FOR
CONSTRUCTION OF
RAW WATER & FIRE WATER RESERVOIR AND
PUMP HOUSE & ALLIED FACILITIES
December, 2019
TENDER DOCUMENT FOR CONSTRUCTION OF PC-150/E/112/MI 0
RAW WATER AND FIRE WATER RESERVOIR, DOC. NO. REV.
PUMP HOUSE & SERVICES
MASTER INDEX Page 1 of 1
MASTER INDEX
Section-III Annexure
Page - 1 - of 102
TENDER DOCUMENT
FOR
CONSTRUCTION OF
RAW WATER & FIRE WATER RESERVOIR
AND
PUMP HOUSE & ALLIED FACILITIES
AT TALCHER FERTILIZERS LTD., ANGUL,
ODISHA
NIT NO.:PNPM/PC-150/E/112/NCB
SECTION-I
‐ 2 ‐
PC-150/E/ 112 /S-I 0
CONSTRUCTION OF
RAW WATER & FIRE WATER RESERVOIR DOC. NO. REV.
AND PUMP HOUSE & ALLIED FACILITIESAT
TALCHER FERTILIZERS LTD., ANGUL, ODISHA Page - 3 - of 102
SECTION-I
To,
PROSPECTIVE BIDDERS
Dear Sir/Madam,
The entire set of Bidding documents is also placed on the website at TFL website
(http://tflonline.co.in), PDIL website www.pdilin.com, GAIL website
(www.gailtenders.in), RCF websitewww.rcfltd.com and CIL websitewww.coalindia.in.
SINGLE BID
SYSTEM
(C) TYPE OF BIDDING SYSTEM
TWO BID
SYSTEM √
E-TENDER
(CPP PORTAL) √
(D) TYPE OF TENDER
MANUAL
‐ 3 ‐
PC-150/E/ 112 /S-I 0
CONSTRUCTION OF
RAW WATER & FIRE WATER RESERVOIR DOC. NO. REV.
AND PUMP HOUSE & ALLIED FACILITIESAT
TALCHER FERTILIZERS LTD., ANGUL, ODISHA Page - 4 - of 102
20(Twenty) Months from date of issuance of
(E) COMPLETION PERIOD
‘FAX OF ACCEPTANCE’
NOT APPLICABLE
BID SECURITY / EARNEST MONEY
(G)
DEPOSIT (EMD)
Amount: INR 48,86,000/- (Rupees Forty
Eight Lakhs Eighty Six Thousand only)
Date : 23.01.2020
Time :15:30 hrs (IST) Onwards
DATE AND TIME OF UN-PRICED BID Venue:
OPENING (IN PRESENCE OF M/s Projects & Development India Limited,
(L)
AUTHORIZED REPRESENTATIVE (Project Management Department)
OF BIDDERS) P.D.I.L Bhawan, A-14, Sector-1, Noida,
(PIN 201301)
Dist. Gautam Budh Nagar (UP). (India)
Projects & Development India Limited,
(Project Management Department)
ADDRESS FOR COMMUNICATION
(M) P.D.I.L Bhawan, A-14, Sector-1,
WITH PDIL
Noida , (India)
Fax no.:0120-2529801
‐ 4 ‐
PC-150/E/ 112 /S-I 0
CONSTRUCTION OF
RAW WATER & FIRE WATER RESERVOIR DOC. NO. REV.
AND PUMP HOUSE & ALLIED FACILITIESAT
TALCHER FERTILIZERS LTD., ANGUL, ODISHA Page - 5 - of 102
E-mail : mm02484@gail.co.in
ADDRESS FOR COMMUNICATION Mr. Panchanan Haldar-GM (P & E)
(O) WITH OWNER (TFL) AT SITE FOR Mob No. :8360677410
SITE VISIT E-mail : phaldar@GAIL.CO.IN
In case the days specified above happens to be a holiday in TFL/PDIL, the next
working day shall be implied.
3.0 Bids must be submitted strictly in accordance with Clause No. 11 of ITB depending
upon Type of Tender as mentioned at Clause no. 2.0 (D) of IFB. The IFB is an integral
and inseparable part of the bidding document.
4.0 The following documents in addition to uploading in the bid on CPP portal shall also be
submitted in Original (in physical form) within 7 (seven) days from the bid due date
provided the scanned copies of the same have been uploaded in along with e-bid
within the due date and time to the address mentioned in Bidding Data Sheet(BDS):-
5.0 Bidder(s) are advised to quote strictly as per terms and conditions of the tender
documents and not to stipulate any deviations/exceptions.
6.0 Any bidder, who meets the Bid Evaluation Criteria (BEC) and wishes to quote
against this Tender Document, may download the complete Tender Document
alongwith its amendment(s) if any from websites as mentioned at 2.0 (H) of IFB and
submit their Bid complete in all respect as per terms & conditions of Tender
Document on or before the Due Date & Time of Bid Submission.
7.0 Bid(s) received from bidders to whom tender/information regarding this Tender
Document has been issued as well as offers received from the bidder(s) by
downloading Tender Document from above mentioned website(s) shall be taken into
consideration for evaluation & award provided that the Bidder is found responsive
subject to provisions contained in Clause No. 2 of ITB.
‐ 5 ‐
PC-150/E/ 112 /S-I 0
CONSTRUCTION OF
RAW WATER & FIRE WATER RESERVOIR DOC. NO. REV.
AND PUMP HOUSE & ALLIED FACILITIESAT
TALCHER FERTILIZERS LTD., ANGUL, ODISHA Page - 6 - of 102
The Tender Document calls for offers on single point “Sole Bidder” responsibility
basis (except where JV/Consortium bid is allowed pursuant to clause no. 3.0 of ITB)
and in total compliance of Scope of Works as specified in Tender Document.
9.0 All the bidders including those who are not willing to submit their bid are required to
submit F-6(Acknowledgement cum Consent letter) duly filled within 7 days from
receipt of tender information.
10.0 The bidder shall submit the bid ONLINE through Central Public Procurement (CPP)
Portal. Bids complete in all respects should be uploaded in the CPP portal on or
before the Bid Due Date and time mentioned in at Sl No. 2(K) above. Bids through
Post/ Fax / E-mail /CD/ any other mode other than that specified in ITB will not be
accepted
11.0 TFL/PDIL reserves the right to reject any or all the bids received at its discretion
without assigning any reason whatsoever.
R. R. Kumar
Addl. General Manager & HOD (PM)
(Authorized Signatory)
Name : R. R. Kumar
Designation: Addl. GM
E-mail ID :rrkumar @pdilin.com
Contact No. :0120-2529839
‐ 6 ‐
PC-150/E/ 112 /S-I 0
CONSTRUCTION OF
RAW WATER & FIRE WATER RESERVOIR DOC. NO. REV.
AND PUMP HOUSE & ALLIED FACILITIESAT
TALCHER FERTILIZERS LTD., ANGUL, ODISHA Page - 7 - of 102
‐ 7 ‐
PC-150/E/ 112 /S-II 0
CONSTRUCTION OF
RAW WATER & FIRE WATER RESERVOIR DOC. NO. REV.
AND PUMP HOUSE & ALLIED FACILITIESAT
TALCHER FERTILIZERS LTD., ANGUL, ODISHA
Page - 8 - of 102
SECTION-II
SECTION-II
Bidder shall submit bid subject to meeting the Bid Evaluation Criteria as
stated here. Evaluation of Technical and Commercial offers shall be carried
out for only those Bidders who shall meet the Bid Evaluation Criteria.
1. Technical Criteria
1.1 Bidder must have successfully completed at least one similar work (*) of value not
less than INR 28.83 Crore in previous seven (07) years, to be reckoned from the
bid due date:
(The above value of completed works is inclusive GST/ Service Tax).
*Similar Works means: “Similar work” under a single work order is defined as
work Completed under a single work order for
Note:
(a) Eligibility criteria in case bid is submitted on the basis of technical experience of
FOREIGN BASED ANOTHER COMPANY(SUPPORTING COMPANY) which holds
more than fifty percent of the paid up share capital of the bidder company or vice
versa
Offers of those bidders (not under consortium arrangement) who themselves do not
meet the technical experience criteria as stipulated in the BEC and are quoting
based on the experience of Foreign based another company (Supporting Company)
can also be considered. In such case the supporting company should hold more
than fifty percent of the paid up share capital of the bidding company or vice versa.
However, the supporting company should on its own meet the technical experience
as stipulated in the BEC and should not rely on any other company or through any
other arrangement like Technical collaboration agreement.
In that case as the bidding company is dependent upon the technical experience of
another company with a view to ensure commitment and involvement of the
companies involved for successful execution of the contract, the participating bidder
‐ 9 ‐
PC-150/E/ 112 /S-II 0
CONSTRUCTION OF
RAW WATER & FIRE WATER RESERVOIR DOC. NO. REV.
AND PUMP HOUSE & ALLIED FACILITIESAT
TALCHER FERTILIZERS LTD., ANGUL, ODISHA
Page - 10 - of 102
should enclose the following Agreements/ Guarantees/ Undertakings along with the
techno-commercial bid:
(i) An Agreement (as per format enclosed at Appendix- A1) between the bidder
and the supporting company.
(ii) Guarantee (as per format enclosed at Appendix- A2) by the supporting
company to GAIL for fulfilling the obligation under the Agreement.
In cases where foreign based supporting company does not have Permanent
Establishment in India as per Indian Income Tax Act, the bidding company
can furnish Performance Bank Guarantee for an amount which is sum of PBG
amount to be submitted by the bidder and additional PBG amount required to
be submitted by the supporting company subject to the condition that
supporting company have 100% paid up equity share capital of the bidder
either directly or through intermediate subsidiaries or vice versa.
In such case bidding company shall furnish an undertaking that their foreign
based supporting company is not having any Permanent Establishment in
India in terms of Income Tax Act of India.
(iv) Undertaking from the supporting company to the effect that in addition to
invoking the PBG submitted by the bidding company, the PBG provided by
supporting company shall be invoked by GAIL due to non-performance of the
bidding company.
Note:
In case Supporting company fails to submit Bank Guarantee as per (iii) above,
EMD/SD submitted by the bidder shall be forfeited.
(b) Job executed by a Bidder for its own plant/ project cannot be considered as
experience for the purpose of meeting BEC of the tender. However, jobs
executed for Subsidiary/ Fellow subsidiary/ Holding company will be
considered as experience for the purpose of meeting BEC subject to
submission of tax paid invoice(s) duly certified by Statutory Auditor of the
Bidder towards payments of statutory tax in support of the job executed for
Subsidiary/ Fellow subsidiary/ Holding company. Such Bidders to submit these
documents in addition to the documents specified to meet BEC
(c) To meet the job experience criteria as mentioned above, the bidder shall submit
documentary proof such as Copy of Work Order clearly specifying scope of work /
relevant Extract of Work Order such as BOQ/SOR and Completion / Acceptance
‐ 10 ‐
PC-150/E/ 112 /S-II 0
CONSTRUCTION OF
RAW WATER & FIRE WATER RESERVOIR DOC. NO. REV.
AND PUMP HOUSE & ALLIED FACILITIESAT
TALCHER FERTILIZERS LTD., ANGUL, ODISHA
Page - 11 - of 102
Certificate issued by end user/ owner (or their consultant who has been duly
authorized by them to issue such certificate) showing reference no. & date of work
order/ contract agreement, date of completion. Awarded & executed value of work
etc.
(d) The bidder must submit the completion certificate issued by end user/ owner (or
their consultant who has been duly authorized by them to issue such certificate)
only after completion of work/supply in all aspects
(e) Only documents (Work order, completion certificate, execution certificate etc.)
which have been referred /specified in the bid shall be considered in reply to the
queries during evaluation of bids
2. Financial Criteria
2.1 Annual financial turnover in any of the last three (03) preceding financial years i.e.
2018-19, 2017-18 and 2016-17 or Calendar years 2018, 2017 & 2016 of the bidders
should be at least INR 17.30 Crore.
2.2 Net Worth of the Company should be positive as per last audited financial year (F.Y.
2018-19 or Calendar year 2018).
2.3 Bidder should have minimum working capital equal to Rs. 3.46 Crores as per last
audited financial year (F.Y. 2018- 2019 or Calendar year 2018). However, if the
bidder’s working capital is negative or inadequate, the bidder shall submit a letter
from their Bank having Net worth of the bank not less than Rs. 100.0 Crores (or
equivalent USD), confirming the availability of line of credit for Rs. 3.46 Crores. The
line of credit from bank shall be submitted strictly as per prescribed format at F-9
Note:
(a) To meet the criteria mentioned at Sl. No. 2.1 above, bidder shall submit Audited
Annual Financial Statements of the company for the immediate any one of the
preceding three (03) financial years/ Calendar years that meets BEC Sl. No. 2.1.
(b) To meet the criteria mentioned at Sl. No. 2.2 & 2.3 above, bidder shall submit
Audited Annual Financial Statements for financial year 2018-19 or calendar year
2018 along-with Bank’s letter for 2.3 (if applicable).
‐ 11 ‐
PC-150/E/ 112 /S-II 0
CONSTRUCTION OF
RAW WATER & FIRE WATER RESERVOIR DOC. NO. REV.
AND PUMP HOUSE & ALLIED FACILITIESAT
TALCHER FERTILIZERS LTD., ANGUL, ODISHA
Page - 12 - of 102
(a) To meet the criteria mentioned at Sl. No. 2.1 above, bidder shall
submit Audited Annual Financial Statements of the company for the
immediate any one of the preceding three (03) financial years/
Calendar years that meets BEC Sl. No. 2.1.
(b) To meet the criteria mentioned at Sl. No. 2.2 & 2.3 above, bidder shall
submit Audited Annual Financial Statements for financial year 2018-19
or calendar year 2018 along-with Bank’s letter for 2.3 (if applicable).
(c) In case the tenders having the bid closing date up to 30th September
of the relevant financial year, and audited financial results of the
immediate 3 preceding financial year is not available, the bidder has
an option to submit the audited financial results of the 3 years
immediately prior to that year will be considered as last financial year
for Annual turnover and Working Capital calculation. Wherever the
closing date of the bid is after 30thSeptember of the relevant financial
year, bidder has to compulsorily submit the audited financial results for
the immediate three (03) preceding financial years i.e. 2017-18, 2016-
17 and 2015-16.
‐ 12 ‐
PC-150/E/ 112 /S-II 0
CONSTRUCTION OF
RAW WATER & FIRE WATER RESERVOIR DOC. NO. REV.
AND PUMP HOUSE & ALLIED FACILITIESAT
TALCHER FERTILIZERS LTD., ANGUL, ODISHA
Page - 13 - of 102
5. BEC for START-UPS
The Technical and Financial BEC as stipulated above shall also be applicable for
start-ups. However, the Startups are exempted from submission of EMD. For availing
the relaxation of EMD, bidder is required to submit requisite certificate towards
Startup enterprise registration issued by Department of Industrial Policy and
Promotion, Ministry of Commerce & Industry and the certificate should be certified by
the Chartered Accountant (not being an employee or a Director or not having any
interest in the bidder’s company/firm) and notary public with legible stamp.”
Except for exemption of EMD, there will be no relaxation for experience and turnover
for start-ups. Accordingly, the BEC as stipulated at para A (1.0) and para A (2.0)
mentioned above shall be applicable for start-ups also.
6. EVALUATION METHODOLOGY:
The financial comparison for selection of Lowest (L-1) Bidder / Contractor shall be
arrived at “Total Quoted Price inclusive of all Taxes and Duties plus GST (including
cess if any)” as indicated by the bidder in the format of “SUMMARY OF
SCHEDULEOF RATES at Sl. No. “G” (Section VII, of tender document)
The comparison shall be on the summation of the TOTAL PRICE in SCHEDULE OF
RATES (i.e. the Sl. No. “G” of Summary of Schedule of Rates, Section- VII of
tender document). Correction of error, if any shall be done as per clause no. 30.0 of
ITB
Note:
The subject work is indivisible and same shall be awarded to single successful
overall lowest bidder unless stated otherwise elsewhere in the tender document.
Hence, evaluation of bids shall be done on overall L-1 basis considering all
applicable taxes & duties including GST as under:
(i) Total quoted price as per SOR inclusive of all taxes & duties including GST
after arithmetic correction of errors (if any)
(ii) In case any cess on GST is applicable, same shall also be considered in
evaluation.
(iii) In case any unregistered bidder is submitting their bid, their prices will be
loaded with applicable GST (CGST & SGST/UTGST or IGST) while evaluation
of bid (if applicable as per Govt. Act/Law in vogue). Where TFL is entitled for
input credit of GST (CGST & SGST/UTGST or IGST), the same will be
considered for evaluation of bid as per evaluation methodology of tender
document.
‐ 13 ‐
PC-150/E/ 112 /S-II 0
CONSTRUCTION OF
RAW WATER & FIRE WATER RESERVOIR DOC. NO. REV.
AND PUMP HOUSE & ALLIED FACILITIESAT
TALCHER FERTILIZERS LTD., ANGUL, ODISHA
Page - 14 - of 102
‐ 14 ‐
PC-150/E/ 112 /S-III 0
CONSTRUCTION OF
RAW WATER & FIRE WATER RESERVOIR DOC. NO. REV.
AND PUMP HOUSE & ALLIED FACILITIESAT
TALCHER FERTILIZERS LTD., ANGUL, ODISHA Page - 15 - of 102
SECTION-III
INSTRUCTION TO BIDDERS
[TO BE READ IN CONJUNCTION WITH BIDDING DATA SHEET (BDS)]
‐ 16 ‐
PC-150/E/ 112 /S-III 0
CONSTRUCTION OF
RAW WATER & FIRE WATER RESERVOIR DOC. NO. REV.
AND PUMP HOUSE & ALLIED FACILITIESAT
TALCHER FERTILIZERS LTD., ANGUL, ODISHA Page - 17 - of 102
SECTION-III
INSTRUCTION TO BIDDERS
INDEX
[A] GENERAL:
1. SCOPE OF BID
2. ELIGIBLE BIDDERS
3. BIDS FROM CONSORTIUM / JOINT VENTURE
4. ONE BID PER BIDDER
5. COST OF BIDDING
6. SITE-VISIT
PC-150/E/ 112 /S-III 0
CONSTRUCTION OF
RAW WATER & FIRE WATER RESERVOIR DOC. NO. REV.
AND PUMP HOUSE & ALLIED FACILITIESAT
TALCHER FERTILIZERS LTD., ANGUL, ODISHA Page - 18 - of 102
[G] ANNEXURES:
1. ANNEXURE-I: PROCEDURE FOR ACTION IN CASE
CORRUPT/FRAUDULENT/COLLUSIVE/COERCIVE PRACTICES
2. ANNEXURE-II: VENDOR PERFORMANCE EVALUATION PROCEDURE
3. ANNEXURE-III : ADDENDUM TO INSTRUCTIONS TO BIDDERS
(INSTRUCTION FOR PARTICIPATION IN E-TENDER)
4. ANNEXURE-IV: BIDDING DATA SHEET (BDS)
PC-150/E/ 112 /S-III 0
CONSTRUCTION OF
RAW WATER & FIRE WATER RESERVOIR DOC. NO. REV.
AND PUMP HOUSE & ALLIED FACILITIESAT
TALCHER FERTILIZERS LTD., ANGUL, ODISHA Page - 19 - of 102
INSTRUCTIONS TO BIDDERS [ITB]
[TO BE READ IN CONJUNCTION WITH BIDDING DATA SHEET (BDS)]
[A] – GENERAL
1 SCOPE OF BID
1.1 The Employer as defined in the "General Conditions of Contract [GCC]", wishes to
receive Bids as described in the Bidding Document/Tender document issued by
Employer. Employer/Owner/TFL occurring herein under shall be considered
synonymous.
1.2 SCOPE OF BID: The scope of work/ Services shall be as defined in the Bidding
documents.
1.3 The successful bidder will be expected to complete the scope of Bid within the period
stated in Special Conditions of Contract.
1.4 Throughout the Bidding Documents, the terms 'Bid', 'Tender'& ‘Offer’ and their
derivatives [Bidder/Tenderer, Bid/Tender/Offer etc.] are synonymous. Further, 'Day'
means 'Calendar Day' and 'Singular' also means 'Plural'.
2 ELIGIBLE BIDDERS
2.1 The Bidder shall not be under a declaration of ineligibility by Employer for Corrupt/
Fraudulent/ Collusive/ Coercive practices, as defined in "Instructions to Bidders [ITB],
Clause No. 39” (Action in case Corrupt/ Fraudulent/ Collusive/ Coercive Practices).
2.2 The Bidder is not put on ‘Holiday’ by any of the JV partners of OWNER (viz. GAIL,
RCF, CIL) or Public Sector Project Management Consultant (like PDIL, EIL, Mecon
only due to “poor performance” or “corrupt and fraudulent practices”) or
banned/blacklisted by Government department/ Public Sector on due date of
submission of bid.
If the bidding documents were issued inadvertently/ downloaded from website, offers
submitted by such bidders shall not be considered for opening/ evaluation/Awardand
will be returned immediately to such bidders.
In case there is any change in status of the declaration prior to award of contract, the
same has to be promptly informed to TFL/PDIL by the bidder.
It shall be the sole responsibility of the bidder to inform TFL/PDIL in case the bidder
is put on ‘Holiday’ by JV partners of OWNER (viz. GAIL, RCF, CIL) or Public Sector
Project Management Consultant (like PDIL, EIL, Mecon. only due to “poor
performance” or “corrupt and fraudulent practices”) or banned/blacklisted by
Government department/ Public Sector on due date of submission of bid and during
the course of finalization of the tender. Concealment of the facts shall tantamount to
misrepresentation of facts andshall lead to action against such Bidders as per clause
39 of ITB.
2.3 The Bidder should not be under any liquidation court receivership or similar
proceedings on due date of submission of bid.
PC-150/E/ 112 /S-III 0
CONSTRUCTION OF
RAW WATER & FIRE WATER RESERVOIR DOC. NO. REV.
AND PUMP HOUSE & ALLIED FACILITIESAT
TALCHER FERTILIZERS LTD., ANGUL, ODISHA Page - 20 - of 102
In case there is any change in status of the declaration prior to award of contract, the
same has to be promptly informed to TFL/PDIL by the bidder.
It shall be the sole responsibility of the bidder to inform TFL/PDIL in case the bidder
is under any liquidation court receivership or similar proceedings on due date of
submission of bid and during the course of finalization of the tender. Concealment of
the facts shall tantamount to misrepresentation of facts and shall lead to action
against such Bidders as per clause no.39 of ITB.
(i) that has provided consulting services related to the work to the Employer
during the preparatory stages of the work or of the project of which the
works/services forms a part of or
(ii) That has been hired (or proposed to be hired) by the Employer as an
Engineer/ Consultant for the contract.
2.5 Neither the firm/entity appointed as the Project Management Consultant (PMC) for a
contract nor its affiliates/ JV’S/ Subsidiaries shall be allowed to participate in the
tendering process unless it is the sole Licensor/Licensor nominated agent/ vendor.
2.6 Pursuant to qualification criteria set forth in the bidding document, the Bidder shall
furnish all necessary supporting documentary evidence to establish Bidder’s claim of
meeting qualification criteria.
In case of a single Bidder, the power of Attorney shall be issued (as per format F-15)
as per the constitution of the bidder as below:
PC-150/E/ 112 /S-III 0
CONSTRUCTION OF
RAW WATER & FIRE WATER RESERVOIR DOC. NO. REV.
AND PUMP HOUSE & ALLIED FACILITIESAT
TALCHER FERTILIZERS LTD., ANGUL, ODISHA Page - 21 - of 102
4.1 A Bidder shall submit only 'one [01] Bid' in the same Bidding Process either as single
entity or as a member of any consortium (wherever consortium bid is allowed). A
Bidder who submits or participates in more than 'one [01] Bid' will cause all the
proposals in which the Bidder has participated to be disqualified.
4.2 More than one bid means bid(s) by bidder(s) having same Proprietor / Partners /
Limited Liability Partner in any other Bidder(s). Further, more than one bids shall also
include two or more bidders having common power of attorney holder.
Failure to comply this clause during tendering process will disqualify all such
bidders from process of evaluation of bids.
4.4 The provisions mentioned at sl. no. 4.1 and 4.2 shall not be
applicable wherein bidders are quoting for different Items /Sections / Parts / Groups/
SOR items of the same tender which specifies evaluation on Items / Sections /
Parts / Groups/ SOR items basis.
‐ 21 ‐
PC-150/E/ 112 /S-III 0
CONSTRUCTION OF
RAW WATER & FIRE WATER RESERVOIR DOC. NO. REV.
AND PUMP HOUSE & ALLIED FACILITIESAT
TALCHER FERTILIZERS LTD., ANGUL, ODISHA Page - 22 - of 102
5 COST OF BIDDING
The Bidder shall bear all costs associated with the preparation and submission of the
Bid including but not limited to Bank charges all courier charges including taxes &
duties etc. incurred thereof. Further, TFL/PDIL will in no case, be responsible or
liable for these costs, regardless of the outcome of the bidding process.
6 SITE VISIT
6.1 The Bidder is advised to visit and examine the site of works and its surroundings and
obtain for itself on its own responsibility all information that may be necessary for
preparing the Bid and entering into a Contract for the required job. The costs of
visiting the site shall be borne by the Bidder.
6.2 The Bidder or any of its personnel or agents shall be granted permission by the
Employer to enter upon its premises and land for the purpose of such visits, but only
upon the express conditions that the Bidder, its personnel and agents will release
and indemnify the Employer and its personnel, agents from and against all liabilities
in respect thereof, and will be responsible for death or injury, loss or damage to
property, and any other loss, damage, costs, and expenses incurred as a result of
inspection.
6.3 The Bidder shall not be entitled to hold any claim against TFL/PDIL for non-
compliance due to lack of any kind of pre-requisite information as it is the sole
responsibility of the Bidder to obtain all the necessary information with regard to site,
surrounding, working conditions, weather etc. on its own before submission of the
bid.
‐ 22 ‐
PC-150/E/ 112 /S-III 0
CONSTRUCTION OF
RAW WATER & FIRE WATER RESERVOIR DOC. NO. REV.
AND PUMP HOUSE & ALLIED FACILITIESAT
TALCHER FERTILIZERS LTD., ANGUL, ODISHA Page - 23 - of 102
7.1 The contents of Bidding Documents / Tender Documents are those stated below,
and should be read in conjunction with any 'Addendum / Corrigendum' issued in
accordance with "ITB: Clause-9":
*Request for Quotation’, wherever applicable, shall also form part of the Bidding
Document.
7.2 The Bidder is expected to examine all instructions, forms, terms & conditions in the
Bidding Documents. The "Request for Quotation [RFQ] &Invitation for Bid (IFB)"
together with all its attachments thereto, shall be considered to be read, understood
and accepted by the Bidders. Failure to furnish all information required by the
Bidding Documents or submission of a Bid not substantially responsive to the
Bidding Documents in every respect will be at Bidder's risk and may result in the
rejection of his Bid.
8.1 A prospective Bidder requiring any clarification(s) of the Bidding Documents may
notify PDIL in writing or by fax or email at PDIL's mailing address indicated in the
BDS no later than 02 (two) days prior to pre-bid meeting (in cases where pre-bid
meeting is scheduled) or 05 (five) days prior to the due date of submission of bid in
cases where pre-bid meeting is not held. TFL/PDIL reserves the right to ignore the
bidders request for clarification if received after the aforesaid period. TFL/PDILmay
respond in writing to the request for clarification. TFL/PDIL's response including an
explanation of the query, but without identifying the source of the query will be
uploaded on web sites as indicated at SlNo. 2.0 (H) IFB / communicated to
prospective bidders by e-mail/ fax.
‐ 23 ‐
PC-150/E/ 112 /S-III 0
CONSTRUCTION OF
RAW WATER & FIRE WATER RESERVOIR DOC. NO. REV.
AND PUMP HOUSE & ALLIED FACILITIESAT
TALCHER FERTILIZERS LTD., ANGUL, ODISHA Page - 24 - of 102
8.2 Any clarification or information required by the Bidder but same not received by the
Employer at clause 8.1 (refer BDS for address) above is liable to be considered as
"no clarification / information required".
9.1 At any time prior to the 'Bid Due Date', Owner may, for any reason, whether at its
own initiative or in response to a clarification requested by a prospective Bidder,
modify the Bidding Documents by addenda/ corrigendum.
9.2 Any addendum/ corrigendum thus issued shall be integral part of the Tender
Document and shall be hosted on the websites as provided at clause no. 2.0 (H) of
IFB. Bidders have to take into account all such addendum/ corrigendum before
submitting their Bid.
9.3 The Employer, if consider necessary, may extend the date of submissions of Bid in
order to allow the Bidders a reasonable time to furnish their most competitive bid
taking into account the amendment issued thereof.
‐ 24 ‐
PC-150/E/ 112 /S-III 0
CONSTRUCTION OF
RAW WATER & FIRE WATER RESERVOIR DOC. NO. REV.
AND PUMP HOUSE & ALLIED FACILITIESAT
TALCHER FERTILIZERS LTD., ANGUL, ODISHA Page - 25 - of 102
10 LANGUAGE OF BID:
The bid prepared by the Bidder and all correspondence, drawing(s), document(s),
certificate(s) etc. relating to the Bid exchanged by Bidder and PDIL shall be written in
English language only. In case a document, certificate, printed literature etc.
furnished by the Bidder in a language other than English, the same should be
accompanied by an English translation duly authenticated by the Chamber of
Commerce of Bidders Country, in which case, for the purpose of interpretation of the
Bid, the English translation shall govern.
11.1 In case the Bids are invited under the Manual two Bid system(Not applicable for
this Tender]:
The Bid prepared by the Bidder shall comprise the following components sealed in 2
different envelopes:
‐ 25 ‐
PC-150/E/ 112 /S-III 0
CONSTRUCTION OF
RAW WATER & FIRE WATER RESERVOIR DOC. NO. REV.
AND PUMP HOUSE & ALLIED FACILITIESAT
TALCHER FERTILIZERS LTD., ANGUL, ODISHA Page - 26 - of 102
(n) Copies of document related to ESI No., EPF No., GST No. and PAN No. of
Company
(o) Additional Documents specified in Bidding Data Sheet.
(p) Any other information / details required as per Bidding Document.
Note:
1. All the pages of the Bid must be duly signed / digitally signed by the "Authorized
Signatory" of the Bidder.
2. Forms F-4 & F-16 are not to be filled-up / submitted at this stage as these will be
executed only with the successful bidder. However, successful bidder will have
to submit the formats strictly as per the prescribed content without any deviation.
i) The Prices are to be submitted strictly as per the Schedule of Rate of the
bidding documents. TFL/PDIL shall not be responsible for any failure on the
part of the bidder to follow the instructions.
ii) Bidders are advised NOT to mention Rebate/Discount separately, either in
the SOR format or anywhere else in the offer. In case Bidder(s) intend to offer
any Rebate/Discount, they should include the same in the item rate(s) itself
under the “Schedule of Rates (SOR)” and indicate the discounted unit rate(s)
only.
iii) If any unconditional rebate has been offered in the quoted rate the same shall
be considered in arriving at evaluated price. However no cognizance shall be
taken for any conditional discount for the purpose of evaluation of the bids.
iv) In case, it is observed that any of the bidder(s) has/have offered suo-moto
Discount/Rebate after opening of unpriced bid but before opening of price
bids such discount /rebate(s) shall not be considered for evaluation. However,
in the event of the bidder emerging as the lowest evaluated bidder without
considering the discount/rebate(s), then such discount/rebate(s) offered by
the bidder shall be considered for Award of Work and the same will be
conclusive and binding on the bidder.
v) In the event as a result of techno-commercial discussions or pursuant to
seeking clarifications / confirmations from bidders, while evaluating the un-
priced part of the bid, any of the bidders submits a sealed envelope stating
that it contains revised prices; such bidder(s) will be requested to withdraw
the revised prices failing which the bid will not be considered for further
evaluation.
vi) In case any bidder does not quote for any item(s) of “Schedule of Rates” and
the estimated price impact is more than 10% of the quoted price, then the bid
will be rejected. If such price impact of unquoted items is 10% or less of his
quoted price, then the unquoted item(s) shall be loaded highest of the price
quoted by the other bidders. If such bidder happens to be lowest evaluated
bidder, price of unquoted items shall be considered as included in the quoted
bid price.
11.2 In case the bids are invited through CPP portal, bidders are requested to refer
instructions for participating in CPP portal enclosed herewith as Annexure-III. Bids
submitted manually shall be rejected. The bids must be submitted on CPP portal only
as follows :-
‐ 26 ‐
PC-150/E/ 112 /S-III 0
CONSTRUCTION OF
RAW WATER & FIRE WATER RESERVOIR DOC. NO. REV.
AND PUMP HOUSE & ALLIED FACILITIESAT
TALCHER FERTILIZERS LTD., ANGUL, ODISHA Page - 27 - of 102
11.2.1 PART-I: “TECHNO-COMMERCIAL/UN-PRICED BID” comprising all the above
documents mentioned at 11.1.1 along withEMD/Bid Bond, copy of Power of Attorney
and copy of integrity pact should be uploaded in the area earmarkedin the CPP
portal.
Further, Bidders must submit the original, EMD, Power of Attorney and Integrity
Pact and any other documents specified in the Tender Document to the address
mentioned in IFB, in a sealed envelope, superscribing the details of Tender
Document (i.e. tender number & tender for) within 7 days from the date of un-priced
bid opening.
Bidders are required to submit the EMD in original by Due Date and Time of Bid
Submission or upload a scanned copy of the same in the Part-I of the Bid. If the
Bidder is unable to submit EMD in original by Due Date and Time of Bid Submission,
the Bidder is required to upload a scanned copy of the EMD in the e-bid, provided
the original EMD, copy of which has been uploaded, is received within 7 days from
the Due Date of Bid Opening, failing which the Bid will be rejected irrespective of
their status/ranking in tendering process and notwithstanding the fact that a copy of
EMD was earlier uploaded by the Bidder.
The Prices are to be filled strictly in the “Schedule of Rates” of the bidding
documents and provision mentioned at para 11.1.2 hereinabove and to be uploaded
in CPP portal.
11.3 In case of bids invited under single bid system, a single envelope containing all
documents specified at Clause 11.1.1 & 11.1.2 of ITB above form the BID. All
corresponding conditions specified at Clause 11.1.1 & 11.1.2 of ITB shall become
applicable in such a case.
12.1 Unless stated otherwise in the Bidding Documents, the Contract shall be for the
whole works as described in Bidding Documents, based on the rates and prices
submitted by the Bidder and accepted by the Employer. The prices quoted by the
Bidders will be inclusive of all taxes except GST (CGST & SGST/UTGST or IGST).
12.2 Prices must be filled in format for "Schedule of Rates [SOR]" enclosed as part of
Tender document. If quoted in separate typed sheets and any variation in item
description, unit or quantity is noticed; the Bid is liable to be rejected.
12.3 Bidder shall quote for all the items of "SOR" after careful analysis of cost involved for
the performance of the completed item considering all parts of the Bidding
Document. In case any activity though specifically not covered in description of item
under "SOR" but is required to complete the works as per Specifications, Scope of
Work / Service, Standards, General Conditions of Contract (“GCC"), Special
Conditions of Contract ("SCC") or any other part of Bidding Document, the prices
quoted shall deemed to be inclusive of cost incurred for such activity.
‐ 27 ‐
PC-150/E/ 112 /S-III 0
CONSTRUCTION OF
RAW WATER & FIRE WATER RESERVOIR DOC. NO. REV.
AND PUMP HOUSE & ALLIED FACILITIESAT
TALCHER FERTILIZERS LTD., ANGUL, ODISHA Page - 28 - of 102
12.4 All duties, taxes and other levies [if any] payable by the Contractor under the
Contract, or for any other cause except final GST (CGST & SGST/ UTGST or IGST)
shall be included in the rates / prices and the total bid-price submitted by the Bidder.
Applicable rate of GST (CGST & SGST/ UTGST or IGST) on the contract value shall
be indicated in Agreed Terms & Conditions (Format-F5) and SOR.
12.5 Prices quoted by the Bidder, shall remain firm and fixed and valid until completion of
the Contract and will not be subject to variation on any account. Any new taxes &
Duties, if imposed by the State/ Govt. of India after due date of bid submission but
before the Contractual Delivery Date, shall be reimbursed to the contractor on
submission of documentary evidence for proof of payment to State/ Govt. Authorities
and after ascertaining it’s applicability with respect to the contract.
12.6 The Bidder shall quote the unit rates in 'figures' & words. There should not be any
discrepancy between the prices indicated in figures and the price indicated in words.
In case of any discrepancy, the same shall be dealt as per clause no. 30 of ITB.
12.7 Further, Bidder shall also mention the Service Accounting Codes (SAC) /
Harmonized System of Nomenclature (HSN)at the designated place in SOR.
13.1 Bidders are required to submit copy of the GST Registration Certificate while
submitting the bids wherever GST (CGST & SGST/UTGST or IGST) is applicable.
13.2 Quoted prices should be inclusive of all taxes and duties, except GST (CGST &
SGST or IGST or UTGST). Please note that the responsibility of payment of GST
(CGST & SGST or IGST or UTGST) lies with the Supplier of Goods / Services only.
Supplier of Goods / Services (Service Provider) providing taxable service shall issue
an Invoice/ Bill, as the case may be as per rules/ regulation of GST. Further, returns
and details required to be filled under GST laws & rules should be timely filed by
Supplier of Goods / Services (Service Provider) with requisite details.
Payments to Service Provider for claiming GST (CGST & SGST/UTGST or IGST)
amount will be made provided the above formalities are fulfilled. Further, OWNER
may seek copies of challan and certificate from Chartered Accountant for deposit of
GST (CGST & SGST/UTGST or IGST) collected from Owner.
13.3 The bidder confirms that it has included all taxes, duties, levies etc., as applicable at
prevailing rates, in its CONTRACT PRICE. In case, bidder has not included any such
taxes, duties, levies etc., at all and/or at prevailing rates (deliberately or otherwise)
and it becomes leviable during execution of the contract, then such bidder has to pay
all such taxes, duties, levies etc. and OWNER shall not be liable for payment of such
liabilities and/or OWNER shall not reimburse such taxes, duties, levies etc. to the
CONTRACTOR.
‐ 28 ‐
PC-150/E/ 112 /S-III 0
CONSTRUCTION OF
RAW WATER & FIRE WATER RESERVOIR DOC. NO. REV.
AND PUMP HOUSE & ALLIED FACILITIESAT
TALCHER FERTILIZERS LTD., ANGUL, ODISHA Page - 29 - of 102
13.4 In case CBEC (Central Board of Indirect Taxesand Customs)/ any equivalent Central
Government agency/ State Government agency brings to the notice of OWNER that
the Supplier of Goods / Services (Service Provider) has not remitted the amount
towards GST (CGST & SGST/UTGST or IGST) collected from OWNER to the
government exchequer, then, that Supplier of Goods / Services (Service Provider)
shall be put under Holiday list of OWNER for period of six months as mentioned in
Procedure for Evaluation of Performance of Vendors/ Suppliers/Contractors/
Consultants. This action will be in addition to the right of recovery of financial
implication arising on TFL.
13.5 In case of statutory variation in GST (CGST & SGST/UTGST or IGST), other than
due to change in turnover, payable on the contract value during contract period, the
Supplier of Goods / Services (Service Provider) shall submit a copy of the
'Government Notification' to evidence the rate as applicable on the Bid due date and
on the date of revision.
Beyond the contract period, any increase in the rate of GST (CGST & SGST/UTGST
or IGST) beyond the contractual delivery period shall be to Service Provider’s
account whereas any decrease in the rate GST (CGST & SGST/UTGST or IGST)
shall be passed on to the Owner.
Claim for payment of GST (CGST & SGST/UTGST or IGST)/ Statutory variation,
should be raised within two [02] months from the date of issue of 'Government
Notification' for payment of differential (in %) GST (CGST & SGST/UTGST or IGST),
otherwise claim in respect of above shall not be entertained for payment of arrears.
The base date for the purpose of applying statutory variation shall be the Bid Due
Date.
Owner/TFL will reimburse GST (CGST & SGST/UTGST or IGST) to the Service
Provider at actuals against submission of Tax Invoices as per format specified in
rules/ regulation of GST subject to the ceiling amount of GST (CGST &
SGST/UTGST or IGST) as quoted by the bidder, subject to any statutory variations,
except variations arising due to change in turnover. In case of any variation in the
executed quantities (If directed and/or certified by the Engineer-In-Charge) the
ceiling amount on which GST (CGST & SGST/UTGST or IGST) is applicable will be
modified on pro-rata basis.
13.6 OWNER will prefer to deal with registered supplier of goods/ services under GST.
Therefore, bidders are requested to get themselves registered under GST, it not
registered yet.
However, in case any unregistered bidder is submitting their bid, their prices will be
loaded with applicable GST (CGST & SGST/UTGST or IGST) while evaluation of bid
(if applicable as per Govt. Act/ Law in vogue).
13.7 In case OWNER is required to pay entire/certain portion of applicable GST (CGST &
SGST/UTGST or IGST) and remaining portion, if any, is to be deposited by Bidder
directly as per GST (CGST & SGST/UTGST or IGST) laws, entire applicable
rate/amount of GST (CGST & SGST/UTGST or IGST) to be indicated by bidder in
the SOR.
‐ 29 ‐
PC-150/E/ 112 /S-III 0
CONSTRUCTION OF
RAW WATER & FIRE WATER RESERVOIR DOC. NO. REV.
AND PUMP HOUSE & ALLIED FACILITIESAT
TALCHER FERTILIZERS LTD., ANGUL, ODISHA Page - 30 - of 102
Where OWNER has the obligation to discharge GST (CGST & SGST/UTGST or
IGST) liability under reverse charge mechanism and OWNER has paid or is liable to
pay GST (CGST & SGST/UTGST or IGST) to the Government on which interest or
penalties becomes payable as per GST laws for any reason which is not attributable
to TFL or ITC with respect to such payments is not available to OWNER for any
reason which is not attributable to OWNER, then OWNER shall be entitled to
deduct/ setoff / recover such amounts against any amounts paid or payable by
OWNER to Contractor / Supplier.
13.8 Contractor shall ensure timely submission of invoice(s) as per rules/ regulations of
GST with all required supporting document(s) within a period specified in Contracts/
LOA to enable OWNER to avail input tax credit. Further, returns and details required
to be filled under GST laws & rules should be timely filed by supplier with requisite
details.
If input tax credit with respect to GST (CGST & SGST/ UTGST or IGST) is not
available to OWNER for any reason which is not attributable to OWNER, then
OWNER shall not be obligated or liable to pay or reimburse GST (CGST &
SGST/UTGST or IGST) charged in the invoice(s) and shall be entitled to / deduct/
setoff /recover the such GST (CGST & SGST/UTGST or IGST UTGST) thereupon
together with all penalties and interest if any, against any amounts paid or payable by
OWNER in future to the Service Provider under this contract or under any other
contract..
As per Clause 171 of GST Act it is mandatory to pass on the benefit due to reduction
in rate of tax or from input tax credit to the consumer by way of commensurate
reduction in prices. The Supplier of Goods / Services may note the above and quote
their prices accordingly.
‐ 30 ‐
PC-150/E/ 112 /S-III 0
CONSTRUCTION OF
RAW WATER & FIRE WATER RESERVOIR DOC. NO. REV.
AND PUMP HOUSE & ALLIED FACILITIESAT
TALCHER FERTILIZERS LTD., ANGUL, ODISHA Page - 31 - of 102
13.10 In case the GST rating of vendor on the GST portal / Govt. official website is negative
/ black listed, then the bids may be rejected by OWNER. Further, in case rating of
bidder is negative / black listed after award of work for supply of goods / services,
then OWNER shall not be obligated or liable to pay or reimburse GST to such vendor
and shall also be entitled to deduct / recover such GST along with all penalties /
interest, if any, incurred by OWNER.
13.11 GST (CGST & SGST/UTGST or IGST) is implemented w.e.f. 01.07.2017 which
subsumed variousindirect taxes and duties applicable before 01.07.2017.
Accordingly, the provisions of General Condition of Contract relating to taxes and
duties which are subsumed in GST are modified to aforesaid provisions mentioned in
clause no. 12 and 13 of ITB.
15.1 Bids shall be kept valid for period specified in BDS from the final Due date of
submission of bid'. A Bid valid for a shorter period may be rejected by OWNER as
'non-responsive'.
15.2 In exceptional circumstances, prior to expiry of the original 'Bid Validity Period', the
Employer may request the Bidders to extend the 'Period of Bid Validity' for a
specified additional period. The request and the responses thereto shall be made in
writing or by fax/email. A Bidder may refuse the request without forfeiture of his
EMD. A Bidder agreeing to the request will not be required or permitted to modify his
Bid, but will be required to extend the validity of its EMDfor the period of the
extension and in accordance with "ITB: Clause-16" in all respects.
16.1 Bid must be accompanied with earnest money [i.e Earnest Money Deposit (EMD)
also known as Bid Security]in the form of ‘Demand Draft’ / ‘Banker’s Cheque’[in
favour of TALCHER FERTILIZERS LIMITED payable at place mentioned in BDS] or
‘Bank Guarantee’strictly as per the format given in form F -2 of the Tender
Document. Bidder shall ensure that EMD submitted in the form of ‘Bank
Guarantee’should have a validity of at least ‘two [02] months’ beyond the validity of
the Bid. EMD submittedin the form of ‘Demand Draft’ or ‘Banker’s Cheque’ should
be valid for three months.
Bid not accompanied with EMD, or EMD not in requisite format shall be liable for
rejection. The EMD shall be submitted in Indian Rupees only.
16.2 EMD shall not be accepted in case the same has reference of ‘remitter’ / ‘financer’
other than bidder on the aforementioned financial instrument of EMD submitted by
the bidder and bid of such bidder will be summarily rejected.
‐ 31 ‐
PC-150/E/ 112 /S-III 0
CONSTRUCTION OF
RAW WATER & FIRE WATER RESERVOIR DOC. NO. REV.
AND PUMP HOUSE & ALLIED FACILITIESAT
TALCHER FERTILIZERS LTD., ANGUL, ODISHA Page - 32 - of 102
16.3 OWNER shall not be liable to pay any documentation charges, Bank charges,
commission, interest etc. on the amount of EMD. In case EMD is in the form of a
‘Bank Guarantee’, the same shall be from any Indian scheduled Bank or a branch of
an International Bank situated in India and registered with ‘Reserve Bank of India’ as
Scheduled Foreign Bank. However, in case of ‘Bank Guarantee’ from Banks other
than the Nationalized Indian Banks, the Bank must be commercial Bank having net
worth in excess of Rs. 100 Crores [Rupees One Hundred Crores] and a declaration
to this effect should be made by such commercial Bank either in the ‘Bank
Guarantee’ itself or separately on its letterhead.
16.4 Any Bid not secured in accordance with “ITB: Clause-16.1 & Clause-16.3” may be
rejected by OWNER as non-responsive.
16.5 Unsuccessful Bidder’s EMD will be discharged/ returned as promptly as possible, but
not later than ‘thirty [30] days’ after finalization of tendering process.
16.6 The successful Bidder’s EMD will be discharged upon the Bidder’s acknowledging
the ‘Award’ and signing the ‘Contract Agreement’ (if applicable) and furnishing the
‘Contract Performance Security (CPS)/ Security Deposit’ pursuant to clause no. 38 of
ITB.
16.7 Notwithstanding anything contained herein, the EMD may also be forfeited in any of
the following cases:
(a) If a Bidder withdraws his Bid during the ‘Period of Bid Validity’
(b) If a Bidder has indulged in corrupt/fraudulent /collusive/coercive practice
(c) If the Bidder modifies Bid during the period of bid validity (after Due Date and
Time for Bid Submission).
(d) Violates any other condition, mentioned elsewhere in the Tender Document,
which may lead to forfeiture of EMD.
(e) In the case of a successful Bidder, if the Bidder fails to:
(i) to acknowledge receipt of the “Notification of Award” / Fax of
Acceptance[FOA]”,
(ii) to furnish “Contract Performance Security / Security Deposit”, in
accordance with “ITB: Clause-38”
(iii) to accept ‘arithmetical corrections’ as per provision of the clause 30 of
ITB.
16.8 In case EMD is in the form of ‘Bank Guarantee’, the same must indicate the Tender
Document No. and the name of Tender Document for which the Bidder is quoting.
This is essential to have proper correlation at a later date.
16.9 MSEs (Micro & Small Enterprises) are exempted from submission of EMD in
accordance with the provisions of PPP-2012 and Clause 40 of ITB. However,
Traders/Dealers/ Distributors /Stockiest /Wholesaler are not entitled for exemption of
EMD. The Government Departments/PSUs are also exempted from the payment of
EMD. Further, Startups are also exempted from the payment of EMD.
16.10 In case forfeiture of EMD/Bid Security, the forfeited amount will be considered
inclusive of tax and tax invoice will be issued by TFL. The forfeiture amount will be
subject to final decision of TFL based on other terms and conditions of
order/contract.
‐ 32 ‐
PC-150/E/ 112 /S-III 0
CONSTRUCTION OF
RAW WATER & FIRE WATER RESERVOIR DOC. NO. REV.
AND PUMP HOUSE & ALLIED FACILITIESAT
TALCHER FERTILIZERS LTD., ANGUL, ODISHA Page - 33 - of 102
17.1 The Bidder(s) or his designated representative are invited to attend a "Pre-Bid
Meeting" which will be held at address specified in IFBSl No. 2.0 (I) of IFB. It is
expected that a bidder shall not depute more than 02 representatives for the
meeting.
17.2 Purpose of the meeting will be to clarify issues and to answer questions on any
matter that may be raised at that stage.
17.3 Text of the questions raised and the responses given, together with any responses
prepared after the meeting, will be uploaded on websites as mentioned at Sl No.
2.0(H) of IFB. Any modification of the Contents of Bidding Documents listed in "ITB:
Clause-7.1", that may become necessary as a result of the Pre-Bid Meeting shall be
made by the Employer exclusively through the issue of an Addendum / Corrigendum
pursuant to "ITB: Clause-9", and not through the minutes of the Pre-Bid Meeting.
17.4 Non-attendance of the Pre-Bid Meeting will not be a cause for disqualification of
Bidder.
18.1 The original and all copies of the Bid shall be typed or written in indelible ink [in the
case of copies, photocopies are also acceptable] and shall be signed by a person or
persons duly authorized to sign on behalf of the Bidder (as per POA). The name and
position held by each person signing, must be typed or printed below the signature.
All pages of the Bid except for un-amended printed literature where entry(s) or
amendment(s) have been made shall be initialed by the person or persons signing
the Bid.
18.2 The Bid shall contain no alterations, omissions, or additions, unless such corrections
are initiated by the person or persons signing the Bid.
19.1 ZERO DEVIATION: Deviation to terms and conditions of "Bidding Documents" may
lead to rejection of bid.OWNER will accept bids based on terms & conditions of
"Bidding Documents" only. Bidder may note OWNER will determine the substantial
responsiveness of each bid to the Bidding Documents pursuant to provision
contained in clause 29 of ITB. For purpose of this, a substantially responsive bid is
one which conforms to all terms and conditions of the Bidding Documents without
deviations or reservations. OWNER's determination of a bid's responsiveness is
based on the content of the bid itself without recourse to extrinsic evidence. OWNER
reserves the right to raise technical and/or commercial query(s), if required, may be
raised on the bidder(s).
‐ 33 ‐
PC-150/E/ 112 /S-III 0
CONSTRUCTION OF
RAW WATER & FIRE WATER RESERVOIR DOC. NO. REV.
AND PUMP HOUSE & ALLIED FACILITIESAT
TALCHER FERTILIZERS LTD., ANGUL, ODISHA Page - 34 - of 102
The response(s) to the same shall be in writing, and no change in the price(s) or
substance of the bids shall be sought, offered or permitted. The substance of the bid
includes but not limited to prices, completion, scope, technical specifications, etc.
Bidders are requested to not to take any deviation/exception to the terms and
conditions laid down in this "Tender Documents", and submit all requisite documents
as mentioned in this "Tender Documents", failing which their offer will be liable for
rejection. If a bidder does not reply to the queries in the permitted time frame then its
bid shall be evaluated based on the documents available in the bid.
Note:Further, it is once again reminded not to mention any condition in the Bid which
is contradictory to the terms and conditions of Tender document.
20 PAYMENT
‐ 34 ‐
PC-150/E/ 112 /S-III 0
CONSTRUCTION OF
RAW WATER & FIRE WATER RESERVOIR DOC. NO. REV.
AND PUMP HOUSE & ALLIED FACILITIESAT
TALCHER FERTILIZERS LTD., ANGUL, ODISHA Page - 35 - of 102
21.1 Bids shall be submitted through CPP portal in the manner specified in tender
document. No Manual/ Hard Copy (Original) offer shall be acceptable.
21.2 DELETED
21.3 All the bids shall be addressed to the Consultant at address specified in IFB.
22.1 Bids must be submitted through CPP portal not later than the date and time specified
in the tender documents/BDS.
22.2 DELETED
22.3 OWNER may, in exceptional circumstances and at its discretion, extend the deadline
for submission of Bids (clause 9 of ITB refers), in which case all rights and
obligations of OWNER and the Bidders, previously subject to the original deadline
will thereafter be subject to the deadline as extended. Notice for extension of due
date of submission of bidwill be uploaded on website/ communicated to the bidders.
23 LATE BIDS
23.1 Any bids received after the notified date and time of closing of tenders will be treated
as late bids.
23.2 Tender on CPP portal shall close immediately after the due date for submission of
bid and no bids can be submitted thereafter.
Where the bid bond/physical documents have been received but the bid is not
submitted by the bidder in the CPP portal, such bid bond/ physical documents shall
be returned immediately.
23.3 Unsolicited Bids or Bids received to address other than one specifically stipulated in
the tender document will not be considered for evaluation/opening/award if not
received to the specified destination within stipulated date & time.
‐ 35 ‐
PC-150/E/ 112 /S-III 0
CONSTRUCTION OF
RAW WATER & FIRE WATER RESERVOIR DOC. NO. REV.
AND PUMP HOUSE & ALLIED FACILITIESAT
TALCHER FERTILIZERS LTD., ANGUL, ODISHA Page - 36 - of 102
The bidder may withdraw or modify its bid after bid submission but before the due
date and time for submission as per tender document.
The bidder may withdraw or modify its bid after bid submission but before the due
date for submission as per tender document provided that the written notice of the
modification/ substitution/ withdrawal in received by OWNER prior to the deadline for
submission of bid.
24.2 The modification shall also be prepared, sealed, marked and dispatched in
accordance with the provisions of the clause 11 & 22 of ITB with relevant ‘Cut-Out
Slip’ duly pasted and mentioning on top of the envelope as “MODIFICATION”. In
case of withdrawal of bid, the Envelope containing withdrawal letter duly
superscribing the envelope as “WITHDRAWAL” and “Tender Document number
:….”/ communication regarding withdrawal of bid with “Tender Document number
:….”/ must reach concerned dealing official of OWNER within Due date & Time of
submission of Bid. No bid shall be modified/ withdrawn after the Due Date & Time for
Bid submission.
24.3 Any withdrawal/ modification/substitution of Bid in the interval between the Due Date
& Time for Bid submission and the expiration of the period of bid validity specified by
the Bidder in their Bid shall result in the Bidder’s forfeiture of EMD pursuant to clause
16 of ITB and rejection of Bid.
24.4 The latest Bid submitted by the Bidder shall be considered for evaluation and all
other Bid(s) shall be considered to be unconditionally withdrawn.
24.5 In case after price bid opening, the lowest evaluated bidder (L1) is not awarded the
job for any mistake committed by him in bidding or withdrawal of bid or modification
of bid or varying any term in regard thereof leading to re-tendering, OWNER shall
forfeit EMD paid by the bidder and such bidders shall be debarred from participation
in re-tendering of the same job(s)/item(s). Further, such bidder will be put on holiday
for a period of six months after following the due procedure.
OWNER reserves the right to accept or reject any Bid, and to annul the Bidding
process and reject all Bids, at any time prior to award of Contract, without thereby
incurring any liability to the affected Bidder or Bidders or any obligations to inform the
affected Bidder or Bidders of the ground for OWNER's action. However, bidder, if so
desires, may seek the reason (in writing) for rejection of their Bid to which OWNER
shall respond quickly.
‐ 36 ‐
PC-150/E/ 112 /S-III 0
CONSTRUCTION OF
RAW WATER & FIRE WATER RESERVOIR DOC. NO. REV.
AND PUMP HOUSE & ALLIED FACILITIESAT
TALCHER FERTILIZERS LTD., ANGUL, ODISHA Page - 37 - of 102
26 BID OPENING
OWNER will open bids, in the presence of bidders’ designated representatives who
choose to attend, at date, time and location stipulated in the BDS. The bidders’
representatives, who are present, shall sign a bid opening register evidencing their
attendance.
26.2.1 OWNER will open the price bids of those bidders who meet the qualification
requirement and whose bid is determined to be technically and commercially
responsive. Bidders selected for opening of their price bids shall be informed about
the date of price bid opening. Bidders may depute their authorized representative to
attend the bid opening. The bidders’ representatives, who are present shall sign a
register evidencing their attendance and may be required to be present on a short
notice.
26.2.2 The price bids of those Bidders who were not found to be techno-commercially
responsive shall not be opened.
26.3 In case of bids invited under the single bid system, bid shall be opened on the
specified due date & time.
27 CONFIDENTIALITY
28.1 From the time of Bid opening to the time of award of Contract, if any Bidder wishes to
contact the Employer on any matter related to the Bid, it should do so in writing.
Information relating to the examination, clarification, evaluation & recommendation
for award shall not be disclosed.
28.2 Any effort by the Bidder to influence the Employer in the Employer's 'Bid Evaluation',
'Bid Comparison', or 'Contract Award' decisions may result in the rejection of the
Bidder's Bid and action shall be initiated as per procedure in this regard.
29.1 The owner’s determination of a bid’s responsiveness is based on the content of the
bid only. Prior to the detailed evaluation of Bids, the Employer will determine whether
each Bid:-
(b) Has been properly signed;
(c) Is accompanied by the required 'Earnest Money / Bid Security';
(d) Is substantially responsive to the requirements of the Bidding Documents;
and
(e) Provides any clarification and/or substantiation that the Employer may require
to determine responsiveness pursuant to "ITB: Clause-29.2"
29.2 A substantially responsive Bid is one which conforms to all the terms, conditions and
specifications of the Bidding Documents without material deviations or reservations
or omissions for this purpose employer defines the foregoing terms below:-
a) “Deviation” is departure from the requirement specified in the tender
documents.
b) “Reservation” is the setting of limiting conditions or withholding from complete
acceptance of the requirement in the tender documents.
c) “Omission” is the failure to submit part or all of the information or
documentation required in the tender document.
a) If accepted would,
i) Affect in any substantial way the scope, quality, or performance of the
job as specified in tender documents.
ii) Limit, in any substantial way, inconsistent with the Tender Document,
the Employer’s rights or the tenderer’s obligations under the proposed
Contract.
b) If rectified, would unfairly affect the competitive position of other bidders
presenting substantially responsive bids.
29.4 The employer shall examine all aspects of the bid to confirm that all requirements
have been met without any material deviation, reservation or omission.
29.5 If a Bid is not substantially responsive, it may be rejected by the Employer and may
not subsequently be made responsive by correction or withdrawal of the of material
deviation, reservation or omission.
30 CORRECTION OF ERRORS
Arithmetic Correction of Errors (if any) in multiplication to derive the total cost of an
individual item shall be done by the Consultant based on the quoted Unit Price by the
Bidder. If the bidder does not accept the corrected amount of bid, its bid will be
rejected, and the Bid security shall be forfeited.
Not Applicable. All bids submitted must be in the currency specified at clause 14 of
ITB.
‐ 38 ‐
PC-150/E/ 112 /S-III 0
CONSTRUCTION OF
RAW WATER & FIRE WATER RESERVOIR DOC. NO. REV.
AND PUMP HOUSE & ALLIED FACILITIESAT
TALCHER FERTILIZERS LTD., ANGUL, ODISHA Page - 39 - of 102
Bid shall be evaluated as per evaluation criteria mentioned in Section-II of bidding
documents.
In case of a tie at the lowest bid (L1) position between two or more startup/non-
startup bidders, the order/LOA will be placed on the bidder who has higher/ highest
turnover in last audited financial year.
33.1 In the event of the time of completions of work getting delayed beyond the time
schedule indicated in the bidding document plus a grace period equivalent to 1/5th of
the time schedule or 2 months whichever is more, due to reasons solely attributable
to Employer, the Contractor shall be paid compensation for extended stay (ESC) to
maintain necessary organizational set up and construction tools, tackles, equipment
etc. at site of work.
33.2 The bidder is required to specify the rate for ESC on per month basis in the “PRICE
PART” of his bid, which shall be considered for loading on total quoted price during
price bid evaluation. The loading shall be done of a period of 1/5th of the time
schedule or 1 month whichever is less. In case bidder does not indicate the rate for
ESC in price part of his bid, it will be presumed that no ESC is required by the bidder
and evaluation shall be carried out accordingly.
34 PURCHASE PREFERENCE
Purchase preference to Central government public sector Undertaking and Micro and
Small Enterprises (MSEs) shall be allowed as per Government instructions in vogue.
‐ 39 ‐
PC-150/E/ 112 /S-III 0
CONSTRUCTION OF
RAW WATER & FIRE WATER RESERVOIR DOC. NO. REV.
AND PUMP HOUSE & ALLIED FACILITIESAT
TALCHER FERTILIZERS LTD., ANGUL, ODISHA Page - 40 - of 102
35 AWARD
Subject to "ITB: Clause-29", OWNER will award the Contract to the successful
Bidder whose Bid has been determined to be substantially responsive and has been
determined as the lowest provided that bidder, is determined to be qualified to
satisfactorily perform the Contract.
“OWNER intent to place the order/contract directly on the address from where
Goods are produced/dispatched are Services are rendered. In case, bidder
wants order/ contract at some other address or supply of Goods/ Services from
multiple locations, bidder is required to provide in their bid address on which
order is to be placed”.
36.1 Prior to the expiry of ‘Period of Bid Validity’, Notification of Award for acceptance of
the Bid will be intimated to the successful Bidder by OWNER either by Fax / E - mail
/Letter or like means defined as the “Fax of Acceptance (FOA)”. The Contract shall
enter into force on the date of FOA and the same shall be binding on OWNER and
successful Bidder (i.e. Contractor/Service Provider). The Notification of Award/FOA
will constitute the formation of a Contract. The “Detailed Letter of Acceptance
(DLOA)” shall be issued thereafter incorporating terms & conditions of Tender
Document, Amendments, Corrigendum, Clarification(s), Bid and agreed
variation(s)/acceptable deviation(s), if any. OWNER may choose to issue Notification
of Award in form of detailed Letter of Acceptance without issuing FOA and in such
case the Contract shall enter into force on the date of detailed Letter of Acceptance
only.
36.2 Contract period shall commence from the date of "Notification of Award" or as
mentioned in the Notification of Award. The "Notification of Award" will constitute the
formation of a Contract, until the Contract has been effected pursuant to signing of
Contract Agreement as per "ITB: Clause-37".
36.3 The Order/ contract value mentioned above is subject to Price Reduction Schedule
clause.
37 SIGNING OF AGREEMENT
37.1 OWNER will award the Contract to the successful Bidder, who, within 'fifteen [15]
days' of receipt of the same, shall sign and return the acknowledged copy to
OWNER.
‐ 40 ‐
PC-150/E/ 112 /S-III 0
CONSTRUCTION OF
RAW WATER & FIRE WATER RESERVOIR DOC. NO. REV.
AND PUMP HOUSE & ALLIED FACILITIESAT
TALCHER FERTILIZERS LTD., ANGUL, ODISHA Page - 41 - of 102
37.2 The successful Bidder/Contractor shall be required to execute an 'Agreement' in the
proforma given in this Bidding Document (Format F-16) on a 'non-judicial stamp
paper' of appropriate value [cost of the 'stamp-paper' shall be borne by the
successful Bidder/Contractor] and of 'state' specified in Bidding Data Sheet
(BDS)only, within 'fifteen [15] days' of receipt of the "Fax of Acceptance [FOA]" of the
Tender by the successful Bidder/Contractor failure on the part of the successful
Bidder/Contractor to sign the 'Agreement' within the above stipulated period,shall
constitute sufficient grounds for forfeiture of EMD/Security Deposit.
38.1 Within 30 days of the receipt of the notification of award/ Fax of Acceptance from
OWNER, the successful bidder shall furnish the Contract Performance Security
(CPS) in accordance with ‘General Conditions of the Contract’. The CPS shall be in
the form of either Banker’s Cheque or Demand Draft or Bank Guarantee as per
Form F-4and shall be in the currency of the Contract.However, CPS shall not be
applicable in cases wherein the individual order/contract value as specified in
Notification of Award is less than INR 5 Lakh (exclusive of GST).
38.2 The contract performance security shall be for an amount equal to specified in
Bidding Data Sheet (BDS)towards faithful performance of the contractual obligations
and performance of equipment. For the purpose of CPS, Contract/order value shall
be exclusive of GST (CGST & SGST/UTGST or IGST).
Bank Guarantee towards CPS shall be from any Indian scheduled bank or a branch
of an International bank situated in India and registered with Reserve Bank of India
as scheduled foreign bank in case of Indian bidder as well as foreign bidder.
However, in case of bank guarantees from banks other than the Nationalized Indian
banks, the bank must be a commercial bank having net worth in excess of Rs 100
crores and a declaration to this effect should be made by such commercial bank
either in the Bank Guarantee itself or separately on its letterhead. This bank
guarantee shall be valid for a period ofthree months beyond the DLP specified in
Bidding Data Sheet (BDS).
38.3 Failure of the successful bidder to comply with the requirements of this article shall
constitute sufficient grounds for the annulment of the award and forfeiture of the
EMD.
38.4 CPBG/Security Deposit will not be accepted in case the same has reference of
‘remitter’ / ‘financer’ other than bidder on the aforementioned financial instrument of
CPBG/ Security.
38.5 The CPS has to cover the entire contract value including extra works/services also. As
long as the CPS submitted at the time of award take cares the extra works/ services
executed and total executed value are within the awarded contract price, there is no
need for additional CPS. As soon as the total executed value is likely to burst the
ceiling of awarded contract price, the contractor should furnish additional CPS.
38.6 In case of forfeiture of Contract Performance Security/ Security Deposit, the forfeited
amount will be considered inclusive of tax and tax invoice will be issued by TFL.
The forfeiture amount will be subject to final decision of TFL based on other terms
and conditions of order/ contract.
‐ 41 ‐
PC-150/E/ 112 /S-III 0
CONSTRUCTION OF
RAW WATER & FIRE WATER RESERVOIR DOC. NO. REV.
AND PUMP HOUSE & ALLIED FACILITIESAT
TALCHER FERTILIZERS LTD., ANGUL, ODISHA Page - 42 - of 102
39.2 DELETED
40.1 Following provision has been incorporated in tender for MSEs, in line with notification
of Government of India, vide Gazette of India No. 503 dated 26.03.2012 proclaiming
the Public Procurement Policy on procurement of goodsand services from Micro and
Small Enterprises (MSEs)
40.2 In case bidder is a Micro or Small Enterprise under the Micro, Small and Medium
Enterprises Development Act, 2006, the bidder shall submit the following:
a) Documentary evidence that the bidder is a Micro or Small Enterprises registered
with District Industries Centers or Khadi and Village Industries National Small
Industries Corporation or Directorate of Handicrafts and Handloom or any other
body specified by Ministry of Micro, Small and Medium Enterprises or Udyog
Aadhaar Memorandum.
The above documents submitted by the bidder shall be duly certified by the
Chartered Accountant (not being an employee or a Director or not having any
interest in the bidder’s company/firm) and notary public with legible stamp.
‐ 42 ‐
PC-150/E/ 112 /S-III 0
CONSTRUCTION OF
RAW WATER & FIRE WATER RESERVOIR DOC. NO. REV.
AND PUMP HOUSE & ALLIED FACILITIESAT
TALCHER FERTILIZERS LTD., ANGUL, ODISHA Page - 43 - of 102
If the bidder does not provide the above confirmation or appropriate document or any
evidence, then it will be presumed that they do not qualify for any preference
admissible in the Public Procurement Policy (PPP) 2012.
Further, MSEs who are availing the benefits of the Public Procurement Policy (PPP)
2012 get themselves registered with MSME Data Bank being operated by NSIC,
under SME Division, M/o MSME, in order to create proper data base of MSEs which
are making supplies to CPSUs.
40.3 If against an order placed by TFL, successful bidder(s) (other than Micro/Small
Enterprise) is procuring material/services from their sub-vendor who is a Micro or
Small Enterprise registered with District Industries Centres or Khadi and Village
Industries Commission or Khadi and Village Industries Board or Coir Board or
National Small Industries Corporation or Directorate of Handicrafts and Handloom or
any other body specified by Ministry of Micro, Small and Medium Enterprises with
prior consent in writing of the purchasing authority/Engineer-in-charge, the details like
Name, Registration No., Address, Contact No. details of material & value of
procurement made, etc. of such Enterprises shall be furnished by the successful
bidder at the time of submission of invoice/Bill.
40.5 NSIC has initiated a scheme of “Consortia and Tender Marketing Scheme” under
which they are assisting the Micro & Small enterprises to market their products and
services through tender participation on behalf of the individual unit or through
consortia.
Accordingly, if the MSEs or the consortia, on whose behalf the bid is submitted by
NSIC, is meeting the BEC and other terms and conditions of tender their bid will be
considered for further evaluation. Further, in such cases a declaration is to be
submitted by MSE/ consortia on their letter head (s) that all the terms and conditions
of tender document shall be acceptable to them.
Further, in such cases a declaration is to be submitted by MSE/ consortia on their
letter head (s) that all the terms and conditions of tender document shall be
acceptableto them.
41 AHR ITEMS
In item rate contract where the quoted rates for the items exceed 50% of the estimate
rates, such items will be considered as Abnormally High Rates (AHR) items and
payment of AHR items beyond the SOR stipulated quantities shall be made at the
lowest amongst the following rates:
‐ 43 ‐
PC-150/E/ 112 /S-III 0
CONSTRUCTION OF
RAW WATER & FIRE WATER RESERVOIR DOC. NO. REV.
AND PUMP HOUSE & ALLIED FACILITIESAT
TALCHER FERTILIZERS LTD., ANGUL, ODISHA Page - 44 - of 102
b. In case rates are not available in the contract, rates will be calculated
based on prevailing market rates of machine, material and labour plus
15% to cover contractor’s supervision profit, overhead & other
expenses.
43.1 Income tax deduction shall be made from all payments made to the contractor as per
the rules and regulations in force and in accordance with the Income Tax Act
prevailing from time to time.
43.4 Wherever TDS under GST Laws has been deducted from the invoicesraised/
payments made to the vendors, as per the provisions of the GSTlaw/ Rules, Vendors
should accept the corresponding GST-TDS amountpopulated in the relevant screen
on GST common portal (www.gst.gov. in).
Further, Vendors should also download the GST TDS certificate from GSTcommon
portal (reference path: ꞏ Services > User Services >View/Download Certificates
option).
‐ 44 ‐
PC-150/E/ 112 /S-III 0
CONSTRUCTION OF
RAW WATER & FIRE WATER RESERVOIR DOC. NO. REV.
AND PUMP HOUSE & ALLIED FACILITIESAT
TALCHER FERTILIZERS LTD., ANGUL, ODISHA Page - 45 - of 102
In the event of any dispute or difference relating to the interpretation andapplication
of the provisions of commercial contract(s)between CentralPublic Sector Enterprises
(CPSEs) inter se and also between CPSEs andGovernment Departments I
Organizations (excluding disputes concerningRailways, Income Tax, Customs &
Excise Departments), such dispute ordifference shall be taken up by either party for
resolution through AMRCDas mentioned in DPE OM No. 4(1)12013-DPE (GM) I
FTS-1835 dated22.05.2018.
45 DELETED
MoRT&H is expanding the reach of this web-portal by increasing both the product
width as well as the product depth. They are working on incorporating 60 plus
product categories. The product range will span from large machineries like Earth
Movers and Concrete Mixers, to even the smallest items like road studs. MoRT&H
intend to turn it into a portal which services every infrastructure development related
need of a modern contractor.
OWNER’s contractors may use this innovative platform, wherever applicable. The
usage of web – Portal is a completely voluntary exercise. The platform, however, can
serve as a benchmark for comparison of offered prices and products.
While engaging the contractual manpower, Contractors are required to make efforts
to provide opportunity of employment to the people belonging to Scheduled Castes
and weaker sections of the society also in order to have a fair representation of
these sections.
‐ 45 ‐
PC-150/E/ 112 /S-III 0
CONSTRUCTION OF
RAW WATER & FIRE WATER RESERVOIR DOC. NO. REV.
AND PUMP HOUSE & ALLIED FACILITIESAT
TALCHER FERTILIZERS LTD., ANGUL, ODISHA Page - 46 - of 102
49. QUARTERLY CLOSURE OF THE CONTRACT[FOR APPLICABILITY OF THIS
CLAUSE REFER BDS]:-
As mentioned in Section-II, Technical BEC and Financial BEC are also applicable for
Start-ups. However, the Startups are also exempted from submission of EMDs.For
availing the relaxation of EMD, bidder is required to submit requisite certificate
towards Startup enterprise registration issued by Department of Industrial Policy and
Promotion, Ministry of Commerce & Industry (DIPP). Further, all the documents
should be certified by the Chartered Accountant (not being an employee or a Director
or not having any interest in the bidder’s company/firm) and notary public with legible
stamp.”
If a Startup emerge lowest bidder, the LoA on such Startup shall be placed for entire
tendered quantity/group/item/part (as the case may be). However, during the Kick of
Meeting monthly milestones/ check points would be drawn. Further, the performance
of such contractor/ service provider will be reviewed more carefully and action to be
taken as per provision of contract in case of failure/ poor performance.
As mentioned in GCC, PRS is the reduction in the consideration / contract value for
the goods / services covered under this contract. In case of delay in executionof
contract, contractor should raise Tax invoice for reducedvalue as per Price Reduction
Schedule Clause (PRS clause). If contractor has raised the Tax invoice for full value,
then contractor should issue Credit Note towards the applicable PRS
amountwithapplicabletaxes.
In such cases if contractor fails to submit the Tax invoice withreduced value or does
not issue credit note as mentioned above, Owner will release thepayment to
contractor after giving effect of the PRS clausewith corresponding reduction of taxes
charged on vendor’s Tax invoice, to avoid delay in delivery/ collection of material.
In case any financial implication arises on Owner due to issuance of Tax invoice
withoutreduction in price or non-issuance of Credit Note, the same shall be to the
account ofcontractor. Owner shall be entitled to deduct / setoff /
‐ 46 ‐
PC-150/E/ 112 /S-III 0
CONSTRUCTION OF
RAW WATER & FIRE WATER RESERVOIR DOC. NO. REV.
AND PUMP HOUSE & ALLIED FACILITIESAT
TALCHER FERTILIZERS LTD., ANGUL, ODISHA Page - 47 - of 102
recover such GST amount (CGST & SGST/UTGST or IGST) together with penalties
and interest, if any, against any amounts paid or becomes payable by Owner in
futureto the Contractor under this contract or under any other contract.
‐ 47 ‐
PC-150/E/ 112 /S-III 0
CONSTRUCTION OF
RAW WATER & FIRE WATER RESERVOIR DOC. NO. REV.
AND PUMP HOUSE & ALLIED FACILITIESAT
TALCHER FERTILIZERS LTD., ANGUL, ODISHA Page - 48 - of 102
ANNEXURE-I
A Definitions:
A.1 “Corrupt Practice” means the offering, giving, receiving or soliciting, directly or
indirectly, anything of value to improperly influence the actions in selection process or
in contract execution.
“Corrupt Practice” also includes any omission for misrepresentation that may mislead
or attempt to mislead so that financial or other benefit may be obtained or an
obligation avoided.
A2 “Fraudulent Practice” means and include any act or omission committed by a agency
or with his connivance or by his agent by misrepresenting/ submitting false
documents and/ or false information or concealment of facts or to deceive in order to
influence a selection process or during execution of contract/ order.
A.7 “Competent Authority” shall mean the authority, who is competent to take final decision
for Suspension of business dealing with an Agency/ (ies) and Banning of business
dealings with Agency/ (ies) and shall be the “Director” concerned.
A.8 “Allied Agency” shall mean all the concerns within the sphere of effective influence of
banned/ suspended agencies. In determining this, the following factors may be taken
into consideration:
A.9 “Investigating Agency” shall mean any department or unit of OWNER investigating
into the conduct of Agency/ party and shall include the Vigilance Department of the
OWNER, Central Bureau of Investigation, State Police or any other agency set up by
the Central or state government having power to investigate.
‐ 48 ‐
PC-150/E/ 112 /S-III 0
CONSTRUCTION OF
RAW WATER & FIRE WATER RESERVOIR DOC. NO. REV.
AND PUMP HOUSE & ALLIED FACILITIESAT
TALCHER FERTILIZERS LTD., ANGUL, ODISHA Page - 49 - of 102
B Actions against bidder(s) indulging in corrupt /fraudulent/ collusive/ coercive
practice
If it is observed during bidding process/ bids evaluation stage that a bidder has
indulged in corrupt/fraudulent /collusive/coercive practice, the bid of such Bidder (s)
shall be rejected and its Earnest Money Deposit (EMD) shall be forfeited.
Further, such agency shall be banned for future business with OWNER for a period
specified in para B 2.2 below from the date of issue of banning order.
After conclusion of process, the order (s)/ contract (s) where it is concluded
that such irregularities have been committed shall be terminated and Contract
cum Performance Bank Guarantee (CPBG)/ Contract Performance
Security(CPS) submitted by agency against such order (s)/ contract (s) shall
also be forfeited. The amount that may have become due to the contractor on
account of work already executed by him shall be payable to the contractor
and this amount shall be subject to adjustment against any amounts due
from the contractor under the terms of the contract.
(ii) After execution of contract and during Defect liability period (DLP)/
Warranty/Guarantee Period:
‐ 49 ‐
PC-150/E/ 112 /S-III 0
CONSTRUCTION OF
RAW WATER & FIRE WATER RESERVOIR DOC. NO. REV.
AND PUMP HOUSE & ALLIED FACILITIESAT
TALCHER FERTILIZERS LTD., ANGUL, ODISHA Page - 50 - of 102
If an agency is found to have indulged in corrupt/fraudulent/ collusive/coercive
practices, after expiry of Defect liability period (DLP)/ Warranty/Guarantee
Period, the agencyshall be banned for future business with OWNER for a
period specified in para B 2.2 below from the date of issue of banning order.
C.1 If an agency is put on Banning, such agency should not be considered in ongoing
tenders/future tenders.
‐ 50 ‐
PC-150/E/ 112 /S-III 0
CONSTRUCTION OF
RAW WATER & FIRE WATER RESERVOIR DOC. NO. REV.
AND PUMP HOUSE & ALLIED FACILITIESAT
TALCHER FERTILIZERS LTD., ANGUL, ODISHA Page - 51 - of 102
C.2 However, if such an agency is already executing other order (s)/ contract (s) where
no corrupt/fraudulent/ collusive/coercive practice is found, the agency should be
allowed to continue till its completion without any further increase in scope except
those incidental to original scope mentioned in the contract.
C.3 If an agency is put on the Banning List during tendering and no irregularity is found in
the case under process:
C.3.1 after issue of the enquiry /bid/tender but before opening of Technical bid, the bid
submitted by the agency shall be ignored.
C.3.2 after opening Technical bid but before opening the Price bid, the Price bid of the
agency shall not be opened and BG/EMD submitted by the agency shall be returned
to the agency.
C.3.3 after opening of price, BG/EMD made by the agency shall be returned; the offer of
the agency shall be ignored & will not be further evaluated. If the agency is put on
banning list for fraud/ mis-appropriation of facts committed in the sametender/other
tender where errant agency emerges as the lowest (L1), then such tender shall also
be cancelled and re-invited.
Action for suspension business dealing with any agency/(ies) shall be initiated by
Corporate C&P Department when
(i) Corporate Vigilance Department based on the fact of the case gathered
during investigation by them recommend for specific immediate action against
the agency.
D.2.1 The order of suspension would operate initially for a period not more than six
months and is to be communicated to the agency and also to Corporate Vigilance
Department. Period of suspension can be extended with the approval of the
Competent Authority by one month at a time with a ceiling of six months pending
a conclusive decision to put the agency on banning list.
D.2.2 During the period of suspension, no new business dealing may be held with the
agency.
D.2.3 Period of suspension shall be accounted for in the final order passed for banning
of business with the agency.
‐ 51 ‐
PC-150/E/ 112 /S-III 0
CONSTRUCTION OF
RAW WATER & FIRE WATER RESERVOIR DOC. NO. REV.
AND PUMP HOUSE & ALLIED FACILITIESAT
TALCHER FERTILIZERS LTD., ANGUL, ODISHA Page - 52 - of 102
D.2.4 The decision regarding suspension of business dealings should also be
communicated to the agency.
D.2.5 If a prima-facie, case is made out that the agency is guilty on the grounds which
can result in banning of business dealings, proposal for issuance of suspension
order and show cause notice shall be put up to the Competent Authority. The
suspension order and show cause notice must include that (i) the agency is put
on suspension list and (ii) why action should not be taken for banning the agency
for future business from OWNER.
The competent authority to approve the suspension will be same as that for
according approval for banning.
D.3.2.1 after issue of the enquiry /bid/tender but before opening of Technical bid, the bid
submitted by the agency shall be ignored.
D.3.2.2 after opening Technical bid but before opening the Price bid, the Price bid of the
agency shall not be opened and BG/EMD submitted by the agency shall be
returned to the agency.
D.3.2.3 after opening of price, BG/EMD made by the agency shall be returned; the offer
of the agency shall be ignored & will not be further evaluated. If the agency is put
on Suspension list for fraud/ mis-appropriation of facts conducted in the
sametender/other tender where errant agency emerges as the lowest (L1), then
such tender shall also be cancelled and re-invited.
D.3.3 The existing contract (s)/ order (s) under execution shall continue.
D.3.4 Tenders invited for procurement of goods, works and services shall have
provision that the bidder shall submit a undertaking to the effect that (i) neither
the bidder themselves nor their allied agency/(ies) are on banning list of OWNER
or the Ministry of Petroleum and Natural Gas and (ii) bidder is not banned by
any Government department/ Public Sector.
F.1 The agency may file an appeal against the order of the Competent Authority for
putting the agency on banning list. The appeal shall be filed to Appellate Authority.
Such an appeal shall be preferred within one month from the receipt of banning
order.
F.2 Appellate Authority would consider the appeal and pass appropriate order which shall
be communicated to the party as well as the Competent Authority.
‐ 52 ‐
PC-150/E/ 112 /S-III 0
CONSTRUCTION OF
RAW WATER & FIRE WATER RESERVOIR DOC. NO. REV.
AND PUMP HOUSE & ALLIED FACILITIESAT
TALCHER FERTILIZERS LTD., ANGUL, ODISHA Page - 53 - of 102
F.3 Appeal process may be completed within 45 days of filing of appeal with the
Appellate Authority.
