1
SECTION I 1.0 INTENT OF SPECIFICATION FOR STREET LIGHT & HIGHMAST
1.1 The specification is intended to cover the design engineering, manufacturing, testing, packing & transportation, receipt, storage of equipment at site, its erection, testing, and commissioning. of all the equipments of street lighting and highmast lighting system at HPCL LONI TERMINAL REVAMPING Project at LONI, PUNE, Maharashtra.
1.2 It is not the intent of the specifications to explain completely herein all details of design, manufacturing, testing, installation, commissioning, operations and maintenance. However it is required that the complete work shall conform in all respects to the highest standard of engineering and workmanship and the equipments used shall be capable of performing in continuous commercial operation up to the defect liability period, subsequently during ten years of comprehensive operations and maintenance period and thereafter up to their design life. The supply, installation, testing, commissioning, operations and maintenance shall be carried out in accordance with design, technical data and drawings approved by the Engineer, the technical specifications, all applicable codes and standards including local statutory requirements. All work shall be executed to the satisfaction of the Engineer. The Engineer shall have the right to reject any equipment or work, which in his judgement is not in full accordance therewith.
1.3 Any deviation or variation from this specification shall be clearly defined by the bidder separately irrespective of the fact that such deviations / variations may be standard practice or a possible interpretation of the specifications by the bidder. Except for these deviations, defined separately and which are accepted by the Engineer before award of the Contract, it will be the responsibility of the bidder to fully meet the intent and the requirements of the specification within the quoted price. No other departure whatsoever from the specification except for the separately declared deviations by the Bidder with his proposal shall be Contractor
HPCL
2
considered. Bids not complying with this requirement shall be treated as non-responsive and, hence, liable for rejection. The interpretation of the Engineer in respect of the scope, details and services to be performed by the Bidder shall be binding unless specifically clarified otherwise by the Engineer before the award of Contract.
2.0 PROJECT INFORMATION Information on site location & weather conditions etc. is given below. The bidder is advised to visit the site of work with the prior permission of the Engineer in order to acquaint himself with all the connected information before submitting the bid. Bidder or his representative shall be deemed to have inspected and examined the site and surroundings, collected all information for making his bid complete and to have ascertained as to risks, contingencies and other circumstances, which may influence or affect the term of his bid.
a) Hottest and coldest month & temperature : Hottest month / Temperature : May / 47 degrees Coldest month / Temperature : Dec. / 4 degees
b) Rainfall : Season : June to September Average annual rainfall : 1047.56 mm
c) A.C. System for Street Lighting: 3 Phase, 4 wire, 415Volts +/- 10% 50 Hz +/- 3%
Contractor
HPCL
3
3.0 SCOPE OF WORK
Scope of work under this specification shall include the following:
3.1 Lighting work shall include design engineering, manufacturing, testing, packing, transportation, delivery at site, storage and preservation of equipments and spares as per the tender specifications. Associates services like civil & structural work, handling at site, insurance, erection, testing, and commissioning of street lighting at HPCL Project Site and handing over the same to the Engineer / Engineer’s authorized representative after successful completion.
3.2 Lighting design shall conform to IS: 1944 (Part I & II). The recommended illumination level and uniformity for roads shall be as per cl. No. 03.02.01 of this tender document. 3.3 Illumination level at any point on service road shall not be less than 10 lux. 3.4 Scope of the work will start from outgoing terminals of main electrical distribution board (LT) of HPCL located in electrical substations (ESS) / distribution transformer hubs (DTH).
3.5 Cables shall be laid in trenches in ground from ESS / DTH up to Street Lighting Feeder Pillars (SLFP) located either inside ESS / DTH at various site locations. Laying & termination of incoming LT cables at both ends shall be included in the contractor’s scope.
3.6 On distribution side, i.e., from SLFP to poles and from poles to poles, the cables shall be laid in HDPE pipes of appropriate size.
3.7 At road crossings & junctions, the Contractor shall be required to lay the cables through already existing GI / RCC hume pipes provided by HPCL at regular intervals during construction of the roads, if these are not available contractor should lay the GI/RCC hume pipe for the job. Contractor
HPCL
4
3.8 The Contractor shall undertake supply, erection, testing and commissioning of all equipment required for Project area lighting, viz., booster transformers (wherever required), SLFPs, poles, highmasts, junction boxes, lighting luminaires, cables, HDPE pipes, earthing, associated hardware, consumables , spares items etc., even though every individual item necessarily may not have been mentioned explicitly in the tender specifications.
3.9 For installation of equipments, the contractor shall arrange all types of required tool & tackles including cable crimping tools, electrical meters etc. The contractor shall undertake all types of works such as civil, welding, bolting, drilling, grouting, chipping, sealing, making openings, finishing etc as required for satisfactory execution of the work.
3.10 The Contractor shall arrange temporary power for installation & testing. The HPCL shall NOT provide any power supply for these purposes. The Power arranged by contractor shall be on his own cost and rates quoted are deemed to be inclusive of this also.The power supplied should match with the available power specification at LONI Terminal substation. 3.11
Details of the areas to be lighted-up, viz., roads, junction areas, etc and location of sub-
stations etc have been shown in the overall layout drawing (PDF COPY) given along with the tender documents. Once approved by the Engineer, generally work shall be carried out at as per approved design. However in case any changes are required due to site constraints, the same shall be brought to notice of the Engineer. Work shall be carried out as advised by the Engineer. Revised drawings and engineering documents shall also be submitted to the Engineer for his approval.
3.12
On award of Contract, the contractor shall submit 3 sets of prints and soft copy (AUTO
CADD) of as-built equipment drawings, single line diagrams of SL feeder pillars, lighting layout drawings & operations manual of critical components for approval by the Engineer. Work shall be undertaken at site strictly as per approved drawings. During execution, in case any change is needed, written approval from the HPCL’s Engineer shall be required. The approval request should be vetted By TPI as recommendation, then only it should be submitted to HPCL. Contractor
HPCL
5
4.0 CODES AND STANDARDS All standards, specifications, and codes of practice referred to herein shall be the latest edition including all applicable official amendments and revisions as on date of bid opening. In case of conflict between this specification and those (IS codes, standards etc.) referred to herein, the former shall prevail. All work shall be carried out as per the following standards & codes.
