You are on page 1of 21

LVhy vFkksfjVh vkWQ bafM;k fyCkksdkjks 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)

CONTENTS

Sl. No.

Description

Page No.

Introduction

Scope of Work

3-4

Technical Specification

4-16

Special instructions to the tenderer

16-19

Performance Guarantee

19

Annexures

BSL/DB

Bill of material

20-21

II

List of locations

22

Page 2 of 21

CTS-DB/DNW/TS/3003(R1)

BSL (DB)

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

Page 3 of 21

CTS-DB/DNW/TS/3003(R1)

BSL (DB)

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

Page 4 of 21

CTS-DB/DNW/TS/3003(R1)

BSL (DB)

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
a.

ITEM
Height of polygonal pole

b.
c.

No. of segment
Single Arm length

d.
e.
f.
g.
h.
i.
j.
k.
l.
m.
n.
o.

Thickness of the section


Cross section of pole
Galvanising standard
Thickness of Galvanisation
Base plate Dimension
Base plate thickness
No. of longitudinal weld
No. of circumferential weld
Length of individual section
Length of overlap
Type of joint
Foundation
bolt
size(ss
grade)
PCD
Fasteners
Cable
Anchor plate thickness
Insulation
No.of foundation bolt and
description
Junction Box-Bakelite sheet with 6A SP MCB & stud type terminal block suitable
for 4x25sqmm cable.

p.
q.
r.
s.
t.
u.
v.

3.2

SPECIFICATION
9Mts
1(Single)
Minimum 1500 mm at an inclination of 105-110
degree with pole as per BSLs specification
Minimum 3mm
Minimum Top: 70mm & Bottom: 155mm
Hot Dip Galvanising (internally and externally)
Minimum 65 micron
Minimum 260X260 mm
Minimum16mm
Single
Single
9Mts
None
Single longitudinal joints
M24X750 long 'J' type EN 8 grade foundation
bolts
250
Yes.
2.5sqmmx2 core Cu cable for pole
Minimum 4 mm
PVC insulated
4 EN 8 grade

TECHNICAL SPECIFICATIONS FOR 230V LED LIGHTS FOR STREET LIGHT

BSL/DB

SL
NO
1
2
3
4
5

DESCRIPTION
INPUT VOLTAGE
INPUT FREQUENCY
AMBIENT TEMPERATURE
USAGE HOUR
WATTAGE

6
7

Total Harmonic Distortion


Overall Power Consumption
Page 5 of 21

DESIRED LEVEL
160-270V
50HZ +/- 5%
50 degree C
12-14 Hrs a day
135-150W , minimum Lux Level at the other end
of 9 meter wide road should be 20 Lux.
< 10%
< 1.2 times Rated Wattage
CTS-DB/DNW/TS/3003(R1)

BSL (DB)

BSL/DB

APPLICATION

9
10

POWER FACTOR
LED MAKE

11
12
13

CURRENT
COLOUR RENDERING
INDEX
PROTECTION

14
15
16
17
18
19
20
21

LUMEN EFFICIENCY
DRIVER
COLOUR
LED OPERATION LIFE
LED MAINTENANCE
AVG LIGHT /BEM ANGLE
EFFICIENCY
FIXTURE MATERIAL

22

BUILTIN PROTECTION

23

HEAT SINK

24

COMPLETE FIXTURE

25

GUARANTEE

26

EACH FIXTURE SHOULD


HAVE THE FOLLOWING
DETAILS MARKED ON
HOUSING DISTINCTLY

27

TEST CERTIFICATE (TO BE


FURNISED ALONG WITH
Page 6 of 21

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.
Not less than 0.9
SMD Module having LEDS of following make
NICHIA/OSRAM/PHILIPS
LUMILEDS/CREE/BRIDGELUX
Should not be less than 80% of its rated current
Minimum 70 +/-4
Protections Short circuit, Surge, Over current and
overload protection , Environment Protection IP
65
>100 Lumen/Watt
Integral and constant current type , 415 V
5500-6500 degree Kelvin for white light
Minimum 50000 burning hours
Minimum 70% over 50000 burning hours
120 degree
More than 85%
High quality die cast aluminum with smooth
finish powder coated .Front portion should be of
heat resistant toughened glass.
Upto 2.5 KV Surge, Over Voltage, Over current ,
Short circuit,
Environment (Ingress) protection-IP-65
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.
The fixture should confirm to applicable BIS/IES
Standards/ IESNA LM-79- 80/Specification &
the manufacturer has to produce a copy in this
regard.
The complete fixture to be guaranteed for
minimum four years. Any defect to be replaced
with complete fixture.
1. YEAR OF MAKE
2. BATCH No. & Sl. No.
3. NAME OF MANUFACTURER
4. RATED WATTAGE
5. INPUT VOTAGE & FREQUENCY
6. BSL MARKETING
TYPE TEST CONDUCTED & ROUTINE TEST
CONDUCTED
CTS-DB/DNW/TS/3003(R1)

BSL (DB)

3.3

28

THE MATERIAL)
Pole entry

29

Lamp starting time

Pole mounting suitable for side entry mounting


for 50mm OD pipe bracket. Should be complete
with bracket and locking bolt
Should not be more than 10 seconds

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.
b.
c.
d.
e.
f.
g.
h.

