Você está na página 1de 24

Signature & Seal of the Contractor Page 1

HINDUSTAN PETROLEUM CORPORATION LIMITED



LPG PROJECTS
HINDUSTAN BHAWAN, 3RD FLOOR
8, SHOORJI VALLABHDAS MARG
BALLARD ESTATE
MUMBAI 400 001






TENDER DOCUMENT
FOR

HIGH MAST LIGHTING TOWERS




TO

BATHlNDA LPG PLANT
VILLAGE: PHULOKHERI
TALUKA: TALWANDI SABO
DIST- BATHINDA
PUNJAB

Signature & Seal of the Contractor Page 2

INDEX





1. INTRODUCTION

2. INSTRUCTIONS TO BIDDERS

3. SPECIAL TERMS AND CONDITIONS

4. TECHNICAL SPECIFICATIONS

5. SCHEDULE OF QUANTITIES




















Signature & Seal of the Contractor Page 3
INTRODUCTION

Hhduslah Felroeum Corporaloh Lmled ( HFCL ) proposes lo hsla 30M hgh
Lghlhg lowers al hew LFC Bollhg Fahl al Balhhda, Fuh|ab .Ths lehder s
hlaled or suppyhg, hslaaloh ahd commssohhg o Hgh Masl Lghlhg
lowers.

1. ADDRESSES OF THE LOCATlON
HlNDU8TAN FETROLEUM CORFORATlON LTD.
BATHlNDA LFC FLANT
VlLACE: FHULOKHERl
TALUKA: TALWANDl 8ABO
Dl8T BATHlNDA
FUNJAB

CONTACT FER8ON8 :

Mr.F.V. 8 MURTHY , DCM LFC 8FEClAL FROJECT8 (022 2265 4116)
Mr.BlJU K.NAlR , EXE. FROJECT ENClNEER ( 0222263 7094)

Mr. AJAY CUFTA, MANACER LFC FROJECT8, BATHlNDA LFC FROJECT 8lTE
( 09417602109)

Z. SCOPE OF WORK:

The scope o work s dehed h dela uhder lhe schedue o quahlles & lechhca
speccalohs. The varous malera/works covered uhder lhe scope o lhs lehder
are delaed beow. However lhe scope speced beow s ohy hdcalve bul hol
exhauslve ahd lhe vehdor s requred lo carryoul ahy olher scope as per lhe sle
requremehl wlhh lhe lems avaabe uhder lhs lehder.

1. 8uppy, hslaaloh & commssohhg o Hghmasl lower aohg wlh eeder
par, power loo or owerhg lhe ahlerh assemby elc. compele

2. Supply, installation & Commissioning of light fittings

3. Supply of foundation bolts with templates for foundation.

Note: Design and construction of RCC foundation for Highmast lighting towers
shall be carried out by HPCL on the basis of GA drawing of foundation to
be given by vendor.


Signature & Seal of the Contractor Page 4
INSTRUCTIONS TO BIDDERS


Kindly stamp and sign all pages of the tender. Deviations if any shall be
highlighted on a separate sheet on the tenderers letterhead. The envelope
containing the technical bid shall be marked as UNPRICED BID .

If there are no deviations, the tenderer shall advise the same on his letterhead
and enclose it with the Unpriced Bid.

The Priced bid shall be submitted in a separate sealed envelope marked
PRICED BID.

If there is any contradiction between various sections of the tender booklet, the
Schedule of Quantities shall hold over the Special Terms & Conditions, which
shall hold over the General Terms & Conditions.

Name or person at tenderers office to be contacted for any clarification
regarding this job:

1. Name :

2. Designation:

3. Phone No. or Nos:

4. Fax No. or contact Fax No.:

5. Address for correspondence:

6. email address :


GENERAL :


1. All materials required for the job will have to be arranged by the
contractor meeting the relevant codes specifications.

