2587.pdf

24
Signature & Seal of the Contractor Page 1 HINDUSTAN PETROLEUM CORPORATION LIMITED LPG PROJECTS HINDUSTAN BHAWAN, 3RD FLOOR 8, SHOORJI VALLABHDAS MARG BALLARD ESTATE MUMBAI – 400 001 TENDER DOCUMENT FOR HIGH MAST LIGHTING TOWERS TO VILLAGE: PHULOKHERI TALUKA: TALWANDI SABO DIST- BATHINDA PUNJAB

Upload: amaresh-mohan

Post on 28-Sep-2015

213 views

Category:

Documents


0 download

TRANSCRIPT

  • Signature & Seal of the Contractor Page 1

    HINDUSTAN PETROLEUM CORPORATION LIMITED

    LPG PROJECTS HINDUSTAN BHAWAN, 3RD FLOOR 8, SHOORJI VALLABHDAS MARG

    BALLARD ESTATE MUMBAI 400 001

    TENDER DOCUMENT FOR

    HIGH MAST LIGHTING TOWERS

    TO

    VILLAGE: PHULOKHERI

    TALUKA: TALWANDI SABO DIST- BATHINDA

    PUNJAB

  • Signature & Seal of the Contractor Page 2

    INDEX 1. INTRODUCTION 2. INSTRUCTIONS TO BIDDERS 3. SPECIAL TERMS AND CONDITIONS 4. TECHNICAL SPECIFICATIONS 5. SCHEDULE OF QUANTITIES

  • Signature & Seal of the Contractor Page 3

    INTRODUCTION ! " # $ "

    %&'()!*&+!,-+(-,-,*!%-&!'

    *!%&'**&!.%*+/(-0+,%!*(0*/!*1*&'%)*-'%)!2*!%&'*

    (&3*

    -&!*!+,)-&)/

    . )(,!4'5)+%*,-3+!)66266789::7

    %3(0 &*%,+;+ ,-3+!+&%&++,662667

  • Signature & Seal of the Contractor Page 4

    INSTRUCTIONS TO BIDDERS Kindly stamp and sign all pages of the tender. Deviations if any shall be highlighted on a separate sheet on the tenderers letterhead. The envelope containing the technical bid shall be marked as UNPRICED BID . If there are no deviations, the tenderer shall advise the same on his letterhead and enclose it with the Unpriced Bid. The Priced bid shall be submitted in a separate sealed envelope marked PRICED BID. If there is any contradiction between various sections of the tender booklet, the Schedule of Quantities shall hold over the Special Terms & Conditions, which shall hold over the General Terms & Conditions. Name or person at tenderers office to be contacted for any clarification regarding this job: 1. Name : 2. Designation: 3. Phone No. or Nos: 4. Fax No. or contact Fax No.: 5. Address for correspondence: 6. email address : GENERAL : 1. All materials required for the job will have to be arranged by the

    contractor meeting the relevant codes specifications. 2. The contractor will have to make his own arrangement to transport the

    required materials outside and inside the working place and leaving the

  • Signature & Seal of the Contractor Page 5

    premises in a neat and tidy condition after the completion of the job to the satisfaction of the HPCL Engineer.

    3. The contractor will have to arrange for safe keeping of his materials and

    should provide necessary security arrangements for safe guarding the materials. HPCL will not be responsible for any claims with regard to this.

    4. The tenderers are advised to visit the site and get acquainted with the site

    conditions. HPCL will not provide any Roads, infrastructure such as power, water, lighting etc. at site. Vendor has to make their own arrangements for transportation of material, movement of heavy equipment at site.

    5. The tenderers should note the site conditions before quoting. The site will

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

    6. When the person signing the tender is not sole proprietor, the necessary

    Power of Attorney authorising the person to act on behalf of the proprietor or Organisation should be produced / attached with the tender in the Unpriced Bid.

    7. The tenderers should study the various tender conditions / documents etc.

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

    8. All entries and rates in the tender form must be written in permanent ink or

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

    9. As far as possible, the tenderers should endeavour not to stipulate any

    counter terms / conditions or modifications of tender clauses and should quote strictly as per tender conditions. This will assist in proper evaluation of each offer. However, should there be any specific comments in

  • Signature & Seal of the Contractor Page 6

    respect of any clauses, the same may be highlighted in a separate deviation schedule in the Unpriced Bid.