LIST OF CODES AND STANDARDS
IS : 5
Colour for ready mixed paints & enamels
IS : 226
Structural steel (standard quality)
IS : 280
Mild steel wires for electrical wiring installation
IS : 694
PVC insulated cables upto 1100 V
IS : 732
Code of practice for electric wiring installation upto 650V
IS : 800
Code of practice for general construction in steel
IS : 875
Wind loads
IS : 1161
ERW Pipes
IS : 1239
Mild Steel tubes
IS : 1255
Code of practice for installation and maintenance of electric cables
IS : 1544
1.1 KV grade PVC Cables
IS : 1569
Capacitors for discharge lamps circuits
IS : 1777
Industrial luminaires with metal reflectors
IS : 1913
General and safety requirements for luminaries
IS : 1944
Code of practice for lighting
IS : 1947
Flood lights
IS : 2062
Steel grades
IS : 2147
Degree of protection provided by enclosures for LT switch gear
IS : 2149
Luminaires for street lighting
IS : 2208
HRC cartridge fuse links upto 650V
Contractor
HPCL
6
IS : 2551
Danger notice plates
IS : 2629
Recommended practice for hot-dip galvanizing of steel
IS : 2633
Methods of testing uniformity of zinc coating
IS : 2959
ors for voltage not exceeding 1000 V AC
IS : 3043
Code of practice for earthing
IS : 3202
Climate proofing of electrical equipments
IS : 3961
Recommended current ratings for PVC insulated cables
IS : 4012
Dust proof electrical lighting fittings
IS : 4013
Dust tight electrical lighting fittings
IS : 4064
Air break switches for voltage not exceeding 1000 V AC
IS : 4237
General requirement of switch gear not exceeding 1000 V AC
IS : 4983
HDPE Pipes
IS : 5077
Decorative lighting outfits
IS : 5216
Recommendations on safety procedures and practices in electrical work
BS: 5649
Lighting Columns
IS : 5831
PVC insulation and sheath of electric cables
IS : 6616
Ballasts for high-pressure mercury vapour lamps
IS : 6665
Code of practice for industrial lighting
IS : 6875
Specification of control switches for voltage not exceeding 1000 V AC
IS : 7098
1.1 KV grade XLPE Cables
IS : 8130
Conductors for insulated electric cables
IS : 8623
Factory built assemblies of switchgear upto 1000 V AC
IS : 8828
MCBs for AC circuits not exceeding 1000 V AC
IS : 9224
Low voltage fuses
IS : 9974
High pressure sodium vapour lamps
IS : 10322
Luminaires
IS : 10810
Methods of tests for cables
TR-7 of ILE
High mast & mid-hinged pole shafts National Electrical Code Indian Electricity Rules
Contractor
HPCL
7
Indian Electricity Act
5.0 GENERAL SPECIFICATIONS OF MAJOR SUPPLY ITEMS
The lighting package shall include the following major supply items:
i)
Street lighting feeder pillar (SLFP)
ii)
Steel pole
iii)
Raising / lowering highmast
iv)
Lighting luminaires and lamps
v)
L.T. Armoured Cable
vi)
HDPE pipe
vii)
Earthing system
5.1 STREET LIGHTING FEEDER PILLAR (SLFP)
Main electrical distribution board of HPCL located at electric substations (ESS) / distribution transformers hubs (DTH) shall feed LT power to SLFPs. It is preferred that SLFPs are placed in ESS / DTH itself as far as possible. Depending on distance of the SLFPs from ESS / DTH, bidder shall decide whether there is any need to use booster lighting transformer along with a particular SLFP or not.
5.1.1
SLFP shall be suitable for 415 V, 3 phase, 4 wire, 50 Hz supply and shall be outdoor type with canopy and shall be free standing floor type.
5.1.2
SLFP shall be provided with incoming & outgoing MCCB / MCB of appropriate rating and in desired quantity depending on total no. of circuits in use. Outgoing shall have at
Contractor
HPCL
8
least one spare circuit all the time. Major switchgears shall have potential free terminals for communication.
5.1.3
SLFP shall be made up of CRCA sheet steel and shall be dust and vermin proof providing a degree of protection of IP 55. The thickness of sheet steel enclosures shall be 2 mm minimum for load bearing and 1.6 mm for other .
5.1.4
Busbars will be made up of copper, colour coded for easy identification and of appropriate size.
5.1.5
Doors shall be provided with all round neoprene gaskets. The incomer switchgear shall have interlocking mechanism so as to prevent opening of the door when the switch is ON and to prevent closing of the switch when the door is not fully closed. However, a device for bying the door interlock shall be provided to enable the operation of the switch with the door open, when necessary, for examination / maintenance.
5.1.6
All accessible live connection/metals shall be shrouded and it shall be possible to change individual fuses, switches, from the front of the boards/s without any danger of with live parts.
5.1.7
Adequate interior cabling space and suitable removable cable gland plate (min. 3 mm thickness) plates shall be provided for bottom entry of cables through glands. Necessary number of glands to suit the required cable sizes shall be provided. Cable glands shall be double compression type made of chrome-plated brass.
5.1.8
Every SLFP will have LED type ‘SUPPLY ON” indicating lamps. Indicating lamps shall be of the clustered LED type and low watt consumption. Lamps shall be provided with series resistors.
Contractor
HPCL
9
5.1.9
Earth bus of 50x6 GI flat with zinc plated bolts and nuts shall be provided in the bottom of the .
5.1.10 The SLFP shall be provided with individual labels with equipment designation / rating. Also the boards shall be provided on the front with a label engraved with the designation of the SLFP. Labels shall be made of non-rusting metal or 3 ply lamicoid or engraved PVC.
5.1.11 Internal wiring of the shall be done using flexible copper cables of appropriate sizes. All the wires shall be numbered and ferrules shall be provided for easy identification.
5.1.12 Proper clip-on stud type terminals of appropriate rating shall be provided for termination of incoming as well as outgoing cable inside the SLFP.
5.1.13 Inside the door of lighting s a single line circuit diagram / description shall be fixed for ready reference.
5.1.14 Painting: All sheet steel enclosures of s will be chemically cleaned rinsed, phosphated & dried. After the treatment steel surfaces will be given two coats of primer & finished grey enamel paint or powder coating of shade 631 of IS - 5. Coating thickness shall be minimum 50 microns. 5.2 STEEL POLE : Structural for mounting street light fixtures shall be made up of HT steel conforming to grade S355JO. Bidders are required to supply conical poles and associated accessories to last its designed life of minimum 25 years with least maintenance expenses and efforts.
5.2.1
Design: The Conical Poles shall be designed to withstand the maximum wind speed of 160 km / hr. The top loading i.e. area and the weight of fixtures are to be considered to calculate maximum deflection of the pole and the same shall meet the requirement of BS: 5649 / BSEN 40.
Contractor
HPCL
10
5.2.2
Pole Shaft: The pole shaft shall have circular cross section and shall be continuously tapered with single longitudinal welding. There shall not be any circumferential welding.
5.2.3
All conical pole shafts shall be provided with the rigid flange plate of suitable thickness with provision for fixing foundation bolts. This base plate shall be fillet welded to the pole shaft at two locations i.e. from inside and outside. The welding shall be done as per qualified MMAW process approved by Third Party Inspection agency. Rates quoted are deemed to be inclusive the TPIA wheresoever and for whatsoever mentioned in this tender document.
5.2.4
Door opening: The conical poles shall have door of approximate 500 mm length at the elevation of 500 mm from the Base plate. The door shall be vandal resistance and shall be weather proof to ensure safety of inside connections. The door shall be flush with the exterior surface and shall have suitable locking arrangement. The pole shall be adequately strengthened at the location of the door to compensate for the loss in section.