2. The contractor will have to make his own arrangement to transport the
required materials outside and inside the working place and leaving the

Signature & Seal of the Contractor Page 5
premises in a neat and tidy condition after the completion of the job to
the satisfaction of the HPCL Engineer.

3. The contractor will have to arrange for safe keeping of his materials and
should provide necessary security arrangements for safe guarding the
materials. HPCL will not be responsible for any claims with regard to this.

4. The tenderers are advised to visit the site and get acquainted with the site
conditions. HPCL will not provide any Roads, infrastructure such as power,
water, lighting etc. at site. Vendor has to make their own arrangements
for transportation of material, movement of heavy equipment at site.

5. The tenderers should note the site conditions before quoting. The site will
be offered on AS IS WHERE IS for the execution of this job and it will be sole
responsibility of the vendor to ensure that they abide by the various rules,
regulations, bye-laws and other statutory requirements, etc. Imposed by
the Government / semi-Government and / or other local authorities
governing execution of this job.

6. When the person signing the tender is not sole proprietor, the necessary
Power of Attorney authorising the person to act on behalf of the
proprietor or Organisation should be produced / attached with the
tender in the Unpriced Bid.

7. The tenderers should study the various tender conditions / documents etc.
Carefully before submitting their offers. If there are any doubts, they
should get clarifications from HPCL, Mumbai in writing but this shall not be
a justification for submission of late tenders or extension of due date of the
tender.

8. All entries and rates in the tender form must be written in permanent ink or
typewritten. Erasures, overwriting or corrections, if any, should be attested
under the full signatures of the tenderer. All rates should be both in figures
and words. The total amount should be given both in figures and words in
the tender form. In case of any difference, the rate expressed in words will
be taken as authentic.

9. As far as possible, the tenderers should endeavour not to stipulate any
counter terms / conditions or modifications of tender clauses and should
quote strictly as per tender conditions. This will assist in proper evaluation
of each offer. However, should there be any specific comments in

Signature & Seal of the Contractor Page 6
respect of any clauses, the same may be highlighted in a separate
deviation schedule in the Unpriced Bid.

10. HPCL reserves its right to split the order to more than one Party.

11. HPCL reserves the right to reject offers not meeting its technical
requirements and commercial conditions.

12. HPCL shall not be bound to accept the lowest tender and reserves right
to accept any or more tenders in part. Decision of HPCL in this connection
shall be final.

13. HPCL reserves the right to accept any tender in whole or in part or reject
any or all tenders without assigning any reason.

14 ARBITRATION

ARBITRATION (APPLICABLE TO VENDORS BASED WITHIN INDIA)

1) All disputes and differences of whatsoever nature, whether existing or which shall at any time arise
between the parties hereto touching or concerning the agreement, meaning, operation or effect
thereof or to the rights and liabilities of the parties or arising out of or in relation thereto whether
during or after completion of the contract or whether before after determination, foreclosure,
termination or breach of the agreement (other than those in respect of which the decision of any
person is, by the contract, expressed to be final and binding) shall, after written notice by either party
to the agreement to the other of them and to the Appointing Authority hereinafter mentioned, be
referred for adjudication to the Sole Arbitrator to be appointed as hereinafter provided.

2) The appointing authority shall either himself act as the Sole Arbitrator or nominate some
officer/retired officer of Hindustan Petroleum Corporation Limited (referred to as
owner or HPCL) or a retired officer of any other Government Company in the Oil
Sector of the rank of Ch. Manager & above or any retired officer of the Central
Government not below the rank of a Director, to act as the Sole Arbitrator to adjudicate
the disputes and differences between the parties. The contractor/vendor shall not be
entitled to raise any objection to the appointment of such person as the Sole Arbitrator
on the ground that the said person is/was an officer and/or shareholder of the owner,
another Govt. Company or the Central Government or that he/she has to deal or had
dealt with the matter to which the contract relates or that in the course of his/her duties,
he/she has/had expressed views on all or any of the matters in dispute or difference.