G. Wherever there is contradiction with respect to terms of ‘Integrity pact’, GCC and
‘Procedure for action in case of Corrupt/Fraudulent/ Collusive/Coercive Practice’, the
provisions of ‘Procedure for action in case of Corrupt/Fraudulent/ Collusive/Coercive
Practice’ shall prevail.
‐ 53 ‐
PC-150/E/ 112 /S-III 0
CONSTRUCTION OF
RAW WATER & FIRE WATER RESERVOIR DOC. NO. REV.
AND PUMP HOUSE & ALLIED FACILITIESAT
TALCHER FERTILIZERS LTD., ANGUL, ODISHA Page - 54 - of 102
ANNEXURE-II
1.0 OBJECTIVE
2.0 METHODOLOGY
‐ 54 ‐
PC-150/E/ 112 /S-III 0
CONSTRUCTION OF
RAW WATER & FIRE WATER RESERVOIR DOC. NO. REV.
AND PUMP HOUSE & ALLIED FACILITIESAT
TALCHER FERTILIZERS LTD., ANGUL, ODISHA Page - 55 - of 102
3.0 PROCESS OF EVALUATION OF PERFORMANCE OF VENDORS/ SUPPLIERS/
CONTRACTORS/ CONSULTANTS
iii) Depending upon the Performance Rating, following action need to be initiated
by Engineer-in-charge/Project-in-charge:
‐ 55 ‐
PC-150/E/ 112 /S-III 0
CONSTRUCTION OF
RAW WATER & FIRE WATER RESERVOIR DOC. NO. REV.
AND PUMP HOUSE & ALLIED FACILITIESAT
TALCHER FERTILIZERS LTD., ANGUL, ODISHA Page - 56 - of 102
In all such cases, concerned site will put up recommendation for
issuance of SCN and putting the party on suspension list as per
process defined for suspension in “Procedure for Action in case of
Corrupt/ Fraudulent/ Collusive/ Coercive Practices”
Monitoring and Evaluation of consultancy jobs will be carried out in the same way as
described in para 3.1 for Projects.
‐ 56 ‐
PC-150/E/ 112 /S-III 0
CONSTRUCTION OF
RAW WATER & FIRE WATER RESERVOIR DOC. NO. REV.
AND PUMP HOUSE & ALLIED FACILITIESAT
TALCHER FERTILIZERS LTD., ANGUL, ODISHA Page - 57 - of 102
(ii) Poor Performance on account of Quality (if any mark obtained
against Quality parameter is less than 30): Two Years
(iv) Poor Performance leading to termination of contract or
Offloading of contract due to poor performance solely
attributable to Vendor/Supplier/Contractor/Consultant or
Repeated Offence: Three Years
4.0 EXCLUSIONS:
The following would be excluded from the scope of evaluation of performance of
Vendors/ Suppliers/Contractors/ Consultants:
5.1 An order for Holiday passed for a certain specified period shall deemed to have been
automatically revoked on the expiry of that specified period and it will not be
necessary to issue a specific formal order of revocation.
‐ 57 ‐
PC-150/E/ 112 /S-III 0
CONSTRUCTION OF
RAW WATER & FIRE WATER RESERVOIR DOC. NO. REV.
AND PUMP HOUSE & ALLIED FACILITIESAT
TALCHER FERTILIZERS LTD., ANGUL, ODISHA Page - 58 - of 102
6.2 However, if such Vendor/ Supplier/Contractor/ Consultant is already executing any
other order/ contract and their performance is satisfactory in terms of the relevant
contract, should be allowed to continue till its completion without any further increase
in scope except those incidental to original scope mentioned in the contract. In such
a case CPBG will not be forfeited and payment will be made as per provisions of
concerned contract. However, this would be without prejudice to other terms and
conditions of the contract.
6.3.1 after issue of the enquiry /bid/tender but before opening of Technical bid, the bid
submitted by the party shall be ignored.
6.3.2 after opening Technical bid but before opening the Price bid, the Price bid of the party
shall not be opened and BG/EMD submitted by the party shall be returned to the
party.
6.3.3 after opening of price, BG/EMD made by the party shall be returned; the offer of the
party shall be ignored & will not be further evaluated. If errant party emerges as the
lowest (L1), then such tender shall also be cancelled and re-invited.
7.0 While putting the Vendor/ Supplier/Contractor/ Consultant on holiday as per the
procedure, the holding company, subsidiary, joint venture, sister concerns, group
division of the errant Vendor/ Supplier/Contractor/ Consultant shall not be considered
for putting on holiday list.
Any bidder, put on holiday, will not be allowed to bid through consortium route also in
new tender during the period of holiday.
(a) The party may file an appeal against the order of the Competent Authority for
putting the party on Holiday list. The appeal shall be filed to Appellate
Authority. Such an appeal shall be preferred within one month from the date
of receipt of Holiday order.
(b) Appellate Authority would consider the appeal and pass appropriate order
which shall be communicated to the party as well as the Competent Authority.
(c) Appeal process may be completed within 45 days of filing of appeal with the
Appellate Authority.
‐ 58 ‐
PC-150/E/ 112 /S-III 0
CONSTRUCTION OF
RAW WATER & FIRE WATER RESERVOIR DOC. NO. REV.
AND PUMP HOUSE & ALLIED FACILITIESAT
TALCHER FERTILIZERS LTD., ANGUL, ODISHA Page - 59 - of 102
10. ERRANT BIDDER
In case after price bid opening the lowest evaluated bidder (L1) is not awarded the
job for any mistake committed by him in bidding or withdrawal of bid or modification
of bid or varying any term in regard thereof leading to re-tendering, OWNER shall
forfeit EMD paid by the bidder and such bidders shall be debarred from participation
in re-tendering of the same job(s)/item(s).
Further, such bidder will be put on holiday for a period of six months after following
the due procedure.
11. In case CBIC(Central Board of Indirect Taxesand Customs)/ any equivalent Central
Government agency/ State Government agency brings to the notice of OWNER that
the Supplier of Goods / Services (Service Provider) has not remitted the amount
towards GST (CGST & SGST/UTGST or IGST) collected from OWNER to the
government exchequer, , then party will be put on holiday for a period of six months
after following the due procedure.
‐ 59 ‐
PC-150/E/ 112 /S-III 0
CONSTRUCTION OF
RAW WATER & FIRE WATER RESERVOIR DOC. NO. REV.
AND PUMP HOUSE & ALLIED FACILITIESAT
TALCHER FERTILIZERS LTD., ANGUL, ODISHA Page - 60 - of 102
Apendix-1
TALCHER FERTILIZERS LIMITED
PERFORMANCE RATING DATA SHEET
(FOR PROJECTS/ CONSULTANCY JOBS)
i) Project/Work Centre :
v) Name of Vendor/Supplier/ :
Contractor/ Consultant
Note:
Remarks (if any)
PERFORMANCE RATING (**)
Note :
(#) Vendor/Supplier/Contractor/Consultant who seek repeated financial assistance or
deviation beyond contract payment term or seeking direct payment to the sub-
vendor/sub-contractor due to financial constraints, then ‘0’ marks should be allotted
against Reliability Performance.
(*) Allocation of marks should be as per enclosed instructions
(**) Performance rating shall be classified as under :
Signature of
Authorised Signatory:
Name:
Designation:
‐ 60 ‐
PC-150/E/ 112 /S-III 0
CONSTRUCTION OF
RAW WATER & FIRE WATER RESERVOIR DOC. NO. REV.
AND PUMP HOUSE & ALLIED FACILITIESAT
TALCHER FERTILIZERS LTD., ANGUL, ODISHA Page - 61 - of 102
Instructions for allocation of marks
A. FOR WORKS/CONTRACTS
‐ 61 ‐
PC-150/E/ 112 /S-III 0
CONSTRUCTION OF
RAW WATER & FIRE WATER RESERVOIR DOC. NO. REV.
AND PUMP HOUSE & ALLIED FACILITIESAT
TALCHER FERTILIZERS LTD., ANGUL, ODISHA Page - 62 - of 102
ii) Mobilization of resources as per Contract and in 4 marks
time
or
B. FOR SUPPLIES
‐ 62 ‐
PC-150/E/ 112 /S-III 0
CONSTRUCTION OF
RAW WATER & FIRE WATER RESERVOIR DOC. NO. REV.
AND PUMP HOUSE & ALLIED FACILITIESAT
TALCHER FERTILIZERS LTD., ANGUL, ODISHA Page - 63 - of 102
Apendix-2
TALCHER FERTILIZERS LIMITED
PERFORMANCE RATING DATA SHEET
(FOR O&M)
i) Location :
v) Name of Vendor/Supplier/ :
Contractor/ Consultant
Signature of
Authorised Signatory:
Name:
Designation:
‐ 63 ‐
PC-150/E/ 112 /S-III 0
CONSTRUCTION OF
RAW WATER & FIRE WATER RESERVOIR DOC. NO. REV.
AND PUMP HOUSE & ALLIED FACILITIESAT
TALCHER FERTILIZERS LTD., ANGUL, ODISHA Page - 64 - of 102
Instructions for allocation of marks (For O&M)
A. FOR WORKS/CONTRACTS
‐ 64 ‐
PC-150/E/ 112 /S-III 0
CONSTRUCTION OF
RAW WATER & FIRE WATER RESERVOIR DOC. NO. REV.
AND PUMP HOUSE & ALLIED FACILITIESAT
TALCHER FERTILIZERS LTD., ANGUL, ODISHA Page - 65 - of 102
ii) Mobilization of resources as per Contract and in 4 marks
time
or
B. FOR SUPPLIES
‐ 65 ‐
PC-150/E/ 112 /S-III 0
CONSTRUCTION OF
RAW WATER & FIRE WATER RESERVOIR DOC. NO. REV.
AND PUMP HOUSE & ALLIED FACILITIESAT
TALCHER FERTILIZERS LTD., ANGUL, ODISHA Page - 66 - of 102
ANNEXURE-III
Instructions to the Bidders to submit the bids online through the Central Public
Procurement Portal for e-Procurement at https://eprocure.gov.in/eprocure/app
2) Bidder should do the enrolment in the e-procurement site using the “Click here to Enroll”
option available on the home page. Portal enrolment is generally free of charge. During
enrolment/registration, the bidders should provide the correct/true information including
valid email id. All the correspondence shall be made directly with the contractors/bidders
through email id provided.
3) Bidder need to login to the site thro’ their user ID/ password chosen during
enrolment/registration.
4) Then the Digital Signature Certificate (Class II or Class III Certificates with signing key
usage) issued by SIFY / TCS / nCode / eMudra or any Certifying Authority recognized by
CCA India on eToken / SmartCard, should be registered.
5) The DSC that is registered only should be used by the bidder and should ensure safety of
the same.
6) Bidder may go through the NIT / tenders published on the site and download the required
NIT documents/schedules for the tenders he/she is interested.
7) After downloading / getting the NIT/ Tender document/schedules, the Bidder should go
thru’ them carefully and then submit the documents as asked, otherwise bid will be
rejected.
8) If there are any clarifications, this may be obtained online thro’ the tender site, or thro’ the
contact details. Bidder should take into account the corrigendum published before
submitting the bids online.
9) Bidder then logs in to the site through the secured log in by giving the user id/ password
chosen during enrolment/registration and then by giving the password of the e-Token /
Smart Card to access DSC.
10) Bidder selects the tender which he/she is interested in by using the search option & then
moves it to the ‘my tenders’ folder.
11) From my tender folder, he / she selects the tender to view all the details indicated.
12) It is construed that the bidder has read all the terms and conditions before submitting their
offer. Bidder should go through the tender schedules carefully and upload the documents
as asked otherwise, the bid will be rejected.
‐ 66 ‐
PC-150/E/ 112 /S-III 0
CONSTRUCTION OF
RAW WATER & FIRE WATER RESERVOIR DOC. NO. REV.
AND PUMP HOUSE & ALLIED FACILITIESAT
TALCHER FERTILIZERS LTD., ANGUL, ODISHA Page - 67 - of 102
13) Bidder, in advance, should get ready the bid documents to be submitted as indicated in
the tender document/schedule and generally, they can be in PDF/xls/rar/zip/dwf formats.
If there is more than one document, they can be clubbed together and can be provided in
the requested format. Each document to be uploaded through online for the tenders
should be less than 2 MB. If any document is more than 2MB, it can be reduced through
zip/rar and the same can be uploaded, if permitted. Bidders Bid documents may be
scanned with 100 dpi with black and white option. However of the file size is less than 1
MB the transaction uploading time will be very fast.
14) If there are any clarifications, this may be obtained through the site, or during the pre-bid
meeting if any. Bidder should take into account the corrigendum published from time to
time before submitting the online bids.
15) The Bidders can update well in advance, the documents such as certificates, annual
report details etc., under My Space option and these can be selected as per tender
requirements and then send along with bid documents during bid submission. This will
facilitate the bid submission process faster by reducing upload time of bids.
16) Bidder should submit the EMD as specified in the tender. The original should be
posted/couriered/given in person to the Tender Inviting Authority, within the bid
submission due date & time for the tender. Scanned copy of the instrument should be
uploaded as part of the offer.
17) While submitting the bids online, the bidder reads the terms & conditions and accepts the
same to proceed further to submit the bid packets.
18) The bidder has to select the payment option as offline to pay the Tender Fee/ EMD as
applicable and enter details of the instruments.
19) The details of the DD/any other accepted instrument, physically sent, should tally with the
details available in the scanned copy and the data entered during bid submission time.
Otherwise submitted bid will not be acceptable.
20) The bidder has to digitally sign and upload the required bid documents one by one as
indicated. Bidders to note that the very act of using DSC for downloading the bids and
uploading their offers shall be deemed to be a confirmation that they have read all
sections and pages of the bid document including General conditions of contract without
any exception and have understood the entire document and are clear about the
requirements of the tender requirements.
21) The bidder has to upload the relevant files required as indicated in the cover content. In
case of any irrelevant files, the bid will be rejected.
22) If the price bid format is provided in a spread sheet file like BoQ_xxxx.xls, the rate offered
should be entered in the allotted space only and uploaded after filling the relevant
columns. The Price Bid / BOQ template must not be modified/ replaced by the bidder;
else the bid submitted is liable to be rejected for this tender.
23) The bidders are requested to submit the bids through online e-tendering system to the
Tender Inviting Authority (TIA) well before the bid submission end date & time (as per
Server System Clock). The TIA will not be held responsible for any sort of delay or the
difficulties faced during the submission of bids online by the bidders at the eleventh hour.
‐ 67 ‐
PC-150/E/ 112 /S-III 0
CONSTRUCTION OF
RAW WATER & FIRE WATER RESERVOIR DOC. NO. REV.
AND PUMP HOUSE & ALLIED FACILITIESAT
TALCHER FERTILIZERS LTD., ANGUL, ODISHA Page - 68 - of 102
24) After the bid submission (i.e. after Clicking “Freeze Bid Submission” in the portal), the
acknowledgement number, given by the system should be printed by the bidder and kept
as a record of evidence for online submission of bid for the particular tender and will also
act as an entry pass to participate in the bid opening date.
25) The time settings fixed in the server side & displayed at the top of the tender site, will be
valid for all actions of requesting, bid submission, bid opening etc., in the e-tender
system. The bidders should follow this time during bid submission.
26) All the data being entered by the bidders would be encrypted using PKI encryption
techniques to ensure the secrecy of the data. The data entered will not viewable by
unauthorized persons during bid submission & not be viewable by any one until the time
of bid opening.
27) Any bid document that is uploaded to the server is subjected to symmetric encryption
using a system generated symmetric key. Further this key is subjected to asymmetric
encryption using buyers/bid openers public keys. Overall, the uploaded tender documents
become readable only after the tender opening by the authorized bid openers.
28) The confidentiality of the bids is maintained since the secured Socket Layer 128 bit
encryption technology is used. Data storage encryption of sensitive fields is done.
29) The bidder should logout of the tendering system using the normal logout option available
at the top right hand corner and not by selecting the (X) exit option in the browser.
Note: A bidder shall submit only one bid in the same bidding process. A Bidder who submits
more than one bid will cause all their bids disqualified in the said bidding process.
‐ 68 ‐
PC-150/E/ 112 /S-III 0
CONSTRUCTION OF
RAW WATER & FIRE WATER RESERVOIR DOC. NO. REV.
AND PUMP HOUSE & ALLIED FACILITIESAT
TALCHER FERTILIZERS LTD., ANGUL, ODISHA Page - 69 - of 102
ANNEXURE-IV
A. GENERAL
ITB clause Description
1.2 The Invitation for Bids/ Tender no is : PNPM/PC-150/E/112/NCB
APPLICABLE
NOT APPLICABLE
√
B. BIDDING DOCUMENT
ITB clause Description
8.1 For clarification purposes only, the communication address is:
Projects & Development India Limited,
(Project Management Department)
P.D.I.L Bhawan, A-14, Sector-1,
Noida , (India)
Fax no.:0120-2529801
C. PREPARATION OF BIDS
15 The bid validity period shall be 120 days from final 'Bid Due Date'.
‐ 69 ‐
PC-150/E/ 112 /S-III 0
CONSTRUCTION OF
RAW WATER & FIRE WATER RESERVOIR DOC. NO. REV.
AND PUMP HOUSE & ALLIED FACILITIESAT
TALCHER FERTILIZERS LTD., ANGUL, ODISHA Page - 70 - of 102
16.1 In case 'Earnest Money / Bid Security' is in the form of 'Demand Draft'
or 'Banker's Cheque', the same should be favor of TALCHER
FERTILIZERSLIMITED, payable at NOIDA.
22.3 and 4.0 For bid submission purposesonly (Manual) or the submission of
of IFB physical document as per clause no. 4.0 of IFB, the address to which
documents are to be sent is :
Projects & Development India Limited,
(Project Management Department)
P.D.I.L Bhawan, A-14, Sector-1,
Noida , (India)
Fax no.:0120-2529801
APPLICABLE
NOT APPLICABLE
√
F. AWARD OF CONTRACT
APPLICABLE
√
‐ 70 ‐
PC-150/E/ 112 /S-III 0
CONSTRUCTION OF
RAW WATER & FIRE WATER RESERVOIR DOC. NO. REV.
AND PUMP HOUSE & ALLIED FACILITIESAT
TALCHER FERTILIZERS LTD., ANGUL, ODISHA Page - 71 - of 102
NOT APPLICABLE
YES
NO
√
APPLICABLE
√
NOT APPLICABLE
APPLICABLE √
NOT APPLICABLE
NOT APPLICABLE
√
‐ 71 ‐
PC-150/E/ 112 /S-III 0
CONSTRUCTION OF
RAW WATER & FIRE WATER RESERVOIR DOC. NO. REV.
AND PUMP HOUSE & ALLIED FACILITIESAT
TALCHER FERTILIZERS LTD., ANGUL, ODISHA Page - 72 - of 102
FORMS & FORMAT
‐ 72 ‐
PC-150/E/ 112 /S-III 0
CONSTRUCTION OF
RAW WATER & FIRE WATER RESERVOIR DOC. NO. REV.
AND PUMP HOUSE & ALLIED FACILITIESAT
TALCHER FERTILIZERS LTD., ANGUL, ODISHA Page - 73 - of 102
F-1
To,
TENDER NO.:
1 Bidder Name
2 Status of Firm Proprietorship Firm/Partnership firm/
Limited/Others
If Others Specify:_________________
[Enclose certificate of Registration]
3 Name of Proprietor/Partners/Directors
of the firm/company
District:
State:
PIN/ZIP:
7 Address from where Goods/ Services
are to be dispatched/ provided along
with GST no. City:
(In case supply of Goods/Services District:
are from multiple locations, State:
addresses and GST no. of all such PIN/ZIP:
locations are to be provided). GST No.:
‐ 73 ‐
PC-150/E/ 112 /S-III 0
CONSTRUCTION OF
RAW WATER & FIRE WATER RESERVOIR DOC. NO. REV.
AND PUMP HOUSE & ALLIED FACILITIESAT
TALCHER FERTILIZERS LTD., ANGUL, ODISHA Page - 74 - of 102
12 PAN No.
[Enclose copy of PAN Card]
‐ 74 ‐
PC-150/E/ 112 /S-III 0
CONSTRUCTION OF
RAW WATER & FIRE WATER RESERVOIR DOC. NO. REV.
AND PUMP HOUSE & ALLIED FACILITIESAT
TALCHER FERTILIZERS LTD., ANGUL, ODISHA Page - 75 - of 102
FORMAT F-2
To,
SUB:
TENDER NO:
Dear Sir(s),
In accordance with Letter Inviting Tender under your reference No. __________________ M/s.
________________________________________ having their Registered / Head Office at
_____________ (hereinafter called the Tenderer), wish to participate in the
said tender for_________________________________________________________
As an irrevocable Bank Guarantee against Earnest Money for the amount of ______________
is required to be submitted by the Tenderer as a condition precedent for participation in the said
tender which amount is liable to be forfeited on the happening of any contingencies mentioned
in the Tender Document.
This guarantee shall be irrevocable and shall remain valid up to ____________ [this date
should be two (02) months beyond the validity of the bid].If any further extension of this
guarantee is required, the same shall be extended to such required period on receiving
instructions from M/s. _____________________________________________ whose behalf
this guarantee is issued.
In witness whereof the Bank, through its authorized officer, has set its hand and stamp on this
___________day of ____________ 20__ at ____________.
WITNESS:
(SIGNATURE) (SIGNATURE)
(NAME) (NAME)
‐ 75 ‐
PC-150/E/ 112 /S-III 0
CONSTRUCTION OF
RAW WATER & FIRE WATER RESERVOIR DOC. NO. REV.
AND PUMP HOUSE & ALLIED FACILITIESAT
TALCHER FERTILIZERS LTD., ANGUL, ODISHA Page - 76 - of 102
Designation with Bank Stamp
--------------------------------------------------------------------------------------------------------
1. The Bank Guarantee by Bidders will be given on non-judicial stamp paper as per
"Stamp Duty" applicable. The non-judicial stamp paper should be in the name of the
issuing Bank. In case of foreign Bank, the said Bank's Guarantee to be issued by its
correspondent Bank in India on requisite non-judicial stamp paper
2. The expiry date should be arrived at in accordance with "ITB: Clause-15.1".
3. The Bank Guarantee by bidders will be given from Bank as specified in "ITB".
4. A letter from the issuing Bank of the requisite Bank Guarantee confirming that said
Bank Guarantee / all future communication relating to the Bank Guarantee shall be
forwarded to the Employer at its address as mentioned at "ITB".
5. Bidders must indicate the full postal address of the Bank along with the Bank's E-mail
/ Fax / Phone from where the Earnest Money Bond has been issued.
6. If a Bank Guarantee is issued by a commercial Bank, then a letter to Employer
confirming its net worth is more than Rs. 1,000,000,000.00 [Rupees One Hundred
Crores] or equivalent alongwith documentary evidence.
‐ 76 ‐
PC-150/E/ 112 /S-III 0
CONSTRUCTION OF
RAW WATER & FIRE WATER RESERVOIR DOC. NO. REV.
AND PUMP HOUSE & ALLIED FACILITIESAT
TALCHER FERTILIZERS LTD., ANGUL, ODISHA Page - 77 - of 102
F-3
LETTER OF AUTHORITY
[Proforma for Letter of Authority for Attending Subsequent 'Negotiations' / 'Pre-Bid Meetings'
/'Un-priced Bid Opening' / 'Price Bid Opening']
Ref: Date:
To,
SUB:
TENDER NO:
Dear Sir,
I/We, _____________________________________ hereby authorize the following
representative(s) for attending any 'Negotiations' / 'Meetings [Pre-Bid Meeting]', 'Un-priced
Bid Opening', 'Price Bid Opening' and for any subsequent correspondence / communication
against the above Bidding Documents:
Note: This "Letter of Authority" should be on the "letterhead" of the Firm / Bidder and
should be signed by a person competent and having the 'Power of Attorney' to bind
the Bidder. Not more than 'two [02] persons per Bidder' are permitted to attend
"Techno-commercial / Un-priced" & "Price Bid" Openings. Bidders authorized
representative is required to carry a copy of this authority letter while attending the
un-priced and priced bid opening, the same shall be submitted to OWNER.
‐ 77 ‐
PC-150/E/ 112 /S-III 0
CONSTRUCTION OF
RAW WATER & FIRE WATER RESERVOIR DOC. NO. REV.
AND PUMP HOUSE & ALLIED FACILITIESAT
TALCHER FERTILIZERS LTD., ANGUL, ODISHA Page - 78 - of 102
F-4
To,
Dear Sir(s),
The Contract conditions provide that the SUPPLIER/CONTRACTOR shall pay a sum of Rs.
____________________ (Rupees _________________________________________) as full
Contract Performance Guarantee in the form therein mentioned. The form of payment of
Contract Performance Guarantee includes guarantee executed by Nationalized
Bank/Scheduled Commercial Bank, undertaking full responsibility to indemnify TALCHER
FERTILZERS LIMITED, in case of default.
1. We _________________________________________________________________
hereby undertake to give the irrevocable & unconditional guarantee to you that if default
shall be made by M/s. __________________________________ in performing any of
the terms and conditions of the tender/order/contract or in payment of any money
payable to TALCHER FERTILZERS LIMITED we shall on first demand pay without
demur, contest, protest and/ or without any recourse to the contractor to OWNER in
such manner as OWNER may direct the said amount of Rupees
_____________________________ only or such portion thereof not exceeding the said
sum as you may require from time to time.
‐ 78 ‐
PC-150/E/ 112 /S-III 0
CONSTRUCTION OF
RAW WATER & FIRE WATER RESERVOIR DOC. NO. REV.
AND PUMP HOUSE & ALLIED FACILITIESAT
TALCHER FERTILIZERS LTD., ANGUL, ODISHA Page - 79 - of 102
2. You will have the full liberty without reference to us and without affecting this guarantee,
postpone for any time or from time to time the exercise of any of the powers and rights
conferred on you under the order/contract with the said
M/s. _______________________________ and to enforce or to forbear from endorsing
any powers or rights or by reason of time being given to the said
M/s.__________________________ and such postponement forbearance would not
have the effect of releasing the bank from its obligation under this debt.
4. The guarantee herein contained shall not be determined or affected by the liquidation or
winding up dissolution or changes of constitution or insolvency of the said
supplier/contractor but shall in all respects and for all purposes be binding and operative
until payment of all money due to you in respect of such liabilities is paid.
5. This guarantee shall be irrevocable and shall remain valid upto ___________________
(this date should be 90 days after the expiry of defect liability period/ Guarantee period)
_______________. The bank undertakes not to revoke this guarantee during its
currency without your previous consent and further agrees that the guarantee shall
continue to be enforceable until it is discharged by OWNER in writing. However, if for
any reason, the supplier/contractor is unable to complete the supply/work within the
period stipulated in the order/contract and in case of extension of the date of
delivery/completion resulting extension of defect liability period/guarantee period of the
supplier/contractor fails to perform the supply/work fully, the bank hereby agrees to
further extend this guarantee at the instance of the supplier/contractor till such time as
may be determined by OWNER. If any further extension of this guarantee is required,
the same shall be extended to such required period on receiving instruction from M/s.
___________________________________________________ (contractor) on whose
behalf this guarantee is issued.
6. Bank also agrees that OWNER at its option shall be entitled to enforce this
Guarantee against the bank (as principal debtor) in the first instant, without
proceeding against the supplier/contractor and notwithstanding any security or other
guarantee that OWNER may have in relation to the supplier’s/contractor’s liabilities.
7. The amount under the Bank Guarantee is payable forthwith without any delay by
Bank upon the written demand raised by OWNER. Any dispute arising out of or in
relation to the said Bank Guarantee shall be subject to the exclusive jurisdiction of
courts at New Delhi.
‐ 79 ‐
PC-150/E/ 112 /S-III 0
CONSTRUCTION OF
RAW WATER & FIRE WATER RESERVOIR DOC. NO. REV.
AND PUMP HOUSE & ALLIED FACILITIESAT
TALCHER FERTILIZERS LTD., ANGUL, ODISHA Page - 80 - of 102
8. Therefore, we hereby affirm that we are guarantors and responsible to you on behalf
of the Supplier/Contractor up to a total amount of __________(amount of guarantees
in words and figures) and we undertake to pay you, upon your first written demand
declaring the Supplier/Contractor to be in default under the order/contract and
without caveat or argument, any sum or sums within the limits of (amounts of
guarantee) as aforesaid, without your needing to prove or show grounds or reasons
for your demand or the sum specified therein.
9. We have power to issue this guarantee in your favor under Memorandum and Articles
of Association and the undersigned has full power to do under the Power of Attorney,
dated ___________ granted to him by the Bank.
Yours faithfully,
_______________
Bank by its Constituted Attorney
‐ 80 ‐
PC-150/E/ 112 /S-III 0
CONSTRUCTION OF
RAW WATER & FIRE WATER RESERVOIR DOC. NO. REV.
AND PUMP HOUSE & ALLIED FACILITIESAT
TALCHER FERTILIZERS LTD., ANGUL, ODISHA Page - 81 - of 102
F-5
AGREED TERMS & CONDITIONS
To,
SUB:
TENDER NO:
This Questionnaire duly filled in, signed & stamped must form part of Bidder’s Bid and
should be returned along with Un-priced Bid. Clauses confirmed hereunder need not be
repeated in the Bid.
Sl. DESCRIPTION BIDDER'S
CONFIRMATION
Nationalized Indian banks, the bank must be a commercial
bank having net worth in excess of Rs 100 crores and a
declaration to this effect shall be made by such commercial
bank either in the Bank Guarantee itself or separately on its
letterhead.
‐ 82 ‐
PC-150/E/ 112 /S-III 0
CONSTRUCTION OF
RAW WATER & FIRE WATER RESERVOIR DOC. NO. REV.
AND PUMP HOUSE & ALLIED FACILITIESAT
TALCHER FERTILIZERS LTD., ANGUL, ODISHA Page - 83 - of 102
Sl. DESCRIPTION BIDDER'S
CONFIRMATION
17. Bidder confirms that all Bank charges associated with
Bidder’s Bank shall be borne by Bidder.
18. No Deviation Confirmation:
It may be note that any 'deviation / exception' in any form may
result in rejection of Bid. Therefore, Bidder confirms that they
have not taken any 'exception / deviation' anywhere in the
Bid. In case any 'deviation / exception' is mentioned or
noticed, Bidder’s Bid may be rejected.
19. If Bidder becomes a successful Bidder and pursuant to the
provisions of the Tender Document, award is given to them
against subject Tender Document, the following
Confirmation shall be automatically enforceable:
‐ 83 ‐
PC-150/E/ 112 /S-III 0
CONSTRUCTION OF
RAW WATER & FIRE WATER RESERVOIR DOC. NO. REV.
AND PUMP HOUSE & ALLIED FACILITIESAT
TALCHER FERTILIZERS LTD., ANGUL, ODISHA Page - 84 - of 102
Sl. DESCRIPTION BIDDER'S
CONFIRMATION
22. Bidder hereby confirms that they are not on ‘Holiday’ by
OWNER or any of the JV partners of OWNER (viz. GAIL,
RCF, CIL, FCIL) or Public Sector Project Management
Consultant (like PDIL, EIL, Mecon only due to “poor
performance” or “corrupt and fraudulent practices”) or
banned by Government department/ Public Sector on due
date of submission of bid.
Bidder also confirms that they are not under any liquidation,
court receivership or similar proceedings or 'bankruptcy'.
‐ 84 ‐
PC-150/E/ 112 /S-III 0
CONSTRUCTION OF
RAW WATER & FIRE WATER RESERVOIR DOC. NO. REV.
AND PUMP HOUSE & ALLIED FACILITIESAT
TALCHER FERTILIZERS LTD., ANGUL, ODISHA Page - 85 - of 102
F-6
ACKNOWLEDGEMENT CUM CONSENT LETTER
To,
SUB:
TENDER NO:
Dear Sir,
We intend to bid as requested for the subject item/job and furnish following details
with respect to our quoting office:
‐ 85 ‐
PC-150/E/ 112 /S-III 0
CONSTRUCTION OF
RAW WATER & FIRE WATER RESERVOIR DOC. NO. REV.
AND PUMP HOUSE & ALLIED FACILITIESAT TALCHER FERTILIZERS LTD.,
ANGUL, ODISHA Page 86 of 102
F-7
BIDDER’S EXPERIENCE
To,
M/s TALCHER FERTILZERS LIMITED, NOIDA
SUB:
TENDER NO:
Sl. No Description LOA /WO Full Postal Address Value of Date of Scheduled Date of Reasons for
of the No. and & phone nos. of Contract/Or Commenceme Completion Actual delay in
Services date Client. Name, der nt of Services Time (Months) Completion execution, if
designation and (Specify any
address of Engineer/ Currency
Officer-in-Charge Amount)
(for cases other than
purchase)
(1) (2) (3) (5) (6) (7) (8) (9) (10)
Note:
1. The documents (Work Order/DLOA/FOA, Completion certificate, Execution Certificate etc.) which have been referred/
specified/indicated/submitted in above tabulation format and/or along with bid shall be taken into consideration in reply to
queries (if any) during evaluation of Bids. Hence, bidder in his own interest should invariably fill-up this format.
PC-150/E/ 112 /S III 0
CONSTRUCTION OF
REV
RAW WATER & FIRE WATER RESERVOIR DOC. NO.
.
AND PUMP HOUSE & ALLIED FACILITIESAT
TALCHER FERTILIZERS LTD., ANGUL, ODISHA Page 87 of 102
F-8
CHECK LIST
Bidders are requested to duly fill in the checklist. This checklist gives only certain important items
to facilitate the bidder to make sure that the necessary data/information as called for in the bid
document has been submitted by them along with their offer. This, however, does not relieve the
bidder of his responsibilities to make sure that his offer is otherwise complete in all respects.
87
PC-150/E/ 112 /S III 0
CONSTRUCTION OF
REV
RAW WATER & FIRE WATER RESERVOIR DOC. NO.
.
AND PUMP HOUSE & ALLIED FACILITIESAT
TALCHER FERTILIZERS LTD., ANGUL, ODISHA
Page 88 of 102
4.0 Confirm that the price part as per Price Schedule
format submitted with Bidding Document/
uploaded in case of e-bid.
5.0 Confirm that annual reports for last three financial
years & duly filled in Format F-10are enclosed in
the offer for financial assessment (where financial
criteria of BEC is applicable).
88
PC-150/E/ 112 /S III 0
CONSTRUCTION OF
REV
RAW WATER & FIRE WATER RESERVOIR DOC. NO.
.
AND PUMP HOUSE & ALLIED FACILITIESAT
TALCHER FERTILIZERS LTD., ANGUL, ODISHA
Page 89 of 102
F-9
FORMAT FOR CERTIFICATE FROM BANK
IF BIDDER’S WORKING CAPITAL IS INADEQUATE/NEGATIVE
(To be provided on Bank’s letter head)
Date:
To,
Dear Sir,
This is to certify that M/s ………………………………….. (name of the bidder with address)
(hereinafter referred to as Customer) is an existing customer of our Bank.
The Customer has informed that they wish to bid for OWNER’s RFQ/Tender no.
.................................................. dated …………… for ……………………………………..(Name of
the supply/work/services/consultancy) and as per the terms of the said RFQ/Tender they have to
furnish a certificate from their Bank confirming the availability of line of credit.
Accordingly M/s ………………………….. (name of the Bank with address) confirms availability of
line of credit to M/s …………………….. (name of the bidder) for at least an amount of Rs.
_________
It is also confirmed that the net worth of the Bank is more than Rs. 100 Crores (or Equivalent
USD) and the undersigned is authorized to issue this certificate.
Yours truly
(Authorized signatory)
Name of the signatory :
Designation :
Stamp
89
PC-150/E/ 112 /S III 0
CONSTRUCTION OF
REV
RAW WATER & FIRE WATER RESERVOIR DOC. NO.
.
AND PUMP HOUSE & ALLIED FACILITIESAT
TALCHER FERTILIZERS LTD., ANGUL, ODISHA
Page 90 of 102
F-10
FORMAT FOR CHARTERED ACCOUNTANT CERTIFICATE/ CERTIFIED PUBLIC
ACCOUNTANT (CPA) FOR FINANCIAL CAPABILITY OF THE BIDDER
We have verified the Audited Financial Statements and other relevant records of
M/s……………………………… (Name of the bidder) and certify the following:
*Refer Instructions
Note: It is further certified that the above mentioned applicable figures are matching with
the returns filed with Registrar of Companies (ROC) [Applicable only in case of Indian
Companies]
Instructions:
1. The Separate Pro-forma shall be used for each member in case of JV/ Consortium.
90
PC-150/E/ 112 /S III 0
CONSTRUCTION OF
REV
RAW WATER & FIRE WATER RESERVOIR DOC. NO.
.
AND PUMP HOUSE & ALLIED FACILITIESAT
TALCHER FERTILIZERS LTD., ANGUL, ODISHA
Page 91 of 102
2. The financial year would be the same as one normally followed by the bidder for its
Annual Report.
3. The bidder shall provide the audited annual financial statements as required for this
Tender document. Failure to do so would result in the Proposal being considered as non-
responsive.
5. Above figures shall be calculated after considering the qualification, if any, made
by the statutory auditor on the audited financial statements of the bidder including
quantified financial implication.
91
PC-150/E/ 112/S III 0
CONSTRUCTION OF
RAW WATER & FIRE WATER RESERVOIR DOC. NO. REV.
AND PUMP HOUSE & ALLIED FACILITIESAT TALCHER FERTILIZERS LTD.,
ANGUL, ODISHA
Page 92 of 102
F-11
BIDDER'S QUERIES FOR PRE BID MEETING
To,
M/s TALCHER FERTILZERS LIMITED
Sub :
Tender No :
NOTE: The Pre-Bid Queries may be sent by fax and also by e-mail before due date for receipt of Bidder's queries.
SIGNATURE OF BIDDER: ___________________________
NAME OF BIDDER : ___________________________
92
PC-150/E/ 112 /S
0
III
CONSTRUCTION OF
RAW WATER & FIRE WATER RESERVOIR DOC. NO. REV.
AND PUMP HOUSE & ALLIED FACILITIESAT TALCHER
FERTILIZERS LTD., ANGUL, ODISHA
Page 93 of 102
F-12
E-Banking Mandate Form
(To be issued on bidder’s letter head)
1. Vendor/customer Name :
2. Vendor/customer Code:
3. Vendor/customer Address:
I/We hereby authorize TALCHER FERTILZERS LIMITED to release any amount due to me/us
in the bank account as mentioned above. I/We hereby declare that the particulars given above
are correct and complete. If the transaction is delayed or lost because of incomplete or incorrect
information, we would not hold the TALCHER FERTILZERS LIMITED responsible.
(Signature of vendor/customer)
BANK CERTIFICATE
93
PC-150/E/ 112 /S III 0
CONSTRUCTION OF
REV
RAW WATER & FIRE WATER RESERVOIR DOC. NO.
.
AND PUMP HOUSE & ALLIED FACILITIESAT
TALCHER FERTILIZERS LTD., ANGUL, ODISHA
Page 94 of 102
F-13
INTEGRITY PACT
94
PC-150/E/ 112 /S III 0
CONSTRUCTION OF
REV
RAW WATER & FIRE WATER RESERVOIR DOC. NO.
.
AND PUMP HOUSE & ALLIED FACILITIESAT
TALCHER FERTILIZERS LTD., ANGUL, ODISHA
Page 95 of 102
F-14
INDEMNITY BOND
TFL has also advised the Contractor to execute an Indemnity Bond in general in favour of TFL
indemnifying TFL and its employees and Directors including Independent Directors from all
consequences which may arise out of any prospective litigation or proceedings filed or may be
initiated by any third party, including any Banker / financial institution / worker(s) /vendor(s)/
subcontractor(s) etc. who may have been associated or engaged by the Contractor directly or
indirectly with or without consent of TFL for above works.
(i) This Indemnity shall remain valid and irrevocable for all claims of TFL and/or any of its
employees and Directors including Independent Directors arising out of said contract
with respect to any such litigation / court case for which TFL and/or its employees and
Directors including Independent Directors has been made party until now or here-in-
after.
95
PC-150/E/ 112 /S III 0
CONSTRUCTION OF
REV
RAW WATER & FIRE WATER RESERVOIR DOC. NO.
.
AND PUMP HOUSE & ALLIED FACILITIESAT
TALCHER FERTILIZERS LTD., ANGUL, ODISHA
Page 96 of 102
TFL are settled by the Contractor and/or TFL discharges the Contractor in writing from
this Indemnity.
The undersigned has full power to execute this Indemnity Bond for and on behalf of
theContractor and the same stands valid.
SIGNED BY :
For [ Contractor]
Authorised Representative
Place:
Dated:
Witnesses:
1.
96
PC-150/E/ 112 /S III 0
CONSTRUCTION OF
REV
RAW WATER & FIRE WATER RESERVOIR DOC. NO.
.
AND PUMP HOUSE & ALLIED FACILITIESAT
TALCHER FERTILIZERS LTD., ANGUL, ODISHA
Page 97 of 102
F-15
POWER OF ATTORNEY
(to be submitted on the Non-Judicial stamp paper)
Tender No.:
Description of work:
Name of Bidder:___________________________________________
This Power of Attorney (POA) shall remain valid and in full force and effect before we
withdraw it in writing (by fax, or mail or post). All the documents signed (within the
period of validity of the Power of Attorney) by the authorized person herein shall not be
invalid because of such withdrawal.
(*)
1. In case of a Limited Company, if the POA is issued by other than CEO/MD/
CHAIRMAN /C&MD/Company Secretary, then the POA must be accompanied
by a “Board Resolution” of the bidder’s company authorizing the “Legal Person”
to issue POA.
2. For a Partnership Firm, the POA must be signed by all Partners and a copy of
Partnership Deed of the Company must be enclosed with bid.
3. For a Proprietorship firm, if the bid is signed by any person other than the
Proprietor, then legal person shall be the Proprietor of the firm.
97
PC-150/E/ 112 /S III 0
CONSTRUCTION OF
REV
RAW WATER & FIRE WATER RESERVOIR DOC. NO.
.
AND PUMP HOUSE & ALLIED FACILITIESAT
TALCHER FERTILIZERS LTD., ANGUL, ODISHA
Page 98 of 102
SIGNATURE OF THE LEGAL PERSON
_______________________________________
(Name of person with Company seal)
__________________________
(Signature)
Name of person: _________________________
E-mail id:
98
PC-150/E/ 112 /S III 0
CONSTRUCTION OF
REV
RAW WATER & FIRE WATER RESERVOIR DOC. NO.
.
AND PUMP HOUSE & ALLIED FACILITIESAT
TALCHER FERTILIZERS LTD., ANGUL, ODISHA
Page 99 of 102
F-16
PROFORMA FOR CONTRACT AGREEMENT
Contract Agreement for the work of ----------------- of TALCHER FERTILIZERS LIMITED made
on ---------- between (Name and Address)------------- , hereinafter called the “CONTRACTOR”
(which term shall unless excluded by or repugnant to the subject or context include its
successors and permitted assignees) of the one part and TALCHER FERTILIZERS LIMITED
hereinafter called the “EMPLOYER” (which term shall, unless excluded by or repugnant to the
subject or context include its successors and assignees) of the other part.
WHEREAS
A. The EMPLOYER being desirous of having provided and executed certain work
mentioned, enumerated or referred to in the Tender Documents including Letter Inviting
Tender, General Tender Notice, General Conditions of Contract, Special Conditions of
Contract, Specifications, Drawings, Plans, Time Schedule of completion of jobs, Schedule
of Rates, Agreed Variations, other documents has called for Tender.
B. The CONTRACTOR has inspected the SITE and surroundings of WORK specified in the
Tender Documents and has satisfied himself by careful examination before submitting his
tender as to the nature of the surface, strata, soil, sub-soil and ground, the form and
nature of site and local conditions, the quantities, nature and magnitude of the work, the
availability of labour and materials necessary for the execution of work, the means of
access to SITE, the supply of power and water thereto and the accommodation he may
require and has made local and independent enquiries and obtained complete information
as to the matters and thing referred to, or implied in the tender documents or having any
connection therewith and has considered the nature and extent of all probable and
possible situations, delays, hindrances or interferences to or with the execution and
completion of the work to be carried out under the CONTRACT, and has examined
and considered all other matters, conditions and things and probable and possible
contingencies, and generally all matters incidental thereto and ancillary thereof
affecting the execution and completion of the WORK and which might have influenced
him in making his tender.
C. The Tender Documents including the Notice Letter Inviting Tender, General Conditions of
Contract, Special Conditions of Contract, Schedule of Rates, General Obligations,
SPECIFICATIONS, DRAWINGS, PLANS, Time Schedule for completion of Jobs, Letter of
Acceptance of Tender and any statement of agreed variations with its enclosures copies
of which are hereto annexed form part of this CONTRACT though separately set out
herein and are included in the expression “CONTRACT” wherever herein used.
99
PC-150/E/ 112 /S III 0
CONSTRUCTION OF
REV
RAW WATER & FIRE WATER RESERVOIR DOC. NO.
.
AND PUMP HOUSE & ALLIED FACILITIESAT
TALCHER FERTILIZERS LTD., ANGUL, ODISHA
Page 100 of 102
AND WHEREAS
The EMPLOYER accepted the Tender of the CONTRACTOR for the provision and the execution
of the said WORK at the rates stated in the schedule of quantities of the work and finally
approved by EMPLOYER (hereinafter called the "Schedule of Rates") upon the terms and subject
to the conditions of CONTRACT.
2. In consideration of the due provision execution and completion of the said WORK,
EMPLOYER does hereby agree with the CONTRACTOR that the EMPLOYER will pay
to the CONTRACTOR the respective amounts for the WORK actually done by him and
approved by the EMPLOYER at the Schedule of Rates and such other sum payable to
the CONTRACTOR under provision of CONTRACT, such payment to be made at such
time in such manner as provided for in the CONTRACT.
AND
3. In consideration of the due provision, execution and completion of the said WORK
the CONTRACTOR does hereby agree to pay such sums as may be due to the
EMPLOYER for the services rendered by the EMPLOYER to the CONTRACTOR,
such as power supply, water supply and others as set for in the said CONTRACT
and such other sums as may become payable to the EMPLOYER towards the
controlled items of consumable materials or towards loss, damage to the EMPLOYER'S
equipment, materials construction plant and machinery, such payments to be made at
such time and in such manner as is provided in the CONTRACT.
It is specifically and distinctly understood and agreed between the EMPLOYER and the
CONTRACTOR that the CONTRACTOR shall have no right, title or interest in the SITE
made available by the EMPLOYER for execution of the works or in the building,
structures or work executed on the said SITE by the CONTRACTOR or in the goods,
articles, materials etc., brought on the said SITE (unless the same specifically belongs
to the CONTRACTOR) and the CONTRACTOR shall not have or deemed to have any
lien whatsoever charge for unpaid bills will not be entitled to assume or retain
possession or control of the SITE or structures and the EMPLOYER shall have an
absolute and unfettered right to take full possession of SITE and to remove the
CONTRACTOR, their servants, agents and materials belonging to the CONTRACTOR
and lying on the SITE.
100
PC-150/E/ 112 /S III 0
CONSTRUCTION OF
REV
RAW WATER & FIRE WATER RESERVOIR DOC. NO.
.
AND PUMP HOUSE & ALLIED FACILITIESAT
TALCHER FERTILIZERS LTD., ANGUL, ODISHA
Page 101 of 102
The CONTRACTOR shall be allowed to enter upon the SITE for execution of the
WORK only as a licensee simpliciter and shall not have any claim, right, title or interest
in the SITE or the structures erected thereon and the EMPLOYER shall be entitled to
terminate such license at any time without assigning any reason.
The materials including sand, gravel, stone, loose, earth, rock etc., dug up or excavated
from the said SITE shall, unless otherwise expressly agreed under this
CONTRACT, exclusively belong to the EMPLOYER and the CONTRACTOR shall
have no right to claim over the same and such excavation and materials should be
disposed off on account of the EMPLOYER according to the instruction in writing
issued from time to time by the ENGINEER-IN-CHARGE.
In Witness whereof the parties have executed these presents in the day and the year first above
written.
Signed and Delivered for and on Signed and Delivered for and
on behalf of EMPLOYER on behalf of the CONTRACTOR.
Place:___________ Place:____________
1.___________________________ 1. ________________________
2.___________________________ 2. ________________________
___________________________ ______________________
___________________________ _______________________
101
PC-150/E/ 112 /S III 0
CONSTRUCTION OF
REV
RAW WATER & FIRE WATER RESERVOIR DOC. NO.
.
AND PUMP HOUSE & ALLIED FACILITIESAT
TALCHER FERTILIZERS LTD., ANGUL, ODISHA
Page 102 of 102
F-17
2.0 Should the Bid Evaluation Criteria Yes. Please refer Section II of Tender
documents be attested? document
4.0 Can a vendor submit more than 1 offer? No. Please refer Clause No. 4 of“Instruction
to Bidders” of Tender Document.
5.0 Is there any Help document available Yes. Refer Annexure III to “Instruction to
for e-Tender. Bidders” of Tender Document and FAQs as
available on OWNER E-Tender portal.
6.0
Are there are any benefits available to Refer Clause No. 50 of Instructions to
Startups? Bidders of Tender Document
7.0
Are there are any MSE (Micro & Small Yes. Refer Clause No. 40 of Instructions to
Enterprises) benefits available? Bidders of Tender Document.
102
PC-150 / E / 112 /S-V 0
Page 1 of 29
SECTION-V
TABLE OF CONTENTS
1.0 INTRODUCTION:
1.1. Talcher Fertilizers Ltd. (TFL), hereinafter also referred to as “OWNER”, A joint venture
company of four major Public Sector Units – M/s. Gas Authority India Limited (GAIL),
M/s. Rastriya Chemicals & Fertilisers Ltd. (RCF), M/s. Coal India Ltd. (CIL) and M/s.
Fertilizers Corporation of India Ltd. (FCIL) has decided to build a world class Coal based
fertilizer complex. The fertilizer complex is to be built at Talcher, Angul District, Odisha
(India) and will consist of Coal Gasification Plant, Ammonia Plant and Urea Plant, along
with Offsite and Utility Plants. Talcher Fertilizers Ltd. intend to invite quotations from
eligible Contractors for Construction of Raw Water & Fire Water Reservoir and Pump
house & allied facilities at Talcher Fertilizers Ltd., Angul, Odisha.
1.2 Projects & Development India Ltd. (PDIL) has been retained as Consultant for providing
Engineering Consultancy Services and Project Management Services for the aforesaid
project.
The proposed project will be located within the premises of existing closed coal
based Ammonia-Urea complex of FCI Ltd. Talcher Unit.
The total land area of the site is 904.53 acres out of which lease hold land from
Government of Odisha is 894.207 acres and land purchased from private parties is
10.33 acres.
The area is not falling under coal bearing zone up to a depth of 200-250 meter.
Talcher site is located at Vikrampur in Angul district of Odisha on the Cuttack-
Sambalpur National Highway NH-42. NH-42 is passing at about 8 km from the site.
The nearest railway station is Talcher at about 7 km from the site. Nearest air port
Bhubaneswar is 150 km, 3 hours journey by road/ rail. Nearest sea port is
Paradeep, 200 km by rail/road from the site. Talcher is situated at 21º 10” N
Latitude and 82º 5” E Longitude.
3.0 GENERAL
3.1 Special Conditions of Contract shall be read in Conjunction with the General conditions
of Contract, specification of work, Drawings and any other documents forming part of this
Contract wherever the context so requires.
3.2 Notwithstanding the sub-division of the documents into these separate sections and
volumes, every part of each shall be deemed to be supplementary to and complementary
of every other part and shall be read with and into the Contract so far as it may be
practicable to do so.
3.3 Where any portion of the General Condition of Contract is repugnant to or at variance
with any provisions of the Special Conditions of Contract, unless a different intention
appears, the provisions of the special Conditions of Contract shall be deemed to over-
ride the provisions of the General Conditions of Contract and shall to the extent of such
repugnancy, or variations, prevail.
3.4 Wherever it is mentioned in the specifications that the Contractor shall perform certain
work or provide certain facilities, it is understood that the Contractor shall do so at his
cost and the value of contract shall be deemed to have included cost of such
performance and provisions, so mentioned.
3.5 The materials, design, and workmanship shall satisfy the relevant Indian Standards and
CPWD specifications, the Job Specifications contained herein and Codes referred to.
Where the job specification stipulate requirements in addition to those contained in the
standard codes and specifications, these additional requirements shall also be satisfied.
3.6 It will be the Contractor's responsibility to bring to the notice of Engineer-in-Charge any
irreconcilable conflict in the contract documents before starting the work (s) or making
the supply with reference which the conflict exists.
3.7 In the absence of any Specifications covering any material, design of work (s) the same
shall be performed / supplies / executed in accordance with Standard Engineering
Practice as per the instructions / directions of the Engineer-in-Charge, which will be
binding on the Contractor.
All materials (Equipments/Items, cement, reinforcement steel, structural steel etc.) required for
the completion of the work are to be supplied by the contractor unless mentioned otherwise.
The contractor shall have to make necessary arrangements for proper storage of materials
brought for the execution of work. The contractor is required to make all arrangements for
barricading the site as all the site for new buildings is in the existing township which is
occupied. Necessary arrangements for storage of material, preventing dust pollution, ensuring
proper barricading with entry gates and security arrangement to ensure no unauthorized entry
etc are in the scope of the contractor.
Availability of water & power at site is very limited. Contractor shall have to make his own
arrangements for Construction work.
7.0 RATES
7.1 The rates shall be deemed to allow for all minor extras and constructional details which are
not specifically shown on drawings or given in the specifications but are essential in the
opinion of the Owner/ Consultant to the execution of work to conform to good workmanship
and sound engineering practice. The Owner / Consultant reserve the right to make any
minor changes during the execution without any extra payment.
7.2 The Owner / Consultant decision to classify any item ‘minor changes’, ‘minor extras’ and
‘constructional details’ shall be final conclusive and binding on the Contractor.
7.3 Rates quoted shall include for payment of royalties for obtaining earth, morrum, sand,
aggregates, stones, etc. Nothing extra shall be paid to the Contractor on this account.
7.4 Contractor shall be responsible for making all necessary approach roads to the sites of
execution for taking his rigs, cranes & equipments. No extra claim in this regard shall be
entertained.
7.5 Schedule of rates submitted by the Tenderer shall be the true copy of the schedule of rates
enclosed with the tender documents
7.6 Without prejudice to stipulation in General Conditions of Contract, the Bidder should quote
firm prices inclusive of all taxes, duties and other levies on which no variation will be
allowed.
7.7 The quantities and items of work given in the Schedule of Rates are tentative and
approximate. The OWNER reserves the right to order variation of work during the
currency of the contract of its original contract value within the stipulated variation as per
clause no. 60.2 of GCC.
The contractor shall not be entitled to any increase whatsoever on the SOR rates on
account of any variation in the quantities and/or omission/addition of items vis-à-vis the
quantities mentioned in the “Schedule of Rates (Section VII)” as long as the contract
value finally determined on the basis of the certified final quantities and the contract item
rates is within the stipulated variation as per clause no. 60.2 of GCC.
8.0 SPECIFICATIONS
8.1 If specification for an item of work is not covered by CPWD/ BIS specifications or Technical
Specifications, the same shall be decided by the Owner/ Consultant and shall be binding on
the Contractor.
8.2 The Owner/ Consultant shall have the right to cause the Contractor to purchase and use
such materials of particular make or from a particular source which may in his opinion be
necessary for proper and reasonable compliance with the specifications and execution of
work.
8.3 (a) As and when required by the Owner/ Consultant, the Contractor shall provide all facilities
at site or at manufacture’s works or in approved laboratory for testing of materials and/or
workmanship. All the expenditure in respect of this shall be borne by the Contractor. The
Contractor shall, when required to do so by the Owner/Consultant, confirm that the
materials have been tested in accordance with requirements of the specifications.
(b) Neither the omission by the Owner/ Consultant to test the materials nor the production
of manufacturer(s) certificate, etc. shall affect the right of the Owner/Consultant to reject,
after delivery, the materials found not in accordance with the specifications.
All tools, plant and materials shall be brought by the Contractor to the works site through a
covering note to be submitted in 3 copies. One copy of the covering note will be delivered
to the security staff and one copy to the Owner/Consultant. The third copy shall be retained
by the Contractor. The Contractor shall follow all rules and regulations for entry / exit of
their men and materials in/from project site as framed by Owner/Consultant.
If at any time, the Owner/Consultant is of opinion that the Contractor has fallen behind the
approved construction schedule, the Owner/ Consultant may, without any cost to Owner/
Consultant, require the Contractor to take such steps as may be necessary to improve his
progress, especially require him to employ overtime operations, increase the number of
shifts, work on holidays and Sundays or increase the capacity of his construction plant and
equipment and require him to submit evidence demonstrating the manner in which the
Contractor proposes to comply with the construction schedule. Failure of the Contractor to
comply with the above will be considered a failure to execute the work with due diligence.
Approved working drawings marked “Good for execution/ construction” shall be issued by
Owner/ Consultant to the Contractor progressively during the pendency of the contract.
Sufficient quantum of workings drawings will be issued at the beginning. The Contractor on
this account shall not be entitled to put forth any claim whatsoever.
Cost of transport, loading, unloading etc. from Owner’s stores to work site etc., will be on
Contractor’s account.
The Owner/ Consultant reserve the right to suspend the work or part thereof at any time
and no claim whatsoever on this account shall be entertained. In case of any clarification
the Contractor may appeal to the Owner whose decision shall be final and binding
thereupon.
The Contractor shall furnish to the Owner/ Consultant the name, designation and address
of his authorized Agent for the purpose of service of notice(s) regarding all complaints,
communications and references and shall be deemed to have been duly given to the
Contractor if delivered to the Contractor or his authorized agent or left at or posted to the
address so given and shall be deemed to have reached such address in the ordinary
course of post or on the day on which they were so delivered or left. In the case of contract
by partnership firm, any change in the constitution of the firm shall be forthwith informed by
the Contractor to the Owner/ Consultant.
The Contractor agrees to give the guarantee of his works in the following manner which
shall remain valid till the validity of performance guarantee.
i. All materials incorporated in the work shall be new and both workmanship and
materials shall be of good quality.
There may be variation in nature of sub-soil both horizontally and vertically. The Contractor
shall have to take necessary precaution during excavation against any happening like
collapsing of sides etc. Any slip or fall in excavation shall have to be cleared by the
Contractor at his own cost. In case of excessive heaving, it shall have to be cut and refilled
with lean concrete by the Contractor at his own cost. The Contractor shall have to adopt
underwater work in case of occurrence of piping/quick conditions without any cost to
Owner/Consultant.
The Contractor shall be responsible for the manner and the method of executing the work.
The work shall be subject to the approval of Owner/ Consultant from time to time for
purposes of determination of the question whether the work is executed by the Contractor
in accordance with the contract.
No work shall be undertaken at Site by the Contractor until detailed approved working
drawings marked “Good for execution/ construction” for the same is issued by Owner/
Consultant. Any work done without the aforesaid working drawing shall be at the
Contractor’s own risk and costs.
The Contractor, during the pendency of contract, shall keep in dry condition of pits,
trenches, which are not yet back filled due to technical reasons, if not shall be Bail-
out/Pump-out all accumulation at his own cost for the safety of the structure / element.
During pumping, the Contractor shall have to ensure that ‘Loss of Ground’ does not occur.
Other approved methods shall be undertaken by the Contractor to avoid ‘Loss of Ground’ if
occurred, at his own cost.
Nothing extra shall be paid for any intricate concrete, shuttering or reinforcement work for
foundations of equipment and machinery and for other foundation/superstructure works or
for any delay inherent in concreting in small and thin sections in concrete or RCC works
etc.
Nothing extra shall be paid in concrete/RCC works for all rebating, chamfering, grooving,
sinking, trotting weathering, moulding, etc. to accord with the details shown on the working
drawings.
22.2 All specified construction joints, either horizontal or vertical, in any element of concrete
member shall be provided with shear keys of such dimensions as would be determined by
the Owner/Consultant. Before adopting the next operation for the other half of the element
these shear keys along with the entire surface of the joint shall be roughened and
deepened to above 20 mm by chipping, washing and cleaning thoroughly. The Contractor
shall provide cement slurry in sufficient quantity over the cleaned surface for proper bond
as per the direction of Owner/Consultant. The Contractor shall not be entitled to any
extra/payment; on this account.
Contractor is to submit the bills and record of measurements in three (3) copies on
approved proforma of Owner for works executed by him.
Contractor is to submit the bills and record of measurements complete in all respect duly
certified by Owner/Consultant in three copies on approved proforma of Owner for works
executed by him progressively.
Measurement of work shall be made in the units mentioned in the schedule of rates. The
abbreviations used in the schedule of rates are mentioned in Schedule of Rates.
Work done. The Engineer-in-Charge shall, when he requires any part or parts of the Works
to be measured, give notices to the Contractor's authorized agent or representative who
shall forthwith attend or send a qualified agent to assist the Engineer-in-Charge in making
such measurement and shall furnish all particulars required by either of them. Should the
Contractor not attend or neglect or omit to send such representative then the measurement
made by the Engineer- in-Charge shall be taken to be the correct measurement of the Work.
For all measurements, figured dimensions given in the drawings shall be followed.
Measurement of all hidden items shall be carried out by the Engineer-in-Charge. The
Contractor or his representative who attends may at the time of measurement take such
notes and measurements as he may desire.
Where Works have to be measured for any purpose whatsoever, it shall be in accordance
with item specifications as per relevant Indian Standards unless otherwise specifically
indicated in the Contract Specifications. All measurements will be recorded in metric units
only. In case of absence of mode of measurement of any item not covered by both the
methods mentioned above, the Engineer-in-Charge's decision shall be final and binding. The
required number of bills, registers, bill forms, level/field books, materials/ account registers,
testing registers, site order books and any other stationary item pertaining to this contract
shall be printed and provided for by the contractor, at his own cost in the format prescribed
and approved by the Engineer-in-Charge in writing. The Measurement book will have three
copies in different colour pages and the book will be in measurement book format in a bound
form and pages will be printed so that proper referring and record of complete measurement
is maintained. Original sheet will be retained in the book and will be returned to Owner on
completion of Work.
Where Works have to be measured for any purpose whatsoever, it shall be in accordance
with item specifications as per relevant Indian Standards unless otherwise specifically
indicated in the Contract Specifications. All measurements will be recorded in metric units
only. In case of absence of mode of measurement of any item not covered by both the
methods mentioned above, the Engineer-in-Charge's decision shall be final and binding. The
required number of bills, registers, bill forms, level/field books, materials/ account registers,
testing registers, site order books and any other stationary item pertaining to this contract
shall be printed and provided for by the contractor, at his own cost in the format prescribed
and approved by the Engineer-in-Charge in writing. The Measurement Sheet will have three
copies in different colour pages and will be printed so that proper referring and record of
complete measurement is maintained. Original sheet will be retained in the book and will be
returned to Owner on completion of Work.
The final bill complete in all respect shall be submitted after certified completion of work.
The bill should be accompanied with the following documents:
Before commencement of the actual concreting operation the position and layout of
foundations, pedestals, inserts, pockets, recess, reinforcement and form work shall be
checked repeatedly by Owner/Consultant. No claim whatsoever shall be entertained on
this account. The level of foundations shall be accurately maintained as shown in the
drawings or as directed by the Owner/Consultant. No padding, plastering or chipping shall
be allowed for achieving the results.
Defect Liability Period shall be 12 months from the date of certified Final
completion.
The site shown on the layout plan shall be cleared by the Contractor of all obstructions,
loose stones, materials, rubbish of all kinds of bushes, trees, grass as well as brush wood.
All holes/hollow, whether originally existing or produced by removal of loose stones or
brush wood, shall be carefully filled up with earth, well rammed and levelled off as directed
by the Owner/ Consultant. The Contractor will not be entitled to any payment in his regard.
27.1 The contract shall be governed by the law in force in the Republic of India.
27.2 The Contractor shall comply with all laws etc. The Contractor shall be responsible to secure
compliance with the Central and States Laws as well as the Rules, Regulations, by-laws
and orders of the legal authorities and statutory bodies which are in force or as may be in
force from time to time. He shall give to the Municipal Corporation Committees, police and
other relevant authorities all such notices, etc. as may be required by law and obtain all
requisite license for temporary constructions, enclosures, etc. and pay all fees, taxes and
such other dues or charges which may be leviable on account of any of his operations in
executing the works under this contract. Owner/Consultant shall not pay anything extra to
the Contractor on this account. The Contractor shall also make good at his own cost, any
damage done by him to any adjoining property, during execution of work.
28.0 CONTRACTOR TO USE THE MATERIALS ONLY AFTER THE APPROVAL OF OWNER
The Contractor shall use the materials only after the approval of Owner/ Consultant, before
incorporation of the same in the works.
It shall always prevail, unless otherwise specifically stated, that the entire provisions of the
Tender Document have been accepted for compliance by the Contractor without any
reservation.
30.0 GENERAL
30.1 The location and general information regarding site on which the proposed work is to be
executed is furnished in Attachment-I hereto.
30.2 Contractor shall acquaint himself with access to site, availability of local facilities such as
railway siding, transport facilities, materials and labour and shall provide suitable
allowances in his Bid, Contractor’s quoted price being firm, it should take into account all
expenses likely to arise in this regard.
30.3 Contractor shall be deemed to have visited site and familiarized himself thoroughly with
site conditions before submitting his Bid. Non-familiarity with site conditions will not be
considered a reason either for extra claims or for not carrying out work in strict conformity
with drawings and specifications.
Delivery of the Goods shall be made by the Contractor in accordance with the terms
specified by the Owner/Consultant in the schedule of requirements in Technical
Specifications. and the special conditions of purchase, if any and the Goods shall remain
at the risk of the Contractor until Delivery has been completed.
32.1 As specified in the special conditions of purchase, the Contractor may be required to
provide any or all of the following services:
32.2 Price charged by the Contractor for the preceding incidental services, if not included in the
contract price for the Goods shall be agreed upon in advance by the parties and shall not
exceed the prevailing rates charged to other parties by the Contractor for similar services.
32.3 At the request of Consultant or Owner, Contractor shall at his expense, dismiss from work
and replace any such employee as Owner/ Consultant, may deem incompetent or
careless or whose continued employment is deemed inimical to the interest of the Owner/
Consultant or against public interest.
32.4 Other conditions of work at Site shall be mutually discussed and settled.
33.1 Contractor shall make arrangements to provide at no extra charge all temporary
approaches to and within the site, after obtaining prior approval of Owner/
Consultant of the layout of such approaches.
33.2 To determine the acceptable standard of workmanship, Owner/ Consultant may order
Contractor to execute certain portions of work and services such as wall, flooring, joinery,
finishes, roads and the like under the close supervision of Owner/Consultant. On
approval, these items shall be labeled as guiding samples and work shall be executed to
conform to these samples. These samples shall be prepared at the cost of Contractor.
33.3 Workmanship shall be of best possible quality and all the work shall be carried out by
skilled workmen except for those which normally require unskilled persons. If the laws of
local government, municipal or other authorities require employment of licensed or
registered workmen of various trades, Contractor shall arrange to have the work done by
such registered or licensed persons.
33.4 Workmanship shall be in accordance with the specifications, standards and codes which
are part of this tender as well as the established engineering practices for this type of
work. For any portion of work executed by Contractor and considered defective by
Owner/ Consultant, the Contractor shall have to take necessary remedial measures, to
the complete satisfaction of Owner/Consultant, to make the defective good in order at his
own cost without any liability to Owner/Consultant.
The Contractor shall be responsible for the proper workmanship and shall not be relieved
of his obligation in this regard just because no objection was raised by Owner/ Consultant
during the progress of work. The workmanship guarantee period will be 12 months from
the date of final completion as a whole, certified by Owner.
If any defects are found due to bad workmanship during this period, the Contractor shall
undertake to rectify the same at his cost, most expeditiously. The workmanship guarantee
for rectified portion of work shall commence from the date of rectification for a subsequent
period of 12 months. The decision of Owner/Consultant regarding bad workmanship shall
be final binding and conclusive.
Owner/Consultant may order Contractor to suspend any work which in the opinion of
Owner/Consultant may be subject to damage by prevailing weather conditions. No claim
whatsoever on this account shall be entertained.
“It is presumed that the Contractor has familiarized himself with the weather conditions
prevailing in the area therefore in such weather parameters if it appears to the Engineer –in
–charge (EIC) that certain weather condition may damage the work or specified quality of
the work can be achieved without stoppage of the work, the EIC in such conditions may
require the Contractor to stop the work till such time as he thinks fit and appropriate. It is
understood by the contractor that no compensation will be admissible on this count.
However in exceptional circumstances at the recommendation of the EIC,
Consultant/owner may grant reasonable extension of Time.
35.1.1 Together with the Work Order/ Contract confirmation, Contractor shall submit to Owner/
Consultant, his time schedule regarding the documentation, supply of materials as well as
information about of his Subcontracts to be placed with their parties, including the dates
on which Contractor intends to issue such Subcontracts.
35.1.2 The time schedule will be in the form of a network or a bar chart clearly indicating all main
or key events regarding documentation, supply of materials, delivery and site fabrication,
erection, inspection, testing and completion.
35.1.3 The original issue and subsequent revisions of Contractor's time schedule and or Sub-
contractor's time schedules shall be sent to Consultant in two copies (of which one shall
be in Soft copy) and two copies to Owner.
35.1.4 The time schedule network/bar chart shall be updated at least every fortnight.
35.2.1 Contractor shall report weekly to Owner/ Consultant the progress of the execution of Work
Order/ Contract and achievement of targets set out in time bar chart.
35.2.2 The progress will be expressed in percentages shown in the progress trend chart.
35.2.3 The first issue of the progress trend chart will be forwarded together with the time bar
chart along with the Work Order confirmation.
35.2.4 The fortnightly reporting will bear the updating of the progress trend chart.
35.2.5 All reporting will be done on e-mails and hard copies wherever required will follow.
36.1 The work described in Work Order is to be executed according to the standards, data
sheets, tables, Specifications and Drawings attached hereto and/or enclosed with the
Work Order itself and according to all conditions both general and specific enclosed with
the Work Order, unless any or all of them shall have been modified or cancelled in
writing as a whole or in part.
i) All instructions and orders to Contractor shall, excepting what is herein provided, be
given by Owner/Consultant.
ii) All the work shall be carried out under the direction of and to the satisfaction of
Owner/Consultant.
iv) Invoice for payment against Work Order /Contract shall be addressed to Owner/
Consultant.
CONSULTANT OWNER
Mr. R.R.Kumar/ Kailash Joshi Mr. Manas K Mahapatra
Addl. General Manager & HOD (PM) DGM (TFL)
Tel No. : 9818804063
Mob. : +91 /9718762091 E-mail : mm02484@gail.co.in
Tel no. : +91-120-2529842/43
Extn. 304/314
E-mail : rrkumar@pdilin.com /
kjoshi@pdilin.com
36.3 Correspondence on technical and commercial matters shall be dealt with in separate
letters for each Work Order /Contract and each copy of the letter shall be complete with all
Annexure. Wherever possible, correspondence should be through e-mail to the above
personnel so as to save time.
36.4 Correspondence for expediting and inspection shall be done directly with inspector with a
copy to consultant & owner at above mentioned address.
37.1 After the award of the contract detailed quality assurance programme shall be prepared by
the Contractor for the execution of contract for various works which will be mutually
discussed and agreed to.
37.2 The Contractor shall establish document and maintain an effective quality assurance
system outlined in recognized codes.
37.3 Quality Assurance System plans/procedures of the Contractor shall be furnished in the
form of a QA manual after award of job. This document should cover details of the
personnel responsible for the Quality Assurance, plans or procedures to be followed for
quality control in respect of Design, Engineering, Procurement, Supply, Installation,
Testing and completion in all respect till final acceptance by Owner. The quality assurance
system should indicate organizational approach for quality control and quality assurance
of the construction activities, at all stages of work at site.
37.4 The Owner/ Consultant or their representative shall reserve the right to inspect/ witness,
review any or all stages of work at shop/site as deemed necessary for quality assurance.
37.5 The Contractor has to ensure the deployment of quality Assurance and Quality Control
Engineer(s) depending upon the quantum of work.
This QA/QC group shall be fully responsible to carry out the work as per standards and all
code requirements. In case Engineer-in-charge feels that Contractor's QA/QC Engineer(s)
are incompetent or insufficient, Contractor has to deploy other experienced Engineer(s) as
per site requirement and to the full satisfaction of Engineer-In-Charge.
37.6 In case Contractor fails to follow the instructions of Engineer-in-charge with respect to
above clauses, next payment due to him shall not be released unless until he complies
with the instructions to the full satisfaction of Engineer-in-charge.
37.7 The Contractor shall adhere to the approved quality assurance system
The Contractor, during entire duration of the Contract, shall adhere to HSE requirement as
per Specification enclosed in the Bidding Document as per Attachment-I (Annexure to
Special Conditions of Contract)
The Contractor shall during such suspensions properly protect and secure the Works
to the extent necessary and carry out the instructions given in that behalf by the
Engineer-in-Charge.
b) If the suspension is ordered for reasons (ii) & (iii) in sub-para (a) above:
i) The Contractor shall be entitled to an extension of time equal to the period of
every such suspension.
ii) If the suspension is ordered for reasons (I) in sub-Para (a) above, the Engineer-
in-Charge shall without prejudice to any other right of remedy be at liberty to
forfeit the Earnest Money absolutely.
All material entering the site shall be properly recorded by contractor’s representative with
detail of challan, bill and quantity.
a) All equipment shall be inspected and tested as per an agreed quality Assurance Plan
before the same is packed and dispatched from the Contractor's Works. The Contractor
shall carry out tests as specified/ directed by Engineer.
b) Contractor shall perform all such tests as may be necessary to meet requirements of
Local Authorities, Municipal or other statutory laws/ bye-laws in force. No extra shall be
paid for these.
c) The Engineer may, at his sole discretion, carry out inspection at different stages during
manufacturing and final testing after manufacturing.
d) Approvals or passing of any inspection by the engineer or his authorized representative
shall not however, prejudice the right of the Engineer to reject the plan if it does not
comply with the specification when erected or give complete satisfaction in service.
e) All materials and equipment found defective shall be replaced and the whole work again
tested to meet the requirements of the specifications, at the cost of the contractor.
Contractor has to obtain a performance certificate/approval for the complete layout of
piping/equipment erected.
a) Materials required for the works, whether brought by the Contractor shall be stored by the
Contractor only at places approved by the Technical consultant/Project-in-charge, as storage
and safe custody of material shall be responsibility of the Contractor.
b) TFL,’s officials concerned with the Contract shall be entitled at any time to inspect and
examine any materials intended to be used in or on the works, either on the site or at factory
or workshop or other place(s) where such materials are assembled, fabricated,
manufactured or at any place(s) where these are lying or from which these are being
obtained and the Contractor shall give such facilities as may be required for such inspection
and examination.
c) The contractor shall be the OWNER of all bought out items and materials and shall be
responsible for the safety, security, insurance and care and custody of all the materials lying
at site. TFL will have lien on all the items including those brought by the contractor for the
purpose of Erection, testing, and commissioning of the work. For all Equipments/Materials,
the title of Ownership shall pass on to at the time of acceptance of entire work.
However, in case of termination of contract the transfer of title shall pass automatically to
OWNER.
List of persons employed by Contractor for the subject work mentioning there residential
address shall be submitted to TFL. In case of any revision, the same shall be informed to
TFL from time-to-time. If required necessary verification from Police / Gram Pradhan shall
have to be submitted by the contractor.
The Contractor shall be directly responsible for any/all disputes arising between him and
his personnel and keep indemnified against all losses, damage and claims arising thereof.
Within the TFL’s premises, the Contractor’s personnel shall not do any private work other
than their normal duties.
The personnel engaged by the Contractor shall be subject to security check by the TFL’s
security staff while entering/leaving the premises. The contractor & his personnel shall be
required to follow the rules and regulations of TFL in force from time-to-time. The
contractor may also be required to provide photo passes to the personnel required by him,
for security and safety reasons and furnished the details of the same when asked for.
Contractor shall be fully responsible for theft, burglary, fire or any mischievous deeds by
his staff and any loss to TFL shall be recovered from the immediate bill of the Contractor.
Contractor shall provide all necessary tools and tackles, equipments, safety belt, wheel
burrow, scaffolding, ladders, drilling m/c & safety equipment etc. required to carry out job
at his cost and material used by Contractor shall be of standard make and approval of
Engineer-In-Charge shall be taken for the same.
TFL also reserves the right to ask the Contractor to remove particular person(s) from site
with immediate effect if in the opinion of TFL, his behaviour/ performance is not up to the
mark and/or found indulging in unlawful activities, Contractor shall immediately comply
with such instructions.
It will be the responsibility of contractor’s engineer to ensure that their personnel behave in
a proper manners and behaviour and not to undergo the argument with the employees. It
will be the responsibility of the Contractor’s Engineer to deal with such complaints or co-
ordinate with the TFL Engineer.
After award of work, the contractor is required to take Workmen compensation policy and
Comprehensive all risk policy for the works for the full duration of the contract and for
periods when the contract is extended for any reason
a. The contractor shall have his own PF code no. with the RPFC as required under
Employee PF & Miscellaneous Provisions Act, 1952 and ESI code No. required under
Employee State Insurance Act 1948 before commencement of work.
b. The contractors shall periodically submit the challans / receipts / proof for the depositing
PF contribution with RPFC and ESIC.
c. The contractor is require to obtain labour license under the provisions of Contract
Labour (R&A) Act, 1970 from the office of ALC (Central), Ministry of Labour, Govt. of
India.
d. The contractor is liable to abide by all necessary licenses / permissions from the
concerned authorities as provided under the various labor legislations
e. The contractor shall discharge obligations as provided under various statutory enactment
including the employees Provident Fund and Miscellaneous Provisions Act, 1952, Contract
Labour (R&A) Act, 1970, Minimum Wages Act, 1948, Payment of wages act 1936,
Workman Compensation Act 1923, Employees’ State Insurance Act 1948 and other
relevant acts, rules and regulations enforced from time to time.
f. The contractor shall be solely responsible for the payment of wages and other dues to the
personnel, if any, deployed by him latest by 7th day of the subsequent month.
g. The contractor shall be solely responsible and indemnify the TFL against all charges,
dues, claim etc. arising out of the disputes relating to the dues and employment of
personnel, if any, deployed by him.
h. The contractor shall indemnify TFL against all losses or damages, if any, caused to it on
account of acts of the personnel, if any, deployed by him.
i. All personnel deployed by the contractor should be on the rolls of the contractor.
j. The contractor shall ensure regular and effective supervision and control of the personnel,
if any, deployed by him and gives suitable direction for undertaking the contractual
obligations.
k. The personnel to be deputed by the contractor shall observe all security, fire and safety
rules of TFL while at the site. His Work/Services will be supervised by the supervisors of
contractor. Contractor has to be strictly adhere to guidance, instruction when required.
l. Contractor shall provide proper identification cards for his employees to be deputed by him
for Work/Services, duly signed by the contractor or authorized person on behalf of
contractor. Also the contractor should obtain entry passes from Security Dept. through
OPERATION-IN-CHARGE for his employees.
m. Contractor has to deploy the personnel with no past criminal records. Reformed people,
names of such persons should be clearly indicated in case of. Also the contractor has to
provide police verification for all the persons deployed by him.
n. While confirming to any of these conditions, the contractor should ensure that no law of
state regarding labour, their welfare, conduct etc, is violated. The contractor shall
indemnify TFL for any action brought against him for violation, non-compliance of any act,
rules & regulation of centre / state / local statutory authorities.
o. All existing and amended safety / fire rules of TFL are to be followed at the work site.
p. Contractor shall ensure payment of wages to the personnel employed and meet all
statutory obligations of payment as per Minimum Wages act 1948 and payment of wages
Act 1936.
q. Special safety equipment e.g. safety belts, helmets, hand gloves, goggles, safety shoes
etc shall be provided to the personnel engaged by the contractor.
r. Suitable site office space may be provided by TFL if required and available.
s. In case of accident, injury and death caused to the employee of the contractor while
executing the Work under the contract, the contractor shall be solely responsible for
payment of adequate compensation, insurance money etc. to the next kith & kin of injured
/ diseased. Contractor shall indemnify TFL from such liabilities.
t. The contractor shall also undertake to obtain necessary group insurance coverage
covering all risks connected with the job to be undertaken by him under the contract from
insurance company and pay the premium accordingly.
u. The contractor shall not employ or permit to be employed any person suffering from any
contagious, loathsome or infectious disease. The contractor shall get examined his
employees / persons deployed from a civil govt. doctor.
w. The contractor hereby agrees to indemnify owner / TFL and harmless from all claims,
demands, actions, cost and charges etc brought by any court, competent authority /
statutory authorities against owner/TFL.
46.0 SECURITY
The contractor shall have total responsibility for all equipment and materials in his custody
stores loose, semi-assembled and/or erected by him at site. All materials of the contract
shall enter or leave the site only with the written permission of Engineer-in-Charge.
a) Bidder is required to furnish the complete and correct information / documents required for
evaluation of their bids. If the information / documents forming basis of evaluation is found to
be false / forged, the same shall be considered adequate ground for rejection of the Bids
and forfeiture of Earnest Money Deposit.
b) In case, the information / document furnished by the contractor forming basis of evaluation
of his bid is found to be false /forged after the award of the contract, TFL shall have full right
to terminate the contract and get the remaining job executed at the risk & cost of such
contractor without any prejudice to other rights available to TFL under the contract such as
forfeiture of Security Deposit, withholding of payment etc.
c) In case this issue of submission of false document comes to the notice after execution of
work, TFL shall have full right to forfeit any amount due to the contractor along with forfeiture
of Security Deposit furnished by the contractor.
Further, such contractor / bidder shall be blacklisted for future business with TFL/
Consultant
48.2 The “Effective Date of Contract” shall be the date of issuance of FOA (Fax of
Acceptance) by the Owner.
48.3 The basic consideration and essence of the Contract is the strict adherence to the
Time schedules for performing the specified works as stipulated in the Contract.
A) For Civil & Structural Works: 90% against the value of actual work done shall be paid
against running bills certified by OWNER/CONSULTANT after recovery of following
payments. Balance 10% shall be treated as retention money and shall be released at the
time of settlement of final bill
Payment shall not be released against 1st R/A bill until submission of following documents
by contractor to the indenting department.
- Balance 10% (Retention Money) shall be released along with final bill.
49.3 Payment in RA bills shall based on quantity of work executed at site (as per the item of work)
& verified by Owner/ Consultant as per the item rate in work orders. Owner/ Consultant is
authorized to allow part rate/ reduced rate for any item of work. The engineer in charge TFL/
Consultant shall specify the reason for the part rate payment in the RA bill. Payment has
been made in RA bill for any item of work but later on some defect is noticed Owner/
Consultant is authorized to disallow the payment in successive bill till rectification of the work.
