration panel composed of three arbitrators, in accordance with the provi-
sions set forth below.
6.2.3 The Employer and the Contractor shall each appoint one arbitrator, and these two
arbitrators shall jointly appoint a third arbitrator, who shall chair the arbitration
panel. If the arbitrators named by the parties do not succeed in appointing a third
arbitrator within twenty-eight (28) days after the latter of the two arbitrators named
by the parties has been appointed, the third arbitrator shall, at the request of either
party, be appointed by the Appointing Authority designated in the SCC.
6.2.4 If one party fails to appoint its arbitrator within twenty-eight (28) days after the oth-
er party has appointed its arbitrator, the party which has named an arbitrator may
request the Appointing Authority to appoint a sole arbitrator for the matter in dis-
pute, and the arbitrator appointed pursuant to such application shall be the sole arbi-
trator for that dispute.
6.2.5 If for any reason an arbitrator is unable to perform its function, a substitute shall be

621
appointed in the same manner as the original arbitrator.
6.2.6 Arbitration proceedings shall be conducted (i) in accordance with the rules of pro-
cedure designated in the SCC, (ii) in the place designated in the SCC, and (iii) in
the language in which this Contract has been executed.
6.2.7 The decision of the sole arbitrator, or of a majority of the arbitrators (or of the third
arbitrator if there is no such majority) shall be final and binding and shall be en-
forceable in any court of competent jurisdiction. The parties thereby waive any ob-
jections to or claims of immunity from such enforcement.
6.3 Notwithstanding any reference to the Adjudicator or arbitration herein,
(a) the parties shall continue to perform their respective obligations under the
Contract unless they otherwise agree; and
(b) the Employer shall pay the Contractor any monies due the Contractor.

II. Subject matter of contract

7. Scope of Facilities
7.1 Unless otherwise expressly limited in the Technical Specifications, the Contractor’s obliga-
tions cover the provision of all Plant and Equipment and the performance of all Installation
Services required for the design, the manufacture (including procurement, quality assur-
ance, construction, installation, associated civil works, precommissioning and delivery) of
the Plant and Equipment and the installation, Completion and commissioning of the Facili-
ties in accordance with the plans, procedures, specifications, drawings, codes and any other
documents as specified in the Technical Specifications. Such specifications include, but are
not limited to, the provision of supervision and engineering services; the supply of labour,
materials, Equipment, spare parts (as specified in GC 7.3 below) and accessories; Contrac-
tor’s Equipment; construction utilities and supplies; temporary materials, structures and Fa-
cilities; transportation (including, without limitation, unloading and hauling to, from and at
the Site); and storage, except for those supplies, works and services which will be provided
or performed by the Employer, as set forth in Appendix 6 (Scope of Works and Supply by
the Employer) to the Contract agreement.
7.2 The Contractor shall, unless specifically excluded in the Contract, perform all such work

622
and/or supply all such items and materials not specifically mentioned in the Contract but
which can be reasonably inferred from the Contract as being required for attaining Comple-
tion of the Facilities as if such work and/or items and materials were expressly mentioned
in the Contract.
7.3 In addition to the supply of Mandatory Spare Parts included in the Contract, the Contractor
agrees to supply spare parts required for the operation and maintenance of the Facilities for
the period specified in the SCC, However, the identity, specifications and quantities of
such spare parts and the terms and conditions relating to the supply thereof are to be agreed
between the Employer and the Contractor and the price of such spare parts shall be that
given in Price Schedule No. 6 which shall be added to the Contract Price. The price of such
spare parts shall include the purchase price therefore and other costs and expenses (includ-
ing the Contractor’s fees) relating to the supply of the same.

8. Time for Commencement and Completion


8.1 The Contractor shall commence work on the Facilities within the period specified in the spe-
cial conditions of contract, SCC and without prejudice to GC 26.2 hereof, the Contractor
shall thereafter proceed with the Facilities in accordance with the time schedule specified in
Appendix 4 (Time Schedule) to the Contract agreement.

8.2 The Contractor shall attain Completion of the Facilities (or of a part where a separate Time
for Completion of such part is specified in the Contract) within the time stated in the SCC
or within such extended time to which the Contractor shall be entitled under GC 40 (Exten-
sion of Time for Completion) hereof.

9. Contractor’s Responsibilities

9.1 The Contractor shall design, manufacture (including associated purchases and/or subcon-
tracting), install and complete the Facilities with due care and diligence in accordance with
the Contract.

623
9.2 The Contractor confirms that it has entered into this Contract on the basis of a proper exami-
nation of the data relating to the Facilities (including any data as to boring tests) provided
by the Employer, and on the basis of information that it could have obtained from a visual
inspection of the site (if access thereto was available), and other data readily available to it
relating to the Facilities as at the date twenty-eight (28) days prior to Bid submission. The
Contractor acknowledges that any failure to acquaint itself with all such data and in-
formation shall not relieve its responsibility for properly estimating the difficulty or cost of
successfully performing the Facilities.

9.3 The Contractor shall acquire all permits, approvals and/or licenses from all local, state or
national government authorities or public service undertakings in the country where the Site
is located, which such authorities or undertakings require the Contractor to obtain in its
name and which are necessary for the performance of the Contract, including, without limi-
tation, visas for the Contractor’s and Subcontractor’s personnel and entry permits for all
imported Contractor’s Equipment. The Contractor shall acquire all other permits, approv-
als and/or licenses which are not the responsibility of the Employer under GC 10.3 hereof
and which are necessary for the performance of the Contract.

9.4 The Contractor shall comply with all laws in force in the country where the Facilities are
installed and the Installation Services are carried out. The laws will include all national,
provincial, municipal or other laws that affect the performance of the Contract and bind up-
on the Contractor. The Contractor shall indemnify and hold harmless the Employer from
and against any and all liabilities, damages, claims, fines, penalties and expenses of what-
ever nature arising or resulting from the violation of such laws by the Contractor or its per-
sonnel, including the Subcontractors and their personnel, but without prejudice to GC 10.1
hereof.

9.5 Any Plant, Material and Services that will be incorporated in or be required for the Facilities
and other supplies shall have their origin as specified under GC 1 (Country of Origin).

9.6 The Contractor shall authorize the Bank to examine the documents and records relating to

624
performance of the contract and have them audited by auditors appointed by the Bank if re-
quested by the Bank.
9.7 The supply of water and electricity shall be borne by the Constructor.

10. Employer’s Responsibilities


10.1 The Employer shall ensure the accuracy of all information and/or data to be supplied by the
Employer as described in Appendix 6 (Scope of Works and Supply by the Employer) to the
Contract, except when otherwise expressly stated in the Contract.
10.2 The Employer shall be responsible for acquiring and providing legal and physical possession
of the Site and access thereto, and for providing possession of and access to all other areas
reasonably required for the proper execution of the Contract, including all requisite rights
of way, as specified in Appendix 6 (Scope of works and supply by the Employer) to the
Contract agreement. The Employer shall give full possession of and accord all rights of ac-
cess thereto on or before the date(s) specified in Appendix 6.
10.3 The Employer shall acquire and pay for all permits, approvals and/or licenses from all local,
state or national government authorities or public service undertakings in the country where
the site is located. Such authorities or undertakings require the Employer to obtain them in
the Employer’s name, are necessary for the execution of the Contract (they include those
required for the performance by both the Contractor and the Employer of their respective
obligations under the Contract), and are specified in Appendix 6 (Scope of works and sup-
ply by the Employer) to the Contract agreement.
10.4 If requested by the Contractor, the Employer shall use its best endeavours to assist the Con-
tractor in obtaining in a timely and expeditious manner all permits, approvals and/or licens-
es necessary for the execution of the Contract from all local, state or national government
authorities or public service undertakings which such authorities or undertakings require
the Contractor or Subcontractors or the personnel of the Contractor or Subcontractors, as
the case may be, to obtain.

10.5 Unless otherwise specified in the Contract or agreed upon by the Employer and the Contrac-
tor, the Employer shall provide sufficient properly qualified operating and maintenance
personnel; shall supply and make available all raw materials, utilities, lubricants, chemicals,

625
catalysts, other materials and Facilities; and shall perform all work and services of whatso-
ever nature, including those required by the Contractor to properly carry out Precommis-
sioning, Commissioning and Guarantee Tests, all in accordance with the provisions of Ap-
pendix 6 (Scope of works and supply by the Employer) to the Contract Agreement at or be-
fore the time specified in the program furnished by the Contractor under GC (Program of
performance) hereof and in the manner thereupon specified or as otherwise agreed upon by
the Employer and the Contractor.
10.6 The Employer shall be responsible for the continued operation of the Facilities after Comple-
tion, in accordance with GC 24.8, and shall be responsible for facilitating the Guarantee
Test(s) for the Facilities, in accordance with GC 25.2.
10.7 All costs and expenses involved in the performance of the obligations under this GC Clause
10 shall be the responsibility of the Employer, save those to be incurred by the Contractor
with respect to the performance of Guarantee Tests, in accordance with GC Sub-Clause
25.2.

III. Payment
11. Amount of the Contract
11.1 The Contract Price shall be as specified in Article 2 (Contract Price) of the Contract Agree-
ment.
11.2 Unless indicated otherwise in the SCC, the Contract Price shall be a firm lump sum not sub-
ject to any alteration, except in the event of a Change in the Facilities or as otherwise pro-
vided in the Contract.
11.3 Subject to GC Sub-Clauses 9.2, 11.1 and 35 (Unforeseen Conditions) hereof, the Contractor
shall be deemed to have satisfied itself as to the correctness and sufficiency of the Contract
Price, which shall, except as otherwise provided for in the Contract, cover all its obliga-
tions under the Contract.

12. Terms of Payment

12.1 The Contract Price shall be paid as specified in Appendix 1 (Terms of Payment) to the Con-

626
tract agreement. The procedures to be followed in making application for and processing
payments shall be those outlined in the same Appendix 1.
12.2 No payment made by the Employer herein shall be deemed to constitute acceptance by the
Employer of the Facilities or any part(s) thereof.
12.3 In the event that the Employer fails to make any payment by its respective due date or within
the period set forth in the Contract, the Employer shall pay to the Contractor interest on the
amount of such delayed payment at the rate(s) shown in Appendix 1 (Terms of payment) to
the Contract Agreement for the period of delay until payment has been made in full,
whether before or after judgement or arbitrage award.
12.4 The currency or currencies in which payments are made to the Contractor under this Con-
tract shall be specified in Appendix 1 (Terms of Payment) to the Contract agreement, sub-
ject to the general principle that payments will be made in the currency or currencies in
which the Contract Price has been stated in the Contractor’s Bid.

13. Guarrantees
13.1 Issuance of Securities
13.1.1 The Contractor shall provide the securities specified below in favour of the Employer
at the times, and in the amount, manner and form specified below.
13.2 Advance Payment Security
13.2.1 The Contractor shall, within twenty-eight (28) days of the notification of contract
award, provide a security in an amount equal to the advance payment calculated in
accordance with Appendix I (Terms of Payment) to the Contract Agreement, and in
the same currency or currencies.
13.2.2 The security shall be in the form provided in the Bid documents or in another
form acceptable to the Employer. The amount of the security shall be reduced in
proportion to the value of the Facilities executed by and paid to the Contractor from
time to time, and shall automatically become null and void when the full amount of
the advance payment has been recovered by the Employer. The security shall be re-
turned to the Contractor immediately after its expiration.
13.3 Performance Security
13.3.1 The Contractor shall, within twenty-eight (28) days of the notification of contract
award, provide a security for the due performance of the Contract in the amount
specified in the SCC.
13.3.2 The security shall be denominated in the currency or currencies of the Contract, or
in a freely convertible currency acceptable to the Employer, and shall be in the form
provided in the Bid documents or in another form acceptable to the Employer.

627
13.3.3 The Security shall automatically become null and void, or shall be reduced pro rata
to the Contract Price of a part of the Facilities for which a separate Time for Com-
pletion is provided, eighteen (18) months after Completion of the Facilities or
twelve (12) months after Operational Acceptance of the Facilities, whichever oc-
curs first; provided, however, that if the Defects Liability Period has been extended
on any part of the Facilities pursuant to Sub-Clause GC 27.8 hereof, the Contractor
shall issue an additional security in an amount proportionate to the Contract Price of
that part. The security shall be returned to the Contractor immediately after its ex-
piration, Provided, however, that in accordance with GCC Clause 27.8, the Contrac-
tor has an extended warranty obligation, the possibility of extending the perfor-
mance bond for the duration and the amount specified in the SCC.

13.4.1 Claims under Security

13.4.1If the Employer considers itself entitled to any claim under any security, it shall so
notify the Contractor by registered airmailpost, specifying the default of the Con-
tractor upon which it bases its claim, and it shall require the Contractor to remedy
the same. If the Contractor fails to remedy or to take steps to remedy the same
within fourteen (14) days of receipt of such notice, then the Employer shall be enti-
tled to call the Security.

14. Taxes and Duties


14.1 Except as otherwise specifically provided in the Contract, the Contractor shall bear and pay
all taxes, duties, levies and charges assessed on the Contractor, its Subcontractors or their
employees by all municipal, state or national government authorities in connection with the
Facilities in and outside of the country where the Site is located. The goods and services
provided under this contract to be funded under the LOC from Exim Bank shall be
free from all kinds of taxes and duties of any nature levied in the country of the
Borrower and no tax is liable to be paid from the LOC. The rates, prices specified
in the Bid Data Sheet, and total Bid price submitted by the Bidder should be exclu-
sive of any kind of taxes and duties of any nature levied in the country of the Bor-
rower. (as per the Guidelines issued by the Government of India vide letter No.
21/3/2015-IDEAS dated December 07, 2015)

14.2 Notwithstanding GC Sub-Clause 14.1above, the Employer shall bear and promptly pay all
customs and import duties imposed on the Plant and Equipment specified in Schedule No.1
of the Price Schedules and to be incorporated into the Facilities by the law of the country
where the Site is located.

628
14.3 If any tax exemptions, reductions, allowances or privileges may be available to the Contrac-
tor in the country where the Site is located, the Employer shall use its best endeavours to
enable the Contractor to benefit from any such tax savings to the maximum allowable ext
14.4 For the purpose of the Contract, it is agreed that the Contract Price specified in Article 2
(Contract Price) of the Contract agreement is based on the taxes, duties, levies and charges
prevailing at the date twenty-eight (28) days prior to the date of Bid submission in the
country where the Site is located (hereinafter called “Tax” in this GC 14.4). If any rates of
Tax are increased or decreased, a new Tax is introduced, an existing Tax is abolished, or
any Change in interpretation or application of any tax occurs in the course of the perfor-
mance of the Contract, which was or will be assessed on the Contractor, Subcontractors or
their employees in connection with performance of the Contract, an equitable adjustment of
the Contract Price shall be made to fully take into account any such Change by addition to
the Contract Price or deduction therefrom, as the case may be, in accordance with GC 36
(Change in Laws and Regulations) hereof.

IV. INTELLECTUAL PROPERTY

15. Copyright
15.1 The copyright in all drawings, documents and other materials containing data and infor-
mation furnished to the Employer by the Contractor herein shall remain vested in the
Contractor or, if they are furnished to the Employer directly or through the Contractor by
any third party including suppliers of materials, the copyright in such materials shall re-
main vested in such third party.
16. Confidential Information
16.1 The Employer and the Contractor shall keep confidential and shall not, without the written
consent of the other party hereto, divulge to any third party any documents, data or other
information furnished directly or indirectly by the other party hereto in connection with
the Contract whether such information has been furnished prior to, during or following
termination of the Contract. Notwithstanding the above, the Contractor may furnish to its
Subcontractor(s) such documents, data and other information it receives from the Em-
ployer to the extent required for the Subcontractor(s) to perform its works under the Con-
tract, in which event the Contractor shall obtain from such Subcontractor(s) an undertak-
ing of confidentiality similar to that imposed on the Contractor under this GCClause 16.
16.2 The Employer shall not use such documents, data and other information received from the
Contractor for any purpose other than the operation and maintenance of the Facilities.
Similarly, the Contractor shall not use such documents, data and other information re-
ceived from the Employer for any purpose other than the design, procurement of Plant
and Equipment, construction or such other work and services as are required for the per-

629
formance of the Contract.
16.3 The obligation of a Party under GC Sub-Clauses 16.1 and 16.2 above, however, shall not
apply to that information which
a) now or hereafter enters the public domain through no fault of that party; or;

b) can be proven to have been possessed by that party at the time of disclosure and
which was not previously obtained, directly or indirectly, from the other party
hereto; or \
c) Otherwise lawfully becomes available to that party from a third party that has no
obligation of confidentiality.
16.4 The above provisions of this GC Clause 16 shall not in any way modify any undertaking
of confidentiality given by either of the parties hereto prior to the date of the Contract in
respect of the Facilities or any part thereof.
16.5 The provisions of this GC Clause 16shall survive termination for whatever reason of the
Contract.

V.Work execution
17. Representatives

17.1 Project Manager

17.1 If the Project Manager is not named in the Contract, then within fourteen (14)
days of the Effective Date, the Employer shall appoint and notify the Contrac-
tor in writing of the name of the Project Manager. The Employer may from
time to time appoint some other person as the Project Manager in place of the
person previously so appointed, and shall give a notice of the name of such
other person to the Contractor without delay. No such appointment shall be
made at such a time or in such a manner as to impede the progress of work on
the Facilities. Such appointment shall only take effect upon receipt of such no-
tice by the Contractor. The Project Manager shall represent and act for the Em-
ployer at all times during the currency of the Contract. All notices, instruc-
tions, orders, certificates, approvals and all other communications under the
Contract shall be given by the Project Manager, except as herein otherwise
provided.

All notices, instructions, information and other communications given by the


Contractor to the Employer under the Contract shall be given to the Project
Manager, except as herein otherwise provided.

630
17.2 Contractor’s Representative & Construction Manager

17.2.1 If the Contractor’s Representative is not named in the Contract, then within
fourteen (14) days of the Effective Date, the Contractor shall appoint the Con-
tractor’s Representative and shall request the Employer in writing to approve
the person so appointed. If the Employer makes no objection to the appoint-
ment within fourteen (14) days, the Contractor’s Representative shall be
deemed to have been approved. If the Employer objects to the appointment
within fourteen (14) days giving the reason therefore, then the Contractor shall
appoint a replacement within fourteen ( 14) days of such objection, and the
foregoing provisions of this GC 17.2.1 shall apply thereto.