3) In the event of the Arbitrator to whom the matter is referred to, does not accept the
appointment, or is unable or unwilling to act or resigns or vacates his office for any
reasons whatsoever, the Appointing Authority aforesaid, shall nominate another person
as aforesaid, to act as the Sole Arbitrator.

Signature & Seal of the Contractor Page 7

4) Such another person nominated as the Sole Arbitrator shall be entitled to proceed with
the arbitration from the stage at which it was left by his predecessor. It is expressly
agreed between the parties that no person other than the Appointing Authority or a
person nominated by the Appointing Authority as aforesaid, shall act as an Arbitrator.
The failure on the part of the Appointing Authority to make an appointment on time
shall only give rise to a right to a Contractor to get such an appointment made and not
to have any other person appointed as the Sole Arbitrator.

5) The Award of the Sole Arbitrator shall be final and binding on the parties to the Agreement.

6) The work under the Contract shall, however, continue during the Arbitration proceedings and no
payment due or payable to the concerned party shall be withheld (except to the extent disputed) on
account of initiation, commencement or pendency of such proceedings.

7) The Arbitrator may give a composite or separate Award(s) in respect of each dispute or difference
referred to him and may also make interim award(s) if necessary.

8) The fees of the Arbitrator and expenses of arbitration, if any, shall be borne equally by the parties
unless the Sole Arbitrator otherwise directs in his award with reasons. The lumpsum fees of the
Arbitrator shall be Rs. 40,000/- per case for transportation contracts and Rs. 60,000/- for engineering
contracts and if the sole Arbitrator completes the arbitration including his award within 5 months of
accepting his appointment, he shall be paid Rs. 10,000/- additionally as bonus. Reasonable actual
expenses for stenographer, etc. will be reimbursed. Fees shall be paid stage wise i.e. 25% on
acceptance, 25% on completion of pleadings/documentation, 25% on completion of arguments and
balance on receipt of award by the parties.

9) Subject to the aforesaid, the provisions of the # Arbitration and Conciliation Act, 1996 or any statutory
modification or re-enactment thereof and the rules made thereunder, shall apply to the Arbitration
proceedings under this Clause.

10) The Contract shall be governed by and constructed according to the laws in force in India. The parties
hereby submit to the exclusive jurisdiction of the Courts situated at Mumbai for all purposes. The
Arbitration shall be held at Mumbai and conducted in English language.

11) The Appointing Authority is the Functional Director of Hindustan Petroleum Corporation Limited.




Signature & Seal of the Contractor Page 8
SPECIAL TERMS & CONDITIONS

1. COMPLETION PERIOD:
It shall be defined as below :
(a) SUPPLY :

3 Months from the date of receipt of LOI or the date of advise to start the
work by MANAGER- LPG PROJECTS -HQO/ LPG PLANT whichever is earlier.
Date of receipt of material at site shall be considered as date of supply.
Letter of lntent is an acceptance of offer by the Corporation and it need not be accepted by
the tenderer. But the tenJerer shoulJ acknowleJge receit oj the Purchase orJer within I5
Jays oj mailing oj the OrJer anJ any Jelay in acknowleJging the receit will be a breach oj
contract.
(b) ERECTION & COMMISSIONING :
15 days from the date of advise from HPCL to commence the erection &
commissioning works.

2. DEFECTS LIABILITY PERIOD:
12 months from the date of commissioning.

3. WATER:
Water shall be arranged by contractor at his own cost. Water will not be
provided by HPCL.
4. POWER:
The contractor has to arrange for power (for erection job) on his own, at
no extra cost to HPCL.
5. CEMENT:
a. Cement required for construction if any , under the scope of the vendor
shall be arranged by the contractor at his own cost.

b. For all computation purposes, the theoretical cement consumption shall
be considered as per CPWD standards.


Signature & Seal of the Contractor Page 9
c. The Penal rate for any under consumption of cement shall be Rs. 12000/-
per MT.