49.4. RELEASE OF 1st R/A BILL
Payment will be released against 1st R/A bill only on submission of following documents by
contractor to the EIC
i. Financial Guarantee for Performance
ii. Labour License (as per statutory requirements)
iii. EPF Code Registration number with RPFC/ARPFC
iv. Insurance Contractor All Risk (CAR) Policy
v. Workmen compensation policy
49.5 Balance 10% (Retention Money) shall be released along with final bill subject to the
following:
The status of the contractor as L-1 bidder shall be ensured keeping in view the final
executed Bill of Quantity. All the valid tenders considered in evaluation at the time of award
of work shall be re-evaluated at the respective quoted rate with a view to assess whether
L-1 contractor’s price of completed works continues to be the lowest. In case after such re-
evaluation, final contract value is not the lowest, the contractor shall reimburse to Owner the
difference in the amount between the re-evaluated tender and the lowest tendered amount.
This difference of amount shall be adjusted from their final bill.
If the amount recoverable exceeds the amount payable in final bill, the balance amount shall
be recovered by the Owner, from the retention money and or performance bank
guarantee/any other moneys or bank guarantees available with the owner for any other job
being done by the contractor. The contractor shall restore the performance guarantee to the
requisite value to the extent of 10% of contract price in such case where recovery is
required to be affected by the encashment of full amount or a part of the performance bank
guarantee as soon as the contractor receives such intimation from the owner/ consultant.
49.6 The contractor shall raise invoices on fortnightly basis. Bidder shall enclose all documents
as per check list issued by PMC/TFL. However, EIC may authorize payments for bills more
frequently i.e. periodicity of less than fortnight, depending on site requirements.
After receipt of complete RA Bill as per terms and conditions of the contract and duly
certified by Engineer-in-Charge (EIC) / PMC, on-account payment equivalent to seventy
percent (70%) of the net payable certified amount of the RA Bill will be released to the
Contractor within a period of seven (07) working days from submission of certified bill by
PMC to TFL. The balance amount will be released within a period of 15 days from
submission of certified bill by PMC to TFL.
49.7 The final bill complete in all respect shall be submitted by the contractor within three (3)
months of certified completion of work. The bill should be accompanied along with the
following documents.
1. Job completion certificate.
2. No claim certificate on Owner’s prescribed proforma.
3. Site clearance certificate.
4. Performance bank guarantee duly amended to cover certified maintenance period.
5. Material reconciliation statement (statement of material issued by Owner or
consultant to be got certified from stores dept.).
6. Indemnity certificate towards labour payment and all statutory payments.
No claim shall be entertained after receipt of final bill. Settlement of final bill shall be
made subject to settlement of all disputes and furnishing of all required
documents/clarifications and grant of extension of time, if any, by Owner’s competent
authority.
49.8 Price
The prices shall be firm during the entire contract period including all extensions
granted on whatsoever ground may be.
The Order Value/ Contract Value shall be subject to Price Reduction Clause.
49.9 Issue of Credit Note or Invoice of reduced value for PRS Clause
PRS is the reduction in the consideration/ contract value for the goods/ services
covered under this contract. In case of delay in supply/ execution of contract, supplier/
contractor/ service provider should raise invoice for reduced value as per Price
Reduction Schedule Clause (PRS clause). If supplier/ contractor/ service provider has
raised theꞏ invoice for full value, then supplier/ contractor/ service provider should issue
Credit Note towards the applicable PRS amount with applicable taxes.
In such cases if supplier/ contractor/ service provider fails to submit the invoice with
reduced value or does not issue credit note as mentioned above, TFL will release the
payment to supplier/ contractor/ service provider after giving effect of the PRS clause
with corresponding reduction of taxes charged on vendor's invoice, to avoid delay in
delivery/collection of material.
In case any financial implication arises on TFL due to issuance of invoice without
reduction in price or non-issuance of Credit Note, the same shall beꞏ to the account of
supplier/ contractor/ service provider. TFL shall be entitled to deduct/ set off/ recover
such GST amount (CGST & SGST/UTGST or IGST) together with penalties and
interest, if any, against any amounts paid or becomes payable by TFL in future to the
Supplier/Contractor under this contract or under any other contract. "
50.1 There will be no materials under the scope of Contract which will be consigned to Owner,
unless otherwise specifically mentioned elsewhere in the tender. The Owner will not issue
/ provide Road permits/e-way bill to the Contactor except in respect of material directly
purchased by the Owner.
51.1 The award of work shall be on ‘Work Contract Service’ basis. The contractor shall be
responsible for payment of any tax levied on the transfer of property and goods involved
with relevant GST act and rules made there under including amendments, if any. The
contractor shall be liable to ensure to have registered with the respective tax authorities
and to submit self-attested copy of such registration certificate(s) and any taxes/ duties/
levies being charged by the Contractor would be claimed by issuing proper tax
invoice/challan indicating details/ elements of all taxes charged and necessary
requirements as prescribed under the respective tax laws and also to mention correct and
valid registration number(s) on all tax invoices raised to TFL.
51.2 No variation on account of taxes and duties, statutory or otherwise, shall be payable by
OWNER to CONTRACTOR except for GST. However, any statutory variation for GST shall
be payable up to GUARANTEED COMPLETION DATE against documentary evidence. Any
reduction in the amount of GST resulting from a reduction in the rate of GST or remission or
exemption from GST with respect to Goods and Services provided to the OWNER shall be
refundable to the OWNER at actual within the GUARANTEED COMPLETION DATE and
also during the delayed contractual Project completion, if any.
51.3 Any new taxes, duties, cess, levies notified or imposed after the submission of Bid but
before GUARANTEED COMPLETION DATE shall be to OWNER’s Account.
51.4 In case the GUARANTEED COMPLETION DATE is extended for reasons solely
attributable to OWNER, then any increase on account of statutory changes in GST
during the extended period shall be borne by OWNER. Further, any new taxes, duties,
cess, levies notified or imposed after the submission of Price Bid /Supplementary Price
Bid during such the extended GUARANTEED COMPLETION DATE shall be to
OWNER’s Account.
51.5 Irrespective of single or separate insurances, the CONTRACTOR shall take the same
in the joint name of OWNER and CONTRACTOR, with OWNER as Primary Beneficiary
and CONTRACTOR as Joint Beneficiary, to cover all risk including marine cum erection
insurance (MCE), workmen compensation / Employees State Insurance (ESI) under ESI
Act 1948 for Contractor’s personnel, fire risk policy etc. till handing over of PLANT to
OWNER duly commissioned and tested. However, for CONTRACTOR‟s EQUIPMENT,
CONTRACTOR can be the sole beneficiary. Further, OWNER shall have the first right
over the claim amount for all insurance claims, where owner has made part or full
payment to the contractor
51.6 CONTRACTOR shall be fully responsible for pursuing and settling all claims under the
underwriters. In the event of accident, injury, damage or loss likely to form a claim under
the above insurance policies, CONTRACTOR shall, as quickly as possible submit the
insurance claims by underwriters under intimation to OWNER. CONTRACTOR shall also
keep OWNER fully informed about progress of each such case. CONTRACTOR shall
undertake immediate repair and replacement of the equipment lost in transit, storage,
assembly, erection and COMMISSIONING of PLANT pending settlement of claim
thereafter by the underwriters.
51.7 The CONTRACTOR at his cost shall arrange, secure and maintain all insurance as may
be pertinent to the works and obligatory in terms of law to protect his interest and
interest of OWNER in the project, against all perils detailed herein. The Form and the
limit of such insurance as defined herein together with the under-writer in each case
shall be acceptable to the OWNER and OWNER´s acceptance shall not be
unreasonably withheld. However, irrespective of such acceptance, the responsibility to
maintain adequate insurance coverage at all times including third party liability during
the period of contract shall be as of CONTRACTOR alone. The contractor’s failure in
this regard shall not relieve him of any of his contractual responsibilities and obligations.
The insurance covers to be taken by the CONTRACTOR shall be in the joint names of
OWNER and the CONTRACTOR. The CONTRACTOR shall, however, be authorized to
deal directly with insurance company or companies and shall be responsible in regard to
maintenance of all insurance covers.
51.8 Any loss or damage to the equipment during handling, transportation, storage, erection,
putting the equipment into satisfactory operation and all activities to be performed till the
successful completion of trial operation of the plant shall be to the account of the
CONTRACTOR. The CONTRACTOR shall be responsible for reference of all claims
and make good the damages or loss by way of repairs and/or replacement of the
equipment, damaged or lost. The transfer of title shall not in any way relieve the
CONTRACTOR of the above responsibility during the period of CONTRACT. The
CONTRACTOR shall provide the OWNER with copies of all insurance policies and
documents taken out by him in pursuance of the CONTRACT. Such copies of documents
shall be submitted to the OWNER immediately after such insurance coverage. However, if
Marine cargo insurance or Third party liability Insurance is a part of their global policies;
insurer certificate (including the main terms of policy) shall be submitted by
CONTRACTOR. The CONTRACTOR shall also inform the OWNER in the writing at least
thirty (30) days in advance regarding the expiry/ cancellation and/or change in any of such
documents and ensure revalidation, renewal etc. as may be necessary well in time.
However adequacy, credibility and maintenance of Insurance policies is the sole
responsibility of CONTRACTOR and CONTRACTOR shall keep the OWNER indemnified
against any such failure.
51.9 If the material/ equipment or any portion thereof is damaged or lost during transit and
handling, storage, erection, commissioning at site, the replacements of such material /
equipment shall be effected by the CONTRACTOR within a reasonable time to avoid
unnecessary delay in the COMMISSIONING of the EQUIPMENT and without waiting for
realisation of cost of damages from the insurance company, appointed by him for this
purpose. This will not alter the schedule of commissioning & guarantee tests in any way.
51.10 All works and operations necessary to lift and to remove the material from port, ware-
house, railway or other siding, factory or other places of delivery, loading, handling,
transporting and unloading and safely stacking, placing or storing the same at approved
godowns, yards or other place(s) of storage including lashing or other-wise securing or
protecting the same in transit and during and in storage.
51.11 The CONTRACTOR shall maintain a day-to-day account of all materials indicating the
daily receipt(s), consumption(s) and balance of each material and category thereof.
Such account shall be in the format, if any, prescribed by the PROJECT MANAGER and
shall be supported by all documents necessary to verify the correctness of the entries in
the account. Such account shall be maintained at the CONTRACTOR MANAGER‟s
office and site(s) and shall be open for inspection and verification (by verification of
documents in support of the entry as also by feasible verification of the stock) at all
times by the PROJECT MANAGER with authority at all times without obstruction to enter
into or upon any godown or other place(s) or premise(s) where the materials or any part
of them are lying or stored and to inspect the same himself and or through his
representative(s).
51.12 The CONTRACTOR shall at all times be exclusively responsible for any and all losses,
damages, deterioration, misuse, wastage, theft, or other application or misapplication or
disposal of the materials or any of them contrary to the provisions hereof and shall keep
the OWNER indemnified from and against the same and shall forthwith at its own cost
and expenses replace any such material, lost, damaged, deteriorated, misused, wasted,
stolen, applied, mis-applied and/or disposed as aforesaid with other material of
equivalent quality and quantity delivered to site at the CONTRACTOR‟s risks and costs
in all respects.
51.13 Notwithstanding anything herein provided, the CONTRACTOR shall be and remain
solely and exclusively liable to repair, restore or replace, as the case may be, the
materials damaged or destroyed as a result of any act or omission, notwithstanding the
existence or otherwise of any policy(ies) of insurance aforesaid, with the intent that any
policy(ies) of insurance aforesaid taken out by the CONTRACTOR or by the OWNER, on
default by the CONTRACTOR, shall not anywise absolve the CONTRACTOR from his
full liability up to and until issue of the Completion Certificate as provided for herein in
respect of the works, the work(s) and all materials incorporated therein shall be and
remain at the risks of the CONTRACTOR in all respects, including (but not limited to)
accident, lightning, earth-quake, fire, storm, flood, tempest, riot, civil commotion and/or
war or otherwise with respect to the materials, but shall constitute merely an additional
security and not a substitution of liability.
51.14 If the CONTRACTOR shall default in replacing at the job site, free of any cost to the
OWNER, any material lost, damaged, deteriorated, misused, wasted, short, stolen,
misapplied or disposed of within the provisions hereof above, or shall fail to return to the
OWNER any surplus material or empties within the provision hereof above, the
CONTRACTOR shall be liable to pay to the OWNER the cost of such materials or
empties delivered at OWNER‟s stockpile/ godown.
1. The details of key construction equipment in good condition, required to be mobilized by the
contractor, to complete the work within the schedule
2. Contractor to confirm that the above equipments are available with him in good working condition
and shall be timely mobilized on this project site. Contractor has the option to hire some these
equipments from equipment hiring agencies also
3. Owner/consultant reserve the right to physically check& verify the availability of these equipments
prior to award of work
4. Contractor shall replace any defective /damaged equipment promptly to complete the work
without any time & cost implication to the owner/consultant
5. Followings are the tentative list of required equipments to complete the job. The actual
deployment of equipments shall be finalized or approved by Engineer-in-charge.
Page 1 of 19
ANNEXURE - I
TO
SPECIAL CONDITIONS OF CONTRACT
SPECIFICATION
FOR
HEALTH, SAFETY AND
ENVIRONMENT (HSE) MANAGEMENT
TABLE OF CONTENTS
1.0 SCOPE................................................................................................................................ 3
2.0 REFERENCES .................................................................................................................... 3
3.0 REQUIREMENTS OF HEALTH, SAFETY & ENVIRONMENT (HSE) MANAGEMENT
SYSTEM TO BE COMPILED BY BIDDERS ....................................................................... 3
4.0 DETAILS OF HSE MANAGEMENT SYSTEM BY CONTRACTOR ..................................... 7
ANNEXURES: -
1.0 SCOPE
2.0 REFERENCES
The contractor should have a documented HSE policy to cover commitment of their
organization to ensure health, safety and environment aspects in their line of
operation.
3.1.2 The HSE management system of the Contractor shall cover the HSE requirements
including but not limited to what is specified under Para 1.0 and Para 2.0 above.
3.1.3 Contractor shall be fully responsible for planning and implementing HSE
requirements. Contractor as a minimum requirement shall designate/deploy the
following to coordinate the above.
Contractor shall indemnify & hold harmless Owner/Consultant & their representatives
free from any and all liabilities arising out of non-fulfillment of HSE requirements.
3.1.4 The Contractor shall ensure that the Health, Safety and Environment (HSE)
requirements are clearly understood & faithfully implemented at all levels at site.
3.1.5 The Contractor shall promote and develop consciousness for Health Safety and
Environment among all personnel working for the Contractor. Regular awareness
programs and fabrication shop/work site meetings shall be arranged on HSE activities
to cover hazards involved in various operations during construction.
3.1.6 Arrange suitable First-Aid measures such as First Aid Box, trained personnel to First
Aid, Standby Ambulance or Vehicle and install fire protection measures such as
adequate number of steel buckets with sand and water and adequate extinguishers to
the satisfaction of Consultant/Owner.
3.1.7 The Contractor shall evolve a comprehensive planned and documented system for
implementation and monitoring of the HSE requirements. This shall be submitted to
Consultant/Owner for approval. The monitoring for implementation shall be done by
regular inspections and compliance to the observations thereof. The Contractor shall
get similar HSE requirements implemented at his sub-contractor(s) work site/office.
However, compliance of HSE requirements shall be the sole responsibility of
Contractor. Any review/approval by Consultant/Owner shall not absolve contractor of
his responsibility / liability in relation to all HSE requirements.
3.1.9 The Contractor shall ensure participation of his Resident Engineer/ Site-in-Charge in
the Safety Committee / HSE Committees. Meetings arranged by Consultant/Owner.
The compliance of any observations shall be arranged urgently. He shall assist
Consultant/Owner to achieve the targets set by them on HSE during the project
implementation.
3.1.10 The Contractor shall adhere consistently to all provisions of HSE requirements. In
case of non-compliance or continuous failure in implementation of any of HSE
provisions; Consultant/Owner may impose stoppage of work without any Cost & time
implication to Owner and/or impose a suitable penalty for noncompliance with a
notice of suitable period upto a cumulative limit of 1.0% (one percent) of Contract
Value with a ceiling of Rs 10 lakhs. This penalty shall be in addition to all other
penalties specified else where in the contract. The decision of imposing stoppage
work, its extent & monitory penalty shall rest with Consultant/Owner & binding on the
Contractor.
3.1.11 However fatal accident may lead to termination of the Contract. The personnel
accidents shall be investigated by a team of Contractor's senior personnel for root
cause & recommend corrective and preventive actions. Findings shall be documented
and suitable actions taken to avoid recurrences shall be communicated to
Consultant/Owner. Owner/Consultant shall have the liberty to independently
investigate such occurrences and Contractor shall extend all necessary help and co-
operation in this regard.
3.2.1 Contractor shall ensure that a high degree of house keeping is maintained and shall ensure
interracial the followings:
a. All surplus earth and debris are removed/disposed off from the working areas
to identified location(s).
c. All wooden scrap, empty wooden cable drums and other combustible packing
materials, shall be removed from work place to indemnified location(s).
d. Roads shall be kept clear and materials like pipes steel sand, boulders
concrete, chips and bricks etc shall not be allowed on the roads to obstruct
free movement of men & machineries.
e. Fabricated steel structural, pipes & piping materials shall be stacked properly
for erection.
h. Utmost care shall be taken to ensure over all cleanliness and proper upkeep of
the working areas.
i. 'Trucks carrying sand, earth and pulverized materials etc shall be covered
while moving within the plant area.
3.3.1 The Contractor shall provide safe means of access to any working place including
provisions of suitable and sufficient scaffolding at various stages during all operations
of the work for the safety of his workmen, and, Consultant/Owner. Contractor shall
ensure deployment of appropriate equipment and appliances for adequate safety and
health of the workmen and protection of surrounding areas.
3.3.2 The Contractor shall ensure that all their staff and workers including their
subcontractor(s) shall wear Safety Helmet and Safety shoes. Contractor shall also
ensure, use of safety belt protective goggles, gloves etc. by the personnel as per job
requirements. All these gadgets shall conform to relevant IS specifications or
equivalent.
3.3.3 Contractor shall ensure that a proper Safety Net System shall be used at appropriate
locations. The safety net shall be located not more than 30 feet (9.0 meters) below
the working surface at site to arrest or to reduce the consequences of a possible fall
of persons working at different heights.
3.3.4 Contractor shall ensure that flash back arrester shall be used while using Gas
Cylinders at site. Cylinders shall be mounted on trolleys.
3.3.5 The Contractor shall assign to his workmen tasks commensurate with their
qualification experience and state of health for driving of vehicles, handling and
erection of materials and equipments. All lifting equipments shall test certified for its
capacity before use. Adequate and suitable lighting at every work place and approach
there to, shall be provided by the contractor before starting the actual operations at
night.
3.3.6 Hazardous and/or toxic materials such as solvent coating or thinners shall be stored
in appropriate containers.
3.3.7 All hazardous materials shall be labeled with the name of materials the hazards
associated with its use and necessary precautions to be taken.
3.3.8 Contractor shall ensure that during performance of the work, all hazards to the health
of personnel have been indemnified, assessed and eliminated.
3.3.9 Chemical spills shall be contained & cleaned up immediately to prevent further,
contamination.
3.3.10 All personnel exposed to physical agents such as ionizing or non-ionizing radiations
ultraviolet rays or similar other physical agents shall be provided with adequate
shielding or protection commensurate with the type of exposure involved.
3.3.11 Where contact or exposure of hazardous materials could exceed limits or could
otherwise have harmful affects, appropriate personal protective equipments such as
gloves, goggles, aprons chemical resistant clothing and respirator shall be used.
3.3.12 Suitable facilities for toilet, drinking water, proper lighting shall be provided at site and
labor camps, commensurate with applicable Laws/Legislation.
3.3.13 Contractor shall ensure storage and utilization methodology of materials that are not
detrimental to environment. Where required, Contractor shall ensure that only the
environment friendly materials are selected.
3.3.15 All persons deployed at site shall be knowledgeable of and comply with the
environment laws, rules & regulations relating to the hazardous materials substances
and wastes. Contractor shall not dump release or otherwise discharge or dispose off
any such materials without the express authorization of Consultant / Owner.
The Contractor shall prior to start of work submit his Health, Safety and Environment
Manual or procedure and HSE Plans for approval by Consultant/Owner. The
contractor shall participate in the pre-start meeting with Consultant/Owner to finalize
HSE Plans including the following.
Submit timely the completed checklist on HSE activities, Monthly HSE reports,
accident reports, and investigation reports etc as per Consultant/Owner
requirements. Compliance of instructions on HSE shall be done by contractor
and informed urgently to Consultant /Owner.
Ensure that resident Engineer/Site-In-Charge of the Contractor shall attend all
the Safety Committee/HSE meetings arranged by Consultant/Owner. Only in
case of his absence from site that a second senior most person shall be
nominated by him in advance and communicated to Consultant/Owner.
Display at site office and work locations caution boards list of hospitals
emergency services available.
Provide posters, banners for safe working to promote safety consciousness.
Carry out audits/inspection at sub-contractor works as per approved HSE
document & submit the reports for Consultant/Owner review.
Assist in HSE audits by Consultant /Owner and submit compliance reports
Generate & submit HSE records/report as per HSE Plan.
Appraise Consultant /Owner on HSE activities at site.
ANNEXURE -1A
NOTE:
ANNEXURE –1B
Audit function
review/audit
Customer
Contractor: …………………………….
Owner: ………………………………..
Approver
HEALTH SAFETY & ENVIRONMENT (HSE) PLAN
Performing function
Checker
Perform
er
Conformance
Code of
Project: ……………………..
Date: ……………………….
Procedure
guide
/w.i./
lines
description
Activity
PROJECT: CONTRACTOR:
DATE: OWNER:
INSPECTION BY:
NOTE: Write N.A. where the item is not applicable.
ITEM Yes No Remarks Action
HOUSEKEEPING
Waste containers provided and used
Sanitary facilities adequate and clean
Passageways and walkways clear
General neatness of working areas
Other
PERSONAL PROTECTIVE EQUIPMENTS
Goggles, Shields
Face protection
Hearing protection
Safety shoes provided
Hand protection
Respiratory mask etc.
Safety belts
Other
EXCAVATION / OPENINGS
Opening properly covered or barricaded
Excavation shored
Excavation barricaded
Overnight lightening provided
Other
WELDING ,CUTTING
other
SCAFFOLDING
Adequate shoring
Adequate access
Other
LADDERS
Top of landing
Properly secured
Other
Outriggers used
Qualified operators
Other
Proper instruction
Safety devices
Proper cords
Other
Licensed drivers
Others
Personnel instructed
Fire extinguishers checked
No smoking in prohibited areas.
Hydrants Clear
Other
ELECTRICAL
Proper wiring
ELCB's provided
Ground fault circuit interrupters
Protection against damage
Other
Date:
Safety Officer / Resident Engineer
(Signature and name)
To:
OWNER..................... 1 Copy
SECTION: VI
MASTER INDEX
NIT DESCRIPTION: CONSTRUCTION OF RAW WATER RESERVOIR, FIRE WATER RESERVOIR, PUMP
HOUSE AND SERVICES TFL, TALCHER
SECTION-VI TECHNICAL
SECTIONS-VI TECHNICAL SPECIFICATIONS & DRAWINGS
1.0 PROJECT DESCRIPTION & SCOPE OF WORK
2.0 DESIGN PHILOSOPHY – CIVIL & STRUCTURAL
2.1 TECHNICAL SPECIFICATION OF EARTH WORKS
TECHNICAL SPECIFICATION OF CIVIL STRUCTURAL & ALLIED
2.2
WORKS
3.0 DESIGN PHILOSOPHY – PROCESS
4.0 DESIGN PHILOSOPHY – ROTATING / EOT
5.0 DESIGN PHILOSOPHY – PIPING
6.0 DESIGN PHILOSOPHY – ELECTRICAL
7.0 DESIGN PHILOSOPHY – INSTRUMENTATION
DESIGN PHILOSOPHY – CONSTRUCTION, ERECTION,
8.0
PRECOMMISSIONING, COMMISSIONING & START-UP
9.0 SPARE PARTS
10.0 VENDOR LIST
ANNEXURE
ANNEXURE- 1 PLOT PLAN AND PIPING LAYOUT
ANNEXURE- 2 P & ID DRAWING FOR PUMPS CONFIGURATION
ANNEXURE- 3 GENERAL ARRANGEMENT DRAWING FOR EARTHEN RAW WATER
RESERVOIR ( 2 SHEETS)
ANNEXURE- 4 GENERAL ARRANGEMENT DRAWING FOR FIRE WATER RESERVOIR
ANNEXURE- 5 GENERAL ARRANGEMENT DRAWING FOR PUMP HOUSE
ANNEXURE- 6 LAND DEVELOPMENT DRAWING
ANNEXURE- 7 TOPOGRAPHICAL SURVEY DRAWING
SECTION-VII SCHEDULE OF RATES
SECTION: VI-1.0
GENERAL SPECIFICATIONS & SCOPE OF WORKS
1. PROJECT DESCRIPTION
Talcher Fertilizers Ltd. (TFL), a joint venture company of four major Public Sector Units – M/s GAIL
(India) Limited (GAIL), M/s Rastriya Chemicals & Fertilisers Ltd. (RCF), M/s Coal India Ltd. (CIL) and M/s
Fertilizers Corporation of India Ltd. (FCIL) is in process of establishing a world class Coal based fertilizer
complex at Talcher, Angul District, Odisha (India).
The plant will be consisting Coal Gasification Plant, Ammonia Plant and Urea Plant, along with Offsite
and Utility facilities, various offices for functional & administrative requirements, canteen / cafeteria, rest
rooms etc. Besides above plants & facilities, TFL shall also have its own township complex.
To establish above facility, huge quantity of water will be required. This requirement will be met by
drawing water from Brahmni river flowing approximately 14 km away from proposed plant. Water should
be first collected at river bank by training the river through intake channel & storing water in the intake
well. Intake well having facilities of screens, sluice gates, pumps shall pump out required volume of
water from intake well to raw water reservoir in the plant through underground pipeline.
This NIT comprises the requisite job related to the detail design and construction of the following:
1. Earthen Raw water reservoir,
2. RCC Fire water reservoir,
3. RCC Pump house,
4. Allied Electrical, Mechanical, Piping and Instrumentation services
5. Geo Technical tests for Soil investigation
2. GENERAL SPECIFICATIONS
The Contractor shall inspect and examine the site and its surrounding and shall satisfy himself before
submitting his bid as to the nature of the ground and subsoil, the form and nature of the site, the
quantum and the nature of work and material necessary for successful completion of the works and the
means of access to site and in general shall himself obtain all necessary information as to risks,
contingencies and other circumstances which may influence or affect his Tender. Under no
circumstances, extra payment consequent on any misunderstanding or otherwise on the part of the
Contractor shall be allowed.
The Contractor shall have to take all safety precaution to protect all the existing equipment, structures,
facilities and buildings etc. from damage. In case, any damage occurs due to the activities of the
Contractor on account of negligence, ignorance, accidental or any other reasons whatsoever, the
damage shall be made good by the Contractor at his own cost to the satisfaction of the Owner /
Consultant. The Contractor shall have to take also all necessary safety measure, at his own cost, to
avoid any harm/ injury to his workers and staff and facilities of the existing plant.
The work to be performed under the Scope of Work consists of providing all labour, materials except if
indicated in Schedule of Rates, supervision, scaffolding, construction equipment, tools, tackles and
plants, supplies, transportation, all incidental items though not indicated or specified, but reasonably
implied or necessary for successful completion of the work including Contractor's supervision.
Sampling & testing of material & equipment shall be done as per relevant clauses of BIS & shall not be
paid extra. The contractor shall preferably establish a laboratory at site for all relevant site tests as per
BIS requirements.
Following Tender Drawings are attached as Annexure for reference and guidance to the Bidders:
1. Plot Plan and Piping Layout
2. P & ID drawing for pumps configuration
3. General arrangement drawing for Earthen raw water reservoir ( 2 sheets)
4. General arrangement drawing for Fire water reservoir
5. General arrangement drawing for Pump House
6. Land development drawing of the plant area
7. Topographical Survey drawing
These drawing are tentative and sizing/design may change during detail engineering by the Contractor.
The water from Intake well at Brahmani River has to be stored in the proposed earthen raw water
reservoir. The proposed tentative size of raw water reservoir shall be approx. 280 x 270 m having
storage capacity of approx. 340,000 cubic m. The proposed reservoir should have two compartments
with isolation facilities for maintenance purpose.
Provision for suitable pumping should be also provided from at common point of both the reservoirs
through building Pump house having facilities of Vertical turbine pumps. Pumps should have lifting
facilities (EOT cranes) for maintenance. Location of pump sump should to be finalised in consideration of
minimum piping required for transferring water to raw water treatment Plant and Fire Water Reservoir.
The reservoir should have provision of outlet pipes to feed the plant. Ramps and staircases should be
provided at various locations to approach for cleaning of reservoir. Marking of level is to be done in both
the compartments of reservoir. Mild steel hand railings should also be provided all around the
embankments of reservoir.
Base of raw water reservoir shall comprise of compacted earth over which 75 mm thick sand filing layer,
then 1.0 mm Smooth HDPE Geo-membrane Liner conforming to Indian code of practice to make the
under layer of reservoir; and finally 100 mm thick PCC (M20). Sloped embankments of the reservoir shall
be having similar layers shall include appropriate reinforcement for slope protection.
Tender drawings of raw water reservoir and Pump house can be used for reference purpose attached as
Annexure 3 and Annexure 5 respectively. The configuration of piping and pumping facilities shall be in
accordance with P & ID diagram and Piping layout attached in the Annexure.
Fire water reservoir shall be (open to sky) having approx. Storage capacity of 25000 cubic metre. It shall
be of reinforced Concrete (M30 design mix concrete) construction having two compartments with
isolation facilities for maintenance purpose.
Tender drawings of fire water reservoir can be used for reference purpose attached as Annexure 4. The
configuration of piping and pumping facilities shall be in accordance with P & ID diagram and Piping
layout attached in the Annexure.
Bidders are requested to visit the site and execute preliminary soil investigation and firm up their basis of
foundation design for bidding purpose. The successful bidder shall have to carry out detailed soil
investigation for the proposed job afresh.
1. The CONTRACTOR shall carryout Analysis and Design of the structures required for this
document as per the relevant IS codes and shall prepare all the required Architectural, Civil and
Structural drawings needed for correct and accurate construction as per the Design
Specifications given in this document.
2. The CONTRACTOR shall submit a Detailed Schedule for release of documents and drawings for
review / approval to PMC/OWNER, within 2 weeks/or mutually period of date of award of the
Contract. The CONTRACTOR shall strictly adhere to the approved schedule. The Format of
Submission of the above mentioned schedule shall be mutually discussed and finalized after
award of the job.
3. Construction of various structures / facilities, whose designs and / or drawings are specially
identified in the Project Schedule for approval by PMC/OWNER, shall not be taken up for
construction at site till they are approved by PMC/OWNER and comments given are
incorporated.
4. For minor other structures / facilities, the CONTRACTOR shall directly submit the Approved for
Construction (AFC) drawings to PMC for information before, taking up construction.
6. Complete analysis, design and all drawings of each independent structure / facility shall be
submitted in one lot so as to facilitate overall systematic review by PMC.
7. Only after the necessary architectural drawings are approved by the OWNER / PMC to their
satisfaction, then the design drawings shall be reviewed and approved by PMC.
8. The CONTRACTOR shall keep the OWNER / PMC informed of any major design revisions
simultaneously in progress.
Fabrication drawings.
As-built drawings.
Detailing / drafting shall be done on AUTOCAD Latest Version only. Drawing size used shall be
preferably of A1 size only. For foundation layout, drainage plans and paving plans, A0 size
drawings can be used if necessary.
3.1.7 Construction
1. Construction of all civil and structural works including all procurement of material, labour,
Supervision, tools and tackles; dewatering of working area, diversion of nalah/drains if any, area
grading etc. shall be carried out by the CONTRACTOR.
2. Procurement and supply of all materials viz. cement, reinforcement, structural steel etc. shall be
in the scope of CONTRACTOR.
3. All materials shall be procured in consultation with the Owner or as per the approved vendor list
given elsewhere in this document. All materials of construction must be of ISI approved brands.
4. All materials and construction shall confirm to the specification given elsewhere in this document.
FORM NO: 02-0000-0021F2 REV1 All rights reserved
PNPM/PC150/E/112/SEC-VI-
0
CONSTRUCTION OF RAW WATER AND FIRE WATER 1.0
RESERVOIR, PUMP HOUSE AND ALLIED FACILITES DOCUMENT NO REV
AT TFL, TALCHER
SHEET 6 OF 7
6. The CONTRACTOR shall be responsible for obtaining the statutory approval from local
authorities such as Inspector of Factories, Development Authorities, Municipal Corporation and
other concerned authorities before starting the work.
7. The CONTRACTOR shall ensure that the facilities are constructed in accordance with the
APPROVED FOR CONSTRUCTION drawings and specifications.
8. The CONTRACTOR shall maintain and operate an adequate system of control of availability of
latest drawings and specifications, at all the places where work is performed.
9. Construction shall include excavation in all types of soils / rock inclusive of necessary dewatering
as applicable.
10. The CONTRACTOR shall redo / repair all the existing facilities viz. roads, paving, drainage etc.
which are damaged during transportation, construction and erection activities performed by him.
11. Rain water harvesting is mandatory for buildings as per Factory Act of State.
Cement - OPC 43 grade / OPC 53 grade cement shall be used in all works for foundations, Sub-
structure & Super-structure.
Reinforcement Steel
The reinforcement shall be of hot rolled, cold twisted, weldable high yield deformed CRSD
(Corrosion Resistance Steel with Fe500D properties) rebar having Characteristic yield strength
500N/mm²,in accordance with table I of IS:1786. Binding wire used for tying the reinforcement
shall conform to IS: 280 unless specifically mentioned herein or in engineering drawings.
Bidder’s scope of work shall include complete basic & detailed engineering, procurement, supply,
manufacturing, fabrication, transportation, loading, unloading, insurance during transit, storage,
construction, erection/ installation of all Mechanical Rotating Equipment with allied electrical,
instrumentation and civil works, obtaining all necessary statutory approvals from concerned government
authorities as applicable, testing, mechanical completion, pre-commissioning, commissioning,
performance guarantee test runs including total project management and handing over of Raw Water
Reservoir and allied services of prescribed capacity for M/s Talcher Fertilizer Limited ( TFL).
4.1 Bidder’s scope of Work shall include but not be limited to following:
5. Detailed Scope of work for Electrical, Instrumentation & Mechanical works has been provided
in respective sections.
SECTION - VI-2.0
DESIGN PHILOSOPHY
CONTENTS
1.0 GENERAL
1.1 Scope
This engineering design basis defines the minimum design criteria that shall form the
basis for carrying out detailed structural design and engineering of all plant and non-
plant structures and buildings. All data required in this regard shall be taken into
consideration for acceptable, satisfactory and trouble-free engineering of the structures.
Compliance with this design basis and / or review of any of CONTRACTOR documents
shall in no case relieve the CONTRACTOR at the contractual obligations. All structures
shall be designed for the satisfactory performance of the functions for which they are
being constructed.
1.2 Units of Measurement
Units of measurement in design shall be in metric system.
1.3 Definitions
1. CCE Chief Controller of Explosives
2. TAC Tariff Advisory Committee
3. NFPA National Fire Protection Association
4. IS Indian Standards
1.4 Codes and Standards
The design shall be in accordance with established codes, sound engineering practices
and shall conform to the statutory regulations applicable to the country.
The main codes and standards and statutory regulations considered as minimum
requirements are as follows Latest revision of these shall be followed:
IS:456 Code of practice for plain & reinforced concrete
SP:34 Handbook on concrete reinforcement and detailing
IS:800 Code of practice for general construction in steel
IS 801 Code of practice for use of cold formed light gauge steel structural members
in general building construction.
IS:802 Code of practice for use of structural steel in overhead transmission line
towers
IS:806 Code of practice for use of steel tubes in general building construction
IS:816 Code of practice for use of metal arc welding for general construction
IS:875 Code of practice for design loads
IS:1080 Code of practice for design & construction of shallow foundations on soil
In case of any difference between Codal provision and this design basis, the stringent
one should govern the design.
In case of any conflict / deviations amongst various documents, the order of
precedence shall be as follows:
1. Statutory Regulations
2. Job Specifications
3. Engineering Design Basis
4. Standard Specifications
1. Bundle Pull
Bundle pull forces for different types of exchangers shall be taken as under:
a. Fixed type - Nil
b. Kettle type - 0.30 × Bundle weight
2. Thermal Expansion
Horizontal force due to thermal expansion of horizontal vessels / exchangers shall
be relieved by using slotted holes and slide plates and remaining force derived
from the product of the sliding saddle ‘gravity load’ and the coefficient of friction
shall be applied to each support. the coefficient of friction shall be taken as under:
a. teflon to teflon : 0.08
b. stainless steel to teflon : 0.10
c. steel to steel : 0.30
d. steel to concrete : 0.45
3. Non-Static Loading
Foundations and structures supporting vessels subject to surge loading, such as
Deaerators shall be designed with sufficient stiffness and rigidity to resist a notional
horizontal forces of 10% of those derived from the Vessel’s operating weight or the
given surge load whichever is greater. The forces shall be applied at the vessel’s
centre of gravity and act longitudinally or transversely. Consideration shall be given
to bracing these structures.
The design of foundations and structures supporting agitated vessels, centrifuges,
reactors and other variable load equipment shall take full account of all the loading
data provided by the equipment vendors. Where no loads are available,
consideration shall be given to applying force at 10% of operating weight. In
addition, for dynamic effect loads will be increased by 50% of steam agitated
equipment and 25% for mechanical agitated vessels.
Where two or more similar items of such equipment are supported on a common
foundation or structure, the design must be based on the assumption that these
items will resonate in phase.
4. Rotating Equipment
Comprehensive loading data of mechanical equipment, such as, fans, blowers, pumps,
compressors, D.G. Sets, turbines, motors engines etc., as furnished by the equipment
vendor shall be considered.
2.3 Live Loads
Live loads shall, in general, be as per IS:875. However, the following minimum live
loads shall be considered in the design of structures to account for maintenance and
erection phases; if equipment layout / vendor drawings indicate loads of greater
magnitude, the same shall be adopted.
1. Process Building / Technological Structure (Open / Enclosed type)
Operating area - 5.0 kN/m²
FORM NO: 02-0000-0021 F2 REV3 All rights reserved
PNPM/PC150/E/112/
P2
NIT FOR SEC - 2
CONSTRUCTION OF RAW WATER AND FIRE WATER DOC. NO. REV.
RESERVOIR, PUMP HOUSE AND SERVICES AT TFL,
TALCHER Page 8 of 22
1 kN/m² allowance shall be made for services supported from below the floor.
Live load on various types of roofs shall be as per the requirements given in IS:875.
2.4 Wind Loads
Wind loads for structural design shall be as per IS-875 (Part-3) except for switchyard
structures and transmission towers for which IS:802 shall be applicable. Basic wind
speed shall be 47 M/s . Definition of basic wind speed shall be peak gust velocity
averaged over 3 second time interval at 10 m height above mean ground level with 50
years mean return period. The design life span of all structures, except temporary
structures, and boundary wall shall be taken as 50 years. Life span of temporary
structures and boundary wall can be lesser and shall be as per IS:875.
To account for surface area of piping, platforms and other attachments fixed to the
equipment, the surface area of the equipment (vessel/column) exposed to wind shall be
increased by 20% or as specified in the mechanical data sheets of the equipment.
2.5 Seismic Loads
The site falls in Seismic zone-IV. Seismic loads shall be as per IS:1893 (Latest
Revision) .
2.6 Impact and Vibratory Loads
Structures subjected to impact or vibratory loads shall be designed as per the provision
of IS:875 & IS:2974. Requirements for monorails and overhead cranes shall be as per
IS:800, IS:875 or manufacturer’s data, whichever is more stringent.
2.7 Contingency Loads
3.2.2 For transient loadings, such as wind / seismic, allowable net bearing capacity based on
shear criteria may be considered.
3.2.3 For load combinations including wind/Earthquake, the Safe Soil Bearing Pressure may
be increased by 25%.
3.2.4 Allowable Loss of contact area between underside of foundation and soil (due to
resultant Overturning Moment) under different loading conditions shall be as given
below.
** In case area is paved, overburden shall be based on NGL (for area under filling) or
600 mm below HPP, whichever is lower. In case of unpaved area, it shall be w.r.t. FGL.
Minimum factor of safety against uplift shall be 1.2 for all structure. (Note: In case of
sumps, lining weight shall not be included). Beneficial load of backfill can be included
on in circumstances where it will never be removed.
Buoyancy from high ground water levels shall be taken into account in investigating
stability against uplift.
3.3 Piled Foundations
Piles shall be designed as per IS: 2911 . However, pile capacity shall be proven by a
sufficient number of initial load tests before preparing piling plans.
The increase in Safe Working Load permitted as per codal provisions, under load
combinations including wind / earthquake shall apply equally to uplift and sheer
conditions, subject to confirmations by the piling CONTRACTOR with respect to the
particular piling system. Pile capacity may be similarly increased in blast condition to
1.5 times the permissible capacity under compression, tension and shear modes.
When any major machinery is to be supported on piles, behaviour of the piles under
dynamic, loading conditions, as established by necessary field test, shall be
considered.
The capacity of pile groups shall be obtained by applying appropriate group efficiency
factors. Where piles pass through filed ground, the available pile safe working load shall
be suitably reduced to account for negative skin friction caused by settlement of fill.
Where suitable, consideration shall be given to reducing drawdown effects by slip
coating the piles.
While computing horizontal capacity, piles shall be treated as fixed head or free head
depending on the degree of fixity at the top.
3.4 Machine Foundations
Machine / Mechanical equipment foundations shall satisfy the requirements of IS:2974
and any other parameters as per machine vendors.
Generally, foundations and structures supporting rotating machinery shall be so
proportioned that their natural frequency shall not fall within the range of 0.8 to 1.2 of
normal operating speed of the equipment. Further for major rotating machinery such as
main compressor, the amplitude of foundation of structure during normal operation shall
not exceed the allowable amplitude specified by the equipment manufacturer. The
above consideration may be omitted for centrifugal pumps and fans and other minor
rotating equipment weighing less than 1 ton or if the mass of the rotating parts are less
than 1/100th of the mass of foundation installed directly on concrete provided that the
weight of foundation is not less than 3 times of the equipment weight. In such cases,
dynamic analysis is not necessary.
When dynamic analysis is called for, the combined centre of gravity of the machine and
foundation system shall, as far as possible, pass through the centre of area of the
foundation raft or centroid of the pile group. Wherever unavoidable, eccentricity shall be
less than 5% for block foundations and 3% for frame foundations. However, in highly
compressible soils, no eccentricity shall be permitted.
Foundations shall be so designed that natural frequency of the foundation system shall
not resonate with the following:
a) Operating speed of the motor / turbine
b) Operating speed of the machine
c) 2 x Operating speed of the machine
d) Critical speed of the machine (for centrifugal machines)
It shall be ensured that there is no transfer of vibrations from machine foundations to
any part of the adjoining structures. In case such machine are sitting on building floors,
approved damping pads shall be used with prior approval of OWNER / CONSULTANT.
Where deviations (resulting from inaccuracies in soil parameter measurements,
approximations in design method, etc.) from calculated natural frequencies, leading to
amplitudes in excess of specified limits are foreseen, provision for increasing the
foundation mass without removal of the machine and without affecting surrounding
space availability or connected piping shall be made, if possible.
3.5 Concrete Grade
Grade of concrete to be used in foundation shall in general be as per the philosophy
adopted for the entire structure. However, minimum cement content, type of cement
and any remedial actions, if required for foundations due to aggressiveness of subsoil
water, shall be as stated elsewhere in this document. Minimum grade of reinforced
concrete shall be M25. For underground & water retaining structures, such as,
manholes, cooling tower etc. M 30 grade reinforced concrete shall be used.
3.6 Foundation Bolts
3.10.4 In all liquid retaining structures, PVC water bars (230 mm wide, 6 mm thick) shall be
provided at each construction joint. PVC water bars shall be of minimum 150/230 mm
width and 6 mm thickness, and generally shall be riffed/serrated type with a central bulb
Kicker type PVC water bars shall be used for the base slab and in other areas where it
is required to facilitate concreting.
4.0 Concrete Grade
The minimum M25 grade of reinforced cement concrete shall be used for all structures
and foundations except for grade slabs / paving for which M20 may be used. From
durability consideration the minimum cement content and maximum water-cement ratio
shall be as follows :
Maximum cement content shall not exceed 450 kg/m³. If soil investigation report
recommends high cement content and / or specified type of cement, the same shall
have precedence.
75 mm thick lean concrete of grade M10 (nominal mix) shall be provided under all RCC
foundations except under base slab of liquid retaining structures where 100 thick
concrete of mix M10 (nominal mix) shall be used. The lean concrete shall extend 75
mm beyond the foundation for normal foundations and 100 mm under liquid retaining
structures.
Concrete for encasing shall be M20 with 10 mm down aggregate.
Plain cement concrete (PCC) of grade M15 (nominal mix) of minimum 150 mm
thickness shall be provided under all masonry wall foundations.
Plain cement concrete of grade M20 of minimum 40 mm thickness shall be provided as
damp proof course, at plinth level of all masonry walls and to be coated with 3 mm thick
bitumen emulsion.
4.1 Reinforcement Bars
High yield strength deformed TMT steel bars of grade Fe500D conforming to IS:1786
shall be used.
Concrete structures
Expansion points in concrete structures shall be provided at 30-35 m centers. The
expansion joint shall be provided preferably by way of twin columns on a common
foundation. Sliding joints shall be avoided as far as possible.
4.4 Deflections
4.4.1 Deflections in concrete structures shall in general be limited by adherence to the limits
on span by depth ratio for beams and slabs and length to lateral dimension ratios for
columns as prescribed in IS:456. Where special functional / serviceability requirements
or large spans demand actual deflections and / or crack widths shall be calculated and
the following limits adhered to:
Total deflection due to all loads including the : Span/250
Effects of temperature creep and shrinkage
Crack width (for non-liquid retaining structure) : 0.3 mm
Total horizontal deflection between two floors : Storey height/200
4.5 Miscellaneous Applications
4.5.1 Admixtures
Admixtures shall conform to IS:9103 and to be mixed with concrete (if required) strictly
as per manufacturer’s recommendations.
4.5.3 Ramps
Ramps for building entrance shall be cast in situ R.C.C. designed as a grade slab and
the slope of ramps shall not be less than 1 in 10. Minimum thickness of the slab shall
be 150 mm.
a) All masonry walls from ground floor shall be placed on R.C.C. grade beams.
However, light internal partitions may be placed on ground floor slab.
b) All brick masonry (M 7.5 grade) walls shall be considered as 230mm thick, except
for partition walls which will be 115 mm thick. However, for fire barrier walls
minimum thickness shall be considered as 350 mm.
c) All in-filled brick (M7.5 grade) panels shall be designed to transfer horizontal loads
from wind and seismic to the structural frameworks without damage and the extent
of brick panel dimensions shall be as per the recommendations in IS. All half
masonry wall shall be provided with reinforcement consisting of 2 Nos. of 8mm
diameter bars at every fourth layer.
be rigidly connected with staircase and adjoining structures, which are on ambient
temperatures.
5.1.2 Crane gantry girders shall generally be of welded construction and of single span
length. Chequered plate shall be used for gantry girder walkway flooring.
5.1.3 Steel staircases shall have channels provided as stringers with minimum clear width of
1000 mm. The vertical height between successive landings shall not exceed 4.0
meters. Treads shall be minimum 250 m wide made of grating (with curved chequered
plate nosing) spaced equally so as to restrict the rise to maximum 150 mm. If relevant
local by-laws or applicable Factory Act Rules stipulates more stringent requirements in
this regard, the same shall be adhered to.
5.1.4 Electro-forged galvanized MS gratings grating shall be minimum 30 mm deep. The
maximum size of voids in the grating shall be limited to 34 mm x 65 mm. The minimum
thickness of galvanizing shall be 86 microns. Gratings shall be suitable for the operation
and maintenance loads for the floors.
5.1.5 Bolted connections shall be adopted as far as practicable, except for cases where
welded connections are required viz. (Galvanized) electrical switchyard structures and
transmission towers. Structural connections shall have minimum two bolts of 16 mm
dia. unless otherwise limited by the size of members
5.1.6 Lock nuts shall be provided for anchor bolts of tall structures, tall process columns,
vibrating equipment, etc.
5.1.7 Minimum two nuts shall used for all anchor bolts except for ladder, stair and hand rail.
5.2 Expansion Joints
Expansion joints shall be provided at 80 – 100 m centres, where possible, column
bracing shall be provided at the center of a longitudinal frame, rather than at the ends
so as to avoid constraints on free expansion.
5.3 Steel Grade
Structural steel shall be of yield stress of 250 Mpa conforming to grade B of IS:2062.
Tubular steel shall conform to Yst 310 of IS:1161 & 4 IS: 4923.
5.4 Limiting Permissible Stresses
Permissible stresses in structural members shall be as specified in various codes.
IS:800 - Hot rolled sections (excluding transmission towers and
Switchyard structures).
IS:801 - Cold formed light gauge sections
IS:802 - Transmission towers & switchyard structures
IS:806 - Tubular Structures
Permissible stresses in bolts shall be as specified in:
IS:800 - Hot rolled sections
IS:801 - Cold formed light gauge sections
IS:802 - Transmission towers & switchyard structures
FORM NO: 02-0000-0021 F2 REV3 All rights reserved
PNPM/PC150/E/112/
P2
NIT FOR SEC - 2
CONSTRUCTION OF RAW WATER AND FIRE WATER DOC. NO. REV.
RESERVOIR, PUMP HOUSE AND SERVICES AT TFL,
TALCHER Page 19 of 22
a) The limiting permissible vertical deflection for structural steel members shall be as
specified below :-
Gantry girder for electric overhead crane (Capacity up : L/750
to 50T)
Gantry girder for electric overhead crane (Capacity : L/1000
over 50T)
Gantry girder for manually operated crane : L/500
Girder beam for supporting dynamic equipment/hoist : L/450
Grating / Chequered plate : L/200 or 6mm
Whichever is
less
Purlins supporting any type of roofing material : L/200
Under (dead load + live load) or (dead load + wind :
Load ) conditions
Other structural components : As specified in
relevant IS,
Where “L”
represents the
span
The limiting permissible horizontal deflection for : Height/325
multistoried steel structure/ building including flare
stack
For designing the piperack superstructure and foundation the following loads shall be
considered:
For pipe racks of width greater than 10 m, the projected height shall be lesser of the
following two:
1. 0.8 X (diameter of largest pipe including insulation (m) + tan 10º × (width of rack (m).
2. Height between consecutive tiers
6.1.8 For flare header or any other line supported on extended leg of piperack, the wind force
shall be considered separately.
SECTION - VI-2.1
TECHNICAL SPECIFICATION
FOR
EARTH WORKS
ABBREVIATIONS:
Cms CENTIMETERES
DGMS DIRECTOR GENERAL OF MINES SAFETY
Gm/cc GRAM PER CUBIC CENTIMETRE
M METRE
M² SQUARE METRE
mm MILIMETRE
sqm SQUARE METRE
CONTENTS
1. SCOPE
3. GENERAL
5. CUTTING TREES
1.0 SCOPE
This specification and the method of measurements described thereon are applicable
for earthwork involved in Site Grading & Rock Cutting.
3.0 GENERAL
3.1 CONTRACTOR shall maintain adequate drainage facilities at SITE at all times during
the execution of work. Additional ditches, drains & such other temporary means to
achieve this, over and above what is shown in the drawings, shall be provided and
maintained by CONTRACTOR at his own cost.
3.2 Adequate dewatering facilities like dewatering pumps and piping etc. shall also be
provided by the CONTRACTOR for this work, including dewatering during excavation
etc. as required, at his own cost.
4.1 Only soil considered suitable by the Engineer-in-charge shall be deployed for the
construction and that considered unsuitable shall be disposed off, as directed by
Engineer-in-charge, at his own cost and no claim for compensation will be
entertained.
4.2 The CONTRACTOR shall give the samples of soil he proposes to use for filling, along
with the following characteristics of the samples, to Engineer-in-charge for approval,
prior to collection and use. The tests for these characteristics shall be done in a
laboratory / test house as approved by Engineer-in-charge.
4.3 The soil used for filling shall be free from boulders, lumps, tree roots, rubbish or any
organic deleterious matter.
4.4 Soil having plasticity index less than 20 shall be used, for filling purpose.
4.5 Soil having laboratory maximum dry density of less than 1.5 gms/cc shall not be used.
4.6 Care shall be taken to see that unsuitable waste material is disposed off in such a
manner that there is no likelihood of its getting mixed with the material, proposed to
be used, for filling.
4.7 The work shall be so planned and executed that the best available soil are reserved
for the top portion of Embankments.
5.1 All trees having girth above 30 cms, which are not marked for preservation, shall be
Cut down and their roots dug up to a depth of 1 metre from the existing ground level.
Further, Relevant statutory approval shall be obtained in the name of owner by the
contractor without affecting completion schedule. However, all necessary assistance
shall be provided by owner.
5.2 All holes or hollows produced by digging up roots shall be carefully filled with
approved soil, including all leads and lifts, rammed and compacted to obtain 90% of
maximum laboratory dry density of soil and levelled as directed.
5.3 All uprooted trees shall be stacked or disposed off as directed by Engineer-in-charge.
5.4 Payment
Cutting of trees above 30 cms girth shall be paid per number. The rate quoted shall
include cutting, uprooting removing the trees within plant boundary as directed,
including filling holes or hollows produced by removal of roots etc. as per
specifications.
.
6.0 CLEARING AND STRIPPING
6.1 All the areas, including depressions, where filling or cutting is to be carried out shall
be cleared and stripped completely of bushes, roots, vegetation, plantation trees,
shrubs, trees up to 30 cms girth, organic and other objectionable materials. All these
shall be completely uprooted and virgin soil exposed and not merely scrapped at the
surface. The roots of trees of girth up to 30 cms shall be removed to a minimum depth
of 1M below existing ground level and holes, hollows filled up with selected approved
available soil within all leads and lifts and compacted to obtain 90% of laboratory dry
density of soil as per IS: 2720, Part VII and levelled as directed by Engineer-in-
charge. All soft patches must be worked out to remove soft soil and selected
approved earth must be filled back and the areas (areas coming under filling)
compacted to obtain 90% of maximum laboratory dry density of soil, as per IS: 2720
Part VII. The depth of stripping shall be generally 50 to 150 mm as decided by
FORM NO: 02-0000-0021F2 REV1 All rights reserved
TECHNICAL SPECIFICATIONS PNPM/PC150/E/112/SEC – VI-
0
2.1
FOR EARTH WORKS DOCUMENT NO REV.
PAGE 6 OF 14
Engineer-in-Charge.
6.2 Material obtained from clearing shall be stacked or disposed off as directed by
Engineer-in-charge within a lead as per directions of Engineer-in-Charge.
6.3 Payment
No separate payment shall be made for clearing, stripping and disposal of materials
obtained from clearing. This shall be considered as part of cutting work in areas of
cutting and filling work in areas of filling and the rates quoted under the respective
items of
ii. Earthwork in filling (both with available earth & earth obtained from
approved borrow areas); shall be inclusive of clearing and stripping with all
operations described above in clause no.6 in respective areas of cutting
and filling.
No separate payment shall be made for clearing, stripping .and disposal of materials
obtained from clearing of borrow areas for earth. This shall be considered as part of
filling work in area of filling and the rate quoted under the respective items.
7.1 After clearing and stripping of areas as specified above in clause No.6, spot levels at
intervals and pattern as decided by the Engineer-in-charge, shall be taken jointly by
CONTRACTOR and Engineer-in-charge. Excavation / cutting shall commence only
after the levels are signed by the contractor as a token of his acceptance.
7.2 Excavation / cutting shall be carried out strictly as per the instruction of Engineer-in-
charge.
7.3 If the contractor excavates / cuts beyond the required level, additional quantity of
earthwork shall not be paid for. The excavation taken below the specified level shall
be made good by filling with approved material, to the required compaction, at
Contractor's cost.
7.4 The final bed and sides of excavation, must be levelled, dressed and compacted. In
case of areas under excavation for site grading, the final surface shall be levelled,
dressed and consolidated by means of sheep foot' power driven rollers to obtain
maximum compaction. However, no test control is required in such areas.
7.5 Shoring and strutting shall be adopted only with the permission of Engineer-in-charge
in writing. Such shoring and strutting shall follow the necessary specification.
7.7 Payment
Payment for Excavation shall be on the basis of volume of excavation calculated on
the basis of joint level taken as per clause 7.1 and the final finished grade levels, the
volume being calculated by the Trapezoidal rule including dewatering, if required.
Intermediate payment will be on the basis of volume calculated based on spot levels
taken during the time of the billing. Reference is also invited to clause 7.3.
8.1 After clearing, stripping and consolidation of areas as specified in clause 6, spot
levels at intervals and pattern as decided by Engineer-in-charge shall be taken jointly
by the CONTRACTOR and Engineer-in-Charge and filling shall commence only after
the levels are signed by the CONTRACTOR as a token of his acceptance. Approved
fill Material shall be spread in uniform layers not exceeding 30 cms in loose depth.
The contractor has to make his own approach and access roads from the borrow area
to the demarcated filling areas. While the CONTRACTOR may .make use of such
short cuts as may be available to him for earth movement from borrow areas to the
filling areas, the OWNER does not guarantee any passage way or right of way for the
CONTRACTOR's work other than available at site. No claim shall also be admissible
to the CONTRACTOR on account of his having to take longer leads or routes for
earth movement, than envisaged by him, either due to any road cuttings, non-
availability of routes, or any other grounds whatsoever.
In case total filling required in any area consists of soil both from borrow areas and
available approved excavated material from within plant area, then joint levels, shall
be taken before commencing filling with earth from borrow area.
However, earth available from borrow areas required for filling can be used only after
the available earth from excavation within demarcated area has been utilised and
clearance to this effect obtained from the Engineer-in-charge.
8.2 All clods, lumps etc, shall be broken before compaction.
8.3 Successive layers of filling shall not be placed until the layer below has been
thoroughly compacted and tested to satisfy the requirements laid down in this
specification.
8.4 Prior to rolling, the moisture content of material shall be brought to within plus or
minus 2% of the Optimum Moisture Content as described in IS: 2720 Part VII. The
moisture content shall preferably be on the wet side for potentially expansive soil.
8.5 After adjusting the Moisture Content as described in clause 8.4, the layers shall be
thoroughly compacted by either sheep foot roller or power driven roller or vibratory
roller, as approved by Engineer-in-charge, till the specified maximum laboratory dry
density is obtained.
FORM NO: 02-0000-0021F2 REV1 All rights reserved
TECHNICAL SPECIFICATIONS PNPM/PC150/E/112/SEC – VI-
0
2.1
FOR EARTH WORKS DOCUMENT NO REV.
PAGE 8 OF 14
8.6 Each layer shall be tested in field for density and accepted by Engineer-in-charge,
subject to achieving the required density, before laying the next layer. A minimum of
one test per 500m2 for each layer shall be conducted.
8.7 If the layer fails to meet the required density, it shall be reworked or the material shall
be replaced and method of construction altered as directed by Engineer-in-charge to
obtain the required density.
8.8 The filling shall be finished in conformity with the alignment, levels, cross-section and
dimensions as shown in the drawing.
Earthen embankment shall be filled 300mm more on both sides, where height is more
than 1M and this extra filling shall be dressed, after compaction, in conformity with
alignment, level, cross-section and dimension as shown in the drawing, to achieve
proper compaction in the slope. No extra payment shall be made in this regard.
8.9 Extra material shall be removed and disposed off as directed by the Engineer-in-
charge.
8.10 Tolerances
General site grading, including cutting and filling in depressions, shall be carried out
to within up down tolerance of ±5 cms of final lines, grades and slopes.
For earth work in filling in open lined/unlined wells, only locally available coarse sand
shall be used, in layers of 500 mm thickness. Each layer shall be thoroughly wetted
by sprinkling water, before next layer is filled up. Filling shall be done up to 1m depth
below NGL as above. Layers from a depth of 1m below NGL, up to NGL, shall also
comprise of locally available coarse sand and compacted with suitable Mechanical
manual means, to obtain same level of compaction as required for filling above NGL.
Filling above NGL shall be done as per Cl. 8.1 to 8.10 above.
8.12 Payment
8.12.1 Payment for filling shall be made on cubic metre of volume calculated on the basis of
cross section plotted from the levels of ground, where filling is to be carried out and
the levels reached after filling is duly consolidated, volume being calculated by
Trapezoidal method.
8.12.2 In case of simultaneous cut and fill operation, wherever specified, payment shall be
made on the basis of one composite rate for cutting and filling.All other details about
measurement etc. remaining same as above.
8.12.3 Payment for filling in open wells, lined or unlined, shall be made on the basis of
volume calculated on the basis of average area mult6iplied with depth of open well.
8.12.4 No extra payment shall be made towards testing.
9.1 Surplus earth and soil from excavation and general site grading shall be removed
from the construction areas to the area demarcated by the Engineer-in-charge.
9.2 Payment
Payment shall be made only for lead beyond initial lead from construction area. Rate
shall include loading, transportation, dumping, stacking the surplus earth and soil in
the area demarcated by the Engineer-in-charge.
10.1 Blasting operations shall be carried out with the prior permission and in the presence
of the Engineer-in-charge or his authorised representative and during fixed time hours
of the day. Blasting operations shall be carried out as per Indian Explosive Rules
1983, amended up to date. The contractor shall obtain license from Controller of
explosives to carry out blasting operations as well as for obtaining and storing the
explosives as per Indian Explosive Rules (latest). All safety precautions such as
providing safety nylon netting etc. shall be carried out as per instructions of the
Engineer-in-charge.
10.1.1 The contractor shall ensure that all workmen and the personnel at site except those
who have actually to light the fuse are evacuated from the unsafe area to be
determined by the Engineer and warned by loud speaker in local language to safe
distance, not less than 200 metres at least 15 minutes before firing time by sounding
warning siren. The area shall be encircled by red flags. The contractor shall be
responsible for any accident to workmen, public or property due to blasting operation.
10.1.2 Gunpowder, gelatine and other safe explosives only shall be used wherever possible.
Explosives with nitro-glycerine shall be used only under exceptional circumstances,
with prior approval of the Engineer-in-Charge.
10.1.3 All fuses shall be cut to the length required, before being inserted into the holes.
10.1.4 The no. of charges to be fired and the actual no. of shots heard shall be compared
and the person responsible must satisfy himself by examination that all the charges
have exploded before work people are permitted to approach the scene. The
withdrawal of a charge, which has not exploded shall under no circumstances be
permitted, such charges shall be flooded with water and the hole marked into a
distinguishing manner. The next hole to be fired shall be at a distance of about 500
mm from the unexploded hole and fired in the usual way.
The contractor or any .of his competent authorised person shall be in charge of the
blasting operations and shall be held responsible for strictly observing the safety
rules, .particularly applicable to blasting operations, in addition to other safety rules.
10.1.5 For blasting rocks with dynamite, the following general principles shall be observed.
In general, the following diameter of drills shall be used for different depth of
borehole's.
The boreholes should generally be not more than 1.5m'deep and the distance apart
should be from one and a half to twice their depth.
Cracks and fissures in the rock to be blasted shall be carefully studied to ascertain the
best position for the boreholes. The charge shall always be placed in a sound piece of
rock, if possible not nearer than 300mm from the crack.
10.2 Rules for Blasting with Dynamite and other High Explosives
10.2.1 The Person-in-charge must show that he is thoroughly acquainted with the blasting
operations and that he understands the rules laid down herewith. He will be held
responsible for any accident that may occur. He must be a licenced blaster with a
valid licence from DGMS.
10.2.2 Boreholes must be of such a size and uniform that the cartridges can easily pass
down them.
10.2.3 The position of all holes to be drilled must be marked out with white paint and the
person in-charge must take particular note of these positions.
10.2.4 The drilling operation after being finished, the person-in-charge must make a second
inspection and satisfy himself that the boreholes marked out by him have been drilled
and cleaned properly.
10.2.5 The person-in-charge must prepare all charges necessary for boreholes.
10.2.6 Number of holes to be loaded and fired at one time shall be as per explosive rules.
Boreholes must be thoroughly cleared before a cartridge is inserted.
The loading is to be done by the person-in-charge himself and the position of the
charge holes' carefully noted by him. Circular wooden 'tamping rods only to be used
in charging holes with flat bottom, (one cartridge at a time must be inserted) and
cartridge gently pressed with the tamping rod.
10.2.7 Immediately before firing a blast, due warning must be given and the person-in-
charge must see that all the labours have retired to safety.
10.2.8 The safety fuses of the charged holes are to be lighted in the presence of the person-
in-charge, who must see that the fuses of the holes charged have properly ignited.
After the blast, the person-in-charge must carefully inspect the work and satisfy
himself that all the charges have exploded.
10.3 Misfires
10.3.1 Misfires are a source of great danger. If it is suspected that part of the blast to fire is
delayed, sufficient time shall be allowed to elapse before entering the danger zone.
When fuse and blasting caps are used, a safe time of at least an hour should be
allowed.
10.3.2 None of the drillers are to work near these holes until the three following operations
have been done by the person-in-charge.
a. The Person-in-charge .should very carefully extract the tamping with a wooden
scrapper and withdraw the fuse with the primer and detonator attached, after
which a fresh primer and detonator with fuse should be placed in this hole and
fired; or
b. The hole may be cleared of 300mm of tamping and the direction then
ascertained by placing a stick in the hole. Another hole may then be drilled
150mm away and parallel to it: this hole to be then charged and fired when the
other charge should explode.
10.4.1 The safety fuse should be cut in an oblique direction with a knife.
10.4.2 All saw dust must be cleared from the inside of the detonator; this can be done by
blowing down the detonation and tapping the. open end. No instrument shall be
inserted into the detonator for this purpose.
10.4.3 After inserting the fuse in the detonator, it shall be fixed by means of nippers.
10.4.4 If there is water present, or if the boreholes be damp, the junction of the fuse and
detonator must be made water tight by means of grease, white lead or tar.
10.4.5 The detonator should be inserted into the cartridge, so that about one third of the
copper tube is left exposed outside the explosives. The safety fuse outside the
detonator, should be necessarily tied in position in the cartridge. Waterproof fuse only
to be used in the damp boreholes, or when water is present in the borehole.
10.4.6 If a misfire has been found to be due to defective fuse, detonator or dynamite, the
whole quantity or box from which the detective article was used shall be rejected.
10.4.7 Storage of materials for blasting shall be as per statutory regulations / stipulations of
the concerned authorities.
Excavation shall be cleaned, ttimmed to exact shape and all disturbed material 'and
other debris shall be removed. When the excavation have been taken out to the lines
specified as shown on the drawings and the surface cleaned as specified, the
contractor shall notify the Engineer that the excavation is ready for inspection and no
further work shall be done with concrete or backfill until it has been inspected and
approved by the Engineer. Cost of this work is deemed to have been included in the
unit rates for excavation.
Where any material obtained from the excavation is, in the opinion of the Engineer,
suitable for use in a particular section of the work as fill or backfill, such material shall
be selected and if necessary, loaded, hauled, placed, spread and used to construct
the fill or backfill with respect to the lines and grades specified for the work. As far as
possible the most suitable of the materials excavated for the work shall be used to
construct the fill and backfill embankments, roads and storage areas, where required.
The useful rock available shall be stacked at the locations as decided by the Engineer
and the cost of this work is deemed to have been included in the Unit rate of
excavation.
Materials containing brush roots or other perishable materials shall not be considered
suitable. The suitability of the materials and their disposition in the work shall be
subject to the approval of the Engineer-in-Charge.
All surplus materials shall be carried away from the site and disposed at dumping
sites selected by the Engineer, up to a lead as indicated in the relevant items of the
schedule of rates. The Engineer may ask the contractor to dump the excavated
materials in regular heaps, bunds, blankets', riprap with regular slopes as directed by
the Engineer and levelled so as to provide natural drainage. As a rule, all softer
material shall be laid along the centre of heaps, with the harder and more weather
resisting materials forming the casing on the sides and the top. Excavated rocks,
which can be used in soling as road metals or for making concrete aggregate shall be
stacked separately, as directed by the Engineer. All such works as mentioned above
is deemed to have been taken into account while. quoting for the excavation and the
contractor for the above works shall claim no extras.
FORM NO: 02-0000-0021F2 REV1 All rights reserved
TECHNICAL SPECIFICATIONS PNPM/PC150/E/112/SEC – VI-
0
2.1
FOR EARTH WORKS DOCUMENT NO REV.
PAGE 13 OF 14
All rock excavated from the pits shall be the property of the Owner.
Material excavated for the works, which is rejected as unsuitable or not required by
the Engineer, shall be disposed of in spoil areas as specified-by the Engineer.
The spoil areas shall be left in a neat and sight condition and sloped to drain properly
as may be directed by the Engineer.
10.5.1 General
This specification lays down .the requirements for control blasting for rock
excavations wherever required.
Wherever required by the Engineer, the rock blasting shall be controlled, so that
vibration generated during the blasting do not cause damage to the buildings and
installation around built up areas. Similarly the rock pieces should not fly off the pits
and thus damage the buildings and installation around. Apart from the general
precautions mentioned in the preceding paragraphs, following protective measures
are suggested as guidelines. Tenderers are requested to carefully check the site
conditions and submit the details of the scheme they propose to adopt for controlling
the blast.
c. Reinforcement rod mesh, not less than 20mm dia at 150mm centres in
both directions, shall be put over the steel plates.
d. Steel plate and reinforcements shall be inspected after every blasting
operation and all twists shall be removed before reuse, to the satisfaction
of the Engineer-in-Charge.
e.The thickness of the covering plate and the kind of dead weight shall be duly got
FORM NO: 02-0000-0021F2 REV1 All rights reserved
TECHNICAL SPECIFICATIONS PNPM/PC150/E/112/SEC – VI-
0
2.1
FOR EARTH WORKS DOCUMENT NO REV.
PAGE 14 OF 14
In no case shall blasting be allowed closer than 15m to any structure after concrete
placing has started.
The contractor shall be responsible for all damage caused by blasting, whether
permanent or temporary structure and shall replace or repair the structures at his own
cost.
If soil of any classifications other than that specified in the Schedule of Rates is met
during excavation, the decision of the Engineer-in-charge as to the classification of
soil, levels of the strata of different classifications and their locations shall be binding.
In above case, the total quantity of Excavation shall be computed from the
measurement of the area excavated. The hard rock and soft rock shall be measured'
separately from the relevant stacks and each shall be reduced by fifty percent for
voids, and paid under the relevant items. The balance, that is the total quantity of
excavation minus the reduced (for voids) quantity of excavation for rocks shall be paid
as soil as per the discretion of the Engineer-in-Charge. However, the maximum
payment shall be limited to the volume of the area excavated, as approved by
Engineer-in-charge.
TECHNICAL SPECIFICATIONS
FOR
CIVIL, STRUCTURAL
AND
OTHER ALLIED WORKS
CONTENTS
1.0 GENERAL
1.3 Site clearing - Site clearing means the cutting of trees, bushes, shrubs etc. and the
pulling out of roots and stumps to effect a general cleaning of the site area. All these
materials shall be removed from the site area at the CONTRACTOR's expenses and
responsibility and shall be disposed off as directed by Engineer-in-Charge. Trees,
bushes, roots, stumps and other materials shall not be disposed off by burning within
the site boundaries unless the Engineer-in-Charge permits.
2.1 Wherever reference of BIS Specifications/ or BIS Codes of Practice are made in the
Specifications/ Schedule of Rates or Preambles, reference shall be to the latest
edition of BIS (Bureau of Indian Standards).
BIS - 109 Ready mixed paint, brushing, priming, plaster to Indian Standard
colour No. 631 & 361 white and off-white.
BIS - 248 Sodium bisulphite, technical (sodium metabisuphite).
BIS- Specification for Ordinary Portland Cement
269(2015)
BIS - 383 Coarse & Fine aggregates from natural sources for concrete.
BIS - 419 Putty, for use on window frames.
BIS - 427 Distemper, dry, colour as required.
BIS - 432 Mild Steel & Medium tensile steel bars.
BIS - 456 Code of Practice for Plain and Reinforced Concrete.
BIS - 515 Natural and Manufactured aggregates for use in mass concrete
BIS - 730 Hook bolts for corrugated sheet roofing
BIS - 800 Code of Practice for General Construction in Steel
BIS - 814 Covered electrodes for manual metal arc welding of carbon and
carbon manganese steel.
BIS - 815 Classification coding of covered electrodes for metal arc welding of
structural steels.
BIS - 816 Metal Arc Welding for General Construction of Mild Steel.
FORM NO: 02-0000-0021F2 REV1 All rights reserved
PNPM/PC 150/E/112/SEC
TECHNICAL SPECIFICATIONS FOR CIVIL & –VI- 2.2
0
STRUCTURAL WORKS
DOC. NO. REV.
PAGE 4 of 36
BIS - 817 Code of practice for training and testing of metal arc welders.
BIS - 883 Code of practice for structural timber in building.
BIS - 1038 Steel doors, windows and ventilators
BIS - 1079 Hot rolled carbon steel sheets & strips
BIS - 1081 Code of practice for fixing and glazing of metal (steel & aluminium)
doors, windows and ventilators.
BIS - 1161 Steel tubes for structural purposes.
BIS - 1285 Wrought aluminium & aluminium alloy extruded round tube and
hollow sections
BIS - 1361 Steel windows for Industrial Buildings.
BIS - 1363 Hexagon head bolts, screws & nuts of product grade C : Part - I
Hexagon head bolts ( size range M5 to M64)
BIS - 1367 Technical supply conditions for threaded steel fasteners
BIS - 1566 Hard - Drawn steel wire fabric for concrete reinforcement.
BIS - 1786 High strength deformed steel bars & wires for concrete
reinforcement.
BIS - 2062 Steel for general structural purposes.
BIS - 2116 Sand for masonry mortars.
BIS - 2212 Code of practice for brickwork.
BIS - 2386 Methods of test for aggregates.
BIS - 2553 Safety glass: Part-I General purpose.
BIS - 2835 Flat transparent sheet glass
BIS - 3007 Code of practice for laying of asbestos cement sheets.
BIS - 4021 Timber door, window and ventilator frames
BIS - 4923 Hollow Steel sections for structural use.
BIS - 4925 Concrete batching and mixing plant.
BIS - 5410 Cement Paint
BIS - 6477 Dimensions for wrought aluminium & aluminium alloys, extruded
hollow sections.
BIS - 7318 Fusion welding of steel.
BIS - 10262 Recommended guidelines for concrete mix design.
3.0 EARTHWORK
3.1 EXCAVATION
3.1.1 Excavation shall be carried out in soil of any nature and consistency, in the presence
of water or in the dry, met on the site to the lines, levels and contours shown on the
detailed drawings and CONTRACTOR shall remove all excavated materials to soil
heaps on site or transport for use in filling on the site or stack them for reuse as
directed by the Engineer-in-Charge.
3.1.2 Surface dressing shall be carried out on the entire area occupied by the buildings
including plinth protection as directed without any extra cost. The depths of
excavation shown on the drawings are the depths after surface dressing.
3.1.3 The site around all buildings and structures to a width of 3 metres beyond the edge of
plinth protection, ramps, steps, etc. shall be dressed and sloped away from the
buildings.
3.1.4 Black cotton soil, and other expansive or unsuitable soils excavated shall not be used
for filling in foundations, and plinths of buildings or in other structures including
manholes, septic tanks etc. and shall be disposed off within the contract area marked
on the drawings, as directed, leveled and neatly dressed.
3.1.5 In case of trenches exceeding 2 metres depth or where soil is soft or slushy, the sides
of trenches shall be protected by timbering and shoring. The CONTRACTOR shall be
responsible to take all necessary steps to prevent the sides of trenches from caving in
or collapsing. The extent and type of timbering and shoring shall be as directed by the
Engineer-in-Charge.
3.1.6 Where the excavation is to be carried out below the foundation level of adjacent
structure, the precautions to be taken such as under pinning, shoring and strutting
etc. shall be determined by Engineer-in-Charge. No excavation shall be done unless
such precautionary measures are carried out as per directions of Engineer-in-
Charge.
3.1.7 Specification for Earth work shall also apply to excavation in rock in general. The
excavation in rock shall be done such that extra excavation beyond the required width
and depth as shown in drawings is not made. If the excavation done in depth greater
than required /ordered. The CONTRACTOR shall fill the extra excavation with
concrete of mix 1:5:10 as the foundation concrete at his own cost.
3.1.8 CONTRACTOR shall make all necessary arrangements for dewatering / defiling as
required to carry out proper excavation work by bailing or pumping out water, which
may accumulate in the excavation pit from any cause/ source whatsoever.
3.1.9 CONTRACTOR shall provide suitable draining arrangements at his own cost to
prevent surface water entering the foundation pits from any source.
3.1.11 Excavation in disintegrated rock means rock or Boulders including brickbats which
may be quarried or split with crow bars. This will also include laterite and hard
conglomerate.
3.1.12 Excavations in hard rock - meant excavation made in hard rock to be done manually,
or by blasting using only explosives and / or pneumatic hammers. In case of blasting,
control blasting should be adopted depending on site conditions. For using explosives
CONTRACTOR shall follow all provisions of Indian Explosives Act / Rules 1983,
corrected / revised up to date.
3.1.13 In case of hard rock excavation to be carried out using explosives the,
CONTRACTOR shall obtain the written approval in advance.
3.1.14 The measurements for excavations shall be restricted and limited to minimum
excavation line as per drawing for payment purposes.
3.1.15 Adequate protective measures shall be taken to see that the excavation does not
affect or damage adjoining structures. The CONTRACTOR shall take all measures
required for ensuring stability of the excavation and safety of property and people in
the vicinity. The CONTRACTOR shall erect and maintain during progress of work,
temporary fences around dangerous excavations at no extra cost.
3.1.16 Excavation in ordinary soil means excavation in ordinary hard soil including stiff
heavy clay, hard shale, or compact murum, or any material, which can be removed
by the ordinary application of spades, shovels, picks and pick axes. This shall also
include removal of isolated boulders each having a volume not more than 0.50m³.
3.1.17 Excavation in soft rock includes limestone, sandstone, laterite, hard conglomerates,
etc. or other rock which can be quarried or split with crowbars or wedges. This shall
also include excavation of tarred pavements, masonry work and rock boulders each
having a volume of not more than 0.25m³.
3.1.18 Excavation in hard rock includes any rock bound in ledges or masses in its original
form or cement concrete for which in the opinion of the Engineer-in-Charge,
requires the use of compressed air, equipment, sledge hammer and blasting or non-
explosive materials viz. Acconex manufactured by A.C.C. Ltd. Specifications and
instructions for use shall be as per manufacturer.
3.1.19 In case of any difficulty concerning the interpretation of type of soil as mentioned
above, the Engineer-in-Charge shall decide whether the excavation in a particular
material is in ordinary soil, soft rock or hard rock and his decision in this matter shall
be final and binding on the CONTRACTOR and without appeal.
3.2 FILLING
3.2.1 Back filling of excavations in trenches, foundations and elsewhere shall consist of one
of the following materials approved by Engineer-in-Charge.
FORM NO: 02-0000-0021F2 REV1 All rights reserved
PNPM/PC 150/E/112/SEC
TECHNICAL SPECIFICATIONS FOR CIVIL & –VI- 2.2
0
STRUCTURAL WORKS
DOC. NO. REV.
PAGE 7 of 36
i. Soil
ii. Sand
iii. Moorum
iv. Hard-core
v. Stone/gravel
3.2.2 Soil filling - Soil material shall be free from rubbish, roots, hard lumps and any other
foreign organic material. Filling shall be done in regular horizontal layers each not
exceeding 20 Cm. depth.
3.2.3 Back filling around completed foundations, structures, trenches and in plinth shall be
done to the lines and levels shown on the drawings.
3.2.4 Back filling around pipes in the trench shall be done after hydro testing is done.
3.2.5 Back filling around liquid retaining structures shall be done only after leakage testing
is completed and approval of Engineer-in-Charge is obtained.
3.2.6 Sand used for filling under foundation concrete, around foundation and in plinth etc.
shall be fine/ coarse, strong, clean, free from dust, organic and deleterious matter.
The sand filling under foundation shall be rammed with Mech. compactor. Sand
material shall be approved by Engineer-in-Charge.
3.2.7 Moorum for filling, where ordered, shall be obtained from approved pits and quarries
which contain siliceous material and natural mixture of clay. Moorum shall not contain
any admixture of ordinary earth. Size of moorum shall vary from dust to 10 mm.
3.2.9 If any selected fill material is required to be borrowed, CONTRACTOR shall make
arrangements and procure such material from outside borrow pits. The material of
source shall be subject to prior approval of Engineer-in-Charge. CONTRACTOR
shall make necessary access roads to borrow areas and maintain the same, if such
access roads do not exist, at no extra cost.
3.2.10 Plinth filling shall be carried out with approved material as described earlier, in
layers not exceeding 150mm, watered and compacted with mechanical compaction
machines. Engineer-in-Charge may however permit manual compaction by hand
tampers in case he is satisfied that mechanical compaction is not possible. When
filling reaches the finished level, the surface shall be flooded with water, unless
otherwise directed, for at least 24 hours, allowed to dry and then the surface again
3.2.11 Whenever the fill material (earth or soil) is purchased, CONTRACTOR shall get the
approval of Engineer-in-Charge. The CONTRACTOR shall arrange to determine
the following properties of the soil and shall get the approval of Engineer-in-
Charge.
3.2.12 The fill shall be compacted using a vibrating compactor of not less than 1.5 tonne.
The fill shall be thoroughly compacted in layers as directed but not more than 200
mm thick. Adequate water shall be used for compaction and the density after
compaction shall be not less than maximum dry density obtained in test of BIS:
2720 Part-8. Compacted surface shall have at least 90% of laboratory maximum
dry density. A minimum of one test per 500 sq. meters of compacted area shall be
done.
3.2.13 The Gravel fill shall be non plastic granular material, well graded, strong, with
maximum particle size of 50 mm, with not more than 15% passing a 4.75 mm BIS
sieve, free of all debris, vegetable matter and chemical impurities.
3.2.15 In case of grading/banking successive layers of filling shall not be placed, until the
layer below has been thoroughly compacted to satisfy the requirements laid down
in this specification.
Prior to rolling, the moisture content of material shall be brought to within +/-2% of
the optimum moisture content as described in BIS 2720 Part-7. The moisture
content shall preferably be on the wet side for potentially expansive soil.
After adjusting the moisture content as described, the layers shall be thoroughly
compacted by means approved by Engineer-in-Charge, till the specified maximum
laboratory dry density is obtained.
