[go: up one dir, main page]

0% found this document useful (0 votes)
249 views410 pages

FFFS Tender Doc1

Uploaded by

brumancia
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
249 views410 pages

FFFS Tender Doc1

Uploaded by

brumancia
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 410

V.O.

CHIDAMBARANAR PORT TRUST

MECHANICAL AND ELECTRICAL ENGINEERING DEPARTMENT INVITE E-


TENDER
[Tender No. MEE-SEIMN-MEC-FFFSC-VI-20/01]
FOR

“Design, Manufacture, Fabrication, Supply, Erection,


Testing, Commissioning and handing over Fixed Fire
Fighting System at Oil Jetty in compliance with OISD
requirements"

Part - 1 of 2: Commercial Part


October 2020
TABLE OF CONTENTS
[Tender No.: MEE-SEIMN-MEC-FFFSC-VI-20/01]

PARTS Sections CHAPTER DESCRIPTION PAGE NO.

PART-1 BID INVITING & BIDDING PROCEDURES, CONDITIONS OF Vol-1


CONTRACT, BIDDING FORMS, CHECKLIST AND CONTRACT
FORMS.
1
I Short e-Tender Notice
2
II Notice Inviting e-Tender
5
III Schedule Of Tender (SOT)
8
IV Instructions To Bidders (ITB)
22
V General Conditions of Contract (GCC)
63
VI Special Conditions of Contract (SCC)
73
VII Annexure Forms [I to XIII B]

VIII Formats for :


92
VIII -A Form of Agreement
94
VIII -B Indemnity Bond
Specimen form of Bank Guarantee Bond 96
VIII -C
(For Performance Security)
98
VIII -D Certificate of Completion of work
99
VIII -E Certificate of Final Completion
100
VIII -F No Claim Certificate
101
VIII -G Integrity Pact
106
VIII –H Bank Guarantee for Earnest Money
109
IX Checklist

Drawings/ documents to be submitted along with the 111


X
technical bid
PART-2 113
TECHNICAL SPECIFICATION

Price Bid 408


V.O.CHIDAMBARANAR PORT TRUST

PART-1
SECTION-I
E-TENDER NOTICE

Tender No.: MEE-SEIMN-MEC-FFFSC-VI-20/01

Online e-tenders are invited for the work of “Design, Manufacture, Fabrication, Supply,
Erection, Testing, Commissioning and handing over Fixed Fire Fighting System at Oil
Jetty in compliance with OISD-156(2017) requirements”

Closing date & time of online submission of e-tender: 09.11.2020, up to 15:00 Hrs.

Opening of e-tender: 10.11.2020, at 15:30 Hrs.

For details of tender and any corrigendum / addendum, please visit VOCPT e-tendering
website - https://etenders.gov.in/eprocure/app.

Chief Mechanical Engineer

1
PART-1
SECTION-II
NOTICE INVITING E-TENDER
(Tender No. MEE-SEIMN-MEC-FFFSC-VI-20/01)

E-Tenders, under single stage two cover system [Part I: Pre-qualification & Techno-
commercial Bid and Part II: Price Bid] are invited on behalf of V.O.Chidambaranar Port
Trust, from the intending bidders, fulfilling the “Minimum Eligibility Criteria (MEC)” and
complying with the “Test of responsiveness” for the work of “Design, Manufacture,
Fabrication, Supply, Erection, Testing, Commissioning and handing over Fixed Fire
Fighting System at Oil Jetty in compliance with OISD requirements”.
2.1 MINIMUM ELIGIBILITY CRITERIA(MEC):
2.1.1 The average annual financial turnover of the bidder, during the last three (3)
years, ending 31st March, 2019, must be at least ₹ 524.70 Lakhs. Auditor’s Report
of the biding firm, certified by Chartered Accountant (CA), for the years 2016-17,
2017-18 and 2018-19, including relevant Audited Balance Sheets and Profit & Loss
Accounts, should be made available.
Note: The bidder will have to upload the scanned copies of Annual Financial
Turnover Statement (certified by CA) for the years 2016-17, 2017-18 and 2018-19
along with Balance Sheets and Profit & Loss Accounts.
2.1.2 The bidder must have experience of having successfully completed “Similar Work”
[defined below] during last seven (7) years, ending last day of month previous to
the one in which tenders are invited, and the experience must be either of the
following:-
a) Three similar completed works of contract value not less than Rs. 699.60
Lakhs each.
Or
b) Two similar completed works of contract value not less than Rs.874.50 Lakhs
each.
Or
c) One similar completed work of contract value not less than Rs.1399.20 Lakhs
each
The term “similar work” means -
“Engineering, Design, Installation of fixed fire fighting system with fire
fighting equipments including construction of civil structural works for fire
fighting facilities in Ports / Chemical industries/ Refineries/ as per OISD
requirements”.
Note: The bidder will have to upload the scanned copies of work order(s) for
similar works, successful completion certificates (with performance) from
clients indicating the date of completion, value of work done, etc.
2.2 TEST OF RESPONSIVENESS:
The bidder should be considered responsive, only if scanned copy of the following
document shall be uploaded along with bids https://etenders.gov.in/eprocure/app)
while submitting tender;;
a) Scanned copy of documents towards EMD payment made for Earnest Money
Deposit like challan copy/print out page of net banking. In case the bidder is
2
making 50% payment through NEFT/RTGS and balance 50% through EMBG as
defined in Clause 3.5(ii) shall upload soft copy of the EMBG also. Tenders without
proof of payment of EMD will be summarily rejected. MSE/ MSME/ having Udyog
Aadhaar No. vendors are exempted from paying EMD and they shall submit the
proof of MSE/ MSME certification.
b) Scanned copy of Particulars with regard to experience (work order with detailed
BOQ and satisfactory completion/ performance certificate with value of work
done) as detailed under para No.2.1.2 Minimum Criteria for Pre-Qualification. In
case of bidders submitting satisfactory completion/ performance certificate for
work carried out in Non Government organizations/ Private organizations they have
to upload Scanned Copy of TDS CERTIFICATE.
c) Scanned copy of Audited Financial Statements as defined in 2.1.1 of section 2 with
profit & loss statements for the three years of the tenderer, 2016-17, 2017-18 and
2018-19 shall be furnished.
d) Scanned copy of Income tax permanent account number card for assessing the
income tax.
e) The scanned copy of GST to be uploaded.
f) Scanned copy of Annexure form I signed and duly filled (Deviation from
work/Technical Specification)
g) Scanned copy of Annexure form II signed and duly filled (Deviation from Tender
condition)
h) Scanned copy of Annexure form III signed and duly filled (Experience)
i) Scanned copy of Annexure form IV signed and duly filled (Financial Status)
j) Scanned copy of Annexure form V signed and duly filled [Tender acceptance letter]
k) Scanned copy of Test of Responsiveness (Annexure VI)
l) Scanned copy of General information of the bidder (Annexure VII)
m) Scanned copy of Format for Declaration (Annexure VIII)
n) Scanned copy of Form of Tender (Annexure IX)
o) Scanned copy of E-Payment (Annexure X)
p) Scanned copy of Undertaking (Annexure XI)
q) The bidder shall upload the scanned copy of Agreement for Joint
venture/Consortium, if applicable. (Annexure XII to be attached)
r) The bidder shall upload the scanned copy of Power of Attorney, if applicable.
(Annexure XIII A /XIII B to be attached)
s) The bidder must submit the technical documents which are listed in section-X of
part-I.
t) In case of association, in the form of a Licensing Agreement in form judicial
affidavit or a Technical Collaboration & Operational Agreement or a Joint Venture
Agreement or a Consortium with other bidder(s), the members of the association
should nominate one of the members as “Lead Partner” for participating in the bid
and for signing all the documents related therewith, up to signing of Contract
Agreement and execution thereafter (in case of award of contract). All the
members of the association must also be jointly and severally responsible for
satisfactory performance of the contract (in case of award of contract).
Agreements (in line with ITB Clause No. 4.3.5) amongst the “Lead Partner” and
other members of the association are to be submitted [uploaded] by the bidder in
the “Pre-qualification & Techno-commercial Bid”.
3
u) In case the bidder has executed the work on sub contract, the bidder will have to
upload the satisfactory completion certificate issued by the principal contractor
along with the approval letter issued by the principal employer (client) for sub-
contracting the work and also completion certificate issued to Principal Contractor
by Principal employer. In case of private works TDS certificate will have to be
uploaded.
v) Cover II- The Schedule of Prices to be filled and uploaded in excel sheet available
in e tendering website
2.3 The bidders are required to submit bid as per the instructions of the bidding documents
(including Notice Inviting e-Tender). Bid will be considered rejected if any of the
essential documents is not submitted by the bidder. Essential documents means papers
related to “Minimum Eligibility Criteria (MEC)”, “Test of responsiveness”, including Bid
Document fee, Earnest Money Deposit and Power of Attorney.
2.4 AVAILABILITY OF THE BIDDING DOCUMENTS:
The bidding documents (in full) would be available in the following websites:-
➢ https://etenders.gov.in/eprocure/app of Central Public Procurement Portal.
➢ http://www.vocport.gov.in of V.O.ChidambaranarPortTrust.
Corrigenda, Addenda, Queries & Clarifications, if any, would also be available in the
aforesaid websites.
2.5 PARTICIPATING IN THE BIDDINGPROCESS:
The Bid document having all the details is available at the URL of the e-tender portal
https://etenders.gov.in/eprocure/app. The interested bidders are needed to register
in the website name https://etenders.gov.in/eprocure/app. The Bid documents are
required to be submitted only through e-mode offered in the website
https://etenders.gov.in/eprocure/app. Tenders in any other manner will be rejected
and no correspondence on such matter will be entertained.

Chief Mechanical Engineer

4
PART-1
SECTION-III
SCHEDULE OF TENDER(SOT)
(Tender No. MEE-SEIMN-MEC-FFFSC-VI-20/01)

3.1. Name of work :: “Design, Manufacture, Fabrication, Supply,


Erection, Testing, Commissioning and handing over
Fixed Fire Fighting System at Oil Jetty in
compliance with OISD-156(2017) requirements”
3.2. Tender Inviting Authority :: Chief Mechanical Engineer
V.O.Chidambaranar Port Trust.
3.3. Mode of Tender :: e-Procurement System
Online (Part I: Pre-qualification & Techno-
commercial Bid and Part II: Price Bid) through
https://etenders.gov.in/eprocure/app.
No physical tender is acceptable by
V.O.Chidambaranar Port Trust.
3.4. Estimated Cost :: ₹1749 Lakhs (excluding GST).
3.5 (i) Downloading of Tender :: The intending bidders must access the URL of the e-
Document Tender
Portalhttps://etenders.gov.in/eprocure/app. The
interested parties are needed to Register in the
website for downloading of tender document. The
bid document is required to be submitted only
through e-mode offered in the website.
(ii) Earnest Money Deposit :: The intending bidders must pay Rs.34.98 Lakhs (Indian
(EMD) Rupees: Thirty Four lakhs Ninety Eight thousand only)
as Earnest Money, to V.O.Chidambaranar Port Trust,
along with their offer, in any one of the following
modes:
(i) The total EMD shall be Rs.34,98,000/-. The bidder
may pay the entire amount through RTGS/NEFT to
the account of V.O.Chidambaranar Port Trust.
(ii) Or else the bidder may pay 50% of the EMD i.e
Rs.17,49,000/-(Seventeen lakhs forty nine
thousand) through RTGS /NEFT to
V.O.Chidambaranar Port Trust, Tuticorin and
remaining 50% i.e Rs.17,49,000/- shall be
furnished in the form of BG through Bank
Guarantee, the intending bidder should follow the
instruction indicated in the enclosed procedure.
In case, 50% Earnest Money Deposit (EMD) deposited
in the form of an irrevocable and unconditional Bank
Guarantee [as per the form enclosed as Section-VIII
H], from any Nationalized/Scheduled Bank of India,
having the branch at Tuticorin. The Bank guarantee in
original must physically reach the office of the
Engineer of the Contract before the opening of the
Techno-commercial bid. In all cases, any dispute
5
regarding Bank Guarantee will be adjudicated under
the jurisdiction of the Hon'ble District Court,
Tuticorin.
Earnest Money Bank Guarantee (EMBG) submitted by
bidders shall be denominated in the respective
currency (ie) mentioned in the instant clause and for
the respective amounts.
The EMBG should be kept valid and enforceable till a
date, covering at least 3 (three) months beyond the
date of expiry of the validity period of the bid.
In case a bidder agrees to any extension of the bid
validity period, asked by VOCPT, the validity of the
corresponding EMBG shall have to be extended till a
date, covering at least 3 (three) months beyond the
date of expiry of such extended bid validity period.
Scanned copy of such EMBG must be submitted
(uploaded) by the bidders, along with the Pre-
qualification & Techno-commercial Bid.
The original Bank Guarantee should be sent by the
issuing Branch of the Bank, directly to the
Employer, at the following address:
Chief Mechanical Engineer,
V.O.Chidambaranar Port Trust,
Tuticorin – 628 004.
Tamilnadu, India.
The original Bank Guarantee should reach the
above address before the closing date and time of
submission of bid.
Details of Earnest Money remitted must be entered by
the participating bidder in the space provided in the
e- Tender, as indicated hereunder:
a) Name of the bidder:
b) Tender No.: MEE-SEIMN-MEC-FFFSC-VI-20/01
c) Amount of EMBG:
d) EMBG Bank details:
e) Bank Guarantee No.:
f) Date of EMBG:
Earnest Money is not paid by the bidder through any
one of the above two modes, the respective bid will
be summarily rejected, treating the same as
nonresponsive.
ii) MSE/ MSME/ having Udyog Aadhaar No., are
exempted from paying EMD and they shall submit
the proof of MSE/ MSME certification.
VOCPT Bank Account Details for NEFT/RTGS:
Name and Address of Indian Overseas bank, Name
the Bank Harbour branch,
Tuticorin-628004.
Name of the branch Harbour branch
6
IFSC code IOBA0000143
Account no 014301000000001
Type of account Savings account
Beneficiary’s Name V.O.Chidambaranar
Port Trust
3.6. Completion Period :: 15 months.
3.7. Bid Validity :: 180 days.
3.8. Performance security/ :: (i) 10 % of the Project Value excluding GST
Security Deposit
3.9. Guarantee Period :: 12 months from the date of Taking over by
Employer.
3.10. Pre- Bid Meeting (through
video conference)
a) Last date for submission of
details of the firm for E-mail: cme@vocport.gov.in
participating the video :: 17.10.2020
conference.
b) Schedule date of video
conference :: 19.10.2020 at 11:00 Hrs (IST).
3.11. (i) Starting date & time of :: 09.10.2020 from 17.00 hrs.
submission of e-Tender
at
https://etenders.gov.in/e
procure/app
(ii) Closing date & time of :: 09.11.2020, up to 15: 00 Hrs. (IST).
submission of e-Tender
at
https://etenders.gov.in/e
procure/app
(iii)Date & time of opening of :: 10.11.2020, 15: 30 Hrs. (IST) onwards.
Part-I (Techno-
commercial Bid)
(iv) Date & time of opening of :: Shall be informed separately.
Part-II (Price Bid)
3.12. Address of the Employer :: V.O.Chidambaranar Port Trust (VOCPT).
Tuticorin – 628 004
Tamil Nadu, India.
3.13. Address of Engineer :: Chief Mechanical Engineer
Mechanical & Electrical Engineering Department
V.O.Chidambaranar Port Trust,
Tuticorin – 628 004
Tamil Nadu, India.
Telephone no. :0461-2352270
Fax No: 2354274
E-mail: cme@vocport.gov.in

Chief Mechanical Engineer


7
PART-1
SECTION - IV
INSTRUCTIONS TO BIDDERS (ITB)
A. GENERAL
4.1 Definition and interpretations:
(a) the term “in writing” means communicated in written form (i.e. by mail, e-mail, fax,
telex, etc.) and delivered against receipt;
(b) except where the context requires otherwise, words indicating the singular also
include the plural and words indicating the plural also include the singular;
(c) “day” means calendar day; and
(d) “procurement” means the entire work requirements, as specified in Section VI and
Part-2 Vol-2 Technical Specification.
4.2 Fraud and corruption
4.2.1 It is the policy of V.O.Chidambaranar Port Trust (VOCPT) to require that bidders,
Contractors, Sub-contractors, and Consultants, observe the highest standard of
ethics during the procurement and execution of such contracts. In pursuance of this
policy, VOCPT:
(a) defines, for the purposes of this provision, the terms set forth below as follows:
(i) “corrupt practice” means the offering, giving, receiving, or soliciting, directly or
indirectly, of anything of value to influence the action of a public official in the
procurement process or in contract execution;
(ii) “fraudulent practice” means a misrepresentation or omission of facts, in order
to influence a public procurement process or the execution of a contract;
(iii) “collusive practice” means a scheme or arrangement between two or more
bidders, designed to establish Bid Prices at artificial , non competitive levels;
and
(iv) “coercive practice” means harming, or threatening to harm, directly or
indirectly, persons or their property to influence their participation in
procurement process or affect the execution of a contract;
(b) will reject a proposal for award, if it determines that the bidder, recommended for
award, has, directly or through an agent, engaged in corrupt, fraudulent, collusive,
or coercive practices in competing for the contract in question;
(c) Will terminate contract, if it determines at any time that representatives of VOCPT
engaged in corrupt, fraudulent, collusive, or coercive practices during the
procurement or the execution of that contract ;
(d) will sanction a firm or individual, including declaring them ineligible, either
indefinitely or for a stated period of time, to be awarded a contract if it at any time
determines that they have, directly or through an agent, engaged in corrupt,
fraudulent, collusive, or coercive practices in competing for, or in executing, a
contract;
and
(e) will have the right to require that a provision be included in Bidding Documents and in
contracts, requiring bidders, contractors , subcontractors, and consultants to permit
VOCPT to inspect their accounts and records and other documents relating to the bid
submission and contract performance.
4.2.2 Furthermore, bidders shall be aware of the provision stated in GCC.

8
4.3 Eligible bidders
4.3.1 A Bidder shall not have a conflict of interest. Any Bidder found to have a conflict of
interest shall be disqualified. A Bidder may be considered to have a conflict of
interest for the purpose of this bidding process, if the Bidder and one or more
parties:
(a) Submit more than one bid in this bidding process.
Or
(b) Are or have been associated in the past, with a firm or any of its affiliates
which have been engaged by VOCPT to provide consulting services for the
preparation of the design, specifications, and other documents to be used for
the procurement of the goods to be purchased under the instant Biding
Documents.
4.3.2 Participating by a Bidder in more than one bid shall result in the disqualification of
all bids, in which such Bidder is involved.
4.3.3 A Bidder that is under a declaration of ineligibility by VOCPT, in accordance with ITB
Clause No.4.2, at the date of contract award shall be disqualified.
4.3.4 If any bidder has a Licensing Agreement or a Technical Collaboration Agreementor
a Joint Venture Agreement or a Consortium with other bidder(s), then the bidder
should comply with the following:
4.3.4.1 A copy of Licensing Agreement/ Technical Collaboration Agreement/ Joint
Venture Agreement is to be submitted [uploaded] along with the “Pre-
qualification &Techno-commercial Bid”, duly attested by the bidder. Such
Agreements should be in the nature of legally acceptable Agreements.
4.3.4.2 The bidder should submit an additional Supplementary Agreement, duly
signed by all the Partners of the Licensing Agreement/Technical Collaboration
Agreement/Joint Venture Agreement, on a Non-judicial Stamp Paper of worth not
less than Rs.100.00, duly notarised, covering the following points:
4.3.4.2.1 The Licensing Agreement/ Technical Collaboration Agreement/Joint
Venture Agreement, irrevocable in nature, is valid for at least a continuous period
of 5 (five) years from the date of Handing over of the Fire fighting system.
4.3.4.2.2 If the bidder is a Joint Venture or a Consortium, maximum of three
partners are allowed in the Joint venture/consortium and the lead partner
should meet not less than 40% of the qualifying criteria and other partners
should meet individually not less than 26% of qualifying criteria and all the
partners should collectively meet 100% of qualifying criteria. If any Bidder has
completed the work prior to submission of Bid, bidder has to submit the JV
agreement showing percentage of sharing pattern. Accordingly proportionate value
of the work will be considered for evaluation of work. For legally binding agreement
should be jointly& severally liable. After tender submission, change of JV members
not allowed.
i. Average annual Financial Turnover of the Lead Member of the Joint Venture or
Consortium during last three financial year ending 31st March 2019 (i.e.) 2016-
17, 2017-18 & 2018-19 shall be at least Rs.7.00 Crores (i.e. 40% of the
estimate cost).
ii. Average annual Financial Turnover of Other members of the Joint Venture or
Consortium during last three financial years ending 31st March 2019 (i.e.) 2016-
17, 2017-18 & 2018-19 shall be at least Rs.4.55 Crores (i.e. 26% of the
estimate cost).

9
iii. The Lead Partner or any one member of the JV/Consortium should have
completed a single work in the similar work as specified in Section-II, clause
2.1.2, of cost not less than Rs.7.00 Crores(i.e. 40% of the estimate cost) during
last 7 years.
iv. All the partners together shall satisfy 100% of the Financial Eligibility
criteria given for a single entity.
4.3.4.2.3 One of the partners shall be nominated as the “Lead Partner”.
4.3.4.2.4 The Lead Partner shall be authorised to incur liabilities and receive
instructions for & on behalf of any & all the partners. The entire execution of the
contract, including payment, shall be carried out exclusively through the Lead
Partner.
During the entire period of the contract, the Lead Partner cannot be changed.
In the event of the Lead Partner becoming defunct, selection of the new Lead
Partner would be made, as may be mutually agreed between the remaining
partner(s) and VOCPT, without any additional financial involvement. As the approval
towards such new Lead Partner is the sole discretion of VOCPT, it must be approved
by them, in writing.
The said new Lead Partner shall also be jointly, as well as severally, liable with the
remaining partner(s) for the satisfactory performance of the contract as per the
scope of these bidding documents.
4.3.4.2.5 The scope and responsibilities of all the Partners of Licensing
Agreement/Technical Collaboration Agreement /Joint Venture Agreement, in
terms of financial & technical commitment/contribution, should be explicitly
mentioned and the Partners should be severally & jointly responsible for the
satisfactory performance of the contract as per the scope of these bidding
documents.
4.3.4.2.6 In case of successful bidder, the Contract Agreement is to be signed by
legally authorised signatories of all the Partners.
4.3.4.2.7 In the event of default of any Partner in the execution of his part of the
contract, the Lead Partner shall have authority to assign the work to any other
party acceptable to the Employer (VOCPT), to ensure the execution of the part of
the contract. The said party shall also be jointly [with the remaining Partner(s)] as
well as severally liable so far as the unfinished part of the contract is concerned.
4.4 Authority in signing the bid /offer
4.4.1 In case the bid is submitted by a Proprietorship Firm, the same should be signed
either by the Proprietor or other person(s), holding a valid power of attorney /
authorisation from the proprietor, in connection with this bidding process. The
signature of such power of attorney holder(s) / authorised person(s) should be
attested by the proprietor. Such power of attorney / authorisation should be
uploaded along with Techno-commercial Bid [Part I].
4.4.2 In case the bid is submitted by a Partnership Firm, the same should be signed either
by the partner(s), holding valid power of attorney from the partners or other
person(s), holding valid authorisation from such power of attorney holder(s) ,
subject to approval of the partner(s) in the matter of giving such authorization, in
connection with this bid. The signature of such power of attorney holder(s) /
authorised person(s) should be attested by the partners or power of attorney
holder, as the case may be. Such power of attorney / authorisation should be
uploaded along with Techno-commercial Bid [Part I].

10
4.4.3 In case the bid is submitted by a Limited Company, the same should be signed by the
person(s) holding valid power of attorney /authorisation, executed in his / their
favour (in connection with this bid) and the signature of such power of attorney
holder(s) / authorised person(s) should also be attested, in accordance with the
constitution of the Limited Company. Such power of attorney / authorisation
should be uploaded along with Techno- commercial Bid [Part].
4.4.4 Such power of attorney holder(s) / authorised person(s) should put his / their
signature identical with the attested one, in the relevant documents submitted /
uploaded, in connection with the bidding process [including “Techno-commercial
Bid”]. In case of putting different signatures in different documents / offers, all
such signatures should be attested by the same person in line with the above.
B. CONTENTS OF BIDDING DOCUMENTS
4.5 Sections of Bidding Documents
4.5.1 The contents of the Bidding Documents as detailed at “TABLE OF CONTENTS” should
be read in conjunction with any addendum / corrigendum issued in accordance with
ITB Clause No.4.7.
4.5.2 The Employer (VOCPT) is not responsible for the completeness or correctness of the
bidding documents and their Addenda, if they were not obtained directly from the
source indicated in Notice Inviting e-Tender.
4.5.3 The bidder is expected to examine all instructions, forms, terms, and specifications
in the Bidding Documents. Failure to furnish all information or documentation
required by the Bidding Documents [considering all addenda / corrigenda issued]
may result in the rejection of the bid.
4.6 Pre-Bid Meeting
4.6.1 A prospective bidder requiring any clarification of the Bidding Documents shall
contact Chief Mechanical Engineer/ Mechanical and Electrical Engg Dept, VOCPT in
writing, or raise their enquiries during the Pre-bid meeting (through video
conference).
The prospective bidders are requested to submit their queries / observations /
suggestions / requests for clarification, in connection with the Bidding Documents,
in advance, to enable VOCPT to prepare response / clarifications and make pre-bid
meeting meaningful.
4.6.2 As indicated in the Schedule Of Tender, pre-bid meeting will be conductedthrough
video conference on behalf of VOCPT. The purpose of this pre-bid meeting will be
to clarify issues and to answer questions on any matter (in connection with the
Bidding Documents only for example bidding process, pre-qualification criteria etc)
that may be raised at that stage. In order to attend video conference, the bidders
are requested to furnish following details to this Port (As per SOT) on or before
their company detail including name of the representative along with contact
number and e-mail id.
4.6.3 A pre-bid meeting will be conducted through video conference on the date, time as
specified in NIT (Section – I) by V.O.Chidambaranar Port Trust, Tuticorin. Interested
bidders can participate in the pre-bid meeting or the queries can be sent to the
designated e-mail id on or before 17.10.2020 before 11:00 Hrs (date and time) and
the replies to queries will be published on the website, which shall form part of the
contract agreement. Any queries received after the due date shall not be
considered and no reply to such queries will be given.
4.6.4 Unless otherwise notified, all the queries / observations / suggestions /requests
for clarification (related to the Bidding Documents only) [including the queries /
11
observations / suggestions / requests for clarification raised during pre-bid
meeting], received till the date of pre-bid meeting, will be considered. VOCPT’s
response / clarifications (including description of queries / observations /
suggestions / requests for clarifications, but without identifying its source), in this
regard, will be communicated to all the known prospective bidders (i.e. who would
attend pre-bid meeting or submit queries / observations / suggestions or
requested for clarification), in writing, well in advance to the last date of
submission of bids. The aforesaid queries / observations / suggestions / requests
for clarification and VOCPT’s response / clarifications will also be hosted in the
websites, as specified in the Notice Inviting e-Tender.
Any modification to the Bidding Documents, which may become necessary as a
result of the VOCPT’s response / clarifications, so issued, shall be made through
the issue of an addendum / corrigendum, pursuant to ITB.
4.6.5 The Bidder shall be deemed to have examined thoroughly the Bidding Documents, in
full, [considering all addenda / corrigenda issued (if any)], visited the site &
surroundings and to have obtained all necessary information in all the matters
whatsoever that might influence while carrying out the job as per the conditions of
the Bidding Documents [considering all addenda / corrigenda issued (if any)] and to
satisfy themselves to sufficiency of their bid, etc. If they shall have any issue to be
clarified, the same should be brought to the notice of VOCPT, in writing, as set out
in ITB.
The bidders are advised to acquaint themselves with the job involved at the site,
like availability of labour, means of transport, communication facilities, laws and
bye laws in force from Government of Tamil Nadu& Government of India and other
statutory bodies from time to time. The Bidder shall be deemed to have examined
and collected all necessary information as to risk, contingencies and other
circumstances, which may be necessary for preparing the Bid.
Visiting the site shall be at the bidder’s own expense. Failure to visit to site will no
way relieve the Contractor (successful Bidder) of any of their obligation in
performing the work and liabilities & responsibilities thereof, in accordance of the
contract.
4.6.6 If no reply or clarifications were received from the bidder regarding the qualification
criteria or the bidding process of the subject tender, on or before Pre-bid meeting,
it will be presumed that the bidder has understood and accepted the bidding
process, qualification criteria, scope of work and technical and commercial terms
and conditions mentioned in tender document. An undertaking in Annexure XII of
the tender document to be uploaded by the bidder in this regard.
4.7 Amendment of Bidding Documents
4.7.1 At any time, prior to the last date for submission of bids, VOCPTmay, for any reason
whether at its own initiative or in response to the queries/
observations/suggestions/requests for clarification, amend and modify the bidding
documents by issuing Addenda/Corrigenda. Such Addenda/Corrigenda will be
hosted in the websites, as specified in the Notice Inviting e-Tender.
4.7.2 Any Addendum/Corrigendum, thus issued, shall be part of the bidding documents and
shall be communicated, in writing, to all the known prospective bidders (i.e., who
would attend Pre-bid Meeting or submit queries / observations / suggestions or
request for clarification), and hoisted in port website and cpp portal.
4.7.3 To give prospective bidders reasonable time to take the Addendum / Corrigendum
into account in preparing their bids, VOCPT may, at their discretion, extend the last
12
date for submission of the bids, prior to the closing date & time of e-Tendering.
C. PREPARATION OF BIDS
4.8 Cost of bidding
The Bidder shall bear all costs associated with the preparation and submission of their bid,
and VOCPT shall not be responsible or liable for those costs, regardless of the conduct or
outcome of the bidding process.
4.9 Language of Bid
The Bid, as well as all correspondence and documents relating to the bid, exchanged by
the Bidder and VOCPT, shall be written in the English language only. If the supporting
documents and printed literature, that are part of the bid, are in another language, they
must be accompanied by an accurate translation of the relevant passages in the English
language, in which case, for purposes of interpretation of the bid, such translation shall
govern.
4.10 Documents comprising the Bid
4.10.1 The Bid shall comprise of the following:-
4.10.1.1 Pre-qualification and Techno-commercial Bid:
The Pre-qualification & Techno-commercial Bid comprises all documents
[including the Bidding Forms (provided in these bidding documents), duly
filled in, signed and stamped] required to be uploaded through the
website of CPP Portal as per the Notice Inviting e-Tender, Schedule of
Tender (SoT), Instructions To Bidders (ITB) and any other relevant
clause(s) of these bidding documents.
4.10.1.2 Price Bid:
The Price Bid comprises the prices only and the same are to be
submitted electronically, through the website of CPP Portal only.
4.11 Form of Tender
The bidder shall have to submit (upload) the “FORM OF TENDER”. This form must be
completed without any alterations to its format, and no substitutes shall be accepted.
All blank spaces shall be filled in with the information requested. Such duly filled in
“FORM OF TENDER” should be uploaded – See Annexure form VIII.
4.12 Price Schedule
4.12.1 The Bidder shall quote their price on-line (through e-procurement portal only) as
per the Price Schedule (Bill of Quantities) in the Price bid (Part-II), without any
condition or deviation. Price indicated anywhere else, in any other form or
manner, will not be considered for evaluation of Price Bid.
4.12.2 The Bidder should submit (upload) the unprized format [Bidding Form VII: PRICE
SCHEDULE], of the Bidding Documents, duly filled in the GST rates at appropriate
places and signed & stamped as token of acceptance.
4.13 Bid Prices
4.13.1 The prices are to be quoted by the Bidder through e-procurement portal,
considering the work requirements, as detailed in Part-2 (Technical
Specification) and other terms & conditions of the Bidding Documents
(considering all addenda / corrigenda issued).
4.13.2 Except where otherwise expressly provided, the contractor shall have toprovide
all materials, labour, plant and other things necessary in connection with the
contract, although everything may not be fully specified, and although there may
be errors and omissions in the specifications.
13
4.13.3 The prices and rates entered (electronically through CPP Portal) as per the Price
Schedule (Bill of Quantities), in the Price bid (Part-II), by the Bidder, shall
include, inter alia, all costs and expenses involved in or arising out of the
following:
(a) Supply, delivery, inspection, transportation (including insurance), handling,
receipt and storage of all required materials [in line with Technical
Specification (Part-2)] and equipment at site, erection, testing,
commissioning, statutory certification, Guarantee & warranty obligation etc.
(b) The provision, storage, transport, handling, use, distribution & maintenance
of all materials, equipment, machinery and tools, including all costs,
charges, dues, demurrage or other outlays involved in transportation.
(c) The provisions & maintenance of all their staff & labour and their payment,
accommodation, transport, fares and other requirements.
(d) All required first aid, welfare and safety requirements.
(e) Damage caused to the work and /or construction, plant, materials and
consumable stores caused by weather.
4.13.4 Tools, Tackles, lifting machineries, scaffolding, temporary lighting, different
vehicular transport etc. required for execution of the whole work will have to be
arranged by the Contractor, at their own risk, cost & arrangement, which may be
considered, while submitting their rates in the offer.
4.13.5 Rates & amounts quoted by the bidders in the “PRICE SCHEDULE”, include all
incidental charges [excluding Goods and Services Tax (GST)], as applicable, and
charges for packing, forwarding, loading, handling, carrying to
anylead,stacking,transportation,permits,overheads&profit,etc.necessary for the
complete services as described in this Bidding Document.
GST, as applicable, shall be paid extra against proper invoice submitted by the
Contractor.
The contractor will be required to submit GST compliant invoice with all required
details and also be required to file timely and proper return so as to enable
VOCPT to get due credit against GST paid.
In case of any failure on the above account, GST amount, even if paid by VOCPT,
shall be recoverable from the Contractor.
4.13.6 All quoted rates will remain firm during the validity period of the bid / offer,
including any / all extension thereof, agreed by the bidder.
However, changes in statutory taxes & duties [other than GST] will be adjusted
(within the scheduled completion period), based on documentary evidence.
4.13.7 The Bidder should clearly understand that they shall be strictly required to
conform to all terms & conditions of the Bidding Documents [considering all
addenda / corrigenda (if any) issued], as contained in each of its clauses and
plea of “Customs Prevailing” will not be, in any case, admitted as excuse on
their part, for infringing any of the terms &conditions.
No request for change or variation in rates or terms & conditions of the contract
shall be entertained on the ground that the successful Bidder has not understood
the work envisaged in the instant contract.
4.14 Currencies of Bid
The Bidders should quote the prices in Indian Rupees (₹) only.
4.15 Period of validity of bids
4.14.1 Bids shall remain valid for the period of 180 days after the bid submission deadline

14
date (considering extension thereof, if any) as prescribed in ITB. A bid, valid for a
shorter period, shall be rejected by VOCPT, treating the same as non-responsive.
4.14.2 In exceptional circumstances, prior to the expiration of the bid validity
period,VOCPT may request the bidders to extend the period of validity of their
bids. The request and the responses shall be made in writing.
A Bidder may refuse the request, without forfeiting their Earnest Money Deposit
(EMD). A Bidder granting the request shall not be required or permitted to modify
its bid, except when option to do the same has been specifically granted by
VOCPT, in writing.
4.16 Earnest Money Deposit (EMD)
The total amount of EMD shall be Rs.34,98,000/-. The bidder may pay the entire
amount through RTGS/NEFT to the account of V.O.Chidambaranar Port Trust Or else the
bidder may pay 50% of the EMD i.e Rs.17,49,000/-(seventeen lakhs forty nine
thousand) shall be paid through RTGS /NEFT to V.O.Chidambaranar Port Trust, Tuticorin
and remaining 50% i.e Rs.17,49,000/- (seventeen lakhs forty nine thousand) shall be
furnished in the form of BG as indicated in Clause 3.5(ii) of Part I, Section III. All the
bidders have to pay the EMD amount and Tenders without paying EMD will not be
considered. MSE/MSME/ having Udyog Aadhaar No. vendors are exempted from paying
EMD.
Also, only bidder whose EMD received in the bank account of VOCPT as per the UTR
details uploaded by the bidder shall be considered and other on whatsoever reason if not
received and UTR details does not match, such bidder shall be considered as disqualified
under EMD criteria.
4.16.1. The Earnest Money deposited by the unsuccessful tenderers will be refunded
within fifteen days of deciding L1 without interest. The Earnest Money deposited
by the successful tenderer will be adjusted against Security Deposit. Whenever
there is a delay in commencement of work, the EMD shall be forfeited
4.16.2 Refund of Earnest Money Deposit:
The Earnest Money Deposit (EMD) furnished by all unsuccessful bidders will be
returned through an e-payment system, after the expiry of the final tender validity
period but not later than 30 (thirty) days after award of Contract or signing of the
Contract Agreement, whichever is earlier.
In case the bid of the successful bidder is found acceptable to VOCPT and contract
is awarded with them, the Earnest Money Deposit of the successful bidder
(Contractor) shall be retained by VOCPT and may be converted into partial
performance guarantee. Submission of Remaining amount of Performance
Guarantee / Security Deposit (in accordance with ITB) and signing of the Contract
Agreement by VOCPT and the Contractor (in accordance with ITB), to be carried
out subsequently.
In case, the successful bid is not found acceptable to VOCPT, Earnest Money
Deposit of the successful bidder shall be refunded after the decision, in this
regard, is finalized by VOCPT.
4.16.3 No interest shall be payable on the account of Earnest Money Deposit in any case.
4.16.4 Forfeiture of Earnest Money Deposit:
The EMD may be forfeited
(a) if a Bidder withdraws their offer within the validity period of the bid / offer;
and / or, alters / amends any terms and / or condition and / or quoted rate(s),
within the validity period of the offer (excepting when option to do the same
has been specifically granted by V.O.Chidambaranar Port Trust in writing)
15
making it unacceptable to the V.O.Chidambaranar Port Trust;
or,
(b) if the successful bidder,
i) fails to submit the Performance Guarantee / Security Deposit (as per SCC)
for the specified sum and in the specified form, within the stipulated time;
and / or,
ii) fails to carry out the work or to perform / observe any of the conditions of
the contract,
For the purpose of this provision, the validity period (of the bid / offer) shall
include any / all extension thereof, agreed by the Bidder in writing. VOCPT shall
also be at liberty to deduct any of their dues from Earnest Money. It should be
however be clearly understood that in case of any default in any terms and or
condition of the contract after placement of order but before submission of
Performance Guarantee / Security Deposit (as per SCC), the same shall be dealt
with in accordance with the relevant provisions of contract, including forfeiture
of Earnest Money.
D. SUBMISSION OF BIDS AND OPENING OF BIDS (EXCEPT PRICEBID)
4.17 Submission of bids
4.17.1 Bidders shall have to submit their bids [both Pre-qualification &Techno-
commercial Bid and Price Bid] on-line through e-procurement portal only.
4.17.2 The Bidder should submit (upload) the scanned copies of all the relevant and
required documents, statements, filled up formats, certificates, etc. [in
accordance with ITB], in the aforesaid portal, in support of their Pr- qualification
Criteria and Techno-commercial Bid.
4.17.3 Before scanning the aforesaid documents, all pages are to be signed by a person
duly authorised to sign on behalf of the bidder, pursuant to ITB, and are to be
embossed with their official seal, owing responsibility for their correctness /
authenticity. All pages of the aforesaid documents should be serially marked.
4.17.4 Any inter-lineation, erasures, or overwriting, in the aforesaid scanned &uploaded
documents, shall be valid only if they are signed by the aforesaid authorised person.
4.17.5 The Bidder will have to produce the original documents or any additional
documents, if asked for, to satisfy V.O.Chidambaranar Port Trust.
4.17.6 The Price Bid comprised the prices only and the same are to be submitted
electronically, through the website of e-procurement portal of NIC- CPP. only. No
hardcopy of priced “Price Schedule” is required to be uploaded.
4.18 Techno-commercial offer
4.18.1 No techno-commercial deviation and variation will be considered by VOCPT, except
where the Techno-commercial terms and conditions, will be found as impossible
and irrelevant to the bidder.
4.18.2 If the Bidder deliberately gives wrong information or conceals any information /
fact in their bid, which shall be favourable for acceptance of their bid,
fraudulently, then the right to reject such bid at any stage of execution, without
any financial liability, is reserved by VOCPT.
4.19 Priced offer
The Bidder should quote the offered rate appropriately in the PRICE BID, electronically,
through the website of NIC- CPP e-procurement portal only. Price indicated anywhere
else, in any other form or manner, would not be considered for evaluation of Price Bid.

16
4.20 Deadline for submission of bids
4.20.1 Bids must be submitted within the closing date & time indicated in the Schedule
Of Tender (SOT).
4.20.2 VOCPTmay, at its discretion, extend the deadline for the submission of bids, prior
to the closing date & time of e-Tendering, by amending the Bidding Documents,
in accordance with ITB, in which case all rights and obligations of VOCPT and
bidders previously subject to the deadline shall thereafter be subject to the
deadline as extended.
4.21 Late Bids
This e-Procurement System would not allow any late submission of bid, after the closing
date & time, as per the Schedule Of Tender (SOT) or extension, if any.
4.22 Withdrawal of bids
4.22.1 A Bidder may withdraw, substitute, or modify their bid on the e-Procurement
System, before the closing date and time specified, but not beyond.
4.22.2 No bid may be withdrawn, substituted, or modified in the interval between the
deadline for submission of bids and the expiration of the period of bid validity
specified by the bidder on the “FORM OF TENDER [for Techno- commercial (un-
priced) Bid].” or any extension thereof. Modification / Withdrawal of the bid sent
through any other means shall not be considered by VOCPT.
4.22.3 Withdrawal of bid during the interval between such closing time on due date and
expiring of the bid validity period, may result in forfeiture of EMD in accordance
with ITB.
4.23 Bid opening [except Price Bid]
4.23.1 The bids [except Price Bids], will be opened at the date & time, indicated inthe
Schedule Of Tender(SOT).
4.23.2 The on-line bid-opening event may be viewed by the bidders at their remote end,
by logging on to the e-Procurement System. Bid opening status shall be made
available on the e-Procurement System.
E. EVALUATION OFBIDS
4.24 Confidentiality
4.24.1 Information relating to the evaluation of bids and recommendation of contract
award shall not be disclosed to bidders or any other persons not officially
concerned with such process until publication of the contract award.
4.24.2 Any attempt by a Bidder to influence VOCPTin the examination, evaluation and
comparison of the bids, or contract award decisions may result in the rejection of
their bid and forfeiture of EMD.
4.24.3 Notwithstanding ITB Clause No. 4.24.2, from the time of bid opening to the time
of contract award, if any Bidder wishes to contact VOCPT on any matter related
to the bidding process, they should do so in writing.
4.25 Clarification of bids
To assist in examination, evaluation & comparison of the bids and qualification of the
bidders, the Employer (VOCPT) may, at their discretion, ask any bidder for a clarification
of their bid. The Employer (VOCPT) may also ask any bidder to withdraw any
terms/conditions mentioned by them in their offer, which are not in conformity with the
terms & conditions specified in the bidding documents. In case any bidder fails to submit
required clarification within the time stipulated by the Employer (VOCPT), in this regard,
the tender would be processed in absence of the clarifications, which may result in

17
disqualification of the corresponding bidder for the instant tender. Any clarification
submitted by a bidder, which is not in response to a request by the Employer (VOCPT),
shall not be considered. The Employer’s (VOCPT’s) request for clarification and the
response shall be in writing.
No change in the prices or substance of the bid shall be sought, offered or permitted, nor
will the bidder be permitted to withdraw their bid before expiry of the validity period of
the bid.
4.26 Deviations, reservations and omissions
During the evaluation of bids, the following definitions apply:
a) “Deviation” is a departure from the requirements specified in the bidding documents;
b) “Reservation” is the setting of limiting conditions or withholding from complete
acceptance of the requirements specified in the bidding documents
; and
c) “Omission” is the failure to submit part or all of the information or documentation
required in the bidding documents.
4.27 Responsiveness of bids
4.27.1 Responsiveness of a bid would be determined on the basis of the contents of the
bid itself, and clarification(s) in accordance with ITB.
4.27.2 A substantially responsive bid is one that meets the requirements of the Bidding
Documents without material deviation, reservation, or omission. A material
deviation, reservation, or omission is one that,
(a) if accepted, would :
i) affect in any substantial way the scope, quality, or performance of the
work specified in the Contractor
ii) limit in any substantial way, inconsistent with the Bidding Documents,
VOCPT’s rights or the bidder’s obligations under the proposed contractor
(b) if rectified, would unfairly affect the competitive position of other bidders
presenting substantially responsive bids.
4.27.3 Bidders shall not contain the following information / conditions to consider them
responsive:
a) Either direct or indirect reference leading to reveal the prices of the bids in
the Techno-commercial offers;
b) Adjustable prices, other than the provisions stated in ITB.
4.27.4 If a bid is not substantially responsive to the requirements of the bidding
documents, it shall be rejected by VOCPT and may not subsequently be made
responsive by the bidder, by correction of the material deviation, reservation, or
omission.
4.28 Nonconformities, errors and omissions
4.28.1 VOCPT shall examine the bids [including the further documents / clarifications
received in accordance with ITB] to confirm that all documents requested in ITB
have been provided and to determine the completeness of each document
submitted.
4.28.2 Provided that a bid is substantially responsive, VOCPT may waive any
nonconformities or omissions in the bid that do not constitute a material deviation.
4.29 Examination of Pre-qualification Criteria
4.29.1 At first, the contents of the documents, submitted in support of the Pre-
qualification Criteria [including the further documents / clarifications received in

18
accordance with ITB] will be scrutinized and evaluated.
4.29.2 VOCPT may, at their discretion, seek any other detail(s)/document(s),
insubsequent course, to ascertain and get confirmed about the competence of the
bidder. In case any bidder fails to submit required detail(s)/document(s) within
the time stipulated by the Employer (VOCPT), in this regard, the tender would be
processed in absence of the documents, which may result in disqualification of the
corresponding bidder for the instant tender. While evaluating Pre- qualification
Criteria, regard would be paid to National Defence and Security considerations of
the Indian Government.
4.29.3 In case it is found that the Pre-qualification Criteria has not been fulfilled by the
bidder or otherwise their participation has not been found acceptable to VOCPT,
the respective bid will be treated as non-responsive and “Price Bid” of the
respective Bidder will not be considered further.
4.30 Examination of Techno-commercial offer
4.30.1 After scrutiny of the Pre-qualification Criteria, Techno-commercial Bids of the
Pre-qualified bidders [as indicated above] will be scrutinized &evaluated.
4.30.2 VOCPT shall examine the bid to confirm that all terms and conditions specifiedin
the Technical Specification (Part-2), GCC and SCC have been accepted by the
bidder without any material deviation or reservation or omission.
4.30.3 If on examination of the “Techno-commercial Bid” of pre-qualified bidders,it is
found that they have not accepted all Techno-commercial terms & conditions of
the Bidding Documents [considering all addenda / corrigenda, issued], “Price Bid”
part of such bidder(s) will not be opened. “Price Bid” part of other bidder(s) will
be opened subsequently as per procedure. Decision of VOCPT on this matter shall
be final.
4.31 Opening of Price Bid
PRICE BIDs of the bidders, who qualifies in the “Pre-qualification & Techno- commercial
Bid”, will be opened on a later date, upon due intimation to the concerned bidders by e-
mail address furnished by them in their bid.
The on-line price-bid opening event may be viewed by the bidders at their remote end, by
logging on to the e-Procurement System. A copy of the price-bid opening record shall be
made available on the e-Procurement System
4.32 Comparison & Evaluation of Price-Bid and selection of Successful Bidder
4.32.1 While evaluating the Price Bids, the Price quoted by the Bidders against all items of
the Price Schedule shall be taken into account and the TOTAL PRICE, which
would be arrived at, by adding quoted prices of all items of the Price Schedule,
will be considered for evaluation. Selection of the successful bidder will be made
on the basis of the lowest “TOTAL PRICE” thus arrived.
4.32.2 In case it is found that the quoted “TOTAL PRICE” is same for two or more bidders
and their bids become the lowest, the respective bidders will be given chance to
submit their fresh Price Bid, subject to the condition that the fresh rate so quoted
must be less than the rate quoted by the respective bidders earlier. Selection of
the successful bidder will be made on the basis of the revised lowest “TOTAL
PRICE” thus obtained.
4.33 VOCPT’s right to accept any bid and to reject any or all bids
4.33.1VOCPT reserves the right to accept or reject any bid, and to annul the bidding
process and reject all bids at any time prior to contract award, without thereby
incurring any liability to Bidders.
19
F. AWARD OFCONTRACT
4.34 Subject to ITB Clause No. 4.33.1, VOCPT shall award the contract to the Bidder whose
offer has been determined to be the lowest evaluated bid [as per ITB Clause No. 4.32] and
is substantially responsive to the Bidding Documents.
4.35 Notification of award
Prior to the expiration of the period of bid validity or extended validity in accordance
with ITB, VOCPT shall notify the Successful Bidder, in writing, that their bid has been
accepted. The notification letter (hereinafter called the “Letter of Acceptance”) will be
treated as “Order Letter” and will constitute the formation of the contract. Such order
letter shall specify the “Contract Price” in line with SCC.
4.36 Signing of contract agreement
4.36.1 After placement of order, contract agreement [as per the form furnished
inSection-VIII A] should be executed between V.O.Chidambaranar Port Trust and
the Contractor (Successful Bidder). In this respect, within a week of receipt of
intimation regarding acceptance of their bid, the successful bidder shall have to
submit, at their cost, required Stamp Paper [Non-judicial Stamp Paper of worth
not less than Rs.100.00] &dummy papers (for three sets).
Immediately after receipt of the above papers & documents, VOCPT will send
three sets of contract agreement form [one set printed on Stamp Paper & dummy
papers and two sets printed on dummy papers], photocopy of one set of
documentary transactions between them and VOCPT (till finalisation & award of
the Contract) and Contract Documents [incorporating all accepted changes and
addenda / corrigenda issued, if any], duly signed by the representative of VOCPT
at appropriate places on each pages.
Within a week, thereafter, the Contractor (Successful Bidder) shall have to return
Contract Agreement forms (three sets) [after affixing their common seal], the set
of documentary transactions and Contract Documents, duly signed by them at
appropriate places on each page.
4.36.2 The contract agreement form &Contract Documents should be signed by the
authorized persons of the Contractor, authorized in this respect.
4.36.3 After receipt of the contract agreement forms, duly signed by authorised person
of VOCPT & authorized person of the Contractor (Successful Bidder), the same
shall be kept under VOCPT’s custody, after affixing the Common Seal of VOCPT.
One copy of such executed contract agreement (on dummy paper), along with
one photocopy of signed documentary transactions and Contract Documents will
be handed over to the Contractor for their record & future reference.
4.36.4 Total process of executing contract agreement should be completed within 15 days
of issuance of “Letter of Acceptance” by VOCPT. Until such contract agreement is
executed, the other documents referred to the definition of the term “Contract”
[GCC Clause], shall collectively be the contract.
4.37 Performance Guarantee
4.37.1 Within fifteen 15 days of issuance of “Letter of Acceptance” byVOCPT, the
Successful Bidder shall provide the Performance Bank Guarantee in accordance
with the Special Conditions of Contract, using the form furnished in Section-VIII
C.
4.37.2 Failure of the successful bidder to submit the above-mentioned Bank Guarantee
for Performance Guarantee or sign the contract agreement shall constitute
20
sufficient grounds for the annulment of the award and forfeiture of the EMD in
accordance with ITB.
4.37.3 All costs, charges & expenses, including Stamp Duty, shall be borne by the
Successful Bidder.
4.37.4 No interest / charge, of whatsoever nature, shall be paid by VOCPT on the amount
of Performance Guarantee / Security Deposit, held by them (as per SCC) at any
stage.

21
PART-1
SECTION -V
GENERAL CONDITIONS OF CONTRACT (GCC)

Table of Clauses
A. GENERAL PROVISIONS

1) Definitions

2) Contract documents

3) Interpretations

4) All Drawings are Trustees’ property

5) Language

6) Notices

7) Governing Law

8) Patent Rights

9) Stamp duty & other expenses

10) Indemnity

11) Employer’s lien

12) Additions and alterations

B. THE ENGINEER

13) Instructions of the Engineer or Engineer’s Representative

C. THE CONTRACTOR

14) Performance Guarantee / Security Deposit

15) Contractor’s personnel and Contractor’s representative

16) Assignment and sub-contracting

17) Access to site

18) Transportation of materials

19) Contractor’s equipment

20) Supply of water and Electricity

21) Use of ground and land / covered space for Contractor’s establishment

22) Existing services

22
23) Contractor to prepare working / progress drawings

24) Contractor’s price is inclusive of all costs

Contractor is responsible for all construction process, except for correctness of


25)
design and specification formulated by the Engineer

26) Contractor to submit his programme of work

27) Contractor to supervise the works

28) Contractor is responsible for line, level, setting out, etc.

29) Contractor is responsible to protect the work

Contractor is responsible for all damages to other structures / persons caused


30)
by him in executing the work

31) Fossils, Treasure troves, etc. are Trustees’ property

32) Contractor to indemnify the Trustees against all claims for loss, damage, etc.

33) Dismantled materials Trustees’ property

34) Contractor’s quoted rates / price must be all inclusive

35) Notice to Contractor

36) Contractor not to publish photograph or particulars of work

37) Contractor to provide facilities to outsiders

38) Work to cause minimum possible hindrance to traffic movement

D. STAFF AND LABOUR

39) Engagement of staff and labour

40) Labour Laws

41) Health and safety

42) Labour licence

43) Employees’ Provident Fund & Employees’ State Insurance

E. PLANT, MATERIALS AND WORKMANSHIP

44) Contractor’s arrangement for execution of the work

45) Inspection and testing


Contractor to replace materials/work not acceptable to the Engineer or his
46)
Representative

23
47) Removal of materials on completion

48) Workmanship and secrecy

COMMENCEMENT, EXECUTION & COMPLETION OF WORK, HANDING OVER AND


F.
TAKING OVER

49) Preliminary time to commence work and maintenance of steady rate of progress

50) Contractor’s site office

51) Contractor to observe Trustees’ working hours


Contractor to supply all materials as per requirement of the Engineer or his
52)
Representative
53) Materials and works

54) Contractor to submit samples for approval

Contractor to seek approval of Engineer or his Representative before covering


55)
up any portion of work

56) Contractor to suspend work on order from Engineer or his Representative

57) Completion Certificate

58) Completion period

59) Taking over of the Contract job by VOCPT

60) Defect Liability Period (DLP)

61) Defects after taking over

62) Extension of completion period and liquidated damage

G. CONTRAT PRICE , PAYMENT AND DEDUCTIONS

63) Contract Price

64) Terms of payment

65) Extra expenses incurred by the Employer

66) Recovery of deducted amount

67) Variation and its valuation

H. TERMINATION BY EMPLOYER

68) Notice to correct

69) Termination by Employer

24
70) Valuation at date of termination

71) Payment after termination

72) Employer’s entitlement to termination for convenience

73) Corrupt or fraudulent practices

I. SUSPENSION AND TERMINATION BY CONTRACTOR

74) Contractor’s entitlement to suspend work

75) Termination by Contractor

76) Cessation of work and removal of Contractor’s equipment

77) Payment on termination

J. INSURANCE

78) General requirements for insurances

K. FORCE MAJEURE

79) Definition of Force Majeure

80) Notice of Force Majeure

81) Duty to minimise delay

82) Consequences of Force Majeure

83) Optional termination, payment and release

L. CLAIMS, DISPUTES AND ARBITRATION

84) Engineer’s decision

85) Amicable settlement

86) Arbitration

87) Failure to comply with Engineer’s decisions

88) Progress of work not to be interrupted

M. INTEGRITY PACT

89) Signing of Integrity Pact

25
PART – 1
SECTION - V
General Conditions of Contract (GCC)
A. GENERAL PROVISIONS
5.1 Definitions
In the conditions of contract (“these conditions”), which includes particular conditions and
these general conditions, the following words and expressions shall have the meanings stated.
Words indicating persons or parties include corporations and other legal entities, except
where the context requires otherwise.
5.1.1 The Contract:
a) “Contract” means and includes these bidding documents in entirety (including all
Addenda and Corrigenda, if any), the specification, the drawings, the PRICE
SCHEDULE, the bid / offer, the Letter Of Acceptance, the Contract Agreement
(when Contract Agreement would be completed in all respect) and such further
documents as may be expressly incorporated in the Letter Of Acceptance or
Contract Agreement (when Contract Agreement would be completed in all respect).
b) “Contract Agreement” means the executed Contract Agreement referred to in ITB
Clause No. 4.36 [Signing of Contract Agreement].
c) “Contract documents” means the documents listed in the Contract Agreement,
including any amendments hereto.
d) “Letter Of Acceptance (LOA)” or “Work order” or “Order letter” means the
formal acceptance of the bid (and placement of order with the successful bidder),
issued by or on behalf of the Employer, including any adjustments or variation to
the bid agreed between the Employer and the successful bidder and includes its
enclosure(s), annexure(s), etc., if any.
e) “Specification” means the specification of the work included in the contract and
any modification thereof or addition thereto made under GCC Clause No. 5.12
[Additions and alterations] or submitted by the Contractor and approved by the
Engineer, in writing.
f) “Drawings” means all drawings, calculations and technical information, etc.,
provided by the Engineer to the Contractor under the contract and all drawings,
calculations, samples, patterns, models, etc., including modification, if any, and
other technical information & manuals of a like nature, submitted by the
Contractor and approved by the Engineer.
g) “Tender” or “Bid” means the proposal (priced offer), along with all supporting
documents, submitted by the bidder to the Employer for consideration.
h) “Price Schedule” means the priced schedule of items, forming part of the bid.
i) “Tenderer” or “Bidder” means the individual firm, who submits the bid, duly filled
up and signed, along with all the required documents and payment instruments, in
strict compliance of the conditions / requirements stipulated in these bidding
documents.
j) “Contract data” means the pages completed by the Employer entitled CONTRACT
DATA.
5.1.2 Parties and persons:
a) “Party” means the Employer or the Contractor, as the context requires.
b) “Employer” or “Board” or “Trustees” or “V.O.Chidambaranar Port Trust” or
“VOCPT” means the Board of Trustees of V.O.Chidambaranar Port Trust, a body
corporate under Section 3 of the Major Port Trusts Act, 1963 (as amended from
time to time),including their successors, representatives and assigns.

26
c) “Contractor” or “Successful bidder” or “Successful tenderer” means the person or
persons, firm or company, whose bid / offer has been accepted by the Employer and
is named as such in the Contract Agreement or his representative(s), who is/are duly
authorised to deal the contract.
d) “Contractor’s representative” means the person(s) named by the Contractor in the
contract or appointed from time to time by the Contractor, under GCC Clause No.
5.15 [Contractor’s personnel and Contractor’s representative], who acts on
behalf of the Contractor.
e) “Sub-contractor” shall mean a person or persons, firm or company to whom a part
of the work has been sub-contracted by the Contractor, with prior consent of the
Employer.
f) “Contractor’s personnel” means the Contractor’s representative and all personnel
whom the Contractor utilises on site, who may include staff, labour and other
employees of the Contractor and of each Sub-contractor, and any other personnel
assisting the Contractor in the execution of the work.
g) “Engineer” means the person appointed by the Employer to act as the Engineer for
the purposes of the contract and named in the Contract data, or other person
appointed from time to time by the Employer.
h) “Engineer-in-charge” means employee of VOCPT, authorised by the Engineer to
look after the physical execution of the contract, at site level.
i) “V.O.Chidambaranar Port Trust” or “VOCPT” means a Port situated in Tuticorin.
j) “Chairman” means the Chairman of the Board of Trustees for V.O.Chidambaranar
Port Trust) and includes the person appointed to act in his place under Sections 14
and 14A of the Major Port Trusts Act,1963.
k) “Deputy Chairman” means the Deputy Chairman, V.O.Chidambaranar Port Trust and
includes the person appointed to act in his place.
l) “Chief Mechanical Engineer” means the Officer appointed to take charge of entire
Mechanical and Electrical Engineering Department functionaries under the
supervision of the Deputy Chairman, VOCPT.
5.1.3 Dates and periods:
a) “Completion period” means the time of completion/period of execution notified
under 5.58 [Completion period].
b) “Month”, for the purpose of this contract, shall mean the period starting from the
date of commencement in any month to the previous date of the following month,
as per English Calendar.
c) “Week”, for the purpose of this contract, shall mean any period of 7 (seven)
consecutive English Calendar Days.
d) “Day”, for the purpose of this contract, means English Calendar Day.
5.1.4 Money and payments:
a) “Contract price” or “Contract value” means the sum named in the “Letter of
Acceptance (LOA)” [excluding GST] of the bid /offer of the Contractor, subject to
such additions thereto and deductions there from, as may be made by the Engineer,
under the provisions contained in this bidding document.
b) “Cost” means all expenditure reasonably incurred (or to be incurred), by the
Contractor, whether on or off the site, including overhead and similar charges, but
does not include profit.
c) “Foreign Currency” means the currency other than Indian Currency.
5.1.5 Work:
a) “Work” means the work to be executed in accordance with the contract and

27
includes authorised “Extra work”, “Excess work” and “Temporary work”.
b) “Temporary work” means all temporary work of every kind required in or about the
execution, completion or maintenance of the work and includes (without thereby
limiting the foregoing definitions) all temporary erections, scaffolding, ladders,
timbering soaking vats, site offices, cement and other godowns, platforms and bins
for stacking building materials, gantries, temporary tracks and roads, temporary
culverts and mixing platforms.
c) “Excess work” means the required quantities of work, in excess of the provision
made in the contract, against any item of the “Price Schedule”.
d) “Extra work” means those work, required by the Engineer for completion of the
contract, which were not specifically and separately included in the schedule of
items of the work (i.e. “Price Schedule”) of the bidding document.
e) “Related Services” means the services incidental to the supply of goods / contract
job, such as insurance, installation, training, initial maintenance and other
obligations of the Contractor, under the contract.
5.1.6 Other definitions
a) “Constructional plant” means all appliances or things, of whatsoever nature,
required in or about the execution, completion or maintenance of the work or
temporary work and includes (without thereby limiting the foregoing definition) all
machinery and tools, but does not include materials or other things intended to form
or forming part of the permanent work.
b) “Site” means the land and other places, on, under, in or through which the contract
is to be executed or carried out and any other lands or places provided by the
Employer for the purpose of the contract.
c) “Excepted Risks” means riot, in so far as it is uninsurable, war, invasion, act of
foreign enemies, hostilities (whether war be declared or not), Civil War, rebellion,
revolution, insurrection or military or usurped power or use or occupation by the
Trustees of any portion of the works in respect of which a certificate of completion
has been issued (all of which are herein collectively referred to as the excepted
risks).
d) “Approved / approval” means approval in writing.
e) “Test on Completion” means such tests, prescribed by the applicable Design
Standard, codes and described in the bidding document, to be performed by the
Contractor before the equipment / items / installations are supplied, delivered and
taken over by the Employer.
f) “Defect Liability Period (DLP)” means the period defined in the GCC Clause
No.5.60.
g) “Force Majeure” is defined in GCC Clause No. 5.79 [Definition of Force Majeure].
5.2 Contract documents
5.2.1 The several documents forming the contract are to be taken as mutually explanatory of
one another and should anything appear in one, which is not described in the other, no
advantage shall be taken of any such omission.
5.2.2 In case, any discrepancies or inconsistencies however appear or should any
misunderstandings arise as to the meaning and of the specifications or drawings or as
to the dimensions or the quality of the materials or the due and proper execution of
the work or as to the measurement or quality and valuation of the work executed
under this contract or as extra thereupon, the same shall be explained by the Engineer
or his authorised representative.
5.2.3 The explanation of Engineer or his authorised representative shall be final and binding
28
upon the Contractor and the Contractor shall execute the work according to such
explanations, and without extra charge or deductions and do all such work and things
as may be necessary for the proper execution of the contract as implied by the
specification and drawings, even though such work and things are not specifically
shown and described therein.
5.3 Interpretations
5.3.1 In the contract, except where the context requires otherwise:
a) words indicating one gender include all genders;
b) words indicating the singular also include the plural and words indicating the plural
also include the singular;
c) provisions including the word “agree”, “agreed” or “agreement” require the
agreement to be recorded in writing;
d) “written” or “in writing” means hand-written (manuscript), type-written, printed
or Electronically made, and resulting in a permanent record, under or over
signature and seal, as the case maybe;
and
e) the word “tender” is synonymous with “bid’, and “tenderer” with “bidder” and the
words “tender documents” with “bidding documents”.
5.4 All Drawings are Trustees property
5.4.1 The Drawings, referred to in the Special Conditions of Contract / Technical
Specification / Price Schedule, if and as applicable, shall be furnished by the
Engineer to the Contractor, free of cost, for his use on the work, but these shall
remain the property of the Trustees and hence, the Contractor shall return them to
the Engineer or his Representative on completion of the work, if not torn or
mutilated on being regularly used at site.
5.5 Language
5.5.1 The contract as well as all correspondence and documents relating to the contract,
exchanged between the Contractor and the Employer/Engineer, shall be written in
English Language only. If any documents/manuals/printed literature/drawings is
submitted by the Contractor in other language(s), the same should be accompanied
by an accurate translation of the relevant pages in the English language. In that
case, for the purposes of interpretation of the contract, such translation shall
govern.
5.5.2 The Contractor shall have to bear all costs of translation to the English Language
and all risk of the accuracy of such translation, for documents provided by the
Contractor.
5.6 Notices
5.6.1 Any notice, given by one party to the other, pursuant to the contract, shall be in
writing, to the address specified in the Contract data. The term “in writing” means
communicated in written form, with proof of receipt.
5.6.2 A notice shall be effective when delivered or on the notice’s effective date,
whichever is later.
5.7 Governing Law
5.7.1 The contract shall be governed by and interpreted in accordance with the relevant
Indian Acts [considering latest amendment thereof], as applicable, within the
jurisdiction of the Honourable Dist Court of Tuticorin, Tamilnadu, India, including
the following Acts:
29
i) The Indian Contract Act,1872.
ii) The Major Port Trust Act,1963.
iii) The Workmen’s Compensation Act,1923.
iv) The Minimum Wages Act,1948.
v) The Payment of Wages Act,1936.
vi) The Payment of Bonus Act,1965.
vii) The Payment of Gratuity Act,1972.
viii)The Equal Remuneration Act,1976.
ix) The Employees Provident Fund Act,1952.
x) The Employees State Insurance Act, 1948 &The Employees State Insurance
(Amendment) Act,1989.
xi) The Contract Labour (Regulation & Abolition) Act, 1970; Rules1971.
xii) Child Labour (Prohibition & Regulation) Act,1986.
xiii) The Maternity Benefits Act,1961.
xiv) The Dock Workers (Regulation of Employment) Act,1948.
xv) The Dock Workers (Safety, Health & Welfare) Act,1986.
xvi) The Indian Arbitration and Conciliation Act, 1996 [considering its latest
amendment in 2015].
5.7.2 Unless otherwise specified, all the laws / rules / acts, etc., mentioned in different
clauses of this bidding document, should be considered as laws / rules / acts, etc.
applicable in India.
5.7.3 The Contractor shall indemnify VOCPT for any proceeding taken or commenced by
any authority against the Employer for any contravention of any of such laws, bye
laws, rules, regulations, orders, etc., by the Contractor or their personnel /
workmen / agent / supplier, etc. If, as a result of the Contractor’s failure,
negligence, omission, default or non-observance of any provisions of any law, bye
law, rule, regulation, order, etc., the Employer is called upon by any authority to
pay or reimburse or is required to pay or reimburse any amount, the Employer shall
be entitled to deduct the same from any amount due or that may become due to
the Contractor under this contract or any other contract or by any other means or
may otherwise recover from the Contractor any sum which VOCPT is required or
called upon to pay or reimburse on behalf of the Contractor.
5.7.4 The Contractor shall indemnify VOCPT for any proceeding taken or commenced by
any authority against the Employer for any contravention of any of such laws, bye
laws, rules, regulations, orders, etc., by the Contractor or their
personnel/workmen/agent/supplier, etc. If, as a result of the Contractor’s failure,
negligence, omission, default or non-observance of any provisions of any law, bye
law, rule, regulation, order, etc., the Employer is called upon by any authority to
pay or reimburse or is required to pay or reimburse any amount, the Employer shall
be entitled to deduct the same from any amount due or that may become due to
the Contractor under this contract or any other contract or by any other means or
may otherwise recover from the Contractor any sum which VOCPT is required or
called upon to pay or reimburse on behalf of the Contractor.
5.8 Patent Rights
5.8.1 The Contractor shall fully indemnify VOCPT against any action, claim or demand,
costs or expenses arising from or incurred by reason of any infringement or
alleged infringements of letters, patents, design, trademark or name, copyright or
other protected rights in respect of any machine, plant, work, materials or things,
system or methods of using, fixing working or arrangement used for fixed or
30
supplied by the Contractor in India, or elsewhere.
5.8.2 All payments, or otherwise shall be deemed to be included by the Contractor in
the prices named in the bid and shall be paid by them to whom they may be
payable.
5.8.3 In the event of any claim being made or action brought against VOCPT in respect
of any such matter as aforesaid, the Contractor shall be immediately notified
thereof and they shall with the assistance, if they so require, of VOCPT but at the
sole expense of the Contractor conduct all negotiations for the settlement of the
same or any litigation that may arise there from, provided that the conduct of
such negotiations or litigations shall be conditional upon the Contractor giving to
VOCPT such security, as shall from time to time, by reasonably required by VOCPT
to recover the ascertained or agreed amount, as the case may be, of any
compensation, damages, expenses and cost, which might be payable by the
Trustees in respect of or as a result of any such negotiation or litigation.
5.9 Stamp duty & other expenses
5.9.1 All the costs, charges and expenses to be incurred in connection with Contract
Agreement, Indemnity Bond, Bank Guarantees, Integrity Pact, etc., including
stamp duty, shall be borne by the Contractor.
5.10 Indemnity
5.10.1 Notwithstanding that all reasonable and proper precautions may have been taken
by the Contractor, at all times during the progress of the work, the Contractor
shall, nevertheless, be wholly responsible for all damages, whether to the works
themselves or to any other property of VOCPT or to the lives, persons, property of
others during the progress of the work.
5.10.2 In case any damage occurs to the existing structure due to the Contractor's
operation, the same shall be made good by the Contractor, at their own risk and
cost. The areas, which are likely to be unsafe for use, shall be barricaded and all
necessary precautionary measures, like displaying notices, shall be taken by the
Contractor, during the contract period.
5.10.3 In case any material, spare parts, components, sub-assemblies, accessories, etc.,
related to the work (under the scope of the Contractor), is required to be taken
out of the Port premises by the Contractor, for some specialised servicing,
repairs, overhauling, etc. or for any other reason whatsoever, the Contractor shall
have to obtain permission from the Employer. For this the Contractor shall have
to submit an “Indemnity Bond” [in the form furnished in Section-VIII B].
5.11 Employer’s lien
5.11.1 All constructional plant, temporary work and materials, when brought to the site
by the Contractor, shall be deemed to be the property of the Employer, who will
have lien on the same, until the satisfactory completion of the work and shall only
be removed from the site, in part or in full, with the written permission of the
Engineer or his Representative.
5.11.2 The Employer shall have a lien on and over all or any money that may become due
and payable to the Contractor under this contract or any other contract or from
any amount lying with them or under their control and in respect of any debt or
sum that may become due and payable by the Employer to the Contractor, either
alone or jointly with another or other and either under this contract or under any
other contracts or transaction of any nature whatsoever between the Employer
and the Contractor.

31
5.12 Additions and alterations
5.12.1 VOCPT shall have power and authority, from time to time and at all times, to
make amendments or additions or alterations or changes in the Technical
Specification and give such further instructions and directions, as may appear
necessary and proper to VOCPT for the guidance of the Contractor and good &
efficient execution of the work.
5.12.2 The Contractor shall receive, obey and be bound by the same, according to the
true intent and meaning thereof, as if the same had been mentioned or referred
to in the Technical Specification.
5.12.3 VOCPT may also vary or alter the levels or positions of any of the work
contemplated by approved specification or may order any of the work
contemplated thereby to be omitted, with or without substitution of any other
works in lieu thereof, or may order any work or any portion of works executed or
partially executed, to be removed, changed or altered, if required.
In this connection, VOCPT may increase or decrease or split the quantity of work
included in the contract or execute additional work of any kind necessary for good
& efficient execution of the work.
5.12.4 The Engineer shall have the power to order for the above amendments
(additions/alterations/changes, etc.) and any difference in the cost occasioned by
any such diminution or alteration so ordered and directed shall be added to or
deducted from the amount accepted under the contract based on the rate(s)
available in the contract. Where the rate(s) is/are not available in the contract,
such difference in the cost shall be determined by the Engineer, taking into
account the market rate and labour cost at site for similar work, backed up by
rate analysis, (to be submitted by the Contractor and agreed upon between the
Contractor and VOCPT).
In the event of disagreement, VOCPT shall fix such rates or prices as shall, in their
opinion, be reasonable and proper having regard to the circumstances.
B. THE ENGINEER
5.13 Instructions of the Engineer
5.13.1 The Contractor shall execute, complete and maintain the works in terms of the
contract to the entire satisfaction of the Engineer and shall comply with the
Engineer’s direction on any matter whatsoever. However, the Engineer shall
exercise his discretion impartially, within the terms of the contract and have
regard to all the circumstances.
The Contractor shall take instructions from the Engineer.
C. THE CONTRACTOR
5.14 Performance Guarantee / Security Deposit
5.14.1 As specified in the SCC, the Contractor shall have to provide Performance
Guarantee / Security Deposit towards guaranteeing the performance of the
Contractor in execution of the contract.
5.14.2 The Performance Bank Guarantee(s) shall be denominated in the currency(ies) of
payment in the contract , and shall be in the form furnished in Section-VIII C.
5.14.3 The original Bank Guarantee should be sent by the issuing Branch of the Bank,
directly to the Employer, under Registered Post (A.D), at the following address:
Chief Mechanical Engineer
Mechanical and Electrical Engineering Department
V.O.Chidambaranar Port Trust,
Dist.: Tuticorin,
32
PIN – 628 004,
Tamilnadu, India.
A photocopy of the Bank Guarantee should also be sent to the Engineer, by the
Contractor, for record.
The Chief Mechanical Engineer, VOCPT may require Bank’s confirmation for having
issued the Guarantee. In that case, the issuing Branch of the Bank should send a
confirmation letter, directly to the Employer, under Registered Post (A.D), at the
above address.
5.14.4 Failure of the Contractor to submit the required Performance Bank Guarantee, as
mentioned in GCC Clause No. 5.14.1 and in the manner stated in the SCC, shall
constitute sufficient grounds for termination of the contract and forfeiting the
Earnest Money Deposit.
5.14.5 The proceeds of Performance Guarantee / Security Deposit shall be payable to
the Employer, as compensation, for any loss resulting from the Contractor’s
failure to complete its obligations under the contract.
5.14.6 Performance Guarantee/Security Deposit shall be liable to be forfeited, at the
option of the Employer, if the Contractor fails to carry out the work or to perform
/ observe any of the conditions of the contract.
5.14.7 The Employer shall be at liberty to deduct/recover any of their dues from
Security Deposit/Performance Guarantee.
In that case, if Security Deposit / Performance Guarantee is reduced by reason
of any such deduction or encashment, the Contractor shall have to, within 15
(fifteen) days thereafter, make good the amount so reduced.
5.14.8 The cost of obtaining Performance Bank Guarantee or any other Bank Guarantee
and / or revalidation thereof, whenever required, has to be borne by the
Contractor and it shall be their sole responsibility to arrange for timely
revalidation of such Bank Guarantee, failing which and for non-fulfilment of any
contractual obligation by the Contractor, the Engineer and/or the Employer shall
be at liberty to raise claim / demand under Performance Guarantee and/or
enforce the same unilaterally.
No interest/charge, of whatsoever nature, shall be paid by the Employer on the
amount of Security Deposit / Performance Guarantee held by the Employer, at
any stage.
5.14.9 On completion of execution of the work, the Contractor shall maintain the same
during the “Defect Liability Period”, as specified in GCC Clause No. 5.60, from
the date mentioned in the “Certificate of Completion of Work” [as per the form
furnished in Section-VIII D]. Any defect / fault, which may appear in the work
during the aforesaid maintenance period, arising, in the sole opinion of the
Engineer or his Representative, from materials or workmanship not in accordance
with the contract or the instruction of the Engineer or his Representative, shall,
upon the written notice of the Engineer be amended and made good by the
Contractor, at his own cost, within 7 (seven) days of the date of such notice, to
the satisfaction of the Engineer, failing which, the Engineer shall have the defects
amended and made good through other agency at the Contractor’s risk and cost
and all expenses, consequent thereon or incidental thereto, shall be recoverable
from the Contractor in any manner deemed suitable by the Engineer.
5.14.10 The contract shall not be considered completed and the work shall not be treated
as finally accepted by the Trustees, until a “Certificate of Final Completion” [as
per the form furnished in Section-VIII-E] shall have been signed and issued by the
33
Engineer, after all obligations under the contract, including that in the Defect
Liability Period (DLP), if any, have been fulfilled by the Contractor. Previous entry
on the works or taking possession, working or using thereof by the Trustees shall
not relieve the Contractor of his obligations under the contract for full and final
completion of the work.
5.14.11 Refund of Performance Guarantee / Security Deposit would be guided by the
procedure detailed in the SCC.
5.15 Contractor’s personnel and Contractor’s representative
5.15.1 The Contractor’s personnel shall be appropriately qualified, skilled and
experienced in their respective trades or occupations. The Engineer may require
the Contractor to remove (or cause to be removed) any person employed on the
site of work, including the Contractor’s representative, if applicable, who:
a) persists in any misconduct or lack of care,
b) carries out duties incompetently or negligently,
c) fails to conform with any provisions of the contract, or
d) persists in any conduct, which is prejudicial to safety, health or protection of
the environment.
If appropriate, the Contractor shall then appoint (or cause to be appointed) a
suitable replacement person.
5.15.2 The Contractor shall have to communicate the names of their
officials/representatives, authorized by them through Power of Attorney
(specimen signature of such authorized representative should be attested), to make
all correspondences and sign all documents/papers in relation to this contract.
Written orders or instructions, which the Employer may issue to such authorized
officials/ representatives of the Contractor, shall be deemed to have been given to
the Contractor.
5.15.3 In case any of such authorised persons fails to act as Contractor’s representative,
the Contractor shall similarly communicate the name and particulars of another
suitable person for such authorization.
The Contractor shall have to notify the Engineer, immediately after revoking the
appointment of the Contractor’s representative and appointment of a replacement.
5.15.4 If any of the Contractor’s representatives/officials is required to be temporarily
replaced during the period of contract, the name of the person temporarily
authorised [by any one of the authorised officials/representatives, authorized
earlier through Power of Attorney], shall have to be notified. Specimen signature
of such temporarily authorised representative(s) should be attested [by the said
authorised official/representative].
5.16 Assignment and sub-contracting
5.16.1 The Contractor shall not, directly or indirectly, transfer, assign, sublet or sub-
contract the whole of the work.
Unless otherwise stated in the contract, the Contractor shall not, directly or
indirectly, transfer, assign, sublet or sub-contract any part of the work without
prior consent of the Engineer. Any such consent shall not relieve the Contractor
from any of their liabilities or obligations under the contract and they shall be
responsible for :
a) the acts, defaults and neglect of any Sub-contractor, their agents, servants or
workmen as fully as if these were the acts, defaults or neglects of the
Contractor, their agents, servants or workmen,

34
b) their full and entire responsibility of the contract and active superintendence
of the work by them despite being sublet.
Provided that the Contractor shall not be required to obtain such permission for:
i) the provision of labour engaged on piece-work basis/daily rate basis,
ii) the purchase of materials/services which are in accordance with the standards
specified in the contract,
or
iii) the sub-contracting of any part of the work, for which the Sub-contractor is
named in the contract.
The Contractor shall be responsible for observance, by all Sub-contractors, of
labour laws applicable in India (for the portion of work that would be executed in
India) and all other provisions of the contract.
5.16.2 No participating bidder [in connection with the instant tender] will be allowed to
act as a Sub-contractor of the successful bidder(Contractor).
5.16.3 In the event of the Contractor contravening aforesaid condition [GCC Clause No.
5.16.2], the Employer shall be entitled to terminate the contract forthwith and
award a fresh contract to some other parties at risk and cost of the Contractor,
who shall be liable for any loss or damage, which VOCPT may sustain in
consequence to arising out of such replacement of the Contractor.
5.16.4 The Contractor shall not assign their right and interest in these presents nor assume
a fresh partner or partners, dissolve the partnership existing between them in
reference to this contract, without the prior written permission of the Employer.
5.17 Access to site
5.17.1 The Contractor shall have to abide by the rules and regulations of
V.O.Chidambaranar Port Trust (VOCPT) in respect of entry / exit and movement in
the Port premises.
5.17.2 Necessary Gate Pass / Port Entry Permit, for entering into the port area, will be
issued to the personnel of the Contractor [including that of approved Sub-
contractor(s)] directly connected with the work, on chargeable basis as per the
prevailing charges of VOCPT, on receipt of a formal written request. Prevailing
charges Rs. 236/Person/month and Rs.30/Vehicle(light)/month.
However, for issuing such Gate Pass, the following would be required:
i) For Indian nationals: A photocopy of the Voter’s Identity Card/any other
Photo Identity Card.
ii) For foreign nationals (excluding from Nepal and Bhutan): Permission in the
form of “No objection” for entering VOC Port, from the office of the
Superintendent of Police, Tuticorin, Tamilnadu, India, which acts as the
District Registration Office for foreigners.
Port Entry Permits shall not be issued to the mentioned foreign nationals
without the aforesaid permission. The aforesaid “No objection”, along with
photocopies of Passport and Visa of the foreign national, has to be submitted
to the Administration Division of VOCPT, with an application for obtaining Port
Entry Permit(s).
5.17.3 The Contractor will be fully responsible for any injury (whether fatal or otherwise)
to their personnel [including that of approved Sub-contractor(s)], for any loss or
damage to property or for any other loss, damage, costs and expenses, whatsoever
caused, which, but for the granting of such permission, would not have arisen.
5.17.4 The Contractor will be liable to indemnify the Employer against any loss or damage
35
to the property of the Employer or neighbouring property, which may be caused
due to any act of the Contractor or their personnel [including that of approved Sub-
contractor(s)].
5.17.5 No photograph within the Port Area shall be taken by the Contractor, without
prior permission of the Engineer.
5.18 Transportation of Materials
5.18.1 All materials, spare parts, tools, tackles, service equipment, including
consumables, required under this contract, will have to be packed, securely placed
and protected by the Contractor during transportation. The Contractor will be held
responsible for the inefficient packing, storing and protection of the materials.
5.19 Contractor’s equipment
5.19.1 The Contractor shall be responsible for all the equipment of the Contractor. When
brought on to the site, the Contractor’s equipment shall be deemed to be
exclusively intended for the execution of the work. The Contractor shall not
remove from the site any major items or Contractor’s equipment without the
consent of the Engineer. However, consent shall not be required for vehicle(s)
transporting goods or Contractor’s personnel offsite.
5.20 Supply of water and Electricity
5.20.1 Supply of water:
Drinking water supply at the Contractor’s site office, store, workshop,
assembly/erection yard, etc. will be given on chargeable basis. For this, the
Contractor shall have to make all arrangements, including installation of Water
Meter and laying of pipelines from the source(s) identified by VOCPT, at their
cost. The Contractor will be responsible for maintenance and calibration of such
water meter also. Billing against water supply will be done in line with SCC.
VOCPT do not guarantee uninterrupted supply of water and the Contractor shall not
be compensated for any delay or irregularity in supplying water. The Contractor
shall have to arrange for the supply of water at his own cost during such periods.
5.20.2 Supply of Electricity:
Supply of Electricity at the Contractor’s site office, store, workshop, assembly /
erection yard, etc. will be on chargeable basis. The Contractor shall have to make
all arrangements, including installation of Energy Meter and laying of Cables from
the source(s) identified by VOCPT, at their cost. The Contractor will be
responsible for maintenance and calibration of such Energy Meter also. Billing
against electricity charges will be done in line with SCC.
VOCPT do not guarantee uninterrupted supply of Electricity and the Contractor
shall not be compensated for any delay or irregularity in supplying Electricity. The
Contractor shall have to arrange for Electricity at his own cost during such periods.
5.21 Use of ground and land/covered space for Contractor’s establishment
5.21.1 The Contractor shall be allowed to use a suitable land (open space), which in the
opinion of VOCPT may be absolutely necessary for the proper and efficient
execution of works. For this, the contractor shall have to pay lease rent for the
occupational area as per the Tariff Authority of Major Ports Order No-
TAMP/16/2012, Dated. 4.4.2014 vide Gaz. No- 156, Dated. 21.05.2014 (OR) as per
the prevailing rate revised by TAMP and such amount shall be paid by the
contractor in advance.
Charges are as per SOR as applicable subject to revision of rates from time to
time. Prevailing rate is Rs.400.53 per sq.mtr per annum.
36
5.21.2 On completion of work or termination of the contract, the Contractor shall have to
clear away all their tools, plants, rubbish and other materials, within a fortnight
and hand over vacant and peaceful possession of the same to VOCPT, in a tidy and
clean condition. The same license fee will be applicable for this additional period
(if any) for clearing the space. If the Contractor fails to clear the space and
handover the same to the Employer in a clean and tidy condition, within the period
mentioned above, VOCPT’s “Schedule of Rate” will be applicable for the period
beyond that.
5.21.3 The Contractor shall be allowed to erect any temporary structures on this land [as
stated in GCC Clause No. 5.21.1] for office and / or store and / or workshop, etc.
and make all suitable arrangement for water supply, Electricity supply and sanitary
arrangements for the same, at their own cost.
5.21.4 In case the Contractor is interested in taking covered space, office room, etc. of
VOCPT for the purpose of making a site office and store in the Port area, the same
may also be allotted subject to availability. The rents for such covered spaces or
office room of VOCPT, to be allotted to the Contractor, shall have to be paid by the
Contractor, as per the ‘Schedule of Rent of VOCPT, prevailing at that time. In
addition to the rent, water consumption charges [as per GCC Clause Nos. 5.20.1]
and Electricity consumption charges [as per GCC Clause No. 5.20.2] (if Electricity
/ water is supplied from VOCPT sources) and other applicable charges, as per the
notifications of Tariff Authority of Major Ports (TAMP), have to be paid by the
Contractor. The Contractor will be responsible for installation, maintenance and
calibration of Water Meter and / or Energy Meter also.
5.22 Existing services
5.22.1 Drains, Pipes, Cables, overhead wires and similar services, whether above or below
the ground, which may be encountered in the course of the work, shall be saved
and kept harmless from injury and/or loss or damages by the Contractor, at their
own costs and expenses, so that they continue to be in full and uninterrupted use to
the Employer.
5.22.2 The Contractor shall not store any materials or otherwise occupy any part of the
site in a manner likely to hinder the operation of such services. The Contractor
shall, at their own costs and expenses and without any delay, repair and make
good, to the satisfaction of the Employer, any injury and/or loss or damage caused
by the Contractor to the same.
5.23 Contractor to prepare working/ progress drawings
5.23.1 The Contractor shall provide and make, at his own expense, any working or
progress drawings, required by him or necessary for the proper execution of the
works, and shall, when required, furnish copies of the same, free of cost, to the
Engineer for his information and/or approval, without meaning thereby the shifting
of Contractor’s responsibility on the Engineer, in any way, what so ever.
5.24 Contractor’s price is inclusive of all costs
5.24.1 Unless otherwise specified, the Contractor shall be deemed to have included in his
bid / offer all his cost for supplying and providing all constructional plant,
temporary work, materials (both for temporary and permanent works), labour
(including supervision thereof), transporting to and from the site and in and about
the work, including loading, unloading, fencing, watching, lighting, payment of
fees, taxes and duties to the appropriate authorities and other things of every kind
required for the construction, erection, completion and maintenance of the work.