6. LABOUR:
Labour camp will not be permitted inside the plant premises. The
contractor to make necessary arrangements elsewhere for the same.

7. TIME EXTENSION:
Time extension, if required on any account will have to be brought to the
notice of HPCL at least 1 ( one ) month in advance from the date of
scheduled job completion with proper details & justification.
(To be read together with clause 5.d of General terms & Conditions)

8. All statutory registrations / licences to be submitted to the Engineer in
charge prior to commence the works.
9. REPORT OF ACCIDENT :
In case of any accidents, the contractor shall report the incident as
required by Factories rules to the concerned authorities. He will be fully
responsible for the same including any expenses for medical treatment or
compensation or any other charges required to be borne.
10. TENDER QUANTITIES :

Tender quantities appearing in the schedule of rates are only indicative
quantities. Exact quantities of each item shall be ascertained by the
Contractor. Only such ascertained quantities shall be procured. The
contractor shall obtain necessary approvals before any quantity is
brought to site. For getting approval, he shall submit break-up of
quantities to Owner.

The contractor should submit the expected final quantities against the
P.O. within one month from the date of commencement of job.



Signature & Seal of the Contractor Page 10
SPECIFICATIONS FOR
HIGH MAST LIGHTING TOWERS

1.0 GENERAL

This specification defines the requirements for supply, installation, testing and
commissioning of high mast lighting system including connected civil
foundation, supply of cables and laying of power distribution to individual mast
for our LPG Bottling Plant at Bathnda, Punjab.

The high mast lighting system has been proposed to meet the general area
lighting requirement of entire plot including tank farm area, T/T loading gantry
area , LPG sheds & other utility buildings, parking area etc.

2.0 STANDARDS

The supply of high mast, lighting fixtures, cables and other materials and the
installation shall conform to the codes of Bureau of Indian Standards and
other applicable International standards. In case of any contradiction, the
requirements of this specification shall govern.

In addition, the installation shall conform to the stipulations of the latest
editions of the following :

- Indian Electricity Rules & Act
- Regulations laid down by the Chief Electrical Inspector of respective State
Govt.
- Fire Insurance regulations
- Any other regulations laid down by Central/State local authorities.

3.0 SITE AND SYSTEM PARTICULARS

3.1 Site conditions:

The equipment and the materials to be supplied and installed by the vendor
shall be suitable for continuous and trouble free operation under the following
site conditions :

Temperature : Max. 50 degree C & Min. 2 degree C

Design : 45 degree C

Signature & Seal of the Contractor Page 11

Relative Humidity : 85% (Max.)

Seismic Condition : As applicable to the location

Atmosphere : polluted with dust storm etc.

Wind load : Max. 55m / sec (as per IS 875 latest edition)
Wind Direction : to be considered

Bearing capacity of soil: N.A.

Type of Soil : N.A.

3.2 System particulars:

3.2.1 The equipment and materials to be supplied by the vendor shall be
designed for the following power supply conditions:

Voltage : 415V +/- 10%

Frequency : 50 Hz +/- 3%

Fault level : 35 MVA at 415 Volts

System Neutral earthing: Solidly earthed

4.0 SCOPE OF VENDOR

4.1 Supply & installation of complete High mast Lighting System shall include:

(a) Supply of 30 M high Mast Structure with Lantern Carriage raising/lowering
mechanism.
(b) Supply, installation of Flood Light Fixtures & lamps of capacity
specified in detailed job schedule.
(c) Supply of Aviation Light .
(d) Designing Civil Foundation for high Mast.
(e) Supply of Power & Control cables as required for power distribution
from feeder pillar to all light fittings of each Mast. ( only cable from sub

Signature & Seal of the Contractor Page 12
Station to Light Mast shall be laid by HPCL and all other cabling works
required for high mast are in the scope of the contractor).
(f) Supply, installation etc. of feeder Pillar Boards, FLP Type for Gas
Group IIA & IIB, as per IP 65 protection & approved by CCOE.