17.2.2 The Contractor’s Representative shall represent and act for the Contractor at all
times during the currency of the Contract and shall give to the Project Manager
all the Contractor’s notices, instructions, information and all other communica-
tions under the Contract.

All notices, instructions, information and all other communications given by


the Employer or the Project Manager to the Contractor under the Contract shall
be given to the Contractor’s Representative or, in its absence, its deputy, except
as herein otherwise provided.

The Contractor shall not revoke the appointment of the Contractor’s Repre-
sentative without the Employer’s prior written consent, which shall not be un-
reasonably withheld. If the Employer consents thereto, the Contractor shall ap-
point some other person as the Contractor’s Representative, pursuant to the
procedure set out in GC 17.2.1 above.

17.2.3 The Contractor’s Representative may, subject to the approval of the Employer
(which shall not be unreasonably withheld), at any time delegate to any person
any of the powers, functions and authorities vested in him or her. Any such
delegation may be revoked at any time. Any such delegation or revocation
shall be subject to a prior notice signed by the Contractor’s Representative, and
shall specify the powers, functions and authorities thereby delegated or re-
voked. No such delegation or revocation shall take effect unless and until a
copy thereof has been delivered to the Employer and the Project Manager.

Any act or exercise by any person of powers, functions and authorities so dele-
gated to him or her in accordance with this GC 17.2.3 shall be deemed to be an
act or exercise by the Contractor’s Representative.

17.2.4 From the commencement of installation of the Facilities at the Site until Com-

631
pletion, the Contractor’s Representative shall appoint a suitable person as the
construction manager (hereinafter referred to as “the Construction Manager”).
The Construction Manager shall supervise all work done at the Site by the Con-
tractor and shall be present at the Site throughout normal working hours except
when on leave, sick or absent for reasons connected with the proper perfor-
mance of the Contract. Whenever the Construction Manager is absent from the
Site, a suitable person shall be appointed to act as his or her deputy.

17.2.5 The Employer may by notice to the Contractor object to any representative or
person employed by the Contractor in the execution of the Contract who, in the
reasonable opinion of the Employer, may behave inappropriately, may be in-
competent or negligent, or may commit a serious breach of the Site regulations
provided under GC 22.3 hereof. The Employer shall provide evidence of the
same, whereupon the Contractor shall remove such person from the Facilities.

17.2.6 If any representative or person employed by the Contractor is removed in ac-


cordance with GC 17.2.5 above, the Contractor shall where required promptly
appoint a replacement.

18. Work Program

18.1 Contractor’s Organisation

18.1.1 The Contractor shall supply to the Employer and the Project Manager a chart
showing the proposed organisation to be established by the Contractor for car-
rying out work on the Facilities. The chart shall include the identities of the
key personnel together with the curricula vitae of such key personnel to be em-
ployed within twenty-one (21) days of the Effective Date. The Contractor shall
promptly inform the Employer and the Project Manager in writing of any revi-
sion or alteration of such organisation chart.

18.2 Program of Performance

18.2.1 Within twenty-eight (28) days after the date of signing the Contract Agreement,
the Contractor shall prepare and submit to the Project Manager a detailed pro-
gramme of performance of the Contract, made in the form specified in the SCC
and showing the sequence in which it proposes to design, manufacture,
transport, assemble, install and pre-commission the Facilities, as well as the
date by which the Contractor reasonably requires that the Employer shall have
fulfilled its obligations under the Contract so as to enable the Contractor to ex-
ecute the Contract in accordance with the programme and to achieve Comple-
tion, Commissioning and Acceptance of the Facilities in accordance with the

632
Contract. The programme so submitted by the Contractor shall accord with the
Time Schedule included in Appendix 4 (Time Schedule) to the Contract
agreement and any other dates and periods specified in the Contract. The Con-
tractor shall update and revise the programme as and when appropriate or when
required by the Project Manager, but without modification in the Times for
Completion given in the SCC and any extension granted in accordance with
GC 40, and shall submit all such revisions to the Project Manager.

18.3 Progress Report

18.3.1 The Contractor shall monitor progress of all the activities specified in the pro-
gramme referred to in GC 18.2 (Program of Performance) above, and supply a
progress report to the Project Manager every month.

18.3.2 The progress report shall be in a form acceptable to the Project Manager and
shall indicate: (a) percentage Completion achieved compared with the planned
percentage Completion for each activity; and (b) where any activity is behind
the programme, giving comments and likely consequences and stating the cor-
rective action being taken.

18.4 Progress of Performance

18.4.1 If at any time the Contractor’s actual progress falls behind the programme re-
ferred to in GC 18.2 (Programme of Performance) above, or it becomes appar-
ent that it will so fall behind, the Contractor shall, at the request of the Employ-
er or the Project Manager, prepare and submit to the Project Manager a revised
programme, taking into account the prevailing circumstances, and shall notify
the Project Manager of the steps being taken to expedite progress so as to attain
Completion of the Facilities within the Time for Completion under GC Sub-
Clause 8.2, any extension thereof entitled under GC 40.1 hereof, or any extend-
ed period as may otherwise be agreed upon between the Employer and the
Contractor.

18.5 Work Procedures

18.5.1 The Contract shall be executed in accordance with the Contract documents and
the procedures given in Section VII (Forms and procedures) of the Contract
Documents.

The Contractor may execute the Contract in accordance with its own standard
project execution plans and procedures to the extent that they do not conflict

633
with the provisions contained in the Contract.

19. Subcontracting

19.1 Appendix 5 (List of Subcontractors) to the Contract Agreement specifies major


items of supply or services and a list of approved Subcontractors against each
item, including vendors. Insofar as no Subcontractors are listed against any
such item, the Contractor shall prepare a list of Subcontractors for such item for
inclusion in such list. The Contractor may from time to time propose any addi-
tion to or deletion from any such list. The Contractor shall submit any such list
or any modification thereto to the Employer for its approval in sufficient time
so as not to impede the progress of work on the Facilities. Such approval by
the Employer for any of the Subcontractors shall not relieve the Contractor
from any of its obligations, duties or responsibilities under the Contract.

19.2 The Contractor shall select and employ its Subcontractors for such major items
from those listed in the lists referred to in GC Sub-Clause 19.1.

19.3 For items or parts of the Facilities not specified in Appendix 5 (List of Subcon-
tractors) to the Contract agreement, the Contractor may employ such Subcon-
tractors as it may select, at its discretion.

20. Design and Engineering

20.1 Specifications and Drawings

20.1.1 The Contractor shall execute the basic and detailed design and the engineering
work in compliance with the provisions of the Contract, or where not so speci-
fied, in accordance with good engineering practice.

The Contractor shall be responsible for any discrepancies, s or omissions in the


specifications, drawings and other technical documents that it has prepared,
whether such specifications, drawings and other documents have been ap-
proved by the Project Manager or not, provided that such discrepancies, s or
omissions are not because of inaccurate information furnished in writing to the
Contractor by or on behalf of the Employer.

20.1.2 The Contractor shall be entitled to disclaim responsibility for any design, data,
drawing, specification or other document, or any modification thereof provided
or designated by or on behalf of the Employer, by giving a notice of such dis-
claimer to the Project Manager.

634
20.2 Codes and Standards

20.2 Wherever references are made in the Contract to codes and standards in ac-
cordance with whichthe Contract shall be executed, the edition orthe revised
version of such codes and standards current at the date twenty-eight (28) days
prior to date of Bid submission shall apply unless otherwise specified. Dur-ing
Contract execution, any Changes in such codes and standards shall be ap-plied
after approval by the Employer and shall be treated in accordance with GC
Clause 39.

20.3 Approval/Review of Technical Documents by Project Manager

20.3.1 The Contractor shall prepare (or cause its Subcontractors to prepare) and fur-
nish to the Project Manager the documents listed in Appendix 7 to the Contract
Agreement for its approval or review as specified and as in accordance with the
requirements of GC 18.2 (Program of Performance).

Any part of the Facilities covered by or related to the documents to be approved


by the Project Manager shall be executed only after the Project Manager’s ap-
proval thereof.

The following GCs 20.3.2 to 20.3.7 (inclusive) shall apply to those documents
requiring the Project Manager’s approval, but not to those furnished to the Pro-
ject Manager for its review only.

20.3.2 Within fourteen (14) days after receipt by the Project Manager of any docu-
ment requiring the Project Manager’s approval in accordance with GC 20.3.1
above, the Project Manager shall either return one copy thereof to the Contrac-
tor with its approval endorsed thereon or shall notify the Contractor in writing
of its disapproval thereof and the reasons therefor and the modifications which
the Project Manager proposes.

If the Project Manager fails to take such action within the said fourteen (14)
days, then the said document shall be deemed to have been approved by the
Project Manager.

20.3.3 The Project Manager shall not disapprove any document, except on the grounds
that the document does not comply with some specified provision of the Con-
tract or that it is contrary to good engineering practice.

20.3.4 If the Project Manager disapproves the document, the Contractor shall modify
the document and re-submit it for the Project Manager’s approval in accord-

635
ance with GC 20.3.2 above. If the Project Manager approves the document
subject to modification(s), the Contractor shall make the required modifica-
tion(s), whereupon the document shall be deemed to have been approved.

20.3.5 If any dispute or difference occurs between the Employer and the Contractor in
connection with or arising out of the disapproval by the Project Manager of any
document and/or any modification(s) thereto which cannot be settled between
the parties within a reasonable period, then such dispute or difference may be
referred to an Adjudicator for determination in accordance with GC 6.2 (Refer-
ence to Adjudicator) hereof. If such dispute or difference is referred to an Ad-
judicator, the Project Manager shall give instructions as to whether and, if so,
how performance of the Contract is to proceed. The Contractor shall proceed
with the Contract in accordance with the Project Manager’s instructions, pro-
vided that if the Adjudicator upholds the Contractor’s view on the dispute and
if the Employer has not given notice under GC 6.2.1 hereof, then the Contrac-
tor shall be reimbursed by the Employer for any additional costs incurred by
reason of such instructions and shall be relieved of such responsibility or liabil-
ity in connection with the dispute and the execution of the instructions as the
Adjudicator shall decide, and the Time for Completion shall be extended ac-
cordingly.

20.3.6 The Project Manager’s approval, with or without modification of the document
furnished by the Contractor, shall not relieve the Contractor of any responsibil-
ity or liability imposed upon it by any provisions of the Contract except to the
extent that any subsequent failure results from modifications required by the
Project Manager.

20.3.7 The Contractor shall not depart from any approved document unless the Con-
tractor has first submitted to the Project Manager an amended document and
obtained the Project Manager’s approval thereof, pursuant to the provisions of
this GC 20.3

If the Project Manager requests any Change in any already approved document
and/or in any document based thereon, the provisions of GC Clause 39
(Change in the Facilities) hereof shall apply to such request.

21. Procurement

21.1 Plant and Equipment

21.1.1 Subject to GC Sub-Clause 14.2 hereof, the Contractor shall manufacture or


procure and transport all the Plant and Equipment in an expeditious and orderly

636
manner to the site.

21.2 Employer-supplied Plant, Equipment and materials

21.2.1 If Appendix 6 (Scope of Works and Supply by the Employer) to the Contract
Agreement provides that the Employer shall furnish any specific items of ma-
chinery, Equipment or materials to the Contractor, the following provisions
shall apply:

21.2.2 The Employer shall, at its own risk and expense, transport each item to the
place on or near the site as agreed upon by the parties and make such item
available to the Contractor at the time specified in the programme furnished by
the Contractor, pursuant to GC 18.2 (Programme of Performance) hereof unless
otherwise mutually agreed.

21.2.3 Upon receipt of such item, the Contractor shall inspect the same visually and
notify the Project Manager of any detected shortage, defect or default. The
Employer shall immediately remedy any shortage, defect or default, or the
Contractor shall, if practicable and possible, at the request of the Employer,
remedy such shortage, defect or default at the Employer’s cost and expense.
After inspection, such item shall fall under the care, custody and control of the
Contractor. The provisions of this clause 21.2.2 shall apply to any element or
part furnished to remedy any default or defect, or to substitute any faulty ele-
ment by one or more items which have been repaired.

21.2.4 The provision of this GC 21.2.3 shall apply to any item supplied to remedy any
such shortage or default or to substitute for any defective item, or shall apply to
defective items which have been repaired.

21.2.5 The foregoing responsibilities of the Contractor and its obligations of care, cus-
tody and control shall not relieve the Employer of liability for any undetected
shortage, defect or default, nor place the Contractor under any liability for any
such shortage, defect or default whether under GC 27 (Defect Liability) hereof
or any other provision of Contract.

21.3 Transportation

21.3.1 The Contractor shall at its own risk and expense transport all the Plant and
Equipment and the Contractor’s Equipment to the Site by the mode of transport
which the Contractor judges most suitable under all the circumstances.

21.3.2 Unless otherwise provided in the Contract, the Contractor shall be entitled to

637
select any safe mode of transport operated by any person to carry the Plant and
Equipment and the Contractor’s Equipment.

21.3.3 Upon dispatch of each shipment of the Plant and Equipment and the Contrac-
tor’s Equipment, the Contractor shall notify the Employer by telex, cable, fac-
simile or Electronic Data InterChange (EDI) of the description of the Plant and
Equipment and of the Contractor’s Equipment, the point and means of dis-
patch, and the estimated time and point of arrival in the country where the Site
is located, if applicable, and at the Site. The Contractor shall furnish the Em-
ployer with relevant shipping documents to be agreed upon between the parties.

21.3.4 The Contractor shall be responsible for obtaining, if necessary, approvals from
the authorities for transportation of the Plant and Equipment and the Contrac-
tor’s Equipment to the Site. The Employer shall use its best endeavours in a
timely and expeditious manner to assist the Contractor in obtaining such ap-
provals, if requested by the Contractor. The Contractor shall indemnify and
hold harmless the Employer from and against any claim for damage to roads,
bridges or any other traffic Facilities that may be caused by the transport of the
Plant and Equipment and the Contractor’s Equipment to the site.

21.4 Customs Clearance

21.4.1 The Contractor shall, at its own expense, handle all imported Plant and Equip-
ment and Contractor’s Equipment at the point(s) of import and shall handle any
formalities for customs clearance, subject to the Employer’s obligations under
GC Sub-Clause 14.2 hereof, provided that if applicable laws or regulations re-
quire any application or act to be made by or in the name of the Employer, the
Employer shall take all necessary steps to comply with such laws or regula-
tions. In the event of delays in customs clearance that are not the fault of the
Contractor, the Contractor shall be entitled to an extension in the Time for
Completion, pursuant to Clause GC 40.

22. Installation

22.1 Setting Out/Supervision/Labour

Bench Mark

22.1.1 The Contractor shall be responsible for the true and proper setting-out of the
Facilities in relation to bench marks, reference marks and lines provided to it in
writing by or on behalf of the Employer.

638
If, at any time during the progress of installation of the Facilities, any shall ap-
pear in the position, level or alignment of the Facilities, the Contractor shall
forthwith notify the Project Manager of such and, at its own expense, immedi-
ately rectify such to the reasonable satisfaction of the Project Manager. If such
is based on incorrect data provided in writing by or on behalf of the Employer,
the expense of rectifying the same shall be borne by the Employer.

Supervision

22.1.2 The Contractor shall give or provide all necessary superintendance during the
installation of the Facilities, and the Construction Manager or its deputy shall
be constantly on the Site to provide full-time superintendance of the installa-
tion. The Contractor shall provide and employ only technical personnel who
are skilled and experienced in their respective callings and supervisory staff
who are competent to give adequate supervision to the work at hand.

Labour

22.1.3 The Contractor shall provide and employ on the Site in the installation of the
Facilities such skilled, semi-skilled and unskilled labour as is necessary for the
proper and timely execution of the Contract. The Contractor is encouraged to
use local labour that has the necessary skills.

22.1.3 Unless otherwise provided in the Contract, the Contractor shall be responsible
for the recruitment, transportation, accommodation and catering of all labour,
local or expatriate, required for the execution of the Contract and for all pay-
ments in connection therewith.

22.1.3 The Contractor shall be responsible for obtaining all necessary permit(s)
and/or visa(s) from the appropriate authorities for the entry of all labour and
personnel to be employed on the site into the country where the Site is located.

22.1.3 The Contractor shall at its own expense provide the means of repatriation to all
of its and its Subcontractor’s personnel employed on the Contract at the Site to
their various home countries. It shall also provide suitable temporary mainte-
nance of all such persons from the cessation of their employment on the Con-
tract to the date programmed for their departure. In the event that the Contrac-
tor defaults in providing such means of transportation and temporary mainte-
nance, the Employer may provide the same to such personnel and recover the
cost of doing so from the Contractor.

22.1.3 The Contractor shall at all times during the progress of the Contract use its best

639
endeavours to prevent any unlawful, riotous or disorderly conduct or behaviour
by or amongst its employees and the labour of its Subcontractors.

22.1.3 The Contractor shall, in all dealings with its labour and the labour of its Sub-
contractors currently employed on or connected with the Contract, pay due re-
gard to all recognised festivals, official holidays, religious or other customs and
all local laws and regulations pertaining to the employment of labour.

22.2 Contractor’s Equipment

22.2.1 All Contractor’s Equipment brought by the Contractoronto the Site shall be
deemed to be intended to be used exclusively for the execution of the Contract.
The Contractor shall not remove the same from the Site without the Project
Manager’s consent that such Contractor’s Equipment is no longer required for
the execution of the Contract.

22.2.2 Unless otherwise specified in the Contract, upon Completion of the Facilities,
the Contractor shall remove from the Site all Equipment brought by the Con-
tractor ontothe Site and any surplus materials remaining thereon.

22.2.3 The Employer will, if requested, use its best endeavours to assist the Contractor
in obtaining any local, state or national government permission required by the
Contractor for the export of the Contractor’s Equipment imported by the Con-
tractor for use in the execution of the Contract that is no longer required for the
execution of the Contract.

22.3 Regulations and Safety

22.3.1 The Employer and the Contractor shall establish Site regulations setting out the
rules to be observed in the execution of the Contract at the Site and shall com-
ply therewith. The Contractor shall prepare and submit to the Employer, with a
copy to the Project Manager, proposed Site regulations for the Employer’s ap-
proval, which approval shall not be unreasonably withheld.

