Download as pdf or txt
Download as pdf or txt
You are on page 1of 12

SECTION -1 (GENERAL)

1.1 INTRODUCTION:
The scope of this specification covers construction of following 66kV AIS Mustafabad
(Palwal) on supply cum erection (turnkey) basis as per Annexure-I:

1.2 SCOPE
The detailed scope of work shall be as under:
1.2.1 66kV AIS Mustafabad (Palwal) (with SAS).
Providing 2 x 12.5/16 MVA 66/11 kV T/F (Power T/Fs will be provided by HVPNL as
spared from the system however the work related to its commissioning, testing etc.
will be in scope of contractor), its bays along with allied switchgear and protective
equipments, 2 No. 66 kV line bays along with allied switchgear and protection equipments
to accommodate 66 kV D/C Meerpur Kurali- Mustafabad line and 1 No. 66kV bus
coupler bay with allied switchgear and protective equipments (Total 5 No. 66kV bays) & 5
nos. future 66kV bays (i.e. 4 nos. future line bays & 1 no. future T/F bay) as per detailed in
Drg. No. HGD-3C/617 (Annexure-IV).
Design, Engineering, manufacture, testing & supply on FOR destination site basis,
transportation, insurance, storage, testing and commissioning of following items:-
a) 2 x 12.5/16 MVA 66/11 kV T/F (Power T/Fs will be provided by HVPNL as spared from
the system however the work related to its commissioning, testing etc. will be in
scope of contractor) with mandatory spares.
b) 66 kV SF-6 Circuit Breakers, Isolators, All type of Current Transformers, Neutral CT’s,
Surge Arrestors, Bus Post Insulators, L&E switches, PTs for line & 11 kV Surge Arrestors
etc. along with their terminal connectors & mandatory spares.
c) Complete Sub-Station automation including Hardware & Software.
d) Complete 66 kV C&R Panels for S/Stn. having SAS & 11kV VCB panels with SEM on each
T/F I/C VCB as per specifications.
e) Air Conditioning system for Computer Room and electrical room (for C&R Panels).
f) Associated mechanical & electrical auxiliaries.
g) 1.1 kV grade power & copper control cables unarmoured along with complete accessories
for switchgear and protection equipments.
h) Substation structures for sub-station towers & beams and equipments structures.
i) Insulator strings, hardware clamps and connectors, stainless steel marshalling kiosk,
copper lug, glands & PVC ferrules for control cabling, fiber cleats, aluminum clamps, bolts,
nuts, washers etc. for fixing control cables in trenches, galvanized iron trays & clamps,
ACSR conductor, GS earth wire, spares. Cables supporting angles/channels, buried cable
trenches for 11 kV Cable & outdoor channels with trenches with trench covers.
j) 11 kV XLPE Cable of various sizes along with its accessories.
k) Boltless C-Type wedge connectors & equipment interconnections shall be suitable for single
ACSR Zebra Conductor & Twin Tarantulla Conductor.
l) Complete fire - fighting equipment.
m) 220V 100 AH San Tubular DC battery with battery charger (SMPS) & DCDB along with
associated accessories.
n) 415V LT A.C. Board 300A along with associated accessories.
o) Complete switchyard lighting.
p) Complete Earth mat laying. The earth mat will be designed/quoted for soil resistivity of
50m. In case soil resistivity is more than 50m then the earth mat will be designed for
actual soil resistivity. The payment of extra material to be used for earth mat shall be made
on pro rata basis.
q) 1X200 KVA 11/0.4 kV station T/Fs for auxiliary supplies.
r) Providing 4800 KVAR 11 kV Automatically Switched Capacitor Bank (Rating Capacitor
Bank Rating at 12.65KV) for 2 x 12.5/16 MVA 66/11 kV T/F along with allied equipment
for each T/F.
s) Computer with UPS & Printer.
t) Any other equipment/material required to complete the specified scope.