General, fill shall be placed in layers not exceeding 300 mm thickness and shall be
thoroughly compacted to achieve a compaction of at least 90% of laboratory
maximum dry density up to a depth of 600 mm below finished grade. Final fill of
600 mm thickness shall consist of preferably natural material in, as dug condition
except that stones larger than 100 mm shall be removed. It shall be placed in
layers not exceeding 150 mm thickness and compacted to achieve of at least 95%
of laboratory maximum dry density. Each layer shall be tested in field for density
and accepted by Engineer-in-Charge, subject to achieving the required density
before laying the next layer. A minimum of one test per 500 sq meters for each
FORM NO: 02-0000-0021F2 REV1 All rights reserved
PNPM/PC 150/E/112/SEC
TECHNICAL SPECIFICATIONS FOR CIVIL & –VI- 2.2
0
STRUCTURAL WORKS
DOC. NO. REV.
PAGE 9 of 36
If the layer fails to meet the required density, it shall be reworked or the material
shall be replaced and method of construction altered as directed by Engineer-in-
Charge to obtain the required density.
The filling shall be finished in conformity with the alignment, levels, cross-section
and dimensions as shown in the drawing.
Extra material shall be removed and disposed off as directed by the Engineer-in-
Charge.
This specifications deals with cement concrete, plain or reinforced, for general use,
and covers the requirements for concrete materials, their storage, grading, mix
design, strength & quality requirements, pouring at all levels, reinforcements,
protection, curing, form work, finishing, painting, admixtures, inserts and other
miscellaneous works.
4.1 MATERIALS
4.1.3 Aggregates: Coarse and fine aggregates for cement concrete plain and reinforced
shall conform to the requirements of BIS 383 and / or BIS 515. Before using, the
aggregates shall be tested as per BIS: 2386.
Coarse aggregate: Coarse aggregate for all cement concrete work shall be broken or
crushed hard stone, black trap stone obtained from approved Quarries or gravel.
Sand: Fine aggregate for concrete work shall be coarse sand from approved
sources. Grading of coarse sand shall be within grading zones I, II or III laid down in
BIS: 383, table 4. If required the aggregates (both fine and coarse) shall have to be
thoroughly washed and graded as per direction of Engineer-in-Charge.
4.2 MIXING
FORM NO: 02-0000-0021F2 REV1 All rights reserved
PNPM/PC 150/E/112/SEC
TECHNICAL SPECIFICATIONS FOR CIVIL & –VI- 2.2
0
STRUCTURAL WORKS
DOC. NO. REV.
PAGE 10 of 36
All cement concrete plain or reinforced shall be machine mixed. Mixing by hand may
be employed where quantity of concrete involved is small, with the specific prior
permission of the Engineer-in-Charge. 10% extra cement shall be added in case of
hand mixing as stipulated in BIS-456.
For large and medium project sites the concrete shall be sourced from ready- mixed
concrete plants or from on site or off site batching and mixing plants (BIS 4926)
Once a mix, including its water-cement ratio, has been determined and specified for
use by the Engineer-in-Charge, that water cement ratio shall be maintained.
4.4 LAYING
4.5 CURING
a. After the concrete has begun to harden, it shall be protected with moist gunny
bags, sand or any other material approved by the Engineer-in-Charge against
quick drying. After 24 hours of laying concrete, the surface shall be cured by
flooding with water or by covering with wet absorbent materials for 7 days as per
the direction of Engineer-in-Charge.
b. Approved curing compounds may be used in lieu of moist curing with the
permission of the Engineer-in-Charge. Such compounds shall be applied to all
exposed surfaces of the concrete as soon as possible after the concrete has set.
No extra payment shall be made for the same.
4.6.2 Grades lower than M 20 shall not be used in reinforced concrete or as specified in
SOR.
FORM NO: 02-0000-0021F2 REV1 All rights reserved
PNPM/PC 150/E/112/SEC
TECHNICAL SPECIFICATIONS FOR CIVIL & –VI- 2.2
0
STRUCTURAL WORKS
DOC. NO. REV.
PAGE 11 of 36
4.6.3 M 10 grades of concrete may be used for lean concrete bases & M 15 for simple
foundation of masonry walls.
4.6.4 A sieve analysis test of aggregates shall be carried out as and when the source of
supply is changed without extra charge not withstanding the mandatory test required
to be carried out as per CPWD specification.
4.6.5 All tests in support of mix design shall be maintained as a part of records of the
contract. Test cubes for mix design shall be prepared by the CONTRACTOR under
his own arrangements and at his costs, but under the supervision of the Engineer-in-
Charge.
4.7.1 Design mix shall be allowed for major works where it is contemplated to be used by
installing weigh batch mixing plant as per BIS 4925. At the time of tendering, the
CONTRACTOR, after taking into account the type of aggregates, plant and method
of laying he intends to use, shall allow in his tender for the design mix i.e.,
aggregate/cement and water/cement ratios which he considers will achieve the
strength requirements specified, and workability for concrete to be properly finished.
4.7.3 Notwithstanding the above, the following shall be the maximum combined weight of
coarse and fine aggregate per 50 kg of cement.
i. M - 10 480 kg
ii. M - 15 350 kg
iii. M - 20 250 kg
4.7.4 The workability of concrete produced shall be adequate, so that the concrete can be
properly placed and compacted. The slump shall be as per BIS 456.
4.7.5 The minimum consumption of the cement irrespective of design mix shall not be less
than the following:
M 10 240 kg/cu m
FORM NO: 02-0000-0021F2 REV1 All rights reserved
PNPM/PC 150/E/112/SEC
TECHNICAL SPECIFICATIONS FOR CIVIL & –VI- 2.2
0
STRUCTURAL WORKS
DOC. NO. REV.
PAGE 12 of 36
M 15 300 kg/cu m
M 20 330 kg/cu m
M 25 350 kg/cu m
M 30 400 kg/cu m
4.8.1 Testing of concrete, sampling and acceptance criteria shall be in accordance with BIS
456.
4.8.2 A slump test shall be taken at each mixer at least once in every fifty batches mixed.
Any batch for which a slump test is being made shall not be transferred to the place of
laying until the slump test has been completed. Any batch which gives a slump in
excess of that described at the time of preliminary tests shall be rejected and
removed from the site.
4.8.3 At least six cubes shall be taken for every 30 cu. metres of concrete or part thereof
deposited in the work on any day. Three cubes shall be tested for 28 days strength.
4.8.4 If a test for particular work does not meet the specified requirements, the Engineer-
in-Charge, in his absolute discretion may accept the work at a correspondingly
reduced rate provided the average strength at 28 days is not less than 85% of the
specified strength.
4.8.5 If the results are poorer than 85% of the specified strength, the Engineer-in-Charge
may order further testing of any kind as may be deemed necessary in his opinion,
including load tests. The load tests shall be carried on the portion of the structure
involving concrete represented by the unsatisfactory works test and such other
adjoining elements of a building as the Engineer-in-Charge may decide. If the results
of the load tests are not satisfactory, the CONTRACTOR shall at his own cost
undertake remedial measures including dismantling and reconstruction according to
the directions and to the satisfaction of the Engineer-in-Charge. If the load test is
successful, the Engineer-in-Charge may exercise his judgment before accepting or
rejecting the work and shall still have the power to apply a reduction in rate as herein-
stated before, in case the work in question is accepted.
4.9 PROPORTIONING
The specifications for pre cast concrete will be similar as for the cast in situ concrete.
All pre cast work shall be carried out in a yard made for the purpose. This yard shall
be dry, properly leveled and having a hard and even surface. If the ground is to be
used as a soft former of the units, shall be paved with concrete or masonry and
provided with a layer of plaster (1:2 proportion) with smooth neat cement finish or a
layer of MS sheeting. The casting shall be over suitable vibrating tables or by using
form vibrators as per directions of Engineer-in-Charge.
The yard, lifting equipment, curing tank, finished material storage space etc. shall be
designed such that the units are not lifted from the mould before 7 (seven) days of
curing and can be removed for erection after 28 (Twenty Eight) days of curing. The
moulds shall preferably be of steel or of timber lined with G.I.sheet metal. The yard
shall preferably be fenced.
Pre cast concrete units, when ready shall be transported to site by suitable means
approved by Engineer-in-Charge. Care shall be taken to ensure that no damage
occurs during transportation. All adjustments, leveling and plumbing shall be done as
per the instructions of the Engineer-in-Charge. The CONTRACTOR shall render all
help with instruments, materials and staff to the Engineer-in-Charge for checking the
proper erection of the pre cast units.
After erection and alignment the joints shall be filled with grout or concrete as directed
by Engineer-in-Charge. If shuttering has to be used for supporting the pre cast unit
they shall not be removed until the joints has attained sufficient strength and in no
case before 14 (fourteen) days. The joint between pre cast roof planks shall be
pointed with 1:2 (1 cement : 2 sand) mortar where called for in the drgs.
Construction joints shall be made only where shown on the drawings or as approved
by the Engineer-in-Charge. The procedure given in clause 13.4 of BIS: 456 shall be
followed for general guidance.
Damp proof course shall consist of cement concrete of specified proportions and
thickness. Surface of brick or stone masonry shall be leveled and prepared before
laying the cement concrete.
Sampling & strength Test of concrete, Acceptance criteria and Inspection & Testing of
Structure: This shall be as per the requirements laid down in clause Nos: 14, 15 & 16
of BIS: 456.
5.1 Steel reinforcement shall comprise of hot rolled, cold twisted, weldable high yield
deformed CRSD (Corrosion Resistance Steel with Fe500D properties) rebar having
Characteristic yield strength 500N/mm²,in accordance with table I of IS:1786. Binding
wire used for tying the reinforcement shall conform to IS: 280 unless specifically
mentioned herein or in engineering drawings.
5.2 All joints in reinforcement shall be lapped adequately to develop the full strength of
the reinforcement as per provision of BIS: 456 or as per instruction of Engineer-in-
Charge.As and when required, welded laps shall be provided as specified by
Engineer-in-Charge. Following procedure shall be followed for welding of Tor steel
reinforcement bars.
1. Welding of Tor steel reinforcement bars shall be taken up only after specific
approval by Engineer-in-Charge.
2. Lap welding with longitudinal beads shall only be adopted.
3. Welding shall be carried in accordance with BIS 2751 & 9417. Only qualified
welders shall be permitted to carry out such welding.
6. Stripper at closer spacing shall be provided in the lap welded joints as directed by
Engineer-in-Charge.
5.3 M.S. round bars shall be hooked at ends as specified. Ribbed Tor-Steel shall be bent
at right angles at ends as indicated or directed.
6.1 The shuttering or form work shall conform to the shape, lines and dimensions as
shown on the drawings and be so constructed as to remain sufficiently rigid during
placing and compacting of the concrete and shall be sufficiently tight to prevent loss
of liquid from the concrete. The surface that becomes exposed on the removal of
forms shall be examined by Engineer-in-Charge or his authorized representative
before any defects are made good. Work that has sagged or bulged out, or contains
honey combing, shall be rejected. All shuttering shall be plywood or steel shuttering.
6.2 The CONTRACTOR shall be responsible for sufficiency and adequacy of all form
work. Centering and form work shall be designed & detailed in accordance with BIS
14687 and approved by the Engineer-in-Charge, before placing of reinforcement and
concreting.
Forms shall not be struck until the concrete has reached a strength at least twice the
stress to which the concrete may be subjected at the time of removal of form work.
The strength referred to shall be that of concrete using the same cement and
aggregates, with the same proportions and cured under conditions of temperature
and moisture similar to those existing on the work. Where possible, the form work
shall be left longer as it would assist the curing.
Note 1 - In normal circumstances and where ordinary Portland Cement is used, forms
may generally be removed after the expiry of the following periods:
a. Walls, columns and vertical faces of all 24 to 48 hours as may be
structural members decided by the Engineer-in-
Charge
b. Slabs (props left under) 3 days
c. Beam soffits (Props left under) 7 days
d. Removal of props under slabs
1. Spanning up to 4.5 m 7 days
2. Spanning over 4.5 m 14 days
Removal of props under beams and
e.
arches :
1. Spanning up to 6 m 14 days
2. Spanning over 6m 21 days
For other types of cements, the stripling time recommended for ordinary Portland
Cement may be suitably modified.
Note 2 - The number of props left under, their sizes and disposition shall be such as
to be able to safely carry the full dead load of the slab, beam or arch as the case may
be together with any live load likely to occur during curing or further construction.
7.1 Bricks
All Bricks shall be of non modular fly ash bricks conforming to IS: 12894, Class
Designation 10 average compressive strength.
7.2 Mortar
7.2.1 Cement and water shall conform to the requirements laid down for cement concrete
work.
7.2.2 Sand for masonry mortar shall be coarse sand conforming to BIS: 2116. Maximum
quantities of clay, fine dust shall not be more than 5% by weight. Organic impurities
shall not exceed the limits laid down in BIS: 2116.
7.2.3 Mix of mortar for building brick work shall be as specified in the item of work.
7.2.4 Mixing of mortar shall be done in a mechanical mixer. When quantity involved is
small, hand mixing may be permitted by the Engineer-in-Charge. Any mortar
remaining unused for more than 30 minutes after mixing shall be rejected.
Brick work shall be built in English bond, unless otherwise specified. The thickness of
joints shall be 10 mm + 3 mm. Thickness of joints shall be kept uniform. In case of
foundations and manholes etc. Joints up to 15 mm may be accepted.
All courses shall be laid with stretchers. Reinforcement comprising 2 Nos.6 mm dia
MS bars shall be provided over the top of the first course and thereafter at every third
course.
7.5 Fixtures
All iron fixtures, pipe spouts, hold fasts of doors and windows, which are required to
be built into the wall shall be embedded in cement concrete blocks 1:2:4 mix (1
cement : 2 coarse sand : 4 graded stone aggregate 20 mm nominal size) of size
indicated in the item.
7.6 Curing
Brick work shall be protected from rain by suitable covering when the mortar is green.
Masonry work shall be kept constantly moist on all faces for a minimum period of
seven days.
Cement concrete block shall be machined made in the proportion of such that mix
shall not be leaner than one cement to Twelve combined aggregates ( by volume )
but having minimum strength of M 7.5. Combined aggregate shall be graded as near
as possible to BIS : 383. The fineness modules of combined aggregate shall be
between 3.6 and 4. The concrete block shall be properly cured as per BIS-456. The
surface of conc. block shall have even face without any honeycomb and free from
cracks.
7.7.1 Mortar
Cement and water shall confirm to the requirements laid down for cement concrete
work.
7.7.2 Sand for concrete block masonry mortar's shall be coarse sand generally conforming
to BIS: 2116. Maximum quantities of clay, fine dust, shall not be more than 5% by
weight. Organic impurities shall not exceed the limits laid down in BIS: 2116.
7.7.3 Mix of mortar for building concrete block shall be as specified in the item of work.
7.7.4 Mixing of the mortar shall be done in a mechanical mixer. When quantity involved is
small hand mixing may be permitted by Engineer-in-Charge. Any mortar remaining
unused for more than 30 minutes after mixing shall be rejected.
All courses shall be laid with stretchers. Reinforcement comprising 2 nos. 6 mm dia
MS bars shall be provided over the top of the first course and thereafter at every
fourth course.
7.10 Fixtures
All iron fixtures, pipes spouts, hold fasts of doors and windows which are required to
be built into the wall shall be embedded in cement concrete blocks 1:2:4 mix (1
cement :2 coarse sand :4 graded stone aggregate. 20 mm nominal size) of size
indicated in the item.
7.11 Curing
Concrete block masonry shall be protected from rain by suitable covering when
mortar is green. Masonry work shall be kept constantly moist on all faces for a
minimum period of seven days.
All materials workmanship for wood work shall conform to BIS : 883, it shall be good
quality well seasoned second class Teak / Sal wood as approved by Engineer-in-
Charge. The wood work shall conform to BIS: 4021.
This specification covers the technical requirements for the preparation of shop
drawings, supply, fabrication, protective coating, painting and erection of all structural
steel rolled sections, built up sections, plates and miscellaneous steel required for the
completion of the work.
9.1 Steel
All structural steel used in construction within the purview of this contract shall,
comply with one of the following Bureau of Indian Standard Specifications, whichever,
is appropriate or as specified.
All smithy work shall be accurately made as shown on the drawings and shall be
clean and sound. The metal shall not be burnt or injured in any way.
9.3 Fabrication
Fabrication of steel structure shall be carried out in conformity with the best modern
practices and with due regard to speed with economy in fabrication and erection and
shall conform to BIS-800. All members shall be so fabricated as to assemble the
members accurately on site and erect them in correct positions. Before dispatch to
site the components shall be assembled at shop and any defect found rectified. All
members shall be free from kink, twist, buckle, bend, open joints etc. and shall be
rectified before erecting in position. Failure in this respect will subject the defective
members to rejection.
9.4.1 Fabrication and erection drawings shall be prepared by the CONTRACTOR on the
basis of design issued to the CONTRACTOR in stages. These drawings shall be
prepared by the CONTRACTOR or by an agency approved by the Engineer-in-
Charge.
9.4.2 Fabrication drawings shall be thoroughly checked, stamped "checked" and signed by
the CONTRACTOR's own responsible Engineer irrespective of the fact that such
drawings are prepared by the CONTRACTOR or an approved agency, to ensure
FORM NO: 02-0000-0021F2 REV1 All rights reserved
PNPM/PC 150/E/112/SEC
TECHNICAL SPECIFICATIONS FOR CIVIL & –VI- 2.2
0
STRUCTURAL WORKS
DOC. NO. REV.
PAGE 19 of 36
accuracy and correctness of the drawings. Unchecked or unsigned drawing shall not
be submitted to Engineer-in-Charge for approval.
9.4.3 Fabrication drawings duly checked by the CONTRACTOR shall be submitted to the
Engineer-in-Charge for checking & approval within 30 days from receipt of design
drawings.
9.4.5 Fabrication drawings shall be drawn to a suitable scale large enough to convey the
information clearly and shall include the following:
Reference to design drawing number (along with revision number) based on which
fabrication drawing has been prepared.
Structural layout plans, elevations, & sections with distinct erections, & sections
with distinct erection marking of all members.
9.4.6 The CONTRACTOR shall however ensure accuracy of the following and shall be
solely responsible for the same.
9.4.7 Connections, splices and other details where not shown on the design drawings shall
be suitably designed and shown on the fabrication drawings based on good
Engineering practice, developing full member strength.
9.4.8 The CONTRACTOR shall incorporate all the revisions in his fabrication drawings
resulting from revision in design drawings during the course of execution of work at no
extra cost.
9.4.9 The CONTRACTOR shall supply three (3) prints of each fabrication drawing
submitted for checking to Engineer-in-Charge. After approval of fabrication drawings
CONTRACTOR shall supply six (6) prints and two (2) reproducible of each approved
fabrication drawing to Engineer-in-Charge. The rates quoted by the CONTRACTOR
shall include the same.
9.5 Welding
Welding shall be adopted in most of the cases for fabrication of steel structure.
Welding work shall be carried out as shown in relevant drawings as per BIS-816 or as
required and approved by the Engineer-in-Charge. Welding of joints shall be so
arranged that the resulting tensile and compressive stresses produced by each part of
weld tend to balance each other.
The step back method of welding shall be adopted for continuous runs. Members
which offer greater resistance to compression shall be welded first. The work shall be
securely held in position by means of tack weld, clamps or jig before commencing of
welding work so as to prevent relative movement due to distortion or other cause. All
welds with blow holes, slag-intrusion and other defects must be removed from each
run before another run is super imposed and also from the final run. Any defects in
the work shall be rectified by the CONTRACTOR at his own expense. Bends, twists
or distortion caused in any member due to faulty workmanship and method adopted
during welding or in transit will be rejected and will have to be replaced / rectified by
the CONTRACTOR at his own expense. According to the size of electrodes used, the
CONTRACTOR is expected to adjust the current rating in the welding generators.
9.6 The Engineer-in-Charge reserves the right to have test done at any time for any
welding and the cost of the test shall be borne by the CONTRACTOR.
9.7 Wherever continuous plates are used in built up member such as girders, columns,
etc. the continuity of such plates shall be first ensured by full strength butt joints
before welding such plates with the main member to form part of the built-up member.
9.8 All connection / joints made in shop shall wherever possible be welded connections
and connections / joints made at site shall be bolted connections / site welded
connections, continuous welding shall be done for all box members even if it is not
required from design point of view.
9.9 Electrodes
Electrodes used for welding shall comply with BIS-814 or BIS - 815 or any
specification provided to the CONTRACTOR from time to time. No electrodes
remaining in open containers for more than 72 hours shall be used.
9.10 No welder shall be employed to carry out welding in any position except those who
are fully qualified to weld in that position as per BIS -7318, part-1 qualifying tests for
metal arc welders. Welders employed shall be required both before commencing work
FORM NO: 02-0000-0021F2 REV1 All rights reserved
PNPM/PC 150/E/112/SEC
TECHNICAL SPECIFICATIONS FOR CIVIL & –VI- 2.2
0
STRUCTURAL WORKS
DOC. NO. REV.
PAGE 21 of 36
and at intervals during the progress of work to make test pieces as laid down in BIS -
817 and 7318, part-1 for the purpose of grading of welders and according to the said
grading, welders will be employed on jobs. Welders are to be got approved by
Engineer-in-Charge before engaging on work.
M.S.Black or high strength bolts, nuts and washers etc. shall be as per BIS-800, BIS-
1363 and BIS-1367. Manufacturer's test certificate shall be made available to the
Engineer-in-Charge or his representative, when called for. For bolted joints, shanks
and threaded bolts are to be used to ensure that threaded length do not encroach
within the thickness of connected members of dimension beyond the following limit:-
b. 2.5 mm for connected member of thickness 12 mm and above and that adequate
shearing and bearing values required as per design are achieved.
9.12 Every portion work shall have its erection mark or number stenciled on the member
for guidance in erection and bears all necessary marks of erections as directed by the
Engineer-in-Charge.
9.13 No part of the work is to be oiled, painted (except contact surfaces) packed, bundled,
crated or dispatched until it has been finally inspected and approved by the Engineer-
in-Charge or his authorized representative. The whole steel work before being
dispatched from the CONTRACTOR's shop shall be dry and after being thoroughly
cleaned from dust, mills scale, rust etc., and shall be given two coats of primer and
one coat of final paint as per painting specification attached in this
enquiry. Unless otherwise specified, all surfaces inaccessible after welding shall be
given two coats of primer and two coats of paints as per painting specification
Annexure attached in this enquiry.
9.14 The Engineer-in-Charge or his authorized representative shall have free access at
all reasonable time to all places where the work is being carried out, and shall be
provided by the CONTRACTOR at his own expenses all necessary facilities for
inspection during fabrication and erection. The Engineer-in-Charge or his authorized
representative shall be at liberty to reject the work in whole or in part if the
workmanship or materials do not conform to the terms of the specifications mentioned
herein. The CONTRACTOR shall remove, replace or, alter any part of the work as
ordered by the Engineer-in-Charge or his authorized representative.
The erection of steel work shall be in accordance with Bureau of Indian Standard
Specifications Nos. BIS-800 and BIS - 816.
9.16 The CONTRACTOR shall be responsible for the suitability, safety and capabilities of
all plant and equipment used for erection.
9.17 Prior to starting erection of fabricated structure, defects if any shall be rectified. The
CONTRACTOR shall give to the Engineer-in-Charge not less than 24 hours notice
of his intention to set out or give levels for any part of works, in order that
arrangements may be made for checking. The CONTRACTOR shall provide all
necessary arrangements and assistance which the Engineer-in-Charge may require
for checking the setting out.
9.18 The CONTRACTOR shall erect the structural steel members in position, to
dimension, and levels, as in relevant drawings and shall take care to see that
component parts are not interchanged. Girders, stanchions etc., must rest fairly on
their beds and will not be taken as erected until completely plumbed, aligned leveled,
bolted or welded and strengthened, in every respect. The camber, if any, is to be
maintained as shown in relevant drawings.
9.19 Particular care should be taken to ensure free expansion and contraction wherever
provided in the relevant design / drawings or so directed on site.
9.20 While erecting, the holes in different component parts of structure should be made
concentric with the use of drifts before any service bolts are fitted. No drifting shall be
allowed except for bringing together several parts forming a member but the drifts
must not be driven with such force as to disturb or damage the metal above the holes.
Hammering of bolts to make holes concentric shall in no case be allowed. No nuts
should be allowed to become loose and no unfilled bolt holes are to be left in any part
of the structure unless otherwise specified in the relevant drawings. Welding should
be adopted wherever specified in the drawings. Wooden rams or mallets shall be
used in forcing members to position, in order to protect metal from injury or shocks,
chipped edges shall be finished off smooth and all concave surface rounded off.
9.21 All erection tools and plants viz. derricks, cranes etc. will have to be provided by the
CONTRACTOR as required in the erection work. All erection devices must be
removed after the work is over, in such a way that no damage is done to the erected
structures. Any damages, in this respect must be rectified by the CONTRACTOR at
his own cost.
9.22 The maximum tolerance for line and level of the steel work shall be + 3.0 mm on any
part of the structure. The structure shall not be out of plumb more than 3.5 mm on
each 10 M. Section of height and not more than 7.0 mm per 30 metre section. These
tolerances shall apply to all parts of the structure unless mentioned in the drawings
issued for erection purposes.
ii. All pieces shall be stamped on at least two sides with erection marks as per
fabrication drawings to facilitate identification on receipt and assembly.
The following specification shall be used for painting of structural steel work.
10.1 SCOPE
Surface Preparation
The surfaces to be painted shall be sand blasted to Sa - 2.5 as per Swedish Standard
SIS 05-59-00. Air used for sand blasting must be dry and oil free. Sand used for sand
blasting shall be good quality river sand suitable for achieving the required surface
finish. For optimum results pressure of sand blasting gun should be maintained at
around 7 kg/cm2 and maximum height of profile should be kept around 50 microns.
Sand blasted surfaces must be coated with primer within 4 hrs in dry climate.
Moreover it is not advisable to carry out sand blasting when humidity exceeds 85%
(RH).
a. Epoxy Painting:
Primer P 1-2 coats + finish paint FP1 (2 coats) where P1 is epoxy polyamide
cured zinc chromate primer having DFT of 35 micron per coat and FP1 is epoxy
polyamide cured finish paint having DFT (Dry Film Thickness) of 35 micron per
coat.
Primer P2 - 2 coats - finish paint FP2 - 2 coats. Where P2 is high chlorinated zinc
phosphate primer having DFT of 50 microns per coat and FP2 is chlorinated
rubber based paint having DFT of 50 microns per coat.
10.1.2 Equivalent product chart for approved paint manufactures for primer P1 and P2 finish
paint FP1 and FP2 indicated above is enclosed.
10.1.3 All the surfaces must be sand blasted and 2 coats of primer plus 1 coat of finish paint
applied in the shop before the same are shifted to site for erection. All the members
must be suitably match marked for facilitating proper assembly.
a. Washing with clean water (pressure 7 kg/cm2) using suitable nozzles. During
washing broom corn brushes shall be used to remove foreign matters.
After washing the surface as indicated above, the surfaces shall be suitably
touched up to the extent required so that all the damages to the premiered
surfaces caused during erection are done up.
The surfaces affected by welding and / or gas cutting during erection shall also
be suitably touched up. Before touch up is taken up surfaces shall be prepared
by mechanical means such as grinding, power brushing etc. to achieve surface
finish to ST-3.
After touch up work is over as indicated above, all the surfaces shall be given
one coat of finish paint to the required specification.
a. Primer and paint shall be compatible to each other and should be from the same
manufacturer.
Paints and primers shall be supplied at site in original container with factory seal
otherwise such paints and primers shall not be allowed to be used. Mode of
application i.e. by spray, brush or roller shall be strictly as per recommendation of
paint manufacturer.
Painting materials must be used before the expiry date indicated on the
containers.
Number of coats and DFT per coat must be strictly followed as indicated above. If
the desired DFT is not achieved for primer and finish paints in two coats (each),
CONTRACTOR shall be required to apply extra coat (s) to achieve the desired
DFT without any extra cost to Engineer-in-Charge.
Colour shade for each coat of primer and finish paint must be different to identify
the coats without any ambiguity.
Shade for the final finish coat shall be decided by Engineer-in-Charge at site.
DFT for paint shall be measured at least 20 points and mean DFT shall not vary
by more than 10% than specified in DFT.
10.1.5 Measurement
For purpose of payment, structural work so painted shall be measured and paid on
MT basis. The weight for this item shall be taken from any of the following documents
in the following order of priority:
10.1.6 Sand blasting and painting works, being a specialized job must be carried out through
the approved agencies only.
10.1.7 EQUIVALENT CHART FOR VARIOUS PAINT MANUFACTURERS
SHALIMA
ASIAN G&N J&N BERGER BOMBAY
R
APCODUR - EPIGARD-4 EPILUX-4
EPILAC ZINC PENTADUR
Epoxy Zinc AMERCOA ZINC ZINC
P1 CHROMATE PRIMER
Chrome T-71 CHROMATE CHROMATE
PRIMER 1532
Primer PRIMER PRIMER
KANGARO
O HB ZINC
ASIOCHLOR CHLOROKOT LINOSOL HB
NEROLAC PHOSPHAT
HB ZINC E ZINC JENSOLAC ZINC
P2 PHOSPHAT E OR
PHOSPHAT PHOSPHATE CR PRIMER PHOSPHATE
E PRIMER HEMPATEX
E PRIMER PRIMER PRIMER
PRIMER
1632
NEROLAC PENTADUR
APCODUR EPIGARD XL EPILAC 974 EPILUX-4
FP1 TWO COMP ENAMEL
CF 692 FINISH ENAMEL ENAMEL
EPOXY 5534 GRAY
JENSOLAC LINSOL PENTACHL
ASIOCHLOR NEROLAC CHLOROKOT CHLORINAT CHLORINATE OR GP
FP2
CF 625 CR PAINT E FINISH D. RUBR. D ENAMEL
PAINT RUBR.PAINT 5638
10.2 SCOPE
This specification shall be used for the painting of structural steel in coastal area in
saline atmosphere.
Surface preparation for all items to be painted shall be done by sand blasting to Sa
2.5 as per Swedish Specification SIS 05-59-00. Air used for sand blasting must be
dry and oil free. Sand used for sand blasting must be of good quality river sand
suitable for achieving required surface finish for optimum results. Pressure at sand
blasting gun should be maintained at around 7 kg/cm2 and max. height of profile
should be kept around 50 microns.
Sand blasted surfaces must be coated with primer within 2 hrs in dry climate.
Moreover it is not advisable to carry out sand blasting when humidity exceeds 50%
RH.
ii. IP1-One coat of Epoxy MIO having DFT of 70 microns per coat.
iii. FP-1 One coat of finish epoxy paint using two pack Polyamide cured epoxy
having DFT of 40 microns per coat.
iv. FP-2 One coat of Aliphatic Acrylic Polyurethane paint having DFT of
40microns per coat.
10.2.3 The following points must be observed for painting work:-
b. All the surfaces must be sand blasted and one coat of primer including one coat
of MIO are to be applied in the fabrication shop at project site before lifting the
components for erection. After erection is over all the surfaces must be washed
as indicated below:-
i. Wash with clean water (pressure approx. 7 kg/cm2) using suitable nozzles.
During washing, broom corn brushes to be used to remove foreign matter, if
any.
ii. Solvent washing if felt necessary to remove traces of oil, grease etc.
iii. After washing surfaces as indicated above, shall be suitably touched up to the
extent required, so that all the damages to the primed surfaces caused during
erection are taken care off.
c. Surfaces effected by welding and/or gas cutting or handling during erection shall
also be suitably touched up after preparing the damaged surfaces by mechanical
means such as grinding, power brushing etc. to achieve surface finish to ST-3.
d. Application of ethyl silicate inorganic zinc primer must be under taken by spray
method. Other application methods such as brush/roller application are not
permitted.
e. Primers and paints for a particular system must be purchased from same
manufacturer for compatibility.
FORM NO: 02-0000-0021F2 REV1 All rights reserved
PNPM/PC 150/E/112/SEC
TECHNICAL SPECIFICATIONS FOR CIVIL & –VI- 2.2
0
STRUCTURAL WORKS
DOC. NO. REV.
PAGE 27 of 36
h. All paints, primers must be supplied to site in original containers with factory seal.
Otherwise paints, primers shall not be allowed to used.
i. Mode of application for other primers and paints except ethyl silicate inorganic
zinc primer shall be strictly as per recommendation of paint manufacturer.
k. Number of coat and DFT per coat must be strictly followed as indicated in the
specification above and if the desired DFT is not achieved in the specified
number of coat, CONTRACTOR shall be required to apply extra coat(s) to
achieve desired DFT without any additional cost to PDIL/owner. It may be noted
here that multi coat is not allowed for ethyl silicate inorganic zinc primer and
therefore extreme care is to be taken for assuring desired DFT in single coat.
Unless it is not practical to do so, colour shades for primer, intermediate coat and
finish paints must be different to identify each coat without any ambiguity.
DFT Per
CODE ITEM Coat(Micr ASIAN G&N SHALIMAR J&N BERGER BOMBAY
ons)
ETHYL J&N
HEAPEL’S
SILICATE TUFFKOTE INORGA ZINC
APCOSIL DIMETCO GALVOSIL
P1 INORGA 70 NIC ZINC ANODE
601 TE9 ZILICATE
NIC ZINC SILICATE 304 1570
PRIMER PRIMER
PENTADU
EPILUX-
EPIGUARD EPILAC R
EPOXY APCODU AMERCO 4
IP1 70 HB-MIO
MIO R MIO T 385 HB MIO HB MIO
HB MIO
4567
TWO
PACK NEROLA PENTADU
EPIGAURD EPILUX-
POLYAMI APCODU C TWO EPILAC R
FP1 40 4
DE R CF 692 COMP XL 974 ENAMEL
ENAMEL
CURED EPOXY 5534
EPOXY
ALILHATI
JN 992
C APCOTH AMERCO PENTO-
PU BERGAT
ACRYLIC ANE AT SHALITHA THANE
FP2 40 FINISH HANE
POLYUR NE
674 450 GL ENAMEL 4513
ETHANE PAINT
PAINT
MS Galvanized gratings shall be made out of M.S.flats and Tor steel round bars of
approved pattern and thickness. All joints are welded together to form a perfect mesh.
12.1 Aluminium grating shall be made out of aluminium flats of approved pattern and
thickness. All joints welded / reverted together to form a perfect mesh including
necessary steel fasteners as required.
13.1 The Steel doors, windows, ventilators and sashes shall be of the size and type as
shown on the drawings and/or of the approved make conforming to BIS-1361 and
BIS-1038 Fixing and glazing shall be done as per BIS-1081 and as per manufacturers
instructions. The putty of approved make such as special gold size or equivalent
conforming to BIS-419 shall be used.
13.2 Aluminium doors, windows and ventilators shall be manufactured from wrought
aluminium and aluminium alloy extruded round tube and / or hollow rectangular /
square sections conforming to BIS: 1285 & BIS : 6477 or equivalent as approved by
Engineer-in-Charge.
All non asbestos high impact polypropylene reinforced cement 6mm thick corrugated
sheets shall be of the specified approved quality and shall be in accordance with IS-
14871 and fixing accessories such as J-bolts, L-bolts, roofs washers, etc. shall
FORM NO: 02-0000-0021F2 REV1 All rights reserved
PNPM/PC 150/E/112/SEC
TECHNICAL SPECIFICATIONS FOR CIVIL & –VI- 2.2
0
STRUCTURAL WORKS
DOC. NO. REV.
PAGE 29 of 36
conform to BIS-730. Laying and fixing of sheets used as covering for roofs and wall
shall conform to BIS-3007 part-I. Holes for receiving the fixing accessories in the
crown of corrugation must be drilled and not punched and diameter should be 3 mm
greater than the diameter of the bolts to be used. Bolts and screws should be 8 mm
or more in dia. and the nuts of the hook bolts, crank bolts should bear a gal vanished
iron limpet washers. The screw or bolts should be tightened sufficiently only to seat
the bitumen washer over the corrugations so that the natural movement in the
substructure of the roof may not damage sheeting. It is essential that the bolt holes
are made water tight by the use of bitumen washers in conjunction with suitable
G.I.washer. These form essential accessories to good fixing work. A cracked sheet
should never be used.
15.1.1 The area to be paved shall be divided into suitable panels. Form work shall be
provided. The boarding / battens shall be fixed in position with their toe at proper
level, giving slope where required. Alternatively base concrete may be deposited in
the whole area at a stretch.
15.1.2 Before placing the base concrete the sub-base shall be properly wetted and rammed.
The concrete of the specified mix shall then be deposited between the forms where
provided, thoroughly tamped and the surface finished level with the top edge of the
forms. The surface of base concrete shall be spreader uniformly. The surface shall be
finished rough to provide adequate bond for the topping. Two or three hours after
concrete has been laid the surface shall be brushed with wire brush to remove any
scum or Latinate and swept clean so that coarse aggregate is exposed.
15.2.1 The surface of base concrete shall be thoroughly cleaned by scrubbing with coir or
steel wire brush. Before laying the toping, the surface shall be soaked with water at
least for 12 hours and surplus water mopped up immediately before the toping is laid.
15.2.2 The forms shall be fixed over the base concrete dividing into suitable panels. Where
glass dividing strips are provided, thickness of glass dividing strips shall be 4 or as
indicated. Before placing the concrete toping, neat cement slurry at the rate of 2
kg/sq.m shall be then thoroughly brushed into the base concrete just ahead of the
finish. The topping shall then be laid, thoroughly compacted by using screed
board/plate vibrator. The surface floated with a wooden float to a fair and even
surface shall be left for some time till moisture disappears from it. Junctions with
skirting / dado or wall surfaces shall be rounded off using cement mortar 1:2 curing
shall be carried out for a minimum of 7 days.
16.0 PLASTERING
16.1 Sand for plastering: shall be 50% fine sand and 50% coarse sand from approved
sources.
16.3 Cement mortar shall be of the mix as indicated in the items and shall be mixed as
specified in the CPWD specifications.
16.4 Joints in walls etc. shall be raked to a depth of 12 mm, brushed clean with wire
brushes dusted and thoroughly washed before starting the plaster work.
16.5 The surface shall be thoroughly washed with water cleaned and kept wet to saturation
point before plastering is commenced.
16.6 Cement mortar as indicated, shall be firmly applied to the masonry walls in a uniform
layer to the thickness specified and will be pressed into the joints. On concrete
surfaces rendering shall be dashed to the roughened surface to ensure adequate
bond. The surface shall be finished even and smooth. Hectoring wherever required
shall be done as per directions of Engineer-in-Charge. Nothing extra shall be paid on
this account.
16.8 Integral water proofing compound shall be mixed with cement in the proportion
recommended by the manufacturer. Care shall be taken to ensure that the water
proofing material gets well and integrally mixed with cement. All other operations are
the same as for general plaster work.
16.9 For sand face plaster undercoat of cement plaster 1:4 (1 cement : 4 sand) of
thickness not less than 12 mm shall be applied similar to one coat plaster work.
Before the under coat hardens the surface shall be scared to provide for the top coat.
The top coat also of cement mortar 1:4 shall be applied to a thickness not less than 8
mm and brought to an even surface with a wooden float. The surface shall then be
tapped gently with a wooden float lined with cork to retain a coarse surface texture,
care being taken that the tapping is even and uniform.
17.0 WHITE & COLOUR WASHING AND CEMENT PAINTING
17.1.1 Where white wash is indicated, 3 coats of white wash shall be applied. The surface
17.1.2 White wash shall be prepared from lime slaked at site and mixed and stirred with 5
litres of water for one kg. of unsalted lime to make a thin cream. The cream shall be
screened through a clean, coarse cloth and suitable adhesive such as DDL or
equivalent as per manufacturer specification. About 1.3 kg of sodium chloride in hot
water shall also be added for every 10 kg. of lime for making the coat hard and rule
resistant. Indigo shall also be mixed @ 3 gm/Kg of lime. Each, coat shall be allowed
FORM NO: 02-0000-0021F2 REV1 All rights reserved
PNPM/PC 150/E/112/SEC
TECHNICAL SPECIFICATIONS FOR CIVIL & –VI- 2.2
0
STRUCTURAL WORKS
DOC. NO. REV.
PAGE 31 of 36
to dry before next coat is applied. When dry, the wash should show no sign of
cracking. One coat consists of application with brushes in horizontal stroke followed
by vertical stroke.
17.2.1 Where colour wash is indicated, one coat of white wash and two coats of colour of
tints approved by the Engineer-in-Charge shall be applied. Dados and skirting shall
not be white washed, colour washed or distempered or painted.
17.2.2 Only Colour stainer of approved brand not affected by lime, shall be added to colour
wash. Indigo (Neel) shall, however, not be added in colour wash.
17.2.3 The colour wash shall be applied as described for white wash. After the surface has
been prepared the first primary coat shall be of white wash. Minimum two coats of
colour wash shall then be applied. The entire surface shall present a smooth and
uniform finish of even tint or shade.
17.3 Distempering
17.3.1 Where distempering is indicated, two coats of distemper oil emulsion or dry distemper
over a priming coat as specified in the item shall be applied. Each coat of distemper
shall be approved by the Engineer-in-Charge before next coat is applied.
17.3.2 Distemper oil emulsion shall be as per BIS: 248 of approved brand and manufacture.
The distemper shall be diluted with water or a prescribed thinner in the proportion of 4
parts of paste by weight to one part of cold water or in the proportion specified by the
manufacturer, which shall be invariably followed.
17.3.3 The surface to be distempered shall be cleaned of dust, dirt, chalking and other
foreign matter. All cracks, holes and surface defects shall be repaired with gypsum to
give a smooth surface, and papered and wiped clean. The surface shall then be
rubbed down again with sand paper and made smooth. The surface thus prepared
shall be given a coat of alkali resistant, priming paint conforming to BIS: 109 or any
other primer as specified by the manufacturer and allowed to dry at least for 48 hours.
17.3.4 Dry distemper shall be of approved make and shade conforming to BIS 427 and
shall be prepared as per manufacturer's specification. The surface to be distempered
shall be cleaned of dust, dirt, chalking and other foreign matter. All cracks, holes and
surface defects shall be repaired with gypsum to give a smooth surface, and papered
and wiped clean. The surface shall then be rubbed down again with sand paper and
made smooth. The surface thus prepared shall be given a coat of alkali resistant,
priming paint conforming to BIS: 109 or any other primer as specified by the
manufacturer and allowed to dry at least for 48 hours.
17.3.5 After the primer coat has dried for at least 48 hours, the surface shall be lightly sand
papered to make it smooth for receiving the distemper, taking care not to rub cut the
priming coat and then dusted off. Prepared distemper shall then be applied with
brushes in horizontal strokes followed immediately by vertical ones which together
constitute one coat.
FORM NO: 02-0000-0021F2 REV1 All rights reserved
PNPM/PC 150/E/112/SEC
TECHNICAL SPECIFICATIONS FOR CIVIL & –VI- 2.2
0
STRUCTURAL WORKS
DOC. NO. REV.
PAGE 32 of 36
17.3.6 Subsequent coats shall be applied in the same way, with time intervals of at least 24
hours between consecutive coats.
17.3.7 A uniform finished surface without patches, brush marks, or distemper drops shall be
obtained.
17.4.1 Cement paint: Cement paint shall comply with BIS: 5410 specification for cement
paint, of colour as required.
17.4.2 Where shown on drawings for external surfaces of sand faced plaster, or any other
surface, two coats of cement paint shall be applied of tint and shade as approved by
the Engineer-in-Charge.
17.4.3 The surfaces shall be prepared as specified for white washing. Before applying
cement paint the surface shall be thoroughly wetted to control surface suction. The
surface shall be moist but not dripping wet, when the paint is applied. Not less than 24
hours shall be allowed between the two coats. In hot weather the first coat shall be
slightly moistened before applying the second coat.
17.4.4 On external plastered surfaces, sand faced or plain plastered and concrete surfaces,
cement paint shall be vigorously scrubbed on to work the paint into the voids and
provide a continuous paint film free from pin holes and other openings. Curing shall
be done between the coats and for at least 2 days following the final coat.
18.0 GLAZING
18.1 Sheet glass glazing of doors, windows etc. shall be of selected quality glass
conforming to BIS: 2835. Toughened splinter proof industrial safety glass shall
confirm to BIS: 2553. No cracked chipped or disfigured glass shall be accepted Glass
shall be in one piece for each pan.
18.2 Glazing shall be fixed with timber or steel / aluminium beading as called for. Glass
shall be back puttied and fixed with beading for a water tight and rattle free
installation. Sizes of timber/ steel / aluminium beading shall be as directed.
Setting of lining takes place in approximately 1-7 days and during this time it is
necessary to keep the bricks undisturbed.
BIS 1566 -1982 : Hard drawn steel wire fabric for concrete reinforcement.
Shooting strips shall be used to obtain proper thickness and true lines over flanges,
angles and re-entrant corners. Strips shall be designed to permit escape of
rebound.
The finish shall be wooden float or sponge trowelled sufficient to obtain a uniform
appearance without attracting excessive laitance to the surface.
Immediately after final finishing, surfaces shall be given a one spray coat of an
approved curing compound.
Brand name, name of manufacturer and test results shall be submitted for approval
from the Engineer-in-Charge prior to procurement and use of curing compound.
Shotcrete thus applied shall develop not less than 24 N/mm² compressive strength
in 28 days.
Concrete for fire proofing shall be M20 grade. Mixing and placing shall be same as
for concrete work
Concrete shall be poured into forms properly oiled and made to correct dimensions.
Concrete shall be vibrated as necessary to ensure smooth surface, free from voids
and irregularities. Any defects, honey comb etc. shall be rectified by
CONTRACTOR at his own cost.
Design Specification
The coating shall be strong enough to withstand thermal shock and impingement of
water from fire hoses and / or monitors.
The coating shall be asbestos free and shall be non corrosive to steel members
and shall not be affected by environmental conditions, or from local leakages,
spillage or pollution.
Application procedure of the coating shall be non hazardous, shall not interface
with the working of adjoining areas and shall be easy.
The CONTRACTOR shall submit calculation for the thickness of coating for all
structures to be fireproofing for approval from the Engineer-in-Charge for the
particular branded product he is going to use, but in no case the coating shall be
less than 40 mm.
APPLICATION
Generally spray gun shall be used for the application of the mixed vermiculite
Each successive layer shall only be applied after the previous layer has developed
its initial set and is also properly scratched with steel brush to roughen the surface
to develop proper bond. If the application is interrupted and does not satisfy
successive layers criteria, the coating shall be cut back to the steel surface
proceeding layer with a trowel at an inclined angle. Exposed surface of this coating
shall be thoroughly wetted before resuming the work.
Application of mixed vermiculite shall not be carried out if the air temperature is 4º
C or less. Provision shall be made for adequate ventilation during and after
application, until the coating is dry.
Sealing with minimum 10 mm thick bitumen mastic flashing, shall be carried out at
all exposed joints between fire proofing material coating & steel.
Base of Reservoir Area including the embankment will be lined with the HDPE lining.
The reservoir structures will be lined with 1.0 mm black HDPE Geo-membrane sheet.
The Bed of the reservoir will be lined with HDPE 1.0 mm thick smooth lining, where as
the slope will be lined with one side textured HDPE 1.0 mm thick. The membranes will
be anchored on the berms with a suitably designed anchor trench and will be
backfilled after the anchoring of the membrane is completed.
Testing of Raw water reservoir shall be carried out in accordance with IS: 10430. The
details are as follows:-
1. On completion of the work, the reservoir shall be filled with water up to max. Water
level.
3. The average water loss shall not be more than 0.60 m3/sec. per million square
meter of wetted perimeter.
Testing of Fire water reservoir shall be carried out in accordance with IS: 3370.
SECTION: VI-3.0
CONSTRUCTION
OF
RAW WATER AND FIRE WATER RESERVOIR,
PUMP HOUSE AND SERVICES
FOR
INTEGRATED COAL BASED FERTILIZER COMPLEX
AT
Raw water of 7 days normal capacity shall be stored in Raw Water reservoir in the plant site. One Pump
sump shall be provided to install three numbers (2W + 1S) of Vertical Turbine type raw water pumps to
transfer raw water to Raw Water Treatment Plant, one number of vertical turbine type fire water make up
pump. The Pump sump shall be provided with necessary arrangement for maintenance of the pumps.
Additional space for ready hook up & pump installation to be provided in pump house to install one more
pump of same capacity for future requirement.
The raw water shall be pumped by raw water pumps to the raw water treatment plant.
3.1.1 RAW WATER PUMP DETAILS WHICH WILL BE MOUNTED ON THE RAW WATER
RESERVOIR
Fluid = Water
Type of Pump = Vertical Turbine Pump (suitable strainer to be provided)
No. of Pumps = 2W+1S
Pump Flow-rate/ pump = 1200 m3/hr
Pump Disc. Press. at pump Disc. Flange = 2.5 Kg/cm2g
Pump NPSHa (approx.) = Flooded
Estimated absorbed power/pump = 137 KW (Final to be furnished by vendor)
Fluid Property:-
Density = 990 kg/m3 at Amb. Temp.
Viscosity = 0.653 CP at Amb. Temp.
Vapour Pressure = 0.07 Kg/cm2a at Amb. Temp.
Water will be routed to the reservoir & fire water reservoir through manual valve. Fire water reservoir
high level & Low level alarm shall be provided.
FIRE WATER MAKE-UP PUMP DETAILS WHICH WILL BE MOUNTED ON THE RAW WATER
RESERVOIR.
This pump will be used dedicated for fire water make up service in case any fault happens in normal
system as mentioned above.
Fluid = Water
Type of Pump = Vertical Turbine Pump (suitable strainer to be provided)
No. Of Pumps = 1W+0S
Pump Flow-rate/ pump = 1200 m3/hr
Pump disc. Press. at pump disc. Flange = 2.5 Kg/ cm2g
Pump NPSHa = Flooded
Estimated absorbed power/pump = 137KW (Final to be furnished by vendor)
Fluid Property:-
Density = 990 kg/m3 at Amb. Temp.
Viscosity = 0.653 CP at Amb. Temp.
Vapour Pressure = 0.07 Kg/cm2a at Amb. Temp.
Pump to be supplied with emergency power connection also.
Attachments:-
1. Preliminary Instrument datasheet.
2. Kindly refer schematic P&ID – Annexure II of NIT (This P&ID is indicative and shall finally be
developed during detail engineering by the contractor).
Above Mentioned data is preliminary. However, same shall be finalized during detail engg. By detail engg.
Contractor.
PNPM/PC150/E/112/SEC-VI- 0
4.0
PROJECTS & DEVELOPMENT INDIA LTD DOCUMENT NO REV
PAGE 1 OF 12
CONTENTS
1. GENERAL
2. DESIGN REQUIREMENT
5. EOT CRANE
6. VENDOR’S DATA
7. SPARE PARTS
NOTES: This document shall be used with relevant information contained in the
documents listed below (in order of priority) :
1.0 GENERAL
1.1 This Philosophy states that contractor’s scope of work shall include detailed
engineering, procurement, supply, manufacturing, fabrication, transportation,
inspection & testing, loading, unloading, insurance during transit, storage,
construction, erection/ installation of all Mechanical Rotating Equipments with
allied electrical, instrumentation and civil works, obtaining all necessary statutory
approvals from concerned government authorities as applicable, testing,
mechanical completion, pre-commissioning, commissioning, performance
guarantee test runs including total project management and handing over of Raw
Water Reservoir and allied services of prescribed capacity for M/s Talcher
Fertilizer Limited ( TFL).
2.1.2 The pumps shall be designed, manufactured and supplied as per Hydraulic
Institute Standard / DIN 24256 / ISO-2858 /IS-1520/ IS-13518/ IS-5120/ equivalent
national & international Standard. Latest codes& standards shall be followed.
2.1.3 The pump shall be designed to develop the specified differential head at rated
capacity, suction pressure and specific gravity while running at the rated speed.
Rated speed of pump shall be full load speed of the drive motor. The pump
characteristics shall be guaranteed / tested with reference to the full load speed of
motor.
2.1.4 Guarantee point shall refer to the differential head, rated capacity, specific gravity,
and full load speed of the driver.
2.1.5 The pump and accessories shall be suitable for outdoor, unsheltered installation
and continuous duty unless otherwise specified in the respective specification
sheets.
2.1.6 The pumps shall be supplied complete with all the accessories as specified in the
respective specification sheets inclusive of necessary appurtenances, auxiliary
piping, special tools, spares etc.
2.1.7 Accessories required / recommended by pump vendor other than those specified
in the pump specification sheet for safe and efficient operation of the pump unit
shall be included in the pump vendor’s scope of supply and the same shall be
identified in the bid separately with adequate justification.
2.1.9 Pumps shall have SI dimensions, comply with applicable ISO standards except for
piping connections which shall be as per ANSI/ASME standard.
2.1.10 Reference list of pumps which are in operation for similar service conditions shall be
furnished with the offer indicating broad specifications, purchase order number, date
and name & address of user.
2.2.1 The shut off head of the pump shall be 105% to 120% of the head at rated
capacity.
2.2.2 Maximum allowable noise level shall be within 85 dBA measured at a distance of
1.0 meter.
2.2.3 It should be possible to increase the head minimum by 5% by installing higher size
impeller.
2.2.4 In addition to static balancing, impellers shall be dynamically balanced as per G6.3
of ISO-1940.
2.2.5 Pump inlet, outlet and auxiliary connections shall be flanged. All connections shall
be provided with companion flanges, nuts, bolts and gaskets as per piping design
philosophy of the ITB/NIT.
2.2.6 Non-Standard Connections of 11/4, 21/2, 31/2, 5, 7 nominal pipe sizes shall not be
used.
2.2.7 When specified, pump shall be provided with drip tray under the stuffing box and
leak-off line with flange, companion flange, nuts, bolts and gaskets. Material
composition shall be same as that of pump casing. Leak - off piping shall be
arranged upto the edge of the base plate.
2.2.8 Pump inlet, outlet and auxiliary flanged connections shall confirm to the facing and
drilling requirements of ANSI / ASME B 16.1 or ANSI / ASME B16.5.
2.2.9 All equipment shall be designed to permit rapid and economical maintenance.
Major parts such as casing components and bearing housings shall be designed
(shouldered or dowelled) to ensure accurate alignment on reassembly.
2.2.10 Impeller shall be keyed to the pump shaft. Impeller nut shall be used to secure the
impeller and a positive mechanical locking method shall be adopted.
2.2.11 The pump shaft shall be one piece for horizontal pumps. For vertical pumps
number of shafts shall be minimum .
2.2.12 Shafts for horizontal pumps shall be fitted with deflectors. Deflectors shall be
made of suitable non-sparking material.
2.2.13 Pump alignment with its corresponding driver/motor to be carried out for all
FORM NO: 02-0000-0021F2 REV1 All rights reserved
CONSTRUCTION OF RAW WATER & FIRE PNPM/PC150/E/112/SEC-VI- 0
4.0
WATER RESERVOIR, PUMP HOUSE AND
DOCUMENT NO REV
SERVICES, TFL, TALCHER
DESIGN PHILOSOPHY – ROTATING EQUIPMENTS & PAGE 6 OF 12
EOT CRANE
2.2.14 condition i.e. without process piping & with process piping, Cold & Hot alignment.
No residual stresses due to piping shall occur in the complete system. Vibration
while pre-commissioning / commissioning and handing over of system to owner
must be within limit as in specified codes & standards.
2.2.14 Replaceable wear ring surfaces shall be furnished on impeller and casing. Mating wear
surfaces of hardenable materials shall have a difference in Brinell hardness number of
at least 50.
2.2.15 Radial and thrust bearings shall be rolling element type. These shall be designed
for 24,000 hours bearing life.
2.2.16 For between bearing pumps arrangement, bearing housing shall be cast integral
with the lower half of the pump casing or bolted to it. Bearing housing should be
provided with stiffening brackets and be sufficiently rigid to resist the dynamic
loads during operation.
2.2.17 Castings shall be sound and free from shrink holes, blow holes, cracks, scale,
blisters and other similar injurious defects. Ferrous pressure casting shall not be
repaired by peening, plugging, burning in or impregnating. When weld repairs to
castings are authorized by ASTM specification for the material, repair welding shall
be carried out in accordance with that specification. Unless otherwise specified,
weld repairs shall be inspected according to the same quality standards used to
inspect the casting.
2.2.18 Material of construction of various pump parts shall be as per pump specification
sheet. If the vendor considers other materials better, the same shall be offered as
an alternative only. Materials not specified in the specification sheet shall be
selected by the vendor in accordance with the service conditions. Chemical
composition and physical properties of the special materials, wherever used, must
be furnished along with the offer.
2.2.20 Motor shall have power ratings including service factor at least equal to following
percentage of pump rated absorbed power. :
22 - 55 115
> 55 110
2.2.21 Vendor shall indicate for vertical pumps, minimum liquid level for pump operation /
startup in the offer.
2.2.22 For vertical pumps, a hole shall be provided in the column pipe above the
maximum liquid level to relieve pressure on stuffing box.
2.2.23 For vertical the specified head shall be measured at the discharge flange, at pump
mounting level. Pumps shall be suitable to develop specified discharge head in
addition to column losses and vertical distance, between minimum level in the
sump tank and center line of the discharge flange. Pump vendor shall indicate
total head to be developed by the pump in the offer.
2.2.24 Vertical pumps taking suction from sump / vessel shall be furnished with corrosion
resistant suction strainer. Perforation / mesh size shall be suitable for proper
operation of pump. Sufficient free flow area of the strainer shall be provided.
2.2.25 Pumps shall be provided with shaft sleeve under mechanical seal.
2.2.26 Shaft sleeves shall be hard chrome oxide coated under flexible member of
mechanical seal.
2.2. 28.1 Make of mechanical seal shall be Flowserve, Eagle Burgmann, John
Crane make.
2.2.28.2 Mechanical seal shall be inside mounted, balanced type with Carbon
versus Tungsten Carbide faces or Carbon versus Silicon Carbide faces.
Suitable flushing plan shall be provided.
3.2 Inspector shall have free access at all reasonable times to the vendor’s / sub
vendor’s shops. Vendor shall furnish to the inspector all necessary information and
assistance to verify that the requirements of the order specifications have been
met. The vendor shall give 2 weeks notice regarding readiness of material for
inspection to the inspector.
3.3 Acceptance of shop test shall not relieve the vendor of this responsibility in any
way.
3.4.1 Review of material test certificate for casing, impeller, shaft, shaft sleeve, wearing
rings etc., and for spare parts.
3.4.5 Performance test and Complete unit test with Job motor including vibration check
3.5 Applicable national/ international standard shall be applied with respect to the
tolerances of each dimension.
3.6 All casting shall be visually inspected before machining for surface defects and
irregularities.
3.7 All repairs of defects found on inspection shall be subjected to prior approval of
purchaser’s inspector.
3.8.1 Performance test of each pump in the manufacturer’s shop shall be carried out.
3.8.2 Pumps shall be operated in shop for a period sufficient to obtain complete test
data. Unless otherwise agreed, the test speed shall be the rated speed of the
pump.
3.8.4 During the performance test, pump when operated at rated speed and rated
capacity shall give guaranteed characteristics of total head, efficiency, brake kW
and NPSH within the following tolerances.
Rated differential head : + 5%, - 2%
Rated kW : + 4%
NPSHR :0
3.8.5 During performance test, pump shall operate without undue heating of bearings,
excessive vibration, noise or other mechanical faults. Such defects if noticed shall
be promptly rectified to the satisfaction of the inspector.
3.8.6 Instruments (if any) measurement tolerance shall be as per accuracy class I of IS-
1520.
3.8.7 When operating fluid has viscosity appreciably higher than test fluid, test values of
capacity, head, efficiency and power input shall be corrected to specified viscosity
of operating fluid as per IS - 5120 / Hydraulic Institute Standard. Characteristic
curves shall be plotted accordingly.
3.8.8 Job driver shall be used during performance test .
3.8.9 NPSHR test shall be conducted. Test shall be done at 5 points from shut off to
110% of rated capacity.
3.9.1 Each pressure casing shall be hydrostatically tested to 1.5 times the maximum
allowable casing pressure. Multistage pumps may be segmentally tested at appropriate
section pressure.
3.9.2 Test pressure shall be maintained for a minimum period of 30 minutes during
hydrostatic test.
3.9.3 Vendor shall compile all the tests & inspection reports relevant to purchase order
scope of supply in folder(s). Following reports must be included:
- Material certificates (chemical analysis, chemical test & impact test)
- Results of non destructive inspection
- Results of hydrostatic test
- Records of performance test
- Records of NPSH test
- Records of dimensions
- Other test conducted by vendor as per specification
- Guarantee certificates
4.1 Pumps shall be despatched only after the shop test data and performance test
curves are approved by the inspector.
4.2 The unmachined exterior surfaces shall be sand blasted, descaled and cleaned.
The surface must be free from foreign material before paint is applied.
4.3 The external surface subject to atmospheric corrosion shall be painted with two
coats of primer and two coats of epoxy based finish paint.
4.4 All the internal parts and machined unpainted exterior surfaces shall be protected
with suitable rust preventive.
4.5 When driver is supplied with pump, the same shall be duly mounted on a common
base frame.
4.6 Both halves of the coupling shall be supplied by vendor in machined condition.
4.7 Each unit shall be suitably packed for outdoor storage for at least six months.
LSTK Contractor to provide EOT Cranes of adequate capacity in Pump House, wherever
required for ease in operation and maintenance activities. EOT crane shall be selected for
cater access to the maximum area of the pump house. Cranes to be provided in nearest
multiple of 5 Metric Tonnes considering maximum Safe weight to be lifted. Relevant
Indian/ ISO Standards applicable for EOT Crane shall be followed . All statutory
guidelines to be complied by the LSTK contractor. Double Rail travel EOT crane having
capacity minimum 1.4 times of maximum weighted part to be selected and also
complying to IS: 3177 and statutory guidelines.
bill of materials
Information to be supplied by
2 Y Y
manufacturer / Vendor
General arrangement Drg.
showing various details & all
principal dimensions of the
3 Y Y
assembled unit, horizontals and
vertical clearances and
approaches.
List of spare parts with individual
4 Y Y
part Nos. and prices.
Detailed manufacturing
6 Y Y
programme Time-Bar Chart.
Individual structural drgs. For
7 Y Y
main girders and End-carriages.
Mechanical calculations
(Brakes, Gear boxes, gears,
8 Y Y
pinions coupling, Bearing, Rope-
drum, Wire-rope etc.
Civil load data drawing, Cross-
sectional detailed drawings of
sub-assemblies part nos.,
9 materials of construction and Y Y
heat treatment details wherever
applicable :
SECTION – VI-5.0
CONTENTS
1.0 Scope
6.0 Materials
7.0 Painting
8.0 Welding
LIST OF ATTACHMENTS
ANNEXURE /
ATTACHMENT NUMBER DESCRIPTION
4 Clearances
1.0 SCOPE
The scope of this document is pertaining to the design philosophy, norms .and specific
requirements which shall be adhered to by contractor or his associates and representatives
during the course of the project in designing, procurement & construction of piping material.
1.1 APPLICABLE STANDARD & CODES
Standard No. Title
ASME/ANSI B16.5 Steel Pipe Flanges and Flanged Fittings
ASME/ANSI B16.9 Steel Butt-Welding Fittings
ASME/ANSI B16.10 Face to Face and End to End Dimensions of Valves
ASME/ANSI B16.11 Forged Fittings Socket Welded and Threaded -
ASME/ANSI B16.20 Metallic Gaskets for Pipe Flanges – Ring Joint, Spiral
Wound, and Jacketed.
ASME/ANSI B16.21 Non-Metallic Flat Gaskets for Pipe Flanges
ASME/ANSI B16.25 Butt-Welding Ends
ASME/ANSI B16.34 Valves – Flanged, Threaded Welding End.
ASME/ANSI B16.47 Large Diameter Steel Flanges
ASME/ANSI B31.1 Power Piping
ASME/ANSI B31.3 Process Piping.
ASME/ANSI B31.5 Refrigeration Piping
ASME/ANSI B36.10M Welded and Seamless Wrought Steel Pipe.
ASME/ANSI B36.19M Stainless Steel Pipe
API 6D Specification for Pipe Line Valves (Gate, Plug, Ball and
Check Valves).
API 6FA Fire Test for Valves.
API 501 Specifications for Metallic Gaskets for Refinery Piping.
API 594 Check Valves:, Wafer-Lug and double flanged type
API 598 Valve Inspections and Testing.
API 599 Steel Plug Valves Flanged and Butt-weld ends
API 600 Steel Gate Valves Flanged and Butt-welding ends, Bolted Bonnets
API 602 Gate, Globe, and Check Valves for Sizes DN 100
(NPS 4) and Smaller for the Petroleum and Natural Gas Industries
API 603 Class 150 – Corrosion Resistant Flanged End gate valves.
API 604 Ductile Iron gate valves – flanged ends.
API 606 Compact C.S. Gate Valve extended body.
API 607 Fire Test for soft seated Ball Valve.
API-608 Metal Ball Valves, Flanged, Threaded & BW Ends.
API 609 Butterfly Valves, Lug type & Wafer type.
API 623 Steel Globe Valves—Flanged and Butt-welding Ends, Bolted
Bonnets
IBR Indian Boiler Regulations
AWWA C207-D Large Dia. Steel Flanges (Ring Type).
EJMA Expansion Joints Manufacture Association.
MSS SP 6 Standard Finishes for Contact Faces of Pipe Flanges and
Connecting End Flanges of Valves and Fittings.
MSS SP 25 Standard Marking System for Valves, Fittings, Flanges & Unions
MSS SP 43 Wrought Stainless Steel Butt-weld Fitting
MSS SP 45 By-pass and Drain Connection.
NACE MR0175-94 Sulphide Stress Cracking resistant Metallic Material
Fire protection system shall be designed and installed in accordance with applicable
NFPA (National Fire Protections Associations) Codes.
4.0 GENERAL DESIGN
4.1 Flanges for process and utility piping shall be in accordance with ANSI B16.5 and ANSI
B16.47.
4.2 Wherever possible all purchased equipment shall be supplied with flanges that comply with
ANSI B16.5/B16.47.
4.3 The minimum size of piping to be used in pipe-racks shall be 2” NB.
4.4 With the exception of equipment connections the minimum size of piping shall be ½” NPS.
4.5 Pipe sizes 1 ¼”, 2 ½”, 3 ½” 5” and 22” NPS shall not be used except as connections to
purchased equipment.
4.6 Threaded pipe nipples between headers and vent, drain and instrument isolation valves shall
be Schedule 160 for CS and Schedule 80S for SS in the size range ½” to 2” NPS.
4.7 Piping 2” NPS and above shall be butt-welded. All weld joints in piping 1½” NPS and below
shall be socket welded using socket weld fittings.
4.8 In Class 600 and higher pressure rating double block valves shall be used for systems open
to atmosphere, such as vents and drains. Piping in hazardous service shall have vents,
drains and bleeds routed to a safe location. Category ‘M’ substances shall be vented to the
flare system.
4.9 When a line of one material specification is connected to a line of higher material
specification, the connecting line shall be constructed of the higher material specification or
pressure rating up to & including the first block valve.
4.10 As a minimum, piping systems shall have isolation facilities as follows:
ASME B31.3 Category ‘M’ service and Normal service (Class 900 and above) shall have
double block isolation valves with a downstream drop-out spool.
ASME B31.3 Normal service (Class 150 and 600) shall have a valve and downstream
spectacle blind.
ASME B31.3 Category ‘D’ service shall have a valve and downstream spectacle blind.
Generally, equipment shall have provision for isolation of piping to each equipment
connection by means of valving and /or blinds as determined by service conditions.
5.1.3.1 General
The plant layout shall be based on ensuring adequate access, to allow construction,
inspection, maintenance and operation to be performed in a safe and efficient manner. The
alignment of equipment and pipe shall offer an organised appearance. The layout shall be in
accordance with, but not limited to the design practices described in this criteria.
Where dynamic loading, limited pressure drop or other severe service condition applies,
particular care shall be taken in routing pipe lines.
Flushing connections shall be provided on all lines containing flammable or toxic material,
slurries, and materials which solidify when the line is dead. Sufficient Nitrogen purging
points shall also be provided. Supply piping of fuel gas shall be arranged for equal flow
distribution.
Trolley beams, pipe davits, shall be provided with appropriate removable hoists mechanism
for charging and discharging catalysts, chemicals, packing rings etc.
Piping and all other services shall be arranged so as to permit ready access of Cranes for
removal of Equipment for inspection and servicing.
All utility and process piping shall be located above ground, and major lines shall be located
in overhead pipe ways.
Lines that must be run below grade, and must be periodically inspected or replaced, shall be
identified on the P & ID’s; these lines must be placed in covered concrete trenches. Sleeper-
ways shall not be used in process areas where they may block access for personnel and
equipment.
Drip legs and dead ends shall be avoided, especially for piping where solids or fluids may
congeal from corrosive condensate.
Where sleeper ways are used the elevations shall be staggered to permit ease of crossing or
change of direction at intersections. Flat turns may be used when entire sleeper ways
change direction. Flat turns must not be used within pipe racks.
Spacing and routing of piping shall be such that expanding/contracting lines (including
insulation) will not clash with adjacent lines, structures, instruments and electrical equipment
during warm up and cool down.
Piping to be sloped shall be indicated on the P&I D’s.
All pumps not open to sky with motor rating >= 45 KW shall be provided with monorail. No
monorail should normally be provided for pumps outside rack and sufficient space below rack
shall be available for pump maintenance.
5.1.3.5 Clearances
Minimum clearances shall be as indicated in Annexure.
5.2.2.12 All small bore piping shall be designed in a way so as to ensure adequate space for
maintenance and operation. For small bore piping intermediate support shall be provided in
between portals.
5.2.2.13 Stubs on saline water (if applicable) service shall be from top of main header.
Minimum branch size for tapping including for instruments e.g PG/ PTI TE etc. shall be of 3"
NPD and 150 mm height on internal cement lined pipes.
5.2.2.14 Aboveground lines shall be grouped to run on pipe racks or sleepers in so far as practicable.
5.2.2.15 Hot lines on pipe racks or sleepers shall be grouped and expansion loops shall be nested
together. The number of expansion loops shall be kept to a minimum.
5.2.2.16 Piping handling corrosive fluids shall be run under piping handling non corrosive fluids, and
shall not, where possible, be run overhead across walkways or normal passages for
personnel.
5.2.2.17 All process and utility piping will be located aboveground within the plant battery limit, except
water mains.
5.2.2.18 All piping shall be arranged in horizontal banks, where possible, to facilitate supporting.
Banks running north-south shall be at different elevations from banks running east-west.
Exceptions are permitted to avoid unnecessary change in elevation at change of
direction or where essential to avoid pockets.
5.2.2.19 All piping shall be routed for the shortest possible run and have the minimum number of
fittings consistent with provision for expansion and flexibility. All piping shall be arranged in a
neat manner, providing free access around all operating equipment.
5.2.2.20 Vertical lines at vessels shall run close to the vessel shell to facilitate supporting. The line
shall be arranged and grouped to allow the use of single support.
5.2.2.21 Lines carrying molten solids, slurries or highly viscous liquids shall have a sufficient
slope for each gravity flow.
5.2.2.22 The shortest and most direct layout possible shall be provided for gravity flow lines,
especially when the fluid is subject to solidification and when the differential pressure is
small.
5.2.2.23 Piping shall be arranged to facilitate handling of equipment for inspection or
maintenance.
5.2.2.24 Vapor collecting system shall be routed so that the vapor rises continuously from the vessel
being vented to a higher point without pocketing.
5.2.2.25 Pockets shall be avoided in lines, particularly those carrying corrosive chemicals, slurries,
vents, blow down lines, etc.
feasible. However each column \ vessel shall have an independent access also. Column
vessel platforms should be designed in such a way so that all the nozzles should be
approachable from platforms.
5.2.3.5 Unless specifically indicated in P&ID’s control valves shall preferably be kept at grade
instead of platform.
5.2.3.6 Piping intended for vacuum services shall be routed as short as possible, with minimum
bends and flanged joints.
5.2.3.7 Piping support cleats shall be designed for safety valves considering impact loading during
popping off.
5.2.5 Steam Header & Supply Lines / Steam and Condensate Systems
5.2.5.1 Steam piping shall be designed to have complete condensate removal. Drip legs shall be
provided with steam traps at low points in the system.
5.2.5.2 All steam branch connections shall be taken from the top of the header.
5.2.5.3 Return exhaust steam / condensate lines shall connect to the top of the exhaust steam
Condensate header.
5.2.5.4 Where block valves have been installed in the main steam header such that condensate can
collect either side of the valve when closed, a safe means of draining the condensate prior to
opening the valve shall be provided.
- Steam header shall be located generally on the upper tier and at one end of the rack
adjacent to columns.
- Branch lines from horizontal steam header, except condensate collection points, shall
be connected to the top of the pipe header.
- Isolation valves (if provided) on the branch line shall preferably be provided on the
horizontal run and outside the pipe rack.
- All branch lines shall be drainable.
- Drip legs & steam traps shall be provided at all low points and dead ends of steam
header. Drip legs at low points shall be closer to downstream riser and shall be
provided to suit bidirectional flows, if applicable.
- All turbines on automatic control for startup shall be provided with a steam trap in the
steam inlet line.
- All traps shall be provided with strainers if integral strainers are not provided.
- Steam traps discharging to atmosphere shall be connected to storm water drain/storm
sewer, in case of open system. In case of condensate recovery, traps shall discharge
into condensate header.
- Expansion loops are to be provided to take care of the expansions within units.
- Wherever condensate is to be drained, proper condensate draining facility shall be
provided.
Air and water lines shall have quick type hose connection and steam line shall have flanged
type hose connection. All connections shall be directed downward. All connections shall have
globe valve for isolation purpose. An inter connection with valve shall be provided between
steam and service water lines shall be provided. Inert gas hose, when required, shall have
built in non return valve in quick connection coupling of piping end.
Number of utility stations shall be such that all equipments shall be approachable from at
least one utility station. The approach of utility station shall be considered 15 M all around the
station location.
The Utility stations shall generally be located adjacent to pipe-rack column.
The utility stations shall also be provided on elevated structures like - technological structure,
operating platforms of vertical equipments etc.
Operating platforms having manholes must have a utility station. Utility station locations shall
be limited to a height of 35 M from H.P.P.
vii) Provide break flange at + 500 MM from floor level connection with cathodic protection
to isolate underground pipe from above ground piping with insulating gasket KIT.
viii) Pipes shall be laid below electrical cables if any.
ix) Top of underground piping shall be below grade level at least 1 meter deep in case of
open areas and 1.5 meter deep for roads.
5.5.9 Piping in Trenches
The following points to be considered in designing of trench pipes
i) Piping located below grade, requiring inspection, servicing or provided with
protective heating.
ii) Fire water lines/Process lines.
iii) Drain lines requiring gravity flow trenches.
iv) Sump for valves and trenches shall be provided.
v) Suitable draining scheme for trenches shall be provided.
5.10.1 Provide temporary conical type strainers in 2” NB and above butt weld pump suction lines for
use during start-up. Arrange piping to facilitate removal.
5.10.2 Provide permanent Y-type strainers for pump suction piping below 2” NB Thd or SW.
5.10.3 Provide temporary basket type strainers located at the suction pulsation device inlet for start-
up of reciprocating compressors. Arrange piping to facilitate removal of the filter.
5.10.4 Provide temporary basket type strainers and locate them as close as possible to the
compressor inlet flange for start-up of centrifugal compressors. Arrange piping to facilitate
removal of the filter.
5.10.5 Allowable pressure drop when specified shall be certified by vendor along with the offer. If
asked specifically, vendor shall furnish pressure drop calculations
FORM NO: 02-0000-0021 F2 REV3 All rights reserved
EM0000-PNMP-TS951 P1
DESIGN PHILOSOPHY-PIPING
OSBL PACKAGE UNIT DOCUMENT NO REV
TFL, TALCHER PAGE 19 OF 34
5.10.6 All 2" & higher sized Y type strainers shall be provided with 3/4" threaded, tap and solid
threaded plug as drain connection. For less than 2", this shall be ½ " size.
5.10.7 Bottom flange of Y-type strainer shall not have tapped hole. Full length standard size studs
shall be used for joining blind flange.
5.10.8 For fabricated strainers, all BW joints shall be fully radiographed and fillet welds shall be
100% DP/MP checked.
5.10.9 All the strainers shall be hydrostatically tested at twice the design pressure.
For lines which do not need any support otherwise but become unsupported by opening of
flange, etc, during maintenance and thereby may transfer the total load on a small branch off,
a permanent support shall be suitably provided which may be a spring support also. Bare
pipes of size 14" and above on elevated structures shall be supported with pad or shoe.
While bare pipes of size 6" and' above, on sleepers, corrosion pads shall be provided.
Pads shall be provided for insulated pipes before welding the shoes for sizes 8" & above.
Adequate stiffening shall be provided for the following:
a) Lines in above 600#,
b) Lines having two phase flow,
c) Lines having Pulsating flow such as discharge of reciprocating compressors &
reciprocating pumps,
For pulsating flow lines detailed thermal and vibration analysis by analog study shall be done
to decide location of anchor supports and guides etc. Pulsating flow lines shall be as
identified by licensor/owner.
Wherever two phase flow in piping is expected, piping design shall be checked by dynamic
analysis to prevent vibrations.
Pipe support design shall be such that deflection in piping systems due to sustained loads
shall not exceed 15mm, in any case, between two adjacent supports.
As far as possible long trunnion types of supports (more than 0.5 metre) are to be avoided. In
case long trunnion support is unavoidable in straight length of pipe, trunnion height to be
restricted to 0.5 M and balance height to be made up by providing extended structure.
In the heaters where steam air decoking provision is there, the main lines and decoking lines
should be supported in a way so that either of the lines should not be in the hanging position
while connected to other one. Same philosophy shall be adopted for similar type of switch
over arrangement.
Piping passing through the technology structure or passing near the concrete column etc.
should have adequate annular space to avoid restriction of line movement during thermal
expansion. The gap should take care the thermal expansion along with insulation thickness.
High density PUF blocks shall be considered for cold piping supports. Use of wood blocks
shall be avoided.
All pipes supports shall be so designed that there is no undue tension on equipment flanges.
Flange joints should not move away from each other in case of unbolting of the joint.
5.12.2.3 Air coolers to API 661 shall be specified with Fx forces and Mz moments increased to 1.2
times the value shown in Figure 8 of API 661 for nozzle sizes 6”NPS and larger to simplify
piping flexibility analysis and facilitate piping layout.
5.12.2.4 Piping stress analysis and equipment nozzle loading analysis shall be in accordance with
ASME B31.3 and the relevant API, ANSI/ISO and NEMA Codes.
5.12.2.5 API 610 Pumps
The allowable nozzle loads on centrifugal pumps shall meet the load criteria of API 610.
Heavy duty base plate shall be specified where the pump design temperature is in excess of
150C.
ASME or Manufacturer’s Standard Pumps
The allowable nozzle loads on horizontal centrifugal pumps design to ASME B73.1 shall be
specified by the manufacturer. For preliminary layout and analysis NEMA SM 23 criteria shall
be used for individual nozzles.
Other Horizontal Centrifugal Pumps
The allowable nozzle loads shall meet the load criteria specified by the manufacturer.
Vertical Turbine, Can-Types Pumps
The combined bending and tensional thermal stress in the piping attached to the nozzle shall
be limited to 25 percent of the allowable stress range shown in ASME B31.3. The combined
stress due to dead load and other sustained loads shall be limited to 25 percent of the
allowable hot stress.
5.12.2.6 For piping design purposes, differential settlement between items of major equipment on
separate foundations shall be taken as 10 mm.
5.12.2.7 Cold springing in piping shall not be permitted without written permission from the Owner.
Cold springing of piping directly connected to rotating equipment is not permitted under any
circumstances.
Piping shall be analyzed for expansion, contraction, differential settlement, relief, valve
reaction and effects mentioned at CI. 5.12.1.
The design of piping systems shall take into account the different conditions expected during
operation, start-up, shut-down, cold branch in case of standby pump, tracing, etc.
Hydrocarbon lines shall be designed for steam-out conditions, if specified in line schedule.
The use of expansion joints shall be considered only when space oar pressure drop
limitation does not permit pipe bends. Expansion joint of axial type shall be avoided.
Forces and moments due to weight, thermal loads and other imposed loads on the
equipment nozzle must not exceed the allowed loads for the equipment.
Minimum analysis temperature shall be the design temperature of the line as per line list.
The package used shall be latest version of CEASER / AUTO PIPE / SIMPLEX / CAEPIPE.
Only one of these packages shall be used for the project & not a combination of the above
packages.
All lines shall be analyzed at design I analysis temperature. In the absence of analysis
temperature lines shall be analyzed at design temperature.
However in case of wide difference in design and operating temperature, temperature for
analysis shall be established in process documents. (e.g. flare line)
All non-critical lines may be analyzed using other methods.
Special analysis methods shall be followed for lines involving pulsating flow such as those
connected to reciprocating pumps & compressors which require acoustical plus analog study
by approved agencies and shall require entire system analysis along with piping I
equipments.
Seismic analysis shall be done for line sizes 12” and above.
5.13 Personnel Protection
5.13.1 Eyewash and emergency safety showers shall be provided in areas where operating
personnel are subject to hazardous sprays, emissions or spills.
5.13.2 Personnel protection shall be provided on un-insulated lines and equipment operating above
70 deg C when they constitute a hazard to the operators during normal operation of the
facility.
5.13.3 Leakage indicating tape and spray impingement shrouds shall be provided at flanged joints
in hazardous service.
5.14 Mechanical Handling
5.14.1 Handling facilities such as davits and monorails shall be provided on vessels over 10m in
height where the weight of removable internal and/or external equipment is greater than 35
Kg.
6.0 MATERIALS
6.1 General
6.1.1 Basic material selection of particular line depending on its service, temperature and
corrosivity shall be spelt out in process package. Material specification shall follow the
requirements as per process parameters & attached PMS / VMS.
6.1.2 Only piping materials listed in ASME B31.3 shall be used for Category ‘M’ and Normal
Service piping. Unless otherwise specified in PMS, For Category ‘D’ utility piping, where
scaling and impurities are to be avoided (such as instrument air, potable water and deluge
water) hot dipped galvanised and threaded fittings may be used in sizes up to and including
4” NB. Galvanised piping shall not be used in environments containing acids or other
corrosive commodities. In corrosive environments stainless steel piping material shall be
used for such utility systems.
6.1.2 All items/parts of Austenitic Stainless Steel shall be supplied in solution annealed condition.
For all Austenitic Stainless steels, Inter granular Corrosion' (IGC) Test shall be conducted.
6.1.3 In absence of specific requirement, Natural Rubber shall be used for lining in rubber lined
piping items, wherever applicable. The Vendor shall confirm the suitability of Rubber Material
for specified service. Unless otherwise specified, rubber lining shall be in accordance with
IS4682 Part-I.
6.1.4 Unless otherwise specified, HDPE pipes & fittings shall be in accordance to ASTM D3035/
ASTM D3261/ASTM D3350 or equivalent.
6.1.5.1 Anticorrosion Barrier of Polymer veil having minimum thickness 2.5 mm shall be provided for
chemical resistance. Mechanical resistance to be sustained by FRP.