Such Site regulations shall include, but shall not be limited to, rules in respect
of security, safety of the Facilities, gate control, sanitation, medical care, and
fire prevention.

22.4 Opportunities for Other Contractors

22.4.1 The Contractor shall, upon written request from the Employer or the Project
Manager, give all reasonable opportunities for carrying out the work to any

640
other contractors employed by the Employer on or near the Site.

22.4.2 If the Contractor, upon written request from the Employer or the Project Man-
ager, makes available to other contractors any roads or ways the maintenance
for which the Contractor is responsible, permits the use by such other contrac-
tors of the Contractor’s Equipment, or provides any other service of whatsoever
nature for such other contractors, the Employer shall fully compensate the Con-
tractor for any loss or damage caused or occasioned by such other contractors
in respect of any such use or service and shall pay to the Contractor reasonable
remuneration for the use of such Equipment or the provision of such services.

22.4.3 The Contractor shall also arrange to perform its work so as to minimise, to the
extent possible, interference with the work of other contractors. The Project
Manager shall determine the resolution of any difference or conflict that may
arise between the Contractor and other contractors and the workers of the Em-
ployer in regard to their work.

22.4.4 The Contractor shall notify the Project Manager promptly of any defects in the
other contractors’ work that could affect the Contractor’s work. The Project
Manager shall determine the corrective measures, if any, required to rectify the
situation after inspection of the Facilities. Decisions made by the Project Man-
ager shall be binding on the Contractor.

22.5 Emergency Work

22.5.1 If, by reason of an emergency arising in connection with and during the execu-
tion of the Contract, any protective or remedial work is necessary as a matter of
urgency to prevent damage to the Facilities, the Contractor shall immediately
carry out such work.

If the Contractor is unable or unwilling to do such work immediately, the Em-


ployer may do or cause to be done such work as the Employer may determine is
necessary in order to prevent damage to the Facilities. In such event the Em-
ployer shall, as soon as practicable after the occurrence of any such emergency,
notify the Contractor in writing of such emergency, the work done and the rea-
sons therefore. If the work done or caused to be done by the Employer is work
which the Contractor was liable to do at its own expense under the Contract, the
reasonable costs incurred by the Employer in connection therewith shall be paid
by the Contractor to the Employer. Otherwise, the cost of such remedial work
shall be borne by the Employer.

641
22.6 Site Clearance

Site Clearance in Course of Performance

22.6.1 In the course of carrying out the Contract, the Contractor shall keep the Site
reasonably free from all unnecessary obstruction, store or remove any surplus
materials, clear away any wreckage, rubbish or temporary works from the Site,
and remove any Contractor’s Equipment no longer required for execution of
the Contract.

Clearance of Site after Completion

22.6.2 After Completion of all parts of the Facilities, the Contractor shall clear away
and remove all wreckage, rubbish and debris of any kind from the Site, and
shall leave the site and Facilities in a clean and safe condition.

22.7 Watching and Lighting

22.7.1 The Contractor shall provide and maintain at its own expense all lighting, fenc-
ing, and watching when and where necessary for the proper execution and the
protection of the Facilities, or for the safety of the owners and occupiers of ad-
jacent property and for the safety of the public.

22.8 Work at Night and on Holidays

22.8.1 Unless otherwise provided in the Contract, no work shall be carried out during
the night and on public holidays of the country where the Site is located with-
out prior written consent of the Employer, except where work is necessary or
required to ensure safety of the Facilities or for the protection of life, or to pre-
vent loss or damage to property, when the Contractor shall immediately advise
the Project Manager, provided that provisions of this GC 22.8.1 shall not apply
to any work which is customarily carried out by rotary or double-shifts.

22.8.2 Notwithstanding GC 22.8.1 or GC 22.1.3 above, if and when the Contractor


considers it necessary to carry out work at night or on public holidays so as to
meet the Time for Completion and requests the Employer’s consent thereto, the
Employer shall not unreasonably withhold such consent.

23. Test and Inspection

23.1 The Contractor shall at its own expense carry out at the place of manufacture
and/or on the Site all such tests and/or inspections of the Plant and Equipment

642
and any part of the Facilities as are specified in the Contract.

23.2 The Employer and the Project Manager or their designated representatives shall
be entitled to attend the aforesaid test and/or inspection, provided that the Em-
ployer shall bear all costs and expenses incurred in connection with such at-
tendance including, but not limited to, all travelling and board and lodging ex-
penses.

23.3 Whenever the Contractor is ready to carry out any such test and/or inspection,
the Contractor shall give a reasonable advance notice of such test and/or in-
spection and of the place and time thereof to the Project Manager. The Contrac-
tor shall obtain from any relevant third party or manufacturer any necessary
permission or consent to enable the Employer and the Project Manager (or their
designated representatives) to attend the test and/or inspection.

23.4 The Contractor shall provide the Project Manager with a certified report of the
results of any such test and/or inspection.

If the Employer or Project Manager (or their designated representatives) fails to


attend the test and/or inspection, or if it is agreed between the parties that such
persons shall not do so, then the Contractor may proceed with the test and/or
inspection in the absence of such persons, and may provide the Project Manag-
er with a certified report of the results thereof.

23.5 The Project Manager may require the Contractor to carry out any test and/or in-
spection not required by the Contract, provided that the Contractor’s reasonable
costs and expenses incurred in the carrying out of such test and/or inspection
shall be added to the Contract Price. Further, if such test and/or inspection im-
pedes the progress of work on the Facilities and/or the Contractor’s perfor-
mance of its other obligations under the Contract, due allowance will be made
in respect of the Time for Completion and the other obligations so affected.

23.6 If any Plant and Equipment or any part of the Facilities fails to pass any test
and/or inspection, the Contractor shall either rectify or replace such Plant and
Equipment or part of the Facilities and shall repeat the test and/or inspection
upon giving a notice under GC 23.3 above.

23.7 If any dispute or difference of opinion shall arise between the parties in connec-
tion with or arising out of the test and/or inspection of the Plant and Equipment
or part of the Facilities that cannot be settled between the parties within a rea-
sonable period of time, it may be referred to an Adjudicator for determination

643
in accordance with GC 6.1 (Reference to Adjudicator) hereof.

23.8 The Contractor shall afford the Employer and the Project Manager, at the Em-
ployer’s expense, access at any reasonable time to any place where the Plant
and Equipment are being manufactured or the Facilities are being installed, in
order to inspect the progress and the manner of manufacture or installation,
provided that the Project Manager shall give the Contractor reasonable prior
notice.

23.9 The Contractor agrees that neither the execution of a test and/or inspection of
Plant and Equipment or any part of the Facilities, nor the attendance by the
Employer or the Project Manager, nor the issue of any test certificate pursuant
to GC 23.4 above, shall release the Contractor from any other responsibilities
under the Contract.

23.10 No part of the Facilities or foundations shall be covered up on the Site without
carrying out any test and/or inspection required under the Contract. The Con-
tractor shall give a reasonable notice to the Project Manager whenever any such
part of the Facilities or foundations are ready or about to be ready for test
and/or inspection; such test and/or inspection and notice thereof shall be sub-
ject to the requirements of the Contract.

23.11 The Contractor shall uncover any part of the Facilities or foundations, or shall
make openings in or through the same as the Project Manager may from time to
time require at the site, and shall reinstate and make good such part or parts.

If any part of the Facilities or foundations have been covered up at the Site after
compliance with the requirement of GC 23.10 above and are found to be exe-
cuted in accordance with the Contract, the expenses of uncovering, making
openings in or through, reinstating, and making good the same shall be borne
by the Employer, and the Time for Completion shall be reasonably adjusted to
the extent that the Contractor has thereby been delayed or impeded in the per-
formance of any of its obligations under the Contract.

24. Completion

24.1 As soon as the Facilities or any part thereof have, in the opinion of the Contrac-
tor, been completed mechanically and structurally and put in a tight and clean
condition as specified in the Technical Specifications, excluding minor items
not materially affecting the operation or safety of the Facilities, the Contractor
shall so notify the Employer in writing.

644
24.2 Within seven (7) days of receipt of the notice from the Contractor under GC
24.1 above, the Employer shall supply the operating and maintenance person-
nel specified in Appendix 6 (Scope of Works and Supply by the Employer) to
the Contract Agreement for pre-commissioning of the Facilities or any part
thereof.

Pursuant to Appendix 6 (Scope of Works and Supply by the Employer) to the


Contract Agreement, the Employer shall also provide, within the said seven (7)
day period, the raw materials, utilities, lubricants, chemicals, catalysts, Facili-
ties, services and other matters required for pre-commissioning of the Facilities
or any part thereof.

24.3 As soon as reasonably practicable after the operating and maintenance person-
nel have been supplied by the Employer and the raw materials, utilities, lubri-
cants, chemicals, catalysts, Facilities, services and other matters have been pro-
vided by the Employer in accordance with GC 24.2 above, the Contractor shall
commence pre-commissioning of the Facilities or the relevant part thereof in
preparation for Commissioning.

24.4 As soon as all works in respect of pre-commissioning are completed and, in the
opinion of the Contractor, the Facilities or any part thereof are ready for Com-
missioning, the Contractor shall so notify the Project Manager in writing.

24.5 The Project Manager shall, within fourteen (14) days of receipt of the Contrac-
tor’s notice under GC 24.4 above, either issue a Completion Certificate in the
form specified in Section VII of the Contract (Forms and Procedures) stating
that the Facilities or that part thereof have reached Completion as at the date of
the Contractor’s notice under GC 24.4 above, or notify the Contractor in writ-
ing of any defects and/or deficiencies.

If the Project Manager notifies the Contractor of any defects and/or deficien-
cies, the Contractor shall then correct such defects and/or deficiencies and shall
repeat the procedure described in GC 24.4 above.

If the Project Manager is satisfied that the Facilities or that part thereof have
reached Completion, the Project Manager shall, within seven (7) days of receipt
of the Contractor’s repeated notice, issue a Completion Certificate stating that
the Facilities or that part thereof have reached Completion as at the date of the
Contractor’s repeated notice.

If the Project Manager is not so satisfied, then it shall notify the Contractor in
writing of any defects and/or deficiencies within seven (7) days of receipt of the

645
Contractor’s repeated notice, and the above procedure shall be repeated.

24.6 If the Project Manager fails to issue the Completion Certificate and fails to in-
form the Contractor of any defects and/or deficiencies within fourteen (14)
days of receipt of the Contractor’s notice under GC 24.4 above or within seven
(7) days of receipt of the Contractor’s repeated notice under GC 24.5 above, or
if the Employer makes use of the Facilities or part thereof, then the Facilities or
that part thereof shall be deemed to have reached Completion as at the date of
the Contractor’s notice or repeated notice, or the Employer’s use of the Facili-
ties, as the case may be.

24.7 As soon as possible after Completion, the Contractor shall complete all out-
standing minor items so that the Facilities are fully in accordance with the re-
quirements of the Contract, failing which the Employer will undertake such
Completion and deduct the costs thereof from any monies owing to the Con-
tractor.

24.8 Upon Completion, the Employer shall be responsible for the care and custody
of the Facilities or the relevant part thereof, together with the risk of loss or
damage thereto, and shall thereafter take over the Facilities or the relevant part
thereof.

25. Commissioning and Operational Acceptance

25.1 Commissioning

25.1.1 Commissioning of the Facilities or any part thereof shall be commenced by the
Contractor immediately after issue of the Completion Certificate by the Project
Manager, pursuant to GC 24.5 hereof, or immediately after issue of the deemed
Completion, under GC 24.6 hereof.

The Employer shall supply the operating and maintenance personnel and all
raw materials, utilities, lubricants, chemicals, catalysts, Facilities, services and
other matters required for Commissioning.

25.1.2 In accordance with the requirements of the Contract, the Contractor’s advisory
personnel shall attend Commissioning and advice and assist the Employer.

25.2 Guarantee Test

25.2.1 The Guarantee Test (and repeats thereof) shall be conducted by the Contractor
during Commissioning of the Facilities or the relevant part thereof to ascertain
whether the Facilities or that part can attain the Functional Guarantees speci-

646
fied in the technical specifications. The Contractor’s and Project Manager’s
advisory personnel shall attend the Guarantee Test, and shall advise and assist
the Employer. The Employer shall promptly provide to the Contractor such in-
formation as the Contractor may reasonably require in relation to the conduct
and results of the Guarantee Test (and any repeats thereof).

25.2.2 If for reasons not attributable to the Contractor, the Guarantee Test of the Facil-
ities or the relevant part thereof cannot be successfully completed within the
period from the date of Completion specified in the SCC or any other period
agreed upon by the Employer and the Contractor, the Contractor shall be
deemed to have fulfilled its obligations with respect to the Functional Guaran-
tees, and GCs 28.2 and 28.3 hereof shall not apply.

25.3 Operational Acceptance

25.3.1 Subject to GC 25.4 (Partial Acceptance) below, Operational Acceptance shall


occur in respect of the Facilities or any part thereof when:

(a) the Guarantee Test has been successfully completed and the Functional
Guarantees are met: or

(b) the Guarantee Test has not been successfully completed or has not been
carried out for reasons not attributable to the Contractor within the peri-
od from the date of Completion specified in the SCC or any other
agreed upon period as specified in GC 25.2.2 above; or

(c) the Contractor has paid the liquidated damages specified in GC 28.3
hereof; and

any minor items mentioned in GC 24.7 hereof relevant to the Facilities or that
part thereof have been completed.

25.3.2 At any time after any of the events set out in GC 25.3.1 above have occurred,
the Contractor may give a notice to the Project Manager requesting the issue of
an Operational Acceptance Certificate in the form provided in the Bid doc-
uments or in another form acceptable to the Employer in respect of the Facili-
ties or the part thereof specified in such notice as at the date of such notice.

25.3.3 The Project Manager shall, after consultation with the Employer, and within
seven (7) days of receipt of the Contractor’s notice, issue an Operational Ac-
ceptance Certificate.

25.3.4 If within seven (7) days of receipt of the Contractor’s notice, the Project Man-

647
ager fails to issue the Operational Acceptance Certificate or fails to inform the
Contractor in writing of the justifiable reasons why the Project Manager has
not issued the Operational Acceptance Certificate, the Facilities or the relevant
part thereof shall be deemed to have been accepted as at the date of the Con-
tractor’s said notice.

25.4 Partial Acceptance

25.4.1 If the Contract specifies that Completion and Commissioning shall be carried
out in respect of parts of the Facilities, the provisions relating to Completion
and Commissioning including the Guarantee Test shall apply to each such part
of the Facilities individually, and the Operational Acceptance Certificate shall
be issued accordingly for each such part of the Facilities.

25.4.2 If a part of the Facilities comprises Facilities such as buildings, for which no
Commissioning or Guarantee Test is required, then the Project Manager shall is-
sue the Operational Acceptance Certificate for such facility when it attains Com-
pletion, provided that the Contractor shall thereafter complete any outstanding
minor items which are listed in the Operational Acceptance Certificate.

VI. GUARANTEES AND LIABILITIES

26. Completion Time Guarantee

26.1 The Contractor guarantees that it shall attain Completion of the Facilities (or a
part for which a separate Time for Completion is specified in the SCC within
the Time for Completion specified in the SCC pursuant to GC Sub-Clause 8.2,
or within such extended time to which the Contractor shall be entitled under
GC 40 (Extension of Time for Completion) hereof.

26.2 If the Contractor fails to attain Completion of the Facilities or any part thereof
within the Time for Completion or any extension thereof under GC 40 (Exten-
sion of Time for Completion) hereof, the Contractor shall pay to the Employer
liquidated damages in the amount specified in the SCC as a percentage rate of
the Contract Price. The aggregate amount of such liquidated damages shall in
no event exceed the amount specified as “Maximum” in the SCC.

Such payment shall completely satisfy the Contractor’s obligation to attain


Completion of the Facilities or the relevant part thereof within the Time for
Completion or any extension thereof under GC 40 (Extension of Time for

648
Completion) hereof. The Contractor shall have no further liability whatsoever
to the Employer in respect thereof.

However, the payment of liquidated damages shall not in any way relieve the
Contractor from any of its obligations to complete the Facilities or from any
other obligations and liabilities of the Contractor under the Contract.

Save for liquidated damages payable under this GC 26.2, the failure by the
Contractor to attain any milestone or other act, matter or thing by any date
specified in Appendix 4 (Time Schedule) to the Contract agreement and/or oth-
er programme of work prepared pursuant to GC 18 (Program of Performance)
hereof shall not render the Contractor liable for any loss or damage thereby suf-
fered by the Employer.

26.3 If the Contractor attains Completion of the Facilities or any part thereof before
the Time for Completion or any extension thereof under GC 40 (Extension of Time for
Completion) hereof, the Employer shall pay to the Contractor a bonus in the amount
specified in the SCC. The aggregate amount of such bonus shall in no event exceed
the amount specified as “Maximum” in the SCC.

27. Defect Liability

27.1 The Contractor warrants that the Facilities or any part thereof shall be free from
defects in the design, engineering, materials and workmanship of the Plant and
Equipment supplied and of the work executed.

27.2 The Defect Liability Period shall be eighteen (18) months from the date of
Completion of the Facilities (or any part thereof) or twelve (12) months from
the date of Operational Acceptance of the Facilities (or any part thereof),
whichever first occurs, unless specified otherwise in the SCC.

If during the Defect Liability Period any defect should be found in the design,
engineering, materials and workmanship of the Plant and Equipment supplied
or of the work executed by the Contractor, the Contractor shall promptly, in
consultation and agreement with the Employer regarding appropriate remedy-
ing of the defects, and at its cost, repair, replace or otherwise make good (as the
Contractor shall, at its discretion, determine) such defect as well as any damage
to the Facilities caused by such defect. The Contractor shall not be responsible
for the repair, replacement or making good of any defect or of any damage to
the Facilities arising out of or resulting from any of the following causes:

649
(a) improper operation or maintenance of the Facilities by the Employer;

(b) operation of the Facilities outside specifications provided in the Con-


tract;
or

(c) normal wear and tear.

27.3 The Contractor’s obligations under this GC 27 shall not apply to:

(a) any materials which are supplied by the Employer under GC 21.2

(Employer-supplied Plant, Equipment and Materials) hereof, are nor-


mally consumed in operation, or which have a normal life shorter than
the Defect Liability Period stated herein.