CIVIL WORKS
66kV AIS Mustafabad (Palwal)
The work shall be included but not limited to the following:-
a) Foundation for S/Stn main gantry/steel structures and equipments as per drawings
attached. For breaker, the Design/Drawing of foundation shall be submitted by successful
bidder for approval before execution.
b) Foundation for 2 x 12.5/16 MVA 66/11 kV T/F complete as per HVPNL Drawing. In case
additional radiator foundation is to be constructed necessary design/drawings shall be
submitted for approval before execution as per technical specifications by successful
bidder. Further in case the T/F plinth drawing issued by department does not match with
the transformer equipment drawing, necessary design/drawing shall be submitted by the

1
successful bidder for approval before execution. In both the cases nothing extra shall be
paid to the successful bidder.
c) Foundation for 1 No. 200 KVA 11/0.4 kV auxiliary transformers. The bidder shall however
would seek approval of design and drawing before execution.
d) Foundation for 2 sets of 4800 KVAR 11kV rating automatically switched Capacitor Bank
along with allied equipments such as Isolators; RVTs etc. complete in all respects. The
successful bidder shall submit foundation designs & drawings for approval before
execution.
e) Foundation for lighting poles, stainless steel marshalling kiosk, panels & control cubicles of
equipments without extra cost of HVPNL (wherever required).
f) RCC Outdoor cable trenches along with RCC covers, cable racks, drainage system
including drainage pipes, including cable trench crossings the road and installation of
pump etc. The layout drawing shall be evolved by the successful bidder and got approved
from HVPNL before execution.
g) Laying of concrete roads including walk ways/shoulders leading to switch yard and switch
house building from main PWD (B&R) road or any other agency including earth filling for
road and berms if required and PCC in front & rear of the switch house building for parking
as per drawings attached and GELO/CLO.
h) Provision of pipe culvert as per technical specifications on approach roads leading to switch
yard/SHB & yard wherever required.
i) Fencing & Boundary walls for the S/Stn. along with gates as per drawings attached.
j) Site surfacing including leveling and dressing, lean concrete/PCC wherever required in the
S/Stn area.
k) Construction of Switch House building including indoor cable trenches, all services, laying
of drainage pipes, collection tank & soakage pit, rain harvesting system and all other
services as per drawings/specifications to complete the building in all respect and making
it functional.
l) Cutting of trees including roots, grass, bushes etc. and clearing the site. Cutting/Filling of
earth to required depth including compaction etc. in S/Stn./switchyard area wherever
required to achieve required formation level as decided by HVPNL.
m) Construction of rain harvesting systems (rechargeable bores/wells) one for control room
building and switch yard as per HVPNL drawings. The disposal scheme/drainage system
for draining rain water including material for collection of water from switch house building
and S/Stn. area including manholes, covers wherever essential (complete) shall be evolved
by the successful bidder and got approved from HVPNL before execution.

1.2.2 SCHEDULE OF QUANTITIES


The detailed description of various items/equipment and civil works are indicated at
Annexure – A-I to C-I for 66kV AIS Mustafabad (Palwal). The bill of quantity of major
equipment is also indicated and wherever the quantities are not indicated the bidder is
required to compute the quantity. Bidder is required to indicate unit rate and total price of
the items under a particular head in bid proposal sheets. Bidder should include all such
items in the bid proposal sheets, which may not be specifically mentioned but are essential
for the execution of the contract.