37
5.25 Contractor is responsible for all construction process, except for correctness of design
and specification formulated by the Engineer
5.25.1 The Contractor shall be solely responsible for the adequacy, stability and safety of
all site operations and methods of construction, even if any prior approval thereto
has been taken from the Engineer or his Representative. The Contractor shall not
be responsible for the correctness of the design or specification of the temporary
and permanent works formulated by the Engineer, but the Contractor shall be fully
responsible for the correct implementation thereof, as also for any design and
specification prepared/proposed/used by the Contractor.
5.26 Contractor to submit his programme of work
5.26.1 Whenever required by the Engineer or his Representative, the Contractor shall
submit to him the details of his
(a) programme for execution of the work,
(b) proposed procedure and methods of work,
(c) proposed deployment of plant, equipment, labour, materials and temporary
works.
The submission to and/or any approval by the Engineer or his Representative to any
such programme or particulars shall not relieve the Contractor of any of his
obligations under the contract.
5.32.2 If, for any reason, the Contractor be unable to adhere to his earlier programme, he
shall submit his revised programme for completion of work within the stipulated
time, whenever asked to do so.
5.27 Contractor to supervise the works
5.27.1 Necessary and adequate supervision shall be provided by the Contractor during
execution of the works and as long thereafter as the Engineer or his Representative
shall consider necessary during the Defect Liability Period (DLP). The Contractor, or
his competent and authorised agent or representative, shall be constantly at site
and instructions given to him by the Engineer, in writing, shall be binding upon the
Contractor The Contractor shall inform the Engineer in writing about such
representative/agent of him at site.
5.28 Contractor is responsible for line, level, setting out, etc.
5.28.1 The Contractor shall be responsible for the true and proper setting out of the
works, in relation to reference points / lines / levels given by the Engineer, in
writing. The checking of any setting out or of any alignment or level by the
Engineer or his Representative shall not, in any way, relieve the Contractor of his
responsibility for the correctness thereof and he shall fully provide, protect and
preserve all stakes, templates, bench marks, sight rails, pegs, level marks, profile
marks and other things used in setting out the works.
5.29 Contractor is responsible to protect the work
5.29.1 From the commencement of the works till issue of the “Certificate of Completion
of Work”, vide GCC Clause No. 5.58 hereof, the Contractor shall take full
responsibility for the care thereof. Save for the excepted risks, any damage, loss or
injury to the work, or any part thereof, shall be made good by the Contractor, a
this own cost, as per instruction and to the satisfaction of the Engineer, failing
which, the Engineer or his Representative may cause the same to be made good by
any other agency and the expenses, incurred and certified by the Engineer, shall be
recoverable from the Contractor, in whatever manner the Engineer shall deem
proper. This clause will not apply to that part of the work, which might have been
38
taken over by the Trustees on partial completion of the work and in such case, the
Contractor’s obligation will be limited to repairs and replacement for
manufacturing or construction defects during the Defect Liability Period, as per the
directions of the Engineer, as also for defects/damages, if any, caused to the work
by the Contractor during such repairs and replacement during the Defect Liability
Period.
5.30 Contractor is responsible for all damages to other structures / persons caused by him
in executing the work
5.36.1The Contractor shall, at his own cost, protect, support and take all precautions in
regard to the personnel or structure or services or properties belonging to the
Trustees or not, which may be interfered with or affected or disturbed or
endangered and shall indemnify and keep indemnified the Trustees against claim
for injury, loss or damage caused by the Contractor in connection with the
execution and maintenance of the work to the aforesaid properties, structures and
services and / or to any person, including the Contractor’s workmen. Cost of
Insurance Cover, if any, taken by the Contractor, shall not be reimbursed by the
Trustees, unless otherwise stipulated in the contract.
5.31 Fossils, Treasure troves, etc. are Trustees ‘property
5.31.1 The Contractor shall immediately inform the Engineer’s Representative if any fossil,
coins, articles of value or antiquity and structures and other remains or things of
geological or archaeological importance be discovered at site, which shall remain
the property of the Trustees, and protect them from being damaged by his
workmen and arrange for disposal of them, at the Trustees’ expense, as per the
instruction of the Engineer’s Representative.
5.32 Contractor to indemnify the Trustees against all claims for loss, damage, etc.
5.32.1 The Contractor shall be deemed to have indemnified the Trustees against all
claims, demands, actions and proceedings and all costs arising there from on
account of:
(a) Infringement of any patent right, design, trademark or name or other protected
right, in connection with the works or temporary work.
(b) Payment of all royalties, rent, toll charges, local taxes, other payments or
compensation, if any, for getting all materials and equipment required for the
work.
(c) Unauthorised obstruction or nuisance caused by the Contractor in respect of
Public or Private road, railway tracks, footpaths, crane tracks, waterways,
quays and other properties belonging to the Trustees or any other person.
(d) Damage/injury caused to any highway and bridge on account of the movement
of Contractor’s plants and materials in connection with the work.
(e) Pollution of waterway and damage caused to river, lock, sea-wall or other
structure related to waterway, in transporting Contractor’s plants and
materials.
(f) The Contractor’s default in affording all reasonable facilities and
accommodation, as per the direction of the Engineer or his Representative, to
the workmen of the Trustees and other agencies employed by or with the
permission and/or knowledge of the Trustees on or near the site of work.
5.33 Dismantled materials Trustees’ property
5.33.1 Debris and materials, if obtained by demolishing any property, building or
structure, in terms of the contract, shall remain the property of the VOCPT.
39
5.34 Contractor’s quoted rates / price must be all inclusive
5.34.1 The Contractor’s quoted rates shall be deemed to have been inclusive of the
following:
(a) Keeping the site free of unnecessary obstruction and removal from site of
constructional plant wreckage, rubbish, surplus earth or temporary works no
longer required.
(b) Cleaning and removal from site all the surplus materials, of every kind, to leave
the site clean and tidy after completion of the work, without which payment
against final bill may be liable to be withheld.
(c) Precautionary measures to secure efficient protection of j e t t y / b e r t h a n d
p u m p h o u s e against pollution, of whatever nature, during execution and
maintenance of the works and to prevent rubbish, refuse and other materials
from being thrown into the water by the Contractor’s men or those of his
agency.
(d) Making arrangements for deployment of all labourers and workers, local or
otherwise, including payment for their wages, transport, accommodation,
medical and all other statutory benefits an den try permits, wherever
necessary.
(e) Making arrangements, in or around the site, as per the requirements of
Tuticorin Corporation or other local authority or the Engineer or his
Representative, for preventing
(i) spread of any infectious disease like smallpox, cholera, plague, malaria or
dengue, by taking effective actions for destruction of rats, mice, vermin,
mosquitoes, etc. and by maintaining healthy and sanitary condition,
(ii) illegal storage and distribution of Drugs, Narcotics, Alcoholic liquor, Arms
and Ammunitions,
(iii) unlawful, riotous or disorderly conduct of the Contractor’s or his Sub-
contractor’s work men,
(iv) deployment of workmen of age less than 16 (sixteen)years.
5.35 Notice to Contractor
5.35.1 Every direction or notice to be given to the Contractor shall be deemed to have
been duly served on or received by the Contractor, if the same is posted or sent by
hand to the address given in the bid or to the Contractor’s Site Office or, in case of
Trustee’s enlisted Contractor, to the address as appearing in the Trustee’s Register
or to the Registered Office of the Contractor. The time mentioned in these
conditions for doing any act after direction or notice shall be reckoned from the
time of such posting or despatch.
5.36 Contractor not to publish photograph or particulars of work
5.36.1 The Contractor and his Sub-contractor or their agents and men and any firm,
supplying plant, materials and equipment, shall not publish or caused to be
published any photographs or description of the works, without the prior authority
of the Engineer in writing.
5.37 Contractor to provide facilities to outsiders
5.37.1 The Contractor shall, at the Trustees’ cost to be decided by the Engineer, render all
reasonable facilities and co-operation, as per direction of the Engineer or his
Representative, to any other Contractor engaged by the Trustees and their
workmen, to the Trustees’ own staff and to the men of other Public Body, on or
near the site of work, and in default, the Contractor shall be liable to the Trustees
40
for any delay or expense incurred by reason of such default.
5.38 Work to cause minimum possible hindrance to traffic movement
5.38.1 The work has to be carried out by the Contractor causing minimum hindrance for
any maritime traffic or surface traffic.
D. STAFF AND LABOUR
5.39 Engagement of staff and labour
5.39.1 The labour, as mentioned in the respective clauses, shall include all labourers of
the approved sub-contractor(s), with respect to this contract.
5.39.2 (i) The Contractor shall have to make their own arrangements for the engagement
of all staff and labour, for doing the work at site or in respect of or in connection
with the execution of work, as also for the transport, housing, feeding. They shall
have to ensure making payment to the above staff and labours, to be engaged by
them (including the labours, to be engaged by the approved Sub-contractor, if any)
only through their bank account.
(ii) Workmen safety and Insurance:
The Contractor shall alone be fully responsible for safety and security and
insurance or life insurance of their personnel who are working on the operation and
maintenance works. The Contractor shall wherever applicable
a) take out and maintain, at their own cost but on terms and conditions
approved by the Port, insurance against the risks and for the coverage and at
the Port’s request, shall provide evidence to the Port showing that such
insurance has been taken out and maintained and that the current premiums
have been paid.
b) ensure sufficient protection gears like safety shoes, hand gloves, ladders, etc.
by their workers while carrying out works.
The Port shall not be liable for any compensation in case of any fatal injury/death
caused to or by any man power while performing/discharging their duties/for
inspection or otherwise.
Note:
a) The Contractor’s attention is drawn to the provisions of the ESI Act under which
insurance is available to all subscribers
b) Accident, life, medical insurance is also available through PM Suraksha Bima Yojana,
PM Ayushman Bharath Yojana,CAR etc.
5.39.3 It is expressly made clear that both before and after the completion of the work or
termination of the contract, VOCPT shall have no liability, whatsoever, for the
personnel to be engaged by the Contractor [or by the approved Sub-
contractor(s)] for the work under this contract.
5.40 Labour Laws
5.40.1 The Contractor shall, at all times, during the pendency of the contract [including
the period of making good/rectification of deficiencies/defects, if any], have to
comply fully with all existing Acts, Regulations and Byelaws, including all
statutory amendments and re-enactment of State or Central Government and
other Local Authorities and any other enactments and acts that may be passed in
future either by the State or the Central Government or Local Authority,
including Workmen's Compensation Act, Labour Laws and Equal Remuneration
Act, Factories Act, Minimum Wages Act, Contract Labour (Regulation &
Abolition) Act, etc., if applicable and/or as applicable.
5.40.2 If, as a result of the Contractor’s failure, negligence, omission, default or non-

41
observance of any provisions of any laws, the Employer is called upon by any
authority to pay or reimburse or required to pay or reimburse any amount, the
Employer shall be entitled to deduct the same from any moneys due or that
become due to the Contractor under this contract or any other contract or
otherwise recover from the Contractor any sums, which the Employer is required or
called upon to pay or reimburse on behalf of the Contractor.
All registration and statutory inspection fees, in connection with labour
engagement, with respect to this contract, shall have to be paid by the Contractor,
if applicable and/or as applicable.
5.40.3 The Contractor shall have to, immediately after the occurrence of any accident, at
or near the site or in connection with the execution of the work under the
contract, report (over phone or otherwise) to the Engineer or his representative(s)
and shall make every arrangement to render all possible assistance to the victim(s)
of such accident.
The Contractor shall also have to report such accident to the Engineer, in writing
(giving reference to the earlier communication made). Based on such report,
necessary communication with the competent authority would be made whenever
such a report is required by law.
5.40.4 For any accident occurred within the entire operational area covered under the
contract, the Contractor shall have to arrange prompt investigation into the matter
through recording of statement of the personnel witnessing the accident. Such
“Accident Report”, containing the findings, along with the statements so recorded,
shall have to be forwarded by the Contractor to the Engineer at the earliest.
5.40.5 The Contractor shall have to provide full medical treatment to their staff
&labourers, in case of “Accident on Duty”, which will inter alia include their
obligations under the Workmen’s Compensation Act, 1923, including all
amendments thereof.
The Employer shall in no manner be liable to the Contractor or any person
engaged/employed by them [including that of Sub-contractor] or any other person,
for injuries or death caused as a result of accidents occurred, either within or
outside the site of work, under the contract. The Contractor shall be responsible
for such contingencies and will make good all claims for compensation, claim by
their personnel/workmen or the families of the sufferer(s), as the case may be, or
as per the decision of the appropriate authority/tribunal or other involved persons.
5.40.6 The Contractor shall have to indemnify VOCPT, in the event of VOCPT being held
liable to pay compensation for injury to any Contractor's servants or workmen
[including that of Sub-contractor] under the Workmen's Compensation Act, 1923,
as amended from time to time.
5.40.7 Whenever the contract comes to an end with the efflux of time or otherwise or is
terminated, the Contractor shall be required to fulfil all their obligations towards
their workmen in terms of applicable labour laws and submit necessary documents
towards such effect, to the Employer in support of the same. Any deposit, which
may be lying with VOCPT to their credit, will be liable to be applied for this
purpose, if the Contractor fails to comply with the same. In case such documents
are not furnished by the Contractor, the Employer will not release the
Performance Guarantee/ Security Deposit and any other amount as may remain
due to the Contractor
5.41 Health and safety
5.41.1 In the event of any outbreak of illness or an epidemic or pandemic in nature, the
42
Contractor shall have to comply with and carry out such regulations, orders &
requirements, as may be made by the Government, or the local medical or sanitary
authorities, for the purpose of dealing with and overcoming the same.
5.41.2 The Contractor shall have to ensure safety of all their working personnel to the
fullest compliance of the provisions of general safety rules/regulations, including
Dock Workers’ (Safety, Health & Welfare) Regulations,1986.
The Contractor shall be solely responsible for consequences arising out of non-
compliance or violation of safety rules/ regulations.
5.41.3 The Contractor [including approved Sub-contractor(s)] shall have to provide (at
their own expenses) all required Personal Protection Equipment (PPE) [such as
Helmets, Nose Masks, Hand Gloves, etc.] &Safety Gears for all personnel and
labourers engaged during the work and in case of their failing to do so, the
Employer shall provide the same and recover the cost thereof from any amount
due, or which may become due to the Contractor or from any amount lying with
them or under their control.
5.40.4 a. The Contractor shall take all reasonable steps to protect the environment, both
on and off the Site, and to limit damage and nuisance to people and property
resulting from pollution, noise, dust and other results of its Services, including,
1. Adopting working practices that prevent to minimize the transfer of any
pollutant off-site; maintaining the access roads in good repair;
2. Using appropriate dust suppressant methods;
3. Restricting trucking and loud machinery and equipment use to daylight
hours;
4. U sing mufflers, silencers and other appropriate methods to minimize the
noise of the construction;
5. Maintaining clean Plant site, that are free of garbage.
b. The Contractor shall, at all times during construction, ensure that the
Environmental Management Plan specified in Employer’s Requirements is
fully complied with respect to Environment Act.
5.42 Labour licence
5.42.1 Within 7 (seven) days from the date of issuance of the order, the Contractor shall
have to apply for labour licence for the maximum number of workers proposed to
be deployed for this work. Necessary certificate shall be issued by the Engineer
against a request from the Contractor.
Photocopy of the application shall have to be furnished to the Engineer,
immediately. However, payment will be released only on furnishing the copy of the
Labour Licence to the Engineer. However, such license should be kept valid
throughout the actual duration of contract.
5.43 Employees’ Provident Fund & Employees’ State Insurance
5.43.1 The Contractor should have their establishment (with respect to this contract)
registered with the concerned authorities under the provision of Employees’
Provident Fund & Miscellaneous Provision Act, 1952 and Employees’ State
Insurance Act, 1948. The Contractor shall have to submit the proof of registration
as mentioned above immediately after commencement of work.
5.43.2 As per the above mentioned Act, the Contractor is liable for remittance of monthly
subscription contribution in respect of Employees’ Provident Fund (EPF) and
Employees’ State Insurance (ESI) for the workers engaged by them, wherever
applicable. The Contractor shall have to submit the authenticated copy of the
challans with respect to subscription / contribution of Employees’ Provident Fund
43
and Employees’ State Insurance (against their respective Code Numbers issued by
the Employees’ Provident Fund and Employees’ State Insurance Authorities) by
7th day of every English Calendar Month (during the currency of the contract) along
with the list of labourers for whom such deposits have been made.
Payment will be held up if the up-to-date Employees’ Provident Fund and
Employees’ State Insurance remittance challan is not submitted in time.
5.43.3 In case, registration with the EPF and ESI Authorities is not applicable for the
employees of the Contractor [or for the employees of the Sub-contractor(s)],
documentary evidence to establish non-applicability to be submitted by the
Contractor.
5.43.4 In case of sub-contracting any part of the work, above requirements should also be
fulfilled by the approved Sub-contractor and necessary documents shall have to be
submitted in time, as indicated above
E. PLANT, MATERIALS AND WORKMANSHIP
5.44 Contractor’s arrangement for execution of the work
5.44.1 The Contractor will have to arrange and provide all types of materials, etc. [in line
with the Technical Specification] throughout the execution of the contract.
5.44.2 VOCPT will not take any responsibility regarding non-availability of any such
materials for which Contractor is responsible as per contract. The Contractor shall
have to access the requirement of such materials and keep sufficient stock.
5.44.3 The Contractor shall have to provide all equipment, including tools, tackles, lifting
machineries, air compressor, scaffolding arrangement, different vehicular
transport, etc., necessary to execute the work.
5.44.4 All tools & machineries to be used by the Contractor should be suitable for the
particular requirement (i.e. capacity should be adequate) and the same should be
checked for fitness before use. They should maintain the said equipment properly
to ensure their efficient working.
5.44.5 The Contractor shall, at their own costs and expenses, have to provide all labour,
plant, haulage, transportation of plant and equipment to be used for executing the
contract, all materials, stores, etc. required for efficiently carrying out the work to
the satisfaction of the Employer.
5.44.6 The Contractor should use calibrated measuring & testing instruments and should
also ensure revalidation of such calibration as and when required. In this regard,
initially the Contractor shall have to submit a list of measuring and testing
instruments (mentioning the period of validity of Calibration Certificates) to be
used. The photocopies of the Calibration Certificates (including the revalidations)
of the said measuring and testing instruments, shall have to be submitted to the
Engineer.
5.45 Inspection and testing
5.45.1 The Engineer or his authorised Representative shall have, at all reasonable time,
access to the Contractor's premises or work site or other premises [if a part of the
work is being executed there or some maintenance repair work (during Defect
Liability Period) is being done there] and shall have the power, at all reasonable
time, to inspect, examine and test the materials and workmanship, as well as the
documents, equipment, tools, measuring & testing instruments, as applicable, in
connection with the instant contract (including Defect Liability Period).
5.45.2 The Engineer or his authorised Representative, on giving 7 (seven) days’ notice, in
writing, to the Contractor, setting out any ground of objections, in respect of the
work, shall be at liberty to reject all or any material and/or workmanship in the
44
subject of any of the said grounds of objection, which are not in accordance with
the contract.
5.45.3 Quality of materials, to be provided by the Contractor under this contract, should
be as per the satisfaction of the Engineer. Whenever asked, the Contractor shall
have to provide free sample for testing.
5.45.4 If found necessary, VOCPT reserves the rights to get the materials inspected from a
Government or Government recognized Laboratory/Test House.
5.45.5 In case of sub-letting to other Contractors or manufacturers or suppliers by the
Contractor, the Engineer will reserve the right as follows:
i) that inspection and / or testing will be carried at the Sub-contractor’s works; or
ii) that inspection will be carried out at site; or
iii) that inspection will be waived, subject to the Contractor furnishing a certificate
of compliance with specification by a competent authority recognised by
national/international institutes.
5.45.6 The Employer may appoint a Third Party Inspection Agency , as detailed at SCC, at
the cost of the Employer, for stage-wise technical inspection and certification of
materials & workmanship, including painting, erection,
commissioning,etc.[inconnectionwiththecontractjob,inpartorasawhole]. In that
case The relevant Certificates shall be produced by the Third Party Inspection
Agency to the Engineer
5.45.7 The stage-wise technical inspection will be carried out by the representative of the
Engineer [or Third Party Inspection Agency] based on the approved Quality
Assurance Plan (QAP) & Field Quality Assurance Plan(FQAP) [considering the
Technical Specification of the bidding documents].
5.45.8 The Contractor shall have to submit a Quality Assurance Plan (QAP) and a Field
Quality Assurance Plan (FQAP), based on the Technical Specification and other
terms & conditions stipulated in the bidding documents. The QAP & FQAP shall be
approved by the “Engineer”.
5.45.9 In all cases where tests are required, within the purview of QAP & FQAP, whether
at the premises of the Contractor or any Sub-contractor or elsewhere, the
Contractor, except where otherwise specified, shall provide free of charges such
labour, materials, electricity, fuel, water, stores, apparatus and instruments, as
may reasonably be demanded, to carry out sufficiently such tests and shall, at all
times, facilitate the Engineer or his Representative [and / or the Third Party
Inspection Agency] , to accomplish such testing.
5.45.10 The cost of all tests and / or analyses, within the purview of QAP & FQAP, affected
at the Contractor's or Sub-contractor's works and on the site, shall be borne by the
Contractor. The Contractor will be called upon to pay all expenses incurred by the
Employer in respect of any work found to be defective or of inferior quality,
adulterated or otherwise unacceptable.
5.45.11 If, during inspection by the Third Party Inspection Agency [if appointed by
VOCPT], any material or test [within the purview of QAP & FQAP] fails to fulfil the
contract conditions for more than 2 (two) times, any additional amount charged
by the Third Party Inspection Agency towards inspection of the same from the
3rd time onwards shall have to be borne by the Contractor. If the Contractor fails
to make such payment to the Third Party Inspection Agency, the same shall be
deducted from the bill(s) of the Contractor and paid to the Third Party Inspection
Agency.

45
5.45.12 Tests on completion:
On completion of installation, the contractor with give a 7 (seven) days’ notice to
the Engineer, in writing (informing the date on which they will be ready to make
the tests), before carrying out such tests, in accordance with and in the manner
prescribed in the specifications. The procedure specified in SCC shall be followed in
this respect.
5.45.13 Notwithstanding the fact that the materials or installations have passed the
inspection, the Contractor is not relieved from his obligations to conform to the
quality, workmanship, guaranteeing the performance, etc., as per the contract.
5.46 Contractor to replace materials/work not acceptable to the Engineer or his
Representative
5.46.1 The Engineer or his Representative shall have the power to inspect any material
and work at any time and to order at anytime
a) for removal from the site of any material, which, in his opinion, is not in
accordance with the contract or the instruction of the Engineer or his
Representative,
b) for the substitution of proper and suitable materials, or
c) the removal and proper re-execution of any work, which, in respect of material
and workmanship, is not in accordance with the contract or the instructions of
the Engineer.
The Contractor shall comply with such order at his own expense and within the
time specified in the order. If the Contractor fails to comply, the Engineer shall be
at liberty to dispose any such materials and re-do any work in the manner
convenient to the Trustees by engaging any outside agency, at the risk and expense
of the Contractor and after giving him a written prior notice of 7 (seven) days.
5.47 Removal of materials on completion
5.47.1 The Contractor shall, on completion of the contract or when directed by the
Employer, shall have to remove all plant, equipment, tools, materials, temporary
constructions, etc. and rubbish garbage, waste, which may have accumulated
during the execution of the contract, other than those permanently used into the
work, at Employer’s site.
5.48 Workmanship and secrecy
5.48.1 The Contractor shall carry out the services in conformity with generally accepted
norms and sound standards of Engineering. The Contractor shall be responsible for
the technical soundness of the services rendered. In the event of any deficiency in
those services, the Contractor shall promptly re-do the same, at no additional cost
to the Employer.
5.48.2 The Contractor shall use all the documents, drawings and other data & information,
of proprietary nature, received from the Employer, solely for the purpose of
performing and carrying out the obligations on his part under the Agreement in the
performance of the works for the project and maintain utmost secrecy, in this
regard. The documents, drawings and other data & information, received from the
Employer, shall not be used by the Contractor for any other purpose.
F. COMMENCEMENT, EXECUTION & COMPLETION OF WORK, HANDING OVER AND TAKINGOVER
5.49 Preliminary time to commence work and maintenance of steady rate of progress
5.49.1 The Contractor shall commence the work within 7 (seven) days of the receipt of
Engineer’s letter informing acceptance of the Contractor’s bid / offer by the

46
Trustees or within such preliminary time as mentioned by the Contractor in the
“Form of Tender” or the time accepted by the Trustees. The Contractor shall then
proceed with the work with due expedition and without delay, except as may be
expressly sanctioned or ordered by the Engineer or his Representative, time being
deemed the essence of the contract on the part of the Contractor.
5.50 Contractor’s site office
5.50.1 The Contractor shall provide and maintain a suitable office at or near the site to
which the Engineer’s Representative may send communications and instructions for
use of the Contractor.
5.51 Contractor to observe Trustees’ working hours
5.51.1 Unless specified otherwise in the contract or prior permission of the Engineer has
been taken, the Contractor shall not execute the work beyond the working hours
observed by the Engineer’s Representative and on Sundays and Holidays observed in
the Trustees’ system, except in so far as it becomes essential on account of tidal
work or for safety of the work. If the progress of the work lags behind schedule or
the work has been endangered by any act or neglect on the part of the Contractor,
then the Engineer or his Representative shall order and the Contractor, at his own
expense, shall work by day and by night and on Sundays and Public Holidays. Any
failure of the Engineer or his Representative to pass such an order shall not relieve
the Contractor from any of his obligations. The Engineer’s decision, in this regard,
shall be final, binding and conclusive.
5.52 Contractor to supply all materials as per requirement of the Engineer or his
Representative
5.52.1 Unless stipulated otherwise in the contract, all materials required for the work
shall be procured and supplied by the Contractor with the approval of the Engineer
or his Representative and subject to subsequent testing, as may be required by the
Engineer or his Representative. The Engineer shall exercise his sole discretion to
accept any such materials
5.53 Materials and works
5.53.1 Unless stipulated otherwise in the contract, all materials, workmanship and method
of measurement shall be in accordance with the relevant Codes (Latest Revision) of
the Bureau of Indian Standards and the written instructions of the Engineer or his
Representative. Where no specific reference is available in the contract, the
material and workmanship shall be of the best of their respective kinds to the
satisfaction of the Engineer.
5.54 Contractor to submit samples for approval
5.54.1 Samples shall be prepared and submitted for approval of the Engineer or his
Representative, whenever required to do so, all at the Contractor’s cost.
5.55 Contractor to seek approval of Engineer or his Representative before covering up any
portion of work
5.55.1 No work shall be covered up and put out of view by the Contractor without approval
of the Engineer or his Representative and whenever required by him, the
Contractor shall uncover any part or parts of the work or make openings in or
through the same as may be directed by the Engineer or his Representative from
time to time and shall reinstate or make good those part of works thus affected, to
the satisfaction of the Engineer, all at the cost of the Contractor.
5.55.2 The Trustees shall reimburse such cost, as determined by the Engineer, if the initial
47
covering up was with prior written order of the Engineer or his Representative.
5.56 Contractor to suspend work on order from Engineer or his Representative
5.56.1 On a written order of the Engineer or his Representative, the Contractor shall delay
or suspend the progress of the work, till such time the written order to resume the
execution is received by him. During such suspension, the Contractor shall protect
and secure the work to the satisfaction of the Engineer or his Representative. All
extra expenses, in giving effect to such order, shall be considered by the Trustees,
unless such suspension is:
a) for removal from the site of any material, which, in his opinion, is not in
accordance with the contract or the instruction of the Engineer or his
Representative,
b) otherwise provided for in the contract, or
c) necessary by reason of some default on the part of the Contractor, or
d) necessary by reason of climatic conditions on the site, or
e) necessary for proper execution of the works or for the safety of the works or
any part thereof.
5.56.2 The Engineer shall settle and determine such extra payment and/or extension of
completion time to be allowed to the Contractor, as shall, in the opinion of the
Engineer, be fair and reasonable.
5.56.3 If at any time, before or after commencement of the work, the Trustees do not
require the whole of the work tendered for, the Engineer shall notify the same to
the Contractor in writing and the Contractor shall stop further works in compliance
of the same. The Contractor shall not be entitled to any claim for compensation for
underived profit or for such premature stoppage of work or on account of
curtailment of the originally intended work by reason of alteration made by the
Engineer in the original specifications, drawings, designs and instructions.
5.57 Completion Certificate
5.57.1 When the whole of the work [as detailed in GCC Clause No. 5.58 (Completion
period)] has been completed to the satisfaction of the Third Party Agency and
Engineer, the Contractor shall, within 21 (twenty one) days of submission of his
application to the Engineer, be entitled to receive from him a certificate for
completion of work as per the form furnished in Section –VIII-D based on the
completion certificate issued by Third party Inspection Agency.
5.58 Completion period
5.58.1 All the jobs, as per contract, are to be completed within the period stipulated in
the SCC.
5.59 Taking over of the Contract job by VOCPT
5.59.1 The Contract job will be taken over by VOCPT after completion of the works in
accordance with the contract, having passed all the tests under “Tests on
completion” and certified by Third Party Agency appointed by Employer.
5.59.2 However, the actual date of completion of the contract will be considered as per
GCC Clause No. 5.58 [Completion period].
5.60 Defect Liability Period(DLP)
5.60.1 “Defect Liability Period” shall mean the Guarantee Period, as specified in SCC.
5.60.2 During “Defect Liability Period” [as specified in SCC], the Contractor shall
nominate 1 (one) competent, experienced and responsible technical person along
with necessary required supporting personnel, to co- ordinate and execute all works

48
to be attended by the Contractor, as per contractual obligations, without any extra
cost to VOCPT.
5.60.3 The Contractor shall be responsible for making good (including replacement of
defective items, if required), with all possible speed, at their expense, any defect
in or damage to any portion of the work, which may appear or occur after the
Contract job has been taken over [as per GCC Clause No. 5.59 (Taking over of the
Contract job by VOCPT)] and before expiry of Defect Liability Period [as specified in
SCC] and which arises either:
a) from any defective materials, workmanship or design, or
b) from any act or omission of the Contractor done or omitted during the said
period.
Note: The defects have to be attended within 48 hours in case of minor breakdown and
within the 7 days in case of major breakdown. For special cases the time limit may
be extended with the approval of Employer.
5.61 Defects after taking over
5.61.1 If any such defects shall appear or damage occur (as detailed in 6.67.3), the
Engineer shall forthwith inform the Contractor thereof, stating in writing the nature
of defect or damage.
The provision of this clause shall apply to all replacements or renewals carried out
by the Contractor to remedy defects and damage as if the said replacements and
renewals had been taken over on the date they were completed to the satisfaction
of Engineer. After the taking over, if the Contract job cannot be used (for the
purpose for which it is intended), during any period, by the reason of a defect or
damage, the Defect Liability Period shall be extended accordingly, as specified in
SCC.
5.61.2 If any such defect or damage be not remedied by the Contractor within a
reasonable time, VOCPT may proceed to do the work at the Contractor’s risk and
expense, but without prejudice to any other rights which VOCPT may have against
the Contractor in respect of such defects.
5.61.3 All inspection, adjustments, replacement or renewal carried out by the Contractor
during the period referred in this clause shall be subject to the conditions of this
contract, which shall be binding on the contractor in all respects during the Defect
Liability Period and its extension, if any.
5.62 Extension of completion period and liquidated damage
5.62.1 Extension of completion period:
Should the quantum of extra or additional work of any kind or delayed availability
of the Trustees’ materials to be supplied as per contract or Force Majeure
condition (as per GCC Clause No. 5.79) or other special circumstances, of any
kind, beyond the control of the Contractor or any other reason not attributable to
the Contractor [including hindrance at site of work, causes indicated as “Excepted
Risks”, etc.] cause delay in completing the work, the Contractor shall apply to the
Engineer, in writing, for suitable extension of completion period, within 7 (seven)
days from the date of occurrence of the reason and the Engineer shall thereupon
consider the stated reasons in the manner deemed necessary and shall either reject
the application or determine and allow, in writing, the extension period as he
would deem proper for completion of the work, with or without the imposition of
“Liquidated Damage” (GCC Clause No. 5.62.2 hereof) on the Contractor and his
decision shall be binding on the Contractor. If an extension of completion period is

49
granted by the Engineer, “Liquidated Damage” (GCC Clause No. 5.62.2 hereof)
shall apply from its date of expiry, if the work be not completed within the
extended time, unless stated otherwise in the decision communicated by the
Engineer, as aforesaid.
5.62.2 Liquidated Damage:
If the Contractor fails to complete the work within the stipulated dates [as per GCC
Clause No. 5.58 (Completion period)] or such extension thereof, as communicated
by the Engineer, in writing, the Contractor shall pay as compensation (Liquidated
Damage) to the Trustees and not as a penalty, as per the following:
In case of handing over the Contract Job after the scheduled completion period,
Liquidated Damage @ 1% (one percent) of the total value of work (contract price)
as mentioned in the letter of acceptance of the tender/offer, for every week or
part thereof the work remains unfinished. Provided always that the amount of such
compensation shall not exceed 10% of the said value of work. GST would be
applicable extra on the amount of Liquidated damages.
5.62.3 Without prejudice to any of their legal rights, the Trustees shall have the power to
recover the said amount of compensation/damage, as per GCC Clause No. 5.62.2
from any money due or likely to become due to the Contractor. The payment or
deduction of such compensation/damage shall not relieve the Contractor from his
obligation to complete the work or from any of his other obligations/liabilities
under the contract and in case of the Contractor’s failure and at the absolute
discretion of the Engineer, the work may be ordered to be completed by some
other agency, at the risk and expense of the Contractor, after a minimum 3 (three)
days notice, in writing, has been given to the Contractor by the Engineer or his
Representative.
5.62.4 Incentive/Bonus: In case, the contractor completes the work ahead of scheduled
completion time, a bonus @ 1% (One percent) of the tendered value per month
computed on per day basis, shall be payable to the contractor, subject to a
maximum limit of 5% (five percent) of the tendered value. The amount of bonus, if
payable, shall be paid along with final bill after completion of work.
G. CONTRACT PRICE, PAYMENT ANDDEDUCTIONS
5.63 Contract Price
5.63.1 Price charged by the Contractor for the related services performed under the
contract shall not vary from the rates accepted by the Employer, based on the
bid/offer of the successful bidder and stated in the “Letter Of Acceptance”, with
the exception of any price adjustment, if provided for in the contract.
5.63.2 Changes in statutory taxes & duties will be adjusted time to time.
5.63.3 No claim whatsoever of the Contractor for their man & material resources
remaining idle for any reason or for any other expenses incurred by them due to the
flow of work not being continuous or for stoppage of work, will be entertained by
the Employer.
5.64 Terms of payment
5.64.1 Payment of Goods & Services Tax(GST):
GST
GST If any chargeable extra, may be clearly indicated in the price schedule
available in the e-tendering website.
Goods and Services Tax:
1. As per GST Act, invoice in the prescribed format has to be issued by a registered
dealer on or before the time when goods are removed for supply(where supply
50
involves movement) on or before the time when delivery is received by the
recipient( where movement of goods is not involved)
2. The law has laid down conditions to avail GST input tax credit on supply of
Goods or services. All of the following conditions need to be satisfied to avail
GST input credit:
• The dealer should be in possession of Tax Invoice/Debit or credit
Note/Supplementary Invoice issued by a supplier registered under GST Act.
• The said goods/ services have been received.
• GST will be paid on reflection of GST input credit in GSTR2A of VOC Port
Trust.
• The tax charged has been paid to the Govt. by the supplier
3. As a service provider, contractors /professionals etc shall issue the invoice
within 60 days to the Port from the date of providing service. If the invoice is
not issued within the time limit, then penalty and/or interest shall be
applicable. If any of the contractors/ professionals do not issue invoices as
aforesaid and do not file tax return by due date, Port cannot avail the ITC.
Further, Port has to pay the said ITC availed with interest and penalty as
applicable under GST rule. Therefore, in the event of default of the contractor
on the above grounds, the said amount paid/payable to the Government by Port
shall be recovered from any money due to the contractor or adjusted against
the performance security/security deposit.
4. For any correction in invoice claimed, it shall be throughout Debit note/credit
note/supplementary invoice only, as all the invoices are to be uploaded in the
GSTIN portal All suppliers and contractors including professionals are to be
requested to comply with the above provisions without any omission in respect
of ongoing contracts. If the existing suppliers/contractors / professionals do not
comply with the above provisions payment will not be released and Port will not
be liable on any account to be aforesaid.
a) Income Tax
Income Tax and surcharge as applicable will be deducted at source by
V.O.Chidambaranar Port in accordance with Income Tax Act at the rate
applicable from time to time and in accordance with instruction issued by
INCOME TAX Authorities on this behalf from time to time. The consultant
shall furnish his PAN details or a copy of Income Tax exemption certificate if
any.
5.64.2 Time of payment:
The Contractor shall have to submit bills in triplicate to the Engineer, in
accordance with the stage-wise payments specified in SCC. In normal
circumstances, payment of the bills, accompanied by Third party Inspection
agency Certificates & other relevant documents, duly recommended by the
Engineer, will be passed within 30 (thirty) days from the date of receipt of such
bills, if found in order.
5.64.3 Income Tax deduction:
Income Tax, if any, as per the relevant provision of the Income Tax Act, shall be
deducted at source from amount payable to the Contractor.
5.64.4 No interest on account of delayed payments:
Any claim for interest will not be entertained by VOCPT with respect to any delay
on the part of VOCPT for making payment, or for any dispute. The decision of the
Engineer is final in such matters.

51
5.65 Extra expenses incurred by the Employer
5.65.1 Any extra expenses incurred in connection to the work by the Employer in the
performance of the work owing to the neglect or omission on the part of the
Contractor in any of the case mentioned in this contract shall be deducted from any
sum due or which may thereafter become due to the Contractor or from any
amount lying with them or under their control or they may be called upon to pay
the amount of such extra expense to such person or persons as the Employer may
appoint to receive the same and in the event of the Contractor failing to make such
payment, the said amount shall be recoverable from them in such manner as the
Employer may determine,
5.66 Recovery of deducted amount
5.66.1 Without prejudice to any of their legal rights, the Board of Trustees shall have the
power to recover the amount of DEDUCTION, from any money due or likely to
become due to the Contractor. Such payment or deduction shall not relieve the
Contractor from their obligation to complete the work or from any of their other
obligations / liabilities under the contract.
5.67 Variation and its valuation
5.67.1 The Engineer shall have the power to order the Contractor, in writing, to make any
variation of the quantity, quality or form of the works or any part thereof that
may, in his opinion, be necessary and the Contractor upon receipt of such an order
shall act as follows:
a) Increase or decrease the quantity of any work included in the contract.
b) Omit any work included in the contract.
c) Change the character or quality or kind of any work included in the contract.
d) Change the levels, lines, position and dimensions of any part of the work, and
e) Execute extra and additional work, of any kind, necessary for completion of the
works.
5.67.2 No such variation shall, in any way, vitiate or invalidate the contract or be treated
as revocation of the contract, but the value (if any) of all such variations,
evaluated in accordance with the Engineer’s sole decision, shall be taken into
account and the contract price shall be varied accordingly.
5.67.3 Provided always that written order of the Engineer shall not be required for
increase or decrease in the quantity of any work up to 15%, where such increase or
decrease is not the result of any variation order given under this clause but is the
result of the quantities exceeding or being less than those stated in the “Price
Schedule”. Provided also that verbal order of variation from the Engineer shall be
complied with by the Contractor and the Engineer’s subsequent written
confirmation of such verbal order shall be deemed to be an order in writing within
the meaning of this clause.
5.67.4 The Contractor shall not be entitled to any claim of extra or additional work, unless
they have been carried out under the written orders of the Engineer.
5.67.5 The Engineer shall solely determine the amount (if any) to be added to or deducted
from the sum named in the tender in respect of any extra work done or work
omitted by his order.
5.67.6 All extra, additional or substituted work done or work omitted by order of the
Engineer shall be valued on the basis of the rates and prices set out in the contract,
if in the opinion of the Engineer, the same shall be applicable. If the contract does
not contain any rates or prices directly applicable to the extra, additional or

52
substituted work, then the Engineer may decide the suitable rates on the basis of
“Schedule of Rates” (including surcharge in force at the time of acceptance of bid),
if any, adopted by the Trustees with due regard to the accepted contractual
percentage, if any thereon. In all other cases, the Engineer shall solely determine
suitable rates in the manner deemed by him as fair and reasonable and his decision
shall be final, binding and conclusive.
5.67.7 If the nature or amount of any omission or addition relative to the nature or
amount of the whole of the contract work or to any part thereof shall be such that,
in the opinion of the Engineer, the rate of prices contained in the contract for any
item of the works or the rate as evaluated under GCC Clause Nos. 5.67.5 &
5.67.6, is by reason of such omission or addition rendered unreasonable or in-
applicable, the Engineer shall fix such other rate or price as he deems proper and
the Engineer’s decision shall be final, binding and conclusive.
H. TERMINATION BY EMPLOYER
5.68 Notice to correct
5.68.1 If the Contractor fails to carry out any of their obligations under the contract, the
Engineer may give notice to the Contractor, requiring them to make good the
failure and to remedy the same within a specified reasonable time, on case to case
basis.
5.69 Termination by Employer
5.69.1 The Employer shall be entitled to terminate the contract if:
5.69.1.1 the Contractor fails to comply with GCC Clause No. 5.14
[Performance Guarantee / Security Deposit]or
with a notice under GCC Clause No. 5.68 [Notice to correct],
5.69.1.2 the Contractor abandons the work, or repudiates the contract, or
otherwise plainly demonstrates the intention not to continue
performance of their obligations under the contract,
5.69.1.3 the Contractor, without reasonable or lawful excuse under this contract,
i) fails to proceed with the work, within 14 days from the scheduled date for
commencement of work, in accordance with GCC Clause No. 5.49
[Preliminary time to commence work and maintenance of steady rate of
progress],
ii) keeps the work suspended for at least 14 days, despite receiving Engineer’s
written notice to proceed with the work,
or
iii) fails to comply with a notice issued regarding rejection of material(s)/work
and/or remedial work, within 28 days after receivingit,
5.69.1.4 the Contractor assigns/sub-contracts the whole of the work or sub-
contracts any portion of the work, without the required consent, in
line with GCC Clause No. 5.16.
5.69.1.5 the Contractor becomes bankrupt or insolvent, goes into liquidation,
have a receiving or administrative order made against them, compounds
with their creditors, or carries on business under a receiver, trustees or
manager for the benefit of their creditors, or if any act is done or event
occurs which (under applicable laws) has a similar effect to any of these
acts or events,
5.69.1.6 the Contractor gives or offers to give (directly or indirectly) to any person
any bribe, gift, gratuity, commission or other thing of value, as an
inducement or reward,
53
i) for doing or forbearing to do any action in relation to the contract, or
ii) for showing or forbearing to show favour or disfavour to any person in
relation to the contract,
or, if any of the Contractor’s personnel, Agents or Sub-contractors gives or
offers to give (directly or in directly) to any person any such inducement or
reward as is described in this sub-paragraph (f). However, lawful
inducement and reward to the Contractor’s personnel shall not entitle
termination
5.69.1.7 the Contractor fails to execute the work in accordance with the contract
or persistently or flagrantly neglects to carry out their obligations under
the contract.
5.69.1.8 the Contractor fail to make payment of wages to their personnel in
relation to this contract,
5.69.1.9 The Contractor fails to carry out the work satisfactorily (as stated in
these bidding documents or otherwise decided by the Engineer) or may
not be able to complete the work within the agreed period on account of
Contractor’s lapses.
5.69.1.10 any accident occurs due to improper way of working by the Contractor’s
personnel, or
5.69.1.11 any misconduct done by Contractor’s personnel (including that of Agents
or Sub-contractors) to VOCPT’s employees.
In any of these event or circumstances, the Employer may, upon giving a
minimum 14 days’ notice [communicated by the Engineer] to the
Contractor, terminate the contract and expel the Contractor from the
site, without being liable for any compensation to the Contractor.
However, in case of sub-paragraph (e) or (f), the Employer may, by
notice [communicated by the Engineer], terminate the contract
immediately.
The Employer’s election to terminate the contract shall not prejudice any
other rights of the Employer, under the contract or otherwise.
5.69.2 Upon receipt of the letter of termination of work, which may be issued by the
Engineer on behalf of the Employer, the Contractor shall have to leave the site of
work and deliver any required goods, all Contractor’s documents, and other
design documents, made by or for them, all the Trustees’ tools, plant and
materials issued to them, at the place to be ascertained by the Engineer, within 7
days of receipt of such letter. However, the Contractor shall use their best efforts
to comply immediately with any reasonable instructions included in the notice
i) for the assignment of any Sub-contractor, and
ii) for the protection of life or property or for the safety of the
equipment/work.
The Contractor shall not be released from any of their obligations or liability
under the contract and the rights & authorities conferred on the Employer and
Engineer, by the contract, shall not be affected.
5.69.3 Upon such termination of work, the Employer shall have the power to complete the
work by themselves and/or through any other agency at the Contractor’s risk &
expense and the Contractor shall be debited any sum or sums that may be
expended in completing the work beyond the amount that would have been due
to the Contractor, had they duly completed the whole of the work in accordance
with the contract.

54
The Employer or such other agency may use, for such completion, so much of the
Contractor’s documents, other design documents, made by or on behalf of the
Contractor, Contractor’s equipment, temporary work, plant & materials, as they
think proper.
Upon completion of the work, or at such earlier date, as the Engineer shall give
notice that the Contractor’s equipment and temporary work will be released to the
Contractor at or near the site, the Contractor shall remove or arrange removal of
the same from such place without delay and at their risk & cost. However, if by this
time the Contractor has failed to make a payment due to the Employer, these items
may be sold by the Employer in order to recover this payment. Any balance of the
proceeds shall be paid to the Contractor.
5.70 Valuation at date of termination
5.70.1 As soon as practicable after a notice of termination under GCC Clause No. 5.69
[Termination by Employer], has taken effect, the Engineer shall proceed to agree
or determine the value of the work, goods & Contractor’s documents, and any other
sums due to the Contractor for work executed, in accordance with the contract.
The value of such work (executed in accordance to the Contract) shall be
determined based on measurements of actual work done and approved rate(s), as
per contract or other rates, as decided by the Engineer. The Engineer’s decision, in
such case, shall be final, binding and conclusive.
5.71 Payment after termination
5.71.1 After a Notice of termination, under GCC Clause No. 5.69 [Termination by
Employer] has taken effect, the Employer may
5.71.1.1 give notice to the Contractor, indicating the particulars, for which
Employer is entitled to any payment under any Clause or otherwise in
connection with the contract, and or any extension of the Defect
Notification Period.
However, Notice is not required for payments due under GCC Clause No.
5.20 [Supply of water and Electricity], under GCC Clause No. 5.21 [Use
of ground and land/covered space for Contractor’s establishment],or
for other services requested by the Contractor,
5.71.1.2 withhold further payments to the Contractor until the cost of execution,
completion and remedying of any defects, damage, and all other costs
incurred by the Employer, have been established, and /or
5.71.1.3 recover from the Contractor any losses and damages incurred by the
Employer and any extra costs of completing the work, after allowing for
any sum due to the Contractor under GCC Clause No. 5.70 [Valuation at
date of termination]. After recovering any such losses, damages and
extra costs, the Employer shall pay any balance to the Contractor.
5.72 Employer’s entitlement to termination for convenience
5.72.1 The Employer, by notice [communicated by the Engineer] sent to the Contractor,
may terminate the Contract, in whole or in part, at any time for Employer’s
convenience. Such termination shall take effect 28 days after the date on which
the Contractor receives this notice or the Employer returns the Performance
Guarantee. The notice of such termination shall specify that termination is for
Employer’s convenience, the extent to which performance of the Contractor under
the contract is terminated, and the date upon which such termination become
effective.

55
The Employer shall not terminate the contract under this Sub-clause in order to
execute the work exclusively by themselves or to arrange for work to be executed
exclusively by another Contractor or to avoid a termination of the contract by the
Contractor under GCC Clause No. 5.75 [Termination by Contractor].
After such termination, the Contractor shall proceed in accordance with GCC
Clause No. 5.76 [Cessation of work and removal of Contractor’s equipment] and
shall be paid in accordance with GCC Clause No. 5.83 [Optional termination,
payment and release].
5.73 Corrupt or fraudulent practices
5.73.1 If the Employer determines that the Contractor has engaged in corrupt, fraudulent,
collusive, coercive, or obstructive practices, in competing for or in executing the
Contract, then the Employer may, after giving 14 days notice to the Contractor,
terminate the Contractor's employment under the Contract and expel them from
the Site, and the provisions of GCC Clause Nos. 5.68 to 5.71 shall apply as if such
expulsion had been made under GCC Clause No. 5.69 [Termination by Employer].
Should any employee of the Contractor be determined to have engaged in corrupt,
fraudulent, collusive, coercive, or obstructive practice during the execution of the
work, then that employee shall be removed in accordance with GCC Clause No.
5.15 [Contractor’s personnel and Contractor’s representative].
For the purposes of this clause:
i) “corrupt practice” is the offering, giving, receiving or soliciting, directly or
indirectly, of anything of value to influence improperly the actions of another
party;
ii) “fraudulent practice” is any act or omission, including a misrepresentation,
that knowingly or recklessly misleads, or attempts to mislead, a party to obtain
a financial or other benefit or to avoid an obligation;
iii) “collusive practice” is an arrangement between two or more parties designed
to achieve an improper purpose, including to influence improperly the actions
of another party;
iv) “coercive practice” is impairing or harming, or threatening to impair or harm,
directly or indirectly, any party or the property of the party to influence
improperly the actions of a party;
v) “obstructive practice” is deliberately destroying, falsifying, altering or
concealing of evidence material to the investigation or making false statements
to investigators in order to materially impede the Employer investigation into
allegations of a corrupt, fraudulent, coercive or collusive practice; and / or
threatening, harassing or intimidating any party to prevent it from disclosing its
knowledge of matters relevant to the investigation or from pursuing the
investigation.
I. SUSPENSION AND TERMINATION BY CONTRACTOR
5.74 Contractor’s entitlement to suspend work
5.74.1 The Contractor may, if the Employer fails to pay the Contractor the amount due
under any certificate of the Engineer within 28 days after the expiry of the time
stated in GCC Clause No. 5.64 [Terms of payment] within which payment is to be
made, subject to any deduction that the Employer is entitled to make under the
Contract, after giving 28 days’ prior notice to the Employer, with a copy to the
Engineer, suspended work or reduce the rate of work.
5.74.2 If the Contractor subsequently receives the due payment (as described in the

56
relevant Clause and in the above notice) before giving a notice of termination, the
Contractor shall resume normal working as soon as is reasonably practicable.
5.74.3 If the Contractor suspends work or reduces the rate of work in accordance with the
provisions of this Clause and thereby suffers delay, the Engineer shall, after due
consultation with the Contractor, determine any extension of time or minimum
criteria for satisfactory performance, to which the Contractor is entitled and shall
notify the Contractor accordingly.
5.75 Termination by Contractor
5.75.1 The Contractor will be entitled to terminate the Contract if:
5.75.1.1 the Contractor does not receive the reasonable evidence within 42 days
after giving notice under GCC Clause No. 5.74 [Contractor’s entitlement
to suspend work] in respect of a failure of the Employer to pay the
Contractor the amount due,
5.75.1.2 the Employer obstruct or refuse any required approval to the issue of any
such certificate, which is essentially required for further progress of the
work without notifying any reason for such obstruction or refusal for a
unreasonably long period of time, or
5.75.1.3 the Employer become bankrupt or insolvent, go into liquidation, or enter
into composition with the creditors,
or
5.75.1.4 the Employer give notice to the Contractor that for unforeseen reasons,
due to economic dislocation, it is impossible for them to continue to meet
their contractual obligations.
In any of these events or circumstances, the Contractor may, upon giving 28 days’
notice to the Employer (with a copy to the Engineer), terminate the Contract.
The Contractor’s election to terminate the Contract shall not prejudice any other
rights of the Contractor, under the Contract or otherwise.
5.76 Cessation of work and removal of Contractor’s equipment
5.76.1 After a notice of termination under GCC Clause No. 5.72 [Employer’s entitlement
to termination for convenience], GCC Clause No. 5.75 [Termination by
Contractor] or GCC Clause No. 5.83 [Optional termination, payment and release]
has taken effect, the Contractor shall promptly:
5.76.1.1 cease all further work, except for such work as may be necessary and
instructed by the Engineer for the purpose of making safe or protecting
those parts of the work already executed and any work required to leave
the site in a clean and safe condition.
5.76.1.2 Hand over all construction documents, Plant and Materials for which the
Contractor has received payment.
5.76.1.3 hand over those other parts of the Works executed by the Contractor up
to the date of termination
5.76.1.4 Remove all Contractor’s equipment, which is on the site and repatriate all
their staff and labour from the site.
and
5.76.1.5 Remove all other goods from the site, except as necessary for safety, and
leave the site.
Any such termination shall be without prejudice to any other right of the
Contractor under the contract.

57
5.77 Payment on termination
5.77.1 After a notice of termination under GCC Clause No. 5.75 [Termination by
Contractor] has taken effect, the Employer shall promptly:
5.77.1.1 return the Performance Guarantee / Security Deposit to the Contractor
5.77.1.2 pay the Contractor in accordance with GCC Clause No. 5.89 [Optional
termination, payment and release],
and
5.77.1.3 pay to the Contractor the amount of any loss or damage sustained by the
Contractor as a result of this termination.
J.INSURANCE
5.78 General requirements for insurances
5.78.1 Before commissioning of execution of works the contractor shall insure against any
damage, loss or injury which may occur to any property including that of the
V.O.Chidambaranar Port Trust or to any person including any employee of the
V.O.Chidambaranar Port Trust by or arising out of the execution of the works in
carrying out of the contract.
5.78.2 Minimum Amount of Insurance: Such Insurance shall be effected with an insurer
and in terms approved by the employer and for the total value of work awarded
and the contractor shall produce to the Engineers representative the policy or
policies of insurance and receipts for payment of the current premiums, which is
mandatory before admitting any bills for payment by Port.
K. FORCE MAJEURE
5.79 Definition of Force Majeure
5.79.1 In this clause “Force Majeure “ means an exceptional event or circumstance

5.79.1.1 which is beyond the control of the Employer and the Contractor,

5.79.1.2 which such party (Employer / Contractor) could not reasonably have
provided against before entering in to the contract,
5.79.1.3 which, having arisen, such party could not reasonably have avoided or
overcome,
and
5.79.1.4 which is not attributable to other party.

Force Majeure may include, but not limited to, exceptional events or
circumstances of the kind listed below, so long as conditions a) to d) above are
satisfied:
i) war, hostilities (whether war be declared or not) ,invasion, act of foreign
enemies;
ii) rebellion, terrorism, sabotage by persons other than the Contractor’s
personnel, revolution, insurrection ,military or usurped power, or Civil War;
iii) riot, commotion, disorder, strike or lockout by persons other than the
Contractor’s personnel;
iv) munitions of war, explosive materials, ionisation radiation or contamination
by radio-activity, except as may be attributable to the Contractor’s use of such
munitions, explosives, radiations or radio- activity;
v) natural catastrophes such as pandemic, earthquake, tsunami (caused by
earthquake at the ocean bed),fire, floods, hurricane, cyclone, typhoon or

58
volcanic activity,
and
vi) Pressure waves caused by air craft or other aerial devices travelling at sonic or
supersonic speed at the site of the work.
5.80 Notice of Force Majeure
5.80.1 If a party is or will be prevented from performing its obligations under the Contract
by Force Majeure, then it shall give notice to the other party of the event or
circumstances constituting the Force Majeure and shall specify the obligations, the
performance of which is or will be prevented. The notice shall be given within 48
(forty eight) hours of the alleged beginning of the relevant event or circumstance
constituting Force Majeure, giving full particulars and satisfactory evidence.
The party shall, having given notice, be excused performance of its obligations for
so long as such Force Majeure prevents it from performing them.
Notwithstanding any other provision of this clause, Force Majeure shall not apply to
obligations of either party to make payments to the other party under the contract.
5.81 Duty to minimise delay
5.81.1 Each party shall at all times use all reasonable endeavours to minimize any delay in
the performance of the contract as a result of Force Majeure.
A Party shall give notice to the other party when it ceases to be affected by the
Force Majeure, within 48 (forty eight) hours of such ending.
5.82 Consequences of Force Majeure
5.82.1 If the Contractor is prevented from performing its substantial obligations under the
Contract by Force Majeure of which notice has been given under GCC Clause No.
5.80 [Notice of Force Majeure], and suffers delay and/or non- performance as per
the contractual obligations, by reason of such Force Majeure, the Contractor shall
be entitled, subject to GCC Clause No. 5.84 [Engineer’s decision], to:
5.82.1.1 an extension of time for any such delay, if completion is or will be
delayed, under GCC Clause No. 5.68 [Extension of completion period
and liquidate damage],
and
5.82.1.2 non-imposition of penalty due to non-performance as per the contractual
obligations.
5.83 Optional termination, payment and release
5.83.1 If the execution of all the work in progress is prevented for a continuous period of
84 days by reason of Force Majeure of which notice has been given under GCC
Clause No. 5.80 [Notice of Force Majeure], or for multiple periods which total
more than 140 days due to the same notified Force Majeure, then either party may
give to the other party a notice of termination of the contract. In this event, the
termination shall take effect 7 days after the notice is given, and the Contractor
shall proceed in accordance with GCC Clause No. 5.76 [Cessation of work and
removal of Contractor’s equipment].
Upon such termination, the Engineer shall determine the value of the work done
and issue a payment certificate which shall include:
5.83.1.1 The amounts payable for any work carried out for which a price is stated
in the Contract;
5.83.1.2 The cost of plant and materials ordered for the work which have been
delivered to the Contractor, or of which the Contractor is liable to accept
delivery. Such Plant and Materials shall become the property of (and be at
59
the risk of) the Employer when paid for by the Employer and the
Contractor shall place the same at the Employer’s disposal;
5.83.1.3 any other cost or liability, which in the circumstances was reasonably
incurred by the Contractor in the expectation of completing the Works;
5.83.1.4 the reasonable Cost of removal of temporary work and Contractor’s
equipment from the site and the return of such items to the Contractor’s
premises,
and
5.83.1.5 The reasonable cost of repatriation of the Contractor’s staff and labour
employed wholly in connection with the work at the date of such
termination.
L. CLAIMS, DISPUTES ANDARBITRATION
5.84 Engineer’s decision
5.84.1 If a dispute of any kind whatsoever arises between the Employer and the
Contractor in connection with, or arising out of, the contract or the execution of
the works, whether during the execution of the works or after their completion and
whether before or after repudiation or other termination of the contract, including
any dispute as to any opinion, instruction, determination certificate or valuation of
the Engineer, the matter in dispute shall, in the first place, be referred, in writing,
to the Engineer within 30 (thirty) days, with a copy to the other party. Such
reference shall state that it is made pursuant to this clause. No later than the
thirtieth day after the day on which he received such reference, the Engineer shall
give notice of his decision to the Employer and the Contractor. Such decision shall
state that it is made pursuant to this clause. If the Contractor fails to refer the
matter in dispute within period of 30 (thirty) days to the Engineer, the Employer
shall be discharged from all liability in connection with the dispute.
Unless the contract has already been repudiated or terminated, the Contractor
shall, in every case, continue to proceed with the works with all due diligence and
the Contractor and the Employer shall give effect forthwith to every such decision
of the Engineer unless and until the same shall be revised, as hereinafter provided,
in an amicable settlement or an arbitral award.
If either the Employer or the Contractor be dissatisfied with any decision of the
Engineer, or if the Engineer fails to give notice of his decision on or before the
thirtieth day after the day on which he received the reference, then either the
Employer or the Contractor may, on or before the seventieth day after the day on
which he received notice of such decision, or on or before the seventieth day after
the day on which the said period of thirty days expires, as the case may be, give
notice to the other party, with a copy for information to the Engineer, of his
intention to commence arbitration, as hereinafter provided, as to the matter in
dispute. Such notice shall establish the entitlement of the party giving the same to
commence arbitration, as hereinafter provided, as to such dispute and, subject to
GCC Clause No. 5.87 (Failure to comply with Engineer’s decision), no arbitration
in respect thereof may be commenced unless such notice is given.
If the Engineer has given notice of his decision as to a matter in dispute to the
Employer and the Contractor and no notice of intention to commence arbitration as
to such dispute has been given by either the Employer or the Contractor on or
before the seventieth day after the day on which the parties received notice as to
such decision from the Engineer, the said decision shall become final and binding
upon the Employer and the Contractor.
60
5.85 Amicable settlement
5.85.1 Where notice of intention to commence arbitration as to a dispute has been given
in accordance with GCC Clause No. 5.84 (Engineer’s decision) above, both parties
shall attempt to settle the dispute amicably before the commencement of
arbitration. However, unless both parties agree otherwise, arbitration may be
commenced on or after the fifty-sixth day after the day on which a notice of
intention to commence arbitration of such dispute was given, even if no attempt
at amicable settlement thereof has been made.
5.86 Arbitration
5.86.1 Any dispute in respect of which
5.86.1.1 the decision, if any, of the Engineer, has not become final and binding
pursuant to GCC Clause No. 5.84 (Engineer’s decision)and
5.86.1.2 amicable settlement has not been reached within the period stated in
GCC Clause No. 5.85 (Amicable settlement), shall be finally settled by
arbitration, in accordance with the Arbitration and Conciliation Act,
1996 (considering its amendment in 2015) or any statutory
modification or re-enactment thereof and rules made there under and
for the time being in force. The Arbitration Tribunal shall be composed
as per provision of the Arbitration and Conciliation Act, 1996
(considering its amendment in 2015) or any statutory modification or
re-enactment thereof and rules made there under and for the time being
in force.
5.86.2 In connection with the instant contract:
5.86.2.1 the place of arbitration shall be Tuticorin/ Tamilnadu, India.
5.86.2.2 the arbitration shall be conducted in English language, and
5.86.2.3 the fees, if any, of the Arbitrators, if required to be paid before the
award of work in respect to disputes is made and published, shall be
shared equally by each of the parties.
5.86.3 The Arbitrators shall have full power to open up, review and revise any certificate,
determination, instruction, opinion, valuation or decision of the Engineer, relevant
to the dispute. Nothing shall disqualify representatives of the parties and the
Engineer from being called as a witness and giving evidence before the Arbitrators
on any matter, whatsoever, relevant to the dispute.
5.86.4 Neither party shall be limited in the proceedings before such Arbitrators to the
evidence or arguments put before the Engineer for the purpose of obtaining his said
decision pursuant to GCC Clause No. 5.90 (Engineer’s decision). No such decision
shall disqualify the Engineer from being called as a witness and giving evidence
before the Arbitrators on any matter whatsoever relevant to the dispute.
5.86.5 Arbitration may be commenced prior to or after completion of the works, provided
that the obligations of the Employer, the Engineer and the Contractor shall not be
altered by reason of the arbitration being conducted during the progress of the
works.
5.87 Failure to comply with Engineer’s decisions
5.87.1 Whether neither the Employer nor the Contractor has given notice of intention to
commence arbitration of dispute within the period stated in GCC ClauseNo.5.84
(Engineer’s decision) and the related decision has become final and binding, either
party may, if the other party fails to comply with such decisions, and without
prejudice to any other rights it may have, refer the failure to arbitration, in
accordance with GCC Clause No. 5.86 (Arbitration). The provision of GCC Clause
61
No. 5.84 (Engineer’s decision) and GCC ClauseNo.5.85 (Amicable settlement)
shall not apply to any such reference.
5.88 Progress of work not to be interrupted
5.88.1 The Contractor must, at all the times, fulfil their obligations under the contract and
shall not slow down or stop the progress of work during the period any dispute is
under settlement either through reference to the Engineer or through arbitration,
pursuant to the preceding clauses. Even if the works to be carried out during such a
period involve matters under dispute, the Contractor shall nevertheless proceed
with the works as per direction of the Engineer, pending settlement of the dispute.
Failure of the Contractor, in this respect, shall constitute default on their part and
render them liable to actions under the provisions of GCC Clause No. 5.69
[Termination by Employer].
M. INTEGRITY PACT
5.89 Signing of Integrity Pact
The successful Bidder shall also require to execute an ‘Integrity Pact’ in the prescribed
pro-forma provided in Part-I form VIII G of the tender document.
Scanned copy of pre-contract Integrity Agreement (as per Annexure enclosed) is to be
uploaded along with the bid. Original hard copy of Pre Contract Integrity Pact Agreement
shall be submitted by post or hand immediately after closing date of online E-tender
failing which tender shall be considered irrelevant.
The details of Independent External Monitors (IEM) are: 1) Shri.A.Radhakrisha Kini, IPS
(Retd), B91, Vishrantika CGHS, Sector 3, Dwarka, Plot 5A, New Delhi – 110 078. Phone
No.99717 22727, Mail ID: arvkini2004@yahoo.co.in and 2) Shri.Arun Kumar, CSS (Retd),
B308, Third Floor, Aishwarya Opulence Apartment, Out Ring Road, Marathanhalli,
Bangalore – 560 037, Mail ID: kumararun_53@rediffmail.com.

62
PART-1
SECTION - VI
SPECIAL CONDITIONS OFCONTRACT
1.0 GENERAL:
These provisions though given in a separate section are part of the tender documents which
must be read as a whole, the various sections being complementary to one another and are to
be taken as mutually explanatory. These provisions shall be read in conjunction with the other
parts of the tender documents viz. General Conditions of Contract, Notice Inviting E-Tenderers,
Instructions to Bidder, Technical Specifications, Drawings, Bill of Quantities and other
documents forming part of the Contract. In case of any discrepancy or ambiguity in the
documents, the order of precedence of the documents as stated below will apply. In particular,
these provisions will over ride those in the General Conditions provided there is discrepancy
between them.
2.0 CORRELATION AND ORDER OF PRECEDENCE OF TENDERDOCUMENTS:
If the stipulations in the various tender documents be found to be at variance in any respect,
one will override others (but only to the extent these are at variance) in the order of
precedence as given in the list below, i.e. any particular item in the list will take precedence
over all those placed lower down in the list.
Order letter.
Milestone linked schedule.
Drawings.
Technical Specifications of work. Special Conditions of Contract.
General Conditions of Contract.
In case of any dispute, question or difference either during the execution of the work or any
other time as to any matter or thing connected with or arising out of this Contract, the decision
of the Chief Mechanical Engineer, V.O.Chidambaranar Port Trust, Tuticorin, thereon shall be
final and binding upon all parties.
3.0 PRICE BASIS:
The bidder will have to quote online as per price schedule of the tender. However, this price
schedule is indicative only and not exhaustive. The price would include design, supply,
delivery, erection, testing, commissioning, certification, handing over, warranty obligation,
etc. considering all items related to the entire project. This price should include all taxes and
duties except GST. Percentage of applicable GST should be mentioned separately. GST would
be reimbursed by VOCPT against compliance of prevailing GST norms. Quoted price should
remain firm till end of the contract.
4.0 TIME OF COMPLETION:
The entire work covering the scope defined in section C-2, clause 1.3, is to be completed within
15 (Fifteen) months from the date of placement of LOI/work order. After handing over the
project to VOCPT, there would be defect liability period of 1 (one) year, when the contractor
will have to carry out the operation and warranty obligation.
5.0 GUARANTEE PERIOD:
The entire fire-fighting system should be guaranteed for a period of 12 (twelve) months from
the date of taking over by Employer. This guarantee will cover all design defects, poor
materials, bad workmanship, poor performance of equipment & machineries, non-achievement
of output etc. The contractor will have to repair / replace the concern item /spare parts/
components etc. immediately at free of cost within guarantee period.

63
6.0 GUARANTEE CERTIFICATE:
The contractor will have to submit guarantee certificate as per the Clause 5.0 [Guarantee
Period] of the SCC.
7.0 PAYMENT TERMS:
Following are the stages of payment in accordance with GCC clause 5.64.2:
a) For Supply of equipment/materials/fittings for Mechanical Works, Machinery Works,
Instrumentation Works, Electrical Works and Schedule of Other Items
i) 60% of the Quoted rates (as stated in BOQ) on respective supplies on pro-rata basis
will be paid on supply of equipment/materials/fittings in good condition at site and on
production of relevant test certificates & documents and certificate issued by Third
Party Inspection Agency appointed by Employer.
ii) 10% of Quoted rates (as stated in BOQ) on respective supplies on pro-rata basis will be
paid on erection of the equipment/materials at site and on production of certificates
from Third Party Inspection Agency appointed by Employer.
iii) Balance 30% will be paid after successful commissioning of the system and on issue of
Taking Over Certificate in respect of fire-fighting facilities at Oil Jetty.
b) 100% payment towards erection, commissioning, transportation, insurance, etc.,(as stated
in BOQ) to be paid on successful commissioning of the Project and taxes at actuals shall be
paid as per clause 5.64 under GCC.
8.0 ACCESS TO THE SITE:
By Road:
All-weather hard top road approachable from N.H. 41 and State Highway exist right up to the
area of work.
By Rail:
Southern Railway Branch Line connects Tuticorin with the mainline from Chennai.
9.0 SITE VISIT:
The Bidder shall inspect the site of work and thoroughly familiarize himself with the nature of
work, site conditions, and access to the site and location before submission of the tender. He
should contact the Chief Mechanical Engineer/ V.O.Chidambaranar Port Trust at his office for
collecting information about the site before submission of the tender. No excuse will be
entertained afterwards on the above ground. In case any part of the site cannot be handed over
to the successful Bidder in time, no compensation for loss of labour or any other cause nor any
claim will be entertained by the Trustees. Suitable extension of time shall, however, be
granted to the successful Bidder on that ground if applied for.
10.0 SITE FEATURES & OPERATIONS:
The work shall have to be executed by the successful bidder without hampering normal
operational activities in the area and the contractor should not start any hot work without
proper permits. The working hours may have to be adjusted as the situation demands. No claim
for idle labour on this account shall be entertained.
During execution of the work, proper care should be taken to provide adequate protection to
the existing structures, cables (electrical / telephone / computer etc), fresh water and fire
pipelines etc. and other installations against any damage at the contractor’s risk and expense.
Careful manual excavation will have to be carried out in places where service lines have been
laid to avoid any damage.
Any damage caused to the existing pavement / structures/facilities/service lines or defect
arising during construction shall have to be made good / rectified forthwith as directed to the
satisfaction of the Engineer. Care should be taken during transportation of materials and

64
execution of work so as not to impede the smooth traffic flow and normal operations in
adjoining areas.
Further, if so required by the Engineer in the interests of normal working of the port, it is found
necessary to shift / suspend some construction activity for some duration, this shall be done in
compliance with the instructions of the Engineer, without any additional cost.
The tenderers shall have to assess the impact of hindrance to the different activities of the
work which may likely to occur during execution of the job due to various factors including
those of shipping and other operational activities in the areas and also as stated above. They
shall have to plan the work in such a way so that all the activities of the job can be continued
after taking care of the above hindrances effectively round the clock even on Sundays and
holidays in order to complete the job within scheduled time frame. The tenderers shall consider
the above points while quoting their rates.
11.0 PARTICULARS OF EXISTING WORKS:
Such information as maybe given in the specification as to the existing features and works other
than those now under construction as part of the present facilities existing in
V.O.Chidambaranar Port Trust given without warranty of accuracy and neither the Trustees nor
the Engineer will be liable for any discrepancies therein.
12.0 LIQUIDATE DAMAGE CLAUSE:
If the contractor fails to complete the work in all respects within the time specified or within
the extended time that may be allowed by the port as per clause under GCC (5.58,5.59), the
contractor shall pay or allow the board to deduct a sum equivalent to 1% per week or part
thereof on the total value of the contract subject to a maximum of 10% of the total value of
contract as Liquidated or Ascertained damages and not by way of penalty, for every week or
part thereof beyond the said period or extended period as the case may be during which the
work shall remain unfinished. Such damages will be deducted from any money due or become
due to the contractor. The payment of such damages shall not relieve the contractor of his
obligations to complete the work or from any other of his obligations or liabilities under this
contract.
13.0 PERFORMANCE GUARANTEE:
a) The contractor shall deposit an amount equal to 5% of the accepted tender value as
Performance Security shall be paid through RTGS /NEFT to V.O.Chidambaranar Port Trust,
Tuticorin or irrevocable Bank Guarantee obtained from the Nationalised / Scheduled
Commercial bank having net worth of above Rs.100 crores having its branch at Tuticorin and
payable at Tuticorin, in the form as per specimen in the Schedule. A letter from the Bank
shall also be sent along with the Bank guarantee directly to the Employer within 15 days of
placement of work order or before the commencement of work whichever is earlier.
However, the Chief Mechanical Engineer may relax the time limit of 15 days and extend it
by further period of 10 days in extraordinary circumstances for the reasons recorded by
him. If the performance Security is not deposited in time as prescribed above, the work
order shall stand cancelled automatically and the Earnest Money Deposit will be forfeited.
The performance security will remain in force throughout the period of contract of tender
including Defect Liability Period (as specified in clause Time of Completion as defined
Section – VI – Special Conditions of Contract 4.0 and Defect Liability period as defined
Section V – General Conditions of Contract). The contractor shall furnish the BG towards
performance security by the issuing bank directly to the port. The amount as stated will not
bear any interest. Bank Guarantee, obtained from the Nationalized Bank /Scheduled bank in
the format prescribed by the Port, Shall be in compliance with for a digital confirmation
(SFMS) for the Bank Guarantee and the BG not complying with this shall not be considered.

65
b) Security Deposit:
Security deposit @10% will be deducted from each running bill after adjusting the amount
already deposited by the contractor as EMD subject to a maximum accumulation of 5% of
the Total contract Value. The Security Deposit will be refunded after satisfactory
completion of the contract including Defect Liability period.
14.0 CONTRACTOR’S SITE OFFICE, STORE SHEDS ETC:
On an application from the Contractor, land near to the site of work will be allotted by the
Trustees for the construction of Site Office, Store etc. For such allotment , lease rent as per
prevailing TAMP Rate/ SoR per annum or part thereof will have to be paid by the Contractor in
advance. The Contractor shall hand over vacant possession of the land free from all
encumbrances within two months from actual date of completion of work. In case the
contractor does not remove the site offices, store etc. within two months from the actual date
of completion, the contractor will have to pay compensation equivalent to three times the
applicable license fee for the plot of land allotted to him temporarily for site offices, store etc.
as per Schedule of Rent of VOCPT’s land and buildings will be recovered from his final bill /
Security Deposit. The Contractor shall build office, sheds etc. on the land allotted to him as
approved by the Engineer or his representative and shall maintain a clean hygienic condition
throughout the period of their use.
The Contractor shall maintain a Site Order Book at his site office and all orders and instructions
issued to him from time to time by the Engineer or his representative will be recorded in the
Site Order Book. The Contractor shall promptly sign each entry as a token of having received
such orders.
The Contractor shall maintain a Site Order Book at his site office and all orders and instructions
issued to him from time to time by the Engineer or his representative will be recorded in the
Site Order Book. The Contractor shall promptly sign each entry as a token of having received
such orders.
Electrical power will be supplied on chargeable basis as per the prevailing rates, which may be
revised from time to time. Necessary length of cable to the work place and energy meter /
source and other accessories for the aforesaid purpose shall be arranged by the contractor.
Port entry permit for the contractor and their staff, materials, vehicles etc. for movement
inside the Port area, will be on chargeable basis.
Drinking water may be supplied on chargeable basis. However, all necessary arrangement like
plumbing / installation of water meter etc. to be made by the contractor.
15.0 KEEPING THE SITE AND WORKING AREACLEAR:
The Contractor shall at all times keep the site and working areas free from all surplus
materials, rubbish and offensive matter all of which shall be disposed off in a manner to be
approved by the Engineer’s Representative. As the works will be carried out mainly inside of
operational buildings of VOCPT, the Contractor has to make necessary arrangement to clear the
rubbishes etc. from the buildings, at the end of day’s work at his own cost & risk.
16.0 SUPPLY OF MATERIALS BY THE CONTRACTOR:
It will be the responsibility of the contractor to make timely procurement of all materials for
both temporary and permanent works required in accordance with the Bill of Quantities or for
any extra/additional work required as per the directions of the Engineer. The contractor shall
procure materials only from manufacturers approved by the Engineer.
17.0 PROGRAMME OF WORK AND PROGRESS REPORT:
The contractor shall suitably schedule various activities required for completion of the work
and shall submit detailed programme of work in writing in the form of detailed project
schedule up to leve-3, Bar & PERT Chart before commencement of the work.
66
If desired by the Engineer, the contractor, during execution of the work, shall submit on the
first day of each month the progress report of the work in a manner as directed, showing
therein corrective measures to be taken to make up the backlog, if there be any.
18.0 PROGRESS PHOTOGRAPHS & VIDEO RECORDS :
The contractor shall supply to the Engineer prints of progress photographs/video clips suitably
inscribed, of such portions of the work in progress as well as of completed work as the Engineer
may direct. Progress photographs shall be required every month, unless otherwise directed by
the Engineer.
Cost of such photography/ video filming and ancillary works shall be borne by the contractor
and no extra payment will be allowed.
19.0 SAFETY:
The contractor shall adhere to safe construction practice, guard against hazardous and unsafe
working conditions and follow all safety precautions for prevention of injury or accidents and
safeguarding life and property. The contractor shall comply with relevant provisions of Dock
Workers (Safety, Health and Welfare) Act – 1986 and Dock Workers (Safety, Health and Welfare)
Regulation – 1990 and Safety Officer of the Trustees or Safety Inspectors shall be afforded all
facilities for inspection of the works, tools, plant, machineries, equipments etc. wherever so
required. The contractor shall further comply with any instruction issued by the Engineer,
Trustees’ Safety Officer, Safety Inspector in regards to safety which may relate to temporary,
enabling or permanent works, working of tools, plants, machineries, equipments, means of
access or any other aspect.
The contractor shall provide all necessary first aid measures, rescue and life saving equipment
to be available in proper condition.
The contractor shall provide PPE’s (Personal Protective Equipments) such as, helmet, safety
shoe etc. to all workers and shall also provide job specific PPE’s e.g. safety belts for working at
heights; protective face and eye shield, goggles, hand gloves for welding / gas cutting works;
protective foot wear and gloves for hot works; facemasks, gloves and overalls for painting
works, mixing and handling materials etc, as directed by the Engineer.
All safety rules shall be strictly followed while working on live electrical systems or installations
as stipulated in the relevant safety codes.
During work on the river and at the waterfront, the areas of work must be clearly marked with
red flags and prominent red lamps (at night) to prevent any danger to workmen engaged at site
or to ships berthing at the Jetties.
During work at night, the Contractor shall deploy halogen lamps/ other electrical lamps at the
required spots to ensure there is adequate illumination for hazard-free work.
Before allowing workers in sewers, manholes, any duct or covered channel etc, the manhole
covers shall have to be kept open and ventilated at least one hour in advance and necessary
safety torches / lamps should be inserted first before allowing entry to the worker. Suitable
hand gloves and other safety gear will be provided to the worker during handling / removing of
slushes / sludge etc. without any extra cost.
The contractor shall adopt all the above safety measures at his own cost. The successful bidder
shall also ensure that –
(i) No damage is caused to plants and vegetations unless the same is required for execution of
the project proper.
(ii) The work shall not pollute any source of water / land / air surrounding the work site so as
to affect adversely the quality or appearance thereof or cause injury or death to animal
and plant life.
(iii) His office & labour hutment etc. shall be maintained in a clean and hygienic condition
throughout the period of their use and different effluents of the labour hutment shall have
67
to be disposed off suitably.
20.0 INSURANCE OF WORKS:
The Contractor shall insure insurance coverage for men and material as per provision of the
general conditions of the contract clause 5.78
21.0 PROVISION TO INDEMNIFY EMPLOYER:
The terms shall include a provision whereby, in the event of any claim in respect of which the
contractor would be entitled to receive indemnity under the policy being brought or made
against the Employer, the insurer will indemnify the Employer against such claims and any
costs, charges and expenses in respect thereof.
22.0 ACCIDENTS OR INJURY TO WORKMEN:
The Employer shall not be liable for any damages or compensation payable at law in respect or
in consequence of any accident or injury to any workmen or other person in the employment of
the Contractor or any sub-contractor. The Contractor shall indemnify and keep indemnified the
Employer against all such damages and compensation and against all claims, proceedings, costs,
charges and expenses whatsoever in respect thereof or in relation thereto.
23.0 WATCHING OFMATERIALS:
The successful Bidder will have to arrange for proper security of all materials and tools brought
by him. Although the working area is under the jurisdiction of C.I.S.F., the Contractor shall be
fully responsible for any theft or damage of the materials. He may be allowed to post his own
Watchmen round –the-clock at the work-site with valid permit and prior intimation to CISF. No
extra amount will, however, be paid separately for watching. The Contractor should quote his
rates keeping this in view.
24.0 CONTRACT LABOUR LAWS:
The Contractor must comply with the provisions of Contract labour (Regulation & Abolition) Act
1970 and Contract Labour (Regulation & Abolition) Central Rules 1971 and the rules framed
there under with all modifications/amendments being enforced from time to time.
The Contractor shall indicate maximum number of workmen to be engaged on any day for
execution of the work in the appropriate place in the ABSTRACT FORM OF TENDER & he shall
have to obtain a regular /permanent license as per sec12(1) of the Contract Labour Act.
Further , whenever a contract work has commenced or completed , the contractor has to
intimate the same to the Assistant Labour Commissioner(Central) /labour Enforcement Officer
(Central) in Form IV-A , within 15 days of such commencement orcompletion.
The contractor has to obtain a certificate of registration under “Building & Other Construction
Workers (Regulation Of Employment & Conditions Of Service ) Act-1996 and Central Rule 1998
and his rate shall include a cess payable @ 1 % of the cost of construction as applicable under
“Building & Other Construction Workers Welfare Cess Act -1996 & Welfare Cess Rules 1998.
The contractor has to arrange for displaying the name of the Regional Labour Commissioner
(Central), Asst. Labour Commissioner (Central) & Labour Enforcement Officer (Central) at his
worksite(s).
The contractor shall inform the Principal Employer the date, time & venue of disbursement of
wage to be made by him to his workers.
The successful bidder shall also be required to put up a notice at the site of work mentioning
the date, time & venue of disbursement to be made by him to his workers and he or his
authorized representative shall have to be present during period of disbursement.
25.0 COMPLIANCE WITH EPF & M P ACT:
The successful contractor will have to comply with provision of EPF & MP Act –1952 (along with
amendments, if any), issued from time to time.
68
If asked for by the Employer, the contractor will be required to submit photocopy of all
payment challans and produce the original for verification to the representative of the principal
employer,
i.e. Chief Mechanical Engineer ( OR) any one of the officer nominated by Chief Mechanical
Engineer.
26.0 COMPLIANCE WITH ESI ACT:
If applicable, the successful bidder will have to comply with provisions of “Employers State
Insurance Act – 1948”, along with amendments (if any) issued from time to time. He shall obtain
ESI registration and shall deduct employees’ contribution as applicable percentage of the
wages of each of the employees’ and shall deposit the same together with employer’s
contribution as applicable percentage of such total wages payable to the employees or at such
rates as fixed by the competent authority from time to time.
In case, where an employee is not covered under ESIC Scheme (or contribution not paid for him
regularly) and meet an accident during and arising out of his employment, the contractor being
the immediate employer, shall be liable to pay him suitable compensation.
The contractor will be required to submit Photo copies of all payment challans and produce the
original for verification to the representative of the principal employer, i.e. Chief Mechanical
Engineer ( OR) any one of the officer nominated by Chief Mechanical Engineer
27.0 INDEMNIFICATIONS:
The successful bidder shall be deemed to indemnify and keep indemnified the Trustees from
and against all actions, claims, demands and liabilities whatsoever under and in respect of the
breach of any of the provisions of any law, rules or regulations having the force of law,
including but not limited to –
a) The Minimum Wages Act,1948.
b) The Dock Workers (Regulation Of Employment) Act,1948
c) The Building And Other Construction Workers (Regulation of Employment &
Conditions of Service) Act,1996
d) The Dock Workers’ Safety, Health & Welfare Act ,1986
e) The Payment of Wages Act,1936.
f) The Workmen’s Compensation Act,1923.
g) The Employees Provident Fund Act,1952.
h) The Contract Labour (Regulation and Abolition) Act, 1970; Rules1971.
i) The Payment of Bonus Act,1965.
j) The Payment of Gratuity Act,1972.
k) The Equal Remuneration Act,1976.
l) The Employees State Insurance Act, 1948 & Employees State Insurance
(Amendment)Act
,1989
m) Child Labour (Prohibition and Regulation) Act,1986.
n) The Maternity Benefits Act1961
o) Interstate Migrant Workmen (Regulation Of Employment & Conditions Of Service)
Act, 1979.
p) Motor Vehicle Act, latest revision.

28.0 CUSTOMS AND SECURITY REQUIREMENTS:


The Port area is a custom bonded area and as such the Contractor shall comply with all
regulations of the Port and Customs authorities extent and those that may be imposed from
time to time in respect of the transit of all Contractor’s plant, vehicles, materials and staff in
the area.

69
The contractor shall fence the area that may be allotted to him inside the “Bonded area” of the
Port for stores and other requirements with closely boarded C.G.I. sheets fixed to a suitable
framework, to the full satisfaction of the Port and Security authorities.
The Contractor shall abide by all the regulations and rules of V.O.Chidambaranar Port Trust
applicable as extant or as may be amended.
29.0 PERMIT:
Entry Permits may be necessary for the workmen and for the movement of transport vehicles
for this work. In the interest of work, necessary entry Permits will be issued on chargeable basis
by the Trustee’s for the workmen, vehicles /lorries/trucks etc. for entering into the port area
for execution of work / testing of materials at the departmental laboratory, against
application as per prescribed proforma by the contractor, after the same is examined and
approved by the Engineer. The entry permit will be issued as per requirement following latest
Permit Scheme of V.O.Chidambaranar Port Trust. All existing rules, including any amendments
thereto, in future, will have to be complied with by the contractor.
30.0 SETTLEMENT OF DISPUTES:
If a dispute of any kind whatsoever arises between the Employer and the Contractor in
connection with or arising out of the contract or the execution of the works, the same shall be
dealt as per relevant provisions of the General Conditions of Contract and THE ARBITRATION
AND CONCILIATION (AMENDMENT) ACT, 2015 and any statutory amendment thereof.
31.0 GOODS & SERVICES TAX (GST):
Any modification (addition /deletion /alteration including implementation of GST) in taxes or
duties in future by the GOI after due date of submission of this tender will be addressed
separately at the material time. Therefore the detailed tax break-up considered in the quoted
price should also be submitted by the bidders along with their price bid in order to assess the
impact of future tax levied subsequently, if any on the contract price. Any offer without the
detailed tax break-up, if becomes the lowest price–bid and is accepted by VOCPT with or
without any negotiation of price, shall not be entitled for reimbursement of any additional
amount due to subsequent modification of taxes or duties. But any recovery due on account of
any subsequent modification in taxes or duties shall be assessed by VOCPT without any
reference to the contractor and shall be made by VOCPT from the amount payable under the
contract.
32.0 PROVISIONS FOR SITE STAFF OF ENGINEER:
The contractor has to arrange for the equipment facilities as necessary for testing, inspection
etc. After the issue of Engineer’s notice to commence, the contractor shall as soon as possible
make available of the following facilities for the staff of the Engineer at the Site of Work, all in
accordance with the approval of the Engineer or his Representative and the Contract Price shall
be deemed to be inclusive of the provision for all these facilities.
(a) Equipment Facilities:- Provide and maintain all necessary equipments in working
condition for use of Engineer’s staff such as survey, testing of materials and any other
instruments, equipment and apparatus as they may require for carrying out the
contractual obligations.
33.0 Inspection, Testing and Project Monitoring: The Employer shall appoint a Third party agency,
at the cost of the Employer, for stage-wise close project monitoring, technical inspection and
certification of materials & workmanship, including erection, commissioning, etc. [in
connection with Design, Manufacture, Fabrication, Supply, Erection, Testing, Commissioning
and handing over Fixed Fire Fighting System at Oil Jetty in compliance with OISD

70
requirements]. The relevant Certificates shall be produced by the Third party agency to the
Engineer or his authorised Representative.
The stage-wise project evaluation, technical inspection will be carried out by the based on the
approved Project Bar chart, Quality Assurance Plan (QAP) & Field Quality Assurance Plan
(FQAP) [considering the Technical Specification of the bidding documents].
The Contractor shall have to submit a Phase wise project evaluation criteria, Bar chart, Quality
Assurance Plan (QAP) and a Field Quality Assurance Plan (FQAP), based on the approved
Technical Specification and other terms & conditions stipulated in the bidding documents. The
QAP & FQAP shall be approved by the “Engineer”, after the same are duly recommended by
the Third party agency. The Project monitoring, Technical Inspection & Certification,
payment recommendations will be carried out by the Third Party Agency, in accordance with
approved Project evaluation criteria QAP & FQAP.
34.0 Supply of Electricity:
Electricity charges will be have to be paid (adjusted from the contractor’s bill) by the
contractor and the charges for the same will be determined on the basis of Chargeable Unit
(kWh) [actual Unit (kWh) consumed (recorded through Energy Meter) plus 3% on actual Unit
consumed] and applicable rate of Tamil Nadu Generation and Distribution Corporation
(TANGEDCO). Billing will be done on the basis of Electricity charges and overhead charges @
19.25% [on the aforesaid Electricity charges] as per the notifications of Tariff Authority of
Major Ports (TAMP).
The Electricity consumption charges [based on the prevalent rates of TANGEDCO, as may be
amended from time to time] shall have to be paid by the Contractor immediately, on receipt of
the bill from the office of Mechanical and Electrical Engineering Department,
V.O.Chidambaranar Port. All payment on this account should be updated, otherwise the
pending bill amount, along with late payment surcharge, will be recovered from the
Contractor’s bill(s).
35.0 Supply of water:
Water charges will have to be paid (adjusted from the contractor's bill) by the contractor
against actual consumption recorded through water meter as per the prevailing rates of
V.O.Chidambaranar Port. The water consumption charges [based on the prevalent rates of
VOCPT, as may be amended from time to time] shall have to be paid by the Contractor
immediately, on receipt of the bill from the office of Mechanical and Electrical Engineering
Department, V.O.Chidambaranar Port. All payment on this account should be updated,
otherwise the pending bill amount, along with late payment surcharge, will be recovered from
the Contractor's bill(s) Prevailing rate is Rs.70/- per kL.
36.0 Tests on completion:
On completion of installation, the contractor shall give a 7 (seven) days’ notice to the Engineer
[with a copy to the Third party agency, appointed by VOCPT], in writing (informing the date on
which they will be ready to make the tests/ inspection), before carrying out such tests, in
accordance with and in the manner prescribed in the specifications.
If any portion of work fails under the tests to fulfil the contract conditions, tests of the faulty
portion shall, if required by the Third party agency (appointed by VOCPT) or the Engineer or by
the Contractor, be repeated within reasonable time, upon the same terms and conditions.
If such “Tests on completion” cannot be carried out successfully by the Contractor within 1
(one) month after the time fixed by the Contractor and if, in opinion of the Engineer, the tests
are being unduly delayed, the Engineer may, in writing, call upon the Contractor, with 7
(seven) days’ notice, to make such tests, failing which the Engineer may proceed to make such
tests himself, at the Contractor’s risk and expense. In the above eventuality, the Employer

71
shall, nevertheless, have the right of using the installations at the Contractor’s risk until the
“Tests on completion” are successfully carried out.
It will be the obligation of the contractor to arrange for PESO, OISD-156 certification on behalf
of V.O.Chidambaranar Port Trust. Third party agency, appointed by VOCPT, will recommend to
the Engineer regarding final completion of the work .
37.0 Intellectual Property Rights: All rights over all designs, drawings, layouts, manuals etc, (as
recommended by Third party agency who will be appointed by VOCPT), regarding Design,
Manufacture, Fabrication, Supply, Erection, Testing, Commissioning and handing over Fixed
Fire Fighting System at Oil Jetty in compliance with OISD requirements will have to be
transferred, in the time of handing over, to the VOCPT and there after the contractor will have
no rights over design, drawings, layouts, manuals etc (detailed list will be firmed up by the
Third party agency PMC who will be appointed by VOCPT).
38.0 Insolvency: Will be applicable as per current provision of law.

72
PART-1
SECTION – VII
(Annexure Form I)

SCHEDULE OF DEVIATIONS FROM TECHNICAL SPECIFICATIONS

ALL DEVIATIONS FROM THE SPECIFICATION SHALL BE FILLED IN BY THE TENDERER, CLAUSE
BY CLAUSE IN THIS SCHEDULE

SECTION NO SPECIFICATION CLAUSE NO.DEVIATION

The Tenderer hereby certified that the above – mentioned are the only deviations from the
Technical specification and tender conforms to the specification in all respects.

Company Seal : Signature :


Designation :
Company :
Date :

73
(Annexure Form II)

SCHEDULE OF DEVIATIONS FROM GENERAL AND SPECIAL CONDITIONS AND GENERAL RULES
AND DIRECTIONS OF THE TENDER ENQUIRY

ALL DEVIATIONS FROM GENERAL AND SPECIAL CONDITIONS AND GENERAL RULES AND
DIRECTIONS OF THE TENDER ENQUIRY SHALL BE FILLED IN BY THE TENDERER, CLAUSE BY
CLAUSE IN THIS SCHEDULE

SECTION NO SPECIFICATION CLAUSE NODEVIATION

The Tenderer hereby certified that the above – mentioned are the only deviations from
General and special conditions and General rules and directions of this tender inquiry and
tender conforms to the specification in all respects.

Company Seal : Signature :


Designation :
Company :
Date :

74
(Annexure Form III)

EXPERIENCE

Experience in similar completed work for the last seven years ended 30.09.2020

Sl. No Name of Value of Contract period Scheduled Contractor's


work work period of name and
Commencement completion
executed completion address

Note:- The copy of the work orders and satisfactory completion/ Performance certificate for
the completed works shall be furnished.

Contractor

75
(Annexure Form IV)

FINANCIAL STATUS

Summary of yearly turnover on the basis of the Audited Balance Sheet for the last three
financial year (2016–17, 2017-18 and 2018-19)

Sl.
Financial year Total Turnover
No.
01 Year 2016 - 2017 Rs.

02 Year 2017 - 2018 Rs.

03 Year 2018 - 2019 Rs.

Note:
1) Attach certified copies of the Audited Financial Statements.
2) In case of Joint Venture/consortium, the Audited Financial Statements for Lead Member
and other members should also be furnished as per Clause 4.3.4 of Section IV, Part 1.

Contractor

76
(Annexure Form V)
Notice Inviting e-tender for the work:

TENDER ACCEPTANCE LETTER


(To be printed on company letter head and filled, signed and uploaded)
To
The Chief Mechanical Engineer
V.O.Chidambaranar Port Trust
Tuticorin-4

Sir,
Subject: Acceptance of terms and conditions of tender
“...................................................................................................................
..................................................................................................................”
Tender reference No. MEE-SEIMN-MEC-FFFSC-VI-20/01

I/We have downloaded / obtained the tender document(s) for the above mentioned
tender/work form the website namely https://etenders.gov.in/eprocure/app as per your
advertisement given in the above mentioned website(s).

1. I/We hereby certify that I/We have read the entire terms and conditions of the tender
documents from Page No.1 to (including qualifying criteria, bidding process, all
documents like annexure(s), schedules(s), etc, which form part of the contract agreement
and I /we shall accept bidding process, qualification criteria and shall abide hereby and
agree the terms /conditions /clauses contained therein.
2. The corrigendum(s) issued from time to time by V.O.Chidambaranar Port Trust for the
above subject work has also been taken into consideration, while submitting this
acceptance letter.
3. I/We hereby unconditionally accept the tender conditions of above mentioned tender
document(s)/ corrigendum (s) in its totality /entirety.
4. I/We do hereby declare that our firms has not been blacklisted/ debarred by any Govt.
Department/ Public sector undertaking.
5. I/We certify that all information furnished by me/us is true & correct and in the event
that the information is found to be incorrect/untrue or found violated, then
V.O.Chidmabaranar Port Trust shall without giving any notice or reason therefore,
summarily reject the bid or terminate the contract, without prejudice to any other rights
or remedy including the forfeiture of the full earnest money deposit absolutely.

Yours faithfully,

(Signature of the bidder with official seal)

77
(Annexure Form VI)
TEST OF RESPONSIVENESS
[To be filled up and uploaded, duly signed & stamped]

Requirement Submitted/Not submitted [Put Validity/ For


√ if submitted & the month of
X if not submitted]
a) scanned copies of work order(s) for If submitted,
similar works, successful completion Page Number(s):
certificates (with performance)
from clients indicating the date of
completion, value of work done,
etc.

b) scanned copies of Annual Financial If submitted,


Turnover Statement (certified by Page Number(s):
CA) for the years 2016-17, 2017-18
and 2018-19 along with Balance
Sheets and Profit & Loss Accounts.

c)

i) GST Registration Certificate. If submitted, Not applicable.


Page Number(s):

ii) Document in support of non- If submitted, Not applicable.


applicability. Page Number(s):

d)

i) Profession Tax Clearance If submitted,


Certificate (PTCC) Page Number(s):

OR If submitted,
Page Number(s):
Profession Tax Payment Challan
(PTPC)
ii) Document in support of non- If submitted, Not applicable.
applicability. Page Number(s):

78
Requirement Submitted/Not submitted Validity/ For the
[Put √ if submitted & X if not month of
submitted]
e)

i) Certificate for allotment of EPF If submitted, Not applicable.


Code No. Code No.:
Page Number(s):

ii) Latest EPF Payment Challan. If submitted,


Page Number(s):

iii) Document in support of non- If submitted, Not applicable.


applicability. Page Number(s):

f)
i) Registration Certificate of ESI If submitted, Not applicable.
Authority. Code No.:
Page Number(s):

ii) Affidavit, Declaration and If submitted,


Indemnity Certificate. Page Number(s): Not applicable.

g) PAN Card If submitted, Not applicable.


PAN No.:
Page Number(s):

h) MSME / MSE / DIC / SSI / If submitted,


NSIC certificate Page Number(s):

i) Power of Attorney If submitted, Not applicable.


Page Number(s):

j) Joint Venture Agreement or a If submitted,


Consortium (if applicable) Page Number(s):

k) Drawings/Documents as per Part If submitted,


1-Section X with list Page Number(s):

79
(Annexure Form VII)

GENERAL INFORMATION OF THE BIDDER


[To be filled up and uploaded, duly signed & stamped]

1. Bidder’s Legal Name (IN CAPITAL


LETTERS)

2. a ) Country of registration.

b ) Year of registration.

c ) Legal address in country of


registration.

d ) URL of the bidder.

3. Information regarding bidder’s authorised


representative(s) / contact person(s)
a ) Name(s)

b ) Address(es)

c ) Telephone number(s)

d ) Facsimile number(s)

e ) Electronic mail address

4. a ) Address of the branch office, if any

b ) Name of the contact person at branch


office

c ) Telephone number(s)

d ) Facsimile number(s)

80
e ) Electronic mail address

5. Whether the bidder is a Proprietorship Firm


Or Partnership Firm or Limited Company.

6. Details of the Banker(s) :

a ) Name of the Banker(s) in full.

b ) Address(es) of the Banker(s)

c ) Telephone number(s)

d ) Facsimile number(s)

e ) Electronic mail address

f ) Name(s) of the contact person(s)

7. Bank details for ECS payment :

a ) Bank Account number.

b ) Name of the bank.

c ) Name of the branch.

d ) Address of the branch.

e ) RTGS code of the branch.

f ) MICR code of the branch.

8. Income Tax and Goods & Services Tax (GST)


details (if applicable):

a) Permanent Account Number (PAN)

b) GST Registration Number (GSTIN)

9. Employees’ Provident Fund (EPF) Code No.

10. Employees’ State Insurance (ESI) Code No.

11. Mainlines of business

81
(Annexure Form VIII)

FORMAT FOR DECLARATION


[To be printed on the bidder’s Letter Head and uploaded after signing]

To,
The Chief Mechanical Engineer
V.O.Chidambaranar Port Trust
Mechanical and Electrical Engineering Department
Tuticorin.

Name of Work: “Design, Manufacture, Fabrication, Supply, Erection, Testing,


Commissioning and handing over Fixed Fire Fighting System at Oil Jetty in compliance with
OISD requirements”
Tender No.: MEE-SEIMN-MEC-FFFSC-VI-20/01
I .............................................................................. , the authorized
signatory of the …………………………………………………. (Name of the Company /Firm) do hereby
declare / confirm that :
* I / We have not been debarred, banned or delisted by any Government or Quasi-
Government Agencies or Public Sector Undertakings in India.
I / we have not made any addition / modification / alteration in the Bidding Documents
(including Bidding Forms & Contract Forms) hosted in the websites.

The prices have been quoted in the Price Bid, electronically, through the website of NIC-
CPP Portal only and no direct or indirect mention of the prices has been made by me / us
anywhere else in my / our bid.

No extraneous conditions (like “Not Applicable”, conditional rebate, etc.), regarding the
Price Bid, have been mentioned anywhere in our bid.

Signature of authorised person of the bidder


(with office seal)

* In case the firm has been debarred or banned or delisted by any Government or Quasi-
Government Agencies or Public Sector Undertaking in India, then the same should be
declared properly, after modifying the sentence, suitably.

82
(Annexure Form IX)

FORM OF TENDER
[ To be printed on the bidder’s Letter Head and uploaded after signing]

To,
The Chief Mechanical Engineer
V.O.Chidambaranar Port Trust
Mechanical and Electrical Engineering Department
Tuticorin.

Name of Work: :“Design, Manufacture, Fabrication, Supply, Erection, Testing,


Commissioning and handing over Fixed Fire Fighting System at Oil Jetty in compliance with
OISD requirements”
Tender No. : MEE-SEIMN-MEC-FFFSC-VI-20/01

I/We …..………………………………………. (Name of the bidder)of …………………..……(Address


of the bidder) having examined the site of work, inspected the drawings and read the
bidding documents [including all addenda / corrigenda, issued i.e. ………………………….
{insert Addendum / Corrigendum / Extension No(s)}], hereby bid and undertake to
execute & complete all the work related to “Design, Manufacture, Fabrication, Supply,
Erection, Testing, Commissioning and handing over Fixed Fire Fighting System at Oil
Jetty in compliance with OISD requirements”, required to be performed in accordance
with the Technical Specification, General Conditions of Contract (GCC), Special
Conditions of Contract (SCC), etc., at the rates & prices quoted in the Price Bid
[submitted electronically, through the website of NIC- CPP Portal], within month from
the date of order to commence the work , in the event of our bid being accepted.

I/we also undertake to enter into a Contract Agreement in the form hereto annexed
[Section VIII A] with such alterations or additions thereto, which may be necessary to give
effect to the acceptance of the bid and incorporating such Pre-qualification criteria,
bidding process Technical Specification, General Conditions of Contract (GCC), Special
Conditions of Contract (SCC), etc. and I/we hereby agree that until such contract
agreement is executed, the said Technical Specification, General Conditions of
Contract (GCC), Special Conditions of Contract (SCC), etc. and the bid, together with
the acceptance thereof in writing, by or on behalf of the Employer, shall be the contract.

I / We require ………………………………..days preliminary time to arrange and procure the


materials, tools & tackles, etc. required by the work, from the date of acceptance of bid,
before I/we could commence the work.

I / We have deposited …………………………………….only using the ------------------------------------


---------------, vide URN No.:…………………………………. …………… of
……………………………………………………, as Earnest Money Deposit.

83
I/We agree that the period for which the bid shall remain open for acceptance, shall not
be less than ................ days, from the last date of submission of bid.

(Signature of authorised person of the bidder)

WITNESS:
Signature: Name ______________________

Name:
(In Block Letters) Designation:__________________

Address: Date: ______________________

Occupation:
(Office Seal)

84
(Annexure Form X)
E- Payment

To
The Financial Advisor & Chief Accounts Officer,
V.O.Chidambaranar Port Trust,
Tuticorin – 628 004.

Sir, We hereby give particulars for payment of the works bill / Advance etc
Sl Particulars
No

1 Name of the contractor /Supplier

2 Address of the Contractor / Supplier

3 Name of the work for which payment is made

4 Estimate No , Agreement No Work order no,

5 Name of the Bank in which Contractor / Supplier operating


account Either with IOB or SBI or Any other Bank(If it is
other than IOB or SBI, bank commission plus postage will be
deducted)

6 Address of the Bank

7 Branch Code No

8 Type of Account (Whether SB A/c or current A/c)

9 Account No

10 IFSC Code No – Bank code


11 PAN No.

12 GST Identification Number

13 HSN Details (for Material Supply only)

Description of Materials HSN Code

14 Service Accounting Code (SAC) (for Contractors/Service


Providers only)

Service Description Service Accounting


Code (SAC)

Yours sincerely

(Signature of Contractor)

85
E-PAYMENT- Payment of contractor bills through Bank:-Payment due to the contractor
may , if so desired by him by made to the Bank instead of direct to him provided that
the contractor furnishes to the Engineer – in- charge (1) an authorization in the form of
a legally valid account such as power of attorney conforming authority on the Bank to
receive payments and (2) his own acceptance of the correctness of the account made
out as being due to him by employer or his signature on the bill or other claim preferred
against employer before settlement by the Engineer – in charge of the account or claim
by payment to the Bank. While the receipt given by such banks shall constitute a full
and sufficient discharge for the payment the contractor should wherever present his
bills duly receipted and discharged through his bankers. Nothing here in contained shall
operate to create in favour of the Bank any rights or equities vis – a vis the Board. The
date on which e – payment to the contractor by the employer will be considered as the
date of payment for all purposes. Delay in making such payments by the employer due
to exceptional circumstances shall not nullify or vitiate in any way or other the
conditions of the contract and the contractor shall have no claim on this account.
The Engineers may by any certificate make any correction or modification in any
previous certificate which shall be issued by him and shall have power to with hold any
certificate if the work or any part thereof is not being carried out to his satisfaction
Balance payment will be released on completion of work to the satisfaction of
Engineer's Representative. No claim will be entertained by the Port in this account.
For the e- payment Port has made working arrangements with the following Bankers
a)State Bank of India, Main Office, Tuticorin
b)Indian Overseas Bank, harbour Branch
The arrangements designed to work are as follows The amount due to the payee will be
intimated to the Port Bankers in the form of Electronic messages. The Bank will arrange
to credit the amount to the parties account through electronic transfer failing which by
other modes as detailed further.
If the payees account is with any of the computerised & net worked branches of the
above named Banks, the amount due to the payee will be credited to the payee
instantly with payment of Bank charges.
In all other cases, payment will be arranged through Bankers cheque / DDs by the State
Bank of India through “speed post' or counter service” for this bank charges at the
appropriate rates will be payable by the payee.

