-
LVhy vFkksfjVh vkWQ bafM;k fy- Ckksdkjks LVhy IykaV
fMtkbu C;wjks cksdkjks LVhy flVh
TECHNICAL SPECIFICATION
FOR
STREET LIGHTING OF FOUR ROADS INSIDE
PLANT PREMISES
AT
BOKARO STEEL PLANT
STEEL AUTHORITY OF INDIA LTD. BOKARO STEEL PLANT
BOKAROSTEELCITY DESIGN BUREAU
MARCH, 2014 CTS-DB/DNW/TS/3003(R1)
-
BSL (DB)
BSL/DB Page 2 of 21 CTS-DB/DNW/TS/3003(R1)
CONTENTS
Sl. No. Description Page No.
1 Introduction 3
2 Scope of Work 3-4
3 Technical Specification 4-16
4 Special instructions to the tenderer 16-19
5 Performance Guarantee 19
Annexures
I Bill of material 20-21
II List of locations
22
-
BSL (DB)
BSL/DB Page 3 of 21 CTS-DB/DNW/TS/3003(R1)
1.0 INTRODUCTION 1.1 The intent of this specification is to
carry out the works related to provision of street lighting
of four roads inside plant premisesBF charging road,BF railway
crossing to sinter plant RMHP-RMP,Main gate TO CEZ Gate and CEZ
Gate TO MSDS-9on turn-key basis.
2.0 SCOPE OF WORK 2.1 The scope of the work covers design,
engineering, preparation of detail general arrangement
and detailed working drawings, obtaining the
approval/clearance/acceptance of the same from the Employer/
Consultant, and also include the supply of all labour, materials,
consumables, tools, tackles loading, transportation, unloading,
site survey, site clearance, land levelling, site handling,
erection and fabrication, shop painting, testing and inspection
insurance, transportation, unloading, storage at site,
transportation to site, assembly, erection, site painting, testing,
and entire civil & structural steel works for 128 Nos. street
Lighting pole at different locations inside plant, BSL on Turnkey
basis.
The Scope of Work / Supply of the tenderer shall include but not
limited to the following: 2.2 Supply and installation of 9 Meters
long hot dip galvanized Polygonal pole with single arm of
minimum 1500mm long, at an inclination of 105-110 degree with
pole as per BSLs specification & fixing of 135 - 150 W LED
lamps for street lighting as per schedule of work and bill of
quantity.
2.3 Construction of RCC foundation ( 128 nos.) for street light
pole at different location inside plant.
2.4 Incoming LT Power supply (440V) three phase, is to be taken
from the available sources from existing switch room provided by
BSL to the Main Distribution Board for Main Gate to CEZ gate ,CEZ
gate to MSDS-9 and in other locations from the replaced
LDB.Replacement of old LDB and supply, erection and commissioning
of new LDB will be done by tenderer.
2.5 Scope covers supply and laying of cables of different sizes
(including termination of both ends) starting from LT overhead line
at Main distribution Board, from MDB to LDB and from LDB to feeder
pillars and poles. All materials for cable laying and termination
are to be provided by the contractor as per bill of materials.
2.6 Supply and laying of GI pipes of different sizes for cables.
2.7 Excavation of trench, laying of GI pipe and backfilling of
trench after laying of cable will be
done by contractor.
2.8 Supply, Erection, Testing, and Commissioning of Street Light
System on complete turnkey basis and removal of the existing Street
Light.
2.9 Old poles and LDB to be dismantled and poles and light
fixtures to be transported to the store of Area lighting of BSL by
the executing agency.
2.10 Soft soil wherever needed to be cut for laying cable are to
be brought back to original shape. 2.11 Hard pavements wherever
needed to be cut for laying cable etc. are to be brought back
to
original shape. 2.12 Termination of cables shall be done with
cable glands and crimping type lug for aluminum
conductor cable. Supply, installation and termination of all
cables including excavation of trench and filing it.
-
BSL (DB)
BSL/DB Page 4 of 21 CTS-DB/DNW/TS/3003(R1)
2.13 Circuit / feeder no. shall be clearly indicated on MDB, LDB
etc. 2.14 Before taking up the actual execution of the laying of
cable the contractor shall get the route
of the cable checked by BSL for its suitability &
correctness considering the prevailing site conditions.
2.15 Items & quantities indicated above are tentative.
Material/Items shall be supplied erected as per actual site
requirement by the tenderer to complete the job.
2.16 The scope of work shall include minor civil work required
for installation of cable, pipe, etc. 2.17 Any equipment/work
specially not mentioned but considered essential to made the
specific
work complete in all respect shall be deemed to be included in
the scope of the tenderer and for which no extra payment beyond the
rate quoted shall be payable.
2.18 The scope of work shall include supply of the tools &
tackles required for the system. 2.19 The scope of work shall
include packing, forwarding, transportation, storage, handling
of
materials/equipments. 2.20 The scope of work shall include
supply of consumables and commissioning spares for the
offered system for execution. List of the same shall be
furnished along with the Tender. 2.21 A list of 2 years normal
operation and maintenance spares shall be furnished as an optional
as
per equipment manufacturers recommendation and their item-wise
price shall be quoted separately (price shall be firm for two
years).
2.22 The scope of works of Bidder is not limited to the major
item as elaborated above but includes all Electrical, civil &
structural steel works considering technical / technological
aspects for the successful completion of the project.
3.0 TECHNICAL SPECIFICATION 3.1 SPECIFICATION FOR GALVANISED
POLYGONAL POLES 3.1.1 DESIGN: The structure shall conform to IS:
875-Part 3: 1987 relating to wind load on
structures and also conform to BSEN 40-I: 1992 relating to
general construction. The grade of steel used shall be S-355 as per
BSEN-10025 or equivalent Standards.