The lighting system & the highmast lighting controls shall be suitable for
providing MlCROPROCE55OR BA5ED LlGHTlNG CONTROLLER5
FOR ENERGY 5AVlNG.

(g) Providing Earth Electrode , GI Strip laying & Earthing, earthpits as
per IS 3043.
(h) Providing Lighting arrestor for each Light Mast.
(i) Providing two Earth Pit for Each Tower.
(j) Installation, testing & commissioning of the Light Masts.

Each Light mast shall have FLP Feeder Pillar distribution Board located near
the Mast at the bottom. Each feeder Pillar shall receive 3 phase, 415 V
Supply.

5.0 EQUIPMENT SPECIFICATIONS

5.1 Mast:

The Mast structure shall be suitable up to an assured reaction arising from the
wind velocity as per IS 875 Part III. The high mast shall be of continuously
tapered, polygonal cross section and 30 m. high. The mast shall be
fabricated from steel plates welded construction in suitable number of
sections, telescopically jointed giving a continuous tapered profile and
presenting good visual appearance. The base flange shall be provided with
gusset and high tensile anchor bolts. The bottom section shall accommodate
winch electric drive, cable plug socket etc. with a proper door opening in
order to permit clear access to the above components. The door opening
shall be carefully designed & reinforced & undue buckling of cut portion be
prevented. The door shall be close fitting, dust and vermin proof, (IP55
weather protected) and provided with a heavy duty double locking

Signature & Seal of the Contractor Page 13
arrangement. The mast shall have suitable earth boss (terminal) for 40 x 5 GI
strip earth connection. Each mast shall be provided with a lighting rod for
lightning protection.

Both the inside and outside surfaces of the entire fabricated mast shall be
hot dip galvanised. The thickness of galvanising shall be a minimum of 86
microns (610 gm per sq. m.).

5.2 Lantern Carriage:

The Lantern carriage shall be of steel tubular ring type construction designed
to accommodate the specified number of luminaries radially symmetrical. The
complete lantern carriage assembly shall be hot dip galvanised after
fabrication. It shall have proper arrangement to avoid swing and to
prevent damage to mast surface or other installed parts, during
lowering/raising operation of carriage. All hardware used shall have necessary
corrosion protection. The inner lining of carriage shall be provided with
protective PVC arrangement.

5.3 Winch assembly:

For lowering and raising of lantern carriage assembly, a winch arrangement
shall be fixed in the base of the mast. This shall have provision to operate
both manually and electrically. The winch shall be suitable to handle the
weight of the lantern carriage assembly with all fittings and accessories, with
required factor of safety.

The winch shall be of self sustaining type with positive locking arrangement
without the need for brake shoe, springs or clutches. The mast shall be fitted
with flexible stranded stainless steel wire ropes which shall have required
factor of safety. Particular care shall be exercised in all aspects of design,
manufacture, testing and installation arrangements of the system to ensure
safety under all operation conditions.

The material of construction of top pulley block shall be non-corrosive and
preferably made up of diecast LM-6 aluminium alloy, with self lubricating
bearing. The design shall ensure that the operation of pulleys is maintenance-
free. Close fitting guides are provided to ensure that the ropes & cables do not
leave their positions from the pulley carriage. The Pulley assembly further shall
be protected by galvanised canopy. The connections of ropes to the winch
drums are fitted with aluminium terminal. The Thimbles shall be secured on ropes

Signature & Seal of the Contractor Page 14
by compression splices. Two continuous ropes are to be used in the system & no
intermediate joints shall be there.

5.4 Power tool for winch drive:

The external electric driven power tool shall be single speed ( 1.0 m/sec to 1.5
m/sec) reversible three phase, stand operated FLP motor. The rating and
capacity of the electric motor used in power tool shall be compatible to lift the
design load of lantern carriage. Each high mast shall be provided with
individual power tool for winch drive.