86
(Annexure Form XI)

FORM OF ACCEPTANCE OF QUALIFICATION CRITERIA AND BIDDING PROCESS


[ To be printed on the bidder’s Letter Head and uploaded after signing]

UNDERTAKING

Name of Work: “Design, Manufacture, Fabrication, Supply, Erection, Testing, Commissioning


and handing over Fixed Fire Fighting System at Oil Jetty in compliance with OISD requirements”
Tender No.: MEE-SEIMN-MEC-FFFSC-VI-

1. I/We …..………………………………………. (Name of the bidder) have gone through the


qualifying criteria and bidding process mentioned in tender.
2. I/We have raised my/our clarification in the pre bid meeting held on_______ /emailed
my/our clarification on______ ./ I have understood and accepted the bidding process,
qualification criteria, scope of work and technical and commercial terms and conditions
mentioned in tender document. [strike out whichever is not applicable]
3. My/Our clarifications were answered vide reply letter on ________________ or Pre Bid
clarifications published in CPP portal on __________[strike out whichever is not
applicable] and I/We have further understood and accepted the bidding process,
qualification criteria, scope of work and technical and commercial terms and conditions
mentioned in tender document.

(Signature of authorised person of the bidder)

(Office Seal)

87
(Annexure Form XII)
MEMORANDUM OF UNDERSTANDING
(IN CASE OF CONSORTIUM)
[To be executed on Non-judicial Stamp Paper of proper value (Rs.100/-)]

Know all men by these presents that we, ---------------------------------------------------------------


and ----------------------------------------------- (persons and Companies name) (herein after
collectively referred to "the consortium / Joint venture") for execution of tender.

Whereas the V.O.Chidambaranar Port Trust (herein after referred to as "the Employer") has
invited tenders from the interested parties for --------------------------------------------- (hereinafter
referred to as "the contract").

Whereas the members of the consortium / joint venture are interested in bidding of the work of
------------------------------------------------------------------- in accordance with the terms and
conditions of the tender.

This Joint Venture agreement is executed to undertake the work and role and responsibility of
the firms are ------------------ (role and responsibilities of each firm for administrative
arrangement for management and execution of contract) and --------------- (name of the person)
of (name of the firm) and ------------------(name of the person) and ------------ (name of the firm)
are the authorized representative of respective firms.

As whereas it is necessary under the tender conditions for the member of the consortium / joint
venture to appoint and authorize one of them as Lead firm to do all acts, deeds and things in
connection with the aforesaid tender.

We hereby nominate and authorize ------------------------------------- as our constituted attorney in


our name and on our behalf of do or execute all or any of the acts or things in connection with
the execution of this Tender and thereafter to do all facts, deeds and things on our behalf and
thereafter till the satisfactory completion of work.

And we hereby agree that all acts, deeds and things done by our said attorney shall be construed
as acts, deeds and things done by us and we undertake to ratify and conform all and whatsoever
that my said attorney shall do or cause to be done for us by virtue of the power hereby given.

In witness hereof we have signed this deed on this the ------------ day of -----

SIGNED SEALED & DELEVERED SIGNEDSEALED& DELEVERED


By with named-------------- By with named-------------
-------------------------through its ------------------- through its
duly constituted attorneys duly constituted attorneys
--------------- in the presence of ----------- in the presence of

*****

88
(Annexure Form XIII A)

FORMAT FOR POWER OF ATTORNEY


(IN CASE OF CONSORTIUM / JOINT VENTURE)

Know all men by these presents that We, —————————————,———— —————————,——————


————— and ————————————— —— (hereinafter collectively referred to as “the
Consortium/joint venture”) hereby appoint and authorise ——————————— Ltd as our attorney.

Whereas the V.O.Chidambaranar Port Trust (V.O.CHIDAMBARANAR PORT TRUST ) (hereinafter


referred to as “the Employer”) has invited applications from interested parties for ————————
—————— (hereinafter referred to as “the Project”).

Whereas the members of the Consortium/joint venture are interested in bidding for this
assignment in accordance with the terms and conditions of this Tender along with its
amendments, addendum and related documents.

And whereas it is necessary for the members of the Consortium/joint venture to appoint and
authorize one of them to do all acts, deeds and things in connection with the aforesaid Project.

We hereby nominate and authorize —————————————— as our constituted attorney in our


name and on our behalf to do or execute all or any of the acts or things in connection with
making an application to the ——————— ———— V.O.CHIDAMBARANAR PORT TRUST , to follow up
with the V.O.CHIDAMBARANAR PORT TRUST and thereafter to do all acts, deeds and things on
our behalf until culmination of the process of bidding and thereafter till the license agreement
is entered into with the successful bidder.

And we hereby agree that all acts, deeds and things done by our said attorney shall be construed
as acts, deeds and things done by us and we undertake to ratify and conform all and whatsoever
that my said attorney shall do or cause to be done for us by virtue of the power hereby given.

All the members of this consortium will be jointly and severally liable for execution of this
assignment in all respects.

In Witness hereof we have signed this deed on this the_______day of _______

For and on behalf of —————

For and on behalf of —————

For and on behalf of —————

89
(Annexure Form XIII B)
Power of Attorney for single Applicant

Know all men by these presents, We…………………………………………….. (name of the firm and
address of the registered office) do hereby irrevocably constitute, nominate, appoint and
authorise Mr./ Ms (name), …………………… son/daughter/wife of ……………………………… and
presently residing at …………………., who is presently employed with us/ the Lead Member
of our Consortium and holding the position of ……………………………. , as our true and lawful
attorney (hereinafter referred to as the “Attorney”) to do in our name and on our behalf, all
such acts, deeds and things as are necessary or required in connection with or incidental to
submission of our application for pre-qualification and submission of our bid for the work
“---------------------“for the V.O.Chidambaranar Port Trust (the “Authority”) including but not
limited to signing and submission of all applications, bids and other documents and writings,
participate in Pre-Bid Agreement and other conferences and providing information/responses to
the Authority, representing us in all matters before the Authority, signing and execution of all
contracts including the Agreement and undertakings consequent to acceptance of our
bid, and generally dealing with the Authority in all matters in connection with or relating to or
arising out of our bid for the said Project and/ or upon award thereof to us and/or till the
entering into of the Agreement with the Authority.

AND we hereby agree to ratify and confirm and do hereby ratify and confirm all acts, deeds and
things lawfully done or caused to be done by our said Attorney pursuant to and in exercise of the
powers conferred by this Power of Attorney and that all acts, deeds and things done by our said
Attorney in exercise of the powers hereby conferred shall and shall always be deemed to have
been done by us.

IN WITNESS WHEREOF WE, ……………………., THE ABOVE NAMED PRINCIPAL HAVE EXECUTED THIS
POWER OF ATTORNEY ON THIS ……….… DAY OF …………., 2015.

For
…………………………..

(Signature, name, designation and address)

Witnesses:

1.

(Notarised)

2.

Accepted

……………………………
(Signature)

(Name, Title and Address of the Attorney)


90
Notes:
The mode of execution of the Power of Attorney should be in accordance with the
procedure, if any, laid down by the applicable law and the charter documents of the
executant(s) and when it is so required, the same should be under common seal affixed
in accordance with the required procedure.

▪ Also, wherever required, the Bidder should submit for verification the extract of the
charter documents and documents such as a resolution/power of attorney in favour of
the person executing this Power of Attorney for the delegation of power hereunder on
behalf of the Bidder.

▪ For a Power of Attorney executed and issued overseas, the document will also have to be
legalised by the Indian Embassy and not arised in the jurisdiction where the Power of
Attorney is being issued. However, the Power of Attorney provided by Bidders from
countries that have signed the Hague Legislation Convention 1961 are not required to be
legalized by the Indian Embassy if it carries a conforming Appostille certificate.

91
PART-1
SECTION – VIII
CONTRACT FORMS

PART-1
SECTION –VIII-A
FORM OF AGREEMENT
(To be submitted on Non- Stamp Paper of worth not less than INR 50.00)
CONTRACT NO.: MEE-SEIMN-MEC-FFFSC-VI-20/01/D……………….. Dated:…………………..
TENDER REFERENCE:
Tender No. :
for: “Design, Manufacture, Fabrication, Supply, Erection, Testing, Commissioning and
handing over Fixed Fire Fighting System at Oil Jetty in compliance with OISD requirements”

ORDER REFERENCE: ……………/......./ /O-… dated …………………………


This agreement made this ………………….. day of ………..,Two thousand ,
BETWEEN
The Board of Trustees for V.O.Chidambaranar Port Trust, a body corporate -- constituted by
the Major Port Trust Act, 1963 (hereinafter called the ‘Trustees’, which expression shall unless
excluded by or repugnant to the context be deemed to include their successors in office) of the
one part
AND
………………………………………………………………………………….. (hereinafter called the “Contractor”,
which expression shall unless excluded by or repugnant to the context be deemed to include its
heirs, executors, administrators, representatives and assignees or successors in office) of the
other part
[Together hereinafter the “Parties”]
HEREAS
The Trustees are desirous that certain works should be executed by the Contractor, viz.
“Design, Manufacture, Fabrication, Supply, Erection, Testing, Commissioning and handing
over Fixed Fire Fighting System at Oil Jetty in compliance with OISD requirements” and have
accepted a Bid / offer by the Contractor for execution, completion and maintenance of such
works, including remedying any defects therein, during the Defect Liability Period.

NOW THIS AGREEMENT WITNESSETH as follows :

1. In this agreement words and expression shall have the same meanings as are
respectively assigned to them in Conditions of Contract hereinafter referred to.

2. The following documents shall be deemed to form and be read and construed as part of
this agreement :

a) The said bid /offer.


b) The Letter of Acceptance of the bid /offer [vide Order No MEE-SEIMN-MEC-
FFFSC-VI-20/01/D…………..dated………………..]
c) The Conditions of Contract and Technical Specification [all terms and conditions
of Tender No.MEE-SEIMN-MEC-FFFSC-VI-20/01].
d) Addenda [Please insert Addenda Nos .............................. ]
92
e) “Price Comparative Statement”, showing the prices quoted (electronically,
through the website of NIC- CPP Portal.) by the Successful Bidder, in the Price
Bid.
f) All correspondence, by which the contract is added, amended, varied or modified,
in any way, by mutual consent.

3. In Consideration of the payments to be made by the Trustees to the Contractor as


hereinafter mentioned, the Contractor hereby covenant with the Trustees to execute,
complete & maintain the work, including remedy any defects therein (during the Defect
Liability Period”), in conformity with the provisions of the Contract, in all respects.

IN WITNESS whereof the parties hereto have caused this Agreement to be executed the day and
year first before written.
The parties hereunto affixed their respective Common Seals (or have hereunto set their
respective hands and seals).
For and on behalf of For and on behalf of

V.O.CHIDAMBARANAR PORT TRUST (CONTRACTOR)


(TRUSTEES)
SEAL
SEAL

In presence of In presence of

93
PART-1
SECTION- VIII-B
INDEMNITY BOND
[To be submitted on Non-judicial Stamp Paper of worth not less than INR .50.00, duly
notarised] Reference:
Order No.: MEE-SEIMN-MEC-FFFSC-VI-20/01/D………….Dated:………………for “Design,
Manufacture, Fabrication, Supply, Erection, Testing, Commissioning and handing over
Fixed Fire Fighting System at Oil Jetty in compliance with OISD requirements”

Chief Mechanical Engineer,


Mechanical & Electrical Engineering Department
V.O.Chidambaranar Port Trust,
Tuticorin – 628 004
Tamilnadu, India
Telephone no. :0461-2352666
E-mail: cmevocpt@gmail.com

This deed of Indemnity Bond made on by …………………………….


Having their office at …………………………………………
(hereinafter called “the Contractor”).
Whereas the Chief Mechanical Engineer, V.O.Chidambaranar Port Trust, Dist.: Tuticorin
(hereinafter call “the Engineer”) has placed an order, bearing no. MEE-SEIMN-MEC-FFFSC-
VI-20/01/D……….. Dated:…………. and some materials, spare parts, components, sub-
assemblies, etc. are required to be taken outside of V.O.Chidambaranar Port premises for
some specialized servicing, repairing, overhauling, etc. or fault diagnosis &remedial
measures by the Contractor, as per the terms & conditions mentioned in the said order, and
which have been mutually agreed upon by the parties hereto,
AND
Whereas in consideration of the said contract, the Contractor has agreed to execute an
Indemnity Bond for the safe custody on receipt of the said materials, spare parts,
components, sub-assemblies, etc., from the Engineer until the completion of servicing /
overhauling / repairing / remedial work and returning back to the Engineer as hereinafter
appearing.
Now this deed witnessed that in pursuance of the said agreement and in the premises, the
Contractor agrees to indemnify Engineer and at all the terms, to hold themselves liable for
all the damages, loss due to pilferage / fire or negligence on the part of the Contractor or
their employees, agents and representatives or from whatever cause, with all losses,
interest charges and expenses incurred by the said Engineer on account of the material(s)
issued to the Contractor,
AND
It is in terms of the said contract and this Deed of Indemnity, the material(s) issued free to
the Contractor for servicing / overhauling / repairing / fault diagnosis & remedial work,
thereon shall be deemed to be the property of the Engineer.

It is hereby agreed that the Contractor shall be liable for all injury, losses and damages that
may be caused to the ………………., from whatever cause and further that the Contractor shall
not part with or delivery possession of the said material(s) to any other party or person,
save in compliance with and in performance & provision of contract in respect of which this
Indemnity Bond is executed, the Contractor having undertaken to deliver the said material
94
(s) in all respect in compliance with the terms of the contract.

This bond and the trust hereby created shall remain valid and binding on the Contractor till
such time as the above said order has been fully and finally executed and Contractor has
delivered the ………………………………….. complete thereon to the Engineer under the terms of
the contract.

For and on behalf of (name of the Contractor), under the common seal of the company.
(Signature of the authorised person on behalf of the Contractor)
WITNESS
Name :
( Signature ) Designation
Name :
Designation

Signed in my presence and identified by me

95
PART-1
SECTION-VIII-C
SPECIMEN FORM OF BANK GUARANTEE BOND
(FOR PERFORMANCE SECURITY)
In consideration of the Chairman representing the Board of Trustees of V.O.Chidambaranar
Port (hereinafter called "The Port") having agreed to exempt __________________
(hereinafter called "said contractors") from the demand, under the terms and conditions of
contract awarded in No _____________ dated _________ made between _____________
and _______________ for ____________(hereinafter called "said Agreement") of Performance
security for the due fulfilment by the said contractor(s) of the terms and conditions
contained in the said Agreement, on production of Bank Guarantee for Rs.______________
(Rupees ................................. only).
We*_________________________________________(hereinafter referred to as the Bank) at
the request of ______________________ contractor(s) do hereby undertake to pay to the
Port an amount not exceeding Rs.__________________ against any loss or damage caused to
or suffered or would be caused to or suffered by the Port by reason of any breach by the
said contractor(s) of any of the terms and conditions contained in the said Agreement.
We* _____________________________ do hereby undertake to pay the amounts due
payable under this Guarantee without any demur, merely on a demand from the Port stating
that the amount claimed is due by way of loss or damage caused to or would be caused to or
suffered by the Port by reason of any breach by the said contractor(s) of any of the terms
and conditions contained in the said Agreement or by reason of the contractor(s) failure by
perform the said Agreement. Any such demand made on the Bank shall be conclusive as
regards the amount due and payable by the Bank under this Guarantee. However our
liability under this Guarantee shall be restricted to an amount not exceeding
Rs.________________.
We undertake to pay to the Port any money so demanded notwithstanding any dispute or
disputes raised by the Contractor(s) in any suit or proceedings before any Court of Tribunal
relating thereto our liability under this present being absolute and unequivocal.

The payment so made by us under this bond shall be valid discharge of our liability for
payment there under and the Contractor(s) shall have no claim against us for making such
payment.
We*_________________________________________ further agree that the Guarantee herein
contained shall remain in full force and effect during the period that would be taken for the
performance of the said Agreement and that it shall continue to be enforceable till all the
dues of the Port under or by virtue of the said agreement have been fully paid and its claims
satisfied or discharged or till the Engineering Department, V.O.Chidambaranar Port Trust
certified that the terms and condition of the said Agreement have been fully and properly
carried out by the said contractor's and accordingly discharges this Guarantee. Unless a
demand or claim under this Guarantee is made on us in writing within three months from the
date of expiry of the validity of the Guarantee period we shall be discharged from all liability
under this Guarantee thereafter provided further that the Bank shall at the request of the
Port but at the cost of Contractor(s) renew or extend this Guarantee for such further period
or periods as the Port may require.
We *________________________________________ further agree the Port, that the Port
shall have the fullest liberty without consent and without affecting in any manner our
obligations hereunder to vary any of the terms and conditions of the said Agreement or to
extend time of performance by the said Contractor(s) from time to time or to postpone for

96
any time or from time to time any of the powers exercisable by the Port against the said
Contractor(s) or for any forbearance, act or omission on the part of the Port or any
indulgence by the Port to the said Contractor(s) or by any such matter or thing whatsoever
which under the Law relating to sureties would but for this provision, have effect of so
relieving us.
This Guarantee will not be discharged due to the charge in the constitution of the Bank or
the Contractor(s)
We * _______________________________________ lastly undertake not to revoke this
Guarantee during its currency except with the previous consent of the Port in
writing.(Validity/Period should be noted)
This guarantee is valid up to ________________________ (period)
Dated the ................... day of 2020 for ...................**
Indicate here the name of the Bank
Indicate here the period or date.

97
PART-1
SECTION-VIII-D
V.O.Chidambaranar Port Trust

CERTIFICATE OF COMPLETION OF WORK


Contractor :

Address :

_______________________

Date of completion :

Dear Sir,
Subject: “Design, Manufacture, Fabrication, Supply, Erection, Testing, Commissioning and
handing over Fixed Fire Fighting System at Oil Jetty in compliance with OISD
requirements ”at V.O.Chidambaranar Port Trust
.
Reference :i)
Work Order No.: MEE-SEIMN-MEC-FFFSC-VI-20/01/D………..
Dated:…………..

This is to certify that the above work which was carried out by you is, in the opinion of the
undersigned, complete in every respect on the day of 20 ,
in accordance with terms of the contract and you are required to maintain the work in
accordance with GCC Clause No. 5.67 of the General Conditions of Contract and under
provisions of the contract.
(Signature of the Engineer/Engineer’s Representative)
Name: …………………….……………..…..
Designation:…………………………………………………………………
Date:…………………………………………………………………………
(OFFICIAL SEAL)

98
PART-1
SECTION-VIII-E
V.O.Chidambaranar Port Trust
CERTIFICATE OF FINAL COMPLETION

Chief Mechanical Engineer


Mechanical and Electrical Engineering Department
V.O.Chidambaranar Port Trust,
Dist.: Tuticorin,
PIN – 628 004,
Tamilnadu, India.
Subject: “Design, Manufacture, Fabrication, Supply, Erection, Testing, Commissioning
and handing over Fixed Fire Fighting System at Oil Jetty in compliance with
OISD requirements”

Reference:
Work Order No.: MEE- SEIMN-MEC- FFFSC-VI-20/01/D………..Dated:

This is to certify that the above work, which was carried out by
……………………………………………is now complete in every respect, in accordance with the terms
of the contract and that all obligations under the contract have been fulfilled by the
Contractor.

(Signature of the Engineer/Engineer’s Representative)


Name: …………………….……………..…..
Date:…………………………………………………………………………
Designation:…………………………………………………………………

99
PART-1
SECTION-VIII-F

(“NO CLAIM CERTIFICATE” FROM CONTRACTOR)


[To be submitted on Bidder’s Letter Head]
Chief Mechanical Engineer
Mechanical and Electrical Engineering Department
V.O.Chidambaranar Port Trust,
Dist.: Tuticorin,
PIN – 628 004,
Tamilnadu, India.

Dear Sir,
Subject: “Design, Manufacture, Fabrication, Supply, Erection, Testing, Commissioning and
handing over Fixed Fire Fighting System at Oil Jetty in compliance with OISD
requirements” at V.O.Chidambaranar Port Trust
.
Reference:i)
Work Order No.: MEE-SEIMN-MEC-FFFSC-VI-20/01/D……….. Dated:…………..

I/We do hereby declare that I/we have received full and final payment from
V.O.Chidambaranar Port Trust , for the execution of the subject work, and I/we have no
further claim against V.O.Chidambaranar Port Trust in respect of the above mentioned job.

Yours faithfully,
(Signature of Contractor)
Date : ………………………………
Name of Contractor : ……………………………
Address : …………………………………………..

(OFFICIAL SEAL OF THE CONTRACTOR)

100
PART-1
SECTION-VIII-G
Integrity Pact

Between

V.O.Chidambaranar Port Trust (VOCPT) hereinafter referred to as “The Principal


Employer”

And

…………………………………………………………………………………hereinafter referred to as “The


Bidder/Contractor”

Preamble
The Principal intends to award, under laid down organizational procedures, contract/s for
“Design, Manufacture, Fabrication, Supply, Erection, Testing, Commissioning and
handing over Fixed Fire Fighting System at Oil Jetty in compliance with OISD
requirements” The Principal values full compliances with all relevant laws of the land,
rules, regulations, economic use of resources and of fairness / transparency in its
relations with its Bidder(s) and/or Contractor(s).
In order to achieve these goals, an Independent External Monitor (IEM) appointed by the
principal, will monitor the tender process and the execution of the contract for
compliance with the principles mentioned above.
NOW, THEREFORE,
To avoid all forms of corruption by following a system that is fair, transparent and free
from any influence/prejudiced dealings prior to, during and subsequent to the currency of
the contract to be entered into with a view to:-
Enabling the PRINCIPAL/EMPLOYER to get the contractual work executed and/or to
obtain/dispose the desired said stores/equipment at a competitive price in conformity
with the defined specifications/scope of work by avoiding the high cost and the
distortionary impact of corruption on such work/procurement/disposal and Enabling
BIDDERs/CONTRACTORs to abstain from bribing or indulging in any corrupt practice in
order to secure the contract by providing assurance to them that their competitors will
also abstain from bribing and other corrupt practices and the PRINCIPAL/EMPLOYER will
commit to prevent corruption, in any form, by its officials by following transparent
procedures.

Section-1 – Commitments of the Principal/Employer:


(1) The Principal commits itself to take measures necessary to prevent corruption and to
observe the following principles:
a. No employee of the Principal, personally or through family members, will, in
connection with the tender for, or the execution of a contract, demand, take a
promise for or accept, for self or third person, any material or immaterial benefit
which the person is not legally entitled to.
b. The Principal will, during the tender process, treat all Bidder(s) with equity and
reason. The Principal will, in particular, before and during the tender process, provide
to all Bidder(s) the same information and will not provide to any Bidder(s)
confidential/additional information through which the Bidder(s) could obtain an
101
advantage in relation to the tender process or the contract execution.
c. The Principal will exclude from the process all known prejudiced persons.
(2) If the Principal obtains information on the conduct of any of its employees which is a
criminal offence under the Indian Penal Code (IPC)/Prevention of Corruption (PC) Act,
or if there be a substantive suspicion in this regard, the Principal will inform the Chief
Vigilance Officer and in addition can initiate disciplinary actions.
Section-2 – Commitments of the Bidder(s)/Contractor(s):
(1) The Bidder(s)/Contractor(s) commit himself to take all measures necessary to prevent
corruption. He commits himself to observe the following principles during his
participation in the tender process and during the contract execution.
a. The Bidder(s)/Contractor(s) will not, directly or through any other person or firm,
offer, promise or give to any of the Principal’s employees involved in the tender
process or the execution of the contract or to any third person any material or other
benefit which he/she is not legally entitled to, in order to obtain in exchange any
advantage of any kind whatsoever during the tender process or during the execution of
the contract.
b. The Bidder(s)/Contractor(s) will not enter with other Bidders into any undisclosed
agreement or understanding, whether formal or informal. This applies in particular to
prices, specifications, certifications, subsidiary contracts, submission or non-
submission of bid or any other actions to restrict competitiveness or to introduce
cartelization in the bidding process.
c. The Bidder(s)/Contractor(s) will not commit any offence under the relevant IPC/PC
Act; further the Bidder(s)/Contractor(s) will not use improperly, for purpose of
competition or personal gain, or pass on to others, any information or document
provided by the Principal as part of the business relationship, regarding plans,
technical proposals and business details including information contained or
transmitted electronically.
d. The Bidder(s)/Contractor(s) of foreign origin shall disclose the name and address of
the Agents/representative in India, if any. Similarly the Bidder(s)/Contractor(s) of
Indian Nationality shall furnish the name and address of the foreign principals, if any.
Further details as mentioned in the “Guidelines on Indian Agents of Foreign Suppliers”
shall be disclosed by the Bidder(s)/Contractor(s). Further, as mentioned in the
Guidelines, all the payments made to the Indian Agent/representative have to be in
Indian Rupees only. Copy of the “Guidelines on Indian Agents of Foreign Suppliers” is
annexed and marked as Annex-“A”.
e. The Bidder(s)/Contractor(s) will, when presenting his bid, disclose any and all
payments he has made, is committed to or intends to make to agents, brokers or any
other intermediaries in connection with the award of the contract.
(2) The Bidder(s)/Contractor(s) will not instigate third persons to commit offences
outlined above or be an accessory to such offences.
Section-3 – Disqualification from tender process and exclusion from future contracts:
If the Bidder(s)/Contractor(s), before award or during execution has committed a
transgression through a violation of Section 2 above, or in any other form such as to put
his reliability or credibility in question, the Principal is entitled to disqualify the
Bidder(s)/Contractor(s) from the tender process or take action as considered appropriate.
Section-4 – Compensation for damages:
(1) If the Principal has disqualified the Bidder(s) from the tender process prior to the
award according to Section 3, the Principal is entitled to demand and recover the
damages equivalent to Earnest Money Deposit/Bid Security.
102
(2) If the Principal has terminated the contract according to Section 3 or if the Principal is
entitled to terminate the contract according to Section 3, the Principal shall be
entitled to demand and recover from the Contractor liquidated damages of the
contract value or the amount equivalent to Performance Bank Guarantee.
Section-5 – Previous transgression:
(1) The Bidder declares that no previous transgressions occurred in the last 3 years from
the date of signing the Integrity pact with any other Company in any country
conforming to the anti corruption approach or with any other Public Sector
Undertakings/Enterprise in India, Major Ports/Govt. Departments of India that could
justify his exclusion from the tender process.
(2) If the Bidder makes incorrect statement on this subject, he can be disqualified from
the tender process or action can be taken as considered appropriate.
Section-6 – Equal treatment of all Bidders/Contractors/Sub-contractors:
(1) The Bidder(s)/Contractor(s) undertake(s) to demand from all subcontractors a
commitment in conformity with this Integrity Pact, and to submit it to the Principal
before contract signing.
(2) The Principal will enter into agreements with identical conditions as this one with all
Bidders, Contractors and Sub-contractors.
(3) The Principal will disqualify from the tender process all Bidders who do not sign this
Pact or violate its provisions.
Section-7– Other Legal actions against violating Bidder(s)/Contractor(s)/Sub-
contractor(s):
The actions stipulated in this Integrity Pact are without prejudice to any other legal
action that may follow in accordance with provisions of the extant law in force relating to
any civil or criminal proceedings.
Section-8 –Role of Independent External Monitor (IEM):
(a) The task of the Monitors shall be to review independently and objectively, whether and
to what extent the parties comply with the obligations under this pact.
(b) The Monitors shall not be subject to instructions by the representatives of the parties
and shall perform their functions neutrally and independently.
(c) Both the parties accept that the Monitors have the right to access all the documents
relating to the contract.
(d) As soon as the Monitor notices, or has reason to believe, a violation of this pact, he will
so inform the authority designated by the Principal and the Chief Vigilance Officer of
V.O.ChidambaranarPortTrust.
(e) THE BIDDER(s)/CONTRACTOR(s) accepts that the Monitor has the right to access
without restriction to all contract documentation of the PRINCIPAL including that
provided by the BIDDER/CONTRACTOR. The BIDDER/CONTRACTOR will also grant the
Monitor, upon his request and demonstration of a valid interest, unrestricted and
unconditional access to his contract documentation, if any. The same is applicable to
subcontractors. The Monitor shall be under contractual obligation to treat the
information and documents of the Bidder/Contractor/Sub- contractor(s) with
confidentiality.
(f) The Principal/Employer will provide to the Monitor sufficient information about all
meetings among the parties related to the contract provided such meetings could have
an impact on the contractual relations between the Principal and the Contractor. The
parties offer to the Monitor, the option to participate in such meetings.
(g) The Monitor will submit a written report to the designated Authority of
Principal/Employer/Chief Vigilance Officer of V.O.Chidambaranar Port Trust within 8 to
103
10 weeks from the date of reference or intimation to him by the
Principal/Employer/Bidder/Contractor and should the occasion arise, submit proposals
for correcting problematic situation. BIDDER/CONTRACTOR can approach the
Independent External Monitor(s) appointed for the purposes of this Pact.
(h) As soon as the Monitor notices, or believes to notice, a violation of this agreement, he
will so inform the Management of the Principal and request the Management to
discontinue or to take corrective action, or to take other relevant action. The Monitor
can in this regard submit non-binding recommendations. Beyond this, the Monitor has
no right to demand from the parties that they act in a specific manner, refrain from
action or to lerateaction.
(i) If the Monitor has reported to the Principal substantiated suspicion of an offence under
the relevant IPC/PCA, and the Principal/Employer has not, within reasonable time,
taken visible action to proceed against such offence or reported to the Chief Vigilance
Officer, the Monitor may also transmit this information directly to the Central Vigilance
Commissioner, Government of India.
(j) The word ‘Monitor’ would include both singular and plural.
Section-9 – Facilitation of Investigation:
In case of any allegation of violation of any provisions of this Pact or payment of
commission, the PRINCIPAL/EMPLOYER or its agencies shall be entitled to examine all the
documents including the Books of Accounts of the BIDDER/CONTRACTORS and the
BIDDER/CONTRACTOR shall provide necessary information and documents in English and
shall extend all possible help for the purpose of such examination.
Section-10 – Pact Duration:
The Pact begins with when both parties have legally signed it and will extend up to 2
years or the complete execution of the contract including warranty period whichever is
later. In case bidder/contractor is unsuccessful this Integrity Pact shall expire after 6
months from the date of signing of the contract.
If any claim is made/lodged during this time, the same shall be binding and continue to be
valid despite the lapse of this pact as specified above, unless it is discharged/determined
by Chairman of VOCPT.
Section-11 – Other Provisions:
(1) This agreement is subject to Indian Law. Place of performance and jurisdiction is the
Registered Office of the Principal at Tuticorin.
(2) Changes and supplements as well as termination notices need to be made in writing in
English.
(3) If the Contractor is a partnership or a consortium, this agreement must be signed by all
partners or consortium members.
(4) Should one or several provisions of this agreement turn out to be invalid, the reminder
of this agreement remains valid. In this case, the parties will strive to come to an
agreement to their original intentions.

(For &on behalf of the Principal) (For &on behalf of


Bidder/Contractor)
(Office Seal) (Office Seal)
Place:
Date :
104
Witness 1: Witness1:
(Name &address) ………………………………. (Name &address)…………………………..
…………………………………………………………..
…………………………………………………………..
…………………………………………………………..
…………………………………………………………..

Witness 2: Witness2:
(Name &address) ……………………………….. (Name &address)……………………………..
…………………………………………………………..
…………………………………………………………..
…………………………………………………………..
…………………………………………………………..

105
PART-1
SECTION-VIII-H
BANK GUARANTEE FOR EARNEST MONEY
[To be submitted on Non-judicial Stamp Paper of worth not less than INR 100.00]

Tender No. MEE-SEIMN-MEC-FFFSC-VI-20/01


Name of work:

Design, Manufacture, Fabrication, Supply, Erection, Testing, Commissioning and handing


over Fixed Fire Fighting System at Oil Jetty in compliance with OISD requirements
To,
The Board of Trustees,
V.O.Chidambaranar Port Trust.

BANK GUARANTEE NO.…............................................DATE......................

Name of issuing Bank............................................................................

Name of Branch……………….....................................……………………………………………

Address.............................................................................................

WHEREAS
The Board of Trustees for V.O.Chidambaranar Port Trust, a body corporate – duly
constituted under the Major Port Trust Act, 1963 (Act 38 of 1963), (hereinafter referred
to as “The Trustees”) have invited Tender No. MEE-SEIMN-MEC-FFFSC-VI-20/01
(hereafter referred to as “The Bid”) for the work of Design, Manufacture, Fabrication,
Supply, Erection, Testing, Commissioning and handing over Fixed Fire Fighting System
at Oil Jetty in compliance with OISD requirements, V.O.Chidambaranar Port Trust,
Tuticorin.

AND WHEREAS

Shri / Messrs ...................................................................................... a


Proprietary /Partnership /Limited /Registered Company, having its Registered Office at
…………………………………………………………………. (hereinafter referred to as “ The Bidder”, which
expression shall mean and include their successors and assigns) have submitted their offer
against the Bid.

AND WHEREAS

One of the terms of the Bid being that the Bidder may submit Earnest Money in the form of
an irrevocable and unconditional Bank Guarantee as a security against the event of the
Bidder withdrawing their offer on any ground whatsoever during the period of validity of
the offer and/or the Bidder fails to enter into Contract despite the Trustees select the
Bidder as the successful Tenderer against the Bid,
We, ... . ......... ........................................... Branch, Tuticorin, do hereby issue our
irrevocable and unconditional Guarantee in favour of The

106
Trustees ........................................................................... for a sum of
...................................................................................... only.
We, ... . ......... ........................................... Branch, Tuticorin........... , do, on the
advice of the Bidder, hereby undertake to indemnify and keep indemnified the Trustees to
the extent of the said sum of .............................................................only.
We, ...... .......................... …………………....................Branch, Tuticorin , further
agree that if a written demand is made by the Trustees through any of its officials for
honouring the Bank Guarantee constituted by these presents,
We,.......................................... ........... Branch, Tuticorin ....................., shall
have no right to decline to cash the same for any reason whatsoever and shall cash the
same and pay the sum so demanded to the Trustees within a week from the date of such
demand by an A/c Payee Banker's Cheque drawn in favour of "V.O.Chidambaranar Port
Trust", without any demur. Even if there be any dispute between the Bidder and
the Trustees, this would be no ground for us,
.............................................................................. ......... ........ (Name of
Bank),
........................................... Branch, Tuticorin , to decline to honour the Bank
Guarantee in the manner aforesaid. The very fact that we, ...........................
.........................Branch, Tuticorin, decline or fail or neglect to honour the Bank
Guarantee in the manner aforesaid, shall constitute sufficient reason for the Trustees to
enforce the Bank Guarantee unconditionally without any reference, whatsoever, to the
Bidder.
2. We, .................................................. ...................' Branch, Tuticorin
..............., further agree that a mere demand by the Trustees at anytime and in
the manner aforesaid, is sufficient for us, ........................
............................Branch, Tuticorin, to pay the amount covered by this Bank Guarantee
in
full and in the manner aforesaid and within the time aforesaid without reference to the
Bidder and no protest by the Bidder, made either directly or indirectly or through
Court, can be valid ground for us, .................................................................
............... Branch, Tuticorin, to decline or fail or neglect to make payment to the
Trustees in the manner and within the time aforesaid.
3. We,... ... ... ... ...... ... ... ...... ...... . .. .. .. . .. . ...... ... Branch,
Tuticorin..................................... , further agree that the Bank Guarantee herein
contained shall remain in full force and effect, during the entire validity period of the Bid
including any extension thereof until the Bidder furnishes the requisite Performance
Guarantee for the amount specified in the Tender in the prescribed Form in the event of the
Bidder becoming the successful Tenderer and that it shall continue to be enforceable in the
Trustees’ claim have been satisfied and/or discharged in full and/or till the Trustees certify
that the terms and conditions of the said Bid have been fully and properly
observed/fulfilled by the Bidder and accordingly, the Trustees have discharged the Bank
Guarantee, subject however, that this guarantee shall remain valid upto and
inclusive of ...........................day of....................... ..20 and subject all so that
the provision that the Trustees shall have no right to demand payment against this
guarantee after the expiry of 6 (six) calendar months from the expiry of the aforesaid
validity period upto................................or any extension thereof made by us,
.................................................... ......Branch, Tuticorin............... ....., in
further extending the said validity period of this Bank Guarantee on Non-Judicial Stamp

107
Paper of appropriate value, as required / determined by the Trustees, only on a written
request by the Trustees to the Bidder for such extension of validity of this Bank Guarantee.
4. We, .. ... ... .... ... .. ... ... ... ... ... ... ......... ...Branch, Tuticorin
.......................................... , further agree that, without our consent and without
affecting in any manner our obligations hereunder, the Trustees shall have the fullest liberty
to vary from time to time any of the terms and conditions of the said Bid or to extend the
validity period of the Bid or to postpone for any time or from time to time any of the
powers exercisable by the Trustees against the Bidder and to forebear or enforce any
of terms and conditions relating to the said Bid and We,.. ... ... ...... .... .................. .
... .... ...Branch, Tuticorin........ , shall not be relieved from our liability by reason of any
such variation or extension being granted to the Bidder or for any fore-bearance, act or
commission on the part of the Trustees or any indulgence by the Trustees to the Bidder or
by any such matter or thing of whatsoever nature, which under the law relating to sureties
would, but for this provision, have effect of so relieving us, Branch,
Tuticorin......................................................................................................
................................ .
5. We,................ ... .... ... .-. ... ... ... ... ... ... ... ...Branch, Tuticorin..... , lastly
undertake not to revoke this Bank Guarantee during its currency except with the previous
consent of the Trustees in writing.

SIGNATURE …………………………………….........................................
NAME
…………………………………………………………………….…………………
…………..
DESIGNA
TION
……………………………………………………….........................
(Duly constituted attorney for and on behalf of)

BANK
………………………………………………………………………………………
………………
BRANCH ….........................................……………………………………..
TUTICORIN ........................................................................

(OFFICIAL SEAL OF THE BANK)

108
PART-1
SECTION – IX
CHECKLIST

Before scanning and upload the following required documents, all pages are to be
signed by a person duly authorised to sign on behalf of the bidder, and are to be
embossed with their official seal, owing responsibility for their correctness /
authenticity. All pages of the aforesaid documents should be serially marked.
The offered prices would be given in the “Price Bid (Part-II)” electronically, through the
website of NIC- CPP Portal. only.

Submitted/ Not
Sl. submitted [Put √ if If submitted,
Particulars submitted
No. page numbers
and put X if not
submitted]
1. Filled up checklist.

2. Proof of Bid Document Fee.

3. Poof of Earnest Money Deposit (EMD).

4. Certificate of getting benefit by MSME / SSI /


NSIC for exemption of Bid Document Fee and
Earnest Money,

5. Annexure Forms

i) Annexure Form – I

ii) Annexure Form - II

iii) Annexure Form – III

109
Submitted/ Not
Sl. submitted [Put √ if If submitted,
Particulars submitted
No. page numbers
and put X if not
submitted]

iv) Annexure Form - IV

v) Annexure Form – V

vi) Annexure Form - VI

vii) Annexure Form - VII

viii) Annexure Form - VIII

ix) Annexure Form - IX

x) Drawings/Documents as per Part 1-Section X


with list

*Note: This Commercial Terms & Condition (Volume-1) should be read along with
the Technical Part (volume-2) of the of the Tender document.

110
PART-1
SECTION- X
DRAWINGS/ DOCUMENTS TO BE SUBMITTED ALONG WITH THE TECHNICAL BID

The following documents (as is applicable) shall be submitted by the Contractor for
the technical bid evaluation:

TABLE – 1

S No. DESCRIPTION REMARKS

I Tentative P&ID of the proposed firefighting facilities envisaged


at pump house, remote control room and oil jetty
II The technical datasheet for the following machineries and other
machineries
1. Vertical Turbine Pump (Diesel operated)
2. Vertical Turbine Pump direct coupled – Jockey Pump (Electrical
operated)
3. Screw type Air Compressor with Due point -21Deg c and along
with air dryer
4. EOT Crane
5. Tower Monitors
6. Jumbo Water Curtains
7. Pipelines, Flanges and Fittings
8. Double Hydrants
Water ground Monitors
Hose Box and accessories including the hoses
In-line Balance Pressure Foam Proportioner
Lever indicators of foam tank
Level Switch of foam tank
Control Cable – Fire Survival
Foam Tank (SS 316/ FRP)
Y-type strainer for foam applications
T-type strainer for water service
3% AFFF Concentrate
Gear Pumps for foam application
Gas Detection system
Pressure Transmitter
Remote operated Knife Edge Gate Valve
Pressure Indicators - Direct type
Hydrant Valve SS-316/G.M IS:318 LTB-2
Pressure Switch
Design Basis Report in compliance with the OISD-156
List of man power to be deployed for the above said contract

111
Proposed organ gram of the construction site
List of man power to be deployed for the O&M Contract
The proposed organ gram of the O&M Contract
Project Schedule for the project
The bidder should submit all the tentative drawings of the
tender has to be submitted with official seal as a token of
acceptance

112
V.O.CHIDMABARANAR PORT TRUST SECTION: TITLE

FIXED FIRE FIGHTING SYSTEM AT OIL JETTY SHEET 1 OF 1

V.O.CHIDAMBARANAR PORT TRUST

MECHANICAL AND ELECTRICAL ENGINEERING DEPARTMENT INVITE


E-TENDER
[Tender No. MEE-SEIMN-MEC-FFFSC-VI-20/01]
FOR

“Design, Manufacture, Fabrication, Supply, Erection,


Testing, Commissioning and handing over Fixed Fire
Fighting System at Oil Jetty in compliance with OISD
requirements"

Part - 2 of 2: Technical Part


OCTOBER 2020

PO

ISSUE
R0

113
V.O.CHIDMBARANAR PORT TRUST SECTION: CONTENTS

FIXED FIRE FIGHTING SYSTEM AT OIL JETTY SHEET II OF II

CONTENTS

SECTION TITLE
A Scope of Enquiry
B Project Information
C Scope of Work and Technical specifications
D Datasheets
F Schedule of Prices and Completion Period

ISSUE
R0

114
V.O.CHIDMBARANAR PORT TRUST SECTION: A

FIXED FIRE FIGHTING SYSTEM AT OIL JETTY

1.0 SCOPE OF ENQUIRY


1.1 The scope of the Contractor shall comprise design, engineering, material
selection, manufacturing, inspection & testing at works, packing, forwarding,
supply to site, unloading at site, storage at site, installation, erection, testing,
commissioning, performance testing at site, and obtaining related statutory
approvals for the complete system and equipment inclusive of all civil,
mechanical, electrical, instrumentation & control systems works of the Fixed
Fire Fighting Systems at oil jetty to handle Vessels below 40,000 DWT as
specified including preparation & submission of as built drawings, for V.O.
Chidambaranar Port at Tuticorin.

1.2 It is not the intent to specify completely herein all the details of design,
construction of the equipment, erection, commissioning and testing
requirements. However, the system/ equipment shall conform in all respects to
high standards of engineering, design and workmanship and be capable of
performing in continuous commercial operation upto the VENDOR’s guarantee
ensuring high degree of reliability, ease of operation and maintenance of the
equipment in a manner acceptable to the PURCHASER who will interpret the
meaning and specification and shall be entitled to reject any work or material
which in his judgement is not in full accordance therewith.

1.3 The extent of supply under the contract includes all items shown in the
drawings, notwithstanding the fact that such items may have been omitted from
the specifications or schedules. Similarly, the extent of supply also includes all
items mentioned in the specification and/or schedule, notwithstanding the fact
that such items may have been omitted in the drawings.

1.4 Whether specifically called for or not, all accessories required for normal and
satisfactory operation (as deemed by the PURCHASER) of the equipment shall
be considered to be a part of the BIDDER’s/VENDOR’s basic scope of supply
and/or work and no claims whatsoever, for extra payment on these grounds, will
be accepted.

1.5 The total price quoted for this contract shall be lump-sum all-inclusive basis and
shall cover all items and services necessary for the successful completion of
the contract. Even if all components of a system included in this specification
are not explicitly identified and/or listed herein, these shall be supplied under
this contract to ensure completeness of the system and facilitate proper
operation and easy maintenance of the system.

1.6 In the event of conflict between requirements of any two clauses of the
specification documents or requirements of different codes/standards,
specified, the more stringent requirement as per the interpretation of the
PURCHASER shall apply.

1.7 All necessary co-ordination with regard to sub-contracted equipment shall be


carried out by the VENDOR. The PURCHASER will communicate only with the
VENDOR for all matters pertaining to this contract.

115
V.O.CHIDMBARANAR PORT TRUST SECTION: B

PROJECT INFORMATION

1. Location : Tuticorin, Tamil Nadu.

2. Nearest Railway station : Tuticorin

3. Site elevation : Average ground level is about 209.27m above


mean sea level.

4. Access Road : NH-7 & NH-45

5. Nearest Airport : Tuticorin

6. Nearest Sea port : Tuticorin

7. Latitude of site : 08° 45‟ N

8. Longitude of site : 78° 13‟ E

9. Meteorological data :

9.1 Atmospheric Pressure:

The mean atmospheric pressure reduced to MSL is 1010.70 millibars and the
monthly maximum observed mean Sea level pressure is 1014.00 millibars

9.2 Temperature:
The mean of the daily maxima and minima area bout 38ºC and 26ºC in summer
and 28º C and 20º C in winter.

9.3 Relative Humidity


The maximum humidity are 52% and 81% during South West Monsoon and
North East Monsoon respectively. The highest and lowest values of humidity will
vary from 81% in winter to 61% in summer.

9.4 Rain fall


Tuticorin experiences rain from both South-west and North-East monsoons. The
major quantum of spell occurs over the period from September to March. The
average annual rainfall observed over a period of 37 years is about 610 mm.
However; Tuticorin Port received the highest rainfall of about 1100 mm. In 1997
which was not witnessed in the past 50years.
9.5 Wind
Monsoonic winds from N to ENE in the months of November to February with
average wind speed of 27.5 km/hr. and heavy land winds from west NW into
WSW in the months of May to August with average wind speed of 29 km/h and
ISSUE
maximum wind speed of 80 km/hr are predominant. R0

116
V.O.CHIDMBARANAR PORT TRUST SECTION: B

PROJECT INFORMATION

9.6 Deep Sea


The estimated wind speed exists around 25 km/hr in January, May and October,
15 km/hr in February, March and September, 5 to 15 km/hr in April and
November, 35 km/hr in December, 25 to 55 km/hr in July and about 55 km/hr in
June and August. Strong wind prevails during South West Monsoon as well as
North East Monsoon. The wind direction predominantly vary between 60º- 90º
during November to March 220º – 270ºduringMay to September and 180º in
April.

9.7 Shore
Morning wind prevailed about 10 knots during January – March, June, July,
October and December and less than5 knots during rest of the year. Evening
wind was 10-15 knots throughout the year. Morning wind was from 20º in
December to March and about 250ºduringrest of the year. Evening wind
was110º in December to March and 230º – 290º during the rest of the year.

9.8 Cyclone
Cyclones may occur during the North-East monsoon. Occurrence of cyclone at
Tuticorin is not frequent. However, this Port experienced a direct hit of a cyclone
during November, 1992. The highest wind speed recorded during the cyclone
time was 113km/hour from ESE direction. The Port also experienced during
December, 2000 the shadow of a cyclone which crossed near Tuticorin, during
which the maximum wave height recorded by the Data Buoy of NIOT placed off
Tuticorin was 3.00meter.
9.9 Wave
National Institute of Ocean Technology has deployed one shallow water wave
rider buoy to collect physical oceanographic information off Tuticorin Port. Wave
information collected by this buoy has been analyzed and a one year data has
been prepared. The wave height, wave period and wave directions are shown in
the Table1to 3.

a) The peak wave heights are observed during the mid of May and
August of the order of 2.2 m and during December of the order of
1.5 m.
b) The peak wave period is 9 s with the wave approaching from South
of South East.
c) The Peak wave heights of 1.75 m and 2.25 m are observed from ISSUE
the waves approaching from East and South directions R0

117
V.O.CHIDMBARANAR PORT TRUST SECTION: B

PROJECT INFORMATION

respectively.
d) The wave directions vary from about 45º (North east) to 225º
(South West).
Table-1 Frequency analysis of Wave Height
Wave Height Number of % of Cumulative %
Range ( m) Occurrences Occurrences of Occurrences
<0.2 0 0.0 0.0
0.2-0.4 5 0.2 0.2
0.4-0.6 158 5.6 5.8
0.6-0.8 817 28.7 34.5
0.8-1.0 646 22.7 57.2
1.0-1.2 621 21.9 79.1
1.2-1.4 266 9.4 88.5
1.4-1.6 228 8.0 96.5
1.6-1.8 77 2.7 99.2
1.8-2.0 20 0.7 99.9
>2.0 4 0.1 100.0

Table– 2 Frequency analysis of Wave Period

Wave Period (s) Range No. of % of Occurrences.


Occurrences
<2.5 0 0.0
2.5-3.0 7 0.2
3.0-3.5 252 8.9
3.5-4.0 633 22.3
4.0-4.5 398 14.0
4.5-5.0 575 20.2
5.0-5.5 345 12.1
5.5-6.0 236 8.3
6.0-6.5 151 5.3
6.5-7.0 117 4.1
7.0-7.5 72 2.5
7.5-8.0 31 1.1
>8.0 25 0.9

ISSUE
R0

118
V.O.CHIDMBARANAR PORT TRUST SECTION: B

PROJECT INFORMATION

Table – 3 Frequency analysis of Wave Direction from North

Wave Direction (º) Range No. of % of Occurrences


Occurrences
<10 1 0.0
10-30 5 0.2
30-50 32 1.1
50-70 171 6.0
70-90 343 12.1
90-110 249 8.8
110-130 187 6.6
130-150 246 8.7
150-170 863 30.4
170-190 571 20.1
190-210 138 4.9
210-230 28 1.0
230-250 5 0.2
250-270 1 0.0
>270 0 0.0

9.10 Currents
The currents along the coast generally set with wind. Currents are weak
ranging from 0.5to1.00 knot. The currents are southerly or northerly
depending on the monsoon seasons.

9.11 Tide
The tide levels from Chart Datum at Tuticorin are given below.
Lowest Low Water Level : + 0.11m
Mean Lower low Water Springs : + 0.25m
Mean Low Water Springs : +0.29m
Mean Low Water Neaps : + 0.55m
Mean Sea Level : + 0.64m
Mean High Water Neaps : +0.71m

Mean High Water Springs : + 0.99m


Highest High Water Level : + 1.26m

ISSUE
R0

119
V.O.CHIDMABARANAR PORT TRUST
ANNEXURE-1

TEST METHODS
1.0 PRIMER: (Fast drying chlorinated rubber based synthetic primer)
1.1 Test Method for Volatile Content: (Refer to ASTM: D 2369-90 for full details)
Procedure:
A specimen sample of primer 0.50 ± 0.10 gms is weighed into a tared aluminium foil
dish into which add 3 ml of solvent toluene technical grade and disperse completely.
Heat the above sample in the forced draft oven for 60 mins at 110oC ± 5oC. Remove
the dishes from the oven place immediately in desiccators, cool to r/t and weigh.
Calculate the % voltage matter – v.
W2 – W1
V = -------------- x 100
S
Where, W2 - Weight of dish + Specimen
W1 - Weight of dish + Specimen after heating
S - Specimen wt.
1.2 Test Method for Viscosity by Ford Cup No. 4 (Refer to ASTM D1200-88 for
full details)
The efflux time of primer is determined by FORDCUP no4. The cup is cleaned
thoroughly by solvent toluene and a soft brush. Fill the cup with the primer to full level
by holding the orifice with a rubber stopper or finger pull the stopper away and
simultaneously start the timer and measure the time until the first break of primer in
the orifice. Measure the temperature of the fluid in the efflux stream. Report the efflux
time in seconds at a measured temperature.
1.3 Test Method for Drying time: (Refer to ASTM: D1640-83/89 for full details) at
Ambient Temperature.
Apply the primer by brush on clean glass/clean ms panels of suitable sizes and
measure the drying time at a normal room temperature and 50% relative humidity
with the coated panels on horizontal position:
a) Set-to-touch Time: Lightly touch the test film with the tip of clean finger and
immediately place the finger tip against a piece of clean clear glass. Observe if any
coating is transferred to the glass. The film is set-to-touch where it still shows a tacky
condition, but none of it adheres to the finger.
b) Dust Free Time: The coating film is considered to have dried dust free when the
cotton fibers can be removed by blowing lightly over the surface of film.
c) Tack Free Time: The film is considered free from after tack when eth test paper ISSUE
drop of the test film within 10 seconds. R0

120
V.O.CHIDMABARANAR PORT TRUST
ANNEXURE-1

2.0 COAL TAR TAPE:

2.1 Test Method for Relative Density of Tape: (Refer ASTM: D71-954 for full
details)
The test sample is suspended from a thin wire and weighed first in air, then in water
at 25oC in a glass beaker. The relative density is calculated from these weights.
a
Relative density of Tape sample at 25°C = -----------
(a – b)
Where, a – weight of specimen in air in mg.
b – weight of specimen in water at 25oC in mg.
2.2 Test method for adhesion of tape coating in laboratory: (AWWA – C-203):
Clean a section of 2 inch dia steel pipe of 2 ft length or a flat steel panel of 2 inch x 6
inch prime the cleaned metal and apply a 2 inch width of tape as per manufacturer’s
recommendations. The coating shall be allowed to set at room temperature for 72
hrs. after the test sample has completely set, grasp on end of the tape and pull it off
by hand. The coating is considered to have satisfactory adhesion if (1) the fabric
tears at the point of stripping or (2) the fabric strips from the under laying coating
material leaving no more than approximately 10% or less of the primer or bare metal
exposed.
2.3 Test Method for % Wt Loss in 24 hrs Immersion of Tape in Petrol:
Samples as described below for this test shall be drawn at random in presence of
site in-charge from the lot delivered to site.
Test Method: Cut 2 tape samples from the same batch weighing accurately 100gms
each with same dimensions (wt. A) and put this sample in a clean and dry 600 ml
capacity glass beaker. Pour 550 ml of standard quality petrol (gasoline) into the glass
beaker in v-shape form so that the tape sample gets totally immersed in petrol. The
level of petrol shall be about 5 cm above the tape sample.
Cover the mount of the beaker with two layers of thick polyethene sheets and tie
these polyethene sheets with a rubber band around the mount of the glass beaker.
Allow the beaker to stand at room temperature for 24 hrs without any disturbance. No
stirring is to be done. Take the tape sample out of the beaker after 24 hrs and spread
it on blotting papers on a table. Allow it to dry in the air for 4 hrs weigh the tape
accurately again (wt. B).

ISSUE
R0

121
V.O.CHIDMABARANAR PORT TRUST
ANNEXURE-1

(A – B) x 100
Loss in wt. (%) = ----------------------
A
% Insoluble = 100 - % wt. loss
Carryout the above test simultaneously with 3 more tape samples selected at random
and take the average result.
The indicative loss for coal tar tape in petrol shall be 7% maximum.
2.4 Standard Test Method for Relative Density of Solid Hard Pitch of Coal:
(Refer to ASTM: D71- 954 for full details)
This test is applicable for testing at manufacturer’s end
2.4.1 Summary of Test Method:
The sample is suspended from a thin wire and sleighed, first in air, then submerged
in water at 25oC. The relative density is calculated from these weights.
A
Relative density of Tape sample at 25oC = ----------
A–B
Where, A – Weight of specimen in air in mg.
B – Weight of specimen in water at 25oC in mg.
2.4.2 Procedure:
Tare the balance with a piece of 0.127, (5 ml) Nicrome wire of mono-filament nylon
line sufficiently long to reach from the hook on the pan. Support to the saddle when
the latter is in position across the pan. Attached the test specimen to the wire or line
so that it is suspended 20 to 30 mm above the straddle when the other end of the
wire is attached to the hook.
Weigh the suspended specimen to the nearest 1 mg. and record this weight as “A”,
fill a 400 or 600 ml beaker two thirds full with freshly boiled distilled water containing
a small amount of detergent. About 100 mgs. Of alconox detergent to 200 ml of water
has been found satisfactory. Adjust the temperature of water to 25 ± 2oC and
maintain this temperature during the remainder of the test. Place the beaker with
water on the sadly with the specimen, still suspended, fully submerged. Weight the
immersed specimen to the nearest 1mg and record this weight as “B”.
Repeat the determination with the second test specimen.
2.4.3 Report:
Report the average of two determinations to the third place, unless the individual
values differ by more than 0.005. In this case, repeat the determinations. ISSUE
R0

122
V.O.CHIDAMBARANAR PORT TRUST

ANNEXURE-2

TABLE NO. : 1 PRIMERS


SL.NO DESCRIPTION P-2 P-4 P-6
1 Technical Name Chlorinated rubber Zinc Etch Primer / wash primer Epoxy Zinc phosphate
Phosphate primer primer
2 Type and composition Single pack, air drying Two pack polyvinyl butyral Two-component polyamide
chlorinated rubber resin medium cured with cured epoxy resin medium,
based medium phosphoric acid solution pigmented with Zinc
plasticised with un pigmented with Zinc phosphate.
saponifiable plasticizer, tetroxy chromate.
pigmented with Zinc
phosphate.
3 Volume Solids (approx.) 40% 7-8% 40%
4 DFT (Dry film thickness) per coat 40-50 µ 8-10 µ 40-50 µ
(approx.)
5 Theoretical covering capacity in m2 8-10 8-10 8-10
per coat per litre (approx.)
6 Weight per litre in kgs/litre(approx.) 1.3 1.2 1.4
7 Touch dry at 30°C (approx.) 30 minutes 2 hrs. After 30 mins.
8 Hard dry at 30°C (approx.) Min : 8 hrs. Min : 2 hrs. Min : 8 hrs.
Max : 24 hrs. Max : 24 hrs. Max : 3-6 months
9 Over coating interval (approx.) Min : 8 hrs. Min : 4-6 hrs. Min : 8 hrs.
Max : No limitations Max : 24 hrs. Max : 3-6 months
10 Pot life at 30°C for two component Not applicable Not applicable 8 hrs.
paints (approx.)

123
V.O.CHIDAMBARANAR PORT TRUST

ANNEXURE-2

TABLE NO. : 2.1 FINISH PAINTS

SL.NO DESCRIPTION F-2 F-3 F-6 F-7


1 Technical Name Acrylic Chlorinated rubber finish paint. High build coaltar
polyurethane finish based finish paint. Epoxy-High build epoxy coating.
paint finish paint
2 Type and composition Two pack Single pack Two pack polyamide/ Two pack polyamide
alipathatic plasticised polyamine cured cured epoxy resin
isocynate cured chlorinated rubber epoxy resin medium blended with coaltar
acrylic finish paint based medium with suitably pigmented medium, suitably
chemical and pigmented.
weather resistant
pigments.
3 Volume Solids (approx.) 40% 40% 62% 65%
4 DFT (Dry film thickness) 30-40 µ 40 - 50 µ 100-125 µ 100-125 µ
per coat (approx.)
5 Theoretical covering 10-13 8-10 5-6 5.2 – 6.5
capacity in m2 per coat per
litre (approx.)
6 Weight per litre in 1.3 1.2 1.4 1.5
kgs/litre(approx.)
7 Touch dry at 30°C 1 hr. 30 minutes 3 hrs. 4 hrs.
(approx.)
8 Hard dry at 30°C (approx.) Overnight 8 hrs. Overnight 48 hrs.
9 Over coating interval Min : Overnight Min : Overnight Min : Overnight Min : 24 hrs.
(approx.) (12hrs.) Max : unlimited Max : 5 days Max : 5 days
Max : unlimited
10 Pot life at 30°C for two 6-8 hrs Not applicable 4-6 hrs. 4-6 hrs.
component paints
(approx.)

124
V.O.CHIDAMBARANAR PORT TRUST

ANNEXURE-2

TABLE NO. : 2. FINISH PAINTS


SL.NO DESCRIPTION F-8 F-9 F-11 F-12
1 Technical Name Self priming type Inorganic Zinc Heat resistant Heat resistant silicone
surface tolerant Silicate coating synthetic medium Aluminium paint
High Build Epoxy based two packs suitable up to 500°C
coating (complete Aluminium paint dry temperature
rust control coating) suitable up to 250°C
dry temperature.
2 Type and composition Two pack epoxy Two pack air Heat resistant Single pack silicone
resin based drying self-curing synthetic medium resin based medium
suitably pigmented solvent based based two pack with Aluminium
and capable of Inorganic Zinc Aluminium paint flakes.
adhering to silicate coating suitable up to 250°C.
manually prepared
surface and old
coating
3 Volume Solids (approx.) 72% 60% 25% 20%
4 DFT (Dry film thickness) 100-125 µ 65 – 75 µ 20 – 25 µ 20 – 25 µ
per coat (approx.)
5 Theoretical covering 6.0-7.2 8-9 10-12 8-10
capacity in m2 per coat per
litre (approx.)
6 Weight per litre in 1.4 2.3 1.2 1.1
kgs/litre(approx.)
7 Touch dry at 30°C 3 hrs. 30 minutes 3 hrs. 30 minutes
(approx.)
8 Hard dry at 30°C (approx.) 24 hrs. .12 hrs. 12 hrs. 24 hrs.
9 Over coating interval Min : 10 hrs. Min : 8 hrs. at 20°C Min : 16 hrs. Min : 16 hrs.
(approx.) Max : 6 months and 50% RH. Max : Unlimited Max : Unlimited
Max : Unlimited
10 Pot life at 30°C for two 90 minutes 4-6 hrs. Not applicable Not applicable
component paints
(approx.)
11 Temperature Resistance -- -- 250°C 500°C

125
V.O.CHIDAMBARANAR PORT TRUST

ANNEXURE-2

F-14 Specially formulated polyamide cured coal tar epoxy suitable for -45°C to 125°C for application under insulation.
F-15 Two pack cold cured epoxy phenolic coating suitable for -45°C to 125°C for application under insulation.
F-16 Epoxy siloxane Amercoat 738.

126
V.O.CHIDAMBARANAR PORT TRUST

ANNEXURE-2

TABLE 3: FIELD PAINT SYSTEM FOR NORMAL CORROSIVE ENVIRONMENT ( FOR CARON STEEL, LOW TEMPERATURE
CARBON STEEL & LOW ALLOY STEEL )

ALL NORMAL CORROSIVE AREAS SUCH AS OFFSITES, EXTERNAL SURFACES OF UNINSULATED COLUMNS, VESSELS,
HEAT EXCHANGERS, BLOWERS, PIPING, PUMPS, TOWERS, COMPRESSORS, STRUCTURAL STEEL WORKS, RCC CHIMNEY
WITH OR WITHOUT REFRACTORY LINING INSIDE CHIMNEY (ALL ENVIRONMENTS), EXCLUDING TANK TOPS, FLARE LINES,
D.M. PLANTS, INTERIOR OF TANKS ETC. FLARE LINES FOR NORMAL CORROSIVE ENVIRONMENT ALSO TO BE PAINTED AS
PER TABLE 4.
SL.NO DESIGN SURFACE PAINT SYSTEM REMARKS
TEMPERATURE PREPARATION FIELD PRIMER FINISH TOTAL DFT IN
IN °C PAINT MICRONS
(MIN.)
3.1 -90 TO –15 SSPC-SP-10 REPAIR OF PRE- NONE 65-75 No over coating
FABRICATION PRIMER 1 to be done.
COAT OF F-9 @ 65-75µ Follow rear
DFT/COAT procedure only
3.2 -14 TO 60 SSPC-SP-10 REPAIR OF PRE- 2 COATS OF 225 on damaged
FABRICATION PRIMER 1 F-3 @40µ areas of
COAT OF F-9 @ 65-75µ DFT/COAT 2 preerection/pre-
DFT/COAT + 2 COATS OF X 40 = 80 fabrication
P-2 @ 40µ DFT/COAT 2 X primer / coating
40 = 80 F-9
3.3 61 TO 80 SSPC-SP-10 REPAIR OF PRE- 1 COAT OF 245
FABRICATION PRIMER 1 F-6 @100µ
COAT OF F-9 @ 65-75µ DFT/COAT
DFT/COAT + 2 COATS OF
P-6 @ 40µ DFT/COAT 2 X
40 = 80
3.4 81 TO 250 SSPC-SP-10 REPAIR OF PRE- 3 COATS OF 125
FABRICATION PRIMER 1 F-11 @20µ
COAT OF F-9 @ 65-75µ DFT/COAT 3
DFT/COAT X 20 = 6
3
3.5 251 TO 400 SSPC-SP-10 REPAIR OF PRE- 2 COATS OF 105
FABRICATION PRIMER 1 F-12 @20µ
COAT OF F-9 @ 65-75µ DFT/COAT 2

127
V.O.CHIDAMBARANAR PORT TRUST

ANNEXURE-2

DFT/COAT. X 20 = 40
3.6 401 TO 500 SSPC-SP-10 REPAIR AS PER 7.2.2 2 COATS OF 80
F-12 @20µ
DFT/COAT 2
X 20 = 40

NOTE 1 : FOR MS CHIMNEY WITH OR WITHOUT REFRACTORY LINING 3.3, 3.4 AND 3.5 SHALL BE FOLLOWED.

NOTE 2 : FOR EXTERNAL SURFACES OF RCC CHIMNEY : 2 COATS OF F-6 @ 100µ DFT/COAT TO OBATIN 2 X 100 - 200µ DFT
SHALL BE APPLIED AFTER MAKING SURFACE PREPARATION AS PER GUIDELINES .

NOTE 3 : WHEREVER REQUIRED S.NO. 3.3 SHALL BE USED FOR –14°C TP 80°C AND S.NO. 3.2 WILL BE DELETED.

128
V.O.CHIDAMBARANAR PORT TRUST

ANNEXURE-2

TABLE 4: FIELD PAINT SYSTEM FOR CORROSIVE ENVIRONMENT (FOR CARON STEEL, LOW TEMPERATURE CARBON
STEEL & LOW ALLOY STEEL)

FOR ALL CORROSIVE AREAS ABOVE GROUND WHERE H2S, SO2 FUMES OT SPILLAGES OF ACID/ALKALI/SALT ARE LIKELY
TO COME IN CONTACT WITH SURFACES SUCH AS EXTERNAL SURFACES OF UNINSULATED COLUMNS, VESSELS, HEAT
EXCHANGERS, BLOWERS, PIPING, PUMPS, TOWERS, COMPRESSORS, FLARE LINES, STRUCTURAL STEEL ETC.

SL.NO DESIGN SURFACE PAINT SYSTEM REMARKS


TEMPERATURE PREPARATION FIELD PRIMER FINISH PAINT TOTAL DFT
IN °C IN MICRONS
(MIN.)
4.1 -90 TO –15 SSPC-SP-10 REPAIR OF PRE- NONE 65-75 Repair of pre-
FABRICATION PRIMER 1 erection /
COAT OF F-9 @ 65-75µ prefabrication
DFT/COAT primer shall be
4.2 -14 TO 80 SSPC-SP-10 REPAIR OF PRE- 1 COAT OF F- 245 done wherever
FABRICATION PRIMER 1 6 @100µ damage is
COAT OF F-9 @ 65-75µ DFT/COAT + 1 observed.
DFT/COAT + 1 COAT OF COAT OF F-2
P-6 @ 40µ DFT/COAT @ 40µ Surface
DFT/COAT preparation is
4.3 81 TO 400 SSPC-SP-10 REPAIR OF PRE- 2 COATS OF 105 required only for
FABRICATION PRIMER 1 F-12 @20µ repairing of
COAT OF F-9 @ 65-75µ DFT/COAT 2 X damaged pre
DFT/COAT 20 = 40 erection /
4.4 401 TO 500 SSPC-SP-10 REPAIR AS PER 7.2.2 2 COATS OF 80 fabrication
F-12 @20µ primer.
DFT/COAT 2 X
20 = 40

129
V.O.CHIDAMBARANAR PORT TRUST

ANNEXURE-2

TABLE 5: TABLE 5: FIELD PAINT SYSTEM FOR NORMAL CORROSIVE ENVIRONMENT (FOR CARBON STEEL, LOW
TEMPERATURE CARBON STEEL & LOW ALLOY STEEL) EXTERNAL SURFACES OF UNINSULATED COLUMNS, VESSELS,
HEAT EXCHANGERS, BLOWERS, PIPING, PUMPS, TOWERS, COMPRESSORS, FLARE LINES, STRUCTURAL STEEL ETC.

EXPOSED TO SPILLAGE OR FUMES OF HCL, H2SO4, SALTY WATER, WATER IMPINGEMENT, AND CHLORIDE ETC.

SL.NO DESIGN SURFACE PAINT SYSTEM REMARKS


TEMPERATURE PREPARATION FIELD PRIMER FINISH TOTAL DFT
IN °C PAINT IN
MICRONS
(MIN.)
5.1 -90 TO –15 SSPC-SP-10 REPAIR OF PRE- NONE 65-75 Repair procedure of
FABRICATION pre-erection/
PRIMER 1 COAT OF fabrication primer
F-9 @ 65-75µ shall be followed. No
DFT/COAT over coating is
5.2 -14 TO 60 SSPC-SP-10 REPAIR OF PRE- 2 COATS OF 345 allowed.
FABRICATION F-3 @40µ
PRIMER 1 COAT OF DFT/COAT: 2 Surface preparation is
F-9 @ 65-75µ X 100 = 200 required only for
DFT/COAT + 1 COAT + 1 COAT OF repairing of damaged
OF P-6 @ 40µ F2 @ 40µ pre erection /
DFT/COAT 2 X 40 = DFT/COAT fabrication primer.
80
5.3 81 TO 400 SSPC-SP-10 REPAIR OF PRE- 2 COATS OF 105
FABRICATION F-12 @20µ
PRIMER 1 COAT OF DFT/COAT 2
F-9 @ 65-75µ X 20 = 40
DFT/COAT.
5.4 401 TO 500 SSPC-SP-10 REPAIR AS PER 2 COATS OF 80
7.2.2 F-12 @20µ
DFT/COAT 2
X 20 = 40

130
V.O.CHIDAMBARANAR PORT TRUST SECTION C

ANNEXURE-III

Following minimum quantities of fire fighting nozzles shall also be stored in


the central hose stations.

Sl.No. A.HOSES Qty.


1 The hoses shall be of 15 mtrs. Standard length Shall not be less than 10.
and shall be provided with gun metal /stainless
steel male and female couplings of instantaneous
pattern.
B.NOZZLES
1 Jet nozzles with branch pipe as per IS:903 4 nos.
2 Fog nozzles pipe as per IS:952 4 nos.
3 Universal nozzles as per IS: 2171 4 nos.
4 Foam branch pipe as per IS:952(optional) 4 nos.
5 In addition, HAZCHEM nozzle and high flow long
range multipurpose nozzles may also be
considered.
C.ACCESSORIES
1 Sand Scoops 4 nos.
2 Safety Helmets 10 nos.
3 Water Curtain Nozzles 2 nos.
4 Stretcher 2 nos.
5 First Aid Box 2 nos. (min.)
6 11 KVA Rubber hand gloves 2 pairs
7 Explosive meter 1 no.
8 2 nos.
Fire Proximity suit
9 Resuscitator 2nos.
10 Electrical siren ( 3 KM range) 1 no.
11 Hand Operated Siren 1 no. (min.)
12 Water jet blanket 2nos.
13 Red/Green flags 1 set
14 Positive Pressure Type self contained breathing
apparatus with spare cylinder 2 nos.
15 Low temperature Gloves for handling LPG
liquid/gases 4 nos.
16 H2S Gas Detector As per need
17 The DCP power shall be 25% of the total required
for the portable DCP fire extinguishers and also
2000 kg in case of DCP tender

131
V.O.CHIDAMBARANAR PORT TRUST SECTION C

ANNEXURE-III

Portable & Wheeled Fire Extinguishers are with ISI standard only

Sl.No. Description Norms/Criteria to


determine the quantity
needed
1 Tanker berth at a jetty handling ships of 8 X 9kg DCP Extinguishers
below 40000 tonnes deadweight 10 x 75 kg wheeled DCP
Extinguishers

132
SECTION: C2
V.O.CHIDMABARANAR PORT TRUST

ENGINEERING, PROCUREMENT AND CONSTRUCTION

1. INTRODUCTION
1.1 About Project
V.O.Chidambaranar Port, fast growing port situated on the South East coast of
India adjoining the Gulf of Mannar at 8°47” 30” N and 78°12” 15” E is one of the
twelve Major Port of India.. The V.O.Chidambaranar Port Trust (VOCPT) was
declared as a Major Port of India by the government of India in July 1974. The
Port has two operational wings viz. Zone “A” comprising the new port and Zone
“B” constituting the old anchorage port, situated about 9 km away from the new
port. Presently Zone “A” has thirteen cargo berths including ten alongside berths,
one Oil jetty and three coal jetties. The maximum draft available at zone “A” is
13.0m. The Port is situated approximately 160 km North from Kanyakumari and 129
Nautical miles from Western region connecting international sea route.
There are Three coal berths exclusively thermal coal for captive power plants and
one Oil berth for handling POL products, LPG and chemicals. There are two
exclusive container terminals (at 7th berth & 8th berth) each berth operated by two
different BOT operators. The other eight berths handle all other cargo including
thermal coal meant for the other private power plants, industrial coal, copper
concentrate, fertilizers and general cargo.
The oil jetty is located in North break water in between coal jetty-I and Coal
Jetty-II with a draft of 12.8 M for handling vessels below 40,000 DWT. Products
like LPG, Naphtha, Furnace oil, Ammonia and Diesel oil are handled at this
Terminal.
1.2 Description of Project
VOCPT is planning to envisage new Fixed Fire Fighting Systems at oil jetty to
handle Vessels below 40,000 DWT. Since the existing fire fighting facilities at jetty
is out dated and not in use for last so many year and the existing fire fighting
facilities is not useful to handle vessels below 40,000 DWT.
1.3 Scope
The scope shall include design, engineering, procurement, manufacture, testing at
manufacturers works, packing, transportation, shipping, unloading at site,
transportation to site, storage, insurance, transportation from stores to erection
site, erection, site testing, commissioning, training, demonstration of performance
guarantee tests of Fixed Fire Fighting Facilities at V.O. Chidambaranar Port
Terminal for handling vessels below 40,000 DWT as per latest OISD -156 standard
and handing over to Client including submission of hard copy and soft copy of all
as-built drawings, O&M manuals etc. required for successful operation of system.
The scope indicated in the following clauses shall be read in conjunction with
detailed technical specification of this tender and the bid drawings.

133
SECTION: C2
V.O.CHIDMABARANAR PORT TRUST

ENGINEERING, PROCUREMENT AND CONSTRUCTION

The major items covered under the Fixed Fire Fighting Facilities are as follows:
S No Facilities Scope
I Ship Size Below 40,000 DWT LPG Vessel
1. Fire water network with all Fire water piping equipments&
Necessary equipment & components shall be provided as per
components OISD-156
2. Installation of new pumps & it’s Five diesel operated fire water pumps
associated piping, electrical, of capacity 5 x 750 m3/hr (3workings
instrumentation, Civil works etc + 2 Standby) and Two jockey pumps of
capacity 120 m3/hr (1 working + 1
Standby) shall be supplied and
installed to keep network pressurized
as per OISD-156 latest edition.
3. Foam Line Yes, as per requirement
4. Air Line Yes, as per requirement
5. Panels for pumps in control room Yes, as per requirement
pump house
6. Fire fighting equipments viz

a.)Tower Monitors 3 x 5678 lpm


b.)Jumbo Nozzles 3 x 6000 lpm
c.)Water Hydrants & Water 4 Nos.or more as per OISD-156 guide
monitors & Hose boxes lines.
7. Foam pump capacity and Foam Foam pump = 40 m3 per hr (1 working +
tank capacity 1 standby)
Foam Tank Capacity: 2 x 20 m3
8. Tower monitors steel structures - Tower Monitors locations are as per
3nos. the tender drawings

9. Pipe line pedestals Yes, as per requirement


10. Refurbishment of Fire fighting Yes, The control room refurbishment
Control room as per the requirements to
accommodate the PLC panel, tower
monitor control panel, gas detection
control panel and ROV control panel
with associated false flooring and false
roofing facilities. The existing space
shall be considered as a control room
and remaining all control room
furniture and control room interiors
shall be provided by the bidder and the
same needs to be quoted accordingly.
11. Modification of Fire water Pump Yes, to be finalised as per the tender

134
SECTION: C2
V.O.CHIDMABARANAR PORT TRUST

ENGINEERING, PROCUREMENT AND CONSTRUCTION

House installing new equipment. drawing which is prepared based on


the present cut openings of the pumps
in line with the structural load
distribution system. The
improvements can be suggested by the
bidder only on delivery headers, foam
pump locations and other light weight
equipment.
12. Entire Tower Monitor remote Yes, as per tender requirement
operational control including
instrumentation and electrical
with necessary PLC based system.
13. Air Compressor Yes, as per requirement.
14. Fire Detection System Yes, as per requirement
15. Gas Detection System Yes, as per requirement
16. Potable Fire Fighting equipments Yes, as per requirement as per OISD-
156
17. Jetty Lighting, Jetty approach Yes, as per requirement
lighting & lighting from Fire Pump
House to Jetty approach
18. Diesel Generator Yes.
19. UPS Yes, as per the requirement to handle
all the electronic and safety
equipment/emergency lighting
20. Fire Pump Foundation pedestals The fire pump foundation pedestals
and pump cut out openings are to be designed as per requirement.
Before finalising the foundation and
pump cut-out openings, the structural
strength of the pump cut-outs and
structural stability of the pump house
structure shall be validated by the
bidder with proposed pumps/system
characteristics. The bidder should
thoroughly examine and do necessary
works to ensure structural stability.
21. Air Conditioner for control room Yes, as per requirement and shall be
with 5-star rating a/c units with
copper coil arrangement in both indoor
and outdoor units along with stabiliser.

1.3.1 The drawings attached along with the tender is only for reference. All the GFC
drawings/Shop drawings shall be prepared by contractor and submitted to
Purchaser for review and approval.

135
SECTION: C2
V.O.CHIDMABARANAR PORT TRUST

ENGINEERING, PROCUREMENT AND CONSTRUCTION

1.3.2 Execution of works shall be based on the final GFC/shop drawings prepared by
contractor and approved by Purchaser. Its contractor responsibility to check the
interferences with other services before issuing the drawing for review for
client/Consultant.
1.3.3 Civil work for wall opening, minor core cutting in floors, minor chipping works for
lighting inside building, cable burial including excavation, back filling and
compression etc., as detailed in technical specification. Foundation frames, bolts,
bolts of special design, embedment, anchor fasteners and inserts.
1.3.4 All equipment supplied and all works executed under this contract including
system design and detailed engineering, shall comply with the statutory
requirements and local regulations, latest standards including amendments.
1.3.5 The scope of work includes obtaining all necessary statutory approvals/clearances
from all the concerned authorities for the various systems covered in this
specification including preparation of Drawings for such approvals.
1.3.6 It is not the intent to completely specify herein all details of design and
construction of the equipment/systems. However, all equipment/systems shall
conform in all respects to high standards of engineering, design and
workmanship and shall be capable of performing continuous operation up to the
successful BIDDER’s guarantees in a manner acceptable to the purchaser who will
interpret the meaning of drawings and specifications and shall have the power to
reject any work or material which in his judgement are not in full accordance with
the requirements. All the major equipment shall be installed tested and
commissioned under supervision of representative of original manufacturer of
respective equipment.
1.3.7 All components included in this specification are not explicitly identified and/or
listed herein, these shall be supplied under this contract to ensure completeness of
the system and facilitate proper operation and easy maintenance.
1.3.8 All equipment shall be suitable for smooth, efficient and trouble free operation.
The equipment shall be designed to give efficient and reliable performance even
during various extreme atmosphere.
1.3.9 All services necessary for the erection, testing and commissioning and all
instruments/services required for carrying out performance testing of all items
covered under this specification shall be arranged by the BIDDER.
1.3.10BIDDER to submit filled up Data sheet B of the subsequent sections along with the
offer.
1.3.11All quantities, rating indicated in datasheet are indicative only. It lies the
responsibility with the CONTRACTOR to arrive at the exact requirement, quantity
and rating of entire equipment. Items which are not indicated in specification or
datasheet, but however required for completeness of system are deemed
necessary to be considered by the contractor.
1.3.12Contractor has to prepare and submit all detailed design drawings/detailed
calculations and vendor drawings for the approval to the Purchaser.
1.3.13The contractor has to submit the detailed design calculations, drawings and all
required necessary documents for construction to Purchaser for approval before

136
SECTION: C2
V.O.CHIDMABARANAR PORT TRUST

ENGINEERING, PROCUREMENT AND CONSTRUCTION

proceeding with the construction.


1.3.14In case of any deviation in the ratings indicated (in layouts, drawings,
specification, datasheet) and sizing arrived by the CONTRACTOR at the time of
detailed Engineering, It remains the responsibility of the CONTRACTOR to proceed
as per actual sizing arrived and approved by the client without any time & cost
implication.
1.3.15Third party inspection agency will be appointed by VOCPT and the entire work will
be monitored by the third party as per the agreement. The third-party inspector
will also inspect the brought out items by the Contractor and same has to be
approved by the third party agency, for which the bidder shall comply all the
requirements from installation till handing over the system.
1.4 Design Period:
Design life of the entire facility shall be 25 years based on the pipeline internal
lining guarantee from the paint supplier.
1.5 Piping:
Refer Piping specification.
1.6 Civil:
Refer Civil specification.
1.7 Electrical systems
Refer Electrical specification.
1.8 Instrumentation
Refer Instrumentation specification.
1.9 Miscellaneous
Vents, Drains, isolation valves wherever required shall be provided by Contractor
during detailed engineering.
During Fabrication /erection, requirement of power, water, air, crane, welding
facility at site shall be in Contractor scope.
1.10 Underground cables/Piping/ Abandoned Foundations:
During execution of work, Contractor shall identify and inform the PORT about
underground facilities like cables, piping or abandoned foundations encountered in
the current project sites and affecting the current scope of works. These facilities
shall be re-routed/re-located by the Contractor with prior intimation & due
approval of VOCPT.
2. Definition of Terms:
Following definitions apply to this specification:
a) "Employer" means Board of Trustees of VOCPT, a body corporate under the
Major Port Trust Act, 1963 by Government of India (as amended) acting
through its Chairman, Deputy Chairman or the Chief Manager (Port Planning
and Development Department) or any other officers so nominated by the
Board.

137
SECTION: C2
V.O.CHIDMABARANAR PORT TRUST

ENGINEERING, PROCUREMENT AND CONSTRUCTION

b) “Engineer” means the Project Management Consultant (PMC) appointed by


the employer. The Engineer shall have a team of experienced professional
and support staff headed by the Team Leader for the execution of the
Consultancy Service under the Contract including liaising with headquarters
of consultant as and when required.
c) “Engineer’s Representative” means the Team Leader of the Project
Management Consultant and he shall be resident at the project site and act
as representative of the Engineer.
d) “Consultant” means Design Consultant appointed by the employer.
e) “Contractor” means the successful bidder for this project.
f) “Vendor” Means the specialized agency supplying equipment and material.
2.1 Codes Standards
Installations shall be designed, engineered to the state-of-the-art technology,
supplied and constructed in conformity with the Contract after reconfirmation and
carrying out residual basic engineering and detailed engineering by Contractor for
which Contractor will take full responsibility. The design shall comply with technical
requirements set forth in technical specifications as per applicable codes, standards
and regulations and Good Industry Practices. The Contractor to note that the
information provided in the technical specifications mentioned in this document may
be improved / supplemented by additional information / data. The Contractor shall
incorporate such information / data without time and cost impact. Design shall be in
accordance with the climatic conditions of saline air atmosphere, marine corrosive
environment, high humidity & dust. Contractor may also suggest and submit to the
approval of the Engineer:
a) Other international codes and standards no less severe in all respects than those
listed and specified in the Technical Documents, and / or
b) Contractor's own design and specifications provided they are compatible and at
least equal in standard with those listed and specified in the Technical
Documents.
It shall be noted that requirements of Governmental Authority, Chief Controller of
Explosive of e.g. Petroleum and Explosives safety Organization (PESO), Nagpur,
India, Oil Industries Safety Directorate (OISD-156) shall govern when these are more
stringent than requirements specified in the technical specifications mentioned in
this document.
Due care shall be exercised such that the installations afford ease of construction
and expansion, start-up and commissioning, repair and maintenance and shall be
safe to operate under all conditions.
2.2 Deliverables
The Contractor shall prepare all drawings and documents, design specifications and
any other information in drawings and documents form, required by Engineer’s
Representative and in accordance with job requirements and site condition.
Preliminary drawings shall not be used for procurement or construction purpose.
Contractor shall also be responsible for providing all drawings and document for

138
SECTION: C2
V.O.CHIDMABARANAR PORT TRUST

ENGINEERING, PROCUREMENT AND CONSTRUCTION

packages/ sub packages supplied by its Suppliers. And the contractor is responsible
to get the clearance from the PESO for the Re commissioning of the jetty after
completing the fire fighting system augmentation.
The fire fighting facilities scope shall consists of:
a) Water source from sea
b) Revamping of existing Fire Water Pump House
c) Fire Hydrant System
d) Tower Monitors
e) Ground Monitors
f) Jumbo Water Curtains.
g) Fixed Foam System
h) Fixed International Shore Connection
i) Gas/Flame Detection System
j) Manual Call Point System
k) Remote Control Valves with operating panels
l) Flame proof Electrical Fittings
m) PLC System & Control Cables
n) DCP protection system
o) First Aid Equipment
p) Fire Alarm/Communication System
2.3 Detailed Engineering
Contractor shall perform all detailed engineering required for the works and
including, without limitation, the following. However, detailed scope of work of
each discipline has been explained in the respective sections.
a) Preparation of design philosophy / basis
b) Design and preparation of "Approved for Construction" drawings,
c) Preparation of equipment data-sheets after incorporating all engineering input,
d) Inputs for preparation of P&IDs
2.3.1 Electrical Engineering
Engineering activities to be performed by Contractor shall also include, but shall
not be limited to, the following:
a) Electrical load list and load analysis
b) Power system studies which include load flow studies, short circuit analysis,
motor starting studies and harmonic analysis.
c) Preparation of single line diagrams.
d) Preparation of hazardous area classification schedule and layout drawings.
e) Main electrical equipment sizing calculation such as transformers, bus duct,
DG set, AC UPS, DC system, batteries, power factor control equipment.
f) Selection of motors.
g) Sizing of HV/MV/LV cables.
h) Selection of HV/LV switchgear, PMCC, MCC, distribution boards.
i) Detailed engineering which includes detail calculation and preparation of
layouts for cabling, lighting, earthing & lighting protection systems.

139
SECTION: C2
V.O.CHIDMABARANAR PORT TRUST

ENGINEERING, PROCUREMENT AND CONSTRUCTION

j) Preparation of power and control cable schedules.


k) Procurement engineering
l) Field / shop inspection and testing procedures,
m) Preparation of the material take off,
n) Preparation of installation standards,
o) Soil resistivity measurement for earthing system design
2.3.2 Mechanical / Piping / Fire Fighting Engineering
a) Development of Mechanical Specifications for Fire water pumps, Foam
pumps, Air compressors & Air dryers, Pipe lines. Flanges, Fittings, Valves,
Strainers. Gaskets and Bolts and Nuts, Tower Monitors, Jumbo Curtain
Nozzles, Water Cum Foam Monitors, Double Hydrants, Hydrant valves etc.,
b) Technical Evaluations
c) Review of Supplier Documentation to Contract Requirements
d) Project Interface Documentation Review
e) Technical Coordination with Suppliers
2.3.3 Instrumentation and Control Engineering
a) Design Basis for I&C
b) Specifications & Data Sheets for control panels for ROVs, Tower monitor, Gas
and Fire detection system and cables.
c) Instruments, cables.
d) Cable Schedule
e) Cable & Cable tray Route Layout
f) BOQ
g) Instrument list (if applicable)
h) I/O list
2.4 Procurement
2.4.1 General
Contractor shall provide the control and co-ordination of all procurement
activities, maintain all necessary records, issue all required reports, and take all
necessary measures and required follow up action for the successful completion of
the procurement function.
Contractor shall propose in detail the various records and reports to be maintained
and issued, which Engineer’s Representative shall review, and all requirements of
Engineer’s Representative shall be taken into consideration in the finalization of
such records and reports. All procurement status reports shall be issued as part of
the progress reports.
The Employer's personnel will be trained at Supplier's shop or Site (as decided by
Employer) by the Contractor or his Suppliers for the operation and the
maintenance of various packages, equipment, etc. Level of training should be such
that maintenance “password” of PLCs is passed on to Employer’s personnel.

140
SECTION: C2
V.O.CHIDMABARANAR PORT TRUST

ENGINEERING, PROCUREMENT AND CONSTRUCTION

Contractor shall provide warranty for a period as mentioned in GCC, performance


guarantee for the systems and packages, operation guarantee of the material and
equipment supplied by him as well as guarantee against defective workmanship for
installation work carried out by Contractor.
2.4.2 Procurement Activities
Procurement activities shall include, but shall not be limited to:
a) Procurement planning for equipment and materials,
b) Preparation of detailed specifications related to Purchase Requisitions.
c) Purchasing and supply of permanent or provisory plant equipment and
materials.
d) Subcontracts for erection/construction works,
e) Review of Supplier's documents
f) Expediting,
g) Inspection and Testing,
h) Traffic and Transportation Services,
i) All spare parts required during construction, pre-commissioning,
commissioning and testing,
j) Field Purchases,
k) Materials Tracking and Control,
l) Arrangement for the importation of imported (offshore) goods: Contractor
shall perform all services related to import all equipment and materials
needed for the Work and for obtaining necessary licenses and documents as
required,
m) Preparation of enquiry specifications, technical & commercial bid
evaluation, preparation of purchase specifications, expediting and review /
approval of Supplier drawings.
2.4.3 Mandatory Spare Parts
Bidder shall supply mandatory spares/insurance spares/ consumables (along with
first fill of oil, fuel, foam compound) for the successful running of all vital
machineries including mechanical and electrical equipment along with the amount
quoted by the concerned OEM for a period of 2 years along with bid. A tentative
list of Mandatory Spare Parts, to consider as a minimum shall be furnished. The
cost towards mandatory spares and tools and tackles etc shall be included in the
respective machineries/equipments supply part given in the BoQ (Price Schedule)
2.4.4 Quality Management, Quality Assurance and Project Quality Plan
The Contractor shall propose to Owner a quality assurance program that shall
satisfy the essential elements of latest ISO 9001, Quality Systems - Model for
Quality Assurance in Design / Development, Production, Installation and Servicing -
and latest ISO 9004, Quality Management and Quality System Elements – Guidelines
should be followed .
The quality plan shall detail in a matrix format how the Contractor's quality system
addresses the elements of ISO 9001 Section 4 with reference to responsible parties

141
SECTION: C2
V.O.CHIDMABARANAR PORT TRUST

ENGINEERING, PROCUREMENT AND CONSTRUCTION

within the organization for the implementation/ control of each area, the
applicable procedure used to control each area, regular reporting and verifying
documents produced for each area.
2.5 Construction
2.5.1 Main Construction Activities
a) Contractor shall perform all the main construction activities (including Pre-
commissioning), which shall include, but shall not be limited to installation,
assembly and erection of Firewater System including pumps, modification of
pump foundations, Hydrant System, Automatic Water curtain, Portable Fire
Extinguishers, Tower mounted water cum foam monitors.
b) Fabrication and erection of Piping for firewater, foam and utilities
c) Compressed Air System including Non-lubricated, Air cooled Screw
compressors, Heatless Type Air Dryer, Air receiver and associated piping.
d) Electrical supply and distribution systems including internal and external
electrification and lighting for the jetty, approach trestle and fire water
pump house including light masts, light poles etc.
2.5.2 Necessary Services
a) During construction phase, including Pre-Commissioning, Contractor shall
perform and / or provide all the necessary services, materials and works,
including but not limited to:
b) Reconditioning of the land at Site area on completion of Work at Site, scraps
dumping out of site as well as removal of any ancillary and temporary
foundation blocks which the Contractor might have had to pour,
c) Supply, removal and maintenance of the erection tools and handling means
including in particular engines, welding machines and air compressors
(Contractor being responsible for supply of the related fuels and lubricants
and consumables including supply and storage of electrodes or filler metal
needed for welding)
d) Supply and maintenance of hoisting means including drivers and fuels,
(hoisting means shall be compatible with the soil characteristics on Site),
e) Mobilization and demobilization of all the construction equipment,
f) Legal and statutory certifications of structures and hoisting means and
instruments,
g) Necessary temporary facilities, lines and connection phases,
h) Production, supply and distribution of fresh water, electric power, fuels,
telecommunication for construction and other consumables from the sources
of supply up to the point of consumption, along with corresponding
distribution networks and safety and protection systems,
i) Procurement, storage, supply and distribution of consumables, spare parts,
chemicals for construction, commissioning and tests phases for the Facilities
up to the Provisional Acceptance Date.

142
SECTION: C2
V.O.CHIDMABARANAR PORT TRUST

ENGINEERING, PROCUREMENT AND CONSTRUCTION

j) All temporary works, housing and office spaces and services, including first
aid and sanitary facilities, shelters, black room, warehouse, catering,
canteen,
k) Car parking and transportation facilities for all Subcontractor's personnel as
well as security means, including fencing, lighting and security.
l) Receipt of Contractor’s items and storage, handling, assembly, installation
and Pre-Commissioning of such equipment in due manner and with, if
necessary, the assistance of Supplier's representative,
m) Keeping Site permanently tidy and clean and, in particular, during and after
the thermal insulation, tidy, clean and to template,
n) Arranging locations made available by Employer for permanent and
temporary works,
o) Installing and maintaining all sanitary blocks, including sewage discharge, as
required by the Indian rules and regulations, for Contractor's and its Suppliers'
personnel,
p) Compliance by all the Contractor's personnel with all Site regulations.
2.5.3 Water Supply for Construction
The Contractor will have to make his own arrangements for supply of water to his
labour camps and for works. All plumbing installations, pipe network and
distribution system will have to be carried out by the Contractor at his own cost.
2.5.4 Power Supply for Construction
Contractor may obtain necessary temporary power connection from nearest
source of VOCPT, if available and permitted by Port authority, on chargeable
basis. Else he may make alternative arrangements of his own. Contractor shall
make his own arrangements for temporary distribution of power at various
construction locations. All the works will be done as per IEA Regulations and
passed by the Engineers’ Representative. The temporary lines will be removed
forthwith immediately after completion of the work. If there is any hindrance
caused to the other work due to alignment of these lines, the Contractor will re-
route or remove the temporary lines at his own cost.
2.6 Test to be performed during Completion Activities
2.6.1 Pre-Operating Tests
As defined in the Pre-operating Tests procedure to be given by Contractor and
approved by Engineer’s Representative, prior to the Mechanical Completion, the
Contractor shall perform:
a) All pre-commissioning activities and Pre-operating Tests for all the systems of
the Facilities.
b) All commissioning activities and run tests at maximum design capacity for all
equipment under scope of this contract.
2.6.2 Commissioning
Prior to the performance tests, the Contractor shall perform commissioning of all
the equipment/facilities under its scope.