5.2.5
Suitable arrangement for earthing shall be provided inside the pole as per IS 3043, OISD GDN 180 AND OISD 110.
5.2.6
Welding: The welding shall be carried out confirming to approved procedures duly qualified by third party inspection agency. The welders shall also be qualified for welding the conical shafts.
5.2.7
Conical Poles shall be preferably in single section upto 11 mtr. without any circumferential weld t.
5.2.8
The steel poles shall be hot dip galvanized as per IS 2629 / IS 2633 / IS 4759 standards with average coating of 80 micron. The galvanizing shall be done in single dipping.
5.2.9
The poles shall be bolted on a pre-cast RCC foundation with a set of four foundation bolts for greater rigidity. Bidder shall suggest design of the pole foundation and submit its calculations duly approved by TPI considering SBC-5 T/SQMTR.
Contractor
HPCL
11
5.2.10 Top Mountings & electrical accessories: Decorative bracket arm duly painted and preferably made up of galvanized steel shall be supplied along with the pole for fixing lighting luminaries. Electrical accessories to be mounted inside each pole shall include stud type loop-in-loop out terminals suitable for LT cable and SP MCBs equal to no. of fixtures mounted on the poles. 5.2.11 Pole Testing Facility: The manufacturing unit shall have in-house pole testing facility for validation of structural design data. The pole testing facility shall conform to BS EN 40-32-2000 part 3-2.
5.2.12 Manufacturing Unit: The pole / bracket manufacturing & galvanizing unit shall be preferably ISO 9001: 2000 & ISO 14001 certified to ensure consistent quality & environmental protection.
5.3 RAISING / LOWERING HIGH MAST
Highmasts shall be used for lighting tank farm area. Mast dimensions given below are guidelines only.
5.3.1
Structure: The High mast shall be of continuously tapered, polygonal cross section, at least 20 sided, presenting a good and pleasing appearance and shall be based on proven InTension design conforming to the standards referred to above, to give an assured performance, and reliable service. The structure shall be suitable for wind loadings as per IS 875 part3 1987.
5.3.2
Construction: The mast shall be manufactured using special steel plates, conforming to BS-EN10-025 and shall be delivered in multiple sections of effective length 10 meters. Thus a 30/25 m mast shall be delivered in three sections and 16 M / 20 mast in 2 sections to site. Each section shall be fabricated out of single plate duly folded and welded. There shall be only one longitudinal seam weld per section. Sections with more than one weld,
Contractor
HPCL
12
circumferential or longitudinal, shall not be accepted. At site the sections shall be ed together by slip-stressed-fit method. No site welding or bolted t shall be done on the mast. The minimum over lap distance shall be 1.5 times the diameter at penetration. The minimum top diameter shall be 150 mm. Bottom diameter and plate thickness shall be as per the structural requirements. Detailed design calculation of the mast shall be submitted for verification. The mast shall be provided with fully penetrated flange, which shall be free from any lamination or incursion. The welded connection of the base flange shall be fully developed to the strength of the entire section. The base flange shall be provided with supplementary gussets between the bolt-holes to ensure elimination of helical stress concentration. For the environmental protection of the mast, the entire fabricated mast shall be hot dip galvanized, internally and externally, having a uniform average thickness of 85 microns for plates with more than 5 mm thickness and 70 microns for 5 mm or less. Galvanizing shall be done in single dipping method for better adhesion and life. GALVANIZING TO BE WITNESSED BY TPI.
5.3.3
Door Opening: An adequate door opening shall be provided at the base of the mast and the opening shall be such that it permits clear access to equipment like winches, cables, plug and socket, etc. and also facilitate easy removal of the winch. The door opening shall be complete with a close fitting, vandal resistant, weatherproof door, provided with a heavyduty double internal lock with special paddle key. The door opening shall be carefully designed and reinforced with welded steel section, so that the mast section at the base shall be unaffected and undue buckling of the cut portion is prevented. Size of door opening shall not be more than 1200 x 250 mm to avoid buckling of the mast section under heavy wind conditions.
5.3.4
Dynamic Loading for the Mast: The mast structure shall be suitable to sustain an assumed maximum reaction arising from a wind speed as per IS 875 (three second gust), and shall be measured at a height of 10 metres above ground level. The design life of the mast shall be atleast 25 years. The force co-efficient taken for design of the polygonal structure is to be established from the wind tunnel test data. The manufacturer should have conducted
Contractor
HPCL
13
wind tunnel at reputed laboratory or institute on sample model of high mast for deriving force coefficients (as per TR-7) and relevant test reports to be submitted in tender.
5.3.5
Lantern Carriage - Fabrication: A fabricated Lantern Carriage shall be provided for fixing and holding the flood light fittings and control gearboxes. The Lantern Carriage shall be of special design and shall be of steel tube construction, the tubes acting as conduits for wires, with holes fully protected by grommets. The Lantern Carriage shall be so designed and fabricated to hold the required number of flood light fittings and the control gearboxes, and also have a perfect self-balance. The Lantern Carriage shall be fabricated in two halves and ed by bolted flanges with stainless steel bolts and nyloc type stainless steel nuts to enable easy installation or removal from the erected mast. The inner lining of the carriage shall be provided with protective PVC arrangement, so that no damage is caused to the surface of the mast during the raising and lowering operation of the carriage. The entire Lantern Carriage shall be hot dip galvanized after fabrication.
5.3.6
Junction Box: Weather proof junction box, made of Cast Aluminium shall be provided on the Carriage Assembly as required, from which the inter-connections to the designed number of the flood light luminaires and associated control gears fixed on the carriage, shall be made.
5.3.7
Raising and lowering machanism: For the installation and maintenance of the luminaires and lamps, it will be necessary to lower and raise the Lantern Carriage Assembly. To enable this, a suitable Winch Arrangement shall be provided, with the winch fixed at the base of the mast and the specially designed head frame assembly at the top.
5.3.8
Winch: The winch shall be of completely self sustaining type, without the need for brake shoe, springs or clutches. Each driving spindle of the winch shall be positively locked when not in use, gravity activated PAWLS. Individual drum also should be operated for fine adjustment of lantern carriage. The capacity, operating speed, safe working load,
Contractor
HPCL
14
recommended lubrication and serial number of the winch shall be clearly marked on each winch. The gear ratio of the winch shall be 53: 1. However, the minimum-working load shall be not less than 750 kg. The winch shall be self-lubricating type by means of an oil bath and the oil shall be readily available grades of reputed producers. The winch drums shall be grooved to ensure perfect seat for stable and tidy rope lay, with no chances of rope slippage. The rope termination in the winch shall be such that distortion or twisting is eliminated and at least 5 to 6 turns of rope remains on the drum even when the lantern carriage is fully lowered and rested on the rest pads. It should be possible to operate the winch manually by a suitable handle or by an integral power tool. It shall be possible to remove the double drum after dismantling, through the door opening provided at the base of the mast. A test certificate shall be furnished by the Contractor from the original equipment manufacturer, for each winch in of the maximum load operated by the winch. The winch shall be type tested through reputed institutions like IIT as consultants and the type test report shall be submitted along with offer. A test certificate is to be submitted along with supplies.