3.1.2 POLE SHAFT: The pole shaft shall have polygonal cross
section and shall be continuously tapered with single longitudinal
welding. The welding of pole shaft shall be done by submerged arc
welding process. The base plate shall be fixed by welding to the
pole at two locations i.e. from inside and outside.
Foundation accessories will be as per IS: 1367. 3.1.3 DOOR
OPENING: Polygonal poles shall have door of suitable size at the
elevation of
500mm from the base plate. The door shall be furnished with
locking facility. The pole shall be additionally reinforced with a
welded steel section so that the section at door is unaffected and
undue bucking of the cut section is prevented. The base compartment
of the built in connector control box shall have provision to have
minimum 6mm thick bakelite sheet of suitable size to accommodate
the required electrical accessories with compression gland for
termination of incoming & outgoing supply cables. The connector
box shall be provided with 2 Nos., 32 Amp heavy duty connectors (3
way) 6 Amp. C series MCB for individual fitting with din channel,
earthing stud and other required accessories.
-
BSL (DB)
BSL/DB Page 5 of 21 CTS-DB/DNW/TS/3003(R1)
3.1.4 GALVANIZATION: The poles shall be single dip, hot
galvanized as per IS: 2629/IS 2633/IS 4759 standards with minimum
coating thickness of minimum 65 microns.
3.1.5 BASE FLANGE: The base plate shall be fabricated from steel
plate free from laminations and mounted on RCC Foundation laid.
3.1.6 SN ITEM SPECIFICATION a. Height of polygonal pole 9Mts b.
No. of segment 1(Single) c. Single Arm length Minimum 1500 mm at an
inclination of 105-110
degree with pole as per BSLs specification d. Thickness of the
section Minimum 3mm e. Cross section of pole Minimum Top: 70mm
& Bottom: 155mm f. Galvanising standard Hot Dip Galvanising
(internally and externally) g. Thickness of Galvanisation Minimum
65 micron h. Base plate Dimension Minimum 260X260 mm i. Base plate
thickness Minimum16mm j. No. of longitudinal weld Single k. No. of
circumferential weld Single l. Length of individual section 9Mts m.
Length of overlap None n. Type of joint Single longitudinal joints
o. Foundation bolt size(ss
grade) M24X750 long 'J' type EN 8 grade foundation
bolts p. PCD 250 q. Fasteners Yes. r. Cable 2.5sqmmx2 core Cu
cable for pole s. Anchor plate thickness Minimum 4 mm t. Insulation
PVC insulated u. No.of foundation bolt and
description 4 EN 8 grade
v. Junction Box-Bakelite sheet with 6A SP MCB & stud type
terminal block suitable for 4x25sqmm cable.
3.2 TECHNICAL SPECIFICATIONS FOR 230V LED LIGHTS FOR STREET
LIGHT
SL NO
DESCRIPTION DESIRED LEVEL
1 INPUT VOLTAGE 160-270V 2 INPUT FREQUENCY 50HZ +/- 5% 3 AMBIENT
TEMPERATURE 50 degree C 4 USAGE HOUR 12-14 Hrs a day 5 WATTAGE
135-150W , minimum Lux Level at the other end
of 9 meter wide road should be 20 Lux. 6 Total Harmonic
Distortion < 10% 7 Overall Power Consumption < 1.2 times
Rated Wattage
-
BSL (DB)
BSL/DB Page 6 of 21 CTS-DB/DNW/TS/3003(R1)
8 APPLICATION Suitable flexible fixing arrangement has to be
provided in fixture to fit in existing street light poles. Pole
mounting suitable for side entry mounting for 50mm OD pipe bracket.
Should be complete with bracket and locking bolt.
9 POWER FACTOR Not less than 0.9 10 LED MAKE SMD Module having
LEDS of following make
NICHIA/OSRAM/PHILIPS LUMILEDS/CREE/BRIDGELUX
11 CURRENT Should not be less than 80% of its rated current 12
COLOUR RENDERING
INDEX Minimum 70 +/-4
13 PROTECTION Protections Short circuit, Surge, Over current and
overload protection , Environment Protection IP 65
14 LUMEN EFFICIENCY >100 Lumen/Watt 15 DRIVER Integral and
constant current type , 415 V 16 COLOUR 5500-6500 degree Kelvin for
white light 17 LED OPERATION LIFE Minimum 50000 burning hours 18
LED MAINTENANCE Minimum 70% over 50000 burning hours 19 AVG LIGHT
/BEM ANGLE 120 degree 20 EFFICIENCY More than 85% 21 FIXTURE
MATERIAL High quality die cast aluminum with smooth
finish powder coated .Front portion should be of heat resistant
toughened glass.
22 BUILTIN PROTECTION Upto 2.5 KV Surge, Over Voltage, Over
current , Short circuit, Environment (Ingress) protection-IP-65
23 HEAT SINK Good thermal management system should be provided
and LED must be mounting on heat sink conductive die cast aluminum
with suitable large areas surface by means of sufficient nos. of
fins to dissipate the heat to ambient air.
24 COMPLETE FIXTURE The fixture should confirm to applicable
BIS/IES Standards/ IESNA LM-79- 80/Specification & the
manufacturer has to produce a copy in this regard.
25 GUARANTEE The complete fixture to be guaranteed for minimum
four years. Any defect to be replaced with complete fixture.