6.1.5.2 The selected nominal pipe wall thickness will include manufacturers full under tolerance, and
the specified corrosion and/or erosion allowance. The pipe thickness will be adequate to
resist all external loads from thermal, mechanical and other sources in addition to the
process pressure-temperature requirements. However the pipe thickness will be according to
vendor’s norms and standard calculations but not be lower than indicated in DIN 16965 Part
4. External FRP layer shall be protected against ultra-violet light.
6.2 Pipe
6.2.1 Calculation of pipe thickness and branch reinforcement shall be based on requirements of
ASME B31.3. Proper corrosion allowance and mill tolerance shall be considered to achieve
the selected thickness.
6.2.2 Unless specifically exempted, welded pipes shall be acceptable only with longitudinal weld
made employing automatic welding. 100% radiography for all welds except for pipes for
category D service.
6.2.3 Double seam 180˚ apart is allowed for sizes 36" and larger only.
6.2.4 Galvanized Pipes shall be only Hot Dip galv. to ASTM A53.
6.2.5 Hydrostatic tests shall be applied to each length of pipe and be in accordance with the
requirements of ASTM A530/A530M, unless otherwise specified.
6.2.6 Check analysis shall be carried out as per ASTM-A-530 for pipes as per ASTM-A-312 and
pipe size > 8” and thickness > Sch.120, Check analysis shall also be carried out as per
supplementary requirement S1 of ASTM-A-312.
6.3 Fittings
6.3.1 Type of fittings shall be equivalent to pipe type. All fittings shall be seamless similar to pipe
specification in construction unless otherwise specified.
6.3.2 Thickness of fittings at ends to match pipe thickness for BW fittings. For reducing BW fittings
having different wall thicknesses at each end, the greater one shall be employed and the
ends shall be matched to suit respective thickness.
6.3.3 Unless and otherwise specified in the requisition all socket weld and screwed fittings shall be
in accordance with ANSI B16.11 to the extent covered in the specification except for unions
which shall be in accordance with MSS-SP-83.
6.3.4 Special fittings like Weldolet, Sockolet, Sweepolet etc. which are not covered in ANSI , MSS-
SP shall be as per Manufacturer’s Std. Contours of these fittings shall meet the requirements
of ANSI 31.3. Manufacturer shall submit drawings/catalogues of these items along with the
offer & also shall be submitted for approval before manufacturing.
6.3.5 All pipes employed for manufacturing of fittings shall be required to have undergone Hydro
test to ASTM A530 to the extent so as to produce wall stress of 75% of SMYS of the material.
6.3.6 All welded fittings shall be 100% Radio-graphed by X-Ray on all welds.
6.4 Flanges
6.4.1 All flanges shall be of forged one piece material (seamless), and plate may not be
substituted without written approval from the Purchaser.
6.4.2 All flange joints on piping system including flanges on the equipment, manholes, etc shall be
tightened using Torque wrench I hydraulic bolt tensioner depending upon service criticality.
6.5 Gaskets
Gaskets shall be as per piping material specification/ applicable standard.
6.7.1 General
All flanged valves (except forged) shall have flanges integral with the valve body.
Valve Castings/Forgings purchased shall be from Local approved foundries/forging shop.
Yoke material shall be at least equal to body material.
Forgings are acceptable in place of Castings but not vice-versa.
No cast iron valves to be used in firewater or any other service.
Valves in saline water (if applicable) service shall be with non ferrous trims and all wetted
parts other than trims shall be epoxy coated.
6.7.2 Ball/Plug/Butterfly Valves
Use of soft seated ball/plug/butterfly valves shall be suitably selected based on temperatures
handled.
Butterfly valves shall be suitable for throttling application.
As a rule, they shall be limited to water services only. Lug type Butterfly valves shall be with
threaded lugs only. Each butterfly valve shall be provided with the Bolts to be installed from
both sides separately.
Ball valves may be used in place of gate or plug valves with the following limitations:
i) Operating conditions are within the permissible pressure - temperature range of seat
materials.
ii) Fire safe type to be used for hydrocarbon services.
6.7.3 Valve Dimensions
Face-to-Face/End-to-End dimension shall be as per ANSI B16.10. In case the same is not
covered under B16.10, the dimension shall be as per BS 2080/manufacturer standard.
Hand wheel diameter shall not exceed 750mm and lever length shall not exceed 500 mm on
each side. Effort to operate shall not exceed 35 kgf at hand wheel periphery. However, failing
to meet the above requirement, vendor shall offer gear operation.
Quarter-turn valves shall have "open" position indicators with limit stops.
6.7.4.2 The welds of body-to-bonnet and body-to-end flange shall be subjected to 100% NDT; both
radiographic and magnetic or liquid penetrant examinations.
6.7.4.3 Beveled ends on each butt welding end valve shall be subjected 100% magnetic particle or
liquid penetrant examination.
6.7.4.4 Each valve shall be pressure tested in accordance with API 598.
Note: For S/D & at battery limit, it will be as per process requirements.
6.8 Traps
Vendor shall also furnish the performance curve indicating the capacity in mass/hour at
various differential pressures across the trap.
Parts subject to wear and tear shall be suitably hardened. Traps shall function in horizontal
as well as in vertical installation.
Traps shall have integral strainers.
All traps shall be hydrostatically tested to twice the design pressure.
6.9 Hoses
Manufacturer shall guarantee suitability of hoses for the service and working conditions
specified in the requisition, if the material is not specified in the Material Requisition for any
particular service.
All hoses shall be marked with service and working pressure at minimum two ends clearly.
Hoses shall be resistant to ageing, abrasion and suitable for outdoor installations.
Complete Hose assembly shall be tested at two times the design pressure
Steam hoses shall be subject to steam resistance test.
6.10 Expansion Joints(Metallic)
The applicable codes are ASME B31.3 and EJMA (Expansion Joint Manufacturer's
Association).
Bellows shall be formed from solution annealed sheet conforming to the latest ASTM Spec.
Any longitudinal weld shall be 100% radiographed. The finished longitudinal weld must be of
the same thickness and same surface finish as the parent material.
Circumferential welds are not permitted. Bellows are to be hydraulically or expansion
(punched) formed. Rolled formed bellows are not acceptable. Noticeable punch or die marks
resulting from expansion operation are not acceptable.
No repairs of any kind are allowed on the bellows after forming. Deep scratches and dents
are not acceptable.
The out of roundness shall be limited to ± 3mm. This is the max deviation between the max &
min diameter.
The actual circumference of the welding end shall be maintained to ± 3mm of the theoretical
circumference.
Apart from the usual requirements, the vendor shall also furnish
a) Design calculations to justify stiffness and fatigue life.
b) Axial, lateral stiffness, angular stiffness, effective pressure thrust area.
c) Installation/maintenance manual.
The Material, Design, Manufacture and Fabrication shall be generally as per MSS-SP-58/
MSS-SP-89 and/or BS 3974.
100% radiography on butt weld joints and 100% DP/MP for fillet welds test shall be done for
Pipe Classes in 600# & above.
7.0 PAINTING
Painting shall be as per attachment provided elsewhere in NIT.
8.0 WELDING
Welding shall be as per ASME BPV- Sec. IX
ANNEXURE – 1
TABLE OF BASIC SPAN
PIPE- VAPOR PIPE- LIQUID BARE PIPE BARE PIPE
INSULATION INSULATION EMPTY WATER FILLED Pipe size in.
Pipe SCH/Th
BASIC SPAN (L)M BASIC SPAN (L)M
Size k
0 0 0 0
176 C 316 C 176 C 316 C
In. (in) UPTO UPTO SPAN(L) WEIGHT SPAN(L) WEIGHT
0
TO TO 0
TO TO
175 C 0 0
175 C 0 0
M KG/M M KG/M
315 C 400 C 315 C 400 C
3/4" SCH 40 3.5 3.5 2.5 3.5 3.0 2.0 4.5 1.68 4.0 2.04 3/4"
1” SCH 40 4.5 4.0 3.0 4.5 3.5 3.0 5.0 2.52 4.5 '3.07 1"
20" 10 S 17.5 16.5 15.5 13.0 13.0 12.0 18.5 68.50 13.0 264.5
20"
24” 10 S 19.0 18.0 17.0 14.0 13.5 12.5 20.5 94.37 14.0 376.8 24”
ANNEXURE – 2
ACCESSIBILITY FOR VALVES AND INSTRUMENTS
NOTE -1:-BLOCK VALVES / ORIFICE FLANGES, IF LOCATED, WITH CENTRE LINES GREATER
THAN 2 METER FROM THE OPERATING FLOOR / OPERATING PLATFORM, SHALL BE
PROVIDED WITH PORTABLE PLATFORM OR CHAIN FOR OPERATION.
NOTE -2 : PLATFORM SHALL BE PROVIDED FOR THE ORIFICE FLANGES ON PIPE RACK.
ANNEXURE-3
NOTES:-
1. These spacings may be varied to suit column spacing of rack. The above spacing is for straight
runs of pipe & does not include guides which are used for control of thermal movements, as
decided by stress group.
2. The guide spacings given in the above table are indicative only.
ANNEXURE – 4
CLEARANCES
Minimum clearances for piping, equipment, structures, platforms, and supports shall be in accordance
with the following table:
Item Description
Item Description
Control Valve Arrangement Centreline of control valve above grade or platform. 450 mm
Item Description
SHEET 1 OF 6
PART-II: TECHNICAL
SECTION – VI-5.1
CONTENTS
SECTION
DESCRIPTION SHEET NUMBER
NUMBER
1.0 GENERAL PIPING SCOPE OF WORK 3
2.0 DESIGN & DETAILED ENGINEERING 3
3.0 PROCUREMENT & SUPPLY BY BIDDER 4
4.0 INSPECTION 4
5.0 PAINTING 5
6.0 CONSTRUCTION 5
7.0 BIDDER’S RESPONSIBILITY 5
8.0 DRAWING/ DOCUMENTATION SCHEDULE 6
9.0 PACKAGING 6
10.0 DOCUMENTATION WITH BID 6
LIST OF ATTACHMENTS
SL NO.OF
DOC.NO. DESCRIPTION
NO. SHEETS
minimize the area requirement while giving due importance to ease of access, operation
and maintenance of the facilities installed by the Bidder. The fabrication/erection & all
other piping jobs shall be carried out as per drawings/documents approved by Owner.
d) Carrying out Material Take Off for the entire piping system for the package unit.
e) The detail design shall take into consideration of local Statutory Regulation, if
any, for the package unit.
4.0 INSPECTION
4.1 Inspection authority means the Third Party Inspection Agencies (TPIA) approved by the
Owner to carryout inspection of materials.
4.2 The inspecting authority shall have the right to select random samples for check test and
reject materials, if samples furnished as above and tested as per the specifications fail to
meet the requirement specified.
4.3 All the items shall be inspected and tested in the presence of one or more
representatives of the purchaser during various stages of manufacturing. Material shall
be considered acceptable for dispatch only after final certificate of acceptance is issued
by the Inspector.
4.4 Testing performed in the presence of the purchaser’s representatives shall not relieve the
supplier of their own responsibilities and guarantees and any other contractual
obligations.
4.5 Quality Assurance plan (QAP) / Inspection Test Plan (ITP) shall be submitted by bidder
for approval by Third Party Inspection Agency (TPIA).
4.6 Scope of Inspection by TPIA:
Review of MTC (all batches).
Visual check for surfaces, external appearance (10% random witness).
Dimensional check (10% random witness).
Positive Material Identification (PMI) for alloy steels (10% random witness).
Hydrostatic test (10% random witness).
Packing: Report review.
Documentation (MTC, Inspection Release Note): 100% Review
5.0 PAINTING
Painting shall be as per specification attached elsewhere in NIT.
6.0 CONSTRUCTION
All construction works be carried out as per “Approved for Construction” drawings,
procedures, specifications and applicable codes and standards. Any changes at site shall
also need prior approval from the Owner and revision of drawings.
Bidder shall procure and supply all materials whatsoever required for
temporary/permanent installations of piping system in required and at appropriate time.
All equipment, materials, components etc. shall be suitable for the intended service and
the design life of the system. Wherever no specification is available in the contract, the
same shall be prepared by the Bidder and shall be subject to Owner approval.
7.9 Bidder shall obtain statutory approval from various authorities having jurisdiction over the
area, as necessary, for construction of the unit package.
9.0 PACKAGING
9.1 Items shall be thoroughly dried, cleaned and shall be free from moisture, dirt & loose
foreign materials, with ends protected from mechanical damage during transportation,
shipment & storage.
9.2 For transportation overseas, protection and packing shall be adequate to prevent
damage from sea atmosphere.
ITEM NOTES SIZE (NPS) SCH/ RAT END DESCRIPTION COMM CODE SPCL REV
PIPE
PIPE 2 - 6 SCH 40 BE SMLS,API 5L GR.B,C&W,ASME B36.10, PPX111300
FLANGE
FLANGE 1/2 - 24 150# SO-RF 125 AARH CS ASTM A105,ASME B16.5,SLIP ON FL0260801
SPACER AND BLIND 14 - 24 150# RF 125 AARH CS ASTM A105,ASME B16.48, RS022PO01
SPECL BLIND 1/2 - 12 150# RF 125 AARH CS ASTM A105,ASME B16.48, SP022PO01
BLIND FLANGE
BLIND FLANGE 1/2 - 24 150# RF 125 AARH CS ASTM A105,ASME B16.5, BF0220801
GASKET
GASKET 1/2 - 24 150# SPRL-WND RF TP304 SS WDG;GPH FLR;TP304 SS INR RNG;CS OTR RNG,ASME B16.20, GSQN30301
GASKET 26 - 72 150# 3.0 MM THK FF GSKT FLAT RNG,GARLOCK 3000(SYN FBR W/NBR BDR),ASME GSTO8QS01
B16.21/AWWA C207-D,RING TYPE
FITTING (BW)
BRANCH WELD 2 - 48 BW CARBON STEEL,ASME B31.3, RWOJ11200
ITEM NOTES SIZE (NPS) SCH/ RAT END DESCRIPTION COMM CODE SPCL REV
FITTING (SW)
CAP 1/2 - 11/2 3000# SOCW CS ASTM A105,ASME B16.11, CP0230207 W
FITTING (THD)
CAP 1/2 - 11/2 3000# THD CS ASTM A105,ASME B16.11, CP0240207 T
NIPPLE
NIPPLE 1/2 - 11/2 SCH160 PLN-PLN SMLS,API 5L GR.B,ASME B36.10, NPA151312 1
SWAGE NIPPLE
SWAGE (CONC) 1/2 - 11/2 PE ASTM A234 WPB-SMLS,MSS SP 95, NC73J4500
VALVES
GATE VALVE 1/2 - 11/2 800# SOCW CS BODY ASTM A105,GAV201, GAV201
GLOBE VALVE 1/2 - 11/2 800# SOCW CS BODY ASTM A105,GLV201, GLV201
:
PIPING MATERIAL SPECIFICATION CLIENT : M/S..TFL Project .:TFL
PROJECT : AMMONIA/UREA COAL BASED FERTILIZER PROJECT. DOC. No.PC150-PDS-600
LOCATION : TALCHER ,ODISHA.
Rev.:0.
Class: B24 PROJECTS AND DEVELOPMENT INDIA LIMITED
SERVICE TEMPERATURE LIMITS (Deg.C) INSPECTION CLASS
BF,CW,ES,FG,FN,NG,PN,PV,SA,SW,VS,PA ETC.
Ref.SI Ref.SI
ITEM NOTES SIZE (NPS) SCH/ RAT END DESCRIPTION COMM CODE SPCL REV
PIPE
PIPE 2 - 6 SCH 40 BE SMLS,API 5L GR.B,ASME B36.10, PPA111300
FLANGE
FLANGE 1/2 - 24 150# SO-RF 125 AARH CS ASTM A105,ASME B16.5,SLIP ON FL0260801
W.N.FLANGE 26 - 48 150# WN-RF 125 AARH CS ASTM A105,ASME B16.47 SR.B,WELD NECK WN0270701
SPACER AND BLIND 14 - 24 150# RF 125 AARH CS ASTM A105,ASME B16.48, RS022PO01
SPECL BLIND 1/2 - 12 150# RF 125 AARH CS ASTM A105,ASME B16.48, SP022PO01
BLIND FLANGE
BLIND FLANGE 26 - 48 150# RF 125 AARH CS ASTM A105,ASME B16.47 SR.B, BF0220701
BLIND FLANGE 1/2 - 24 150# RF 125 AARH CS ASTM A105,ASME B16.5, BF0220801
GASKET
GASKET 1/2 - 24 150# SPRL-WND RF TP304 SS WDG;GPH FLR;TP304 SS INR RNG;CS OTR RNG,ASME B16.20, GSQN30301
GASKET 26 - 48 150# SPRL-WND RF TP304 SS WDG;GPH FLR;TP304 SS INR RNG;CS OTR RNG,ASME GSQN3QJ01
B16.20/B16.47 SR.B,
DRIP RING
DRIP RING 3 - 3 150# RF 125 AARH CS ASTM A105,PDIL-PDS-600, DR022QK01
FITTING (BW)
BRANCH WELD 2 - 48 BW CARBON STEEL,ASME B31.3, RWOJ11200
FITTING (SW)
CAP 1/2 - 11/2 3000# SOCW CS ASTM A105,ASME B16.11, CP0230207 W
PIPING MATERIAL SPECIFICATION CLIENT : M/S..TFL Project .:TFL
PROJECT : AMMONIA/UREA COAL BASED FERTILIZER PROJECT. DOC. No.PC150-PDS-600
LOCATION : TALCHER ,ODISHA.
Rev.:0.
Class: B24 PROJECTS AND DEVELOPMENT INDIA LIMITED
SERVICE TEMPERATURE LIMITS (Deg.C) INSPECTION CLASS
BF,CW,ES,FG,FN,NG,PN,PV,SA,SW,VS,PA ETC.
Ref.SI Ref.SI
ITEM NOTES SIZE (NPS) SCH/ RAT END DESCRIPTION COMM CODE SPCL REV
HALF COUPLING 1/2 - 11/2 3000# SOCW CS ASTM A105,ASME B16.11, HF0230207
FITTING (THD)
CAP 1/2 - 11/2 3000# THD CS ASTM A105,ASME B16.11, CP0240207 T
NIPPLE
NIPPLE 1/2 - 11/2 SCH160 PLN-PLN SMLS,API 5L GR.B,ASME B36.10, NPA151312 1
SWAGE NIPPLE
SWAGE (CONC) 1/2 - 11/2 PE ASTM A234 WPB-SMLS,MSS SP 95, NC73J4500 P
SWAGE (CONC) 1/2 - 11/2 PLN-THD ASTM A234 WPB-SMLS,MSS SP 95, NC7364500 T
SWAGE (ECC) 1/2 - 11/2 PLN-THD ASTM A234 WPB-SMLS,MSS SP 95, NE7364500 T
STRAINER
T-TYPE STRAINER 2 - 24 150# FLGD CS ASTM A216 GR WCB,TTS210, TTS210
VALVES
GATE VALVE 1/2 - 11/2 800# SOCW CS BODY ASTM A105,GAV201, GAV201
GLOBE VALVE 1/2 - 11/2 800# SOCW CS BODY ASTM A105,GLV201, GLV201
CHECK VALVE 1/2 - 11/2 800# SOCW CS BODY ASTM A105,CHV201, CHV201
BALL VALVE 1/2 - 11/2 800# SOCW CS BODY ASTM A105,BAV201, BAV201
PLUG VALVE 11/2 - 24 150# FLG CS BODY ASTM A216 GR WCB,PLV202, PLV202
:
2
2
24”
24”
2.
2.
PC150-PDS-600 0
PROJECTS & DEVELOPMENT INDIA LTD DOCUMENT NO REV
<-----------------------B R A N C H S I Z E---------------------------->
3 1 1 2 1 1 1 1 1 2 2 2 2 2 3 3 3 3 3 4 4 4 4 4 5 5 5 5 5
M Q 1 Q M 2 M 3 4 6 8 0 2 4 6 8 0 2 4 6 8 0 2 4 6 8 0 2 4 6 8 0 2 4 6 8
M T
3Q E T
1 E E T
1Q
1M E E E T
2 S S S E T
2M S S S E E T
3 S S S E E E T
4 S S S S E E E T
6 S S S S W W E E T
8 S S S S W W W E E T
10 S S S S W W W W E E T
12 S S S S W W W W W E E T
14 S S S S W W W W W W E E T
16 S S S S W W W W W W P E E T
18 S S S S W W W W W W P P E E T
20 S S S S W W W W W W P P P E E T
22 S S S S W W W W W W P P P P E E T
24 S S S S W W W W W W P P P P P E E T
26 S S S S P P P P P P P P P P P P E E T
28 S S S S P P P P P P P P P P P P P E E T
30 S S S S P P P P P P P P P P P P P P E E T
32 S S S S P P P P P P P P P P P P P P P E E T
34 S S S S P P P P P P P P P P P P P P P P E E T
36 S S S S P P P P P P P P P P P P P P P P P E E T
38 S S S S P P P P P P P P P P P P P P P P P P E E T
40 S S S S P P P P P P P P P P P P P P P P P P P E E T
42 S S S S P P P P P P P P P P P P P P P P P P P P E E T
44 S S S S P P P P P P P P P P P P P P P P P P P P P E E T
46 S S S S P P P P P P P P P P P P P P P P P P P P P P E E T
48 S S S S P P P P P P P P P P P P P P P P P P P P P P P E E T
50
52
54
56
58
A-
E TE REDUCING TEE
P WB BRANCH WELD WITH RP
S SL SOCKOLET
T TE EQUAL TEE
W WL WELDOLET
GRAFOIL
207
201
sw
THD
PIPING MATERIAL SPECIFICATION CLIENT : M/S..TFL Project .:TFL
PROJECT : AMMONIA/UREA COAL BASED FERTILIZER PROJECT. DOC. No.PC150-PDS-600
LOCATION : TALCHER ,ODISHA.
Rev.:0.
Class: D24 PROJECTS AND DEVELOPMENT INDIA LIMITED
SERVICE TEMPERATURE LIMITS (Deg.C) INSPECTION CLASS
AG,AL,AW,FG,FN,HG,IAH,IAW,NG,NI,PA,PN,VS
Ref SI Ref SI
ETC.
ITEM NOTES SIZE (NPS) SCH/ RAT END DESCRIPTION COMM CODE SPCL REV
PIPE
PIPE 2 - 6 SCH 40 BE SMLS,API 5L GR.B,ASME B36.10, PPA111300
FLANGE
LONG W.N.FLANGE 11/2 - 11/2 300# WN-RF 125 AARH ASTM A105,ASME B16.5,38mmBORE,200mmLONG LN0270802
W.N.FLANGE 26 - 28 300# WN-RF 125 AARH ASTM A105,ASME B16.47 SR.B,WELD NECK WN0270702
W.N.FLANGE 1/2 - 24 300# WN-RF 125 AARH ASTM A105,ASME B16.5,WELD NECK WN0270802
SPACER AND BLIND 14 - 24 300# RF 125 AARH ASTM A105,ASME B16.48, RS022PO02
SPECL BLIND 1/2 - 12 300# RF 125 AARH ASTM A105,ASME B16.48, SP022PO02
BLIND FLANGE
BLIND FLANGE 26 - 28 300# RF 125 AARH ASTM A105,ASME B16.47 SR.B, BF0220702
BLIND FLANGE 1/2 - 24 300# RF 125 AARH ASTM A105,ASME B16.5, BF0220802
GASKET
GASKET 1/2 - 24 300# SPRL-WND RF TP304 SS WDG;GPH FLR;TP304 SS INR RNG;CS OTR RNG,ASME B16.20, GSQN30302
GASKET 26 - 28 300# SPRL-WND RF TP304 SS WDG;GPH FLR;TP304 SS INR RNG;CS OTR RNG,ASME GSQN3QJ02
B16.20/B16.47 SR.B,
DRIP RING
DRIP RING 3 - 3 300# RF 125 AARH ASTM A105,PDIL-PDS-600, DR022QK02
FITTING (BW)
BRANCH WELD 2 - 28 BW CARBON STEEL,ASME B31.3, RWOJ11200
FITTING (SW)
CAP 1/2 - 11/2 3000# SOCW ASTM A105,ASME B16.11, CP0230207 W
HALF COUPLING 1/2 - 11/2 3000# SOCW ASTM A105,ASME B16.11, HF0230207
FITTING (THD)
CAP 1/2 - 11/2 3000# THD ASTM A105,ASME B16.11, CP0240207 T
ITEM NOTES SIZE (NPS) SCH/ RAT END DESCRIPTION COMM CODE SPCL REV
NIPPLE
NIPPLE 1/2 - 11/2 SCH160 PLN-PLN SMLS,API 5L GR.B,ASME B36.10, NPA151312 1
SWAGE NIPPLE
SWAGE (CONC) 1/2 - 11/2 PE ASTM A234 WPB-SMLS,MSS SP 95, NC73J4500 P
SWAGE (CONC) 1/2 - 11/2 PLN-THD ASTM A234 WPB-SMLS,MSS SP 95, NC7364500 T
SWAGE (ECC) 1/2 - 11/2 PLN-THD ASTM A234 WPB-SMLS,MSS SP 95, NE7364500 T
VALVES
GATE VALVE 2 - 24 300# FLG CS BODY ASTM A216 GR WCB,GAV211, GAV211
GATE VALVE 1/2 - 11/2 800# SOCW CS BODY ASTM A105,GAV201, GAV201
GLOBE VALVE 1/2 - 11/2 800# SOCW CS BODY ASTM A105,GLV201, GLV201
CHECK VALVE 1/2 - 11/2 800# SOCW CS BODY ASTM A105,CHV201, CHV201
BALL VALVE 1/2 - 11/2 800# SOCW CS BODY ASTM A105,BAV202, BAV202
PLUG VALVE 11/2 - 6 300# FLG CS BODY ASTM A216 GR WCB,PLV205, PLV205
:
(NO CASTING)
GRAFOIL /GRAPHITE
(NO CASTING)
GRAFOIL /GRAPHITE
(NO CASTING)
GRAFOIL /GRAPHITE
(NO CASTING)
GRAFOIL/GRAPHITE
GRAFOIL
(NO CASTING)
GRAFOIL/GRAPHITE
GRAFOIL
(NO CASTING)
GRAFOIL
PC150-PDS-600 0
DOCUMENT NO REV
PROJECTS & DEVELOPMENT INDIA LTD
OTHER STANDARDS/DATASHEETS
PC161-PDS-600 P1
MITER BENDS WITH 5SEGMENTS
DOCUMENT NO REV
PROJECT:HURL PLANT:OSBL SHEET 1 OF 1
MITRE BENDS
45° 45°
TYPE A TYPE B 60° TYPE C
30° 221/2°
111/4°
221/2°
/2°
E
221
E
15°
F
30°
F
1/2 E
F
1/2E
1/2 F
1/2E
R
1/2F
R R
SECTION – VI-6.0
TECHNICAL SPECIFICATION
FOR
ELECTRICAL SYSTEM
CONTENTS
SECTION
DESCRIPTION
NUMBER
1.0 Scope
2.0 Statutory requirement, Codes and Standards
3.0 System Details and Utilization Voltages
4.0 General Instructions To Bidder
5.0 Equipment Specification
6.0 Power & Control Cables Cabling
7.0 Cable Tray
8.0 Mounting Structure
9.0 Earthing
10.0 Painting
11.0 Testing & Inspection
12.0 Drawing & Documents
13.0 Make of Electrical Equipment
14.0 Spares
15.0 Erection, Testing and Commissioning
16.0 Coordination with Other Contractors
17.0 Deviations
LIST OF ATTACHMENTS
FORM NO: 02-0000-0021F3 REV4 All rights reserved
RAW WATER AND FIRE WATER RESERVOIR, PNPM/PC150/E/112/P-
0
PUMP HOUSE AND SERVICES II/Sec-VI-6.0
TALCHER FERTILIZERS LIMITED Document No. Rev
TECHNICAL SPECIFICATION : ELECTRICAL SYSTEM Sheet 3 of 42
Technical
Description
Specification No.
PC150-TS-0801 Lighting Sub Distribution Boards
PC150-TS-0802 Induction Motors
PC150-TS-0803 Interlocking Sw. Socket and Plug
PC150-TS-0805 Cables
PC150-TS-0806 Prefabricated Ladder Type Cable Racks
PC150-TS-0807 Local Control Stations
PC150-TS-0808 Junction Box
PC150-TS-0809 Electricals for Over Head Cranes and Hoists
1.0 SCOPE
1.1 The scope includes work/service for the complete design, engineering, manufacture, testing
at works , supply of all electrical equipment, dispatch, storage, handling, erection, testing at
site and commissioning of complete electrical system required for ‘Construction of raw Water
Reservoir and allied Services’.
1.2 This specification shall be read in conjunction with all drawing and documents attached and
other relevant reference as specified therein
1.3 The scope shall include but not limited to the following:
a. Motors as required.
b. Local Control Stations
c. Lighting Sub-Distribution Board
d. Cables (as required) viz
Power Cables (3.3 kV, 1.1 kV)
Control Cables,
Earthing cables,
e. Illumination System
f. Earthing of equipment & structures.
g. Cable trench/Cable tray with supporting structure.
h. Any and all other Materials, Equipment and Services so as to make a totally integrated
and functional system together with all accessories and associated equipment, ensuring
safety, maintainability and reliability in compliance with all applicable codes, standards,
guidelines, statutory regulations and safety requirements in force.
i. Any other equipment, not specified, but required for safe, proper, trouble free and
efficient operation of the system
1.4 The scope shall also include the erection, testing, commissioning of above equipments.
The contractor shall arrange all the necessary erection tools, tackles, testing and measuring
instruments and shall supply erection materials and consumables.
The contractor shall clear the site after commissioning of the equipments / system and
obtain the Site Clearance Certificate from owner’s Engineer-in-charge
1.5 The scope of work shall also include digging of earth and refilling for directly buried cables,
earth strips, cable protection pipes, earth pits, ground mounted lighting pole foundations; civil
works such as making earth pit inspection chambers with covers, grouting of equipment
base plate, channels, supports and foundation bolts, chipping of concrete or in brick work for
earth strips, pipes or other minor chipping for foundation preparation, if required, cutting
holes in walls for racks, risers, light fitting brackets, sealing of cable entries and making good
the same after installation of the equipment and levelling, and other minor similar jobs as per
directions of Owner / Engineer-in-Charge.
1.6 All major Civil work (like making all foundations and cable trenches etc) and minor civil work
(like cutting, chipping, grouting, making opening in floor / wall etc. for equipment foundation
and cabling work) pertaining to electrical equipment are in the scope of work of the
contractor and shall be done as per technical specification of civil enclosed elsewhere in the
NIT.
2.2 The supplier shall, whenever necessary, make suitable modification in the equipment to
comply with the above mentioned rules.
2.3 Wherever any requirement, laid down in this Technical specification / Specification Sheet,
differs from that in IS, the requirements specified in this specification / Specification Sheets
shall prevail.
2.4 In case of any conflict/deviation amongst various documents the order of precedence shall
be as follows:
Statutory Rules / Regulations
Design Philosophy
Datasheets
Technical specification/ /Installation Standards, etc.
Applicable IS/IEC Standards
In case of contradiction / conflict among documents and statutory requirement, Contractor
shall refer to Owner for clarification. However, most stringent specification shall be followed
with Owner’s approval. Owner decision shall be considered as final.
2.5 Site Conditions
The equipment shall be designed for the following site conditions:-
Minimum ambient Temperature 1 deg.C
Maximum ambient Temperature 46 deg.C
Design Reference Temperature 50 deg.C
Relative Humidity 100%
Altitude above mean sea level Lower than 1000 Mtrs.
Atmospheric pollution Dusty due to presence of Coal Dust & Urea
Dust and corrosive due to presence
vapours of Ammonia and Sea-chlorides
3.0 SYSTEM DETAILS AND UTILIZATION VOLTAGES
3.1 The various voltage levels for in plant power distribution shall be as follows:
A. Distribution Equipment a) 11KV ± 10%, 50 Hz ± 5%, 3 Ph, 3 W with
.
4.0 GENERAL INSTRUCTIONS TO BIDDER
4.1 .The electrical equipment shall be designed as per latest practice to provide maximum
reliability, flexibility, safety to personnel and equipment and ease of operation and
maintenance.
4.2 All equipment shall have adequate and standard ratings.
4.3 Power Supply.
4.3.1 Feeders shall be made available at Water Treatment Plant Substation Switchgear (3.3 KV
Switchboard, 415 V PMCC, MLDB, ASDB). Power shall be tapped from these feeders to the
Motors, LCS, LSDB, Switch Sockets, EOT etc.
4.3.2 Supply, Laying, termination, supporting, Erection, Testing and Commissioning of all power,
control and lighting cables from Switchgears to equipments shall be in Contractor’s scope.
Cables shall be laid in overhead cable trays to the extent possible, cables may also be laid in
cable trench where space constraint for structure is there. Cable trench/ cable tray for all
power, control & lighting with support structure shall be in Contractor’s scope.
4.3.3 The entry of cables in the switchboards shall be from bottom only.
FORM NO: 02-0000-0021F3 REV4 All rights reserved
RAW WATER AND FIRE WATER RESERVOIR, PNPM/PC150/E/112/P-
0
PUMP HOUSE AND SERVICES II/Sec-VI-6.0
TALCHER FERTILIZERS LIMITED Document No. Rev
TECHNICAL SPECIFICATION : ELECTRICAL SYSTEM Sheet 7 of 42
5.1.2 The equipment to be installed in indoor plant area shall be enclosed in dust, damp and
vermin proof enclosure equivalent to IP 54 as per relevant Indian Standards/IEC.
5.1.3 The equipment excluding motors to be installed in outdoor plant area shall have IP 65
enclosure. Motors shall have IP 55 enclosure.
5.1.4 4 mm FRP (fire retardant and UV stabilized) canopies shall be provided for all outdoor
equipments like motors, starters, LCS, LSDBs, sw. sockets etc.
5.2 Motors
5.2.1 Motors shall conform to IS/IEC 60034-1:2004 and Specification Sheet enclosed.
5.2.2 The rating of LV and HV motors shall be selected from the sizes as recommended in
relevant Indian Standard/IEC.
5.2.3 The margin between the installed power and absorbed power shall be as recommended by
the driven machine supplier but shall not be less than the following:-
Motor Rating Margin above Driven M/C Absorbed Power
Less than 22 KW 25%
22 KW to 55 KW 15%
75 KW and above 10%
5.2.4 Voltage Ratings:
Voltage rating for the motors of different ratings shall be as below:
Upto 150 KW: 415 V, 3-phase, 50 Hz AC
Above 150 KW - 1000 KW: 3.3 KV, 3-phase, 50 Hz AC
Above 1000 KW: 11 KV, 3-phase, 50 Hz AC
5.2.5 The motors shall have maximum rated duty as per relevant Indian Standard/IEC.
Consideration shall be given for special duty motors wherever required e.g. cranes etc.
5.2.6 All LV motors shall be TEFC type as per relevant Indian Standards/IEC while HV motors
shall be TEFC/CACA type. All motors shall be Class-F insulated with temperature rise limited
to that of Class-B.
5.2.7 Normally the motors shall be suitable for DOL starting..
5.2.8 All motors 30 KW and above shall have space heater provision.
5.2.9 All HV motors shall have winding, hot air and bearing RTDs. All the temperature signals shall
be terminated to DCS as well as LMS.
5.2.10 All LV motors shall be of efficiency class 'IE3' as per latest applicable version of IS: 12615.
All HV Motors shall be of high efficient and high power factor type.
5.2.11 The starting current i.e. breakaway current of 415 V Motors shall not exceed the values
indicated in IS: 12615. Also there shall be no further positive tolerance on the values of
breakaway current.
FORM NO: 02-0000-0021F3 REV4 All rights reserved
RAW WATER AND FIRE WATER RESERVOIR, PNPM/PC150/E/112/P-
0
PUMP HOUSE AND SERVICES II/Sec-VI-6.0
TALCHER FERTILIZERS LIMITED Document No. Rev
TECHNICAL SPECIFICATION : ELECTRICAL SYSTEM Sheet 8 of 42
5.2.12 The starting current of 11 KV & 3.3 KV motors shall not exceed 550% of FLC. No positive
tolerance is acceptable over 550% FLC.
5.2.13 Type test certificate of similar motor for use in specified hazardous area (if applicable) shall
be furnished.
5.2.14 The duty cycle of the motor shall meet the process and driven machine requirement.
5.2.15 In case of 11 KV & 3.3 KV motor, the terminal box shall be suitably designed for proper
termination of XLPE insulated cables through heat shrink termination kit.
5.2.16 The mechanical parameters such as duty, mounting type, shaft extension, direction of
rotation, starting torque requirements etc. shall be adequate for the application. Sleeve or
anti friction type bearings shall be used. Vertical motors shall have thrust bearings suitable
for the load imposed by the driven machinery. Motors with sleeve bearings may require
proximity probes to measure shaft vibration adjacent and relative to the bearings. Generally,
all motors, except for application such as crane, hoist, turbine/engine starting, shall be
designed for continuous duty with rated load.
5.2.17 Motor rated above 30 KW shall have on line greasing provision and for motor rated above 45
KW, grease outlet feature shall be provided.
5.2.18 All HV motors shall have safety factor not less than 1.1.
5.2.19 Motors rated 1000 kW and above shall have suitable measures to prevent flow of shaft
currents and shall have 2 sets (i.e. 6 nos.) of PS class CTs for differential protection
5.2.20 The motor shall be capable of withstanding the electro dynamic stress and heating imposed
if it is started along with the driven equipment at voltage of 110% of the rated value.
5.2.21 During starting of large motor, the voltage may drop to 80% of the rated voltage for a period
of 60 seconds. All electrical equipment, while running, shall successfully ride over such
period without affecting system performance.
5.2.22 The motor may be subjected to sudden application of 150% rated voltage during bus
transfer, due to the phase difference between the incoming voltage and motor residual
voltage. The motor shall be designed to withstand any torsional and/or high current stresses,
which may result, without experiencing any deterioration in the normal life and performance
characteristics.
5.2.23 In case of motors greased for the life, the guaranteed life of the bearings shall not be less
than 30,000 hours.
5.2.24 Motor terminal box shall be designed to rotate at 90° at site.
5.2.25 All external hardware shall be made of stainless steel SS-304/316.
5.2.26 For all other specifications, refer PC150-TS-0802.
5.2.27 Specification Sheet duly filled in with balance data for motors shall be furnished with bid.
5.2.28 Filled in Technical Particulars of motors shall be furnished by the Contractor for approval
after order in line with ITB/PO requirement before commencement of manufacturing.
5.3 Local Control Stations
5.3.1 Local Control Stations shall be provided for all motors for testing and maintenance purpose
when the selection is made is "LOCAL MODE" Operation. Each LCS shall have provisions as
indicated in specification sheet of LCS. The essential features of the LCS shall be as given below:
5.3.2 LCS shall be pressure die cast aluminium housing (preferably), dust & vermin proof, suitable
for wall or pedestal mounting with equipment mounted on a base plate inside and behind a
concealed hinged lockable front door. Double door shall be provided wherever required/ for
those components which are not to be approached for safety considerations and/ or daily
use.
5.3.3 Provision for pad locking in OFF position shall be provided.
FORM NO: 02-0000-0021F3 REV4 All rights reserved
RAW WATER AND FIRE WATER RESERVOIR, PNPM/PC150/E/112/P-
0
PUMP HOUSE AND SERVICES II/Sec-VI-6.0
TALCHER FERTILIZERS LIMITED Document No. Rev
TECHNICAL SPECIFICATION : ELECTRICAL SYSTEM Sheet 9 of 42
5.3.4 Trip-Neutral-Close control switch shall be three position control switch with spring return
from CLOSE to NEUTRAL position and lockable in TRIP position by means of padlock.
5.3.5 The switches shall have sliding contact between ’NEUTRAL’ and ‘CLOSE’ position. In ‘TRIP’
position the contact shall be completely broken from ‘NEUTRAL’ position.
5.3.6 Local control stations for breaker controlled HV and LV motors shall be provided with T-N-C
switch, Ready to Start Indication, ON indication, OFF indication, Space Heater ON
Indication, Trip Indication and ammeter. Moreover, space heater ON indication lamp, trip
indication lamp shall also be provided at the switchgear panel.
5.3.7 Local control stations for contactor controlled LV motors shall be provided with start/stop
push buttons, ON indication, OFF indication , ammeters and Space Heater ON Indication (for
motor rated 30KW and above) for the motors having rating 5.5 KW and above.
5.3.8 Local control stations for contactor controlled LV motors shall be provided with start/stop
push buttons, ON indication, OFF indication for the motors having rating below 5.5 KW.
However, if required from process point of view, ammeter shall be provided for motors below
5.5 KW also.
5.3.9 Local/Remote (Lockable) selector switch shall be single pole stay put type having three
positions LOCAL-OFF-REMOTE’’
5.3.10 Each element for start and stop shall be provided with 1 NO + 1 NC contact. The push
button construction shall be such to avoid mal-operation due to vibrations.
5.3.11 All local control stations shall have weather proof IP-65 enclosure. Canopies of suitable size
shall be provided with all local control stations.
5.3.12 All components shall be completely wired up to terminal block and also provided with
earthing terminals.
5.3.13 Inscriptions on corrosion resistant metal strips giving drive description, mechanism number
and functional requirement shall be provided.
5.3.14 The ammeter shall be flush mounting, moving iron spring controlled type, of accuracy class
1.5 as per IS: 1248, with square face of minimum size 72 mm × 72 mm having scale range
0-90 degree. The ammeter shall be provided with uniform scale up to CT primary current and
compressed end scale up to the 7.7 times the C.T. primary current. Adjustable red pointer
shall be provided to indicate the full load current of the motors. Zero adjusters shall be
provided for operation from the front of the meter. All ammeters shall be operated through 1
Amp. CTs only.
5.3.15 For all other specifications, refer PC150-TS-0807.
5.4 Interlocked Type Switch Sockets
5.4.1 Interlocked type switch socket shall be of the types as specified in specification sheet
(attached in this specification).
5.4.2 Supply to switch-sockets shall be taken from Raw Water Substation Switchgear through
suitably rated RCCB.
5.4.3 25A, 3 pin, 240V Inter Locked Type Switch Socket & Plug (2 Nos.) and 63 A 5 pin, 415V
Inter Locked Type Switch Socket (1 No.) shall be provided in the Pump House. .
5.4.4 For all Other Specifications, Refer PC150-TS-0809.
5.5 Conduits
5.5.1 Conduits shall be of heavy gauge with minimum wall thickness of 1.4 mm (upto 25 mm dia)
and 2 mm (above 25 mm dia) rigid steel, hot-dip galvanized, cut square, reamed, threaded
and screwed tight at all joints.
5.5.2 Conduits entrances to pull boxes and switches shall have double lock nuts & insulating
bushings. No running thread shall be used.
FORM NO: 02-0000-0021F3 REV4 All rights reserved
RAW WATER AND FIRE WATER RESERVOIR, PNPM/PC150/E/112/P-
0
PUMP HOUSE AND SERVICES II/Sec-VI-6.0
TALCHER FERTILIZERS LIMITED Document No. Rev
TECHNICAL SPECIFICATION : ELECTRICAL SYSTEM Sheet 10 of 42
5.5.3 Flexible metallic conduit shall be used for connection to equipment which are subject to
vibration and also for connection to level /limit/pressure switches. Conduit runs shall be
supported at an interval of 750 mm for vertical run and 1000 mm for horizontal run.
Conduits shall be sized so that conduit fill (ratio of total cable area to conduit area) shall not
exceed the following :
One Cable : 53%
Two Cable : 31%
Three Cables & Up : 40%
5.6.4 All Lighting fixtures of Pump House etc. shall receive power from Indoor/Outdoor Lighting
Sub-distribution Boards.
5.6.5 For all Other Specifications, Refer PC150-TS-0801.
5.7 LIGHTING FIXTURES
5.7.1 The fixtures shall be complete with all accessories including the control gear box / ballast,
lamps and all accessories. The lighting fixtures shall also conform to the specification sheet
(attached in this specification).
5.7.2 The fixtures shall be provided with cable glands and a terminal block suitable for termination
of copper conductor up to 2.5 sq. mm size.
5.7.3 The fixture shall be so designed that it shall be possible to maintain or replace different
accessories without difficulty, including replacement of lamps.
5.7.4 LED shall conform to the following types and standards:-
Product Type Safety Standard Performance Standard
Self ballasted LED lamps for IEC 62560 Latest Edition IEC 62612 / PAS Publicly
general lighting services > 50 V available specification
Control gear for LED modules IEC 61347-2-13 Latest IEC 62384 Latest Edition
Edition
LED modules for general IEC 62031 Latest Edition IEC / PAS 62717 Latest
lighting Edition
LED luminaries IEC 60598-1 Latest IEC / PAS 62722-2-1 Latest
Edition Edition Luminaries
performance – Part 2-1:
particular requirements for
LED
LEDs and LED modules IEC TS 62504 Terms and Definitions for LEDs and LED
modules in general lighting.
5.7.5 The lumen maintenance shall be 70% i.e. L 70 at EOL (end of life) & 90% i.e. L 90 at 25% of
its rated life or 6000 hours whichever is higher.
5.7.6 The colour rendering index shall not be less than 90%.
FORM NO: 02-0000-0021F3 REV4 All rights reserved
RAW WATER AND FIRE WATER RESERVOIR, PNPM/PC150/E/112/P-
0
PUMP HOUSE AND SERVICES II/Sec-VI-6.0
TALCHER FERTILIZERS LIMITED Document No. Rev
TECHNICAL SPECIFICATION : ELECTRICAL SYSTEM Sheet 11 of 42
5.7.7 The LED lights shall work satisfactorily at the design temperature of 50 Degree Celsius.
5.7.8 The life assessment of LEDs shall include control gears/ driver as well.
5.7.9 The driver shall be mounted internally and be replaceable with the aid of commonly available
hand tools.
5.7.10 The LED module or array shall be designed in such a way that the failure of one LED shall
not affect additional LED’s.
5.7.11 Life expectancy of LED Luminaries shall be minimum of 50000 hrs with greater than 70% of
rated lumen output.
5.7.12 Min. efficiency of LED driver: The minimum efficiency of LED driver shall be 85% for driver
power output rating <=40W and 87% for driver power output rating> 40W.
5.7.13 Short circuit protection /Open load protection shall be required for LED fixtures.
5.7.14 Color temperature of LED Luminaries: 5700K
5.7.15 Cover type for outdoor type fittings shall be Toughened glass or UV stabilized polycarbonate
whereas, whereas, for indoor and non-weather proof items, UV stabilized Poly Carbonate
can be used.
5.7.16 Lighting circuits shall be single phase (Phase & Neutral) rated 240 V AC. Each circuit shall
be rated to 16A but not loaded more than 8A. A minimum of 25% of MCBs of each board
shall be left as spares. The load on one lighting sub-circuit of lighting sub-distribution board
and junction box shall be limited to 1000W approx.
5.7.17 LED Tube Lighting Fixtures
a) High quality LED fluorescent tube twin batten type complete with 2 X 20W tube (T5)
eco friendly, no UV radiation as per the specification tabulated below:
Sl. No. Parameter Technical Specification
1. Degree of Protection IP-20
2. Lumen output per Lamp ≥ 2000
3. CCT 6500K
4. Luminous efficacy ≥ 100 lm/watt
5. CRI >80
6. Life ≥ 40000 burning hours
7. PF >0.95
8. THD <10%
5.8 JUNCTION BOXES
5.8.1 Junction boxes shall be used for looping of lighting cables in the lighting circuit of fluorescent
fixtures. Junction boxes shall be made of cast aluminium having IP55 degree of protection as
per IS: 2147.
Junction boxes shall be liberally dimensioned having minimum internal dia. of 120 mm.
The junction boxes shall be 4 way, dome cover type, suitable for mounting on surface or wall
complete with mounting accessories, 6 nos. 16 A terminals fitted on DMC moulded terminal
block with shorting links, 3 nos. cable glands suitable for 3x2.5 sq. mm2 copper conductor
XLPE-A-FRLS PVC cable, one no. threaded plug and two external earthing terminals.
Cable glands & plugs shall be of hose proof, single compression type and shall be of rolled
aluminium.
5.8.2 For all Other Specifications, Refer PC150-TS-0808..
9.6 All equipment rated above 250 V shall have two external earth connections and those rated
up to 250 V shall have one external earth connection. However, for lighting fixtures, earthing
shall be done through 3rd core of the cable in safe as well as in hazardous area.
9.7 Minimum sizes of earth conductors to be used shall be as given below.
Sl.No. Equipment GI conductor size Al conductor Size
1. LV switch board, 75mm×10mm 150 sq. mm
2. Motors rated 75 KW and above 50mm×6mm 150 sq. mm
Motors rated 30 KW to less than 75
3. 35mm×6mm 95 sq. mm
KW
Motors rated 5.5 KW to less than
4. 25mm×6mm 25 sq. mm
30 KW
5. Motors less than 5.5 KW 8 SWG 10 sq. mm
All minor equipment rated 250V &
6. 10 SWG 10 sq. mm
above.
All GI conductors shall meet the galvanizing requirement as per IS.
10.0 PAINTING
10.1 The equipment surfaces to be painted shall be pre treated to remove all dust, scale and
foreign adhering matter by suitable treatment.
10.2 All steel surfaces shall be painted with two coats of suitable anti-rust paint followed by two
coats of anticorrosive epoxy paints.
10.3 All paints shall be carefully selected to withstand tropical heat and extremes of weather. The
paint shall not scale off, crinkle or be removed by abrasion due to normal handling.
10.4 Unless otherwise specified, the finishing shade shall be light grey having No.631 as per IS-5.
11.0 TESTING & INSPECTION
11.1 Testing of all electrical equipments shall be done in accordance with relevant IEC/BIS codes.
11.2 The Contractor shall submit the certificates of type tests performed on identical equipment
as evidence of the compliance of the equipment with the type tests.
11.3 The Contractor shall submit the certificates of routine and acceptance tests conducted on
the purchased equipments.
11.4 All the routine/acceptance tests shall be performed at the manufacturer’s works in the
presence of owner’s representative.
11.5 Stage Inspection of Electrical Equipment shall be considered. The owner or their
representative shall be allowed to visit the manufacturing works for stage inspection during
manufacturing stage.
11.6 The Contractor shall intimate the owner 4 weeks in advance of the tests and submit the
detailed schedule of tests.
12.0 DRAWING & DOCUMENTS
12.1 All drawings and documents shall have the following descriptions written boldly:
-- Name of Client.
-- Name of Consultant i.e. PDIL.
-- Enquiry / Order Number with Project/Plant name.
-- Equipment Code No. and Description.
12.2 At the time of handing over of the installation, the contractor shall supply as built drawings
taking into consideration the actual execution carried out at site.
12.3 The contractor shall furnish a Bill of Materials covered in their offer. However, this shall be
treated for information only and shall not absolve them from his obligation to supply the
required items and quantities for making the plant complete as per intent of the specification.
12.4 Drawings and documents shall be submitted as per Annexure-A in number of copies as
indicated below:
i) With bid: 4
ii) For approval: 6
iii) For information: 8
iv) Final: 8+1CD (CD of contractor generated documents shall only be furnished)
13.0 MAKE OF ELECTRICAL ITEMS
13.1 Make of all electrical items shall be as per Section 9.0.
13.2 Bidder shall indicate the make of all the equipments in their offer.
13.3 Any other item for which vendors are not mentioned in NIT, Contractor shall furnish list of
proven suppliers with PTR subject to Owner’s/ Consultant’s approval during detailed
engineering. Document(PTR) shall be in English language only.
14.0 SPARES
14.1 For two years operation and maintenance, item wise unit prices of spares shall be quoted by
the bidder as per Section 8.0.
14.2 Any other spare parts required, but not specified, shall also be offered.
14.3 Spare for commissioning as required shall be supplied without any extra cost.
14.4 All spare parts shall be identical to the parts used in the offered equipments
15.0 ERECTION, TESTING & COMMISSIONING SPECIFICATION
15.1 Scope of Work
15.1.1 The scope of work shall include storage, handling, transportation, unpacking, checking,
reporting of damages / defects, assembling, erection, installation, including fabrication,
alignment, levelling, grouting, welding, bolting, painting (wherever specified), etc., testing
and commissioning of various electrical equipment supplied by the contractor, earthing
system, fabrication & installation of steel structural etc. as per drawings & documents,
specifications, standards & codes, prevalent rules & regulations and best engineering
practices.
15.1.2 The scope shall also include obtaining approval from statutory authorities, as required.
15.2 Scope Of Erection
15.2.1 The scope comprises of erection / installation, testing and commissioning of electrical
equipment / items.
15.2.2 Laying of cables in excavated / RCC trenches and on cable trays as required.
15.2.3 Supply of double compression aluminium cable glands and crimping type tinned copper
cable lugs, shall be provided by the contractor.
15.2.4 Excavation and back filling of cable trenches.
15.2.5 Termination of power, control and lighting cables.
15.2.6 Fabrication with supply of MS material, consumable and hardware of frames, supports, cable
racks etc. as required.
15.2.7 Supply, laying & connection of the complete earthing system including supply of GI earth
electrode, GI earthing strips, flexible earthing conductors etc.
15.2.8 Minor civil works such as digging of earth and refilling for directly buried cables, earth
strips, cable protection pipes, earth electrode pits, ground mounted lighting pole foundations,
civil works such as making earth pit inspection chambers with covers, grouting of base plate,
channels, supports and foundation bolts, including chipping of concrete or in brick work for
earth strips, pipes and other minor chipping for foundation preparation, if required, cutting
holes in walls for racks, risers, light fitting brackets, sealing of cable entries and making
good the same after installation of the equipment and levelling and other minor similar jobs
shall be in contractor’s scope.
15.2.9 Making / providing canopies / rain hoods.
15.2.10 All hardware required for successful commissioning, whether specifically mentioned or not
in the specification.
15.2.11 Concrete foundations for pedestals, lighting poles, grouting of equipments etc., including
supply of grouting materials.
15.2.12 Removal of materials / scraps to the scrap yard and stores etc. as per instructions of
Owner / Consultant.
15.2.13 Supply and installation of any other item not specifically mentioned but found necessary by
the engineer-in-charge for satisfactory completion of job.
15.2.14 All letter writing on switchboards, danger boards, sign etc shall be done by the contractor.
15.2.15 “AS BUILT” drawings with all site modifications
15.2.16 All major civil engineering works pertaining to electrical equipment as per Technical
Specification of Civil enclosed elsewhere in the tender.
15.3 Codes and Standards
15.3.1 The design, manufacture, testing, installation of the equipment shall comply with the latest
issue of all relevant Indian Standards and codes of practices and all applicable Statutory
Acts & Regulations.
15.3.2 The contractor shall have valid “A” class licence from the Director of Electrical Safety to the
Govt. of Odisha. The contractor must have PF & ESI codes covering all persons hired by
him for carrying out the job.
15.3.3 The contractor shall observe safety rules and take all necessary safety precautions to
carry out the work in the plant.
15.4 General Procedure for Erection
15.4.1 The general procedure governing storage, handling, erection and final acceptance of
owner / consultant are given below:
15.4.2 Storage of equipment at site
a. All equipment and materials shall be properly stored by the contractor at site
Contractor shall arrange to draw the necessary equipment / materials in the
sequence required for erection and transport the same from contractor's store to
erection point.
b. The contractor shall keep proper record of the materials supplied by him / owner.
c. The contractor shall ensure that all the materials drawn / supplied by him are stored
indoor / under shade. However, if a package is temporarily stocked outdoor due to
unavoidable reasons, this shall be ensured that the storage area is dry, hard and
well-drained.
d. Goods must not be placed directly on the floor / ground but shall be kept on blocks,
60 mm to 120 mm above the floor level such that the bottom is well ventilated.
FORM NO: 02-0000-0021F3 REV4 All rights reserved
RAW WATER AND FIRE WATER RESERVOIR, PNPM/PC150/E/112/P-
0
PUMP HOUSE AND SERVICES II/Sec-VI-6.0
TALCHER FERTILIZERS LIMITED Document No. Rev
TECHNICAL SPECIFICATION : ELECTRICAL SYSTEM Sheet 16 of 42
e. In case of outdoor storage, the contractor at his own cost shall provide waterproof
PVC sheets/ tarpaulin to cover all goods so as to protect them from rain etc. These
sheets / tarpaulin shall be removed for inspection once in a week and if found moist
or mouldy, shall be dried in direct sunlight.
f. In addition to the above, the equipment manufacturer's storage instructions, if any,
shall be strictly followed.
15.4.3 Contractor's inspection at site
a. On receipt of any material (supplied by the contactor) at site, contractor shall fully
unpack and inspect all equipment received for completeness, signs of damages,
defect etc. in the presence for owner’s representative. Any damage / short supply
detected shall be recorded immediately. The contractor shall be required to make
good / replace / repair the defective / damaged items at no extra cost to the owner.
15.4.4 Handling and cleaning
a. The contractor shall be responsible for proper handling and cleaning of all materials /
equipment drawn / supplied by him until owner / consultant finally accepts the
erected equipment.
b. Equipment shall be handled with care by experienced riggers under guidance of
competent supervisors and as per rigging marks given on cases. Dragging on floor
shall be avoided and crane / suitable rollers shall be used for moving the equipment
at any times.
c. The contractor shall be fully responsible for the safe keeping of equipment issued to
him till these are erected, tested, commissioned by him and accepted by owner /
consultant.
15.4.5 Transportation
This involves transportation of various electrical equipments / materials from contractor’s
store to erection site. When transporting the equipment, it shall be loaded on suitable
trailer / trucks as per capacity and size of equipment, and shall be properly supported on
the trailers / trucks by means of ropes / stoppers to avoid damage or tilting due to heavy
jerks and vibration. Precautions, if any, displayed on equipment shall be strictly observed.
15.4.6 Erection Requirements
a. All work shall be carried out as per drawings. Placing on foundation, aligning,
grouting, connecting, fixing danger notice plate / board on equipment as specified,
meggering, labelling and painting shall form part of erection requirements.
b. Fixing of supporting frames / pedestals, grouting, cutting and dressing holes in walls /
ceiling and any other minor civil work necessary for installation and levelling of
electrical equipment are included in electrical erection scope.
c. The scope of erection also includes cable dressing / clamping / minor rerouting,
minor relocation of fittings, internal cleaning of equipment, overhauling and minor
repairs.
d. Fabrication of clamps from the materials specified and clamping of cables on racks,
trays etc. fixing of single core cables in tri-foil formation in aluminium clamps,
earthing of cable armour and lead sheath, wherever necessary (and as per the
details given by Consultant) fall under erection scope of work.
e. Marking of cables by fixing / grouting the cable marks / number tags at every 25
metres along entire route of cables are included in the scope of work. The tags shall
be made of Aluminium Strips.
f. The contractor shall without any extra cost, touch up with paint all electrical
equipment which are damaged / scratched during handling, erection or repair. The
paint used shall match exactly the painted surface of the equipment on which touch-
up is done, and shall be epoxy based.
g. The descriptions given above are only to give a preliminary idea about the scope of
work and they do not limit the entire scope to these descriptions only. Hence all other
parts of the tender document shall be read in conjunction with the referred standards,
associated drawings, specification sheets and schedule of materials & services to
assess actual scope of work.
h. The contractor shall undertake erection of all equipment specified herein in
accordance with good engineering practices in conformity with statutory regulations
and Code of Practice and to the entire satisfaction of the purchaser / owner.
i. The contractor shall arrange all the necessary erection tools, tackles, testing and
measuring instruments and shall supply all erection materials as required.
15.5 Specification For Electrical Erection
15.5.1 General
15.5.1.1 These specifications lay down the erection procedures to be followed for each type of
equipment, over and above the general "Erection Requirements".
15.5.1.2 The contractor shall also follow manufacturer’s instructions and any other instructions of
consultant / Principal / Statutory bodies during erection.
15.5.1.3 As-Built Drawings shall be prepared by the Contractor and supplied to owner/ consultant.
15.5.2 Cable Installation
15.5.2.1 General
a. All fabrication, cutting, laying, spacing, fixing etc. of cables, trays, supports, hangers
etc. shall be as per instructions of Owner / Engineer-in-Charge.
b. The contractor shall keep accurate record of cable drums supplied by owner, the drum
nos. and actual length of cable taken out of each drum. Each cable length shall be
cut from a specific drum as per approved schedule of cable. Lengths of cable runs
shown in the cable schedule are calculated lengths only, hence the actual lengths
shall be measured at site before laying and cutting the cable. The contractor shall
take extreme care to adjust cable runs from drums so that joints in the cable are
avoided and wastage reduced to minimum.
c. For purpose of measurement of cable run for payment the length of cable between
and terminations only shall be considered.
15.5.2.2 Laying
a. The cable drums should be properly mounted on jack / cable wheel. Make sure that
the spindle is suitable for carrying weight of the drum without bending. Check that
spindle is laying horizontal on the bearing so as to prevent the drum creeping to one
side or to the other while rotating.
b. Unroll the cables from the drum in correct direction. Rotate drum only as per arrow
mark given in the cable drum. Ensure that the end protection box attached to the
flange of the drum is removed and securing rope cut to allow cable and move freely.
Rotate the cable drum and simultaneously pull cable steadily and with even pulls and
not with unnecessary jerk or strain. In no case the cable shall be allowed to twist or
kink since this is likely to spring the armour and fracture the insulation and outer
serving of the cable.
c. Do not drag the cable on floor or hard surface. Use only wooden / steel cable rollers
for this purpose.
d. Cable should not be bent sharply to a small radius. The cable bending radius shall be
as large as possible and will not be less than 15 times the outside diameter for XLPE
FORM NO: 02-0000-0021F3 REV4 All rights reserved
RAW WATER AND FIRE WATER RESERVOIR, PNPM/PC150/E/112/P-
0
PUMP HOUSE AND SERVICES II/Sec-VI-6.0
TALCHER FERTILIZERS LIMITED Document No. Rev
TECHNICAL SPECIFICATION : ELECTRICAL SYSTEM Sheet 18 of 42
cables. At joint termination the individual core of cable shall not be bent with bending
radius of less than 15 times the diameter over the insulation.
e. Where cables are laid on the MS racks, trays etc. ensure that trays / racks / supports
are fixed properly in an approved manner.
f. In sub-station where large no. of cables rise to panels/ switchboards, it shall be
ensured that these risers do not interfere with cables on racks and rising cables do not
interfere with cables on racks and rising cables do not cross the other cables in
horizontal runs. Risers are to be properly supported so that weight of cable does not
fall on terminations. All cable crossings shall be avoided.
g. Cable laid in trenches should be sealed at the entry to hazardous area / non-
hazardous area as per direction of owner / engineer-in-charge.
h. Openings in substation basement and floors for entry of cables shall be sealed after
the cables are laid.
i. Cables shall be clamped by taking care to be taken to space clamps at such intervals
as to prevent buckling of cables.
j. The laying of the cable on the racks shall be done in an approved manner.
k. Where cables are laid in cable slits, the slits after laying of cables shall be filled with
sand & lean cement mixture and plastered so that surface flushes with top of slit.
15.5.2.3 Directly Buried Cables
a. Laying of under ground directly buried cables shall include excavation of earth along
the cable route, laying of Hume / GI pipes for road crossing, back filling, ramming,
removing of extra earth including supply of bricks, sand etc. as per drawing and
instruction of Owner / Engineer-in-Charge.
b. Where cables are directly laid into ground, trenches should be dug up to such a depth
as to ensure that the depth of the top of the entire cable below the ground level is min.
750 mm for medium and low voltage cables. Before laying of cables at these
trenches, bottom of the trench should be properly levelled up and all odd and sharp
materials removed. Trench bottom then should be bedded with a 75 mm thick layer of
sand. Approval of Owner / Engineer-in-Charge shall be taken for preparation of this
bed before laying of cables. Cables shall be laid in the trenches in straight runs. Care
shall be taken so that any kinds or bends are not formed. After laying of the cables,
bricks shall be placed length wise on both the sides of the cables along the entire
length to form trough.
c. Fill up space between bricks with sand up to height of the bricks. Then place bricks
closely width wise on top of the sand layer throughout the length. Fill up loose earth in
trench, ram properly to compact, remove extra earth from site. Broken bricks shall not
be use for brick working. Only Class-I bricks shall be used.
d. If new cables are laid to cross existing cables, the new cable shall be laid under
existing cables at depth of not less than 200 mm from the existing cable. It shall be
ensured that the approach of new cable to the crossing is uniform and gradually
sloped.
e. Fix cable markers at 100 Mtrs. apart and at joints on the entire cable route length of
the cables. The cable markers shall be made of pre-cast concrete blocks of 300 mm x
350 mm x 350 mm size with markings of “LT CABLE”, “Depth of Cable”, “Arrow
Marks” etc. inscribed. These shall be supplied by the contractor at no extra cost and
fixed as per directions of the Owner / Engineer-in-Charge. The top of the above
concrete slabs shall have a smooth finish with cement only.
f. Laying of cables under road crossings etc. shall be done in pipes, and pipe ends shall
be sealed with bitumen compound and sand as required after cables are laid.
Backfilled soil shall be rammed thoroughly to prevent road surface cracking due to
settlement of loose soil.
15.5.2.4 Laying in Readymade Trenches
a. RCC slabs / chequered plates lifted from trenches for laying cables shall be put back
in position at close of work every day to avoid accident & damage to cables in the
trench.
b. When cables pass through pipes, pipe ends shall be sealed with bitumen compound
and sand as required.
c. Protection pipes shall be provided, whenever cables enter from the floor, trench etc. in
the equipment and sealing in and around these pipes shall be done.
15.5.2.5 Cable Termination
a. General
i. The scope of work shall include but not limited to the followings:
ii. Soldering / crimping of sockets / ferrules and connections at terminations as per
specifications. Sockets shall be provided at all terminations except where pressure
clamp type terminals are provided.
iii. Glanding of cable and fixing of cable boxes.
b. Specifications
i. HT XLPE cables shall be terminated by use of heat shrink type termination kits.
ii. All LT XLPE power and control cables shall be terminated through compression
type gland.
iii. In case of LT XLPE cables, armours shall be suitably earthed in compression type
glands. For HT XLPE cables, this shall be done either in glands or by any other
suitable means like bonding the armour with suitable wire and connecting same to
the earth terminals inside cable box.
iv. All lighting and control cables shall be provided with crimped Al / Cu Sockets before
termination in junction boxes.
c. Crimping
i. For all power cables, crimping type Al lugs for Al cables and tinned Cu lugs for Cu
cables shall be provided. These lugs shall be crimped on the cable conductors by
means of special hand/ hydraulic crimping tools. Before crimping the socket inhibiting
grease shall be smeared over the conductor. Conductor shall be shaped properly
before sliding the socket over it. Crimping shall be done in an approved manner.
ii. All the control cables, which shall be of copper conductor, shall be terminated without
any additional lugs in screwed type terminals provided in various equipments.
15.5.2.6 Jointing
a. The jointing shall be done in an approved manner. Care shall be taken not to damage
the insulation when opening the cable for jointing.
b. Before commencing soldering of the socket, conductor shall be thoroughly cleaned
and insulation protected. The ferrules shall be thoroughly cleaned. Ferrule and each
strand of the cable shall be thoroughly sweated with solder to tin them and fill the
conductor gaps to remove all air pockets. Soldering materials of approved quality as
per ISS practice shall be used. Taping of the conductors shall be done in an
approved manner after crimping / soldering.
c. Filling up compound and sealing the cable box shall never be done in one operation.
After the first pouring of compound, it should be topped up again with compound and
then sealed.
15.5.2.7 STRAIGHT THROUGH JOINTS
a. Jointing of XLPE & XLPE cables shall be done with extreme care and manufacturer’s
instructions shall be strictly followed. Soldering of sockets shall also be done with
extreme care as indicated above.
Earth continuity wire shall be plumbed and / or clamped. Compound shall be filled
according to the instructions of manufacturers of terminating kit / cable. Joints made
inside trench or on rack shall be properly supported. Wherever joints are made inside
ground, brick masonry work shall be done around the joint box and filled with sand,
and there after covered with earth at no extra cost.
b. A tent shall be used in all circumstances where jointing work is being done outdoor,
for protection against rain and to prevent dust from being blown in to exposed joints
and jointing materials. Extreme care shall be taken to maintain proper phase
sequence while terminating at equipment ends. Records of connection details shall
be maintained. Conductors shall be shaped properly while terminating and no sharp
bends shall be given. Where numbers of cables are to be connected in parallel,
proper tests shall be done before connection, so that no cross connection shall be
made. No phase crossings shall be allowed for making the connections.
c. Cables shall be supported adequately at the entry to cable box / equipment so that
load of cable does not come on cable glands.
d. All cables shall be meggered before and after jointing and insulation values recorded.
e. While terminating at equipment end, each core shall be properly tagged with
numbering ferrules as per nomenclature given in the drawings. Wires should be
dressed and clamped neatly, bolting shall be done properly.
15.5.3 Earthing
15.5.3.1 General
a. Painting of all earth strip joints with anti-corrosive paints flat after necessary finishing
and priming treatment shall be carried out as per instruction of Owner / Engineer-in-
Charge.
15.5.3.2 Specifications
a. Types and sizes of earthing conductors shall be as indicated. All earthing
installations shall conform to IS-3043.
b. Underground conductors shall run at a depth of 600 mm below ground level. Where
these conductors run along with cables, they shall be laid at the same depth as
cables. Where conductors run on wall, ceilings, they shall be laid on clamps or
brackets made out of Al/GI strips.
c. Wherever, earthing conductor is passing through floor, walls etc. the conductor shall
be taken through PVC / GI pipes.
d. All paints, enamel etc. shall be removed from point of contact before making
connections.
e. Connections between G.l. strips shall be done by welding. For connecting Al
conductor / G.I. wire, Al socket shall be crimped on the conductor / wire. At the
equipment end, connections shall be done by bolting.
f. Connection between Al & GI shall be done by bolting. Graphite grease shall be
applied on contact surfaces.
g. Epoxy resin paint or bitumen shall be applied on welded or bolted joints to prevent
corrosion and taping done as indicated in the drawing. Connections between Al wires
shall be done by crimping back to back Al ferrule.
h. Earth electrodes - Earth electrodes shall be provided as per drawings / specification.
Work includes excavation of earth, installation of electrodes and test links etc., supply
and filling of charcoal and common salt, back filling of earth and removal of extra
earth as specified earlier. It also includes making brick wall around the electrode and
cover as per drawings / specifications. The testing links shall be grouted on brick wall
and connections with earth electrode and conductors shall be made. Distance
between two electrodes shall not be less than 10 meters and may be located 4 M
away from building foundation.
i. Earth pits shall be inter-connected.
15.5.4 Plant Lighting
15.5.4.1 The electrical installation covered by this specification shall conform to relevant Indian
Standards & codes of practices.
15.5.4.2 Erection of light fittings, plug sockets etc.
Fabrication of supports for lighting fittings, sockets, junction boxes shall be done as per the
relevant drawings / instructions given by the owner / engineer-in-charge. These shall be
grouted to walls, ceiling or welded to insert plates, steel structures etc. Insert plates on
ceilings shall normally be provided. However, if required, the contractor shall weld such
supports to the reinforcement rods after exposing by chipping off concrete at no extra cost.
Installation of lighting fittings includes control boxes, where supplied separately and shall
be done as per drawings. Before installation, checking of internal parts, assembly of
accessories shall be done as per manufacturer's instruction.
15.5.4.3 Installation of explosion proof equipment shall be done strictly following manufacturer's
instruction or relevant Standards. Cable termination shall be done as per relevant
drawings. No drilling of holes or any change in construction of equipment or part thereof
shall be done.
15.5.4.4 Wiring for normal AC supply light points and plugs shall be taken on the same brackets but
wiring for emergency DC supply lights shall be taken separately. Location of fittings and
wiring route shall be decided in consultation with owner / engineer-in-charge. Wiring shall
follow shortest possible route and no. of circuit shall be bunched together to the extent
possible in the same route. For wiring and laying of cables, Cl. 15.5.2.2 shall be referred.
15.5.4.5 Cable for wiring light points and socket outlets shall normally be laid along wall, ceilings,
structures, on suitable brackets made out of M.S. / Al sheets or strips. Connections to the
points with fluorescent fixtures in one circuit shall be taken through junction boxes.
Junction boxes shall be suitably located for branching off from the circuit to the individual
point. Wherever indicated, cables may be laid directly on walls, ceilings etc. by clamping
on saddles.
15.5.4.6 Terminations shall be done in a manner as detailed in Cl. 15.5.2.5. Wherever indicated,
the wire can be drawn through PVC bushings provided in the fittings.
15.5.4.7 Lamps shall be installed after installation of fittings and wirings.
15.5.4.8 All light fittings and corresponding control switches shall be numbered in a permanent way
as instructed by owner / engineer-in-charge.
15.5.5 Erection Of Structures
15.5.5.1 Specification
The fabrication work shall be done as per specifications / sketches in an approved manner
and to the entire satisfaction of owner / engineer-in-charge.
15.5.5.2 Erection of racks, risers, supports etc.
FORM NO: 02-0000-0021F3 REV4 All rights reserved
RAW WATER AND FIRE WATER RESERVOIR, PNPM/PC150/E/112/P-
0
PUMP HOUSE AND SERVICES II/Sec-VI-6.0
TALCHER FERTILIZERS LIMITED Document No. Rev
TECHNICAL SPECIFICATION : ELECTRICAL SYSTEM Sheet 22 of 42
a. Erection of racks and risers for cable supports shall be done along the cable routes
as required. The contractor before erection shall check the route for any obstruction
like process pipe lines, structures, equipment etc. In case of obstructions, the matter
shall be brought to the notice of owner / engineer-in-charge in writing and racks shall
be re-routed as per his instructions.
b. Supports for racks, risers etc. shall be welded on the steel structure, such as MS
beams, pipe trestles, insert plates provided in the RCC column etc. for erection of
racks.
c. Wherever indicated, supports for racks, risers, shall be grouted on walls. The racks,
risers etc. shall be installed on such supports and those properly welded.
d. Opening on walls / floors shall be provided where racks / risers are crossing floors/
walls.
e. Heavy channels, risers may also be grouted on the floors in addition to supports
provided from walls, ceilings, steel structures etc.
15.5.5.3 Erection of supports in trench
a. Supports and Hangers shall be grouted with rag bolts on the walls of readymade
concrete trench.
b. In existing trench wall, contractor may be required to provide pockets for grouting
cable supports at some points. This shall be done without any extra cost to the
owner.
c. In case of requirement of insert plates for support of cable rack, the contractor shall
weld such plates to the reinforcement MS rods. This shall be done by chipping the
concrete for exposing the reinforcement MS rods and thereafter welding the plates
and making good the concrete chipping by plastering.
15.5.5.4 The pipes will have to be bent (wherever required) and fixed / embedded in floor, wall and
ground for laying the cables. Neoprene bushes shall have to be fixed at the end of such
pipes.
15.5.5.5 GI trays of different sizes shall be cut in size and fixed on racks and risers. Fixing of trays
shall only be done after erection / welding / painting of the supports as required.
15.5.5.6 Erection of support frames for miscellaneous equipments, base channels for switchboards
etc. shall be carried out at no extra cost.
15.5.5.7 Dismantling of steel fabrication and re-erecting as required by owner / engineer-in-charge
shall have to be carried out by the contractor without any extra cost.
15.5.5.8 Dismantling of cable racks and re-erecting as required by owner / engineer in charge shall
be carried out by the contractor without any extra cost.
15.6 General Procedure for Testing & Commissioning
15.6.1 Before proceeding with the work, contractor shall fully inspect all installed Electrical
Equipment for completeness, signs of damages, defects etc. and record all discrepancies
noticed. The contractor shall be required to make good / repair / replace the damaged
components at no extra cost.
15.6.2 Testing and Commissioning Requirements
a. All works shall be carried out in accordance with the drawings, supplier’s instructions
/ manuals for equipment and as per relevant ISS & Code of Practices.
b. Before conducting test on any equipment, the contractor shall obtain permission from
owner / engineer-in-charge and all tests shall be conducted in their presence.
c. Results of each test shall be recorded by the contractor immediately after the test on
approved format and counter signed by the owner’s authorised representative. The
test results shall be furnished in four copies in the form of ‘Test Certificates’.
d. Copies of the record shall be handed over to owner / engineer-in-charge.
e. The Contractor shall commission all electrical equipment and carry out all pre-
commissioning / commissioning tests inclusive of no-load and on-load tests on
motors, and shall be responsible for final adjustments of relays, motors, instruments,
starters, etc. as per operational data supplied and as per directions of Engineer-in-
Charge.
f. All terminals, cable joints, earth terminals which are opened for testing purposes shall
be re-terminated and re-insulated by the Contractor to restore their original state.
g. Painting
The contractor shall without any extra cost, touch up with paint all electrical
equipment which are damaged/ scratched during testing and commissioning work.
The paint used shall match exactly painted surface of the equipment on which touch
up is done.
15.6.3 Cleaning and Regular Maintenance.
Till the commissioned equipment is finally accepted by owner / engineer-in-charge,
Contractor shall be responsible for regular cleaning and maintenance of all electrical
equipment. The maintenance job is to be done in consultation with or on advice from the
Owner/ Consultant.
15.7 Testing & Commissioning Specifications
15.7.1 These specifications lay down the testing and commissioning procedures to be followed for
each type of equipment, over and above the general requirements laid down in
specifications for erection.
Manufacturer's instructions and any other instructions of owner / engineer-in-charge /
statutory bodies shall also be followed by the contractor during testing and commissioning.
The contractor shall maintain and furnish the records of all equipments i.e. HT/LT panels,
motors, transformers, CT, PT, relays etc. including any special test as per manufacturer’s
manual..
15.7.2 Cables
a. All LT cables shall be tested for insulation resistance with 1000 V megger after
termination. IR shall be measured between phases and between phase & earth. The
voltage shall be applied for 1 minute.
b. All HT cables (11KV & 3.3KV) shall be tested for high voltage as per IS: 1255 after
making all termination and joints followed by IR test.
15.7.3 Lighting
Before energising any lighting circuit, the IR values (phase to phase and phase to earth)
shall be recorded for entire wiring installation. The testing shall be done with 500 V
megger. After switching on the power supply, load of each circuit shall be measured.
15.7.4 Earthing
The continuity of earthing and resistance of each earth pit and grid shall be measured with
earth megger.
15.7.5 Motors
15.7.5.1 General Checks
15.7.5.1.1 The alignment of the motor shall be checked with the driven equipment.
FORM NO: 02-0000-0021F3 REV4 All rights reserved
RAW WATER AND FIRE WATER RESERVOIR, PNPM/PC150/E/112/P-
0
PUMP HOUSE AND SERVICES II/Sec-VI-6.0
TALCHER FERTILIZERS LIMITED Document No. Rev
TECHNICAL SPECIFICATION : ELECTRICAL SYSTEM Sheet 24 of 42
15.7.5.2.2 By placing heater or lamps around and inside, in case of small motors after
making suitable guarding and covering arrangement so as to conserve that heat.
15.7.5.2.3 By producing heat losses in the machine itself i.e. by operating the machine on
short circuit. During short circuit drying, rotor is blocked to avoid rotation. A
balance three phase very low voltage (about 10% of normal stater voltage) supply
shall be applied across stater terminals. In the first 6 to 8 hrs. (depending on the
size of the machines) increase the stater current from about 0.5 times the rated
current to a value such that the winding temperature does not exceed 60 Deg.C.
Progress of drying process shall be monitored by repeat measurement of
insulation resistance and also observing the winding temperature.
15.7.5.2.4 By feeding current from external easy sources to produce heat losses in
the winding e.g. with the aid of welding sets or controllable current rectifiers. D.C.
welding sets method for drying machine windings requires certain precaution
before connecting them. Because there is no ventilation, the maximum possible
current for winding phase shall be adjusted to 0.5 times the rated current. The
individual phase of the winding shall be connected either in series or parallel. With
series connection, unsystemetically (e.g. phase to U1, U2 to VI. V2 to W2 W1 to
minus) in order to keep axial magnetic flux in the shaft low.
When the neutral point is not brought out, two phases must inevitably be parallel
and connected in series to third phase. The connection order shall be changed in
about every hours so that the winding is evenly heated. Insulation resistance shall
be measured hourly. Before switching off a D.C. the current should be gradually
reduced to prevent winding inductance to cause arcing. Since the temperature
distribution of the machine at stand still is different from that on running condition,
a winding temperature of 60 Deg.C. should not be exceeded and rotor turned
through 90 degree every hour.
Precautions during drying of the winding must be taken. Air circulation as must
naturally be provided to allow the moisture to escape. The magnitude of the
current in the winding or the guantity of heat applied should be controlled so as to
fulfill the requirement i.e. starting with low values and regulated according to
temperature rise. Winding cable leads in terminal boxes should be cleaned with
dry rags before drying. Temperature variations shall be avoided during the drying
process. With totally enclosed machines, provision shall be made (by removing
covers etc.) to permit the moisture to escape and for clean and dry air to enter. If a
drain plug is provided for water condensation on the underside of the machine, the
same should be opened.
Motor shall not be kept unattended during drying process. In case of smaller motor
reading of IR shall be recorded 1/2 hourly. For checking of polarisation index of
HT motors electric driven megger shall be used. P.I. value shall be compared with
the data supplied by the manufacturers (P.I. shall not be less than 2.5) Time VS
temperature and time VS IR curve shall be drawn on the basis of the data
generated and shall be submitted as a record.
15.7.5.3 Testing
15.7.5.3.1 Insulation Resistance Test :
Before starting measurement the IR value motor must be disconnected from the
supply source, and there shall not be a possibility of energisation of the winding.
Phases shall be grounded and short circuited too.
a) LT Motors : It shall be measured between the winding & its frame by means of
500/1000 V megger. A minimum value of 1 meg ohrn. for 415V motors shall be
considered a safe value.
If desired minimum value is not obtained after checking of the IR, drying of winding
can be taken up.
IR 10 Minute.
P.I. ----------------------
IR 1 Minute.
This test can be conducted when motor is decoupled from the main drive. In first
kick of motor, direction of rotation shall be checked and changed, if required. The
motor shall be run for 8 hours. Voltage, starting current, and starting time shall be
noted. Hourly reading of current, winding and bearing temperature , (for small
motors body temperature shall be measured by thermometer) should recorded.
Vibration & excessive noise shall also be recorded. In case of variable speed
motor, variation of speed shall be checked and regulation of speed shall also be
noted.
After switching of the motor, IR shall be measured under hot and cold condition.
complete all jobs as per the overall project schedule. Owner / Engineer-in-charge shall in
no way be held responsible for such changes.
15.9.5 Construction power arrangement shall be done by the contractor at their own and
distribution to various areas for construction shall be in the scope of the contractor.
15.9.6 To arrange all required tools and tackles, consumables, instruments, erection materials &
machineries etc. for handling erection, testing & commissioning of complete electrical
installation.
15.9.7 To provide proper storage and security arrangements for his tools, tackles, equipments,
materials etc. as well as equipment and materials issued by Owner / Engineer-in-charge to
Contractor. Owner / Engineer-in-charge shall not be responsible for any loss or damage to
items in the custody of Contractor at site for any reason whatsoever.
15.9.8 Completion of all repairs arising out of defective work done by Contractor, Owner /
Engineer-in-charge may at his discretion require the Contractor to rectify certain defects in
materials caused due to bad workmanship of supplier and / or during transportation. For
such work of course, the payment modalities shall be settled by mutual agreement before
starting such rectification jobs.