143
SECTION: C2
V.O.CHIDMABARANAR PORT TRUST

ENGINEERING, PROCUREMENT AND CONSTRUCTION

2.7 Document Submission Requirements


2.7.1 General
a) The following is the list of drawings and documents ("DD") that the Contractor
has to submit as deliverables during execution of work as per project schedule
requirements. This list is not limiting and Contractor shall submit any other
deliverables that may be required for completing the Scope of Work as part of
Contractor’s responsibilities.
b) Categorization of DD as for information and for review and approval of Engineer’s
Representative shall be informed at the time of kick-off meeting between
Engineer’s Representative and Contractor depending on criticality.
c) Drawing/Document Index with schedule of submission shall be submitted by
Contractor during kick-off meeting for Engineer’s Representative approval.
d) Review and Approval by Engineer ‘s Representative, of DD submitted by
Contractor, in no way shall relieve the Contractor of his responsibility to comply
with all Employer specifications and technical requirements specified in the
contract unless Contractor receives from Engineer’s representative a written
authority to deviate from the specifications pertaining to the item/s in question.
e) Preliminary drawings shall not be used for procurement/construction purposes.
f) The details provided in the tender package shall be considered as preliminary.
Contractor shall perform the complete engineering to confirm that the data
provided in tender package meets the process performance requirements and
update / develop the Design basis report ,P&IDs, datasheets, specifications,
drawings into “Approved for Design / Construction” (AFD/AFC) status.
2.7.2 Electrical
a) Basic engineering calculations, system studies, etc.
b) Single line diagrams
c) Electrical load list and load analysis
d) Calculations for determination of sizing / rating of various electrical
equipment
e) Electrical equipment and motor list.
f) Procurement engineering, enquiry specifications, technical bid
evaluation, purchase specifications, data sheets
g) Shop inspection and testing procedures
h) Various electrical layout drawings such as cabling, lighting, earthing,
lightning protection, hazardous area classification, etc.
i) Cable Schedule
j) Bill of material
k) Installation standards
l) Field testing and commissioning procedures
m) Soil Resistivity measurement and earthing system design
n) Project Schedule
2.7.3 Instrumentation and Control Engineering
a) Design Basis for I&C

144
SECTION: C2
V.O.CHIDMABARANAR PORT TRUST

ENGINEERING, PROCUREMENT AND CONSTRUCTION

b) Specifications & Data Sheets for control panels for ROVS, Tower monitor,
Gas and Fire detection system, instruments, cables, DV, valves
c) Cable Schedule
d) Cable & Cable tray Route Layout
e) BOQ
f) Instrument list (if applicable)
g) I/O List
2.7.4 Mechanical / Piping / Fire Fighting Engineering
a. Design Basis report
b. Basic engineering calculations , pressure drop calculation, etc.,
c. P & ID’s
d. Piping layout, Equipment General Arrangement drawings etc.,
e. Requisition
f. Technical Evaluation
g. Vendor Data Book, Manufacturing Record Book,
h. Installation & Operating Manual,
i. As-Built documents.
2.8 List of Mandatory Spares
2.8.1 Basic principle applicable to the procurement of the mandatory spare parts:
i. Wherever the word ‘SET’ has been used, it means all type of the said
parts and in quantity sufficient for full replacement of these parts in one
machine.
ii. Minor parts like screws, washers, retaining rings etc. are to be included
along with main part hence not listed separately.
iii. Spares parts shall be identical in all respects to the parts fitted on the
main equipment including dimensions, material of construction and heat
treatments.
Notes:
a) Wherever % is identified, Contractor shall supply next rounded figure.
b) Mandatory spares shall include sub-packages items also.
c) The word ‘TYPE’ means the Make, Model number, Type, Range, Size /
Length, Rating, Material as applicable.
d) For consumable spares, the quantity shall be calculated based upon
continuous usage of the system for the period specified.
e) The terminology used under ‘Part Description’ is the commonly used
name of the part and may vary from manufacturer to manufacturer.
f) Commissioning spares are part of Contractor scope of supply.
Mandatory spares as indicated above do not cover commissioning
spares.
g) Contractor shall not use these spares during Warranty Period. In case
these spares are used during Warranty Period, same shall be
replenished by the Contractor free of cost.

145
SECTION: C3
V.O.CHIDMABARANAR PORT TRUST

DESIGN PHILOSOPHY OF FIRE FIGHTING SYSTEM

3.0 SCOPE
The Scope of work for VOCPT shall include the Fire Protection facilities as per
provision of OISD 156 latest edition standard and other relevant standards but not
limited to the following:
Scope of work shall include design, detailed engineering, procurement , supply,
fabrication, construction, installation/ erection, inspection, testing, pre-
commissioning and commissioning of fire protection system for protection of LPG
vessel up to 40,000 DWT and POL vessels more than 1,00,000 DWT at Oil jetty of
VOCPT,
The scope of work involves mainly the following:
a. Design, testing of civil structures of pump house, procure, supply, construction,
install, testing, inspection, pre-commissioning and commissioning of fire water
Vertical Turbine centrifugal main pumps along with suitable Diesel engines as
their prime movers in combination with respective diesel day tank of capacity
suitable for 6 hours continuous running of the respective pumps. Start of the
pumps and simultaneous actuation of alarms at local field panel shall be
dependent upon discharge header pressure as described in P&ID. Manual starting
and stopping of pump shall be provided at the local field panel and status
indications shall also be provided in control room. All related civil, mechanical,
electrical, instrumentation (including cabling), piping & other works for the
same as shown/ described in P&ID, drawing, standard specification is in the
scope of contractor. All diesel engines shall be provided with batteries 2x200%
and battery chargers of 2x100%. Pressure transmitter/pressure switch at each
pump discharge and on common header along with all instrumentation cables (F
type) shall be wired to the panel. Pressure transmitters shall be 24 volt DC
operative, 2 wire microprocessor based with HART interface and indicating type
suitable for field mounting and environment having 0.025% accuracy. Pressure
and other switches shall be with contacts suitable for 0.5 amp, 220 volt DC and
field mounted type having IP-65 degree of protection of housing. Repeatability
shall be / +/- 0.5%.
b. Design, procure, supply, construction, install, testing, inspection, pre-
commissioning and commissioning of one no. EOT crane of required capacity
mounted on a monorail suitable for the pump house area as above and to cover
the entire span as per data sheet, and any other related information mentioned
elsewhere in the bid document and to be used for maintenance of pumps,
motors, engines etc.
c. Design, procure, supply, construction, laying, install, testing, inspection, pre-
commissioning and commissioning of fire water network piping shall be Carbon
Steel with 3.0 mm corrosion allowance as per P&ID & fire fighting layout. Above
ground ring main network are to be laid on RCC piping sleepers at a minimum
height of 300mm above finished ground level and at regular intervals not
exceeding 6 metres. The piping shall be passed underground duly coated and
wrapped at road crossings and places where above ground piping is likely to
cause obstruction to operation and vehicle movement. The piping shall be

146
SECTION: C3
V.O.CHIDMABARANAR PORT TRUST

DESIGN PHILOSOPHY OF FIRE FIGHTING SYSTEM

buried under ground at least 1.0 m deep in case of open areas and 1.5 m deep in
case of road crossings. Further, piping shall be provided with suitable protection
against soil corrosion by coating and wrapping/3 LPE coating. Fire water piping
network shall be provided with isolation valves, flanges, fittings etc, as per
manual, OISD standards and any other related information mentioned elsewhere
in the bid document. Piping to be painted red and to be laid on independent
sleepers by the side of the road.
d. Scope of work of other piping and valves, strainers, Conc. reducers pressure
gauges etc. mounted on piping includes but not limited to the following. Design,
procure, supply, construction, laying, erection, support structure, testing,
inspection, pre-commissioning and commissioning of associated piping and
piping accessories (i.e. discharge header, individual suction and discharge pipes
& their isolation valves of respective pumps, check valves of respective sizes on
the discharge end of pumps, strainers of respective sizes on the suction side,
reducers/expanders as per requirement, expansion joints, pressure gauges,
overflow pipes, drain pipes etc.) as per P&ID. Individual suction pipe (velocity
head max. 2m/sec.) and discharge head max. 4m/sec. and networking
maximum of 4.5 m/sec.
e. Design, procure, supply, construction, install, testing, inspection, pre-
commissioning and commissioning of double headed fire hydrants as per OISD
156 latest edition, spaced at an interval of 30 metres between two consecutive
hydrants each with two separate landing valves (entire facility must be
approved and ISI marked) to be fitted on 4” diameter stand post with isolation
valves at places along firewater network as shown in fire fighting layout, to
meet/ satisfy all the applicable OISD requirements and any other related
information mentioned elsewhere in the bid document. All hydrant outlets shall
be situated 1.5 meter above ground level. Location of Hydrants. Monitors,
Tower monitors, Jumbo nozzles etc., as per drawings submitted by VOCPT.
Same shall be finalized during detailed engineering. Hydrants shall be located
along road side berms for easy accessibility. Hydrants shall be placed in such a
way that it shall not only be approachable but shall be operable i.e. the
surrounding shall be of the same level as that of the road without any slope so
that the valves can be operated easily. The line velocity in fire water hydrant
shall be below 5 m/s and shall be sized for 120% of the designed water rate.
f. Design, procure, supply, construction, install, testing, inspection, pre-
commissioning and commissioning of water/foam monitors and to be flange-
fitted on fire water network with isolation valves to meet/ satisfy all the OISD
requirements. Location of monitors will be finalized during detailed
engineering. Monitors shall be located for easy accessibility. The surrounding in
case of monitors shall be prepared in such a manner that operator along with
monitors can be accommodated in all 340 degree rotation without any hindrance
of nearby object to enable easy swivelling and focusing of monitor on the
target.

147
SECTION: C3
V.O.CHIDMABARANAR PORT TRUST

DESIGN PHILOSOPHY OF FIRE FIGHTING SYSTEM

g. Design, procure, supply, construction, install, testing, inspection, pre-


commissioning and commissioning of glass-fronted hose boxes, being suitable for
and provided with hoses (IS 636: Type B -15 meter long each with end
couplings), jet nozzle with branch pipe and nozzle evenly distributed at hydrant
locations as per layout, to meet/satisfy all the OISD requirements and any other
related information mentioned elsewhere in the bid document. Each hose box
shall be designed and fabricated in such a manner that it conveniently holds all
the accessories as described above.
h. Design, procure, supply, construction, install, testing, inspection, pre-
commissioning and commissioning of Tower Monitors & Jumbo Nozzles which
shall conform/designed as per OISD 156 latest standard and as per enclosed
relevant standard specification & relevant codes. Nonetheless, OISD-156 latest
edition requirements shall be fulfilled in its entirety.
i. Tower Monitor, Ground Monitor, etc. connected with fire protection system
shall be UL/FM approved. However, all the pumps (main pumps, jockey
pumps and foam pumps) should be manufactured as per the OISD 156/NFPA
20 and along with the tender the QC/ITP should be submitted for all the
pumps.
ii. Radiography of piping joints shall be carried out as described in welding
standard specification.
iii. All fire water piping shall be hydro-tested as per the OISD 156 latest
edition.
i. Instrumentation
i. Operation & control of Fire Water pumps shall be through new dual
redundant PLC Based Control system.
ii. All field instruments shall be hard wired and the integration of new pumps
viz. Pressure transmitters, cables, junction boxes etc., shall also be into
the scope of contractor.
iii. Status of all fire water pumps and jockey pumps to be displayed in main
Control room/SCADA room also an external view panel shall be installed in
Port Fire Station. The bidder shall consider an OFC cable from the jetty fire
control room to the port fire station and a view panel to overview the
entire fire fighting operations.
iv. The logic should be based on Lead/Lag pump & start of pumps should be
initiated based on pressure transmitters installed in the new header (based
on adequacy check).
v. The logic controller shall be made PLC based redundancy shall be provided
as per Functional specifications.
vi. Auto start of tower monitor system shall also be linked with hydrocarbon
leak detection system and alarm so that FWPs should start automatically in
the pump house. PLC based Hydrocarbon Detection System shall be
installed and commissioned by the bidder, the hydro carbon detection
system shall enable to link up with the tower monitor PLC and also with

148
SECTION: C3
V.O.CHIDMABARANAR PORT TRUST

DESIGN PHILOSOPHY OF FIRE FIGHTING SYSTEM

necessary manual over ride. PLC shall have sufficient spare I/Os. (THIS
SYSTEM IS AN OPTIONAL ONLY AND THE NECESSARY I/Os HAS TO BE
CREATED IN THE PLC).
vii. All logics as described above shall be finalized and approved by VOCPT
3.1 Design Criteria for fire protection
An independent fire fighting system is planned at VOCPT port. The jetty should
cater the fire scenario on the facility. Following principles are to be adopted.
a) It is assumed that in case of fire on ship tanker, ship will be towed to open
sea and that fire protection for ship tanker will be treated as first aid till
towing is done.
b) Fire water system shall be designed for facilities on the basis that city fire
water is not available close to the installation.
c) One single largest risk shall be considered for providing fire protection
facilities.
d) All facilities shall be covered with Hydrant System.
e) Tower mounted water cum Foam monitors shall be provided for protection to
loading /unloading arms/first aid to tankers.
f) Water curtains shall be provided for segregation of loading/unloading
arms/piping manifold and ship tanker in the event of fire on either of these
facilities.
g) For ports terminals handling LPG ships of less than 40,000 tonnes capacity
one set of fire water Pumps shall be provided which will cater to both tower
mounted monitors as well as hydrant service and water curtains,
3.2 Fire Fighting Facility requirements:
a) Fire protection facilities for this project shall comply with as per OISD 156
latest edition.
b) Hydraulic study for the entire network for checking conformance to OISD
156 (latest edition) and satisfying the system requirement as:
i. Velocity of water in network Less than 4.5 m/sec.
ii. Discharge pressure at the hydraulically farthest point : 7.0 Kg/cm2g
iii. Pipe network sizing shall be based on 120% of pumping flow rates.
c) All related piping, electrical, civil/structural, instrumentation work shall
be in contractor scope including supply of diesel tank with all necessary
piping, fitting, and instrumentation as per OISD 156 Latest edition.
3.3 Fire Water Pump House
Existing Fire Water Pump house is used to facilities fire water pumps, jockey
pumps, Air Compressors, Foam pumps and foam tanks for pumping water from
sea water to tower monitors, Jumbo nozzle, water monitors and hydrants in case
of fire.
In pump house all fire water pumps and Jockey pumps will be erected on existing
civil foundation with necessary piping and instrumentations which draws the
water from sea and delivers the sea water with required flow rate as well as

149
SECTION: C3
V.O.CHIDMABARANAR PORT TRUST

DESIGN PHILOSOPHY OF FIRE FIGHTING SYSTEM

required pressure to fire water network and then double hydrants, monitors and
tower monitors etc.,
5 Ton Electrical operated EOT will be provided on existing column of pump
house. The5 Ton electrically operated travelling bridge crane for repair and
maintenance of fire water pumps inside the house.
3.4 Fire water Pumps
S No DESCRIPTION CAPACITY

1 Capacity of pumps required 750 Cum/Hr.


2 No. of pumps 5 (3 working + 2 stand by)
3 Capacity of Jockey Pump 120 Cum/Hr.
4 No. of jockey pumps 2 (1 working + 1 stand by)

3.5 Water Demand Calculations


FLOW IN
S No DESCRIPTION
M3/HR
1 Water required for Tower Monitors (3 x 5678
1022.04
lpm)
2 Water required for Jumbo nozzles (3 x 6000
1080
lpm)
3 Water Requirement for Supplementary hose
144
requirement
Total 2246.04
NOTE: Since sources of water from sea, there is no requirement of fire water tanks.
3.6 Fire Fighting Facilities
The fire fighting facilities are to be provided at the jetty as large quantities of
inflammable products handled at the installation pose a great threat to their own
safety as well as of the surroundings. The fire fighting system shall conform to
statutory and technical norms such as OISD, NFPA etc.
The fire fighting facilities shall consist of:
a) Water source as sea water
b) Fire Water Pump House
c) Electrical Substation (PCC & MCC)
d) Control Tower
e) Fire Hydrant System
f) Tower Monitors
g) Ground Monitors
h) Jumbo Water Curtains
i) Fixed Foam System
j) Fixed International Shore Connection

150
SECTION: C3
V.O.CHIDMABARANAR PORT TRUST

DESIGN PHILOSOPHY OF FIRE FIGHTING SYSTEM

k) Gas/Flame Detection System


l) Manual Call Point System
m) Remote Control Valves and Panels
n) Flame proof Electrical Fittings
o) PLC System & Control Cables
p) DCP protection system
q) Potable Fire Equipment
r) Mobile fire fighting equipment as per OISD 156
s) Fire Alarm/Communication System
The fire fighting facility at the marine terminal shall be designed on the following
basis:
a) One single largest risk shall be considered for providing fire protection
facilities. In the present case the marine terminal is being developed to
receive Below`40000 DWT LPG VESSELS.
b) In case of fire on ship tanker, the ship will be towed to away to the jetty and
the fire water protection for ship tanker will be treated as first aid till towing
is done.
c) Firewater facilities shall be designed on the basis that city fire water is not
available close to the installation.
d) All facilities shall be covered by hydrant system.
e) Tower mounted water/foam monitors shall be provided for the protection of
loading arm and providing first aid to tankers.
f) Water curtains shall be provided for segregation of loading arms/piping
manifold from ship tanker in the event of fire of either of these facilities.
g) Manual/Automatic below deck fixed water spray system or pile fire-proofing to
protect berth structure and installation shall be provided.
h) Jetty shall be provided with Tower mounted water /foam monitors and hydrant
service & Water curtains
i) Dry Chemical Powder (DCP) protection shall be provided.
3.7 Tower Mounted Water cum Foam Monitors
Some of the key features of proposed Tower Mounted Water cum Foam Monitors
are as follows:
a) The monitors shall be remotely operated from control station at terrace level
of the Fire water Pump house from where monitors will be clearly visible.
b) The monitor is tapped from firewater network system through a ROV gate
valve and shall be installed at the suitable height on the tower such that it
will cover the deck of the largest tanker in the lightest condition at spring
tides at the jetty. At the downstream of the motorized gate valve same has
to be approved by PESO an inline balance proportioner shall be installed.
c) To feed foam to the tower mounted monitor atmospheric foam concentrate
storage tank, foam pumping system is considered at the fire water pump
house. The discharge header from foam pump shall be connected to the

151
SECTION: C3
V.O.CHIDMABARANAR PORT TRUST

DESIGN PHILOSOPHY OF FIRE FIGHTING SYSTEM

pressurized foam concentrate pipe, which will be laid parallel to the hydrant
header throughout jetty terminal.
d) Tapping shall be taken from foam concentrate header and will be connected
to the foam line of inline balance proportioner of each tower mounted
monitor through a manual isolation valve (normally open).
e) The piping and valves handling foam concentrate shall be of Stainless Steel.
Foam concentrate shall be AFFF type and MOC of tower mounted water cum
foam monitor shall be Stainless steel.
f) Detailed Fire water pump capacity, foam pump capacity and foam
concentrate storage requirement shall be shown in P&ID
3.8 Automatic Water Curtain System (Jumbo Nozzles)
It is proposed to install automatic water curtain systems to segregate loading /
unloading arms / piping manifold and ship tanker of the Jetty.
Key features of the system shall be:
Automatic water curtain system shall be tapped from separate firewater network
system and majorly consists of Remote Operated Valve along with isolation valves,
piping network for water curtain, detection network.
3.9 Portable Fire Extinguisher
The portable fire extinguishers are proposed to be located in all facilities /
buildings and these can be used for extinguishing small fires. Portable
extinguishers shall be provided as per Table -5 of OISD-156.
The extinguisher locations are decided based on following considerations:
a) Travel distance of 15 meters maximum,
b) Uniform distribution,
c) Easy accessibility,
d) Nearness to doors, windows, emergency doors and escape routes
3.10 Brief Specifications of Major Fire Fighting Components
a) Piping materials shall be ASTM 106 Grade “B” Sch.Std.,
b) Isolating valves shall be gate valves of cast steel construction for hydrant
system/ water curtain system. The isolation valve used in Foam concentrate
line shall be of stainless steel.
c) Hydrant valves shall be 63mm SS-316 ISI marked oblique pattern conforming
to IS: 5290 Type A.
d) Branch pipes with nozzle shall be 63mm SS-316 ISI marked short pattern
(other than fog nozzles) conforming to IS: 903.
e) Fire hoses for hydrants shall be 63mm, Rubber-lined, with SS-316
instantaneous couplings duly bound at either end or conforming to IS: 636
Type-B.
f) Hose cabinet shall be fabricated out of Carbon (Mild) Steel; SWG 18 Gauge
with epoxy painted, with 3mm thick glass fronted doors suitable for holding
two nos. fire hoses, one branch pipe with nozzle and one no. nozzle spanner.

152
SECTION: C3
V.O.CHIDMABARANAR PORT TRUST

DESIGN PHILOSOPHY OF FIRE FIGHTING SYSTEM

g) First aid hose reel shall confirm to IS:884 and be provided with 36m long x
20mm dia. rubber hose pipe and gun metal shut-off nozzle.
h) Tower mounted monitor shall be UL listed or FM approved.
3.11 Compressed Air System
The compressed air system is planned for all pneumatic controlled valves in the
fire fighting system and user requirements during the operation of the jetty. The
system consists of the 2 nos. (1W+1S) of Non-lubricated, the capacity of Air cooled
Screw compressors will be finalized during detail engineering. The Air compressors
should have the following equipments. The capacity of Air Compressor will be
decided during details engineering.
a) 2 nos. (1 Working + 1 Stand by) Heatless Type Air Dryer with automatic
drain system
b) 1 no. of Air Receiver
c) Air compressor should run with PLC Control System.
The compressed air system shall be located at the fire water pump house under
shelter and a compressed air piping of suitable diameter with MOC as SS316L shall
be routed from the pump house to the valves provided at Jetty.
3.12 FIRE DETECTION, ALARM & COMMUNICATION SYSTEM
3.12.1 Fire Detection System
The most important component of fire protection system for Port Terminals is
detection and alarm system. Timely detection of fire at an early stage will help
in early extinguishing the fire, thus prevent it to become major fire.
For the purpose, fire alarm system consisting of manual call points (break glass),
automatic gas/ smoke/ heat detectors, release & inhibit switches for fire
suppressment clean agent. Conventional or micro-processor based data gathering
fire alarm and central fire alarm panel, mimic panels & associated equipment
are provided.
Fire alarm and detection system shall conform to the latest edition of OISD
156and Indian & International Standards. In addition, all equipment shall
conform to the provisions of Indian Electricity rules (CEA), other statutory
regulations in force from time to time.
Detectors which are provided in the control room below false floors, above false
ceiling or generally hidden should have external response indicator sited at
prominent places.
Fire alarm and gas detection system should derive its power from either mains
electricity supply (UPS supply) or the standby power supply that should be
immediately available in the event of failure of normal supply so as to maintain
the equipment in ready condition of taking the maximum load.
Gas detectors will be provided to give a warning of the presence of flammable
gases or vapours in air, well before they reach explosive concentrations.
Normally, the detector provides audio- visual alarm signals. These signals are

153
SECTION: C3
V.O.CHIDMABARANAR PORT TRUST

DESIGN PHILOSOPHY OF FIRE FIGHTING SYSTEM

further used to control action such as increasing ventilation or shutting off the
source of gas. Gas detector can also be used for tracing leaks and checking that
vessels or trenches are gas free before entering.
Following areas shall be provided with Smoke/ Flame / Heat & gas detectors with
alarm and/or system to actuate relevant fire suppression system:
a) Computers/ Process control rooms
b) Unmanned electric substations / MCC rooms - Cable galleries
3.12.2 FIRE ALARM SYSTEM
Electrical/hand operated fire siren shall be installed at suitable location in
installation. The operating switch buttons shall be located near the Risk Area at
a safe, identifiable and accessible location. In case of installations having area
over 15 acres, manual call points may also be considered. The fire alarm shall be
different from shift sirens.
3.12.3 COMMUNICATION SYSTEM
Adequate communication system like Intrinsically safe walkie-talkie system (3
Number Minimum) should be considered and also a separate OFC will run from
the control room to the Port centralized Fire Station.
3.12.4 MANUAL CALL POINT SYSTEM
Manual call point’s strategic location shall be provided on Jetty for emergency
response audio visual alarm at control room.
3.12.5 GAS DETECTION SYSTEM
Hydrocarbon gas detectors shall be provided along LPG jetty at locations where
there is chance of gas leakage. These areas are mainly loading arms/Manifold
area etc.

154
SECTION: C4
V.O.CHIDMABARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR ELECTRICAL
SYSTEM

4.0 SCOPE OF WORK:


The Scope of Work is general in nature & forms the guidelines for detail
engineering, supply installation and commissioning of Jetty fire fighting system
as per the recommendation of OISD 156 Latest Edition
This document (Electrical scope of work) shall be read in conjunction with the
other sections of Tender Documents.
Where equal but conflicting requirements arise between this Scope/Specification
and the reference documents, such conflict shall be brought to the attention of
the VOCPT in writing.
Detailed Scope of work for all interfacing jobs shall be prepared and submitted
along with schedules for shut-down if any as a part of the detail engineering, for
VOCPT review and approval.
This document along with the electrical design basis, electrical scope of works,
packaged equipment data sheets, electrical functional specifications, electrical
installation standards and other related drawings / documents provided in this
package including any clarifications issued in the form of corrigendum /
addendum will form part of contractor’s complete electrical scope of work.
The designed electrical system shall provide.
a) Safety to personnel and equipment
b) Reliability of service
c) Minimum fire risk
d) Ease of maintenance and convenience of operation
e) Adequate provision for future expansion and modification
f) Maximum interchange ability of equipment
g) Protection of all electrical equipment
h) Fail safe features.
4.1 DETAILED ENGINEERING:
Complete design & detailed engineering consisting of all engineering documents
necessary for proper procurement including sizing and selection of electrical
system / equipment / cabling / earthing / lighting required at four jetties,
installation, testing and commissioning of the complete system as per OISD-156. On
the basis of information included in this bid package and collected by contractor
from site, the contractor shall finalize all design data to carry out engineering.
Contractor’s scope shall include but not be limited to preparation / finalization of
the following:
a) Electrical system.
➢ Load data and load analysis.
➢ Calculations for illumination and lighting system, earthing system, cable
sizing, Lightening protection and cable tray sizing etc.

155
SECTION: C4
V.O.CHIDMABARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR ELECTRICAL
SYSTEM

b) Detailed overall single line diagram (SLD) and single line diagrams for various
switchboards / distribution boards etc. based on calculations and vendor’s
input / relevant information.
c) Development of detailed control & protection schematics and logic diagrams
for switchboards, panels and other equipments.
d) Sizing and selection of all equipments including MV switchgear, distribution
boards if required.
e) Lighting distribution system for new facilities.
f) Preparation of engineering documents such as complete equipment list.
Preparation of drawings such as equipment layout, overall and area wise
cabling, area wise earthing etc. including associated documents like
complete cable schedule, lighting / power panel schedule, cable tray /
trench sizing, equipment earthing details, installation details, block / logic
diagrams etc., complete with material take-offs.
g) Preparation of all interconnection drawings.
h) Earthing system in accordance with relevant codes / specifications of Bureau
of Indian Standards.
i) Preparation of all bills of materials for earthing and miscellaneous items.
j) Preparation of purchase specifications for all electrical equipments,
materials etc.
k) Preparation of inspection and testing procedure, testing and commissioning
schedules of various electrical equipments to be tested at site and
developing test formats to keep proper records of such tests for all electrical
equipments.
l) Review of sub-vendor / supplier’s drawings & documents and specifying
deviations (if any) along with reasons / justifications / clarifications thereof,
prior to submission to owner for review / records (comments with resolution
by vendor shall also be submitted along with).
m) Preparation of all other documents as listed in enclosed Vendor Data
Requirement format.
n) Contractor’s scope includes obtaining all relevant data from site regarding
fault level, existing power transformer capacity etc. Required for the
detailed engineering.
o) All equipments shall be suitable for hazardous area.
i. OISD - 113
ii. API-RP - 500
iii. IS - 5572 / 5571
iv. IEC – 79
v. BS – 5345
In case of any conflict amongst the above, the more stringent shall be followed.
The Following factors shall be considered for proper selection of equipments for
use in Hazardous area:
Area classification i.e. Zone-0, 1 or 2

156
SECTION: C4
V.O.CHIDMABARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR ELECTRICAL
SYSTEM

Gas group classification: The characteristics of the gas or vapour involved in


relation to the ignition current or minimum ignition energy and safe gap data.
Temperature classification: The ignition temperature of gas or vapour involved or
the lowest value of ignition temperature if more than one combustible material is
present.
Environmental conditions in which equipments are to be installed: The selected
electrical equipments shall be suitably protected against corrosive and solvent
agents, water & moisture ingress, thermal and mechanical stresses as determined
by the environmental conditions.
The types of protections generally used for electrical equipments in hazardous
areas are as follows:
➢ Zone 0 - Intrinsically Safe, Type of Protection “i”.
➢ Zone 1 - Intrinsically Safe, Type of Protection “i”.
➢ Flameproof equipment, Type of protection “d”.
➢ Pressurized enclosure, Type of protection “p”
➢ Sand filled equipment, Type of protection “q”.
➢ Other electrical apparatus specifically designed
➢ For zone 1, Type of protection ”s”.
➢ Zone 2 - Protection as suitable for Zone-0 / Zone-1.
Electrical equipments to be used in hazardous area shall possess type test
certificates from one of the following recognized testing and certifying
authorities.
PESO: Petroleum Explosive Safety Organisation
While submitting material requisitions for various equipment, contractor to ensure
that same shall also include filled-in data sheets, vendor qualification criteria,
approved sub-vendor list, functional specifications, and electrical design criteria.
Vendor data requirement, quality assurance plan, deviation list (if any) etc.
4.2 DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING:
Design, supply, installation, testing and commissioning of the following equipments
including all procurement activities like preparation of material requisitions,
technical queries, technical bid analysis, purchase etc. for all installations under
this project.
Requirement of equipments/ facilities detailed in this section given below are
applicable to oil jetty at VOCPT as per Electrical facilities envisaged. The scope of
items/equipments for supply and their execution shall be following but not limited
to:
Indicative Scope of Supply (Electrical Details)Table No.2
S No. Description Requirement
1. Distribution Transformer Bidder shall check the adequacy of
existing transformer/feeder
considering the total load

157
SECTION: C4
V.O.CHIDMABARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR ELECTRICAL
SYSTEM

requirement of the fire fighting


system, Lighting, Utilities in
addition to the existing connected
load to the transformer. During
evaluation if the existing
transformer found to be
inadequate, bidder shall provide
new dedicated transformer and
further distribution system
including panels, cables,etc. and
the same has to be bid separately
as a new item along with the
proper SLD in the technical bid.
2. Diesel Generators Yes
3. EOT crane 5 Ton
4. Air Compressors Yes
5. UPS system Yes
6. Motor Panels Yes
7. Push Button Stations Yes
8. Capacitor panels Yes
9. Automatic power factor control panels Yes
10. Cable sizing Yes
11. Earth Pits Yes
12. Cabling Yes
13. Lightning Protection Yes
14. Earth Conductors Yes
15. FLP Cable Trays Yes
16. UG Cable buried trenches & markers Yes
17. Battery charger with battery Yes
18. ASB-Auxiliary power supply Yes
distribution board AC
19. Erection, commissioning, tools and Yes
accessories
20. Suitable Exhaust fan in pump house& Yes
Control room
21. Internal illumination and Yes
electrification including wiring &
Installation of fixture, switches, fan,
conduits, Brackets, junction boxes,
emergency light fixture with battery
backup etc., in Pump hose, Main
Control room and electrical room.
22. Street light poles of 10 meters height Yes

158
SECTION: C4
V.O.CHIDMABARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR ELECTRICAL
SYSTEM

with 120 watts LED lamps on the


approach from jetty to pump house
and control room
23. High mast as per client requirement Yes
24. Electrical insulation floor mats of Yes
suitable grade as per operating voltage
25. Load details for, EOT, fire water
pumps, jockey pumps, foam pumps,
motor operated valves, sump pumps, ,
High Mast lighting tower, Street
lighting and internal lighting
26. Single line diagrams& Load details Yes
27. Obtaining approval from Central Yes
Electricity Authority (CEA) for the
electrical installations covering under
the regulations of CEA. All electrical
equipment supplied by the bidder shall
have CEA approval.

4.3 Installation Lighting


For illumination of the unlighted outdoor area (e.g. open area, process area,
street including bye roads, approach roads to various facilities etc.) coming under
each installation and classified area such as jetty area FLP (IP66) enclosure type
Well glass / Bulk Head Luminaries with LED light fixtures shall be considered. The
quantity of lamps shall be worked out as per site conditions.
a) Lighting fixtures, lamps and complete accessories / associated equipments
required for lighting of jetties / Approach road/ lighting shall be energy
efficient LED fittings shall be provided. The exact number of fixtures required
for different locations shall be worked out during detailed engineering and
shall fulfil the minimum illumination level criteria as per OISD and IS standards.
The minimum requirements are listed below:
Illumination Area Level in LUX
Roads, approach Walk ways & Fence 10
Pump houses 100
Main operation platforms and access stairs 60
Ordinary platforms 20
General Process areas, pipe rack, Heat exchanger, 60
cooling tower, separators
Switchgear room 200
Battery room 150
Control room 300
Stairs 100
Transformer bay /cellar 100

159
SECTION: C4
V.O.CHIDMABARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR ELECTRICAL
SYSTEM

Pressurization & Air conditioning room 150


Warehouse 100
Office in non-plant buildings 300
Laboratory 300
Workshop/Machine shop 200
Admin building /General area 100
Building entries 30
Mechanical equipment and service area 50
Loading Platforms 150
Toilet / Locker room 50
Compressor area 150
Storage buildings 50

b) Earthing Material and Accessories:


Earthing conductors, earth plates, earth electrodes / pits and other
earthing accessories required for the complete earthing system, including
equipment earthing. Soil survey shall be submitted by VOCPT for design of
earthing system and earth grid.
All electrical equipment supplied by the contractor shall be automatic
power factor compensation equipment type.
c) Sun /Rain Canopies:
Sheet steel canopies made of 14 SWG MS sheet, epoxy painted for all
motors, junction boxes, local control stations & other electrical equipments
located outdoor.
d) Cable Trays / Cable route marker/Trenches & Accessories:
All materials and accessories of cable trays, supports, rack-risers, ducts,
trenches and making of RCC lined / buried cable trenches, route markers
etc as required, shall be in contractor’s scope.
e) Cables and Accessories:
Required power and control cables along with its accessories i.e. PLC
sensors/ other sensors indicating equipment/relays/meters/ Actuating
valves shall be connected through PLC system with a display arrangement
to monitor the entire fire fighting system termination and connections
including supply of all termination kits, glands, lugs, markers, tags plates
etc. Multi Cable Transit (MCT) shall be used for cable passage inside the
PMCC and or Substation Room.
All cables shall be XLPE, copper.
4.4 General Requirements:
a. Contractor shall perform sizing, supply, laying, termination / connection
and testing of all required cables for power, control, auxiliary and lighting
circuits and any other cables as required.

160
SECTION: C4
V.O.CHIDMABARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR ELECTRICAL
SYSTEM

b. Contractor shall perform supply, erection, testing and commissioning of


all materials and accessories of hot dipped perforated GI/ FRP cable trays
and making of RCC lined / buried cable trenches as required.
c. Contractor shall perform all associated civil works, as required.
d. Contractor shall perform fabrication, supply, erection and painting of steel
structural supports required for various electrical equipment such as
overhead cable trays etc. Execution of work if any underground or above
ground existing facilities are encountered, the contractor has to ensure that
the new facilities being constructed do not interfere with the existing
facilities. Contractor shall inform the PORT of such facilities and re-routing of
these facilities shall be done by the company.
e. Supply of power, welding facility at site will be in the scope of
Contractor
f. Bidders are advised to visit the site well in advance (prior to bidding) so as to
make Appropriate assessment of the job.
4.5 Minimum clearances on various equipment:
a. Front clearance for switchboard/ panels - 2000mm for MV Switch Boards.
b. Rear clearance for panels requiring maintenance from rear -
1000mm for MV Switch Board.
c. Rear clearance for panels having access from front only - less
than 200 mm or more than 750 mm.
d. Side clearance between two switchboards or from nearest obstruction -
1500mm
e. Battery rack to rack clearance - 750 mm
f. Battery rack to wall / clearance - 750 mm
g. Front clearance for wall mounted equipments - 1000mm
h. Front clearance for operator station/ annunciation / control panel -
2500mm
i. Head room clearance for overhead equipments -2000 mm
j. Vertical clearance above the top of the highest equipment shall be minimum
1500mm from roof slab.
k. The necessary electrical insulation pads shall be provided wherever the
electrical panels are operated.
Contractor shall make all arrangements and mobilize equipment for the
construction of complete electrical system equipment.
(i) Recommended pre-commissioning checks for switch gear, PDB and other
packaged items.
(ii) Checking of electrical equipments for proper earthing, continuity,
insulation resistance and secondary injection test of relays after
insulation resistance test.
(iii) During the pre-commissioning /commissioning of electrical system i.e.
Illumination level checking, earthing system checking, Electrical power
continuation checking

161
SECTION: C4
V.O.CHIDMABARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR ELECTRICAL
SYSTEM

Clearing of all unused materials from the premises and depositing the same at a
place indicated / approved by engineer-in-charge.
Supply and installation of all other material, accessories and consumables not
specifically mentioned herein but nevertheless necessary to complete the work as
per good engineering practice without any extra cost and time to the PORT.
4.6 PAINTING:
The painting procedure to be followed for all equipments and panels is as
described below:
All metal surfaces shall be thoroughly cleaned and de-greased to remove mill
scale, rust, grease and dirt. Fabricated structures shall be pickled and then rinsed
to remove any traces of acid. The under-surface shall be prepared by applying a
coat of phosphate paint and a coat of yellow zinc chromate primer. The under-
surface shall be made free from all imperfections before undertaking the finished
coat. After preparation of the under-surface, the panels shall be spray painted
with two coats of epoxy-based final paint or shall be powder-coated. The colour
shade of the final paint shall be shade 631 (light grey) as per IS-5. Spray-painted
finished panels shall be dried in staving ovens in a dust-free atmosphere. All
unpainted steel parts shall be cadmium plated or suitably treated to prevent rust
and corrosion. All hardware shall be corrosion resistant. All joints and connections
of the panel members shall be made of galvanized, zinc passivity or cadmium
plated, high tensile strength steel bolts, nuts and washers, secured against
loosening.
4.7 Electrical Design
Contractor shall prepare the following drawing:
i. Single line diagram.
ii. Lighting calculations & Layouts.
iii. Power cable calculations & Layout.
iv. Earthing calculations & layout.
v. Lighting SLD
vi. SLD for light in- door and out- door lighting fixture hook-up
vii. Equipment layout drawings and equipment datasheets.
viii. Overall power cable layout.
ix. Overall hazardous area layout drawing.
x. Power, lighting and earthing layout for various rooms/sheds/areas.
xi. Over all power/earthing layouts.
xii. Cable schedule/MTO/Datasheets
xiii. Control schematics
xiv. Any other drawings/documents as desired by VOCPT for the scope of works.
4.8 General
The contractor shall work as per the drawings and designs described in the Tender
document and the best current engineering practice. Particular attention shall be
paid to internal and external access to the electrical equipment in order to

162
SECTION: C4
V.O.CHIDMABARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR ELECTRICAL
SYSTEM

facilitate inspection, cleaning and maintenance. The contractor shall comply with
latest code of practice as applicable published by the Bureau of Indian Standards.
Care shall be taken so that materials and equipment supplied by contractor shall
be the standard catalogued products of manufacturers regularly engaged in the
manufacturer of such products and shall be of the latest standard designs that
conform to the specific requirements.
i. Essence of design shall be safety, simplicity and reliability in order to give
long continuous service with high economy and low maintenance cost.
ii. All equipment shall be designed to minimize the risk of fire and any damage
which may be caused in the event of fire.
iii. The design shall comply with relevant codes and regulations listed.
iv. All apparatus, equipment and works shall be so designed that they provide
satisfactory service and without any harmful effects for prolonged and
continuous periods in the worst climatic conditions, stated hereinbefore.
v. The reference design ambient temperature for all electrical equipment shall
be taken as 45°C and suitable de-rating shall be applied based on published
data against the most severe conditions encountered at the site, by reducing
the permissible temperature rise above the ambient level for equipment as
applicable.
4.9 Errors, Omissions and discrepancies
In case of errors, omissions and discrepancies between technical specification,
schedules and drawings the following order shall prevail:
i) MOM with contractor in reverse chronological order.
ii) Technical specifications
iii) Tender drawings
iv) Schedule of Quantities
v) Bureau of Indian Standards
vi) International Standards
vii) In all case of doubt or omissions or discrepancies noticed in any item of
work any drawing, the decision of the Engineer’s Representative shall be
final and binding on the contractor.
4.10 Other Technical Requirements
The contractor shall arrange all instruments, materials and labour involved in
setting out the works to the satisfaction of Engineer’s Representative.
4.11 Standards and Regulations
The design and manufacture of electrical equipment shall conform as a minimum
to applicable codes, regulations and standards published by the following bodies:
a) BIS : Bureau of Indian Standards
b) IER : Indian Electricity Rules
c) BSI : British Standard Institution
d) ISO : International Organization for Standardization
e) IEC : International Electro-Technical Commission
f) IEEE : Institute of Electrical & Electronics Engineers

163
SECTION: C4
V.O.CHIDMABARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR ELECTRICAL
SYSTEM

g) NFPA : National Fire Protection Association


h) NEC : National Electrical Code
Following is the list of some of the directly applicable Standards particular to the
equipment. The Contractor shall comply with the latest edition of the following
and other relevant Indian standards, not covered shall also be applicable.
Standards Title
IS:5 Colors for Ready Mix Paints IS:325
IS:325-1996 Three phase moors(3amendments)
IEEE:80-2000 Guide for Safety in AC Substation Grounding
IS:694-2010 PVC Insulated Unsheathed and Sheathed Cables/Cords with rigid
and Flexible Conductor for rated voltages upto and including
450/750 V
IS:900-1992 Code of practice for installation and maintenance of induction
motors
IS:1231-1974 Dimensions of three phase foot mounted induction motors (4
Amendments)
IS:2026 Power Transformers
IS:3231- Electrical Relays for Power System Protection
1986,1987
IS:3452-1966 Toggle Switches (3 Amendments
IS:3528-1966 Waterproof electric lighting fittings
IS:3637-1966 Gas operated relay (1 Amendment)
IS:3646 Code of Practice for Interior Illumination
IS:3725-1966 Resistance wire, tapes and strips for heating elements (3
Amendments).
IS:3842-1966 Application guide for electrical relays for ac systems
IS:3961-1967 Recommended current ratings for cables: Part 2 PVC insulated and
PVC sheathed heavy duty cables (Part II-2 Amendments)
IS:3975-1999 Mild steel wires, strips and tapes for armouring cables
IS:4029-2010 Guide for testing three phase induction motors
IS:4794-1986 Push Button Switches (Part 2)
IS:4889-1968 Methods of determination of efficiency of rotating electrical
machines (2 Amendments)
IS:5082-1998 Wrought aluminium and aluminium alloy bars, rod, tubes and
sections for electrical purposes (2 Amendments)
IS:5216-1986 Guide for safety procedure to practices in Electrical work
IS:5561-1970 Electrical power connectors
IS:5578-1984 Guide for marking of Insulated Conductors
IS:5831-1984 PVC insulation and sheath of electric cables (2 Amendments)
IS:6362-1995 Designation of methods of cooling for rotating electrical machines
IS:7752-1975 Guide for improvement of power factor in consumer installation:
Low and medium supply voltages

164
SECTION: C4
V.O.CHIDMABARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR ELECTRICAL
SYSTEM

IS:7816-1975 Guide for testing insulation resistance of rotating machines


IS:8130-1984 Conductors for insulated electric cables and flexible cords
IS:8789-1996 Values of performance characteristics for three phase induction
motors
IS:9385-1983 High Voltage Fuse
IS:9537-1983 Conduits for electrical installations (2 Amendments)
IS:9792-1987 AC Electricity Meters
IS:11353-1985 Guide for Uniform System of Marking and Identification of
Conductors and Apparatus Terminals
IS:12065-1987 Permissible limits of noise level for rotating electrical machines (1
Amendment)
IS:12075-2008 Mechanical Vibration of Rotating Electrical Machines with Shaft
Heights 56 mm and Higher - Measurement, Evaluation and Limits of
Vibration Severity
IS:15885 2012 Safety of Lamp Control Gear, Part 2 Particular Requirements
(Part2/Sec13) Section 13 d.c. or a.c., Supplied Electronic Controlgear for LED
Modules
IS:16101: 2012 General Lighting - LEDs and LED modules – Terms and Definitions
IS:16102 (Part 1) Self- Ballasted LED Lamps for General Lighting Services Part 1
: 2012 Safety Requirements
IS:16102 (Part 2) Self- Ballasted LED Lamps for General Lighting Services Part 2
: 2012 Performance Requirements
IS:16103 (Part 1) Led Modules for General Lighting Part 1 Safety Requirements
: 2012
IS:16103 (Part 2) Led Modules for General Lighting Part 2 Performance Requirements
: 2012
IS:16104 d.c. or a.c. Supplied Electronic Control Gear for LED
2012 Modules - Performance Requirements
IS:16105: 2012 Method of Measurement of Lumen Maintenance of Solid State Light
(LED) Sources
IS:16106: 2012 Method of Electrical and Photometric Measurements of Solid-State
Lighting (LED) Products
IS:16107Part 1) : Luminaries Performance Part 1 General Requirements
2012
IS:16107-1: 2012 Luminaries Performance Part 2 Particular Requirements Section 1
LED Luminaries
IS:16108: 2012 Photo biological Safety of Lamps and Lamp Systems
IS:60034-52000 Rotating electrical machines : Part 5 Degrees of protection
provided by the integral design of rotating electrical machines (IP
CODE) – Classification
IS:60470-2000 High-Voltage Switchgear Alternating Current Contactors and
Contactor Based Motor Starters

165
SECTION: C4
V.O.CHIDMABARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR ELECTRICAL
SYSTEM

In addition to Codes and standards, the installation works shall also conform to the
requirements of following:
a) Indian Electricity Act and Rules
b) Fire insurance regulations
c) Regulations laid down by Chief Electrical Inspector
d) Regulations laid down by the Factory Inspector
e) Regulations for the electrical equipment of Tariff Advisory committee
f) Any other regulations laid down by the authority
g) Regulation of Pollution Control Board
4.12 Standardization
Care shall be taken so that the materials and equipment are standard catalogued
products of manufacturers regularly engaged in manufacture of such products
and shall be of the latest standard designs conforming to specification
requirements. Design shall also be based on similar types of electrical equipment
supplied from one manufacturer, utilizing interchangeable parts wherever
practicable. Materials and equipment incorporated shall be of a type for which
spare parts and replacements are readily available in India.
4.13 Diesel Engine
The engine shall comply with the requirements of relevant BS 649/BS 5514.
Engine shall be designed for maximum reliability ensuring uninterrupted
operations. Engine shall be capable of delivering 10% overload for a period of
one hour in any consecutive twelve (12) hour period. The values of rating,
rotative speed and brake mean effective pressure (BMEP) for a specific engine
design will not be accepted unless they are published as catalogue data.
Engine shall be heavy duty, industrial type four stroke delivering matching BHP
at 1500 rpm, turbo charged, radiator cooled, suitable for standby duty. Engine
and auxiliary system shall be designed for safe start, stop and running on high
speed diesel (HSD). Engine performance shall confirm to ISO:3046/BS:5574.
Engine governor shall be electronic. The set shall be capable of accepting at
least 60% of rated load in a single step from an initial start-up condition.
Filters of the replacement element type shall be provided on the engine for fuel
oil, lubrication oil and air intake.
Engine starting shall be 24V DC battery system designed so that at least two
separate attempts can be made, to prevent complete loss of starting capacity
in one attempted engine start. Sizing of starting system shall be in accordance
with the engine manufacturer's recommendations, but in no case should the
storage capacity be less than 30 seconds of cranking. An automatic static
battery charger which possesses characteristics of "Zero-float" and positive
charging shall be used. An engine-driven battery-charging generator is not
acceptable. Batteries shall be maintained in a warm (20ºF to 110ºF) atmosphere

166
SECTION: C4
V.O.CHIDMABARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR ELECTRICAL
SYSTEM

to assist in quick starting. The battery system shall be of lead acid automotive
type.
Flywheel guards shall be provided as required.
An engine control unit free from vibrations comprising of the following devices
with sensors (mounted at engine) shall be provided as minimum:
a) Water temperature gauges for jacket water temperature
b) Water pressure gauge
c) Tachometer for engine speed
d) Lubricating oil, pressure and temperature gauges
e) Automatic shutdown and indication for low lubricating oil pressure, over
crank, low coolant level, high cooling water temperature and engine over
speed.
4.13.1 Engine Auxiliaries
A. Cooling System
Cooling system shall be radiator type. Anti-freeze liquids and corrosion
inhibitor as recommended by engine manufacturer shall be used to obviate
the danger of damage occurring from the use of incompatible or improper
liquids or inhibitors.
B. Intake and Exhaust System
a) A residential type exhaust silencer of suitable size for exhaust run shall be
provided complete with all support frames etc. to reduce engine exhaust
noise. It should be kept as straight as possible.
b) Dry type air-inlet filter, exhaust manifold, mufflers shall be used. Type of
filter selected shall be to fit the environmental conditions at site.
c) Combustion air shall be taken directly from outside.
d) Air-intake and exhaust shall be so located as to preclude the
contamination of fresh air with exhaust gases.
e) To dispose of the radiant heat given off by the exhaust pipe, sheet metal
ductwork shall be supplied with 50 mm of space between the ductwork
and the exhaust pipe.
C. Fuel Oil System
a. Fuel-injection system shall be complete with PT fuel pump, injectors,
fuel filters and self-contained piping.
b. System shall generally comprises of:
I. Day tanks of capacity for 10 hour running at 75% load.
II. Pumps required for conveying fuel from day tank to engine.
III. Critical pumps should be provided in sets (1 working + 1 standby)
IV. Day tank shall also act as a relief and by-pass tank for fuel oil that is
circulated to the injectors whereupon any excess fuel is by-passed
back to the day tank.

167
SECTION: C4
V.O.CHIDMABARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR ELECTRICAL
SYSTEM

D. Fuel Filtering System


Primary filtering system shall be located at day tank inlet. In addition, engine
shall have secondary filtering system. Both filters shall be capable of
absorbing water.
E. Lubricating Oil System
Pressure lubrication system shall be used. Filter shall be of simplex type with
paper element. Full flow lubricating oil filter can be mounted on the
lubricating pump or remote mounted with flexible lines.
F. Piping and other Associated Connections
All piping, flexible connections, flange valves, seals, fittings etc. shall be
supplied by the Contractor for all the associated auxiliaries of equipment.
G. Alternator
The Generator shall be air cooled, brushless, 3 phase, fan ventilated,
synchronous type fitted with heavy duty, long life ball or roller bearing with
forced lubrication or lubricant packed (which is a mandatory minimum
requirement for the equipment) for approximately 4000 hours of running
without attention. The alternator shall be manufactured in accordance with
BS 2613 IEE-341 or as per relevant BIS, ISO, DIN, NEMA, standard. The unit
shall be horizontally mounted. Enclosure shall possess minimum IP23 degree
of protection.
Insulation throughout shall be class H, temperature rise by resistance.
All windings shall be impregnated to allow operation in climatic conditions
specified in this volume.
The Alternator shall be provided with following minimum accessories:
a) Resistance temperature detectors
b) Bearing temperature detectors
c) Space heaters.
H. Basic Ratings
The basic ratings of the Alternator shall be as follows:
a. Rated voltage: 415 Volts
b. Speed: 1500 rpm
c. Rated power output: As specified (Continuous rating)
d. Frequency: 50 Hz
e. Number of phases: Three
f. Power Factor: 0.8
g. Type: Brushless, synchronous, self-excited self-regulated
h. Neutral Earthing: Solid grounding
i. Voltage regulation: +1% of rated voltage from no load to full load at
any power factor between 0.8 lagging and unity
j. Type of cooling: Self cooled fan ventilated
k. Metering and AMF Control Panel

168
SECTION: C4
V.O.CHIDMABARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR ELECTRICAL
SYSTEM

This is intended for operation of DG set in auto mode. Panel shall be of sheet
steel construction, free standing, floor mounting, top entry with front and
rear access. Interior wiring of the cubicle shall be looped and clipped. All
wire ends shall be clearly identified. Any printed circuit boards shall be
tropicalized.
Following metering and protection devices as a minimum requirement shall
be included in each panel:
a. Metering Instruments
i. Digital Voltmeter
ii. Digital Ammeter
iii. Frequency meter
iv. KW meter
v. Battery voltmeter
vi. Power factor meter
vii. Hours run indicator
viii. KWH meter
ix. KVAR meter
x. Excitation current ammeter
xi. Excitation voltmeter
xii. Engine Speed Indicator
b. Push Buttons
i. Engine start PB.
ii. Engine Stop PB.
iii. Lamp Test PB.
iv. Reset PB.
v. Emergency Trip PB.
c Indication Lamps
i. DG set on
ii. Load on DG set
iii. Set running
iv. Mains available
v. Mains failure
vi. Start failure
vii. Generator over current
viii. Generator high voltage
ix. Generator low voltage
x. Earth fault
xi. High engine speed
xii. Low engine speed
xiii. Low fuel level
xiv. High fuel level
xv. Charge failure

169
SECTION: C4
V.O.CHIDMABARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR ELECTRICAL
SYSTEM

xvi. Generator winding temperature high


xvii. High bearing temp.
xviii. Low lubricating oil pressure
xix. High lubricating oil temp.
xx. Engine jacket water temp. high
xxi. Engine jacket water pressure low
xxii. Reverse power
xxiii. Low fuel oil pressure
xxiv. Rotor diode failure
d. Protective Relays
i. IDMT relay (Over current and earth fault)
ii. Over voltage relay
iii. Under voltage relay
iv. Reverse power relay
v. Field failure relay
vi. Differential relay
vii. Phase failure relay
viii. MFT
ix. Voltage – Ph-to-Ph&Ph-to-N
x. Current – line to neutral
xi. Power – kW, kVAH, kVAR (Avg. & Ph. wise)
xii. Energy – kWH, kVAH, kVARH
xiii. Power Factor – Average & Ph. wise.
xiv. System frequency
xv. Import & export kWH & kVARH.
xvi. RS 485 MOD BUS
4.13.2 General Conditions for Electrical Works
a. All electrical works shall be executed to comply with and conform to the
Indian Electricity Act & rules, relevant latest IS and direction of the
Engineer-in-Charge.
b. Electrical items/equipment/cable etc. shall be ordered only after the
samples/ drawings/test certificates submitted are approved by the
Engineer.
c. Equipment/cables etc. shall be duly inspected at manufacturer’s
works/premises by the approved Third Party Inspection Agency and duly
stamped before dispatch.
d. The Contractor shall engage suitable qualified/experienced/licensed
engineering supervisors and skilled personnel with required license for
electrical works as required under IE Rules for execution of electrical works.
e. Layout of all panels/equipment, cable layout & schedule etc. shall be
furnished by the Contractor for approval before starting of work.
f. Cable tags shall be made out of 2 mm aluminium sheet, each tag 1½” dia
with one hole of 2.5 mm dia, 6mm below the periphery. Cable designations

170
SECTION: C4
V.O.CHIDMABARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR ELECTRICAL
SYSTEM

are to be punched with letter/number punches and the tags are to be tied
to cables with piano wires of approved quality and size.
g. Tags shall be tied inside the panels beyond the glanding as well as before
the gland at cable entries. Along trays tags shall be provided at every 5
metres and at all bends.
h. All tests are to be carried out as per relevant latest BIS/IEC codes and
specified copies of test certificates shall be furnished.
i. Earthing work shall be done as per latest BIS and in presence of the
Engineer-in-Charge or his representative.
j. Earthing layout for all equipment shall be furnished for approval before
starting of work.
k. The Contractor shall be responsible to obtain necessary approval from
statutory/ concerned authorities before commencement of works. All
drawings / documents required for such approval shall be prepared by the
Contractor.
l. Inspection / acceptance, in no way shall absolve the contractor from
supplying material as per standards / codes and warranty and other
obligations under the contract.
m. CCOE and CMRI approval of FLP equipment are to be done by the
Contractor. The design and fabrication of LT Panels / Distribution Board
shall be done as per Type Test Certificate of CPRI / ERADA.
n. Galvanized Steel Cable tray /FRP LT Cable tray shall be provided with cover
for laying LT and control cable.
o. Power cable laying in the road shall be as per standard with Hume pipe NP-2
class.
p. HT breaker, Transformer and LT ACP capacity / reading shall be mentioned
in the relevant pages.
q. High Mast Towers shall be provided for lighting arrangements atoff the jetty
area.
r. The entire electrical system design shall be incorporated with multi-
function metering arrangement for all the feeders and the main meter with
a provision to read KWH, KVAH, KVARH, PRPF, AVGPF, Reset count etc., in
HT/LT system arrangement shall be made available at oil jetty Electrical
control room
s. All electrical equipment and panel internals shall be supplied of similar
make for which the VOCPT will have the control and keep the inventory of
same brand/make.
4.14 GENERAL SPECIFICATION OF GENERATOR SET
4.14.1 Intent
This specification is intended to cover the design, manufacture, assembly,
testing at manufacturer's works, packing, transportation, receipt at
site, installation and commissioning of diesel engine or gas engine

171
SECTION: C4
V.O.CHIDMABARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR ELECTRICAL
SYSTEM

driven self-excited generator set complete with all materials and


accessories for efficient and trouble-free operation.
The generator set shall be supplied complete with:
a) Brushless excitation system complete with AVR.
b) Local control panel including control cubicle and associated
auxiliary devices, Generator breaker.
c) AMF panel built-in the local control panel (if specified).
d) Synchronizing panel located in PMCC room (if specified).
e) Any other part/ accessories not specifically mentioned above but
considered necessary for safe and reliable operation.
f) The generator shall be supplied as per the specifications and data sheet.
The capacity of generator as per the requirement of emergency power for
entire fire fighting system equipment, Lighting, Utility loads etc.,
4.14.2 CODES & STANDARDS
The generator shall comply with the latest edition of the following and
other relevant Indian standards.
IS: 5 Colours for ready mix paints & enamels
IS: 2253 Designation for type of construction and mounting arrangement
of rotating electrical machines.
IS: 4691 Degree of protection provided by enclosures of rotating
electrical machinery.
IS: 4722 Specification for rotating electrical machines
IS: 4728 Terminal marking and direction of rotation for rotating electrical
machinery.
IS: 4889 Methods of determination of efficiency of rotating electrical
machines.
IS: 6362 Methods of cooling for rotating electrical equipment.
IS: 7132 Guide for testing synchronous machines
IS: 7306 Methods of determining synchronous machines quantities from tests.
IS: 7372 Lead Acid Storage Battery for Motor Vehicle
IS: 7816 Guide for testing of insulation of rotating machines
IS:10118 Code of practice for selection, installation & maintenance of
switchgear and control gear
IS:12065 Measurement & evaluation of noise in machines
IS:12075Measurement and evaluation of vibration of rotating electrical
machinery
IS:12802Temperature rise measurement of rotating electrical machines
IS:12824 Type of duty and classes of rating assigned to rotating electrical
machines
IS:13364 AC generators driven by reciprocating internal combustion engines
IS:13947 Low voltage switchgear & control gear
In case of imported equipment, standards of the country of origin shall
be applicable if these standards are equivalent or stringent than the

172
SECTION: C4
V.O.CHIDMABARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR ELECTRICAL
SYSTEM

applicable Indian standards.


The equipment shall also conform to the provisions of CEA Regulations
2010 and other statutory regulations currently in force in the country.
In case Indian standards are not available for any equipment, standards
issued by IEC/BS NDE/ IEEE/ NEMA or equivalent agency shall be
applicable.
4.14.3 General Requirements of Generator
Construction
a) The generator set will be driven either by a diesel engine or a gas
engine as specified elsewhere for the generator. The complete
specification for the prime mover is provided in the mechanical
section of the bid package.
b) The generator set with its drive unit shall be suitable for operation
in indoor area having temperature maximum up-to 5°C above, out-door
ambient temperature as given elsewhere in bid package Ventilation
system to maintain inside temperature rise within this limit, if
required shall be provided.
c) The generator shall be directly coupled to the prime mover. The generator
with its prime mover and all auxiliary items shall be mounted on a
steel base-frame fitted with suitable anti-vibration isolators/ pads.
The generator shall be provided with necessary lifting hooks and
two earth terminals on opposite sides for connection to main earth
grids.
d) Generator rating, if specified elsewhere, shall be the net output of
the set at specified site conditions after accounting for all auxiliaries
for the prime mover and the generator.
e) The machine shall be rotating field stationary armature type, brush
less & self-excited. Generator enclosure shall be IP-23 (minimum) with
winding given suitable treatment to render it non-hygroscopic. The
generator winding shall be of class 'F' insulation with temperature
limitation for class The windings and overhangs shall be braced to
withstand the short circuit forces. Machines rated above 1000 KVA and
above shall have minimum six nos. RTDs, (one per phase between the
coil sides to measure winding temperature and one per phase at the
base of slots to measure core temperature, each placed at 120'
apart).
f) The stator winding shall be star connected and all windings shall be
brought out to six insulated terminals in a terminal box. Generator
rated 1000 KVA and above shall also be provided with neutral terminal
box in addition to line terminal box. The stator neutral side
connection shall be brought in neutral cubicle having protection CTs.
The terminal boxes for line terminals and neutral shall have sufficient
space for termination of cables of the appropriate sizes. The terminal

173
SECTION: C4
V.O.CHIDMABARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR ELECTRICAL
SYSTEM

box for control cables shall contain properly marked terminals for all
internal equipment e.g. embedded temperature detectors etc all
terminals shall be stud type. The terminals boxes shall be of IP-42
(minimum), if not stated otherwise in data sheet and complete with
lugs and double compression nickel-plated brass cable glands.
g) Generators rated 1500 KVA and above shall have differential
protection and shall be equipped with suitable current transformers.
h) Field winding shall have class 'F' insulation with temperature limitation
for class 'B'. The field winding shall be capable of operating at a
voltage of 125% of field voltage at rated load for at least one minute
starting from stabilized temperatures at rated conditions.
i) All parts and accessories shall be suitable to withstand stresses due
to over-speed / overload / short circuit conditions specified.
j) Bearings shall be anti-friction, shielded and pre-lubricated. Grease in the
bearing enclosure shall provide additional lubrication to bearing as well
as provide sealing against dust and moisture.
k) The generator shall be air cooled unless otherwise specified.
l) The direction of rotation of the machine shall be compatible with
that of the prime mover. A clear indication of the direction of
rotation shall be given on either end of the machine.
m) Suitable space heater to operate on 240V, 11) shall be provided.
Heater terminals shall be brought out to a separate terminal box. Location
and maximum surface temperature of heater shall be such that no
damage is caused to any insulation.
4.14.4 Excitation System
The generator shall be provided with brushless type solid state self-
excitation system with automatic voltage regulator. The excitation system
shall include the automatic voltage regulator, AC exciter and rotating
rectifier assembly.
The field of the exciter shall be fed from the stator winding through a
suitable transformer and AVR. AC voltage generated in the AC exciter shall
be rectified by the rotating rectifier assembly and fed to the main field
circuits. The rotor winding of the AC exciter, the rotating rectifier
assembly, main field winding of the generator and other accessories on
rotor parts shall be rigidly fastened to the shaft and the connection with
different items shall be anti-loosening type. All components shall be
mounted considering the effects of the centrifugal forces. The exciter
capacity shall be at least 20% more than the maximum requirement at
any time. The exciter winding shall be insulated with class 'F' insulation
with temperature limitation of class `13' insulation.
The rotating rectifier assembly shall consist of the rectifier bridge with
parallel diodes, zener diode, fuses, field discharge resistors etc. Rotor
circuit shall be designed to take care of rectification of AC voltage and

174
SECTION: C4
V.O.CHIDMABARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR ELECTRICAL
SYSTEM

proper field suppression through discharge resistors. The rating of Diode


Bridge and armature shall be such that the full load rated current can be
supplied with one branch in operation.
Automatic solid-state voltage regulator shall be provided with the following
features as minimum:
a) Short circuit protection.
b) Manual voltage control.
c) Voltage build up Circuitry.
d) Over voltage protection.
Generator shall be capable of operation over a range of + 5 % of the
rated voltage unless specified otherwise. The regulator shall be supplied
complete with cross current compensation (preferably static type), voltage
setting device and all required accessories
4.14.5 Other Design Parameters
Transient voltage performance
Transient voltage behaviour of machine shall conform to the VG3 grade
specified in IS: 13364. The generator shall operate satisfactorily under
sudden load rejection up to full load.
4.14.6 Voltage regulation
The voltage regulation of the machine shall be within ±2% of the nominal
voltage under following conditions:
a) Between no load and nominal load with p f of 0.8 lag to unity.
b) With the machine cold or warm.
c) At a speed drop of approximately 3% of the nominal speed.
4.14.7 Voltage setting range
The generator terminal voltage shall be adjustable with a continuously variable
potentiometer. The adjustment range shall be ±10% of the nominal
voltage. Motorized potentiometer shall be provided where remote control
of voltage is envisaged.
4.14.8 Unbalanced load
The generator shall be capable of withstanding without injury the
effects of a continuous current unbalance corresponding to a negative
phase sequence current of 8% of the rated current for cylindrical rotor
machines and 10% for salient pole machines provided none of the phase
current exceeds rated current.
4.14.9 Waveform distortion
For machines rated up to 1250 KVA, harmonic distortion factor shall not
exceed the values given in the IS: 13364 - part-2. For machines rated
above 1250 KVA, telephone harmonic factor as per IS: 4722 shall be
applicable.

175
SECTION: C4
V.O.CHIDMABARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR ELECTRICAL
SYSTEM

4.14.10 Frequency limits


The generator shall be suitable for continuous operation at rated load
for a frequency variation of ±3% of rated value. In addition the short
time under frequency operating limits shall be furnished.
4.14.11 Over current requirement
For machines rated upto 1250 KVA, generator shall be capable of
withstanding momentary excess current as per IS:13364.
For machines rated above 1250KVA, stipulations of I8:4722 shall be applicable.
4.14.12 Short circuit conditions
The generator shall be capable of withstanding without damage, three
phase or a line to line or line to earth or two line to earth short circuit
for a period of 3 seconds when operating at rated speed and rated load
and with an excitation corresponding to 5% over voltage.
4.14.13 Parallel operation
When specified elsewhere in the bid, generator sets shall be suitable for
parallel operation amongst themselves or with other generating sets or
with other sources (Grid supply) at operating voltage and under load
conditions up to rated value. Details of sources with which generator is
to be made parallel is available elsewhere in bid package.
4.14.14 Excitation support system
Excitation system shall be provided with short circuit support equipment
(series compounding) to maintain three times the rated current for three
seconds in case of short circuit to ensure proper fault clearance in
outgoing feeders.
4.14.15 Auxiliary systems
All auxiliary motors required to start and run the prime mover shall be
three phase 415 V, 50 Hz squirrel cage induction motor suitable for DOL
starting. Insulation shall be class 'F' with temperature rise limited to class
'B'. All motors shall have IP - 55 enclosures as minimum and shall
conform to the specification for M.V. Motors given with this bid package
or relevant Indian standards (if the earlier specification is not given).
4.14.16 Noise
Statutory noise control requirements as applicable and as stipulated in
the Mechanical Specifications shall be adhered to.
4.14.17 System Operation
The emergency generator set shall normally be in an unattended area.
The control system shall be suitable for unattended operation. The control
system shall operate in fail safe mode and shall include all controls and
protection necessary for the safe operation of the package. The generator
set shall function as per the following schemes:
❖ Auto on mains failure scheme (AMF) (if specified elsewhere).

176
SECTION: C4
V.O.CHIDMABARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR ELECTRICAL
SYSTEM

❖ Manual start in service mode.


❖ Test mode
4.14.18 Auto mains failure scheme
This shall be effective in Auto position of Auto / Manual selector switch
located in local (generator) control panel. The generator set shall normally
be at rest. Failure of normal power supply will be sensed from a
remotely located panel in PMCC (whenever applicable) by the auto mains
failure relay which will send signal (with a time delay) to start the
generator (prime mover) automatically and rated speed and voltage shall
be built up. All accessories required for starting and completion of
various sequence of operation for the above purpose shall be provided
as part of the generator set. Upon reaching the rated voltage and
frequency, voltage monitoring relay located in control panel shall extend
an impulse for closing sequentially first the generator breaker in the
generator control panel and subsequently the incoming generator breaker
in a remote panel in PMCC room (whenever applicable).
4.14.19 Manual start in service mode
This shall be effective in Manual position of Auto / Manual switch and
service position of Service / Test selector switch located in local control
panel. The scheme of operation shall be same as of auto mode as per
clause 3.4.2 above except that starting impulse shall be extended
manually through the start push-button in generator control panel and
the generator breaker in the generator control panel and the incoming
generator breaker in a remote panel in PMCC room (whenever
applicable) shall also have to be closed manually.
4.14.20 Test mode
This shall be effective in Test position of Service / Test selector
switch. The scheme of operation shall be same as that of manual start
in service mode as per clause above except that none of the generator
breaker in the generator control panel or the incoming generator breaker
in a remote panel in PMCC room (whenever applicable) can be closed in
test mode run.
4.14.21 Shut down
Unless otherwise specified, stopping the generator (prime mover) in all
cases (except in AMF scheme) for a normal shut down shall only be
done manually by means of a stop push button in the generator control
panel. In AMF scheme, the generator (prime mover) shall stop
automatically upon sensing with a time delay) of return of normal power
supply by the auto mains failure relay. The generator breaker in the
generator control panel and the incoming generator breaker in a remote
panel in PMCC room (whenever applicable), must trip in all cases (i.e.
even if left in closed position by mistake of operator, during manual

177
SECTION: C4
V.O.CHIDMABARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR ELECTRICAL
SYSTEM

mode of operation), soon after the stop signal is sensed in any mode of
operation with selector switches, hour-run meter, kW meter, kVAR meter,
PF meter, digital frequency meter and set of CT's for metering
(secondary 5A) for generator.
4.14.22 Starting time
The total time from the receipt of the starting impulse for the
generator set till the set reaches rated speed and generator reaches full
voltage shall not be more than 30 seconds. If this time is exceeded an
annunciation in the local control panel shall be provided with a facility
for repeat annunciation in a remotely located panel at the PMCC room.
4.14.23 Black start facility
The generator set shall be provided with all necessary ‘Black start’
facility. All D.C. supplies and chargers including batteries for start-up of
prime mover shall be supplied as per Functional specifications for
“Battery and Chargers For Engine Starting” attached with the bid.
4.14.24 DC control supply
Requirement for DC control supply for AMF/generator relay and control
function shall be met by DC system consisting of battery and battery
charger of suitable capacity to be supplied by the DG set vendor.
4.14.25 Generator Control Panel
The local generator control panel shall be floor mounted, free standing,
metal enclosed fabricated with cold rolled sheet steel with thickness of
1.6 mm for doors and covers,2mm for load bearing parts and 3mm for
base frame, gland plate etc, dust and vermin proof type with hinged
door and having a minimum degree of protection of IP- 42.
➢ The panel should be rated for 50 KA short-circuit rating at 415
V, 34), 50 Hz supply.
➢ The control panel should have following basic components:
i) 1 no. 4-pole ACB (for incoming supply from the generator).
ii) Automatic voltage regulator (AVR), AVR CT/ PTs and
metering CTs.
iii) 1 set of bus bar for phases and neutral. The bus bar
should be of copper having colour coded PVC sleeves with
suitable compartments/ bakelite spacers as per
requirements of the panel.
iv) 1 set of metering section having ammeter and voltmeter of
suitable range
v) 1 set of battery charger as specified in specification for
"Battery & Battery Charger For Engine Starting"
vi) Control & protection relays required as described in
section below.
vii) Control gear for generator set auxiliaries and neutral

178
SECTION: C4
V.O.CHIDMABARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR ELECTRICAL
SYSTEM

cubicle having protection CTs.


➢ Power and control equipment shall be segregated inside the panel
as far as practicable. The maximum height of the operating handle
/ switches shall not exceed 1800mm and the minimum height not
below 300mm. All cable entry shall be from the bottom of the
panel only. Necessary removable type gland plate, double nickel
plated brass cable glands and cable lugs shall be provided with the
panel.
➢ All auxiliary devices for control, indication, measurement and alarm
such as push button, control/ selector switches, indicating
lamps, metering instruments, annunciations etc. shall be mounted
on the front door of the panel. Adequate number of potential free
contacts shall be provided in the control panel for any remote
control, monitoring of the generator set. The generator breaker
rating shall be as specified in the data sheet. The breaker shall be in
draw out execution. All motor starters for generator - prime mover
set auxiliaries if required shall be DOL type in fixed execution with
compartmentalized construction having sheet steel enclosed vertical
panels along with horizontal and vertical bus bars. All bus bars
shall be approachable from backside of panel. Each panel shall have a
separate and approachable cable alley.
➢ All switches shall be load break, heavy duty type. All fuses shall be
non-deteriorating HRC cartridge pressure fitted, link type. The
contactors for auxiliary motor starters shall be of air-break type
having AC-3 duty rating. Thermal overload relays shall be three
element, positive acting, ambient temperature compensated type
with adjustable setting range and built in protection feature against
single phasing. All indicating instruments shall be moving iron,
flush mounting type and of 72mm x 72mm square pattern. All control /
selector switches rotary back connected type having a cam operated
contact mechanism with knob type handle. 'Stop' push buttons shall be
of stay push type.
➢ Wiring for power, control and signalling circuits shall be done with
PVC insulated copper conductors having 660 V insulation grade.
Minimum size of control wires shall be 1.5 mm2. Clamp type terminals
shall be acceptable for wires up to 10 mm2 size and for conductors
larger than 10 mm2 bolted type terminals with crimping lugs shall
be provided. A minimum of 10% spare terminals shall be provided
on each terminal block.
➢ Minimum earth bus size shall be 50 x 6 mm2 electrolyte grade
copper for connection to main earth grid. All non-current carrying
metallic parts of the mounted equipments shall be earthed. Doors and
movable parts shall be earthed using flexible copper connections. Two

179
SECTION: C4
V.O.CHIDMABARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR ELECTRICAL
SYSTEM

number terminals shall be provided in the panel for external earthing.


➢ AMF (Auto Mains Failure) scheme if specified elsewhere shall be
provided as part of the generator control panel and the sequence
of operation of the generator for starting, running and shut
down under AMF shall be as described in relevant sections, as
above. The DC control supply required for AMF / local control
panel and for any other purpose shall be met by the DC system
consisting of battery and battery charger of suitable capacity
supplied along with the set of the generator and its prime-
mover.
➢ Tripping of DG set for a normal shut down will be done manually
by means of a stop push button on the control panel. There shall
be a mushroom type emergency stop push button on the engine
also. The trip impulse should directly go to the engine's shutdown device.
4.14.26 Control and protection system
The control panel shall have all the control and protection systems
to be adopted for the normal starting, running and stopping of the
prime mover, described under the "Mechanical scope of work/
Specifications" attached with the bid. Additionally, the control panel
shall house the sensing devices and accessory relays for following
abnormal condition, as applicable:
a) Starting battery voltage low.
b) DC control supply failure.
c) Incomplete start after a pre-set time
d) Failure to start.
e) Excitation failure/Field failure
f) Voltage out of limit (over/under voltage).
g) Over current.
h) Over/under frequency.
i) Stator earth fault.
j) Rotor earth fault.
k) Ground fault on the system
I) Unbalanced loading (Negative sequence current) protection.
m) Differential protection (rated power > 1500 KVA)
n) Reverse power (whenever generator is specified to run in
parallel with others)
o) Stator winding temperature protection
Facia type annunciators shall be supplied and mounted on control panel
to give visual and audible indication for the above abnormal conditions
along with the specified abnormal conditions of the prime mover. Such
abnormal conditions for the prime mover are specified in the
specification of the prime mover in the 'Mechanical scope of work'. The
panel shall have 20% spare windows also.

180
SECTION: C4
V.O.CHIDMABARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR ELECTRICAL
SYSTEM

Tripping facility for the generator breaker (both on the generator control
panel and on generator incoming breaker on remotely located PMCC
panel) shall be available for conditions (f) to (o) above along with the
abnormal conditions of the prime mover as specified in the specification
of the prime mover in the 'Mechanical scope of work.
Specifications'. Wherever specified for remote annunciation few of these
abnormal conditions of operation of the generator and the prime mover
shall be simultaneously displayed through visual and audible alarms in
a separate annunciation panel remotely located in the PMCC / Control
room. The signals to be communicated to the remote annunciation panel
are described elsewhere in the bid package.
4.14.27 Synchronizing Panel
Synchronizing panel shall be provided, if required. Sources with which the
generator needs to be run on parallel is detailed out elsewhere
in bid package. The synchronizing panel shall be located remotely in
the PMCC room and shall be wall mounted, metal enclosed fabricated
with cold rolled sheet steel with thickness of 2mm, dust and vermin
proof type with hinged door and having a minimum degree of protection
of IP- 42 and with proper double compression nickel plated brass
glands.
➢ In the PMCC panel, the generator(s) incoming breaker(s) or the
incoming breaker(s) from other sources of power or the bus-coupler
shall be controlled through the synchronizing panel thus providing the
scope of parallel operation of different sources of power in a sub-
station.
➢ Synchronizing panel shall comprise of the synchro-check relay, synchro
scope and frequency meter for the incoming machine and all other
provisions for allowing manual synchronization of sources using the two-
lamp method. Provision for adjustment of both speed and voltage
for the incoming generator(s) shall be available in this
remotely located PMCC panel. The frequency meter will show the
bus frequency when the synchronization switch will be in 'OFF'
position.
➢ All the breakers referred in section 3.6.2 and controlled
through the synchronizing panel shall be capable of switching "ON"
only one at a time, when permitted through the synchronizing panel
and the sychro-check relay and under no other condition the breaker(s)
can be switched "ON". Dead- Bus synchronization facility shall however
be provided for all the incoming breakers.
➢ Whenever parallel operation of two or more generators is specified,
there shall be suitable provision made for equal sharing of active and
reactive powers between the generators and it shall be such that the

181
SECTION: C4
V.O.CHIDMABARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR ELECTRICAL
SYSTEM

ratio of sharing does not get disturbed during operation or with new
loads thrown 'on' or 'off' line every time. The necessary adjustments /
controls for achieving the same along with the required indications
shall be made available in the remotely located PMCC panel in the
PMCC room where the synchronizing panel is located.
➢ Whenever synchronization panel is provided, one separate manual hand-
held "Phase Sequence Meter" also needs to be provided.
➢ All meters, relays, lamps need to be properly rated and tested for
their operating voltage levels; their load shall be calculated and taken
into account while determining the capacity of their source of power.
Provision of transformers, wherever required are to be made.
4.14.28 Painting & Name Plating
All metallic parts of the generator and the control panel and
synchronizing panel (wherever specified) shall be painted / treated as
per relevant standard. Tagging and name plating shall be done following
relevant code. All panel mounted equipment (e.g. lamps, push buttons,
switches, PCBs etc.) shall be provided with suitable name plates.
Labels shall be provided for every component on the cards, connecting
wires as well as for the terminals in the terminal strip inside the
panel. Special warning plates shall be provided on all removable covers
or doors giving access to energized metallic parts above 24 volts.
4.14.29 Inspection & Testing
Inspection & testing shall be following the criteria mentioned under
"Quality Assurance Plan" specified in bid package. The generator set
with all auxiliaries and control panel shall be tested to conform to the
appropriate standards and the following is to be carried out as
minimum:
Copies of the type test certificates for alternator as per IS-4722 shall be
furnished for review.
Inspection and testing to be carried out by the vendor shall include the
following as minimum:
i) Routine tests of alternator as per IS 4722.
ii) Functional tests, continuity tests and high voltage test on control
panel to establish the performance called for in the specification.
iii) Power frequency voltage test on switch gear and mechanical /
electrical operational check.
iv) Wave form test for alternator as per IS 4722
v) Measurement of vibration level for the generator as per IS-12075.
4.14.30 Drawings & Documents
Contractor shall submit the following as a minimum for approval /
review by the PORT:

182
SECTION: C4
V.O.CHIDMABARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR ELECTRICAL
SYSTEM

1) General arrangement, foundation & mounting details of drive


&generator.
2) Foundation & mounting details for generator control panel, space
required in front for withdrawals, power & control cable entry points
etc.
3) Data sheets, technical specification, construction details of generator set.
4) Drawings for control Schematic, circuit diagram, alarm and protection
schemes.
5) Performance & characteristic curves.
6) Bill of materials with makes.
7) Technical particulars of circuit breakers.
8) Copies of certificates for all type tests and routine tests for
generator.
9) Copies of certificates for all type, routine and functional tests
for panel with all individual components.
Manufacturer shall submit for purchaser's approval the general
arrangement drawing, base frame details, and schematic and circuit
diagrams. Purchaser's approval of GA drawing, schematic, logic and circuit
diagram showing every device, terminal and wire number is required
before the fabrication of the panel is started.
Purchaser's approval of contractor drawings and certifying test results
shall not relieve the manufacturer of his responsibility for supplying
equipments conforming to relevant standards or for any mistake, omission
or commission in manufacturer's drawings.
Operation & instruction manuals along with documents as mentioned
above are to be handed over to purchaser at the time of handing over.
4.15 GENERAL SPECIFICATION OF DRY TYPE TRANSFORMER
4.15.1 INTENT
The intent of this standard specification is to define the general
requirements for design, manufacture, assembly, testing at
manufacturer's works, packing, supply, transportation, receipt at site,
installation and commissioning of dry type transformers to be used as
distribution or lighting transformers with all materials and
accessories for efficient and trouble-free operation.
4.15.2 CODES & STANDARDS
The dry type transformer shall comply with the applicable clauses of
the latest editions of the following and other relevant Indian standards.
IS: 1271 - Thermal evaluation and classification of electrical
insulation insulating materials.
IS: 2026 - Power Transformers
IS: 2099 - Bushings for alternating voltages above 1000 V
IS: 2705 - Current transformers

183
SECTION: C4
V.O.CHIDMABARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR ELECTRICAL
SYSTEM

IS: 3156 -Potential transformers


IS: 3347 -Dimensions for porcelain transformer bushing
IS: 3639 -Power transformer fittings and accessories.
IS: 4201 - Application guide for CTs
IS: 8468 - On-load tap changers
IS: 8478 - Application guide for on-load tap changers
IS: 10028 - Code of practice for selection, installation and
maintenance of Transformers
IS: 10561 - Application guide for power transformers
IS: 11171 - Specification for dry type power transformers
IS: 13947 - LV switch gear and control gear
IEC 60076- Power transformers
IS/IEC 60529- Degree of Protection Provided by Enclosures (IP Code)
IEEE - Recommended practice for electrical power distribution (Std.141)
for industrial plants.
- CBIP manual on transformers
In case of imported equipment, standards of the country of origin shall
be applicable if these standards are equivalent or stringent than the
applicable Indian standards.
The equipment shall also conform to the provisions of CEA Regulations
2010 and other statutory regulations currently in force in the country.
In case Indian standards are not available for any equipment, standards
issued by IEC/BS NDE/ IEEE/ NEMA or equivalent agency shall be
applicable.
4.15.3 GENERAL REQUIREMENTS
Construction
a. The transformers shall be enclosed dry type transformers with non-
encapsulated winding (vacuum resin impregnated dry type) for
transformers up to 100 KVA rating and encapsulated winding (cast resin
dry type) for transformers above 100 KVA rating.
b. The transformer shall be dry type, ANAN cooled suitable for indoor
installation. This shall be provided with welded steel, free-standing
enclosures with expanded metal screens of suitable size or louver
backed by wire-mesh. Upper body of transformer tank and base shall
be suitably reinforced to prevent distortion during handling. Base
channels be provided with skids and pulling eyes to facilitate handling.
Two numbers of earthing studs shall be provided on transformer body.
c. The complete assembly shall be mounted on suitable roller base to facilitate
easy movement of the transformer.
d. The ingress protection of the enclosure shall be of minimum IP-33.
e. Different parts of transformer shall be connected by copper conductors
for earth continuity purpose as described in standard specification
for erection of earthing. Transformer earthing shall also be carried out

184
SECTION: C4
V.O.CHIDMABARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR ELECTRICAL
SYSTEM

following the same.


f. All fasteners bolts etc., shall be hot dip galvanized as per IS:802 or
zinc passivated All surfaces to be painted shall be thoroughly cleaned,
de-scaled, made free from rust and transformer shall be epoxy painted.
Tagging and name plating shall be done as per relevant code,
g. The transformer shall be designed with particular regard to suppression
of harmonic voltage.
4.15.4 Core and Winding:
a. The transformer shall be double wound core type with low loss, high
permeability cold rolled grain oriented silicon steel laminations
perfectly insulated and clamped to minimize vibrations and noise. Core
fastening bolts shall be insulated to reduce losses and avoid hot
spots. All parts of the magnetic circuit shall be effectively connected
to earth system.
b. The winding shall be of high grade electrolytic copper and shall be
designed for full load current and to withstand the thermal and
electromagnetic stresses arising due to maximum fault level. The
current carrying winding joints shall be electrically brazed.
c. The windings shall be provided with class "H" insulation (as applicable
to dry type transformers as per IS-2026, Part-II) for transformers above
100 KVA and class "F" (as applicable to dry type transformers as per
IS-2026, Part-II) for transformers up to 100 KVA. The temperature rise
of windings under continuous full load shall not exceed the maximum
allowable temperature for the appropriate class of insulation as per
IS 2026 Part II, above the design temperature as specified elsewhere
in the bid.
d. The insulation material used shall be non-hygroscopic, non-
inflammable and self-extinguishing, if ignited by direct flame or arc.
No toxic or harmful gases shall form during heating and /or burning.
The insulation materials shall be sufficiently resistant to ageing.
e. The transformers shall be capable of withstanding the thermal and
mechanical effects of a dead short circuit on any or all winding
terminals with full voltage maintained on other windings as per IS.
The transformers shall sustain a symmetrical short circuit on secondary
terminals for 2 seconds without damage or impairment.
4.15.5 Terminals & Marshalling Box
a. The transformers shall be provided with separate weather proof (IP-
55) HV/ LV terminal boxes on the side.
b. Windings shall be brought out and terminated in cable boxes.
c. Cable boxes shall be supplied with cable lugs and double compression
nickel plated brass cable glands for cable connections.
d. For MV/ LV XLPE power/ control cables, double compression glands
shall be supplied. Gland plate shall be removable type. For single core

185
SECTION: C4
V.O.CHIDMABARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR ELECTRICAL
SYSTEM

cables, gland plate shall be of non-magnetic material. Cable box for the
termination of high voltage XLPE cables shall be of adequate size.
Such cable boxes should also have arrangements for grounding the
armour of XLPE armoured cables inside the cable box. The head
room available between cable gland plate and terminal lugs shall not
be less than 600mm for cables up to 11KV and 900mm for 22KV and
33KV cables.
e. Cable lugs shall be tinned copper, solder-less and crimping type.
f. Primary cable box shall be able to withstand specified primary system
fault level for 0.25 seconds.
g. Suitable earthing shall be provided for cable box.
h. Marshalling box shall be weather tight, having IP-55 protection. All
protective devices and neutral CTs shall be wired by means of PVC/
XLPE insulated copper conductor armoured cables up to the
marshalling box. Removable gland plates with double compression
type nickel plated brass cable glands shall be provided.
i. Neutral of the star connected secondary winding shall be brought out
to a secondary terminal chamber. A C. shall be mounted (if specified)
on the neutral terminal with CT secondary wired up to the
marshalling box. A separate neutral bushing shall be provided for neutral
earthing of transformer. In such cases, the neutral CT shall be
mounted before bifurcation of the neutral. Supporting arrangement for
neutral bushing connection to earth/ NGR through GI strip/cable as
applicable shall be provided.
4.15.6 TAPINGS & CONTROLS:
Tapings shall be provided on high voltage side and connected to off-
circuit tap changing gear with clearly marked tap positions. Under
conditions of external short circuit, the tap changing equipment must
be capable of carrying the same current as the windings. The off
circuit tap changing gear shall have an external operating handle
mounted on the transformer side and shall meet the following
requirements:
➢ Positive snap-action contact changing.
➢ The mechanism shall be such that it will be impossible for the
contacts to be set in a position whereby the windings remain open
circuited or partly short circuited.
➢ Mechanical stops at the ends shall be provided to prevent
overrunning.
➢ The handle shall be metallic and adequately sized to allow
operation without the need of any additional tools.
➢ The handle shall be with locking arrangement and position indicator.

186
SECTION: C4
V.O.CHIDMABARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR ELECTRICAL
SYSTEM

4.15.7 Ventilation
For indoor type dry transformers it must be ensured that heat losses are
removed from the transformer room. In order to assist natural
convection, it is necessary to provide openings at the top of the room
for warm to flow out and at a lower level, on the opposite side for
inflow of fresh air. The minimum areas for ventilation openings are
to be worked out and the required air circulation is to be achieved by
putting suitable fresh-air and exhaust-air fans in the corresponding
openings.
4.15.8 Accessories
For transformers other than lighting transformers the following shall be
provided:
a. Two temperature sensing devices in each limb.
b. Temperature sensing relay with one contact for alarm and one for
trip.
c. Indicating platinum resistance type thermometer with alarm and trip
contacts.
The trip signals to be extended to the H.V. panel for tripping the
breaker on transformer trip conditions. The alarm and indication signals
also to be extended to the H.V. panel/annunciation panel as required.
4.15.9 Noise
The audible sound level measured at 300 mm from the external surface
of the transformer shall not exceed 74db.
4.15.10 Inspection & Testing
Inspection & testing shall be following the criteria mentioned under
"Quality Assurance Plan" specified in bid package.
Copies of all type test certificates for the transformers as per IS-11171
shall be furnished for review.
All routine tests and special tests according to IS-11171 shall be carried
out.
4.15.11 Drawings & Documents
Contractor shall submit the following as a minimum for approval/ review
by the PORT:
a. General arrangement drawing showing constructional features, space
required in front for removal, power & control cable entry points etc.
b. Foundation plan.
c. Installation and mounting details.
d. Control schematic and circuit diagram showing every device, terminal
and wire no.
e. Bill of materials with makes.
f. Filled in data sheet.
g. Copies of certificates for all type tests.

187
SECTION: C4
V.O.CHIDMABARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR ELECTRICAL
SYSTEM

h. Copies of certificates for all routine and special tests for transformer.
i Catalogue and brochures.
Purchaser's approval of contractor drawings and certifying test results
shall not relieve the manufacturer of his responsibility for supplying
equipment conforming to relevant standards or for any mistake,
omission or commission in manufacturer's drawings.
Operation & instruction manuals along with documents as mentioned
above are to be handed over to purchaser at the time of handing
over.
4.16 HT Switchgear
4.16.1 Introduction
This specification covers the requirements of 22kV Switchgear tap off from the
Port substation with complete all accessories for the fire fighting facilities.
4.16.2 Codes and Standards
Equipment to be furnished under this specification shall be in accordance with
the applicable section of the latest version of the following Indian Standards and
relevant IEC standard, except where modified and/or supplemented by this
specification.
➢ IS:375 Marking and arrangement of switchgear bus
➢ IS:13118 Specification for high voltage alternating current circuit breaker
➢ IS:12729 Switchgear and Control gear for voltages exceeding 1000V-General
Requirements
➢ IS:2705 Current transformers
➢ IS:3156 Voltage Transformers
4.16.3 General Requirements
Switchgear shall comprise of one incomer cum outgoing feeder. Continuous
current rating of the Switchgear shall be based on the name plate rating of the
connected equipment with 20% margin, rounded off to the next higher standard
rating. 33 kV Switchgear shall be rated for short circuit withstand capacity of
26.3 kA for 1 seconds.
Bus bars, breaker and other components shall be designed for continuous
operation at rated current considering temperature inside the cubicle. Inside
cubicle temperature shall be considered as design ambient temperature for
maximum continuous operation rating of the equipment. For breaker control,
110 V DC supply shall be considered.
Each breaker module shall be provided with multifunction numerical relay for
protection. Switchgear shall be provided with separate earthing trucks for cable
earthing and bus earthing.
4.16.4 Switchgear Construction
Switchgear shall be indoor, single front, single tier, metal-clad, floor mounted,
fully draw-out with VCB breaker. Design and construction shall be such as to

188
SECTION: C4
V.O.CHIDMABARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR ELECTRICAL
SYSTEM

allow extension at either end. Switchgear cubicle shall be so sized as to permit


closing of the front access door when the breaker is pulled out to Test position.
The working zone shall be restricted within 750 mm to 1800 mm as from floor
level.
Circuit breakers, instrument transformers, bus-bars, cable compartment,
auxiliary control devices etc., shall be housed in separate compartments within
the cubicle. The design shall be such that failure of one equipment shall not
affect the adjacent units. The circuit breaker and bus voltage transformers shall
be mounted on withdraw able trucks. In case breaker truck rolls out on
telescopic rails suitable trolley shall be provided. The breaker shall be designed
for a short circuit rating of 26.3kA for 1 second. All relays, meters, switches and
lamps shall be flush mounted on the respective cubicle door or on a control
cabinet built on the front of the cubicle.
The trucks shall have distinct ‘Service’, ‘Test’ and ‘Isolated’ positions. The
switchgear assembly shall be designed to achieve IP54 degree of protection, with
the truck in any position ‘Service’, ‘Test’ and ‘Isolated’ and all doors and covers
closed. Relaying and Metering compartment shall also have degree of protection
IP54.
Enclosure shall be constructed with rolled steel sections / sheets of not less than
2mm. The switchgear shall be cooled by natural airflow. Forced cooling shall not
be accepted. The Breaker and the auxiliary compartments provided on the front
side shall have strong hinged doors. Breaker compartment doors shall have
locking facility.
4.16.5 Bus and Bus Taps
Main buses and connections shall be of high conductivity aluminium, sized for
specified current ratings with maximum temperature limited to 90°C. Maximum
Current density for Aluminium bus bar shall be considered as 1.0 Amps / mm2.
Busbars shall be designed for a short circuit rating of 26.3kA for 1 sec. All bus
connections shall be silver plated. Adequate contact pressure shall be ensured by
means of two bolts connection with plain and spring washers and lock nuts.
Bimetallic connectors shall be furnished for connections between dissimilar
metals. Busbar insulators shall be epoxy cast resin type designed to withstand
stresses due to maximum short circuit current.
Busbars and connection shall be fully insulated for working voltage with adequate
phase/ground clearances. Insulating sleeves for busbars and cast-resin shrouds
for joints shall be provided. Cross section of the main horizontal busbar shall be
uniform throughout the switchboard and continuous in one transport unit. All
buses and connection shall be supported and braced to withstand stresses due to
maximum short circuit current and also to take care of any thermal expansion.
Busbars shall be colour coded for easy identification and so located that the
sequence R-Y-B shall be from left to right, top to bottom or front to rear, when

189
SECTION: C4
V.O.CHIDMABARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR ELECTRICAL
SYSTEM

viewed from front of the switchgear assembly. The busbar chamber shall be
provided with inter panel barrier with epoxy case seal-off bushings which the
buses shall pass through so as to prevent fire from one panel to another.
4.16.6 Circuit Breaker
Circuit breaker shall be triple pole, single throw Vacuum Circuit breaker. It shall
be restrike free, trip free type. Breakers shall be suitable for switching
transformers at any load. Rated operating duty shall be O-3min-CO-3min-CO.
Short circuit withstand/interrupting capacity shall be 26.3 kA.
Circuit breakers shall be draw-out type, having SERVICE, TEST and
DISCONNECTED positions with mechanical positive indication for each position.
Operating mechanism shall be stored energy type. Circuit breakers of identical
rating shall be physically and electrically interchangeable. Circuit breaker shall
be microprocessor based with RS 485 communication facility.
a) Each breaker feeder shall be provided with the following:
b) An anti pumping relay.
c) Motor charged spring operating mechanism.
d) Manual spring charging
e) Mechanical indication of spring charge
f) Mechanical position indicator (to show whether the breaker / contactor is ‘ON’
or ‘OFF’ in the service, test and disconnected positions)
g) Closing coil (100% continuous rated)
h) Shunt trip (100% continuous rated)
i) Manual trip push button
j) Operation counter,
k) Locking facility to prevent breaker/contactor from being closed when it is
open.
l) Pressure relief device
m) Safety shutters for power contacts
n) Inter pole insulators
For motor wound mechanism, spring charging shall take place automatically after
each breaker closing operation. One open-close-open operation of the circuit
breaker shall be possible after failure of power supply to the motor.
a) Robust fail-safe mechanical and electrical interlocks shall be provided to
prevent the following situations: Move the breaker unit from the service or
disconnected position while the unit is closed.
b) Move the breaker from the disconnected position to the service position
while the earthing switch is closed.
c) Close the earthing switch when the breaker unit is in service position or
between the service and disconnected position.
d) The operation of the circuit breaker while the truck is not properly installed
in the service, test or disconnected position.
The closing coil and spring charging motor shall operate satisfactorily at all
values of control supply voltage between 80 and 110 percent of the rated

190
SECTION: C4
V.O.CHIDMABARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR ELECTRICAL
SYSTEM

voltage. The shunt trip coil shall operate satisfactorily at all values of control
supply voltage between 70 and 110 percent of the rated voltage. For breakers
spring charging motor shall be provided with over current protection. Motor
windings shall be provided with class B insulation or better.
Circuit breaker shall not produce any harmful over-voltage during switching off
induction motors. Surge protective devices to limit over voltage shall be included
in the scope of supply for all motor feeders.
4.16.7 Current Transformer (CT)
CTs shall be mounted on the switchgear stationary parts. CT secondary current
shall be 1A. Core balance CT shall be provided for all the outgoing feeders.
Accuracy class of the current transformer shall be:
a. Class PS/ 5P20 for differential relaying and REF protection (Based on type of
relay)
b. Class 5P20 for other relaying c. Class 0.5 and ISF < 5 for metering d. Class
0.2S for Energy Accounting & Audit meters
Core balance CT and associated relay combination shall be such as to ensure a
pick up sensitivity of 10 A primary ground fault current for all the outgoing
feeders. Facilities for easy shorting and grounding the terminals shall be provided
at the terminal block. All terminal blocks shall be of stud type with marking
strip.
4.16.8 Voltage Transformer
Voltage Transformer shall be cast-resin, draw-out type and shall have an
accuracy class of 0.5. Voltage Transformer mounted on breaker carriage is not
acceptable. Rated secondary voltage shall be 110V. Accuracy class for metering
core shall be 0.5, protection core shall be 3P and 0.2 for energy accounting &
audit meters. High voltage windings of voltage transformer shall be protected by
current limiting fuses. MCB shall be provided on the secondary side of all voltage
transformers to trip in case of failure of fuses.
The following over voltage factor shall be considered for PT.
➢ 120% for continuous duty.
➢ 150% for 30 sec (For 415V solidly grounded system)
The voltage transformer and fuses shall be completely disconnected and visibly
grounded in fully draw-out position.
Low voltage MCB’s, sized to prevent overload, shall be installed in all
ungrounded secondary leads. MCB’s shall be suitably provided with auxiliary
contacts. MCB’s auxiliary contacts connected suitably through relay shall be
provided on the secondary side of all voltage transformers to monitor failure or
trip of MCB’s. The relay shall initiate alarm and block the tripping etc. which
shall operate in case of VT MCB trip or failure.