    10. HPCL reserves its right to split the order to more than one Party. 11. HPCL reserves the right to reject offers not meeting its technical

    requirements and commercial conditions. 12. HPCL shall not be bound to accept the lowest tender and reserves right

    to accept any or more tenders in part. Decision of HPCL in this connection shall be final.

    13. HPCL reserves the right to accept any tender in whole or in part or reject

    any or all tenders without assigning any reason.

    14 ARBITRATION

    ARBITRATION (APPLICABLE TO VENDORS BASED WITHIN INDIA)

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

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

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

  • Signature & Seal of the Contractor Page 7

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

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

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

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

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

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

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

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

  • Signature & Seal of the Contractor Page 8

    SPECIAL TERMS & CONDITIONS 1. COMPLETION PERIOD:

    It shall be defined as below :

    (a) SUPPLY :

    3 Months from the date of receipt of LOI or the date of advise to start the work by MANAGER- LPG PROJECTS -HQO/ LPG PLANT whichever is earlier. Date of receipt of material at site shall be considered as date of supply.

    (b) ERECTION & COMMISSIONING :

    15 days from the date of advise from HPCL to commence the erection & commissioning works.

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

    3. WATER:

    Water shall be arranged by contractor at his own cost. Water will not be provided by HPCL.

    4. POWER:

    The contractor has to arrange for power (for erection job) on his own, at no extra cost to HPCL.

    5. CEMENT:

    a. Cement required for construction if any , under the scope of the vendor shall be arranged by the contractor at his own cost.

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

  • Signature & Seal of the Contractor Page 9

    c. The Penal rate for any under consumption of cement shall be Rs. 12000/- per MT.

    6. LABOUR:

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

    7. TIME EXTENSION:

    Time extension, if required on any account will have to be brought to the notice of HPCL at least 1 ( one ) month in advance from the date of scheduled job completion with proper details & justification.

    (To be read together with clause 5.d of General terms & Conditions)

    8. All statutory registrations / licences to be submitted to the Engineer in charge prior to commence the works.

    9. REPORT OF ACCIDENT :

    In case of any accidents, the contractor shall report the incident as required by Factories rules to the concerned authorities. He will be fully responsible for the same including any expenses for medical treatment or compensation or any other charges required to be borne.

    10. TENDER QUANTITIES :

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

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

  • Signature & Seal of the Contractor Page 10

    SPECIFICATIONS FOR HIGH MAST LIGHTING TOWERS

    1.0 GENERAL This specification defines the requirements for supply, installation, testing and commissioning of high mast lighting system including connected civil foundation, supply of cables and laying of power distribution to individual mast for our LPG Bottling Plant at Bathnda, Punjab. The high mast lighting system has been proposed to meet the general area lighting requirement of entire plot including tank farm area, T/T loading gantry area , LPG sheds & other utility buildings, parking area etc. 2.0 STANDARDS The supply of high mast, lighting fixtures, cables and other materials and the installation shall conform to the codes of Bureau of Indian Standards and other applicable International standards. In case of any contradiction, the requirements of this specification shall govern. In addition, the installation shall conform to the stipulations of the latest editions of the following : - Indian Electricity Rules & Act - Regulations laid down by the Chief Electrical Inspector of respective State Govt. - Fire Insurance regulations - Any other regulations laid down by Central/State local authorities. 3.0 SITE AND SYSTEM PARTICULARS 3.1 Site conditions: The equipment and the materials to be supplied and installed by the vendor shall be suitable for continuous and trouble free operation under the following site conditions : Temperature : Max. 50 degree C & Min. 2 degree C Design : 45 degree C

  • Signature & Seal of the Contractor Page 11

    Relative Humidity : 85% (Max.) Seismic Condition : As applicable to the location Atmosphere : polluted with dust storm etc. Wind load : Max. 55m / sec (as per IS 875 latest edition) Wind Direction : to be considered Bearing capacity of soil: N.A. Type of Soil : N.A. 3.2 System particulars: 3.2.1 The equipment and materials to be supplied by the vendor shall be designed for the following power supply conditions: Voltage : 415V +/- 10% Frequency : 50 Hz +/- 3% Fault level : 35 MVA at 415 Volts System Neutral earthing: Solidly earthed 4.0 SCOPE OF VENDOR 4.1 Supply & installation of complete High mast Lighting System shall include: (a) Supply of 30 M high Mast Structure with Lantern Carriage raising/lowering

    mechanism.