15.9.9 To maintain all the records for men, materials and execution of job as required by law as
well as Owner / Engineer-in-charge.
15.9.10 To get his work inspected by Owner / Engineer-in-charge and get approved from statutory
agencies such as but not limited to Electrical Inspector, Factory Inspector, Odisha State
Pollution Control Board etc., as required.
All co-ordination with Statutory Authorities shall be contractor’s responsibility. Only
statutory fee required for approval shall be paid by the owner.
15.9.11 In addition to safety regulations indicated in this enquiry, Owner / Engineer-in-charge may
issue certain safety directives, which shall have to be followed meticulously without any
reservation.
15.9.12 To undertake and execute work and supply as per scope follow Technical Conditions
including specification for electrical erection, specification for electrical testing and
commissioning.
15.9.13 Reconciliation of all materials issued by owner / supplied by contractor.
15.9.14 Handing over of the completed works to owner / engineer-in-charge as per procedure laid
down by Consultant.
15.9.15 To submit documentation forming part of request for issue of completion certificate.
15.9.16 Clearing the site after cleaning the areas where the Contractor executed the job, stored the
materials and built his office, fabrication shop etc.
16.0 COORDINATION WITH OTHER CONTRACTORS
16.1 Contractor shall coordinate with Owner’s other Contractors and shall freely exchange all
technical information required for this purpose.
16.2 All civil works connected with electrical installation shall be under the LSTK Contractor’s
scope.
17.0 DEVIATIONS
17.1 Deviations, if any, from this specification (clause wise) shall be clearly indicated in the offer
with reasons thereof. Deviations from the data indicated in Data Sheet shall be shown clearly
by encircling it and indicating the revised data in Data Sheet. In the absence of any such
activities, compliance with the clauses shall be deemed automatically.
17.2 Successful Bidder shall also note that all those deviations mentioned in bid but not accepted
by Owner/Consultant in writing shall be considered as withdrawn by bidder.
FORM NO: 02-0000-0021F3 REV4 All rights reserved
RAW WATER AND FIRE WATER RESERVOIR, PNPM/PC150/E/112/P-
0
PUMP HOUSE AND SERVICES II/Sec-VI-6.0
TALCHER FERTILIZERS LIMITED Document No. Rev
TECHNICAL SPECIFICATION : ELECTRICAL SYSTEM Sheet 29 of 42
17.3 Any and all deviations mentioned anywhere else in the bid but not specifically and
unambiguously mentioned under specific section ‘List of deviations’ shall not be considered.
17.4 The bidder shall submit the duly signed and stamped copies of all the NIT documents as a
token of compliance to NIT.
Note: 1) All unfiled data shall be filled by bidder and submitted with bid.
2) Power and space heater cables shall be of XLPE-A-FRLS PVC.
Item No. :
Quantity : 3 Nos.
Description : LSDB
Code No.
Incoming & Outgoing feeders 1 No. Incoming (63 A TPN SFU) and 3 nos. feeder circuit of 63A DP MCB having 9
Nos. outgoing of 16/25 A DP MCB
Item No. :
Make & Maker’s Type
Material & Thickness of Enclosure
Gasketing Material
COVER Internal :
General TYPE External :
PAINTING Pre treatment
Shade
Material of Ext. Hardware < 8mm / > 8mm
Dimensional Drawing Reference No. :
Weight :
Make & Maker’s Type
Reference Standards
M.C.B. Category of Duty :
Rated Current :
No. of Poles :
Type of Neutral :
Terminal Block Make & Type
Rated Current
Cable Gland Type :
Material :
NOTE: Completely filled in Technical Particulars Sheet shall be furnished along with the bid and for owner/consultant
approval before commencement of manufacturing.
SPECIFICATION SHEET
HT CABLES
CLIENT : TFL, Talcher PROJECT : Coal Based Fertiliser Plant PLANT : Raw Water Reservoir
ISSUED FOR : PROPOSAL ENQUIRY ORDER FINAL
GENERAL AMBIENT CONDITION
Encl. Docs. : Temp. Max./Min./Design Ref. 46 / 1 / 50C
Vendor : Relative Humidity: 100 % Alt. above Sea Level < 1000M
Vendor Ref. No. : Atmospheric Dusts : Coal, Ash, Urea
Pollution Vapour : Ammonia
TESTS TO BE WITNESSED: Routine Type Acceptance Others
Type Tests Certificate of Similar Cable : Required Not required
BASIC DATA
Item No. 1
Ref. Stds. IS:7098 (PART-2)
Voltage Grade 3.3 KV POWER CABLE
System Earthing UE
Type of Cable POWER
ALUMINIUM ALUMINIUM
CONDUCTOR
STRANDED STRANDED
Insulation Type XLPE EXTRUDED
Inner Sheath Type EXTRUDED PVC (ST2)
CONDUCTOR YES YES
SCREEN -- --
Material of Conductor Screen AS PER IS
YES YES
GALVANISE GALVANISED STEEL
ARMOURING D STEEL STRIP
STRIP
SINGLE SINGLE
Outer Sheath Type EXTRUDED FRLS PVC
TYPE-ST2
Special Requirements INSULATION SCREEN
REQUIRED
Drum Material WOOD
BILL OF QUANTITY
Item No. No. of Core & Cross-Sectional Area in sq. mm. Qty. in Mtr. Preferred Drum Remarks
Length
3.3 KV XLPE insulated, armoured, FRLS PVC outer sheathed power cable of following sizes:
1. 3CX240 sq. mm (Al) Refer SOR LATER
SPECIFICATION SHEET
LT POWER & CONTROL CABLES
CLIENT : TFL, Talcher PROJECT : Coal Based Fertiliser Plant PLANT : Raw Water Reservoir
ISSUED FOR : PROPOSAL ENQUIRY ORDER FINAL
GENERAL AMBIENT CONDITION
Encl. Docs. : Temp. Max./Min./Design Ref. 46 / 1 / 50C
Vendor : Relative Humidity: 100 % Alt. above Sea Level < 1000M
Vendor Ref. No. : Atmospheric Dusts : Coal, Ash, Urea
Pollution Vapour : Ammonia
TESTS TO BE WITNESSED: Routine Type Acceptance Others
Type Tests Certificate of Similar Cable : Required Not required
BASIC DATA
Item No.
Ref. Stds. IS:7098 (PART-1) IS:7098 (PART-1) IS:7098 (PART-1)
Voltage Grade 1.1 KV POWER CABLE 1.1 KV CONTROL CABLE 1.1 KV EARTHING CABLE
System Earthing NEUTRAL SOLIDLY NEUTRAL SOLIDLY NEUTRAL SOLIDLY
EARTHED EARTHED EARTHED
Type of Cable POWER CONTROL EARTHING
Notes: Completely filled in Technical Particulars Sheet shall be furnished separately for each type & size of cable and
submitted with the bid and for owner/consultant approval before commencement of manufacturing in line with
NIT/PO.
BASIC DATA
Item No.
Quantity
Rated Voltage & Frequency 415V ± 10 %, 50Hz ± 5% 240V ± 10 %, 50Hz ± 5%
Rated Current 63 Amp 25 Amp
No. of Phases & Pins 3 Ph, 4 Pin 1 Ph, 3 Pin
Degree of Protection IP55 IP55
Addl. Degree of Protection -- --
2 2
Cable Size Supply 3.5CX50 mm (Al) 3CX2.5 mm (Al)
2 2
Plug 3.5CX25 mm (Al) 3CX2.5 mm (Al)
Period for which Spares required 2 Years 2 Years
MAKE OF COMPONENTS
SWITCH : Refer Make of Electrical Items
FUSE: -do-
SOCKETS : -do-
PLUG : -do-
CABLE GLANDS : -do-
TERMINAL BLOCKS : -do-
TECHNICAL PARTICULARS
Make & Maker’s Type
Material & Thickness of Enclosure
Gasketing Materials
General Material of Ext. Hardwares < 8mm / > 8mm
Cable glands Type & Material
Painting Pre treatment
Shade
Dimensional Drawing Reference No.
Weight of Switch Socket / Plug
Make & Maker’s Type
Reference Standards
Switch Rated Current
Utilisation Category
Make & Maker’s Type
Fuse Reference Standards
Rated Current
Make & Maker’s Type
Socket Reference Standards
Rated Current
Make & Maker’s Type
Plug Reference Standards
Rated Current
NOTE: Completely filled in Technical Particulars Sheet shall be furnished along with the bid and for owner/consultant
approval before commencement of manufacturing.
BASIC DATA
Item no. 1 3
Degree of Protection IP65 IP20
Addl. Degree of Protection -- --
Material of Housing Cast Aluminium alloy CRCA sheet steel
CONTROL Separate Yes --
GEAR Integral -- Yes
Cable Type & Size 3 x 2.5 mm2 (Cu) 3 x 2.5 mm2 (Cu)
Looping facility Required in control gear box only No
BILL OF QUANTITY
Item No. Lamp Type & Wattage Description of Fixtures Qty. Remarks
1. 120 W LED Flood Light
2. 2X20W LED tube Channel/Rail Mounting Industrial
SPECIFICATION SHEET
LOCAL CONTROL STATIONS
CLIENT : TFL, Talcher PROJECT : Coal Based Fertiliser Plant PLANT : Raw Water Reservoir
ISSUED FOR : PROPOSAL ENQUIRY ORDER FINAL
GENERAL AMBIENT CONDITION
Ref. Stds. : IS/IEC Temp.- Max / Min / Design ref.: 46 / 1 / 50C
ON
OFF
INDICATION Ready for Service
LAMP Space Heater ON
Trip
Ammeter
Range To be indicated later
METERS
C.T. Sec. Current 1 Amp
RAIN HOOD
--
Control Cable Size XLPE-A-FRLSPVC (Cu) 16 CX2.5 mm2
Painting Type & Shade Epoxy, 631as per IS-5, Light grey
Period For which Spares Reqd. 2 Years
TECHNICAL PARTICULARS
LOCAL CONTROL STATIONS
CLIENT : TFL, Talcher PROJECT : Coal Based Fertiliser Plant PLANT : Raw Water Reservoir
ISSUED FOR : PROPOSAL ENQUIRY ORDER FINAL
GENERAL
Maker’s Type
CONSTRUCTIONAL FEATURES
Material of Construction
Thickness of Enclosure
IP Class of Enclosure
Mounting Arrangement
Door hinged or not
Gasketing Material
External Hardwares
Rainhood reqd. or not
On Door
Component On Base Plate
Padlocking provided with
LxBxH / Dimensional Drg. Ref. No.
ertificate No.
WIRING
Wiring Material & Size
External Cable Size
TERMINATION ARRANGEMENT
Termination Arrangement
Cable Glands Material
Types
Make
Terminal Type
Rating
PUSH BUTTONS
Make & Maker’s Type
Ref. Standards
Rated Voltage
No. of Contacts N.O. / N.C.
Contact Rating ( V / A )
AMMETER
Make & Maker’s Type
Ref. Standards
Rated Current / VA
Accuracy Class
CONTROL SWITCHES
Make & Maker’s Type
Ref. Standards
Rated Voltage
No. of Contacts N.O. / N.C.
Contact Rating ( V / A )
Utilization Category
SIGNAL LAMPS
Make & Maker’s Type
Ref. Standards
Rated Voltage / Watts
Type of Holder
Safety Resistor
Note: To be filled by the bidder.
SPECIFICATION SHEETS
JUNCTION BOX
CLIENT: M/s TFL, Talcher PROJECT: Coal Based Fertilizer Plant PLANT: Raw Water Reservoir
ISSUED FOR : PROPOSAL ENQUIRY ORDER FINAL
GENERAL
Ref. Stds. IS / IEC
Encl. Docs.
Make
Maker’s type
Sample Required Yes No
AMBIENT CONDITIONS
Temp. Max. / Min. / Design Ref. 46 / 1 / 50C
Rel. Humidity 100%
Alt. Above Sea Level <1000M
ATMOSPHERI Dusts Coal, Ash, UREA (CORROSIVE)
C POLLUTION Vapours Ammonia
Area Safe Hazardous
Hazardous area classification Zone: Encl. Gr.: Temp. Class:
Location Indoor Outdoor
TESTS Routine Type Others
BASIC DATA
Item No. 1
Quantity Refer SOR
Rated Voltage 240V±10%
Rated Frequency 50Hz±5%
Rated Current 16A
No. of Phases & Wires 1Phase / 3wires (PNE)
Application For looping of cable
Material of Enclosure LM-6
Shape of Enclosure Round
Degree of Protection IP-55
Addl. Degree of Protection --
Type of Cover Dome
No. of Outlets 3 nos. + one plug
TECHNICAL PARTICULARS
JUNCTION BOX
CLIENT: M/s TFL, Talcher PROJECT: Coal Based Fertilizer Plant PLANT: Raw Water
Reservoir
ISSUED FOR : PROPOSAL ENQUIRY ORDER FINAL
GENERAL
Item No.
Ref. Std.
Type of Junction Box
Make
Maker’s type
CONSTRUCTIONAL FEATURES
Material of Construction
Thickness of Enclosure
Enclosure Protection Class
Mounting Arrangement
Cover Fixing Arrangement
Gasketing Material
External Cable Sizes
Dimensions LX B X H / Dimensional Drg. Ref. No.
Weight
Painting
Type Test Certificate No.
CABLE GLAND
Type
Material of Construction
Make
TERMINAL BLOCK
Nos. of Terminals
Material
Type
Current Rating
Fixing Arrangement
Make
NOTE: Completely filled in Technical Particulars Sheet shall be furnished along with the bid and for owner/consultant
approval before commencement of manufacturing in line with NIT/PO.
ANNEXURE - A
DOCUMENTATION FOR ELECTRICAL ITEMS
Documents Required (Y / N)
Sl.
Document Description For For
No. With Bid Final
Approval Information
1. Specification Sheet and Technical N Y -- Y
Particulars completely filled-in
2. Dimensional Drawings N Y -- Y
3. Characteristic curves of Motor --
a) Thermal withstand curve N Y -- Y
b) Load Vs FL current N Y -- Y
c) Load Vs Efficiency N Y -- Y
d) Load Vs Power factor N Y -- Y
e) Load Vs Speed N Y -- Y
f) Voltage Vs Thermal Withstand N Y -- Y
time
g) Starting current Vs Time N Y -- Y
4. Terminal Box drawings for motor N Y -- Y
5. General arrangement and Foundation --
N Y Y
Drgs.
6. Cable Rack / Cable Trench Layout N Y -- Y
7. Earthing Layout N Y -- Y
8. Lighting Layout N Y -- Y
9. Cable schedule N Y - Y
10. Bill of Materials N Y -- Y
11. Illustrative and Descriptive N - Y Y
catalogues
12. Catalogues of bought out N N Y Y
accessories
13. Spare parts list Y N Y Y
14. Installation, Operation and N N Y Y
Maintenance manual
15. Test certificates
a) Routine N -- Y Y
b) Type N -- Y Y
16. Guarantee Certificates N --- Y Y
17. Construction & Commissioning N -- Y Y
specification and procedure for all
equipment.
Notes :
1. 4 hard copies & 1 soft copy shall be supplied with bid.
2. 4 hard copies & 1 soft copy shall be supplied for approval after order as per approved Drawing &
Document Schedule.
3. 8 hard copies & 2 soft copies in CD shall be submitted as final documents prior to despatch of the
equipment. These shall be made in sets and supplied in fine plastic coated folder.
Y - Yes, N - No
FORM NO: 02-0000-0021F3 REV4 All rights reserved
NIT FOR PNPM/PC150/E/112/SEC - VI 0
CONSTRUCTION OF RAW WATER AND FIRE DOC. NO. REV.
WATER RESERVOIR, PUMP HOUSE AND
Page 1 of 29
SERVICES AT TFL, TALCHER
PART-II: TECHNICAL
SECTION - 7
CONTENTS
1.00 Scope 3
2.00 Applicable Standards / Codes / Rules 5
1.0 SCOPE
Scope of work for instrumentation shall include the instruments as shown in the P& I diagram no: PC150-
1000-0020 but not limited to the following.
Design, engineering, procurement, fabrications, supply, inspection, testing, painting, transportation, storage
& handling at site, calibration, erection and commissioning of complete instrumentation including all erection
material as shown in the P& I diagram along with accessories as per the scope. Based on their experience,
bidder may indicate additional instrumentation, which is required for orderly functioning of the package.
Deviations/ proposed inclusions to the basic specifications shall be clearly listed out in the bid.
Bidder to note that all the instruments shall be connected to DM water Control system for Control &
shutdown, all the cables shall be laid and glanded up to the marshalling cabinets of DM plant, the location
and panel numbers shall be provided later during detail engineering.
Bidder shall be responsible for all local instruments, field instruments and installation within the battery limit.
[As per scope].
PDIL shall review all documents generated by bidder and shall approve some document to be mutually
agreed during discussion.
In brief, the bidder shall be responsible for supply, erection, testing and commissioning of complete
instrumentation with erection material and spares as per scope.
The Contractor’s scope for all the above facilities shall cover design, engineering, procurement,
installation, testing, calibration and commissioning etc. as detailed below:
a) All the instruments shall b connected to DM water control system , which will be provided at the
time of detail engineering , bidder scope is limited to Supply, erection ,installation of
instruments , JBs , lying of cable trays and cables from Field to marshalling cabinet, Glanding
,termination, ferruling on both sides ( Panel side & JB side, instrument side etc)
Instruments
Marshalli
ng
cabinet
JB
(DM Plant)
Field instruments, branch cable, JB, multi-core cable, Glanding, ferruling, termination etc shall
be in bidders scope, necessary cable shall be supplied accordingly.
c) Erection and commissioning activities at site should be carried out strictly as per the Quality
Assurance Plan (QAP) approved by Owner/PMC. Bidder shall be responsible for obtaining the
approval of QAP prior to start of site activities.
d) All erection material required for installation and commissioning of the instruments within the
battery limit shall be included in the scope of bidder. Bidder shall arrange necessary tools and
tackles required.
e) During the plant start up all the instruments calibration, testing & loop checking shall be co
ordinate with DM water Package Vendor.
In case of contradiction/conflict among documents, Bidder shall refer to Owner for clarification. However,
most stringent specification shall be followed with Owner’s approval. Owner decision shall be
considered as final.
1.01 Unpacking, handling, physical checking, cleaning and drawal of instruments, instrument
accessories and erection materials from Principal's stores and/or from places of storage anywhere
within the boundary wall of project/plant premises and return of the leftover materials to Principal's stores
with suitable return notes.
1..02 Transportation and Handling of instruments, instrument accessories and erection materials at
Principal's stores and/or at places of storage anywhere within the boundary wall of project/plant premises
and existing factory and transporting from there to work sites and/or contractor's stores.
1.03 Dust free and air conditioned storage of electronic instruments is essential at Contractor's Stores.
Air-conditioning need not be provided for fully mechanical type of instruments, accessories and erection
materials.
1.04 The scope of work also includes supply of erection materials like Cable tray, Junction box & cable
gland, Instrument valves, Pipe fittings ,Compression fittings, and other related hardware’s including
consumables as mentioned in this document
1.05 Vendor is expected to visit the site, ascertain the location, environment, rules/regulations/laws of the
plant/Municipal Corporation/State.
1.06 Contractor is also expected to utilize their expertise / experience in assessing the extent of
Engineering involved including likely variations in locations of Installations.
1.07 The prices quoted shall be inclusive of above factors.
The instrumentation including erection, calibration and testing shall be carried out in accordance with national,
international and Indian Standards & Good Engineering Practices .The Standards referred herein and
mentioned below shall be of the latest edition valid on the date of issue of this DOCUMENT :-
♦ AS Indian standards
♦ API American Petroleum Institute RP -- Recommended Practices
♦ ISA Instrumentation, Systems and Automation Society. Standards, Recommended Practices and
Technical Reports
♦ ASME / ANSI American Society of Mechanical Engineers
♦ PDIL standards and drawings attached with this DOCUMENT (1065-0207-0784-A01)
♦ Manufacturer’s Standards and Practices
♦ Factories and Labour Act and other statutory requirements, acts and rules of India
3.01 The complete job shall be in accordance with good international practice following local Indian standards &
regulations and latest relevant drawings and documents of Principal and reference standards mentioned in
the attached sheet, to the full satisfaction of the Principal.
3.02 The scope of work may vary by + 25% of the total contract value and shall be done as per the rates quoted
by Contractor and accepted by Principal or the rates derived as per the terms and conditions of this
DOCUMENT.
3.03 Deleted
3.04 Deleted
3.05 Deleted
3.06 Deleted
3.07 The contractor shall quote the schedule of Supply/labour rates in accordance with Performa attached in
Schedule of Rates
3.08 For field checking and calibration of the instruments, the contractor shall arrange nitrogen gas cylinders if dust
and moisture free instrument air is not available.
3.09 The Contractor shall obtain in writing the clearance from Principal for any portion of work before its
execution. Any change in the drawing/documents arising out of locational requirements will be made available
by Principal’s Engineer and to be obtained in writing before the execution of a job.
3.10 The Contractor shall supply instrument air from his own compressor for pre-erection calibration. The
compressor should be able to produce 7 bar g dry air pressure, otherwise Nitrogen cylinders shall be
used as mentioned above. These Nitrogen cylinders shall be supplied by the Contractor at his own cost.
3.11 Manpower will be arranged as per requirement of the job whenever needed. No substitution or the reduction
of the staff will be accepted without prior approval of the PMC/Owner. Engaging any Sub-contractor's shall be
with Principal's approval.
3.12 Any minor modification job during erection, calibration and loop checking of instruments will be done without
any extra cost to Owner. Major modification job, reading job if certified by Engineer- in-Charge will be done by
Contractor on per diem rate basis.
4.01 Contractor scope shall also include, (but not limited to) the following jobs –
4.01.01 To make arrangements for services such as transport, medical, lighting, canteen etc. for working round the
clock for own staff. To arrange, store in tanks and supply drinking water to the contractor’s own staff .
4.01.02 To arrange at own cost , all tools, tackles , jigs , fixtures etc. including heavy lifting equipments like cranes etc.
4.01.03 To make arrangement and supply of consumable like welding electrodes, industrial gases, cleaning fluids (such
as CTC, Kerosene etc.), primer for structural, Teflon tape, insulation tapes, sealing compound;
4.01.04 Supply of erection materials such as MS structural; Inst supports ; clamping materials like aluminium strips,
screws, washers, clamps, GI nuts and bolts of different sizes, for cables, tubes, trays, racks, impulse tubes ;
cable lugs, all identification ferrules for cables/wires, etc. In addition to other erection materials as per
DOCUMENT attached.
4.01.05 For the instruments installed during the erection period, proper protection should be given to the
instruments. Contractor is responsible to replace damaged Insts/items till handing-over to Principal. Liability
for damages in non-protected instruments will be debited to contractor.
4.02.01 Installation of field mounted instruments such as pressure/vacuum gauges, dial thermometers, pressure
switches, blind switches, manometers, differential pressure indicators, local flow indicators/recorders, local
indicating controllers, different transmitters, level gauges, level switches, etc. whichever is applicable.
4.02.03 Deleted
4.02.04 Installation of miscellaneous instruments with accessories such as flame safeguard instruments, changeover
switches, air sets, T/C assemblies, thermo-resistance assemblies, purge type level measuring systems,
electronic level instruments, solenoid valves and transducers, local panels etc.
4.02.05 Deleted
4.02.06 Installation of vessel mounted instrument such as ordinary level gauge, torque tube level instruments,
biocolour level gauge, mechanical and electronic type transmitters, level switches, dial
thermometers, pressure gauges, thermocouples (including skin type) etc. Contractor shall check & ensure the
centre to centre distance of level instrument and nozzle provided on equipment.
4.02.07 Deleted
4.02.22 Minor modification/repairs (restricted to insts listed in SOR/specs ) required to be carried out on the instruments
namely, replacement of dial, glass for pressure gauges / temperature gauges or any other similar instrument,
replacement of rotameter tubes and level gauge glass; replacement of damaged signal tubes on control valves;
tapping of damaged threads on couplings, tees and other fittings; cleaning of nozzles and relays in pneumatic
instruments.
4.02.23 The Structural work includes, Fabrication, Erection of supports with structurals (M.S) like flats, plates,
angles, channels etc. for trays, pipes, junction boxes, instruments, ducts, mounting stand, JB etc..
4.02.24 Painting of all structural supports for trays, pipes, junction boxes, instruments, ducts, mounting stand, JB etc..
as per painting specification or as instructed by Engineer-in-Charge.
4.02.25 Identification of instruments / impulse lines/manifold connected with alarm/trip circuit with approved colour of
paint.
4.02.26 Punching of tag numbers on items or tag plates wherever required as per instructions of Engineer-in-Charge.
4.02.27 Fabrication and installation of pipe stanchion as per Instrument support standards including casting of concrete
pedestal, grouting, welding etc. as necessary.
4.02.28 Drilling holes for providing glands/grommets on panels, shut down cabinets, power supply cabinets, local
control panels, pneumatic enclosures, junction boxes etc. wherever required for cables entry.
4.02.29 Installation cable tray, cable, junction box, air distribution pot, multicable transit inlet system etc.
4.02.30 Grounding of shields of shielded cables to respective instrument earth bus provided in the control room/local
panel/thermocouple head etc. as required and instructed by Engineer-in-Charge, if required.
4.02.31 Laying and termination of Earthing Cable at both ends between instrument earth bus provided in
control/room/local panel / Instrument to instrument earth pits provided by other contractors unless specified
otherwise, if required.
4.02.30 Grounding of one of the thermocouple lead in the head using 10 K Ohm resistance including of supply of
resistance for grounded thermocouples , if required.
4.02.31 Supply of all types of consumables required for the execution of the job without any exception.
4.02.32 Sealing of safety valves with standard lead seals after final setting in the presence of Engineer-in-Charge.
4.02.33 Whenever stand pipe is to be installed for level installation the following requirements are mandatory –
stand pipe isolation valves shall be provided ,
stand pipe bottom drain and top vent shall be provided,
stand pipe bottom connections shall be taken from side , not from the bottom of Vessel.
The contractor shall check the above requirements are met.
4.02.34 Terminal Connection Diagram wrapped in cover shall be provided inside J.B.
4.02.35 Coordination during installation, pre-commissioning and commissioning with mechanical and other sub-
contractors for proper installation of in-line mounted instruments like control valve, orifice assemblies, turbine
meters, PD (positive displacement) meters, magnetic flowmeters, mass flowmeters etc. which involve removal
of instruments, disconnection of tubes/cables; reconnection of same for alignment and proper installation.
4.02.36 Coordination during pre-commissioning/commissioning with mechanical and other contractor for proper
installation of vessel/equipment mounted instruments like level transmitters, level gauges, level switches etc.
which involves removal of instruments, disconnection of tubes/cables, reconnection of the same for alignment
and proper installation etc.
4.02.37 Coordination during pre-commissioning/commissioning with System Vendors for DCS , PLC/ESD etc. for proper
functioning of the Control & Instrumentations.
4.02.38 Submission of final material appropriation statements for all the materials issued by the Principal.
4.03 Additional Work:
Where requested by Principal /Engineer-in-Charge or his Authorized representatives, all or any of the works not
detailed shall also be executed
5.00 Deleted
6.01.01 Fabricating, laying and supporting of impulse tubing/piping and sample lines for the analysers etc.
Laying of level gauge drain pipes (if required).
6.01.02 All impulse lines of the instruments shall be subjected to hydraulic test with pressure modality required
for the test line. Every impulse line is to be tested before preparation of inspection report. In case of
repairs of any line the tests will be repeated again.
6.01.03 Deleted
6.01.04 All impulse lines shall be installed in the best workman like manner and shall follow installation standards in
each case. Where there is no installation standard, the instruction of the Engineer-in-Charge shall be followed.
6.01.05 Horizontal and vertical lines shall be installed using levels and plumb bobs.
6.01.06 Unless otherwise specified in the drawings, impulse lines shall have a slope of not less than 1 in 12 on the
horizontal runs.
6.01.07 All welding shall be carried out as per welding procedures and codes approved by Engineer-in-Charge.
Welding Electrodes shall be as per approved vendors only. Only qualified welders approved by Engineer-in-
Charge shall carry out welding.
6.01.08 Deleted
6.01.09 However, any materials like electrode, equipments, testing charges for various tests etc. required for initial
qualification of the welder/welders shall be borne by the contractor.
6.01.10 Wherever welding of dissimilar materials are envisaged for any process hookup, the contractor’s scope
includes these welding alongwith supply of weld materials.
6.01.11 Impulse pipes/tubes shall be bent using pipe/tube benders only ; hot bending will be prohibited. Pipes/tubes
shall be cut using pipe cutting device. Hot cutting will not be allowed.
6.01.12 Piping/tubing for steam tracing shall be installed according to the standards without any pocket so as to avoid
formation of the condensate pockets.
6.01.13 All threaded joints shall be jointed with PTFE tape only. No other pipe jointing compound shall be used except
on high temperature service where graphited sealing compounds shall be used.
6.01.14 All impulse lines shall be properly supported at regular intervals of 1 metre. Wherever insert plates are not
available, supports on concrete structures or on ceilings shall be fixed with a minimum of 10 mm expansion
bolts.
6.01.15 Angle supports shall be fabricated from 50 mm x 50 mm x 6 mm MS angles, as a minimum. Channels shall be
ISMC 100.
6.01.16 Measurement of impulse tube / pipe work for billing purpose will be done from joint to joint basis
starting after the first/2nd isolation valve (Installed by mechanical contractor) to the instrument
including the vents and drain piping. Charges for fixing of fittings and valves, syphons, condensate
pots etc. will not be paid separately but they will be included in the impulse piping / tubing
work. The same shall include hydrostatic test/pmi as per specifications.
6.01.17 Impulse tubing / piping erection rate will be on meter basis inclusive of all fittings, valves, syphons and
condensate pots etc. used for erection and for testing.
6.02.01 Air supply from the main air header take off valve to individual instruments/AD pots shall be through SS pipes
and tubes as per drawings.
6.02.02 Individual take off valves shall generally be located on top of the main air header. Hook-up points to be
considered as per the Layout Drawings.
6.02.03 Supporting of instrument air headers piping from header to air distribution pot -The pipe shall be supported at
a minimum interval of 1.5 meters with MS angles.
6.02.04 There shall be one isolation valve at each instrument end. Final connection to the instrument shall be SS tubing
as per tubing hookup/ secondary dwgs.
6.02.05 Identification tag plates shall be provided on either side of tubing as per AD pot drawing.
6.02.06 Laying and supporting of single run tubing on racks/trays inclusive of connecting of tubes with connectors.
Tube laying rate shall include connection by connectors.
6.02.07 The practice of flattening tubes for clamping purposes shall not be permitted.
6.02.08 Instrument air tubing connections are mainly by connectors. The Contractor shall quote the same in the
Schedule of rates.
6.02.09 Cleaning and blowing of air distribution lines, pneumatic tubing, impulse tubing, piping and sample lines for
analysers etc. ( jobs on main air header are not included in scope of work of instrument contractor).
6.02.10 Testing of air distribution lines, pneumatic tubing , impulse tubing / piping and sample lines for any leakage and
proper connection (only air shall be used for testing air/pneumatic lines) shall be done.
6.02.11 Mounting of air distribution pot ( the mounting U clamp, nut, bolt and washers in Contractor's scope).
6.02.12 Laying of distribution air header, supporting, fixing, cleaning and painting of distribution air header lines and
its testing (the rate shall be inclusive of fittings, flanges, valves, etc. on the air header).
6.02.12 Deleted
6.03.01 Laying and supporting of multicore and single core power cables, multpair / triad and single pair signal /
extension cables, optical fibre cables and any other special cables on racks/trays.
6.03.02 All cable routes shall be carefully measured and cables cut to the required lengths, leaving sufficient amount for
the final connection of the cable to the terminals on either end. The various cable lengths cut from the cable
reels shall be carefully selected to prevent undue wastage of cables.
6.03.03 Before laying, cable/multicable on drums shall be meggered and tested to ascertain the transit
damages
6.03.04 Contractor to consider provision of tray in general for branch cable above ground line. Due to site requirement if
cables are crossing road , laying underground etc. , proper protection to be provided .
6.03.05 A detailed planning shall be submitted prior to cable laying, giving drum number, cable number, lengths which
shall be approved by Engineer-in-Charge.
6.03.06 Cables shall have complete uncut lengths from one termination to the other.
6.03.07 All cables shall be indicated close to their termination point by cable number as per cable schedules/junction
boxes schedules. PVC ferrule/tag plate shall be used and these identification tags shall be securely fastened to
the cables.
6.03.08 All cores of electrical cables shall be identified by their wire numbers by means of the PVC ferrules. Wire
numbers shall be as per dwgs. All temporary ends of cables shall be protected against dirt and moisture. For
this purpose, ends of all PVC insulation cables shall be taped with an approved PVC or rubber insulating tape.
6.03.09 The bending radius of cables shall be maintained as per manufacturer’s recommendation. Cables
installed above ground shall be run exposed on walls, ceilings, structures and shall run parallel or at
right angles with beams, walls or columns
6.03.10 Glanding and termination of all field/MCC cables including its ferruling and fixing of lugs, thimbles
etc. of proper sizes in Marshalling/Auxiliary Cabinets located in main control rooms, in local
control panels and panels in various substation / MCC rooms.
6.03.11 The testing of the field cables and cables coming from MCC and checking of the voltage for
healthiness of the signals. However, this job will be carried out by Instrument Contractor in
control room.
6.03.13 Testing of power cable, extension / compensating cable, signal cables and any special cables
for proper connections, continuity and insulation shall be done.
6.03.14 Sealing of cable and tube entries to control panel/control rooms to be done.
6.03.15 Any minor modification job during installation of instruments at no extra cost to Principal. Major
modification jobs, major redoing of jobs ( if certified by engineer-in-charge as major ) will be done by
Contractor on existing or per diem rate basis.
6.03.16 Power supply cable to individual instruments, instrument local panel and other location in the field
shall be done by the Contractor , if required.
6.03.17 Identification and proper ferruling of individual cores during field cable termination.
6.03.18 Dressing, Clamping and termination of control/instrument cables to the entire satisfaction of the
Engineer-in-charge. Cables shall be rigidly supported on structural steel and masonry individually or in
groups as required using PVC covered galvanised clips, multiple cable supports or cable trays
material to be used for tying of cables with trays must be corrosive resistant. If drilling of steel must be
resorted to approval must be obtained and steel must be drilled where the minimum of weakening of
the structured wall result. Cables shall be supported at every 500 mm on vertical runs and every 100
mm on horizontal .Cable tag list shall be put at every 50 meter.
6.03.19 All special cables and power supply cables will be laid direct to the field instrument without any
junction boxes, unless otherwise specified
6.03.20 Charges for laying cables shall be inclusive of glanding, terminations and identification ferrules etc.
at both ends and megger testing of field cables and clamping also.
6.03.21 Co-ordination and interconnection of all cables coming from MCC/field to control room, megger
testing of field cables and induced voltage checking especially for cables coming from Electrical
Terminal Board.
6.03.22 Final Covering of false floor after removing as per original floor plan.
6.03.24 Final termination drawing with all modification is to be done by the Contractor and handed over to
Owner
Cable route markers of SS 100mm dia,2mm thk indicating number of cables, depth and direction will be placed
enroute,at appr 30 meter intervals ,on crossovers/ turnings etc, to mark the cable route; without Obstructing
passage.
Cable Markers / Flag Plate, at both ends to be provided by contractor. Plates of 304 SS 100x100x2 mm bolted
to 50x50x6 Ms painted angle using SS bolts,Nuts. Plates shall have details such as depth of burial & type of
cables punched /engraved.
Engineer-in charge to be consulted as to locations .
At each road crossings and other places, where cables enter pipe sleeves, adequate bed of sand shall be given
so that the cables do not slack and get damaged by pipe ends after back filling. After laying, the pipe sleeves
shall be sealed using sealing compounds.
At the entry into concrete blocks at road crossings cable loops shall be provided at either ends to prevent any
damage to cables. Each cable shall have one tag at each end before the cable enters/leaves conduit pipes.
6.04.01 MCT supply and its installation in not in Bidders scope, After laying of all the cables, the cable entry to control
room shall be suitably filled with MCT Blocks with Frames and sealed so as to achieve a positive seal against
the entry of gas, water. On completion of cable laying in case of concrete trenches, the trenches shall be
filled with sand and pre cast concrete slabs shall be placed on the trench.
6.04.02 Bidders scope includes installation/laying of cables through MCT, as per instruction from Engineer
incharge , MCT supply will be done by others.
6.04.03 Vendor shall take care of all type of cables entering into Control Room. The installation shall be complete with
Frames , insert blocks of each cable type, of each cable outer diameter (O.D.) and all other necessary
hardwares like myler tape etc. necessary to fit the supplied MCT blocks in frames.
6.04.04 The power cables for instruments 115 V A.C shall be suitably separated from other cables within the MCT
frame.
6.04.05 In general , MCT frame considered for instruments shall not be used for electrical cables. Separate MCTs shall
be used for electrical cables coming and from/going to MCC.
6.04.06 The earthing cables for instrument Panels shall be suitably separated from other cables within the MCT frame.
6.05.01 Perforated trays/angle trays shall be used for cable run. Laying, supporting, alignment of cable trays to
be done by contractor.
6.05.02 Fabrication of frames, supports, mounting stands, clamps, brackets, cable racks, cable trays and
corners, Tees and crossings etc. for the racks and trays.
6.05.04 Laying alignment & supporting alignment of cable racks and trays. The Contractor shall quote the
unit rate per meter length of cable tray.
6.05.05 Generally supports for cable trays are provided by other agency However, in critical areas, where
additional supports are required to be provided in the opinion of the site-in-charge ,the same shall
be provided by contractor free of charge. It should be covered in quoted price.
6.05.06 The perforated trays/angle trays shall be properly supported at a regular interval of maximum of 500
mm centres,
6.05.07 Trays themselves may be supported by structures used for above ground cables/trays from insert plates or
steel structures. Wherever insert plates are not available supports on concrete structures and ceilings shall be
fixed with minimum 10 mm diameter expansion bolts. Angle supports for perforated trays/angle trays shall be
fabricated from 50 mm x 50 mm x 6 mm MS angles as a minimum.
6.05.08 All supports shall be cut with hacksaw only. Any work executed by gas cutting for making holes or cutting
pieces will be totally rejected. Free ends of angle support shall not have sharp edges and shall be properly
rounded off.
6.05.09 Width of trays shall be selected according to number of tubes and cables. Trays shall be laid generally as per
site conditions with the approval of Engineer-in-Charge.
6.05.10 Weldings of structures shall be full welding on all sides so as to avoid entry of moisture through gaps.
6.05.10 For welding, if required, following procedure shall be followed as a minimum:
After welding, clean the welded portion for any slug and sharp edge.
Welded portion and supports shall be painted as per painting specification.
6.06.01 Fixing in position flameproof junction boxes, electrical junction boxes, distribution boxes and relay
boxes in the field and behind control panels, conduit pipes, fittings and flameproof boxes are to be
ensured. Drilling/tapping of junction boxes, selector switch casings, fixing of terminals in the JB
shall also be a part of job of installation of junction boxes/panel as the case may be.
6.06.02 Cables shall enter into the J.B. through double compression type Ex-proof cable glands or non-
exproof cable Gland as specified.
6.06.03 Proper care to be taken to be taken for sealing of Cable entries after proper insertion , installation &
terminations of cables. Special care in this regards to be taken for the installations in Hazardous Area.
6.06.04 The unused spare entries of the J.B. are to be plugged properly as per the practice and norms of J.B.
installation.
6.06.05 Any civil jobs involved are to be attended in the installation of supports mounting stands,
control panels, junction boxes and relay boxes.
6.07 Deleted
6.07.07 Minor civil jobs involved in this regard are to be attended in the installation of panel.
FORM NO: 02-0000-0021 F2 REV3 All rights reserved
NIT FOR
CONSTRUCTION OF RAW WATER AND FIRE WATER PNPM/PC150/E/112/SEC -
0
RESERVOIR, PUMP HOUSE AND SERVICES AT TFL, 7
TALCHER
6.07.08 Grounding
Each cabinet, console and other equipment supplied as a part of system shall have earthing lugs which shall be
secured to the ‘AC mains earthing grid’.
All circuit grounds, shields and drain wires shall be connected to the ‘system ground’ bus which is isolated from
‘AC mains earth’.
Contractor scope includes making system earthpit(s) and inter connecting as needed, as per system vendor
recommendations. The total resistance of system ground shall be less than 1 ohms unless otherwise
recommended by system manufacturer.
Earthing cables shall be stranded Tinned Cu conductors min 10 sq.mm, Green outer sheath.
Safety barriers, if used, shall be secured to ‘Safety ground’ which shall have typically ground
resistance of less than 1 ohm. The bus shall be designed considering a fault level of 0.5 A at 250 V
r.m.s. per barrier
7.00 PAINTING
7.01 This part of the specification is applicable to cable ducts. MS cable ways, angle trays, instrument
supports/perforated trays, all structural supports for the above items etc.
7.02 The surface to be painted shall be thoroughly cleaned with wire brush, sand paper to remove all scales.
After cleaning, the surface is painted as per specifications for painting enclosed.
7.03 Paints shall be epoxy based and corrosive resistant.
7.04 It shall be noted that final second coating on external surfaces not covered by cables, copper tubes etc.
shall be applied just before handing over the plant or commissioning of the plant whichever is earlier.
7.05 The name of manufacturer, colour and quality of all types of primer paint shall be as per standards
enclosed elsewhere in DOCUMENT (1065-PNMP-TS-0904) and subjected to approval of Engineer-in-
Charge.
7.06 Transportation of structural steel for sand blasting to sand blaster's shop and bringing
it back to erection site is responsibility of Contractor.
8.01 Contractor shall have a dust free and air conditioned room for the calibration of all electronic
Instruments. Before start of the calibration, Contractor shall get approval for testing
facilities, and accuracy of test instruments etc. from the Engineer-In-Charge of Principal.
8.02 Calibration, testing and functional checking of all instruments and its accessories to the entire
satisfaction of Principal.
8.03 Contractor shall remove the instruments supplied in mounting condition on machinery, equipments,
local panel etc. for calibration and install it back after calibration. No separate charge shall be paid for
removal of Instruments.
8.04 Contractor shall make arrangement for transportation of the safety valves and control valves from
Principal's store, mechanical Contractor's store/Yard and return it back to Owner/Mechanical Contractor's
store after calibration.
8.05 A suitable sticker shall be fixed on the instruments after calibration, that will indicate the date of calibration,
instrument range, Sr.No. etc.
8.06 Calibration test proforma duly filled and witnessed by Principal's representative shall be provided by the
Contractor to Engineer-in-Charge of Principal.
8.07 All impulse lines shall be tested hydrostatically at 1.5 times the maximum operating pressure. Ensure that
instrument and vessel/piping is isolated during this test.
8.09 In case of special instruments/items where hydrotesting is not permitted due to service conditions, the impulse
lines testing shall be carried out by using air or Nitrogen.
8.10 All external case type level instruments shall be tested upto 1.5 times operating pressure by using Nitrogen
only.
8.11 After pressure testing, all these impulse lines shall be drained and dried with dry air to remove any traces of
moisture, oil and dust.
8.12 All instrument cables shall be tested for continuity and insulation. While meggering the cables for insulation
testing, ensure that all instruments and barriers are isolated at both ends.
8.13 Calibration & test equipments shall be traceable to Indian standard with valid certification. Accuracy of standard
inst. shall be at least two times better than inst. under test.
8.14 All instruments shall be calibrated for 0%, 25%, 50%, 75%, 100% and vice versa.
8.15 All transmitters shall be calibrated as per instrument ranges.
8.16 Safety valves and relief valves shall be set/tested by using dry air/nitrogen. For high set pressure hydraulic test
bench shall be used. Leakage if any shall be removed by proper lapping of seat and disc.
8.18 All pressure and differential pressure transmitters shall be calibrated to the settings as per instrument
data/specification sheets and instruction of Engineer-in-Charge.
8.19 Receiver instruments programmed shall be calibrated and aligned using test hook-up as per instructions from
manufacturer/Engineer-in-Charge.
8.20 Tank level indicators shall be calibrated at 0%, 25%, 50%, 75% and 100% and vice versa of ranges wherever
practicable.
8.41.01 All the system functions shall be checked thoroughly for proper functioning, whenever required and specifically
asked for. These shall include but not limited to the following tests :-
Visual and Mechanical
Complete system configuration loading
Demonstration of all system functions
Checking of all systems displays
Checking of correct functioning of all keyboards
Demonstration of all system diagnostics
Checking of proper functioning of all printers, hardcopy unit and printing of all reports.
Checking of all disc drives
Complete checking of logic system, loading of under’s program and checkout of results.
Checking of correct change-over of the back-up / redundant units in case of failure of main units.
8.41.02 The input signals shall be simulated by disconnecting the field wires for all inputs. Wherever control room
mounted Transmitters/Converters/ Receiver switches are used the functioning of same shall also be checked.
8.41.03 All test results shall be recorded in the approved format.
8.41.04 Conversion from one unit to another for the purposes of calibration is not allowed.
9.01 Testing of complete loops (open, close) from field instrument end to control room and back to control
valve.
9.02 Open/Close loop shall be checked by giving actual input to the instrument end and check the
readings in display instrument in control room and back to control valve. Contractor shall re-
calibrate the loop instrument, if found any error in reading during loop checking. No separate charge
for re-calibration of instrument shall be paid.
9.05 Simulation checking of alarms and safety interlocks by simulating all input parameters, creating a
fault and checking the output status. The entire shutdown scheme shall be simulated from the
process trip switches and the scheme shall be tested for its proper operation prior to start up of the
unit.
9.06 Loop checking Performa duly filled and witnessed by Principal's representative shall be submitted
to Engineer-in-Charge.
9.07 Loop checking shall be performed after calibration, interconnection and leak testing of signal lines is carried out
for all instruments. Loop tests are conducted to check the functional performance of all elements comprising the
loop, thereby ensuring proper interconnections and operations.
9.08 Before proceeding for loop checking, the calibration results of individual elements shall be recorded on the
Performa and shall be approved by Engineer-in-Charge for correctness of installation, measurements and
calibration results.
9.09 Loop testing for all control loops shall be generally by simulating process conditions for at least 0%, 25%, 50%,
75% and 100% of full scale inputs. Detailed procedure shall be submitted to Engineer-in-Charge for approval
before proceeding with the loop checking.
9.10 Deleted..
9.11 Performance of individual loops shall be accepted for an overall accuracy of + 1.5%. Where deviation is found
to exist more than specified limit, contractor shall recalibrate the instruments which shall also form part of loop
testing, at no extra cost.
9.12 After the loop test is complete, the contractor shall connect back any terminations and connections removed for
loop checking.
9.13 A loop shall be considered as handed over only after measurements in that particular loop are completed and
certified by Engineer-in-Charge, in addition to loop sheets being duly filled in all respects, approved and
accepted by Engineer-in-Charge .
9.14 In case of loops in which certain instruments of the loops are calibrated by other agency, loop checking shall be
performed in coordination with the agency involved. If a defect in the calibration of the instruments in
contractors scope is observed, same shall be rectified to the satisfaction of the Engineer-in-Charge. However, if
defect is detected in the calibration of the instruments in the scope of other agency, same shall be rectified by
the agency involved. After the calibration has been rechecked by other agency/agencies, the loop checking
would be performed to the satisfaction of Engineer-in-Charge. This is part of the contractor scope of work.
9.15 Final certified loop sheets shall be submitted in required copies to the Engineer-in-Charge.
9.16 Whenever the installation of central control system like Distributed Control System/Programmable logic
controllers etc. in control room is carried out by any other agency, contractor scope of work for the loops
connected to these system shall include the following :-
9.16.01 Laying of all related cables upto the designated panel/cabinets/console, dressing , glanding & terminations of
cables as per Terminal Connection Diagram, identification of cables and cores/pairs of each cable,
coordination with control system vendor during glanding and termination.
9.16.02 Calibration of all field instrument independently.
9.16.03 Providing all assistance to control system vendor during loop checking. This shall include providing signals from
the field instruments and checking all operations with the output provided from control system to enable control
system vendor to verify loop performance.
9.16.04 Coordination with control system vendor to meet loop checking schedule. It shall be contractor’s responsibility
to demonstrate/ prove measuring signal levels of field instrument output in control room in the respective
identified pair in case of any problem.
9.16.05 Rectification/recalibration of field instruments if found defective during loop checking.
9.16.06 However, checking of interconnection between instrument/equipments inside control room, ferruling/tagging of
interconnecting cables inside control room and performing loop checking with cooordination of contractor shall
be in the scope of control system vendor.
9.16.07 It shall be contractor’s responsibility to complete all entries in the ‘Loop Sheet’ related to field instrumentation
including calibration, installation checks, interconnection of tubing and cabling, hydrotest etc. and get it duly
signed by the Engineer-in-Charge. All loop sheets duly filled and signed shall be handed over to control system
vendor for overall loop checking records.
9.16.08 In some of the cases the Control Panel / System checking to be carried out by the contractor. In those cases all
the above activities as mentioned for the System Vendors to be carried out by the Contractor.
9.16.09 It shall be vendor’s responsibility to complete the loop check column in loop sheet after Engineer-in-Charge
accept the loops and hand over the sheets in required copies to Principal. All field related assistance shall be
provided by contractor during all these activities.
10.00 COMMISSIONING
10.01 This activity shall be carried out in a systematic manner so as to avoid any accident to plant and operating
personnel.
10.02 During the plant start up all the instruments calibration, controller alignment, trip point settings shall be
trimmed so as to meet the operation requirements.
10.03 Prior to guarantee run of any package unit, the vital instruments as required by vendor have to be
recalibrated and the results recorded.
11.00 SCOPE OF SUPPLY FOR ERECTION MATERIAL, STRUCTURAL STEEL & CONSUMABLES
The procurement and supply in sequence and at the appropriate time of all materials as per SOR &
Engineering Drawings, consumables except for the materials specifically enlisted under Principal’s
scope of supply shall be entirely the contractor’s responsibility and his rates for execution shall be
inclusive for all these items.
Procurement and supply including proper storage and handling till the erection of following Instrument erection
material shall be included in the scope of erection contractor.
All Instrument Erection materials to be supplied by the Contractor shall be as per Scope of Work &
Technical Conditions and conform to the Specifications mentioned in the DOCUMENT.
b) Structural will mean angles, channels, flats, plates and structural, pipes of all sizes used for making
and supporting tray/racks, mounting and supporting of instruments and its accessories. Structurals will be
measured and paid on metric ton basis. MS angles shall be used to support single pair cables and
instrument tubing.
11.03.11 Mounting accessories for the above like bolts, supports etc.
11.03.12 Spool pieces and blinds for testing wherever required.
11.03.13 Any other item not specified, but required for the completion of the job.
11.03.14 The contractor shall submit in sealed packets samples of all consumables like bolts, nuts, lubricants, ferrules
lugs and any other materials included in their scope of supply for approval of Engineer-in-Charge which then
forms the standards for erection work.
12.01 Tools, tackles and calibrating instruments have to be arranged by the Contractor
The contractor shall furnish complete information regarding tools, tackles and testing equipment that will
be deployed for the job. All test equipments and kits shall be approved by competent Indian authorities
and shall have valid calibration report:-
Accuracies of Test equipment shall be at least Two times better than Inst under Test
13.01 To allot a plot of land near working SITE to enable the Contractor to build his office, store,
fabrication shop, urinal and latrine etc. at his own cost.
13.02 To provide construction power at site as per the provisions of Site Working and Safety Conditions
13.03 To provide construction water at site as per the provisions of Site Working and Safety Conditions
13.04 To issue hot and cold work permits to Contractor if and when required.
13.05 To facilitate issuance of gate passes and night/special passes to workmen of Contractor, for their
entry to work site through security gate.
13.06 To facilitate issuance of gate passes to Contractor for entry of his materials and equipment including
tools and tackles etc. for entry to work site through security gate.
13.07 To function as a medium of co-ordination between various Contractors for facilitating smooth progress
of work.
13.08 To provide all clarifications and technical matter for expediting the job.
13.09 To lay down the system for issue of materials from Principals Stores/ Storage Yard.
13.10 To provide information regarding availability of fronts and materials to be issued by Principal so as
to enable the Contractor to plan and organise the execution of work under his scope as per the
overall project schedule.
13.11 To provide necessary drawings and documents to Contractor for execution of the work.
14.02 The Contractor's obligations and responsibilities shall include but not limited to the following:
14.02.01 To prepare detailed planning and execution schedule considering the availability of fronts and
materials. This shall be reviewed by Principal and Contractor shall be required to keep updating the same
(as per the instructions of Principal ) to take care of any changes in the availability of fronts and materials
and to complete all jobs as per the overall project schedule. Principal shall in no way be held responsible for
such changes because such changes are deemed quite a common feature in any project of this size.
14.02.02 To dispatch all materials well within the schedule & to receive at Site. After receipt, Contractor must
store all the items properly till their use or handing over (of balance items) to Principal after
completion of work.
14.02.03 To check for quantity compliance between bill of materials and drawings for cable, structurals,
earthing materials etc. and intimate Principal sufficiently in advance regarding discrepancies, if any.
14.02.04 To arrange and supply all tools and tackles, which are required for the execution of jobs as
per the best engineering practices and within the targeted schedule.
14.02.05 To arrange and supply storage tanks for drinking water so as to avoid any inconvenience which
may be caused due to interruption in water supply at times.
14.02.06 To provide proper storage and security arrangements for Contractor's tools, tackles,
equipments, materials etc. as well as equipment and materials issued by Principal to Contractor.
FORM NO: 02-0000-0021 F2 REV3 All rights reserved
NIT FOR
CONSTRUCTION OF RAW WATER AND FIRE WATER PNPM/PC150/E/112/SEC -
0
RESERVOIR, PUMP HOUSE AND SERVICES AT TFL, 7
TALCHER
Principal shall not be responsible for any loss or damage to items in the custody of Contractor at site
for any reason whatsoever.
14.02.07 Completion of all repairs arising out of defective work done by Contractor. Principal may at his discretion
require the Contractor to rectify certain defects in materials caused due to bad workmanship of supplier
and/or during transportation. For such work of course, the payment modalities shall be settled by mutual
agreement before starting such rectification jobs.
14.02.08 To maintain all the records for men, materials and execution of job as required by law as well as
Principal.
14.02.09 In addition to safety regulations indicated elsewhere in the tender document, Principal may issue
certain safety directives which shall have to be followed meticulously without any reservation.
14.02.10 To undertake and execute work and supply as per scope of work, scope of supply, to follow
Technical Conditions including Instrument erection specification for Instrument testing
and commissioning and as per schedule of . To honour all other obligations listed in other
sections and sub-sections of this DOCUMENT.
14.02.12 Handing over of the completed works to Principal as per procedure laid down by Principal.
14.02.13 To submit documentation forming part of request for issue of completion certificate as per the
instructions of Principal.
14.03 Protection
14.03.01 Contractor shall protect all Instruments supplied by them or free-issued to them from damages which may
occur due to bad site conditions.
14.03.02 Contractors responsibility shall be upto the hand-over of complete instrumentation within their scope of supply
and works as per the documents / specs given.
14.03.03 Contractor alone shall be fully responsible for protection of the Instruments.
14.03.04 Contractor shall supply necessary commissioning spares for all Instruments supplied by them, without any
additional cost implication.
14.03.05 In case of damage, contractor shall replace the Instruments / components damaged upto the period of
handing – over, without any further cost implications . These shall be limited to the Instruments supplied by
them.
14.04.03 Failure of the contractor to comply with the above shall be considered a failure to execute the contract with
due diligence. Then Principal has the right without prejudice to any other right or remedy which shall have
accrued or shall accrue thereafter, may offload the balance job in part or in full to others at Contractor’s risk &
Cost.
15.00 DOCUMENTATION
Contractor shall prepare and hand over the following documents as per performa approved by
Engineer-in-Charge when work/activity is completed.
a) Unpriced copies of all the purchase orders should be submitted to Principal as well as
identified inspection agency for further necessary action regarding inspection.
b) Copies of all the supplier's drawings for valves, strainers, traps etc. which are to be
approved by Contractor must be marked to Principal for information and comments, if any.
d) All the materials must be procured from any of the Vendors specified by Principal.
Procurement from vendor's other than approved vendor is not allowed.
g) Release Note - Materials must be dispatched to Site only after inspection and issue of
release note from concerned Inspection agency.
Contractor scope includes preparation & submission to Engineer-In-Charge As-built drawings and
documents as detailed below:
a) General layout plan for all units.
b) Installation , hook up ,Terminal Connection, Loop, Wiring dwgs
c) Control Room Layout Drawing showing Equipments, False Floor , False Ceilings .
d) The drawings for materials that are included in their scope of supply namely trays, junction boxes,
local cabinets.
e) Bill of Materials.
f) Final material appropriation statement for all the free issue instruments & materials indicating shortages
if any in the Performa duly approved by Engineer-in-Charge.
g) Final material reconciliation statement for erection materials – indicating shortages if any in the
Performa duly approved by Engineer-in-Charge.
All materials must be dispatched to & received by Contractor at Site. After receipt, Contractor must
store all the items properly till their use or handing over (of balance items) to Principal after
completion of work.
16.01 The following shall be treated as usable balance material and will be accepted by Principal
provided that they are returned in good condition :
The Contractor must return surplus and left over materials to Principal's Stores.
a) 1/2% of the executed length for S.S. and alloy steel pipes and tubes, cables.
b) 1% of the executed length for G.I. Pipe, C.S. Pipe, flexible conduits and aluminium flats
and aluminium trays.
c) 2% for structural materials, G.I. machine screws/flats, nuts, bolts and washers.
No wastage will be allowed on valves, fittings, cable glands, anchor fasteners and terminal
blocks.
16.03 No scrap will be taken out of the project premises. The use of gasket material shall be economical and
the Contractor shall ensure that no undue wastage is permitted. Wastage over and above that
mentioned above shall be charged at prevailing market price + 20& handling charge.
ANNEXURE -4
1 (Instrumentation Vendor List to be followed)
ENQUIRY SPECIFICATION
FOR
PRESSURE GAUGE
1 PI-101 1
2 PI-102 1
3 PI-103 1
4 PI-104 1
5 SPARE 1
PRESSURE GAUGES
FORM NUMBER 02-0000-0021 F1 REV O
CONTENTS
1.0 GENERAL
2.0 GENERAL REQUIREMENTS
3.0 INSPECTION, FACTORY TESTS
4.0 PACKING
5.0 IDENTIFICATION & MARKING
6.0 SPARES
7.0 DOCUMENTATION
LIST OF ATTACHMENTS
1.00 General
1.01 This Engineering specification together with the Instrument specification attached
herewith define the technical requirement for the supply of pressure gauges, their
accessories, name plate marking, documentation, testing-inspection, packing and
transportation.
1.02 In the event of any conflict between Engineering specification and Instrument
specification the later shall prevail.
The supply shall be strictly in line with the technical requirements specified in the
Instrument specification. In addition the supply must comply with the following.
2.01 In general , construction , design and testing of the pressure gauges shall be as per
IS 3624, unless otherwise deviations stated in the enclosed Instrument specification.
2.02 All equipment shall be weather proof to IP-55, antifungus and tropicalised.
2.03 All the wetted parts, movements, casing shall be of stainless steel unless otherwise
specified deviation in the Instrument specification. No component and accessories
should be of copper and its alloys.
2.04 The dial shall be white, non rusting metal or plastic with black figures.
2.05 Blow out devices shall be optional below 25 kg/cm2 g. However, as a standard, blow
out devices shall be provided for all ranges unless otherwise deviations specified in
the Instrument specification.
2.06 All gauge casing shall be of safety pattern design. Baffle/solid front between dial and
sensor shall be provided for ranges 25 kg/cm2 g and above. Below 25 kg/cm2 g is
optional.
2.07 IBR certificate shall be required for accessories like pig tail syphon for steam,
condensate & BFW services. For items of foreign origin the certification shall be
done by Lloyds or any other IBR approved authorities in specific IBR format.
2.09 Components made of copper and copper alloys exposed to atmosphere and coming
in contact with the operating fluid must not be used for ammonia & urea services.
The Routine and type tests requirement shall be as per IS 3624 as a minimum.
Within two weeks of receipt of the LOI/order the vendor must contact the Inspection
Agency specified in the order and finalise with them the Quality Assurance Plan for
carrying out Inspection and test. In absence of any Inspection Agency the vendor
must submit the quality Assurance Plan for PDIL/OWNER’s approval. All tests, in
such cases, shall be conducted by vendor’s Quality Department and the results of
ES-7303 0
ENGINEERING SPECIFICATION FOR DOCUMENT NO. REV
PRESSURE GAUGE
SHEET 4 OF 5
The manufacturer shall give clear 15 days notice informing readiness of the gauges
and its accessories at manufacturer’s works. The vendor shall permit the authorised
representative of PDIL/OWNER to inspect the manufacture and assembly of the
gauges and its accessories in various phases in compliance with mutually agreed
quality assurance plan, standards and specifications.
The vendor shall make available to the authorised representative of PDIL / OWNER
the results of all the checks/calibrations conducted before presenting for
PDIL/Owner’s inspection.
No instrument/accessory shall be shipped until all the required tests are successfully
completed and certified “Cleared for despatch” by the inspection authority.
4.00 Packing
Each gauge and its accessories i.e. syphon, snubber, gauge saver etc. wherever
applicable shall be suitably packed and protected from damage due to
transportation, loading and unloading.
5.01 Self adhesive tapes or signs are not permissible for permanent marking of any
instrument.
Each gauge to have a separate circular tag number plate in stainless steel with
engraved tag no and range and attached securely to the gauge with a soft stainless
wire. The size of letters and figures shall be minimum 4 mm and the plate should be
25 mm diameter with 1-2 mm thick. This shall be in addition to manufacturer’s
standard name plate.
6.00 Spares
All untagged instruments in the individual instrument specification sheets are spare
instruments. In addition if Component Spares are required then the same shall be as
per enclosed spares list.
FORM NUMBER 02-0000-0021 F2 REV 0
ES-7303 0
ENGINEERING SPECIFICATION FOR DOCUMENT NO. REV
PRESSURE GAUGE
SHEET 5 OF 5
7.00 Documentation
Number of sets alongwith bid for approval and as final documentation shall be supplied as
stipulated in the purchase order.
INSTRUMENT SPECIFICATION FOR PC150-E-7153-ISP-7303
PC150- SEAMLESS
PI-101 01 RAW WATER PUMP 2.5/3.5 40/75 0-5 SS316
1000-0020 BOURDON
PC150- SEAMLESS
PI-102 01 RAW WATER PUMP 2.5/3.5 40/75 0-5 SS316
1000-0020 BOURDON
PC150- SEAMLESS
PI-103 01 RAW WATER PUMP 2.5/3.5 40/75 0-5 SS316
1000-0020 BOURDON
PC150- SEAMLESS
PI-104 01 RAW WATER PUMP 2.5/3.5 40/75 0-5 SS316
1000-0020 BOURDON
PC150- SEAMLESS
SPARE 01 RAW WATER PUMP 2.5/3.5 40/75 0-5 SS316
1000-0020 BOURDON
NIT FOR
PNPM/PC150/E/112/SEC - 7 0
1 PT-105 1
1 FT-101 1
1 LT-101
1
2 LT-102
1
ENGINEERING SPECIFICATION
FOR
PRESSURE
AND
DIFFERENTIAL PRESSURE TRANSMITTERS
FORM NUMBER 02-0000-0021 F1 REV O
CONTENTS
1.0 GENERAL
2.0 GENERAL REQUIREMENT OF
PRESSURE TRANSMITTER
3.0 INSPECTION, FACTORY TESTS
AND APPROVAL
4.0 PACKING
5.0 IDENTIFICATION AND MARKING
6.0 SPARES
7.0 DOCUMENTATION
LIST OF ATTACHMENTS
1.00 General
1.01 This Engineering specification together with the Instrument specification attached
herewith define the technical requirement for the supply of Pressure and
Differential Pressure Transmitters, its spares, documentation and testing.
1.02 In the event of any conflict between this Engineering specification and Instrument
specification the later shall prevail.
2.01.01 Flanged integral type 2-valve manifold shall be used with transmitters having
either flanged or oval flanged adopter with 1/2” NPT(F) process connection.
Otherwise , 1/2” NPT(F) screwed 2 valve manifold shall be used.
2.01.02 One complete bolt sets shall be provided for flanged connections at both ends.
2.02.01 Flanged integral type 3-valve manifold shall be used with transmitters having
either flanged or oval flanged adopter with 1/2” NPT(F) process connection.
Otherwise , 1/2” NPT(F) screwed 3 valve manifold shall be used.
2.02.02 One complete bolt sets shall be provided for flanged connections at both ends.
2.03 For all applications, the transmitter shall be supplied with “smart electronics”. The
feature of “smart electronics” shall include selectable analog/digital output mode,
remote re-ranging, self checking, diagnostics and configuration from hand held
configurator or remote HART maintenance system. The transmitter must have
provision for upgrading the communication protocol to ‘Foundation fieldbus’ in
future.
2.04 Studs & nuts for flange adapter & oval flanges shall be of stainless steel if
otherwise not specified in the data sheet. If no special requirements are stipulated
all gaskets/’O’ rings in contact with process fluid shall be of teflon or equivalent.
For liquid ammonia service low temp application (sub-zero temp.), gaskets/’O’
rings shall be EP-851 or equivalent.
2.05 The transmitter shall have protection against reverse polarity connection.
FORM NUMBER 02-0000-0021 F2 REV 0
2.06 The transmitter shall be unaffected due to radio frequency interference. The
supplied electronic part shall have susceptibility of less than 0.5% of span for a
frequency range of 20-500 MHZ in a field strength of 20 volts/metre.
2.09 Digital output gauge shall be integral with electrical housing but there shall be
partition between electronics & output meter.
ES-7308 0
DOCUMENT NO. REV
ENGINEERING SPECIFICATION FOR
PRESSURE & DIFF. PRESSURE TRANSMITTER SHEET 4 OF 6
2.10 The electrical terminals shall be vibration proof . The transmitter terminals shall
preferably be located in a compartment separated from field electronics. Flying
leads are not acceptable.
2.11 All transmitters without chemical seal shall have 1/2” NPT(F) connection on oval
flange.
2.12 The scope as per enclosed instrument specification sheets may include either
Pressure or Differential pressure Transmitters or combination of any. Relevant
portion of the general requirement (item 2.01 to 2.02) shall be applicable for the
items covered in the instrument specification sheets.
2.14 Components made of copper and copper alloys exposed to atmosphere and
coming in contact with the operating fluid must not be used for ammonia & urea
services.
3.01 Within two weeks of receipt of the LOI/order the vendor must contact the Inspection
Agency specified in the order and finalise with them the Quality Assurance Plan for
carrying out Inspection and test. In absence of any Inspection Agency the vendor
must submit the quality Assurance Plan for PDIL/OWNER’s approval. All tests, in
such cases, shall be conducted by vendor’s Quality Department and the results of
tests shall be forwarded alongwith the supply.
The manufacturer shall give clear 15 days notice informing readiness of the
instrument at manufacturer’s works. The vendor shall permit the authorised
representative of PDIL/OWNER to inspect the manufacture and assembly of the
instrument in various phases in compliance with mutually agreed quality assurance
plan, standards and specifications.
The vendor shall make available to the authorised representative of PDIL / OWNER
the results of all the checks/calibrations conducted before presenting for
FORM NUMBER 02-0000-0021 F2 REV 0
PDIL/Owner’s inspection. The vendor to provide all necessary facilities free of cost
to PDIL/Owner’s representative for carrying out the checks/calibration as per
standard/approved quality assurance plan. Under no condition inspection can be
waived off without the written permission of PDIL.
3.02 No instrument/accessory shall be shipped until all the required tests are
successfully completed and certified “Cleared for despatch” by the inspection
authority.
3.03 The following physical checks, routine tests, shall be in line with ISA S 55.1 The
procedure & extent of test shall be governed by Quality Assurance Plan mutually
agreed and approved by Inspection Authority.
ES-7308 0
DOCUMENT NO. REV
ENGINEERING SPECIFICATION FOR
PRESSURE & DIFF. PRESSURE TRANSMITTER SHEET 5 OF 6
A. Physical Checks
2. Process connection
3. Manifold
B. Routine Tests
4.00 Packing
Each transmitter and its accessories shall be suitably packed and protected from
damage due to transportation, loading and unloading.
The transmitter and their accessories alongwith spares (commissioning spares and 2
years spares for maintenance) shall be despatched as a single consignment.
Commissioning and 2 years operation spares shall be packed separately.
5.01 Self adhesive tapes or signs are not permissible for permanent marking of any
instrument.
5.02 All instruments shall have a tag plate in SS screwed to the transmitter case indicating
make, model no., sl.no., tag no., adjustable range, set range etc. Besides the above
each instrument to have a separate circular tag number plate in stainless steel with
engraved tag number and calibration range and attached securely to the instrument
with a soft stainless wire. The size of letters and figures shall be minimum 4 mm and
the plate should be 25 mm diameter with 1-2 mm thick.
FORM NUMBER 02-0000-0021 F2 REV 0
5.03 All spare parts to be supplied alongwith the main consignment shall be fitted with
identification plate with the following data clearly printed and easily readable.
- Serial no.
6.00 Spares
Complete untagged transmitter of each type & range is included as spare in the
specification sheet. In addition component spares shall be supplied as per enclosed
ES-7308 0
DOCUMENT NO. REV
ENGINEERING SPECIFICATION FOR
PRESSURE & DIFF. PRESSURE TRANSMITTER SHEET 6 OF 6
spares list.
7.00 Documentation
Sl. no. 1 to 7 shall be forwarded to PDIL/ OWNER as per details outlined in Enquiry/ order.
Sl. No. 8 shall be mutually finalised with Inspection Authority specified in the order.
Number of sets alongwith bid for approval and as final documentation shall be supplied as
stipulated in the purchase order.
Page 1 of 1
DOC NO:
TECHNICAL SPECIFICATION OF PRESSURE TRANSMITTER PC150-7044-ISP-7308
1 FUNCTION
PRESSURE
6 TRANSMITTER OUTPUT
4-20 mA DC with digital communication through HART protocol as standard.
SMART
PC150-1000-
PT-105 36"-RW-002-24 PRESSURE WATER LIQUID 40.0 2.5 75 3.5 0-5 SS316L SS316 NOTE-1
0020
XMTR
NOTE‐1 : VENDOR TO SPECIFY
LIST OF FLOW TRANSMITTER
PC150-
FT-101 1000- WATER FROM BL 36"-RW-001-24 SMART FLOW TX WATER LIQUID NO 40.00 1.5 990 1 0-5000 3000.00 75.00 3.50 SS316 SS 316 NOTE-1
0020
NOTE‐1 : VENDOR TO SPECIFY
ES-7288 0
DOCUMENT NO. REV
PROJECTS & DEVELOPMENT INDIA LIMITED
SHEET 1 OF 8
LEVEL TRANSMITTER
(GUIDED WAVE RADAR)
FORM NUMBER 02-0000-0021 F1 REV O
CONTENTS
1 GENERAL 3
2 CODES AND STANDARDS 3
3 DESIGN DATA & CONSTRUCTION 3
4 INSPECTION, FACTORY TEST & 6
APPROVAL
5 PACKING 7
6 IDENTIFICATION & MARKING 7
7 SPARES 7
8 DOCUMENTATION 7
LIST OF ATTACHMENTS
1.0 General
1.01 This Engineering specification together with the Instrument specification attached
herewith defines the requirement for the supply of Guided wave Radar type Level
Transmitter, its spares, documentation and testing.
1.02 In the event of any conflict between Engineering specification and Instrument specification
the later shall prevail.
Guided Wave Radar Level Transmitters covered by this specification shall conform to the
latest requirements of the following codes and standards.
3.1 GENERAL
3.1.1 The level transmitters shall be designed and constructed according to data sheets listed
in the requisition. Deviations/additions, if any, shall need approval from
contractor/client.
3.1.2 Measurement should not be affected by changing specific gravity of process fluid and
should be insensitive to gas-phase pressure.
3.1.3 The Guided Radar Level Transmitter is a "downward-looking" measuring system that
functions according to the time difference method. The distance from the reference
point to the product surface is measured. High-frequency pulses are injected to a
probe and led along the probe. The pulses are reflected by the product surface,
received by the electronic evaluation unit and converted into level Information. This
method is also known as TDR (Time Domain Reflectometry).
3.1.4 The reflected pulses are transmitted from the probe to the electronics. There, a
microprocessor analyses the signals and identifies the level echo, which was
FORM NUMBER 02-0000-0021 F2 REV 0
generated by the reflection of the high- frequency pulses at the product surface.
3.1.5 The Guided Radar shall have the facility to suppress interference echoes on-site or via
remote operation.
3.1.6 For level range calculations, the density of the upper medium shall be considered for
Interface Level Measurement.
3.1.7 To enable the correct operation and service of the level devices, all installation
requirements shall be adhered to (transmitter positions, etc.) as outlined in
manufacturer’s manuals. The level instruments shall be suitable for their intended
process duty and also for the environmental and hazardous area classification of the
plant area they are to be installed in.
ES-7288 0
ENGINEERING SPECIFICATION FOR DOCUMENT NO. REV
LEVEL TRANSMITTER (GUIDED WAVE RADAR)
SHEET 4 OF 8
3.2 APPLICATIONS:
3.2.1 Guided Wave Radar Level transmitter shall be applicable for liquids or slurries,
hydrocarbons and water- based media.
3.2.2 In absence of dielectric constant for the process fluid, Manufacturer shall confirm the
suitability of Guided Wave radar Level Transmitter for such applications and
manufacturer shall suggest the suitable model for the same.
3.2.3. Manufacturer shall suggest the suitable model for Interface applications like oil on water,
Hydrocarbon on water, etc.
3.2.4 Electronics shall be capable of measuring upper liquid and interface level simultaneously.
3.2.5 Selection shall be available for analog output signal from level transmitter corresponding
to upper liquid or interface.
3.3 PROBE:
3.3.1 Probe shall be of rugged construction without any mechanical moving part and shall not
be affected by abrasion because of fluid turbulence.
3.3.2 Deposits, dust, noise, foam or turbulence in the fluid, on the probe shall not affect the
performance of the level transmitter.
3.3.3 The probe length and diameter shall be decided based on the application and process
parameters.
3.3.4 Probe length shall be suitable for the entire measuring range as specified in the data
sheets.
3.3.5 Unless otherwise specified, all wetted parts (probe or other) material shall be of SS 316
as minimum. Hastelloy C or Monel shall be considered for the applications where SS
316 is not suitable.
3.3.6 Manufacturer shall provide suitable sealing between process fluid and probe housing.
3.3.7 Connection between probe and chamber/ cage shall be flanged type and shall be as per
the data sheets.
3.4 TRANSMITTER:
3.4.1 Level Transmitter shall not be affected by radio frequency interference such as Walkie-
FORM NUMBER 02-0000-0021 F2 REV 0
Talkie, wireless paging system, and other power and communication equipment.
3.4.2 The Probe and electronics head shall be suitable for area classification indicated in the
data sheets. Unless otherwise specified, the enclosure shall be whether proof to IP 65,
flame proof Eexd and intrinsically safe (Exi).
3.4.3 Unless otherwise specified, the pre-amplifier shall be integral to the probe. In case of
remote electronics interconnecting cable between probe and transmitter shall be
supplied by the manufacturer.
3.4.6 Liquid Crystal Display (LCD) type display shall be available on top of the instrument
mounted integrally.
3.4.7 The Hazardous certification for the transmitter & its electronics shall comply with ATEX
standards.
3.4.9 The Transmitter shall have inbuilt “Overfill” protection in accordance with WHG 19
standard.
3.5.1 Cage/ chamber shall be mounted externally on the vessel side or on stand pipe with two
nozzles of 2” size.
3.5.2 Process connection of Level Transmitter shall be of 2” flange with rating mentioned in the
data sheets.
3.5.3 Cage / chamber to vessel /equipment / standpipe shall be either side – side, side –
bottom. Top Connection shall not be used.
3.5.4 MOC of Cage/ chamber shall be as per the vessel/ piping material Specification.
3.5.5 Drain and vent end connection shall be ¾ “ flange and shall be as per the datasheet.
3.5.7 In case of Top Mounted Measurement, minimum 2” Flange size shall be considered for
transmitter Mounting.
3.6 PERFORMANCE:
3.7 NAMEPLATE:
A permanently attached (with drive pins or equal) stainless steel tag(s) stamped with the
following information shall be provided on each instrument:
Tag Number
FORM NUMBER 02-0000-0021 F2 REV 0
4.01 Within two weeks of receipt of the LOI/order the vendor must contact the Inspection
Agency specified in the order and finalise with them the Quality Assurance Plan for
carrying out Inspection and test including tests to be conducted by independent
agencies. In absence of any Inspection Agency the vendor must submit the quality
Assurance Plan for PDIL/OWNER’s approval. All tests, in such cases, shall be
conducted by vendor’s Quality Department and the results of tests shall be forwarded
along with the supply.
The manufacturer shall give clear 15 days notice informing readiness of the instruments at
manufacturer’s works. The vendor shall permit the authorised representative of
PDIL/OWNER to inspect the manufacture and assembly of the instruments in various
phases in compliance with mutually agreed quality assurance plan, standards and
specifications.
The vendor shall make available to the authorised representative of PDIL / OWNER the results
of all the checks / calibrations conducted by them on the basis of approved Quality
Assurance Plan for PDIL/Owner’s inspection.
The vendor has to provide all necessary facilities free of cost to PDIL/Owner’s representative
for carrying out the checks/calibration as per standard/approved quality assurance
plan. Under no condition inspection can be waived off without the written permission
of PDIL/ OWENER.
No instrument/accessory shall be shipped until all the required tests are successfully
completed and certified “Cleared for despatch” by the inspection authority.
4.02 The following physical checks, routine tests as a minimum shall be witnessed by PDIL
/ owner inspection authority. The procedure & extent of test shall be governed by
Quality Assurance Plan mutually agreed and approved by Inspection Authority.
A. Physical Checks
2. Process connection
B. Routine tests
FORM NUMBER 02-0000-0021 F2 REV 0
Vendor shall submit following certificates from a approved laboratory or from statuary
bodies, as applicable.
1. Chemical Analysis
2. ‘Huey’ test where applicable
3. Radiography/Ultrasonic examination of welded joints for rating 900# and above
ES-7288 0
ENGINEERING SPECIFICATION FOR DOCUMENT NO. REV
LEVEL TRANSMITTER (GUIDED WAVE RADAR)
SHEET 7 OF 8
5.00 Packing
Each instrument and its accessories shall be suitably packed and protected from damage due
to transportation, loading and unloading.
The instrument and their accessories along with spares shall be despatched as a single
consignment. Commissioning and 2 years operation spares shall be packed
separately with proper identification marking.
6.01 Self adhesive tapes or signs are not permissible for permanent marking of any instrument.
6.02 All instruments shall have a tag plate in SS screwed to the instrument body indicating
make, model no., sl.no., tag no., adjustable range, set range etc. Besides the above
each instrument to have a separate circular tag number plate in stainless steel with
engraved tag number and calibration range and attached securely to the instrument
with a soft stainless wire. The size of letters and figures shall be minimum 4mm and
the plate should be 25mm diameter with 1-2mm thick.
6.03 All spare parts to be supplied along with the main consignment shall be fitted with
identification plate with the following data clearly printed and easily readable.
- Spare parts name, model no. as per purchaser’s Instrument specification sheet.
- Serial no.
7.00 Spares
87.00 Documentation
The following documents (Technical) are required to be submitted by the vendor along with
bid, after placement of order for approval purposes and final documentation before
despatch of consignment.
Sl. no. 1 to 11 shall be forwarded to PDIL/ OWNER as per details outlined in enquiry / order.
Sl. no. 12 shall be mutually finalised with Inspection authority specified in the order. Number of
sets along with bid for approval and as final documentation shall be supplied as stipulated in the
purchase order.
FORM NUMBER 02-0000-0021 F2 REV 0
RADAR TYPE LEVEL TRANSMITTER
This document is the property of Projects & Development India Limited(PDIL) and not to be copied or reproduced or exhibited t o third parties without the written permission of PDIL. PROJECT NO. : PC150
PROJECT : TALCHER RAW WATER & FIRE WATER SYSTEM
PLANT : TFL
CUSTOMER : M/S.TALCHER FERTLIZERS LTD
REQ. NO. : PC150-E-7048
ORDER NO. : 0 15.04.2019 Enquiry GAP RA RA
MANUFACTURER : REV DATE PURPOSE PREP CHKD APPD
1. TAG NO./ QTY. LT-101/LT102 2 Nos Vendor Deviations
2. SERVICE FIRE WATER TANK LEVEL
GENERAL
25 ROD LENGTH
26 LOCATION Top Mounted
27 OUTPUT SIGNAL 4-20 mA, HART
28 POWER SUPPLY 24VDc, Two Wire Loop Powered
29 TRANSMITTER TYPE Integral type with DualCompartment
TRANSM I TTER
Page 1 of 1
NIT FOR
PNPM/PC150/E/112/SEC - 7 0
CONSTRUCTION OF RAW WATER AND FIRE DOC. NO. REV.
WATER RESERVOIR, PUMP HOUSE AND
SERVICES AT TFL, TALCHER Page 1 of 2
INSTRUMENT CABLE
FORM NUMBER 02-0000-0021 F1 REV O
CONTENTS
1.0 GENERAL
2.0 GENERAL REQUIREMENTS
3.0 INSPECTION, FACTORY TESTS
AND APPROVAL
4.0 PACKING
5.0 IDENTIFICATION & MARKING
6.0 SPARES
7.0 DOCUMENTATION
LIST OF ATTACHMENTS
1.00 General
ES-7332 0
ENGINEERING SPECIFICATION FOR DOCUMENT NO. REV
INSTRUMENT CABLES
SHEET 3 OF 7
1.01 This Engineering specification together with the Technical specification attached
herewith define the technical requirement for the supply of signal, power, grouping
, extension/compensating cables, marking, documentation, testing-inspection and
packing.
1.02 In the event of any conflict between Engineering specification and Instrument
specification the later shall prevail.
2.01 Overall Drain wire shall be of annealed copper wire in continuous contact with
aluminium side of shield. No of strands, dia and cross sectional area shall be 7,
0.3mm and 0.5mm respectively.
2.02 Communication pair shall be placed in central position with the bundle of pairs.
Material of conductor shall be bare copper, no of strands-7, size-0.5mm insulation
PVC and colour-white.
2.03 Cables shall be supplied strictly as per the technical specification enclosed.
Relevant IS standards shall be applicable.
2.04 Tolerances in supply quantity and standard length on a drum shall be as follows:
- Vendor shall ensure that each drum shall have around 1000 meters (5%), if not
otherwise specified in the technical specification.
- Negative tolerance in total length is not acceptable.
- The positive tolerance in total length shall be limited.
2.05 Cable drum used shall be of high quality. Second hand drum or recycled drum is
not acceptable. The vendor shall submit a detail sketch of each type of drum
intended to be used for this order. It should indicate clearly the designed load of
the drum and the factor of safety considered for transportation and shipment.