191
SECTION: C4
V.O.CHIDMABARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR ELECTRICAL
SYSTEM

4.16.9 Relays
Numerical multifunction relays with RS485 communication port shall be provided
for all feeders. Numerical relay shall have trip circuit supervision. All protective
relays shall be draw-out type, suitable for flush mounting and fitted with dust
tight covers. All relays shall have built-in testing facilities. Small auxiliary
numerical relays may be of non-draw-out relays with RS485 communication port
shall be provided for all feeders and mounted within the cubicle. Relays shall
have lock-out facility with manual reset. Each feeder shall be complete with
necessary auxiliary relays, timers, etc., to meet the circuit requirement. Under
voltage relays shall be provided in the bus PT circuit.
Relays shall be rated for operation on 110V VT secondary voltage and 1A CT
secondary current. The switchgear shall be provided with DC fail relay and DC
fail indication lamp for each DC control supply incomer. DC isolation switch for
each feeder shall be provided with backup HRC fuse. Breaker auxiliary contacts
used for interlocking purposes shall be multiplied using electrically latched relay.
➢ Outgoing transformer feeders shall have the following minimum protection
relays.
➢ Numerical protection relay having Short circuit protection (50) on all the
three phases, IDMT Over current protection (51) on all the three phases,
Instantaneous earth fault protection (50 N).
➢ Instantaneous earth fault protection through CBCT (50 N).
➢ Backup earth fault protection connected to Transformer neutral CT (51N).
➢ Latched Lock out relay (86).
➢ Trip circuit supervision relay
➢ REF protection relay ( For 2MVA & above )
Self-reset auxiliary relays with hand reset flag indicator shall be provided for
contact multiplication of the following:
a. Transformer winding temperature indicator alarm and trip contacts.
b. Transformer pressure relief trip contacts.
Incomer and Tie feeders shall have the minimum following protection relays.
a. Numerical protection relay having IDMT Back up over current protection (51)
on all the three phases, IDMT Back up Earth fault protection (51N) and
Definite time delayed Back up earth fault protection residually connected
(50N).
b. Latched Lock out relay (86).
c. Trip circuit supervision relay
Motor feeders shall have the minimum following protections.
a. Numerical motor protection relay
b. Instantaneous earth fault protection through CBCT (50 N).
c. Latched Lock out relay (86).
d. Under voltage protection
e. Trip circuit supervision relay

192
SECTION: C4
V.O.CHIDMABARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR ELECTRICAL
SYSTEM

Bus PT shall have the following protections.


a. Under voltage relay
b. MCB trip or failure relay
c. No voltage relay
4.16.10Control Switches
Breaker control switch (T-N-C) shall be 3-position spring return to `neutral' from
both close and trip positions. They shall have `Pistol Grip' handle.
Ammeter selector switches shall have make before break feature on its contacts.
The selector switch shall generally have four positions, three for reading three
phase currents and the fourth as off position. The voltmeter selector switch shall
measure phase to phase voltages.
The contacts shall be of silver plated, air break type. The continuous current and
breaking capacity of the contacts shall be adequate for the duty involved.
4.16.11Indicating Lamps
Indicating lamps shall be panel mounting, LED type. The lamps shall have
escutcheon plates marked with its function, wherever necessary. Lamps shall
have translucent lamp-covers of the following colors, as warranted by the
application. Bulbs and lamp covers shall be easily replaceable from the front of
the cubicles. Low Voltage Glow Prevention (LVGP) feature shall be provided for
indicating lamps. The colour of indication lamps shall be as follows:
a) GREEN : Breaker Open
b) RED : Breaker Closed
c) AMBER : Auto trip & all Alarm conditions
d) BLUE : Spring Charged
e) WHITE : For all healthy conditions (e.g. Trip coil healthy & Control supply
healthy).
For each breaker feeder, Panel indication lamps shall be provided as follows:
a) Breaker Open
b) Breaker Closed
c) Auto trip
d) Motor Spring Charged
e) Trip coil healthy
f) Control supply healthy
g) Breaker in service position
h) Breaker in Test position
i) Lockout relay healthy
j) Any other indication, as required
k) For incomer & Bus, indicating lamps for R, Y, B phase shall be provided.
4.16.12Meters
All Indicating meters shall be digital type, 96 x 96 mm size, suitable for flush
mounting with constant accuracy for the entire range of respective parameters
with an inbuilt provision for calibration verification. The instruments shall have

193
SECTION: C4
V.O.CHIDMABARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR ELECTRICAL
SYSTEM

an accuracy class of 1.0. All Multifunction meters shall have digital display and
communication port with true rms measurement facility with minimum 1%
accuracy level. All digital meters shall be with RS485 communication port. For
incomers following Meters and transducers shall be provided:
a) Ammeter
b) Voltmeter
c) Current transducer on three phases
d) Voltage transducer on three phases
e) Multifunction meter with digital display and communication port for kW, kVAR,
kWH and power factor measurement.
For outgoing transformer feeders following Meters and transducers shall be
provided:
a) Ammeter
b) Current transducer on one phase
c) Multifunction meter with digital display and communication port for kW, kVAR,
kWH measurement.
For outgoing motor feeders following Meters and transducers shall be provided:
a) Ammeter on one phase
b) Current transducer on one phase
c) Hour run meter
For Bus VT following Meters and transducers shall be provided:
➢ Voltmeter
➢ Voltage transducer on three phase
All transducers shall have dual output of 4-20 mA range. For motor feeders, it
shall be 4-20-24 mA to measure starting current also.
4.16.13Secondary Wiring
Switchgear shall be fully wired at the factory to ensure proper functioning of
control, protection, transfer and inter locking schemes. Fuse and links shall be
provided to permit individual circuit isolation from bus wires without disturbing
other circuits. All spare contacts of relays, switches and other devices shall be
wired up to terminal blocks. Wiring shall be done with flexible, 1100V grade, PVC
insulated switchboard wires with stranded copper conductors of 2.5mm² for
current circuits and 1.5 mm² for voltage circuits. Each wire shall be identified,
at both ends, with permanent markers bearing wire numbers as per Contractor’s
wiring Diagrams. Wire termination shall be made with crimping type connectors
with insulating sleeves. Wires shall not be spliced between terminals. All
external cable terminations shall be accessible while the breaker is in service
position.
4.16.14Terminal Blocks
Terminal blocks shall be 1100V grade box-clamp type with marking strips. CT
shorting links, Drop link type terminals shall be provided for CT secondary

194
SECTION: C4
V.O.CHIDMABARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR ELECTRICAL
SYSTEM

leads. Not more than two wires shall be connected to any terminal. Spare
terminals equal in number to 20% active terminals shall be furnished. Terminal
blocks shall be located to allow easy access. Wiring shall be so arranged that
individual wires of an external cable can be connected to consecutive
terminals.
4.16.15Cable Termination
Switchgear shall be designed for cable entry from top. Sufficient space shall be
provided for ease of termination and connection. All provision and accessories
shall be furnished for termination and connection of cables, including
removable gland plates, cables supports, crimp type tinned copper lugs, brass
compression glands with tapered washer and terminal blocks. 8.4.16 Name
Plates
Name plates of approved design shall be furnished at each cubicle and at each
instruments & device mounted on or inside the cubicle. The material shall be
lamicoid or approved equal, 3 mm thick with white letter on black back ground.
The material shall be held by self-tapping screws. Nameplate size shall be
minimum 20 X 75 mm for instrument device and 40 X 150 mm for panels.
Caution notice on suitable metal plate shall be affixed at the back of each
vertical panel.
4.16.16Space Heaters and Plug Sockets
Each cubicle shall be provided with thermostat controlled space heaters and
cubicle lamp with door switch suitable for operation from 240 V, single phase
AC supply and 5A, 3 pin plug socket. Space heater shall be located at the
bottom of each switchgear compartment. Cubicle heater, Motor heater,
Plug/socket circuits shall have individual MCB units. In addition, motor feeder
cubicle shall be wired-up for feeding the motor space heater through suitable
rated breaker auxiliary NC Contact and/or contactor.
4.16.17Testing and Inspection
Switchgear and all its components should have been type tested and proven
type. Type test certificates shall be furnished for Purchaser’s review.
Switchgear and its components shall be subjected to routine tests as per
applicable Indian Standard. In addition, any special test required shall also be
performed. Test reports shall be submitted for approval.
4.16.18Spares List
Suitable number of commissioning and successful running for 2 years spares such
as mandatory spares, insurance spares shall be supplied by the bidder along with
the first fill of lubrication oils and consumables
4.17 LT SWITCHGEAR
4.17.1 Introduction
This specification covers the requirements of 415 V Power Control Centre,
Lighting / Welding Distribution Boards, Starters, Local Push button stations etc.
complete with all accessories for the fire fighting facilities.

195
SECTION: C4
V.O.CHIDMABARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR ELECTRICAL
SYSTEM

4.17.2 Codes and Standards


The equipment to be furnished under this specification shall be in accordance
with the applicable section of the latest version of the following Indian
Standards and relevant IEC standard, except where modified and/or
supplemented by this specification.
a) IS:3427 - Metal enclosed switchgear and control gear
b) IS:8623 - Specification for low voltage switchgear and control gear
assemblies
c) IS:10118 - Code of Practice for Selection, Installation and Maintenance of
switchgear & control gear
d) IS:12021 - Specification for Control transformers for switchgear and control
gear for voltages not exceeding 1000V AC.
e) IS:13703 - Low Voltage fuses
f) IS:13947 - Low Voltage switchgear and control gear
4.17.3 General Requirements
The switchgear and its components shall be designed for design ambient
temperature of 45°C. Switchgear shall be designed for natural air cooling. No
forced cooling is acceptable.
Power Control Centre (PCC) shall have two incomers and one bus coupler.
Auto/Manual/Planned Changeover scheme shall be provided for PCC with
interlocking of PCC I/C breaker with upstream breaker. Incomer, bus coupler
&Outgoing breakers shall be controlled automatically through interlock scheme
so that at a time only one type of supply (Electricity Board or DG) is available.
Alternatively provision for controlling the same from PLC shall also be provided
so that in future, if the same is installed, breaker can be operated through the
same. Synchronizing feature shall be provided in the PCC for changeover.
Short circuit withstands rating of the switchgear shall be as given in the attached
SLD. 415V normal system shall be solidly grounded.
Bus bar, breaker and other components shall be designed for continuous
operation at rated current considering temperature inside the cubicle.
Close & Open control of all the motors shall be controlled automatically through
interlock scheme or locally. Alternatively provision for controlling the same from
PLC shall also be provided so that in future, if the same is installed, breaker can
be operated through the same. Provision for remote indications / alarms in the
PLC shall also be provided. Control / interlock schemes for various types of
feeders shall commensurate with their application.
PMCC shall be fixed type for all the modules except for the air circuit breaker
panels which shall be of fully draw out type. Distribution boards shall be of fixed
type. All PCC/MCC/DB shall be single front type. 240V control supply shall be
derived from 415/240V control supply transformer located in respective module.
240V AC space heater supply provision shall be provided for motors rated above
30 kW. For breaker operated feeders, control supply voltage shall be 110V DC.

196
SECTION: C4
V.O.CHIDMABARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR ELECTRICAL
SYSTEM

Continuous current rating of bus bars, incomers, bus coupler of the PCC shall be
the maximum load on the bus due to all the running auxiliaries during any
operating condition plus 20% margin rounded off to the next higher standard
rating.
At least 20% of feeder modules covering the range of motors used subject to
minimum of one module in each bus section shall be provided as spare. Spare
modules shall be completely wired up.
All motors shall have direct on line starter. 90kW and above capacity motors
shall be fed from ACBs. Less than 90kW capacity motors shall be fed by
MCCBs/MPCBs and contactors.
However, the duty of the drive/application, i.e. high impact loading, etc. to be
considered as criteria for selecting ACB operated motors even for rating < 90kW.
Operating height of the handles/switches shall be limited to a maximum of 1800
mm and a minimum of 300 mm.
If there is an under voltage (dipped to 30-40% voltage), sensed through under
voltage relays, the incomer breaker of Electricity Board shall trip automatically
and the bus coupler shall open and DG switched on with simultaneous closing of
the DG breaker, thereby establishing voltage at 415V motor terminals before
motor reaches standstill condition. The auto changeover shall be blocked if any
of the following condition exists:
a) Involved breaker is in the test or withdrawn position.
b) Source voltage is not available.
c) Source breaker is tripped due to bus fault.
No release is acceptable for Breaker feeders. Only CT operated relays shall be
provided for protection. MCCB, Contactor and overload relay shall meet type-2
co-ordination as per applicable standard.
4.17.4 Design and Construction - Power cum Motor Control Centre (PMCC)
415V PMCC shall be metal enclosed, indoor, floor-mounted, free-standing type.
Switchboard frames and load bearing members shall be fabricated using CRCA
sheet steel of thickness not less than 2.0 mm. Doors and covers shall also be of
CRCA sheet steel of thickness not less than 1.6 mm. Thickness of gland plates
shall not be less than 3.0 mm for sheet steel & 4.0mm for nonmagnetic material.
All switchboards shall be of dust-proof and vermin-proof construction and shall
be provided with IP52 degree of protection.

All switchboards shall be of uniform height not exceeding 2450 mm. Switchboards
shall be easily extendable on both sides by the addition of vertical sections after
removing the end covers.
Module size of switchboards shall not be less than 200mm. Cable entry for
PCCs/DBs shall be from top.

197
SECTION: C4
V.O.CHIDMABARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR ELECTRICAL
SYSTEM

Switchboards shall be divided into distinct vertical sections (panels), each


comprising of the following compartments:
Main busbar compartment:
a) Switchgear / feeder compartment
b) Cable alley
c) Auxiliary busbar compartment
d) Control compartment for relays for ACB feeder
The feeder compartment shall be sheet steel enclosed on all sides. The front of
the compartment shall be provided with the hinged single leaf door with
captive screws for positive closure and hinged or bolted covers at the rear. All
circuit-breaker panels shall be of single-front type. Covers shall be provided
with “DANGER” labels.
All 415 V circuit-breaker modules shall be fully draw out type having distinct
`Service’ and `Test’ positions. Equipment pertaining to a draw out type module
shall be mounted on a fully withdraw able chassis, which can be drawn out
without having to unscrew any wire or cable connection. Suitable arrangement
with cradle / rollers and guides shall be provided for smooth movement of the
chassis.
4.17.5 Distribution Boards
Distribution boards and junction box which are using in jetty area within 100m
radius from product handling area should be of FLP type and remaining areas and
outdoor installations shall be metal doubled enclosed pattern with fixed type,
single front and compartmentalized construction. Distribution board frame shall
be fabricated using CRCA sheet steel of thickness not less than 2.0 mm. Suitable
synthetic rubber gaskets shall be provided to make boards completely dust and
vermin-proof with a degree of protection of IP52 for indoor installation. Handle
of incoming switch shall be mounted on the door of the board, with padlocking
facility in both ‘ON’ and ‘OFF’ positions. Cable entry facilities shall be provided
with removable gland plates of suitable thickness. All incoming and outgoing
cables shall be terminated on suitable terminal blocks.
4.17.6 Air Circuit Breakers
Air Circuit breakers shall be (three pole for motor feeders and TPN for other
feeders), air break, horizontal draw out type, and shall have fault making and
breaking capacities as specified. These shall be microprocessor based with RS 485
communication facility. There shall be “SERVICE”, “TEST” and “ISOLATED”
positions for the breakers. In “Test” position, circuit breaker shall be capable of
being tested for operation without energizing the power circuits i.e. power
contacts shall be disconnected, while the control circuits shall remain
undisturbed. Locking facilities shall be provided so as to prevent movement of
the circuit breaker from the “SERVICE”, “TEST” or “ISOLATED” position. It shall
be possible to close the door in “Test” position.
Each breaker feeder shall be provided with the following as a minimum:

198
SECTION: C4
V.O.CHIDMABARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR ELECTRICAL
SYSTEM

a) Electrical anti pumping feature


b) Motor charged spring operating mechanism.
c) Manual spring charging
d) Mechanical indication of spring charge
e) Mechanical position indicator
f) Closing coil
g) Shunt trip coil
h) Manual trip push button
i) Operation counter
j) Phase barriers
k) Shutter assembly
l) Door interlock kit
The closing coil and spring charging motor shall operate satisfactorily at all
values of control supply voltage between 80 and 110 percent of the rated
voltage. The closing coil & shunt trip coil shall be rated for 100% continuous
duty. One Open-Close-Open operation of the circuit breaker shall be possible
after failure of power supply to motor. For breakers spring charging motor shall
be provided with over current protection. Motor windings shall be provided with
class B insulation or better. The shunt trip coil shall operate satisfactorily, all the
values of control supply voltage between 70 and 110 percent of the rated
voltage.
Circuit breaker of the same type and ampere rating shall be wired alike and shall
be mechanically interchangeable.
All Air Circuit Breakers shall be provided with the following interlocks:
a) Movement of a circuit breaker between “SERVICE” and “TEST” position shall
not be possible unless it is in open position.
b) Closing of a circuit breaker shall not be possible unless it is in “SERVICE”
position, “TEST” position or in “ISOLATED” position.
c) Once the closing springs are discharged, after one closing operation of circuit
breaker, it shall automatically initiate recharging of the spring.
Telescopic trolley or suitable arrangement shall be provided for maintenance of
circuit-breaker module in a cubicle. The trolley shall be such that the topmost
breaker module can be withdrawn on the trolley and can be lowered for
maintenance purpose. ACBs shall have CT operated relays for over current and
earth fault protection.
4.17.7 Moulded Case Circuit Breaker (MCCB)
MCCB shall in general conform to IS: 13947 Part-2. MCCBs shall be provided with
thermo magnetic type release for over current and short circuit protection.
These shall be microprocessor based with RS 485 communication facility. The
setting of the thermal release shall be adjustable from 75% to 100% of the rated
current. The MCCB shall have breaking capacity not less than 50kA. MCCBs used
for incomers and Bus coupler shall be equipped with stored energy mechanism

199
SECTION: C4
V.O.CHIDMABARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR ELECTRICAL
SYSTEM

for electrical closing and tripping. All other MCCBs shall be manually operated.
The operating handle should give a clear trip indication.
4.17.8 Control and Selector Switches
Control and selector switches shall be of rotary type, with escutcheon plates
clearly marked to show the function and positions. Circuit breaker control
switches shall have three positions and shall be spring return to “NEUTRAL” from
“CLOSE” and “TRIP” positions and shall have pistol grip handles. Circuit breaker
selector switches shall have three stay put positions marked `Test’, `Local’ and
`Remote’, respectively. They shall have black spade handles. Selector switches
for starter modules shall have ‘Test’, ‘Local’, ‘Remote’ positions as specified.
Ammeter and voltmeter selector switches shall have four stay put positions with
adequate number of contacts for 3-phase 4-wire system. These shall have oval
handles. Ammeter selector switches shall have make before break type contacts
to prevent open circuiting of CT secondary.
4.17.9 Contactors
Motor starter contactors shall be air break, electromagnetic type rated for
uninterrupted duty. Contactors shall be double-break, non-gravity type and their
main contacts shall be silver faced. Direct-on-line contactors shall be of
utilization category AC3. Reversing starters shall comprise of Forward and
Reverse contactors mechanically and electrically interlocked with each other.
These contactors shall be of utilization category AC4. The contactor shall
operate satisfactorily from 85% to 110% of the rated voltage. The contactor shall
not drop out at 70% of the rated voltage but shall definitely drop out at 20% of
the rated voltage.
4.17.10 Instrument Transformers
All CTs and VTs shall conform to the requirement of IS: 2705 and IS: 3156. The
CTs shall be mounted on the switchgear stationary parts. For metering &
protection separate CTs shall be provided. The CTs shall be of cast resin, bar
primary type and of Class E or better insulation. CT secondary current shall be
1A. Accuracy class of Current Transformer shall be Class 5P20 for relaying and
Class 0.5 and ISF < 5 for metering. CTs for current rating less than 50A shall be
‘Wound primary’ type and above 50A shall be ‘bar primary’ type.
Voltage Transformer shall be cast-resin, draw-out type and shall have an
accuracy class of 0.5. The bus VTs shall be housed in a separate compartment.
All VTs shall have readily accessible fuse and MCBs on primary and secondary
sides respectively.
4.17.11 Indicating Instruments
All Indicating meters shall be digital type, 96 x 96 mm size, suitable for flush
mounting with constant accuracy for the entire range of respective parameters
with an inbuilt provision for calibration verification. The instruments shall have
an accuracy class of 1.0. All such meters shall be fed through suitable Current
transformers for motors rated 10kW & above. All Multifunction meters shall

200
SECTION: C4
V.O.CHIDMABARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR ELECTRICAL
SYSTEM

have digital display and communication port with true RMS measurement
facility with minimum 1% accuracy level.
4.17.12 Push Buttons
Push-buttons shall be of spring return, push-to-actuate type. Where specified
push buttons shall be stay put type. Their contacts shall be rated to make,
continuously carry and break 10A at 500 V AC. All push-buttons shall have two
normally open and two normally closed contact, unless specified otherwise.
The contact faces shall be of silver alloy. All push-buttons shall be provided
with integral escutcheon plates marked with its function. All emergency push-
buttons shall be stay put/latching type. To detach, master key provision shall
be provided.
The colour of the button shall be as follows:
a) Green for motor START, breaker CLOSE, valve / damper OPEN /CLOSE
commands.
b) Red for motor TRIP, breaker OPEN.
c) Black for all annunciator functions, overloads reset and miscellaneous
commands.
4.17.13 Indicating Lamps
Indicating lamps shall be of the panel mounting, LED type .The lamps shall have
escutcheon plates marked with its function, wherever necessary. All indicating
lamps shall be rated for continuous operation at 85% to 110% of their rated
voltage. Low Voltage Glow Prevention (LVGP) feature shall be provided for
indication lamps. Lamps shall have translucent lamp-covers of the following
colours, as warranted by the application:
a) Red for motor ON, breaker CLOSE.
b) Green for motor OFF, breaker OPEN.
c) Blue for Service
d) White for Test, Spring Charged, Spring Discharged, Lockout Relay Healthy
e) Amber for auto trip
4.17.14 Control Supply and Space Heater Supply
Control supply as required for any application shall be 240V AC derived through
a Control Transformer.
For space heater circuits of motor rated more than 30kW and also for panel
space heater, 240V AC supply shall be provided by tapping from the incomer
before the main isolating switch/breaker. Necessary switch and MCB to isolate
and distribute the supply to each panel shall be provided. For motor feeders,
circuit for motor space heater shall be wired through NC contact of
breaker/contactor and MCB. Each panel of PCC/MCC/DB shall be equipped with
the following as required:
a) Thermostatically controlled space heater(s).
b) Illumination lamp with door switch
c) 5A 3pin socket with MCB protection

201
SECTION: C4
V.O.CHIDMABARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR ELECTRICAL
SYSTEM

4.17.15 Wiring
All switchboards shall be supplied completely wired internally upto the
terminals, ready to receive external cables. All internal wiring shall be carried
out with 1100 V grade, FRLS insulated single core, copper conductor of
minimum 2.5 sq.mm for CT circuits and 1.5 sq.mm for other circuits. All
internal wiring terminations shall be made with solder less crimping type tinned
copper lugs. Insulation sleeves shall be provided over the exposed parts of lugs.
Engraved core identification plastic ferrules marked to correspond with panel
wiring diagrams shall be fitted at both ends of each wire. Number 6 and 9 shall
not be used for wire identification.
Control terminal blocks shall be of 1100 Volts grade, rated for 10 Amps and in
one piece moulding. It shall be complete with insulating barriers, clip-on type
terminals and identification strips. Marking on terminal strip shall correspond to
the terminal numbering on wiring diagrams. Terminal blocks for CT & VT
secondary leads shall be provided with test links & isolating facilities. CT
secondary leads shall be provided with short circuiting &earthing facilities. In
all the panels at least 20% spare terminals for external connections shall be
provided and these spare terminals shall be uniformly distributed on all
terminal blocks.
4.17.16 Power Cable Termination
Cable termination compartment and arrangement for power cables shall be
suitable for heavy duty, 1.1 kV grade, stranded aluminium conductor, PVC /
XLPE insulated, armoured and FRLS PVC sheathed cables. All power cable
terminals shall be of stud type and the power cable lugs shall be of tinned
copper solderless crimping ring type conforming to IS:8309. All lugs shall be
insulated / sleeved.
4.17.17 Nameplates and Labels
PCCs, MCCs, Distribution Boards, local push-button stations and local motor
starters shall be provided with prominent, engraved identification plates. The
module identification plate shall clearly give the feeder number and feeder
designation. For single front switchboards, similar panel and board
identification labels shall be provided at the rear also. All name plates shall be
of non- rusting metal or 3-ply Lamicoid, with white engraved lettering on black
background. Suitable stencilled paint mark shall be provided inside the
panel/module for identification of all equipment, in addition to the plastic
sticker labels, if provided. These labels shall be positioned so as to be clearly
visible and shall have the device number, as mentioned in the module wiring
drawings. Caution name plate “Caution Live Terminals” shall be provided at all
points where the terminals are likely to remain live and isolation is possible
only at remote end.
4.17.18 Busbars and Insulators
Each PCC & DB shall be provided with three phase and neutral busbars. DC
distribution boards shall have two busbars. All busbars and jumper connections

202
SECTION: C4
V.O.CHIDMABARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR ELECTRICAL
SYSTEM

shall be of high conductivity aluminium alloy for PCC/MCC and Copper for DB of
adequate size. Maximum Current density for Aluminium shall be 1.0A/mm2 and
for Copper shall be 1.25A/mm2. The cross-section of the busbars shall be
uniform throughout the length of switchboard. Interleaving of PCC busbar
arrangement shall be envisaged. All busbars shall be adequately supported by
non-hygroscopic, non-combustible, track-resistant and high strength sheet
moulded compound or equivalent type polyester fibre glass moulded insulators.
All busbar joints shall be provided with high tensile steel bolts, belleville/ spring
washers and nuts. All copper to aluminium joints shall be provided with suitable
bi-metallic washers. All busbars shall have HRPVC sleeves and colour coded.
Contact surfaces at all joints shall be silver plated or properly cleaned and anti-
oxide grease applied to ensure an efficient and trouble free connection. Suitable
bimetallic connectors shall be used for dissimilar metal connections.
The continuous rating of the main busbars shall be same as that of the incomer
breaker, and busbar shall carry this continuous current without exceeding the
temperature of 90º C. For silver plated joints, temperature shall not exceed
105°C. All horizontal and vertical busbar joints shall be covered by insulating
shrouds.
4.17.19 Earthing
A copper earthing bus of adequate size shall be provided at the bottom and shall
extend throughout the length of switchgear. It shall be bolted to the framework
of each panel and each breaker earthing contact bar. The earth bus shall be
sized to withstand specified short circuit current. The truck and breaker frame
shall get earthed while the truck is being inserted in the panel and positive
earthing of the truck and breaker frame shall be maintained in all positions i.e.,
‘Service’, ‘Test’ and ‘Isolated’ as well as throughout the intermediate travel.
All non-current carrying metal work of the switchboard shall be effectively
bonded to the earth bus. All hinged doors shall be earthed through flexible
earthing braid. VT and CT secondary neutral point earthing shall be at one place
only on the terminal block. All metallic cases of relays, instruments and other
panel mounted equipment shall be effectively bonded to the earth bus by
independent stranded copper wires of size not less than 2.5 sq.mm.
4.17.20 Modules Description
Following shall be provided for each breaker feeders
a) Electrical anti pumping feature
b) Hand reset High speed lockout relay (86)
c) Trip circuit supervision relay (95)
d) Aux relay for breaker contact multiplication
e) Aux relays as required for contact multiplication
f) Indicating lamps for ON, OFF, Auto trip, spring charged, Trip circuit
healthy, DC supply fail etc.
g) Breaker control switch

203
SECTION: C4
V.O.CHIDMABARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR ELECTRICAL
SYSTEM

h) Local / Remote/Test selector switch


i) Test Terminal blocks
ACB incoming feeders for PCC from transformers shall be provided with the
following as a minimum.
a) Current transformers for metering & protection
b) FP/TPN Air Circuit Breaker
c) Digital Ammeter
d) Fuse/MCBs for control circuits
e) Multifunction meter (MFM) with communication facility
f) Voltage transformers, Digital voltmeter & voltage transducer
g) Under voltage relay with timer
h) Numerical three phase over current and earth fault relay
ACB Bus coupler for PCC from transformers shall be provided with the following
as a minimum.
a) TPN Air Circuit Breaker
b) Current transformer for protection & metering
c) Fuse/MCBs for control circuits
d) Numerical three phase over current & earth fault relay
Unidirectional motor feeders rated less than 10 kW shall be provided with the
following as a minimum.
a) Triple pole MCCB / MPCB
b) Triple pole contactor.
c) Auxiliary contactors
d) LOCAL/REMOTE selector switch
e) Bimetallic thermal overload relay with single phasing preventer
f) Push buttons.
g) Indicating lamps with coloured lenses.
h) MCB for control circuit
i) Interposing relays
Unidirectional motor feeders rated 10kW and up to 30kW shall be provided with
the following as a minimum.
a) Triple pole MCCB / MPCB
b) Triple pole contactor.
c) Auxiliary contactors
d) LOCAL/REMOTE selector switch
e) Bimetallic thermal overload relay with single phasing preventer.
f) Push buttons.
g) Indicating lamps with coloured lenses.
h) MCB for control circuit
i) Current transformer for metering
j) Digital Ammeter
k) Interposing relays

204
SECTION: C4
V.O.CHIDMABARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR ELECTRICAL
SYSTEM

Unidirectional motor feeders rated above 30kW and less than 125kW shall be
provided with the following as a minimum.
a) Triple pole MCCB
b) Triple pole contactor.
c) Auxiliary contactors
d) LOCAL/REMOTE selector switch
e) Bimetallic thermal overload relay with single phasing preventer.
f) Push buttons.
g) Indicating lamps with coloured lenses.
h) MCB for 240V AC space heater circuit
i) MCB for control circuit
j) Current transformer for metering
k) Current transducer
l) Digital Ammeter
m) Interposing relays
Unidirectional motor feeders rated 125 kW and above shall be provided with the
following as a minimum.
a) Triple pole Air Circuit Breaker
b) Current Transformer for metering & Protection
c) Numerical Motor protection relay
d) Fuse/MCBs for control circuit
e) Indicating lamps with coloured lenses.
f) MCB for 240V AC space heater circuit
g) MCB for control circuit
h) Current transducer
i) Digital Ammeter
j) Interposing relay
Bi-directional Motor feeders shall be provided with the following as a minimum.
(Not applicable for Integral Actuators)
a) Triple pole MCCB.
b) Triple pole mechanically interlocked, open / close contactors.
c) Auxiliary contactors
d) Local/Remote/Test switch
e) Bimetallic thermal overload relay with single phasing preventer.
f) Push buttons.
g) Indicating lamps with coloured lenses.
h) MCB for space heater circuit
i) MCB for control circuit
j) Interposing relays
4.17.21 Testing and Inspection
Switchgear and all its components should have been type tested and proven
type. Type test certificates shall be furnished for Engineer’s Representative
review. Switchgear and its components shall be subjected to routine tests as per

205
SECTION: C4
V.O.CHIDMABARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR ELECTRICAL
SYSTEM

applicable Indian Standard. In addition, any special test required shall also be
performed. Test reports shall be submitted for approval.
4.17.22 Spares List
Suitable number of spares for successful commissioning and successful running
for guaranteed period such as list of mandatory spares/insurance spares for the
successful running of all vital machineries including mechanical and electrical
equipment along with the amount quoted by the concerned OEM for a period of 2
years while bidding.
4.18 240 V AC UPS SYSTEM
4.18.1 Introduction
This specification covers the requirements of 240 V AC UPS System comprising of
Batteries, Chargers, inverters, auto & manual bypass and Distribution Board for
fire fighting facilities. Function of 240 V AC Uninterruptible Power Supply System
is to provide normal source of power to the Instrumentation & Control systems,
package control panels, critical lighting, etc. as required.
4.18.2 Codes and Standards
Equipment to be furnished under this specification shall be in accordance with
the applicable section of the latest version of the following Indian Standards and
IEC standard, except where modified and /or supplemented by this specification.
IS 1651 Stationary cells and batteries, Lead Acid Type (with tubular positive
plates) - Specification IS 266 Specification for Sulphuric acid IS 3895 Mono
crystalline Semi-conductor rectifier cells and stacks IS 4540 Mono –crystalline
Semi-conductor rectifier assemblies and equipment IEEE-484 Recommended
Design for Installation design and installation of large lead storage batteries for
generating stations and substations. IEEE-485 Sizing large lead storage batteries
for generating stations and substations.
4.18.3 Design
Batteries shall be sized in accordance with IEEE-485. The battery shall be sized
with a 10% design margin and an ageing factor of 1.25. 240 VAC UPS System
consists of 2x100% chargers, 2x100% inverters, static switches, auto & manual
bypass facility, 2x100% battery banks to provide back-up for 30 minutes and a
UPS Distribution Board. End Cell Voltage of Lead Acid Plate battery shall be 1.85
V / Cell. During Normal operating condition, batteries shall be supplied from
battery charger. The charger is fed power from Emergency PDB. The battery
charger shall feed the loads through the inverter and, at the same time, shall
continuously charge the batteries. Battery shall normally be permanently
connected to the load in parallel with a charger and shall supply the load during
emergency condition when AC supply is lost.
Charger shall be float cum boost type suitable for float charging the batteries
and supplying load simultaneously. Chargers shall boost charge fully discharged
batteries in 12 hours. Design margin of minimum 20% shall be considered in

206
SECTION: C4
V.O.CHIDMABARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR ELECTRICAL
SYSTEM

charger & inverter sizing for either mode of operation. Protections such as DC-
O/V & U/V, AC U/V, E/F, S/C protection etc. shall be considered.
4.18.4 Construction of Battery
Lead Acid (Valve regulated) sealed maintenance free Plate type batteries shall
be float charged at 2.15 to 2.20 Volts per cell and chargers shall also be capable
of boost charging the associated DC battery up to 2.7 Volts per cell at the desired
rate. Batteries shall be rated for 10 hour discharge rate (C10) as per
manufacturer data. Containers shall be made of suitable glass fibre reinforced
plastics or Polypropylene. Containers shall be robust, heat resistance, leak proof,
non-absorbent, acid/alkaline resistant, non-bulging type and free from flaws
such as wrinkles, cracks, blisters, pin holes etc.
Batteries shall have thick plates designed for maximum durability during all
service conditions including high rate of discharge and rapid fluctuations of load.
The separators shall maintain the electrical insulation between the plates and
shall allow the electrolyte to flow freely. Separators should be suitable for
continuous immersion in the electrolyte without distortion. The positive and
negative terminals shall be clearly marked. Each cell shall be separately
supported on porcelain insulators fixed on to the racks with adequate clearance
between adjacent cells. Breathers/Vent plugs etc. shall be provided for each
cell. It shall be anti-splash type and having more than one exit hole to allow the
gases to escape freely but prevent the acid spray from the battery. Lead coated
copper inter-cell connectors shall be used for connecting up adjacent cells and
rows. Bolts, nuts and washers shall be effectively lead coated to prevent
corrosion. All the terminals and cells, interconnections shall be fully insulated or
have insulation shrouds/covers.
End take off connections from positive and negative poles of batteries shall be
made by single core cables having stranded copper conductors and PVC/XLPE
insulation. Necessary supports and lugs for termination of these cables on
batteries shall also be supplied. All connectors and lugs shall be capable of
continuously carrying the 60 minute discharge current of the respective batteries
and through fault short circuit current which the battery can produce and
withstand for the period declared. Anti-corrosive gel shall be applied at the
Battery terminals.
Wooden racks shall be provided for batteries for multi-tier installation. These
racks shall be made of good quality first class seasoned teak wood. They shall be
free standing type mounted on porcelain insulators. Numbering tags, resistant to
acid for each cell shall be attached on to the necessary racks. The bottom tier of
the stand shall not be less than 150 mm above the floor.
Following accessories shall be provided with batteries.
a) Syringe type Hydrometer : 2 Nos per Battery
b) Thermometer with specific gravity correction scale : 2 Nos per Battery
c) Cell testing voltmeter 3-0-3 volts : 2 Nos per Battery

207
SECTION: C4
V.O.CHIDMABARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR ELECTRICAL
SYSTEM

d) Acid resistant funnel : 2 Nos per Battery


e) Acid resistant jug. : 2 Nos per Battery
f) Rubber apron and gloves : 2 sets per Battery
g) Spanners : 2 sets per Battery
h) Wall mounted teak wood rack for above items : 2 Nos per Battery
Following maintenance spares shall be provided as a minimum
i) Inter cell connectors : 10 Nos.
ii) Inter row connectors : 2 Nos.
iii) Battery stand insulators : 2 Nos
iv) Cell insulators : 2 Nos
v) Nuts, bolts & washers : 10 pieces each
vi) Vent plugs : 10 Nos.
vii) Spare dry cell : 4 Nos.
Fuse box for each battery shall be provided in the battery room and shall
comprise the following:
➢ DP Fuse Switch unit
➢ HRC Fuses with striker pin & aux contact for remote alarm
➢ FRP enclosure.
Discharge resistor made of punched stainless steel grid enclosed in sheet steel
enclosure shall be provided for discharge testing of Battery.
4.18.5 Construction of UPS cum DB
During float charging, charger shall feed the Distribution board through inverters
and as well as float charge its own batteries and shall maintain a DC voltage that
shall pass the minimum current through the cells to keep them charged without
overcharging. In case of mains failure to charger or charger failure, battery shall
supply the full load. While boost charging of battery, DB shall be isolated from
the Charger. Battery charger should meet the Trickle requirement of battery
banks (under emergency) and boost requirement of the battery bank.
During boost charging, the battery charger shall operate on constant current
mode (when automatic regulator is in service). It shall be possible to adjust the
boost charging current continuously over a range of 50 to 100 % of the rated
output current for boost charging mode. During boost charging the Boost charger
shall recharge the completely discharged battery to full capacity in 10 hours.
When on automatic control mode during float charging, the charger output
voltage shall remain within +/-1% of the set value for AC input voltage variation
of + / - 10%, frequency variation of + 3/-5%, a combined voltage and frequency
(absolute sum) variation of 10 % and a continuous DC load variation from zero to
full load. Uniform and step less adjustments of voltage setting (in both manual
and automatic modes) shall be provided on the front of the charger panel
covering the entire float charging output range specified. Battery charger shall

208
SECTION: C4
V.O.CHIDMABARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR ELECTRICAL
SYSTEM

have a selector switch for selecting the battery charging mode i.e. whether float
or boost charging.
UPS shall be provided with facilities such as automatic voltage regulator (AVR)
for both automatic and manual control of output voltage and current. The unit
shall be self-regulating, natural air cooled, static type provided with suitable
double wound transformer, full wave thyristor type rectifiers, filter circuits, DC
& AC Switchgear. Charger shall be metal enclosed, fixed type, suitable for indoor
mounting on floor. Panel frame shall be fabricated using cold rolled sheet steel
of thickness not less than 2.0 mm. Suitable synthetic rubber gaskets shall be
provided to achieve a degree of protection of IP54.
Rectifier transformer shall be continuously rated, dry type, class F insulation,
epoxy resin impregnated, Air Natural cooled and with adequate number of taps.
The rating of rectifier transformer shall correspond to the rating of the
associated rectifier assembly.
UPS panel shall be provided with an illuminating CFL lamp, a 5 Amp socket and
space heaters with thermostat. Toggle switches and MCB’s shall be provided
separately for each of the above fittings. Space heaters “ON” indication shall be
provided. Two separate grounding pads shall be provided.
Locking facilities shall be for locking float / boost selector switch in the float
position only.
Digital type Window annunciator shall be provided for alarm annunciation with
acknowledge, test and reset push buttons and a buzzer for the following
conditions.
a) SCR fuse fail
b) Battery / DC system under voltage
c) DC system over voltage
d) DC over load
e) Output fuse blown
f) AC supply fail
g) AC under voltage
h) Battery earth fault
i) Filter fuse failure
j) Battery on Float / Boost
k) Charger fail / Inverter fail / Battery on discharge
l) Any other annunciation, as required
Remote alarm contacts for hooking up to PLC shall be provided. For charger,
current & voltage transducer shall be provided for remote monitoring of DC
voltage and Current at PLC.
Protection features, indications, meters and alarms shall be provided for each
charger. Protection features shall include the following as minimum.
a) Overload Protection

209
SECTION: C4
V.O.CHIDMABARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR ELECTRICAL
SYSTEM

b) Phase failure protection


c) Voltage unbalance protection
d) Fuse failure protections for SCR and filter circuit
Suitable potential free contacts for remote indication of above abnormal
conditions shall be provided. However the requirements / design shall be
firmed up during the detailed engineering stage.
4.18.6 Testing and Inspection
UPS and all its components should have been type tested and proven type. Type
test certificates shall be furnished for Engineer’s Representative review. UPS
shall be subjected to routine tests as per applicable Indian Standard. In addition,
any special test required shall also be performed. Test reports shall be submitted
for approval.
4.18.7 Spares List
Suitable number of commissioning and successful running for 2 years spares such
as mandatory spares, insurance spares shall be supplied by the bidder along with
the first fill of lubrication oils and consumables
4.19 Power and Control Cables
4.19.1 Introduction
This specification covers the requirements Power & Control cables for Fire
fighting facilities.
4.19.2 Codes and Standards
The equipment to be furnished under this specification shall be in accordance
with the applicable section of the latest version of the following Indian
Standards, except where modified and /or supplemented by this specification.
IS: 1554 PVC insulated (heavy duty) electric cables for working
voltages up to and including 1100 volts.
IS:7098-I Cross linked polyethylene insulated PVC sheathed cables
for working voltages up to and including 1100 volts.
IS:7098 -II Cross linked polyethylene insulated PVC sheathed cables
for working voltages from 3.3 kV up to and including 33
kV.
IS:10810 Methods of tests for cables.

4.19.3 Design
Power cables shall be sized to satisfy the following Criteria:
➢ Short circuit withstand capacity for applicable fault current and duration.
➢ Full load current carrying capacity under installation conditions considering
Site ambient temperature & site installation (Grouping) conditions based on
Manufacturer’s recommendation.
➢ Permissible voltage drop limits under steady state/transient state as
applicable.

210
SECTION: C4
V.O.CHIDMABARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR ELECTRICAL
SYSTEM

Power cables shall withstand fault current of the circuit for the duration not less
than the maximum time taken by the primary protective system to isolate the
fault. Cables shall be sized for the following short circuit rating.
Outgoing cables from 33kV Switchboards 26.3 kA for 0.16 sec.
Incoming cables to 415 V PMCC (Breaker 50 kA for 1 sec.
operated)
Incoming cables to 415 V MCC (Breaker 50 kA for 0.5 sec.
operated)
Incoming cables to 415 V MCC/DB (MCB Fuse cut-off current for 10
protected) millisecond
Cables from 415 V MCC to Motors 50 kA for 0.16 sec ACB
Feeders from MCC/DB (MCB protected) Fuse cut-off current for 10
millisecond

To maintain voltage at motor terminals / equipment end within desirable limit, it is


proposed to limit the voltage drop in the cables within the following limits:
➢ Steady state Voltage drop (Continuous running condition) : 2.5%
➢ Transient state voltage drop (During Motor Starting) : 10 %
All cables shall be suitable for laying on racks, in ducts, trenches with chances of
flooding by water and shall also be suitable for directly buried installation. All cables
shall be flame retardant low smoke (FRLS) type designed to withstand mechanical,
electrical and thermal stresses developed under steady state and transient operating
conditions.
Minimum size of LV power cable shall be of 2.5 Sq.mm for Copper. Power cables
shall have copper conductor for sizes up to 10 sq.mm. For higher sizes, aluminium
conductor shall be provided. The minimum size of control cable shall be of 1.5
Sq.mm copper. For CT circuits, minimum 2.5 sq.mm copper cable shall be provided.
Conductor of Copper cables shall have plain annealed copper. All the conductors
shall be multi-stranded.
Power cables shall be XLPE insulated. Control cables shall be PVC insulated. PVC
insulation shall be suitable for continuous conductor temperature of 70oC and short
circuit conductor temperature of 160°C. XLPE insulation shall be suitable for
continuous conductor temperature of 90°C & short circuit conductor temperature of
250°C.
The cable cores shall be laid up with fillers between the cores wherever necessary.
All the cables shall have distinct extruded PVC inner sheath. For single core
armoured cables, armouring shall be of aluminium wire. For multicore armoured
cables, armouring shall be of galvanised steel strip/wire as per applicable IS. Outer
sheath shall be of PVC black in colour having following FRLS properties.
a) Oxygen index of not less than 29.
b) Acid gas emission of max. 20%
c) Smoke density of not more than 60%

211
SECTION: C4
V.O.CHIDMABARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR ELECTRICAL
SYSTEM

The cables shall meet flammability test as per IEEE – 383. All the cables shall be
protected against rodent and termite attack. Necessary chemicals shall be added in
to the PVC compound of the outer sheath.
4.19.4 HT Cables
Cables shall be XLPE insulated, PVC inner sheathed (extruded), armoured, FRLS
PVC outer sheathed, stranded compacted aluminium conductor conforming to IS:
7098. 33 kV cables shall be suitable for earthed system. The conductor screen
and insulation screen shall both be of extruded semi-conducting compound and
shall be applied along with the XLPE insulation in a single operation of triple
extrusion process. The metallic screen of each core shall consist of copper tape
with minimum overlap of 20% copper screen which shall be capable of carrying
the system earth fault current for 2 seconds. Outer sheath shall be FRLS PVC.
4.19.5 LV Power Cables
LV Power cables shall be of 1.1 kV grade, XLPE insulated, PVC inner sheathed
(extruded), armoured, FRLS PVC outer sheathed, stranded compacted aluminium
conductor conforming to IS: 7098 Part-I.
4.19.6 Control Cables
Control cables shall be of 1.1 kV grade, multicore, PVC insulated, PVC inner
sheathed, armoured, FRLS PVC outer sheathed, stranded copper conductor
conforming to IS:1554 Part-I. Up to 5 cores it shall be colour coded and above 5
cores shall be numbered.
4.19.7 Cable identification system
In addition to manufacturer’s identification on cables as per IS, following
marking shall also be embossed over outer sheath.
➢ Cable size and voltage grade.
➢ Word `FRLS’ at every 5 metre.
➢ Sequential marking of length of the cable in meters at every one metre.
The embossing shall be progressive, automatic, in line and marking shall be
legible and indelible.
4.19.8 Cable Drums
Cables shall be supplied in wooden or steel drums of heavy construction. The
surface of the drum and the outer most cable layer shall be covered with
waterproof layer. Both the ends of the cables shall be properly sealed with heat
shrinkable PVC/rubber caps, secured by `U’ nails so as to eliminate ingress of
water during transportation, storage and erection. Wood preservative
antitermite treatment shall be applied to the entire drum. Wooden drums shall
comply with IS 10418.
4.19.9 Testing and Inspection
Cables offered shall be of type tested and proven type. Type test certificates for
test conducted earlier on similar rating shall be furnished. Routine tests,

212
SECTION: C4
V.O.CHIDMABARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR ELECTRICAL
SYSTEM

Acceptance tests and all special tests for FRLS properties shall be carried out for
all the cables as per applicable standards. The sample shall be drawn at the rate
of one per type and size for every lot offered for inspection.
4.19.10 Special Tests
The following tests as applicable to FRLS sheathed cables shall be conducted as
type tests on each size of each lot:
a) Oxygen index test
b) Temperature index test
c) Acid gas generation during fire
d) Smoke generation test under fire
e) Swedish chimney test for class F3 as per SS : 4220 14 : 75
f) Under fire conditions for bunched cables as per IEEE std. 383 / 74
4.20 Lighting System
4.20.1 Introduction
This specification covers the requirements of Illumination system for fire fighting
facilities.
4.20.2 Codes and Standards
The equipment to be furnished under this specification shall be in accordance
with the applicable section of the latest version of the following Indian
Standards, except where modified and /or supplemented by this specification.
IS 418 Tungsten filament general service electric lamps
IS 1777 Industrial luminaries with metal reflectors.
IS 1947 Flood Lights
IS 10322 Luminaries for street lighting.
IS 1944 Code of practice for design of Street lighting
IS 2206 Flame proof electric lighting fittings.
IS 2215 Starters for fluorescent lamps
IS 2418 Tubular fluorescent lamps for general lighting services
IS 4013 Dust-light electric lighting fittings
IS 8224 Electric Lighting fittings for Div. 2 areas
IS 9583 Emergency lighting units.
IS 9900 High-pressure mercury vapour lamps
IS 9974 High Pressure sodium vapour lamps
IS 2713 Specification for Tubular Steel Poles for Overhead Power Lines
4.20.3 Design and Construction
This specification covers the requirements of Illumination system.
The lighting system includes:-
➢ 100% Normal AC lighting alternatively fed through DG set also
➢ Critical lighting through battery backed LED lamps in selected areas of the
plant during plant emergency conditions.

213
SECTION: C4
V.O.CHIDMABARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR ELECTRICAL
SYSTEM

Normal AC Lighting shall be energised from 3-phase, 4-wire, 415 V Lighting


Distribution Board. Single phase voltage level considered for lighting system &
fixtures shall be optimally arrived to achieve energy efficiency without sacrifice
in the illumination level. Lighting transformer tap range & tap step to be
designed accordingly.
Emergency lighting shall be provided in specific areas such as switchgear rooms,
areas near local panels, staircases and other strategic areas during AC supply
failure. Emergency lighting shall normally be “off,” and upon loss of normal AC
supply, emergency lights shall be turned “on” in auto mode. Emergency lighting
units with integral batteries shall be used. Emergency lighting unit shall provide
light for four hours when the normal power source is lost. Each emergency light
unit of weather & dust-proof construction shall be provided with battery (24V),
battery charger and 1X5 Watt LED lamp. Each unit shall be connected to the
240 V supply system and shall automatically switch to the battery in case of
power supply failure. Exit light fixtures shall be compact LED and provided in all
the Building at exit doors.
LED lamps shall be used as light sources in the lighting system. Fixtures
considered shall be energy efficient type with low harmonics and higher lumen /
watt.
All fittings shall be weatherproof and able to withstand direct hosting.
AC lighting fixtures and accessories shall be suitable for operation on 240 VAC,
50 Hz supply with supply voltage variation of+/- 10%, frequency variation of +/-
3% and combined voltage and frequency variation of absolute sum of 10%.
Lighting level design shall include a Maintenance factor as follows to account for
lamp lumen depreciation, luminaries’ surface dirt and room surface dirt, etc.
➢ Air conditioned areas : 0.8
➢ Non-Air conditioned areas : 0.7
➢ Dust prone outdoor Areas : 0.6
Suitable number of 63 Amps, 3 phase, 415 volt AC welding receptacles shall be
provided. Welding receptacles shall be placed near all major equipment and at
an average of 30 meters in each building or at least two numbers on each floor
and type of room.
16 Amps, 240V, Single phase convenience receptacle with switch shall be
provided in all the rooms. The convenience outlets shall be spaced to provide
access to any point with a 15 meter extension cord. In the office area suitable
numbers shall be provided taking into account the number of persons sitting,
number of computers, printers, server etc., to be fed. Receptacles shall be
served from an earth leakage circuit breaker (ELCB).

214
SECTION: C4
V.O.CHIDMABARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR ELECTRICAL
SYSTEM

Welding sockets shall be fed from ACDB / PDB. Number of receptacles per circuit
shall be not more than 2. Each welding receptacle unit shall have dedicated MCB
installed adjacent to the receptacle with IP55 type enclosure
Light fixtures shall be circuited so that adjacent fixtures are connected to
alternate phases of a 3phase circuit. The lighting for enclosed areas within the
buildings shall be manually switched ‘on’ and ‘off’ at local light switches near
personnel entrance doors. Auto-timed switching may also be considered with
manual bypass mode for indoor lighting system. Wall mounted switches shall be
provided at the entrance to battery room and equipment/office rooms.
Electric power to light street light fixtures located on the approach road to the
Pump House shall be switched with photoelectric controllers and timers. Outdoor
lighting shall have auto/manual mode of operation. Provision shall be made to
bypass the photoelectric controller and timer.
Switches shall be sized maximum of 80 percent of the light switch ampere rating
with enclosures suitable for the location in which they are installed.
Load on each lighting circuit and single phase receptacle circuit shall be limited
to 2000 W.
For areas illuminated by more than one circuit, the adjacent circuit shall be fed
from different phase. Load balance on all the 3 phases to be envisaged for
lighting as well as 1-phase power distribution circuit.
Wiring for indoor lighting installation shall be carried with PVC insulated wire of
the following sizes laid in conduit.
a) Lighting Panel to lighting Fixtures : 2.5 sq.mm copper
b) Switch box to lighting Fixtures : 2.5 sq.mm copper
c) Lighting Panel to Sockets : 4 sq.mm copper
For Area lighting, PVC insulated, PVC inner sheathed, armoured, FRLS PVC outer
sheathed Copper conductor cables shall be provided.
Wiring for Lighting fixtures and receptacle units shall be fed from different
circuits and shall run in separate conduits. Two different phase circuits shall not
be laid in the same conduit. All conduits shall be surface mounted in general. In
Office rooms & Control rooms conduit shall be concealed type. Conduit fill
criteria shall be 40%. Conduits should have the minimum number of bends in
their run with pull boxes at suitable locations. Conduits shall be sloped & drained
to avoid water accumulation & draining into the equipment at its end. Conduits
shall be galvanized steel except in corrosive areas, where it shall be epoxy
painted.
4.20.4 Lighting Distribution Board
LDB shall be provided with 415/415V, 3 phase dry type transformer of suitable
capacity to obtain 3 phase, 4 wire system and to limit the fault level to 10 KA.

215
SECTION: C4
V.O.CHIDMABARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR ELECTRICAL
SYSTEM

Capacity of the transformer shall be decided such that there is at least 20%
margin over the total lighting load.
LDB shall be provided with one TPN MCCB for incomer feeder and required
number of 1/3 phase outgoing SPN/TPN MCB’s feeders with at least 20% Spare
feeders. CT operated Ammeter, Voltmeter and indicating lamps shall be
provided.
Both LDBs and PDBs shall be coated with separate colour codes.
4.20.5 Power Distribution Boards
For welding receptacles, Power Distribution Boards (PDBs) shall be provided.
PDBs shall be provided with TPN MCB of suitable rating for incomer and required
number of 63 Amp TPN outgoing feeders with MCBs plus neutral links for each
circuit distributed over three phases.
4.20.6 Receptacles
3 phase Industrial type welding receptacles shall be rated for 415V, 63 Amps with
interlocked switches, scrapping earth connection, male and female units and
cover. Protection class shall be IP-65.
1 phase Industrial type receptacles shall be rated for 240V, 16Amps with
interlocked switches, scrapping earth connection, male and female units and
cover. Protection class shall be IP-65. 1 phase receptacles with switches shall be
provided at each emergency portable lamp fittings. All receptacles shall be
provided with matching plug-tops. All hardware shall be of Stainless steel type
only including the mesh of well glass luminaries, nut, bolts, washers, etc.
4.20.7 Installation of Light Fittings
Mounting height of center line of various lighting equipment from FFL/Working
platforms or finished grade level shall be as noted below unless otherwise
specified in corresponding lighting layout drawings.
➢ Lighting panels/control gear boxes : 1500 mm
➢ Switch boxes : 1500 mm
➢ Receptacle boxes (Indoor) : 500 mm
➢ Receptacle boxes (Outdoor) : 1000 mm
➢ JB on poles/Masts : 750 mm
Light fixtures to be mounted on ceiling/platforms having considerable vibrations
which can cause damage to the fixtures shall be suitably supported with rubber
pads to limit vibrations in the fixtures. Where conduit wiring is adopted, an earth
continuity conductor of 12 SWG galvanized steel wire shall be provided for
earthing of the lighting fixtures, switch boxes, etc. The earthing conductors shall
run along the entire length of the conduits and shall be securely connected and
terminated at the junction boxes/control gear boxes/lighting panels. Earth
connection shall be properly secured with bolts, nuts and washers. For outdoor

216
SECTION: C4
V.O.CHIDMABARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR ELECTRICAL
SYSTEM

lighting installations, an earth continuity conductor of atleast 25 x 3 mm


galvanized steel flat shall be used for earthing the lighting masts/poles.
While designing the lighting circuit, cables shall be sized such that the farthest
loop from the supply receives no less than 95% of its nominal voltage, in addition
it must be assumed that all the light fittings are energized while this design
calculation is made. LED lights shall be chosen & located carefully where they
illuminate rotating shafts, so as to avoid stroboscopic effect. Fittings made from
Aluminium and its alloys should be avoided because the oxide that invariably
forms after a time is considered as a potential source of sparks caused by
mechanical impact. All fittings shall be installed at a safe height for maintenance
& effective illumination. All lighting controls shall be from a non-hazardous area,
using double pole, switches, the supply neutral should be switchable along with
the phase.
4.20.8 Testing and Inspection
Equipment of Illumination system should be type tested and proven type. Type
test certificates shall be furnished for Purchaser’s review. Equipment shall be
subjected to routine tests as per applicable Indian Standard. Test reports shall be
submitted for approval.
4.20.9 Spares List
Suitable number of commissioning and successful running for 2 years spares such
as mandatory spares, insurance spares shall be supplied by the bidder along with
the first fill of lubrication oils and consumables
4.21 Cabling System
4.21.1 Introduction
This specification covers the requirements of cable trays, support structures,
cable laying and termination system.
4.21.2 Codes and Standards
The equipment to be furnished under this specification shall be in accordance
with the applicable section of the latest version of the following Indian
Standards, except where modified and/or supplemented by this specification.
IS:1255 Code of practice for installation and maintenance of power cables up to
and including 33 kV rating. IS:732 Electrical wiring installation (system voltage
not exceeding 1100 V).
4.21.3 General Requirements
While finalizing Cable routing layouts, consideration shall be given to the
requirements of Safety, Reliability and Convenience of cable laying and
termination. Where duplicate drives/auxiliaries are provided for reliability,
cable routing shall be segregated to the extent practically possible.
In cable trenches, distance between bottom most tier and bottom of trench
shall be 150 mm and clearance from top most tray to top of trench cover shall
be 400 mm. Distance between two tiers shall be minimum 250 mm. PCC flooring

217
SECTION: C4
V.O.CHIDMABARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR ELECTRICAL
SYSTEM

of built-up trenches shall be sloped in longitudinal and also in transverse


direction for effective drainage system. Cables should not be laid directly in the
trench floor. Cables trenches should be provided with strong & effective covers
with water & fire proof sealing arrangement at trench entry & exit points.
Other than cable vault & cable trenches, Cable trays shall be laid in vertical
formation to avoid dust accumulation in areas. In cable spreader room, a clear
access passage of atleast 800 mm wide shall be provided along the cable ways.
Wherever passage is through cable routes, a clear height of not less than 2.0 M
shall be provided.
Cables of different voltages shall be laid in separate racks. Minimum distance of
250 mm shall be maintained along the routes between various types of cables.
In case of horizontal formation, the highest voltage cables shall be laid in the
top most position in the tray stack followed by other grades as follows in the
descending order.
➢ 33 kV Power cables (Bottom most Tier)
➢ 1.1kV Power cables (Above HT Tier)
➢ Electrical Control Cables (Above LT Tier)
➢ Instrumentation/Signal cables (Top tier)
On cable trays all the multicore power cables can be laid in touching formation.
Single core cables shall be laid in trefoil formation with the spacing equal to
twice the diameter of the cable. Control cables shall be laid in not more than
two layers. Power & Control cables shall be laid on ladder type trays.
Instrumentation & Signal cables shall be laid on perforated type trays. Cable
trays shall be supported at an interval of 1500 mm approximately. Vertical runs
shall be supported at an interval of 1000 mm approximately. Cable tray support
system suitable for FRP type cable trays shall also be included.
Cables shall be terminated using double compression cable glands suitable for
the voltage grade of cables. Cable glands shall be heavy duty brass. Cable lugs
for power and control cables shall be tinned copper solderless crimping type
conforming to IS 8309. 33 kV cable terminations shall preferably be of heat
shrinkable type kits.
Fire barriers/ Fire stops shall be provided for all fire rated wall and floor
penetrations and for all direct cable entries into electrical Switchgear / Panels
from Cable Vault. Fire barriers/ Fire stops shall provide a fire endurance rating
of at least 2 hours. The fire sealing material shall be non hygroscopic,
mechanically steady, non-toxic and physically & chemically stable under fire
conditions.
Fire barriers/ Fire stops shall be either of the following methods:
a) Panel sealing method comprising Encasing Panels, Cavity fill material &
Sealant
b) Mortar Sealing method comprising Mixing Mortar curing with water.

218
SECTION: C4
V.O.CHIDMABARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR ELECTRICAL
SYSTEM

4.21.4 Design and Construction of Cable Trays


Cable trays shall be ladder/perforated type as specified prefabricated made
out of galvanized steel complete with matching fittings (like elbows, bends,
reducers, tees, crosses, etc.), accessories (like side coupler plates, Tray cover
etc.) and hardware (like bolts, nuts, washers, GI strap, hook etc.) as required.
The size of the trays shall be selected on the basis of maximum 50% fill criteria.
Cable trays shall be standard width of 150mm, 300mm, 450mm & 600mm.
Thickness of side coupler plates shall be minimum 2.5mm and of tray covers shall
be minimum 1.6mm. Cable Trough shall be required for branching out few cables
from main cable route.
4.21.5 Design and Construction of Conduits/Pipes, Fittings & Accessories
Conduits/pipes offered shall be complete with fittings and accessories (like tees,
elbows, bends, check nuts, bushings, reducers, enlargers, coupling caps, nipples
etc.). The size of the conduit/pipe shall be selected on the basis of maximum
40% fill criteria. Hume pipes shall be of reinforced concrete conforming to class
NP3 for road crossings as per IS: 458. GI pipes shall be of medium duty as per IS:
1239.
Rigid steel conduits conforming to IS: 9537 Part-I & II shall be suitable for heavy
mechanical stresses, threaded on both sides and threaded length shall be
protected by zinc rich paint. Conduits shall be smooth from inside and outside.
Fittings and accessories shall also be hot dip galvanized.
Flexible conduits where required, near equipment terminations, shall be made
with bright, cold rolled, annealed and electro-galvanized mild steel strips.
Flexible conduits shall be supplied with suitable end coupler nipple and check
nut. In corrosive areas, epoxy coated conduits shall be provided.
4.21.6 Cabling Installation
Work shall be carried out in the best workman like manner in conformity with
relevant specifications / code of practices of the Bureau of Indian Standards. In
addition, work shall also confirm to the requirements of latest editions /
amendments of the following:-
➢ Indian Electricity Act and rules framed there under.
➢ Fire Insurance Regulations
➢ Regulations laid by the office of the Chief Electrical Inspector to
Government.
➢ Any other regulations laid down by the local authorities.
Support system shall be so designed that it is able to withstand weight of the
cable trays, Weight of the cables (75 Kg/metre run of each cable tray),
Concentrated load of 75 Kg between every support span without any permanent
deflection. Factors of safety of at least 1.5 shall be considered. Cable tray
mounting structure shall be welded / bolted to the plate inserts or to steel
structure and the type of welding shall be of fillet type of at least 6mm size.

219
SECTION: C4
V.O.CHIDMABARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR ELECTRICAL
SYSTEM

All cable way sections shall have identification, designations as per cable way
layout drawings and painted/stencilled at each end of cable way and where
there is a branch connection to another cable way. Minimum height of letter
shall be not less than 75mm. For long lengths of trays, the identification shall be
painted at every 10 meter. Risers shall additionally be painted/stencilled with
identification numbers at every floor. Tray covers shall be provided for overhead
cable trays on top most tier. The cable risers or vertical raceways shall also be
covered by cable tray covers upto 1.5 metres from respective floor for
mechanical protection. The sheet cover shall be of removable type.
4.21.7 Testing and Inspection
Equipment offered shall be of type tested and proven type. Type test certificates
for test conducted earlier on similar rating shall be furnished. Routine tests shall
be carried out for all the equipment as per applicable standards.
4.21.8 Spares List
Suitable number of commissioning and successful running for 2 years spares such
as mandatory spares, insurance spares shall be supplied by the bidder along with
the first fill of lubrication oils and consumables
4.22 Earthing& Lightning Protection Systems
4.22.1 General
Complete earthing system shall conform to the provision of Indian Electricity
Rules, and applicable code of practice for earthing IS: 3043 & IEEE:80-2000.
Working layout drawings shall be prepared by the successful Contractor. Value of
earth resistivity shall be considered as per the areas indicated in IS:3043 or the
actual value as obtained from the site from previous records available with the
employer, if any, or through soil investigation carried out by the successful
contractor.
All Non-conducting structures shall be provided with Lightning protection
consisting of Air termination network at the top and down conductors as per IEC
62305. All Structures made of conducting material shall be protected by
adequate earthing arrangements and air terminations at the top as per IEC
62305. Conductors shall be Galvanized Iron (GI) of suitable size as per IS:2309.
Lightning grid conductors of 75mm x 8mm size shall be provided for
interconnection of the Lightning earth pits around individual building. The same
shall also be connected with the main plant earth grid at places through isolating
link installed in Earth pits.
4.22.2 Earthing Below Ground
➢ Main earthing grid shall be buried below ground unless required otherwise.
For crossing any trench or under-ground pipe minimum earth coverage of 500
mm shall be provided over the earthing conductor.
➢ Where earthing conductor passes through reinforcement or steel plate, it
shall be bonded to the same.

220
SECTION: C4
V.O.CHIDMABARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR ELECTRICAL
SYSTEM

➢ All building steels and columns shall be bonded directly to the earthing grid.
➢ Riser/pigtails from earthing grid shall project 600 mm above grade/concrete
level unless shown otherwise.
➢ All earthing conductor connections shall be made by electric arc welding or
by nuts and bolts using plain washers and spring washers.
➢ All arc welding shall be carried out with low hydrogen content electrode. All
welded joints shall be allowed to cool down gradually to atmospheric
temperature before putting any load on it. No artificial cooling should be
adopted to cool welded joints.
➢ Welding required for earthing shall serve the following three purposes:
i. sufficient mechanical strength between the jointing materials
ii. sufficient electrical area for the flow of system short circuit
current and
iii. sufficient electrical area available after commissioning during the
life time of the plant.
➢ Before welding, earth conductors shall be clamped tightly to ensure good
surface contact at welding points.
➢ Before applying bitumen compound, two coats of red oxide primer shall be
applied to risers and exposed portion of earth grid, if any. Construction joints
shall be given treatment with Barium Chromate before applying red oxide
paint and bitumen
➢ Earthing shall be mechanically robust and all joints shall be capable of
retaining low resistance even after passages of many fault current.
➢ All connections are to be made carefully and properly. Improper/poor
connections are to be remade at the cost of Contractor.
➢ Welded areas of risers/pigtail shall be thickly coated with bitumen compound
to prevent corrosion.
➢ Earthing pits/conductors shall be laid in field to avoid fouling with concrete
foundations and in consultation with the Employer at site.
➢ Trenches shall be filled up with `Free of Stones' earth after laying earth
conductor. After filling up of trenches the earth shall be rammed carefully
➢ The successful Contractor shall submit detailed working drawings of earthing
grid for approval by Employer prior to construction of the grounding system
➢ The rate quoted shall be inclusive of cost of all materials, labour required for
excavation, backfilling, welding, cutting, bending, placing of GI strips etc.
complete as per specification.
➢ All tests as per relevant standards shall be conducted to certify the
effectiveness and other requirements of earthing grid.
➢ Depth of laying of earth conductor for earth grid, ring and inter-connections
shall generally be minimum 500 mm from ground level and 300 mm below all
foundations

221
SECTION: C4
V.O.CHIDMABARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR ELECTRICAL
SYSTEM

➢ Erection of earth pits shall include making of masonry enclosure and supply of
chemical and other materials.
4.22.3 Earthing Above Ground
4.22.3.1 Successful Contractor shall lay above ground earthing conductors inside the
buildings and on various structures for connection to various equipment/ drives
etc. These earthing conductors may be installed within the cable trays in the
form of runway conductors. Connection to equipment shall be tapped from
these runway conductors at suitable locations. One runway conductor shall be
provided for each side of cable trench/tray.
4.22.3.2 Neutral points of all earthed system of different voltages, all equipment frame
works, other non-current carrying metallic structures and equipment such as
motor frame enclosures of MCCs, panel boards, cable armour, cable trays,
sheaths etc. shall be earthed by a minimum of two separate and distinct
connections.
4.22.3.3 Armour of all power and control cables shall be earthed at both ends through
gland earth ring provided with the cable glands. d) All cable trays and
supporting structure are to be earthed. All cable tray sections shall be bonded
with each other for continuity.
4.22.3.4 All earth leads and riser connections shall be as short as possible.
4.22.3.5 Metal pipes and conduits through which cables run shall be effectively bonded
and earthed.
4.22.3.6 Neutral connection shall not be used for equipment earthing.
4.22.3.7 All connections to earth conductors shall be welded/bolted type. Earthing
connections to all equipment shall be bolted type.
4.22.3.8 Earthing conductor along their run on steel columns, beams etc. shall be tack
welded at intervals of 1000 mm.
4.22.3.9 All joints in earthing conductor shall be welded type. All joints shall be
welded with an overlap of 65 mm. Joints shall be thoroughly cleaned before
welding. Welding is to be done around joint completely. All joints shall be
given two coats of anti-corrosive paint (Red Oxide) to a thickness of 3-5 mils,
followed by a coat of bitumen paint. Joints shall be thoroughly cleaned before
applying paints.
4.22.3.10 All nuts, bolts washers etc. shall be cadmium plated or zinc passivated.
Generally, earthing studs and terminals shall be provided on all equipment. In
such cases, where it is not provided the Contractor shall have to drill and tap
the equipment for deriving earth terminals.
4.22.3.11 Connections of earthing conductors to the main earthing loops or to
equipment shall generally be made by means of cable lugs in case of round
conductors, solid or stranded and directly in case of strips. Devices like spring
washers and lock washers must be used to ensure that the connections are
vibration proof.
4.22.3.12 Laying of earthing conductor shall include fabrication and fixing of clamps,
cleats and supply fixing device i.e. nuts, bolts, washers as also civil work such

222
SECTION: C4
V.O.CHIDMABARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR ELECTRICAL
SYSTEM

as preparation of floor surface and finishing them to the finished floor level
after installation of earthing strips,
4.22.4 Earth Pits for Earthing and Lightning Protection Systems
Earth pits shall be based on High Conductivity Technology. In this technology of
chemical earthing, a compound of high electrical conductivity shall be filled up
in the space around the ground electrode, so that the earth resistance value
would decrease appreciably. The high Conductive Compound shall be able to
perform in any weather and soil Conditions and shall have following properties;
a) It shall have high electrical conductivity, which should remain constant and
unaffected by changes in temperature & moisture.
b) It shall permanently remain embedded and should neither dissolve in and
swept away by water. 3. It shall have an ability to absorb large amount of
water and retain the same over a long periods of time.
c) It shall decreases earth pit resistance with passage of time.
d) Solubility: Shall be partly miscible; so that it does not dissolve fully like
common salt and thus increasing the Earth Pit Life.
e) The pH value shall be near neutral so that it does not pollute soil or water
and also does not corrode earth electrode.
f) It shall be maintenance free Compound so that there shall be no need of
extra water pouring at regular interval as in conventional earthing material,
because it should retain the moisture.
g) Chemical Compound shall be thermally conductive, in order to maintain a
constant Earth resistance in temperature range of -50 to +60 degree Celsius.
h) The Compound shall have relatively High conductivity so that it can create
very low resistance even in rocky areas.
i) It shall have low earth resistance, carries high peak current repeatedly.
j) It shall have a Long and reliable life.
k) It shall be easily installed in any soil conditions.
Minimum Electrode size shall be as per the latest amendments of IS:3043. Earth
electrodes / plates for body earth, DG & transformer neutral, Instrumentation
earthing and Lightning earth pits shall be selected as per the latest amendments
/ requirements of IS:3043.
All earth electrodes comprising an earth system shall be connected together with
a continuous ring of earth tape. After installation, test shall be made to ascertain
that the earthing resistance hereinafter specified is obtained. If the required
resistance value cannot be obtained, a sufficient number of additional pipes shall
be installed, until the resultant resistance not exceeding the specified value can
be obtained.
In all cases the pipes shall be driven such that their zones of earthing do not
overlap. Each earth electrode shall be connected to its associated earth tape
through a linked connection. The link shall be installed as close to the earth
electrode as possible. Each earth electrode shall be enclosed together with the

223
SECTION: C4
V.O.CHIDMABARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR ELECTRICAL
SYSTEM

link in a reinforced concrete hand-hole with cast iron cover, which shall be set
flush with the ground.
4.22.5 Earthing Connections
For Earthing and Lightning protection of the Pump House building and its
equipment, it is proposed that at least two numbers of rods / angles shall be
brought out from each of the column/pile including those of the approach from
berth to Pump house and connected to form earth grid. Also at least two
numbers of Earth pits shall be made in the nearest land area and connected to
this grid. New Earth system shall also be connected to the existing earth grid of
the Plant wherever possible.
The Contractor shall furnish and install a 75 x 8 mm GI strip as the main grid. The
resistance between any point on each earthing system and the earth electrode
shall not exceed 0.1 ohm. The overall resistance between the earthing
installation and the general mass of earth shall be less than 1 ohm.
The main earthing bars shall be so placed that earthing terminals of major
equipment and where required cable sheaths to be earthed, can be readily
connected to them. Branch connections from the main earth bars shall be
provided to all switchboards, power transformers, capacitors, Control Consoles,
distribution boards, etc. The bonds shall be made to the cable glands on which
the lead sheath shall be plumed and the armour clamped. All steelwork
supporting electrical equipment shall be bounded to the main earthing bars.
The Sizes of GI earth bus and earth wires shall be as follows:
For Neutral Earthing of the Transformer and DG set, earthing shall be done
through two separate piles/columns (which are not connected with the main
grid) and through strip immersed in the sea water up to the Sea bed. Similar
arrangement shall be done for Lightning protection also.
Main earthing grid 75 x 8 mm GI strips
Riser upto ground level 75x8 mm GI Strip
HT & LT switchboards, MCC panels, cable 40 x 6 mm GI strip
trays
Street Pole Earthing 25 x 3 mm GI strip
Lighting panels, Distribution Boards etc 25 x 6 mm GI strips
Junction boxes, field instruments, gland 12/8 SWG GI Strip
earthing Lighting fixtures, 15A switch sockets

Joints, termination, fixing of the earth bars and their protection from corrosion
shall be in accordance with the recommendation given in the aforementioned
code of practice subject to the additional requirements specified herein. GI
tapes shall be secured at intervals not exceeding 1m by means of single-screw
fixing purpose made gunmetal saddle of a pattern approved by the Employer.
The tapes shall run in square and symmetrical lines. Links shall be provided in
the system adjacent to all junctions to enable tests to be carried out from time

224
SECTION: C4
V.O.CHIDMABARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR ELECTRICAL
SYSTEM

to time. All links shall have high tensile steel bolts and the nuts shall be
tightened by means of a torsion spanner. All joints in exposed sections shall be
protected against moisture and corrosion by the application of two coats of
anticorrosive paint and shall be taped with self-adhesive PVC tape.

225
SECTION: C5
V.O.CHIDAMBARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR FIRE FIGHTING
WORKS

5.0 Scope of Work


The scope of work includes design, engineering and procurement, delivery to
site, erection, testing, commissioning and handing over of fire-fighting System at
Oil jetty, VOCPT port. The existing pump house building will be used to
accommodate Fire water pumps, Jockey Pumps, Foam pumps, and Foam tanks as
well as Air Compressors and Air Dryer.
These shall include but not be limited to the following:
a) Supply & installation of Multi Stage Vertical turbine Pumps -5 nos. capacity of
each 750 m3/hr for Water Hydrant, jumbo nozzles, ground monitors and
Tower monitor system including diesel drive with propeller shaft coupling,
control panels, including diesel tanks, associated piping, valves and pressure
gauges, battery banks & battery chargers, cables, etc.
b) Supply & installation of electrical operated Jockey pumps(Multi Stage Vertical
turbine Pump) 2 Nos. (1 working + 1 standby) capacity of each 120 m3/hr
including electrical drive with shaft coupling, all accessories, DOL starters,
cables, piping, valves pressure gauges, pressure transmitters/pressure
switches etc. complete for operation from control panel for maintaining the
required pressure in water hydrant and tower monitor lines.
c) Supply and installation of long range electrically remote controlled
foam/water monitors, Tower monitors- 3 nos each 5678 lpm, Jumbo nozzles-3
nos. each 6000lpm capacity at 7kg/cm2 along with control panels and
associated piping, valves, deluge valves pressure gauges, cables, etc.
d) The fire-fighting system shall include Foam pumps with electrical drives -
2nos.capacity of each-40 m3/hr, foam tanks and foam supply pipe line from
pump house to the tower monitor. The Foam system shall consist of two
numbers of foam compound pumps (1 Main + 1 Standby). Both pumps shall be
positive displacement rotary gear type complete motor drives control panels,
cables along with associated piping, valves, pressure gauges, strainer, orifice
plates etc. complete for operation from remote control panel.
e) Supply and installation of 2 nos. of FRP vertical foam tank of 20m3 each
capacity with associated piping valves and controls, level indicators support,
ladders, sight glass, air vent etc.
f) Supply and installation of fire extinguishers as per OISD 156.
g) Supply and installation of double headed fire hydrant of 63 mm size of SS 316
with necessary piping, controls etc. along with hose cabinets each with 2 nos.
of 15 meters length reinforced rubber lined hose pipes with end couplings,
nozzles, etc.
h) Supply and installation of CS pipes & fittings for fire fighting system including
Air operated/motorised valves, fittings, pipe supports, accessories, etc. Pipe
lengths to be 12 meter with welded joints. All nuts, bolts, washers etc. used
in the pipelines shall be SS 316. The flanges shall be forged steel type of
suitable rating.

226
SECTION: C5
V.O.CHIDAMBARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR FIRE FIGHTING
WORKS

i) Supply and installation of International shore connections at unloading


platform to facilitate external fire water connection to the vessels. These
connections required to be designed as per the OCIMF necessary guidelines
and these lines should have necessary insulation joints.
j) All Electrical and C & I for the complete fire-fighting system are under the
scope of these works. The proper insulation joints shall be created between the
electrical cables and C&I cables. There should not be any electromagnetic
influence on communication system.
All electrical and instrumentation cables should be completely isolated with fire
hydrant lines. The bidder shall not be entitled to use the hydrant lines as
support for any cables.
All the fire-fighting pumps shall be suitably installed inside the pump house
building and keeping in mind the proper and efficient space utilization but
without compromising the safety.
Notwithstanding the details furnished in this document, it shall be the
responsibility of the Contractor to complete the work in all respects, commission
and complete the final trials & performance tests to the satisfaction of
Engineer’s Representative / 3rd Party Inspection Agency.
This specification together with enclosed drawings outlines the functional
requirements and the operating characteristics which the equipment must fulfil.
Alternative technical features other than those specified may be acceptable
subject to the approval of the Employer / Engineer. In any case, the
performance of the system/ equipment delivered shall be guaranteed in every
detail by the Contractor. Overall dimensions (boundary dimensions) and
functional requirements as shown on drawings and/ or as specified shall be
strictly adhered to.
All the power and control cables (including supply and laying) for entire fire
fighting system shall be under the contractor scope of work. Cables on approach
trestle, fire pump room and control room shall be FRLS type. Fire Survival type
cables shall be used on the unloading platform. All power & control cables shall
be of approved makes. Flameproof / Explosion proof Junction boxes, Motors and
cable glands shall be used at the unloading platform.
Following documents shall be submitted by contractor for approval.
a) GA drawing of drawings of complete systems as well as for sub systems.
b) GA drawing of diesel engine driven main pumps ,Jockey Pumps& Foam
Pumps.
c) Design Calculation(s), Data sheet(s), Performance curves of the Pump,
etc.
d) P&I diagram of Fire Fighting system.
e) GA & Layout of Fire pump house, Control room, etc.
f) Foundation Details of Pumps, Diesel Engines, Motors, Pipe Trestle Line.

227
SECTION: C5
V.O.CHIDAMBARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR FIRE FIGHTING
WORKS

g) Pipe line layout diagram.

The Contractor shall prepare and submit a scheme of training for a period of 3
months, covering the complete Fixed Fire Protection system and its operation,
maintenance, troubleshooting etc. The programme prepared by the Contractor
shall be reflective and appreciative of the long term interest in the sustained
operation of the systems, equipment provided. It is the responsibility of the
contractor to give the detailed operation and maintenance related training to
the Port Officers and Staffs.
Brief technical write up of the system being offered and their design
considerations shall be submitted. Technical schedules of all Pumps, Motors,
and Diesel Engines, Jockey pumps, Air operated ROV(Jetty area) /motorized
valves, Foam Proportioned system, Foam Tank and Tower Monitors shall be
furnished by the contractor for approval of Engineer’s Representative.
5.1 General Specification of EOT Crane
5.1.1 General
This specification along with data sheets, other specifications & attachments to
inquiry / order describes and constitutes the minimum requirement for EOT and
their accessories / auxiliaries for general industrial purposes. The intent of
these requirements is to supplement the requirements as given in data sheets,
other specifications and other applicable standards / codes referred to in data
sheets / specifications.
Contractor and vendor shall make all possible efforts to comply strictly with the
requirements of this specification and other aforesaid specifications /
attachments to inquiry / order. In case any deviations are considered essential
by vendor, same shall be separately listed (with cross reference to Page No. /
Section / Clause No. / Para etc. of the respective document) in vendor’s offer
under section titled as “List of deviations / exceptions to the inquiry document”,
duly supported with proper reasons for the deviation for PORT’s considerations.
No cognizance shall be given to any deviation indicated elsewhere, but not listed
in the deviation list. All such issues should be conveyed to PORT in writing by
the perspective Contractor / vendor prior / during the pre-bid conference, if
any, before submitting the final offer. No deviation and exception from this
specification shall be permitted without written approval of PORT.
Except as specified herein, the EOT cranes shall be designed, manufactured,
tested and supplied in accordance with data sheets / specifications / applicable
codes / standards (latest edition).
The following order of precedence shall govern.
1. Scope of Work & Design Basis / Criteria
2. P&ID / SLD
3. Data Sheets

228
SECTION: C5
V.O.CHIDAMBARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR FIRE FIGHTING
WORKS

4. Job / Equipment Specifications


5. Standard Specifications.
6. Codes & Standards.
In case any issue still remains unresolved, the most stringent requirement shall
apply contractor / vendor shall seek PORT's approval regarding such features
which are not specified by PORT but job requirements call for purchaser decision
on these matters.
Compliance with this specification shall not relieve Contractor / vendor of the
responsibilities of furnishing equipment and accessories / auxiliaries of proper
design, materials and workmanship to meet the specified start up and operating
conditions. In case Contractor / vendor considers requirement of additional
instrumentation, controls, safety devices and any other accessories / auxiliaries
essential for safe and satisfactory operation of the equipment, he shall
recommend the same along with reasons in a separate section along with his
offer and include the same in his scope of supply. All the definitions as indicated
in IS: 3177 shall apply.
The EOT crane model offered shall be from the existing regular manufacturing
range of electric crane vendor / manufacturer and already type tested. Vendor's
/ manufacturer’s catalogue and general reference list shall be furnished along
with the offer.
EOT crane vendor / manufacturer shall assume responsibility for satisfactory
performance of the equipment for the specified service.
EOT crane and all auxiliaries shall be suitable for the specified area
classification.
EOT crane vendor / manufacturer shall not offer any alternative designs.
Two sets of special tools and tackles required either for installation / erection or
operation and maintenance of the EOT crane shall be included in vendor’s scope
of supply.
5.1.2 CODES AND STANDARDS
The Contractor shall comply with the latest edition of the following and
other relevant Indian standards. not covered shall also be applicable.
a) IS:3177 : Code of Practice for Electric Overhead Travelling Cranes and
Gantry Cranes other than Steel Works Cranes.
b) IS:807 : Code of Practice for Design, Manufacturing, Erection and Testing (
Structural Portion ) of cranes and hoists.
c) IS:816 : Code of Practice for Use of Metal Arc Welding for General
Construction in Mild Steel.
d) IS : 1181 : Qualifying Tests for Metal Arc Welders ( Engaged in Welding
Structures other than Pipes )

229
SECTION: C5
V.O.CHIDAMBARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR FIRE FIGHTING
WORKS

e) IS : 1823 : Code of Practice for Oxy-acetylene Welding for structural Work in


Mild Steel.
f) IS : 2266 : Steel Wire Ropes for general engineering purpose.
g) IS : 3443 : Specification for Crane Rail Sections.
h) IS : 3815 : Point Hook with Shanks for General Engineering Purpose.
i) IS : 5749 : Forged Ramshorn hooks.
j) IS : 226 : Specification for structural steel ( Standard quality )
k) IS : 2062 : Specification for structural steel ( fusion welding quality )
l) IS : 1030 : Specification for carbon steel castings for General Engineering
Purpose.
m) IS : 1570 : Schedules for wrought steels ( Part-II – Carbon Steel ).
5.1.3 BASIC DESIGN
In the design of components on the basis of strength factor of safety based on
ultimate strength shall be as per IS: 3177. Impact, fatigue, wear and stress
concentration factors shall be taken into account, wherever applicable.
Drive shall be designed with adequate margin to give the best performance and
efficiency. Safety arrangement shall be incorporated to prevent damage to
motors, gearing, shafts etc.
All materials shall be of tested quality conforming to specified standards and
shall be new, unused and first class in all respects. Combustible fabrication
material shall not be used. No cast iron part shall be used on the crane except
for electrical equipment.
Where any portion of the structure is not free to expand or contract under
variations of temperature, allowance shall be made for the resulting stresses.
The co-efficient of expansion for each degree centigrade in variation of
temperature above or below normal being taken as 0.000011 for mild steel. The
maximum variation of temperature may be taken as 30°C unless specified
otherwise in the data sheets. Besides, clause-8, section-II of IS:800 - “Code of
Practice for use of structural steel in General Building Construction” shall also
apply.
The crane shall be designed for minimum head room and for closest approach of
the hooks to each end stop.
Breathing holes shall be provided in completely enclosed welded box type
girders. Drain holes shall be provided in all places where water or oil is likely to
collect. Where practicable, means of access shall be provided for inside
inspection of completely enclosed box girders. Diaphragm support plates at
suitable interval may be used to avoid deformation / deflection of the box
girder.
5.1.4 Bridge
Bridge girder shall be of vendor’s / manufacturer’s standard design box type
welded construction. The material for the girder shall be of structural steel as

230
SECTION: C5
V.O.CHIDAMBARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR FIRE FIGHTING
WORKS

per IS:226 / IS:2062. Plates above 12mm thick shall be IS: 2062 materials. The
cranes shall be single or double girder type, as specified in the data sheets.
The ratio of the effective length of the compression flange of the girder to the
breadth of flange of the girder shall not exceed 60.
The deflection of member of the structure as a whole shall not impair the
strength or efficiency of structure or lead to damage to finishing. Girder shall be
designed so that the vertical deflection caused by the safe working load including
dead load and the weight of crab in central position (without taking into
consideration impact factor) shall not exceed 1/600 of the span.
Bridge girder shall be cambered by an amount equal to the deflection caused by
dead load plus half the rated live load.
To enable handling of crane girder without any damage during erection handling
points shall be marked clearly on girders.
Each girder shall be marked so as to facilitate end carriage connection &
squareness.
5.1.5 End Carriage
End carriage shall be made from rolled steel sections or plates to IS:226 / IS :
2062 welded together to form a box. The design shall be such that the load is
uniformly distributed.
The end carriage shall be fitted with safety stops to prevent crane from falling
more than one inch in the event of breakage of a truck wheel bogie or axle.
The ratio between the wheel base and span shall not be less than 1/5.
In the attachment of end carriages to the main girders, gusset plates or diagonal
bracings shall be employed to provide lateral strength.
The ends of the main girder shall extend over the full width of the end carriage
and the extension shall have sufficient shear section to take the maximum
reaction from girders. The reaction from main girders shall be distributed over
the width of end carriage.
End carriage shall be designed so as to enable the track wheels to be withdrawn
readily. Jacking pads shall be provided for jacking up the crane for changing
crane wheels.
Each carriage shall be provided with spring buffers at each end to enable smooth
stopping of the crane at end of runway.
Repair cages shall be provided below the end carriage for maintenance of DSL
and current collectors. The approach to repair cage will be provided from bridge
platform by a ladder.

231
SECTION: C5
V.O.CHIDAMBARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR FIRE FIGHTING
WORKS

5.1.6 Lubrication
Grouped grease lubrication shall be provided for each mechanism ( CT, LT,
Hoist). Each mechanism shall have hand grease pump for lubricating all parts of
the mechanism simultaneously. All grease piping shall be securely fixed for LT
motion, two groups ( one at each end ) shall be provided.
5.1.7 Crab Construction
Crab frames shall be fabricated from IS: 226 rolled steel sections. Frames
carrying mechanical or electrical driving equipment shall be fitted with doubling
plates of adequate thickness welded on and machined to true surface.
End stops shall be fitted to prevent the crab from over running.
Crab structure shall be provided with suitable buffers to enable smooth stopping
of the crab at runway end.
Crab structure shall be provided with safety stops to prevent it’s jumping off the
rails in the event of breakage of truck wheel bogie or axle.
The floor or crab shall be covered with chequered plates except for opening
required for ropes and other parts. Hand-railing shall be provided on the two
open sides of the crab.
Crab shall be provided with jacking pads for lifting crab for removal of wheels
and other repairs.
5.1.8 Platform & Ladders
Safe means of access shall be provided to the drivers and to every place where
any person engaged on the examination or maintenance of the crane has to
work. Adequate hand holds and foot holds shall be provided, where necessary.
All the platforms should be connected to main girder by bolted joints, to enable
transportation of girders and platforms as separate units.
Platform should be of chequered / non-slip surface steel plate of minimum 6 mm
thickness.
All platforms shall be have 32 NB pipe hard-rail all round with ISA 50 post at
maximum 1500 mm spacing, 100x5 mm toe plate and 50x6 mm flat runner.
5.1.9 Operator’s Cab
The operator’s cab shall be open / closed type and suitable for indoor service.
The cab shall be provided with adequate lighting arrangements and a fan.
Cab shall be provided be provided with a foot operated warning gong.
All crane controls shall be provided in the cabin.
5.1.10 Pendant Push Button
A pendant push button station movable along the complete span of the crane (on
a separate track) independent of trolley movement shall be provided.

232
SECTION: C5
V.O.CHIDAMBARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR FIRE FIGHTING
WORKS

The pendant shall have buttons / controls for all the movement of the crane. It
shall have a mushroom head type emergency stop button.
5.1.11 Guarding
All rotating parts, revolving shafts shall be adequately guarded as per safety
requirements according to relevant clauses of IS specifications.
5.1.12 Runway Rails
The crane rails as per IS: 3443 along with fixtures such as shims, anchor bolts,
inserts, fish plates and sole plates shall be supplied and erected at site well in
advance before the delivery of crane to site.
Adequate provision for end stops and buffers shall be made on the long travel rail
ends.
5.1.13 Crane Wheels
Wheels for Bridge & Trolley shall be double flange type with tread and flange,
machined accurately to size and flanges tapered and reduced.
The wheels shall be mounted in such a manner as to facilitate removal and
replacement.
Material for wheels shall be forged steel to IS: 1570 with minimum hardness of
250 BHN. The wheels shall be single piece type (no tyre).
The width of the wheel tread shall be greater than the rail head width by an
amount which shall suitably allow for known variations in the gantry rail
alignment and gantry track span dimensions. As a minimum, the tread width of
LT & CT wheel shall be 40 mm & 20 mm more than rail head width respectively.
The dimension of flanges of track wheels shall be as per IS: 3177.
5.1.14 Wire Ropes
The wire ropes shall be of suitable diameter as per vendor’s / manufacturer’s
design of crane. The rope shall conform to IS: 2266. The rope should have 6 x 37
construction with hemp core. However, this should be in relation with drum
diameter as per IS: 3177. The tensile designation of the wires shall be minimum
1770 as per IS: 2266.
5.1.15 Rope Drums
The drum shall be fabricated from mild steel plates (fusion welding quality ) to
IS: 2062. Circumferential welded joint shall not be permitted. All butt welds
shall be subjected to 100% radiography. The plate material for the drum shall be
accepted only after this plate has been successfully passed in ultrasonic testing.
The fabricated rope drum shall be stress relieved.
The drum shall be sufficiently wide to accommodate in one layer the length of
rope required for specified lift and, in addition, not fewer than two dead turns at
each anchored end and one spare groove at opposite end.

233
SECTION: C5
V.O.CHIDAMBARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR FIRE FIGHTING
WORKS

The drum shall be flanged at both ends and flanges shall project a distance not
less than two rope diameters above the rope. A spur or other wheel secured to
the drum may be regarded as forming one of the flanges.
Rope anchorage shall be readily accessible.
Drum strength, drum diameter and drum grooving shall comply to the
requirements given in IS: 3177.
The lead angle or rope shall not exceed 5º (1 in 12 ) on either side of helix angle
of the grooving in the drum.
5.1.16 Sheaves
The sheaves (Pulleys) shall be carbon steel casting having chemical and
mechanical properties as per IS: 1030 (Class-I I).
Sheaves diameter, sheaves grooving, its lead angle and equalizing sheaves shall
comply to the requirement specified in IS: 3177.
Sheaves shall be provided with guards to retain the ropes in the grooves if
necessary.
5.1.17 Bearings
The type of bearings recommended for various parts shall be as per IS: 3177 and
shall be of standard make.
Provision shall be made for service lubrication of all bearings. Bearing enclosures
shall be designed as far as practicable to exclude dirt and prevent leakage of oil
or grease.
Suitable drip pans shall be provided as required to collect oil and grease which
may drop from operating parts. All drip pans shall be accessible for draining and
cleaning.
All bearings of gearing shall be antifriction type. Angular contact ball for taper
roller bearings shall be used wherever necessary. The bearings shall correctly
locate the shafts allowing for internal expansion of the shafts. Bearings shall be
enclosed in suitable housing with proper plugs to prevent any ingress of dirt and
holes to permit easy lubrication. Lubricating chart shall be provided.
5.1.18 Couplings
Couplings shall be geared type on all power output shafts. On power input shaft
pin and bush coupling may be provided.
All couplings shall be of forged steel and shall be designed to suit the maximum
torque that may be developed.
Flexible couplings shall be fitted between motor shafts and gear box extension
shafts.
5.1.19 Shafts
Shafts shall be made from rolled / forged steel bars of C-40 to IS: 1570.