5.3.9
Head Frame: The head frame, which is to be designed, as a capping unit of the mast, shall be of welded steel construction, galvanized both internally and externally after assembly. The top pulley shall be of appropriate diameter, large enough to accommodate the stainless steel wire ropes and the multi-core electric cable. The pulley block shall be made of non-corrodable material, and shall be of die cast Aluminium Alloy (LM-6). Pulley made of synthetic materials such as Plastic or PVC are not acceptable. Self-lubricating bearings and stainless steel shaft shall be provided to facilitate smooth and maintenance free operation for a long period. The pulley assembly shall be fully protected by a canopy galvanized internally and externally. Close fitting guides and sleeves shall be provided to ensure that the ropes and cables do not dislodged from their respective positions in the grooves. The head frame shall be provided with guides and stops with PVC buffer for docking the lantern carriage.
Contractor
HPCL
15
5.3.10 Stainless Steel Wire Ropes: The suspension system shall essentially be without any intermediate t and shall consist of only non-corrodable stainless steel of AISI 316 grade. The stainless steel wire ropes shall be of 7/19 construction, the central core being of the same material. The overall diameter of the rope shall not be less than 6 mm. The breaking load of each rope shall not be less than 2350 kg. giving a factor of safety of over 5 for the system at full load
as per the TR-7 referred to in the beginning of this
specification . The end constructions of ropes to the winch drum shall be fitted with talurit. The thimbles shall be secured on ropes by compression splices. Two continuous lengths of stainless steel wire ropes shall be used in the system and no intermediate ts are acceptable in view of the required safety. No intermediate ts/terminations, either bolted or else, shall be provided on the wire ropes between winch and lantern carriage.
5.3.11 Electrical System, Cable and Cable Connections: Bottom electrical accessories of the mast shall be flame proof. A suitable flameproof plug socket unit shall be provided at the bottom compartment. This unit shall have facilities for terminating incoming cable (up to 4 core 16 sq mm Al Armoured). Out going of this unit shall be trailing cable for the mast through a plug. The electrical connections from the bottom to the top shall be made by special trailing cable. The cable shall be EPR insulated and P sheathed to get flexibility and endurance. Size of the cable shall be minimum 5 core 2.5 sq mm copper. The cable shall be of reputed make. At the top there shall be weatherproof junction box to terminate the trailing cable. Connections from the top junction box to the individual luminaires shall be made by using 3 core 1.5 sq. mm flexible PVC cables of reputed make. Also, suitable provision shall be made at the base compartment of the mast to facilitate the operation of internally mounted, electrically operated flame proof power tool for raising and lowering of the lantern carriage assembly.
5.3.12 Power Tool for the Winch: A suitable, high-powered, electrically driven, internally mounted power tool, with manual over ride shall be supplied for the raising and lowering of the lantern carriage for maintenance purposes. The speed of the power tool shall be to suit the system. The power tool shall be single speed, provided with a motor of the Contractor
HPCL
16
required rating. The power tool shall be supplied complete with suitable control. The capacity and speed of the electric motor used in the power tool shall be suitable for the lifting of the design load installed on the lantern carriage. The power tool mounting shall be so designed that it will be not only self-ing but also aligns the power tool perfectly with respect to the winch spindle during the operations. Also, a handle for the manual operation of the winches in case of problems with the electrically operated tool shall be provided and shall incorporate a torque-limiting device. The power tool operation shall always be through a separate torque-limiting device to protect the wire ropes from over stretching. It shall be mechanical with suitable load adjusting device. The torque limitor shall trip the load when it exceeds the adjusted limits. There shall be suitable provision for warning the operator once the load is tripped off. The torque limitor is a requirement as per the relevant standards in view of the over all safety of the system. Each mast shall have its own power tool motor.
5.3.13 Lightning Finial: One number heavy duty hot dip galvanized lighting finial shall be provided for each mast. The lightning finial shall be minimum 1.2 M in length and shall be provided at the centre of the head frame. It shall be bolted solidly to the head frame to get a direct conducting path to the earth through the mast. The lightning finial shall not be provided on the lantern carriage under any circumstances in view of safety of the system
5.3.14 Aviation Obstruction Lights: Suitable Aviation Obstruction Lights of reliable design and reputed manufacturer shall be provided on top of each mast.
5.3.15 Earthing Terminals: 2 Nos. earth terminal using 12 mm diameter stainless steel bolts shall be provided at a convenient location on the base of the Mast, for lightning and electrical earthing of the mast. Each mast shall be earthed at two points using minimum 25x6 mm GI strip with two independent GI pipe earth electrodes of 40mm dia , 2.5 mtr long.
5.3.16 Feeder Pillar: Each mast shall be provided with a feeder pillar fabricated out of 14 SWG CRCA sheet and finished with two coats of red oxide primer and gray enamel paint of Contractor
HPCL
17
shade 631 of IS-5. The feeder pillar shall comprise of incoming TPN MCB, Copper wiring, outgoing terminals and ors for reversing the motor. 5.3.17 R, Y, B to be fed from separate (dedicated) cables, so that if one phase goes out the luminaries connected with other phases should continue illumination.
5.4 LIGHTING LUMINAIRES AND LAMPS
Specifications given below pertain to street light luminaries, floodlight luminaries and its lamps. Bidders shall recommend wattage of luminaries based on their own design. Bidders shall attach detailed catalogue & technical data of the fixtures.
5.7.1 Street Lighting Luminaries
5.4.1.1 Street light luminaire shall be outdoor weatherproof integral type suitable for dusty and high traffic density roads.
5.4.1.2 The luminiare shall be epoxy powder coated made up of single piece die-cast aluminium housing for lamp, control gear accessories.
5.4.1.3 The luminiare shall have electrochemically brightened, polished finish computer aided pot optic aluminium reflector suitable for tubular lamp.
5.4.1.4 The luminaire shall have heat resistant toughened clear glass, rubber gasket with SS toggles & SS hardware.
5.4.1.5 The luminaire shall have easy access to control gear by top opening for maintenance purpose.
Contractor
HPCL
18
5.4.1.6 Degree of protection: Lamp housing compartment – IP 66; Control gear accessories housing compartment – IP 54.
5.4.1.7 The control gear compartment of the luminaire shall house open construction type low watt loss copper wound ballast, power factor improving capacitor, electronic ignitor and terminal block.
5.4.1.8 Ballasts: The ballast shall be copper wound, open type construction, vacuum impregnated low loss design. Ballasts shall be mounted using self locking, anti -vibration fixings and shall be easy to remove without demounting the fittings. Ballasts shall be provided with suitable taps to set the voltage range. End connections and taps shall be brought out to a suitable terminal block rigidly fixed to the ballast enclosure. Ballasts shall be free from hum and such of those which produce hum shall be replaced by contractor free of cost.