(b) any designs, specifications or other data designed, supplied or specified


by or on behalf of the Employer, or any matters for which the Contrac-
tor has disclaimed responsibility herein; or

(c) any other materials supplied or any other work executed by or on behalf
of the Employer, except for the work executed by the Employer under
GC 27.7 below.

27.4 The Employer shall give the Contractor a notice stating the nature of any such
defect together with all available evidence thereof, promptly following the dis-
covery thereof. The Employer shall afford all reasonable opportunity for the
Contractor to inspect any such defect.

27.5 The Employer shall afford the Contractor all necessary access to the Facilities
and the Site to enable the Contractor to perform its obligations under this GC
27.

The Contractor may, with the consent of the Employer, remove from the Site
any Plantand Equipment or any part of the Facilities which are defective if the
nature of the defect, and/or any damage to the Facilities caused by the defect, is
such that repairs cannot be expeditiously carried out at the site.

27.6 If the repair, replacement or making good is of such a character that it may af-
fect the efficiency of the Facilities or any part thereof, the Employer may give
to the Contractor a notice requiring that tests of the defective part of the Facili-
ties shall be made by the Contractor immediately upon Completion of such re-

650
medial work, whereupon the Contractor shall carry out such tests.

If such part fails the tests, the Contractor shall carry out further repair, replace-
ment or making good (as the case may be) until that part of the Facilities passes
such tests. The tests shall be agreed upon by the Employer and the Contractor.

27.7 If the Contractor fails to commence the work necessary to remedy such defect
or any damage to the Facilities caused by such defect within a reasonable time
(which shall in no event be considered to be less than fifteen [15] days), the
Employer may, following notice to the Contractor, proceed to do such work,
and the reasonable costs incurred by the Employer in connection therewith
shall be paid to the Employer by the Contractor or may be deducted by the
Employer from any monies due the Contractor or claimed under the Perfor-
mance Security.

27.8 If the Facilities or any part thereof cannot be used by reason of such defect
and/or making good such defect, the Defect Liability Period of the Facilities or
such part, as the case may be, shall be extended by a period equal to the period
during which the Facilities or such part cannot be used by the Employer be-
cause of any of the aforesaid reasons.

27.9 Except as provided in this GC 27 and GC 33 (Loss or Damage to Proper-


ty/Accident or Injury to Workers/Indemnification) hereof, the Contractor shall
be under no liability whatsoever and howsoever arising, and whether under the
Contract or at law, in respect of defects in the Facilities or any part thereof, the
Plant and Equipment, design or engineering or work executed which appear af-
ter Completion of the Facilities or any part thereof, except where such defects
are the result of the gross negligence, fraud, criminal or wilful action of the
Contractor.

28. Functional Guarantees

28.1 The Contractor guarantees that during the Guarantee Test, the Facilities and all
parts thereof shall attain the Functional Guarantees specified in the Contract
subject to and upon the conditions therein specified.

28.2 If, for reasons attributable to the Contractor, the guaranteed level of the Func-
tional Guarantees specified in the Contract are not met either in whole or in
part, the Contractor shall at its cost and expense make such Changes, modifica-
tions and/or additions to the Plant or any part thereof as may be necessary to
meet at least the guaranteed level of such Guarantees. The Contractor shall no-
tify the Employer upon Completion of the necessary Changes, modifications

651
and/or additions, and shall request the Employer to repeat the Guarantee Test
until the guaranteed level of the Guarantees has been met.

28.3 If, for reasons attributable to the Contractor, the Functional Guarantees speci-
fied in the Contract are not attained either in whole or in part, the Contractor
shall, at the Employer’s option, either

(a) make such Changes, modifications and/or additions to the Facilities or


any part thereof that are necessary to attain the Functional Guarantees at
its cost and expense, and shall request the Employer to repeat the Guar-
antee Test; or

(b) pay liquidated damages to the Employer in respect of the failure to meet
the Functional Guarantees in accordance with the provisions in the SCC
or elsewhere in the Contract.

28.4 The payment of liquidated damages under GC 28.3 above up to the limitation
of liability specified in the SCC shall completely satisfy the Contractor’s guar-
antees under GC 28.1 above and any other corresponding or equivalent provi-
sion set out in the Contract, and the Contractor shall have no further liability
whatsoever to the Employer in respect thereof. Upon the payment of such liq-
uidated damages by the Contractor, the Project Manager shall issue the Opera-
tional Acceptance Certificate for the Facilities or any part thereof in respect of
which the liquidated damages have been so paid.

29. Patent Indemnity

29.1 The Contractor shall, subject to the Employer’s compliance with GC 29.2 be-
low, indemnify and hold harmless the Employer and its employees and officers
from and against any and all suits, actions or administrative proceedings,
claims, demands, losses, damages, costs, and expenses of whatsoever nature,
including attorney’s fees and expenses, which the Employer may suffer as a re-
sult of any infringement or alleged infringement of any patent, utility model,
registered design, trademark, copyright or other intellectual property right reg-
istered or otherwise existing at the date of the Contract by reason of: (a) the in-
stallation of the Facilities by the Contractor or the use of the Facilities in the
country where the site is located; and (b) the sale of the products produced by
the Facilities in any country.

Such indemnity shall not cover any use of the Facilities or any part thereof oth-
er than for the purpose indicated by, or reasonably to be inferred from, the Con-
tract, any infringement resulting from the use of the Facilities or any part there-

652
of, or any products produced thereby in association or combination with any
other Equipment, Plant or materials not supplied by the Contractor, pursuant to
the Contract Agreement.

29.2 If any proceedings are brought or any claim is made against the Employer aris-
ing out of the matters referred to in GC 29.1 above, the Employer shall prompt-
ly give the Contractor a notice thereof, and the Contractor may at its own ex-
pense and in the Employer’s name conduct such proceedings or claim and any
negotiations for the settlement of any such proceedings or claim.

If the Contractor fails to notify the Employer within twenty-eight (28) days of
receipt of such notice that it intends to conduct any such proceedings or claim,
then the Employer shall be free to conduct the same on its own behalf. Unless
the Contractor has so failed to notify the Employer within the twenty-eight (28)
day period, the Employer shall make no admission which may be prejudicial to
the defence of any such proceedings or claim.

The Employer shall, at the Contractor’s request, afford all available assistance
to the Contractor in conducting such proceedings or claim, and shall be reim-
bursed by the Contractor for all reasonable expenses incurred in so doing.

29.3 The Employer shall indemnify and hold harmless the Contractor and its em-
ployees, officers and Subcontractors from and against any and all suits, actions
or administrative proceedings, claims, demands, losses, damages, costs, and
expenses of whatsoever nature, including attorney’s fees and expenses, which
the Contractor may suffer as a result of any infringement or alleged infringe-
ment of any patent, utility model, registered design, trademark, copyright or
other intellectual property right registered or otherwise existing at the date of
the Contract arising out of or in connection with any design, data, drawing,
specification, or other documents or materials provided or designed by or on
behalf of the Employer.

30. Limitation of Liability

30.1 Except in cases of criminal negligence or wilful misconduct,

(a) the Contractor shall not be liable to the Employer, whether in contract,
tort, or otherwise, for any indirect or consequential loss or damage, pro-
vided that this exclusion shall not apply to any obligation of the Con-
tractor to pay liquidated damages to the Employer; and

(b) the aggregate liability of the Contractor to the Employer under the Con-

653
tract shall not exceed the Contract Price, provided that this limitation
shall not apply to any obligation of the Contractor to indemnify the
Employer with respect to patent infringement.

VII. RISK DISTRIBUTION

31. Transfer of Ownership

31.1 Ownership of the Plant and Equipment (including spare parts) to be imported
into the country where the Site is located shall be transferred to the Employer
upon loading on to the mode of transport to be used to convey the Plant and
Equipment from the country of origin to that country.

31.2 Ownership of the Plant and Equipment (including spare parts) procured in the
country where the Site is located shall be transferred to the Employer when the
Plant and Equipment are brought on to the Site.

31.3 Ownership of the Contractor’s Equipment used by the Contractor and its Sub-
contractors in connection with the Contract shall remain with the Contractor or
its Sub-contractors .

31.4 Ownership of any Plant and Equipment in excess of the requirements for the
Facilities shall revert to the Contractor upon Completion of the Facilities or at
such earlier time when the Employer and the Contractor agree that the Plant
and Equipment in question are no longer required for the Facilities.

31.5 Notwithstanding the transfer of ownership of the Plant and Equipment, the re-
sponsibility for care and custody thereof together with the risk of loss or dam-
age thereto shall remain with the Contractor pursuant to GC 32 (Care of Facili-
ties) hereof until Completion of the Facilities or the part thereof in which such
Plant and Equipment are incorporated.

32. Care of Facilities

32.1 The Contractor shall be responsible for the care and custody of the Facilities or
any part thereof until the date of Completion of the Facilities pursuant to GC 24
(Completion) hereof or, where the Contract provides for Completion of the Fa-
cilities in parts, until the date of Completion of the relevant part, and shall make
good at its own cost any loss or damage that may occur to the Facilities or the
relevant part thereof from any cause whatsoever during such period. The Con-
tractor shall also be responsible for any loss or damage to the Facilities caused

654
by the Contractor or its Subcontractors in the course of any work carried out,
pursuant to GC 27 (Defect Liability) hereof. Notwithstanding the foregoing,
the Contractor shall not be liable for any loss ,or damage to the Facilities or that
part thereof caused by reason of any of the matters specified or referred to in
paragraphs (a), (b) and (c) of GC 32.2 below and GC 38.1 hereof.

32.2 If any loss or damage occurs to the Facilities or any part thereof or to the Con-
tractor’s temporary facilities by reason of:

(a) (insofar as they relate to the country where the Site is located) nuclear
reaction, nuclear radiation, radioactive contamination, pressure wave
caused by aircraft or other aerial objects, or any other occurrences that
an experienced contractor could not reasonably foresee, or if reasonably
foreseeable could not reasonably make provision for or insure against,
insofar as such risks are not normally insurable on the insurance market
and are mentioned in the general exclusions of the policy of insurance,
including War Risks and Political Risks, taken out under GC 34 (Insur-
ance) hereof; or

(b) any use or occupation by the Employer or any third party (other than a
Subcontractor) authorised by the Employer of any part of the Facilities;
or

(c) any use of or reliance upon any design, data or specification provided or
designated by or on behalf of the Employer, or any such matter for
which the Contractor has disclaimed responsibility herein,

the Employer shall pay to the Contractor all sums payable in respect of the Fa-
cilities executed, notwithstanding that the same be lost, destroyed or damaged,
and will pay to the Contractor the replacement value of all temporary facilities
and all parts thereof lost, destroyed or damaged. If the Employer requests the
Contractor in writing to make good any loss or damage to the Facilities thereby
occasioned, the Contractor shall make good the same at the cost of the Employ-
er in accordance with GC Clause 39hereof. If the Employer does not request
the Contractor in writing to make good any loss or damage to the Facilities
thereby occasioned, the Employer shall either request a Change in accordance
with GC Clause 39 hereof, excluding the performance of that part of the Facili-
ties thereby lost, destroyed or damaged, or, where the loss or damage affects a
substantial part of the Facilities, the Employer shall terminate the Contract pur-
suant to GC 42.1 (Termination for Employer’s Convenience) hereof, except
that the Contractor shall have no entitlement to profit under paragraph (e) of

655
GC 42.1.3 hereof in respect of any unexecuted Facilities as at the date of termi-
nation.

32.3 The Contractor shall be liable for any loss of or damage to any Contractor’s
Equipment, or any other property of the Contractor used or intended to be used
for purposes of the Facilities, except (i) as mentioned in GC 32.2 above (with
respect to the Contractor’s temporary Facilities), and (ii) where such loss or
damage arises by reason of any of the matters specified in GC 32.2(b) and (c)
above and in GC 38.1 hereof.

32.4 With respect to any loss or damage caused to the Facilities or any part thereof
or to the Contractor’s Equipment by reason of any of the matters specified in
GC 38.1 hereof, the provisions of GC 38.3 hereof shall apply.

33. Loss of or Damage to Property/Accident or Injury to Workers/Indemnification

33.1 Subject to GC 33.3 below, the Contractor shall indemnify and hold harmless
the Employer and its employees and officers from and against any and all suits,
actions or administrative proceedings, claims, demands, losses, damages, costs,
and expenses of whatsoever nature, including attorney’s fees and expenses, in
respect of the death or injury of any person or loss of or damage to any proper-
ty (other than the Facilities whether accepted or not), arising in connection with
the supply and installation of the Facilities and by reason of the negligence of
the Contractor or its Subcontractors, or their employees, officers or agents, ex-
cept any injury, death or property damage caused by the negligence of the Em-
ployer, its contractors, employees, officers or agents.

33.2 If any proceedings are brought or any claim is made against the Employer that
might subject the Contractor to liability under GC 33.1 above, the Employer
shall promptly give the Contractor a notice thereof and the Contractor may at
its own expense and in the Employer’s name conduct such proceedings or
claim and any negotiations for the settlement of any such proceedings or claim.

If the Contractor fails to notify the Employer within twenty-eight (28) days of
receipt of such notice that it intends to conduct any such proceedings or claim,
then the Employer shall be free to conduct the same on its own behalf. Unless
the Contractor has so failed to notify the Employer within the twenty-eight (28)
day period, the Employer shall make no admission which may be prejudicial to
the defence of any such proceedings or claim.

The Employer shall, at the Contractor’s request, afford all available assistance
to the Contractor in conducting such proceedings or claim, and shall be reim-

656
bursed by the Contractor for all reasonable expenses incurred in so doing.

33.3 The Employer shall indemnify and hold harmless the Contractor and its em-
ployees, officers and Subcontractors from any liability for loss of or damage to
property of the Employer, other than the Facilities not yet taken over, that is
caused by fire, explosion or any other perils, in excess of the amount recovera-
ble from insurances procured under GC 34 (Insurances), provided that such
fire, explosion or other perils were not caused by any act or failure of the Con-
tractor.

33.4 The party entitled to the benefit of an indemnity under this GC 33 shall take all
reasonable measures to mitigate any loss or damage which has occurred. If the
party fails to take such measures, the other party’s liabilities shall be corre-
spondingly reduced.

34. Insurance

34.1 To the extent specified in Appendix 3 (Insurance Requirements) to the Contract


agreement, the Contractor shall at its expense take out and maintain in effect,
or cause to be taken out and maintained in effect, during the performance of the
Contract, the insurances set forth below in the sums and with the deductibles
and other conditions specified in the said Appendix. The identity of the insur-
ers and the form of the policies shall be subject to the approval of the Employ-
er, such approval not to be unreasonably withheld.

(a) Cargo Insurance During Transport

covering loss or damage occurring, while in transit from the supplier’s


or manufacturer’s works or stores until arrival at the Site, to the Plant
and Equipment (including spare parts therefore) and to the Contractor’s
Equipment, to be provided by the Contractor or its Subcontractors.

(b) Installation All Risks Insurance

covering physical loss or damage to the Facilities at the Site, occurring


prior to Completion of the Facilities, with an extended maintenance
coverage for the Contractor’s liability in respect of any loss or damage
occurring during the Defect Liability Period while the Contractor is on
the Site for the purpose of performing its obligations during the Defect
Liability Period.

(c) Third Party Liability Insurance

657
covering bodily injury or death suffered by third parties (including the
Employer’s personnel) and loss of or damage to property occurring in
connection with the supply and installation of the Facilities.

(d) Automobile Liability Insurance

covering use of all vehicles used by the Contractor or its Subcontractors


(whether or not owned by them) in connection with the execution of the
Contract.

(e) Workers’ Compensation

in accordance with the statutory requirements applicable in any country


where the Contract or any part thereof is executed.

(f) Employer’s Liability

in accordance with the statutory requirements applicable in any country


where the Contract or any part thereof is executed.

(g) Other Insurances

Such other insurances as may be specifically agreed upon by the parties


hereto as listed in the said Appendix 3.

34.2 The Employer shall be named as co-insured under all insurance policies taken
out by the Contractor pursuant to GC 34.1 above, except for the Third Party Li-
ability, Workers’ Compensation and Employer’s Liability Insurances, and the
Contractor’s Subcontractors shall be named as co-insured under all insurance
policies taken out by the Contractor pursuant to GC 34.1 above except for the
Cargo Insurance During Transport, Workers’ Compensation and Employer’s
Liability Insurances. All insurer’s rights of subrogation against such co-
insureds for losses or claims arising out of the performance of the Contract
shall be waived under such policies.

34.3 The Contractor shall, in accordance with the provisions of Appendix 3 (Insur-
ance Requirements) to the Contract Agreement, deliver to the Employer certifi-
cates of insurance (or copies of the insurance policies) as evidence that the re-
quired policies are in full force and effect. The certificates shall provide that
not less than twenty-one (21) days’ notice shall be given to the Employer by in-
surers prior to cancellation or material modification of a policy.

34.4 The Contractor shall ensure that, where applicable, its Subcontractor(s) shall

658
take out and maintain in effect adequate insurance policies for their personnel
and vehicles and for work executed by them under the Contract, unless such
Subcontractors are covered by the policies taken out by the Contractor.

34.5 The Employer shall at its expense take out and maintain in effect during the
performance of the Contract those insurances specified in Appendix 3 (Insur-
ance Requirements) to the Contract Agreement, in the sums and with the de-
ductibles and other conditions specified in the said Appendix. The Contractor
and the Contractor’s Subcontractors shall be named as co-insured under all
such policies. All insurers’ rights of subrogation against such co-insureds for
losses or claims arising out of the performance of the Contract shall be waived
under such policies. The Employer shall deliver to the Contractor satisfactory
evidence that the required insurances are in full force and effect. The policies
shall provide that not less than twenty-one (21) days’ notice shall be given to
the Contractor by all insurers prior to any cancellation or material modification
of the policies. If so requested by the Contractor, the Employer shall provide
copies of the policies taken out by the Employer under this GC 34.5.

34.6 If the Contractor fails to take out and/or maintain in effect the insurances re-
ferred to in GC 34.1 above, the Employer may take out and maintain in effect
any such insurances and may from time to time deduct from any amount due to
the Contractor under the Contract any premium which the Employer shall have
paid to the insurer, or may otherwise recover such amount as a debt due from
the Contractor.