1.3 GENERAL ELECTRICAL LAYOUT


The GELO for 66kV AIS Mustafabad (Palwal) is enclosed as indicated at Annexure-IV.
1.4 LOCATIONS OF THE SUBSTATION
The location of the substation along with the nearest Railhead is indicated at Annexure-II.
1.5 METEOROLOGICAL DATA.
The meteorological data of the substation is indicated at Annexure-III. However, for design
purpose, ambient temperature should be considered as 50° C.
1.6 SOIL DATA
The earth resistivity for 66/11kV S/Stn. shall be ascertained by the bidder himself.
1.7 DRAWING
1. The bidder shall maintain inter equipment distances, bay length, bay width etc. in
accordance with the enclosed general/electrical layouts of the respective substations
while doing so the bidder will ensure that the statutory electrical clearances required
for substation are maintained. (Annexure-IV).
2. The drawing enclosed give the basic scheme, layout of substation, substation
buildings, associated service etc. In case of any discrepancy between the drawing and
text of specification the bidder is advised to get these clarified before submission of
bid. No claim what-so-ever on this score shall be entertained after award of contract.
3. The bidder shall adopt HVPNL design of galvanised steel structure for tower, beam and
equipment supporting structures for 66/11kV S/Stn.

1.8 SPARES
1.8.1 MANDATORY SPARES
The spare parts and maintenance accessories shall be included in the bid proposal by the
bidder. The prices of these spares shall be given by the bidder in the relevant schedule of

2
BOPS and shall be considered for evaluation of bid. It shall not be binding on the
Purchaser to procure all these mandatory spares.
The bidder is clarified that no mandatory spares shall be used during the commissioning of
the equipment. Any spares required for commissioning purpose shall be a part of the
equipment only. Further all the mandatory spares will be consigned to AEE dedicated store,
Ballabhgarh.
1.8.2 OPTIONAL SPARES
The Bidder shall identify and recommend the list of optional spare parts required together
with their quantity to meet the specified performance for a period of three years. The item
schedule and prices of these shall be given by the Bidder in relevant schedule of BOPS and
shall not be considered for evaluation of the bid. The Bidder must also indicate the basis
for recommendation of optional spares. The Bidder shall also recommend their source of
availability and technical particulars. The Bidder may also suggest addition or deletion of
spare items over this list. It will be the option of employer to buy the spares quoted by the
bidder in his bid at the time of finalization of contract.
1.8.3 The Contractor shall advise the Purchaser of the required lead time for ordering of spares
and the minimum re-order quantities.
1.9 In addition to meeting the qualification requirement stipulated in Volume-IA the bidder of its
own or his manufacturer subvendor/fabricator shall also meet the qualifying requirement
set forth for all the equipments in the relevant sections of the technical specification, failing
which the bid is liable to be rejected.
1.10 SPECIAL TOOLS AND TACKLES
The bidder may include in his proposal the deployment of all such special tools and tackles
required for erection testing, commissioning and maintenance of equipment. The
Contractor would be free to take these back at the end of work or sell to employer at a
negotiated price. At the completion of job, the contractor will hand over a separate set of
tools and tackles required for routine maintenance of S/Stn equipment erected by him as a
part of contract. The details of tools and tackles (which will be reviewed by employer at the
time of award of contract) will be furnished in attachment 4A Volume-IB.

1.11 TRAINING OF OWNER'S PERSONNEL


The contractor shall organize and conduct complete and thorough training programmers (to
be conducted in English language) for two engineers & two technicians for a period of two
weeks providing necessary training material, at no extra cost to the Owner. However, the
traveling and living expenses of Owner's engineers/technicians, if any shall be borne by
Owner (HVPNL). The training shall be carried out at the place of manufacturer of circuit
breakers & C&R panels or as the case may require and as agreed by Owner so as to ensure
complete adequacy of the program and imparting of detailed knowledge of
system/equipment design, engineering, operation and maintenance aspects.