234
SECTION: C5
V.O.CHIDAMBARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR FIRE FIGHTING
WORKS

The material for axles shall be C-45 to IS: 1570. Shafts and axles shall have ample
strength and rigidity and adequate bearing surface.
Keys, keyways, spliners and serrations shall conform to IS: 2048.
5.1.20 Gears, Pinions and Gear Box
Gearing shall be straight or helical type. All gearing shall be totally enclosed in
gear boxes. No open gearing shall be allowed to be used in any motion.
All gears shall be made of Rolled / Forged steel (C-45 of IS: 1570) and all pinions
shall be made of C-50 of IS: 1570. The rating of the gear shall be as per IS: 4460.
The gears shall have tooth form and modules as recommended in IS: 3681 and
they shall be adequately designed to stand shock load and vibration. They shall
not be excessively noisy in operation. Gears and pinions teeth shall be suitably
heat treated for resistance to wear. However, case carburizing of gear teeth
shall not be done.
Gear box shall be designed and manufactured according to the requirements
given in IS: 3177. Gear box casing fabricated out of steel plates shall be stress
relieved.
5.1.21 Hook Blocks and Hooks
The hook block shall be designed to lift without twisting. The hook shall be of
forged steel as per IS: 1875 Gr. 2. It shall be of swivelling type and shall be
mounted on thrust bearings. The hook shall be provided with locking device to
prevent the rotation of hook when desired.
The hooks of the crane shall be ramshorn type as per IS: 5749 for S.W.L. 40
tonnes and above.
The Auxiliary hook of the crane shall be point hook with shank as per IS: 3815.
The hooks shall be magnetic particle tested before and after proof load test.
The hooks shall be proof load tested, marked and duly certified by competent
authority.
The material for the hook shall be supplied with chemical & physical test
reports.
A safety latch shall be provided on hooks to prevent coming out of the slings.
5.1.22 Trunnion
The trunnion shall be of Forged steel as per IS: 1875 Gr. 2.
The material for the trunnion shall be tested ultrasonically. Chemical & physical
tests shall also be conducted.
5.1.23 Drive Unit
Equal driving efforts shall be applied at each drive wheel of bridge and trolley to
prevent one end travelling faster than other.

235
SECTION: C5
V.O.CHIDAMBARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR FIRE FIGHTING
WORKS

For bridge, the torsional deflection in cross shaft shall be limited to safe value
and in no case shall this exceed 0.08 degree per foot.
For bridge drive individual wheel drive shall be provided for spans of 16 m. For
span of 16m a central drive may be provided when motor shall be located at mid-
span. In case of central drive the shaft shall be supported at intermediate points
at 3 metres distance. It twin motors are used for drive they shall be
synchronized. Motor shall be located equidistantly from both wheel ends.
Trolley drive shall be achieved by single motor in which the motor shall drive a
common output shaft through gearbox.
All machineries for the drive unit shall be properly aligned. Self-aligning type
gear coupling shall be used between connecting shafts to take care of transverse
as well as axial movement wherever necessary. Wherever components of
considerable amount of inertia is directly mounted on the high speed shaft (e.g.
brake drum, couplings, etc) they shall be balanced dynamically to minimize
vibrations.
5.1.24 Buffers
Spring loaded buffers shall be fitted on all four corners of the end carriage for
smooth stopping of crane and also on the four ends of the trolley.
5.1.25 Brakes
i) Bridge and Trolley Travel Brakes
2 Nos. (for twin drive ) or 1 No. for centre drive ) brakes shall be provided for
Bridge Travel ( i.e. LT ) suitable for operations at 415 V, 3 phase, 50 Hz
power supply. These brakes shall be Electro-hydraulic thruster brakes. For
Trolley Travel (i.e. CT), 1 No. Electro Hydraulic thruster brake shall be
provided.
The braking torque for LT & CT shall be at least 130% of motor torque.
ii) Main and Auxiliary Hoist Brake
Main Hoist and auxiliary Hoist shall be provided with 1 No. of DC
Electromagnetic / Electro hydraulic thruster brake each. The braking torque
shall not be less than 200% of motor torque.
In case thruster brake is used for hoisting, anti-drop feature shall be provided
to prevent lowering of load during application of brake, by suitably
connecting the hoist motor in reverse direction with the help of suitable
control scheme.
❖ All the brakes shall be fail safe type and shall be applied automatically
when power to drive motor is out or fails.
❖ The brake shall be applied directly to the motor shaft and equally
effective in both directions of rotation.
❖ The brake shoes shall be self-aligning type and shall have large cooling
surface for low temperature rise.

236
SECTION: C5
V.O.CHIDAMBARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR FIRE FIGHTING
WORKS

❖ The thruster motor shall be 3 phase, totally enclosed, class B insulated,


continuously rated motor. The thruster motor shall be designed for
frequent switching operation in the range of 720 switching per hour.
❖ Thrustors shall have reserve of at least 30% stroke length available for
necessary adjustment as well as provision for adjustment of time for
upward and downward travels of the piston.
❖ Emergency Braking: All brakes shall irrespective of control or position
be applied immediately on operating the emergency stop push button or
switches.
❖ Design and rating of Brakes shall be as per IS: 3177 (Clause 27).
5.1.26 Limit Switches
➢ Each of main and auxiliary hoists shall be provided with two limit switches for
over hoisting and these shall be following type.
➢ The first limit switch to act in case of over hoisting shall be screw type with
self-resetting feature and included in the respective motor control circuit.
➢ The second shall be gravity operated hand reset type connection in the main
contractor control.
➢ The backup limit switches shall be provided for switching off the power
supply whereas main limit switch is for stopping the movement of individual
motion.
Bridge travel and trolley travel shall be provided with limit switches to prevent
over travelling and over traversing respectively. The limit switches shall operate
the respective motor control circuits.
The limit switches shall be totally enclosed type with properly designed actuators
and shall be readily accessible for adjustment and repair.
5.1.27 Crane Controls
➢ Hoist Motions (Applicable for both main and auxiliary hoist)
a) For hoist control in hoisting and lowering directions, vendor / manufacturer
shall offer suitable schemes and complete equipment to meet functional
requirement.
b) The hoist control shall be designed to achieve inching speed of approximately
10% of rated speed in both hoisting and lowering direction with loads (from
no load to full load) on hooks, if specified in the data sheets. To achieve
inching speed one of the following methods shall be used.
❖ Planetary gear box.
❖ Pole changing motor.
❖ Separate motor with clutch and gearbox.
❖ Thyristor control

237
SECTION: C5
V.O.CHIDAMBARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR FIRE FIGHTING
WORKS

d) Minimum five nos. speed steps shall be provided for each direction of hoist
motion. Conventional rotor resistance shall be used in both hoisting and
lowering direction to achieve the above speed steps.

➢ Bridge and Trolley Travel Motions


Minimum four (4) nos. of speed steps shall be provided for each direction of
motion. Conventional rotor resistance controls shall be used to achieve the
above speed steps. Step-less speed variation shall be provided wherever
specified.
The control system shall be designed for 110 ± 10% single phase 50 Hz power
supply. Necessary transformers and all other equipment shall be furnished by
vendor / manufacturer.
5.1.28 Hazardous Area Requirement
All wheels shall be provided with phosphor bronze tyres.
Any other mechanism where two non-lubricated parts mate, one of them shall be
of non-ferrous materials like phosphor bronze / aluminium bronze.
All electricals components / equipment shall be the requirements of respective
area classification.
Coupling guards shall be non-ferrous / non-metallic type.
5.1.29 Inspection & Testing
In addition to the requirements of inspection mentioned in the mechanical
scope, followings are also required.
Testing at vendors works and site shall be carried out in accordance with IS: 807
& IS: 3177 and shall include following tests as minimum.
❖ Testing of electrical and mechanical equipment in accordance with
appropriate standards.
❖ Full load and 125% overload test for hoist & cross travel motions at works.
❖ Hoist speed verification test at works.
❖ Deflection Test at works.
❖ Testing of effectiveness of brakes, safety device, electric insulation etc. at
works.
The tolerance in speeds shall not exceed the following limits:
➢ CT / LT: + 10%, - 5%
➢ Hoisting: + 10%, - 5%
➢ Traversing: + 20%, - 5%
A certified record of test figures / results shall be submitted along with the
equipment. Test certificates of all bought-out components shall be provided.
After assembling and erection at site, the crane shall be subjected to
commissioning tests as laid down in IS: 807 and IS: 3177. Contractor / vendor

238
SECTION: C5
V.O.CHIDAMBARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR FIRE FIGHTING
WORKS

shall be fully responsible for carrying out all the tests required by these
standards including the overload testing of the crane.
The lifting tackle, slings, test gauges and instruments shall be furnished by
Contractor / vendor.
The reports on these tests shall be submitted to PORT by Contractor’s / vendor’s
authorized representative at site.
The equipment shall meet the performance requirements specified in the data
sheets and this specification.
Operability tests and overload tests at site to demonstrate satisfactory operation
of crane without undue friction or display of any other unfavourable
characteristics.
5.1.30 Protection & Painting
All exposed carbon steel parts to be painted shall be thoroughly cleaned from
inside and outside to remove scale, rust, dirt and other foreign materials by wire
brushing and sand blasting, as applicable. Minimum acceptable standard in case
of power tool cleaning shall be St. 3 and in case of blast cleaning shall be Sa 2
1/2 as per Swedish Standard SIS: 055900 ( latest edition ).
Non-ferrous materials, austenitic stainless steels, plastic or plastic coated
materials and insulated surfaces of equipment not be painted.
Stainless steel surfaces both inside and outside shall be pickled and passivated.
Machined and bearing surface shall be protected with rust preventive agent like
varnish or thick coat of grease.
Depending on the environment, following primer and finish coats shall be
applied.
Environment Description
1. Normal Industrial Primer: 2 coats of Red oxide zinc chromate,
each 25 microns (min.)
Finish: 2 coats of Synthetic enamel, each 25 microns (min) thick.
2. Corrosion Industrial Primer: 2 coats of Epoxy zinc chromate each 35
microns (min) thick.
Finish: 2 coats of Epoxy high build paint, each 100 microns (min) thick.
3. Coastal and Marine Primer: 2 coats of High build chlorinated rubber
zinc phosphate each 50 microns (min) thick.
Finish: 2 coats of Chlorinated rubber paint each 35 microns (min) thick.
4. All environments
(Temp. 80-250ºC) Finish: 2 coats of Heat resistant Aluminium paint
suitable for 250ºC each of thickness 20 microns.

(Temp. 250-400ºC) Finish: 2 coats of Heat resistant Aluminium paint


suitable for 400ºC each of thickness 20 microns.

239
SECTION: C5
V.O.CHIDAMBARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR FIRE FIGHTING
WORKS

(All values refer to dry film thickness)


The colour of finish coat shall be intimated to vendor after placement of order.
5.1.31 Warranty
Vendor shall have final and total responsibility for the design and mechanical
performance of all equipment supplied under this specification. Vendor shall
warrant the equipment furnished by him and the performance of the said
equipment in accordance with this specification and with warranty requirements
given elsewhere in bid package.
5.1.32 Spare Parts & Tools:
Spare Parts:
Vendor shall provide spare parts needed for start-up and commissioning. Vendor
shall furnish a separate itemized priced list of recommended spares for two (2)
years normal operation and maintenance. Lists shall include part number, part
description, serial number and normal delivery lead time. Contractor shall ensure
listed parts are available for shipment at the time of equipment shipment.
Recommended spares should be taken into account related factors of equipment
reliability, effect of equipment downtime upon production or safety, cost of
parts and availability of equipment service facilities. All spare parts furnished by
Vendor should be wrapped and packaged so that they will be preserved in
original as new condition under the normal conditions of storage to be
anticipated in India. Spare parts shall be properly tagged and coded so that later
identification as to intended equipment usage will be facilitated. They shall be
packaged separately, clearly marked as “Spare parts” and shipped at the same
time as the equipment. Packing lists shall be furnished so that the parts can be
handled without uncarting, if required. Start-up spares shall be packed and
identified separately.
Tools Vendor shall provide two sets of special tools or fixtures as
required, for installation / erection, operation & maintenance and disassembly of
the furnished equipment. All such tools shall be permanently tagged with
information pertaining to their use. Any special drawings or instructions
pertaining to the use of such tools shall be included in the instruction manual.
The cost towards mandatory spares and tools and tackles etc shall be included in
the respective machineries/equipments supply part given in the BoQ (Price
Schedule)
5.1.33 Packaging & Identification
All packaging shall be done in such manner as to reduce the volume. The
equipment shall be dismantled into major components suitable for shipment and
shall be properly packed to provide adequate protection during shipment. All
assemblies shall be properly match marked for site erection.
Attachments, spare parts of the equipment and small items shall be packed
separately in wooden-cases. Each item shall be appropriately tagged with

240
SECTION: C5
V.O.CHIDAMBARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR FIRE FIGHTING
WORKS

identification of main equipment, item denomination and reference number of


the respective assembly drawings.
Detailed packing list in water-proof envelope shall be inserted in the package
together with equipment.
Each equipment shall have an identification plate giving salient equipment detail
/ data, name of manufacturer, make / model, equipment number, year of
manufacture etc.
5.2 Vertical Turbine Firewater Pump - Main Pumps
The pumps shall be capable of direct suction from open sea and suitable for the
lowest Sea water level. The pump shall be manufactured, tested and marked in
accordance with NFPA-20, OISD 156, IS 12469 and other international standards &
codes
The pumps shall be manufactured and supplied as required for fire protection
service with specific drivers, controls and pump accessory items. It is the
contractor's responsibility to comply with the requirements for the pump and
controls from TAC
Pump characteristic shall meet the requirement of Tariff Advisory Committee and
to be tested as per IS 1520. Selected pumps shall be capable of discharging 150% of
its rated discharge at a minimum of 65% of the rated head. The shut-off head shall
not exceed 120% of rated head for horizontal centrifugal pump. Pump shall witness
hydrostatic pressure test to 1.5 the maximum design working pressure of pump.
Pump casing must withstand the hydrostatic test pressure for a period of 5 minutes
without evidence of rupture.
The complete assembled unit shall be designed so that all covered parts including
shafts and bearings shall be easily accessible for inspection, maintenance and
replacement with minimum down time. The rotor assembly with impeller and shaft
sleeve shall be dynamically balanced at 150% of operating speed. Suction and
discharge flanges shall be drilled in accordance with the standard IS 6392-1971.
The gland packing should be easily accessible for changing without having to
disassemble the pump. Base plate and foundation bolts for mounting both the
pump and drive shall be furnished. The base plate shall be of rigid construction,
suitably ribbed and reinforced. Base plate and pump supports shall be so
constructed and pumping unit so mounted as to minimize misalignment caused by
mechanical forces such as normal piping strain, hydraulic thrust etc. Suitable drip
taps and drip lip shall be provided. The bidder should select the pumps &
accessories such a way that all the spare parts are easily available at authorized
dealer to minimize the down time of the pump.
Operating philosophy for pump set shall be as follows:
i) There shall be two independent lines from discharge header supplying sea
water for fire fighting system.

241
SECTION: C5
V.O.CHIDAMBARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR FIRE FIGHTING
WORKS

ii) Air operated valves shall be mounted on the headers to control and direct
the flow of fire water both to tower monitors and to the water curtain
nozzles. The air operated valves will be controlled from the control towers
to divert the water. The detailed specifications of air operated valves have
to be referred in the data sheets.
iii) The Fire fighting system shall be kept pressurized by the jockey pump.
iv) Stopping of the major pump sets shall only be done manually by operation
of the respective stop push buttons mounted near the pump.
v) All pumps shall be capable of remote operation and shall be subjected to
performance test.
vi) The coupling between the prime mover and the pump shall allow each unit
to be removed without disturbing the other.
vii) For diesel engine driven fire water pump, the rated horse power of the
diesel engine shall be higher of the following two values:
a) 20% in excess of the maximum horsepower required to drive the pump
set at its duty point.
b) The BHP required to drive the pump is set at 150% of its rated
discharge.
viii) All the specifications of the system should suit the requirements of the
selected engine, motors, Pumps & other Equipment.
ix) A minimum six start attempt for each engine is required as performance
criteria for this system.
x) All pumps shall have bolt foundation along with the heavy-duty vibration
damper. Each pump shall be provided with an adequate Name plate
indicating Delivery Head, Capacity, RPM, etc. for the ease of operation &
maintenance.
xi) The general information of the main pumps shall be technical data sheet.
Diesel Engine
The diesel engine used shall be turbo-charged, compression ignition mechanical
direct injection type, vertical inline, water cooled, heat exchanger type, four
stroke, cold start, heavy duty compression ignition engine, capable of being
started without the use of wicks, cartridges, heater plugs or ether, at an engine
room temperature of 2°C and shall accept full load within 15 seconds from the
receipt of the signal to start
The engine shall be provided with self-starting arrangement comprising of two
independent sets of battery, cable & self-starter and manual cold starting kit. The
rating and cooling system shall be such that the system will be able to work
continuously for at least 6 hours under full load under ambient conditions without
any overheating or any other problems. Each battery banks capacity shall be such
that 8 attempts of starting will be possible with one set.
The engines shall be coupled with suitable propeller shaft flexible couplings to the
gear box shaft with proper safety guards. Engine should also conform to TAC
requirement / specification for fire-fighting use and necessary certificates in this

242
SECTION: C5
V.O.CHIDAMBARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR FIRE FIGHTING
WORKS

respect must be enclosed along with the submission. All technical submissions
must be accompanied with detailed technical literatures, TAC approved certificate
for pump & engine and detail drawing of steel skid frame tor technical scrutiny.
Technical submissions must also be accompanied with detailed foundation drawing
and electrical/instrumental panel connection drawings.
The engine shall have protection against low lube oil pressure, high lube oil temp
and high water temp. The Engine must be capable of remote operations as well as
manual operations. All necessary gauges such as lube oil gauge, water temperature
gauge and lube oil pressure gauge to be provided and mounted on a separate panel
kept away from the engine with necessary piping etc. and fitted to the same base
plate with anti-vibration mounting. Silencer/muffler and other standard
accessories are to be provided as necessary. Engine performance to be tested and
certified as per IS: 10002.
M.S. (6mm thick) diesel tank of all welded construction shall be provided. The
capacity selected for the diesel of the tank shall be sufficient to allow the engine
to run on full load for six hours continuously, however the capacity of diesel tank
shall not exceed 990 litres if higher capacity required then multiple tanks of 990
litres shall be provided. The tank to be provided with all necessary level gauges so
that oil level in the tank can be viewed from outside the digital/analogy feedback
of oil tank shall be provided inside the control room. Necessary hoses, for transfer
of fuel from tank to fuel pump and return line from injector leak off to fuel tank
to be provided. Additional engine starting panels for all engines shall be provided
preferably wall mounted, comprising of start bottom, stop button, ammeter,
battery charging indication with necessary piping & cables at the pump room. The
exhaust pipe of the diesel engine should be extended to outside the pump house
and exhaust discharged at an appropriate height in the open air. The general
information of the Diesel engine shall be as per technical data sheet.
• Utilization: To give Drive to the pump specified
• Engine HP: To be selected based on Power requirement of Pumps.
• Speed: As specified by manufacturer
• Battery Starting: Minimum estimated starting time per attempt to be 3 sec.
• Battery Voltage: 24V DC
• Gear Drive: As per requirements
• Coupling: Mechanical Flexible Coupling.
Cooling System
A heat exchanger, the raw water being supplied from the fire pump discharge
(taken off prior to the pump discharge valve) via a pressure reducing device, if
necessary, to limit the applied pressure to a safe value as specified by the engine
manufacturer. The raw water outlet connection shall be so designed that the
discharged water can be readily observed. The water in the closed circuit shall be
circulated by means of an auxiliary pump driven from the engine and the capacity
of the closed circuit shall not be less than that recommended by the engine

243
SECTION: C5
V.O.CHIDAMBARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR FIRE FIGHTING
WORKS

manufacturer. If the auxiliary pump is belt driven then there shall be multiple
belts so that if half of the belts break, the remaining belts shall be capable of
driving the pump. A failure actuated audio-visual alarm shall also be incorporated.
The engine cooling loop shall have pressure reducing valve / orifice & pressure
Solenoid Valve and it should allow flow through cooling loop only in the event of
start of engine. It is possible to route the outlet of the cooling line back to suction
header/ tank and therefore the system should work under back pressure of 1.5
kg/cm2.
Lubrication System:
The lubrication system shall be self-contained with the following equipment:
i) Sump: To store sufficient oil for circulation, suitable sump shall be
provided in the engine.
ii) Pump: Suitable pump shall be provided for forced lubrication.
iii) Filter
iv) Lubricating oil cooler
v) Interconnecting piping
Air Filtration
The air intake shall be fitted with a filter of adequate size to prevent foreign
matter entering the engine. Dry type air filter, heavy duty type with replaceable
elements shall be provided. Efficiency of the system as also at various stages shall
be furnished. Air shall be provided with a shield for protecting the filter element,
and a ramp for deflecting dirty air onto the inner surface and along the axis of the
casing, to improve efficiency of operation.
Exhaust System
The exhaust shall be fitted with a suitable silencer and the total backpressure
shall not exceed the engine maker’s recommendation. When the exhaust system
rises above the engine, means shall be provided to prevent any condensate flowing
into the engine. All the hot parts located at the working level shall be insulated.
The exhaust system has to be designed assuming stack height as per Pollution
Control Board norms. The exhaust system shall include:
i) Exhaust manifold
ii) Silencer: Sufficient length of straight pipe shall be provided after the
exhaust silencer to leave the gases at sufficient height outside the pump
room
iii) Expansion joint
Engine Shut-Down Mechanism
The fire water system will be automated, hence the engine should be suitable for
starting in a predefined sequence, the shutting down operation shall be manual
operated and the engine should return automatically to the starting position after
use.

244
SECTION: C5
V.O.CHIDAMBARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR FIRE FIGHTING
WORKS

Fuel System
i. Fuel: The engine fuel oil quality and grade shall be as specified by engine
makers. These shall be kept on hand at all times, sufficient fuel to run the engine
on full load for 6 hours, in addition to that in the engine fuel tank.
ii. The fuel tank shall be of welded steel constructed to relevant Indian Standard
for Mild Steel Drums.
iii. The tank shall be mounted above the engine fuel pump to give gravity feed
unless otherwise recommended by the manufacturer.
iv. The tank shall be fitted with an indicator showing the level of the fuel in the
tank. The capacity of the tank shall be sufficient to allow the engine to run on full
load for 6 hrs. The tank should also have level switch for low fuel level and
tripping of pump/ alarm. Each tank should be fitted with isolation valve.
v. There shall be a separate fuel tank and fuel feed pipe for each engine. Any
valve in the fuel feed pipe between the fuel tank and the engine shall be placed
adjacent to the tank and it shall be locked in the open position. Pipe joints shall
not be soldered and plastic tubing shall not be used.
Auxiliary Equipment
The following shall be provided:
i. Fuel pump, fuel injection and control system for compression ignition.
ii. A sludge and sediment trap.
iii. A fuel level gauge and a level switch of approved make to signal fuel less than
or equal to 30% of tank capacity.
iv. An inspection and cleaning hole.
v. A duplex filter between the fuel tank and fuel pump mounted in an accessible
position for cleaning.
vi. Means to enable the entire fuel system to be bled of air. Air relief cocks are not
allowed; screwed plugs are permitted.
vii. One number of portable pneumatic driven diesel transfer pumps of 50 LPM
capacity shall be provided for refilling of diesel in the fuel tank
Starting Mechanism
Provision shall be made for two separate methods of engine starting viz.
i. Automatic starting:
Automatic stating shall be done by means of a battery powered electric starter
motor incorporating the axial displacement type of pinion, having automatic
repeat start facilities initiated by a fall in pressure in the water supply pipe to the
sprinkler and/or hydrant installation. The battery capacity shall be adequate for
eight consecutive starts without recharging with a cold engine under full
compression.
There shall be two independent battery banks with battery, cable & self-starter
and manual cold starting kits.
Each engine shall be provided with two sets of batteries. One set shall be
connected in the starting circuit and the other shall be standby and kept charged.
ii. Manual starting:

245
SECTION: C5
V.O.CHIDAMBARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR FIRE FIGHTING
WORKS

Manual starting by electric starter motor thru Push Button in Panel or Key in Local
start station shall be provided.

Governing System
The engine shall be provided with an adjustable governor capable of regulating
engine speed within a range of 10% between shut-off and maximum load conditions
of the pumps. The governor shall be set to maintain rated pump speed at
maximum pump load he governor shall be capable of operating without external
power supply.
Instruments
Instrument control and protection required for the safe operation of the engine
shall be provided. Instrument Panel on engine shall consist of (minimum)
• Starter Switch
• Lube Oil Temperature Gauge
• Water temperature Gauge
• Lube Oil Pressure Gauge
• Ammeter
• Tacho hour meter
Codes and Standards for the Diesel Engine
IS: 10002 – 1981 : Specification for performance requirements for constant speed
compression ignition (diesel) engines for general purposes (above 20kW).
Name Plate
A corrosion resistant nameplate shall be permanently attached to the pump and
prime mover. The nameplate shall be stamped with the following information:
a) Manufacturers name
b) Serial number
c) Model number
d) Rated capacity
e) Rated head
f) Speed in rpm
g) Rating of the prime mover
Painting & Protection
a) The pump and prime mover shall be painted Fire red (Shade No.536 as per IS:5)
and suitably marked for identification. The paint system used shall be suitable for
marine sea water conditions as per clause 7.19.
b) Unpainted exterior like machined surfaces shall be coated with suitable rust
preventive.
c) All threaded openings shall be plugged and flanged openings shall be provided
with full flange dia. protective covers. The cover material shall be 4.5 mm thick

246
SECTION: C5
V.O.CHIDAMBARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR FIRE FIGHTING
WORKS

metal plate bolted to the flange with a gasket in between using a minimum of four
bolts.
Electrics
Each diesel engine driven firewater pump shall have an independent
control/panel. The panel shall be of 240 V supply & shall give following Audio (A)
Visual (V) alarm
a) Engine Fails To Start : (A&V)
b) Low Lube Oil Pressure : (A&V)
c) High Lube Oil Temperature : (A&V)
d) High Water Temperature : (A&V)
e) Low Fuel Level : (A&V)
f) Engine Over Speeding : (A&V)
g) Engine Running Normal : (V)
h) Fuel Level Normal : (V)
i) Power On (Battery Charged): (V)
Set of potential free contact points should be provided to connect the panel to
REMOTE CONTROL SYSTEM.
Panel
The panel shall consist of:
i. Push buttons, Auto/manual selector switches, circuits with auxiliary contactors
and interlocks for starting/stopping/regulating of diesel engine pumps as per
technological requirements mentioned elsewhere in the specification. Electronic
timers shall be provided for achieving the logic of engine starting (for 8 trial
starts) etc.
• Provision of auto start of engine driven fire-fighting pump sensed by
pressure loss.
• Facility to start engine manually by means of push button / key
• Panel should be suitable for engine with manual fully shut off arrangement
for stopping the engine.
ii. Battery Charger with provision of Boost & trickle charging and SC & O/L
protection. The charger shall have the capacity to charge both the main and
standby set of batteries.
Battery
Each diesel engine pump shall have independent 24 V DC lead acid battery (SMF)
with teak wood stand and accessories, rated for quick starting of diesel engine. All
power and control cabling (supply) between diesel engine control panel and
Engine/Battery Charger/Batteries (Working and standby) is included in the scope.
The Battery shall be 1+1 (1 working + 1 standby) with manual quick changeover
facility.

247
SECTION: C5
V.O.CHIDAMBARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR FIRE FIGHTING
WORKS

Packing
i. The Diesel Engine, pump& accessories etc. shall be packed, securely anchored
and protected for domestic shipment by rail or truck. All unmounted components
shall be suitably crated and firmly attached to the main pump unit for shipment.
ii. The purchase order number and equipment number shall be stencilled on the
crate.
iii. One complete set of installation, operation and maintenance instruction shall
be packed with the pump set.
Spare Parts
The Contractor shall supply the following spare parts for each of the diesel
engines.
i. Two sets of fuel filters, elements and seals,
ii. Two sets of lubricating oil filters, elements and seals,
iii. Two sets of belts (where used),
iv. One complete set of engine-joints, gaskets and hoses,
v. One No. of Inlet and Exhaust Valve each
vi. One set of piston ring and 2 Nos injector nozzle
vii. One Solenoid valve
5.3 Jockey Pump
Electrical motor driven vertical submersible type Jockey pumps shall be used in
the pump house to maintain a required pressure in the fire water line. This pump
will have auto cut in and cut out depending upon the pressure losses in the main
pipeline due to any leakage and maintain the line in constant pressure. Since the
proposed main pumps are designed to start automatically due to loss of pressure,
the same will help to prevent the main fire water pumps from starting in case of
NO FIRE conditions. Jockey pumps shall be capable to start automatically as well
as manually.
Stopping of jockey pumps shall occur automatically due to restoration of system
pressure sensed by pressure switches. The general information of the jockey pump
shall be as per Technical Data sheet of Jockey Pump.
5.4 Fire Water Distribution Network
Fire Water Pipes shall be coated externally 3 LPE and internally lined with poly
glass coating of thickness with minimum 3mm. The diameter of the pipeline shall
be established after the completion of pipeline hydraulic and network analysis
during detailed engineering. Within the pump house, there shall be a 500 NB (20”)
header pumping sea water through the pump sets. Two sets of branch out
connections from header at jetty end shall be used for the following.
• Tower Monitor Line along with the Hydrant Line
• Hydrant Line with jumbo water curtain nozzles
Pipes up to and including 150mm NB shall conform to ASTM A 106 GRADE B shall be
used for firewater network system. All pipes for sea water application shall be

248
SECTION: C5
V.O.CHIDAMBARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR FIRE FIGHTING
WORKS

internally Poly glass coated. The pipes carrying foam concentrate shall be of
stainless steel (SS316).
Immediate after exit from the pump house the respective pipeline delivery header
of fire pumps shall be connected to the other berths both landward side and
seaward side. The connecting of other berth/jetty shall be provided with isolation
valves either by motor operated or air operated(in jetty area) to control the flow
of water on need basis.
After exiting from the pump house each respective header shall be divided so that
fire fighting needs of both berths landside and seaside berths can be catered from
a single pump house. The air operated/motorised valves shall be installed on the
headers so that pipe leading to one berth can be isolated form that running or
other berth.
All exposed pipes shall be painted with a suitable painting system rated for marine
seawater conditions.
The Contractor shall provide the required pipe support, specials reducers,
expanders, puddle pipe, fittings, flanges, gaskets, nuts and bolts etc. Fabrication
and inspection of pipelines shall be in accordance with following codes: B1S-9595,
814, 822, 4853, 3703 and as per OISD-156 guidelines..
10% of field weld joints shall be x-ray tested and if the results are unsatisfactory,
the same has to be removed, re-welded and radio graphed to ensure sound weld.
Pad plates for piping supports shall be provided by contractor for running the main
fire fighting pipelines on approach trestle. The Contractor as required at his cost
shall provide necessary steel clamps, saddles and support for duct foot bends etc.
Suitable support pads to be provided to the pipelines wherever it rests on the
pedestals. The vertical pipeline to water / foam monitor shall also be properly
supported / fixed by providing suitable steel brackets/clamps and stays etc.
All pipelines to be laid on unloading platform, approach trestle and pump house
are to be supported by providing steel saddle with clamps fittings and fixtures.
All pipelines shall be hydrostatically tested to 1.5 times of their respective
operating pressure.
All pipes should be supplied in complete conformity to all requirements specified
in the standards. Suitable pressure gauges to be provided in the fire water network
/ foam injection lines at strategic locations. Hydraulic pressure drop calculations
shall be provided for each of the 3 pipelines namely Monitor System, Hydrant
System and Foam System. The calculations must ensure that the pipe sizing being
considered is adequate to ensure that the required pressure is being achieved at
the base flange of each of the outlet equipment such as tower monitors, base
monitors, hydrants, water curtain system etc.
The maximum allowable flow/velocity in the system should be not more than 4.5
m/s in the pipe network and for pump suction shall not be more than 2 m/se and

249
SECTION: C5
V.O.CHIDAMBARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR FIRE FIGHTING
WORKS

pump delivery shall not more than 4 m/sec. The contractor shall calculate and
confirm the pipe dia. and thickness prior to procurement and obtain approval from
the Engineer’s Representative.
Pipes shall be kept thoroughly clean during the course of installation. The ends of
pipes shall be blocked with wooden plugs wedged home, at the end of each day’s
work to prevent dirt, rodents and insects etc., entering the pipe. The general
information of the fire water header / pipeline network shall be as per technical
data sheet.
5.5 Pipe Protection
The sea water pipelines are envisaged to be internally coated with polyglass
wherever flanged joints shall be connected with stainless steel bolts& nuts. To
the extend it is practical, all pipe sections and standard size fittings such as
bends, reducers, tees etc. shall be forged welded and lined with poly glass
thickness with minimum 3mm and externally 3 LPE coating in the factory.
In case of the external paint system the painting shall be such that it shall be
guaranteed by the paint manufacturer for marine sea water environment. Only
final finish coat of paint in approved colour shall be carried out at site after
completion of the installation and testing process. The field site fabrication and
painting works are to be inspected with holiday detector. The oil jetty is in the
vicinity (within 300m) of an operating Oil/LPG vessels and no hot works shall be
permitted during ship unloading operations at the existing oil jetty within 100m
from the hydrocarbon handling point.
5.6 Tower Monitors
For the protection of tankers and the unloading arms, it is proposed to provide
THREE nos. of long range, high pressure water cum foam monitors each 5678
LPM flow which shall be located at available suitable tower position. The
specification covers the minimum requirements regarding design, materials,
fabrication, performance, testing and supply for remote operated electric motor
operated UL / FM approved long range high volume foam cum water monitor,
non-aspirating type to be used for fire-fighting. The tower monitor operation
panel should be of PLC based, same can be hooked up with any type of protocols.
Common Requirements for the Monitors are given below:
i. These monitors shall be mounted on 20m high towers.
ii. The tower monitor supporting structure shall be MS Structural Steel as per
IS:2062 with fire rating as per OISD 156 requirement with suitable finish paint
coat with anti-corrosive marine quality paints.
iii. The monitors shall deliver 5678 LPM of sea water at 7 kg/cm2 pressure from
20m high tower with a horizontal throw of 100 m of expanded Foam solution
at 7 kg/cm2 with a throw range of 90 m and vertical range will be 45m.
iv. It is the responsibility of the Contractor to select a suitable monitor to ensure
throw of 100 m from tower using the main pump specified. All the monitors
shall be capable of discharging foam solution of 3% AFFF foam concentrate.

250
SECTION: C5
V.O.CHIDAMBARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR FIRE FIGHTING
WORKS

v. The Monitor shall be capable of 340°rotation in either direction in horizontal


plane and 60° (elevation) and 70° (depression) in vertical plane. Suitable
electrical motors shall be mounted on the monitor so that rotation of the
monitor can be achieved by remote control.
vi. Swivel joints enclosed type with inbuilt worm and worm gear shall be
provided both for horizontal and vertical rotation. Swivel joints to have SS
ball bearings and efficient sealing.
vii. A pressure gauge to indicate the inlet pressure shall be fitted in the monitor
body near inlet of nozzle.
viii. The monitors shall also be fitted with fog / jet nozzles remotely controlled
from the terminal control room located on top of the pump house building.
Remote control with joystick is required to be provided for rotation of
foam/water monitors in horizontal and vertical planes. The remote control
system shall be operated electrically and should be compatible with the
monitor offered.
ix. The equipment’s used for remote control system shall be explosion proof and
the wiring shall be by fire survival cables. The essence of the working of the
monitors depends upon the reliability of this system. Therefore, the latest
practices to increase its reliability must be adopted. The remote control
system should also control the electrically operated valves & the tower
monitor lines and the hydrant/water curtains. A mimic diagram shall be
provided on the control desk in control room with necessary LED indications
which will be displayed in the control room.
x. The foam injection system also should be controlled by this system. The
interconnecting cables between the control panel and motorised valves at
the berth area shall be FRLS / fire survival type as specified. The electric
remote control panel in the control room shall have all the necessary
controls.
xi. A drain connection with valve shall be provided near the base/ mating flange
of Monitor.
xii. Contractor shall provide details and schematic sketch of the system along
with the technical submission. No rubber / plastic parts to be provided in the
monitor.
xiii. The monitor assembly shall be designed to resist the nozzle reaction force
experienced during the operation of the monitor. The monitors shall be
provided with a changeover valve of suitable design for instantaneous switch
over from foam to water or vice Versa.
xiv. The entire assembly shall be tested to an internal hydraulic pressure of 16
Kg/ cm2. A suitable pressure gauge shall be provided to the inlet
connection of the monitors at the top of tower and on platform.
xv. There shall not be any flanged joint on the monitor body, except base
flange. Joint between monitor body and nozzle shall be threaded joint.

251
SECTION: C5
V.O.CHIDAMBARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR FIRE FIGHTING
WORKS

xvi. All the parts shall have workmanship and finish. All burrs and sharp edges
shall be removed. Passages for foam/water and nozzle shall have smooth
finish.
xvii. Nonferrous components subject to direct foam/water contact to be coated
on inside with tin-lead alloy. External surface of such components to be
given good polish.
xviii. The manufacturer shall guarantee the material, workmanship and the
performance unit for a period of two years from the date of commissioning
which shall not be later than six months from the date of receipt at site of
the items accepted. The vendor without any extra cost shall rectify any
mechanical defect, faulty workmanship or operational defects found during
this period.
xix. The materials used for different parts of the monitor shall be as per shown
in DATA SHEET which is attached in ANNUXURE
xx. Other accessories / Equipment’s required are: -
a) Pressure Gauges are to be provided at the bottom of the monitor and
further at the remotest point from the jetty.
b) Electric motors for direction control Ex-proof / flameproof type along
with limit switches and potentiometers for position indications etc
c) Inline balance pressure Proportionator of adequate capacity.
xxi. The controls provided on the remote control desk shall-be as follows:
a) Auto/Manual selection of monitor, hydrant & jockey pumps
b) Manual start/stop of all pump sets including Foam pumps
c) Manual open/close of all electrical operated valves
d) Joystick control of Tower water monitors
e) Fog to Jet control of all monitors
f) Master selector switch for local or remote start for all pumps
xxii. The indications shall be provided on the remote control desk as follows:
a) ON/OFF for all pump sets
b) OPEN/CLOSE for all electrical operated valves
c) POSITION of all monitors
d) PRESSURE in Monitor & Hydrant mains.
The remote control desk type panel is located in the safe zone and components
shall be selected accordingly
Scope of Inspection & Testing:
Prior to dispatch from vendor’s shop, the following acceptance tests shall be
carried out by the vendor.
Manufacturers test certificates shall be provided including hydraulic test of
monitor at 16kg/cm2 and electrical operation tests etc.
Information / Documents required from Vendor:
i. Details and drawing/s of the offered foam cum water tower monitor with
bill of material of monitor & accessories. Details & Drawings shall be in
line with UL/FM/VdS approval document of the vendor.

252
SECTION: C5
V.O.CHIDAMBARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR FIRE FIGHTING
WORKS

ii. Reference lists of vendor showing his experience in design,


manufacturing & supply of offered foam cum water monitors.
iii. Valid certificates of UL Listing/FM/Vds approval and marking of offered
foam cum water monitor
iv. General arrangement Plan (GAP) incorporating the stipulated inspection
and testing requirements.
5.7 Jumbo Curtain and Nozzles
i. THREE numbers of jumbo water curtain nozzles each 6000 LPM flow with
vertical curtain nozzles shall be provided between manifold and ship for
protection of critical equipment from heat radiation due to fire on the
tankers and to facilitate fire-fighting personnel to operate during fire.
ii. A pipe line shall be laid in the unloading platform periphery to connect the
jumbo water curtains.
iii. In case of fire in the unloading platform the water curtain system is operated
first to form water barrier between the tanker and the berth which enables
to protect the oil unloading arms and also the towers from heat developed
due to fire in and around the tanker and vice-versa.
iv. Each Jumbo curtain nozzles shall be able to produce dense water curtain in
the vertical plane.
v. Jumbo Curtains shall be of capacity 6000 lpm and with a range of 18m radius
provided for protection of Unloading arms.
vi. Water supply to these jumbo curtain nozzles will be from the Hydrant line
controlled by either motor operated valves from control room or locally.
Water is delivered to the curtains at a pressure of 7 to 8 kg/cm2. The angle
of spray is approximately 180°.
vii. The jumbo curtain nozzle shall be of SS 316 with 150 NB flange connection.
The Jumbo curtain header mounted with nozzles shall be laid above ground
with supporting and provision of flanged joints in order to facilitate
maintenance of jumbo curtain header nozzles as and when required.
viii. System components and equipment shall have materials of construction
compatible with raw water.
5.8 Hydrant System
i. Double headed hydrant shall be provided on berth area, along approach
trestles, pump house / substation. Single headed hydrant shall be provided at
each floor of control room building.
ii. The hydrant system is designed to cater to the single largest fire demand
likely to be posed at any of the various areas as referred earlier at seaside
berth and landside berth.
iii. All the hydrants are 63 mm size, 600/900 lpm of SS316 construction with
instantaneous male couplings. Hydrant posts shall be spaced as per OISD 156.
iv. Each double headed hydrant stand-post shall comprises of a vertical flanged
tap-off of 100 NB from the main pipeline with an isolation gate valve, orifice
plate flange as per standard practices. Each hydrant shall be numbered.

253
SECTION: C5
V.O.CHIDAMBARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR FIRE FIGHTING
WORKS

v. The water will be supplied to hydrants from the common pump and pipe line
provided for the ground monitor system.
vi. Each equipment used in the system shall comply with TAC requirements in all
respects.
vii. Fire hydrant shall generally conform to IS: 5290 Type A.
viii. This shall be tested as per relevant BIS code. The ends shall be fixed with
male couplings. Material of construction of hydrant valve branch pipes and
coupling shall be SS: 316 of approved make. All hydrant outlets shall be
situated 1.4 metre above floor level.
ix. Orifice Plate (Optional) Suitable size of orifice plates of SS 316 construction
shall be provided at all hydrants.
5.9 International Shore Connection
Minimum one number of International shore connection on jetty shall be provided
with isolation valve on unloading platform wherever required.
5.10 The key features of the firewater systems proposed are as under:
i. The proposed firewater system mainly consists of Fire Water Pumps,
jockey pump, firewater network pipe & fittings, isolation valves, external
hydrants, fire escape hydrants, hose cabinets hydrant accessories, Water
monitors at ground.
ii. The firewater network shall be laid aboveground on pedestals or taking
supports from proposed pipe rack.
iii. The external ground monitors hydrants shall be provided at a spacing of
not exceeding 30 m. throughout the jetty terminal. Every alternate
hydrant shall be replaced by water monitors. Hydrant / monitors shall be
placed alongside the berth for easy accessibility. The number of hydrants
and ground monitors are listed in the tender drawings are indicative only
and not exhaustive. Same has to be worked out after detailed
engineering.
iv. Hydrants shall be located at a minimum distance of 15 meters from the
periphery of the tanker or equipment under protection, so that the
hydrants/ monitors are approachable & workable even in case of a serious
fire.
v. One hose cabinet, consisting of 2 Nos. 15 m long hoses with couplings and
one branch pipe with nozzle, will be suitably mounted on the wall or over
ground near hydrant. Fog type nozzles shall be installed wherever live
electrical equipment are likely to be involved in the fire (e.g.
transformers)
vi. Fire escape hydrant valve will be located at or near floor landing of
staircases at first floor of Fire water pump house /control room building.
One first aid hose reel with shut-off nozzle shall be provided near fire
escape hydrant to be used in case of small fires. Riser pipe feeding the
fire escape hydrants is provided with isolation valve.

254
SECTION: C5
V.O.CHIDAMBARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR FIRE FIGHTING
WORKS

vii. The fire water network piping layout is designed to supply water from two
or more routes to each area. Adequate numbers of isolation valves shall
be provided to ensure that when a particular section of piping to be
isolated for maintenance work, the rest of the system remains in working
condition all the time.
5.11 Hose Pipes and Hose Cabinet
The pipes shall be of fabric reinforced rubber lined woven jacketed for fire
fighting purposes of approved make Hose pipes dia. 63 mm and length of 15m
and tested to a bursting pressure of 42 kg/cm2 and Proof Pressure 22Kg/cm2 as
per IS: 636/1988 Type B with IS mark fitted with SS 316 size 63mm. Both ends
shall be provided with female hose couplings as per BIS: 903. Hose cabinet shall
be suitable for housing 2 nos. hose pipes of above length, branch pipe and nozzle
as required. Minimum 3 mm Carbon (Mild) Steel; SWG 18 Gauge with epoxy
painted sheet to be used for fabrication of hose cabinet. The cabinet shall be
located near to hydrant with suitable supporting / base.
The box shall be provided with double door and shall have locking arrangements.
Provision for break glass recess for key shall be given in the box. The front doors
shall be provided with transparent acrylic sheet fitted with rubber beading for
transparency. The box shall be capable to resist the weight of hose with
couplings. Suitable wall mounting bracket shall be provided in the cabinet.
5.12 First Aid Fire Fighting Equipment
The first aid equipment shall consist of portable fire extinguishers. For
extinguishing small fires and for first aid use, it is proposed to have portable fire
extinguishers and wheel mounted extinguishers. These portable extinguishers
shall be of a pressure type using dry chemical powder. They shall be located on
the unloading platform and breasting dolphins and at other strategic points.
Carbon dioxide portable fire extinguishers (6.8 kg) shall be installed in the
control and electrical room.
5.13 75 kg DCP Fire Extinguisher (ISI Mark)
i. Made of 6 mm thick M.S. Sheet (B.Q. Plate & design of vessel as per
IS:2825) with radiography quality welding. The Extinguisher shall be
conforming to IS:10658 (Latest) with ISI Mark duly embossed / punched.
The Extinguisher shall be treated with anticorrosive treatment.
Nonferrous parts shall be gunmetal. Design calculation of the
extinguisher shall be submitted along with the offer.
ii. ii. The hose shall be of minimum 15 metres length and the bursting
pressure shall not be less than 50 Kg/cm2.
iii. Drain plug of not less than 25 mm diameter to be provided on the body.
iv. The nozzle shall be of Trigger Controlled and capable of discharging
powder as per ISI Specification.
v. Automatically and manually operated Safety Relief Valve to be provided
as per IS:10658 (Latest) specification.

255
SECTION: C5
V.O.CHIDAMBARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR FIRE FIGHTING
WORKS

vi. Pressure gauge having minimum 50 mm dia. and range from 0 to 42


Kg/cm2 to be provided on the body.
vii. The extinguisher to be mounted on robust trolley having two heavy duty
bearing fitted rubberised wheels and strong handles for easy mobility.
viii. ISI Marked CO2 gas cylinder shall be of suitable capacity and shall be
approved by Department of Explosives with protector and thermal
insulation and to be fitted with ISI Marked wheel type Valve.
ix. Dry Powder with ISI Mark IS:4308 (Latest). The powder shall be packed in
plastic rigidex material type bags with heavy duly LD lines duly
hermetically sealed. The materials of packing and sealing is to be made
in such a way that if the pack is kept inside the water bucket for 24
hours, not a single drop of water will penetrate inside the bag & the
characteristics of the powder shall remain unaffected against moisture.
x. Painting: The paint system offered shall be suitable for marine sea water
location. The colour of finish coat shall be of approved shade.
xi. As per IS: 2825, Dye penetrated test of the fillet weld of all nozzles and
attachment – No discontinuities in the welding.
xii. As per IS: 2825 Radiography (10% covering 50% of "T" Joints) - No
discontinuities allowed.
xiii. The extinguisher shall be hydro tested at 30 Kg/cm2 and shall not
develop any leaks at this pressure.
xiv. In addition to markings stipulated in IS:10658 (latest) the following
permanent punching at the bottom ring is required:
a) Manufacturer's name.
b) Year of manufacturing.
c) Manufacturer’s serial number.
d) Purchase Order No. and date.
e) Inspector Stamp.
f) The date of hydraulic test shall also be marked. Space shall be
left for writing the dates of subsequent hydraulic test.
g) Dry Chemical Powder filling height shall be marked on the
extinguisher.
xv. Following checks to be carried out:
a) Extinguisher is as per IS: 10658 (Latest) with ISI Mark.
b) Design calculation of extinguisher is correct.
c) Design of vessel as per IS: 2825.
d) ISI Marked CO2 gas cylinder approved by department of explosives.
e) Dry Powder is with ISI Mark. The packaging material to be tested as
per clause 4.1.1. of IS: 4308/1982. Also the material of the packing
should be as per the specification only. Extinguisher vessel to be hydro
tested at 30 kg/sq.cm.

256
SECTION: C5
V.O.CHIDAMBARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR FIRE FIGHTING
WORKS

5.14 5kg DCP Fire Extinguisher (ISI Mark)


With ISI Mark-2171 (Latest) complete with initial charge of CO2 cartridge (200
gms) with ISI Mark-4947 (Latest) and dry chemical powder with ISI Mark-4308
(Latest).
The Fire Extinguisher shall consist of the followings:
a) Size of filler opening (inner dia.) shall be 63 mm.
b) ii. Cap shall be of gunmetal / forged brass with chromium plating / black
colour.
c) Hose shall be of braided plastic high pressure with one-meter length with
nozzle of ABS Plastic.
d) All other components, design and performance, anticorrosive treatment shall
be as per IS: 2171 (latest).
e) Certification that every extinguisher shall be radiography quality welding and
fabrication and design of vessel as per IS: 2825, 10% radiography of weld
joints to be done. Design calculation of the extinguisher shall be submitted
along with the offer.
f) In addition to markings stipulated in IS:2171 (latest) the following permanent
punching at the bottom ring is required:
i) Manufacturer's name.
ii) Year of manufacturing.
iii) Manufacturer’s serial number.
iv) Purchase Order No. and date.
v) Inspector Stamp.
vi) The date of hydraulic test shall also be marked. Space shall be left for
writing the dates of subsequent hydraulic test.
vii) Dry Chemical Powder filling height shall be marked on the extinguisher.
5.15 6.8 kg CO2 Fire Extinguisher (ISI Mark)
CO2 type 6.8 Kg. capacity fire extinguisher assembled out of seamless steel
cylinder having Explosive (CCE) Approval and ISI Mark (manufactured to IS:2878)
complete with ISI marked wheel type valve, one metre length high pressure wire
braided discharge hose with horn, mounted on two wheeled rubber tyre trolley
and handle. The cylinder shall be fully charged with CO2 Gas. All other
components, design and performance, anticorrosive treatment shall be as per
IS:2878 latest. In addition to markings stipulated in IS:2878 (latest) the following
permanent punching to be provided:
a) Manufacturer's name.
b) Year of manufacturing.
c) Manufacturer’s serial number.
d) Purchase Order No. and date.
e) Inspector Stamp
5.16 Foam System
Fixed balanced pressure proportioning systems, using foam concentrate pumps
for pressurization of concentrate, shall be provided for the protection of the

257
SECTION: C5
V.O.CHIDAMBARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR FIRE FIGHTING
WORKS

berths. The general information of the foam system shall be designed as per OISD
156
The foam system consists of foam compound storage tanks, pumps (one working
and one standby) and stainless steel piping (SS316) for supplying foam compound
to the foam monitors.
The foam compound requirement shall be calculated based on the assumption
that three tower monitors (3 x 6000lpm) operating simultaneously for 60 minutes
and the concentration of foam components shall be considered as 3%.
5.17 Jetty Foam System
a) Pressurized foam shall be pumped by foam concentrate pumps installed at Fire
Pump house. There shall be two foam concentrate pump sets - one main and the
other stand-by of capacity 40m3/hr each.
b) The pumps shall obtain foam under positive suction from the foam concentrate
tank located inside the fire pump house as indicated in the drawing. The foam
tank shall have suitable vent connection.
c) It shall have all the relevant instruments such as level gauge, high and low level
alarms level switch, provision for inlet, outlet, re-circulation and drain
connections, as per requirements.
d) The foam concentrate discharge header shall be normally charged but not
pressurized, except when system is on demand. Flow indicators must be installed
in the discharge header.
e) The water supply header for the foam system shall, however, be normally
pressurized up to the main motor operated valves located near the foam
discharge equipment located at unloading platform. The pressure is maintained
automatically by jockey pumps.
f) For injecting foam solution into the fire water line at individual monitors, Two
(2) nos. rotary gear pumps shall be provided which will pump foam compound
into the foam line. The design, material, construction, Manufacture, inspection,
testing and performance of rotary gear pump shall comply with all currently
applicable standards. The pump and motor shall be factory assembled on welded
steel base frame with suitable dowels etc.
g) Anyone of these two pumps can be kept as main foam pump and the other one as
stand-by.
h) Manual starting of foam pumps should be able to be initiated by operation of
push button systems located next to the pumps / control room.
i) The tank(s) shall be mounted in the pump house and provided with an inlet,
outlet, drain, vent, manhole for cleaning and a level indicator.
j) Both foam pumps will be used to pump foam compound to the Proportioner
system near the base of tower monitors for injecting 3% foam in main water
lines. The running light indication of the pumps must be available at the Control
Room.

258
SECTION: C5
V.O.CHIDAMBARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR FIRE FIGHTING
WORKS

k) The foam compound received through the barrels will be pumped by foam filling
pump into the Stainless Steel (SS 316) storage tank located suitably position
inside the pump house to be used at the time of fire fighting.
l) The pumps shall obtain foam under positive suction from the foam concentrate
tank located as per design criteria. At each tower monitors/ ground monitors
there shall be a dedicated Inline balance pressure proportioning system which
shall mix the foam compound with water suitably as required. The Contractor
should design a suitable effective system to supply the correct proportion of
foam and water at any given time of the operation.
m) Stopping of the foam pump sets shall be done manually.
5.18 Foam Supply Tank
Foam supply tank of suitable capacity fabricated out of minimum 10mm thick
FRP material shall be supplied and mounted on suitable supports. To give
sufficient strength to the tank suitable baffles / reinforcement of stainless steel
shall be provided. The tank shall have 450 mm dia. inspection manhole with
cover, dished end and air vent. An Overflow vent with isolation ball valve and
suitable fixtures shall be provided to the tank. Dished end of tanks shall be
without welding joint. The tank shall have filler pipe of 150mm dia. with SS 316
strainer. A breather valve and a sludge trap shall, be fitted to the tank. The
sludge trap shall have cleaning hole and 25mm dia. drain pipe with an SS316 ball
valve. The bottom of the tank shall have a slight slope towards the sludge trap.
All the fittings, other components connected with tank shall be SS 316.
Necessary lifting hooks shall be provided on the tank. The tank shall be fitted
with level indicator with transparent graduated scale.
The design, fabrication and testing of tank shall confirm to BIS 2825. The dished
end welding of the tank shall be 100% radiographed. The foam supply tank shall
be calibrated. The calibration chart shall be supplied. The foam supply tank
should have fill connection, concentrate supply connection to the pump, reverse
flow connection to the tank from the pump, sump expansion dome, level
indicator, air vent, drain valve and ladder. The fill connection shall have the
strainer. Dip Sounding Flange to be provided for alternate sounding method.
Tank shall be provided with High level and low level switches / alarms.
5.19 Foam Filling Pump
Foam filling pump of capacity 50 LPM pneumatic driven shall be provided for
pumping foam from drums/barrels/containers to foam supply tank. The
contractor shall carry out necessary piping along with valves etc. from this pump
to the tank.
❖ Material of Construction : SS-316L
❖ Capacity : 50 LPM
5.20 Foam Proportioner System
Foam concentrate to be used shall be of tested and approved quality AFFF
concentrate of low expansion foam (3%). In line balance proportioning system to

259
SECTION: C5
V.O.CHIDAMBARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR FIRE FIGHTING
WORKS

be provided that consist of Proportioner spool valve, foam concentrate valve,


duplex gauge check valves, water and foam sensing line, concentrate valves,
Foam Proportioned indicator etc. complete in all respect and suitable for
outdoor installation. The Proportioner shall be inserted in to each fire water line
for both tower monitors near base of monitors. ROV operated ball valve shall be
provided in foam lines so that either foam water mixture or only water can be
thrown from the two monitors for remote operations.
Correct foam liquid proportioning is necessary to produce optimum quantity and
quality of foam for extinguishing flammable liquid fire. 3% foam concentrate is
envisaged in the system for producing foam water mixture.
The pump capacities have to be designed so as to discharge foam liquid suitable
for maximum quality of foam solution requirement. However depending upon the
exigencies of operation such as either two or one monitor is working, the flow
requirement will vary. The excess quantity of the foam liquid shall return to the
foam supply tank through the high-pressure release valve bypass line.
Arrangement shall also be provided to prevent water entering the foam
concentrate inlet through the foam Proportioner.
5.21 Valves
General
a. All valves selected shall be strictly in accordance with the relevant fire-
fighting codes & must be capable to withstand the requirements of the
system under all conditions without getting failure.
b. ii. All the equipment shall be designed manufactured and tested as per the
Indian Standards/ British Standards given in the relevant paragraphs.
c. All valves shall be so designed that the effort! Torque required to operate the
valve is minimum.
d. All valves shall be suitable for the service conditions i.e. flow, temperature
and pressure, at which they are required to operate. Each control valve shall
be sized and selected to provide reliable operation and control at the
specified operating and design conditions.
e. All valves shall be designed for 100% tight shut off condition.
f. All the valves more than 10” shall be provided with geared hand wheel. The
face of the wheel shall be clearly marked with the words i.e. Open / Close
and an arrow to indicate the direction for opening/closing.
g. For all the Ni-resist cast iron valves body shall be so designed that at all
point, wall thickness is greater than the minimum specified in the various
standards. Particular attention should be given to the distribution of material
to limit the stresses within permissible range and to prevent stress
concentration anywhere in the valve design.
h. The valves as well as all accessories shall be designed for easy disassembly
and maintenance.
i. The design, material, construction, manufacture, inspection, testing and
performance of valves shall comply with all currently applicable statutes,

260
SECTION: C5
V.O.CHIDAMBARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR FIRE FIGHTING
WORKS

regulations and safety codes in the locality where the valves will be installed.
Nothing in this specification shall be construed to relieve the Contractor of
his responsibility. Compliance to this specification shall not relieve the
Contractor of the responsibility of furnishing equipment and
accessories/auxiliaries of proper design, materials and workmanship to meet
the specified start up and operating conditions
j. The Valves shall be of numerically actuated valve confirming to IS:13114,
ISO:15407 or equivalent. The electrical signal from the control panel shall
actuate the valve.
k. Non return valve (NRV) shall be used to stop backflow & to ensure the flow on
water in required direction only.
l. All valves shall be designed considering 100 Cycles of On-Off operation in a
day.
m. Valves to be installed outside shall be required to have the stem properly
protected against atmospheric corrosion.
n. The direction of flow shall be clearly stamped on the body of the valve.
Riveted tags are acceptable
o. All gate and globe valves shall have bonnet-back seating arrangement.
p. All rising stem valves shall be provided with back seat to permit repacking (of
glands) with valves in operation. All valves shall preferably be suitable
flanged.
q. The valves shall be designed on the basis of the following :
❖ The internal parts shall be suitable to support the pressure caused by the
actuators;
❖ The valve-actuator unit shall be suitably stiff so as not to cause
vibrations, misalignments, etc.
❖ All valves shall be provided with hand operated gearing provision for
manual override so that they can also be operated manually when
needed.
r. All valves shall be capable of being closed against the design pressure. Where
globe valve has been specified for regulation purpose, the disc shall be
tapered plug type and suitable for controlling throughout its lift.
s. All valves shall open/ close fully within time required by the process but not
later than 30 seconds after actuators starts with feedback. All valves shall be
capable of sealing with design pressure applied from either end of the valve.
t. All valves shall have electrical feedback for positions. All valves shall have a
mechanical manual operating facility.
u. All operating spindles and gears shall be provided with adequate points for
lubrication.
v. Head loss curves through the valves for throttled flow conditions shall be
provided for all valve sizes.
w. The contractor shall submit the following:
❖ Assembly drawings.
❖ Manufacturer Valid quality certifications ISO or equivalent.

261
SECTION: C5
V.O.CHIDAMBARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR FIRE FIGHTING
WORKS

❖ Certified copies of Manufacturer quality control Test results and reports.


❖ Assembly shop drawings.
❖ Instruction & training manuals.
❖ Catalogues.

5.22 Gate Valves


a. The Gate valves used shall be capable in accordance with the site’s
atmospheric condition.
b. All the gate valves shall have mechanical position indicator with adjustable
position stopper and lock to prevent over travel. Gate valves shall conform to
IS: 780-1984 RA 1990 or IS: 2906 - 1984 RA 1990.
c. Gate valves of adequate size be provided with by pass and drain
arrangement. All the isolation valves, of size above manufacture from
forgings.
d. All gate valves should comply with ISO 6002, IS:14846, IS:11323, IS:11335 or
equivalent.
e. The test pressure shall be min. 1.5 times nominal pressure rating of the
valves.
f. The valves shall be suitable for motorised actuated as well as hand wheel
operation at least against the pressure differentials preferably geared type to
reduce the operating tensions.
g. Bodies of valves shall be double-flanged ends and shall be fitted with seat
rings securely fixed in machined recesses. The strength characteristics of the
metal selected, appropriate to the standard flange thickness shall be
according to IS 210:1978. Stem shall be of stainless steel and forged or
machined from forged/rolled bar. No casting is permitted.
h. Hand wheels shall preferably be of the marine pattern conforming to IS
11218:1984.
i. The valve shall have internal parts made up of copper alloy or stainless steel;
resilient seats shall not be used.
j. Valve shall have seals and gasket made up of material suitable for the
proposed application.
k. Where shafts enter castings they shall be provided with corrosion resistant
bushes to prevent galvanic corrosion
l. Hydraulic testing of valves shall he in accordance with the requirements of IS
6157
m. Valves shall be marked in accordance with the requirements of IS 9866
n. All valves ordered shall be supplied with their body ends suitably sealed to
exclude foreign matter during transit and storage.
o. Unless otherwise indicated in the Tender Documents for an alternative
coating system, the internal and external surfaces of valves shall be prepared
and coated with epoxy paint. The final coat shall be applied to external

262
SECTION: C5
V.O.CHIDAMBARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR FIRE FIGHTING
WORKS

surfaces after installing the valves. All valves shall be painted externally
before despatch.
p. Main bearings shall be external. Valves with bearings that are accessible
without emptying or removal of the valve body from the line shall be given
preference. Bearings shall offer a long life and retain a low coefficient of
friction.
q. The gate valve shall have electrical feedback for position.
r. The Gate valves shall be as per DATA SHEET which is furnished in ANNUXURE
5.23 Non Return Valve (NRV)
a. The swing check valves (non-return) provided in the piping system shall
conform to IS:5312 or BS 5153 : 1974 (1991).
b. Non-return valves shall be double flanged for horizontal and vertical
installation.
c. The valves shall offer minimum hydraulic resistance, shall not be subject to
disc flutter and shall give a quick non-slam closure on reversal of flow.
d. The design of the body and body seals shall be such that they are free from
pockets which may cause eddies or accumulate debris. Special care shall be
taken that foreign objects, like bolts, cannot lodge in pockets on the
downstream side of body seats and thereby prevent doors from closing fully.
e. Access openings and covers shall be well designed and the creation of stress
risers shall be prevented.
f. Where shafts protrude through the valve at the non-drive end (NDE) they
shall have flanged and bolted stainless steel, grade 316, bearing cover plates.
g. Sealing faces shall be securely fixed with a corrosion resistant material or
shall be deposit welded with stainless steel. Corrosion protection of the
contact area between mild steel and stainless steel shall be in accordance
with Standard Specification.
h. Bearings shall be substantial and shall be designed to take the unbalanced
thrust on doors or discs in the structural test.
i. Valve components shall be constructed of the material specified in the
relevant latest standards.
j. The data sheets for the Valves is attached as ANNUXURE
5.24 Motor Actuated Valves
a. The motor shall be flameproof 3-phase squirrel cage TEFC class F insulated
(temperature rise limited to class B IP 66 enclosures both for motor and its
terminal box, and with high starting torque. The duty cycle shall be S2- 600
cycles per hour. Wherever required and specially, for outdoor duty, the
motor shall be provided. The entire motor actuator shall be with PESO/CCOE
Certification.
b. ii. Thermistor protection of motor with thermistor motor protection relay
shall be provided, as required.
c. Each actuator shall be provided with extremely dependable both 'Open' and
torque and / position limit switches. The torque and limit switches shall be

263
SECTION: C5
V.O.CHIDAMBARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR FIRE FIGHTING
WORKS

provided with suitable means like mechanical selection, end position. The
torque switch should not unnecessarily trip during initial unseating hammer
blow effect. The anti-hammer feature of the torque switch latch shall be
available throughout travel including at end position. Once the torque switch
has tripped in either direction, it can only be reset by operation of the
actuator in the opposite direction. Each switch shall have 2 No + 2 NC
potential free double break contacts. Switch contact rating on inductive
Circuits shall be 5A AC at 240 V AC.
d. Actuator shall be provided with motor over-riding feature like hand wheel for
emergency manual operation and a limit switch shall be provided whose
contacts shall be used in the motor control circuit to forbid the motorized
operation during manual operation by hand wheel. Also when the motor is
switched 'ON', the hand wheel connection shall be discharged automatically,
Motor operation shall always have priority over manual operation.
e. Internal wiring shall be tropical grade PVC insulated, stranded copper
conductor cable of suitable rating for control circuits and required rating for
motor. All wires shall be clearly numbered at both the terminal block and
component ends. The Voltage grade of cables/wires shall be 1100 V terminals
shall be segregated from the control terminals by means of an insulating
cover. Separate terminal box fitted to switching unit shall be provided. The
terminal box shall- be designed for the protection class of IP - 65 inside of the
terminal shall be provided attached to the inside of the terminal box cover
indicating serial number, external voltage values; wiring diagram number and
terminal layout.
f. The actuator shall be suitable for operation at specified ambient
temperature. All actuators whether for explosion hazardous locations or not,
shall be neoprene O-ring sealed water tight and dust proof to IP-67 protection
and shall at the same time have an inner watertight neoprene O-ring seal
between the terminal box and the internal electrical elements of the
actuator, fully protecting the switch mechanism, motor and all other internal
electrical elements of the actuator from ingress of moisture and dust when
the terminal box cover is removed on site for cabling / maintenance.
Actuators for explosion hazardous application shall in addition be certified
explosion proof of specified class group and division.
g. The actuators shall be operated from the control desk / Local Control shall
he provided for local operation of the actuator for testing and maintenance
purpose. Isolator along with starter for the actuator motor shall be located in
the actuator. Separate power & control cable shall be used for each valve
actuator.
h. The equipment shall comply with the requirements of latest revision of the
standards. The actuator shall be sized to guarantee valve closure at the
specified differential pressure and temperature.
i. The equipment shall also conform to the provisions of Indian Electricity Rules
and other statutory regulations currently in force in the country.

264
SECTION: C5
V.O.CHIDAMBARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR FIRE FIGHTING
WORKS

j. The offered equipment shall be brand new with state of the art technology
and a proven field track record. No prototype equipment shall be offered.
k. The actuators shall be suitable for operating under site conditions and system
conditions as specified.
l. Each actuator shall include the motor, actuator unit, gears, position
indicators, limit switches, hand wheel, electrical starter and controls,
terminal box, push button etc. as a self-contained unit. The actuator shall be
sized to provide adequate torque and or thrust to ensure the complete
intended travel of the valve under the worst operating and electrical power
supply conditions.
m. The motor shall be designed for valve actuator service with high starting
torque and shall be suitable for Direct on line starting. It shall be rated for
S2-15 minute duty and shall conform to relevant standards.
n. The motor shall be provided with thermostat(s)/thermistor(s) embedded in
the hot spots of motor winding for protecting the motor.
o. The motor shall be able to operate the actuator at 75 % of rated voltage.
p. The motor shall have class ‘F’ insulation with temperature rise limited to
class ‘B ’ limits. Motor winding shall be treated to resist corrosive agents and
moisture.
q. Motor rotor shall preferably be of die-cast aluminum and, if brazed, shall be
free from phosphorous.
r. The reversing starter, control transformer and local controls shall be integral
with the valve actuator, unless specified otherwise. Solid state control of
valve actuator and electrically isolated interface for remote control
requirement shall be provided, wherever these features exist in
manufacturer’s design. xix. The integral starter shall be supplied with the
following devices:
i) Electrically and mechanically interlocked reversing contactors for opening
and closing operations.
ii) Control transformer with necessary tapping and protected with suitable
easily replaceable fuses.
iii) Terminal block for external cable connection fully prewired for internal
devices of valve actuator
The actuator gearing shall be totally enclosed in oil-filled gear case suitable for
operation at any angle. Grease lubrication is not permissible. All drive gearing
and components must be of metal construction and incorporate a lost-motion
hammer blow feature. For rising spindle valves the output shaft shall be hollow
to accept a rising stem, and incorporate thrust bearings of the ball or roller type
at the base of the actuator. The design should be such as to permit the opening
of the gear case for inspection or disassembled without releasing the stem thrust
or taking the valve out of service. For 90° operating type of valves drive gearing
shall be self-locking to prevent the valve back-driving the actuator.

265
SECTION: C5
V.O.CHIDAMBARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR FIRE FIGHTING
WORKS

Torque limit switches shall be provided to protect the motor from over-loading
by cutting-off the power supply to motor during opening and closing operations.
The limit switches shall be preset. It shall be possible to set the value of
maximum torque during closing from 50% to 100% of rated torque of actuators.
Travel limit switch shall be provided to cut-off the power supply to the motor at
the end of preset limit of valve travel. The switches shall be provided with
requisite number of potential-free contacts for valve actuator operation and for
indication on remote panels.
A hand wheel with hand/auto lockable lever shall be provided for emergency
operation of the MOV. The energisation of the motor shall automatically re-
engage power operation. Vendor shall be solely responsible for the compatibility
of the MOV actuator with the valve and for the selection and sizing of various
electrical devices and components in the actuator.
The actuator shall be provided with minimum three adequately sized cable
entries viz., one for power cable and two for control cables. Suitable double
compression cable glands shall be provided with each actuator for all cable
entries and sealing plugs for all control cable entries. The cable glands and plugs
shall be made of Nickel-plated brass / SS316.

TECHNICAL REQUIREMENT FOR ELECTRICAL ACTUATORS WITH INTEGRAL STARTERS


TYPE
A 415, 3 phase, 3 wire / 230V, 1 phase, 2 wire, power supply shall be given to the
actuator from Bidder's/Employer's switch board as applicable through a
MPCB/MCB/MCCB. Control voltage of the motor starter shall be 110 V AC / 24 V DC,
derived suitably from 415V/230V power supply. The actuators shall have integral
starters along with over load relays. The SPP (Single Phasing Preventer) shall be
provided for 3 phase actuators. In case supplier's standard control voltage for
Open/Close contactors is 110V AC, the same is acceptable if suitable opto Isolation
circuit is provided with coupling relays for 24 V DC command inputs.
INTERFACES:
Open/Close command termination logic with position & torque Limit Switches,
positioner circuit shall be suitably built in the PCB inside the actuator.
For Binary drive: - Open/Close command & status thereof and disturbance monitoring
signal shall be provided.
Interface with the control system shall be through hardware signal only. Inter posing
relays provided (with coil burden 2.5 VA) in the actuator shall be energized to initiate
opening and closing, by 24V DC signal from the external control system.
a) For Modulating Drive: - the command to actuator shall be in form of 4- 20Ma
signal. The necessary positioning circuit shall be provided.
b) pen/close command termination logic shall be suitably built inside actuator.
RATING
(a) Supply Voltage & frequency:

266
SECTION: C5
V.O.CHIDAMBARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR FIRE FIGHTING
WORKS

Upto 0.2KW – 230V, 1 phase, or, 415V, 3 Phase, 50Hz


Above 0.2KW – 415V, 3 Phase, 50Hz
(b) Sizing: Open/Close at rated speed against designed differential pressure at 90%
of rated voltage. For isolating service three successive open-close operations or
15 mins, whichever is higher. For regulating service 150 starts per hour or
required cycles, whichever is higher.

CONSTRUCTION
ENCLOSURE:
Totally enclosed flame proof minimum IP-66 degree of protection.
GEAR TRAIN:
Metal (Fiber gears are not acceptable)) self-locking to prevent drift under torque
switch
(where ever applicable) spring pressure when motor is de-energised.
MANUAL WHEEL
Shall disengage automatically during motor operation.
MOTOR
TYPE:
Squirrel cage induction motor suitable for Direct on line starting.
ENCLOSURE:
Totally enclosed, self-ventilated IP-67 degree of protection.
INSULATION
Class B or better. Temperature rise 70 deg C. over 50 deg C ambient.
BEARINGS:
Double shielded, grease lubricated antifriction.
EARTH TERMINALS:
TWO
PROTECTION:
Single Phasing Protection, over heating protection through Thermostat and wrong phase
sequence protection shall be provided over and above other protection features
standard to bidder's design Suitable means shall be provided to diagnose the type of
fault locally.
POSITION/TORQUE SWITCHES
Four nos. (2 each in open and close position) position limit switches and two nos. (one in
open and other in close direction) torque switches each having two nos. NO and two nos.
NC contacts shall be provided. A single shaft shall actuate all contacts of limit switches
at each position.
LOCAL OPERATION
It shall be possible to operate the actuator locally also. Lockable local/remote selection
shall be provided on the actuator.

267
SECTION: C5
V.O.CHIDAMBARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR FIRE FIGHTING
WORKS

POSITION INDICATOR
To be provided for 0 to 100% travel.
POSITION TRANSMITTER (FOR MODULATING/INCHING TYPE)
As required. Suitable for stabilized 4-20 mA signal, 2 wire inductive type, 24volts DC
operated.
WIRING. Suitable voltage grade copper wire.
TERMINAL BOX
9 pin plug and socket (1 no. per actuator to suit 4 pair 0.5 sq.mm. copper overall
shielded (16 mm OD), instrumentation cable) suitably mounted in the starter box itself
to terminate open/close command and status feedback signals with external control
systems.
Additional one number 9 pin plug and socket (to suit 4 pair 0.5 sq.mm copper (16 mm
OD) individual and overall shielded instrumentation cable) suitably mounted in the
starter box itself for actuators with 4-20 mA position transmitters. Necessary glands for
power cables shall be provided.
TERMINAL BLOCK
650V grade for power cables.
5.25 Training Scheme
The Contractor shall prepare and submit a scheme of training for a period of 3
months, covering the complete Fixed Fire Protection system and its operation,
maintenance, troubleshooting etc. The programme prepared by the Contractor
shall be reflective and appreciative of the long term interest in the sustained
operation of the systems, equipment provided. It is the responsibility of the
contractor to give the detailed operation and maintenance related training to
the Port Officers and Staffs.
5.26 Testing at Manufacturer's Works
The following of tests shall be conducted at the Manufacturer's works
Tower Monitors : RIGHT / LEFT & UP / DOWN
5.27 Foam Pumps/ Main Fire Pumps/Jockey Pumps
In addition to various routine tests, the pumps shall be subjected to the following
tests.
a. Pump assembly etc., shall be tested hydraulically up to twice the working
pressure or 1.5 times the shut-off head of the pump.
b. The test pressure shall be maintained for minimum half an hour.
c. Pumps shall be operated at constant speed to establish full head capacity
characteristics using water as the medium. A minimum of 5 points shall be
covered to plot the curve.
d. Dynamic balancing test for rotating assembly
e. The pumps shall be tested for vibration at the guarantee points. Vibrations in
excess of 75 microns at each bearing housing and shaft shall not be accepted.
5.28 Diesel Engine
At manufacture's works, tests shall be carried out during and after completion
of manufacture of different component parts and the assembly.

268
SECTION: C5
V.O.CHIDAMBARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR FIRE FIGHTING
WORKS

Following tests shall be conducted.


a) Performance test of the diesel engine to determine its torque, power and
specific fuel consumption as function of shaft speed. Performance test of
the engine shall be carried for 12 hours out of which 11 hours at full load
and one hour at 110% overload.
b) Functional checks and adjustment of speed governor
c) Over all mechanical and electrical inspection.
5.29 Valves / Nautical Valves
The following tests shall be conducted at Manufacturer's works:
a) Body test: All valves when completely assembled shall be subject to the
hydrostatic test at the appropriate test pressure as per relevant standards.
b) Seat test: After being subjected to the body test, valves shall show no
leakage at the valve seat when subjected to the hydrostatic test at the
appropriate test pressure as per relevant standards.
c) Performance test for electrically operated with respective actuators
mounted in position to show valve opening and closing and observation of
leakage.
5.30 Motors
The following tests shall be carried out for the motors as detailed below.
i. No Load test.
ii. Reduced Voltage running test.
iii. Locked rotor test.
iv. Noise & Vibration test.
v. Over Speed test at 155% for 15min.
5.31 Painting
a. The painting scheme specified in this clause is applicable to all fire fighting
equipment and piping.
b. Painting shall provide a continuous adherent film of adequate thickness on
the surface being treated and protected from attack due to continuous
exposure in industrial atmosphere prevailing at the site of erection of the
equipment,
c. Paint shall be applied in accordance with manufacturer's recommendations as
supplemented by this specification. The work shall generally follow IS: 1477
(Part II) - 1990.
d. Paint shall generally be applied by brushing, except the spraying may be used
for finish coats only when brushing may damage the prime coats. Roller coats
or any .other method of paint application shall not be used unless specifically
authorized. Spraying shall not be adopted on red lead or zinc rich paints.
Daubers may be ' used only when no other method is practicable for proper
application in difficult accessible areas.
e. Paint shall generally not be applied when the ambient temperature is 5°C
and below. For paints which dry by chemical reaction, the, temperature
requirements specified by the manufacturer shall be met with also paint shall

269
SECTION: C5
V.O.CHIDAMBARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR FIRE FIGHTING
WORKS

not be applied in rain, wind, fog, or at relative humidity of 80% and above or
when the surface temperature is below dew point resulting in condensation
of moisture. Any wet paint exposed to damaging weather condition shall be
inspected after drying and the damaged area repainted after removal of the
paint.
f. Each coat of paint shall be continuous, free of pores and of even film
thickness without thin spots. The film thickness shall not be so great as to
affect detrimentally either the appearance or the service of the paint.
g. Each coat of paint shall be allowed to dry sufficiently before application of
the next coat to avoid damage such as filling or loss of adhesion. Undercoats
having glossy surface shall be roughened by mild sand papering to improve
adhesion of subsequent coats. Successive coats of same colour shall be
tinted, whenever practical, to produce contrast and help identify the
progress of work.
h. The contractor shall furnish paint manufacturer's test reports, technical data
sheet pertaining to the paint selected. The data sheet shall indicate among
other things, the relevant standards, if any, composition in weight per unit of
pigment vehicles, additives, drying time, viscosity, spreading rate, flash
point, method of application, quality of surface preparation required,
corrosion resistance properties and colour.
i. Painting at works - Equipment like pumps, motors, diesel engine, diesel Oil
storage tank, valves and fire hydrants shall be painted at works before
dispatch but after the testing by proper surface preparation, primer coats
and finish coats as specified below.
j. Surface preparation - All surfaces shall be cleaned of loose substances and
foreign materials, such as dirt, dust, scale, oil, grease, welding flux etc.
irrespective of whether the same has been spelt out in the standards in order
that the prime coat is rigidly anchored to the virgin metal surface. The
surface cleaning shall conform to pictorial representation of surface quality,
grade Sa 2 1/2 of Swedish Standards Institution SIS 055900 or equivalent
standards such as SSPC-VIS-1.67 or DIN 55928 (Part 4) or IS: 1477(Part-I) -
1990.
k. Paint - The sand blasted surface should be painted with two coats of Zinc-rich
primer and two coats of epoxy paint of fire red colour. The thickness of the
Zinc-rich primer shall not be less than 30 microns per coat and the thickness
of each coat of epoxy paint of fire red colour shall be not less than 100
microns. The total dry film | thickness of the total painting shall be not less
than 260 microns.
l. The zinc rich primer paint shall have 92% zinc content. Both the zinc-rich
primer and the epoxy paint shall be compatible and the paint shall be of
reputed and approved makes. All over ground lines shall be sand blasted and
epoxy painted whereas the underground lines shall be double coated and
double wrapped.

270
SECTION: C5
V.O.CHIDAMBARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR FIRE FIGHTING
WORKS

m. For electrical panels necessary metal treatment like hot alkaline degreasing.
Cold water rinsing followed by pickling cold water rinsing, phosphate and
passivation shall be carried out. The complete panel board shall then be
dried out by the compressed air in dust free atmosphere. The boards shall
then be epoxy powder coated to shade 623 of IS-5 over priming coats and
finally baked.
n. Pipes and pipe fittings shall be given one coat of zinc rich primer as
mentioned in after testing and before dispatch to the site.
o. The complete pipe work after erection and testing shall be given two coats of
zinc rich primer and two coats of final epoxy paint as per relevant standards..
p. Colour Code
❖ The colour code of the paint for Pumps, Diesel engine and motors shall be
fire red.
❖ Pipelines & pipefitting and hydrants shall be fire red.
❖ Water monitor shall be fire red
5.32 Accessories
i. Junction box for welding generator in pump house - 1 No.
ii. Blowers, exhaust fans in pump house as may be required on site
considerations.
iii. Wind socks - 2 Nos.
iv. Portable explosive meter- 1 no.
v. Safety showers / Eye wash fountains to be installed at Strategic Locations – 2
Sets
Further accessories as required in OISD 156 shall be provided.
5.33 Erection
General
i. The erection of all plant and equipment shall be carried out according to the
latest engineering practice and according to the drawings, specification,
instructions etc. duly approved by the Engineer’s representative. The
contractor shall carry out the work in presence and/or as per the
instructions of site engineer/supervisory personnel deputed by the
Engineer’s Representative. The erection shall be carried out with highly
skilled workmen.
ii. The contractor shall take care of positioning, levelling and plumbing of all
pipelines and equipment as well as supporting structures within the
required accuracy and tolerance limits. It shall be deemed as a contractual
obligation that the lines are not thrown out of alignment or lifted off during
commissioning and subsequent operation.
iii. There may be more than one contractor working in the area at the same
time. As such, the, work has to be carried out in proper co-ordination and
consultation with the Engineer’s Representative and all other parties
concerned with the work. The Tenderer shall take due notice of the

271
SECTION: C5
V.O.CHIDAMBARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR FIRE FIGHTING
WORKS

working condition, practices and agreements current in the area of the


plant site and satisfy himself before quoting.
iv. It will be contractor’s responsibility to take required precautions, actions
to adequately safeguard the personnel carrying out the work and to ensure
that the work is carried out in such a manner that maximum safety of men,
machine material and environment is ensured.
v. The contractor shall comply with relevant rules and regulations on Safety,
Health and environment, ILO regulations, Dock Safety requirements etc.
The contractor shall provide all personal protective equipment to workmen
such as Helmet, Shoes, Suitable Gloves, masks, goggles, Safety Belts etc. as
applicable.
vi. The contractor shall be responsible for SHE (safety, Health, Environment)
requirements.
vii. The contractor shall be responsible for paying strict attention to statutory
regulations for prevention of accidents and to other- safety rules. The
regulations for prevention of accidents shall be displayed visible to all
appropriate places and should be distinctly visible to all working personnel
in area. Notices of warning sign and symbols shall draw attention to all
possible sources of danger.
viii. In case of any accidents, shall inform to CISF, Safety Officer and Police. All
Welding may be carried out with proper safety precautions and with the
Prior approval of Fire officer.
ix. Housekeeping should also be given priority and it must be on a day to day
basis.
x. The contractor shall supply all required consumables, construction and
erection materials, diesel oil, kerosene, solvents, sealing compound, tapes,
brazing gases, erection bolts, nuts and packing sheets/compounds
temporary supports, wooden blocks, spacers, templates, jute and cotton
wastes, sand paper, etc. as required for the satisfactory completion of
work.
xi. Throughout the performance of work the contractor shall at his own cost
keep structures, materials or equipment adequately braced by guys, struts,
or other approved means which shall be supplied and installed by the
contractor as required till the installation work is satisfactorily completed.
Such guys, shorting, branching, strutting, planking, supports etc. Shall not
interfere with the works under execution/executed by other agencies.
xiii. The Tenderer shall be responsible for successfully erecting and
commissioning of the plant and equipment supplied by him. xiii. The scope
of work shall cover storage at site transportation, fabrication/assembly,
laying/erection, testing, painting and commissioning of the Fire Fighting
water system and the connected piping system as a whole (inclusive of
valves and other auxiliary equipment) with necessary supports and
supporting structures. The erection work shall be carried out as per the
working drawings prepared by the contractor and duly approved by the

272
SECTION: C5
V.O.CHIDAMBARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR FIRE FIGHTING
WORKS

Engineer’s Representative and also the bidder shall be responsible for the
guarantee for all the equipment supplied including safe operations and
performance.
5.34 Site Testing & Painting
After erection at site the plant and equipment shall be subjected to tests to
prove satisfactory performance as individual equipment and also as a system on
the whole. The Tenderer shall include and conduct field tests for all pumps and
piping systems. These tests shall be made after installation is completed and
before the systems are placed in service. Field tests covered by BIS and
Government and local codes shall govern in so far as they exceed corresponding
requirements of this specification or cover omissions therein. All tests shall be
performed as specified in the presence of the Engineer’s Representative and
must be accepted by him. The Tenderer shall conduct a preliminary test and
repair or correct all faulty work before calling the Engineer’s Representative to
the test for acceptance of the systems materials, tools, consumables, fuel,
stores, apparatus and instruments as may be necessary to carry out such tests
efficiently. Disposal of testing media must be done with full consideration to
flooding or damage to the piping, other installations or property of the
Engineer’s Representative and safety of the personnel. The method of disposal
shall be approved by the Engineer’s Representative. The contractor shall be
liable for any damages resulting from field tests.
5.35 Pipelines
i. Erected pipelines together with fittings shall be tested by hydraulic
pressure. The value of test pressure shall be equal to 1.5 times the working
pressure or 20 kg/cm2 whichever is higher for duration of 4 hrs.
ii. The Foam Pumps and monitors shall be disconnected before the test
Combined tests of equipment with the pipeline is not allowed.
iii. Hydrostatic tests shall be conducted for each system of piping separately.
iv. Air vents shall be provided at all high points of the piping where the test
shall be conducted in order to purge air pockets while the piping system is
being filled up. Hydraulic test pressure shall be maintained for duration of 4
hrs. At this pressure the pipelines shall be inspected and all welded joints
shall be tapped by a hand hammer.
v. Hydraulic test will be considered satisfactory if during the tests, pressure
does not decrease and no leakage or mist is found in the joints fittings etc.
vi. The contractor shall arrange at his own expenses all equipment, material,
instruments and consumables to conduct the various site tests to
demonstrate specified performance of all plant and equipment offered by
the contractor.
viii. Representatives of the Engineer’s Representative and Contractor shall
make a statement regarding the acceptance of the erected pipelines
mentioning defects found during the tests, characteristics of the defects
and the method of their elimination.

273
SECTION: C5
V.O.CHIDAMBARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR FIRE FIGHTING
WORKS

5.36 Commissioning
a. Before start of preparation for commissioning, all the equipment and
pipelines shall be certified by the Engineer’s Representative for
commissioning.
b. ii. The site shall be thoroughly cleaned of all sorts of foreign materials such
as welding rod ends, welding beads, metal chips etc. by the contractor from
the site before commencement of commissioning activities.
c. Before commissioning all the pipelines shall be blown with compressed air
until the air discharged is free from dust particles etc.
d. All lubricants, oils and other consumables required for commissioning the
system shall be supplied by the Tenderer.
e. Commissioning of the various equipment and system shall be carried out by
the Tenderer as per the accepted procedure and as per the instructions of
the Suppliers of the equipment.
f. On completion of the installation but before powering of the electrical
system, all installation shall be physically checked and properly tested.
These checks and tests shall be conducted by the Tenderer under the
supervision of the Engineer’s Representative. Any defect observed during
such checks and tests shall be made good by the Contractor before
commencement of commissioning.
5.37 Test Certificates and Documents
For each of the items being manufactured, following test certificates and
documents as applicable for each of the equipment, in requisite copies including
original shall be submitted to purchaser / their representative. All test
certificate must be endorsed by the Manufacturer and Contractor with linkage to
project, purchase order and acceptance criteria.
a. Raw materials identification and physical and chemical test certificates
for all materials used in manufacture of the equipment (except IS 2062 -
1992 Gr. A & IS 210 - 1993, FG -150)
b. Welding procedures and welders qualification test certificates as per
applicable code.
c. Details of stage wise inspection and certification record for fabricated
items, castings, forgings and machined articles.
d. Control dimension chart with records of alignments, scariness etc.
e. Manufactures material and performance / relevant test certificates for all
bought-out items,
f. Details of heat-treatment and stress relieving charts as per specification.
g. Non-Destructive Test reports as per respective code
h. Static / dynamic balancing certificate for rotating components
/machines.
i. Hardness test certificate, x. Pressure Test Certificate.
j. Performance Test Certificate for all characteristics.
k. Geometric accuracy and repeatability test reports of machine tools.

274
SECTION: C5
V.O.CHIDAMBARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR FIRE FIGHTING
WORKS

l. Routine / type / calibration / acceptance / special test certificates for


electrical items.
m. Diagnostic features of NC/CNC system and test for electrical items.
n. Surface preparation and painting certificates.
o. Certificates from competent authority for the items coming under
statutory regulations.
Where physical and chemical test certificates of material are not available, the
contractor / Subcontractor shall arrange to have specimens and test samples of
the materials, tested in its own laboratory at his cost and submit the copies of
test results in requisite numbers to purchasers / their representative for scrutiny
& approval. Number to test samples against each heat / cast / lot or batch of
materials shall be as per relevant Indian or international standards.
Where facilities for testing do not exists in the contractor / subcontractors
laboratories or in case of any dispute, sample & test piece shall be drawn by the
Contractor / subcontractor in presence of purchaser their representative &
sealed sample shall be sent to any approved laboratory for necessary tests at
contractor / subcontractors cost.
The purchaser / their representative shall have the right to be present & witness
all tests being carried out by the contractor / subcontractor at their own
approved laboratories. Also, the purchaser / their representative shall preserve
the right to call for confirmatory test on samples, at his discretion. Valid
calibration certificate of all measuring instruments & gauges used during
inspection & testing with tractability to national, standard of NPL / NPL
accredited testing laboratories shall be furnished along with "inspection call"
prior to undertaking inspection' by purchaser / their representative.
5.38 Guidelines for QA requirements
The offer of the firm should include details of quality control plans during various
stages of manufacture/fabrication. The availability of in house quality control
procedures and plans are essential pre requisite for tendering. Therefore the
firm should have all essential Quality control facilities including testing of end
product. The critical bought out items, like pumps, motors, diesel engine,
monitors, valves, control system and components may be at the Engineers
representative discretion permitted for testing at sub - contractor's / vendors
works. All bought out critical items shall be procured from suppliers approved by
the Engineers representative.
All bought out critical items shall be inspected by Trust approved Inspection
agency. This inspection shall cover all aspects of material, workmanship, process
and performance keeping in view Quality Control parameters. This inspection will
be at all stages, starting from raw material, fabrication, assembly and
performance testing.

275
SECTION: C5
V.O.CHIDAMBARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR FIRE FIGHTING
WORKS

The equipment / material will be accepted after the same is tested by the
inspection Agency & duly stamped before dispatch. All costs towards the charges
for the inspection agency during the manufacture and testing at the sub-
contractor's / vendor works shall be borne by the Contractor. The offer will be
evaluated for Quality control plan procedures, which would be rated in
conjunction with final bid. The information Submitted shall be liable to
verification prior to placement of order and a firm submitting factually
inaccurate data, shall render itself for appropriate penal action.

276
SECTION: C6
V.O.CHIDAMBARANAR PORT TRUST

TECHNICAL SPECIFICATION FOR PIPING

6.0 Scope
This scope of work is general in nature & forms the guidelines for the detailed
engineering, supply installation and commissioning of the plant as per
recommendation of OISD-156
The scope of work includes but not limited to the following
a) Complete piping design and detailed engineering.
b) Contractor to note that the drawings enclosed with the contract is
conceptualized piping layout drawing. Detailed engineering on the same
including supporting arrangement is to be carried out by the contractor.
c) Procurement and supply of all required piping materials including all materials
required for pipe supports and clamping of pipelines and supporting and
clamping of other piping materials.
d) Supply, procurement & storage of all materials and consumables.
e) Execute piping fabrications, laying and erection including prefabrication,
preheating, welding, NDT including radiography, site fabrication, post weld
heat treatment.
f) Erection, supporting, water/steam flushing, air drying, testing, cleaning,
painting, etc. as per specifications
g) Perform Flexibility Analysis, Dynamic Analysis, Digital/ Analog Study of piping
as required, support selection, support schedule and its markings in drawings
and prepare engineering data for springs etc.
h) To execute the field engineering jobs which become necessary due to
problems during prefabrication, shop fabrication, field fabrication or erection
at site. Necessary sketches shall be prepared by the contractor which shall be
reviewed by owner/consultant before execution.
i) Any discrepancy of line fouling or shifting due to underground/existing system
during installation of new equipment/piping. The necessary modification shall
be done by contractor with due approval of owner/consultant.
j) Providing equipment drain collection system. This shall include routing of all
process equipment drains to drain pit(s) through above ground/underground
C.S. piping. All buried pipes should be suitably wrapped & coated. In this U/G
drainage system suitable RCC manholes should be provided.
k) Supply of painting material and execute painting of all piping and piping
structural like platforms, supports, cross over etc. as per specification.
l) Scope also includes insulation of piping (if specified), wrapping coating for
underground pipe (as applicable).
m) Wherever required, dismantling and replacement/rerouting of all piping
including all pipe items supporting, testing and completion in all respects
wherever required during execution and detailed engineering.
n) Positive isolation/purging of piping, tank, valve, etc including providing
requirement items for this work, shall be in the scope of contractor. VOCPT
scope will be limited to closing of the required valve prior to isolation.