The Power tool along with Plug Socket Unit shall be FLP type suitable for Gas
Group II A & II and CCOE approved.

5.5 Feeder Pillar box:

Each high mast shall have one feeder pillar distribution box located near it. The
feeder pillar box shall be hinged, metal enclosed, free standing type, FLP type
for Gas Grp IIA & IIB and IP 65 protected . The Feeder Pillar Box shall be
Approved by CCOE. Additional canopy for main protection shall be
provided. The FLP feeder pillar box shall have 63 A SFU incomer and outgoing
ELMCB ( fault level 35 MVA ), motor starters for winch drive, lighting distribution
outgoing circuits, single phase 2 pole MCBs to high mast luminaries and cable
glands. This box shall have space to receive incoming and outgoing cable
terminations for 3 phase, 415 V, TPN supply loop in loop out. The feeder pillar
box shall be connected through cable (length 5 metres approx.) to control
station for raising and lowering of lantern carriage.

The feeder pillar box shall be mounted on a raised concrete platform above
ground level.

- The feeder pillar box shall have required interface for remote control PB
station through cable for raising and lowering of lantern carriage.
- The Feeder Pillar Box shall be mounted on a raised concrete Platform above
ground level.
- The light fittings provided on the light mast shall have individual switch
controls in the feeder pillar box to have the flexibility to put the selected
light fittings ON / OFF.

5.6 All power and control cables shall be 1100 V grade and shall conform to
the latest IS specification for M.V. cables & accessories.


Signature & Seal of the Contractor Page 15
6.0 SPECIFIC REQUIREMENTS

6.1 12 no. Fittings of 2 x 400 W, HPSV type shall be provided on each
Light Mast. One No. Aviation Light shall also be provided on each Mast.
6.2 After completion of job, vendor shall carryout the measurement of
achieved illumination level and shall furnish test reports.
6.3 Light fixtures shall be with IP - 54 protection.

6.3 Vendor shall furnish the following along with the bid :

i) Technical details/description of the offered system with
catalogues/brochures
ii) Filled in data sheet
iii) CCOE approval certificate for Feeder Pillar Box.
iv) Total Power Consumption of the light mast.
The Minimum Power factor required for light Fixtures is 0.9


INPECTION AND TESTING

The vendor shall arrange for TPIA & the cost for this shall be indicated seperately
in the offer. Approved TPIA are:

1. LLOYDS 2. BVIS 3. BAX COUNSEL 4. EIL 5. RITES

Scope of Inspection:

i. Routine Tests Certificate on Motors for winch drive.
ii. Operation of Motor for Winch Drive.
iii. Thickness of galvanising.
iv. Power Factor of Fixtures. Min. Power factor reqd. is 0.9. Each and every
lighting fixture to be checked by the TPI agency.
v. All routine tests as specified by relevant Standards/codes. Test Certificates
for ropes etc. shall also be checked. Tests shall comply to relevant BIS or
international standards.

The vendor shall give at least 15 days notice to the purchaser regarding the
date of testing to enable him or his representative to witness the tests.

Vendor shall furnish their detailed Q.A.P. for high mast and other components to
the purchaser for review.


Signature & Seal of the Contractor Page 16
Routine tests shall be carried out on motor for winch drive.

Tests shall be carried out on winch, wire rope for conformity to assigned
ratings and specifications. Tests shall comply to relevant BIS or international
standards.

8.0 GUARANTEE

The vendor shall guarantee the installation for a period of 12 months from the
date of issue of completion certificate. Any damage or defect that may
remain undetected shall be replaced and/or rectified by the vendor at no
extra cost to the owner. Decision of the engineer-in-charge shall be final in this
regard.

The above guarantee shall be applicable for the quality of works executed as
well as for the equipment/fittings/ accessories supplied by the vendor.