1.12 The contractor shall be responsible to provide all necessary testing and commissioning
personnel, tools and plant, testing equipment, etc. All expenses for carrying out the routine
tests as specified in relevant standard shall be to contractor’s account. However the
expenses w.r.t. purchaser/purchaser’s representative for witnessing these tests which
contractor shall take into account shall be as follows:-
(a) For Inspections/tests to be carried out for equipment offered from within
purchaser’s country.
All tour expenses shall be borne by purchaser.
(b) For inspections/tests to be carried out for equipment offered from outside
purchaser’s country:-
It is envisaged that inspection/testing of all such equipment shall be witnessed. Each
inspection shall be carried out by a team of 2 engineers nominated by the purchaser. Their
To & Fro travel expenditure from purchaser’s country to the place of inspection/testing
shall be borne by the bidder including all boarding and lodging charges.
Notes:
1. The bidder or his authorised representative should visit the site of works and its
surroundings to obtain himself at his responsibility and expenses, all information regarding
general site characteristics, accessibility, infrastructure details and factual position in
respect of scope of work vis-à-vis GELO drg. attached with the bid document. Any
alteration/addition envisage in the document must be got clarified before submission of the
bid.
2. No extra payment shall be made on account of any change in the layout drgs. required for
providing DSLP as per Rezvik method.
3. Any other items not specifically mentioned in the specification but which are required for
erection, testing, commissioning and satisfactory operation of S/Stn. are to be included in
the scope of the specification unless specifically excluded

3
ANNEXURE-I
66kV SUB-STATION

Sr. Name of Scope of Work Scheme Remarks


No. S/Stn.

1. 66kV AIS Providing 2 x 12.5/16 MVA 66/11 kV T/F Double


Mustafabad (Power T/Fs will be provided by HVPNL as bus system
(Palwal). spared from the system however the work (66 kV)
related to its commissioning, testing etc. with
will be in scope of contractor), its bays along Bus
with allied switchgear and protective coupler.
equipments, 2 No. 66 kV line bays along with
allied switchgear and protection equipments to
accommodate 66 kV D/C Meerpur Kurali and 1
No. 66kV bus coupler bay with allied
switchgear and protective equipments (Total 5
No. 66kV bays) & 5 nos. future 66kV bays (i.e.
4 nos. future line bays & 1 no. future T/F bay)
as per detailed in Drg. No. HGD-3C/617
(Annexure-IV).

Note: For detailed BOQ refer Annexure (A – I, B – I & C – I).

4
ANNEXURE-II

LOCATION OF SUB-STATION

Sr. No. Name of Substation Nearest Rail Head

1. 66kV AIS Mustafabad (Palwal). Palwal

5
ANNEXURE-III
METEOROLOGICAL DATA

1.1 Equipment to be supplied against this specification shall be suitable for satisfactory
continuous operation under the following tropical conditions:

i) Location In the state of Haryana

ii) Max. Ambient air temp. (deg. C) 50

iii) Min ambient air temp. (deg. C) -2.5

iv) Daily average air temp. (deg. C) 35

v) Average no. of Thunder storm 45


days per Annum

vi) Maximum Relative Humidity (%) 100

vii) Minimum Relative Humidity (%) 26

viii) Average annual rain fall (mm) 900

ix) Max. wind pressure (kg/sq m) 195

x) Max. altitude above mean sea 1000


level (meters)
xi) Isoceraunic level (days/year) 45

xii) Seismic level 0.3 g


(horizontal acceleration)

xiii) Average no. of rainy days 120


per Annum

NOTE: Moderately hot and humid tropical climate conductive to rust and fungus growth.
The climate conditions are also prone to wide variations in ambient condition. Smoke
is also present in the atmosphere. Heavy lightening also occurs during June to
October.

6
ANNEXURE-IV

Sr. No. NAME OF SUB STATION GELO DRAWING NO.

1. 66kV AIS Mustafabad (Palwal). HGD-3C/617

7
ANNEXURE-A-1
BILL OF QUANTITIES
Sr. DESCRIPTION UNIT 66kV AIS
No Mustafabad
(Palwal).
1. 12.5/16 MVA 66/11 kV T/Fs (Power T/Fs will be No. 2
provided by HVPNL as spared from the system
however the work related to its commissioning,
testing etc. will be in scope of contractor).
2. 66 kV SF-6 Breaker along with 20% extra SF-6 Gas No. 5

3. 2
66 kV Isolator with E/Switch No.