277
SECTION: C6
V.O.CHIDAMBARANAR PORT TRUST

TECHNICAL SPECIFICATION FOR PIPING

Handling/removal of sludge, oily sludge (from tanks & piping) shall be in the
scope of contractor, as per directions of VOCPT.
o) The scope of contractor shall also include all other such activities and supply
of such materials which are necessary to complete the job in all respects as
per the directions and instruction of owner/consultant.
p) Execute all mechanical jobs identified during owner checklist, Technical
audits, pre-commissioning and commissioning, including additional supports
required to restrain pipes movements avoiding interface with nearby
structural/piping.
q) All piping materials required for testing and pre-commissioning e.g. piping
spools , bolting and gaskets , flanges , blinds or any other piping materials for
carrying out these activities is included in contractor’s scope of supply.
r) Preparation of as built drawings
s) The above list of activities is not exhaustive and therefore not limited to the
above. The scope includes all such activities as required , supply of all
materials and components as required , for successful commissioning of the
plant as per the requirements of the P & Ids , line lists , piping design basis
and engineering specifications etc. enclosed in the bid document so as to
result in a total operable and maintainable plant.
t) Design and engineering as per the respective codes and specification
Preparation of drawings and documents, Sizing, Selection and Procurement of
mechanical equipment Fabrication of vessels/ tanks at shop/ site NDT of
equipment, vessels and tanks as required. Construction of civil foundation
for equipment Inspection and Testing at shop and at site as required
Transportation and supply of all material and equipment, tools and tackles,
Cleaning and Painting at site, as required. Installation, commissioning,
testing handing over of mechanical facilities in all respect at site. As built
drawings, specifications, operation and maintenance manuals, vendor data
books etc.
u) The description and requirements contained in the specifications are concise
by necessity and cannot include all details. However, it is the responsibility of
the Contractor to execute the job in accordance with specifications and good
engineer operation of all the facilities at site.
6.1 DETAILED ENGINEERING:
Contractor’s scope of work shall include but not limited to the following:
Design and engineering of all piping works including equipment layout drawings,
piping key plan, preparation of piping GAD’s including platform layout etc.
Contractor shall review all engineering drawings/standard specifications enclosed
in the bid and shall bring discrepancies/contradiction if any, to the notice of the
owner/consultant. Contractor’s scope shall also include review of piping and
valve material specifications and preparing/updating specification, standards etc.
required to complete the scope of work in all respect with reference to the line
sizes/thickness/material of construction/rating/codes and also any required

278
SECTION: C6
V.O.CHIDAMBARANAR PORT TRUST

TECHNICAL SPECIFICATION FOR PIPING

modifications in conceptual piping layout drawing without any additional time


and cost implication.
Preparation of isometrics, bill of material, pipe support, support index and other
related engineering. As built piping GAD’s, isometrics, equipment layout etc.
Stress analysis and flexibility analysis including support selection and engineering
data for springs expansion bellows etc.
Use of expansion joints/bellows shall be avoided to the extent feasible.
Preparation of nozzle/platform orientation for all vessels showing all platform
and staircase tank/vessel cleats documents.
While preparation of bill of materials contractor should consider the wastage and
the spares for construction/commissioning.
6.2 PROCUREMENT:
Procurement of all piping materials such as pipes , flanges , pipe fitting Valves,
gaskets, strainers, fasteners and other misc. items as per attached specifications
/ standards / datasheets and drawings based on the bill of material prepared by
contractor.
Contractor shall follow exact specifications /data sheets /standards/drawings and
vendor list, attached along with bid documents. Any deviation from above shall
be brought to owner/consultant notice before finalization of order. Contractor
shall not proceed ahead for placing order without obtaining prior approval.
6.3 INSPECTION:
All equipments under the scope of supply of contractor shall be subjected to
stage wise and final inspection by owner/consultant/third party as per
approved QAP, at manufacturer’s workshop/site.
6.4 BASIS OF WORK:
The following documents forms the basis of work for the contractor
a) P & ID
b) Line List
c) Process description
d) Process / Equipment data sheets
e) Conceptual piping layout drawings
f) Codes and Standards
g) Piping and Valve material specifications and standards
h) Various documents forming part of the contract document
i) Piping Design Basis
6.5 DOCUMENTS
The Contractor shall submit the following documents to the owner/consultant
for approval/review/information.
a) P&ID , Plot Plan, fire fighting layout

279
SECTION: C6
V.O.CHIDAMBARANAR PORT TRUST

TECHNICAL SPECIFICATION FOR PIPING

b) Equipment layout plans, elevations and sections with all vendor data
incorporated for approaches, roads around the units, drop out area and
maintenance area clearly marked
c) Piping GAD’s showing nozzle orientation for all vessels
d) Purchase Requisitions
e) Bill of Material (Final MTO)
f) Isometric Drawings
g) Support Marking Drawings and Support Index
h) Stress & Flexibility analysis reports
i) As built Drawings /documents viz. piping GAD, isometrics, equipment layout
etc.
j) Quality plan for piping activities
k) Piping material and valve material specifications.
l) Hook up drawings.
6.6 PAINTING:
Scope of painting as a minimum shall include all Pipes , Fittings , Valves ,
Storage Tanks , All Structural steel works , Supports , Walkways , Handrails ,
Platforms etc.
6.7 GENERAL NOTES FOR PIPING MATERIAL SPECIFICATION
SCOPE
This specification (PMS) covers the various piping classes for Process and utility
Piping.
Deviations from this specification may be necessary to conform to specific job
requirements.
6.8 REFERRED CODES & STANDARDS
All Piping shall be designed in accordance with the Process Piping Code, ASME
B31.3.
Editions and addenda (if any) of referred Codes and Standards shall be as per the
Job Engineering Design Basis (Piping).
For the sake of brevity, the initials of the society to which the codes are referred
to may be omitted in the specification. For example; B16.5 is a code referring
to ASME; A106 is a standard referring to ASTM.
6.9 MATERIAL SPECIFICATIONS
Individual piping Class has been generally designed to cover a set of services
operating within pressure-temperature combination as per ASME B16.5 / B16.34
or part of it.
The PMS shall be strictly adhered to in the design, requisitioning, purchasing,
fabrication and testing of the piping system. However, deviations of material
may occur due to design conditions and/or availability. All substitutions must
be duly approved.

280
SECTION: C6
V.O.CHIDAMBARANAR PORT TRUST

TECHNICAL SPECIFICATION FOR PIPING

Unless mentioned otherwise, pipe thicknesses in the specs are for above ground
piping.
6.10 CLASS DESIGNATION CODE
The class designation shall consist of not more than three components made up
of a letter, number & letter; e.g.B1A.
The first letter indicates pressure rating.
A 150 Class D 600 Class G 2500 Class
B 300 Class E 900 Class J 125/150 Class
C 400 Class F 1500 Class K UNCLASSIFIED
The middle number indicates difference in the specifications due to service
change within the same rating.
The third letter indicates type of material.
A Carbon
B Carbon Moly.
C 1.0 % Cr., 0.5 % Moly.
D 1.25 % Cr., 0.5 % Moly.
E 2.25 % Cr., 1.0 % Moly.
F 5.0 % Cr., 0.5 % Moly.
G 9.0 % Cr., 1.0 % Moly.
H 3.5 % Ni.
J Nickel / Titanium
K Stainless steel type 304, 304H, 304L.
L Aluminium
M Stabilized stainless steel type 316, 316H, 321, 347.
N 316L
P Monel / Alloy 20
QHastalloy / Inconel / Incoloy
RLead
S PVC & FRP, PP / FRP, PVDF / FRP
T Cast Iron / Silicon Iron
V Duplex Stainless Steel
W Cupro-Nickel
Y Lined steel (Rubber Lined, Teflon Lined etc).
Z HDPE / PDVF / Teflon / PVC
6.11 PIPES
Pipe dimension shall be in accordance with ASME B36.10, IS:1239& IS:3589 for
wrought steel and wrought iron pipe; to B36.10 / B36.19 for stainless steel pipe
and respective ASTM Standard for non-ferrous and non-metallic pipes.
Pipe made by acid-Bessemer process shall not be acceptable, steel pipe shall
be made by open hearth, electric furnace or basic Oxygen process.
All pipe threads shall conform to ASME B1.20.1 except where otherwise noted.

281
SECTION: C6
V.O.CHIDAMBARANAR PORT TRUST

TECHNICAL SPECIFICATION FOR PIPING

Pipe thicknesses not covered in different classes of this specification shall be


calculated to meet specific job requirement based on actual max. design
condition to economize on thickness. However, in such cases the thickness shall
be calculated at not less than 80% of class rating unless defined otherwise in the
Job Engineering Design Basis (Piping).
Maximum of 10% of Corrosion Allowance may be adjusted to optimize on pipe
schedule. However, if CA is suffixed by 'minimum', this downward adjustment
shall not be used.
Non-Standard pipe sizes 1¼", 2½", 3½", 5" and 22" shall not be treated as a part
of this specification unless these sizes are separately called out.
6.12 FLANGES
Flanges shall be in accordance with the following codes, except where otherwise
noted:
Up to 24" (150# -1500#) ASME B16.5
Up to 12" , 2500# ASME B16.5
Above 24" ASME B16.47 SERIES 'B' / AWWA / RPE' STD.
Flanges to ASME B16.47 SERIES 'A' or any other standard (e.g. DIN, GOST, JIS etc.)
may be specified to mate with equipment or valve flanges with the
corresponding bolting.
Finish of steel flange faces shall be as follows:
Stock Finish : 1000 µin AARH max.
Serrated Finish/ 125 AARH/ : Serrations with 125-250µin AARH
Smooth finish 63 AARH : 32 TO 63 µin AARH
Brinnel hardness for RTJ groove shall be at least 20 BHN more than that of
corresponding gasket as specified.
6.13 FITTINGS
Forged steel SW and threaded fittings shall be in accordance with ASME B16.11,
unless otherwise specified. For items not covered under B16.11, reference may
be made to BS 3799 or appropriate MSS-SP-Std.
BW Fittings shall be in accordance with ASME B16.9, unless otherwise specified.
Dimensions of steel BW fittings for sizes not covered in ASME B16.9 shall conform
to MSS-SP48.
Usage of unions shall be restricted to utilities only.
6.14 BENDS, MITRES AND REDUCERS FABRICATED FROM PIPE
Mitres and Reducers fabricated from Pipe may be used if specified in particular
Piping Class. 90 degree mitre shall be minimum 4-piece construction up to 24"
and minimum 5-piece construction for 26" & above. 45 degree mitre shall be
minimum 3-piece construction. Mitres require higher thickness than
corresponding Pipe / Elbow to hold the same pressure (Refer ASME B31.3).

282
SECTION: C6
V.O.CHIDAMBARANAR PORT TRUST

TECHNICAL SPECIFICATION FOR PIPING

6.15 GASKETS
Non-metallic gaskets shall conform to B16.21 (corresponding to B16.5) up to 24",
and B16.21 (corresponding to B16.47B) beyond 24", unless otherwise specified.
Spiral wound gaskets (SP.WND or SPWD) and Ring Joint gaskets shall conform to
B16.20
6.16 BOLTING
All bolts shall conform to B18.2.1, nuts to be B18.2.2. Reference shall also be
made to B16.5 for studs.
Threads shall be to coarse Thread Series, B1.1, having Class 2A allowances for
bolts and studs, and Class 2B tolerance for nuts.
Nuts for Bolts and Studs shall be the American Standard Hexagon Heavy Series.
6.17 THREADS
Threads for threaded Pipes, Fittings, Flanges and Valves shall be in accordance
with B1.20.1 taper threads, unless otherwise specified.
Up to 204 deg.C, threaded joints shall be made with 1" width PTFE joining tape.
Above 204 deg.C, threaded joints shall be seal welded with a full strength fillet
weld.
All threaded joints irrespective of pressure and temperature on lines carrying
toxic fluid shall be seal welded with a full strength fillet weld.
6.18 VALVES
Face to Face / End to End dimension of valves shall conform to B16.10 to the
extent covered. For valves not covered in B16.10, reference shall be made to
BS 2080 and/or the manufacturer's drawings.
Flange / weld ends of the valve shall be as per the corresponding Flange / Fitting
ends of the piping class, unless otherwise specified.
Pressure-temperature rating for flanged and butt welding end valves shall be as
per ASME B16.34 except for ball, plug & butterfly valves. For these valves refer
TABLE FOR PRESSURETEMP RATING FOR BALL, PLUG AND BUTTERFLY VALVES.
Wall thickness of valve body at different locations should not be less than as
calculated as per
Unless called-out specifically, valves shall be as per the following Standards:
Valve Size Rating Design. Std Testing Std.
Gate ½” to 1 ½” 800 / 1500 API-602 API-598
Globe / Check -do- 800 / 1500 BS-5352 BS-6755 Pt-I
Gate 2"-24" 150 / 300 / API-600 API-598
600
Gate 26"-42" 150 / 300 BS-1414 BS-6755 Pt-I
Globe 2"-8" 150 / 300/ 600 BS-1873 -do-
Check 2"-24" -do- BS-1868 -do-
Gate/ 900 / 1500 / B-16.34 (Refer API 598 / BS-6755
Globe/Check 2500 12.6 also) Pt.I

283
SECTION: C6
V.O.CHIDAMBARANAR PORT TRUST

TECHNICAL SPECIFICATION FOR PIPING

Ball 1/2"-16" 150 / 300 / BS-5351/API6D BS-6755 Pt.1/API


600 API 6D 598
900 / 1500
Plug ½” – 12” All API- API-598/BS 6755
599/BS5353/ Pt.1/AWWA

Butterfly 3” & above All API-609/BS5155 API-598/BS 6755


AWWAC504 Pt.1/AWWA
Diaphragm All All BS-5156 BS-6755 Pt.1
Bronze RELEVANT IS RELEVANT IS STD
Cast Iron STD RELEVANT IS STD
RELEVANT IS
STD

If not covered in 12.3, the valve shall be as per B16.34 / relevant MSS-SP
Standard.
For details of the valves specifications, refer specifications 04-SP-08. Features
not covered by 04-SP-08 and the relevant code shall be to the manufacturer's
standard.
Unless otherwise specifically called for, up to 600# rating, 2" and larger size steel
Gate, Globe & Check valves in Hydrocarbon and utility service shall have bolted
bonnets. Pressure-seal bonnets or covers shall be used for Classes 900# and above
to minimize bonnet leakage. However, valves with Pr-seal Bonnet shall have wall
thickness & stem diameter as per API-600, (if required). Welded bonnets or
screwed & seal welded bonnets are acceptable for sizes lower than 2" for
Classes 900# & above.
For Welding Specifications and Non-Destructive Testing (NDT) specification, refer
RPE' STD 04-SP-04.

284
SECTION: C7
V.O.CHIDAMBARANAR PORT TRUST

TECHNICAL SPECIFICATION FOR WELDING & NDT

7.0 SCOPE
This specification modifies and/or supplements the referenced codes that apply
to all piping, pressure vessels, structural and pipeline welding. These
requirements cover welding done at supplier’s fabrication plant, Contractor’s
Yard, or field installation, either onshore or offshore.
7.1 CODE & STANDARDS
The following Codes shall be the minimum acceptable standards for welding and
inspection. The latest edition, addenda, and supplement available at the time of
bidding will be used. Any part of any other non-listed code referred to in these
listed codes as augmentation is to be considered applicable.
PIPING & PRESSURE VESSELS
a) ASME Sec.IX
b) ANSI B 31.3
c) ANSI B31.4
d) ANSI B31.8
e) ASME Sec. VIII
f) ASME Sec. V
g) ASME Sec. II Part C
h) NACE-MR-01-75 / ISO 15156
i) SNT-TC-1A
7.2 GENERAL TECHNICAL NOTES
a. Low hydrogen electrodes shall be used for piping welding.
b. Consumables for material confirming to NACE requirements shall have
physical, chemical, fatigue and corrosion resistance properties comparable to
base metal.
c. Manufacturer’s batch test certificate shall be submitted for each batch of
consumables used. Test results shall include chemical, physical (including
impact), corrosion resistance (if welding material with NACE Requirement) &
fatigue resistance (if welding material or WPS with CTOD Requirements).
d. PORT shall approve all consumables including brands.
e. Welding shall be carried out as per approved WPS. For carbon steel piping,
previously qualified WPS are acceptable subject to the PQR’s have been
qualified in the presence of reputed IIIrd party inspection agency, as
mentioned in Contract. All certificates shall be submitted to PORT for review
& approval. For piping welding involving Corrosion Resistant Alloys (CRA)
including CS-NACE, Cu-Ni, SS and DSS etc, previously qualified procedures are
not acceptable. The contractor shall qualify new procedures for piping
welding involving CRA materials.
7.3 PIPING: CS
Random radiography (10%) shall be performed covering on one weld in each 10
welds for each welder on the following:
a) Water (in case of carbon steel)
b) Air

285
SECTION: C7
V.O.CHIDAMBARANAR PORT TRUST

TECHNICAL SPECIFICATION FOR WELDING & NDT

c) Chemical
d) Diesel
e) Closed drain
f) Relief
g) Hydraulic Oil
h) Oily water
i) Sloop
j) Glycol & Thermoil
k) Vent gas
l) Lube oil & Seal oil
50% Radiography shall be performed on size 2” and above and 10% on below 2”
for the following:
a) Crude oil
b) Jet fuel
c) Fuel gas / instrument gas
d) Process gas
e) Production flow lines (well fluid)
f) Injection water
g) Hydrocarbon (process)
h) Water (in case of 90/10 Cu-Ni)
i) H.P. and L.P. Flare lines.

For fillet welds and brazed joints where carrying out radiography is not possible
, magnetic particle test or dye penetrant test shall be carried out. The extent of
inspection shall remain same as for radiography.
All the lines which are stress relieved or have design pressure more than 50
Kg/cm2 shall be radiographed for 50% of weld joints even if not required as per
9.1 to 9.3.
Radiographic Procedure shall be as per ANSI B 31.3.
Acceptance criteria based on visual radiography and other types of examination
shall be as per ANSI B 31.3 with the following modifications:
a) The internal weld protrusion on ‘pigged lines” shall not exceed 1.6 mm (
1/16 Inch)
b) Orifice flange butt-weld shall be internally ground smooth and flush.
c) For 90/10 Cu-Ni piping, radiograph examination of welds shall be as per ASME
section VIII, UW 51
Those field welded joints, which cannot be leak tested due to unavoidable
reason shall always be 100% radio graphed.
PIPING CS NACE: Butt welds: 100% RT & Hardness testing
Fillet weld: 100 % MPI / DP & hardness testing.
7.4 NDT PROCEDURES:
a) Piping: ANSI B 31.3 / ASME Sec. V.

286
SECTION: C7
V.O.CHIDAMBARANAR PORT TRUST

TECHNICAL SPECIFICATION FOR WELDING & NDT

7.5 ACCEPTANCE CRITERIA FOR NDT


a) Piping RT CS: ANSI B 31.3
b) CS (NACE) &CuNi: ASME Sec VIII Div I, UW – 51.
c) UT / MPI / DP: ANSI B 31.3
7.6 NDT Personnel
All NDT personnel shall be currently qualified under ASNT Level II (as per SNT-TC-
1A) or client approved equivalent certification scheme (like PCN, CSWIP) for the
category of non- destructive examination being undertaken.
a) Only two times repairs are allowed on any joint.
b) Welding shall not be performed when the ambient temperature is lower than
zero degree C, when surfaces are wet or exposed to rain, snow or high wind
velocities, when welders are exposed to inclement conditions, or when
conditions prevent required inspections.
c) Only welding equipment that is in good working condition and that is properly
grounded shall be used. All welding machines shall be calibrated prior to
commencement of fabrication and calibration certificates shall be available
for audits. Certification shall be valid for 6 month periods, or as per
manufacturer’s recommendation.
7.7 Grounding of Equipment
a) Each welding machine shall be individually grounded to the platform or
portion of the platform being welded.
b) No machine shall be grounded to floating equipment during welding on the
structure.
c) Arc strikes should be made in weld groove. Arc strikes on the surface of base
metal shall be removed by grinding, including any hardened zone beneath the
strike. Any such repair shall be visually and magnetic particle inspected.
7.8 CTOD Testing
a) Material subjected for CTOD Testing shall be tested and shall meet or exceed
CTOD value of 0.35mm.
b) Welding consumable subjected to CTOD Testing shall be tested and shall
meet or exceed CTOD value of 0.25mm.
c) WPS subjected for CTOD testing shall be tested and shall meet or exceed
CTOD value of 0.20 mm.
7.9 TECHNICAL NOTES FOR PIPING WELDING
a) The quality of welding shall be such that a weld efficiency factor as defined in
ASME B 31.3 of 1.0 is achieved.
b) The deposited filler metal shall match the chemistry, corrosion resistance (if
required) and minimum physical properties of the parent metal when similar
metals are welded.
c) Circumferential welds on pipes shall be staggered at least four times the pipe
wall thickness or 25 mm, whichever is greater, apart.
d) Branch connections shall be joined to their headers with full penetration welds.

287
SECTION: C7
V.O.CHIDAMBARANAR PORT TRUST

TECHNICAL SPECIFICATION FOR WELDING & NDT

e) Backing rings, back-up rings or chill rings shall not be used.


f) Back or seal welding of screwed fittings is prohibited unless specified in the
drawing or is part of the approved welding procedure.
g) Oxy-acetylene torches shall not be used for pre-heating.
h) Pipes of dissimilar materials shall not be welded to each other but shall be
flanged unless otherwise approved.
i) Compressor and turbine piping, including lube and seal oil piping, and other
piping requiring special cleaning as shown in the drawings provided by the
supplier shall have the root pass deposited by the gas tungsten arc process. The
backside of the root pass shall be purged with inert gas.
j) If the bore of the pipe is different from the bore of fittings or flanges, to which it
is welded, by more than 3mm (total bore diameter), the thicker member shall be
bored, taper bored or ground smooth to match the specified bore. Figure 328.4.3
of ASME B 31.3 will governs the geometry of all taper boring and beveling.
k) Coupling or other weld-on type branch connection shall be located at least 80
mm away from any weld joint.
l) When socket weld fittings or valves are used, pipe shall be spaced approximately
1/16 inch to avoid “bottoming” which could result in excessive welds stress.
m) The inside of the brazed fitting and outside of the tube shall be cleaned with
sand Paper. Flux paste to be evenly applied to the joint.
n) Reinforcing pads shall be added only after external and internal visual inspection
the attachment. Reinforcing pads shall be provided with ¼” tapped weep hole.
Weep holes should be plugged after welding of pads is over.
o) Exposed machined and threaded surfaces shall be protected from oxidation
during heat treatment.
p) Flange bolt holes shall straddle the established horizontal and vertical
centerlines of the pipe except where connection to equipment dictates
otherwise.
q) Cleaning of the piping after fabrication and heat treatment shall be performed
externally and internally to remove all loose scale, weld spatter, sand and other
foreign materials.
r) Welding shall not be done when quality of completed weld would be impaired by
prevailing weather conditions, air borne moisture, blowing sand or high winds.
Windshields may be used when practical.
s) All welders working on the project shall wear identification cards made at
contractor’s cost which shall contains photograph, welders name, welder no.
Procedure qualified and PORT’s/Engineer’s representative’s signature.
t) Welder shall be supplied with tempil stick – thermal crayons or pendox gauges so
that welders and inspector can check and control the temperature of weldment.
u) No weld shall be coated, painted, hydrotested before it has been inspected and
accepted. 22. No weld is to be cooled by quenching or by any means other than
air.

288
SECTION: C7
V.O.CHIDAMBARANAR PORT TRUST

TECHNICAL SPECIFICATION FOR WELDING & NDT

v) SOUR SERVICE WELDING: Welding procedures to be used in sour service shall be


qualified with Vickers Hardness Testing. The maximum Vickers Hardness Number
shall be 248 Hv10.
7.10 FIELD WELDING:
a) Where field welds are designated, the prefabricated pipe shall be cut off 150
mm longer than the dimensions shown on the pipe fabrication drawings to
allow for modification then precise fit-up in place.
b) Additional field fit welds may be included in a spool by the Contractor for
those spots which may have restricted site access or which may be
cumbersome for transportation.
c) The location of field welds, where not indicated on the drawings, will be the
responsibility of the Contractor.
7.11 WELDING PROCEDURES & DOCUMENTATION:
a) Weld procedures shall be qualified as per ASME B31.3 (except 90-10 Cu-Ni) or
ASME Code Section IX (for Cu-Ni piping). NDT shall be performed as per ASME
B31.3/ ASME BPV Code Section-V.
b) Mechanical testing of WPQT coupons for CS piping shall confirm to the
requirements of ASME Sec.IX / ANSI B31.3. In addition to the above
requirement, hardness testing shall be performed on each test coupon.
Maximum hardness value shall be 325 HV10 for normal service piping. For
piping in Sour Service, a maximum permitted hardness of 22 HRC (248 HV10)
shall apply. Charpy Impact Testing of Carbon Steel Pipe work shall be
performed in accordance with ASME B31.3 Table 323.2.2.
c) The Contractor shall not commence welding until appropriately qualified
welding procedures have been accepted by the PORT representative.
d) For each welding process, the welding procedures shall specify all equipment
settings. The Contractor’s Welding Supervisor shall check daily and record
machine settings for each weld procedure used during welding activities. This
record shall be available for audit by the PORT representative.
e) A welding procedures record shall be prepared by the Contractor prior to
start of welding and shall be available or review by the PORT representative.
A welding summary recording progress of all welding shall be prepared by the
Contractor daily.
7.12 WELDERS’ QUALIFICATION:
a) Welders and welding procedures shall be qualified as ASME Boiler and
Pressure Vessel Code, Section IX.
b) Qualification on production welds is not permitted.
c) A welder shall not be permitted to weld on pipe work or attachments to
pipe work unless they are qualified to the procedure in use and the
documentary evidence has been sighted by the PORT representative.
d) Tack welds shall be made by a qualified welder using the same type of
electrode as is used for the root pass.

289
SECTION: C7
V.O.CHIDAMBARANAR PORT TRUST

TECHNICAL SPECIFICATION FOR WELDING & NDT

e) The PORT representative shall be advised in advance that the


Contractor’s conducting welder qualification to enable auditing of test
facilities. Qualification test welds shall be made on test coupons prepared
in accordance with the relevant standard. A test certified amp/volt tong
tester shall be available at the Contractor’s establishment at all times.
f) The Contractor shall be responsible for all costs, including labor and
laboratory testing, associated with welder qualification tests and retests.
g) The PORT may request a retest of any welder at any time and from time
to time during the work. If a welder fails to qualify, then at the discretion
of the PORT representative, all non-installed welds completed by that
welder shall be examined by additional radiographic tests, over and above
that which would normally be required or specified in the drawings for
that pipe work and the same shall be charged to the Contractor’s
account.
h) Welds not identified and recorded, or welded by unqualified welders,
shall automatically be rejected. It will be the Contractor’s responsibility
to prove that the welds conform to the applicable Specification. This may
require 100% radiography.
7.13 REPAIRS
a) If the PORT representative considers a weld to be grossly defective, it shall
be cut out and the joint re-welded and all costs associated therewith shall be
the Contractor’s responsibility.
b) Repair of weld defects shall be made using the approved welding procedure.
c) Mechanical defects such as scratches and gouges may be ground smooth
provided the depth of the defect does not exceed 10% of the nominal wall
thickness of the pipe.
d) Dents or grooves who’s depth is greater than 10% of the nominal pipe wall
thickness shall be removed by cutting out and replacing that length of pipe in
which the defect occurs. The minimum length of a cut out shall be four times
the nominal diameter or 150 mm, whichever is the lesser.
e) Internal weld metal projecting into the pipe on weld neck orifice flanges shall
be removed and ground smooth with the pipe.
7.14 HEAT TREATMENT:
a) Preheat and post-weld heat treatment (PWHT) shall be in accordance
with ASME B 31.3. ASME B31.4 or ASME B31.8 as applicable.
b) The method and equipment used in heat treatment shall be acceptable to
the PORT and its Inspector.
c) All threaded connections shall be protected from oxidation during heat
treatment and be chased or gauge checked after heat treatment.
d) Exposed machined and threaded surfaces shall be protected from
oxidation during heat treatment.

290
SECTION: C7
V.O.CHIDAMBARANAR PORT TRUST

TECHNICAL SPECIFICATION FOR WELDING & NDT

e) Cleaning of pipe work after fabrication and heat treatment shall be


performed, externally and internally to remove all loose scale, weld
spatter, sand and other foreign materials.
f) For all welds requiring PWHT, the specified inspection and NDT shall be
performed after completion of PWHT process but not before the welds
have cooled to ambient temperature. NDT prior to PWHT, performed in
addition to mandatory NDT following PWHT, shall be at the discretion of
the Contractor. However, where defects requiring repair are located by
this inspection, it shall be brought to the notice of PORT.
g) Machined surfaces shall be protected by a suitable paint or compound to
prevent damage from scaling during PWHT.
h) After final heat treatment, the Contractor shall identify the piping as
having received PWHT. The method of identification shall be recorded on
the as-built isometric and P&ID together with the other recorded
information.
i) A legible heat treatment chart shall be provided to the PORT. This chart
must show the rate of increase of temperature, the holding temperature
and time and the rate of decrease of temperature.
7.15 INSPECTION, EXAMINATION & TESTING
a) Destructive tests required by this Specification shall be performed by an
accepted third-party laboratory Radiographic Examination:
b) Radiography will be performed for every pipe thickness and material grouping
and for each welding process and procedure, progressively throughout entire
job. At least one of each type and position of weld made by each welder will
be examined. A record shall be kept by the Contractor of the quality and
extent of each welder’s work.
c) Because of the limited sensitivity of gamma radiography when used with
heavy wall pipe, all welds in material over 19 mm thick shall, in addition to
radiographic requirements, be 100% ultrasonically tested. If a single wall
single image radiography technique is used the material thickness limit of 19
mm can be extended to 30mm.
d) Welds, which cannot be radiographed because of their location, will be
examined by ultrasonic, liquid penetrant or magnetic particle method as
applicable. The extent of inspection shall be the same as for radiography.
e) Radiography is not required for the welds on slip-on flanges or socket welds
or seal welds.
f) Fluorescent intensifying screens such as calcium tungsten shall not be used.
g) For each weld found to be defective two additional welds made by the same
welder who produced the defective weld will be subjected to radiographic
examination. These additional examinations will be made immediately after
the defective welds is found and are in addition to the minimum examination
requirements for the line class as specified in the drawings or specifications.

291
SECTION: C7
V.O.CHIDAMBARANAR PORT TRUST

TECHNICAL SPECIFICATION FOR WELDING & NDT

h) Weld repairs shall be re-examined by the same method used to detect the
original defect.
7.16 Ultrasonic Examination
Ultrasonic examination may be employed where the material thickness and
degree of defect are such that determination is not possible by any of the other
methods. The procedure used and criteria of acceptance shall be based on the
recommendations of ASME Boiler and Pressure Vessel Code Section V.
7.17 QUALITY CONTROL, MATERIALS AND STORAGE
Quality Control Quality Control Procedures for welding operations shall include
the following -
a) Storage of Welding Electrodes: Electrodes shall be stored and handled in
accordance with the recommendations of the electrode manufacturer,
AWS D1.1 and the following. Electrodes that have been removed from
their sealed containers, and exposed to atmospheric conditions, shall be
returned to heating ovens for drying in accordance with the electrode
manufacturer recommendations, and AWS D1.1 requirements. A positive
means of identification of the electrodes held in the drying ovens, the
drying cycle, temperature and time held, shall be established.
b) The flux conditioning procedure shall detail methods of assuring dryness
before use, recovery of flux after use, screening of foreign materials and
flux, and the storage of flux to prevent contamination.
Welder Identification

a) Each welder shall be issued with an identification card or badge after


qualifying the welding test, which will be carried on his person and be
visible at all times during working hours. The PORT shall have the right to
inspect welder identification at any time to insure that all welders as
qualified.
b) The CONTRACTOR shall assign identifying letters or numbers to each
welder employed, shall require each welder to stamp all welds he makes
with his identification mark. The stamping of welds shall be done with a
low stress stamp and shall be made adjacent to the weld. Alternatively, a
resilient paint stamp may be used.

➢ Materials and Storage


Welding materials (electrodes, fluxes, shielding) and storage of welding
supplies shall meet the provisions of AWS D1.1, and the following
provisions:
i) Coated welding electrodes shall be of the low hydrogen type.
ii) SAW flux shall be supplied in clearly identified moisture-proof containers.
iii) SAW flux, not fused in welding, may be recycled, but shall be free from
fused flux, mill scale, dirt and other foreign matter.

292
SECTION: C7
V.O.CHIDAMBARANAR PORT TRUST

TECHNICAL SPECIFICATION FOR WELDING & NDT

iv) All welding wires shall be clearly identified by manufacturer, grade and
batch number.
v) Manufacturer’s batch test certificates.

➢ Storage of Welding Supplies


i) All welding materials shall be stored in a clean dry area until used, as
described in AWS D1.1.
ii) Wet or damaged electrodes, contaminated flux and rusted filler wire shall
be rejected and removed from the fabrication site.
iii) Welding wire and SAW flux shall be stored in a dry location at a minimum
temperature of 21ºC.

➢ Protection from Weather


The welder and weld area shall be provided with protection during periods
of inclement weather and/or excessive wind conditions. The procedures
shall include means of protecting electrodes, wires, fluxes, etc. Suitable
windshields must be provided when the wind velocity exceeds 32 km/h or 8
km/h in case of GMAW and gas shields FCAW.
7.18 DOCUMENTATION
The CONTRACTOR shall establish and maintain procedures for identifying full
details of welding, welding procedures, records of inspection, non destructive
testing and compliance with the Specification for each welded joint and repair in
the completed works. The following documents shall also be generated:
a) NDT Plan
b) NDT Drawings
c) Certification Package for each NDT drawing.
The weld number shall be marked against all welds on the works. The weld
number shall be in accordance with a scheme of numbers shown on the shop
drawings. Welds shall mark their welds with their identifying number.
Tractability records shall correlate weld number with:-
a) Welder Identity Number
b) Date Welded
c) Material Piece and Heat Numbers
d) Qualified Welding Procedure Specification Identity
e) Non-Destructive Test Records
f) Fit Up Inspection Record
g) Repair Records where applicable

293
SECTION: C7
V.O.CHIDAMBARANAR PORT TRUST

TECHNICAL SPECIFICATION FOR WELDING & NDT

APPENDIX-A HARDNESS TESTING


1. Hardness testing shall be performed along the transverse shown in Fig. 1.
2. The required hardness survey shall be tested on a suitable macro section
machined from the same welded test assembly made to determine other
weld joint properties. However, an additional bead-on-plate weld pass shall
be made on the original weld test assembly for the purpose of determining
maximum hardness at the toe of the weld. This pass shall be made wit the
lowest permissible heat input and lowest interpass temperature applicable to
the cap passes of that procedure.
3. The hardness surveys shall be prepared and tested in accordance with ASTM E
92, Standard Test Method for Vickers Hardness (Hv) of Metallic Materials,
using an applied load of 10 kgf.
4. Indentations shall be made along all of the transverses shown for each type of
weld tested, approximately 1 mm below the surface of the base metal. In the
weld metal, a minimum of three equally spaced indentations along the
traverse shall be made. In the heat-affected zone, the indentations shall
start as close to the fusion line as practicable. A minimum of three readings
shall be taken at each weld toe. One additional reading shall be taken at
least 20 mm from the fusion line at each traverse to represent unaffected
base metal.
5. The maximum hardness value obtained from any indentation shall not exceed
350 Hv. If any single value exceeds 350 Hv and a retest adjacent to the failed
test also produces one or more values exceeding 350 Hv, the procedure
qualification test has failed these requirements and a new test weld shall be
made with some planned modifications of essential variables or techniques
(change heat input, increase preheat, later bead sequence, etc.) and retest.

6. A photo macrograph of the hardness test section shall be included in the PQR
clearly showing the hardness impressions.
Fig.1

294
SECTION: C7
V.O.CHIDAMBARANAR PORT TRUST

TECHNICAL SPECIFICATION FOR WELDING & NDT

295
SECTION: C8
V.O.CHIDAMBARANAR PORT TRUST

TECHNICAL SPECIFICATION FOR PAINTING

8.0 General
This specification shall be applicable for all the work covered by the contract,
and without prejudice to the various standards & codes of practice etc.
Contractor shall complete the work in all respects with the best quality of
materials and workmanship and in accordance with best engineering practice and
instructions of the Engineer-In-Charge.
8.1. Scope
This specification covers as a minimum, the requirements for supply of all
primers, paints, epoxy and all other material required for surface preparation,
epoxy coating / painting, selection and shop / field painting on compressors,
columns, drums, ducts, electrical panels, equipments, fittings, handrails, heat
exchangers, ladders, machinery, motors, platforms, pipes / piping, pumps,
stacks, staircases, steel structures including structural works, supports, external
and internal protection of storage tanks for all services, valves, vessels,
walkways, painting of identification marks, painting under insulation for carbon
steel and stainless steel as specified, over insulation surface of equipments and
pipes wherever specified, etc. Contractor is required to prepare painting/coating
procedures in consultation with the paint / coating manufacturers based on the
requirements of this specification as a minimum. The same is to be submitted to
PORT for review and approval. Contractor shall provide paint formulation for a
design life of 5 years for various painting / coating systems, considering the
requirement of this specification as a minimum. Contractor shall take up painting
/ coating jobs under the supervision of the paint / coating manufacturer for all
or for critical applications as specified in the contract document. Contractor
shall arrange the same at no extra cost and time to PORT. Uninsulated austenitic
stainless steel, plastic and/or plastic coated material, non-ferrous materials like
aluminium, galvanized piping, gratings shall not be painted unless otherwise
specified. All abrasive material, brushes, rollers, spray guns, equipments / tools
required for cleaning and blasting, scaffolding materials shall be suitable, in good
order and in sufficient quantity and shall be arranged by Contractor at site.
8.2. APPLICABLE CODES
The Contractor shall comply with the latest edition of the following
and other relevant Indian standards. not covered shall also be applicable.

SIS-05-5900 / ISO- 8501-1 Swedish Standards for surface preparation (ST.2, ST.3,
SA1/2/3, SA2½.
BS-4232 Surfaces finish or blast cleaning for painting
SSPC-SP2/3/5/6/7/10 American standards equivalent to Swiss standards for
surface preparation.
IS: 5 Color coding
IS: 101 Methods of test for ready mixed paints and enamels.
IS: 161 Heat resisting paints

296
SECTION: C8
V.O.CHIDAMBARANAR PORT TRUST

TECHNICAL SPECIFICATION FOR PAINTING

IS: 2074 Specifications for ready mixed red oxide zinc chrome
primer
IS: 2339 Aluminum paint for general purposes in dual container.
IS: 2379 Color code for identification of pipelines
IS: 2932 Specification for manual, synthetic, exterior (a)
undercoating (b) finishing
ASA A 13.1 Scheme for identification of piping systems.

8.3. SURFACE PREPARATION


To achieve the maximum durability, one or more of following methods of surface
preparation shall be followed, depending on condition of steel surface and as
instructed by the Engineer-In-Charge.
❖ Manual or hand tool cleaning.
❖ Mechanical or power tool cleaning.
Blast cleaning to Swedish Standard SIS 055900 / ISO – 8501 - 1.All tank bottoms
(both sides) and inside tanks shall be blast cleaned to SA 2½ of Swedish
Standard. Mill scale, rust and foreign matter shall be removed by suitable means
to ensure that a clean and dry surface is obtained. Blast cleaning shall be done
wherever specified or recommended by the paint manufacturer. The minimum
acceptable standard in case of hand tool cleaning shall be St.2 and power tool
cleaning shall be St.3 as per Swedish Standard SIS55900-1967 and in case of blast
cleaning it shall be SA 2½ as per Swedish Standard SIS 055900 / ISO-8501-1.
Irrespective of the method of surface preparation, the first coat of primer must
be applied on dry surface immediately and in any case within four hours of
cleaning of surface. However, during unfavourable weather conditions, blasting
and painting shall be avoided as far as practicable.
8.4. PAINTS
Paint System Paint system shall be generally in line with tables 1 to 5 attached to
these specifications. For the environments not specified in these tables, the
paint system shall be decided with approval of PORT which shall be based on
suitability of paint system with the application / environment.
Paint Manufacturer: The paint manufacturer’s instructions shall be followed as
far as practicable at all times.
The paints shall conform to the specifications and shall be of first quality in their
products range of any of approved manufacturers:
Storage All paints and painting material shall be stored only in rooms to be
provided by Contractor. All necessary precautions shall be taken to prevent fire.
The storage building shall preferably be separate from adjacent building. A
signboard bearing the words “PAINT STORAGE – NO NAKED LIGHT- HIGHLY
INFLAMMABLE” shall be clearly displayed outside.

297
SECTION: C8
V.O.CHIDAMBARANAR PORT TRUST

TECHNICAL SPECIFICATION FOR PAINTING

Colour code: Colour code scheme intended for identification of the individual
group of pipeline, equipment, tanks shall be decided with the approval of PORT.
The system of color-coding shall consist of a ground color and color bands
superimposed on it. OISD and TAC requirements shall be complied with.
General Requirements for Paint Application;
a) All primers and finish coats should be cold cured and air-dried unless
otherwise specified.
b) Selected chlorinated rubber paint should have resistance to corrosive
atmosphere and suitable for marine / saline environment.
c) All paints shall be applied in accordance with manufacturer’s instructions
for surface preparation, intervals, application, curing and weather
conditions. The surface preparation, quality and workmanship should be
ensured.
d) Technical data sheets for all paints shall be provided.
e) After surface preparation, the primer should be applied to cover the
crevices, corners, sharp edges etc.
f) The shades of successive coats should be slightly different in colour in
order to ensure application of individual coats, the thickness of each coat
and complete coverage should be checked as per provision of this
specification.
g) No coat shall be applied until the preceding coat has dried. No coat shall
be forced dried under conditions, which will cause blistering, cracking,
formation of pores, wrinkling, or detrimentally affect the condition of the
paint.
h) Paint shall be protected from rain, condensation, contamination, snow
and freezing until dry to the fullest extent practicable.
i) Where paint has been damaged in handling and in transportation, the
repair of coating prior to pre-erection shall be done.
8.5. IDENTIFICATION OF VESSELS, PIPING etc.
a. Equipment number shall be stencilled in black or white on each column,
equipment, machinery (insulated or uninsulated) and vessel after painting.
Line number in black or white shall be stencilled on all the pipelines at more
than one location and as directed by the Engineer-in-Charge.
Size of letters printed shall be as below;
Column & Vessels – 150 mm (high)
Compressor, pump and other machinery - 50 mm (high)
Piping - 40-150 mm
b. An arrow shall indicate flow direction as directed by the Engineer-In Charge.
c. Colours of arrows shall be black or white and in contrast to the colour on
which they are superimposed.

298
SECTION: C8
V.O.CHIDAMBARANAR PORT TRUST

TECHNICAL SPECIFICATION FOR PAINTING

d. Following items shall be painted for camouflaging if required by PORT by two


coats of selected finishing paint as per defence requirements and as per
instruction by the Engineer-In-Charge.
i) All columns
ii) All tanks in off sites
iii) Large vessels
iv) Spheres
v) Painting & Numbering of Oil Storage Tanks
e. Painting of oil storage tanks shall include without being limited to, painting
of outside surface of tank shell, roof & attachments, inside of roof, roof
supporting structure, ladder and platform, walkway, handrail, inside of shell
above the liquid level or as specified in engineering datasheets, camouflaging
wherever specified, etc. the underside of all tank bottom (soil side) shall be
blast cleaned to remove mill scale etc. to the entire satisfaction of the
Engineer-in Charge.
f. The quality of surface preparation of steel parts of outside shell and roof,
floating roof top shall be as per standard Swedish norm SIS-05-5900 SA 2½
finish or equivalent and other steel surfaces such as inside of roof, roof
structure, ladder, platform, inside of floating roof tank above maximum
liquid level as per Swedish norm SIS-05-5900 SA 2 finish or equivalent.
g. Inside surface treatment of tanks, which are to be painted with epoxy paint
shall have a finish as per Swedish norm SIS-05-5900 SA 3.
h. Tank number, safe filling height, over filling height, reference height, etc.
shall be painted on the tank to avoid operating errors.
i. Numbers shall be painted at three positions, 1200 apart, below roof level and
should be clearly visible from outside the dyke / roadside. The size of the
letters shall be half meter high and 50 mm thick.
j. Additionally at the foot of the staircase of each tank, tank number, safe
filling height, reference height and name of the product being handled,
capacity of the tank should be painted clearly. The size of the letters shall be
150 mm and 12 mm thick. Luminous paint shall be preferred.
8.6. INSPECTION AND TESTING
All painting materials including primers and thinners brought to site by
Contractor shall be accompanied by manufacturer’s test certificates.
The Engineer-in-Charge at his discretion may call for tests for paint formulations.
Contractor shall arrange to have such tests performed at his cost.
The painting work shall be subject to inspection by the Engineer-in-Charge at all
times. In particular, following stage wise inspection will be performed.
a) Surface Preparation
b) Primer Application
c) Each Coat of Paint

299
SECTION: C8
V.O.CHIDAMBARANAR PORT TRUST

TECHNICAL SPECIFICATION FOR PAINTING

Contractor shall provide facilitate for the above inspection / tests by providing
manpower and relevant instruments such as standard thickness measurement
instrument with appropriate range(s) for measuring dry film thickness of each
coat, surface profile gauge for checking of surface profile in case of blast
cleaning, holiday and pinhole detectors and positector whenever required for
checking in case of immersion conditions.
Whenever required by PORT, Contractor shall provide the paint manufacturer’s
expert technical services at site. This service should be free of cost and without
any obligation to PORT.
Final inspection shall include measurement of paint dry film thickness, check of
finish and workmanship. The thickness should be measured at as many points /
locations as decided by the Engineer-in-Charge and shall be within + 10% of the
dry film thickness.
Contractor shall rectify any defect noticed during the various stages of inspection
to the entire satisfaction of the Engineer-In-Charge before proceeding further.
Irrespective of the inspection, repair and approval at intermediate stages of
work, Contractor shall be responsible for making good any defects found during
final inspection
Dry film thickness (DFT) shall be checked and recorded after application of each
coat and extra coat of paint shall be applied to make-up the DFT specified
without any extra cost to PORT.
Surface preparation & application should start only after availability of paint /
coating manufacturer’s inspectors and supervisors at site, wherever asked by
PORT.
Strict quality control shall be observed and implemented by the contractor and
all record shall be maintained.
All work performed under the specification shall be inspected to:
a. Confirm environmental and surface temperature requirement are met
(including compliance with all the manufacturers recommendations).
b. Verify all surface preparation and cleanliness prior to coating and adjacent
surface are properly protected.
c. Confirm the field adhesion test requirement and the adequacy of each coat
prior to application of the next coat.
d. Confirm areas found to contain runs, over spray, holidays, roughness or signs
of improper application are being repaired or recoated in accordance with
the manufactures recommendations. e) Confirm all work, including repairs,
complies with the requirement of this specification. The finish coat shall be
inspected over its entire surface for adequate total dry film thickness as
specified. Defective areas shall be marked with greaseless, contrasting
coloured chalk for further repairs.

300
SECTION: C8
V.O.CHIDAMBARANAR PORT TRUST

TECHNICAL SPECIFICATION FOR PAINTING

8.7. WARRANTY / GUARANTEE


Contractor shall guarantee that the chemical and physical properties of paint
materials used are in accordance with the specification contained herein / to be
provided during execution of work and the paint / coating system so provided
shall meet their specified design life.
Painting Specification for Tower Monitor
Scope of Specification
This specification defines the requirements for surface preparation, selection and
application of primer and finish paints for Instrument piping supports & steel structures,
equipment etc.
Notwithstanding whatsoever may or may not be indicated herein below, the Contractor
shall be bound to use the best available quality of materials, workmanship and methods
of application, approved, and as per standard practice, it is being understood that the
specifications are largely indicative and not intended to be exhaustive.
Extent of Work
The following surfaces and materials shall require painting:
All structural steel work including steel supports, etc. as provided by the Contractor.
All above ground carbon steel piping and fittings. (including painting of identification
marks.)
Tools and Tackles
All tools, brushes, rollers, spray guns, blast materials, hand/power tools for cleaning
and all equipment, scaffolding material, shot/sand blasting equipment, and air
compressor etc. required to be used shall be suitable for the work and all in good order
and shall be arranged by the contractor at site and in sufficient quantities.

All paints and primers shall be brought to the site in sealed containers which shall be
opened in order of their manufacturing dates in the presence of the Engineer-in-Charge
or his authorized representative. Time expired paints/primer shall not be used in the
work.
Surface Preparation
In order to achieve maximum durability, one or more of the following methods of
surface preparation shall be followed, depending on conditions of steel surface and as
instructed by Engineer-in-Charge / Specification. Adhesion of the paint film to surface
depends largely on the degree of cleanliness of the metal surface. Proper surface
preparation contributes more to the success of the paint protective system.
❖ Manual or hand tools cleaning.
❖ Mechanical or power tools cleaning.
❖ Solvent cleaning.
❖ Sand blasting.

301
SECTION: C8
V.O.CHIDAMBARANAR PORT TRUST

TECHNICAL SPECIFICATION FOR PAINTING

Mill scale, rust, scale and foreign matter shall be removed fully to ensure that a
clean and dry surface is obtained. Remove all other contaminants, oil, grease
etc. by use of an aromatic solvent prior to surface cleaning.
Primer Application
After surface preparation, the primer should be applied by brush, also to cover
the corners, sharp edges, etc. in the presence of an inspector nominated by the
“Owner Representative”.
The shades of successive coats should be slightly different in colour in order to
ensure application of individual coats. The thickness of each coat and complete
coverage should be checked as per provisions of this Specification. This should
be approved by “Owner / Owner Representative” before application of
successive coats.
Type and Application of Paint
❖ Prepared surfaces shall not be left exposed to weather over-night and also to moist
atmosphere before applying primer coat.
❖ Do not apply paint when the temperature falls below 10 degrees Centigrade.
❖ Do not apply paint when the relative humidity is above 90% or during fog, rain or
mist.
❖ Primed surface should be over coated after the re-coat ability time specified in the
datasheet given by concerned manufacturer.

All the Primers and Finishes are supplied in brushing consistency. Thinner should be
added only if viscosity increases during the application due to higher ambient
temperature. Normally, addition of thinner is restricted up to 5-10% by volume in case
of brush application. In case of spray application, only recommended thinner should be
used to bring the paints to spraying consistency.
Blast cleaned surfaces shall be coated with the primer within a maximum period
of 3-4 hours. If relative humidity is over 75%, this period should be reduced to 1-
2 hours, for better performance.
All two pack primers and paints shall be used up within the pot life mentioned in the
data sheets, given by the concerned manufacturer.
Application of paints is recommended at ambient temperature. The substrata should
also be at ambient temperature.
Paint Material and Painting Systems shall be as per attached table.
Primer Paint DFT shall be 50, MIO paint DFT shall be 75 and final paint DFT shall be
70.

302
SECTION: C8
V.O.CHIDAMBARANAR PORT TRUST

TECHNICAL SPECIFICATION FOR PAINTING

Paint material and painting systems

Application Environment Painting system


Surface Primer Finish paint
treatment
Steel Highly humid Sand blasting toTwo coats ofOne coat of
structure SA-21/2. Epoxy Zinc RichHigh build MIO
Wherever notPrimer paint
possible,
mechanical
cleaning to SA-2
Highly corrosive Sand blasting toZinc phosphate.Chlorinated
SA-21/2. High build zincrubber paint
Wherever notphosphate
possible, primer where
mechanical sand blasting is
cleaning to SA-2 not possible

NOTE:
All primers and finish coats shall be cold cured and air-dried unless otherwise
specified.

Technical data sheets for all paints shall be submitted at the time of engineering.
All paints shall be applied in accordance with manufacturer's instruction for surface
preparation and application.
The paints and primers shall conform to the specifications given above and be of first
class quality in their product range, of any of the following manufacturers.
❖ Asian Paints
❖ Shalimar Paints
❖ Goodlass Nerolac Paints
❖ Bombay Paints
❖ Berger Paints
❖ Jenson & Nicholson Paints

Storage
All paints and painting material shall be stored only in rooms to be provided by
the contractor and approved by the Engineer in Charge for the purpose. All
necessary precautions shall be taken to prevent fire. The main storage building
shall preferably be separate from the adjacent buildings. A sign-board bearing
the words "PAINT STORAGE NO NAKED LIGHT HIGHLY INFLAMMABLE" shall be
clearly displayed outside. Fire extinguishers shall be installed in the paint store.

303
SECTION: C8
V.O.CHIDAMBARANAR PORT TRUST

TECHNICAL SPECIFICATION FOR PAINTING

Color Code
The scheme of identifying the materials contained in the equipments and
carried in the pipeline shall generally follow the procedure mentioned in IS:
2379, code for the identification of pipelines.

The code scheme is intended for identification of the individual group of the
pipeline. The system of -coding consists of a ground and bands super imposed on it
as per BIS standards.

Colour code for equipment

Instruments As per VOCPT


Electrical items cable trays As per VOCPT
Structural steel work and pipe supports As per VOCPT

304
SECTION: C9
V.O.CHIDAMBARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR MECHANICAL
WORKS

9.0 SCOPE OF WORK:


This scope of work is general in nature & forms the guidelines for the detailed
engineering, supply installation and commissioning of the plant as per OISD 156-
Latest Edition .
Contractor shall also ensure that the equipment/packages are complete with
base plate/supports, foundation bolts, companion/blind flanges, local
instruments along with pre-fabricated inter-piping, tubes, cablings etc. in all
respects as per drawings including PID’s, functional specifications, and codes and
standards etc.
The scope of Contractor shall also include any item including activities and
supply of all such materials, not listed, but considered necessary for the desired
performance, safe operation of the complete system and successful completion
of the job in all respects in safe manner.
Equipment and facilities shall be designed in accordance with Mechanical design
basis and relevant Data Sheet, functional/ standard specifications, codes and
standards
Contractor’s scope of work shall include but not limited to:
a) Preparation of drawings and documents,
b) Design and engineering as per the respective codes and specification
c) Sizing, Selection and Procurement of mechanical equipment
d) Fabrication of vessels/ tanks at shop/ site NDT of equipment, vessels
and tanks as required.
e) Construction of civil foundation for equipment
f) Inspection and Testing at shop and at site as required
g) Transportation and supply of all material and equipment, tools and
tackles,
h) Cleaning and Painting at site, as required.
i) Installation, commissioning, testing handing over of mechanical
facilities in all respect at site.
j) As built drawings, specifications, operation and maintenance manuals,
vendor data books etc.
k) The description and requirements contained in the specifications are
concise by necessity and cannot include all details. However, it is the
responsibility of the Contractor to execute the job in accordance with
specifications and good engineer operation of all the facilities at site.
9.1 DESIGN & DETAILED ENGINEERING, PROCURREMENT:
All design, detail engineering, procurement and other related activities etc shall
be performed by Contractor.
Contractor shall carry out all mechanical design, detailed engineering including
design calculations, preparation of technical data sheet, drawings including
fabrication drawings for all static and rotary equipment and various packaged

305
SECTION: C9
V.O.CHIDAMBARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR MECHANICAL
WORKS

items based on the input enclosed in this document and shall update all the
documents based on equipment vendor’s/ manufacturer's inputs and PORT’s
comments. Any material required due to the above, shall be in Contractor’s
scope without any cost and time implication to PORT.
Contractor shall perform the work as per this document, and other engineering
documents prepared by Contractor and duly approved by PORT during execution
of the works, and shall ensure to meet in to, the requirements stipulated in the
documents concerning design and detailed engineering, fabrication,
construction, manufacturing, assembly, testing, supply, erection, pre-
commissioning trials, commissioning and performance guaranty test of all the
mechanical equipment as per the scope of work.
Elevation of equipment/ tanks/ vessels etc. shall be finalized during detailed
engineering based on NPSH calculation of the pumps, line sizes and final pipe
routings after obtaining PORT’s approval. However, minimum elevation shall be
300 mm from FFL. Contractor shall also ensure that NPSH available for pumps is
at least one meter over
Effective capacities wherever indicated in the tank data sheets shall be
considered between overflow nozzle and outlet nozzle.
Design and construction of the foundations, if required, shall be as per
manufacturer data and drawings approved by PORT.
All welds on equipment shall be stress relieved.
PORT’s review shall not relieve Contractor from the responsibilities of design and
Erection and installation of equipment including accessories on the foundations,
alignment and grouting shall be the responsibility of the contractor..
Contractor shall prepare the bill of materials based on PORT’s approved
documents for all the equipment under Contractor's scope of supply.
Contractor shall submit the technical portion of all purchase orders being
released on vendors/ manufacturers (including sub-vendors) for PORT's approval
prior to placement of order. Contractor shall carry out the following activities
for procurement of Equipment/ Packages:
a) Contractor shall prepare the enquiry specifications/ documents for each
Equipment/ Packages and materials to be purchased including spare parts
for erection and commissioning, special tools and tackles and also provide
list of spare parts for one year normal operation ( or as required by PORT).
b) Equipment data sheets as indicated in relevant API codes and as specified in
functional specifications shall be submitted for PORT’s review.
c) Contractor shall prepare the detailed Purchase Requisition/ Specification
for each Equipment/ Packages. Contractor shall obtain the approval of
Purchase Specification of all Equipment/ Packages and items from PORT/

306
SECTION: C9
V.O.CHIDAMBARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR MECHANICAL
WORKS

PORT’s representative before placement of order on vendors selected by


them.
d) Contractor shall carry out the detailed review, checking and approval of
equipment engineering and all drawing and technical data from Vendors for
equipment and materials, to ensure adequacy and consistency with the
design, safety and operability requirements.
e) Contractor shall ensure that, Inspection and tests are conducted for all
equipment at Vendor’s shops as specified in bid document, Functional
Specifications, Codes and Standards etc.
f) Contractor shall include all the Commissioning spares as required in the
equipment vendor’s scope. Contractor shall procure the same from the
equipment vendors and make it available well before commissioning of
Equipment. In case, any additional spares are consumed during
commissioning the same to be provided by the contractor at no additional
cost to the PORT/ PORT’s representative.
g) For all Equipment/ Package, vendor shall furnish the list of special tools/
tackles required for assembly and maintenance. Such tools/ tackles shall be
supplied by the vendor and shall form part of firm supply of Contractor.
Unless otherwise specified, for multiple identical Equipment/ Packages (2
or more), at least Two (2) sets of special tools and tackles shall be supplied
else one set shall be supplied if the number of equipment/ package is one.
h) Contractor’s scope shall include complete supply, transportation of
equipment package from vendor’s shop to site, Receipt of material at site,
Handling at site and arrange for storage at site as per Bid Document.
Contractor shall submit copy(s) of filled in datasheets, etc. for PORT’s approval
and post order manufacturer drawings (as per the MDR/ VDR as applicable) to
PORT for information/ review. Vendor/ manufacturer documents requiring
PORT’s approval shall be identified later by mutual agreement.
All the material being procured by Contractor shall be inspected and witness
tested at the respective vendor’s/ manufacturer's works by third party inspection
agency as per approved QAP. However, PORT reserves the right to depute its
authorized representative in addition to third party inspection agency.
SCOPE OF SUPPLY:
Further to Contractor’s scope of supply mentioned in General Project details,
followings are also to be noted.

All statutory approvals required for design, supply, and installation and
commissioning of individual equipment and for system as a whole are included in
contractors’ scope of work.
Painting on all the fabricated equipment shall be done at shop prior to dispatch
as per the requirement given in the attached specifications. Final painting shall

307
SECTION: C9
V.O.CHIDAMBARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR MECHANICAL
WORKS

be done at site as per painting specification. All other bought out items already
painted as per manufacturer's standard practice shall be repainted at site as per
painting specification enclosed elsewhere in this document.
9.2 MATERIAL HANDLING FACILITIES:
A material handling study encompassing all site activities shall be performed to
determine the requirements for lifting devices such as davits, lift points,
monorails, trolleys and hoists (including dedicated lifting facilities that may be
required for major items of equipment). Suitable arrangements shall be
provided for lifting and movement of equipment components housed inside the
shed/room. The study shall determine the most appropriate method to transfer
material in and around the site. The study shall also consider the requirements
for operation and maintenance of the equipment. The material handling
philosophy as indicated in design criteria shall be considered for the study. In
addition to the requirements of the materials handling study the material
handling facilities shall also be able to access the various areas of the site and
provide the appropriate means for operations and maintenance in those areas.
Various material handling facilities (minimum) envisaged at site are:
Installation of EOT\crane in Fire Water Pump House. Electrically operated
overhead traveling crane of capacity of min 5 Ton capacity with arrangements
for longitudinal travel, cross travel and hoisting of the load of approved make
and as per relevant Indian standard shall be provided at Fire water pump house.
Minimum indicative capacity and location of EOT required to be installed has
been minimum indicated above. The capacity shall be at least 110% of material
weight to be lifted. EOT shall be designed in accordance with relevant IS
code.
9.3 PUMPS:
Pumps shall be designed in accordance with Mechanical design Basis.
9.4 DIESEL ENGINE:
Diesel Engine shall be designed in accordance with Mechanical design Basis.
9.5 ERECTION
All the equipment, materials and items covered in Contractor's scope of supply
shall be erected on the respective equipment foundation indicated in the
relevant to the foundation drawings as per sound engineering practice. All
power, control and signal cables shall be safely and suitably terminated. Hook-up
shall include all Mechanical, Piping, Fire Fighting, Electrical and Instrumentation
systems including supply of material.
Any damage of equipment during the erection shall be rectified/ replaced by
Contractor without any additional cost and time.
The erection procedure of Contractor shall have facilities for consecutive hydro
testing, painting etc., without affecting any other construction activities.

308
SECTION: C9
V.O.CHIDAMBARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR MECHANICAL
WORKS

All the equipment shall be painted as per painting specification after completion
of erection
On completion of successful erection and painting of all the equipments and on
getting PORT’s approval, Contractor shall carry out pre-commissioning of the
equipments installed by him to the entire satisfaction of PORT.
All necessary precautions as required for the safety of the plant and personnel
during erection works like gas cutting, welding etc., shall be taken by
Contractor.

309
SECTION: C10
V.O.CHIDAMBARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR UNDERGROUND
PIPING

10.0 SCOPE
This specification covers the requirement for materials, surface preparation,
application, inspection, repairs and handling for external corrosion protection tape
coating for underground steel pipelines in process plant units and offsite areas,
field joints and coating repair with service temperature upto 60oC using, coaltar
tape coating.
10.1 REFERENCE DOCUMENTS:
The latest edition of the following standards and documents shall apply:
a) AWWA C-203 (latest edition): Coal tar protective coatings and linings for steel
water pipelines.
b) SIS05-SP: Pictorial surface preparation standard for painting steel surface ISO-
8501-1988.
c) SSPC-SP: Steel structure painting council surface preparation specifications:
d) SSPC-SP1: Solvent cleaning
e) SSPC-SP3: Power tool cleaning SSPC-SP10: Near white metal blast cleaning
f) BS: 4164: British Standard Specification for Coal tar based hot applied coating
materials for protecting iron and steel including a suitable primer.
10.2 GENERAL REQUIREMENTS:
a) Equipments and accessories required for tape coating shall be in good operating
conditions. Adequacy of equipments and accessories shall be ensured by EPCC
Contractor and Certified.
b) Necessary arrangements for power supply and other utilities shall be made for
completion of the job.
c) Necessary testing and inspection facilities as required by this standard shall be
developed at site and shall be approved by the PMC/OWNER.
d) Protective tapes and other materials brought to site shall be as per the
specifications of this standard and should be approved by the PMC/OWNER.
e) Field and laboratory tests as given in this standard shall be carried out for each
batch of primer and tape.
f) All work shall be carried out in accordance with this specifications and shall be
phase wise approved by PMC/OWNER. Any working procedure developed from
this specification shall be approved in advance by the Engineer-in-charge.
g) Manufacturers recommended / Trained supervisor and skilled applicator shall be
engaged by the contractor for application, inspection and quality assurance.
h) Applicator shall possess copy of reference documents and test procedure
appearing in this standard, which are required for field application.
10.3 DOCUMENTATION:
The following documentation is required:
a) Before Starting Up of the Work:
A quality plan with procedures for qualification trails and for the actual work.
The quality plan shall include a time table for the various activities, with a description
of coating materials to be used, their application, qualification of personnel involved in

310
SECTION: C10
V.O.CHIDAMBARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR UNDERGROUND
PIPING

the work, responsibilities and lines of communications, details of equipment and their
calibration, proposed hold points for PMC/OWNER inspection and endorsment and the
detailed procedure for the testing and inspection.
Documented evidence that the requirements of this specification have been met during
production.
b) During Execution of Coating Job:
i) Daily progress reports on application of tape coating materials with details on
weather conditions.
ii) Results of comparison of surface cleanliness, surface profile on blast cleaned
surface
iii) Tape coating thickness, holiday detection and adhesion tests. Particulars of
surface preparation, pringing and tape application. No. of wraps.
iv) Details of non-compliance, rejects and repairs.
v) Types of testing equipments and calibration.
vi) Code and batch numbers of coating materials used.
vii) Field tests on primers and tape coat.
viii) Progress of work as per scheduled program.
10.4 MATERIALS:
General Requirements:
a) Manufacturer’s test certificates shall be produced and examined by the
PMC/OWNER for all materials, proposed to be used for tape coating as per this
standard.
b) All materials brought to site for tape coating shall be suitably marked and
identifiable with the following information:
i) Manufacturer’s name
ii) Type of material and code
iii) Batch number
iv) Date of manufacturing
v) Technical datasheet for each type of material
vi) Shelf life
vii) Manufacturer’s Quality Control test certificates with actual results of
each batch.
c) Materials without manufacturer’s test certificates and identification marks shall
not be accepted and used.
d) Test certificate from competent / recognized Gove. Laboratory / in the
laboratory of internationally reputed certifying agencies like, Lloyds registrars,
DNV (Det Norske Veritas), BV (Bureau Veritas) on the properties of materials
quoted by the manufacturer in the technical data sheet shall also be submitted
along with the Technical Data Sheet of the products. Any recent past certificate
can also be submitted.
e) Each batch of primer and tape shall be tested in the field by the procedure as
given in this standard PMC/OWNER will review the field test data before use of
the materials.

311
SECTION: C10
V.O.CHIDAMBARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR UNDERGROUND
PIPING

f) Characteristics and Functional Requirements of Coating Materials:


i) Coal Tar Tapes:
Materials for coal tar tape coating shall conform to the following specifications. The
following are the salient features of coal tar tape coating materials.
Primer:
The primer shall be type B as specified in AWWA C-203 (latest edition). Following are
the main characteristics:
Type Flat drying, synthetic, chlorinated ruber-
synthetic plasticizer-solvent based
Drying time (Tack free) 15 minutes (approx.) Test Method ASTM D
1640-83/89
Flush Point >23oC : ASTM D93-90 / D3941-90
Volatile Matter (105-110oC) per cent by 75 ; ASTM D2369-90 (maximum)
mass
Viscosity, on FORD CUP NO. 4 35-60 seconds. ASTM D1200-88
(4mm nozzle) at 23oC
DFT 25 microns / coat / (minimum)
Coverage (Theoretical) 10M2/Lit/Coat
Coverage (Practical) @ 25 microns DFT 6 M2/Lit/Coat ASTM D344-89 (Minimum)
coat
Application properties By brush / Spray should produce an
effective bond between metal and
subsequent coaltar tape
Adhesion test (after 72 hours) The primer shall be tested after applying
Tape coating as per AWWA C-203 (latest
edition)

Coal Tar Tape:


The tape shall be coal-tar component supported on fabric of inorganic fibers.
a) Raw Coal Tar Pitch:
The coal tar (hard pitch) which shall have the following salient properties:
Characterization Values Standard
Softening Point oC 65 121 ASTM D36-86
Specific gravity 1.30 ± 0.05 ASTM D71-94
Ash content, % 0.5 Max. ASTM D2451-66 (1991)
Physical state Solid at ambient temperature

b) Fabric:
Type: The fabric shall be a thin, flexible, uniform mat or tissue composed of glass fibres
in an open structure bonded with a suitable resinous inert material compatible with coal
tar.
Weight (mm) g/m2 40

312
SECTION: C10
V.O.CHIDAMBARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR UNDERGROUND
PIPING

Thickness (min) mm 0.3


Breaking load in the longitudinal direction: 2.28KN/m(min.)
Porosity When related to pressure difference across the sample, the glass
fibre fabric shall have porosity of not less than 0.6 mm and not
more than 1.9 mm of water at an average air velocity of 61
m/minute (1m/sec.)
Temperature The fabric shall be unaffected under load in hot coal tar at
Resistance 288oC for one minute. It shall not shrink length wise or width
wise.
Pliability test No cracking shall take place when bent over a mandrel of 3mm
radius through 90o arc at a uniform speed of approximately 2
seconds after immersing in water for 10 to 15 minutes.
Note: (1) Manufacturer’s test data in the laboratory are required for the above
properties on the materials supplied.
c) Physical Properties of Coaltar Tape:
Property Requirement Test Method
Min. Mix.
Service temperature (oC) - 60

Tape Thickness mm 20 2.5 Section8.11.3 of AWWA C-


203
Weight average 1.25 - ASTM D146
(kg/sq.m/mm)
Breaking strength in 0.7 - AWWA C-203 10.3.1.2.5
longitudinal direct in
kN/m
Adhesion To pass test as per 8.11.2 of AWWA C-203
Insoluble content % by wt 93 minimum (By procedure given in Annexure-I)
in petrol

d) Physical Properties of Coaltar Component in the Finish Tape:


Property Requirement Test Method
Min. Mix.
Softening Point (oC) 65 121 ASTM D36-86
Penetration at 25oC 1 9 ASTM D-5/BS-4164
/ 100g / 10-1mm/5
sec
Filler % 20 35 ASTM D2415 or AWWA C-203 see
8.11.6

313
SECTION: C10
V.O.CHIDAMBARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR UNDERGROUND
PIPING

e) Filler:
Characteristics Requirement Test Method

Fineness: % w/w, minimum Shall pass through mesh ASTM D 1366


size of 75 microns
Loss on ignition at 800oC, ASTM D 1208
w/w max.

f) Field Tests:
A few test methods, given in Annexure-I are mainly aplicable during field application.
i) All oil, grease on the pipe metal surface shall be thoroughly removed by flushing
with a suitable solvent (such as xylene or 1,1,1 trichloroethylene) and wiping
with clean rags. The solvent cleaning shallb as per SSPC-SP-1. If required
detergent cleaning shall be done before or after solvent cleaning.
ii) 6.2 The degreased pipe metal surface shall be blast cleaned to Sa2½ of SIS-05-
5900 OR SSPC-SP-10 with a surface profile of 30-50 microns trough to peak.
Blasted surface that rusts before priming shall be cleaned by wired brushing or
shall be reblasted. Priming shall be done within 4 hours of completion of blast
cleaning. Otherwise total reblasting may be necessary.
10.5 SURFACE PREPARATION:
a) All oil, grease on the pipe metal surface shall be thoroughly removed by flushing
with a suitable solvent (such as xylene or 1,1,1 trichloroethylene) and wiping
with clean rags. The solvent cleaning shall be as per SSPC-SP-1. If required
detergent cleaning shall be done before or after solvent cleaning.
b) The degreased pipe metal surface shall be blast cleaned to Sa2½ of SIS-05-5900
OR SSPC-SP-10 with a surface profile of 30-50 microns trough to peak. Blasted
surface that rusts before priming shall be cleaned by wired brushing or shall be
reblasted. Priming shall be done within 4 hours of completion of blast cleaning.
Otherwise total reblasting may be necessary.
10.6 APPLICATION OF PRIMER:
One coat of primer shall be applied on blast cleaned surface by brush or spray to
achieve complete wetting of the surface as recommended by the manufacturer. In
case the surface is wet during application of primer the surface should be made
dry. The primer shall be allowed to become touch dry prior to tape application.
Primer and tape shall be supplied by the same manufacturer.
10.7 TAPE COATING SYSTEM AND APPLICATION:
a) Tape Coating System:
(a) One coat of fast drying synthetic primer by brush or spray after surface
preparation to provide complete wettability of the surface.
(b) One layer of coaltar tape coating with 2mm thickness on the surface of
primed pipe after touch dry.

314
SECTION: C10
V.O.CHIDAMBARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR UNDERGROUND
PIPING

(c) Second coat of fast drying synthetic primer by brush or spray on 1st layer of
tape coating to provide complete wettability of the surface for application of
second layer of tape.
(d) Second layer of coal tar tape coating with 2 mm thickness on the surface of
primed pipe after touch dry.
b) Application Method:
Tape application should follow primer application as soon as the primed pipe
surface is touch
day. The primer and tape application should not be done in case of dusty/windy
weather or during rain. Primed surface should not be kept exposed to
atmosphere for very long duration.
The tape shall be wrapped in accordance with the manufacturer’s
recommendations in a manner that shall meet the adhesion and holiday
detection requirement of the standard. In any event, there shall be a minimum
of 12.5mm overlap per single wrap.
The applied coating system shall be as follows:
(a) In application, care shall be taken that there are no air pockets or bubbles
beneath tape and the tape shall be in intimate contact with the primed steel.
(b) Manufacturer recommended / trained supervisor and skilled applicator shall
be engaged for tape application.
c) FIELD JOINT COATING AND REPAIR OF DAMAGED COATING:
i) Field Joint Coating on Exterior Welds:
The exterior joints shall be cleaned and surface preparation by blast
cleaning to Sa2½ finish of SIS-05-5900/SSPC-SP-10 as given in clause 6.0. The
coating materials shall be same as applied on as main pipeline. The tape
coating material applied on field weld joints shall overlap at least 75 mm
the main pipe coating on each side of the field joint to form a continuous
external coating free of defects. The coating inspection for quality
assurance shall be as given in clause 10.0
d) Repair of Damaged Tape Coating:
i) Damages, flawed areas and Holidays: Areas that are damaged, flawed or
contain holidays shall be repaired using the tape coating materials applied on
main pipeline and made by the same manufacturer. In no case, shall damaged
areas be repaired by applying additional tape over loose damaged tape where
the damage goes down to the metal or where the bond of the tape has been
destroyed.
e) Repair of tape: The repair shall be made by removing the applied tape coating
from the area around the holiday. The surface preparation shall be done as per
clause 6.0 of this specification and then repair the area by using the same system
of primer and hot applied tape as was used for the original wrapping as given in
clause 8.0. Wgebcinoketed, the area shall be re-tested following the method of
electrical inspection described in clause 10.8.

315
SECTION: C10
V.O.CHIDAMBARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR UNDERGROUND
PIPING

10.8 INSPECTION AND TESTING FOR QUALITY ASSURANCE:


The following stage wise inspection and testing shall be carried out at manufacturers
end/at site by the OWNER or by OWNER’s representative third party inspection
agency. However Petrol test vide sec. 203 of Annexure-1 and 5.2.1.2 C shall be
conducted at site under the supervision of site in-charge.
a) Fast Drying Synthetic Primer Materials:
As per the physical properties of 5.2.1.1 and procedure given in Annexure-1
b) Tape Coating:
As per 5.2.1.2 (b), (c), & (d) and procedure given in Annexure-1
c) Measurement of Pipe thickness (in case of coating refurbishment)
d) Surface Preparation:
i) Blast cleaning equipment for nozzle type, size, safety gauges, working
condition, and pressure at the tip of the gun.
ii) Abrasive type, hardness to provide required profile size and cleanliness.
iii) Measurement of surface profile and comparing cleanliness with Visual
standards of ISO 8501-1988.
e) Measurement of pitting depth area of pitted portion, Inspection of weld filling
and grinding and patch plate welding, welding of replaced pipe if any.
f) Checking of condition of concrete saddles, Rubber padding and end seals
wherever required.
g) Inspection of primer after Application:
i) Checking for drying time to be touch dry, tack free drying and hard drying of
primer.
ii) EFT (Dry Film Thickness) shall be checked on metal panel separately.
h) Inspection of Tape Coating after Application:
i) Visual inspection for uniformity without any wrinkles and irregularities and
overlapping width as per specifications.
ii) Adhesion test as per AWWA – C-203 (latest edition).
iii) H. V. (High Voltage) Holiday detection test for pinholes as per AWWA – C-203
(latest edition).
i) Visual:
The coated pipes including field joint coating shall be visually inspected for
cracks, trapped air, uniformity, damage etc. Any repair arising out of visual
inspection will be decided by PMC/OWNER.
j) Thickness:
Thickness has to be measured with a caloper with caliper surfaces of at least
20mm diameter, on 5 tape pieces with an edge length of at least 50mm taken
from 5 different coils. The measuring pressure should be 0.5 n/m2. The
measuring accuracy should be within 0.1 mm.
k) Adhesion Test:
a) Adhesion tests to made to determine the proper bond between the tape and
the primed pipe. One test per section (of upto 10 meter length) shall be carried
out initially afterwards adhesion test is to be done as per the advice of

316
SECTION: C10
V.O.CHIDAMBARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR UNDERGROUND
PIPING

PMC/OWNER. Repair required due to adhesion testing shall be decided by the


PMC/OWNER.
b) Temperature of the tape and pipe to be tested shall be between 10oC and
27oC. If required cold water shall be poured over the test area to bring down the
temperature to within the above range. The coating shall be allowed to set at
ambient temperature for 72 hrs.
i) A test area shall be selected where the tape is smooth for 150mm in the
longitudinal direction of the tape.
ii) Two knife cuts of 150mm long and 50mm apart shall be made through the
tape.
iii) A flat blade shall be used to pry up 50mm of the fabric.
iv) The 50mm flap of fabric shall be grasped firmly in one hand and shall be
pulled with a quick motion in the direction of the remaining 100mm of the
150mm knife cut.
v) The adhesion is satisfactory if (i) the tape tears at the point of stripping or
(ii) the fabric strips from the underlying tape component, leaving no more
than 10% or less of the primer or bare metal exposed.
vi) Adhesion between tape to tape can be tested following similar procedure as
in (b). However, this should preferably be done on a test panel.
l) High Voltage Holiday Detection Test:
i) All tape coated pipes and joints shall be tested with an approved high
voltage holiday detector preferably equipped with an audio visual signaling
device to indicate any faults, holes, breaks or conductive particles in the
protective coating.
ii) The applied output voltage of the holiday detector shall have a spark
discharge of thickness equal to at least twice the thickness of the coating
to assure adequate inspection voltage and compensate for any variation in
coating thickness. The electrode shall be passed over the coated surface at
approximately half the spark discharge distance from the coated surface
only one time at the rate of approximately 10 to 20 meters per minutes.
The edge effects shall be ignored. Excessive voltage shall be avoided as it
tends to induce holidays in the coated surface thereby giving erroneous
readings.
iii) While selecting test voltages, consideration shall be given to the tolerance
on coating thickness and the voltage should be selected on the basis of
maximum coating thickness likely to be encountered during testing of a
particular pipe.
Thickness of Coating (mm) Test Voltage (Max.) (kV)
2 10
3 12
4 15

317
SECTION: C10
V.O.CHIDAMBARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR UNDERGROUND
PIPING

iv) The electrical equipment used to test tape coating shall be a portable, low
amperage, adjustable-voltage, pulse type holiday detector. It shall be
furnished with a coil spring electrode or a suitable brush type electrode.
The primary input wattage shall not be higher than 20W, and the minimum
pulse at crest voltage shall be 20 per second.
10.9 PROTECTION OF COATED PIPES AGAINST UV DEGRADATION:
When the coated pipes are required to be left out exposed to sunlight for more
than a week before back filling the trench, the coated pipe shall be protected with
white coloured water emulsion lated paint. The water emulsion lated paint to be
used must be stabilized, pigmented dispersion of water-insoluble film forming,
high molecular wt. Synthetic polymeric materials in water. After application and
drying the paint must be able to produce a film that adheres to the coal tar tape
coating is white in colour, water resistant and able to withstand exterior exposure
without degradation for a minimum of 90 days.
10.10 COAL TAR TAPE WIDTH:
The width of coal tar tape coating for various pipe sizes shall be as follows:
PIPE NB TAPE WIDTH (mm)
80 100/125
100 100/125/166
150 125/166/200
200 125/166/200/250
250 166/200/250/333
300 166/200/250/333
>300 333

318
SECTION: C11
V.O.CHIDAMBARANAR PORT TRUST

TECHNICAL SPECIFICATION FOR INSTRUMENTATION

11.0 SCOPE OF WORK


Table No.3
Sl.No Item/Description Scope
1. Control system for Main pumps, Jockey Yes as per requirement
Pumps, Foam pumps, level transmitter for
foam tank as well as water storage tanks
2. Control systems for electrical operated Yes as per requirement
Tower Monitor, Foam Monitors, Deluge
valve of Jumbo Nozzles monitors
3. Control systems for Fire Fighting system Redundant PC-PLC Based
control Panel.
4. CCTV Yes. Required number of
CCTV cameras shall be
provided at various
locations specified as
per OISD 156
regulations. The FLP
camera shall be
provided on jetty area
within Zone-1 location.
All CCTV cameras shall
be area specific, digital,
PTZ type, 180 Degree
rotation. The CCTV
recorder shall have one
month backup and
control panel shall be
placed in the fire control
room.
5. Power Source for PANEL Yes
6. Cable Tray Yes
7. Control system for gas detection Yes
8. Control system for fire detection Yes
9. Instrument Data sheets Yes
10. Instrumentation & automation design Yes
specification
11. System Architectural drawing Yes
12. System I/O sizing Yes
13. Instrument list Yes
14. Material Take-off Yes
15. Cable Schedule Yes
16. Loop Drawings Yes

319
SECTION: C11
V.O.CHIDAMBARANAR PORT TRUST

TECHNICAL SPECIFICATION FOR INSTRUMENTATION

17. Control and technical & building Yes


arrangement drawing
18. Cable routing drawings Yes

This scope of work is general in nature & forms the guidelines for the detailed
engineering, supply installation and commissioning of the plant as per OISD-156
The purpose of instrumentation is to provide a system for monitoring, controlling
and operation of the fire fighting system with safety and environmental
consideration.
Detailed Scope of work for all interfacing jobs shall be prepared and submitted
along with schedules for all shutdowns if any, as a part of the detailed
engineering, for VOCPT review and approval. P&ID for all systems and sub-
systems, layout drawings, Purchase Specifications, Data sheets, Logic Diagrams,
SAFE Chart, etc. shall be a part of the detailed engineering scope of the
Contractor.
Broadly, the Contractor’s scope of work shall be as listed below regarding
instrumentation and control system on a Contractor basis.
a) Design and Engineering.
b) Procurement, Inspection, FAT, Shop testing, Integration Testing,
c) Erection, Installation, Field Calibration/ testing, pre-commissioning and
Commissioning
d) Certifications, Warranty certificate, O&M manual, test/inspection report,
calibration report
And shall be inclusive of all the necessary hardware & software requirements for
the effective hook-up & interfacing between systems and sub-systems to make
the systems complete and safe for operation and maintenance. All the necessary
hardware & installation materials like junction boxes, tubing/piping, tube trays,
Instrumentation fittings/ (miniature) valves/ (miniature) manifolds,
interconnecting cables, cable glands, plugs, cable trays, supports, MCTs,
stanchions, supports, connectors, terminals and termination accessories, etc.,
shall be the part of scope of work and supply of the EPC Contractor.
The description and requirements contained in this specification are indicated in
brief is project related and may not include all details. However, it is the
responsibility of the Contractor to develop approval procedure and execute the
job on a package basis in accordance with the job specifications, relevant codes,
and good engineering practices for smooth and successful operation of the plant.
Any activity required for satisfactory completion is deemed to be contractor’s
scope.

320
SECTION: C11
V.O.CHIDAMBARANAR PORT TRUST

TECHNICAL SPECIFICATION FOR INSTRUMENTATION

11.1 DESIGN AND ENGINEERING:


Contractor shall carryout design and engineering of instrumentation and controls
as per OISD-156. Documents and drawings listed in Table - 1 & 2 shall be
prepared by Contractor and furnish to VOCPT (Design Engineering Consultant)
for approval as a minimum. Any other document/ drawing not listed but required
to carry out the engineering and for integration of other equipment packages
sub-ordered by Contractor shall also be prepared and furnished to VOCPT for
approval.
The control panel related documents such as functional schematics, ladder
diagram, instrument details summary, general arrangement and layout of
control panel cable schedule etc. for various sub-package items shall be
prepared by the Contractor.
The design and engineering work shall also include review of post-order vendor
drawings and documents for all instruments. The Contractor shall thoroughly
review and approve vendor drawings for all instruments including sub-package
items, before forwarding to VOCPT. Only the approved drawings duly stamped
and signed by a competent engineer of Contractor shall be sent to VOCPT for
review.
11.2 PROCUREMENT, SHOP TESTING, SUPPLY:
Engineering for procurement shall include
a) Preparation of purchase requisitions.
b) Evaluation of offers received from different vendors
c) Review/ approval of vendor drawings
All equipment supplied shall be of field proven quality, both with respect to
design and materials. No prototype instrument or instrument of an experimental
nature shall be offered or supplied. No instrument requiring special
maintenance of operating facilities shall be offered or supplied, as far as
possible.
The Purchase Requisition (PR) for each item shall be prepared by using
instrument datasheet/ standard formats and shall contain all information
including the make and model No. of each instrument, in addition to the
material specification. Where the datasheet/ standard format is not available
for any of the instruments. Contractor shall use ISA format for the same. In
case, the Contractor intends to follow his own format for those instruments for
which the data sheet/ standard format are not included in the bid document, it
shall necessarily contain all information as in ISA format, as a minimum.
11.3 INSTALLATION, FIELD TESTING/ CALIBRATION & COMMISSIONING:
Contractor shall carry out installation of all instruments as described in
“Specification for material installation, testing and commissioning” enclosed in
the bid specification.

321
SECTION: C11
V.O.CHIDAMBARANAR PORT TRUST

TECHNICAL SPECIFICATION FOR INSTRUMENTATION

This activity shall include but not limited to installation of all field instruments,
installation of junction boxes, interconnection between instruments and
junction boxes, laying of single pair, multi pair cables from field to control
room, laying of power supply cables from control room / switchgear room to the
field, tagging and pair/core identification of all field cables including cables to
and from MCC. The cables shall be ferruled and terminated in the cabinet inside
the control room and further cabling/ wiring between the various cabinets as
per the requirement.
a) Testing & Calibration
Testing of impulse lines, instrument air lines (if bidder opt for air operated
valves the air pipelines are needed), pneumatic signal tubes and instrument
cables including special instruments/ items if any, and calibration of all
instruments shall be carried out as per the requirements in as specified in doc.
“Specification for material, installation, testing and commissioning,” enclosed
in the bid specification.
All arrangement for shop testing and calibration of all instruments shall be
carried out by the Contractor. VOCPT or its authorized representative may carry
out stage/ final inspection of any or all items of work/ supply before shipment/
installation.
11.4 SCOPE OF SUPPLY & OPERATION PHILOSOPHY:
a) Engineering, Supply, Installation commissioning of Tower Monitors and Jumbo
nozzles.
b) Engineering, Supply, Installation commissioning Control Panel for Gas detection
system, Fire detection system & Status Indication.
c) All additional instruments and controls necessary for safe, efficient operation
and safety which are not listed specifically in the document but which are
required as per vendor’s experience/ recommendation and for safety of the
plant operation, shall be in the scope of Contractor.
11.5 CONTROL ROOM
a) Hardwired relay based Control Panel
i. The operation, monitoring & data acquisition shall be based on hardwired
relay based control panel.
ii. Control panel shall have OPEN/CLOSE/STOP Status Indication Lamps and
push buttons for OPEN/CLOSE/STOP Operation.
iii. Supply and distribution of 230V UPS Power, DC Power, etc. for Control panel.
b) SCADA
SCADA System for remote monitoring.
c) FIELD
i) Supply, installation, testing and commissioning All Tower monitors, Jubmo
Nozzles at all site.

322
SECTION: C11
V.O.CHIDAMBARANAR PORT TRUST

TECHNICAL SPECIFICATION FOR INSTRUMENTATION

ii) All installation and erection materials such as impulse tubing/ piping, pipe
fittings and valves, tubing, tube fittings, cable tray/duct and tray supports,
all types of consumable and accessories or mounting all instruments and
instrument supports etc.
iii) All type of cables such as signal, alarm, control and power between:
iv) Individual instrument to field junction box
v) Equipment/ instrument to panel
vi) Panel to field junction box
vii) Field junction boxes to main control room
viii) Supply and laying of Main cable duct/ perforated tray/ angle tray/ structural
supports, consumable for cable laying and routing within the plant and up to
control room. Preparation of duct/trench (RCC/ Buried) from main control
room to plant battery limit as applicable.
ix) Junction boxes and cable glands for different types of signals such as
intrinsically safe 4-20 mA DC, switch contacts, alarm, power etc.
x) GI earthing strip for earthing of all instrumentation items like junction
boxes, instruments, etc. to electrical earthing strip in the plant.
xi) Earth pit for system earth & general earthing for instruments, equipments,
junction boxes etc. as required as per Control system Vendor’s
recommendation and Code of Practice.
xii) Any other erection material necessary for installation and commissioning of
instruments and special instrument items.
d) Instrumentation Scope of Work for Fire Fighting system
i) Sequential auto start of fire water pumps shall be based on set pressure
signals derived from fire water header pressure instruments. 5 nos. of
pressure transmitters shall be mounted on fire water header and connected
to main fire alarm fire alarm control panel. The logic shall be performed in
main fire alarm panel. Main fire alarm control panel shall be PC-PLC based
located in main control room. Pressure transmitters shall be provided on fire
water header for auto start of jockey pumps, diesel engine pump. Diesel
storage tanks for individual fire water pumps shall be provided with level
transmitter & indicators. Tripping of diesel engine fire water pumps on low
diesel tank level to be provided. Level transmitter shall be provided for fire
water tanks. Electromagnetic Flow transmitter with local indication shall be
provided to measure water flow of single & multiple pumps during various
performance trails.
ii) Local fire alarm control panel shall be provided in pump house. Local fire
alarm control panel shall consist of start/stop push buttons, Status
indication, local remote switches, selector switches for fire water pumps.
Annunciator & hooter shall be considered for audio & visual alarms of
reservoir/tanks levels, low pressure alarms etc. Digital indicator for header
pressure, reservoir level.

323
SECTION: C11
V.O.CHIDAMBARANAR PORT TRUST

TECHNICAL SPECIFICATION FOR INSTRUMENTATION

iii) Main fire alarm control panel shall be provided for automated starting of Fire
water pumps based on lead lag logic in control room. This shall be fail safe,
Dual redundant PC-PLC based as per standard spec. enclosed elsewhere in bid
documents.

Main fire alarm control in control room shall be with monitor to multiple display
graphics. Separate annunciator (hard wired) shall be provided on operator
console for audio Visual alarms. Start stop Push buttons, selector switches, Auto
manual switches for pumps shall be provided on operator console.
Graphic screens shall display fire water pump house P&ID, diesel tank levels &
alarms, reservoir levels & alarms, pumps status & alarms, pressure indication
alarms, fire detection, gas detection, foam monitors, tower monitor, jumbo
nozzles (open/close) system graphics. Area wise graphic displays for manual call
point’s status with pop-ups etc.
All pump running indication to be displayed in SCADA system.
DRAWINGS/ DOCUMENTS REQUIRED FROM CONTRACTOR
The following documents (as is applicable) shall be submitted by the Contractor for
Owner’s information/ review/ records:
TABLE – 1
S No. DESCRIPTION REMARKS

Material Requisition and Purchase Requisition for all


1. instruments MR=I, PR= A
2. Documents/ drawings list and schedule A
3. Logic/ Ladder diagrams (with write-up) A
4. Functional schematics A
5. GAD and layout of Control Panel/ Gas Panel A
6. Instrument details summary I
7. Cable/ Tubing schedule A
8. Instrument duct/ tray/ trench layout I
9. Instrument location, JB location I
10. Instrument Index I
11. Sub-vendor list A
12. Instrument/ Detector/ MCP mounting details I
13. Certificates (statutory/ test calibration/ inspection) I
14. Installation, operation and maintenance manuals I
15. As-built drawings/ documents A
16. Instrument power consumption I
17. Sub vendor drawings/ documents A
18. Power supply distribution/ feeder requirement A

324
SECTION: C11
V.O.CHIDAMBARANAR PORT TRUST

TECHNICAL SPECIFICATION FOR INSTRUMENTATION

19. Instrumentation/ Electrical interface details I


20. MCT layout I
A = For Approval,
I = For Information

TABLE – 2
SNo. DESCRIPTION REMARKS

1. Fire Control panel front layout

2. Gas detection panel front layout

3. Power consumption list & UPS requirement.

4. Control room equipment/ panel foundation details

5. Input / Output list

6. Loop wiring diagram

7. Power supply distribution

8. System grounding details

9. Bill of Material

Acceptance procedures for Testing, Installation &

10. Commissioning

Test certificates of system from engg. / operating / testing

11. Agency.

Certificates from statutory authorities.

12. Catalogues including Technical information / literature.

13. Installation details.

14. Operation and maintenance manuals.

Any other drawings / document not mentioned in the above list but
required during erection, commissioning, or for reconfiguration of system,
shall also be supplied by the vendor.

A = For Approval, I = For Information

325
SECTION: C12
V.O.CHIDAMBARANAR PORT TRUST

TECHNICAL SPECIFICATION FOR CIVIL WORKS

12.0 General:
This scope of work is general in nature & forms the guidelines for the detailed
engineering, supply installation and commissioning of the plant as per OISD-156
latest edition:
The work to be performed by the Contractor under the scope of this bid shall
include, but not limited to the responsibilities for design, detailed engineering,
procurement, fabrication, construction, assembly/packaging, inspection & shop
testing at manufacturer’s works, supply, transportation, site installation, pre-
commissioning trials, testing, commissioning, etc. Scope of work also includes
transportation of materials labour, tools and tackles, consumables etc.
Intending bidders are advised to visit the site and assess the quantum of work,
before submitting their offer. Contractor shall carry out all detailing considering
the requirement given in this document as a minimum. Any upward change
necessitated during detailed engineering due to the site conditions, soil
parameters and process or operational requirements shall be incorporated in the
works by the contractor without any extra time and / or cost implication to the
PORT.
The work shall be carried out as per detailed scope of work, design criteria,
attached specifications, standards codes and drawings for the facilities but not
limited to the following:
a) RCC walkway, footpath, RCC pipe culverts including entry to sheds etc
b) Pipe way bridges, pipe racks, pipe sleepers, pipe support, cable
trenches/racks, cable trays setc as per process requirement.
c) Modification of existing pump foundation. Additional foundation required
for proposed pumps
12.1 Structural Design validation of Existing Structures.
a) For the proposed equipment housed in the existing Fire Water Pump House,
the CONTRACTOR shall validate the structural design adequacy of existing
foundation, columns, beams, slabs, pedestals, etc., by the approved
competitive agencies who have executed the similar type of marine works.
b) The CONTRACTOR shall submit a detailed design and drawings with
modifications if required for EMPLOYERS approval along with the technical
bid.
c) The available design inputs shall be provided to the CONTRACTOR. In case
any further design inputs are required, the CONTRACTOR shall make their
own necessary arrangements to obtain the inputs.
12.2 Electrical/Instrument cable road crossings (ERC/IRC):
a. Design and construction of roads crossings for electrical / instruments cables
including finalization of cable routing.
b. Electrical/instrumentation road crossings (ERCs / IRCs) and cable trenches
shall be provided as per electrical and instrumentation requirements.

326
SECTION: C12
V.O.CHIDAMBARANAR PORT TRUST

TECHNICAL SPECIFICATION FOR CIVIL WORKS

12.3 RCC sleepers:


a) Design and construction of RCC sleepers and pipe way bridges for laying all
piping and road crossings. Firewater sleeper shall be independent and shall
not carry any process piping. The contactor shall decide pipe sleeper’s type.
b) RCC sleepers and structural pipe way bridges shall be provided as per piping /
electrical / instrumentation requirements - Pipe support/Cable trays/Road
crossings for pipes and cables etc.
c) The sleepers for process piping and fire water lines shall be designed based
on the soil bearing capacity (to be ascertained by the bidder during site
survey) and the horizontal / vertical loads of the pipes running full. Before
laying of sleepers, black cotton soil if any shall be replaced by sand up to
minimum 500 mm depth below the foundation for a width 500 mm more than
the width of foundation. The compaction criteria of sand shall be as per
relevant specifications of BIS and this tender. Sleepers shall be minimum 300
mm above FGL / HPP. Crossovers shall be provided wherever required.
12.4 Earthwork & Site Grading:
a) Only new / proposed facilities area to be developed and raised up till FGL.
b) Bidder shall assess, earth work quantity based on the survey carried out by
himself, extent of number of trees to be cut, shrubs, bushes, vegetation
etc. himself before bidding, by visiting the site. The complete work shall be
carried out as per standards, specification and drawings etc
c) The contractor shall carry out earthwork in filling (and cutting, if any) to
make up levels in general site grading to bring the tripped areas upto the
required finished ground levels (FGL) with approved good quality earth.
Only non-expansive (yellow) earth shall be used, (expansive black cotton
soil shall not be used). The earth for filling shall be free of clods, grass,
vegetation etc. The earth and borrow pits shall be arranged by the
contractor on his own for all leads / lifts from a location approved by the
Engineer In-Charge.
d) Disposal of surplus / excavated earth & debris outside PORT campus as per
directions of Engineer In-Charge for all leads and lifts keeping PORT
indemnified from any claim from any person/ authority/ agency etc.
whatsoever.
e) After demolition of existing facilities, all the depressions shall be filled with
good quality earth & compacted up to FGL.
f) All unpaved areas shall be suitably graded and sloped towards the drains in
the battery limit area or drains outside battery limit area.
g) The FGL of the pump house shall be frozen during detailed engineering
stage based on the hydraulic report of contour survey to be done by the
VOCPT and the vertical turbine pumps sump depth shall be finalised based
on the marine survey contours.