    (b) Supply, installation of Flood Light Fixtures & lamps of capacity

    specified in detailed job schedule.

    (c) Supply of Aviation Light .

    (d) Designing Civil Foundation for high Mast.

    (e) Supply of Power & Control cables as required for power distribution

    from feeder pillar to all light fittings of each Mast. ( only cable from sub

  • Signature & Seal of the Contractor Page 12

    Station to Light Mast shall be laid by HPCL and all other cabling works

    required for high mast are in the scope of the contractor).

    (f) Supply, installation etc. of feeder Pillar Boards, FLP Type for Gas

    Group IIA & IIB, as per IP 65 protection & approved by CCOE.

    The lighting system & the highmast lighting controls shall be suitable for

    providing

    (g) Providing Earth Electrode , GI Strip laying & Earthing, earthpits as

    per IS 3043.

    (h) Providing Lighting arrestor for each Light Mast.

    (i) Providing two Earth Pit for Each Tower.

    (j) Installation, testing & commissioning of the Light Masts.

    Each Light mast shall have FLP Feeder Pillar distribution Board located near

    the Mast at the bottom. Each feeder Pillar shall receive 3 phase, 415 V Supply.

    5.0 EQUIPMENT SPECIFICATIONS 5.1 Mast: The Mast structure shall be suitable up to an assured reaction arising from the wind velocity as per IS 875 Part III. The high mast shall be of continuously tapered, polygonal cross section and 30 m. high. The mast shall be fabricated from steel plates welded construction in suitable number of sections, telescopically jointed giving a continuous tapered profile and presenting good visual appearance. The base flange shall be provided with gusset and high tensile anchor bolts. The bottom section shall accommodate winch electric drive, cable plug socket etc. with a proper door opening in order to permit clear access to the above components. The door opening shall be carefully designed & reinforced & undue buckling of cut portion be prevented. The door shall be close fitting, dust and vermin proof, (IP55 weather protected) and provided with a heavy duty double locking

  • Signature & Seal of the Contractor Page 13

    arrangement. The mast shall have suitable earth boss (terminal) for 40 x 5 GI strip earth connection. Each mast shall be provided with a lighting rod for lightning protection. Both the inside and outside surfaces of the entire fabricated mast shall be hot dip galvanised. The thickness of galvanising shall be a minimum of 86 microns (610 gm per sq. m.). 5.2 Lantern Carriage: The Lantern carriage shall be of steel tubular ring type construction designed to accommodate the specified number of luminaries radially symmetrical. The complete lantern carriage assembly shall be hot dip galvanised after fabrication. It shall have proper arrangement to avoid swing and to prevent damage to mast surface or other installed parts, during lowering/raising operation of carriage. All hardware used shall have necessary corrosion protection. The inner lining of carriage shall be provided with protective PVC arrangement. 5.3 Winch assembly: For lowering and raising of lantern carriage assembly, a winch arrangement shall be fixed in the base of the mast. This shall have provision to operate both manually and electrically. The winch shall be suitable to handle the weight of the lantern carriage assembly with all fittings and accessories, with required factor of safety. The winch shall be of self sustaining type with positive locking arrangement without the need for brake shoe, springs or clutches. The mast shall be fitted with flexible stranded stainless steel wire ropes which shall have required factor of safety. Particular care shall be exercised in all aspects of design, manufacture, testing and installation arrangements of the system to ensure safety under all operation conditions. The material of construction of top pulley block shall be non-corrosive and preferably made up of diecast LM-6 aluminium alloy, with self lubricating bearing. The design shall ensure that the operation of pulleys is maintenance-free. Close fitting guides are provided to ensure that the ropes & cables do not leave their positions from the pulley carriage. The Pulley assembly further shall be protected by galvanised canopy. The connections of ropes to the winch drums are fitted with aluminium terminal. The Thimbles shall be secured on ropes