26 EACH FIXTURE SHOULD HAVE THE FOLLOWING DETAILS MARKED ON
HOUSING DISTINCTLY
1. YEAR OF MAKE 2. BATCH No. & Sl. No. 3. NAME OF
MANUFACTURER 4. RATED WATTAGE 5. INPUT VOTAGE & FREQUENCY 6.
BSL MARKETING
27 TEST CERTIFICATE (TO BE FURNISED ALONG WITH
TYPE TEST CONDUCTED & ROUTINE TEST CONDUCTED
-
BSL (DB)
BSL/DB Page 7 of 21 CTS-DB/DNW/TS/3003(R1)
THE MATERIAL) 28 Pole entry Pole mounting suitable for side
entry mounting
for 50mm OD pipe bracket. Should be complete with bracket and
locking bolt
29 Lamp starting time Should not be more than 10 seconds
3.3 CABLES a. The cables shall be manufactured and tested
strictly in accordance with the Indian Standard
IS: 7098 (Part-I) and its latest amendments. b. The cables shall
be manufactured and tested in accordance with the latest revision
of IS:
1554-1988. The power cables shall be 1.1 kV grade multicore
heavy duty, PVC insulated. PVC sheathed steel strip/ wire armoured
or unarmoured as required with stranded copper conductor as per
IS:694-1990. The cables shall be suitable for steady conductor
temperature of 70O C. The inner and outer sheath shall be or
extruded PVC (IS: 5831-1984).
c. Cable shall be terminated with compression type cable sockets
(lugs), brass cable gland of preferred manufacturers make.
Terminations includes the supply of all these materials for 3 or 4
cores of the cable of various sizes including the erection job
complete in all respect.
d. The cables shall be 3.5c*120sq mm, 3.5c*50sq mm, 4*16sq mm
AYFY 1.1 KV grade armoured cable in trench, including cutting of
cable trench 0.7M deep in all sort of soil, road, supply of sand,
protective RCC cover, drawing the cable through GI pipe wherever
required back filling of trench, connection of cable at both ends
with compression type cable lugs etc. complete as directed by site
Engineer.
3.4 SPECIFICATION OF HDPE PIPES a. The DWC high density
polyethylene pipe having corrugation on outer wall and plain
inner
wall shall confirm to IS : 14930 Part-I & II amended up to
date. b. The pipe shall be ISI marked. c. Job includes accessories
like HDPE snap fit coupler with required no. of neoprene O
rings
in rings in order to make water / damp proof joints.
3.5 EARTHING: a. The scope of work shall include the supply,
fabrication, erection, testing & commissioning of
earthing stations/pits as per IS: 3043-1987 for electrical
equipment. b. Earthing shall also include making of earth pits
including supply of all items for earth pits
like electrode, charcoal, salt, sand bricks, cement etc. No. of
earth pits shall be designed to maintain the earthing resistance
less than 1 ohm.
3.6 LIGHTING DISTRIBUTION BOARD a. TPN floor mounted
compartmentalized. b. Sheet steel enclosure dust and vermin proof.
c. Incomer-200A-1 nos. d. TPN switch and fuse unit-200A- 1No. e. TP
magnetic contactor- 200A-1 no. f. Thermal Over load Relay -1no. g.
Timer for Automatic switching of Lighting fittings -1no. h. One
Start and Stop Push Button -1no.
-
BSL (DB)
BSL/DB Page 8 of 21 CTS-DB/DNW/TS/3003(R1)
i. Automatic/manual selector switch-10Amp-1no. j. 4NO and 4NC
Aux. contactor , k. Busbar-200A- 1Set l. Feeder: 63A single pole
MCB in each phase m. Total no. of MCB in six feeder-18 nos. n.
Lighting distribution board shall be metal enclosed, floor
mounting, free standing, having
Rear / front access and front of board operation, Indoor type,
damp and dust protected for use in an enclosed switch-room. Minimum
degree of protection shall be IP52 in accordance with IS 2147.
o. Distribution board cubicles shall be arranged to form a
single structure with a common busbar assembly.
p. Distribution board structure including hinged doors shall be
capable of withstanding the pressures created by faults within the
structure without danger to operating personnel.
q. Barriers or partitions shall be provided between compartments
to confine internal faults to the faulted compartment and to
prevent the transfer of ionized gases between compartments. Itshall
be possible to maintain individual compartments whilst the
remainder compartments areenergized.
r. Incoming, bus section and outgoing feeder units shall be
housed in separate cubicles/ compartments.
s. Outgoing feeder units shall be arranged in tier formation.
3.7 TECHNICAL SPECIFICATION: (CIVIL) 3.7.1 Design
Specifications
This specification covers the design criteria for Civil
Engineering work for Bokaro Steel Plant (BSL). The term Design
Criteria includes loadingstandards, permissible stresses,
functional requirements and quality standards to be adopted as a
basis for preparation of designs and drawings by the Bidder. These
designs and drawings will cover foundations and other miscellaneous
civil engineering items of work to be provided and/or to be
modified/ rectified by the Bidder.
3.7.2 Standards a. The design criteria for civil engineering
work shall be in accordance with this specification.
Detailed instructions on such aspects as are not indicated
herein shall be as per the latest standards & BIS codes. In the
absence of suitable IS specification and codes of practices other
recognised international standards and codes may be followed with
the prior approval from Employer.
b. In respect of safety, sanitary and hygienic requirements the
stipulations of the stipulations of the Indian Factories Act,
Jharkhand Government Factories Rules, BSLs Safety Rules, and other
statutory authorities shall be satisfied.
c. This specification covers design of major Civil Engineering
items of work. Other items of work shall be designed according to
the relevant standards, recommendations and stipulations referred
above. This design specification shall also be read in conjunction
with the General specifications for Civil Engineering Work.
d. In case anything mentioned in this specification is at
variance with IS or other codes of specification mentioned herein,
the provisions of this specification shall prevail.
