Download as pdf or txt
Download as pdf or txt
You are on page 1of 40

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

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

3.0 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 / Engineers 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 contractors 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

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 HPCLs Engineer shall be required. The
approval request should be vetted By TPI as recommendation, then only it should be
submitted to HPCL.
Contractor

HPCL

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

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

Contactors 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

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

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 members.

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 bypassing 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/panels without any danger of
contact 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

5.1.9

Earth bus of 50x6 GI flat with zinc plated bolts and nuts shall be provided in the bottom of
the panel.

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 panel 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 panels a single line circuit diagram / description shall be fixed
for ready reference.

5.1.14 Painting: All sheet steel enclosures of panels 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 members 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 joint.

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 joined
together by slip-stressed-fit method. No site welding or bolted joint 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 joined 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 support 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 joint 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 joints
are acceptable in view of the required safety. No intermediate joints/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 PCP 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-supporting 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 contactors 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. Manufacturers 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 panels.

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 contact. 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 contact
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 / verify the above
tests. All testing charges shall be deemed to be included in the bid price. No extra amount
shall be payable on account 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
Engineers approval & TPIs 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 verify 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 HPCLs 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

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
20C (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

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 JOINT


(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 JOINTS

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

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

PANEL (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 CONTACTS 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 CONTACTS PROVIDED


(Y/N)
CONTACTOR

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 CONTACTS PROVIDED


(Y/N)

Contractor

HPCL

40

L) EARTHING SYSTEM
SR.

DESCRIPTION

SPECIFIED

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

You might also like