9.0 DELIVERY PERIOD :

As per the Special Terms & Conditions of this tender document.

Vendor to submit the drawings within 10 days from the date of receipt of LOI /
PO or advise from LPG Projects Dept.


Signature & Seal of the Contractor Page 17
TECHNICAL DATA SHEET FOR 30 MTR. HIGH MAST & COMPONENTS
(TO BE FILLED BY THE VENDORS)

1. HIGHMAST STRUCTURE VENDORS CONFIRMATION / REMARKS

Height of mast (Mtrs.) : 30 Mtr.

Permissible Projected area : 2.2 Sq. Mtrs.

Make :

Material construction : BS-EN 10 025 (old BS 4360)

Thickness (in mm) : Top --
Middle --
Bottom --
Cross section of Mast in
Polygon (number of sides) :

Length of individual sections ( in m ): Top --
Middle --
Bottom --

Base dia and top diameter : Base diameter ( in mm ) --
Top diameter ( in mm ) --

Type of joints : Stress fit side joints

Length of overlap (Mtr.) :

Metal protection treatment for : Hot Dipped Galvanised
Mast section

Thickness of galvanisation (min) : Micron : Bottom ----
Micron : Top & Middle ---

Size of opening and door at base : mm

Type of locking arrangement
and door panel :

Details of slack board inside

Signature & Seal of the Contractor Page 18
the base compartment :

Size material & thickness of : ----- Amps TPN MCB + ELCB
cable termination box

Size of base plate (mm) : Dia : mm
Diameter and thickness Thick : mm

Size of anchor plate & : mm (approx.)
thickness

Details of template :

Weight in Kgs. Of 30 Mtr. Mast :
including base plate door,
head frame)

Lightning protection : Provided.

2. DYNAMIC LOADING AS PREVAILING AT SITE

Max. wind speed : 55 mtr/sec but not less than location req.
(As per IS:875:1987)

Max. gust speed time : 3 seconds

Height of above ground level these
Two factors are measured : 10 Mt.

Factor of safety for wind load : 1.25

Factor of safety for other load : 1.15 (1.0 as per TR NO-7)

Factor of safety for tower : as per TR - 7

3. FOUNDATION DETAILS

Type of foundation : to be designed as per soil
conditions / site conditions

Size of foundation : As per design


Signature & Seal of the Contractor Page 19
Designed load bearing capacity : N.A.

Design safety factor : Greater than 2.0

Considered wind pressure : As per IS-875 ( latest edition )

Considered wind speed (Km/hr) : As per IS-875 ( latest edition )

Depth of foundation : as per the design & site conditions

Average soil bearing capacity : N.A.

Number of foundation bolts : nos.

PCD of foundation bolts : mm

Type of foundation bolts : High yield tensile Cold Rolled
Pitched threads
Bolt diameter : mm


4. LANTERN CARRIAGE

Material of construction : Class B-MS Tubes

Diameter of carriage ring (mm) : mm

Construction : To suit lighting design

Number of joints : 2

Buffer arrangement between : PVC sleeve on carriage
Carriage & masts
Load carrying capacity : Kgs.

Total weight of assembly :
with fittings
Number of fittings : 12 nos. + 1 nos. aviation fittings

Type of fittings/fixture :

5. WINCH :

Signature & Seal of the Contractor Page 20

Make of winch :
Number of drums/winch

Gear Ratio :

Capacity : Kgs.

Operating speed : RPM on full load

Individual drum rotation : Easily possible

Method of operation : Manual & Electrical

Lubrication arrangement : Permanent oil bath

Type of lubricant :

Gear material : Cast Iron

Tested load per drum (Kg) : Kgs. per drum
Kgs. for winch

SWL of winch at 200 rpm : Kgs.