5.4.1.9 Capacitors: The capacitors shall have a constant value of capacitance and shall be connected across the supply of individual lamp circuits. The capacitors shall be suitable for operation at supply voltage and shall have a value of capacitance so as to correct the power factor of its corresponding lamp circuit to the extent of 0.85 lag or better. The capacitors shall be hermetically sealed.
5.4.1.10
Lamps: 150/250/400 Watts SON-T plus lamps having higher lumens delivery. The
lamps shall be capable of withstanding regular vibrations and the connections at lead in wires and filaments / electrodes shall not break under such circumstances. Lamps shall conform to relevant Indian Standards. Average life of the lamp shall be more than 20,000 burning hours.
5.4.2
Flood Lighting Luminaries
These floodlights shall be primarily used on highmasts. Bidders will decide the type of floodlights to be used based on their own design. Accessories like ballasts, capacitors, ignitors & lamps etc. Contractor
HPCL
19
shall conform to the corresponding IS & general specifications given in the clause 5.7.1 above. Distinct features of the floodlights are given below.
5.4.2.1 Luminaire housing shall be epoxy powder coated having die-cast aluminium housing with heat dissipating fins.
5.4.2.2 The luminiare shall have electrochemically brightened, polished finish computer aided GLASKOTE reflector suitable for tubular lamp.
5.4.2.3 Glass: Heat resistant, clear, toughened glass fixed to the housing with SS toggles and silicon rubber gasket.
5.4.2.4 Lamp holder: GES lamp holder for tubular HID lamp, pre-wired up to the terminal block.
5.4.2.5 Mounting arrangement: MS hot dip galvanized and stove enameled mounting bracket.
5.4.2.6 Degree of protection: IP 55
5.4.2.7 Control gear box housing: Epoxy grey powder coated die-cast aluminium and hinged cover with rubber gasket.
5.4.2.8 Control gear box will house ballast, capcitor, ignitor, fuse, earth terminal and suitable connectors. These will be suitable for loop-in-loop-out.
5.4.3
Wiring of the luminaries
The wires for connection from terminal plate of the pole / highmast to the fixtures shall be 1100 V, minimum 3Cx2.5 sq mm PVC insulated, unarmoured having flexible copper conductors. The wires shall conform to the applicable IS. Contractor
HPCL
20
5.5 L.T. ARMOURED CABLE
Bidders shall suggest size of the cables to be used on basis of load and permissible voltage drop. A table showing voltage drop calculations and basis of cable size selection shall be attached along with the bid. General specifications of the armoured cable are given below. These shall conform to the relevant IS.
5.5.1
The cable shall be of 1.1 KV grade.
5.5.2
The material of the conductor shall be aluminium / copper and conductor shall be sector shaped.
5.5.3
The material of insulation shall be XLPE as per IS 7098 (Part 1).
5.5.4
The material of inner sheath shall be extruded PVC type ST2 as per IS 5831.
5.5.5
The armouring shall be made up of G.S. strip.
5.5.6
The individual cores of the cable shall be red, yellow, blue and black.
5.5.7
The cable shall be supplied in drum lengths.
5.5.8
The cable should conform to all provision of type tests, acceptance tests and routine tests as per relevant IS. Contractors shall submit the TCs.
5.5.9
The cable shall be terminated with crimping tool using aluminium / copper lugs and double compression glands.
5.6 HIGH DENSITY POLYETHYLENE (HDPE) PIPE Contractor
HPCL
21
All armoured cables from SLFP to poles, highmasts, poles to poles etc shall be laid in HDPE pipes of suitable size. Pipe shall be choosen in such a manner than area of the cable shall not exceed 33% of the inside pipe area. General specifications of HDPE pipe are given below.
5.6.1
HDPE pipe shall conform to IS 4983.
5.6.2
The grade of HDPE pipes shall be PE 63.
5.6.3
HDPE pipe shall be suitable to withstand a pressure of 6 kg/cm2.
5.6.4
HDPE pipes of coil form shall be used for ease of laying cable
5.10 EARTHING SYSTEM
All equipment of the lighting system shall be earthed as per relevant Indian Standards. General specifications of earthing for pole, high mast, SLFP & booster transformer are given below.
5.10.1 Each pole shall be earthed using 1 no. 20mm dia., 1.5 m long MS rod. The connections between the earthing stud inside pole and the electrode shall be done with 8 SWG GI wire. 5.10.2 High masts, SLFPs and booster transformers each shall be earthed with 2 nos. 40mm dia., 2.5 m long GI pipe. The connections between the earthing stud and the electrode shall be done with 25X6 GI strips.
6.0 INSTALLATION 6.1 GENERAL INSTRUCTIONS
Contractor
HPCL
22
6.1.1. The installation work shall include electrical equipments, viz., booster lighting transformers, street lighting feeder pillar (SLFP) with energy conservation & SCADA System, steel poles, raising / lowering highmasts, CI decorative poles, lighting luminaires and lamps, L.T. armoured cable, HDPE pipe, its earthing system, wiring, termination, testing and commissioning.
6.1.2. The installation work shall confirm to the latest applicable electricity rules, all currently applicable standards, codes of practice, regulations and safety codes of the locality where the installation is to be carried out. Nothing in this specification shall be construed to relieve the Contractor of this responsibility.
6.1.3. All codes and standards shall be understood to be the latest version on the date of offer made by the bidder unless otherwise indicated.
6.1.4. The Contractor shall make his own arrangements for moving / lifting all the equipments / items to the respective erection sites.
6.1.5. The equipments /items shall be installed in a neat work manner so that it is leveled, plumbed, squared and properly aligned & oriented.
6.1.6. The Contractor shall furnish all supervision, labour, tools, equipments, rigging material, incidental items such as bolts, wedges, anchors / angles, frames, studs, rawl plug, concrete etc. to complete the installation.
6.1.7. Manufacturer’s drawings, instructions and recommendations shall be correctly followed in handling, installing, testing and commissioning of all items / equipments.
6.1.8. The Contractor shall carry out civil works, welding, bolting, drilling, grouting, chipping, sealing, making opening, finishing etc. as required for satisfactory execution of the work.
Contractor
HPCL
23
6.1.9. All care should be taken to avoid damage to galvanized / painted surfaces during installation. Damages, if any, shall be properly repaired using cold spray zinc solution / paint as the case may be.
6.1.10. All nuts, bolts and washers required for complete installation shall be zinc plated / hot dip galvanized.
6.2
DELETED
6.3 POLES & MASTS
6.3.1. Installation of poles and masts shall include construction of required foundation. Bidder must submit the proposed civil foundation drawings & its calculations along with the bid.
6.3.2. Excavation in all types of soil, casting of civil foundation & grouting of foundation bolts, its curing, back filling & making the surface good and cleaning etc. are included in the scope of civil work related to poles & masts.