3.7.3 Concrete and Reinforced Concrete for Foundations
-
BSL (DB)
BSL/DB Page 9 of 21 CTS-DB/DNW/TS/3003(R1)
a. Concrete work shall be a dense, homogenous, smooth mass
including required finishes, possessing required strength and
resistance to weathering and abrasion for the structures and
foundations.
b. Design of all reinforced concrete structures shall be as per
the latest IS: 456 2000. The structural safety of all foundations
on soil shall, in general, be based on IS: 1904 1986. The allowable
settlement of foundations shall be as per technological / system
requirement. For building structures allowable settlement shall not
exceed 50mm.
c. For open foundations, the depth of foundation shall be
determined based on loading on foundations and bearing capacity at
the founding level. However, in no case depth of the foundation
below natural ground level shall be not less than 600mm.
d. However in no case foundation shall be placed on the filled
up soil and the depth of the foundation shall be taken upto the
depths where the virgin soil strata is found. Extra depth shall be
filled with PCC 1:5:10 (Cement: Sand: Aggregate).
e. For calculation purpose Limit State Design methods shall be
adopted. f. The minimum grade of RCC shall be M25 and PCC shall be
M10. However, PCC
1:5:10(Cement: Sand: Aggregate) shall be used for mass
filling.
g. Reinforcement: TMT bars conforming to IS:1786-2008 having
minimum yield strength of 500N/sqm.
3.7.4 Load Condition a. All foundations and concrete structures
shall be designed to resist full operating dead and live
loads, with appropriate combination of wind and seismic forces.
While designing foundations dynamic loads shall be considered along
with usual load conditions. Requirement of seismic load analysis
shall be based on type & importance of structure, mass
concentration etc. and shall be decided at the time of detail
engineering.
b. Wherever applicable, seismic forces & wind forces shall
be considered according to the provisions of IS: 1893 (Part 1)
2002, IS: 1893 1984 and IS: 875-1987.
3.7.5 Soil Conditions a. Geodetic Survey and Soil investigation
of the area shall be done by successful tenderer. The
report of this investigation shall be made by the Bidder before
design and engineering work shall take with prior approval from
purchaser. Recommendations contained in the final report shall form
the basis for designing of civil foundations.
b. Soil test report for calculation of bearing capacity of soil
as per IS: 6403-1981 prior approval shall be obtained from the
Employer before laying the mud mat for all column foundations and
brick wall foundations.
3.7.6 Design Calculations, Drawings And Documents a. The
drawings and documents shall be submitted by the Bidder for
approval, prior to
construction work at site shall include but not be limited to,
the following. Foundation design
i. The design calculations shall include dynamic load and taking
consideration for all type of loads on foundations.
ii. Measures required for the safety of the foundations shall
also be given.
-
BSL (DB)
BSL/DB Page 10 of 21 CTS-DB/DNW/TS/3003(R1)
b. Drawings (Approval category) The Bidder shall prepare General
arrangement drawing and detailed working drawings. The Bidder shall
submit a comprehensive and complete unit wise classified list of
drawings in reproducible form/softcopy.The Following drawings and
documents shall be submitted in six sets (06) by theSuccessful
Bidder for getting employers approval.
i. Foundation plans and sections. ii. Loading data for
foundations.
iii. Reinforcement details with bar bending schedules for all
reinforced concrete works. iv. Design calculation for Civil works
for reference purpose.
3.7.7 CIVIL WORKMANSHIP & MATERIAL SPECIFICATION 1) General
a. Local conditions
The Bidder, before submitting his tender, shall visit the site
and ascertain the local conditions, labour rules, availability of
construction materials, traffic restrictions, and all obstructions
in the area and also ascertain all site conditions including the
sub-soil conditions and shall allow for any extras likely to be
incurred due to all such conditions in his quoted prices. After the
award of work no additional claims will be entertained on these
accounts under any circumstances, whatsoever, from the Bidder.
b. Setting out and levelling The Bidder shall set out and level
the work and will be responsible for the accuracy of the same. He
is to provide all instruments and proper qualified staff with
labour for getting his work checked by Engineer, if so desired by
the Engineer. Such checking, if any, shall not, however, relieve
the Bidder in any way, of his responsibility for correct setting
out.
c. Safety The Bidder shall take adequate precautions to ensure
complete safety and preventions of accidents at site and shall be
responsible for the same. The safety precautions shall conform to
the safety regulations prescribed by the Safety Code for
constructions and relevant Indian Standard Codes, some of which are
stated below:
IS 3764-1992: Safety Code for excavation work IS 4014-1967:
Safety Regulations for scaffolding work operations
IS 7923-1985: Safety Code for working with Constructions d.
Keeping work free from water
The Bidder shall provide and maintained at his own cost, pumps
and other equipments to keep the works free from water and
continued to do so until the handing over of the works
e. Rubbish The Bidder shall keep the site clear on a continuous
basis of all rubbish etc. which may arise out of the work executed
by him and dispose them suitably in allotted area within a lead of
5 Km.
f. Bench Marks, Reference Pillars etc.
-
BSL (DB)
BSL/DB Page 11 of 21 CTS-DB/DNW/TS/3003(R1)
The Bidder shall protect all bench mark, and reference pillars
/lines including ground water gauges from damage or movement during
working. In case of any damage the Bidder shall have to restore the
same to its original condition at his own cost.
g. Standards Unless otherwise mentioned in the specifications,
all applicable codes /standards as published by the Bureau of
Indian Standards on the date of award of contract shall governed
the work in respect of design, workmanship, quality and properties
of materials, method of testing and other pertinent features. In
case of variance between this specifications and IS Codes
/Standards, the provisions of this specification shall prevail up
to the extent of such variance.