Factor of safety :

6. STAINLESS STEEL WIRE ROPE

Make

Grade : ANSI 316

Number of ropes : 2 continuous ropes

Construction : 7/19

Centre core material : Stainless steel core

Diameter (mm) : 6 mm

Thimbles & Terminals : Aluminium terminal

Signature & Seal of the Contractor Page 21
SS Thimble

Breaking load capacity : Kgs.
Factor safety (specified not : 5 for system full load
less than 5)

7.0 CABLE

a) Type : flexible PCP/EPR

b) Material : EPR coated PCP Sheathed

c) Make :

d) Current carrying capacity : Amp.
(Trailing cable only)

e) Conductor size : 4 sq. Mm. ( min. )

f) No. of cores :

g) No. of circuits :

8.0 POWER TOOL

a) Model ( Portable external / :
Integral type )
b) Input supply : 230 Volts

c) Wattage/HP :

d) Number of speeds :

e) Reversible/non reversible :

f) Operating speed : RPM at F.L.


g) Remote control switch
i) Type : Push button with chords
ii) Length of control cable :


Signature & Seal of the Contractor Page 22
h) Max time taken for
i) Raising : Minutes
ii) Lowering : Minutes

9. TORQUE LIMITER

(a) Model :

(b) Lifting capacity : Upto 750 Kgs. ( min. )

(c) Adjustable/Non-adjustable : Adjustable

10. Expected Life of the Mast ( in Years ) :

























Signature & Seal of the Contractor Page 23
SCHEDULE OF lTEMS
SUPPLY, ERECTlON & COMMlSSlONlNG OF
HlGH MAST LlGHTlNG
AT
BATHlNDA LPG PROJECT

lTEM
NO
DESCRlPTlON UNlT QTY.
1 SUPPLY OF HlGHMAST TOWER

8uppy o 30 melre hgh oodghl lower
(excudhg ghlhg xlures) hcudhg
hghmasl, ahlerh carrage assemby, whch
assemby, FLF power loo or whch drve, FLF
eeder par box, dslrbuloh board/swlches,
hecessary cabhg rom eeder par lo
hdvdua ghlhg xlures, provdhg avaloh
ghl elc compele h a respecls ahd as
drecled by lhe Ehgheerhcharge.
Each 6
2 SUPPLY OF LlGHT FlTTlNGS

8uppy o (2x400W) HF8V ood ghl xlures
hcudhg amps cohormhg lo l8
speccalohs
Each 72
3 Z EARTH PlTS WlTH EARTH STRlP

Frovdhg 2 hos. o Earlh Cl ppe earlh pls
meelhg Bl8 speccalohs, provdhg Cl al
rom ood ghl hgh masl lo earlh pl elc.
compele as per lhe earlhhg requremehls
slaled h lhe lehder documehls ahd as
drecled by lhe Ehgheerhcharge.
L8 6
4 ERECTlON & COMMlSSlONlNG OF FL

Erecloh & commssohhg o hghmasl 30 m
hgh ood ghl lower hcudhg xhg lhe
ghlhg xlures, avaloh ghl, hslaaloh o
eeder par cohlro pahe elc. compele h a
respecls ahd as drecled by lhe Ehgheerh
charge.
Each 6

Signature & Seal of the Contractor Page 24
5 THlRD PARTY lNSPECTlON

Thrd Farly hspecloh as per lhe scope
delaed h lhe lehder documehl or ohe sel
(Ohe hgh masl lower - 12 Lghl llhgs)
Each 6
6 FOUNDATlON BOLTS & TEMPLATE

8uppy o ohe sel o sulabe ouhdaloh ahd
lempales or hslaaloh o ohe 30m Hgh
masl lower supped uhder respeclve lem.
Fouhdaloh desgh ahd cohslrucloh sha be
carred oul by HFCL oh lhe bass o CA
drawhg o ouhdaloh supped by VENDOR.
Each 6

NOTE:

A lhe suppy lems sha be sub|ecled lo 8lage wse
Thrd Farly lhspecloh as per lhe scope o hspecloh
delaed h lhe lehder documehl.

Você também pode gostar