Protective coating shall be applied on the outer surface of cable drum to protect
against rain/weather.
- The cable drum should freely roll and the drawing of cable out of drum be easy.
3.01 Within two weeks of receipt of the LOI/order the vendor must contact the
Inspection Agency specified in the order and finalise with them the Quality
Assurance Plan for carrying out Inspection and test. In absence of any Inspection
Agency the vendor must submit the quality Assurance Plan for PDIL/OWNER’s
approval. All tests, in such cases, shall be conducted by vendor’s Quality
Department and the results of tests shall be submitted to the representative of
PDIL/OWNER during inspection.
The manufacturer shall give clear 15 days notice informing readiness of the
material at manufacturer’s works. The vendor shall permit the authorised
representative of PDIL/OWNER to inspect the manufacture and assembly of the
material in various phases in compliance with mutually agreed quality assurance
plan, standards and specifications.
Normally the vendor shall have their own quality control requirements and
procedures for conducting the type tests. If the same is not acceptable by PDIL/
OWNER representative, the procedure & extent of type test requirement shall be
mutually discussed and agreed upon by vendor & PDIL/OWNER representative
and shall be covered in Quality Assurance Plan. Vendor must submit to the
Inspection authority all the results of the type tests conducted by them for their
approval. However, if the PDIL/OWNER representative is not satisfied with the
results, he may ask for witnessing the specific test(s) at vendor’s cost.
3.02 No material shall be shipped until all the required tests are successfully completed
and certified “Cleared for despatch” by the inspection authority.
3.03 The procedure & extent of the following physical checks, routine & type test shall
be governed by Quality Assurance Plan mutually agreed and approved by
Inspection Authority.
- Dimensional check
ES-7332 0
ENGINEERING SPECIFICATION FOR DOCUMENT NO. REV
INSTRUMENT CABLES
SHEET 5 OF 7
- Type tests for physical properties of PVC compound
as per IS 1554 PART-1, 1976
- Polyethylene insulation tests as per IS-6474 1984
- AC voltage test
The test shall be carried out at room temperature. AC voltage shall be
gradually increased and maintained at full value for specified time without
breakdown of insulation.
I) Between cores: 1500v for 10 minutes
ii) Between core and shield: 1000v for 1 minute
- Spark test
Cable shall be subjected to AC voltages of 5000 volts.
Note:
a) The cables shall be submitted at manufacturer’s expenses to all the tests and
inspection required by this specification and standards mentioned herein.
b) Manufacturer shall obtain the approvals from the inspector for test house/
laboratories.
4.00 Packing
Each cable drum shall be suitably packed and protected from damage due to
transportation, loading and unloading.
Sealing
Both the ends of the cable shall be sealed using PVC or Rubber caps,
additionally sealing tapes can be used if required. The caps should not be easily
removable during transportation. Main purpose of the sealing caps is to avoid
ingress of moisture during transportation and storage.
On the outer sheath of the cable, the PDIL code (part no.) shall be printed at 1
meter interval (letter size 3mm). The colour of marking ink shall be in contrast
with the outer sheath colour.
The pair numbers shall be printed on the multipair cables at 50mm interval (letter
size vendor to indicate.) Printing on tape is not acceptable.
Similarly the core numbers shall be printed on the multicore cables at 50mm
interval in case of unpaired cables (letter size vendor to indicate). The printing ink
to be used shall be of high quality and the marking should be visible inspite of
multiple handling.
2mm thick aluminium plate of dimension 300mm x 200mm shall be fixed with screws
on both sides of each drum. The following informations shall be punched/written by
dark ink on the plate.
- P.O. number and Mfr’s job no.
- Name of supplier and name of customer
- Drum No.
- Length of cable in the drum
- Resistance in ohms (this is to be measured by sorting two cores at one end.)
- Code no./type (e.g. 2 pair x 1.5mm2)
- Weight of drum with and without cable.
The letter size shall be 20mm (height) and between two lines the gap shall be 10mm.
FORM NUMBER 02-0000-0021 F2 REV 0
6.00 Spares
7.00 Documentation
Sl. no. 1 to 6 shall be forwarded to PDIL/ OWNER as per details outlined in ITB/Order.
Sl. no. 7 shall be mutually finalised with Inspection Authority specified in the order.
Number of sets alongwith bid for approval and as final documentation shall be supplied as
stipulated in the purchase order.
FORM NUMBER 02-0000-0021 F2 REV 0
12P X1.5SQMM IS CABLE
EM0191-7064-ISP7332-00
INSTRUMENT CABLE
DOCUMENT NO.
INNER SHEATH
GENERAL
ARMOURING
6 NUMBER OF STRANDS 7 38 WIRE DIA/THICKNESS (MM) As per IS 1554 part 1/88.
10. INSULATION MATL. XLPE 41. OUTER SHEATH MATL. Conf.to IS : 5831/84 with FR
Properties.
INSULATION
11. INSULATION TYPE Extruded 42. OUTER SHEATH THK. (MM) 1.4 mm (Min.)
14. ELEMENT FORMATION Pair Twisted,13-15 twists/m 45. CABLE LENGTH MARKING
from 0 mtr.
15. CABLE FORMATION Pair Twested & laidup 46 EACH PAIR COLOUR CODE Light blue, White
FORMATION
16. CORE/PAIR NUMBER At 100 mm interval 47 OUTER SHEATH COLOUR LIGHT BLUE
20. Overlap(Min.) /Coverage 30% / 100% 51 CONDUCTOR RESISTANCE AT 20°C<12.2 Ohm/ Km / Note-1
24. SHIELD MATL. Helical Al-myler Tape 55 L/R RATIO <40 microH/ohm / Note-1
OVERALL SHIELD.
ADDITIONAL INFORMATION
Manufacturer's name , Year of manufacture, No. of Pair , Cross sectional area of conductor, Voltage Grade shall be
1 Marking on outer sheath embossed on outer sheath of cables. Also Sequential length marking shall be printed on outer sheath of cables within
every 1 meter interval.
Electrostatic Noise
3 76 dB(min)
rejection ratio test
2 mm thick aluminum plate of dimension 300mm x 200 mm shall be fixed with screws on both sides of each drum. P.O
number & Manufacturer's Job no. , Name of supplier & name of customer , Drum No., Length of cable in the drum, /
7 Marking on Drums
Type & Weight of drum with & without cable shall be punched / written by dark ink on the plate . The letter size shall
be 20 mm (hight) & between two lines the gap shall be 10 mm.
IP X1.5SQMM IS CABLE
EM191-7064-ISP7332-00
INNER
3 NUMBER OF PAIR 1 PAIR 34 COLOUR Black
ARMOUR
7 DIA OF EACH STRAND 0.54 mm (Appx.) 38 WIRE DIA/THICKNESS (MM)
IS 1554 part 1.
9 40
13 TEMPERATURE LIMIT 44
90 degC
At every meter, drum rolling to start
14 CABLE FORMATION Pair Twisted 45 CABLE LENGTH MARKING
from 0 mtr.
15 NO. OF TWISTS/METRE 13 - 15 Twist/mtr. 46 EACH PAIR COLOUR CODE Light blue, White
18 BINDER - 49
0
INCLUDING SHIELD AT 20 C
INDV. PAIR SH
0
20 THICKNESS - 51 CONDUCTOR RESISTANCE AT 20 C < 12.2 Ohm/ Km core / / Note-1
0
25 56 INSULATION RESISTANCE AT 20 C >5 Gohm/Km/Note-1
MECH.
27 MIN. THICKNESS (MM) 0.075 58 OVERALL DIA. 13.5 +/-2.0 MM/ Note-1
ADDITIONAL INFORMATION
Manufacturer's name , Year of manufacture, No. of Pair , Cross sectional area of conductor, Voltage Grade shall be
1 Marking on outer sheath embossed on outer sheath of cables. Also Sequential length marking shall be printed on outer sheath of cables within every 1
meter interval.
2 mm thick aluminum plate of dimension 300mm x 200 mm shall be fixed with screws on both sides of each drum. P.O
number & Manufacturer's Job no. , Name of supplier & name of customer , Drum No., Length of cable in the drum, Code no.
7 Marking on Drums
(ie. 937164001) / Type & Weight of drum with & without cable shall be punched / written by dark ink on the plate . The letter
size shall be 20 mm (hight) & between two lines the gap shall be 10 mm.
NIT FOR PNPM/PC150/E/112/SEC - 7 0
CONSTRUCTION OF RAW WATER AND FIRE DOC. NO. REV.
WATER RESERVOIR, PUMP HOUSE AND
Page 1 of 7
SERVICES AT TFL, TALCHER
TECHNICAL SPECIFICATION
FOR
JUNCTION BOXES & ACCESSORIES
TABLE OF CONTENT
1. INTRODUCTION
2. SCOPE
3. REFERENCE CODES AND STANDARDS
4. DESIGN AND CONSTRUCTION
5. INSPECTION AND TESTING
6. DOCUMENTATION
7. IDENTIFICATION AND MARKING
ATTACHMENTS:-
1. INTRODUCTION
DEFINITIONS
2. SCOPE
2.1 These specifications and the data sheet cover requirement for design, engineering,
manufacturing, assembly, and supply, documentation, testing at manufacture’s works, packing
and shipping of the JUNCTION BOXES & ACCESSORIES , In case of any conflict between
these specifications, the data sheets, related codes and standards etc. bidder shall refer the
matter in writing to the purchaser, and shall obtain clarification in writing before submitting the
offer.
2.2 Enclosed data sheets specify the material for junction boxes. Unless specifically indicated
otherwise, alternate superior material of construction shall also be acceptable provided vendor
assumes complete responsibility for the selected materials for their compatibility with the
specified fluid and its operating conditions.
b. EN European Standards
10204 Inspection Documents For Metallic Products
4.1 Junction boxes, Cable Glands and Plugs shall be of the following type:-
a. Weather proof and flameproof
PDIL DOC. NO. PC150-0000-7069
TECHNICAL SPECIFICATION Date 15.04.2019
JUNCTION BOXES & ACCESSORIES
REV P SHEET 4 OF 7
4.2 Unless otherwise specified, the Junction Box, Cable Glands and Plugs shall conform to the
Following standards:
a. Weatherproof housing: IP 65 to IS/IEC -60529 and
b. Flameproof housing: Flameproof/Ex (d) (to Zone-1 IIA/B as minimum) as per IS/IEC-60079.
4.3 Number of entries and their location shall be as per data sheets. Junction boxes with top entries
shall not be offered. The size of cable entries shall be as per the cable sizes / Cable gland sizes
indicated in the data sheet.
4.4 Junction boxes shall be provided with telephone sockets and plugs for connection of Hand
powered telephone set.
4.5 The materials of construction of junction boxes shall be cast light metal alloy preferably die
cast aluminium (LM6).
4.6 Flameproof junction box shall have detachable cover, which shall be fixed to the box by means of
cadmium plated triangular head/ hexagonal head screws.
4.7 Terminals shall be spring loaded, vibration proof, screw type, mounted on nickel plated steel rails
complete with end cover and clamps for each row.
4.8 All terminals used in the junction boxes shall be suitable for accepting cable sizes between 0.5
mm2 and minimum 6mm2.
4.9 Junction Boxes shall have 2 entries for Multi pair/ triad and 12 entries for single pair/
triad cables. The junction boxes shall be supplied with cable glands with PVC sleeves/
shrouds and plugs for all the entries.
4.10 All Cable glands shall be double compression type for use with armoured cables. The
cable glands shall be of nickel plated brass, as a minimum.
4.11 Unless higher number of terminals are specified in the purchaser's data sheet, the number of
terminals in the junction boxes shall be 48 Nos in two rows duly numbered.
4.14 Sizing shall be done with due consideration for accessibility and maintenance in accordance
with the following guidelines:
a) 50 mm (minimum) gap shall be maintained between terminals/ terminal strip and sides/
top/ bottom of the Junction box.
b) 100 mm (minimum) gap shall be maintained between the terminal strips
4.15 Surface shall be prepared for painting. It shall be smooth and devoid of rust and scale.
4.16 Two coats of lead‐free base prim er and two final coats of lead free epoxy based paint shall be
Applied both for interior and exterior surfaces. The colour shall be Light Blue/ Light Gray as
per datasheet.
The detailed scope of Third party inspection and testing is as given below:
5.1 The Bidder shall develop inspection and testing procedure (ITP) for each type of item with
respect to all specific requirements as applicable to ensure compliance with codes and
applicable standards .Bidder shall submit ITP for approval from client.
5.2 Bidder shall carryout 100% inspection for compliance with requirements of specifications at
every stage of manufacturing. Bidder shall maintain records / documents of all the inspection
/ tests carried out and shall satisfy itself about the acceptability of the item before offering for
third party inspection.
5.3 Immediately after the completion of electrical tests , the ends of the cable shall be sealed to
prevent ingress of moisture with suitable PVC/ rubber caps.
5.4 CLIENT/PMC reserves the right to review / inspect / witness the items at any stage of
inspection.
5.5 The list of approved inspection agency Is:-
a) Engineering India Limited
b) Lloyds Register of Shipping
c) Project & Development India Limited
d) Mecon Limited
e) SGS India Pvt. Ltd.
f) RITES Limited
g) Det Norske Veritas
h) TUV Rhineland (I) Pvt. Ltd.
i) TUV India Pvt. Ltd
6.0 DOCUMENTATION
6.1 All the data sheet , documents and drawings etc. shall be submitted to client. The purchase
order initiation will not be considered complete until all the documentation has been
submitted by the Bidder and has been accepted by the client/PMC.
6.2 All the documents shall be A4 or A3 size only; all the document prints larger than A4 shall be
folded to A4 size with identification data visible at the bottom right.
6.3 All the documents submitted shall be clearly marked with following information;-
a) CLIENT/PMC purchase order number, item no. and identification tag no.
b) Bidder job no., document no. and revision no.
d. Type of protection for use in hazardous area (This should be stamped on individual cable
glands and plugs also)
e. Junction box shall have a warning engraved on cover as “ISOLATE POWER SUPPLY
ELSEWHERE BEFORE OPENING
Other details as per MR shall also be suitably indicated on the Junction Box.
8.1 In case of any conflict between “Technical Specifications for JUNCTION BOXES &
ACCESSORIES" and the data sheets, the latter shall govern.
8.2 Bidder to submit documents (as specified in this specification) along with the offer
submitted for technical evaluation.
8.3 Bidder to submit soft copies of all document & drawing . Bidder shall not be proceeding
with manufacturing without document approval from Client/PMC.
8.4 Bidder to submit soft copies of the catalogues, manufacturer material test certificates,TPI
test certificates to Client/PMC one week before dispatch of material for
review/verification.
8.5 The owner reserves the right to reject or accept any tender without assigning any reasons
whatsoever.
The offer shall be in following format only. Each section shall be separately segregated &
highlighted with distinct Marker / Flags between the sections. Offer submitted in any other format
shall not be considered for evaluation & summarily rejected.
Section 1: Signed and stamped (on each page) copy of complete specifications shall be
submitted as a confirmation of acceptance of this tender specification without any deviations.
Section 2: Deviations to specification if any shall be clearly listed under this section. If there are
no deviations, Bidder shall say “NO DEVIATIONS” under this section. Deviations mentioned
elsewhere in the offer shall be considered null and void and shall not be considered for offer
evaluation. In absence of any written deviation clearly specified in the offer under this section, it
will be assumed that all the specifications and requirements of the subject tender are complied
with and No deviations whatever will be accepted after the placement of order.
Section 4: The offer shall only be submitted in the SOR Format provided. Offer submitted in any
other format is not acceptable & may be liable for rejection.
PDIL DOC. NO. PC150-0000-7069
TECHNICAL SPECIFICATION Date 15.04.2019
JUNCTION BOXES & ACCESSORIES
REV P SHEET 7 OF 7
M32
16 SIZE
01 No of Double compression Cable Gland Suitbale for Multi pair cable
17
18 TYPE Dinrail mounting
19 QUANTITY 54
TERMINALS 20 NO. OF ROWS DOUBLE
21 NUMBERING SYSTEM As per BOQ
22
23 STOPING PLUG WITH NUT LOCK REQUIRED
24 BREATHER REQUIRED
25 TAG LABEL REQUIRED
OPTIONS
26 RAIL FOR TERMINAL REQUIRED
27 EARTHING 10mm SS internal/external earth stud.
28 All MOUNTING ACCESSORIES REQUIRED
29 MANUFACTURE
OTHER
30 MODEL
PDIL DOC. NO. JUNCTION BOXES &
CHECK LIST EM0240-CKL-001
ACCESSORIES
Sr. DESCRIPTION Bidder’s
NO Response
1 Have you any deviations to the following:
i) Technical Specifications (clausewise)
ii) Data sheet & Tag List
iii) BOQ
If `yes' have you included
the list of deviations? (If no deviations are furnished, it will be assumed
that all the specifications and requirements of the subject requisition are
complied with and no deviations whatever will be accepted after the
placement of order.)
2 Signed and stamped copy of the tender document to be submitted by the
bidder along with the quote.
3 Have you enclosed the relevant technical catalogue/Literature in
ENGLISH language including model decoding details, drawings etc.
necessary for the evaluation of your offer?
4 Have you furnished, separately the `Shop inspection charges, if any, for
inspection at your works by Third party? (The details of the tests to be
carried out on the instruments during shop inspection are to be furnished)
5 Have you furnished the certificates from statutory bodies vis. BASEEFA,
FM, CSA etc. for the Explosion proof construction / intrinsically safe
design of the instruments, wherever specified?
6 Have you furnished the certificates from statutory authority i.e., CCOE
certificate for all electrical equipments for intrinsically safe/ explosion
proof design wherever specified?
7 Have you furnished the customer reference list in India/Abroad.
8 Standard ITP is attached for reference. Have you furnished detailed ITP.
IF the answer is 'NO' , then furnish reasons thereof.
JUNCTION BOX -CONVENTIONAL
INSPECTION TEST PL AN provides the necessary tests / measurements to be carried out on raw materials used for manufacture /
assembly and on finished products to ensure the deliverable products meet the customer requirements. All test results of Inward
materials and finished products are recorded in specified formats. All testing and records are traceable as per QMS standards.
I INWARD INSPECIFICATION
II FINAL TESTS
D – Done By, R – Reviewed By, W – Witnessed By, M – Manufacturer, C – Customer / Third Party
NOTE :
1. Sample tests wherever specified will be carried out as per Inspection guide lines.
ENQUIRY SPECIFICATION
FOR
FLOW ELEMENTS
LIST OF ATTACHMENTS
ATTACHMENT No of Sheets
DRAWINGS/
SL. NO. NO. /
DOCUMENTS.DESCRIPTION
DOCCUMENT NO
ENGINEERING SPECIFICATIONS 07
1. ES-7261
FOR FLOW ELEMENTS
FLOW ELEMENTS
FORM NUMBER 02-0000-0021 F1 REV O
CONTENTS
1.0 GENERAL
2.0 GENERAL REQUIREMENTS
3.0 INSPECTION, FACTORY TESTS
AND APPROVAL
4.0 PACKING
5.0 MARKING & IDENTIFICATION
6.0 SPARES
7.0 DOCUMENTATION
LIST OF ATTACHMENTS
1.00 General
1.01 This Engineering specification together with the Instrument specification attached
herewith define the technical requirement for the supply of Flow elements, their
accessories, name plate marking, documentation, testing-inspection and packing.
1.02 In the event of any conflict between Engineering specification and Instrument
specification the later shall prevail.
2.01.01 Orifice plates shall be designed in accordance with ISO 5167 unless otherwise
specified with vent/ drain calculation. The orifice assembly will include orifice plate,
flanges, studs, nuts, gaskets, plugs, jack bolts and spacer ring.
2.01.02 The construction of orifice assemblies shall be as per standard sketches mentioned
in the Instrument specification sheets, wherever the drawings are not indicated in
the specification sheets the construction shall be in accordance with ASME
B16.36(latest edition). The order scope includes submission of orifice assembly
construction drawing prepared by vendor on the basis of above.
2.01.03 Small precision bore orifices shall be calculated and manufactured as per ASME”
Fluid meters, Their theory and Application”. Pressure tappings shall be of 1/2”
NPT(F). If not otherwise specified against individual orifice specifications.
2.01.04 The orifice plate shall be of the square edge concentric type unless otherwise
specified and material shall be 304SS or 316SS if otherwise not stated in the
instrument specification sheet. For temperature above 300°C the plate material shall
be selected with respect to the thermal expansion, so that it is not greater than the
thermal expansion of the flange.
2.01.05 Orifice flanges shall have ½” NPT(F) flange taps unless otherwise specified and
have a minimum rating of 300lbs flanges with taps shall be in accordance with ANSI
B 16.36
2.01.06 Wherever welded type orifice with branch pipe has been specified, the branch pipe
length shall be designed considering minimum 10D upstream & 5D downstream
lengths.
2.02.01 Nozzle sizing, design & construction shall as per ISO 5167/ ISA 1932 with corner
taps. The order scope includes submission of nozzle assembly construction drawing
prepared by vendor on the basis of the above or any sketch and guidelines
furnished with the enquiry.
2.02.02 For Butt welded flow sections of full welded type nozzles i.e. without flanges the
length of flow sections or branch pipes shall be as follows :
ES-7261 0
ENGINEERING SPECIFICATION FOR DOCUMENT NO. REV
FLOW ELEMENTS
SHEET 4 OF 7
2.02.03 The distances from inlet flow section to nozzle inlet plane shall be 2/3 of the total
flow section.
2.02.04 Bevelled ends for butt welding shall be as per ASME B 16.25
The material of the nozzle shall normally be 316 SS, if not otherwise stated in the
instrument specification sheet and the flow section of the same material and
schedule as the process pipe. Pressure tappings shall be corner taps with 1/2” NPT
(F) threads. Tapping shall be 900 apart.
2.03.01 The venturi tubes shall be “Herschel type” conforming to ISO5167. The order scope
includes submission of venturi assembly construction drawing prepared by vendor
on the basis of the above or any sketch and guidelines furnished with the enquiry.
2.03.02 The venturi shall be either one piece type, welding in insert type or fabricated type
with flow sections in line with the instrument specification sheet.
2.04 Each pair of flanges for orifice & nozzle assemblies shall be assembled, inserting a
disc of suitable soft material for protection of gasket bearing surface with relevant
studs-bolts and nuts slightly tightened complete with extraction screws and plugs.
2.05 Each pair of flanges for orifice & nozzle assemblies ( except those of austentic
stainless steel ) shall be protected with a suitable anti rust coating, removable by tri-
chloro ethylene or petroleum.
2.06 Wherever orifices or flow nozzles are specified with branch pipe, the pipe inner
surface shall have mirror finish. The branch pipes shall have higher schedule so that
the I.D. of branch pipes shall be less than the nozzle I.D. The inner surfaces of
branch pipes then shall be machined with mirror finish to match with the I.D. of flow
nozzle. In case higher schedule for pipes are not available then the branch pipes
shall be machined from forged pieces.
FORM NUMBER 02-0000-0021 F2 REV 0
2.07 If NACE certification is specified in the Instrument specification sheet then the
material composition and hardness tests shall be carried out for the components
coming in contact with the fluid as per MR-0175-94 or latest edition. The tests shall
be carried out in an approved laboratory.
2.08 For Steam, BFW & condensate services the flow elements shall be IBR certified. For
items of foreign origin the certification shall be done by Lloyds or any other IBR
approved authorities in specific IBR format.
2.09 Radiography Ultrasonic tests shall be done for all flange assemblies of rating 900#
& above. Concentric serrated facing shall be provided for flanges upto 600# ratings.
Flanges of rating 900# and above shall have RTJ facing with octagonal grove as per
ES-7261 0
ENGINEERING SPECIFICATION FOR DOCUMENT NO. REV
FLOW ELEMENTS
SHEET 5 OF 7
ASME B16.20.
2.10 The exact value of β shall be decided after calculation based on selected pressure
drop across the flow element. The bore and differential pressure shall be selected
so that the ratio of bore diameter and ID of pipe (d/D) does not exceed 0.70 and fall
below 0.25, otherwise change in process line size need be considered. Sizing ∆P at
max. flow has been given in the specification sheet.
2.11 For superheated steam service refer steam table for degree of super heat.
2.12 Components made of copper and copper alloys exposed to atmosphere and coming
in contact with the operating fluid must not be used for ammonia & urea services.
The inspection and testing requirement shall be as per the relevant ASTM
standards. The procedure & extent of checks shall be governed by Quality
Assurance Plan mutually agreed and approved by Inspection Authority.
Within two weeks of receipt of the LOI/order the vendor must contact the Inspection
Agency specified in the order and finalise with them the Quality Assurance Plan for
carrying out Inspection and test. In absence of any Inspection Agency the vendor
must submit the quality Assurance Plan for PDIL/OWNER’s approval. All tests, in
such cases, shall be conducted/agreed by vendor’s Quality Department and the
results of tests shall be forwarded alongwith the supply.
The manufacturer shall give clear 15 days notice informing readiness of the material
at manufacturer’s works. The vendor shall permit the authorised representative of
PDIL/OWNER to inspect the manufacture and assembly of the flow assemblies in
various phases in compliance with mutually agreed quality assurance plan,
standards and specifications.
The vendor shall make available to the authorised representative of PDIL / OWNER
the results of all the checks/tests conducted before presenting for PDIL/Owner’s
inspection.
No instrument/accessory shall be shipped until all the required tests are successfully
completed and certified “Cleared for despatch” by the inspection authority.
FORM NUMBER 02-0000-0021 F2 REV 0
4.00 Packing
With the required nos. of studs and nuts, 2 nos. of gaskets, 2 nos. of extraction
screws, 4 nos. of hexagonal headed plugs (2 per flange) and spacer ring ( in place
of orifice plate ) having the same thickness as orifice plate.
With the required nos. of studs and nuts, 2 nos. of extraction screws, 4 nos. of
hexagonal headed plugs (2 per flange) and ring joint spacer( in place of ring-joint
holder with orifice plate ) having the same dimensions of the orifice ring joint holder.
Each orifice plate shall be separately packed taking due care against damage of
plates during, handling, transportation and storage.
The flow measuring assemblies, the orifice plates and the spares (gaskets) shall be
despatched as a single consignment.
On Flange Periphery
1. Tag no.
2. Nominal size in inches & rating
3. Type of flange i.e. weld neck (WN) on slip-on (SO) & facing i.e. RF / FF / RJ
4. Flange material & group
5. Identification for IBR (wherever applicable)
6. Manufacturer’s stamp
On Orifice Plate
1. Tag no.
2. Orifice bore
3. Pipe nominal bore
4. ASME rating & facing
5. Material of orifice
6. Inlet
On Spacer Ring
1. Tag no.
2. Pipe nominal bore
3. ANSI rating & facing
4. Material of spacer
On Nozzle/ Venturi
1. Flow direction
FORM NUMBER 02-0000-0021 F2 REV 0
2. Tag no.
3. Nozzle bore & material
4. Pipe schedule, material and heat no.
6.00 Spares
7.00 Documentation
ES-7261 0
ENGINEERING SPECIFICATION FOR DOCUMENT NO. REV
FLOW ELEMENTS
SHEET 7 OF 7
Sl. no. 1 to 9 shall be forwarded to PDIL/ OWNER as per details outlined in Enquiry/ order.
Sl. no. 10 shall be mutually finalised with Inspection Authority specified in the order.
Number of sets alongwith bid for approval and as final documentation shall be supplied as
FORM NUMBER 02-0000-0021 F2 REV 0
TAG. NO. QTY. P&I LINE ASSEMBLY OPTG./DEGN OPTG./DEGN MOL. OPTG. ELEMENT LINE NPS
NO. NUMBER DIFF.
FLANGE MATL / NO. SIZE & PLATE FLUID FLOW TEMP. PRESS. WT. /
VISCOSITY
TYPE in " /THK d/D
/ SCHEDULE OF TAPPING RATING MATERIAL / FLOW(Kg/h) DEG C Kg/ DENSITY Cp/Cv RANGE in inch VENDOR'S OFFER /
/FLUID RANGE (BETA) OPTIONS
THICKNESS MIN /NOR./MAX Cm2 g Kg/m3 (IN cP) IN /Sch DEVIATION
STATE (Kg/hr) RATIO
KG/CM2
SS316 /
PC150- 36"-RW-
1 A350-LF2/ 1 SET + 3.18 MM , AMMONIA/ 36"/__/ SCH by
FE-101 1000- 36"-5:% 001- 1500/3300/4500 0-5000 40/75 1.5/15 990 18 1 ORIFICE 0.3 C,E
1 SET SPARE NOTE 2 & LIQUID XS vendor
0020 B24
4
NOTE :
1. ORIFICE SHALL BE SUPPLIED AS A COMPLETE ASSEMBLY WITH FLANGES, GASKETS , SPACER RINGS, JACK BOLT WITH NUT ETC.
2.VENDOR TO SUPPLY ORIFICE CALCULATION SHEET & ASSEMBLY DRAWING ALONG WITH THE QUOTATION.
3.VENDOR TO CONFIRM TO ES - 7261.
4. Vendor to Specfiy Plate thickness suitable according to Linesize, Pressure, temp and rating.
8' Drain/Vent hole where applicable and Plate thickness shall be in accordance with ISO-5167/ISA-RP-3.2/API-2530/ IS-2952/ASME-MFC-3M requirements
SHEET 1 OF 1
PNPM/PC150/E/112/SEC-VI-8.0 0
PROJECTS & DEVELOPMENT INDIA LTD DOCUMENT NO REV
SHEET 1 OF 12
SECTION: VI-8.0
DESIGN PHILOSOPHY
CONSTRUCTION, ERECTION, PRECOMMISSIONING,
COMMISSIONING & START-UP
TABLE OF CONTENTS
4.0 COMMISSIONING
FORM NO: 02-0000-0021F2 REV3 All rights reserved
CONSTRUCTION/ ERECTION, PC150/E/112/SEC-VI-8.0 1
PRECOMMISSIONING, COMMISSIONING
FOR DOCUMENT NO REV
RAW WATER AND FIRE WATER RESERVOIR,
PUMP HOUSE AND SERVICES AT TFL SHEET 3 of 12
1.0 SCOPE OF WORK AND SERVICES – CONTRACTOR
This section of the Tender Documents deals mainly with the Scope and general
Specifications needed for the execution and construction of Raw Water and Fire Water
Reservoir, Pump House and Services. Contractor shall be responsible for supply of
materials, construction and erection of the system including but not limited to the following.
Contractor shall ensure that Construction Sub-Contractor delivers and responsible for:
1.1 Provide and supply in due course all Construction & Erection Equipments \ Machineries,
tools and tackles, consumables, manpower and Temporary Facilities necessary for
implementation of the Work but not limited to following:
1. Construction sheds.
2. Construction offices.
3. Temporary Communication facilities.
For Office / Store etc. only Pre-Engineered/Pr-Fab fire rated panels Porta
Cabins to be considered and shall be arranged by the contractor at his own
cost.
1.2 Establish and operate adequate material control system at site for materials from
Contractor and its receipt, loading/unloading, inspection, maintenance, handling, storage
and utilization to ensure all Equipment and Materials are preserved and available as
necessary for completion of the system. The Material Control System of Contractor and
Sub-Contractor shall be aligned for efficient and smooth flow of materials.
1.3 Provide and supply all staff, tradesmen and labours for implementation & control of the
Construction & Erection Works. Contractor shall follow the prevailing state labour laws and
shall be responsible for all the legal and statutory compliances.
1.4 Contractor shall be responsible for labour verification / reference checks to ensure that
unscrupulous elements do not enter the project site.
1.5 Establishment and monitoring of overall construction policy and procedures for the system
as implemented time to time.
1.6 Provision of overall management and control of construction phase of the system.
1.7 Ensuring that all parts of the system are constructed and tested strictly in accordance with
the specifications and applicable codes and standards asked for in the project documents.
1.9 Provide transportation of all Equipment and Materials under the Contract from storage point
to Site.
1.11 Provide transportation in the area of the Site and between Site and temporary facilities for
all its personnel involved in the implementation of the Work, including field labour,
administrative staff, etc.
1.12 Recruit field staff and organize, manage and supervise its Construction Subcontractors and
field labour for the Work.
1.13 Provide liaison with Contractor to ensure that the system is constructed in accordance with
the respective standard and specifications, set forth in the Contract.
1.14 Establish with Contractor adequate procedures, control and reporting systems to provide
close control of the progress of the Work.
1.15 Provision of labour and facilities for loading, unloading and transportation of the Equipment
within the site area.
1.16 Performance and / or provision of all other works and / or services required for performance
of the Work.
1.18 Erection and installation of Equipments and auxiliary facilities associated with system.
1.19 Field fabrication of structural steelwork, ladders, handrails, stairs and platform of the
system.
1.22 Installation and testing of all instrumentation network and equipment of the system.
1.23 Installation and testing of electrical system and equipment of the system.
1.26 Carrying out Mechanical Completion as per finally approved P&ID after HAZOP Study.
1.27 Perform all material identification as per applicable codes and standards.
1.28 Deleted
1.30 Supply to OWNER through Contractor complete test records within three (3) days after
completion of actual testing.
1.32 Contractor shall ensure and shall be solely responsible for safety in all activities.
Contractor shall be responsible for providing services and materials for construction of all
temporary facilities, which are essential for successful completion of construction and
erection.
The Contractor shall establish, operate and maintain all temporary facilities, such as, but
not limits to:
i) All temporary or approach roads for carrying out the Work including temporary
approach roads for access to contractor’s site office / workshop / camp, etc.
ground preparation for heavy lifts including approaches to cranes for heavy lifts.
Owner does not take any responsibility for making temporary roads. Canteen &
catering facilities for all Contractor’s work force. All drainage around the facilities
created for his Work, and sewage disposal arrangements for labour camps /
officers camps, site offices, etc. All winterization requirements for personnel /
materials & equipment, Necessary transport for movement of its personnel,
construction Equipment and Materials, consumables, etc,
k) All temporary lighting for working during night. (Electrical network for construction
workshop & site, and Construction contractor shall be responsible for paying
electricity bill for his site electrical facilities and network)
1.34 All excess soil shall be disposed off, leveled and compacted by Contractor outside / inside
the premises in a location designated by Owner’s representative.
FORM NO: 02-0000-0021F2 REV3 All rights reserved
CONSTRUCTION/ ERECTION, PC150/E/112/SEC-8.0 1
PRECOMMISSIONING, COMMISSIONING
FOR DOCUMENT NO REV
RAW WATER AND FIRE WATER RESERVOIR,
PUMP HOUSE AND SERVICES AT TFL SHEET 6 of 12
1.35 Perform all nondestructive, hydrostatic and pre commissioning testing required.
1.38 Provide mobilization and demobilization, temporary material and temporary facilities and
utilities required executing work. Provide winterization during construction. Provide
scheduling, planning and reporting as per contract. Contractor shall keep complete
administration and control of work, specified in contract. Contractor shall provide
maintenance on all construction and permanent plant material as required during the
Contract period. Perform all material identifications as per Contract. Perform all
transportations as required. Perform quality assurance, control and supply quality control
documentation. Contractor shall take full responsibility for the work performed for all pre-
commissioning activities as defined in the Contract. The Contractor shall provide and
supply all procedures for execution of the work in accordance with drawings specifications,
and applicable codes and standards duly approved by Contractor. The Contractor shall
perform all other works and activities and supply all other materials which are required for
completeness of the Work either mentioned in the Contract or they are necessary for
completeness of the Work, in compliance with highest available standards and good
quality.
1.39 Comply with OWNER’s safety procedures at site and ensure safe working practices among
its workers. Contractor shall ensure that no worker works without the necessary Personal
Protective Equipment appliances. Supply of all Personal Protective Equipments appliances
shall be in contractor’s scope.
1.40 Contractor shall be solely responsible for the safety of its personnel at site and safety of
equipment and systems being erected / constructed by him.
1.41 Contractor shall ensure that his work or workmen do not cause any safety hazard to the
OWNER’s personnel and the operating plant and facilities.
1.42 Contractor shall be liable to make good any damage caused by him or his personnel to the
existing facilities.
1.43 The scope of work under this includes construction/ execution, providing necessary
engineering supervision through qualified and technical personnel, skilled and unskilled
labour, etc. and mobilization of all relevant and adequate plants, tools and tackles,
equipment, machineries, etc., to carry out all activity for successful completion of the
works.
1.6 The scope of work shall include, but not limited to, the following
1.6.1 The following activities shall also be covered under the scope of this contract. These activities
shall be covered in the unit rate of erection of equipments as the case may be and nothing
extra shall be paid on this account unless indicated otherwise specifically:
a. First maintenance of Equipments & Machinery.
b. Flushing of lube oil and Seal oil piping
c. Marking and cutting of gaskets from asbestos sheets, if required.
d. Fixing of loose components like davits, man-holes etc.
e. Cutting of lifting lugs and grinding off the surface
f. Taking the equipments, machineries
If required and structures components to and collecting from Contractor’s painting yard/
shop. This activity shall be required for those components only which need to be sand
blasted and painted at site. Contractor shall not be paid on this account.
g. Supply and application of anti-seize lubricating compounds such as MOLYKOT/
NEVERSIEZE etc. for bolts and nuts of equipment.
1.7 For machineries, leveling, alignment, grouting, dowelling, drilling tapping in base plate,
installation of sight glass/gauges/safety valves directly mounted on machinery supplied by
vendors, coupling and decoupling from machineries for no load testing/repair by vendors,
etc shall be in the scope of contractor. Nothing extra shall be paid on this account.
First filling of Lubricating oil in the console is to done by the contractor. Lubricating oil shall
be provided by TFL but shifting of oil from stores shall be in the contractor scope.
An execution of rotary equipment job is a very specialized job and requires a very skilled
manpower, contractor to specify the methodology by which they propose to execute the
Rotary equipment erection, commissioning jobs. For this specialized job, contractor to hire
an agency who have a very good track record in Executing rotary equipment, erection ,
commissioning and overhauling job. The details of the agency is to be furnished by the
contractor in their technical bid , only the acceptable agency by TFL / Consultant shall only
be allowed to execute this job.It is contractor responsibility to maintain cleanliness while
executing erection & piping for rotary equipment. In case any forign material goes inside
the machine, the same needs to be reported and if necessary arrangement to be made to
remove the foreign material at no cost to Owner / consultant
WELDER'S QUALIFICATION
Electrodes and filler wires to be used at site in this job shall be procured from the
approved vendors only. Electrodes and filler wires shall be D&H, Advani Orlikon or
ESAB, Mailam and Voestalpine Bohler group make only.
Selection of electrodes and filler wires shall be as per standards, codes and
specifications. Tests required, if any, to satisfy the technical suitability of these
electrodes/filler wires shall be arranged by Contractor at his own cost. All electrodes and
filler wires shall be supplied by Contractor within their quoted rates. All welding of
materials shall be as per enclosed Engineering/Technical Standard “General Welding
Requirement” and shall be of radiographic quality. Electrodes shall be baked as per
manufacturer’s catalogue at suitable temperature for the requisite time before these are to
be used. The ovens (mother as well as field) are to be arranged by the Contractor.
All piping root run for Carbon Steel & LT Carbon Steel weld joints shall be done using TIG
welding. Further to this if butt weld joints are required to be done by TIG welding; only
Argon gas shall be used both for shielding and purging wherever required.
1. The Contractor’s NDT Engineers / Specialists must be fully qualified by the competent
authority i.e. at least ASNT / ISNT Level II in UT, MPT, DPT, RT for carrying out statutory
NDT inspection as per Rule 19 of SMPV (U) Rules 1981. The copy of certificates must be
submitted to Owner/Consultant for verification.
2. The Contractor must have adequate qualified and experienced manpower to undertake
the NDT jobs and should be capable to carry out the jobs on round the clock basis, if
required.
3. The Contractor shall have adequate number of NDT equipments and all equipments must
be calibrated and in good condition.
4. Central and portable electric ovens for electrode’s baking & heating.
Pre-commissioning which shall be performed by Contractor shall include, but not limited to,
the following:
2.1 Cleaning, flushing, draining, drying and purging of Equipment and their linings and piping
systems, including the installation and removal of temporary equipment, piping, blinds,
strainers, screens etc., and the replacement of all permanent items removed while the
Work is in progress.
2.2 Checking, Testing, calibration simulation test and adjustment of instruments, equipment
and systems including control valves and safety devices, and installation and checking of
orifices plates and other sensor devices in so far as this can be done before actual
operation of the item concerns of complete system and loops.
2.3 Function test and checking out of electrical systems including substations, transformers,
cables and switchgear, checking and simulation of all interlocks and setting of all relays.
This shall include drying out operations, filtering of oil if required.
2.4 For motor driven equipment, amperage checking of motors and removal of temporary
safety screens.
Electrodes, water soluble paper; grease, petroleum oil, cloth/cotton waste; emery papers;
wire brush, grinding wheel, cutting wheel ; teflon sealing tapes , sponge, cardboard, non-
asbestos gasket sheets , temporary fasteners, clips, cleats, packing materials, gaskets,
etc., as necessary.
2.7 To deploy skilled, semiskilled and unskilled manpower in requisite numbers and to
ensure that the work is done correctly, properly and expeditiously as per time schedule and
according to specification and direction of owner’s representative.
2.8 To check for quantity compliance between bill of materials and drawings for piping,
structurals etc. and intimate to owner sufficiently in advance regarding discrepancies, if
any.
2.9 For all piping systems, installation and removal of temporary blinds as required, circulation
and commissioning of systems.
2.10 Test running of all other rotating equipment for 24 hours wherever possible.
2.12 All such further works which Contractor judges to be necessary or in the reasonable
opinion of OWNER is necessary to bring the system to a state of readiness.
Mechanical Completion means the time when all construction, erection & installation work
as per finally approved P&ID and pre-commissioning related to the system is completed in
accordance with the Approved Project drawings and specifications, and all mechanical and
pressure tests, including but not limited to hydro-testing, non- operating adjustments, cold
alignment checks, final cleanup, field calibration of safety valves, calibration of all
instruments, instrument loop checking and testing, monitoring / control / safety systems
checking and testing, and all pre-commissioning activities have been completed.
When OWNER is satisfied that Mechanical Completion of the system has been achieved,
OWNER shall issue certificate of Mechanical Completion to Contractor in accordance with
the Contract.
In order to meet this, Contractor shall perform all necessary mechanical works, tests and
checks.
Contractor shall be responsible for monitoring and control of all activities under the scope
of work of Construction contractor in addition to the activities directly under the scope of
Contractor.
Commissioning which shall be performed by Contractor shall include, but not limited to, the
following.
This schedule shall include all activities as detailed herein and any other special activities,
which require to be performed during commissioning.
4.3 Commissioning
SECTION -8.1
SCOPE OF WORK & TECHNICAL CONDITIONS
OF
PC150/E/112/SEC-8.1 1
SCOPE OF WORK & TECHNICAL
DOCUMENT NO. REV
SPECIFICATION FOR U/G PIPING
SHEET 2 of 9
1.0 GENERAL
1.1 This Construction specification covers excavation in all kind of strata, lifting backfilling, stacking
& disposal, within specified limit & as directed by Engineer-in-Charge .
1.2 This also covers dewatering, shoring, strutting & timbering, safety of workman/ pedestrians,
equipment or adjoining structures.
1.3 This specification shall be applied to field construction of various chambers, pits, trenches etc.
which becomes the part of work during the alignment of U/G piping or as specified in drawing
or as directed by Engineer-In–charge.
b) Temporary installation.
The work shall be compliances with all applicable governmental, local laws & regulations,
codes & standards, specifications & drawings or as directed by Owner/Consultant.
Excavation work shall be carried out in all kind of strata for excavation work.
2.1 The scope of work to be performed by the Contractor shall include but not limited to the
following: -
2.2 Fabrication of fittings such as miter bends, reducers etc. from pipes:
I. Contractor shall be required to fabricate miter bends and reducers etc. out from pipes as
per engineering standards/specification attached with this tender document. Miter bends
shall be 3 Miters for 900 and 2 Miters for 450.
FORM NO: 02-0000-0021F2 REV4 All rights reserved
PC150/E/112/SEC-8.1 1
SCOPE OF WORK & TECHNICAL
DOCUMENT NO. REV
SPECIFICATION FOR U/G PIPING
SHEET 3 of 9
II. Fabrication of Tees is not envisaged. All tapings shall be taken by stub-in connection
(with or without reinforcement pads), and these shall be considered part of the piping
work and no extra compensation shall be made for making stub-in connections.
3.1 Pipes shall be pre-fabricated in convenient spools in accordance with ANSI-B-31.3 category
‘D’ Service.(Services related to U/G Piping).Site fabrication shall meet all the requirements of
ANSI B 31.3 and ASME Section IX. Prior to start of pre-fabrication, Contractor shall check
and ensure that actual site requirements match with the drawings. Discrepancies observed, if
any must be brought to the notice of the Owner/Consultant for their appropriate decision
before execution of work. While doing spool pre-fabrication, extra lengths shall be kept to
facilitate site adjustments.
The prefabricated piping spool shall be Hydrotested prior to wrapping coating and
lowering in trenches.
3.2 The following dimensional tolerances shall govern pre-fabrication and erection work:
i) Face to face
ii) Centre to face
iii) Ref. line to attachment.
4.2 For Underground piping, earth excavation work shall also be referred the Document ES 6018 –
Engineering Standards for Underground Piping.
4.3 In case of pressure piping, the trench shall be excavated generally as to provide a cover of
600 mm or dia. of pipe whichever is more. In case of gravity sewers / pipes, the trench shall
be excavated to confirm to invert levels as per drawings. However in certain cases the pipes
may run shallower levels or at deeper levels depending upon drawing, site condition, etc. This
4.4 Work shall be deemed to cover all work connected with trenching, whether trenches with
single pipeline or pipelines in common trenches including road cutting.
4.4 The width of the trench shall be sufficient to give free working space on each side of the pipe.
The free working space shall be as per work instruction. Generally it shall not be less than 150
mm on either side or 1/3 dia. of pipe, whichever is greater.
4.5 When pipeline are running parallel whether the trenching shall be individual or common shall
be decided by Engineer-in-charge and the Contractor shall follow accordingly.
4.6 Excavated materials shall not be deposited within 1.5m from the top edge of the excavation, or
within a distance equal to the depth of excavation whichever is greater.
4.7 The Contractor shall maintain excavated pit in a dry and trim condition.
4.8 In case of road cutting, all material i.e. metal, soling stone etc., shall be taken out carefully and
kept separately for reuse and road work shall be redone up to the original level with the
excavated road materials, after laying and testing of the pipeline, within 10 days from the date
of starting this work. The Contractor shall construct a bye pass road when the road cutting work
is been carried out. All this work shall be covered under laying of pipe works.
4.9 The trench shall follow the gradient of pipeline as specified in the drawing. The Contractor shall
keep the trench in good condition until the pipe is laid and tested and it shall be the sole
responsibility of the Contractor to prevent caving or settling down either before or after the pipe
is laid.
In case pipe is lowered in caved trench and backfilled before being inspected by the Engineer-
in-charge, the Contractor shall re-excavate the trench for inspection and backfill the same
under his own responsibility.
Coating and wrapping shall be as per Technical specification attached with this tender doc
using the following specifications:
5.1 Surface cleaning and preparation shall consist of cleaning and degreasing by Grit / Shot
blasting and or power scraping, using most suitable method or a combination therefore, both
followed by carefully removal of the dust according to the specification ISO 8501-1: 1988 SA
2.5.
5.2 One coat of primer shall be applied immediately after surface preparation as per specification.
5.3 Application of wrapping on underground piping shall be carried out as per PDIL Standard
(Attached herewith) Test certificate of materials used for this work shall be submitted to
Owner’s for verification and acceptance prior to be used.
FORM NO: 02-0000-0021F2 REV4 All rights reserved
PC150/E/112/SEC-8.1 1
SCOPE OF WORK & TECHNICAL
DOCUMENT NO. REV
SPECIFICATION FOR U/G PIPING
SHEET 5 of 9
5.4 Coating and wrapping job shall only be done by experienced personal for this job, by which
speed of wrapping and application of enamel can be controlled so as to achieve uniform
thickness of coating and wrapping.
5.5 To check the quality of coating and wrapping shall be done by high voltage spark tester
equipped with a positive signaling device to indicate any faults, holes, breaks or conductive
particles in coating thickness, as per specifications.
5.6 Coating and wrapping for the field joints to be under taken inside the trenches shall be
executed using the same specification and workmanship as indicated above. After coating
and wrapping operation is over the total surfaces coated in the trench shall be checked for
defects using high voltage spark tester as indicated above.
- Pipes have been coated and wrapped in the shop and/or at site.
- Coating and wrapping has been tested using high frequency high voltage spark tester
(using 12000-16000 voltage)
6.2 Pipe laying shall be undertaken as per specifications, Using of suitable capacity cranes only,
taking sufficient care while handling (use of suitable belt type slings is essential) Coated pipe
to ensure zero damages during handling.
6.3 Excavation shall be carried out strictly as per specification. Moreover excavation shall be
carried out only by suitable excavators with ripper arrangement and not manually unless it is
not possible to excavate with excavators.
Vol. of sand filled = the min base width x vertical depth of sand filled – vol. of piping.
No additional payment shall be made for excavation done for welding of field joints.
6.4 Excess earth shall be carted to a place specified by Owner / Consultant (as decided by EIC).
Owner / Consultant may direct the Contractor to transport part of earth even before backfilling
is done. The carted earth shall be stacked, spread and leveled properly in the area
earmarked.
6.5 The trenches shall be filled with fine sand from River up to centre line of pipe line over which
ordinary excavated earth (excluding stones, boulders and any other hard materials) shall be
used for filling balance portion of the trench taking sufficient care to achieve proper
compaction. Before back filling, piping shall be hydrotested; area near field welded joints shall
be coated and wrapped as per specifications and to meet quality requirements for coating and
wrapping. Only after satisfactory testing of coating and wrapping of the field joints, back filling
shall be started.
6.6 For welds inspection shall be carried out by Owner/Consultant in accordance with the
following:
Visual examinations: All finished welds shall be visually examined 100 percent to check the
profile and smoothness of the weld, root penetration etc. visual examination shall show the
following features:
a) Welds shall blend smoothly and gradually into the parent metal with no significant
undercutting or overlapping at the sides of the groove. The depth of local undercut shall
not exceed 10 percent of pipe thickness of 0.8 mm whichever is smaller.
b) The welds shall be reasonably smooth and uniform with no excessive high or low spots.
External weld reinforcements shall not exceed the following limits:
Component Reinforcement
Thickness thickness (max)
---------------------------------------------------------------------
Up to 12 mm 1.6 mm
Over 12 to 25 mm 2.4 mm
Over 25 mm 3.2 mm
---------------------------------------------------------------------
c) The stop and start of each run of weld shall merge smoothly and shall show no
pronounced hump or crater on the weld surface.
d) The weld shall fuse the pipe / pipe fitting at the root suitably without penetrating
excessively into the bore of the pipe. The maximum permissible penetration of the root
bead into the bore shall be within the limits specified below:
e) The root concavity shall not exceed 1.2 mm and at no point shall the weld be thinner than
the calculated design thickness of the pipe.
f) The root bead shall merge smoothly into the adjacent surface.
g) All the materials which are in Contractor’s scope shall be inspected and tested as per
relevant material specifications.
h) All weld joints made after hydrotest, whether in shop or in the field or in the trenches,
shall be kept uncoated and accessible without backfilling till final hydro test is completed.
After all the piping have been laid in the trenches field joints welded, radiograph found OK, the
system shall be pressurized and hydro tested as per work instruction of EIC or as per EIC
guidelines in convenient loops (as per mutual agreement between Owner / Consultant and
Contractors, so as to avoid inconvenience of Owner/other agencies working at site) shall be at
a test pressure of 1.5 times the maximum operating pressure in the system. After hydro
testing has been completed successfully, the area in the vicinity of the field joints (left
uncoated for welding) shall be coated and wrapped with the same specifications and
workmanship as defined for the shop coating and wrapping. This coating and wrapping
executed in the field must be thoroughly checked using high voltage spark testing to ensure
defect-free coating and wrapping.
All materials required for hydrotesting such as but not limited to hydrotest pump, temporary
piping, pressure gauges (duly calibrated), blanks, blind flanges, temporary bolts, nuts, vents
and drain connection etc shall be supplied by Contractor at his cost. After completion of
hydrotesting, blanks and blind flanges shall be removed and ends of pipes, fitting and piping
spools shall be suitably prepared.
8.0 ELECTRODES
For welding of root run, electrodes to confirm AWS specifications. However, in case it is all
welding shall be as per specifications and shall be of radiographic quality. Electrodes and filler
wires to be used at site in this job shall be procured from the approved vendors only.
Electrodes and filter wires shall be D&H, Advani Orlikon or ESAB, Mailam and Bohler
group make only
Electrodes shall be baked at suitable temperature for the requisite time before they are used
strictly as per manufacturer.
10% of the welded joints shall be radiographed. Location of radiography weld joints shall be
selected by Engineer-in-Charge. The cost of defective radiograph and its repair shall be to
Contractor’s account and payment shall be made by Owner / Consultant for only for those
joints, which are found acceptable refer S.O.R.
Spark testing of 100% area of wrapping coating to be done. Even field joints to be tested,
contractor to make necessary arrangement.
Welders proposed to be deployed at site shall be tested for procedure and quality in the
presence of Owner/Consultant strictly as per ASME Section IX. All such materials and
facilities as required for this test shall be arranged by Contractor at his own cost.
11.0 MISMATCHING
For making weld joint end preparation shall be carried out as per work instruction of EIC.
During end preparation and while making the joint, if internal diameters of pipe and pipe
fittings/ valves / flanges etc. do not match with each other for any reasons what-so-ever,
Contractor shall be required to undertake necessary rectification for matching internal
diameters without any extra cost to Owner/Consultant.
At road crossing, Contractor may be required to provide casing pipe and / or suitable road
culverts. At such road crossing number of pipe lengths depending upon the width or road,
shall be aligned, welded, hydrotesting and erected independently of the total system to avoid
blockages for longer duration.
13.1 For payment purposes actual measurement shall be taken along the centre line of the pipe
line system from end to end which will include pipe fittings, flanges, valves, etc. No additional
payment shall be made for instrument tappings.
13.2 Measurement for branch connection shall be taken from the root of stub in connection.
13.5 Payment for radiography shall be made on the basis of actual weld length radiographed and
payment shall be made for the joints found acceptable. Radiography for defective joints shall
not be paid.
13.6 Measurement and payment for excavation shall be worked out based on trench dimensions as
mentioned without slope i.e. as per base Width x Depth.
13.7 No additional payment shall be made for excavation done for the welding of field
welding/wrapping coating.
13.8 Measurement and payment for sand filling shall be worked out as per work instruction of EIC.
The following standards, drawings & documents form part of this enquiry:
INTERNATIONAL STANDARD
ii) ASME Sec. IX : Qualification Standard for Welding and Brazing Procedures,
Welders, Brazers, Welding and Brazing Operators.
a. NDT work, being on specialized job, must be carried out through approved agencies only.
b. The works of underground piping is of specialized nature and as such the same has to be
got done through agency specialized in such works. The agency shall be as approved by
Owner / Consultant.
c. Coating and wrapping being a specialized job must be getting done through approved
agencies only.
d. Contractor shall be required to submit the following documents as and when asked for by
Owner / Consultant:
a. The Backfilling of underground pipe trenches shall be done as per scope of work,
Technical specification and instruction of Owner / CONSULTANT.
b. The filling shall commence only after approval by Engineer-in-charge is obtained and
after the structures or pipes getting buried are tested and approved. Otherwise it shall be
the responsibility of the Contractor to uncover the buried portion and refill the same.
c. Care must be exercised to protect cables, pipes, joints and other features from damage
due to backfilling and consolidation.
a. This work shall be performed according to scope of work, specification and instruction of
Owner /Consultant’s Engineer-in-charge.
b. The surplus earth to be transported / disposed shall include the earth generated due to
voids in the backfilled volume of earth.
TECHNICAL SPECIFICATON
OF
(TAPE TYPE)
INDEX OF CONTENTS
1.0 SCOPE
2.0 GENERAL
3.0 MATERIALS
4.0 CLEANING
5.0 APPLICATION
1.0 SCOPE
This specification covers the requirements for application and inspection of protective coating for
underground steel piping.
2.0 GENERAL
2.1 Protective coating shall consist of a coating system employing Primer, Inner Wrap and
Outer Wrap.
2.2 The coating system shall be mechanically applied by an approved type of wrapping
machine utilizing constant tension brakes except at tie-in welds, repair patches and at
other locations where mechanical application is not practicable. Wrapping machine shall
normally be used for pipe size 10” and above. For pipe sizes below 10” wrapping shall be
done manually.
2.3 Coating and wrapping materials shall be handled, transported, stored and applied strictly
in accordance with the manufacturer’s instruction.
2.4 Wrapping Coating material is Cold tape type from Polyken/Denso/Atla shall be used.
3.0 MATERIALS
Materials for line coating and wrapping shall be of Tape coating system (Polyethylene backed
tape with butyl rubber based adhesive system) as described below :-
(A) Primer
Base : Rubber and Synthetic Resins
Solvent : Heptane
Total Solids : 20%
Weight / Gallon (Weight / litre): 6.4 lbs (0.77 kg)
Viscosity : Thin Syrup
Flash Point : + 10°F (-12°C)
Color : Black
Shelf Life : Excellent
Insulation Resistance 1,000,000 megohms
Water Vapor Transmission Rate < 0.2g / 100 in2/24hr
TEMPERATURE RANGE:-
Normal Application (ambient) -30° to 160°F (-34° to 71°C)
Normal Service (operating temperature) -30° to 185°F (-34° to 85°C)
TEMPERATURE RANGE:-
Normal application (ambient) -30° to 160°F (34° to 71°C)
Normal Service (operating temperature) -30° to 185°F (34° to 85°C)
4.0 CLEANING
4.1 The external surface of all piping shall be thoroughly cleaned before application of the
protective coating by shot blasting to the specification ISO 8501-1: 1988 SA 2.5.
4.2 The cleaning process shall remove all oil, grease, loose mill scale, weld spatter, weld
slug, rust, paint, dirt, dust, weeds and any other foreign matter from the pipe external
surface.
4.3 Oil and grease shall be removed using suitable solvent.
4.4 Mechanical cleaning wherever applicable (field joints and tie-in joints) shall be carried out
by means of portable power driven wire brushes, flexible sanding discs etc. which are
capable of producing a surface finish to SA - 3
4.5 Mechanical cleaning machines shall not employ knives or other tools which may produce
notches or gauges on the pipe surface and shall be fitted with a device to prevent of
foreign matter on the pipe surface.
4.6 Mechanical cleaning machines shall be maintained in correct adjustment and
replacement tools shall be available throughout the cleaning process.
4.7 The cleaning method employed shall not result in visible thinning of the pipe wall.
FORM NO: 02-0000-0021F2 REV4 All rights reserved
PNCN-TS-601 0
TECHNICAL SPECIFICATION
DOCUMENT NO. REV
FOR
WRAPPING COATING (COLD TAPE TYPE) SHEET 5 OF 7
4.8 Cleaning shall be carried out immediately before application of the priming coat. If,
before the priming coat is applied, the outside of the pipe becomes contaminated with any
foreign matter, the outside surface shall be re-cleaned.
5.0 APPLICATION
20 mils Inner Wrap 1 inch
40 mil Outer Wrap 1 inch
Applied as in (i) above.
5.3 Polyken wrapped pipes shall not be exposed to direct sun light over a long time. It
shall be ensured that Polyken coated pipe spools are covered to wand off damage
due to exposure to sun light.
5.4 The details of Polyken tapes to be used as given below.
Pipe Size Tape Size
3” and below 2”
4” to 6” 4”
Above 6” 6”
(a) Strip off Outer Wrap from affected area after ensuring that completed coating on
either side is properly secured.
(b) Strip off Inner Wrap and primer from the affected area and thoroughly clean the
pipe surface.
(c) Re-prime in accordance with this specification.
(d) Apply patch of Inner Wrap not smaller than 150mm s 150mm.
(e) Test for repaired Inner Wrap with Holiday Detector before replacing Outer Wrap.
(f) Replace Outer Wrap and secure firmly.
(g) Conduct holiday test before erection of the pipe in trench / back filling of existing
pipe.
PAINTING SPECIFICATION
(TS-2001)
0 24.10.18 FOR ISSUANCE JKY DILIP GC
REV REV ATE PURPOSE PREPD REVWD APPD
SHEET 2 of 31
CONTENTS
Section Description Sheet Number
Number
1.0 GENERAL 4
1.1 Scope 4
1.2 Definitions 4
1.3 Safety Regulations 4
1.4 Material Safety Data Sheet 4
1.5 Materials 4
2.0 CODES AND STANDARDS 5
2.1 Indian Standards 5
2.2 International Standards 5
2.3 Other Standards 5
3.0 SURFACE PREPARATION 6
3.1 Metal Surface Preparation 6
3.1.1 Safety 6
3.1.2 Pre-cleaning 6
3.1.3 Surface Decontamination 6
3.1.4 Abrasive Blasting 6
3.1.5 Alternate Methods of Surface Preparation 7
4.0 APPLICATION 8
4.1 General 8
4.1.1 General Requirements for Shop Application 8
4.1.2 General Requirements for Site Application 9
4.1.3 Qualifications and Materials 10
4.1.4 Handling and Transport 10
4.2 Application of Coatings 10
4.2.1 General 10
4.2.2 Atmospheric Conditions 11
4.2.3 Conventional or Airless Spray 11
4.2.4 Brush Application 11
4.2.5 Roller Application 12
SHEET 3 of 31
Section Description Sheet Number
Number
4.2.6 Thickness of Coatings 12
4.2.7 Multiple Coat Applications (Except Wet-on-Wet) 12
4.2.8 Protective Coating for Fasteners 14
4.3 Hot Dip Galvanising 12
4.4 Damaged or Inaccessible Surfaces 13
4.4.1 Damaged Paint Surface 14
4.4.2 Damaged Galvanised Surfaces 14
4.4.3 Inaccessible Surfaces 14
4.5 Surfaces Not to be Coated 14
4.6 Wash-up 14
4.7 Touch- up Painting 14
4.8 Paint Storage 15
5.0 COATING SYSTEM SELECTION 15
6.0 MACHINERY, ELECTRICAL AND INSTUMENT EQUIPMENT 23
6.1 Machinery 23
6.2 Electrical And Instrument Equipment 23
7.0 COLOURS 23
8.0 PARTICULAR DESCRIPTION 25
9.0 INSPECTION & TESTING 25
10.0 ADHESION TEST RESULTS 26
11.0 SUBMISSION OF DATA 27
12.0 LETTER AND NUMBER INSCRIPTION 27
13.0 COLOUR BAND FOR PIPING 28
14.0 LIST OF MANUFACTURERS 28
SHEET 4 of 31
1.0 GENERAL
1.1 Scope
This specification covers the technical requirements for shop and site application of paint
and protective coatings and includes; the surface preparation, priming, application, testing
and quality assurance for protective coatings of mechanical equipment, structural
steelwork, plate work, tankage, guards, pipe work, handrails and associated metal
surfaces, which will be exposed to atmospheric for the Project.
1.2 Definitions
C.S - Carbon steel and low chrome (1-1/4 Cr through 9 Cr) alloys
S.S - Stainless steel, such as 304,316, 321, 347,
Non-ferrous - copper, aluminium and their alloys.
High Alloy - Monel, Inconel, Incoloy, Alloy 20, Hastelloy, etc.
DFT - Dry Film thickness, the thickness of the dried or curved paint or
coating film.
Sand or other materials producing silica dust shall NOT be used for any open-air blasting
operations.
The latest issue of the coating manufacturer’s product datasheet, application instructions,
and Material safety data Sheets shall be available prior to starting the work and shall be
complied with during all preparation and painting / coating operations.
1.5 Materials
All paints and paint materials shall be obtained from the company’s approved
manufacturer’s list. All materials shall be supplied in the manufacturer’s containers, durably
and legibly marked as follows.
Specification number
Colour reference number
Method of application
Batch number
Date of Manufacture
Shelf life expiry date
Manufacturer’s name or recognised trade mark.
SHEET 5 of 31
Without prejudice to the provision of Clause 1.1 above and the detailed specifications of the
contract, the following codes & standards shall be followed. Wherever reference to any
code is made, it shall correspond to the latest edition of the code.
2.3 The paint manufacturer’s, instructions shall be followed as far as practicable at all times.
Particular attention shall be paid to the following:
d) Application of paints and the recommended limit on time intervals between coats.
SHEET 6 of 31
3.1.1 Safety
All work in adjacent areas, which may negatively affect the quality of blast cleaning, and/or
impose safety hazards, must be completed or stopped before the blasting operation starts.
3.1.2 Pre-cleaning
Prior to surface preparation all weld spatter shall be removed from the surface, all sharp
edges ground down and all surfaces cleaned free of contaminants including chalked paint,
dust, grease, oil, chemicals and salt. All shop primed surfaces shall be water washed by
means of suitable solvent, by steam cleaning, with an alkaline cleaning agent if necessary
or by high-pressure water, to remove contaminants prior to top-coating
Existing coatings shall be removed by abrasive blast cleaning, and then high pressure
potable water shall be used to clean steel surfaces.
Prior to application of coatings, the surface shall be chemically checked for the presence of
contaminants. A surface contamination analysis test kit shall be used to measure the levels
of chlorides, iron salts and pH in accordance with the kit manufacturer’s recommendations.
Swabs taken from the steel surface, using cotton wool test swabs soaked in distilled water
shall not be less than one swab for every 25m2 of surface area to be painted.
Maximum allowable contaminant levels and pH range is as follows:
If the results of the contamination test fall outside the acceptable limits, then the wash
water process shall be repeated over the entire surface to be painted, until the contaminant
test is within the specified levels.
All C.S. materials shall be abrasive blast cleaned in accordance with Codes (Ref. Clause
2.0). To reduce the possibility of contaminating S.S., blasting is not usually specified.
However, for coatings which require a blast-cleaned surface for proper adhesion, S.S. may
be blast cleaned using clean aluminium oxide or garnet abrasives (Free from any chloride
or Iron / Steel contamination).When hand or power tool cleaning is required on S.S., only
S.S. wire-brushes (including 410 S.S.) which have not been previously used on C.S.
surfaces may be used.
SHEET 7 of 31
The surface profile of steel surfaces after blasting shall be of preparation grade Sa 2-1/2
of Swedish Standards SIS-05-5900 (Latest Revision) or better according to ISO 8501-1 and
shall be measured using the replica tape method or the comparator method.
The roughness (profile) of blast-cleaned surfaces shall be Medium (G) according to ISO
8503-2: 1988 (appendix 1) unless otherwise specified. Medium defines a surface profile
with a maximum peak-to-valley height of 60-100 microns, and G indicates that the surface
profile is obtained by grit blasting. For the evaluation of surface roughness Comparator G
shall be used.
Abrasive blast cleaning shall NOT be performed when the ambient or the substrate
temperatures are less than 3o C above the dew point temperature. The relative humidity
should preferably be below 50% during cold weather and shall never be higher than 60% in
any case.
Abrasive blast cleaning shall be performed with a clean, sharp grade of abrasive. Grain
size shall be suitable for producing the specified roughness. Abrasives shall be free from
oil, grease, moisture and salts, and shall contain no more than 50ppm chloride. The use of
silica sand, copper slag and other potentially silica containing materials shall not be allowed
The blasting compressor shall be capable of maintaining a minimum air pressure of 7 kPa
at the nozzle to obtain the acceptable surface cleanliness and profile.
The blast cleaning air compressor shall be equipped with adequately sized and properly
maintained oil and water separators. The air supply shall be checked to ensure no oil and
water contamination at the beginning of each work shift.
Blast cleaning abrasive shall be stored in a clean, dry environment at all times. Recycling of
used abrasive is prohibited.
After blast cleaning, the surfaces shall be cleaned by washing with clean water (Pressure
7kg/Cm2 using suitable nozzles. During washing broom corn brushes shall be used to
remove foreign matter.
Assessment of the blast cleaned surfaces shall be carried out in accordance with reference
code.
Blast cleaned surfaces which show evidence of rust bloom or that have been left uncoated
overnight shall be re-cleaned to the specified degree of cleanliness prior to coating.
All grit and dust shall be removed after blasting and before coating application. Removal
shall be by a combination of blowing clean with compressed air, followed by a thorough
vacuum cleaning with an industrial grade, heavy duty vacuum cleaner.
All cleaned surfaces shall have protection from atmospheric corrosion as per IS8629:1977
When open air blasting is not permitted on site, or when space limitations or surface
configurations preclude blasting, the alternate cleaning methods listed below may be used
with prior approval. Alternate cleaning methods shall consider the degree of surface
cleanliness and roughness profile required by the specified coating system.
SHEET 8 of 31
- Vacuum or suction head abrasive blast-cleaning,
Hand and/or power tool cleaning shall only be used for spot repair where abrasive blasting
is not permitted or is impractical, and on items which could be damaged by abrasive
blasting. Power tool cleaning shall not be carried out with tools which polish the surface,
e.g. power wire brushes.
The surfaces of equipments and prefabricated piping etc. which are received at site
Primerised or with finish paints, depending upon their conditions, shall be touched up
and painted at site. For these surfaces sand blasting is not envisaged and these
surfaces shall be prepared using power brushes, buffing or scraping, so as to achieve a
surface finish to St-3 as per SIS-05-5900 . After wash-up the area to be touched up shall
be jointly marked, measured and recorded for payment purposes. The type of system &
nos. of coat (primer and/or finish paint) to be applied after touch up, which shall be decided
by OWNER/CONSULTANT in writing before taking up the job.
When paint is to be applied on damaged painted surfaces of equipments all loose and
flaking paint work should be removed to a firm feathered edge. Rusted spots should be
cleaned by one of the methods specified in the clauses 4.4.1 & 4.4.2 above. In case the
previous paint work is not compatible to the specified one the entire coating must be
removed.
It shall be ensured that sand blasted surface/machine cleaned surface is not contaminated
with oil and grease. Water shall also not be allowed to come in contact with sand blasted
surface.
4.0 APPLICATION
4.1 General
The final specification of paint systems to be used to suit the exposure conditions of
equipment and steelwork, shall be as specified on the scope of work, equipment data
sheets or the drawings.
All coatings shall be in accordance with Indian / International Standards, the coating
manufacturer’s product data sheets and application instructions and the requirements
contained in this specification.
All work areas which facilitates shop paint application shall be surface prepared for painting
and have the paint system applied before installation.
Equipments assembled at site shall only receive primer coat in the shop and finish coatings
will be applied at site.
SHEET 9 of 31
In all cases, where surfaces will be inaccessible after shop assembly, they shall be
prepared and have the paint system applied before assembly is carried out. Drying times
between successive coats shall be at least those recommended by the manufacturer.
All known field weld areas shall be given the specified abrasive blast surface preparation
but left uncoated for a distance of 50mm from the weld line. Such areas shall be given the
appropriate touch-up treatment after installation.
The manufacturer's directions for preparation and application of coatings shall be followed
to ensure that the durability of the coating system is not impaired.
The Contractor shall submit the full details of the proposed surface preparation and paint
systems prior to the commencement of any surface preparation.
All materials used for the specific system being applied shall be products supplied by one
manufacturer and details of such product shall be submitted for approval before
commencement of work.
The contents of cans shall be thoroughly stirred before being poured into paint pots and
shall be thinned only in the specified proportions in accordance with the manufacturer's
instructions.
Finish coats may be applied by spraying except where any over spray is likely to affect
finished surfaces or where spraying constitutes a health hazard to workmen in the other
areas. Brush and roller application will require multiple coats to achieve the specified dry
film thickness.
Brush application may be used only with the approval of the company.
Roller application shall only be used on relatively large surface areas ( i.e. > 50m2) and
only if spraying is not an option.
The Contractor shall complete the application of any one type of paint or each coat thereof,
before beginning the next coat on that section.
In cases nominated as critical, the application of each coat shall be approved before
application of the next coat can proceed, in accordance with ‘hold’ points nominated in the
Inspection and Test Plans (ITPs)
All fittings within any given area are to be painted with the same system as the area unless
otherwise specified.
Where 2 coat of finish paint are indicated they shall be applied in two different shades to
ensure that two coat are applied.
Paint shall not be applied in rain, snow, fog or mist or when the relative humidity is such as
to cause condensation on metal surface.
SHEET 10 of 31
The CONTRACTOR must ensure the availability of a specialist from the paint
manufacturer, at SITE during pendency of CONTRACT within his quoted rates to ensure
the quality of painting & procedure. Addition of drying agents, pigments or other
substances is not allowed unless specifically prescribed or approved by paint
manufacturer's specialist.
All surface preparation, coatings application and inspection, shall be carried out by
personnel experienced in that particular field. Contractors shall submit the names of
subcontractors to be employed for the specific work together with the brand names of
coating materials for approval prior to commencement of application.
All pipe work, steelwork and equipment that have been finish coated shall be handled with
care to preserve the coating in the best practical condition.
Painted materials shall not be handled until the coating has completely cured and dried
hard Supports in contact with coated steel during transport and storage shall be covered
with a soft material to prevent damage to the coating. Appropriate materials shall be used
during transportation between coated steelwork and holding down chains to prevent
damage to the coating.
4.2.1 General
The application method and type of equipment to be used shall be suitable for the paint
specified and the surface being painted.
Paints and thinners shall be brought to the point of usage in unopened original containers
bearing the manufacturer's brand name and colour designation and ready-mixed unless
otherwise specified. Two-pack systems shall be mixed at the site of application to the paint
manufacturer's recommendations. The mixed amount prepared shall be no more than the
amount that can be applied during the stated pot life.
Paint shall be applied so that an even film of uniform thickness, tint and consistency covers
the entire surface and is free of pin holes, runs, sags or excessive brush marks. Film finish
shall be equal to that of first class brushwork.
Unless it is practical to do so colour shades for primer, intermediate coat and finish coat
must be different to identify each coat without any ambiguity
Equipment shall be kept clean to ensure dirt, dried paint and other foreign materials are not
deposited in the paint film. Any cleaning solvents left in the equipment shall be completely
removed before painting.
SHEET 11 of 31
To ensure the required film thickness is achieved on angles, welds, sharp external edges,
nuts and bolts, a coat shall be applied to such items/locations immediately prior to the
application of each coating to the whole area.
Care shall be taken to ensure paint application into all joints and crevices.
The contact surfaces between steelwork to be fastened by means of friction grip bolting
shall be abrasive blast cleaned and prime coated only, prior to erection.
Surface preparation and coating shall not be carried out in inclement weather and shall be
carried out such that the surface being coated is free of moisture, wind-borne or blast
cleaning dust.
As a general rule, sufficient ventilation, dehumidification and heating capacity to cope with
local climatic conditions must be secured before any coating – related work is started.
In any case, humidity, ambient and surface temperature conditions at the time of paint
application, and curing and drying time before application of the next coat, shall be in
accordance with the paint manufacturer's recommendations. These conditions shall be
recorded in the Inspection Test Record (ITR) by the Contractor and be available for review.
Spray equipment shall be equipped with accurate pressure regulators and gauges. Spray
gun nozzles and needles shall be those recommended by the paint manufacturer.
Air from the spray gun shall be clean and dry with no traces of oil or moisture.
Coatings shall be wet on contacting the painted surface. Areas of dry spray shall be
removed and the correct system re-applied.
The method of "laying-off" shall be suited to the paint specified and shall ensure minimum
brush marking.
SHEET 12 of 31
A uniform method of application shall be adopted when painting large areas. The rolling
direction shall minimise paint joint build up. Edges and areas subject to possible roller
damage shall be brush-painted prior to rolling.
The maximum thickness DFT in any one application shall not exceed that specified in
Technical specifications/ recommended by the paint manufacturer.
Wet film thickness gauges shall be used to make frequent checks on the applied wet film.
The Contractor shall maintain at the site of painting operations, a dry film thickness tester of
an approved type with a valid current calibration.
Coating thickness checks in accordance with reference code shall be performed, and the
Contractor shall undertake remedial action if the measured thickness is less than specified.
Build up of each material to required thickness shall be made prior to the application of the
subsequent coat; final film build shall be the minimum specified.
Before successive paint coats are applied, intermediate coats shall be inspected for
surface contamination. The presence of any grease or oil, shall be removed by a suitable
solvent, and any salt and dirt adhering to the surface shall be removed by scrubbing with a
solution of non-toxic detergent (except those prescribed by the manufacturer as “wet-on-
wet"). Removal of contaminants shall only be performed after an intermediate coat has had
sufficient time to cure.
The surface shall then be pressure hosed or dusted down by brush to disturb and remove
deposits not apparent on visual inspection.
Black and galvanised erection bolts/nuts and galvanised holding down bolts/nuts shall be
prepared and painted in accordance with Section 4.4 of this Specification.
FORM NO: 02-0000-0021F2 REV4 All rights reserved
TS-2001 0
SHEET 13 of 31
Black high tensile bolts/nuts shall be painted after erection to the same paint system
specification as the surrounding structural steel.
All galvanising shall be carried out by the hot dipping process and conform to the
requirements of IS-2629:1985 and uniformity of coating shall confirm to IS 2633:1986.
All welding slag shall be removed by chipping, wire brushing, flame cleaning or abrasive
blast cleaning where necessary prior to galvanising
For temporary identification, either water-soluble marking paints or detachable metal labels
shall be used. For permanent identification, figures/labels shall be heavily punched or
embossed by the fabricator.
For galvanised items after pickling, the work shall be inspected and any defects that render
the work unsuitable for galvanising shall be repaired. After such repairs, the work shall
again be cleaned by pickling.
The coating mass of zinc shall be as specified on equipment data sheets and the Drawings.
Galvanised coatings shall be tested by the methods described in referred code.
After galvanising all material shall be cooled to air temperature in such a manner that no
embrittlement occurs.
Galvanised coatings shall be smooth, uniform, adherent and free from stains, surface
imperfections and inclusions.
All gratings and fixtures including nuts, bolts and washers that are required to be
galvanised, shall be hot dipped galvanised and all nut threads shall be re-tapped after
galvanising and a lubricant applied on Cold working of galvanised steelwork shall be
avoided.
Repair of damaged painted surfaces, as well as painting of galvanised and black bolts, and
galvanised holding down bolts after erection shall comply with this Clause. The treatment
shall be:
- Pre-clean the damaged or unpainted areas in accordance with Section 4.2.1 of this
Specification;
- Disc or hand sand to clean bright metal;
- Inorganic zinc primers subject to mechanical damage or weld etc shall be power
tool cleaned
- Feather backs by sandpapering or whip blasting the original coatings surrounding
the damaged area over a 50mm distance. A rough surface shall be obtained on
epoxy coatings;
SHEET 14 of 31
- Clean surface to remove all dust;
- Conduct surface contaminant test in accordance with Section 4.2.2 of this
document; and
Build up a new paint system over the affected area with paints equal to those
originally used and having the same dry film thickness for each coat. As an
exception, damaged inorganic zinc primers shall be repaired with epoxy organic
zinc rich paint and shall be applied within four hours of blast cleaning.
The new coatings shall overlap the original coating over the 50mm prepared distance and
shall be colour matched to the specified colour of the original coating.
4.4.2 Damaged Galvanised Surfaces
Surfaces that will be inaccessible after erection of other elements of the structure, shall be
fully painted prior to the installation of the obstructing item.
The following surfaces shall not be blasted or coated unless specifically directed:
Machined surfaces, bearings, seals, grease fittings, adjusting screws and name plates, and
identification tags.
- Valve stems;
- Raised faces on pipe and equipment flanges;
- Electrical cabling;
- Instrumentation, gauges and sight glasses;
- Titanium, stainless steel and non-metallic surfaces; and
Field weld margins, 50mm either side of weld, on tankage and piping, prior
welding.
The rear face of piping flanges shall be shop prime coated only. Flange holes for fasteners
shall be fully coated.
4.6 Wash-Up
SHEET 15 of 31
All surface of equipments/prefabricated piping etc. Primerised / painted at Vendor shop and
received at site if required shall be washed up as follow:
a) Washing with clean water (Pressure 7 Kg/cm2) using suitable nozzles. During
washing, broomcorn brushes shall be used to remove foreign matter.
Prior to the application of any coat, all damage to the previous coat(s) shall be touched-up.
Damage to finished work shall be thoroughly cleaned and re-coated.
Items supplied with the manufacturer’s standard coating system shall be touched-up with
the same generic coating system or recoated.
a) All paints and painting material shall be stored only in such rooms assigned for the
purpose. All necessary precaution shall be taken to prevent fire. The Storage
building shall preferably be separate from adjacent buildings. A sign-board bearing
the Words "PAINT STORAGE- NO NAKED LIGHT" shall be clearly displayed
outside. The building shall be properly ventilated and shall be adequately protected
with fire fighting equipment.
b) Storage shall be far away from heated surface open flames, sparks & well protected
from sun rays.
d) Maximum allowed storage time for various paint materials shall be clearly indicated
on individual containers. Materials which have passed expiry date shall not be used.
SHEET 16 of 31
The following Table 1 shall be used as a general guide for the selection of a paint system
suitable for a particular plant area application. Paint systems specified on equipment data
sheets and the Drawings shall take precedence over the general paint system area
applications listed in Table 1.
TABLE - 1
05 Insulated CS piping, Blast cleaning to F8 : Two coats of high F8 : 2 x Total dry film thickness
flanges, valves with near white metal temperature epoxy 125 of paint system:250
operating temp. From grade Sa-2½, of phenolic (novolac) microns microns
O O
90 C to 200 C. Swedish
Standards SIS-
05-5900
SHEET 17 of 31
Ref Application Surface Generic Coating Minimum Remarks
No. Preparation System DFT
06 Insulated CS piping, Blast cleaning to F9 : Two coats of F9 : 2 x Total dry film thickness
flanges, valves with near white metal Inorganic Co-polymer 150 of paint system: 300
operating temp. Over grade 2 ½, of based coating With an microns microns.
200O C. Swedish Inert Multipolymer
Standards SIS- Matrix.
05-5900
(Latest).
07 Uninsulated CS Blast cleaning to P2 : ONE coat of two P2 : 60 Total dry Total dry
equipment with near white metal pack zinc rich epoxy microns film film
operating temp. Up to grade 2 ½, of Primer meeting SSPC thickness thickness
90O C, to be treated Swedish Paint 20 level 1 F1 : 120 – of paint of paint
at Manufacturer’s Standards SIS- 200 system: system:
shop. 05-5900 F1 : One coat of two microns 240 320
(Latest). packs. Polyamide microns microns
Cured Epoxy. F5 : 60 as per C4 as per C5
microns – High – High
F5 : One coat of two Durability Durability
pack aliphatic acrylic
polyurethane
08 Uninsulated CS Blast cleaning to P1 : One coat of Ethyl P1 : 75 Total dry film thickness
equipment with near white metal Silicate zinc rich with microns of paint system: 125
operating temp. From grade 2 ½, of solvent Primer meeting microns.
91O C to 200oC, to be Swedish SSPC Paint 20 level 1 F3 : 2 x 25
treated at Standards SIS- F3 : Two coats of single microns for
Manufacturer’s shop. 05-5900 pack special each coat
(Latest). Oleouresinous based
heat resistant ready
mixed Aluminium Paint.