2) Dismantling Work a. No dismantling work shall commence
without prior approval of Employer on the dismantling
plan prepared by the Bidder.
b. All debris collected due to dismantling shall be transported
and disposed off as per direction of Engineer-In-Charge.
c. All serviceable material shall be stacked and transported to
designated place within a lead of 5 Km including unloading and
stacking.
3) Excavation and Back Filling a. Earthwork in excavation in all
type of soils, soft rock, hard rock, back filling, refuse,
debris
including stacking, loading, transportation, unloading and
disposal of surplus excavated earth/rock within 5 Km from site as
per the direction of the Engineer in Charge.
b. Stripping The Bidder shall strip the surface of the site
prior to the commencement of excavation to remove vegetable soil,
any existing cement flooring and carry such soil/debris to separate
spoil dumps in the allotted site/areas.
c. Excavation for foundations and Trenches i. The Bidder shall
excavate at various levels including hard rock to remove materials
of any
nature or description, which may be encountered. Side slopes,
benching and/or shoring/strutting for excavation work shall be sole
responsibility of the Bidder. The bed of the excavation shall be
properly dressed and made level. All mud and slush shall be removed
before taking up concreting work. The last 150 mm of excavation
shall be done just prior to laying of concrete. The excavated
materials shall not be placed within 1.5 m from the edge of any
excavation. The Bidder shall take suitable precautions to prevent
ingress of water into the excavated areas during construction.
ii. The Bidder shall account for all excavated rock, if any. He
shall stack excavated rock and if the Bidder for his works requires
serviceable boulders, it may be issued based on stack measurement
less 40% for voids at the rate to be decided by the Employer.
iii. The surplus excavated materials and excavated unserviceable
materials from rock excavation shall be transported and disposed
off by the Bidder in spoil dumps or fill areas as directed by the
Employer.
iv. If the Bidder excavates to levels lower than those shown on
the drawings, he shall fill up such extra depth at his own cost to
the proper level with lean concrete of grade 1:4:8.
-
BSL (DB)
BSL/DB Page 12 of 21 CTS-DB/DNW/TS/3003(R1)
v. Should the bottom of any excavation appear to be soft,
unsound or unstable, the Bidder shall excavate the same to required
depths and the extra depth shall be filled up by the Bidder with
lean concrete of grade 1:4:8.
vi. If any excavation for foundation gets filled up with water
due to rain, seepage or for any reason, the water shall be removed
and bottom of the excavation shall be completely cleared of all
silt/slush by the Bidder at his own expense.
4) Back Filling a. Materials
Suitable materials obtained from excavation of foundations shall
be used as far as possible for back filling. Earth used for filling
shall be free from organic and other objectionable matter. All
clods of earth shall be broken or removed. If sufficient amount of
suitable materials are not available at site to complete filling
work, then earth shall be brought to site from outside by the
Bidder as directed by the Employer at his own cost.
b. Filling around foundations with earth Before commencement of
back filling, the Bidder shall remove from the space around
foundations all accumulated water and slush, shoring and formwork,
all debris, brickbats, bits of timber, cement bags and all other
foreign materials. Filling shall be carried out in uniform
horizontal layers, each layer not exceeding 200 mm in thickness.
Each layer shall be watered, rammed, and thoroughly compacted
before the next layer is deposited.
c. Removal of heaps & Mounds Immediately upon completion of
each phase of work, the Bidder shall at his own cost clear the
mounds or heaps of earth which may have been raised or made and
remove all earth and rubbish which may have become surplus in the
execution of works, as directed.
d. Filling with sand Filling with sand shall be carried out in
uniform horizontal layers, each layer not exceeding 200 mm in
thickness with approved river sand and each layer to be watered and
compacted mechanically to a well compacted mass.
5) Plain & Reinforced Concrete Work a. Materials i.
Cement
Ordinary Portland cement shall conform to IS:269-1989 / IS
8112-1989 and Portland blast furnace slag cement shall conform to
IS:455-1989/ Portland Puzzolana Cement conforming to IS:1489
Part-1- 1991. Soundness test is to be carried out on cement samples
from time to time. Frequency of these tests shall be increased
during monsoon period.
ii. Aggregates All aggregates shall be tested in accordance with
IS: 383-1970. Test on aggregate shall be carried out from time to
time to ascertain the suitability of the aggregates.
iii. Reinforcement Reinforcement in general shall be of tested
quality. Reinforcement shall be free from oil paint and rust
coatings. However, IRC mesh fabric reinforcement conforming to
IS:1566-1982 can
-
BSL (DB)
BSL/DB Page 13 of 21 CTS-DB/DNW/TS/3003(R1)
also be used if specifically required and shown in the drawings.
The binding wire shall be 20 SWG approved annealed iron wire.
iv. Shuttering The material for shuttering shall be steel plates
as per IS:2062-2006 or wooden planks as per the requirement.
v. Admixtures Admixtures, if required, to be used shall be of
approved quality and make and shall conform to relevant IS
codes.
vi. Water Water shall be clean and of potable quality as per
clause 5.4 of IS:456- 2000.
6) Workmanship a. Concrete i. Production and control of concrete
shall be as per IS 456-2000. The Bidder shall at his own
cost, grade the aggregates and control the water cement ratio,
design the different mixes to required strength and workability.