6.3.3. Grade of the concrete used shall be minimum M20.
6.3.4. PVC pipe of suitable diameter shall be provided in the pole / mast foundation for under ground cable entry / exit.
6.3.5. For poles, one MCB corresponding to each fixture shall be provided in the in-built junction box. Terminal shall be stud type and suitable for termination loop-in-loop-out armoured cable.
6.3.6. Individual fixtures on the poles shall be connected with minimum 3Cx2.5 sq.mm. flexible copper wires.
Contractor
HPCL
24
6.3.7. All hardware used for mounting the fixtures, JBs, other accessories on poles / high mast shall be of SS 6.3.8. All poles and highmasts shall be properly earthed.
6.3.9. High mast shall be installed with the help of a crane of suitable capacity.
6.3.10. Pole, masts and its brackets shall be properly leveled & aligned after installation.
6.4 LIGHTING LUMINAIRES AND LAMPS
6.4.1. Lighting luminaires along with its control gear & lamps shall be assembled and tested before installation.
6.4.2. Luminaires & lamps shall be alignment properly in order to ensure desired light distribution and to avoid glare.
6.4.3. Fixing arrangement of the luminaries shall be such that even during stormy weather conditions, the fixtures shall not get misaligned.
6.5 LT ARMOURED CABLE & HDPE PIPE
6.5.1
The armoured cables from supply point (say ESS / DTH) up to booster transformer / SLFP shall be laid underground in excavated trench. The trench shall be at least 0.7m deep from the existing ground level and 0.3 m wide. Sand cushioning of at least 100 mm shall be provided below and above the cable. The cable shall be protected with bricks / concrete blocks laid sideways (at least 200 mm wide).
Contractor
HPCL
25
6.5.2
The trenches excavation will include removal of all materials including the haul of excess material to disposal area. Soil conditions inclusive of rock may be encountered.
6.5.3
After laying of cables, trenches shall be filled with soil and leveled with ground after proper compaction. Extra soil from the site shall be removed promptly.
6.5.4
The cables from SLFP to the poles / masts and from poles / masts to poles / masts shall be laid in HDPE pipes of suitable diameter. HDPE pipes shall also be laid at least 0.7m below the finish ground level. No sand or brick or concrete block shall to be used for laying of HDPE pipes.
6.5.5
At road crossings and junctions, the cables shall be laid in the already existing RCC hume / GI pipes provided by HPCL.
6.5.6
Before laying, the insulation and conductor continuity shall be checked with megger.
6.5.7
While laying cables, care shall be taken that kinks, twists or mechanical damage do not occur to the cable.
6.5.8
All bends in cables will be made with the due consideration to the minimum permissible bending radius of the cables.
6.5.9
On being pulled, the cable will not be allowed to drag drawing along ground or over a second cable already laid. Special care will be taken while pulling through an opening where other cables have already been laid.
6.5.10 Extra cable loop of at least 1m shall be provided on either end.
6.5.11 Cables as far as possible shall be laid in complete, uncut lengths from one pole to the other. Contractor
HPCL
26
6.5.12 All power cables shall be terminated using crimping type tinned copper cable lugs.
6.5.13 Double compression type brass cable glands shall be used to terminate cable in the s.
6.5.14 Wherever more than one cable are laid in the same trench, minimum gap of 150mm need to be maintained between the cables.
6.5.15 For all cables laid in trenches, cable markers shall be provided at every 50m distance and at every turn.
6.5.16 HDPE pipe shall be provided in a way such that easy cable laying and relaying can be done without any damage to the cable or road / central verge surface. At the curvature, proper bending of pipe must be done so that cable may be laid easily.
6.6 EARTHING SYSTEM
6.6.1. Entire system will be earthed in accordance with the provisions of the relevant IS and Indian Electricity Rules.
6.6.2. All major electrical equipment, not intended to be live, will have two separate and distinct earth connections each to conform to the stipulation of the Indian Electricity Rules. However poles & equipment rated for 240V may have single earth connection.
6.6.3. All earthing terminations will ensure a permanent low resistance . Where combinations of GI and aluminium conductors are to be used, connection between them will have bimetallic connectors and other necessary provisions to ensure low resistance at all conditions.
Contractor
HPCL
27
6.6.4. In general, earthing shall conform to provisions of IS 3073, OISD GDN 180, OISD 149 & OISD 110.
6.7 TESTING AND COMMISSIONING
6.7.1. Before a completed installation, or an extension to an existing installation is put into service, tests stipulated in applicable standards / Codes of Practices / FQP shall be carried out by the Contractor in presence of the Engineer or his representative.
6.7.2. The measurement & recording of lux level for all type of installations in presence of the Engineer shall be in the scope of the bidder. Methodology for measurement of lux level shall be explained in detail by the bidders in their bid.
6.7.3.
The bidder shall ensure that instruments and gauges to be used for testing and inspection of critical parameters as identified in the specification have valid calibration certificate.
7.0 QUALITY ASSURANCE PROGRAM 7.1
The bidder shall furnish detailed Quality Assurance Programme and Quality Plan (MQP as well as FQP) for all the major supply items to be supplied and installed under the scope of the work.
7.2
The Contractor must be an ISO-9001 certified Company. Current certificate of the same must be submitted along with the bid.
7.3
All the major equipment & its accessories shall be subject to routine tests and acceptance tests as per relevant IS / QP.
Contractor
HPCL
28
7.4
The Engineer or his authorized representative may witness / review / the above tests. All testing charges shall be deemed to be included in the bid price. No extra amount shall be payable on of the above.
7.5
Inspection charges of third party inspection agency (TPIA) shall be borne by Contractor and are deemed to be included in rates quoted for the items in this tender.
7.6
The Contractor shall submit type test certificate of the major equipments for the Engineer’s approval & TPI’s vetting before commencement of manufacturing process. The Engineer, at his own discretion, may get the equipment type tested at Govt. approved third party test laboratory to the genuinity. Generally such type test charges shall be borne by HPCL. However in case any equipment fails in type test, all test charges shall be recovered from the Contractor.
7.7
Any failure of the tests mentioned above shall lead to rejection of the equipment. Time delays due to such failures such be solely responsibility of the Contractor and all associated penalties shall be payable as given in the special conditions of the Contract.
Contractor
HPCL
29
TECHNICAL DATA SHEETS Data sheets seeking basic information about the constructional features of the major supply items are enclosed. Bidders are requested to fill the same and submit these along with their technical bid. Minimum following information shall be furnished by the successful bidder in consultation with HPCL’s Engineer I/C within 02 days of placement of LOI/FOI/PO whichever is earlier. Bidders may also attach drawings, wherever required, to indicate the parameters asked for in the data sheets. A) STEEL POLE (submit separate data sheet for each size & type of pole offered by the bidder) SR.
DESCRIPTION / PARAMETERS
I
POLE SHAFT
1.
NAME OF MANUFACTURER
2.