4. 66 kV Isolator without E/Switch No. 10

5. 12
66 kV Surge Arrestor with PRV No.

6. 66 kV CTs for Line & Bus Coupler (600-300-150/1- No. 9


1-1A)
7. 6
66 kV T/F CT (300-200-150/0.577-1-1A) No.
8. 66 kV CVT for line No. 6

9. 66kV Wave Trap No. 2


10. 2
66 kV NCT (300-200-150/1A) No.
11. 2
11 kV NCT (1800-900/5A) No.

12. 11 kV LA No. 6

13. 11 kV 13 Panel Board (1250A) with one SEM on each Set 2


T/F I/C Panel (including one no. bus sectionalizer
panel)
14. 66kV C&R Panels with SAS
a) Bus Coupler Protection and Circuit Breaker Panel No. 1
(Without Auto Reclose) with SAS
b) Line Protection and Circuit Breaker Panel (Without No. 2
Auto Reclose) with SAS
c) Transformer Protection and Circuit Breaker Panel Set 2
(Without Auto Reclose) with SAS
15. 4800 KVAR 11kV Automatically Switched Capacitor Set 2
Bank along with allied equipments as per technical
specification.
16. 220V 100AH Battery San Tubular. No. 1

17. 220 V 20/30A Battery charger (SMPS). No. 1

18. 220V 100AH D.C.D.B. No. 1

19. 415 V LT AC Distribution Board 300 A No. 1

20. 11/0.4 kV Station T/F 200 KVA No. 1


21. (a) 1.1 kV Copper Control Cable unarmoured for Lot Lot
66kV bays of size 7Cx4mm2, 4Cx4mm2, 2Cx4mm2,
2Cx6mm2, 3Cx2.5mm2, 16Cx2.5mm2, 10Cx2.5mm2 &
7Cx2.5mm2 including junction box etc. refer Section-5
of copper & control cable & Section-7 for switchyard
erection.
(b) Stainless steel MK (200 TB) No. 5
22. 11 kV Power Cable XLPE 1C x1000mm for T/F to Meter
2 950
11kV incomer with termination kit for both ends (2 (Appro
runs per phase for each transformer allocating them 1 x.)
runs per phase for each 11kV I/C).
23. 11 kV Power Cable XLPE 3C x 400sq mm for Meter( 200
Capacitor Bank with termination kit for both ends approx
.)
24. 11 kV Power Cable XLPE 3C x 50 sq. mm for station Meter( 100
approx
8
T/F with termination kit for both ends. .)
25. 650/1100 Volts 3.5 core 240 mm2 aluminium power Lot Lot
cable from Aux. T/F to ACDB.
26. 650/1100 Volt 3.5 core 70 mm2 aluminium cable for Lot Lot
oil filtration set.
27. 650/1100 Volt 4core 16mm2 unarmoured with Lot Lot
copper power cable for MLDB and other cable
required as per contract for 66kV bays.
28. Earthing Mat Material. The earth mat will be designed/ Lot
quoted for soil resistivity of 50m. In case soil (approx 9000 m2
resistivity is more than 50m then the earth mat will .)
be designed for actual soil resistivity. The payment of
extra material to be used for earth mat shall be made
on pro rata basis. The approximate area of earth mat to
be laid is given in the corresponding columns of the
substations. However, item will remain a Lot item
(calculations may be made considering fault/shock
duration of 1 sec).
29. Fire Fighting equipments as per section-6
i) 22.5 Kg Capacity FE CO2 type, Trolley Mounted No. 4
ii) 25 Kg Capacity FE DCP type, Trolley Mounted No. 4
iii) DCP 10 Kg Capacity, Wall mounted No. 4
iv) FE CO2 6.5 Kg Capacity, Wall mounted No. 1
v) DCP 5 Kg Capacity, Wall mounted No. 1
vi) Foam Type 9 Litre Capacity, Wall mounted No. 1
vii) Water CO2 9 Litre, Wall mounted No. 1
viii) Fire Buckets (12 Nos. with stand in one set) Set 2
30. Complete lightning of control room building, switch yard area, road and street as
per section-7 of the specification.
a) Supply and installation of 2 fittings of 240W LED Set 18
lamps with all accessories for Complete lighting of
outdoor Switch yard area as per clause 16.0 of
section 7 of the specifications.
b) Supply and installation of 35W LED tube on tubular No. 18
steel poles along with the boundary wall at a
distance of 30 meter as per as per clause 16.0 of
section 7 of the specification
c) Complete lighting of road and street by providing No. 16
90W LED lamps on tubular steel poles at a distance
of 15meter along the roads and streets as per as per
clause 16.0 of section 7 of the specification.
d) Supply and installation of post top lantern 40W LED No. 4
Lamps with all complete accessories at the entrance
gate of sub-station.
e) Supply and installation of 40W LED Lamps with all No. 6
complete accessories on corners of control room
building.
31. Complete Substation automation system of 66/11kV Lot Lot
substations including hardware (along with
transducers) & software along with associated
equipment for the bays (bay as defined in the
technical specification, sec-sub-station automation
system) as per technical specification.