  • Signature & Seal of the Contractor Page 14

    by compression splices. Two continuous ropes are to be used in the system & no intermediate joints shall be there. 5.4 Power tool for winch drive: The external electric driven power tool shall be single speed ( 1.0 m/sec to 1.5 m/sec) reversible three phase, stand operated FLP motor. The rating and capacity of the electric motor used in power tool shall be compatible to lift the design load of lantern carriage. Each high mast shall be provided with individual power tool for winch drive. The Power tool along with Plug Socket Unit shall be FLP type suitable for Gas Group II A & II and CCOE approved. 5.5 Feeder Pillar box: Each high mast shall have one feeder pillar distribution box located near it. The feeder pillar box shall be hinged, metal enclosed, free standing type, FLP type for Gas Grp IIA & IIB and IP 65 protected . The Feeder Pillar Box shall be Approved by CCOE. Additional canopy for main protection shall be provided. The FLP feeder pillar box shall have 63 A SFU incomer and outgoing ELMCB ( fault level 35 MVA ), motor starters for winch drive, lighting distribution outgoing circuits, single phase 2 pole MCBs to high mast luminaries and cable glands. This box shall have space to receive incoming and outgoing cable terminations for 3 phase, 415 V, TPN supply loop in loop out. The feeder pillar box shall be connected through cable (length 5 metres approx.) to control station for raising and lowering of lantern carriage. The feeder pillar box shall be mounted on a raised concrete platform above ground level. - The feeder pillar box shall have required interface for remote control PB

    station through cable for raising and lowering of lantern carriage. - The Feeder Pillar Box shall be mounted on a raised concrete Platform above

    ground level. - The light fittings provided on the light mast shall have individual switch

    controls in the feeder pillar box to have the flexibility to put the selected light fittings ON / OFF.

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

  • Signature & Seal of the Contractor Page 15

    6.0 SPECIFIC REQUIREMENTS 6.1 12 no. Fittings of 2 x 400 W, HPSV type shall be provided on each

    Light Mast. One No. Aviation Light shall also be provided on each Mast. 6.2 After completion of job, vendor shall carryout the measurement of

    achieved illumination level and shall furnish test reports. 6.3 Light fixtures shall be with IP - 54 protection. 6.3 Vendor shall furnish the following along with the bid : i) Technical details/description of the offered system with

    catalogues/brochures ii) Filled in data sheet iii) CCOE approval certificate for Feeder Pillar Box. iv) Total Power Consumption of the light mast. The Minimum Power factor required for light Fixtures is 0.9 INPECTION AND TESTING The vendor shall arrange for TPIA & the cost for this shall be indicated seperately in the offer. Approved TPIA are: 1. LLOYDS 2. BVIS 3. BAX COUNSEL 4. EIL 5. RITES Scope of Inspection: i. Routine Tests Certificate on Motors for winch drive. ii. Operation of Motor for Winch Drive. iii. Thickness of galvanising. iv. Power Factor of Fixtures. Min. Power factor reqd. is 0.9. Each and every

    lighting fixture to be checked by the TPI agency. v. All routine tests as specified by relevant Standards/codes. Test Certificates

    for ropes etc. shall also be checked. Tests shall comply to relevant BIS or international standards.

    The vendor shall give at least 15 days notice to the purchaser regarding the date of testing to enable him or his representative to witness the tests. Vendor shall furnish their detailed Q.A.P. for high mast and other components to the purchaser for review.

  • Signature & Seal of the Contractor Page 16

    Routine tests shall be carried out on motor for winch drive. Tests shall be carried out on winch, wire rope for conformity to assigned ratings and specifications. Tests shall comply to relevant BIS or international standards. 8.0 GUARANTEE The vendor shall guarantee the installation for a period of 12 months from the date of issue of completion certificate. Any damage or defect that may remain undetected shall be replaced and/or rectified by the vendor at no extra cost to the owner. Decision of the engineer-in-charge shall be final in this regard. The above guarantee shall be applicable for the quality of works executed as well as for the equipment/fittings/ accessories supplied by the vendor.

    9.0 DELIVERY PERIOD : As per the Special Terms & Conditions of this tender document.

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

  • Signature & Seal of the Contractor Page 17

    TECHNICAL DATA SHEET FOR 30 MTR. HIGH MAST & COMPONENTS (TO BE FILLED BY THE VENDORS)

    1. HIGHMAST STRUCTURE VENDORS CONFIRMATION / REMARKS Height of mast (Mtrs.) : 30 Mtr. Permissible Projected area : 2.2 Sq. Mtrs. Make : Material construction : BS-EN 10 025 (old BS 4360) Thickness (in mm) : Top -- Middle -- Bottom -- Cross section of Mast in Polygon (number of sides) : Length of individual sections ( in m ): Top -- Middle -- Bottom -- Base dia and top diameter : Base diameter ( in mm ) -- Top diameter ( in mm ) -- Type of joints : Stress fit side joints Length of overlap (Mtr.) : Metal protection treatment for : Hot Dipped Galvanised Mast section Thickness of galvanisation (min) : Micron : Bottom ---- Micron : Top & Middle --- Size of opening and door at base : mm Type of locking arrangement and door panel : Details of slack board inside