APPLICABLE STANDARD
3.
MATERIAL & GRADE
4.
HEIGHT (MTR)
5.
POLE SECTION (SINGLE / MULTIPLE)
6.
TOP DIMENSION OF POLE (MM)
7.
BOTTOM DIMENSION OF POLE (MM)
8.
POLE SHAFT THICKNESS (MM)
9.
BASE PLATE SIZE & THICKNESS (MM)
10.
FOUNDATION BOLT HOLE DIAMETER (MM)
11.
PITCH CIRCLE DIAMETER (MM)
12.
AVERAGE GALVANIZATION THICKNESS
Contractor
OFFERED BY THE BIDDER
HPCL
30
(MICRON) 13.
HOP DIP GALVANIZING (SINGLE DIP/ DOUBLE DIP)
14.
TYPE OF PAINT & ITS DFT (MICRON)
15.
UTILITY WINDOW DIMENSIONS (MM)
II
BRACKET ARM
1.
MATERIAL & GRADE
2.
SPAN OF BRACKET ARM (MM)
3.
DIAMETER & THK. OF BRACKET ARM (MM)
4.
HEIGHT OF BRACKET SPIGOT (MM)
5.
DIAMETER & THK. OF SPIGOT (MM)
6.
BRACKET DESIGN (NORMAL / DECORATIVE) (Attach drawing to highlight design) AVERAGE GALVANIZATION THICKNESS (MICRON)
7.
8.
TYPE OF PAINT & ITS DFT (MICRON)
III FOUNDATION BOLT 1.
TYPE & GRADE OF BOLTS
2.
NO. OF BOLTS / POLE
3.
BOLT DIAMETER (MM)
4.
TOTAL LENGTH OF BOLT (MM)
5.
THREADED LENGTH (GALVANISED)
6.
GROUTING LENGTH (RED OXIDE PRIMER COATED)
7.
NOS. OF NUTS & WASHERS (GALVANISED)
III FOUNDATION BOLT 1.
TYPE & GRADE OF BOLTS
Contractor
HPCL
31
2.
NO. OF BOLTS / POLE
3.
BOLT DIAMETER (MM)
4.
TOTAL LENGTH OF BOLT (MM)
5.
THREADED LENGTH (GALVANISED)
6.
GROUTING LENGTH (RED OXIDE PRIMER COATED)
7.
NOS. OF NUTS & WASHERS (GALVANISED)
C) 1.1KV GRADE PVC FLEXIBLE COPPER WIRE (submit separate data sheet for each size & type of flexible copper wire offered by the bidder) SR.
DESCRIPTION / PARAMETERS
1.
MAKE
2.
APPLICABLE STANDARD
3.
NO. OF CORES & X-SECTION (SQ.MM)
4.
VOLTAGE GRADE (KV)
5.
CONDUCTOR MATERIAL & GRADE
6.
CONDUCTOR RESISITANCE AT 20O C (OHM/KM)
7.
INSULATION MATERIAL & GRADE
8.
CURRENT RATING- SP AC (AMP.)
OFFERED BY THE BIDDER
D) 1.1KV GRADE XLPE ARMOURED CABLE (submit separate data sheet for each size & type of cable offered by the bidder) SR. 1.
DESCRIPTION / PARAMETERS
OFFERED BY THE BIDDER
MAKE
Contractor
HPCL
32
2.
APPLICABLE STANDARD
3.
VOLTAGE GRADE (KV)
4.
NO. OF CORES & X-SECTION (SQ.MM)
5. a. i) ii)
CONDUCTOR MATERIAL & GRADE MAX D.C RESISTANCE OF CONDUCTOR AT 20°C (OHM/KM) MAIN NEUTRAL
b.
SHAPE OF THE CONDUCTOR
6.
INSULATION MATERIAL & GRADE
7.
INNERSHEATH MATERIAL & GRADE
8.
ARMOURING MATERIAL & TYPE
9.
OUTERSHEATH MATERIAL & GRADE
10. a.
ELECTRICAL PARAMETERS A.C RESISTANCE OF CABLE AT MAX OPERATING TEMP (OHM/KM)
b.
SHORT CIRCUIT CURRENT OF CONDUCTOR FOR 1 SECOND IN KA
c. i) ii)
CURRENT RATING IN GROUND AT 30 DEG C (AMPS) IN AIR AT 40 DEG C (AMPS)
11.
OVERALL DIAMETER OF THE CABLE (MM )
12.
RECOMMENDED MINIMUM BENDING RADIUS (MM)
13.
COLOUR OF OUTER SHEATH
E) CABLE TERMINATION KIT SR.
DESCRIPTION / PARAMETERS
I
CABLE GLANDS
1.
MAKE
Contractor
OFFERED BY THE BIDDER
HPCL
33
2.
TYPE (SINGLE / DOUBLE COMPRESSION)
3.
MATERIAL & COATING
II
CABLE LUGS
1.
MAKE
2. a. b.
MATERIAL FOR ALUMINIUM CABLES FOR COPPER CABLES
F) H.D.P.E. PIPES (submit separate data sheet for each size of pipe offered by the bidder) SR.
DESCRIPTION / PARAMETERS
1.
MAKE
2.
APPLICABLE STANDARD
3.
GARDE
4.
PRESSURE RATING (KG/CM2)
5.
OUTSIDE DIAMETER (MM)
6.
INSIDE DIAMETER (MM)
7.
RECOMMENDED FOR (MENTION MAXIMUM ARMOURED CABLE TYPE & SIZE)
OFFERED BY THE BIDDER
G) RAISING LOWERING HIGHMAST (submit separate data sheet for each type of highmast offered by the bidder) SR.
DESCRIPTION / PARAMETERS
1.
NAME OF MANUFACTURER
2.
APPLICABLE STANDARD
3.
SHAFT MATERIAL & GRADE
Contractor
OFFERED BY THE BIDDER
HPCL
34
4.
OVERALL HEIGHT OF MAST(MTR)
5.
NO. OF SHAFT SECTIONS PER MAST
6.
THK. OF EACH SHAFT SECTION (MM)
7.
LENGTH OF EACH SHAFT SECTION (MM)
8.
NO. OF LONGITUDINAL WELDS FOR EACH SHAFT SECTION
9.
NO. OF CIRCUMFERENTIAL WELDS FOR EACH SHAFT SECTION
10.
CROSS SECTION OF MAST (NO. OF SIDES)
11.
OVERALL TOP DIMENSION A/F (MM)
12.
OVERALL BOTTOM DIMENSION A/F (MM)
13.
LENGTH OF OVERLAP FOR EACH T (MM)
14.
AVERAGE GALVANIZATION THICKNESS (MICRON)
15.
HOP DIP GALVANIZING (SINGLE DIP/ DOUBLE DIP)
16.
SIZE OF UTILITY DOOR AT BASE
17.
TYPE OF LOCKING ARRANGEMENT
18.