09 Uninsulated CS Blast cleaning to P1 : One coat of Ethyl P1 : 75 Total dry film thickness
equipment with near white metal Silicate zinc rich with microns of paint system: 125
operating temp. Over grade 2 ½, of solvent Primer meeting microns.
200oC, to be treated Swedish SSPC Paint 20 level 1 F4 : 2 x 25
at Manufacturer’s Standards SIS- F4 : Two coats of Heat microns for
shop. 05-5900 Resisting Silicon each coat
(Latest). Aluminium Paint. Total - 50
microns.
10 Insulated CS Blast cleaning to F8 : Two coats of high F8 : 2 x Total dry film thickness
equipment with near white metal temperature epoxy 125 of paint system:250
operating temp. Up to grade 2 ½, of phenolic (novolac) microns microns
90O C, to be treated Swedish
at Manufacturer’s Standards SIS-
shop. 05-5900
(Latest).
11 Insulated CS Blast cleaning to F8 : Two coats of high F8 : 2 x Total dry film thickness
equipment with near white metal temperature epoxy 125 of paint system:250
operating temp. From grade 2 ½, of phenolic (novolac) microns microns
91O C to 200oC, to be Swedish
treated at Standards SIS-
Manufacturer’s shop. 05-5900
(Latest).
SHEET 18 of 31
Ref Application Surface Generic Coating Minimum Remarks
No. Preparation System DFT
12 Insulated CS Blast cleaning to F9 : Two coats of F9 : 2 x Total dry film thickness
equipment with near white metal Inorganic Co-polymer 150 of paint system: 300
operating temp. Over grade 2 ½, of based coating With an microns microns.
200oC, to be treated Swedish Inert Multipolymer
at Manufacturer’s Standards SIS- Matrix.
shop. 05-5900
(Latest).
13 Surface of structural Blast cleaning to P1 : One coat of Ethyl P1 : 75 Total dry film thickness
steel for furnaces, near white metal Silicate zinc rich with microns of paint system: 125
external surface of grade 2 ½, of solvent Primer meeting microns.
furnaces, external Swedish SSPC Paint 20 level 1 F3 : 2 x 25
surface of flue duct, Standards SIS- microns for
metal stacks and 05-5900 F3 : Two coats of single each coat
similar with operating (Latest). pack special Oleo
temp. Up to 200oC. resinous based heat
(With exclusion of resistant ready mixed
stair ways, walk ways Aluminium Paint.
etc.).
14 For external surfaces Blast cleaning to P1 : One coat of Ethyl P1 : 75 Total dry film thickness
of flue ducts, metal near white metal Silicate zinc rich with microns of paint system: 125
stacks, and similar grade 2 ½, of solvent Primer meeting microns.
with operating temp. Swedish SSPC Paint 20 level 1 F4 : 2 x 25
Above 200oC. Standards SIS- microns for
05-5900 F4 : Two coats of Heat each coat
(Latest). Resisting Silicon Total - 50
Aluminium Paint. microns.
15 For surfaces of air Blast cleaning to P2 : ONE coat of two P2 : 60 Total dry Total dry
cooler heads not near white metal pack zinc rich epoxy microns film film
galvanized with grade 2 ½, of Primer meeting SSPC thickness thickness
operating Swedish Paint 20 level 1 F1 : 120 – of paint of paint
temperature up to 900 Standards SIS- 200 system: system:
C, treated at 05-5900 F1 : One coat of two microns 240 320
manufacturer’s shop. (Latest). packs. Polyamide microns microns
Cured Epoxy. F5 : 60 as per C4 as per C5
microns – High – High
F5 : One coat of two Durability Durability
pack aliphatic acrylic
polyurethane
NOTE: All surfaces shall be galvanized at manufacturer’s shop with exception of
the end header of air cooled heat exchangers that shall be treated as
described above at Manufacturer’s shop. In case the same surfaces shall
not be treated at shop, they shall be treated at site according to
environmental and operating conditions.
16 For surfaces of air Blast cleaning to P1 : One coat of Ethyl P1 : 75 Total dry film thickness
cooler heads not near white metal Silicate zinc rich with microns of paint system: 125
galvanized with grade 2 ½, of solvent Primer meeting microns.
operating Swedish SSPC Paint 20 level 1 F3 : 2 x 25
0
temperature up to 91 Standards SIS- F3 : Two coats of single microns for
O
C TO 200 C, treated 05-5900 pack special each coat
at manufacturer’s (Latest). Oleouresinous based
SHEET 19 of 31
Ref Application Surface Generic Coating Minimum Remarks
No. Preparation System DFT
shop. heat resistant ready
mixed Aluminium Paint.
20 Cold Insulated high Lightly Blast F8 : Two coats of high F8 : 2 x Total dry film thickness
alloy Steel piping cleaned as per temperature epoxy 125 of paint system:250
and Equipment Sa 1.0 Swedish phenolic (novolac) microns microns
(Upto 200 Deg. C) Standards SIS-
05-5900
(Latest).
21 DELETED
22 Surface (CS) with Blast cleaning to P1 : One coat of Ethyl P1 : 75 Total dry film thickness
Equipment with temp. near white metal Silicate zinc rich with microns of paint system: 125
Indicating paint from grade 2 ½, of solvent Primer meeting microns.
220oC to 240oC Swedish SSPC Paint 20 level 1 F6 : 2 x 25
treated at Standards SIS- F6 : Temperature microns for
SHEET 20 of 31
Ref Application Surface Generic Coating Minimum Remarks
No. Preparation System DFT
Manufacturer’s shop 05-5900 indicating paint each coat
(Latest). Total - 50
microns.
23 PACKAGE:
a) Surface(CS) with Blast cleaning to P2 : ONE coat of two P2 : 60 Total dry Total dry
operating near white metal pack zinc rich epoxy microns film film
temperature upto grade 2 ½, of Primer meeting SSPC thickness thickness
90oC treated at Swedish Paint 20 level 1 F1 : 120 – of paint of paint
Manufacturer’s shop Standards SIS- 200 system: system:
05-5900 F1 : One coat of two microns 240 320
(Latest). packs. Polyamide microns microns
Cured Epoxy. F5 : 60 as per C4 as per C5
microns – High – High
F5 : One coat of two Durability Durability
pack aliphatic acrylic
polyurethane
b) Surfaces (CS) with Blast cleaning to P1 : One coat of Ethyl P1 : 75 Total dry film thickness
operating near white metal Silicate zinc rich with microns of paint system: 125
temperature upto 910 grade 2 ½, of solvent Primer meeting microns.
C TO 200OC, treated Swedish SSPC Paint 20 level 1 F3 : 2 x 25
at manufacturer’s Standards SIS- F3 : Two coats of single microns for
shop. 05-5900 pack special each coat
(Latest). Oleouresinous based
heat resistant ready
mixed Aluminium Paint.
c) Surface (CS) with Blast cleaning to P1 : One coat of Ethyl P1 : 75 Total dry film thickness
operating temp. Over near white metal Silicate zinc rich with microns of paint system: 125
200oC, treated at grade 2 ½, of solvent Primer meeting microns.
manufacturer’s shop. Swedish SSPC Paint 20 level 1 F4 : 2 x 25
Standards SIS- F4 : Two coats of Heat microns for
05-5900 Resisting Silicon each coat
(Latest). Aluminium Paint. Total - 50
microns.
d) Package in Carbon Blast cleaning to F7 : Two coats of Tar F7 : 2 x Total dry film thickness
Steel and low Alloy near white metal Free Epoxy paint 125 of paint system: 250
Steel (1-1/4 Cr grade 2 ½, of suitably pigmented microns microns.
through 9 Cr) with Swedish
cold insulated surface Standards SIS-
treated at 05-5900
manufacturer’s shop (Latest).
(Upto 60 Deg. C)
e) Package in Cold Lightly Blast F8 : Two coats of high F8 : 2 x Total dry film thickness
Insulated high alloy cleaned as per temperature epoxy 125 of paint system:250
Steel. Sa 1.0 Swedish phenolic (novolac) microns microns
(Upto 200 Deg. C) Standards SIS-
05-5900
(Latest).
f) DELETED
24 For internal surface Blast cleaning to F2 : Two coats of two F2 : 2 x Total dry film thickness
of shell, roof of CS near white metal pack amine adduct 150 of paint system: 300
tanks, with operating grade 2 ½, of cured Phenolic microns for microns.
SHEET 21 of 31
Ref Application Surface Generic Coating Minimum Remarks
No. Preparation System DFT
temp. Upto 110oC Swedish (Novolac) epoxy each coat
Standards SIS- (immersion grade)
05-5900
(Latest).
25 For underside (soil Blast cleaning to F7 : Two coats of Tar F7 : 2 x Total dry film thickness
side) of the tank near white metal Free Epoxy paint 200 of paint system: 400
bottom (CS) below grade 2 ½, of suitably pigmented microns microns.
only of the fixed Swedish
tanks, bottom & shell Standards SIS- OR OR OR
shall be treated as 05-5900
follows: (Latest). F8 : Two coats of high F8 : 2 x Total dry film thickness
temperature epoxy 150 of paint system: 300
phenolic (novolac) microns microns.
26 CS Equipment and Blast cleaning to Primer: One coat of Primer: 125 Total dry film thickness
associated piping near white metal Thermal spray microns of paint system 250
subject to cyclic, grade 3, of Aluminium paint and microns.
intermittent or Swedish sealed with a Silicon Finish:
regeneration Standards SIS- Aluminium seal 125
operating condition 05-5900 Finish Coat: One coat of microns
(e.g. Molecular Sieve (Latest). Thermal spray
Driers) subjected to Aluminium paint and
very severe corrosion sealed with a Silicon
with wide operating Aluminium seal.
temperature range.
NOTES:
Primers
Zinc silicate Material curing shall be checked using ASTM D 4752, minimum Acceptable
value is 4.
FORM NO: 02-0000-0021F2 REV4 All rights reserved
TS-2001 0
SHEET 22 of 31
Finish Paints
SHEET 23 of 31
It is a single pack system based on oleo resinous general purpose aluminium paint with
good heat resistance upto 250 Deg. C. and light reflection.
SHEET 24 of 31
Volume solids : 51% min. ±2
DFT range : 50 – 100 microns
Theoretical Spreading Rate : 10.2 – 5.1 sqm/litre
Main pigment : Suitable pigments to get the desired colour,
Lead & Chrome Free
Colour : Metallic Aluminium
Binder : Shall not contain any binder other than
acrylic resin; should not contain any alkyd /
acrylate alkyds / esters.
Application : Brush or spray
Drying time : Surface dry < 1hr. @ 30 Deg. C
Hard dry < 8 hrs. @ 30 Deg. C
ISO 11507/ASTM G 154, QUV A ‐ : Gloss retention: approx. 80 % and colour
change approx. DE 1.2 after 3000 hours
Accelerated weathering
exposure
Storage life : 24 months under sealed conditions
It is a single pack temperature indicating system based on silicone binder. Pigments change colour
by heating. The colour change of the coating is permanent. At approximately 200°C, the colour
changes from green to blue, above 310°C, the colour changes from blue to greyish white.
Maximum service temperature is 400°C.
SHEET 25 of 31
A high build two component abrasion resistant, pure epoxy with anti-corrosive properties
meant for excellent performance.
Two Pack epoxy-phenolic (novolac) cured with amine adduct used as an External coating for
the protection of insulated (CUI) equipment.
MIO pigmented single component inorganic copolymer coating which cures to form an inert
polymer matrix able to resist temperatures up to 650°C/1202°F and thermal shock/cycling in
dry or dry/wet service.
6.1 Machinery
SHEET 26 of 31
Steel surfaces shall be treated with complete paint system at Manufacturer’s shop. The
paint system shall be according to Manufacturer’s Std. However, suitable for operating
condition and the environmental condition where the machinery will operate. Where
necessary machinery shall be restored at site by Contractor with suitable finish.
Steel surfaces shall be treated with complete paint system at Manufacturer’s shop. The
paint system shall be according to Manufacturer’s Std., however suitable for operating
condition and the environmental condition where the electrical and instrument equipment
will operate. Where necessary Electrical and Instrument Equipment shall be restored at site
by Contractor with suitable finish.
7.0 COLOURS:
These shall be as required by specification and in particular for:
SHEET 27 of 31
Description Colour Ra1 Correspond. Asian
Paint colors to be
defined – See Note-2
90oC
FURNACES
- Cassing and connected steel works SMOOTH ALUMINIUM “
- Steel work not connected to casing SMOOTH ALUMINIUM “
AIR COOLER
- High Temperature Surfaces (Temp. SMOOTH ALUMINIUM
> 90oC)
- Low Temperature surface (Temp. < GREY 7035 “
90oC)
- Flare < 90oC GREY 7035 “
o
- Flare > 90 C) SMOOTH ALUMINIUM “
TANKS
- Shell of fixed roof WHITE 9010 “
- Roof of fixed roof tank WHITE 9010
- “
- T-303 WHITE 9010 “
Primerized surface shall be faultless and shall not have mud-cracking, dripping over
thickness and dry sprays.
Blast cleaning and painting shall not be carried out on wet surfaces.
Blast cleaning shall not be done when surfaces temperatures are less than 3oC above dew
point, or temperature is below 5oC.
No acid washes or other cleaning solutions or solvents shall be used on metal surfaces
after they have been blasted.
The surface preparation of all steel surfaces to be coated shall be free of all mill scale, rust
corrosion product, oxides, paint, oil or other foreign matter
Only dry abrasive blasting procedures will be allowed. The compressed air supply used for
blasting shall be free of detrimental amounts of water and oil. Adequate separator and
traps shall be provided and these shall be kept emptied of water and oil. Any blast cleaning
set up without functioning moisture separators shall be removed from blast cleaning areas.
All welded areas and appurtenances shall be given special attention for removal of welding
flux in crevices. Welding splatter, slivers, laminations and underlying mill scale exposed
during sand blasting shall be removed or repaired.
SHEET 28 of 31
The blast-cleaned or power brushing surfaces shall be coated with primer within four hours
of surface preparation.
The application of the products shall be carried out in strict compliance with the paint
manufacturer’s recommendation.
The Contractor shall provide suitable protection for all adjacent plants or equipment from
airbone during spraying and sand blasting.
The inspection and testing requirements outlined in this section shall be performed for shop
and site applied coating systems.
Preference shall be given to manufacturers and applicators that are quality certified to ISO
9001: 2000.
Inspection and Test Plans (ITPs), and quality control procedures used for application of
coating systems shall form part of the Method Statement and shall be submitted for
approval by the Principal prior to commencement of work.
The applicator shall appoint a certified inspector of coatings for inspection and testing of
coating systems.
Tests of coated areas and items shall form part of the ITPs.
Surface Preparation in accordance to Swedish Standard SIS-05-5900 (Latest).
Blast cleaning profile shall be checked using a suitable profile meter – Acceptable
profile shall be 40 - 60 microns.
Check of time of top coating and drying in accordance with the direction of the paint
manufacturer.
Before any coating work is preformed on the site, the contractor shall ensure that
any works applied by others is acceptable.
Any defect that are discovered, are to be notified in writing to the owner before
proceeding with the contract work. To ensure the good execution of painting work
following test shall be performed:
- Surface Preparation
- Surface contaminant tests
SHEET 29 of 31
- Surface profile tests
- Coating thickness tests
- Tests for cure of coatings
- Adhesion tests
- Continuity testing
- Iron contamination
- Chloride contamination
- Dust Contamination
All Inspection and Test Records (ITRs) shall be submitted with the Manufacturer’s
Data Report (MDR) at the conclusion of the job.
Access shall be granted for inspection of all paint work, and witnessing of test work.
This shall not however relieve the Contractor of their own QA/QC responsibilities.
For all type of primer the Contractor shall guarantee the Classification of Adhesion Test
Results as per ASTM D3359. The acceptable Rate Adhesion Test Results shall be for
sandblasted and primerized surfaces shall be minimum 3A (or Higher)
For primer plus finishing coat(s) the Contractor shall guarantee the Classification of
Adhesion Test Results as per ASTM D 3359. The acceptable Rate Adhesion Test Results
shall be for blast cleaned and painted surfaces shall be minimum 3A ( or higher).
After test, the surface must be repaired according to the system applied.
a) Storage Tanks A – 60 mm
b) Equipments and piping with O.D. above 600 mm A– 40 mm and
c) Equipments and pipings with O.D. from 300 to 600 mm and for machinery of great
dimensions A – 20 mm
d) Equipments and pipings with O.D. less than 300 mm and for machinery with small
dimensions A – 10 mm
SHEET 30 of 31
12.2 Inscription’s Colours
Spaces between words and assemblage of numbers shall have dimensions equal to 2A
3” & below 25
4” NB-6” NB 50
8” NB-12”NB 75
15.0 The contractor shall obtain prior approval from Engineer-In-Charge for the brands of paint
material proposed to be used. The contractor shall submit the following details of paint
material either at the time of bidding or soon after award of work for approval of paints.
16.0 Owner reserves the right to take random samples and get it tested through reputed labs.
In case the supplied paint material do not meet the specified performance requirements then
SHEET 31 of 31
suitable action shall be taken against the paint supplier. The decision of Engineer-In Charge
shall be final and binding on the Contractor in such cases
17.0 WARRANTY:
Contractor along with Paint Manufacturer jointly shall develop the paint schemes following
the system specification.
They shall jointly provide a performance guarantee for a period 5 years as stipulated below,
where spontaneous visible corrosion has broken down the paint film to a degree exceeding “Ri 3”
(as defined in ISO 4628/3‐2003).
SECTION – VI-9.0
SPARE PARTS
MACHINERY
CENTRIFUGAL PUMP
QUANTITY
S. No. DESCRIPTION No. of Pumps working
1 2 3 4
1. Impeller 1 set 1 set 1 set 1 set
2. Impeller locking nut 2 sets 2 sets 2 sets 2 sets
3. Wear Rings 2 set 2 sets 3 sets 4 sets
4. Shaft with keys 1 set 1 set 1 set 1 set
5. Shaft Sleeve 1 set 2 sets 3 sets 4 sets
6. Interstage sleeves 1 set 2 sets 3 sets 4 sets
7. Interstage Bushes 1 set 2 sets 3 sets 4 sets
8. Mech. Seal where applicable 1 no. 1 no. 2 nos. 2 nos.
9. ‘O’ Rings / Springs for Mech. Seal 2 set 2 sets 3 sets 4 sets
10. Mechanical Seal Faces 1 set 2 sets 3 sets 4 sets
11 Constant level Oiler 2 sets 2 sets 2 sets 2 sets
12 Deflectors 2 sets 2 sets 3 sets 3 sets
13 Complete coupling 1 No. 1 No. 1 No. 1 No.
Flexible elements, Bushes, Pins for
14 1 set 1 set 2 sets 2 sets
Coupling
15 Bearings ( DE + NDE ) 1 set 2 sets 2 sets 2 sets
16 Gaskets & ‘O’ Rings 2 sets 3 sets 4 sets 6 sets
17 Labyrinths 2 sets 3 sets 4 sets 5 sets
18 Throat Bushing 1 No. 2 Nos. 3 Nos. 4 Nos.
19 Throttle Bushing 1 No. 2 Nos. 3 Nos. 4 Nos.
20 Oil Seals 2 sets 3 sets 4 sets 6 sets
21 Balancing drum & sleeves 1 set 1 set 2 sets 2 sets
Leak-off valve-gaskets, ‘O’ Rings and
22 2 sets 3 sets 4 sets 5 sets
springs
Spares for gear box (bearings, gears and
23 1 set 1 set 1 set 1 set
seals)
24 All type of Fasteners 200% 200% 200% 200%
EOT CRANE
S. QUANTITY
DESCRIPTION
No.
1. Wire rope for main hoist 1 set
2. Wire rope for Auxiliary hoist (if applicable) 1 set
3. Rope guide for main Hoist 1 set
4. Rope guide for Auxiliary Hoist (if applicable) 1 set
5. All type of Bearings 1 set
6. All type of Oil seals, Gaskets , O-Rings 1 set
NOTE:
1. ‘Set’ means complete replacement of particular part in one machine.
2. Item wise price against each item shall be furnished in the Performa enclosed with the
enquiry
3. The quotation should contain sectional drawing showing location & part no. (For exact
identification) & material specification
PIPING ITEMS
Quantity
Sl. Size Range
Part Description Required Remark
No. (NB)
(% of as built)
1 Pipes & Fittings ≤1.5” 5% min. qty. 6 mtr. / 1 No.
2 Pipes & Fittings ≥ 2” 2% min. qty. 6 mtr. /1 No.
3 Flanges ≤1.5” 5% min. qty. 1 No.
4 Flanges 2” to 6” 5% min. qty. 1 No.
5 Flanges 8” to 36” 2% min. qty. 1 No.
6 Valves ≤1.5” 5% min. qty. 1 No.
7 Valves 2” to 14” 5% min. qty. 1 No.
≥16” with rating
8 Valves Note-5
≥900#
Bolts, Nuts & Gaskets (For each
9 10% min. qty. 1 No.
size, rating, material)
Traps (For each size, rating,
10 2% min. qty. 1 No.
material)
Expansion Bellow (For each
11 10% min. qty. 1 No.
size, rating, material)
Strainer element (For each size,
12 10% min. qty. 1 No.
rating, material)
Notes(Piping items):
1. Percent of quantity required as mandatory spares is for each and every item/size/material
consumed in as built.
2. No substitution in size, rating and material is allowed.
3. Pipe length in meter and other items in No. or Set shall be supplied.
4. Fractional part of quantity shall be converted into nearest upward whole part.
5. For rating ≥900# and sizes ≥16”, minimum one qty. valve spare shall be supplied for each size,
rating & material.
SECTION – VI-10.0
VENDOR LIST
1.0 CIVIL
GENERAL NOTES:
ii. OWNER / CONSULTANT reserve the right to choose any of the approved make / vendor as per
this list. Make of the item not indicated and any other make for the specified item shall be subject
to owner’s / consultant’s approval.
iii. Specifications of manufacturer’s items shall be checked against tender item / specifications
before selecting any product or brand name. In case of any discrepancy, tender item /
specifications shall prevail, and any such brand of item shall not be used which is not
conforming to tender specifications even if it is listed in this vendor list.
iv. In case of non-availability of any material among approved vendors / makes in a particular site /
region, alternate vendor / make conforming to IS / BS etc. Shall be used subject to approval by
OWNER / CONSULTANT.
a) EUROCON
b) ALTRA TILE PVT. LTD.
1.1 CEMENT TILES (FLOOR/WALL)
c) DAZZLE
A) NITCO
1.2 TERRAZZO TILES
B) HINDUSTAN TILES
a. SOMANY CERAMICS
b. H&R JOHNSON CERAMICS
1.3 CERAMIC TILES
c. KAJARIA CERAMICS
d. ORIENT CERAMICS
A) BHARAT TILES
B) RESTILE CERAMICS
1.4 HEAVY DUTY FLOOR TILES
C) PELICAN CERAMIC INDUS.
D) PAVIT
E) SONA TILES
a) PIDILITE INDUSTRIES
INDUSTRIAL FLOOR HARDENER b) SIKA
1.5
ADMIXTURE c) CICO.
A) PREMIER VINYL
1.6 PVC ROLLS
B) ARMSRONG INARCO
C) RMG POLYVINYL
A) PREMIER VINYL
1.8 PVC TILES/ROLL ANTISTATIC B) RMG POLYVINYL
C) ARMSTRONG
A) NAVAIR INTERNATIONAL OR
6.7 FIRE PROOF COATING APPVD. EQUIV.
A) IIT MADRAS
11.6 MATERIAL TEST HOUSE
B) GOVT APPROVED AGENCY
A) ACC
B) J K CEMENT
C) BINANI CEMENT
D) JP CEMENT
12.0 CEMENT E) GUJARAT AMBUJA
F) ALTRA TECH CEMENT
G) BIRLA CORPN. LTD.
H) GRASIM
I) SHREE
A) SAURASHTRA CEMENT LTD.
12.1 SULPHUR RESISTANT CEMENT
B) SHREE DIGVIJAY CEMENT
13.0 RCC DESIGN MIX AP GOVT APPROVED AGENCY
WRAPPING COATING (I/C TAPE A) IWL OR APPROVED EQUIVALENT
14.0 & PRIMER) IWL OR APPROVED
EQUIPMENT
A) CAFCO
15.O FIRE PROOFING MATERIAL
B) CARBOLINE
HEAVY SECTIONS MORE THAN 150
16.0 STRUCTURAL STEEL / CS PLATE MM
A) SAIL
B) TATA STEEL
C) RINL
LIGHT SECTIONS LESS THAN 150 MM
D) JINDAL
E) ESSAR
F) ISPAT INDUSTRIES
a) SURYA
MS PIPES (HAND RAIL
16.1 b) PRAKASH
APPLICATION)
c) JINDAL
A) SAIL
17.0 TIMT BAR / REBAR B) TATA STEEL
C) RINL
A) INDIANA GRATINGS
B) WESTCOAST ENGINEERING
18.0 GRATINGS/HANDRAILS
C) GREATWELD GRATING
D) KANADE ANAND UDYOG
A) ADOR
B) ESAB
19.0 WELDING ELECTRODE
C) D & H
D) HANOVAR
EOT CRANES
GRADE 321))
PRAKASH STEELAGE LTD. (Seamless: upto114 mm OD, Thickness
7 INDIA
upto 6 mm)
8 RATNAMANI METALS & TUBES LTD. INDIA
9 SANDVIK ASIA PVT. LTD. (OD UPTO 60.33 (THK: UPTO 8.74 MM)) INDIA
SCORODITE STAINLESS (INDIA) PVT.LTD. (UPTO 50.80 OD (UPTO
10 INDIA
SS GRADE 321))
11 SURAJ STAINLESS LIMITED INDIA
T.T.I.-TUBACEX TUBOS INOXIDABLES, S.A.(OD 15.8 MM TO 250.0
12 SPAIN
MM, WALL THK.1.0 MM)
FITTINGS: CS/AS/SS SEAMLESS & FORGED
1 AMFORGE INDUSTRIES INDIA
2 ANIL METAL CORPORATION INDIA
3 CHETAN STEELS ( UPTO 6” SCH. 80 ) INDIA
4 COMMERCIAL SUPPLYING AGENCY INDIA
CSA FITTINGS (Forged ½” to 2”-upto 900#, Seamless: 2” to 8”- upto
5 INDIA
SCHXXS)
6 EBY FASTENERS INDIA
7 EBY INDUSTRIES INDIA
FIT-TECH INDUSTRIES (Forged ½” to 1 1/2”-upto 900#, Seamless: 2” to
8 INDIA
8”- upto SCHXXS)
FLASH FORGE(P) LTD.(Forged upto 4”-upto 900#, Seamless/welded:
9 INDIA
up to 42”)
10 GUJARAT INFRAPIPES PVT. LTD. INDIA
11 JAY LAKSHMI STEEL & ENGINEERING CO. INDIA
KALPESH TUBE(INDIA),(TRADER) (UPTO A MAX ORDER VALUE
12 INDIA
RS.25.0 LAKH)
13 M.S FITTINGS MANUFACTURING CO. PVT LTD. INDIA
2 AIRA EURO AUTOMATION PVT. LTD. (Upto 6”, Rating 150# & 300#), INDIA
3 AQUA VALVES PVT. LTD. INDIA
BRIGHTECH VALVES & CONTROLS PVT. LTD. (4” x 150# for CS,
4 INDIA
AS & SS material)
5 CHEMTECH INDUSTRIAL VALVES PVT. LTD. INDIA
6 CRAWLEY & RAY (FOUNDER & ENGINEERS) PVT. LTD. (DN25) INDIA
7 DELVAL FLOW CONTROLS PVT. LTD. (Upto 12” (Upto 900#)) INDIA
8 FLOCON SYSTEMS PVT. LTD. (CS upto 6”, 150#) INDIA
9 FLOW CONTROL INDIA
10 FLOWCHEM INDUSTRIES ( UPTO 300# and upto 10”) INDIA
11 FLUIDTECH EQUIPMENT PVT. LTD( UPTO 4” (300#)) INDIA
12 FORWARD ALLOYS AND CASTINGS (Upto 900#) INDIA
GURU INDUSTRIAL VALVES PVT. LTD. (Cast CS only: Upto 12”
13 INDIA
(Upto 300#), 4” (Upto 900#) & Forged: Upto 2” (800#))
HAWA ENGINEERS LTD. (Upto 16" (150# & 300#), Upto 12" (600#
14 INDIA
& 900#))
INTERVALVE INDIA LTD. (Forged: Upto 2" (800#), Cast: Upto 12"
15 INDIA
(Upto 300#))
JC VALVES & CONTROLS INDIA PVT. LTD. (CAST UPTO 28” (upto
16 INDIA
600#),12” (900# , 1500#) & 10” (2500#))
17 KSB PUMPS LTD. (VALVES DIVN.) (CS upto 100DN, 20 bar) INDIA
LEADER VALVES LTD. (Casting upto 600#, 6” & forging upto 800#,
18 INDIA
2”)
MICON ENGINEERS (HUBLI) PVT. LTD. (Cast: Upto 6” (150# &
19 INDIA
300#) & Forged: Upto 2” (800#)
20 MICROFINISH VALVES (P) LTD. INDIA
21 NSSL LTD. (Upto 12" (150# & 300#)) INDIA
22 OSWAL IND. LTD. (Upto 24" (150#, 300# & 600#)) INDIA
23 SHALIMAR VALVES PVT. LTD. (Upto 18" (600#) Material: CS/AS/SS) INDIA
24 VIBA FLUID CONTROL (Upto 300#) INDIA
25 VIRGO ENGINEERS LTD. (Upto 16" (upto 600#)) INDIA
WEIR BDK VALVES (Cast: Upto 30” (150# & 300#), 20” (600#), 16”
26 INDIA
(900#), 12” (1500#) & Forged: Upto 2” (800#))
27 XOMOX SANMAR LTD.( FISHER XOMOX) INDIA
28 BHDT GMBH AUSTRIA
BOTELI VALVE GROUP CO. LTD. (Upto 32” (150# & 300#), 30”
29 CHINA
(600#), 24” (900#)
30 ZHEJIANG JIEHUA VALVE CO. LTD. CHINA
31 VELAN INC.( UPTO 16”, 600#) CANADA
CESARE BONETTI SPA (UPTO 24" (150#) & 4" (UPTO 1500#)
17 ITALY
TRUNNION MOUNTED ONLY)
18 GE POWER (NUOVO PIGNONE SPA) ITALY
19 GTC ITALIA, S.R.L. ITALY
20 PETROL VALVES S.R.L ITALY
21 PIBIVIESSE (48”, 600#) ITALY
22 VALVITALIA SPA ITALY
23 PERRIN GMBH (SIZE UPTO 24" (RATING UPTO 2500#)) GERMANY
24 RED POINT ALLOYS BV NETHERLAND
FRIULCO SPA (UPTO 48" (150# & 300#); 20" (UPTO 1500#); 12"
25 ITALY
(2500#))
POYAM VALVES, (AMPO S. COOP.) (SIZE UPTO 42" (RATING
26 SPAIN
UPTO 2500#))
27 METSO AUTOMATION SINGAPORE
28 ORBIT VALVES PLC SINGAPORE
BUTTERFLY VALVES
1 A V VALVES LIMITED (UPTO 48" (150#)) INDIA
2 ADVANCE VALVES (RUBBER LINED AND METAL SEATED) INDIA
3 AIRA EURO AUTOMATION PVT. LTD. (Upto 48”, Rating upto 300#) INDIA
4 AUDCO INDIA LIMITED (L&T VALVES DIVN.) INDIA
5 BDK PROCESS CONTROL PVT LTD. (UPTO 1600MM) INDIA
6 CHEMTECH INDUSTRIAL VALVES PVT LTD INDIA
CRAWLEY & RAY (FOUNDER & ENGINEERS) PVT. LTD. (40mm-
7 INDIA
1000mm)
8 DELVAL FLOW CONTROLS PVT. LTD. (Upto 24” (Upto 300#)) INDIA
9 FLOCON SYSTEMS PVT. LTD. (CS upto 12”, 150#) INDIA
10 FLUIDTECH EQUIPMENT PVT. LTD. (CS upto 12” (300#)) INDIA
11 FOURESS ENGINEERING (I) LTD. INDIA
12 HAWA ENGINEERS LTD. (2" to 48”(PN10/PN16/150#/300#)) INDIA
13 HAWA VALVES INDIA PVT. LTD. (CS UPTO 6", 150#) INDIA
HI-TECH BUTTERFLY VALVES INDIA PVT. LTD
14 INDIA
(<300#,<30"(TEFLON/RUBBER) ,<72"(METAL))
15 INSTRUMENTATION LTD. (PALAKKAD) INDIA
16 INTERVALVE INDIA LTD. (Upto 72” (150#) & Upto 16” (300#)) INDIA
JC VALVES & CONTROLS INDIA PVT. LTD. (Upto 20” (150#) & 10”
17 INDIA
(300#))
18 L&T LTD (1/2" TO 24") INDIA
19 LEADER VALVES LTD.(150#, upto 16”) INDIA
STEAM TRAPS
1 GREAVES LTD. INDIA
2 PENNANT ENGINEERING PVT. LTD. INDIA
3 VIRGO ENGINEERS LTD. (1/2” to 4” (upto 600#) (CS/SS)) INDIA
4 YARWAY CORPORATION INDIA
5 ZOLOTO INDUSTRIES (15 mm to 25 mm) INDIA
6 GESTRA AG GERMANY
7 ARMSTRONG INTERNATIONAL INC. U.S.A
8 OGONTZ CORPORATION U.S.A
9 TYCO INTERNATIONAL INC.,U.S.A. U.S.A
SPRING SUPPORTS
1 MYRICS PIPING SYSTEM PVT.LTD. INDIA
2 PIPE SUPPORTS INDIA PVT. LTD. INDIA
3 PIPING & ENERGY PRODUCTS (P) LTD. INDIA
4 SARATHI ENGG. ENTERPRISES PVT. LTD. INDIA
5 SPRING SUPPORTS MFG. CO. INDIA
6 FLEXIDER S.P.A. ITALY
FASTENERS
1 AEP COMPANY INDIA
2 CAPITAL INDUSTRIES INDIA
3 CONSOLE ENGG. & FASTNERS INDUSTRIES INDIA
4 EBY FASTNERS INDIA
5 FIT TIGHT NUTS & BOLTS LTD. INDIA
6 FIX FIT FASTENERS MFG. PVT. LTD. INDIA
7 INDUSTRIAL ENGINEERING CORPORATION (SIZE UPTO 4" (M100)) INDIA
MEGA ENGINEERING PRIVATE LIMITED (½" TO 3" MATERIAL:
8 INDIA
CS/AS/SS)
9 METRO MECHANICAL PVT.LTD. INDIA
10 NAGBHUSHANAM INDUSTRIES INDIA
11 NIREKA ENGG. CO. PVT. LTD. INDIA
12 PACIFIC FORGING & FASTENERS PVT. LTD. (M 10 TO M125) INDIA
13 PERFECT MARKETING (P) LTD, INDIA
14 PIONEER NUTS & BOLTS PVT. LTD. INDIA
15 PRECISION AUTO ENGINEERS INDIA
16 PRECISION ENGINEERING INDUSTRIES INDIA
17 PTD FASTNERS PVT. LTD. INDIA
4.0 ELECTRICAL
ELCB
1. GE POWER CONTROLS INDIA PVT. LTD. INDIA
2. HAVELLS INDIA LTD. INDIA
3. INDO ASIAN FUSEGEAR LTD INDIA
4. LEGRAND INDIA LTD INDIA
5. S & S POWER SWITCHGEAR LTD INDIA
6. SIEMENS LTD. INDIA
7. STANDARD ELECTRICALS LIMITED INDIA
8. ABB INDIA
9. SCHNEIDER ELECTRIC INDIA
PUSH BUTTONS
1. LARSEN & TOUBRO INDIA
LTD.(EL.PRODUCTSDIVN)
2. SIEMENS LTD. INDIA
3. ASEA BROWN BOVERI LTD. INDIA
4. SCHNEIDER ELECTRIC INDIA
INDICATION LAMP
1. LARSEN & TOUBRO INDIA
LTD.(EL.PRODUCTSDIVN)
2. SIEMENS LTD. INDIA
3. BINOY INDIA
HT POWER CABLES
1. CABLE CORPN. OF INDIA LIMITED INDIA
2. DIAMOND POWER INFRASTRUCTURE LTD INDIA
3. KEC INTERNATIONAL LTD. (FORMERLY RPG INDIA
CABLES LIMITED
4. KEI INDUSTRIES LIMITED (UPTO 33 KV) INDIA
5. NICCO CORPORATION LTD INDIA
6. RAVIN CABLES LIMITED INDIA
7. TORRENT CABLES LTD. INDIA
8. UNIVERSAL CABLES LTD. INDIA
9. UNIFLEX INDIA
LT POWER CABLES
1. CABLE CORPN. OF INDIA LIMITED INDIA
2. CORDS CABLE INDUSTRIES LTD INDIA
3. DELTON CABLES LTD INDIA
4. FINOLEX CABLES LTD INDIA
5. INDUSTRIAL CABLES (I) LIMITED (1.1 KV PVC/XLPE INDIA
INSULATED)
6. J K CABLES LIMITED INDIA
7. KEC INTERNATIONAL LTD. (FORMERLY RPG INDIA
CABLES LIMITED
8. KEI INDUSTRIES LIMITED INDIA
9. NICCO CORPORATION LTD INDIA
10. PLAZA CABLE INDUSTRIES LIMITED INDIA
11. RAVIN CABLES LIMITED INDIA
12. TORRENT CABLES LTD INDIA
13. UNIVERSAL CABLES LTD. INDIA
14. POLYCAB INDIA
LT CONTROL CABLES (1.1 KV)
1. CABLE CORPN. OF INDIA LIMITED INDIA
2. CORDS CABLE INDUSTRIES LTD. INDIA
CABLE LUGS
1. DOWELL'S ELECTRICALS INDIA
2. FORWARD ENGG INDUSTRIES INDIA
3. KSE ELECTRICAL PVT. LTD. INDIA
4. MG ELECTRICA INDAI
5. POWER ENGG CO INDIA
6. S J METAL INDUSTRIES (JAINSON) INDIA
7. USHA MARTIN INDUSTRIES LTD. (ISMALDIVN) INDIA
SCHEDULE OF RATES FOR MECHANICAL WORKS (SUPPLY & ERECTION) Document No. Rev.
Name of Work : CONSTRUCTION OF RAW WATER AND FIRE WATER RESERVOIR, PUMP HOUSE AND SERVICES AT TALCHER FERTILIZERS LTD., ANGUL, ODISHA
NIT Ref. : PNPM/PC‐150/E/112/NCB
Notes :
1 The order will be placed on overall lowest (L‐1) basis.
2 Prices shall be quoted strictly as per the Price Schedule Format made available herein without altering any of the contents of the "Price Schedule Format".
Vendor shall include Prices towards all Mandatory & Commissioning Spares, Special Tools & Tackles, Export Sea‐worthy Packing, Forwarding, FOB Charges, Inland Freight, Testing & Third
3 Party Inspection Charges, Insurance upto Port of Exit, Loading (on ship), all duties and Taxes, other charges payable outside India including Export Licensing etc. Supplier shall be responsible
and no additional cost/ time shall be paid in case commissisonig spares/ special tools & tackles over and above those quoted by supplier are required.
Per diem rates as quoted by the Bidder, shall be basis for payment in case assistance is required during commissioning however actual payment for service shall be based on actual mandays
4
consumed at site.
5 Please submit Unpriced copy of this Price Schedule indicating either "QUOTED" or "NOT QUOTED" against each item.
6 Please enter Value in Cells Highlighted in Yellow only.
7 Price to be entered in Indian Rupees Only
Bidder
Name :
PRICE SCHEDULE
(This BOQ Template must not be modified/ replaced by the Bidder and the same should be uploaded after filling the relevant columns, else the Bidder is liable to be rejected for this Tender. Bidders are allowed to enter the
Bidder Name and Numeric Values only)
PART ‐A
SCHEDULE OF RATES FOR EQUIPMENTS AND PIPING WORKS
BASIC UNIT PRICE In
TOTAL AMOUNT in
Figures To be entered by
Figures TOTAL AMOUNT in Words
APPROX Quoted the Bidder
S.No DESCRIPTION UNITS (Including all taxes, (Including all taxes, duties, levies, etc, except
QTY. Currency (Including all taxes,
duties, levies, etc, except GST )
duties, levies, etc, except
GST )
GST )
1 UNLOADING OF EQUIPMENT
Unloading from trailer, truck, etc. and placing on firm ground over suitable support / sleepers
etc. as desired by Owner/Consultant at a place to be decided by Owner/Consultant of
equipment foundations. However, effort shall be made to erect the equipment directly from
tailor to foundation to avoid unloading for which payment shall not be made against
unloading of equipment.
2 SUPPLY & ERECTION OF NEW EQUIPMENTS & MACHINERIES ETC.
leveling, alignment, bolting, welding, grouting; fixing of internals; first maintenance &
carrying out testing / carrying out alignment, trial runs and start up runs and providing
manpower for testing, rectifying and defect and completion of works in all respects including
earthing protection by way of fixing strips and electrodes as per drawings & specifications.;
completion of all jobs as per drawings, scope of work & technical conditions as defined in the
enquiry specifications, standards, codes and all jobs are to be carried out as per the
instruction and to the full satisfaction of the Engineer‐in‐Charge/Owner. Job also includes
supplying of all types of tools, tackles, lifting arrangements, tractor trolley & equipments,
machineries all consumables and labour to complete the job in a workman like manner,
erection and removal of steel scaffolding wherever required, area preparation for hot job
and area cleaning after completion of work including blinding, deblinding, removal of
insulation, gas cutting of bolts, chipping of foundation, flushing wherever required.
Rates shall include cost of labour, deployment of tools & tackles, consumables, Materials and
other associated arrangements required to execute all activities. Grouting shall be paid as per
Cl. 2.0 of SOR when using SHRINKOMP or equivalent. For cost of grouting using ordinary
grouting, including supply of materials shall be included in the unit rates of erection of
equipments, machinery & SKID etc. without any extra cost to Owner.
MOVING MACHINERY PUMPS WITH ITS DRIVE MOTOR ETC.FOR Water supply to Raw Water
i Reservoir AS PER TS IN NIT Nos 3 INR 0.00 No Rupees Only
MOVING MACHINERY PUMPS WITH ITS DRIVE MOTOR ETC.FOR for makeup water supply to
ii Fire water reservoir AS PER TS IN NIT No. 1 INR 0.00 No Rupees Only
3 SUPPLY & ERECTION OF EOT CRANE
Supply & Erection of EOT Crane (Double girder) of Suitable capacity including its drives and
all other relevant electrical items as per TS attached elswhere in the tender documents.This
covers the technical requirements of design, engineering,manufacture, testing at works,
supply at site, erection, site testing and commissioning of the complete electrical equipment Lot 1 INR 0.00 No Rupees Only
and accessories as required for the overhead travelling crane and hoists.
5 SUPPLY OF PIPING ITEMS
FOR U/G PIPING
"Supply , taking over" as defined in the specifications, handling, loading, transportation,
unloading and Laying of bare/coated line pipes and other materials like valve, fittings,
flanges, from Contractors suppliers locations/works etc. to Contractor's stock
yard/workshop/work‐site including preliminary activities, preparation of drawings, wherever
required for crossing etc. Handling, stacking, stringing of the UG pipes ,
Carrying out inspection of materials including line pipes at the time of laying/ installation of
line pipes, associated valves, tees, insulating joints, flanges & fittings for buried application of
all sizes, thickness & ANSI class rating and accessories as per specification wherever required
depending on site condition.
Arrangement of all additional lands required for Contractor's storage, fabrication, access for
construction, etc. procurement and supply of all materials, consumables, equipment, labour
and other inputs, carrying out all temporary, ancillary, auxiliary works, etc. make ready for
commissioning of pipeline as per drawings, specifications, other provisions of Contract
document and instructions of Engineer‐in‐charge, including but not limited to carrying out
the following works.
Barricading the pipeline construction area prior to execution to the entire satisfaction of
Owner / Engineer‐in‐charge.
ITEM SIZE SPECN SCH/THK MATERIAL
5.1 Pipes
i CS PIPES BE 20",OD 508.0 ASME B36.10 SCH 10 ERW,API 5L GR.B MTR. 192 INR 0.00 No Rupees Only
ii CS PIPES BE 20",OD 762 ASME B36.10 SCH 10 ERW,API 5L GR.B ,C & W MTR. 264 INR 0.00 No Rupees Only
ERW/SAW,ASTM API 5L
iii CS PIPES BE 36",OD 914 ASME B36.10 SCH XS MTR. 114 INR 0.00 No Rupees Only
GR.B
5.2 VALVE
GATE VALVE
5.4 FLANGES
ITEM SIZE SPECN SCH/THK MATERIAL
FLANGE ASTM A105, SO‐RF 125
i 18” ASME B16.5 150 # Nos 4 INR 0.00 No Rupees Only
(SLIP ON) AARH
FLANGE ASTM A105, SO‐RF 125
ii 20” ASME B16.5 150 # Nos 33 INR 0.00 No Rupees Only
(SLIP ON) AARH
5.5 GASKET
ITEM SIZE SPECN SCH/THK MATERIAL
TP304 SS WDG;GPH
GASKET (SPRL‐
i 18” ASME B16.20 150# FLR;TP304 SS INR RNG;CS Nos 12 INR 0.00 No Rupees Only
WND RF)
OTR RNG
TP304 SS WDG;GPH
GASKET (SPRL‐
ii 20” ASME B16.20 150# FLR;TP304 SS INR RNG;CS Nos 60 INR 0.00 No Rupees Only
WND RF)
OTR RNG
ASME TP304 SS WDG;GPH
GASKET(SPRL‐WND
iii 36” B16.20/B16.4 150# FLR;TP304 SS INR RNG;CS Nos 39 INR 0.00 No Rupees Only
RF)
7 SR.B OTR RNG
5.6 STUD & NUTS
ITEM SIZE SPECN SCH/THK MATERIAL
STUD & 2NUTS ASTM A193 GR.B7/ASTM
i 11/8" 150 Nos 90 INR 0.00 No Rupees Only
HVY HEX A194 GR.2H
STUD & 2NUTS ASTM A193 GR.B7/ASTM
iii 11/2" 275 Nos 582 INR 0.00 No Rupees Only
HVY HEX A194 GR.2H
5.7 ELBOW
ITEM SIZE SPECN SCH/THK MATERIAL
0, 1.5D
i ELBOW 90 20”BW ASME B16.9 SCH 10 ASTM A234 WPB‐WLDD Nos 37 INR 0.00 No Rupees Only
5.8 TEE
ITEM SIZE SPECN SCH/THK MATERIAL
SCH10 X ASTM A234 WPB‐WLDD,
i TEE (BW) 20X20 ASME B16.9 Nos 4 INR 0.00 No Rupees Only
SCH10 BW
SCH XS X ASTM A234 WPB‐WLDD,
ii TEE (BW) 36X36 ASME B16.9 Nos 2 INR 0.00 No Rupees Only
SCH XS BW
5.9 REDUCER
ITEM SIZE SPECN SCH/THK MATERIAL
SCH10X SCH
i REDUCER ECC.(BW) 20"X18" ASME B16.9 ASTM A234 WPB‐WLDD Nos 4 INR 0.00 No Rupees Only
10,
5.10 SOCKOLET
ITEM SIZE SPECN SCH/THK MATERIAL
SOCKOLET
i 20"X3/4” MSS SP 97 3000# ASTM A105 Nos 10 INR 0.00 No Rupees Only
(SOCW)
SOCKOLET
ii 36"X3/4” MSS SP 97 3000# ASTM A105 Nos 4 INR 0.00 No Rupees Only
(SOCW)
5.11 BLIND FLANGE
ITEM SIZE SPECN SCH/THK MATERIAL
SPECL BLIND 150#,RF 125
i 20” ASME B16.48 ASTM A105 No. 1 INR 0.00 No Rupees Only
FLANGE AARH
ASME B16.47 150#,RF 125
ii BLIND FLANGE 36” ASTM A105 No. 1 INR 0.00 No Rupees Only
SR.B AARH
ASME B16.47 150#,RF 125
iii BLIND FLANGE 40” ASTM A105 Nos 2 INR 0.00 No Rupees Only
SR.B AARH
5.12 CAP(CS)
ITEM SIZE SPECN SCH/THK MATERIAL
iii NIPPLE, PLN‐PLN 3/4" ASME B36.10 SCH160 SMLS,API 5L GR.B Nos 15 INR 0.00 No Rupees Only
NIPPLE, PLN‐THD,
iv 3/4" ASME B36.10 SCH160 SMLS,API 5L GR.B Nos 20 INR 0.00 No Rupees Only
NPT
5.14 BRANCH WELD WITH RP
ITEM SIZE SPECN SCH/THK MATERIAL
BRANCH WELD SCHXS X
i 36"X20" ASME B31.3 CARBON STEEL BW Nos 6 INR 0.00 No Rupees Only
WITH RP SCH10
6.0 FABRICATION & ERECTION OF ABOVE GROUND (A‐G) PIPING
Transportation of all piping materials from storage point to work site/shop including from
shop to work site, cleaning, stacking, surface preparation/shot blasting of piping, supply &
application of paints and primers (including all coats‐primer, intermediate & final coats) for
piping and equipments as per enclosed painting specification in NIT,prefabrication /
fabrication at shop and/or site including marking, cutting, edge preparation, beveling,
bending, etc., providing all branch connections, re‐enforcement pads, threading etc., welding
of all fitting and specials, erection including lifting, placing, installing of supports etc. at all
levels and locations, leveling, aligning, jointing of flanges including insertion of gaskets, orifice
plates, spectacle blinds etc., bolting, joining by threading or welding, ,connecting the system
to the required other system, equipments, pumps, including hook up of new lines with
existing lines, and welding of Tie‐in points as per tie‐in list, installation of all in line fittings /
all type of valves / Instruments / strainers / filters / spray nozzles / traps, safety / control
valves rapture disc, flow meters, flow orifice etc. as applicable including shifting to &
collection from painting contractor’s shop for erection, hydro testing, flushing and blowing,
seal/leak testing and making ready for commissioning as per drawings, specification
,standards ,codes, instructions of Owner/Consultant and scope of work defined in
Tender. Welding shall include all the examination and testing required such as but not
limited to radiography, ultrasonic, magnaflux /dye check etc and pre and post heat
treatment wherever required.
The cost towards radiography only shall be paid separately as per SOR Cl.7.0 . Unit rates shall
include the cost of supervision, labour, overheads/profits, consumables, and other
associated arrangements required to execute all the related activities.
The quoted rates shall include seal welding of thermocouples, Orifice flange plug, nipple, and
hydro testing drain and vents caps.
NB O.D. SCH/THK
6.1 PIPE: SMLS,API 5L GR.B/ERW,API 5L GR.B
6.2 UNDER GROUND (U‐G) PIPING WORKS:
A EARTHWORK
Excavation of trenches for pipelines in all kinds of soil including soft and hard rock mixed in
nature both dry and wet conditions including dressing of sides and bottom getting out
i excavated material in the approved dump yard in all leads of 100 meter including spreding M3 500 INR 0.00 No Rupees Only
and leveling as per instruction of owner/Consultant.
ii
Same as above but lift from 1.5 Mtr.to 3.0 Mtr. M3 200 INR 0.00 No Rupees Only
iii Providing and filling with fine river sand in trenches a layer of 150 mm from BOP(Bottom of
pipe) and 200 mm top of pipes(In case of pipe size>24" NB) and for pipe<24" filling of sand in
trenches shall be 150mm from BOP and 100 mm from top of pipe including watering, M3 200 INR 0.00 No Rupees Only
ramming, consolidating and complete dressing.
iv Filling with available earth excavated without stones & unwanted materials in the treanches
in layer other than Sr. No. III. In depth consolidation each deposited layer by ramming and
M3 250 INR 0.00 No Rupees Only
watering all complete.
VI Removal or excess excavated materials after back filling of trenchesfrom site of work to other
area in factory premises, as directed by ownerand spreading and leveling the same. M3 500 INR 0.00 No Rupees Only
vi Cutting and disposal of RCC, PCC and paved surface at all level other than I & II
M3 100 INR 0.00 No Rupees Only
NB O.D. SCH/THK
COATING AND WRAPPING OF UNDERGROUND PIPING: As per C&W‐TS
7.0 ERECTION OF VALVES
The cost towards radiography shall be paid separately as per Cl 7 of Schedule of Rates,
whereas the cost of all other tests is included in the rates quoted as per Cl. 5.0 Of
Schedule of Rates. Rates shall also include the cost of supervision, labour, Overhead /
profits, consumables, statutory approval and conditions listed in preamble to Schedule of
Rates and other associated arrangements required to execute all the related activities.
The quoted rates shall also include tightening of gland packing and bonnet flange of valves if
required during hydro‐testing of piping.
Description
A FLANGED/SCREWED VALVES
B SW/BW VALVES
i Up to 3/4" Nos 20 INR 0.00 No Rupees Only
NOTES:
i WAFER TYPE VALVES shall be treated as flanged valves
ii Above includes valves of all materials, rating, IBR/Non IBR.
iii Above includes all types of valves.
8.0 PIPE SUPPORTS
A SUPPLY & FABRICATION OF PIPE SUPPORTS
Supply & Fabrication of pipe supports as per drawings, standards, Specifications, NIT
conditions & instructions of Owner/Consultant. The rate shall include the cost of materials
, consumables, surface preparation & application of primer, labour overheads/profits
etc.
CATEGORY MATERIAL OF CONSTRUCTION
PS 1 Means carbon steel supports.
PS 2 Means alloy steel supports (Alloy steel parts of supports only)
PS 3 Means stainless steel supports (SS parts of Support only)
Category of Supports
PS‐1 MT 10 INR 0.00 No Rupees Only
Notes for 8 (a) & (b):
Irrespective of whether pipe supports and/or pipe support materials are
supplied by Contractor or Vendor, all fasteners such as bolts, studs, nuts,
i washers etc., are to be supplied by Contractor at his cost.
Welding for supports shall include preheating and all tests (excluding
radiography & stress relieving, which shall be paid separately) such as dye‐
ii penetrent test, hardness test etc. as required by standards, codes, specifications
and instructions of Owner/Consultant.
9.0 STRUCTURAL STEEL WORKS
All structural work under this enquiry has been divided in to two categories:
Equipment platforms , valve operating platforms, ladders and
hand railing (but excluding gratings) and any other additional
CATEGORY‐A
equipment supports, if required , to be fabricated at site.
CATEGORY‐B Galvanized Gratings (35 mm)
The rates for above items shall be quoted for supply, fabrication and Erection as per the
format below. Structural steel is also to be arranged and supplied by CONTACTOR.
A Supply, Fabrication & Erection of Steel Structure
Description
CATEGORY‐A MT 1 INR 0.00 No Rupees Only
CATEGORY‐B MT 0.5 INR 0.00 No Rupees Only
Note:
Prior approval shall have to be obtained from OWNER/CONSULTANT, in writing for
making a change in sections due to non‐availability of certain sections or using built‐
1
up section, compound sections, for fabrication of built‐up compound sections either
recommended by CONSULTANT or CONTRACTOR, no extra payment shall be made.
For hand railing under clause 7(c).1 pipes shall also be supplied by CONTRACTOR.
2
During execution of piping etc. gratings may have to be cut and the same shall be
repaired by cold galvanization (Zinc spray) of thickness 80 microns after proper
3 surface preparation. This activity shall be deemed covered within the unit rate of
erection of grating and nothing extra shall be paid for this.
10.0 RADIOGRAPHY (GAMMA RAY)
The unit rate shall include cost of radiograph viewer and films, consumables, scaffolding,
manpower, overheads/profits etc. Payment shall be made only for those films after
examination for joints found acceptable as per codes, standards & NIT. Films for defective
joints shall not be paid. Overlapping Length of radiography film is not payable.
Description
A At outside, the place of erection using film size
i 3" wide film Inches 100 INR 0.00 No Rupees Only
ii 4" wide film Inches 110 INR 0.00 No Rupees Only
B In‐situ (Erected position) using
i 3" wide film Inches 100 INR 0.00 No Rupees Only
ii 4" wide film Inches 110 INR 0.00 No Rupees Only
NOTES:
Length and width of film to be used which shall be decided by Owner before
i
execution of radiography.
11.0 Assistance during PRE COMMISSIONING/COMMISSIONING
The rate below shall be inclusive of Contractor's supervision, hand tools, all equipments &
machinery, consumables, contractor's supervision, over‐head and profits.
Category of Personnel
Skilled (with hand tools, equipment/machinery, consumables): Welder, Millwright Fitter
i MANDAY 10 INR 0.00 No Rupees Only
Semi Skilled (with hand tools): Pipe Fitter, Gas Cutter, Rigger, Electrician (for welding m/c).
ii MANDAY 10 INR 0.00 No Rupees Only
PART B
SCHEDULE OF RATES FOR INSTRUMENT SUPPLY & INSTALLATION WORKS
1 Transmitters Supply & Erection
Supply of pressure transmitter as per specification attached with this tender ( 1 main + 1
1.1 Nos 2 INR 0.00 No Rupees Only
spare)
1.2 Erection of pressure transmitter , this job includes following No. 1 INR 0.00 No Rupees Only
a Calibration of transmitter
Pressure transmitter erection / installation (Including drilling of blind flange where
b ever required, impulse piping including , glanding, and termination, erection of
Statction & Supports Canopy etc). Supply structural & piping material for this job Is in
c Hydrotest, PMI, DP tests of impulse lines
d functional check, loop checking
Supply of Radar type Level transmitter as per specification attached with this tender ( 2 main
1.3 No 3 INR 0.00 No Rupees Only
+ 1 spare)
1.4 Erection of Radar type Level transmitter , this job includes following No 2 INR 0.00 No Rupees Only
a Calibration of transmitter
c Hydrotest, PMI, DP tests of impulse lines,
d functional check, loop checking
c Hydrotest, PMI, DP tests of impulse lines
d functional check, loop checking
1.7 Vibration Switch
Supply of vibration switch/Transmitter along with special cable,( if any) , transmitter (if
any)shall be done by Pump vendor No 4 INR 0.00 No Rupees Only
Glanding Termination ,ferruling of Vibration switches to Control system
a
b Functional Check & Loop Testing
2.0 Pressure gauges
Supply Of pressure Gauges as per Specification mentioned in ITB ( 4 main + 1 spare)
2.1 No 5 INR 0.00 No Rupees Only
Pressure gauge erection / installation (includes impulse piping and necessary support
fabrication & installation as per the hookup attached in ITB.). Supply structural & piping
2.2 material for this job Is in bidders scope , bidder to consider the cost of these items No 4 INR 0.00 No Rupees Only
3.0 Junction Box
4.0 Instrumentation Cables
Supply of instrumentation cables ( as per specification provided in ITB)
i 12Px 1.5 Ssqmm Mtr 1000 INR 0.00 No Rupees Only
ii Deleted
iii 01Px 1.5 Sqmm Mtr 500 INR 0.00 No Rupees Only
iv Cable laying Mtr 10 INR 0.00 No Rupees Only
v 12Px 1.5 Sqmm Mtr 1000 INR 0.00 No Rupees Only
vi Deleted
PART C
SCHEDULE OF RATES FOR ELECTRICAL SUPPLY & INSTALLATION WORKS
1. LOCAL CONTROL STATION ( LCS )
Supply of Weather Proof Local Control Station of following type, as specified in Technical
1.1
Specification PC150/E/112/P‐II/Sec 6.0.
LCS with Trip‐Neutral‐Close control switch with Ammeter & 5 nos. indication lamp.
A. Nos. 4 INR 0.00 No Rupees Only
Installation, testing and commissioning of weather proof Local control stations of following
type, including shifting of control stations from store to the site of erection, fixing control
stations with nuts & bolts, on already erected supports / nearby structure / walls etc.
connecting control cable for control switch , ammeter & Indication lamp as required and
1.2
testing to make the installation complete in all respect as per approved drawings,
specifications and direction of Owner’s Engineer‐in‐charge. Supply of all required hardware
for mounting shall be in Contractor’s scope.
LCS with Trip‐Neutral‐Close control switch with Ammeter & 5 nos. indication lamp
A. Nos. 4 INR 0.00 No Rupees Only
2. INTER LOCKED TYPE SW SOCKET & PLUG
Supply of Heavy duty Hoseproof & Weather proof interlocking Switch Socket having
enclosure with IP–65 degree of protection with matching Plug of following type as specified
2.1
in Technical Specification PC150/E/112/P‐II/Sec 6.0.
This also includes drilling, taping of cable insulation, crimping of lugs to the conductor,
connection of the lugs to equipment terminal, supply and fixing of G.I. nuts, screws, bolts,
washers and other necessary hardware, PVC tape of required grade for taping, making cable
entries dust and vermin proof, earthing etc. as per instruction of manufacturer, approved
drawings, specifications and directions of Owner’s Engineer‐in‐charge.
3.3 KV (UE) Grade XLPE Insulated, PVC inner sheathed, Armoured, FRLS PVC outer sheathed
A. cables
i. 3C x 240 sq. mm (Al) Mtrs. 1200 INR 0.00 No Rupees Only
ii. 3C x 185 sq. mm (Al) Mtrs. 100 INR 0.00 No Rupees Only
1.1 KV Grade XLPE Insulated, PVC inner Sheath, Armoured, FRLS PVC outer sheathed cables
B.
3.3 KV (UE) Grade XLPE Insulated, PVC inner sheathed, Armoured, FRLS PVC outer sheathed
A. cables
i. 3C x 240 sq. mm (Al)
Nos. 8 INR 0.00 No Rupees Only
ii. 3C x 185 sq. mm (Al)
Nos. 2 INR 0.00 No Rupees Only
1.1 KV Grade XLPE Insulated, PVC inner Sheath, Armoured, FRLS PVC outer sheathed cables
B.
A. 3.3 kV grade cables
i. 240 sq. mm (Al)
Nos. 24 INR 0.00 No Rupees Only
ii. 185 sq. mm (Al) Nos. 6 INR 0.00 No Rupees Only
B. 1.1 kV grade cables
i. 70 sqmm (Al) Nos. 6 INR 0.00 No Rupees Only
ii. 50 sqmm (Al) Nos. 18 INR 0.00 No Rupees Only
iii. 35 sqmm (Al) Nos. 2 INR 0.00 No Rupees Only
iv. 25 sqmm (Al) Nos. 9 INR 0.00 No Rupees Only
v. 2.5 sqmm (Cu) Nos. 200 INR 0.00 No Rupees Only
vi. 10 sqmm (Al) Nos. 4 INR 0.00 No Rupees Only
End termination and subsequent testing of XLPE/PVC insulated single core / multi core
armoured Cables of 3.3 kV/ 1.1 KV grade, Al / Cu cable using suitable excluding supply of
glands & lugs but including Glanding, all labour and consumable materials to make
installation complete in all respect. The rate shall include drilling, taping of cable insulation,
crimping of lugs to the conductor, connection of the lugs to equipment terminal, supply and
5.6 fixing of G.I. nuts, screws, bolts, washers and other necessary hardware, PVC tape of required
grade for taping, making cable entries dust and vermin proof, earthing etc. as per instruction
of manufacturer, approved drawings, specifications and directions of engineer‐in‐charge.
A. 3.3 KV (UE) Grade XLPE Insulated, PVC inner sheathed, Armoured, FRLS PVC outer sheathed
i. 3C x 240 sq. mm (Al)
Nos. 8 INR 0.00 No Rupees Only
ii. 3C x 185 sq. mm (Al)
Nos. 2 INR 0.00 No Rupees Only
1.1 KV Grade XLPE Insulated, PVC inner Sheath, Armoured, FRLS PVC outer sheathed cables
B.
A. Straight Run Cable Trays
i. 600mm wide Mtrs. 400 INR 0.00 No Rupees Only
ii. 300mm wide Mtrs. 800 INR 0.00 No Rupees Only
iii. 150mm wide Mtrs. 50 INR 0.00 No Rupees Only
B. Horizontal Bends
i. 600mm wide Nos. 10 INR 0.00 No Rupees Only
ii. 300 mm wide Nos. 10 INR 0.00 No Rupees Only
iii. 150mm wide Nos. 2 INR 0.00 No Rupees Only
C. Vertical Inside Bends
i. 600mm wide Nos. 3 INR 0.00 No Rupees Only
ii. 300mm wide Nos. 3 INR 0.00 No Rupees Only
iii. 150mm wide Nos. 1 INR 0.00 No Rupees Only
D. Vertical Outside Bends
i. 600mm wide Nos. 3 INR 0.00 No Rupees Only
ii. 300mm wide Nos. 3 INR 0.00 No Rupees Only
iii. 150mm wide Nos. 1 INR 0.00 No Rupees Only
E. Regular Tees
i. 600mm wide No. 2 INR 0.00 No Rupees Only
ii. 300mm wide No. 2 INR 0.00 No Rupees Only
iii. 150mm wide Nos. 2 INR 0.00 No Rupees Only
F. Reducers
i. 600/300mm wide Nos. 2 INR 0.00 No Rupees Only
ii. 300/150mm wide No. 1 INR 0.00 No Rupees Only
Installation, laying and connecting of GI ladder type Cable trays and horizontal & vertical
bends and regular Tees of different radii of various sizes on already erected supports or
risers, including joining various cable trays by bolting with G.I. bolts, nuts & washers as per
6.2 approved drawings (including fixing J‐hooks, reducer coupler plate, adjustable coupler plate
through supply of GI Nut Bolts, Washers etc) as per the desired cable route and as per the
drawings and directions of Engineer‐in‐charge.
A. Straight Run Cable Trays
i. 600mm wide Mtrs. 400 INR 0.00 No Rupees Only
ii. 300mm wide Mtrs. 800 INR 0.00 No Rupees Only
iii. 150mm wide Mtrs. 50 INR 0.00 No Rupees Only
B. Horizontal Bends
i. 600mm wide Nos. 10 INR 0.00 No Rupees Only
ii. 300 mm wide Nos. 10 INR 0.00 No Rupees Only
iii. 150mm wide Nos. 2 INR 0.00 No Rupees Only
C. Vertical Inside Bends
i. 600mm wide Nos. 3 INR 0.00 No Rupees Only
ii. 300mm wide Nos. 3 INR 0.00 No Rupees Only
iii. 150mm wide No. 1 INR 0.00 No Rupees Only
D. Vertical Outside Bends
i. 600mm wide Nos. 3 INR 0.00 No Rupees Only
Installation, testing and commissioning of 415 V, 9 way wall mounted Lighting sub
Distribution Boards including supply and fabrication of epoxy painted MS frame, operational
and functional checking, drilling of gland plates with requisite holes, fixing of cable glands,
plugging of all unused cable entries and other holes found in the boards to make the same
7.2 dust and vermin proof with all labour and consumable materials to make installation Nos. 2 INR 0.00 No Rupees Only
complete as per approved drawings, specifications and directions of engineer‐in‐charge.
8. LIGHTING fixtures & accessories
8.1 Supply of Lighting Fixtures & Accessories
240V AC,1‐Ph, hose and weather proof Lighting fixtures, electronic drivers, cable glands and
other accessories, internal & external reflectors, louvers, etc. suitable for use in safe area
having IP‐65 degree of protection complete with all accessories and all hardware for fixing
A.
the lighting fittings with ceiling / wall / pole/ frame of following types as specified in
Technical Specification Doc. No. PC150/E/112/P‐II/Sec‐6.0 & its attachments.
250 W HPSV Hose proof & weather proof Streetlight fixtures with separate control gear
2
i. complete with weatherproof cable glands, plug suitable for 3 X 2.5 mm XLPE‐A‐PVC cable Nos. 3 INR 0.00 No Rupees Only
and stopping plug.
2x20 W LED recess/suspended mounting FTL type Lighting Fixture including supply and
ii. Nos. 20 INR 0.00 No Rupees Only
installation of mounting accessories.
9. JUNCTION BOXES
Supply of 25A, 230V, 1Ph & N 4 Way type hose proof & weatherproof Junction Boxes in cast
aluminium (LM6) enclosure with IP–65 degree of protection and suitable for 3Cx2.5
sq.mm(Cu) cable with cable glands, terminal blocks and threaded plug of suitable size for
9.1 Nos. 10 INR 0.00 No Rupees Only
easy termination of cables and as specified in Technical Specification ‐ Electrical System (Doc.
No. PC150/E/112/P‐II/Sec‐6.0 & its attachments).
Installation, connection, testing and commissioning of 25A, 230V, 1Ph & N 4 Way type hose
proof & weatherproof Junction Boxes, including cable glanding, crimping of lugs on cable
conductor & connecting cables, earthing etc. including supply of all connecting materials like
clamps, supports etc. as required as well as transportation from store to site of erection with
9.2 Nos. 10 INR 0.00 No Rupees Only
all labour and material to make installation complete in all respect as per approved drawings,
specifications and directions of engineer‐in‐charge. The rates shall be valid for all mounting
heights.
10. Wiring
10.1 Point Wiring
A. Primary Point
B. Secondary Point
Supply, installation, testing & commissioning of Point Wiring system for light point/ceiling fan
point/exhaust fan point/ light plug point from switch boards with 2x2.5 sq.mm., multi
stranded PVC insulated unsheathed copper conductor fire retardant wires of 1100V grade in
recessed GI conduit including providing and fixing heavy duty GI Conduit of required size
complete with accessories such as bends, JB, Pull Boxes etc with plate, switches, sockets,
screws and covers, Zinc Passivated MS modular boxes (16 gauge sheet construction) of
suitable sizes, embedded in wall, concealed and flush with walls including cutting and refilling
i. Nos. 20 INR 0.00 No Rupees Only
the chases/ Wall etc and inclusive of 14 SWG bare copper earth conductor for socket outlets
as per specifications & direction of Engineer in charge. All Modular type switch & socket shall
be of approved make with 6A switch mounted side by side with 2x2.5 sq.mm PVC copper
wire with 14 SWG bare copper earth wire.(Actual nos. shall be decided at site).
11. EARTHING MATERIAL
Supply of 3.8M, 100mm dia. heavy G.I. Pipe earth electrode having 100 micron zinc coating
for earthing as per Technical Specification ‐ Electrical System (Doc. No. PC150/E/112/P‐II/Sec‐
6.0 & its attachments). The hot dip galvanizing (minimum Zinc coating of 610 gms/ sq. M as
11.1 Nos. 6 INR 0.00 No Rupees Only
per IS‐2629) shall be done after all fabrication. The electrodes shall be made from one piece
length of pipe
Installation, testing and commissioning of earth pits as per earthing layout drawings
(excluding supply of safe earth electrodes & accessories) including digging the earth upto
required depth, erecting safe earth electrode, disposal of surplus earth (as directed by
engineer‐in‐charge) and back filling of the pit as required including supply of erection
11.2 material providing necessary brick works and other civil works, fixing G.I. L‐shaped test links Nos. 6 INR 0.00 No Rupees Only
and brackets, twisted piece and connecting to it earth electrodes and earth strips with all
labour and materials to complete installation work in all respect as per approved drawings,
specifications and directions of engineer‐in‐charge
Fabrication and installation of MS frame supports and brackets for various equipment base
frame, miscellaneous electrical equipment support, made of channels, angles, flats etc. of
different sections including bolting, welding, riveting, supply of necessary anchor bolts and
grouting etc. including 2 coats of zinc rich anti‐rust epoxy primer and 2 finished coats of
12.2 Te 4 INR 0.00 No Rupees Only
epoxy paint including breaking wall, floor etc. and making good the same with all labour and
consumable materials to complete installation in all respect as per approved drawings ,
specifications and directions of Owner’s Engineer‐in‐charge
Spreading of approved fine river sand in cable trenches up to a depth of 250 mm (100 mm
below the centre line of cable and 150 mm above cable the centre line of cable) including all
3
13.5 labour and materials to make the installation complete in all respect as per approved M 2 INR 0.00 No Rupees Only
drawings, specifications and directions of engineer‐in‐charge.
Spreading of approved first class bricks of dimension 230mmx115mmx75mm in cable
13.6 trenches for cable protection including all labour and materials to make installation complete Nos. 1200 INR 0.00 No Rupees Only
in all respect.
14. MISCELLANEOUS ITEMS
Supply of Cable route markers of Round shape made of MS of dia 200mm with suitable
14.1 engraving as of HT/ LT/ Control/ Data Cable jointed with angle of 30X30X5 mm grouted in Nos. 2 INR 0.00 No Rupees Only
concrete of size 150mm x150mm x 500mm.
14.2 Grouting and Installation of Cable Route Marker Nos. 2 INR 0.00 No Rupees Only
Supply, hanging, fixing, connecting of of 240V, 1‐Ph, 50Hz, 1400mm sweep high speed ceiling
14.3 Nos. 2 INR 0.00 No Rupees Only
fan with electronic regulator.
Supply, hanging, fixing, connecting of single phase 450 mm sweep heavy duty Industrial type
exhaust fan with self opening guards/ louvers. along with necessary brackets, all required
14.4 Nos. 2 INR 0.00 No Rupees Only
civil works, making good the walls after fixing the fans etc.
Item wise unit prices of following spares for two years operation and maintenance along
15.
with recommended quantity shall be quoted :
15.1 Motor (For each rating)
Bearings housing (complete with End Shield) both Driving End and Non driving end
A. Set 1 INR 0.00 No Rupees Only
PART D
SCHEDULE OF RATES FOR CIVIL WORKS
Earthwork in excavation in foundations of footings, columns, plinth beams, walls etc., to
the required levels and grades in both dry and wet conditions, including dressing of sides
and ramming of bottoms, getting out excavated earth with lift upto 1.5 M and disposal of
surplus excavated materials within a lead of 50 M including stacking, levelling and dressing
etc., complete as per direction of Engineer‐in‐Charge(E.I.C.) in all kinds of soils as defined in
1 IS: 1200 including providing temporary supports to all service lines such as overhead and Cu. M 126700 INR 0.00 No Rupees Only
underground water, sewage and drain pipes, cables etc. and shoring and strutting
wherever necessary, complete in all respects as per direction of Engineer‐in‐Charge.
Supplying and filling in plinth with sand under floors, including watering, ramming,
6 Cu. M 8000 INR 0.00 No Rupees Only
consolidating and dressing complete.
Providing and laying in position cement concrete of specified grade ‐ all work up to plinth
7 level, including the cost of centering, shuttering and finishing :‐ 1:2:4 (1 Cement : 2 coarse Cu. M 780 INR 0.00 No Rupees Only
sand (zone‐III) : 4 graded stone aggregate 40 mm nominal size).
Providing and laying in position reinforced cement concrete in foundations, plinth beams
8 etc. including the cost of centering, shuttering, finishing but excluding reinforcement
Providing and constructing Brick work with non modular fly ash bricks conforming to
IS:12894, class designation 10 average compressive strength in in cement mortar 1 : 6 ( 1
10 cement: 6 coarse sand )inwalls, etc. at all depths, places and positions including raking out Cu. M 110 INR 0.00 No Rupees Only
joints, curing, scaffolding etc. complete excluding plastering and painting.
CEMENT PLASTER (IN COARSE SAND): 12 mm cement plaster of mix 1:6 (1 cement: 6 coarse
11 sand) Sq.M 2550 INR 0.00 No Rupees Only
CEMENT PLASTER (IN COARSE SAND): 15 mm cement plaster on rough side of single or half
12 Sq.M 860 INR 0.00 No Rupees Only
brick wall of mix 1:6 (1 cement: 6 coarse sand)
13 6mm thick cement plaster to ceiling of mix 1:3 (1 cement: 3 fine sand). Sq.M 600 INR 0.00 No Rupees Only
Providing and applying plaster of paris putty of 2 mm thickness over plastered surface to
14 Sq.M 3370 INR 0.00 No Rupees Only
prepare the surface even and smooth complete
Distempering with oil bound washable distemper of approved brand and to give an even
15 shade including water thinnable priming coat with cement primer. Sq.M 845 INR 0.00 No Rupees Only
Providing and laying in position at all heights cement concrete mix 1:2:4 (1 cement: 2
coarse sand : 4 graded stone aggregate) in panels of 2 metre square or as directed
and finished with floating coat of neat cement including providing cement slurry ( with
16 cement @ 2.2 kg/sq.m.), rounding of edges and glass strips but excluding the cost of nosing Sq.M 280 INR 0.00 No Rupees Only
of steps etc., complete :‐ 40 mm. thick with 20.0 mm nominal size stone aggregate
For Fixed Portion ‐ Anodised aluminium (anodised transparent or dyed to required shade
18.1 according to IS: 1868, Minimum anodic coating of grade AC 15) kg. 250 INR 0.00 No Rupees Only
For shutters of doors, windows & ventilators including providing and fixing hinges/ pivots and
making provision for fixing of fittings wherever required including the cost of EPDM rubber /
18.2 neoprene gasket required including necessary fittings:‐ Anodised aluminium (anodised kg. 120 INR 0.00 No Rupees Only
transparent or dyed to required shade according to IS: 1868, Minimum anodic coating of
grade AC 15).
Providing and fixing 12 mm thick prelaminated particle board flat pressed three layer or
graded wood particle board conforming to IS: 12823 Grade l Type ll, in panelling fixed in
aluminum doors, windows shutters and partition frames with C.P. brass / stainless steel
19 screws etc. complete as per architectural drawings and directions of engineerin‐charge‐Pre‐ Sq.M. 25 INR 0.00 No Rupees Only
laminated particle board with decorative lamination on one side and balancing lamination on
other side
Providing and fixing glazing in aluminium door, window, ventilator shutters and partitions
etc. with EPDM rubber / neoprene gasket etc. complete as per the architectural drawings and
20 the directions of Engineer‐in‐charge. (Including aluminium snap beading)‐With float glass Sq.M. 50 INR 0.00 No Rupees Only
panes of 4.0 mm thickness
Providing and fixing double action hydraulic floor spring of approved brand and manufacture
conforming to IS : 6315, having brand logo embossed on the body / plate with double spring
mechanism and door weight upto 125 kg, for doors, including cost of cutting floors,
embedding in floors as required and making good the same matching to the existing floor
21 Each 10 INR 0.00 No Rupees Only
finishing and cover plates with brass pivot and single piece M.S. sheet outer box with slide
plate etc. complete as per the direction of Engineer‐in‐charge‐With brass cover plate
minimum 1.25 mm thickness
Providing and fixing aluminium tower bolts, ISI marked, anodised (anodic coating not less
22 than grade AC 10 as per IS : 1868 ) transparent or dyed to required colour or shade, with
necessary screws etc. complete
22.1 150x10 mm Each 10 INR 0.00 No Rupees Only
22.2 100x10 mm Each 10 INR 0.00 No Rupees Only
(e) The whole terrace so finished shall be flooded with water for a minimum period of two
weeks for curing and for final test.“All above operations to be done in order and as directed
and specified by the Engineer‐in‐Charge : ‐ With average thickness of 120 mm and minimum
thickness at khurra as 65 mm.
Providing and fixing in position 12mm thick bitumen impregnated fiber board conforming to per cm
32 IS: 1838, including cost of primer, sealing compound Grade‐A in expansion joints. depth per 290 INR 0.00 No Rupees Only
100 m
Supply, Providing and laying 1.0 mm Smooth HDPE Geomembrane Liner conorming to Indian
code of practice to make the under layer of reservior impermeable as per design drawing and
33 Sq.M 72360 INR 0.00 No Rupees Only
as directed by EIC complete in all rsepects.
Providing and laying in position bitumen hot sealing compound for Expanation / Construction per cm
34 164600 INR 0.00 No Rupees Only
joints etc. ‐ Using grade 'A' sealing compound. depth per
Providing & fixing in R.C.C. work, Single Face sluice gate, Class‐1( Rising Type) of 1000 mm
square size, conforming to IS : 3042 (Figure 1‐B) along with hand wheels, spindles, guide
35 Each 2 INR 0.00 No Rupees Only
rails& all other fitting accessories required, complete as per drawing and directions of
Engineer‐in‐Charge
Providing and fixing M.S pipe hand railing (medium grade) conforming to IS‐1239 consisting
of top and middle horizontal rails of 40 mm dia. and 32 mm dia. nominal bore
respectively, 1050 mm high upright members of 40 mm dia. nominal bore at 1500 mm
maximum distance centre to centre of each member including all joints, bends , elbows,
and specials as required and upright members welded or bolted to structural steel work/toe
37 plates or welded to M.S. insert plates with M.S. lugs embedded in R.C.C. works, complete Te 75 INR 0.00 No Rupees Only
in all respects and as per direction of Engineer‐in‐Charge :‐ Two coats of chlorinated rubber
based paint at dry film thickness of 40 microns per coat over two coats of high built zinc
phosphate primer compatible to chlorinated rubber based paint at dry film thickness of 25
microns per coat.
Supplying, fabricating, erecting and fixing in position to line and level all M.S Inserts such as
anchor plates, angles, tees, channels, plates with lugs, hooks, sleeves etc. embedding in
cement concrete /R.C.C. works at all levels including welding, bolting, drilling, cutting,
38 scaffolding, holding in position, providing one coat of approved anti‐corrosive paint and / or Kg. 700 INR 0.00 No Rupees Only
Bituminous paint on exposed surfaces, etc. all complete in all respects and as per direction of
Engineer‐in‐Charge.(Templates if any required for fixing the inserts will not be paid for).
Supplying, fabricating and fixing in position M.S. holding down bolts assembly consisting
of bolts, heads, nuts, washers etc., and the like including embedding in cement
39 concrete/R.C.C. works as per approved drawings complete in all respects including one Kg. 500 INR 0.00 No Rupees Only
coat of approved quality anti‐corrosive paint over a coat of approved quality primer.
Providing and fixing rolling shutters of approved make made of 80 mm wide MS laths and
interlocked together through their entire length and jointed together at the ends by end
locks, mounted on specially designed pipe shaft with bracket plates, guide channels and
arrangement for inside and outside locking with push ‐pull operation complete including cost
40 of wire spring and hood cover for the shutters and painting with synthetic enamel paint of Sq.m 100 INR 0.00 No Rupees Only
approved brand and manufacture of required colour to give an even shade ‐ new work with
two coats inculding a coat of approved steel primer and a coat of mordant solution with 38
gms of copper acetate in a litre of soft water.
Extra for providing mechanical device chain and crank operation for operating rolling
41 Sq.m 50 INR 0.00 No Rupees Only
shutters.
GRAND TOTAL OF PART A, PART B, PART C & PART D (INR, In Figures), Including all
A 0.00
Taxes, Duties & Cess, Excluding GST
GRAND TOTAL OF PART A, PART B, PART C & PART D (INR, In Words), Including all
B No Rupees Only
Taxes, Duties & Cess, Excluding GST
D BIDDER TO INDICATE APPLICABLE SAC/HSN CODE
E TOTAL GST AMOUNT (in Figures) 0.00
F TOTAL GST AMOUNT (in Words) No Rupees Only
TOTAL AMOUNT IN FIGURES ( A + E ) 0.00
G
TOTAL AMOUNT IN WORDS ( A + E ) No Rupees Only