If the Employer fails to take out and/or maintain in effectthe insurances referred
to in GC 34.5, above, the Contractor may take out and maintain in effect any
such insurances and may from time to time deduct from any amount due to the
Employer under the Contract any premium which the Contractor shall have
paid to the insurer, or may otherwise recover such amount as a debt due from
the Employer. If the Contractor fails to or is unable to take out and maintain in
effect any such insurances, the Contractor shall nevertheless have no liability or
responsibility towards the Employer, and the Contractor shall have full recourse
against the Employer for any and all liabilities of the Employer herein.

34.7 Unless otherwise provided in the Contract, the Contractor shall prepare and
conduct all and any claims made under the policies effected by it pursuant to
this GC 34, and all monies payable by any insurers shall be paid to the Contrac-
tor. The Employer shall give to the Contractor all such reasonable assistance as
may be required by the Contractor. With respect to insurance claims in which
the Employer’s interest is involved, the Contractor shall not give any release or

659
make any compromise with the insurer without the prior written consent of the
Employer. With respect to insurance claims in which the Contractor’s interest
is involved, the Employer shall not give any release or make any compromise
with the insurer without the prior written consent of the Contractor.

35. Unforeseen Conditions

35.1 If, during the execution of the Contract, the Contractor shall encounter on the
Site any physical conditions (other than climatic conditions) or artificial ob-
structions that could not have been reasonably foreseen prior to the date of the
Contract Agreement by an experienced contractor on the basis of reasonable
examination of the data relating to the Facilities (including any data as to bor-
ing tests) provided by the Employer, and on the basis of information that it
could have obtained from a visual inspection of the Site (if access thereto was
available) or other data readily available to it relating to the Facilities, and if
the Contractor determines that it will in consequence of such conditions or ob-
structions incur additional cost and expense or require additional time to per-
form its obligations under the Contract that would not have been required if
such physical conditions or artificial obstructions had not been encountered, the
Contractor shall promptly, and before performing additional work or using ad-
ditional Plant and Equipment or Contractor’s Equipment, notify the Project
Manager in writing of:

(a) the physical conditions or artificial obstructions on the Site that could
not have been reasonably foreseen; and

(b) the additional work and/or Plant and Equipment and/or Contractor’s
Equipment required, including the steps which the Contractor will or
proposes to take to overcome such conditions or obstructions; and

(c) the extent of the anticipated delay; and

(d) the additional cost and expense which the Contractor is likely to incur.

On receiving any notice from the Contractor under this GC 35.1, the Project
Manager shall promptly consult with the Employer and Contractor and decide
upon the actions to be taken to overcome the physical conditions or artificial
obstructions encountered. Following such consultations, the Project Manager
shall instruct the Contractor, with a copy to the Employer, of the actions to be
taken.

35.2 Any reasonable additional cost and expense incurred by the Contractor in fol-

660
lowing the instructions from the Project Manager to overcome such physical
conditions or artificial obstructions referred to in GC 35.1 above shall be paid
by the Employer to the Contractor as an addition to the Contract Price.

35.3 If the Contractor is delayed or impeded in the performance of the Contract be-
cause of any such physical conditions or artificial obstructions referred to in
GC 35.1 above, the Time for Completion shall be extended in accordance with
GC 40 (Extension of Time for Completion) hereof.

36. Change in Laws and Regulations

36.1 If, after the date twenty-eight (28) days prior to the date of Bid submission,
in the country where the Site is located, any law, regulation, ordinance, order or
by-law having the force of law is enacted, promulgated, abrogated or Changed
(which shall be deemed to include any Change in interpretation or application
by the competent authorities) that subsequently affects the costs and expenses
of the Contractor and/or the Time for Completion, the Contract Price shall be
correspondingly increased or decreased, and/or the Time for Completion shall
be reasonably adjusted to the extent that the Contractor has thereby been af-
fected in the performance of any of its obligations under the Contract.

Notwithstanding the foregoing, such additional or reduced costs shall not be


separately paid or credited if the same has already been accounted for in the
price adjustment provisions where applicable, in accordance with the SCC.

37. Force Majeure

37.1 “Force Majeure” shall mean any event beyond the reasonable control of the
Employer or of the Contractor, as the case may be, and which is unavoidable
notwithstanding the reasonable care of the party affected, and shall include,
without limitation, the following:

(a) war, hostilities or warlike operations (whether a state of war be declared


or not), invasion, act of foreign enemy, civil war;

(b) rebellion, revolution, insurrection, mutiny, usurpation of civil or mili-


tary government, conspiracy, riot, civil commotion, tist acts;

(c) confiscation, nationalisation, mobilisation, commandeering or requisi-


tion by or under the order of any government or de jure or de facto au-
thority or ruler or any other act or failure to act of any local state or na-
tional government authority;

661
(d) strike, sabotage, lock-out, embargo, import restriction, port congestion,
lack of usual means of public transportation and communication, indus-
trial dispute, shipwreck, shortage or restriction of power supply, epi-
demics, quarantine, plague;

(e) earthquake, landslide, volcanic activity, fire, flood or inundation, tidal


wave, typhoon or cyclone, hurricane, storm, lightning, or other inclem-
ent weather condition, nuclear and pressure waves, or other natural or
physical disaster;

(f) shortage of labour, materials or utilities where caused by circumstances


that are themselves Force Majeure.

37.2 If either party is prevented, hindered or delayed from or in performing any of


its obligations under the Contract by an event of Force Majeure, then it shall
notify the other in writing of the occurrence of such event and the circumstanc-
es thereof within fourteen (14) days after the occurrence of such event.

37.3 The party who has given such notice shall be excused from the performance or
punctual performance of its obligations under the Contract for so long as the
relevant event of Force Majeure continues and to the extent that such party’s
performance is prevented, hindered or delayed. The Time for Completion shall
be extended in accordance with GC 40 (Extension of Time for Completion)
hereof.

37.4 The party or parties affected by the event of Force Majeure shall use reasonable
efforts to mitigate the effect thereof upon its or their performance of the Con-
tract and to fulfil its or their obligations under the Contract, but without preju-
dice to either party’s right to terminate the Contract under GC 37.6 below and
GC 38.5 hereof.

37.5 No delay or non-performance by either party hereto caused by the occurrence


of any event of Force Majeure shall:

(a) constitute a default or breach of the Contract; or

(b) (subject to GCs 32.2, 38.3 and 38.4 hereof) give rise to any claim for
damages or additional cost or expense occasioned thereby,

if and to the extent that such delay or non-performance is caused by the occur-
rence of an event of Force Majeure.

37.6 If the performance of the Contract is substantially prevented, hindered or de-

662
layed for a single period of more than sixty (60) days or an aggregate period of
more than one hundred and twenty (120) days on account of one or more
events of Force Majeure during the currency of the Contract, the parties will at-
tempt to develop a mutually satisfactory solution, failing which either party
may terminate the Contract by giving a notice to the other, but without preju-
dice to either party’s right to terminate the Contract under GC 38.5 hereof.

37.7 In the event of termination pursuant to GC 37.6 above, the rights and obliga-
tions of the Employer and the Contractor shall be as specified in GCs 42.1.2
and 42.1.3 hereof, except that the Contractor shall have no entitlement to profit
under paragraph (e) of the said GC 42.1.3 in respect of any unexecuted Facili-
ties as at the date of termination.

37.8 Notwithstanding GC 37.5 above, Force Majeure shall not apply to any obliga-
tion of the Employer to make payments to the Contractor herein.

38. War Risks

38.1 “War Risks” shall mean any event specified in paragraphs (a) and (b) of GC
37.1 hereof and any explosion or impact of any mine, bomb, shell, grenade or
other projectile, missile, munitions or explosive of war, occurring or existing in
or near the country (or countries) where the Site is located.

38.2 Notwithstanding anything contained in the Contract, the Contractor shall have
no liability whatsoever for or with respect to:

(a) destruction of or damage to Facilities, Plant and Equipment, or any part


thereof;

(b) destruction of or damage to property of the Employer or any third party;


or

(c) injury or loss of life,

if such destruction, damage, injury or loss of life is caused by any War Risks,
and the Employer shall indemnify and hold the Contractor harmless from and
against any and all claims, liabilities, actions, lawsuits, damages, costs, charges
or expenses arising in consequence of or in connection with the same.

38.3 If the Facilities or any Plant and Equipment or Contractor’s Equipment or any
other property of the Contractor used or intended to be used for the purposes of
the Facilities shall sustain destruction or damage by reason of any War Risks,

663
the Employer shall pay the Contractor for:

(a) any part of the Facilities or the Plant and Equipment so destroyed or
damaged (to the extent not already paid for by the Employer); and

(b) replacing or making good any Contractor’s Equipment or other property


of the Contractor so destroyed or damaged;

so far as may be required by the Employer, and as may be necessary for com-
pletion of the Facilities.

(c) replacing or making good any such destruction or damage to the Facili-
ties or the Plant and Equipment or any part thereof.

If the Employer does not require the Contractor to replace or make good any
such destruction or damage to the Facilities, the Employer shall either request a
Change in accordance with GC Clause 39 (Change in the Facilities) hereof, ex-
cluding the performance of that part of the Facilities thereby destroyed or dam-
aged or, where the loss, destruction or damage affects a substantial part of the
Facilities, shall terminate the Contract pursuant to GC 42.1.1 (Termination for
Employer’s Convenience) hereof.

38.4 Notwithstanding anything contained in the Contract, the Employer shall pay
the Contractor for any increased costs or incidentals to the execution of the
Contract which are in any way attributable to, consequent on, resulting from, or
in any way connected with, any War Risks, provided that the Contractor shall
as soon as practicable notify the Employer in writing of any such increased
cost.

38.5 If during the performance of the Contract any War Risks shall occur which fi-
nancially or otherwise materially affect the execution of the Contract by the
Contractor, the Contractor shall use its reasonable efforts to execute the Con-
tract with due and proper consideration given to the safety of its and its Sub-
contractors’ personnel engaged in the work on the Facilities, provided, howev-
er, that if the execution of the work on the Facilities becomes impossible or is
substantially prevented for a single period of more than sixty (60) days or an
aggregate period of more than one hundred and twenty (120) days on account
of any War Risks, the parties will attempt to develop a mutually satisfactory so-
lution, failing which either party may terminate the Contract by giving a notice
to the other.

38.6 In the event of termination pursuant to GC 38.3 or GC 38.5 above, the rights

664
and obligations of the Employer and the Contractor shall be specified in GCs
42.1.2 and 42.1.3 hereof, except that the Contractor shall have no entitlement to
profit under paragraph (e) of the said GC 42.1.3 in respect of any unexecuted
Facilities as at the date of termination.

VIII. CHANGE IN CONTRACT ELEMENTS

39. Change in the Facilities

39.1 Introducing a Change

39.1.1 Subject to GCs 39.2.5 and 39.2.7 below, the Employer shall have the right to
propose, and subsequently require, that the Project Manager order the Con-
tractor from time to time during the performance of the Contract to make any
change, modification, addition or deletion to, in or from the Facilities (herein-
after called “Change”), provided that such Change falls within the general
scope of the Facilities and does not constitute unrelated work and that it is
technically practicable, taking into account both the state of advancement of
the Facilities and the technical compatibility of the Change envisaged with the
nature of the Facilities as specified in the Contract.

39.1.2 The Contractor may from time to time during its performance of the Contract
propose to the Employer (with a copy to the Project Manager) any Change
which the Contractor considers necessary or desirable to improve the quality,
efficiency or safety of the Facilities. The Employer may at its discretion ap-
prove or reject any Change proposed by the Contractor, provided that the
Employer shall approve any Change proposed by the Contractor to ensure the
safety of the Facilities.

39.1.3 Notwithstanding GCs 39.1.1 and 39.1.2 above, no change made necessary be-
cause of any default of the Contractor in the performance of its obligations
under the Contract shall be deemed to be a Change, and such Change shall not
result in any adjustment of the Contract Price or the Time for Completion
Manager.

39.1.4 The procedure on how to proceed with and execute Changes is specified in
GC 39.2 and 39.3 below, and further details and sample forms are provided in
Section VII (Sample Forms and Procedures - Change Order Procedures).

39.2 Changes Originating from Employer

665
39.2.1 If the Employer proposes a Change pursuant to GC 39.1.1 above, it shall send
to the Contractora“Request for Change Proposal” requiring the Contractor to
prepare and furnish to the Project Manager as soon as reasonably practicable
a “Change Proposal,” which shall include the following:

(i) brief description of the Change

(ii) effect on the Time for Completion Manager

(iii) estimated cost of the Change

(iv) effect on Functional Guarantees, if any, and

(v) effect on any other provisions of the Contract.

39.2.2 Prior to preparing and submitting the “Change Proposal,” the Contractor shall
submit to the Project Manager an “Estimate for Change Proposal,” which
shall be an estimate of the cost of preparing and submitting the Change Pro-
posal.

Upon receipt of the Contractor’s estimate for Change Proposal, the Employer
shall either:

(a) accept the Contractor’s estimate with instructions to the Contractor to


proceed with the preparation of the Change Proposal, or

(b) advise the Contractor of any part of its Estimate for Change Proposal
that is unacceptable with a request for the Contractor to review its es-
timate, or

(c) advise the Contractor that the Employer does not intend to proceed
with the Change.

39.2.3 Upon receipt of the Employer’s instruction to proceed under GC 39.2.2(a)


above, the Contractor shall, with proper expedition, proceed with the prepara-
tion of the Change Proposal, in accordance with GC 39.2.1.

39.2.4 The pricing of any Change shall, as far as practicable, be calculated in ac-
cordance with the rates and prices included in the Contract. If such rates and
prices are inequitable, the parties thereto shall agree on specific rates for the
valuation of the Change.

39.2.5 If before or during the preparation of the Change Proposal it becomes appar-

666
ent that the aggregate effect of compliance therewith and with all other
Change Orders that have already become binding upon the Contractor under
this GC Clause 39 would be to increase or decrease the Contract Price as orig-
inally set forth in Article 2 (Contract Price) of the Contract Agreement by
more than fifteen (15) percent, the Contractor may give a written notice of ob-
jection thereto prior to furnishing the Change Proposal as aforesaid. If the
Employer accepts the Contractor’s objection, the Employer shall withdraw
the proposed Change and shall notify the Contractor in writing thereof.

The Contractor’s failure to so object shall neither affect its right to object to
any subsequent requested Changes or Change orders herein, nor affect its
right to take into account, when making such subsequent objection, the per-
centage increase or decrease in the Contract Price that any Change not object-
ed to by the Contractor represents.

39.2.6 Upon receipt of the Change Proposal, the Employer and the Contractor shall
mutually agree upon all matters therein contained. Within fourteen (14) days
of such agreement, the Employer shall, if it intends to proceed with the
Change, issue the Contractor with a Change Order.

If the Employer is unable to reach a decision within fourteen (14) days, it


shall notify the Contractor with details of when the Contractor can expect a
decision.

If the Employer decides not to proceed with the Change for whatever reason,
it shall, within the said period of fourteen (14) days, notify the Contractor ac-
cordingly. Under such circumstances, the Contractor shall be entitled to re-
imbursement of all costs reasonably incurred by it in the preparation of the
Change Proposal, provided that these do not exceed the amount given by the
Contractor in its Estimate for Change Proposal submitted in accordance with
GC 39.2.2 hereof.

39.2.7 If the Employer and the Contractor cannot reach agreement on the price for
the Change, an equitable adjustment to the Time for Completion Manager, or
any other matters identified in the Change Proposal, the Employer may never-
theless instruct the Contractor to proceed with the Change by issue of a
“Pending Agreement Change Order.”

Upon receipt of a Pending Agreement Change Order, the Contractor shall


immediately proceed with effecting the Changes covered by such Order. The
parties shall thereafter attempt to reach agreement on the outstanding issues

667
under the Change Proposal.

If the parties cannot reach agreement within sixty (60) days from the date of
issue of the Pending Agreement Change Order, then the matter may be re-
ferred to an Adjudicator in accordance with the provisions of GC 6.2.

39.3 Changes Originating from Contractor

39.3.1 If the Contractor proposes a Change pursuant to GC 39.1.2, the Contractor


shall submit to the Project Manager a written “Application for Change Pro-
posal,” giving reasons for the proposed Change and including the information
specified in GC 39.2.1.

Upon receipt of the Application for Change Proposal, the parties shall follow
the procedures outlined in GCs 39.2.6 and 39.2.7. However, should the Em-
ployer choose not to proceed, the Contractor shall not be entitled to recover
the costs of preparing the Application for Change Proposal.

40. Extension of Time for Completion

40.1 The Time(s) for Completion specified in the SCC shall be extended if the
Contractor is delayed or impeded in the performance of any of its obligations
under the Contract by reason of any of the following:

(a) any Change in the Facilities as provided in GC Clause 39

(b) any occurrence of Force Majeure as provided in GC 37 (Force


Majeure) hereof, unforeseen conditions as provided in GC 35 (Un-
foreseen Conditions) hereof, or other occurrence of any of the matters
specified or referred to in paragraphs (a), (b) and (c) of GC 32.2

(c) any suspension order given by the Employer under GC


41(Suspension) hereof or reduction in the rate of progress pursuant to
GC 41.2 hereof; or

(d) any Changes in laws and regulations as provided in GC 36 (Changes


in Laws and Regulations) hereof; or

(e) any default or breach of the Contract by the Employer, specifically in-
cluding failure to supply the items listed in Appendix 6 (Scope of
Works and Supply by the Employer) in the Contract Agreement, or
any activity, act or omission of any other contractors employed by the

668
Employer; or

(f) any other matter specifically mentioned in the Contract;

by such period as shall be fair and reasonable in all the circumstances and as
shall fairly reflect the delay or impediment sustained by the Contractor.

40.2 Except where otherwise specifically provided elsewhere in the Contract, the
Contractor shall submit to the Project Manager a notice of a claim for an ex-
tension of the Time for Completion, together with particulars of the event or
circumstance justifying such extension as soon as reasonably practicableafter
the commencement of such event or circumstance. As soon as reasonably
practicable after receipt of such notice and supporting particulars of the claim,
the Employer and the Contractor shall agree upon the period of such exten-
sion. In the event that the Contractor does not accept the Employer’s estimate
of a fair and reasonable time extension, the Contractor shall be entitled to re-
fer the matter to an Adjudicator, pursuant to GC 6.2 (Reference to Adjudica-
tor) hereof.

40.3 The Contractor shall at all times use its reasonable efforts to minimise any de-
lay in the performance of its obligations under the Contract.