Present Future
S. No. Description No. of 66kV Bays
1. T/F 2 1
2. Line 2 4
3. B/ C 1 -

Note: signals from protection relays in 11kV incomer


would also be wired to substation automation
system (SAS).

32. Time synchronization equipment No. 1


9
33. High wall type split AC unit of 2 Ton capacity for No. 4
SCADA room & C&R Panel room (as per technical
specification).
34. Computer system (SFF) with intel core i5, 9th No. 1
generation processor, 8 GB RAM, 1 TB HDD, 19.5"
Display with UPS.
35. Mono chrome Multi-functional printer, A-4,25PPM, No. 1
Wi-Fi.
36. Testing of IUM system at NABL accredited lab. Lot Lot

Note: The quantities given in Annexure A-I is approx. and for evaluation purpose, however, the
payment shall be made as per actual on the basis of unit price. Any item required to complete the
scope of work & successful commissioning of substation/bay as defined in Section-1, however not
specifically mentioned in BOQ shall be provided by the bidder without any additional cost
implication, if any clarification is required for any such items shall be obtained before the
submission of bids

10
ANNEXURE B-1

Sr. DESCRIPTION UNIT 66kV AIS


No. Mustafabad
(Palwal).
1. Bolted type 11kV tension string assembly with 3 No. 12
numbers Anti FOG type disc insulators (E&M strength
9000 kg) per string with all hardware accessories
including ball & socket connections and tension clamp
sets suitable for twin tarantulla conductor. Alternatively
the bidder may quote silicon polymer composite insulator
string in place of Disc Insulators
2. 66 kV Bolted type tension string assembly with 6 No. 30
numbers Anti FOG type disc insulators (E&M strength
9000 kg) per string with all hardware accessories
including ball & socket connection and tension clamp set
suitable for single zebra conductor. Alternatively the
bidder may quote silicon polymer composite insulator
string in place of Disc Insulators
3. 66 kV Bolted type tension string assembly with 6 No. 24
numbers Anti FOG type disc insulators (E&M strength
9000 kg) per string with all hardware accessories
including ball & socket connection and tension clamp set
suitable for twin zebra conductor. Alternatively the
bidder may quote silicon polymer composite insulator
string in place of Disc Insulators
4. 66 kV bolted type suspension string assembly with 5 No. 30
numbers Anti FOG type disc insulators (E&M strength
9000 kg) per string with all hardware accessories
including ball & socket connections and suspension
clamp set suitable for single zebra conductor.
Alternatively the bidder may quote silicon polymer
composite insulator string in place of Disc Insulators
5. 66 kV bolted type suspension string assembly with 5 No. 6
numbers Anti FOG type disc insulators (E&M strength
9000 kg) per string with all hardware accessories
including ball & socket connections and suspension
clamp set suitable for twin zebra conductor. Alternatively
the bidder may quote silicon polymer composite insulator
string in place of Disc Insulators