The designed mix shall conform to the requirement of IS 456-2000
and recommended guidelines in SP: 23-1982. All concrete shall be
machine mixed, and no hand mixing shall be permitted.
ii. The maximum size of aggregates used shall be as indicated in
the drawings and IS:456-2000. iii. Where nominal mixed concrete as
defined by IS:456-2000 is permitted by the Employer for
any specific reason, the proportion of the materials shall be as
indicated in IS:456-2000.
b. Mixing Mixing shall be done as per IS: 456-2000.
c. Consistency Consistency of concrete shall be controlled as
per IS:456-2000 and the Bidder shall carry out slump tests in
accordance with IS:1199-1959.
d. Work tests Over the full period of construction, the Bidder
shall carry out works tests of concrete cubes at his own cost.
Sampling, making up, curing and testing of specimen shall conform
to IS:456-2000, IS:516-1959 and IS:1199 -1959. The number of
specimen & the frequency of tests shall bein according to
IS:456-2000.
e. Reinforcement i. Workmanship shall conform to IS:456-2000
& IS 2502-1963.
ii. Reinforcement bars shall be placed and maintained accurately
in the position as shown in the drawings. The correct cover to the
reinforcement shall be maintained by use of pre-cast concrete
blocks.
iii. All intersections of longitudinal and transverse bars of
stirrups and all laps shall be securely tied together with approved
binding wire in accordance with IS:2502-1963.
iv. Welded joints shall be strictly in accordance with
IS:456-2000. f. Placing of concrete
-
BSL (DB)
BSL/DB Page 14 of 21 CTS-DB/DNW/TS/3003(R1)
i. Transporting concrete Concrete shall be transported from the
mixing plant to the forms as rapidly as possible by means that will
prevent segregation or flash set in the concrete during hot
weather. The containers shall be such as to prevent large
evaporation. At the time of placing concrete in very hot weather,
care shall be taken to see that the temperature in wet concrete
does not exceed 38C. Before placing the concrete, all formwork,
embedment and reinforcement shall be checked for completeness,
location, dimension, square and plumb. All chips and sawdust or
other foul matter shall be removed from within the forms. The base
surface shall be well moistened and puddles wiped out. Placing
equipment and accessories shall be kept clean and free of partially
set grout and concrete, and maintained in proper working order.
Suitable walk cradles shall be placed over the reinforcement when
the concrete is placed by manual transportation.
ii. Placing Concrete shall be placed within a maximum period of
25 minutes of its removal from mixer. No concrete shall be placed
until the place of deposit has been inspected and approved by the
Engineer. In general, placing shall be direct, by transporting
buckets. Where it is necessary to deposit the concrete at level
differences of more than 1.5 m, short chutes shall be used. Short
chutes and hoppers shall be so designed and installed that
segregation will not take place. In cases where chutes are
impracticable due to excessive drop to placing level, hoppers and
sectional tubes (elephant trunks) shall be used. Concreting in open
shall not be allowed during rains unless all precautions have been
taken by the Bidder and permission has been given by the
Engineer.
g. Compaction Concrete in general shall be consolidated by
vibration using high frequency mechanically driven vibrators.
Concrete shall be placed in layers at least 300 mm deep in walls
and approximately 450 mm in mass pours. Vibrators shall not
penetrate more than 50 mm into the surface of previously placed
layer but shall completely vibrate the working layer. Care shall be
taken not to over vibrate any concrete and especially those with
higher slumps. Under no circumstances vibrator shall be attached to
or allowed to touch reinforcement. Spare vibrators in good
operating condition shall be in hand during placing operations.
h. Curing and protecting Curing of concrete with water shall
comply with IS:456-2000.
i. Repairing and patching Pockets honey combing and other
defects, which may be formed due to segregation, improper vibration
and any other reason whatsoever shall be completely repaired to the
satisfaction of the Engineer. The voids, if any, shall be properly
keyed and reinforced, if necessary. The face shall betightly formed
and arranged for providing a head in the concrete. The cavities
shall be filled with the same concrete as used for the structure
and thoroughly rodded or vibrated where possible. The filled hopper
shall be left in place until shrinkage has taken place and the
concrete setssufficiently to stay in place. While still `alive',
the upper part of form hopper shall be removed and excess concrete
struck off and finished with wooden flat or trowel to match
existing concrete. Any fins or unsightly grout runs or bulges shall
be removed from the surfaces exposed to view. The rod holes shall
be finished with cement or grouted to match the existing surface as
closely as possible. No cement wash shall be used unless
particularly called for in the drawings.
-
BSL (DB)
BSL/DB Page 15 of 21 CTS-DB/DNW/TS/3003(R1)
j. Tolerances Tolerance is a specified permissible variation
from lines, grades or dimensions given in drawings. Tolerances
shall be as per provisions of IS:456-2000 or as specified for the
system, whichever is minimum.
7) Form Work Shuttering For Concrete
a. The term `shuttering' shall include all centring and form
work required to support the concrete during the process of laying,
compacting and setting and all items such as planking, lagging,
walling, moulds, covers, cross bearer, struts, props, bracing,
etc., shall be covered by the term `shuttering'.
b. Shuttering shall be strong and constructed rigidly so that
there shall not be any deformation underweight and pressure of wet
concrete, constructional loads, wind and/or other forces. It shall
be constructed in such a manner that it can be easily removed
afterwards.
c. Devices shall be provided in the shuttering for forming
openings, holes, pockets, chases, recesses etc., wherever
required.
d. Cutting of holes etc. in the concrete after casting shall be
avoided. Corner fillets shall be provided in the formwork to obtain
chamfered edges to beams, columns, etc. wherever required.
e. All Shuttering / form work & its removal shall conform to
IS:456-2000. 4.0 SPECIAL INSTRUCTIONS TO TENDERERS 4.1 This TS
shall be read in conjunction with GCC and other Bid documents. The
provisions in
these documents shall be complimentary to one another.