41. Suspension

41.1 The Employer may request the Project Manager, by notice to the Contractor,
to order the Contractor to suspend performance of any or all of its obligations
under the Contract. Such notice shall specify the obligation of which perfor-
mance is to be suspended, the effective date of the suspension and the reasons
therefore. The Contractor shall thereupon suspend performance of such obli-
gation (except those obligations necessary for the care or preservation of the
Facilities) until ordered in writing to resume such performance by the Project
Manager.

If, by virtue of a suspension order given by the Project Manager, other than by
reason of the Contractor’s default or breach of the Contract, the Contractor’s
performance of any of its obligations is suspended for an aggregate period of
more than ninety (90) days, then at any time thereafter and provided that at
that time such performance is still suspended, the Contractor may give a no-
tice to the Project Manager requiring that the Employer shall, within twenty-
eight (28) days of receipt of the notice, order the resumption of such perfor-
mance or request and subsequently order a change in accordance withGC
Clause 39, excluding the performance of the suspended obligations from the

669
Contract.

If the Employer fails to do so within such period, the Contractor may, by a


further notice to the Project Manager, elect to treat the suspension, where it
affects a part only of the Facilities, as a deletion of such part in accordance
with GC Clause 39, (Change in the Facilities) hereof or, where it affects the
whole of the Facilities, as termination of the Contract under GC 42.1 (Termi-
nation for Employer’s Convenience) hereof.

41.2 If

(a) the Employer has failed to pay the Contractor any sum due under the
Contract within the specified period, has failed to approve any invoice
or supporting documents without just cause pursuant to Appendix 1
(Terms of Payment) of the Contract Agreement, or commits a substan-
tial breach of the Contract, the Contractor may give a notice to the
Employer that requires payment of such sum, with interest thereon as
stipulated in GC Sub-Clause 12.3 hereof, requires approval of such
invoice or supporting documents, or specifies the breach and requires
the Employer to remedy the same, as the case may be. If the Employ-
er fails to pay such sum together with such interest, fails to approve
such invoice or supporting documents or give its reasons for withhold-
ing such approval, or fails to remedy the breach or take steps to reme-
dy the breach within fourteen (14) days of receipt of the Contractor’s
notice; or

(b) the Contractor is unable to carry out any of its obligations under the
Contract for any reason attributable to the Employer, including but not
limited to the Employer’s failure to provide possession of or access to
the Site or other areas in accordance with GC 10.2, or failure to obtain
any governmental permit necessary for the execution and/or Comple-
tion of the Facilities;

then the Contractor may by fourteen ( 14) days’ notice to the Employer sus-
pend performance of all or any of its obligations under the Contract, or reduce
the rate of progress.

41.3 If the Contractor’s performance of its obligations is suspended or the rate of progress
is reduced pursuant to this GC 41, then the Time for Completion Manager shall be
extended in accordance with GC 40.1 hereof, and any and all additional costs or ex-
penses incurred by the Contractor as a result of such suspension or reduction shall be
paid by the Employer to the Contractor in addition to the Contract Price, except in the

670
case of suspension order or reduction in the rate of progress by reason of the Contrac-
tor’s default or breach of the Contract.

41.4 During the period of suspension, the Contractor shall not remove from the Site any
Plant and Equipment, any part of the Facilities or any Contractor’s Equipment, with-
out the prior written consent of the Employer.

42. Termination

42.1 Termination for Employer’s Convenience

42.1.1 The Employer may at any time terminate the Contract for any reason by giv-
ing the Contractor a notice of termination that refers to this GC 42.1.

42.1.2 Upon receipt of the notice of termination under GC 42.1.1 above, the Con-
tractor shall either immediately or upon the date specified in the notice of
termination:

(a) cease all further work, except for such work as the Employer may
specify in the notice of termination forthe sole purpose of protecting
that part of the Facilities already executed, or any work required to
leave the Site in a clean and safe condition; and

(b) terminate all subcontracts, except those to be assigned to the Employer


pursuant to paragraph (d)(ii) below; and

(c) remove all Contractor’s Equipment from the Site, repatriate the Con-
tractor’s and its Subcontractors’ personnel from the Site, remove from
the Site any wreckage, rubbish and debris of any kind, and leave the
whole of the Site in a clean and safe condition; and

(d) subject to the payment specified in GC 42.1.3 below:

(i) deliver to the Employer the parts of the Facilities executed by


the Contractor up to the date of termination; and

(ii) to the extent legally possible, assign to the Employer all right,
title and benefit of the Contractor to the Facilities and to the
Plant and Equipment as at the date of termination, and, as may
be required by the Employer, in any subcontracts concluded
between the Contractor and its Subcontractors; and

(iii) deliver to the Employer all non-proprietary drawings, specifi-

671
cations and other documents prepared by the Contractor or its
Subcontractors as at the date of termination in connection with
the Facilities.

42.1.3 In the event of termination of the Contract under GC 42.1.1 above, the Em-
ployer shall pay to the Contractor the following amounts:

(a) the Contract Price, properly attributable to the parts of the Facilities
executed by the Contractor as at the date of termination; and

(b) the costs reasonably incurred by the Contractor in the removal of the
Contractor’s Equipment from the Site and in the repatriation of the
Contractor’s and its Subcontractors’ personnel; and

(c) any amounts to be paid by the Contractor to its Subcontractors in con-


nection with the termination of any subcontracts, including any can-
cellation charges; and

(d) costs incurred by the Contractor in protecting the Facilities and leav-
ing the Site in a clean and safe condition pursuant to paragraph (a) of
GC 42.1.2 above; and

(e) the reasonable amount of profit for the parts of the Facilities not exe-
cuted by the Contractor as at the date of termination; and

(f) the cost of satisfying all other obligations, commitments and claims
that the Contractor may in good faith have undertaken with third par-
ties in connection with the Contract and that are not covered by para-
graphs (a) through (d) above.

42.2 Termination for Contractor’s Default

42.2.1 The Employer, without prejudice to any other rights or remedies it may pos-
sess, may terminate the Contract forthwith in the following circumstances by
giving a notice of termination and its reasons therefore to the Contractor, re-
ferring to this GC 42.2:

(a) if the Contractor becomes bankrupt or insolvent, has a receiving order


issued against it, compounds with its creditors, or, being a corporation,
a resolution is passed or order is made for its winding up (other than a
voluntary liquidation for the purposes of amalgamation or reconstruc-
tion), a receiver is appointed over any part of its undertaking or assets,
or if the Contractor takes or suffers any other analogous action in con-

672
sequence of debt; or

(b) if the Contractor assigns or transfers the Contract or any right or inter-
est therein in violation of the provision of GC 43 (Assignment) hereof.

(c) If the Contractor, in the judgment of the Employer has engaged in


Prohibited Practices in competing for or in executing the Contract. For
the purpose of this Clause Prohibited Practices is defined as one or
more of the following:

(i) "corrupt practice" means the offering, giving, receiving, or solicit-


ing, directly or indirectly, anything of value to influence improperly
the actions of another party.

(ii) "fraudulent practice" means any act or omission, including a mis-


representation, that knowingly or recklessly misleads, or attempts to
mislead, a party to obtain a financial or other benefit or to avoid an
obligation.

(iii) “coercive practice” means impairing or harming, or threatening


to impair or harm, directly or indirectly, any party or the property of
the party to influence improperly the actions of a party.

(iv) “collusive practice” means an arrangement between two or more


parties designed to achieve an improper purpose, including influenc-
ing improperly the actions of another party; and

(v) “theft” means the misappropriation of property belonging to an-


other party.

(vi) “misuse of the Bank’s resources” means improper use of the


Bank’s resources, committed either intentionally or through reckless
disregard; and,

(vii) “obstructive practice” means (i) destroying, falsifying, altering


or concealing of evidence material to a Bank investigation, which
impedes the Bank’s investigation; (ii) making false statements to in-
vestigators in order to materially impede a Bank investigation into al-
legations of a Prohibited Practice; (iii) failing to comply with re-
quests to provide information, documents or records in connection
with a Bank investigation; (iv) threatening, harassing or intimidating
any party to prevent it from disclosing its knowledge of matters rele-

673
vant to a Bank investigation or from pursuing the investigation; or
(v) materially impeding the exercise of the Bank’s contractual rights
of audit or inspection or access to information.

42.2.2 If the Contractor:

(a) has abandoned or repudiated the Contract; or

(b) has without valid reason failed to commence work on the Facilities
promptly or has suspended (other than pursuant to GC 41.2 hereof) the
progress of Contract performance for more than twenty-eight (28)
days of receiving a written instruction from the Employer to proceed;
or

(c) persistently fails to execute the Contract in accordance with the Con-
tract or persistently neglects to carry out its obligations under the Con-
tract without just cause; or

(d) refuses or is unable to provide sufficient materials, services or labour


to execute and complete the Facilities in the manner specified in the
programme furnished under GC 18 (Program of Performance) hereof
at rates of progress that give reasonable assurance to the Employer
that the Contractor can attain Completion of the Facilities by the Time
for Completion as extended;

then the Employer may, without prejudice to any other rights it may possess
under the Contract, give a notice to the Contractor stating the nature of the de-
fault and requiring the Contractor to remedy the same. If the Contractor fails
to remedy or to take steps to remedy the same within fourteen (14) days of its
receipt of such notice, then the Employer may terminate the Contract forth-
with by giving a notice of termination to the Contractor which refers to this
GC.42.2.

42.2.3 Upon receipt of the notice of termination under GC 42.2.1 or GC 42.2.2


above, the Contractor shall either immediately or upon such date as is speci-
fied in the notice of termination:

(a) cease all further work, except for such work as the Employer may
specify in the notice of termination for the sole purpose of protecting
that part of the Facilities already executed, or any work required to
leave the Site in a clean and safe condition; and

674
(b) terminate all subcontracts, except those to be assigned to the Employer
pursuant to paragraph (d) below; and

(c) deliver to the Employer the parts of the Facilities executed by the
Contractor up to the date of termination; and

(d) to the extent legally possible, assign to the Employer all right, title and
benefit of the Contractor to the Works and to the Plant and Equipment
as at the date of termination, and, as may be required by the Employer,
in any subcontracts concluded between the Contractor and its Subcon-
tractors; and

(e) deliver to the Employer all drawings, specifications and other docu-
ments prepared by the Contractor or its Subcontractors as at the date
of termination in connection with the Facilities.

42.2.4 The Employer may enter upon the Site, expel the Contractor, and complete
the Facilities itself or by employing any third party. The Employer may, to
the exclusion of any right of the Contractor over the same, take over and use
with the payment of a fair rental rate to the Contractor, with all maintenance
costs to the account of the Employer and with an indemnification by the Em-
ployer for allliability including damage or injury to persons arising out of the
Employer’s use of such Equipment, any Contractor’s Equipment owned by
the Contractor and on the Site in connection with the Facilities for such rea-
sonable period as the Employer considers expedient for the supply and instal-
lation of the Facilities.

Upon Completion of the Facilities or at such earlier date as the Employer


thinks appropriate, the Employer shall give a notice to the Contractor that
such Contractor’s Equipment will be returned to the Contractor at or near the
Site and shall return such Contractor’s Equipment to the Contractor in accord-
ance with such notice. The Contractor shall thereafter without delay and at its
cost remove or arrange removal of the same from the Site.

42.2.5 Subject to GC 42.2.6 below, the Contractor shall be entitled to be paid the
Contract Price attributable to the Facilities executed as at the date of termina-
tion, the value of any unused or partially used Plant and Equipment on the
Site, and the costs, if any, incurred in protecting the Facilities and in leaving
the Site in a clean and safe condition pursuant to paragraph (a) of GC 42.2.3
above. Any sums due to the Employer from the Contractor accruing prior to
the date of termination shall be deducted from the amount to be paid to the

675
Contractor under this Contract.

42.2.6 If the Employer completes the Facilities, the cost of completing the Facilities
by the Employer shall be determined.

If the sum which the Contractor is entitled to be paid pursuant to GC 42.2.5


above, plus the reasonable costs incurred by the Employer in completing the
Facilities, exceeds the Contract Price, the Contractor shall be liable for such
excess.

If such excess is greater than the sums due to the Contractor under GC 42.2.5
above, the Contractor shall pay the balance to the Employer, and if such ex-
cess is less than the sums due to the Contractor under the said GC 42.2.5, the
Employer shall pay the balance to the Contractor.

The Employer and the Contractor shall agree, in writing, on the computation
described above and the manner in which any sums shall be paid.

42.3 Termination by Contractor

42.3.1 If:

(a) the Employer has failed to pay the Contractor any sum due under the
Contract within the specified period, has failed to approve any invoice
or supporting documents without just cause pursuant to Appendix 1
(Terms of Payment) of the Contract Agreement, or commits a substan-
tial breach of the Contract, the Contractor may give a notice to the
Employer that requires payment of such sum, with interest thereon as
stipulated in GC Sub-Clause 12.3, requires approval of such invoice or
supporting documents, or specifies the breach and requires the Em-
ployer to remedy the same, as the case may be. If the Employer fails
to pay such sum together with such interest, fails to approve such in-
voice or supporting documents or give its reasons for withholding
such approval, fails to remedy the breach or take steps to remedy the
breach within fourteen (14) days after receipt of the Contractor’s no-
tice; or

(b) the Contractor is unable to carry out any of its obligations under the
Contract for any reason attributable to the Employer, including but not
limited to the Employer’s failure to provide possession of or access to
the Site or other areas or failure to obtain any governmental permit

676
necessary for the execution and/or Completion of the Facilities;

then the Contractor may give a notice to the Employer thereof, and if the Em-
ployer has failed to pay the outstanding sum, to approve the invoice or sup-
porting documents, to give its reasons for withholding such approval, or to
remedy the breach within twenty-eight (28) days of such notice, or if the Con-
tractor is still unable to carry out any of its obligations under the Contract for
any reason attributable to the Employer within twenty-eight (28) days of the
said notice, the Contractor may by a further notice to the Employer referring
to this GC 42.3.1, forthwith terminate the Contract.

42.3.2 The Contractor may terminate the Contract forthwith by giving a notice to the
Employer to that effect, referring to this GC 42.3.2, if the Employer becomes
bankrupt or insolvent, has a receiving order issued against it, compounds with
its creditors, or, being a corporation, if a resolution is passed or order is made
for its winding up (other than a voluntary liquidation for the purposes of
amalgamation or reconstruction), a receiver is appointed over any part of its
undertaking or assets, or if the Employer takes or suffers any other analogous
action in consequence of debt.

42.3.3 If the Contract is terminated under GC 42.3.1 or GC 42.32 above, then the
Contractor shall immediately:

(a) cease all further work, except for such work as may be necessary for
the purpose of protecting that part of the Facilities already executed,
or any workrequired to leave theSite in a clean and safe condition; and

(b) terminate all subcontracts, except those to be assigned to the Employer


pursuant to paragraph (d)(ii) below; and

(c) remove all Contractor’s Equipment from the Site and repatriate the
Contractor’s and its Subcontractor’s personnel from the Site: and

(d) subject to the payment specified in GC 42.3.4 below:

(i) deliver to the Employer the parts of the Facilities executed by


the Contractor up to the date of termination; and

(ii) to the extent legally possible, assign to the Employer all right,
title and benefit of the Contractor to the Facilities and to the
Plant and Equipment as at the date of termination, and, as may
be required by the Employer, in any subcontracts concluded

677
between the Contractor and its Subcontractors; and

(iii) deliver to the Employer all drawings, specifications and other


documents prepared by the Contractor or its Subcontractors as
at the date of termination in connection with the Facilities.

42.3.4 If the Contract is terminated under GC42.3.1 or GC 42.3.2 above, the Em-
ployer shall pay to the Contractor all payments specified in GC 42.1.3 above,
and reasonable compensation for all loss or damage sustained by the Contrac-
tor arising out of, in connection with or in consequence of such termination.

42.3.5 Termination by the Contractor pursuant to GC 42.3 is without prejudice to


any other rights or remedies of the Contractor which may be exercised in lieu
of or in addition to rights conferred by GC 42.3.1.

42.4 In this GC 42, the expression “Facilities executed” shall include all work exe-
cuted, Installation services provided, and all Plant and Equipment acquired
(or subject to a legally binding obligation to purchase) by the Contractor and
used or intended to be used for the purpose of the Facilities, up to and includ-
ing the date of termination.

42.5 In this GC 42, in calculating any monies due from the Employer to the Con-
tractor, account shall be taken of any sum previously paid by the Employer to
the Contractor under the Contract, including any advance payment paid pur-
suant to Appendix 3 (Terms of payment) to the Contract Agreement.

43. Assignment

43.1 Neither the Employer nor the Contractor shall, without the express prior writ-
ten consent of the other (which consent shall not be unreasonably withheld),
assign to any third party the Contract or any part thereof, or any right, benefit,
obligation or interest therein or thereunder, except that the Contractor shall be
entitled to assign either absolutely or by way of charge any monies due and
payable to it or which may become due and payable to it under the Contract.

678
SECTION IX. SPECIAL CONDITIONS OF CONTRACT

TABLE OF CLAUSES

Clause 1. Définitions ............................................................................................................ 392


Clause 4. Notices .................................................................................................................. 392
Clause 5. Governing Law ..................................................................................................... 393
Clause 6. Settlement of Disputes .......................................................................................... 393
Clause 7. Scope of Facilities ................................................................................................. 393
Clause 8. Time for Commencement and Completion ........................................................... 393
Clause 9. Complete GCC clause 9 as follows....................................................................... 393
Clause 11.Contract Price ....................................................................................................... 394
Clause 13 Securities ............................................................................................................. 394
Clause 15. Copyright ............................................................................................................ 394
Clause 18. Work Programme ................................................................................................ 394
Clause 23. Tests & Inspection .............................................................................................. 395
Clause 25. Commissioning and Operational Acceptance ..................................................... 395
Clause 26. Completion Time Guarantee ............................................................................... 395
Clause 27. Defect Liability ................................................................................................... 396
Clause 28. Functional Guarantees......................................................................................... 396

679
SECTION IX. SPECIAL CONDITIONS OF CONTRACT

The following Special Conditions of Contract (SCC) shall supplement the General Conditions of
Contract (GC). Whenever there is a conflict, the provisions herein shall prevail over those in the
GC. The corresponding clause number of the GC is indicated in parentheses.