MATERIAL & SIZE SLACK BOARD INSIDE THE BASE COMPARTMENT
19.
DIAMETER & THK. OF BASE PLATE (MM)
20.
SIZE & THK. OF ANCHOR PLATE (MM)
21.
WEIGHT OF MAST SHAFTS (WITHOUT ACCESSORIES)
22.
MATERIAL & SIZE OF LIGHTNING PROTECTION FINIAL DYNAMIC LOADING PARAMETERS
23.
MAX.WIND SPEED (MTR/SEC)
Contractor
HPCL
35
24.
MAX. GUST TIME (SECONDS)
25.
HEIGHT ABOVE GROUND LEVEL THESE TWO FACTORS ARE MEASURED (MTR)
26.
FACTOR OF SAFETY FOR WIND LOAD
27.
FACTOR OF SAFETY FOR OTHER LOAD CIVIL FOUNDATION DETAILS
28.
TYPE & SIZE OF FOUNDATION (attach drawing)
29.
MIN. SOIL BEARING CAPACITY CONSIDERED AT SITE (TONS/SQ.MTR)
30.
NO. & SIZE OF FOUNDATION BOLTS
31.
PCD OF FOUNDATION BOLT (MM)
32.
MATERIAL & GRADE LANTERN CARRIAGE
33.
MATERIAL OF CONSTRUCTION
34.
DIAMETER OF CARRIAGE RING (MM)
35.
NUMBER OF TS
TRAILING CABLE 36.
CONDUCTOR & INSULATING MATERIAL
37.
NO. OF CORES & X-SECTION (SQ.MM)
38.
VOLTAGE GRADE (KV)
39.
CURRENT CARRYING CAPACITY (A) WINCH
40.
NUMBER OF DRUMS / WINCH
41.
GEAR RATIO
42.
LIFTING CAPACITY (KGS.)
Contractor
HPCL
36
43.
METHOD OF OPERATION (MANUAL / ELECTRICAL / BOTH)
44.
TYPE / GRADE OF LUBRICANT STAINLESS STEEL WIRE ROPE
45.
MATERIAL GRADE
46.
NUMBER OF ROPES
47.
DIAMETER (MM)
48.
CONSTRUCTION OF ROPE
49.
CENTRE CORE MATERIAL
50.
BREAKING LOAD CAPACITY (KGS.)
51.
FACTOR OF SAFETY (FOR LIFTING) POWER TOOL
52.
TYPE (EXTERNAL / INTERGRAL)
53.
INPUT SUPPLY & WATTAGE
54.
AVG. OPERATING SPEED (MTR/MIN.) TORQUE LIMITER
55.
LIFTING CAPACITY (KGS.)
56.
ADJUSTABLE/ NON-ADJUSTABLE
57.
TRIPPING DEVICE TYPE (MECH. / ELEC.)
I) LIGHTING LUMINAIRES & LAMPS (submit separate data sheet for each type of fixture offered by the bidder) SR.
DESCRIPTION / PARAMETERS
I
LIGHTING LUMINAIRE
1.
MAKE
2.
APPLICABLE STANDARD
3.
NOMINAL WORKING VOLTAGE (V)
Contractor
OFFERED BY THE BIDDER
HPCL
37
4.
FREQUENCY (Hz)
5.
PERMISSBLE VOLTAGE VARIATION (%)
6.
POWER FACTOR (MIN.)
7.
BALLAST CASE HOT SPOT TEMPERATURE
8.
AVERAGE BALLAST WINDING TEMPERATURE
9.
IP RATING OF LAMP COMPARTMENT
10.
IP RATING OF CONTROL GEAR COMPARTMENT
II
LAMP
1.
MAKE
2.
APPLICABLE STANDARD
3.
TYPE & WATTAGE (W)
4.
NOMINAL WORKING VOLTAGE (V)
5.
LUMEN OUTPUT AT DESIGN TEMP. (LUMENS) AFTER 100 BURNING HOURS AFTER 2000 BURNING HOURS
a. b. 6.
AVERAGE EXPECTED LIFE AT NOMINAL VOLTAGE (BURNING HOURS)
J) STREET LIGHTING FEEDER PILLAR (submit separate data sheet for each type of SLFP offered by the bidder) SR.
DESCRIPTION / PARAMETERS
I
(attach SLD & BoM)
1.
TYPE (OUTDOOR / INDOOR)
2.
SC RATING (KA)
3.
I/C FEEDER TYPE & RATING
Contractor
OFFERED BY THE BIDDER
HPCL
38
4.
NO. & RATING OF O/G FEEDERS
5.
THICKNESS OF SHEET STEEL
6.
OVERALL DIMENSIONS (L x W x H) MM
7.
DEGREE OF PROTECTION
8.
TYPE OF PAINT & COLOUR BUSBAR
1.
MATERIAL, GRADE & SIZE
2. a. b.
MIN. CLEARANCE (MM) BETWEEN PHASES PHASE TO NEAREST EARTHED PART
3.
CONTINUOUS CURRENT RATING (A)
4.
ONE SEC. SHORT RATING (KA)
5.
TEMP. RISE OVER THE AMBIENT TEMP. OF 45 DEG.C
6.
EARTH BUS MATERIAL & SIZE MOULDED CASE CIRCUIT BREAKER
1.
MAKE
2.
APPLICABLE STANDARD
3.
RATED CURRENT CAPACITY (A)
4.
NO. OF POLES
5.
BREAKING CAPACITY (KA)
6.
POTENTIAL FREE S PROVIDED (Y/N) MINIATURE CIRCUIT BREAKER
1.
MAKE
2.
APPLICABLE STANDARD
3.
RATED CURRENT CAPACITY (A)
Contractor
HPCL
39
4.
NO. OF POLES
5.
BREAKING CAPACITY (KA)
6.
POTENTIAL FREE S PROVIDED (Y/N) OR
1.
MAKE
2.
APPLICABLE STANDARD
3.
RATED CURRENT CAPACITY (A)
4.
NO. OF POLES
5.
BREAKING CAPACITY (KA) TIMER
1.
MAKE
2.
APPLICABLE STANDARD
3.
TYPE (MICROPROCESSOR BASED)
ENERGY METER 1.
MAKE
2.
TYPE
3.
RATING
4.
CLASS
5.
POTENTIAL FREE S PROVIDED (Y/N)
Contractor
HPCL
40
L) EARTHING SYSTEM SR.
DESCRIPTION
SPECIFIED
I
EQUIPMENT EARTHING
1.
PIPE DIAMETER & LENGTH (MM)
40
2.
PIPE MATERIAL & TYPE
GI
3.
CONNECTING STRIP SIZE & TYPE
2.5
II
POLE EARTHING
1.
ROD DIAMETER & LENGTH (MM)
20
2.
ROD MATERIAL
MS
3.
EARTH WIRE SIZE & TYPE
1.5
OFFERED
_____________________ Signature of Bidder
_________________________ Superintending Engineer (HPCL)
Date :
Date :
Contractor
HPCL