TPN floor mounted compartmentalized.


Sheet steel enclosure dust and vermin proof.
Incomer-200A-1 nos.
TPN switch and fuse unit-200A- 1No.
TP magnetic contactor- 200A-1 no.
Thermal Over load Relay -1no.
Timer for Automatic switching of Lighting fittings -1no.
One Start and Stop Push Button -1no.

BSL/DB

Page 7 of 21

CTS-DB/DNW/TS/3003(R1)

BSL (DB)

i.
j.
k.
l.
m.
n.

o.
p.
q.

r.
s.
3.7

Automatic/manual selector switch-10Amp-1no.


4NO and 4NC Aux. contactor ,
Busbar-200A- 1Set
Feeder: 63A single pole MCB in each phase
Total no. of MCB in six feeder-18 nos.
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.
Distribution board cubicles shall be arranged to form a single structure with a common
busbar assembly.
Distribution board structure including hinged doors shall be capable of withstanding the
pressures created by faults within the structure without danger to operating personnel.
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.
Incoming, bus section and outgoing feeder units shall be housed in separate cubicles/
compartments.
Outgoing feeder units shall be arranged in tier formation.
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

Page 8 of 21

CTS-DB/DNW/TS/3003(R1)

BSL (DB)

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

Page 9 of 21

CTS-DB/DNW/TS/3003(R1)

BSL (DB)

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

Page 10 of 21 CTS-DB/DNW/TS/3003(R1)

BSL (DB)

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

Page 11 of 21 CTS-DB/DNW/TS/3003(R1)

BSL (DB)

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

Page 12 of 21 CTS-DB/DNW/TS/3003(R1)

BSL (DB)

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

Page 13 of 21 CTS-DB/DNW/TS/3003(R1)

BSL (DB)

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

Page 14 of 21 CTS-DB/DNW/TS/3003(R1)

BSL (DB)

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
a.
b.

The following standardwith latest amendment shall be followed:


IS:1913 1978 General & safety requirement luminaries.
IS;1554 (Part-I) 1988 PVC insulated and PVC sheathed cables for working voltage up to
and including 1100V.
IS:3043 1987 Earthing
IS:732 1989 Code of practice for Electric Wiring & fittings.
IS:9537 (Part-I-1980, Part-II-1981) Conduit & GI pipe.
IS:1255-1983 : Laying of Cable.
IS : 10322 Pt. I to V - Street light fittings
IS : 8828 Miniature circuit breaker

c.
d.
e.
f.
g.
h.

BSL/DB

Page 15 of 21 CTS-DB/DNW/TS/3003(R1)

BSL (DB)

i.
j.
k.

IS : 14930 DWC pipe


IS : 1239 G.I. Pipe
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

Page 16 of 21 CTS-DB/DNW/TS/3003(R1)

BSL (DB)

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

Page 17 of 21 CTS-DB/DNW/TS/3003(R1)

BSL (DB)

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

Page 18 of 21 CTS-DB/DNW/TS/3003(R1)

BSL (DB)

BILL OF QUANTITY & SCHEDULE OF WORK


S.No
Material
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.
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.
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.
4. Supply and laying of 3.5c*120sq mm AYFY 1.1 KV grade armoured
cable
5. Supply and laying of 3.5c*50sq mm AYFY 1.1 KV grade armoured
cable
6. Supply and laying of 4*16sq mm AYFY 1.1 KV grade armoured cable
7. Supply and laying of 2.5sqmmx2 core cable
8. Supply of 80 mm dia GI. Pipe for 3.5c*120sq mm AYFY 1.1 KV
grade armoured cable.
9. Supply of 65 mm dia GI. Pipe for 3.5c*50sq mm AYFY 1.1 KV grade
armoured cable.
10. Supply of 50 mm dia GI. Pipe for 4*16sq mm AYFY 1.1 KV grade
armoured cable.
11. Supply and fixing of 135 - 150 W LED Street light fitting mounted on
top portion of pole including connection etc.in complete.
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.
13. Supply and erection of outdoor Type Feeder Pillar comprising of
suitable TPN MCCB as incomer along with single dial timer &
contactor.
14. Supply & erection of 1.5m long G.I coated 20mm dia M.S rod for pole
BSL/DB

Page 19 of 21 CTS-DB/DNW/TS/3003(R1)

ANNEXURE I
unit
Nos

quantity
128

Nos

128

Nos

128

1500

2000

m
m

5820
1500

50

50

200

Nos

128

Nos

07

Nos

07

Nos

128

BSL (DB)

earthing
15. Supply & erection of 40mm dia G.I pipe earth electrode for feeder Nos
pillar
16. Dismantling of Old Street light poles and transporting it to the Area Nos
lighting of BSL
17. Dismantling of old LDB and transporting it to the Area lighting of BSL
Nos

BSL/DB

Page 20 of 21 CTS-DB/DNW/TS/3003(R1)

07
43
05

BSL (DB)

ANNEXURE II

List of locations

Sl. No.
1.

BF CHARGING ROAD

3.

BF RAILWAY CROSSING TO
SINTER PLANT RMHP-RMP
MAIN GATE TO CEZ GATE

4.

CEZ GATE TO MSDS-9

2.

BSL/DB

location

Page 21 of 21 CTS-DB/DNW/TS/3003(R1)

You might also like