1. (Clause 1) Définitions

The Employer is :

Communauté Electrique du Bénin (CEB)


BP 1368, Road Kozah
LOME (Togolese Republic)
Tel: (+228) 22 216 132
Fax: (+228) 22 21 37 64
E.mail: dg@cebnet.org

The Project Management Consultant is: WAPCOS LIMITED, INDIA


2nd Floor, ‘SKV Tower’, Plot -57, Sector-18,
Gurugram-122015(Haryana), INDIA
Tel: +91-0124-2344425
Email: ceelectrical@wapcosindia.com

The Contractor is: ……………………………


The Contractor’s Representative is: …………………….
The Adjudicator is: …Non applicableThe Bank is: EXIM BANK INDIA
Time for Completion for all Facilities: Twenty (20) months
The warranty period is: twelve (12) months

680
2. (Clause 3 Interpretation)
Clause 3.1 of Language :
GCC The working language is French, and daily working communications, writ-
(a) ten as well as oral, between the Contractor, the Owner and / or the Project
Manager will be in French. As a result, the Contractor's representative will
have to master French for communication purposes. The project team must
have a sufficient number of people with adequate knowledge of French for
communication purposes. Otherwise, the Contractor shall establish a perma-
nent or transitional competent interpreters during working hours in a number
considered sufficient. The proficiency of the French language by the person-
nel proposed or to be mobilized by the Contractor will be verified in view of
the observation by the Engineer of their performance during the execution of
the contract.

3. (Clause 4) Notices

GC 4.1 Employer’s address for notice purposes:


(b)
Communauté Electrique du Bénin (CEB)
BP 1368, Road Kozah
LOME (Togolese Republic)
Tel: (+228) 22 216 132
Fax: (+228) 22 21 37 64
E.mail: dg@cebnet.org

Address of the Project Management Consultant :


WAPCOS LIMITED, INDIA
2nd Floor, ‘SKV Tower’, Plot -57, Sector-18,
Gurugram-122015(Haryana), INDIA
Tel: +91-0124-2344425
Email: ceelectrical@wapcosindia.com
Contractor's address for notifications:
Name and address of the company

4. (Clause 5) Governing Law

GC 5.1 The Contract shall be interpreted in accordance with the laws of Republic
of Togo.

5. (Clause 6) Settlement of Disputes

GC 6.1.3 Conciliation fees: 250 € / h

681
GC 6.1.4 Appointing Authority for Adjudicator: International Chamber of Com-
merce of Paris

GC 6.2.3 Appointing Authority for the third Arbitrator:


International Chamber of Commerce of Paris

GC 6.2.6(i) Rules of procedure for arbitration proceedings:


Any dispute resulting from this Contract will be resolved in fine by
application of the Rules of Reconciliation and Arbitration of the In-
ternational Chamber of Commerce by one or more arbitrators ap-
pointed in accordance with the said Rules.

GC 6.2.6(ii) The place of arbitration shall be: Paris (France)

6. (Clause 7) Scope of Facilities (Spare Parts)

GC 7.3 The Contractor agrees to supply spare parts for a period: Not Applicable
The Manufacturer agrees to make available Spare Parts for a period of
Ten (10) years

7. (Clause 8) Time for Commencement and Completion

GC 8.1 The Contractor will begin manufacturing and work on the facilities from
the effective date for determining the completion date specified in the
Deed of Commitment.
GC 8.2 The Time for Completion of the whole of the Facilities shall be Twenty
(20) months from the Effective Date as described in the Contract Agree-
ment.

8. (Clause 9) Complete GCC Clause 9 as follows: Deleted

GC 9.8 Contractor will start the work at site released by CEB which will be re-
leased by right of way every 50kms from a lot at a time.

9. (Clause 11) Contract Price

GC 11.2 The contract amount is a fixed lump sum

682
10. (Clause 13) Securities

GC 13.3.1 The amount of the performance bond will be 10% of the amount of the
Contract for the Facilities or for the part of the Facilities for which a dif-
ferent Completion Date has been specified..

GC 13.3.2 the performance guarantee will be provided as guarantee Unconditional of


which is given in this Bid document in the Documents Section VII of -
Models and Procedures.The performance guarantee will be issued by a
bank registered in Togo or a foreign bank with a correspondent in Togo.

10 (a). (Clause 14) Duties, Taxes and other levies payable by the Contractor:
It may be noted that as per the guidelines issued by the Government of In-
dia vide letter No. 21/3/2015-IDEAS dated December 07,2015, the goods
and services provided under this LOC from Exim Bank shall be free from
all kinds of taxes and duties of any nature levied in the Borrower
country and no tax is liable to be paid from the Line of Credit.

11. (Clause 15) Copyright

GC 15.1 The Client shall, however, have the right to reproduce all or part of the
drawings, documents and other documents supplied by the Contractor for
the purposes of the Contract and, where necessary, for operation and
maintenance.

12. (Clause 17) Representatives

GC 17.2.4. Any absence of the Representative of the Contractor will be the subject of a
prior approval notified by the Client.

13. (Clause 18) Work Programme

GC 18.2 The contract execution program will be presented in the form of a schedule
developed in MS Project format indicating critical path.

GC 20.1.1 Insert an additional clause as under


a. Design :
I. The weights of Tower shall be calculated by using the standard weights of steel
of the sizes indicated in the approved fabrication drawings and bill of materials,

683
without taking into consideration the reduction in weight due to drilling of bolt
holes, skew cuts, etc. or increase in weight due to galvanization but taking into
consideration the weight of bolts, nuts, washers, etc. In case, the weight of the
Tower, finally approved and accepted by the Employer on the basis of designs
and drawings so submitted and the tests successfully carried out is more than the
guaranteed weight, no extra payment shall be made to the Contractor on this
account. If, however, the weight of the finally approved and adopted Tower is less
than the guaranteed weight, the weight as per the finally approved design shall
form the basis of payment.

II. The payment for excavation and concreting shall be based on the finally
approved design volumes of excavation and concreting, subject to the
guaranteed volumes where applicable.

III. The prospective bidder shall give guaranteed quantities against the items given
in the price schedule for Tower weight & foundation volumes for 161 kV line
price schedules. The payment against each item shall be made as per actual
quantities executed subject to the ceiling of quantities guaranteed by the
bidders. In other words should there be any increase in the quantities over the
quoted quantities the payment shall be restricted to the quantities given in the
price schedule.

14. (Clause 23) Tests and Inspections

GC 23.2 For tests / inspections and training, the Contractor will arrange and pay for the visa fee, and
accommodation in the international and local travel of two (02) representatives of the Em-
ployer and one (01) representative of Consultant(in case of outside India) ie - air tickets
(business class for higher grade of officers); Local transport; - Accommodation in a four-
star hotel at least; In addition, it will guarantee a daily fixed allowance of USD 300 for each
representative of the Client.
GC 23.3 Supplementing Sub Clause GC 23.3

684
Contractor shall give a three (3) weeks’ advance notice of such test and/or inspection and of
the place and time thereof to the Project Manager.
GC 23.4 Supplementing Sub-Clause GC 23.4
The Contractor shall provide the Project Manager with a certified report of the results of
any such test and/or inspection within fifteen (15) days after completion of tests"
GC 23.6 Addthe following at the end of this Sub-Clause:
All costs incurred by the Employer and PMC including all travelling and board and lodging
expenses by the repetition of the tests or false call for tests shall be borne by the Contractor
pursuant to GCC Sub-Clause 23.2. Any delay in delivery due to retest or false call shall not
constitute a release of the Contractor from his responsibilities for delay.

Add the following Sub Clauses:


GC 23.12 Type Test
The equipment proposed shall be type tested at internationally recognized laboratories in accord-
ance with the adopted international standards. The Succesful bidder will be required to provide
copies of type test certificates, for the tests carried out during last ten (10) years, for all equipment /
equipment proposed for the project. If the successful bidder fails to submit the type test reports, the
type test will be performed by the Contractor in the presence of an authorized representative of the
Employer and the Consultant without further impact on the cost to the Employer. . Type tests con-
ducted earlier should have been conducted in an accredited laboratory (accredited by the national
accreditation body of the country where a government approved laboratory or laboratory is locat-
ed).
GC 23.13 Routine Tests
These tests would be conducted on raw materials and other finished materials in accordance with
provisions of internationally accepted Standards. Proper record of all Routine tests has to be main-
tained and made available to the Employer on demand.
GC 23.14 Acceptance Tests
These tests would be conducted as per Quality Assurance Programme approved by the Employer
on each and every lot of finished material, which is ready for dispatch. The tests shall be conducted
in the presence of Employer and PMC authorized representative(s).

685
Note: For all type, routine and acceptance test, the acceptance values shall be the values guaranteed
by the bidder in the guaranteed technical particulars of his proposal or the acceptance test value
specified in this specification, whichever is more stringent for that particular test.
Correct grade and quality of all the materials including steel and zinc shall be used by the Contrac-
tor. Employer reserves the right of carrying out any inspection or test of reasonable nature at Con-
tractor’s/Manufacturer’s works, or at site, or at any approved laboratory in addition to the tests as
specified above to satisfy himself that the materials comply with the specifications without any
extra cost.
GC 23.15 Material Dispatch Clearances
After the materials have been found acceptable a Material Dispatch Clearance (MDC) shall be is-
sued in writing by the Owner representative without which no materials should be dispatched.
Necessary procedure for packing shall be followed before dispatch of material as given in Tech-
nical Specifications.
Taxes
The Contractor’s will pay the residual taxes applicable to the exemption arrangements benefits by
the CEB according to the Benin-Togo electricity code governing the CEB. The Contractor’s may
not claim any payment by the CEB of a tax applicable within the framework of his contract and he
would not have taken into account in the price of its offer. For this purpose, the Bidder must check
with the tax authority in Togo.

15. (Clause 25) Commissioning and Operational Acceptance

GC 25.2.2 The installation guarantee test shall be carried out successfully within fif-
teen (15) calendar days following the date of completion, after notification
by the Contractor to the Client of the application for a test authorization.

16. (Clause 26) Completion Time Guarantee

GC 26.2 Applicable penalty for delay:

The late payment penalties amount to 0.5% of the contract amount per
weeks of delay.

Maximum amount of late penalty is 10% of the contract amount.

686
Add sub-clause for compensation to the associated substation con-
tractor:
Compensation amount to 0.1% of contract amount per week. Maxi-
mum amount of compensation is 2% of the contract value.

GC 26.3 No bonus will be given for earlier Completion of the Facilities or part
thereof.

17. (Clause 27) Defect Liability

The warranty period shall be twelve (12) months from the date of the operational
acceptance of the Facilities.

18. (Clause 28) Functional Guarantees (Not Applicable)

687
SECTION X – CONTRACT FORMS

FORM OF CONTRACT AGREEMENT

THIS CONTRACT AGREEMENT is made the .......................day of ...................., year …...

BETWEEN

(l) .................................................................................., a corporation incorporated under the laws


of ..................................................................................... and having its principal place of busi-
ness at ....................................................................................... (hereinafter called “the Employer”)

and

(2) ................................................................................. , a corporation incorporated under the laws


of ..................................................................................... and having its principal place of busi-
ness at ...................................................................................... (hereinafter called “the Contractor”)

WHEREAS the Employer desires to engage the Contractor to design, manufacture, test, deliver,
install, complete and commission certain Facilities, viz.

..........................................................................................................................(“the Facilities”) and


the Contractor has agreed to such engagement upon and subject to the terms and conditions here-
inafter appearing.

NOW IT IS HEREBY AGREED as follows:

Article 1. 1.1 Contract Documents (Reference GC2)

Contract Documents The following documents shall constitute the Contract be-
tween the Employer and the Contractor, and each shall be
read and construed as an integral part of the Contract:

1. This Contract Agreement and the Appendices hereto


2. Special Conditions of Contract
3. General Conditions of Contract
4. Technical Specifications and Drawings
5. The Bid and Price Schedules submitted by the Con-
tractor
6. Procedures (as listed)

688
7. Any other documents shall be added here
1.2 Order of Precedence (Reference GC2)
In the event of any ambiguity or conflict between the
Contract Documents listed above, the order of precedence
shall be the order in which the Contract Documents are
listed in Article 1.1 (Contract Documents) above.

1.3 Définitions(Reference GC1)

Capitalised words and phrases used herein shall have the


same meanings as are ascribed to them in the General
Conditions of Contract.

Article 2. 2.1 Contract Price

Contract Price and The Employer hereby agrees to pay to the Contractor the
Terms of Payment Contract Price in consideration of the performance by the
Contractor of its obligations hereunder. (Reference
GC11). The Contract Price shall be the aggregate of:

...................................................................................

......................................................................................

(amount of foreign currency in words)

(c)

..............................

(amount in figures)

and

......................................................................................

......................................................................................

(amount of local currency in words)

...............................

(amount in figures)

689
or such other sums as may be determined in accordance with
the terms and conditions of the Contract.

Terms of Payment 2.2 The terms and procedures of payment according to which
the Employer will reimburse the Contractor are given in
(Reference GC12 Appendix l (Terms and Procedures of Payment) hereto.

Article 3. 3.1 Effective Date

Effective Date for De- The time of Completion of the Facilities shall be deter-
termining Time for mined from the date when all of the (Reference GC1) fol-
Completion lowing conditions have been fulfilled:

(1) this Contract Agreement has been duly executed for and
on behalf of the Employer and the Contractor;

(2) the Contractor has submitted to the Employer the Perfor-


mance Security and the advance payment guarantee;

(3) Contract Agreement is approved by Exim Bank of India

(4) the Employer has paid the Contractor the advance pay-
ment; and

(5) Any other conditions shall be added here.

Each party shall use its best efforts to fulfil the above
conditions for which it is responsible as soon as practica-
ble.

3.2 If the conditions listed under 3.1 are not fulfilled within
two (2) months from the date of this Contract agreement
because of reasons not attributable to the Contractor, the
parties shall discuss and agree on an equitable adjustment
to the Contract Price and the Time for Completion and/or
other relevant conditions of the Contract.

Article 4. 4.1 The Appendices listed in the attached List of Appendices


shall be deemed to form an integral part of this Contract
Appendices Agreement.

4.2 Reference in the Contract to any Appendix shall mean the


Appendices attached hereto, and the Contract shall be

690
read and construed accordingly.

IN WITNESS WHEREOF the Employer and the Contractor have caused this Agreement to be
duly executed by their duly authorised representatives the day and year first above written.

Signed by for and Signed by for and


on behalf of the Employer on behalf of the Contractor
............................................ ............................................
Signature Signature
........................................... ............................................
Title Title
in the presence of in the presence of
...........................................
............................................
CONTRACT AGREEMENT
dated the ................................................ day of ...............................
20....

BETWEEN
.....................................................................
(“the Employer”)
and
.....................................................................
(“the Contractor”)

APPENDICES
Appendix 1 Terms and Procedures of Payment
Appendix 2 Price Adjustment
Appendix 3 Insurance Requirements
Appendix 4 Time Schedule
Appendix 5 List of Subcontractors
Appendix 6 Scope of Works and Supply by the Employer
Appendix -7 List of Documents for Approval or Review
Appendix -8 Functional Guarantees
Appendix -9 Declaration of Local Agent
Appendix 10 Minutes of Post Bid Discussion
Appendix 11 Detail of Price Break Up of Price Schedules

691
Appendix 1. Terms and Procedures of Payment

In accordance with the provisions of GC 12 (Terms of Payment), the Employer shall pay the
Contractor in the following manner and at the following times, based on the price breakdown
given in Volume I (Price Schedules). Payments will be made in the currencies quoted by the
tenderer unless otherwise agreed between the parties. Applications for payment in respect of part
deliveries may be made by the Contractor as work proceeds.

TERMS OF PAYMENT

Schedule No. 1. Plant (including Mandatory Spare Parts) Supplied from Abroad

ADVANCE PAYMENT: Twenty percent (20%) of the total amount of the Contract, to be paid
by bank transfer to a provider account within 60 days after the presentation of the request for
payment, the Bank Guarantee for Advance payment for the equivalent amount and payment au-
thorisation.

This Guarantee shall be submitted no more than 30 days after the signature of the contract by the
supplier and should be valid for 24 months from the date of Letter of Acceptance and the supplier
has provided the 100% of the goods and fulfilling with 100% of the related services provided in
the contract.

The Unconditional Bank Guarantee for Advance Payment drawn in favour of the Employer shall
be issued by a BSIC Bank in the Republic of Togo.

The advance payment is considered as the first disbursement, both for goods and related con-
struction services and other related services.
Schedule No. 2. Plant (including Mandatory Spare Parts) Supplied from within the Employer’s
Country
FOR SUPPLY:

A. 50% supply value for each consignment of materials/equipment (in its full form) on
submission of the Invoice after submission of the following documents:
a. Copies of the Supplier’s invoice showing Goods description, quantity, unit price, total
amount;
b. Original and 3 (three) copies of the negotiable, clean on – board bill of loading market
freight prepaid and 3 (three) copies of non-negotiable bill of loading;
c. 3 (three) copies of packing list identifying contents of each package;
d. Insurance Certificate;

692
e. Manufacturer’s/Supplier’s gurantee certificate;
f. Inspection Certificate, issued by the nominated inspection agency and the supplier’s
factory inspection report; and
g. Certificate of origin

B. 10% of the supply value shall be released after erection of equipment and equipment being
ready for testing/commissioning.

C. 10% of the supply value after testing and commissioning and completion of work under
contract, handling over and preliminary acceptance certificate issued by CEB.

D. Balance 10% of supply value shall be paid on presentation of final completion certificate and
after settlement of material account statement of items supplied, used, erected/commissioned
and on submission of Performance Bank Guarantee of equivalent amount valid for a period of
6 months from the date of provisional acceptance.

Schedule No. 3. Design Services and Prototype Testing (Not Applicable)

Schedule No. 4. Installation Services


A. Civil Work
(a) 50% of the value for Tower Foundation works and Earthing against various R.A. bills duly
certified by CEB.

(b) 10% of the value for Tower Foundation works shall be paid on completion of Tower erec-
tion.