4.2 Equipments offered and the installation work shall be as per
relevant ISS, IPSS and the requirement of the following Rules &
regulations as amended up to date:
a. The Indian Electricity Rules b. The Indian Electricity Act c.
The Indian Electricity Supply Act d. CPWD general specifications
for electrical works Part-I (Internal) 2005 and Part-II
(External)
1994 amended up to date. 4.3 The requisite clearance from
electrical inspector and other statutory body shall be obtained
by
the successful tenderer before commissioning. 4.4 The following
standardwith latest amendment shall be followed: a. IS:1913 1978
General & safety requirement luminaries. b. IS;1554 (Part-I)
1988 PVC insulated and PVC sheathed cables for working voltage up
to
and including 1100V. c. IS:3043 1987 Earthing d. IS:732 1989
Code of practice for Electric Wiring & fittings. e. IS:9537
(Part-I-1980, Part-II-1981) Conduit & GI pipe. f. IS:1255-1983
: Laying of Cable. g. IS : 10322 Pt. I to V - Street light fittings
h. IS : 8828 Miniature circuit breaker
-
BSL (DB)
BSL/DB Page 16 of 21 CTS-DB/DNW/TS/3003(R1)
i. IS : 14930 DWC pipe j. IS : 1239 G.I. Pipe k. IS : 2147-LDB
4.5 The tenderer is advised to visit the site before quoting the
rate for the above job in
consultation with Engineer-in-charge of Distribution Network
area. 4.6 Materials to be used in the site of works shall be ISI
marked, where material bearing ISI
marked are not available material confirming to ISI shall be
used with prior approval of the Engineer-in-Charge.
4.7 All equipment supplied and erected by the contractor shall
be guarantee for the workmanship, materials and satisfactory
performance in accordance with the clause of the General Conditions
of the contract.
4.8 The equipment shall be manufactured with good quality
material under first class workmanship. The components shall be
designed, assembled & tested in accordance with the relevant
standards published by the Indian Institution equivalent.
4.9 All items of equipments in the specification shall be
complete in all respects & any equipment, device, components
not covered in this specification but essential for completeness of
the project shall be included in the tenderer scope without any
extra cost to the purchaser.
4.10 The Purchaser reserves the right to increase or decrease
the tendered quantity or to cancel any or all the tenders without
assigning any reason.
4.11 The components of all equipments shall be designed,
assembled & tested in accordance with the relevant standards
published by the Indian Standard Institute whenever available in
order that specification under Indian condition are taken care on
in cases where Indian Standards are not available. The equipment
shall conform to the generally accepted codes & practices.
4.12 The installation of all equipment, laying of cables and
pipes & wiring shall conform to the application codes and
practices as per the Indian standards & shall be executed to
comply with latest Indian Electricity rules as regards safety,
earthing of equipments & other essential provision specified
there in. All installation shall be done in an approved manner
& acceptable to the employer.
4.13 It shall be deemed that the tenderer has understood the
content and the meaning of job, the requirement laid down in the
specification, the scope of works, the General Condition of
contract etc., before submitting the tender. Any representation
post submission of the Tender for any revision/modification of the
tender on grounds of non-compliance of the specification shall not
be accepted.
4.14 Wherever, the clauses stipulated in the GCC are in
contravention to those stated herein, the clauses stated shall
prevail.
4.15 The tenderer shall carefully go through the specification
before submitting the quotation and in case any clarification is
required from the purchaser. The Tenderer must visit the site at
his cost to get acquainted with the works before submitting the
tender and familiarize them with type of work, quantity work,
working atmosphere and also understand scope of work. Details of
the same shall be furnished.
4.16 Incomplete tenders are likely to be rejected. The purchaser
reserves the right to reject the Tender fully or partially without
assigning any reason.
-
BSL (DB)
BSL/DB Page 17 of 21 CTS-DB/DNW/TS/3003(R1)
4.17 The Tenderer shall submit detailed specification of all the
equipments quoted. Equipments shall conform to the specification
laid down to the relevant IS/IPSS specification and in case of item
for which IS/IPSS specification is not available, the relevant
international standard shall be followed. The standards to which
the equipments conform shall be clearly indicated in the offer for
each item.
4.18 All the equipments offered shall also conform to the
statutory requirement of Govt. of Jharkhand and to the latest
version of Indian Electricity Rules.
4.19 All equipment shall be packaged properly for prevention of
damage during transit and storage.
4.20 EXCLUSION & DEVIATION: The tenderer shall clearly
specify the exclusion and deviation, if any in the offer from the
scope of work specified in the TS.
4.21 STORAGE & MATERIAL HANDLING: The storage and material
handling will be the Tenderers responsibility. Purchaser shall
provide to the contractor any open space or storage shade etc.
during the erection & commissioning anywhere within the plant
premises. Safe storing, handling, transportation to erection site
and security arrangements shall be the exclusive responsibility of
the contractor. All arrangement for smooth erection like crane
etc., if required, shall be arranged by the contractor.
4.22 DOCUMENTATION: Successful tenderer will prepare and submit
for BSLs approval, GA & schematic diagrams (six sets) for Main
Distribution Board, sub distribution board & pole fuse box and
single line diagram indicating the power distribution system. After
completion of work as built drawings incorporating all changes at
site shall also be submitted by the successful tenderer in nine
sets of hard copy and one soft copy as well.