6. Boltless C-Type Wedge connectors matching with Lot Lot
conductor size.
7. Copper lugs glands, PVC ferrules for control cabling. L/S L/S
8. Fiber cleats, Aluminium clamps, bolts, nuts, washers L/S L/S
etc., for fixing control cables in trenches.
9. Galvanized iron perforated tray with side coupler plate L/S L/S
bolts, nuts, washers and clamps etc. of size 75x25x2
mm, 150x25x2mm, 100x25x2mm etc. & G.I. Conduits of
50mm/100mm dia from equipment to main trench as
per Section-7, Switchyard erection.
10. ACSR Zebra Conductor (approx.) Mt. 1400
11. AAC Twin Tarantulla Conductor (approx.) Mt. 200
12. 7/3.15 GS Earth wire Mt. Lot
11. Spacers for Twin Tarantulla Conductor Lot Lot
12. U-bolt 20mm dia. Lot Lot
13. Mandatory spares for hardware/ mechanical/ Electrical L/S L/S
auxiliaries to be supplied. 10 % of the finally approved
quantities for item mentioned from Sr. No. 1 to 5.
14. 2.5 ″ dia HDD/PVC pipe for 4c x 4 mm2 c/cable from CT, L/S L/S
VT to maintaining system as per sec-5, chapter-5.

Note: The quantities given in Annexure B-I is approx. and for evaluation purpose, however, the
payment shall be made as per actual on the basis of unit price.
11
ANNEXURE C-1

Schedules of items for associated steel structure works to be quoted for each substation
as applicable. The bidder is required to estimate the quantities and furnish the unit rate
for each item/ works and the total price for each item in the bid proposal sheets. The list
may not be exhaustive, and the bidder may modify/ append the same as required.

Sr. DESCRIPTION UNIT 66kV AIS


No. Mustafabad
(Palwal).
A. Item for associated structure work
‘Lattice type steel structure for 66kV AIS Mustafabad (Palwal), Supply of
material, preparation of fabrication drawing, galvanizing and delivery of lattice
type steel structure for tower and beams for 66/11KV switchyard fabricated from
steel conforming to IS: 2062 including nuts-bolts gusset plates foundation bolts
and other accessories as per drawings supplied by the owner.
A. Main S/Stn. tower and beam
a) Tower type CT-4 No. 8
b) Tower type CT-5 No. 5
c) Tower type CT-6 No. 3
d) Tower type CT-8 No. 6
e) Beam type CB-6 No. 13
f) Beam type CB-7 No. 6
g) Tower type DT-2 No. 2
h) Tower type DT-3 No. 2
i) Beam type DB-2X No. 2
B. Equipment Structure
a) 66 kV CT Drg. No. HTD/ST-88R No. 15
b) 66 kV NCT Drg. No. HTD/ST-145(if required ) No. 2
c) 66 kV CVT Drg. No. HHW/ST-66 No. 6
d) 66 kV Surge Arrestor Drg. No. HTD/ST-89 No. 12
e) 66 kV Isolator Drg. No. HTD/ST-87R No. 10
f) 66 kV L&E Switch Drg. HTD/ST-87R No. 2
g) 66kV Cable support structure of galvanized iron along No. Nil
with foundation to be designed by bidder as per site
requirement/size of cable.
h) 11 kV NCT Drg. HTD/ST-149 (if combined structure No. 2
used)/ 11 kV NCT Drg. HTD/ST-88R (if required).

Note: The quantity given above are as approximate in case of variation of quantities at
the time of detailed engineering, actual quantities shall be payable as per quoted price.

12

You might also like