(c) 10% of the value for Tower Foundation works shall be paid on receipt of bills after commis-
sioning of Transmission Lines and preliminary acceptance certificate issued by CEB after rectifi-
cation works, if any

(d) 10% payment for Tower Foundation works shall be after verification settlement of material
account and finalization of items supplied, erection, commissioned successfully and return of
balance quantity

B. For Erection and Stringing

(a) 60% payment of Erection and Stringing claimed against various R.A. Bills duly recorded and
certified by CEB;

693
(b) 10% of value of Erection and Stringing shall be paid on receipt bills after commissioning of
Transmission Line and preliminary acceptance certificate issued by CEB after rectification
works, if any.

(c) Balance 10% payment of value of Erection and Stringing shall be after verification settle-
ment of material account and finalization of items supplied, erection, commissioned successfully
and returns of balance quantity, if any.

All the payments due to the Contractor shall be paid as per approved Invoices/RA Bills duly cer-
tified by Project Authority and PMC and Payment Authorizations issued by Government of Togo
& mode of payment shall be as agreed by Exim Bank.
Payments in US Dollar [USD] will be made by Exim Bank directly into the contractor’s account
maintained at commercial bank in India upon receipt of payment authorisation from Ministry of
Finance, Government of Togo along with duly certified invoices.

PAYMENT PROCEDURES
The procedures to be followed in applying for certification and making payments shall be as fol-
lows:
The procedures to be followed in applying for certification and making payments are as ex-
plained in above respective paras. The Employer shall make payments promptly within sixty (60)
days of submission of an invoice/claim by the Contractor. The payments shall be released by
EXIM Bank based on payment authorization/ confirmed Letter of Credit, for which necessary
details shall be tied up during execution of the contract.
To facilitate release of Advance payment /retention money/services rendered on site, the follow-
ing documents are required to be submitted to EXIM Bank, apart from the documents/certificates
indicated for respective payments:
[a] request letter from the Government of Togo [b] Payment authorization letter duly signed by
authorized official(s), designated by the Government of Togo to operate the LOC; and [c] Com-
mercial invoice apportionable to relevant advance payment / retention money /services raised by
the Indian supplier/ contractor and certified by Employer/PMC .

Payment of price adjustment: - Not Appicable

Additional Sub-Clause for Submission of Bills for Payment:

694
i. All Payments for the works in part or full shall be based upon measurements or otherwise
as per the Contract. Immediately after execution of foundation of any structure or other-
wise, but before filling the trench or foundation, the Contractor shall take and record
measurements in presence of the authorized representatives of the Employer.
ii. All Measurements recorded in a Measurement Book (MB) issued by the Employer should
be signed with date by the Contractor and the Employer.
iii. The Value of work executed shall be determined by the Employer and shall include the
valuation of Variation and Compensation Events, if any. The Value of work "executed shall
comprise the value of the quantities of the items in the Price Bid completed in terms of
GOI guidelines.
iv. The Contractor seeking any payment shall submit the bills with the relevant MBs and oth-
er requisite documents, duly signed by the site representatives of the Employer, to the
Employer. The Employer will then verify the bills and approve for release of payment.

PAYMENT PROCEDURES

The procedures to be used to certify and make payments will be the letters of credit.

695
Appendix 2. Price Adjustment (Not Applicable)

696
Appendix 3. Insurance Requirements

Details to be completed by the Employer prior to issuing the Bid documents. In the event that the Employer pro-
vides any insurances under the Contract, appropriate details must also be given.

Insurances to be taken out by the Contractor

In accordance with the provisions of GC 34, the Contractor shall at its expense take out and
maintain in effect, or cause to be taken out and maintained in effect, during the performance of
the Contract, the insurances set forth below in the sums and with the deductibles and other condi-
tions specified. The identity of the insurers and the form of the policies shall be subject to the
approval of the Employer, such approval not to be unreasonably withheld.

a) Cargo Insurance

covering loss or damage occurring, while in transit from the supplier’s or manufacturer’s
works or stores until arrival at the Site, to the Facilities (including spare parts therefore)
and to the construction Equipment to be provided by the Contractor or its Subcontractors.

Amount Deductible limits Parties insured

110% of CIP value of goods shipped and full Minimum equivalent The Employer and the
replacement value of the contractor’s Equipment of US$5,000 Contractor

b) Installation All Risks Insurance

covering physical loss or damage to the Facilities at the Site, occurring prior to Completion of
the Facilities, with an extended maintenance coverage for the Contractor’s liability in respect of
any loss or damage occurring during the defect liability period while the Contractor is on the Site
for the purpose of performing its obligations during the defect liability period.

Amount Deductible limits Parties insured

110% of value of work on the Facilities and full Minimum equivalent The Employer, the
replacement value of the Equipment of US$5,000 Contractor and the Sub-
Contractor

697
c) Third Party Liability Insurance

covering bodily injury or death suffered by third parties (including the Employer’s per-
sonnel) and loss of or damage to property (including the Employer’s property and any
parts of the Facilities which have been accepted by the Employer) occurring in connec-
tion with the supply and installation of the Facilities.

Amount Deductible limits Parties insured

110% of value of work on the Facilities and full Minimum equivalent The Employer, the
replacement value of the Equipment of US$5,000 Contractor and the Sub-
Contractor

(d) Automobile Liability Insurance

covering use of all vehicles used by the Contractor or its Subcontractors (whether or not
owned by them) in connection with the supply and installation of the Facilities. Compre-
hensive insurance in accordance with statutory requirements.

(e) Workers’ Compensation

in accordance with the statutory requirements applicable in any country where the Facili-
ties or any part thereof is executed.

(f) Employer’s Liability

in accordance with the statutory requirements applicable in any country where the Facili-
ties or any part thereof is executed.

g) Other Insurances.

The Contractor also has the obligation to contract and maintain at its own expense all the
insurance in accordance with an ordinance, a regulation, or a law in force in Togo.
The employer shall be named as co-insured under all insurance policies taken out by the
Contractor pursuant to GCC 34.1 Sub-Clause, except for the Third Party Liability, Work-
ers’ Compensation and Employer’s Liability Insurances, and the Contractor’s Subcon-
tractor shall be named as co-insureds under all insurances policies taken out by the Con-
tractor pursuant to GCC 34.1 Sub-Clause, except for the Cargo, Workers’ Compensation
and Employer’s Liability Insurances. All insurer’s rights of subrogation against such co-
insureds for losses or claims arising out of the performance of the Contract shall be
waived under such policies.

698
Insurances to Be Taken Out By the Employer
(Not Applicable)

699
Appendix 4. Time Schedule

Name of Facilities Completion Time required by the Completion date guaran-


Employer from the Effective teed by the bidder from
Date: the Effective Date

Lot 1A: 20 Months

Lot 1B: 20 Months

700
Appendix 5. List of Subcontractors

Part 1 Nominated Subcontractors

In the event that the Employer wishes to nominate any particular subcontractor for the undertak-
ing of any part or parts of the Facilities, such subcontractor shall be identified and named by the
Employer in the following schedule prior to the issue of the Bid documents.

Full details shall be given of the part of the Facilities to be executed, and the names and address-
es of the subcontractors to whom the part of the Facilities will be subcontracted by the Contrac-
tor. Where more than one name is given for any part of the Facilities, the tenderer shall be free
to select any of the named subcontractors for that part.

The Employer shall be responsible for ensuring that any nominated subcontractor comply with
the requirements of the provisions regarding country of origin in the General Conditions of Con-
tract, but the Contractor shall be responsible for ensuring that any supply, work or installation
services to be provided by the nominated subcontractor comply with the similar requirements
regarding country of origin.

Item of Facilities Nominated Subcontractor

Part 2 ApprovedSubcontractors

Prior to award of Contract the following details shall be completed indicating those subcontrac-
tors, proposed by the tenderer by attachment to its Bid, that are approved by the Employer for
engagement by the Contractor during the performance of the Contract.

The following subcontractors are approved for carrying out the item of the Facilities indicated.
Where more than one subcontractor is listed, the Contractor is free to choose between them, but
it must notify the Employer of its choice in good time prior to appointing any selected subcon-
tractor. In accordance with GC 19.1, the Contractor is free to submit proposals for subcontrac-
tors for additional items from time to time. No subcontracts shall be placed with any such sub-
contractors for additional items until they have been approved in writing by the Employer and
their names have been added to this list of approved subcontractors.

Item of Facilities Approved Subcontractors Nationality

701
Appendix 6. Scope of Works and Supply by the Employer

The following personnel, Facilities, works and supplies will be provided/supplied by the Em-
ployer, and the provisions of GC 10, 21 and 24 shall apply as appropriate.

All personnel, Facilities, works and supplies will be provided by the Employer in good time so as
not to delay the performance of the Contractor in accordance with the approved time schedule
and programme of performance pursuant to GC 18.2.

Unless otherwise indicated, all personnel, Facilities, works and supplies will be provided free of
charge to the Contractor.

Personnel Charge to Contractor (if any)


Dispatch of Employer’s personnel
for the following
1. For test and inspection at Two (02) representatives of the Employer attending the tests and / or inspections
the place of manufacturers In addition to the costs of obtaining visas, travel and accommodation for the
(GCC sub Clause 23) Client, the latter will guarantee a per diem allowance of USD 300 per day for
each representative of the Client.
For tests and inspections in a country other than the Republic of India, the
Contractor shall also bear all costs of obtaining visas, travel, accommodation and
the expenses of two (2) Representatives of the Consultant
2. For commissioning test -
Facilities Charge to Contractor (if any)
Dispatch of Employer’s personnel
for the following
1. Arrangement of power interrup-
tion of transmission lines, dis-
tribution lines, and/or substa- _
tions.
2. The employer shall assist the The expense to obtain all permits, approvals and/or service licenses mentioned in
Contractor to obtain all permits, the left shall be borne by the Contractor
approvals and/or licenses from
all local, state or national gov-
ernments authorities or public
service undertakings in the
country where the Site is locat-
ed

Works Charge to Contractor (if any)


Supplies Charge to Contractor (if any)

702
Appendix-7-List of Documents for Approval or Review
Pursuant to GC Sub-Clause 20.3.1, the Contractor shall prepare, or cause its Subcontractor to
prepare, and present to the Project Manager in accordance with the requirements of GC Sub-
Clause 18.2 (Program of Performance), the following documents for

A. Approval

As mentioned in the relevant chapter/Section of the Technical Specifications of the Bidding


documents and the following

a. Names of manufacturers
b. Location of factory of manufacture of principal items of equipments
c. Names of subcontractors
d. List of drawings to be submitted for approval
e. Temporary connections and safety
f. Programme of Manufacturer quality plan and inspection, testing procedures and test-
ing methods
g. All kinds of test reports including type test reports and guaranteed technical particular
of the equipment
h. Geographic location of routine Tests
i. Corrosion protection and painting
j. Right of Way clearance details
k. Line route survey and foundation soil investigation
l. Aggregate and grading of aggregates
m. Use of admixtures, concrete mixing, steel reinforcement and formwork
n. Stringing procedures and methods of conductor/OPGW and machine for the works
o. Marking and labeling of equipment

B. Examen:

As mentioned in the relevant chapter/Section of the Technical Specifications of the Bid-


ding documents and the following

703
a. Designed and calculation procedures for each component forming part of the
Plant
b. All drawings prepared by the Contractor
c. Operations and maintenance instructions
d. Procedure for Test on Completion

Note:
Bidder shall furnish the exhaustive list, which shall be discussed and finalised for incor-
poration into the Contract Agreement.

704
Performance Security Form
To

: Date ......................................
Loan/Credit No. ........................
Contract No. ............................

(Name and address of the Employer)

Dear Ladies and/or Gentlemen,

We refer to the Contract Agreement (“the Contract”) signed on ....................................... between


you and.............................................. (“The Contractor”) concerning design, execution and Com-
pletion of (brief description of the Facilities).

By this letter we, the undersigned, ............................................................... , a Bank (or company)


organised under the laws of ............................... and having its registered/principal office at
........................................... do hereby jointly and severally with the Contractor irrevocably guar-
antee payment to you up to the sum of .......................................................................... equivalent
to ......... percent (. %) of the Contract Price until the date of the operational acceptance certifi-
cate and thereafter up to a sum of .......................................................... equivalent to ........... per-
cent (..... %) of the Contract Price until twelve (12) months after the date of operational ac-
ceptance.

Where it is agreed between you and the Contractor that the Facilities are to be accepted in parts
and thus where there are separate operational acceptance certificates for each part, this Letter of
Guarantee shall be apportioned to the value of each such part and reduce upon the date of opera-
tional acceptance ofeach part and expire twelve (12) months after the date of operational ac-
ceptance of each part.

We undertake to make payment under this Letter of Guarantee upon receipt by us of your first
written demand signed by your duly authorised officer declaring the Contractor to be in default
under the Contract and without cavil or argument any sum or sums within the above-named lim-
its, without your need to prove or show grounds or reasons for your demand and without the
right of the Contractor to dispute or question such demand.

Our liability under this Letter of Guarantee shall be to pay to you whichever is the lesser of the
sum so requested or the amount then guaranteed hereunder in respect of any demand duly made
hereunder prior to expiry of this Letter of Guarantee, without being entitled to inquire whether or
not this payment is lawfully demanded.

705
This Letter of Guarantee shall be valid from the date of issueuntil twelve (12) months after the
date of operational acceptance of the Facilities or, where the Facilities are to be accepted in parts,
twelve (12) months after the date of operational acceptance of the last part or (date), whichever
comes first.

Except for the documents herein specified, no other documents or other action shall be required,
notwithstanding any applicable law or regulation.

If the defect liability period is extended with respect to any part of the Facilities in accordance
with the Contract, the validity of this Letter of Guarantee shall be extended with respect to
.............................. percent (. %) of the Contract Price of that part until expiry of such extend-
ed defect liability period.

Our liability under this Letter of Guarantee shall become null and void immediately upon its ex-
piry, whether it is returned or not, and no claim may be made hereunder after such expiry or after
the aggregate of the sums paid by us to you shall equal the sums guaranteed hereunder, whichev-
er is the earlier.

All notices to be given hereunder shall be given by registered (airmail) post to the addressee at
the address herein set out or as otherwise advised by and between the parties hereto.

We hereby agree that any part of the Contract may be amended, renewed, extended, modified,
compromised, released or discharged by mutual agreement between you and the Contractor, and
this security may be exchanged or surrendered without in any way impairing or affecting our
liabilities hereunder, without notice to us and without the necessity for any additional endorse-
ment, consent or guarantee by us, provided, however, that the sum guaranteed shall not be in-
creased or decreased.

No action, event or condition which by any applicable law should operate to discharge us from
liability hereunder shall have any effect and we hereby waive any right we may have to apply
such law so that in all respects our liability hereunder shall be irrevocable and, except as stated
herein, unconditional in all respects.

Yours truly,

(name of the bank)

......................................................

(authorised signature)

706
Bank Guarantee Form for Advance Payment

To: Date ......................................


Loan/Credit No. ........................
(Name and address of the Employer) Contract No. ............................

Dear Ladies and/or Gentlemen,

We refer to the Contract agreement (“the Contract”) signed on ........................................... be-


tween you and ....................................................................... (“the Contractor”) concerning design,
execution and Completion of (brief description of the Facilities).

Whereas, in accordance with the terms of the said Contract, the Employer has agreed to pay or
cause to be paid to the Contractor an advance payment in the amount of ................... (. .... %) per-
cent of the total Contract Price due to the Contractor, namely a payment of:

................................................................................................................

(Amount of foreign currency in words)

........................................................... ( ............................................. )

(Amount in figures)

and

..................................................................................................................

(Amount of local currency in words)

........................................................... ( .............................................. )

(Amount in figures)

By this letter we, the undersigned, ....................................................... , a Bank (or company) or-
ganised under the laws of ................................................... and having its registered/principal
office at ................................................ do hereby jointly and severally with the Contractor irrev-
ocably guarantee repayment of the said amounts upon the first demand of the Employer without
cavil or argument in the event that the Contractor fails to commence or fulfil its obligations un-
der the terms of the said Contract and in the event of such failure, refuses to repay all or part (as
the case may be) of the said advance payment to the Employer.

707
Provided always that the Bank’s obligation shall be limited to an amount equal to the outstanding
balance of the advance payment, taking into account such amounts which have been repaid by
the Contractor from time to time in accordance with the terms of payment of the said Contract as
evidenced by appropriate payment certificates.

This Guarantee shall remain in full force from the date upon which the said advance payment is
received by the Contractor until the date upon which the Contractor has fully repaid the amount
so advanced to the Employer in accordance with the terms of the Contract. At the time at which
the outstanding amount is NIL, this Guarantee shall become null and void, whether the original
is returned to us or not.

Any claims to be made under this Guarantee must be received by the Bank during its period of
validity.

Yours truly,

(name of the bank)

.....................................................

(authorised signature)

708
Form of Completion Certificate

To: Date ......................................


Loan/Credit No. ........................
Contract No. ............................

(Name and address of the Contractor)

Dear Ladies and/or Gentlemen,

Pursuant to GC 24 (Completion) of the General Conditions of the Contract entered into between
yourselves and the Employer dated ............................................................................ relating to the
...............................................................................,we hereby notify you that the following part(s)
of the Facilities was (were) complete on the date specified below, and that, in accordance with
the terms of the Contract, the Employer hereby take over the said part(s) of the Facilities, togeth-
er with the responsibility for care and custody and the risk of loss thereof on the date mentioned
below.

1. Description of the Facilities or part thereof:


............................................................................
.............................................................................................................................................

2. Date of Completion: ............................

However, you are required to complete the outstanding items listed in the attachment hereto as
soon as practicable.

This letter does not relieve you of your obligation to complete the execution of the Facilities in
accordance with the Contract nor of your obligations during the defects liability period.

Truly yours,

...........................................

(title)

(Project Manager)

709
Form of Operational Acceptance Certificate

To: Date ......................................


Loan/Credit No. ........................
Contract No. ............................

(Name and address of the Contractor)

Dear Ladies and/or Gentlemen,

Pursuant to GC 25.3 (Operational Acceptance) of the General Conditions of the Contract entered
into between yourselves and the Employer dated .................................. relating to the
............................................................................................................................,.we hereby notify
you that the functional guarantees of the following part(s) of the Facilities was (were) satisfacto-
rily attained on the date specified below.

1. Description of the Facilities or part thereof:


..............................................................................

...............................................................................................................................................

2. Date of operational acceptance: .......................................

This letter does not relieve you of your obligation to complete the execution of the Facilities in
accordance with the Contract nor of your obligations during the defects liability period.

Truly yours,

(title)

(Project Manager)

710

Vous aimerez peut-être aussi