4.23 LANGUAGE & UNITS: All name plate, drawings/documents,
operating & maintenance manual shall be in English language.
Calibration of all instruments, dimensions, weights and quantities
shall be in Metric units.
4.24 CO-ORDINATION WITH OTHER AGENCIES AT SITE Co-ordination
with other agencies be organized by the supplier and the work
carried out smoothly without affecting the schedule of work.
4.25 COMPLETION SCHEDULE: The completion period shall be 09
months from effective date of contract. The supplied system shall
be erected /commissioned offline and shall have to be done by the
successful bidder. The bidder will submit completion schedule bar
chart. Bar chart shall be furnished along with the offer indicating
time period required for design, supply, erection, testing &
commissioning of the system. The work shall be completed as per bar
chart of implementation schedule.
-
BSL (DB)
BSL/DB Page 18 of 21 CTS-DB/DNW/TS/3003(R1)
5.0 PERFORMANCE GUARANTEE 5.1 The Tenderer shall give a
guarantee for design, manufacture of performance of individual
equipment as well as complete system installation for a period
of 01 (one) year from date of commissioning of the system which
will be started from FAT. Service Engineers shall be well equipped
with all spare parts for various equipments as required.
5.2 The tenderer shall take full responsibility for the
satisfactory performance/operation of the equipments to be supplied
by him. The equipment shall be guaranteed by the tenderer as per
relevant clauses of General Conditions of Contract (GCC) of the
Purchaser.
5.3 Tenderer will have to rectify all the defects during the
above period free of cost towards Design, Manufacture, Material
quality, Workmanship & Erection. Replacement of defective parts
shall be done free of cost and to the satisfaction of the
purchaser.
-
BSL (DB)
BSL/DB Page 19 of 21 CTS-DB/DNW/TS/3003(R1)
BILL OF QUANTITY & SCHEDULE OF WORK ANNEXURE I
S.No Material unit quantity 1. Supply and erection of 9 Mtr long
Hot dip galvanized polygonal pole
with single arm of minimum1500mm long at an inclination of
105-110 degree with pole as per BSLs specification, junction box
with 1 no. 6A & stud type terminal block MCB including supply
of Foundation bolts , Bakelite sheet & other accessories.
Lighting poles shall be fabricated from GI of specified section
with joints swaged together when hot and beveled on outside
edges.
Nos 128
2. Supply & laying of 1 No. DWC high density polyethylene
pipe (for loop in & loop out) 2x50sqmm dia for each pole of one
mtr. length having corrugation on the outer walled and plane
surface inner wall confirming to IS : 14930 Part-I and Part-II
complete with necessary HDPE fitting for protection of 1.1 KV grade
underground cable directly in ground at a depth of 50cms including
execution and refilling the trenches as required.
Nos 128
3. Supply, concreting and erection of poles foundation with M25
Cement concrete (approx 1.25 cu.m/pole). All erection consumables
like bricks, sand, cement, reinforcement , stone chips etc. for
foundation of poles will be supplied including supply of all
materials for concreting, shuttering & covering of foundation,
finishing of plinth, including foundation bolts, base plateetcabove
ground level with cement slurry as per approved
design/drawings.
Nos 128
4. Supply and laying of 3.5c*120sq mm AYFY 1.1 KV grade armoured
cable
m 1500
5. Supply and laying of 3.5c*50sq mm AYFY 1.1 KV grade armoured
cable
m 2000
6. Supply and laying of 4*16sq mm AYFY 1.1 KV grade armoured
cable m 5820 7. Supply and laying of 2.5sqmmx2 core cable m 1500 8.
Supply of 80 mm dia GI. Pipe for 3.5c*120sq mm AYFY 1.1 KV
grade armoured cable. m 50
9. Supply of 65 mm dia GI. Pipe for 3.5c*50sq mm AYFY 1.1 KV
grade armoured cable.
m 50
10. Supply of 50 mm dia GI. Pipe for 4*16sq mm AYFY 1.1 KV grade
armoured cable.
m 200
11. Supply and fixing of 135 - 150 W LED Street light fitting
mounted on top portion of pole including connection etc.in
complete.
Nos 128
12. Supply and erection of LDB with 200A isolator (MCCB) and
contactor and 6 nos. of 63A feeder each. Replacement of 05 nos of
LDB and installation of 02 nos of new LDB. Incoming: 1no. 200A,
415V, AC, TPN MCCB. Outgoing: Six nos. of 63A, 240V, AC, SPN, MCB
including 20% spare feeders.
Nos 07
13. Supply and erection of outdoor Type Feeder Pillar comprising
of suitable TPN MCCB as incomer along with single dial timer &
contactor.
Nos 07
14. Supply & erection of 1.5m long G.I coated 20mm dia M.S
rod for pole Nos 128
-
BSL (DB)
BSL/DB Page 20 of 21 CTS-DB/DNW/TS/3003(R1)
earthing 15. Supply & erection of 40mm dia G.I pipe earth
electrode for feeder
pillar Nos 07
16. Dismantling of Old Street light poles and transporting it to
the Area lighting of BSL
Nos 43
17. Dismantling of old LDB and transporting it to the Area
lighting of BSL Nos 05
-
BSL (DB)
BSL/DB Page 21 of 21 CTS-DB/DNW/TS/3003(R1)
ANNEXURE II
List of locations
Sl. No. location
1. BF CHARGING ROAD
2. BF RAILWAY CROSSING TO SINTER PLANT RMHP-RMP
3. MAIN GATE TO CEZ GATE
4. CEZ GATE TO MSDS-9