  • Signature & Seal of the Contractor Page 18

    the base compartment : Size material & thickness of : ----- Amps TPN MCB + ELCB cable termination box Size of base plate (mm) : Dia : mm Diameter and thickness Thick : mm Size of anchor plate & : mm (approx.) thickness Details of template : Weight in Kgs. Of 30 Mtr. Mast : including base plate door, head frame) Lightning protection : Provided.

    2. DYNAMIC LOADING AS PREVAILING AT SITE Max. wind speed : 55 mtr/sec but not less than location req. (As per IS:875:1987) Max. gust speed time : 3 seconds Height of above ground level these Two factors are measured : 10 Mt. Factor of safety for wind load : 1.25 Factor of safety for other load : 1.15 (1.0 as per TR NO-7) Factor of safety for tower : as per TR - 7

    3. FOUNDATION DETAILS

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

    Size of foundation : As per design

  • Signature & Seal of the Contractor Page 19

    Designed load bearing capacity : N.A.

    Design safety factor : Greater than 2.0 Considered wind pressure : As per IS-875 ( latest edition )

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

    Depth of foundation : as per the design & site conditions

    Average soil bearing capacity : N.A.

    Number of foundation bolts : nos.

    PCD of foundation bolts : mm

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

    Bolt diameter : mm

    4. LANTERN CARRIAGE

    Material of construction : Class B-MS Tubes

    Diameter of carriage ring (mm) : mm

    Construction : To suit lighting design

    Number of joints : 2

    Buffer arrangement between : PVC sleeve on carriage Carriage & masts Load carrying capacity : Kgs. Total weight of assembly : with fittings Number of fittings : 12 nos. + 1 nos. aviation fittings Type of fittings/fixture :

    5. WINCH :

  • Signature & Seal of the Contractor Page 20

    Make of winch :

    Number of drums/winch Gear Ratio : Capacity : Kgs. Operating speed : RPM on full load Individual drum rotation : Easily possible Method of operation : Manual & Electrical Lubrication arrangement : Permanent oil bath Type of lubricant : Gear material : Cast Iron Tested load per drum (Kg) : Kgs. per drum Kgs. for winch SWL of winch at 200 rpm : Kgs. Factor of safety :

    6. STAINLESS STEEL WIRE ROPE

    Make

    Grade : ANSI 316

    Number of ropes : 2 continuous ropes

    Construction : 7/19

    Centre core material : Stainless steel core

    Diameter (mm) : 6 mm

    Thimbles & Terminals : Aluminium terminal

  • Signature & Seal of the Contractor Page 21

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

    7.0 CABLE a) Type : flexible PCP/EPR b) Material : EPR coated PCP Sheathed c) Make : d) Current carrying capacity : Amp. (Trailing cable only) e) Conductor size : 4 sq. Mm. ( min. ) f) No. of cores : g) No. of circuits :

    8.0 POWER TOOL a) Model ( Portable external / : Integral type ) b) Input supply : 230 Volts c) Wattage/HP : d) Number of speeds : e) Reversible/non reversible : f) Operating speed : RPM at F.L. g) Remote control switch i) Type : Push button with chords ii) Length of control cable :

  • Signature & Seal of the Contractor Page 22

    h) Max time taken for i) Raising : Minutes ii) Lowering : Minutes

    9. TORQUE LIMITER

    (a) Model :

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

    (c) Adjustable/Non-adjustable : Adjustable 10. Expected Life of the Mast ( in Years ) :

  • Signature & Seal of the Contractor Page 23

    :

    )# " "

    C$ "C $ $ # $#D

    "$AD"CB$$# $ " " A "C A A $ $ $ $#+22$

    +$ 7

    6

    )#"6C91)."

    "C$ $" %)$"$

    +$

  • Signature & Seal of the Contractor Page 24

    8 ! # $ $ $ " -E:6"

    +$ 7

    7

    )# " " " " " $A D $$ $ # " *""#.+&'-,

    +$ 7

    * # $ )

    ! # %$ $ " $

    $