327
SECTION: C12
V.O.CHIDAMBARANAR PORT TRUST

TECHNICAL SPECIFICATION FOR CIVIL WORKS

12.5 Roads, approaches and footpaths / walkways:


Emergency walkways/footpaths shall be marked on the existing jetty approach as
per operational requirements, specifications, standards and drawings for smooth
maintenance and operation of the jetty fire fighting.
12.6 Pipe Supports / Pipe racks / Trestles / cable trays / Road crossing for pipes &
cables:
a) Design and construction of overhead and underground road and other crossings
for various pipes and cables etc.
b) All overhead and underground crossings such as pipe way bridge and cable tray
crossings (CTCs), RCC culverts / Hume pipes / trenches shall be provided as per
piping / electrical / instrumentation requirements. Specifications, design basis /
job specifications attached with this document.
c) Proper arrangement for taking cables, pipes and all other interconnections shall
be provided by the contractor. The schematic arrangements and details shall be
prepared by the contractor and got approved from the VOCPT.
d) The ground pipes shall be laid on pipe sleepers with a bottom clearance of 300 to
500 mm from finished grade level. Pipe way crossing of suitable design shall be
provided for crossover wherever required.
e) Structural steel trestles shall be provided wherever required.
f) The overhead pipes shall be laid on steel support of adequate design. The
minimum clearance between pipe bottom and finished grade level shall be as per
piping specifications.
g) Cable trays shall run along on pipe rack or pipe sleepers with adequate spacing.
Where it is not possible to run it on pipe rack / sleepers, overhead cable trays
shall be used with proper structural supports. Road crossing shall be through
culverts or ERC / IRC. Cable trench shall be made in plant area where it is not
possible to run on pipe sleepers / racks. Approved electrical / instrumentation
cable layout shall be referred to for routing the cables.
h) Pre-cast RCC trench / earth pit cover shall have 3mm MS strip around the block
to give it rugged shape.
i) When it is required to lay electrical / instrumentation cable below ground they
shall be laid in RCC trenches or buried as per details given in Electrical /
Standard structural specifications. The contractor shall submit design details of
cable trench for approval during detailed engineering.
12.7 RCC pavements:
a) Heavy duty RCC pavement shall be provided in areas where maintenance and
crane movement is envisaged as per design criteria and rest of the areas shall be
provided with Type-II RCC pavement as per standards and drawings attached to
the tender in case of cutting the existing pavement.
b) Type-II RCC pavement shall be provided for flare paving as standard and drawings
attached to tender.
c) The joining sealing compound shall conform to BIS: 1834.

328
SECTION: C12
V.O.CHIDAMBARANAR PORT TRUST

TECHNICAL SPECIFICATION FOR CIVIL WORKS

d) Top surface of the pavement shall be provided with adequate slopes as required
for the surface drainage.
12.8 Foundations for structures, equipment’s etc.

a) Foundation for equipment such as vessels, Pumps, pipe, tanks and other
relevant auxiliary foundations including package items shall be designed and
constructed for safe bearing capacity of existing structures and designed load
and as per recommendations .
12.9 Control Room:
a. Modification of existing Control room, UPS room and MCC panel room in
Pump House such as Partition walls, internal & external plaster and
painting, Aluminium doors and windows for adequate ventilation, False
ceiling , False Flooring, Flooring as per requirement.
b. Architectural design of the buildings shall be in conformity with the
following:
i) Codes and Standards
ii) National building Code of India
iii) Local Municipal or other authority’s bye-laws
iv) Relevant state Govt. Factory Acts
v) As per the OISD regulations
vi) Any other rules/regulations/recommendations as applications
12.10 Tower Monitor
Three numbers of steel structured towers shall be provided for tower
monitor as per specification and latest codes details in civil design criteria.
The actual size and location for the same shall be decided and finalized
during detailed engineering.
12.11 Hand Railings
a) The height of railing shall be 1.0 meter minimum and it shall be of
Galvanized Iron (GI) pipe rail of 40 mm OD and 1.0 meter height (Clear) shall
be provided around platforms, and emergency stairway, etc. and along with
stair cases for accessing platform, in double rows with 40 mm dia. GI pipe
uprights at a spacing of not more than 1.5 meter interval. In addition knee
rails and TOE board shall also be provided. At ladder points a safety chain /
drop bar is to be provided. Knee rails and TOE boards shall have one coat of
red oxide zinc chromate primer and two coats of approved enamel paint.
b) A suitable arrangement for grouting of hand railing supports has to be
provided wherever it is coming on RCC structure and suitable welding
specifications are to be adhered to wherever it is on steel structure.
c) The exact length / perimeter of new railings to be installed shall be decided
during detailed engineering based on process and operational requirements.
d) Operating platforms jump over, including stairs, ladders, railings etc. if any.

329
SECTION: C12
V.O.CHIDAMBARANAR PORT TRUST

TECHNICAL SPECIFICATION FOR CIVIL WORKS

12.12 Miscellaneous
a) Fire proofing of structural steel members and equipment supports,
wherever required, as per specifications and OISD standards.
b) Water proofing and damp proofing wherever required
c) Anti-termite treatment works, plinth protection works, soil treatment for
foundations, dewatering, and providing framing inserts in concrete /brick
work as required. Providing sand traps, oil traps, manholes, oil catch pits
etc.
d) Protective lining/ coating wherever required as per the specifications and
plastering and painting of reinforced cement concrete work, cement
concrete work, brickwork and steel members.
e) Miscellaneous civil works like turfing/ pitching with bricks to protect the
slopes of all earthen embankments including side slopes of the filled-up
areas and roads, compound wall/boundary wall
f) Providing walk ways wherever required, writing name boards for all the
structures, signs/markings, providing cranes, monorails, chain pulley and
other
g) Any other civil/ structural works that may emerge during detailed
engineering/ construction phase of work for satisfactory and successful
completion of the project.
h) Platforms for maintenance, operations, dyke cross overs shall be provided
wherever required as per engineering practices and with ease for
operations.
i) All furniture, fixtures required in Control Room &MCC room, Substation
shall have to be planned, provided and set properly.
12.13 GENERAL CODES:
a) Material Grade: Refer Civil Design criteria for Concrete grade, Reinforcement
grade, PCC grade etc.
b) Design a. Refer Civil Design criteria for designing of various structures,
loading, minimum cover and thickness of members, codes to be followed etc.
c) All structures shall be constructed as per specifications.
12.14 MATERIAL & CONSTRUCTION SPECIFICATIONS FOR CIVIL
12.14.1 GENERAL
12.14.1.1 These specifications establish and define the Material and Constructional
requirements for Civil & Structural Works.
12.14.1.2 Contractor’s scope of Supply includes all the materials (consumables and non-
consumables), tools, tackles, labours etc. to complete the work in all respect
as per scope of work, specifications, codes, standards and statutory
requirements.
12.14.1.3 All materials shall be of standard quality and manufactured by renowned
concerns conforming to Indian Standards and shall be "ISI” mark as far as
possible unless otherwise approved by the Engineer-in-Charge. The Contractor

330
SECTION: C12
V.O.CHIDAMBARANAR PORT TRUST

TECHNICAL SPECIFICATION FOR CIVIL WORKS

shall get samples of all materials approved by the Engineer- in-Charge prior to
their bulk procurement and use. Contractor shall furnish manufacturer’s
certificates, for the materials supplied by him when asked for. Further to that
he shall get the materials tested from an approved test house, if asked for by
the Engineer-in-Charge. The cost of all tests shall be borne by the Contractor.
Materials not conforming to specifications or considered defective by the
Engineer-in-Charge shall not be used and shall be promptly removed from the
site by the Contractor at his own expense.
12.14.1.4 Whenever any reference to BIS Code is made, the same shall be taken as the
latest revision (with all amendments issued thereto) at the time of execution.
12.14.1.5 The lump sum price quoted by the Contractor shall be inclusive of all
incidental charges such as carriage, octroi, loading, unloading, storing, safe
custody, watch & ward, returning back surplus materials to godown of issue
(where applicable) etc.
12.14.1.6 Providing and operating necessary measuring and testing devices and materials
(including all consumables) are included in the Contractor's scope of work.
The lump sum quoted price shall be inclusive of the cost of all such tests,
which are required to ensure achievement of specified quality. No separate
payment for testing shall be made.
12.14.2 MATERIALS / CONSUMABLES
12.14.2.1 General
12.14.2.2 The minimum requirements of various materials to be used in Civil and
Structural works are as below:
12.14.2.3 Water
12.14.2.4 Water used in construction for all civil & structural works shall be clean and
free from injurious amounts of oil, acids, alkalies, organic matters or other
harmful substances which may be deleterious to concrete, masonry or steel.
The pH value of water sample shall be not less than 6. Potable water will be
considered satisfactory. All requirements of IS:456, have to be met.
12.14.2.5 Tests on water samples shall be carried out in accordance with IS:3025 and
these shall fulfill all the guidelines and requirements given in IS:456.
12.14.2.6 Water for curing shall be of the same quality as used for concreting and
masonry works.
12.14.3 Aggregate (For Concrete)
12.14.3.1 General
a) Coarse and fine aggregates for Civil and Structural Works shall conform in all
respects to IS:383 (Specification for coarse and fine aggregates from natural
sources for concrete). Aggregates shall be obtained from an approved source
known to produce the same satisfactorily. Aggregates shall consist of
naturally occurring (crushed or uncrushed) stones, gravel and sand or a
combination thereof. These shall be chemically inert, hard, strong, dense
durable, clean and free from veins, adherent coatings, injurious amounts of

331
SECTION: C12
V.O.CHIDAMBARANAR PORT TRUST

TECHNICAL SPECIFICATION FOR CIVIL WORKS

alkalis, vegetable matter and other deleterious substances such as iron


pyrites, coal, lignite, mica, shale, sea shells etc.
b) Aggregates which may chemically react with alkalis of cement or might cause
corrosion of the reinforcement shall not be used.
c) The maximum quantities of deleterious materials in the aggregates as
determined in accordance with IS:2386 - Part II (Methods of Test for
aggregates for concrete), shall not exceed the limits defined in IS:383.
12.14.3.2 Coarse Aggregates
a) Coarse aggregates are the aggregates, which are retained on 4.75mm IS
Sieve. It shall have a specific gravity not less than 2.6 (saturated surface
dry basis).
b) These may be obtained from crushed or uncrushed gravel or stone and
may be supplied as single sized or graded. The grading of the aggregates
shall be as per IS: 383 or as required by the mix design, to obtain
densest possible concrete
12.14.3.3 Fine Aggregates
a) Fine aggregates are the aggregates which pass through 4.75mm IS sieve
but not more than ten percent (10%) pass through 150 micron IS sieve.
These shall comply with the requirements of grading zones I, II and III of
IS:383. Fine aggregates conforming to grade zone IV shall not be used
for reinforced concrete works.
b) Fine aggregates shall consist of material resulting from natural
disintegration of rock and which has been deposited by streams or
glacial agencies, or crushed stone sand or gravel sand. Sand from sea
shores, creeks or river banks affected by tides, shall not be used for
filling or concrete works.
12.14.3.4 Sampling and Testing
The Contractor shall carry out all tests including mix designs of concrete, at
the start of work as well as during any stage of construction as per the
requirement. Tests shall be carried out in accordance with IS:516-Methods of
test for strength of concrete and IS:2386-Methods of test for aggregates for
concrete. The method of sampling shall be in accordance with the
requirements given in IS: 2430.
12.14.3.5 Storage of Aggregates
a) Storage of all types of aggregates at the site of work shall be as
specified in IS: 4082. Aggregates shall in no case be stored near
excavated earth or directly over ground surface.
b) Fine aggregates delivered at the site in wet condition or becoming wet
due to rain or any other means, shall not be used for at least 24 hours.
For the use of such aggregates the contractor shall adjust the water
content in accordance with IS:2386 to achieve the desired mix.

332
SECTION: C12
V.O.CHIDAMBARANAR PORT TRUST

TECHNICAL SPECIFICATION FOR CIVIL WORKS

12.14.4 Cement
Unless otherwise specifically called for, cement3 for RCC and PCC/lean
concrete works shall be one of the following:
33 grade ordinary or low heat Portland cement IS: 269
43 grade ordinary Portland cement IS: 8112
Portland slag cement IS: 455
Portland Pozzolana cement (fly ash based) IS: 1489 (Part-1)
(The type of cement selected shall be appropriate for the intended use).
Portland Pozzolana cement (calcined clay based) IS:1489 (Part-2) Sulphate
resisting Portland cement IS: 12330
High alumina cement IS: 6452
For masonry applications the use of Masonry cement (conforming to IS:3466)
can be made
12.14.5 Steel
12.14.5.1 General
All steel bars, sections, plates, and other miscellaneous steel materials, etc.
shall be free from loose mill scales, rust as well as oil, mud, paint or other
coatings. The materials, construction specifications such as dimensions,
shape, weight, tolerances, testing etc, for all materials covered under this
section, shall conform to respective BIS codes.
12.14.5.2 Reinforcement Bars: High strength deformed (HSD) TMT steel bars of
minimum grade Fe 415, conforming to IS:1786 shall be used.
12.14.5.3 Structural Steel sections shall conform to following BIS codes: steel tubes for
structural purposes IS: 1161
12.14.5.4 Mild Steel Tubes, tubular and other wrought steel fittings IS: 1239 Steel for
general structural purposes (Grade A) IS: 2062
12.14.5.5 Hollow steel sections for structural use. IS:4923
12.14.5.6 Miscellaneous Steel Materials
Miscellaneous steel materials shall conform to the following BIS codes:
Expanded Metal Steel Sheets for General purposes IS:412
Specification for mild steel and medium tensile steel bars and hard drawn
steel wire for concrete reinforcement (Grade I)
(For mild steel bars of anchor bolts, rungs, metal inserts,
grating etc.)IS: 432
Hexagonal head bolts, screws & nuts of product Grade C.IS:1363
Cold formed light gauge structural steel sectionsIS: 811
Technical supply conditions for threaded steel fasteners IS:1367
PlainwashersIS:2016
Steel wire ropes for general engineering purposes IS:2266
Thimbles for wire ropes. IS:2315
Bulldog grips. IS:2361
Mild Steel Tubes, tubular and other wrought steel fillings.
(For Hand rail tubular sections) IS:1239

333
SECTION: C12
V.O.CHIDAMBARANAR PORT TRUST

TECHNICAL SPECIFICATION FOR CIVIL WORKS

Drop forged sockets for wire ropes for general engineering


Purposes IS:2485
Steel chequered plates IS:3502
Hexagonal bolts and nuts (M42 to M150). IS:3138
12.14.5.7 Anchor Bolts
Material for Anchor Bolts such as MS bars, washers, nuts, pipe sleeves and
plates etc. shall be as per relevant BIS codes

334
SECTION: C13
V.O.CHIDAMBARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR STRUCTURAL
STEEL

13.0 STANDARD SPECIFICATION FOR STRUCTURAL STEEL WORK


(FABRICATION/ERECTION)
13.1 SCOPE
This specification covers supply of material fabrication, testing, painting and
delivery to site and erection after assembly of structural steelwork including
supply of all consumable stores and bolts, nuts, washers, electrodes and other
materials required for fabrication and field connection of all structural
steelwork complete as per design / drawings / specifications under the scope
of the contract.
13.2 GENERAL
Any mismatch of any structural assembly or any mismatch during erection, the
contractor shall submit rectification proposal (with due concurrence of
Designer) for approval of the Company. Rectification Work shall be taken up
as per approval.
13.3 Work by others
No sub-contracting (including preparation of fabrication drawings) under this
specification will be allowed, unless specifically mentioned elsewhere in the
contract / approved by the EIC.
13.4 Codes and Standards
All work including materials supplied for temporary / permanent incorporation
in this work under this specification shall, unless otherwise specified in the
contract, conform to the requirements of the latest revision and/or
replacements of the following or any other relevant Indian Standard
specifications and codes of practice. In case any particular aspect of the work
is not covered by an Indian Standard Specification, the Contractor shall submit
a procedure for the same and obtain approval of EIC.
BIS : 226 - Structural Steel (Standard Quality) BIS : 813 -
Scheme of symbols for welding.
BIS : 815 - Classification and coding of covered electrodes for metal arc
welding of mild steel and low alloy high tensile steel.
BIS : 817 - Code of practice for training and testing metal arc
. welders.
BIS : 818 - Code of practice for safety and health
requirements in electric and gas welding and cutting
operations.
BIS : 822 - Code of practice for inspection of welds.
BIS : 919 - Recommendations for limits and fits for
Engineering.
BIS : 961 - Structural Steel (High Tensile).
BIS : 1148 - Rivet bars for structural purposes
BIS : 1149 - High tensile rivet bars for structural purposes. BIS : 1161 -
Steel Tubes for Structural purposes.

335
SECTION: C13
V.O.CHIDAMBARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR STRUCTURAL
STEEL

BIS : 1200 - Method of measurement of steelwork and ironwork (part


8).
BIS : 1239 - Mild Steel Tubes.
BIS : 1363 - Black hexagon bolts, nuts and lock nuts
(dia 6mm to 24mm).
BIS : 1364 - Precision and semi-precision hexagon bolts, screws, nuts
and locknuts (dia range 6 to 39 mm).
BIS : 1367 - Technical supply conditions for Threaded Fasteners.
BIS : 1442 - Covered electrodes for the metal arc welding of high
tensile structural steel.
BIS : 1608 - Method for tensile testing of steel products other than
sheet strip, wire and tube.
BIS: 1730 - Dimensions for steel plate, sheet and strip for structural
and general engineering purposes.
BIS : 1731 - Dimensions for steel flats for structural and general
engineering purposes.
BIS : 1852 - Rolling and cutting tolerances for hot rolled steel products.
BIS : 1977 - Structural steel (Ordinary quality) ST-42-0. BIS : 2062 -
Structural steel (fusion welding quality).
BIS : 2074 - Ready mixed paint, red oxide Zinc chromate priming.
BIS : 2629 - Recommended practice for Hot-dip galvanizing of Iron and
Steel.
BIS : 3757 - High Tensile Friction Grip bolts.
BIS : 4759 - Specifications for Hot-Dip Zinc Coatings Structural
Steel and other Allied products.
BIS : 7215 - Tolerances for fabrication of steel structures.
BIS : 823 - Code of procedure for Manual Metal ARC welding of Mild
Steel.
BIS : 1024 - Code of practice for use of welding in Bridges and
Structures subjected to Dynamic loading.
BIS : 1365 - Slotted counter sunk Head and slotted Raised counter sunk
Head screws (Dia 1.6 to 20mm).
BIS : 1447 - Code of Practice for Finishing of Ferrous Metals in Buildings
Painting and Allied finishes.
BIS : 2016 - Plain Washers.
BIS : 3664 - Code of practice for Ultrasonic Testing by Pulse Echo
Method.
BIS : 5334 - Code of practice for Magnetic Particle Flow Detection of
welds.
BIS : 7318 - Approved Test for welders when welding procedure
approval is not required.
BIS : 7318 - Fusion Welding of Steel.

336
SECTION: C13
V.O.CHIDAMBARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR STRUCTURAL
STEEL

13.5 Conformity with Designs


Except where the standard connection details are furnished, the contractor
shall design all connections, supply and fabricate all steel work and furnish
all connection materials in accordance with the approved drawings and/or as
instructed by the Engineer-in-Charge keeping in view the maximum utilization
of the available sizes and sections of steel materials.
13.6 Materials to be used
13.6.1 General
All steel materials required for the work will be supplied by the contractor
unless otherwise specified elsewhere in the contract. Steel used for
construction shall be free from rust and pitting. Steel shall be as fresh as
possible. The steel material shall be free from mill scales, slag inclusions,
lamination, pitting, rust, etc. On receipt of steel material, the contractor
shall submit Mill test Certificate of the material and offer for inspection of
material. During inspection the Steel shall be identified / verified for Heat
No. / Cast No., bar or bloom number, plate number, supply condition.
Dimensions, grade of steel (basic specification) along with Mill Test
Certificate. Whenever the materials are required to be used from unidentified
stocks, if permitted by the Engineering-charge, a random sample shall be
tested at an approved laboratory from each lot of 50 tonnes or less of any
particular section.
The arc welding electrodes shall conform to the relevant Bureau of Indian
Standard Codes of Practice and Specifications and shall be of heavy coated
type. The thickness of the coating shall be uniform and concentric. With each
container of electrodes, the manufacturer shall furnish instructions giving
recommended voltage and amperage (Polarity in case of
D.C. supply) for which the electrodes are suitable.
13.6.2 Steel / Fasteners / Welding electrodes / paints etc.
13.6.3 The above materials to be used in construction within the purview of this
specifications shall comply with the applicable Indian Standard Specifications.
13.6.4 In case of imported steel materials being used, these shall conform to
specifications equivalents to any of the above as may be applicable.
13.6.5 Where high tensile steel is specified for rivets, steps shall be taken to ensure
that the rivets are so manufactured that they can be driven and heads formed
satisfactorily without the physical properties of steel being impaired.
13.7 Bolts and Nuts
Materials for Bolts and nuts under the purview of this contract shall comply
with any of the following Indian Standard Specifications as may be applicable.
(a) Mild Steel : All mild steel for bolts and nuts when tested in accordance
with the following Indian Standard Specification shall have a tensile
strength of not less than 44 kg/mm2 and a minimum elongation of 23
percent on a gauge length of 5.4 A, where ‘A’ is the cross sectional area

337
SECTION: C13
V.O.CHIDAMBARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR STRUCTURAL
STEEL

of the test specimen.


(b) High Tensile Steel (Structural Quality) : The material used for the
manufacture of high tensile steel bolts and nuts shall have a minimum
tensile strength 58 Kg/mm2. Other mechanical properties shall conform
to grade HT of BIS:961.
(c) High Tensile Steel (Special Quality) : The material used for the
manufacture of special quality high tensile steel bolts and nuts shall have
the mechanical properties appropriate to the particular class of steel as
set out in IS:1367 or as approved by the Engineer-in-Charge.
13.8 Storage of Material
13.8.1General
All materials shall be so stored as to prevent deterioration and to ensure the
preservation of their quality and fitness for the work. Any material which has
deteriorated or has been damaged shall be removed from the contractor’s
yard immediately, failing which, the Engineer-in-Charge shall be at liberty to
get the material removed and the cost incurred thereof shall be realized from
the contractor. The contractor shall maintain upto date accounts in respect of
receipt, use and balance of all sizes and sections of steel and other materials.
In case the fabrication is carried out in Contractor’s fabrication yard / shop,
all materials meant for use in this contract shall be stacked separately with
easily identifiable marks.
13.8.2Yard
The Contractor will have to establish a suitable yard in an approved location
at site for storing the fabricated steel structures and other materials which
will be delivered to him by the Vendor according to the contract. The yard
shall have proper facilities like, drainage, lighting, suitable access for large
cranes, trailers and other heavy equipments. The yard shall be fenced all
around with security arrangement and shall be of sufficiently large area to
permit systematic storage of the fabricated steel structures without
overcrowding and with suitable access for cranes, trailers and other
equipment for use in erection work in proper sequence in accordance with the
approved programme of work.
13.8.3Covered Store
All field connection materials, paints, cement etc. shall be stored on well
designed racks and platforms off the ground in a properly covered store
building to be built at the cost of the Contractor.
13.8.4Steel
The steel to be used in fabrication and the resulting sub piece shall be stored
in separate stacks off the ground section wise and lengthwise so that they can
be easily inspected, measured and accounted for at any time. If required by
the Engineer-in-Charge, the materials may have to be stored under cover and
suitably painted for protection against weather.

338
SECTION: C13
V.O.CHIDAMBARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR STRUCTURAL
STEEL

13.8.5Electrodes
The electrodes for electric arc welding shall be stored in a properly designed
racks, separating different types of electrodes in distinctly marked
compartments. The electrodes shall be kept in a dry and war, condition if
necessary by resorting to heating.
13.8.6Bolts, Nuts and Washers
Bolts, nuts and washers and other fastening materials shall be stored on racks
off the ground with a coating of suitable protective oil. These shall be stored
in separate gunny bags or compartments according to diameter, length and
quality.
13.8.7Paints
Paints shall be stored under cover in air tight containers. Paints supplied in
sealed containers shall be used up as soon as possible once the container is
opened.
13.9 Quality Control
The Contractor shall establish and maintain quality control procedures for
different items of work and materials to the extent necessary to ensure that
all work is performed in accordance with this specification. In addition to the
Contractor’s quality control procedures, all materials and workmanship shall
be subject to inspection at the contractors fabrications shop (whether located
at site / elsewhere) by the Engineer-in-Charge or his representative. The
Contractor shall co-operate with the Engineer-in-Charge or his representative
in permitting access for inspection to all places where work is being done and
in providing free of cost all necessary help in respect of tools and plants,
instruments, labour and materials required to carry out the inspection. The
inspection shall be so scheduled as to provide the minimum interruption to
the work of the contractor.
Materials or workmanship not in conformance with the provisions of this
Specification may be rejected at any time during the progress of the work.
The quality control procedure shall cover but not be limited to the following
items of work :-
(1) Steel : Quality, Mill Test Certificate, test reports of representative
sample of materials from unidentified stocks if permitted
to be used.
(2) Bolts : Mill test certificate Nuts & washers dimension checks,
material testing.
(3) Electrodes :Mill test certificate thickness and quality of flux coating.
(4) Welders :Qualifying Tests.
(5) Welding sets :Performance Tests.

(6) Welds :Visual inspection, Destructive / non-destructive tests

339
SECTION: C13
V.O.CHIDAMBARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR STRUCTURAL
STEEL

such as Radiography, Ultrasonic tests etc. as applicable.


(7) Paints :Mill test certificate physical inspection reports.
(8) Galvanizing :Tests in accordance with IS:2633 Method for testing
uniformity of coating on Zinc coated Articles and IS:4759
Specification for Hot-Dip Zinc coatings on Structural
Steel and other allied products.

(9) Erection :Clearing levels, grades, plumbs, joint characteristics


including tightness of bolts.

10) Grouting :Cleaning and roughness of foundation, quality of


materials used for grouting, admixtures, consistency and
strength of grout.

11) Painting :Preparation of surface for painting, quality of primers


and paints, th inners, application and uniformity of
coats.
13.10 Standard dimensions, forms and weights
The dimensions, forms, weights and tolerances of all rolled shape rivets,
bolts, nuts, studs, washers, etc. and other members used in the fabrication of
any structure shall, wherever applicable, conform to the requirements of the
latest relevant Indian Standards, wherever they exist, or, in the absence of
Indian Standards, to other equivalent standards.
13.11 Shop Drawings
The sequence of submission of shop drawings for approval shall match with
the approved fabrication and erection schedule. The shop drawings will be
submitted for review / approval for ascertaining / verifying the general
conformity with the design requirements / specifications so as to ensure the
correctness of general arrangement for centerline dimensions and levels,
section sizes, and adequacy of connections including splice joints as to the no.
of bolts weld length, size of gusset/enc plates. Ensuring the correctness of all
other details like cutting lengths, matching of holes, notch dimensions, match
markings, bill of materials, bolt list etc. will be entirely the Contractor’s
responsibility.
The shop drawings shall include but not be limited to the following :-
(a) Assembly drawings giving exact sizes of the sections to be used and
identification marks of the various sections.
(b) Dimensional drawings of base plates, foundation bolt location etc.
(c) Comparison sheets to show that the proposed alternative section, if any,
are as strong as the original sections shown on the Design Drawings.

340
SECTION: C13
V.O.CHIDAMBARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR STRUCTURAL
STEEL

Any other drawings or calculations that may be required for the clarification
of the works or substituted parts thereof.
These drawings shall give all the necessary information for the fabrication,
erection and painting of the steelwork in accordance with provisions of this
specification. Shop drawings shall be made in accordance with the best
modern practice and with due regard to sequence, speed and economy in
fabrication and erection. Shop drawings shall give complete information
necessary for fabrication of two various components of the steelwork,
including the location, type, size and extent of welds. These shall also clearly
distinguish between shop and field rivets, bolts and welds and specify the
class of bolts and nuts. The drawings shall be drawn to a scale large enough to
convey all the necessary information adequately. Notes on the shop drawings
shall indicate those joints or groups of joints in which it is particularly
important that the welding sequence and technique of welding shall be
carefully controlled to minimize the locked-up stresses and distortion.
Welding symbols used shall be in accordance with the requirements of the
Indian Standard Specification BIS : 813.
13.12 WORKMANSHIP
Fabrication
13.12.1 General
All workmanship shall be equal to the best practice in modern structural
shops, and shall conform to the provisions of the Indian Standard IS:800 – Code
of Practice for use of Structural Steel in General Building Construction and
other relevant Indian Standards or equivalent.
13.12.2 Straightening Material
Rolled materials before being laid off or worked, must be clean free from
sharp kinds, bends or twists and straight within the tolerance allowed by the
Indian Standard Specification BIS:1852 – Specification for rolling and cutting
tolerance for hot-rolled steel products. If straightening is necessary, it may be
done by mechanical means only. Straightening by heating is not permitted.
Removing distorted portion and use of remaining portion is permitted.
Cutting shall be effected by shearing, cropping or sawing. Use of a
mechanically controlled gas cutting torch may be permitted for mild steel
only. Gas cutting of high tensile steel may also be permitted provided special
care is taken to leave sufficient metal to be removed by machining, so that all
metal that has been hardened by flame is removed. Gas cutting without a
mechanically controlled torch may be permitted if special care is taken and
done under expert hand, subject to the approval of the Engineer- in-Charge.
To determine the effective size of members cut by gas, 2mm shall be
deducted from each cut edge. Gas cut edges, which will be subject to
substation stress or which will be subjected to substantial stress or which are
to have weld metal deposited on them, shall be reasonably free from gauges,

341
SECTION: C13
V.O.CHIDAMBARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR STRUCTURAL
STEEL

occasional notches or gauges not more than 4mm deep will be permitted.
Edges greater than 4 mm that remain from cutting shall be removed by
grinding. All reentrant corners shall be shaped notch free to a radius of at
least 12mm. Shearing, cropping and gas cutting shall be clean, reasonably
square and free from any distortion.
13.12.3 Planing of edges
Planing or finishing of sheared or cropped edges of plates or shapes or of
edges gas cut with a mechanically controlled torch shall not be required,
unless specifically required by design and called for on the drawings, included
in a stipulation for edge preparation for welding or as may be required after
the inspection of the cut surface. Surface cut with hand flame shall generally
be ground, unless specifically instructed otherwise by the Engineer-in-Charge.
13.12.4 Clearances
The erection clearance for cleated ends of members connecting steel to steel
shall preferably be not greater than 2mm at each end. Wherever the erection
clearance greater than 3mm at each end, for practical reasons is necessary,
suitably designed cleatings shall be provided.
13.13 Welded construction
13.13.1 General
Welding shall be in accordance with relevant Indian Standards and as
supplemented in the Specification. Welding shall be done by experienced and
good welders who have been qualified by tests in accordance with BIS:817.
13.13.2 Preparation of Material
Surface to be welded shall be free from loose scale, slag, rust, grease, paint,
and any other foreign material except that mild scale which withstands
vigorous wire brushing may remain. Joint surfaces shall be free from fins and
tears. Preparation of edges by gas-cutting shall, wherever practicable, be
done by a mechanically guided torch.
13.13.3 Assembling
Parts to be fillet welded shall be brought in as close contact as practicable
and in no event shall be separated by more than 4mm. If the separation is
1.5m or greater, the size of the filled welds shall be increased by the amount
of the separation. The fit of joints at contact surfaces which are not
completely sealed by welds, shall be close enough to exclude water after
painting. Abutting parts to be butt-welded shall be carefully aligned.
Misalignments greater than 3mm shall be corrected and in making the
correction the parts shall not be drawn into a sharper slope than two degrees
(2 deg.)
The work shall be positioned for flat welding whenever practicable.

342
SECTION: C13
V.O.CHIDAMBARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR STRUCTURAL
STEEL

13.13.4 Welding Sequence


In assembling and joining parts of a structure or of built-up members, the
procedure and sequence of welding shall be such as will avoid needless
distortion and minimize shrinkage stresses. Where it is impossible to avoid
high residual stresses in the closing welds of a rigid assembly, such closing
welds shall be made in compression elements.
In the fabrication of cover-plated beams and built-up members, all shop
splices in each component part shall be made before such component part is
welded to other parts of the member. Long girders or girder sections may be
made by shop splicing not more than three sub-sections, each made in
accordance with this paragraph.
When required by the Engineer-in-Charge, welded assemblies shall be stress
relieved by heat treating in accordance with the provisions of the relevant
Indian Standard or any other Standard approved by the Engineer- in-Charge.
13.13.5 Welding technique
All complete penetration groove welds made by manual welding, except when
produced with the aid of backing material not more than 8mm thick with root
opening not less than one-half the thickness of the thinner part joined, shall
have the root of the initial layer gauged out on the back side before welding is
started from that side, and shall be so welded as to secure sound metal and
complete fusion throughout the entire cross section. Groove welds made with
the use of the backing of the same material as the base metal shall have the
weld metal thoroughly fused with the backing material. Backing strips need
not be removed. If required, they may be removed by gauging or gas cutting
after welding is completed, provided no injury is done to the base metal and
weld metal and the weld metal surface is left flush or slightly convex with full
throat thickness.
Groove welds shall be terminated at the ends of a joint in a manner that will
ensure their soundness. Where possible, this should be done by use of
extension bars or run-off plates. Extension bars or run-off plates need not be
removed upon completion of the weld unless otherwise specified elsewhere in
the contract.
To get the best and consistent quality of welding, automatic submerged arc
process shall be preferred. The technique of welding employed, the
appearance and quality of welds made, and the methods of correcting
defective work shall all conform to the relevant Indian Standards.
13.13.6 Temperature
No welding shall normally be done on parent material at a temperature below
(-)5˚C. However, if welding is to be undertaken at low temperature, adequate
precautions as recommended in relevant Indian Standard shall be taken. When
the parent material is less than 40mm thick and the temperature is between

343
SECTION: C13
V.O.CHIDAMBARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR STRUCTURAL
STEEL

(-)5˚C and 0˚C, the surface around the joint to a distance of 100mm or 4
times the thickness of the material, whichever is greater, shall be preheated
till it is hand warm. When the parent material is more than 40mm thick, the
temperature of the area mentioned above shall be in no case be less than 20
deg C. All requirements regarding preheating of the parent material shall be
in accordance with the relevant Indian Standard.
13.13.7 Peening
Where required, intermediate layers or multiple-layer welds may be peened
with light blows from a power hammer, using a round-nose tool. Peening shall
be done after the weld has cooled to a temperature warm to the hand. Care
shall be exercised to prevent scaling of flaking of weld and base metal from
over peening.
13.13.8 Equipment
These shall be capable of producing proper current that the operator may
produce satisfactory welds. The welding machine shall be of a type and
capacity as recommended by the manufacturers of electrodes or as may be
approved by the Engineer-in-Charge.
13.13.9 Finish
Column splices and butt joints of compression members depending on contact
for stress transmission shall be accurately machined and close- butted over
the whole section with a clearance as specified elsewhere in the bid
document.. In column caps and bases, the ends of shafts together with the
attached gussets, angles, channels etc., after welding/riveting together,
should be accurately machined so that the parts connected butt over the
entire surfaces of contact. Care should be taken that those connecting angles
or channels are fixed with such accuracy that they are not reduced in
thickness by machining by more than 1.0 mm.
13.14 Slab bases and caps
Bases and caps fabricated out of steel slabs, except when cut from material
with true surface, shall be accurately machined over the bearing surface and
shall be in effective contact with the end of the stanchion. A bearing face
which is to be grouted direct to a foundation need not be machined if such
face is true and parallel to the upper face.
To facilitate grouting, holes shall be provided, where necessary in stanchion
bases for the escape of air.
Lacing bars:
The ends of Lacing bars shall be neat and free from burns
13.14.1 Separators
Rolled section or built-up steel separators or diaphragms shall be required
for all double beams except where encased in concrete, in which case, pipe

344
SECTION: C13
V.O.CHIDAMBARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR STRUCTURAL
STEEL

separators shall be used.


13.14.2 Bearing Plates
Provision shall be made for all necessary steel bearing to take up reaction of
beams and columns and the required stiffeners and gussets whether or not
specified in Drawings.
13.14.3 Architectural Clearances
Bearing plates and stiffener connections shall not be encroached upon the
permitted architectural clearances.
13.14.4 Shop Connections
(a) All shop connections shall be welded as specified on the Drawings.
(b) Certain connections, specified to be shop connections, may be
changed to field connections if desired by the Engineer-in-
Charge for convenience of erection and the Contractor will have to
make the desired changes at no extra cost to the VOCPT PORT.
13.14.5 Castings
Steel castings shall be annealed.
Method and sequence of erection
13.14.5.1 The method and sequence of erection shall have the prior approval of the
Engineer-in-Charge. The Erector shall arrange for most economical method
and sequence available to him consistent with the Drawings and specifications
and such information as may be furnished to him prior to the execution of the
Contract.
13.14.5.2 Safety and Security during Erection
The contractor shall comply with BIS : 7205 for necessary safety and adhere to
safe erection practices and guard against hazardous as well as unsafe working
conditions during all stages of erection.
Proper access, platform and safety arrangement shall be provided for working
and inspection (at no extra cost wherever required )
13.14.5.3 Temporary bracing
Unless adequate bracing is included as a part of the permanent framing, the
erector during erection shall and install, free of cost to the Owner, temporary
guys and bracings where needed to secure the framing against loads such as
wind or seismic forces comparable in intensity to that for which the structure
has been designed, acting upon exposed framing as well as loads due to
erection equipment and erection operations.
If additional temporary guys are required to resist wind or seismic forces
acting upon components of the finished structure installed by others during
the course of the erection of the steel framing, arrangement for their
installation by the erector shall be made free of cost to the VOCPT PORT.

345
SECTION: C13
V.O.CHIDAMBARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR STRUCTURAL
STEEL

13.14.5.4 Field bolting


All relevant portions in respect of bolted construction of the specification for
fabrication of Structural Steel work applicable to the Project shall also be
applicable for field bolting in addition to the following:
Bolts shall be inserted in such a way so that they may remain in position under
gravity even before fixing the nut. Bolted parts shall fit solidly together when
assembled and shall not be separated by gaskets or any other interposed
compressible materials. When assembled, all joint surfaces, including those
adjacent to the washers shall be free of scales except tight mill scales. They
shall be free of dirt, loose scales, burns and other defects that would prevent
solid seating of the parts. Contact surfaces within frication-type joints shall
be free of the oil, paint, lacquer or galvanizing.
All high tensile bolts shall be tightened to the required minimum bolt tension
by any of the following methods.
a)Turn-of-nut method
When the turn-of-nut method is used to provide the bolt tension, there shall
first be enough bolts brought to a “ snug tight “ condition to ensure that the
parts of the joint are brought into good contact with each other. “ Snug tight
“ is defined as the tightness attained by a few impacts of an ordinary or the
full effort of a men using an ordinary spud wrench. Following this initial
operation, bolts shall be placed in any remaining holes in the connection and
brought to snug tightness. All bolts in the joint shall then be tightened
additionally by the applicable amount of nut rotation specified in Table-1 with
tightening progressing systematically from the most rigid part of the joint to
its free edges. During this operation there shall be no rotation of the part not
turned by the wrench.
T A B L E –I
Bolts length Bolt length Remarks
not exceeding exceeding 8”
8” or 200 mm or 200 mm
1/2 Turn 2/3 turn Nut rotation is relative to bolt
regardless of the element (nut
or bolt)being turned. Degrees
over or under

Tolerance on rotation 30 Bolts may be installed without hardened washers


when tightening is done by the turn-of-nut method. However, normal washers
shall be used.
Bolts tightened by the turn-of-nut method may have the outer face of the nut
match-marked with the protruding bolt point before final tightening, thus

346
SECTION: C13
V.O.CHIDAMBARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR STRUCTURAL
STEEL

affording the inspector visual means of noting the actual nut rotation, such
marks can be made by the wrench operator by suitable means after the bolts
have been brought up snug tight.
b)Torque wrench tightening
When torque wrenches are used to provide the bolt torque the bolts shall be
tightened to the torques specified in TABLE-II. Nuts shall be in tightening
motion when torque is measured. When suing torque wrenches to install
several bolts in a single joint, the wrench shall be returned to touch up bolts
previously tightening, which may have been loosened by the tightening of
subsequent bolts, until all are tightened to the required tension.
TABLE –II
Nominal Bolt Torque to be applied (Kg.M) for
Diameter (mm) bolt class 8.8 of I.S : 1367
20 59.94
22 81.63
24 103.73
In either of the above two method, if required for bolt entering and wrench
operation clearances, tightening may be done by turning the bolt while the
nut is prevented from rotating.
Impact wrenches if used shall be of adequate capacity and sufficiently
supplied with air to perform the required tightening of each bolt in
approximately ten seconds.
Holes for turned bolts (to be inserted in the field) shall be reamed in the field.
All drilling and reaming for turned bolts shall be done only after the parts to
be connected are assembled. Tolerances applicable in the fit of the bolts shall
be in accordance with relevant Indian Standard Specifications. All other
requirements regarding assembly and bolt tightening shall be in accordance
with this sub clause
13.14.5.5 Field welding
All field assembly and welding shall be carried out in accordance with the
requirements mentioned in the bid document. Where the fabricated structural
steel member have been delivered painted, the paint shall be removed before
field welding for a distance of at least 50 mm on either side of the joints.
Holes for all erection bolts removed after final erection shall be plugged by
welding.
13.15PAINTING AFTER ERECTION
Field Painting wherever required is to be carried out as per normal
painting procedure adopted for shop painting. Field painting shall be carried
out for all construction / erection joints, portion damaged due to
transportation & erection process, etc. Contractor shall make all arrangement

347
SECTION: C13
V.O.CHIDAMBARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR STRUCTURAL
STEEL

for field painting to get the desired quality to complete the work.

Touch up painting making good any damaged shop painting and


completing any unfinished portion of the shop coat shall be carried out by the
erection Contractor free of cost to the Owner. The materials and specification
for such painting in the field shall be in accordance with the requirements of
the specification for fabrication of structural steel work applicable for the
project.
Painting shall not be done in frosty or foggy weather or when humidity
is such as to cause condensation on the surfaces to be painted. Before painting
of steel, which is delivered unpainted, is commenced all surfaces to be
painted be dried and thoroughly cleaned from all loose scale and rust.
All field rivets, bolts welds and abrasions to the shop coat shall be spot
painted with the same paint used for the shop coat. Where specified,
surfaces which will be in contact after site assembling shall receive a coat
of paint (in additional to the shop coat, if any) and shall be brought
together while the paint is still wet. Surface which will be inaccessible after
field assembly shall receive the full-specified protective treatment before
assembly. Bolts and fabricated steel members which are galvanized or
otherwise treated and steel members to be encased in concrete shall not be
painted.

The specification for paint and workmanship shall be in accordance with the
requirements of the specification for fabrication of structural steel work
applicable to the project. The number of coats and the shades to be used
shall be as specified or as directed by the Engineering-in-Charge.
13.15 FINAL CLEANING UP
Upon completion of erection and before final acceptance of the work by the
Company, the contractor shall remove temporary support, scaffolding,
installation aid, grouting aids, tools & equipment for construction &
erection, all surplus material from site, etc. and cleaning of site and
surroundings. Costs of all these activities are deemed to be included in the
contract

348
SECTION: C14
V.O.CHIDAMBARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR MANDATORY
SPARES

14.0 GENERAL
This section defines the philosophy for mandatory spares to be supplied by the
bidder as part of the contract.
Bidder shall supply mandatory spares for applicable equipment & instrument, as
recommended by the equipment supplier.
The list below indicates the minimum requirement for mandatory spares for all
discipline. However, additional mandatory spares if and as recommended by all
systems shall be supplied by bidder without any cost and time implication.
Bidder shall also refer notes given at the end of this section for working out
mandatory spares requirement.
All the regular spares required during the guaranteed period, will be in the
bidder’s scope only after completion of individual equipment supplier guarantee
period.
Mandatory spares for all discipline shall be quoted and included in by bidder in
base lump sum price as per the following table:
14.1 MECHANICAL & PIPING:
Contractor shall supply minimum mandatory spares as follows:
Item Description Qty. Required
1.CENTRIFUGAL PUMPS
Set of Shaft sleeves 1 for each pump (each tag no.)
Set of case wear rings 1 for each pump (each tag no.)
Set of impeller wear rings 1 for each pump (each tag no.)
Set of bearings (drive end) 1 for each pump (each tag no.)
Set of bearings (non drive end) 1 for each pump (each tag no.)
Set of throat bushing 1 for each pump (each tag no.)
Set of throttle bushing 1 for each pump (each tag no.)
Set of gaskets 6 for each pump (each tag no.)
Set of labyrinths –as applicable 1 for each pump (each tag no.)
Set of oil seals-as applicable 2 for each pump (each tag no.)
Set of deflectors 1 for each pump (each tag no.)
Set of impeller nut 1 for each pump (each tag no.)
Set of coupling spares fixable elements, 1 for each pump (each tag no.)
bushes,1 for each pump (each tag no.)
pins, packing etc.
Set of mechanical seals complete 1 for each pump (each tag no.)
assembly

2.PIPING
Non Metallic Pipes 5% of total installed quantity
Fittings and Valves for Non Metallic Pipes 10% of total installed quantity

349
SECTION: C14
V.O.CHIDAMBARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR MANDATORY
SPARES

Gaskets 10% of total installed quantity


Fasteners 10% of total installed quantity

3.DIESEL ENGINE
Air filter element 2 sets of each engine
Fuel oil filter 2 sets of each engine
Lube oil filter 2 sets of each engine
4. TANKS/ PRESSURE VESSEL
Gaskets 100% of total installed quantity
Fasteners 10% of total installed quantity

14.2 ELECTRICAL
Contractor shall supply minimum mandatory spares as follows:
Contractor : 1 no. of each rating
MV fuse : 10% of each rating..
Overload relay with single
Phasing preventer : 10% of each rating.
Indication lamps : 10% of total installed quantity
MCBs &ELCB : 10% of each rating for each item.
MCCBs : l no. of each rating.
Timers : One number of each rating.
1000 V Electronic/digital (push button type) driven megger : 01 no.
Earth tester kit, complete with electrodes, connecting cable: 01 no.
Digital Multimeter : 04 no.
Digital tong tester for A.C Measurement: 01no.
Electrical drill machine (portable): 01no.
Hand drill machine : 01no.
Electrician tool kit which consist of screw driver set, electrician pliers, nose
pliers, wire cutter & stripper, Fuse Puller, pipe Wrench, Insulated screw driver
with line tester, spanners box, ring and open end type, battery voltmeter,
hydrometer etc. : 02 set
500 V Motor Tester : 01no.
Manual crimping tool with accessories for cable size upto185 MM2 : 01no.
Hydraulic crimping tool with accessories for cable up to 500 MM2 : 01no.
Working bench with vice : 01no.
14.3 INSTRUMENTATION
SL.NO. PART DESCRIPTION QUANTITY REQUIRED
1.0 Field instruments
1.1 Field indicators 10% subject to minimum 1 No. of each
type
1.2 Transmitters (smart) for 10% subject to minimum 1 No. of each
temperature type

350
SECTION: C14
V.O.CHIDAMBARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR MANDATORY
SPARES

1.3 Smart positioned 10% subject to minimum 1 No. of each


type
2.0 Line mounted instruments
2.1 Control valves
2.2 i. Proximity type limit switches 10% subject to minimum 1 No. of each
ii. Air filter regulator type
iii. Diaphragm actuators
2.3 Self-actuated regulators
• Bonnet gaskets/ Special 10% subject to minimum 1 No. of each
gaskets type
• Gland packing
3.0 Installation material
3.1 Cables 50% of the length of each type
3.2 Cable glands 10% subject to minimum one number,
whichever is higher, of each type
4.0 Local panel (Note-5
4.1 Items like all items like push Loose supply of 10% subject to minimum
buttons, indicators, hand switches, two numbers, whichever is higher, of
lamps, holders, fore panel alarm each type
etc. mounted in the local panel
4.2 Hardwired micro-processor based Loose supply of 10% subject to minimum
receiver instruments including one number, whichever is higher, of each
indicators, totalizer, recorder etc type
4.3 Fuses 100% of each type

a. Bidder shall provide consumable spares for six months operation.


b. Start up and commissioning spares as required shall be provided
NOTES:
a) The word ‘TYPE’ means the Make, Model no., Type, Range, Size/ Length,
Rating, Material as applicable.
b) Wherever % age is identified, Bidder shall supply next rounded figure.
c) The terminology used under ‘Part description’ is the commonly used name of
the part and may vary from manufacturer to manufacturer.
d) The above list indicates predefined mandatory spares excluding the
commissioning spares, Consumables and installed engineering spares for
system-oriented items. The commissioning spares and consumables shall also
be part of bidder scope of supply. The installed engineering spares for system
oriented items like sub-package control system, Local control panels etc. shall
be as per specification given elsewhere.
e) For S.No.4, items specified are predefined mandatory spares supplied loose
over and above installed engineering spares specified in job standard

351
SECTION: C14
V.O.CHIDAMBARANAR PORT TRUST
TECHNICAL SPECIFICATION FOR MANDATORY
SPARES

specification. 6. Mandatory spares shall also be applicable for instrumentation


items of sub packages as per mandatory spares philosophy.

352
SECTION: C15
V.O.CHIDAMBARANAR PORT TRUST

HOT WORK PERMITS

15.0 Hot Work Permits


To take up hot work for carrying out the required modification at site on
existing operating jetties, the contractor shall be fully responsible to design,
engineer, procure, supply fabricate, coat wrap (in case of pipeline), erect, lay
piping, pre-commission, test, commission (wherever applicable) making the
related area of jetties/ plants/ worksite gas free, clean and flushing with water
of the complete system and whatever is necessary. The modification works shall
be completed in shortest possible time and in a safe manner. The PORT shall
issue hot work permits only between dawn to dusk on Contractor's request
keeping in view PORT’s production programmes, safety requirements and the
Contract with the provision that the PORT reserves the right to divert the
Contractor's activities involved in his work programme.
It is an essential requirement that there shall be no shutdown of the operating
jetty unless the situation so demands subject to approval of PORT
The Contractor shall be responsible for devising methods and developing
detailed procedure to realize this objective and carry out the modifications in
orderly manner. The details and procedures shall be subject to PORT's approval.
Contractor shall strictly comply with all safety requirements of Hot work
permit during permit duration failing which PORT's representative will have the
right to stop Hot work and all Cost and time effect thereof shall be to
Contractor's account.
PORT shall not issue hot work permit at Site when critical activities or any other
operation during which Contractor's working may be detrimental to the safety
of the facilities are being carried out.
Any delay, rescheduling or interruption of already approved Work programme
for modification works, attributable to PORT on account of delay in issuing the
Hot Work Permit, after the contractor having met the requirement of the hot
work permit save for safety reasons of PORT’s facilities and personnel, shall be
to PORT's account in respect of cost and time effect (if it affects the critical
path) as per the provision of the Contract. PORT shall be responsible for the
shutdown of operating jetties and depressurization of hydrocarbon systems
related to the approved shutdown.
All hot works job shall be carried out in presence of the contractor’s safety
officer, who shall be directly responsible for carrying out the hot work job in a
safe and orderly manner.
15.1 SAFETY AUDIT BY VOCPT
VOCPT may conduct safety Audits, at any stage of project execution and before
taking over the facilities. The audit shall be based on a protocol that covers
elements which can affect the safety during execution or the safe operation of
the facilities in the contractor’s scope of work. Audit team which could be

353
SECTION: C15
V.O.CHIDAMBARANAR PORT TRUST

HOT WORK PERMITS

conducted by the Ports’s personnel or any agency appointed by the Port for the
purpose, accord full access to site and contractor shall provide all relevant
documentation, information, comply with the observations and
recommendations of the audit. An indicative description of the information
which may be required to be submitted by the contractor for / during the
safety audit as per VOCPT norms.

354
SECTION: C16
V.O.CHIDAMBARANAR PORT TRUST

TERMINAL POINTS

16.0 TERMINAL POINTS


Incoming power cable shall be made available at one point near Pump House
ground floor by others, Further distribution and termination of the same is in
Bidders scope. Incoming cable termination also in Bidder’s scope. Any additional
incoming cable required with respect to Bidder’s main panel location shall be in
Bidder’s scope. Jointing Kit required for incoming cable shall also be in Bidder’s
scope.
16.1 Terminal point for Earthing shall be nearest earthing grid.

355
V.O.CHIDAMBARANAR PORT TRUST SECTION: C17

APPROVED VENDOR LIST

MECHANICAL
Sl.No Item Name of Manufacture
1 Plates TISCO, SAIL, JINDAL STEEL, ESSAR STEEL
2 STRAINER (FAB/ CAST/ J.N. MARSHAL & CO, OTOKLIN FILTERS OF INDIA
FORGED) LTD., GREAVES COTTON & CO., MAZDA POWER
ENGINEERS, VIRAL ENGINEERS
3 Main Pump/Jockey KIRLOSKAR,FLOW SERVE, MATHER &
Pump PLATT,FLOWMORE
4 Diesel Engine CUMMIMS.CATERPILLER,KIRLOSKAR OIL ENGINE
5 Hydrant Valve NEWAGE,VENUS,SHAH BOGILAI,SUKAN
6 Hose Pipe CRL,JAYASREE,NEWAGE
7 Pipe TATA,INDUS,SAW,SAIL,WELSPUN,ROSHINI,
GSL,MUKUND,ZINDAL,ISMT,MAHARASHTRA,
SEAMLESS LTD.,
8 Butterfly Valve INTERVALVE,L&T, FOURESS VALVES,
KEYSTONE, JC VALVES
9 Ball Valve L & T,CRESCENT,KEYSTONE,STEEL STRONG
VALVES, JC VALVES
10 Globe/Gate Valve TYVO,SANMER,BDK,AUDCO-INDIA, JC VALVES
11 Non Return Valve L&T,CRESCENT,UPADHYA,KEYSTONE, JC VALVES
12 Fire Extinguisher MINIMAX,VIJAY,ZENITH FIRE SERVICES
13 Pressure gauge AN, H-GURU,FIBEG,GENERAL INSTRUMENTAL
manometer
14 Jumbo Curtain nozzle HD FIRE/FIRE TECH/SHAHBOGILAI/NEWAGE
15 FIRE FIGHTING SYSTEM MATHER & PLATT FIRE SYSTEMS LTD., VIJAY
FIRE PROTECTION SYSTEM LTD., VIMAL FIRE
CONTROL PVT. LTD.
NITIN FIRE PROTECTION INDUSTRIES LTD.
STEELAGE INDUSTRIES LTD,
New Age Fire Fighting Co. Ltd, Surendranagar
16 Paints Asian Paints (India) Ltd/ Berger Paints
Ltd./Bombay Paints/ Godless Nerolac Paints
Ltd/ Jenson & Nicholson paints Ltd/ Shalimar
Paints
Sigma coatings
17 EOT Cranes EDDY CRANES / ANUPAM / UNIQUE INDUSTRIAL
HANDLERS PVT. LTD/ UNITEK ENGINEERS
/TECHNOCRAFT/ K2 CRANES

356
V.O.CHIDAMBARANAR PORT TRUST SECTION: C17

APPROVED VENDOR LIST

ELECTICAL
S. No. Item Name of Manufacture
1 HT Switchgear Adlec (Schneider) / SPC Electrotech
(L&T) / RISHA (L&T) / NITYA
(Siemens)
2 LT Switchgear & Distribution Adlec (Schneider) / RISHA (L&T, ABB)
Boards (CRCA) / SPC Electrotech (L&T) / Vidhyut
Control (L&T) / NITYA (Siemens)
3 Distribution Boards (FRP) Sumip Composite (Pushtron) HENSEL
4 Distribution Transformer Areva / Emco / Crompton / BHEL /
Voltamp / Bharat Bijlee
5 HT Cables Havells / Ravin / Gemscab /
Gloster/Finolex,/RPG/Universal
6 LT Power Cables Havells /Ravin / Gemscab /
Gloster/Finolex,/RPG/Universal
7 Control Cables, Wires & Havells / Gemscab / Ravin / Gloster
Flexible cables
8 Cable Glands/Lugs Jainsons / Dowells / 3M/Raychem
9 Cable Trays (FRP) Ercon / Indiana / Sumip Composites /
Sintex
10 LT Capacitor Bank L&T / Epcos / Schneider / ABB
11 Battery Exide / Amco / Amara Raja / HBL
12 Battery Charger with DCDB Chhabi Electricals / Caldyne /
HBL/AMRON/EXIDE
13 Diesel Generator Set Powerica(Cummins) / GMMCO
(Caterpillar)/Sterling &Willson(Volvo)
14 Lighting fixture (LED) / Bajaj / Philips / Havells / WIPRO
15 Street light fixtures with poles Bajaj / Philips / Havells / WIPRO
16 Aviation Light Bajaj / Philips / Havells / WIPRO
17 Plate-Switches & Sockets, MK / Crabtree (Havells) / Anchor/
Boxes LEGRAND/L&T
18 GI Conduit with accessories BEC / AKG / SENCO / Jindal 19
19 VCB Siemens / L&T / ABB / Schneider
20 ACB Siemens / L&T / ABB / Schneider
21 MCCB Siemens / L&T / ABB / Schneider
22 MCB / ELCB / RCB / MPCB Siemens / L&T / MDS / Schneider /
Havells/Indo Asian
23 Fuse/Link Siemens / L&T / Alstom / Schneider /
C&S / Areva
24 Switch Fuse Units Siemens / L&T / Havell’s
25 Contactors Siemens / L&T / ABB / Schneider
26 Indicating Lamps / Push Siemens / Schneider / Teknic /
buttons Kaycee / L&T / Essen / Vaishnav /
BCH / C&S
27 Push button stations Siemens / Schneider / Teknic / L&T /

357
V.O.CHIDAMBARANAR PORT TRUST SECTION: C17

APPROVED VENDOR LIST

BCH / SumipComposits (Pushtron -


FRP)
28 Meters (digital) MFM Schneider (Conzerv) / L&T / Secure
29 Voltmeter / Ammeter / PF AE / IMP / MECO / L&T / Rishabh
Meter / Frequency Meter/ KWH
Meter
30 Selector Switch L&T / Siemens / Schneider / Kaycee /
Salzer / C&S / Vaishnav
31 Auxiliary Contactors/ Relays L&T / Siemens / BCH
32 Overload Relays (Hand Reset L&T / Siemens / BCH
Type)
33 Protective / Auxiliary Relays Schneider / Siemens / ABB / L&T
34 Time Delay Relays BCH / Siemens / L&T / Schneider
35 Power Contactor with 2NO+2NC Siemens / L&T / BCH / Schneider
36 Timer Siemens / L&T / BCH / Schneider
37 Terminal Blocks Elmex / Connect Well
38 Current Transformer/ Potential AE / Kappa / L&T / Siemens / Pragati
Transformer / C&S
39 Plugs & Sockets Havells / Legrand / Hensel
40 Welding Sockets B&C / BCH
41 PVC Conduit and accessories BEC / Polypack / Precision /AKG
42 Cable Termination Kits & Reychem,M-seal(M)
Straight Through Joints
43 Motors BHEL / Kirloskar / Crompton / Bharat
Bijlee/ABB
44 CCTV Honeywell/Axsis/JCI/Samsung
45 Chemical Earthing OBO/Cape/Jeff Electrode
46 Axial Flow / Exhaust Fans Almonard / AirFlow/Nicotra/Kruger
47 Air Conditioners Samsung / Blue Star / LG /
Hitachi/Voltas
48 Fire Alarm system Notifier/EST/Honeywell/Siemens

Note:
1. Purchaser reserves the right to select the desired make out of the list of
makes indicated in the approved makes.

358
V.O.CHIDAMBARANAR PORT TRUST SECTION: D

TECHNICAL DATA SHEET

1.0 TECHNICAL DATA SHEET FOR VERTICAL TURBINE PUMP


(DIESEL OPERATED)
GENERAL
1

2 Project :Fire fighting system as per OISD-156 JOB NO.:


3 Owner :VOCPT Site: VOCPT
4 Purchaser: Unit:
5 Item No: Service: Sea water
Nos.Redq: 5os; Working : 3 Nos Parallel Operation
6 Required: YES
Stand by: 2Nos
7 Applicable to Proposal Purchase As Built
Scope, Option & Info.Specified by purchaser Info. Required from & Option left to Vender to
8
Cross the selected Option.
Driver :DIESEL ENGINE Driver Supplied & Mounted By:  Pump Mfr.
9
Other
10 OPERATING CONDITIONS
11 Liquid Handled :Sea Water Capacity(m3/hr): Min/Nor/Rated :750 m3/hr
Pumping Temperature(°C) Discharge Pressure
12
:Min./Nor./Max:--/ Ambient (kg/cm²,A):16kg/cm2(@disc pipe flange)
13 specific Graity at P.T. : 1.03 Suction Pressure: Nor./Max.(kg/cm²A) : 1.0
Vap .Pressure at 20° C (Kg/cm²) : 0.04
14
Diff.Pressure:(kg/cm²)@Rated Capacity :
15 Viscosity at 20 C° (cP / cSt) : 1.07 Diff.Head(m)@Rated Capacity:
16 Corr./EROS : YES NPSH Available (m) : Flooded Suction
17 Solids in Suspension : YES
18 MANUFACTURER'S SPECIFICATIONS
19 Pump Manufacturer: Model No.:
20 CONSTRUCTION Bowl head Calculations (m):
21 Pump Type : Vertical Turbine Differential Head at Discharge Flange:
Vertical Sump Vert. Turbine Diff. Between Min. Liquid Level /Min.
22 Submerged Motor Submergence Level (Whichever is higher):
23 Vertical Double Casing And bottom of support plate
Single Volute Double Volute
24 Diffuser
25 Casing Vent Drain Gauge Thickness of Support Plate:

359
V.O.CHIDAMBARANAR PORT TRUST SECTION: D

TECHNICAL DATA SHEET

26 Line Shaft: Diff . Between Support plate Level and


Discharge .FlangeCenterline/Top of
Open Enclosed
27 Flange:
28 Shaft Dia.(mm): No of Shaft Segments: Friction losses in Suction Strainer:
Spacing between Shaft Guide Bushing(mm): Friction losses in Column/Discharge
29 Pipe:
30 Coupling Make : Total (Bowl)Differential Head(m):

31 Type: Flexible metallic

32 Non -Spark Guard:  Yes No PERFORMANCE

33 Line Shaft Coupling Type: Proposal Curve No.


34 Threaded MUFF - type Visc.Corr.Factor:
Column Type Threaded Flanged NPSH Reqd. F/L SPEED
35 (Water)(m): (rpm):
36 Column NB (mm) : No. of Col. No of Stages:
ANSI Fac- Efficiency(%) (as per OISD 156)
37 Nozzles Size Rating ing Position
38 Suction Bottom Rated BKW(0%+ve Tol.)(kW):
Max.BKW rated. Imp.(kw):As per
39 Discharge 150# FF Side OISD 156
Imp.N(mm) Max : Rated : BKW @ MCF (SG=1.0)
40 Min : Type:
Guide Bushing: Material: Rec.Driver Rating (kW):
41 No.:
42 Guide Bushing Lubrication: Max.head rated. Imp.(m):

43 Pumpage / Self Oil Other Cap@BEP(m³/hr):


No Pre-Lubrication Required MFC(m³/hr):Stable
44 Thermal
Driver Half cplg.mtd.by: Pump Mfr. MAWP@15°C/P.T./Design
45 Others Temp.(kg/cm²,G):
46 Packing: Size: No of rings: Hydrostatic Test Pressure (kg/cm²,G):
Mech.Seal: Make Packing Rotation facing coupling end: CW
47 CCW
48 Model : …….. API Code: …….. Seal flush/Quench plan: -- Material: ---
Mounting Plate: YES NO Fnd.Bolts: C.W Plan: NA Material: ---
49 YES
Mtg Plate Gasket : YES NO Mntg.Bolts: Ext.Seal flush fluid: NA LPM: @
50 YES Kg/cm²G/ °C

360
V.O.CHIDAMBARANAR PORT TRUST SECTION: D

TECHNICAL DATA SHEET

Motor mtg Stool : YES NO (for motor Seal Barrier fluid: NA LPM: @ Kg/cm²G/°C
51 driven pumps)
Base Plate. YES NO Ext.quench fluid: NA LPM: @ Kg/cm²G/ °C
52
Balancing Device YES NO C.W Reqmt. NA LPM: @ Kg/cm²G/ °C
53
Suction Strainer: YES NO Thrust(kg) Up:
54 Material: As per mfg std Max Min
Type: Basket/Wire MeshMesh Size:
55 Thrust (kg) Down: Max Min
NOTES:
56 WEIGHT DATA:
FIRE WATER PUMPS SHALL BE UL/FM
57 LISTED,NFPA-20&OISD-156 Weight of the pump (kg):
PUMP COULUMN SHALL BE PROVID- Weight of the Mounting
58 ED WITH CAISSON PIPE Plate (kg):
Weight of the Mounting
59 Stool (kg):
60 Weight of the Drive (kg):
Total Weight of the Pump
61 Unit (kg):
62 INSPECTION &TESTS (EACH PUMP)
63 Witness Observe Witness Observe
Shop Test / Inspec-
tion  NPSH/Min.Submergence 
64 Test
Material Certificates
 Dismantle inspection &
65 Reassembly after Test 
Hydrostatic
 Unitisation/Dimensional
66 Check 
Performance/Sound
Level  Check for dim. Of rota-
67 tion of pump &driver 
Materials Class
68
Materials: ASTM AUXILIARY PUIPING INTERFACE CON-
MOC
69 Grades NECTIONS
MOC-Super DU- (Remark -
D-2
70 PLEX SS 12)

361
V.O.CHIDAMBARANAR PORT TRUST SECTION: D

TECHNICAL DATA SHEET

Casing (Bowl)
D-2
(All interface connections shall be terminat-
71 ed with a flag block valves)
Casing (Discharge Rating Fac-
D-2 Size
72 Head) (ANSI) ing
Impeller
D-2
73
Inner Case Parts
D-2
Lantern Ring In-
74 let/Outlet
Sleeve Packed / Stuffing Ext.flush fluid in-
75 Box let/outlet
Sleeve Seal Seal Quench fluid
76 inlet

77 casing wear ring Seal pot vent/drain


X/C
78 Impeller wear ring Casing Vent/Outlet
Shaft Driver
X/C
79 C.W Inlet/Outlet
Shaft Intermediate Base plate drain
X/C
80 (Only flanged)
Shaft Pump
X/C
81
Column/Column Flange Steam Inlet/Outlet
X/C
82 for Jacket
Mounting Plate /Motor
X/C
83 Mounting Stool
Discharge pipe
84
Throttle Bush

85
Guide Bush
86 Bearings
Legend: I-Class Iron ;B-Bronze;S-Carbon Steel; C-11 to 13 % ChrStl;h-Hardened;f-faced;K-SS
87 304;L-SS 318; X - AISI 410
Y-Graphite;z-Killed Carbon Steel ; KL-SS 304L; LL- SS316L; XC-AISI 410; MS-MILD STEEL, D-
88 2-Super Duplex SS
89 DRIVER SUITABLE FOR PUMP STARTING WITH OPEN DISCHARGE VALVE CONDITION.
90 Applicable Specification :
REMARKS:- 1) maximum allowance casing working pressure shall not be less than 1.5 OP-
91 ERATING PRESSURE kg/cm²A@65°C.

362
V.O.CHIDAMBARANAR PORT TRUST SECTION: D

TECHNICAL DATA SHEET

2) Down STREAM Design Pressure is 22.5 kg/cm²,A.Max shut-off pressure with all +ve tol-
92 erances,shall not exceed the same.
93 3)This pump item is to be installed in fire Water pump house sump.
94 4) Accessories & Instrumentation shall be as per approved makes only.
95 5) Unitization of pumps & with its driver shall be done in the pump manufacturer's shop.
6) Pump Vendor shall furnish the Dimensional Details along with the pump data sheet. Bid-
der to note that the actual pump length may vary +/-500mm during detail engineering
stage. Vendor's base price shall include aboveTolerance.No price and time implication ac-
96 ceptable for the above change in length
99 7) The pump mounting plate shall be of standard thickness.
8) Discharge Pressure is indicated at the pump discharge flange located above mounting
plate. Vendor should calculate the bowl head based on the installation depth of the pump.
100 Calculations for arriving at the bowl head shall be furnished along with the data sheet.
9) Standard PERFORMANCE / Characteristics curves of the pumps shall be furnished by the
101 bidder along with proposal
10) Line shaft bearings shall be suitable for dry running during start - up as well as the de-
102 sign temperature.
11) Operating speed for all the fire water pumps(i.e.motor as a well diesel engine driv-
103 en)shall be identical.
12) Material of Construction shall be accepted subject to Proven Track Record
104
13) The Drivers shall be Suitable for end of curve operation of pump.Also ,driver & pump
shall be suitable for auto start either pressure switch or pressure transmitter.
105
106 SPECIAL REQUIRMENTS:
14) Flexible metallic Coupling for Electric Motor Driver FW Pumps
107
108  Make:  Model:  Service Factor: 1.5
109 Coupling Rating :
15) Pump capable of operating at 150% of rated capacity & generating a head not less
110 than 65% of rated head
16) Shut-off head not to exceed 140% of rated head
111
17)Diesel Engine driven & electric motor driven fire water main pumps:
i) Shall be of same make & model.
ii) Shall have identical operating speedPumps shall be approved by TAC accredited
112 agency not involved as owner,vendor,contractor,consultant etc
18)Minimum submergence required by pumps to be furnished by the vendor. Accordingly
115 vendor shall recommend bottom of sump height from the minimum liquid Level.

116 19)For main vertical fire pump,the length of shaft sections(if it is in parts) should be in line
with height of pump room,so that it is possible to dismantle.

363
V.O.CHIDAMBARANAR PORT TRUST SECTION: D

TECHNICAL DATA SHEET

2.0 TECHNICAL DATA SHEET FOR VERTICAL PUMPS FIRE WATER PUMP– JOCKEY
PUMP (ELECTRICAL OPERATED)
GENERAL
1
Project :Fire fighting system as per OISD-
2
156 Job No.:
3 Owner :VOCPT Site: VOCPT
4 Purchaser: VOCPT Unit: 2 nos. Unit No.:
5 Item No: Service: Fire Water(JOCKEY)
No. Reqd: Working: Standby: Parallel Operation Re- YES No
6
2nos ONE(1) ONE(1) quired:
7 Applicable to Proposal Purchase As Built

Scope , Option & Info.Specified by purchaser Info.Required from & Option left to Ven-
8
dor.Vendor to Cross the selected Option.
Driver :Electric Motor Driver Supplied & Mounted By: Pump
9
Mfr. Other
10 OPERATING CONDITIONS
11 Liquid Handled :Sea Water Capacity(m3/hr): Min/Nor/Rated :120
Pumping Temperature(°C) :Min./Nor./Max:-
12
/Ambient/65 Discharge Pressure (kg/cm²,A) : --flange)
13 specific Graity at P.T. : 1.03 Suction Pressure: Nor./Max.(kg/cm²A) : 1.0
14 Vap .Pressure at 20° C (Kg/cm²,A) : 0.04 Diff.Pressure:(kg/cm²)@Rated Capacity:
15 Viscosity at 20 C° (cP / cSt) : 1.07 Diff.Head(m)@Rated Capacity :
16 Corr./EROS : YES NPSH Available (m) : Flooded Suction
17 Solids in Suspension : YES
18 MANUFACTURER'S SPECIFICATIONS
19 Pump Manufacturer. Model No.:
20 CONSTRUCTION Bowl head Calculations (m):
21 Pump Type : Vertical Turbine Differential Head at Discharge Flange:
Vertical Sump Vert. Turbine Diff. Between Min. Liquid Level /Min.
22 Submerged Motor Submergence Level (Whichever is higher):
23 Vertical Double Casing And bottom of support plate

24 Single Volute Double Volute Diffuser

25 Casing Vent Drain Gauge Thickness of Support Plate:


Line Shaft: Diff . Between Supports plate Level and
26
Discharge.Flange Centerline/Top of Flange:
Open Enclosed
27
Shaft Dia.(mm): No of Shaft Segments: Friction losses in Suction Strainer:
28

364
V.O.CHIDAMBARANAR PORT TRUST SECTION: D

TECHNICAL DATA SHEET

Spacing between Shaft Guide Bushing(mm): Friction losses in Column/Discharge Pipe:


29
Coupling Make : Total (Bowl)Differential Head(m):
30
Type: Flexible metallic
31
Non -Spark Guard: Yes No PERFORMANCE
32
Line Shaft Coupling Type:
33 Proposal Curve No.
Threaded MUFF - type Visc.Corr.Factor:
34
Column Type Threaded Flanged NPSH F/L SPEED
35 Reqd.(Water)(m): (rpm):
Column NB (mm) : No. of Col. No of Stages:
36
ANSI Fac- Efficiency(%) As per the OISD156
37 Nozzles Size Rating ing Position
Rated BKW(0%+ve Tol.)(kW):
38 Suction Bottom
Dis- Max.BKW rated. Imp.(kw):
39 charge 150# FF Side
Imp.N(mm) Max: Rated : Min : Type: BKW @ MCF (SG=1.0)
40
Guide Bushing: Material: No.: Rec.Driver Rating (kW):
41
Guide Bushing Lubrication: Max. head rated. Imp.(m):
42
Pumpage / Self Oil Other Cap@BEP(m³/hr):
43
No Pre-Lubrication Required MFC(m³/hr):Stable Thermal
44
Driver Half cplg.mtd.by: Pump Mfr. MAWP@15°C/P.T./Design
45 Others Temp.(kg/cm²,G):
Packing: Size: No of rings: Hydrostatic Test Pressure (kg/cm²,G):
46
Mech.Seal: Make Packing Rotation facing coupling end: CW
47 CCW
Model : …….. API Code: …….. Seal flush/Quench ------ Material: ----
48 ----
Mounting : YES NO Fnd.Bolts: C.W Plan: NA Material: --
49 ------
Mtg Plate : YES NO Mntg.Bolts:  Ext.Sealflush : NA LPM: @
50 Kg/cm²G/ °C

365
V.O.CHIDAMBARANAR PORT TRUST SECTION: D

TECHNICAL DATA SHEET

51 Motor mtg : YES NO Seal Barrier fluid: LPM: @ Kg/cm²G/ °C


52 Balancing YES NO Ext.quench fluid: LPM: @ Kg/cm²G/ °C
Suction Strainer: YES NO C.W Reqmt. LPM: @ Kg/cm²G/ °C
53 Material: As per mfg std
Type: Basket/Wire MeshMesh Thrust(kg) Up: Max Min
54 Size:
55 Thrust (kg) Down: Max Min
56 NOTES: WEIGHT DATA:
FIRE WATER PUMPS AS PER
57 UL/FM LISTED/NFPA-20/OISD-156 Weight of the pump (kg):
PUMP COULUMN SHALL BE PRO-
58 VIDED WITH CAISSON PIPE Weight of the Mounting Plate (kg):
59 Weight of the Mounting Stool (kg):
60 Weight of the Drive (kg):
61
62 Total Weight of the Pump Unit (kg):
63 INSPECTION &TESTS (EACH PUMP)
Wit-
Witness
64 ness Observe Observe
Shop Test / Inspec-
tion  NPSH/Min.Submergence
65 Test
Material Certifi-
cates 
66 Dismantle inspection
Hydrostatic
 Unitisation/Dimensional
67 Check
Performance/Sound
Level  Check for dim. Of rota-
68 tion of pump &driver
69 Materials Class
Materials: ASTM AUXILIARY PUIPING INTERFACE CON-
MOC
70 Grades NECTIONS
D-2(Super DU- (Remark
D-2
71 PLEX SS) - 12)
Casing (Bowl) (All interface conn.shall be termntd.with a flag.block
D-2
72 vales)
Casing (Discharge Rating
Siz Fac-
Head) D-2 (AN-
e ing
73 SI)
74 Impeller D-2
75 Inner Case Parts D-2 Lantern Ring

366
V.O.CHIDAMBARANAR PORT TRUST SECTION: D

TECHNICAL DATA SHEET

Sleeve
Packed/Stuffing Ext.flush fluid
76 Box --
77 Sleeve Seal Seal Quench fluid inlet --
78 casing wear ring Seal pot vent/drain --
Impeller wear X/C
79 ring Casing Vent/Outlet --
80 Shaft Driver X/C C.W Inlet/OUTLET
81 Shaft Intermediate X/C Base plate drain (Only
Shaft Pump X/C flanged)
82
Column/Column
X/C
83 Flange
Steam Inlet/Outlet for
Mounting
Jacket
Plate/Motor X/C
84 Mouting Stool
85 Discharge pipe
86 Throttle Bush
Guide Bush Bear-
87 ings
Legend: I-Class Iron ;B-Bronze;S-Carbon Steel; C-11 to 13 % ChrStl;h-Hardened;f-faced;K-SS
88 304;L-SS 316; X - AISI 410
Y-Graphite; Z-Killed Carbon Steel ; KL-SS 304L; LL- SS316L; XC-AISI 410; MS-MILD
STEEL, D2
89 (Super Duplex SS)
DRIVER SUITABLE FOR PUMP STARTING WITH OPEN DISCHARGE VALVE CONDI-
90 TION.
91 Applicable Specification :
REMARKS:- 1) maximum allowable casing working pressure shall not be less than 1.5 OPER-
92 ATING PRESSURE kg/cm²A@65°C.
2) Down STREAM Design Pressure is 22.5 kg/cm²,A.The same shall not be exceeded in any cir-
93 cumstance.
94 3)This pump item is to be installed in fire Water pump house
95 4) Accessories & Instrumentation shall be as per approved makes only.
96 5) Unitization of pumps & with its driver shall be done in the pump manufacturer's shop.
6) Pump Vendor shall furnish the Dimensional Details along with the pump data sheet.Bidder to
note that the actual pump length may vary +/-500mm during detail engineering stage. Vendor's
base price shall include above tolerance.No price and time implication acceptable for the above
97 change in length
100 7) The pump mounting plate shall be of standard thickness.

8) Discharge Pressure is indicated at the pump discharge flange located above mounting
plate.Vendor should calculatethe bowl head based on the installation depth of the pump. Calcula-
101 tions for arriving at the bowl head shall be furnished along with the datasheet.

367
V.O.CHIDAMBARANAR PORT TRUST SECTION: D

TECHNICAL DATA SHEET

9) Standard performance / Characteristics curves of the pumps shall be furnished by the bidder
102 along with proposal.
10) Line shaft bearings shall be suitable for dry running during start - up as well as the design
103 temperature.
104 11) Material of Construction shall be accepted subject to Proven Track Record
12) The Drivers shall be Suitable for end of curve operation of pump.Also,driver & pump shall be
suitable for auto start.
105
13) The drives i.e.Electric Motor shall be suitable for stating pump at open discharge valve condi-
106 tion.
107 SPECIAL REQUIRMENTS:
108 14) Flexible metallic Coupling for Electric Motor Driver FW Pumps
109 Make: Model: Service Factor: 1.5
110 Coupling Rating :
15) Pump capable of operating at 150% of rated capacity & generating a head not less than 65%
111 of rated head
112 16) Shut-off head not to exceed 140% of rated head
113 17) Note that all jockey pumps shall be of same make & model.
18)Pumps shall be approved by TAC accredited agency not involved as own-
114
er,vendor,contractor,consultant etc
19)For main vertical fire pump, the length of shaft sections(if it is in parts) should be in line with
height of pump room,so that it is possible to dismantle
115

368
V.O.CHIDAMBARANAR PORT TRUST SECTION: D

TECHNICAL DATA SHEET

3.0TECHNICAL DATA SHEET FOR SCREW TYPE COMPRESSOR

SL.NO. DESCRIPTION REQUIRED

1 Client:VOCPT,

Screw Type Air Compressor Unit" consisting of Screw Type Air Com-
pressor specifications is required to supply dry and clean compressed air
1.1 Vendor to state
for operating pneumatic valves for firefighting system, Air Dryer, Air
Filters, Air Receiver and Valves etc. as per the following.

SPECIFICATIONS : "Screw Type Air Compressor Unit" consists of


2 Vendor to state
following with specifications given against each.

2.1 SCREW TYPE AIR COMPRESSOR: Vendor to state


Finalized after
Air delivery (minimum) detailed engineer-
2.1.1 ing
2.1.2 Maximum Pressure -do-

2.1.3 Working Pressure (minimum) -do-

2.1.4 No. of stages One (or more)

2.1.5 Motor Power Vendor to state)

2.1.6 Operating Voltage 3 Phase, 415 V


Vendor to con-
Suitable for continuous duty
2.1.7 firm
`2.1.8 Qty. 2nos.(1 W+1 S)
AIR DRYER: Desiccant type Air Dryer, suitable for application of the Vendor to
2.2
above Compressor to deliver dry compressed air of the required quality submit
Vendor to offer
AIR FILTERS: Set of suitable Air Filters consisting of Pre-Filter, Fine
and Submit
2.3 Filter and Carbon Filter for application of the above Compressor to de-
liver dry and clean compressed air of the required quality

AIR RECEIVER: (With pressure safety valve, manhole , auto drains


2.4
including inside and outside painting))
Finalized after
2.4.1 Capacity (minimum) detailed engineer-
ing
2.4.2 Max. Working Pressure -do-

Vendor to con-
2.4.3 Confirming to ASME Section VIII, Div.1 / IS 2625 Norms or equivalent
firm

369
V.O.CHIDAMBARANAR PORT TRUST SECTION: D

TECHNICAL DATA SHEET

SL DESCRIPTION OF REQUIREMENT REQUIRED

2.5 NOISE PROOF CANOPY:

2.5.1 Suitable Noise Proof Canopy to cover Air Compressor and Drier to Vendor to offer
reduce noise level

2.5.2 Size and details of Canopy Vendor to submit

2.6 FIRST FILLING OF OILS / REFRIGERANT

First filling of all required Oils, Grease and Refrigerant etc. required
for the Compressor and other items like Air Filter, Air Drier and Air
2.6.1 Vendor to offer
Receiver etc.to be supplied by vendor. Manufacturer's details / codes
to be submitted by the vendor

2.7 Zero Air Loss Automatic Drain Valve:


Zero Air Loss Automatic Drain Valve for draining condensed air from Vendor to offer
2.7.1
the Dryer
2.8 OTHER ITEMS:
Necessary Hoses and Pipes in required length and size, Connecters
and Valves required between Compressor, Air Dryer and Filters to be
2.8.1 Vendor to offer
supplied with the equipment

QUALITY OF DELIVERED AIR: Compressor unit should deliver


Vendor to con-
3 compressed air according to ISO - 8573-1, having the following pa-
firm
rameters of compressed air
Pressure Dew Point -20 Degree Cel-
3.1 sius
Max. Ambient Temperature 55 Degree Celsi-
3.2 us
3.3 Solid Particle / Dust Class - I
3.4 Humidity Class - IV
3.5 Oil Content Class - I

REQUIREMENT FOR ELECTRICAL EQUIPMENT


4
Voltage = 415V +10% / -10% , Frequency= 50Hz +3 / -3 , No. of
phases =3 phase with neutral. Power Supply source, as above, will be
provided by client at a single point near the machine, as per layout Vendor to accept
4.1
recommended by Vendor. & confirm

370
V.O.CHIDAMBARANAR PORT TRUST SECTION: D

TECHNICAL DATA SHEET

SL.
DESCRIPTION OF REQUIREMENT REQUIRED
NO.

ENVIRONMENTAL PERFORMANCE OF THE MACHINE :The


5 Vendor to offer
Machine should conform to following factors related to environment :

Maximum noise level shall be 85 dB(A) at normal load condition, 1


meter away from the Compressor Unit.This will be measured as per in-
5.1 Vendor to confirm
ternational standards like DIN 45635-16, if required. Supplier to
demonstrate compliance to noise level, if so required.

5.2 No hazardous chemicals shall be required to be used in the machine. Vendor to confirm

If any safety / environmental protection enclosure is required it should Vendor to confirm


5.3 be built in the machine by the vendor.

Paint of the machine should be oil / coolant resistant and should not get Vendor to confirm
5.4 Peeled off and mixed up with coolant

6 POWER SUPPLY / ENVIRONMENT CONDITION

The machine should be suitable for operation in the following condi-


tions: - - Power supply for the machine: 415 V +10 % / -15 %, 3
phase, 50 Hz +/-3 %
-Ambient Temperature range : 5 deg celsius to 55 deg celsius.
6.1 - Relative humidity: 95 % max.
- Other conditions: Similar to tropical country.
- Dust laden atmosphere during some part of the year.

7 ANCHORING MATERIAL:
7.1 Complete set of anchoring materials including foundation bolts,
nuts,Washers and leveling shoes etc for fixing of Compressor including
other items like Air Filter, Air Drier and Air Receiver etc. to the founda-
Vendor to offer
tion should be supplied.

371
V.O.CHIDAMBARANAR PORT TRUST SECTION: D

TECHNICAL DATA SHEET

SL.
DESCRIPTION OF REQUIREMENT REQUIRED
NO.
8 SPARES :
Vendor to offer their recommended mechanical, electrical and hy-
draulic Spares for 2 years of trouble free operation of Compressor and
other items like Air Filter, Air Drier and Air Receiver etc. Itemized
8.1 breakup of the offered spares should be offered by vendor. Unit Price Vendor to offer
of each item of spare should be offered.

9 O & M MANUALS:
Two sets of Operation & Maintenance Manuals in English language
and
9.1 Vendor to offer
its soft copies in CD should be supplied along with the equipment.
Manuals should contain the following information in it.
Operating manuals of Compressor including other items like Air Fil-
9.2 ter, Air Drier and Air Receiver etc. Vendor to offer

Detailed Maintenance manual of Compressor including other items


like Air Filter Air Drier and Air Receiver etc. With the help of draw-
9.3 ings of main assemblies/sub-assemblies/parts including Electrical / Vendor to offer
Coolant / Hydraulic circuit diagrams.

Catalogues, Operation & Maintenance Manuals of all bought out


9.4 items Including drawings, wherever applicable. Vendor to offer

10 FOUNDATION
Foundation plan drawing with loading data at various points is to be
Submitted by supplier within 4 weeks of placement of LOI/PO Vendor to accept
10.1 whichever is earlier. & offer

Client shall carry-out the design and construction of foundation as per Vendor to accept
10.2 Foundation plan drawing & loading data. & confirm

372
V.O.CHIDAMBARANAR PORT TRUST SECTION: D

TECHNICAL DATA SHEET

SL.NO. DESCRIPTION OF REQUIREMENT REQUIRED


11 ERECTION & COMMISSIONING
Supplier to take full responsibility for carrying out the erection and
commissioning of Compressors along with Air Drier, Air Filter and
Air Receiver etc.as per their specifications. Quality of outlet air from
11.1 Vendor to offer
the Compressor Unit will also to be demonstrated as per the technical
specifications.

12 GENERAL
Total Space required (Length, Width, Height) for complete Com-
12.1 pressor Including all items like Filter and Drier etc. should be sent Vendor to inform
along with the offer.
The supplier is to submit a clause wise deviation statement against
12.2 each Clause of this technical specification along with the offer. Vendor to submit

373
V.O.CHIDAMBARANAR PORT TRUST SECTION: D

TECHNICAL DATA SHEET

4.0 DATA SHEET FOR EOT CRANE


PROJECT : FIRE FIGHTING SYSTEM AS PER TAG NO. : -
OISD-156 LOCATION : FIRE WATER
OWNER : VOCPT PUMP HOUSE
1.0 OPERATING CONDITIONS
1.1 QUANTITY (NOS.) 01 (ONE)
1.2 SAFE WORKING LOAD Minimum 5 TONS(Bidder to specify,as per the requirement to
(TONS) handle the equipment installed)
1.3 TEST LOAD 125% OF SWL
1.4 SPAN (M) AS PER FIRE PUMP HOUSE DIMENSIONS
1.5 LIFT OF HOIST (M) AS PER FIRE PUMP HOUSE DIMENSION **
1.6 BAY LENGTH (M) AS PER FIRE PUMP HOUSE DIMENSION **
1.7 BRIDGE DEFLECTION As per IS 807
1.8 CLEARNACE DIAGRAM REQUIRED
1.9 TYPE OF GIRDER SINGLE / DOUBLE
1.1 DUTY M5
1.11 TYPE OF POWER DSL
SUPPLY
1.12 POWER SOURCE 415 V, 3 PHASE, 50Hz
1.13 TYPE OF CONTROL PENDANT PUSH BUTTON
1.14 LOCATION INDOOR
1.15 AREA CLASSIFICATION SAFE
1.16 APPLICABLE CODE IS 807, IS 3177 AND OTHER REFERRED CODES /
STANDARDS
2.0 VENDOR DATA
2.1 MAKE *
2.2 MODEL *
2.3 BRIDGE *
CONSTRUCTION
2.4 CLEARNACE DIAGRAM *
2.5 UNLADEN WEIGHT (Kg) Complete Trolley End Girder
(Carriage (each)
(each)
* * * *
2.6 ROPE Dia (mm) Strength # of falls Factor of
Safety
* * * *
2.7 ROPE DRUM Dia (mm) LENGTH(MM) STRENGTH HARDNESS
* * * *
2.8 HOOK Type Material Safety Latch Hardness
* * Yes *
HOIST CROSS LONG TRAVEL
TRAVEL
2.9 OPERATING SPEED 2.0 (M/MIN) 10.0 20.0 (M/MIN)
(M/MIN)
2.1 WHEEL BASE * *
2.11 WHEEL * *
# OF TOTAL WHEELS * *

374
V.O.CHIDAMBARANAR PORT TRUST SECTION: D

TECHNICAL DATA SHEET

# OF DRIVEN WHEELS * *
DIA. (mm) * *
WIDTH (mm) RAIL SIZE * *
LOAD (Kg) MATERIAL * CR – 80
HARDNESS (BHN) * *
* *
250 (Min) 250 (Min)
2.12 BRAKE DRUM(if any) Yes/no Yes/no Yes/no
MATERIAL WIDTH * * *
* * *
Yes/no Yes/no Yes/no
GEAR BOX(if any)
2.13 * * *
MAKE TYPE
* * *

HOIST CROSS TRAVEL LONG TRAVEL


2.14 MOTOR Yes/no Yes/no Yes/no
* * *
MAKE TYPE * * *
KW / RPM * * *
INSULATION F F F
CDF * * *
2.15 BRAKES Yes/no Yes/no Yes/no
* * *
MAKE TYPE DC ELECTRO- ELECTRO-
ELECTRO- HYDRAULIC- HYDRAULIC -
SIZE TORQUE MAGNETIC THRUSTOR THRUSTOR
* * *
* * *
2.16 LIMIT Yes/no Yes/no Yes/no
SWITCHES * * *
* * *
MAKE TYPE * * *
QUANTITY
2.17 DSL CABLE * * *
SIZE
2.18
2.19
2.2
3.0 MISCELLANEOUS REQUIREMENTS
3.1 Ratio between wheel base and span shall not be less than 1/5.
3.2 Grouped lubrication shall be provider for each mechanism.
3.3 Safe means of access shall be provided for all the area requiring maintenance. On all
walkways, railings and chequered plates of minimum 6 mm thickness shall be provided.
3.4 All rotating shafts etc. shall be suitably guarded. The crane should be operable manually in
case of power failure.
3.5 All gears shall be helical or straight and shall be enclosed in gear box.
3.6 Control : All motions of crane shall be controlled by hand operated pendant. Main off push
button should be lockable type. Emergency push button of mushroom head type shall be

375
V.O.CHIDAMBARANAR PORT TRUST SECTION: D

TECHNICAL DATA SHEET

latchable type. Movement of pendant switch shall be independent of trolley movement.


3.7 Brakes : All brakes should be fail safe and shall be applied automatically when power to
driver motor is out or fails. The Thrustor motor shall be 3 phase, totally enclosed, class B
insulated, continuous duty motor. The Thrustor shall be designed for 720 switching per hour.
Power shall be taken directly from motor terminal box. Brakes can be released manually.
3.8 Power Rails :Power rails shall be mild steel and supported by brackets at the building
columns. Power connection to collector shoe assembly shall from under side.
3.9 Flexible Trailing Cables: Shall have metallic braiding and shall be supported with hangers
having rollers moving on I-beams.

3.10 DSL : A cage shall be provided below end carriage for maintenance of DSL current
collector.
3.11 Control Panel : Control Panel shall be made of minimum 16 Gauge steel with removable
doors and degree of protection IP-51. The doors should not open when incoming supply is
on. However, for testing purpose, interlock defect feature shall be provided. All components
shall be marked as per circuit diagram. Cable entry shall be from bottom. The panel shall
include TPN load break switch and contractor on incoming line. Contractor rating shall be at
least 1.5 times the full load current of motor.
3.12 Resistors: Resistors shall be stainless steel grid type only.
3.13 Wiring: For power circuit, wiring shall be minimum 6 sq. mm. aluminum conductor, PVC
insulated sheathed and armored cables as per IS-1554 Part-I. For control circuit, wiring shall
be 2.5 sq. mm. copper conductor. Cable glands shall be double compression type. All un-
armoured cable shall be protected using a flexible metallic conduit.
3.14 Motor: All motors shall be heavy duty reversible, crane service type with duty factor of 40%
and shall be suitable for 300 starts per hour. All motors shall have TEFC enclosure with IP-
55 protection with class F insulation.
3.15 Limit Switches : Minimum rating shall be 5A, 240 VAC.
3.16 Lighting: Bulk head type fittings with dust proof enclosure shall be provided for areas where
control panel, resistors, transformers, walkways etc.. are installed.
3.17 Earthing, Painting etc… : All works shall be carried out as per best engg. Practices.
3.18 Referring drawings of the crane shall be submitted by Vendor for approval.
4.0 REMARKS
4.1 * VENDOR TO SPECIFY
4.2 Items marked ’**’ shall be finalized during detailed Engg.
4.3 EOT CRANE CAN BE OPERABLE MANUALLY ALSO.
4.4 The data sheet is to be submitted to OWNER for approval after completing technical
discussion between contractor and the EOT crane manufacturer based on design
calculations for durability of the equipment and reliable operation of the crane. Any
additional requirement, whatsoever, based on Vendor’s recommendation for safe, efficient
and smooth operation of the system is in contractor scope without any time and cost
implications to OWNER.

376
V.O.CHIDAMBARANAR PORT TRUST SECTION: D

TECHNICAL DATA SHEET

5.0 DATA SHEET FOR TOWER MONITOR

1.0 General
1.1 Make Approved make & UL listed
1.2 Model Manufacturer to state
1.3 Size 200 NB/250 NB
1.4 Water Capacity 5678 LPM
1.5 Type Electric Remote Operated
1.6 Mounting Height of Monitor Will be finalized during detail engineering
1.7 Pressure available at base flange of the 7 bar (Min.) &15 bar (Max.)
monitor
1.8 Standard/Approval
1.9 Qty. 3nos.
2.0 Guaranteed Performance Data
2.1 Horizontal Water Range In Still Wind 100 Meters ( Min.)
2.2 Vertical Water Range 45 Meters (Min.)
2.3 Operating Pressure (Max.) 16 bar
2.4 Horizontal Rotation Range +/- 180 deg.
2.5 Vertical Rotation Range +/- 70 deg.
2.6 Rotation Speed Horizontal 10 (Deg./Sec)
2.7 Rotation Speed Vertical 06 (Deg./Sec)
3.0 Constructional Features
3.1 Nozzle Capacity Adjustable Disc Type
3.2 Fog/Jet Changeover Remote operation to be provided
3.3 Operation Electric Remote Control With Manual
Override
3.4 Remote Position Indicator 1 Turn 10k Potentiometer provided for
both Horizontal & Vertical Movements
3.5 Safety Limit Switches (Variable Settings) Provided for both Horizontal & Vertical
Movements
3.6 Electric Drive Motor Rating 415 V, 3 Phase,50 HZ, power supply
3.7 Electric Control Supply Rating All control supply shall be 220 V, Single
Phase,50Hz
3.8 Type of Enclosure/IP rating for all Flameproof Ex (d) suitable for installation
Electrical Item such as Terminal Boxes, in (Zone 1/ Gas Group II A/IIB,T3) & IP
Limit Switches, Motors etc., mounted on 55 (minimum)
the Monitor
3.9 Flange Mounting Details Size 150 NB, Rating 150#,Dimensions
AS PER ANSI B 16.5
4.0 Materials of Construction
4.1 Body / Turret SS 316
4.2 Barrel/Branch Pipe SS 316
4.3 Nozzle SS 316
4.4 Worm & Worm Wheel Bronze
4.5 Swivels/Bearings SS 316
4.6 Base Flange SS 316
4.7 Bolts/Nuts/Fasteners SS 316

377
V.O.CHIDAMBARANAR PORT TRUST SECTION: D

TECHNICAL DATA SHEET

4.8 Motor Fan Cover / Manual Operation SS 316


Handle arrangement
5.0 Performance Curves/Documents
5.1 Terminal Pressure V/s Horizontal Throw Manufacture to submit
5.2 Terminal Pressure V/s Vertical Throw Manufacture to submit
5.3 Terminal Pressure V/s reaction Force Manufacture to submit
5.4 Nozzle Adjustment Drawing Manufacture to submit
5.5 General Arrangement Drawing Manufacture to submit
5.6 Electrical Control Schematic Drawing Manufacture to submit
5.7 Product Catalogue Manufacture to submit
5.8 Manufacture Quality Assurance Plan Manufacture to submit
5.9 Experience Record Manufacture to submit
6.0 Other Details
6.1 Rated Working Pressure of Monitor 16 kg/cm2
6.2 Rated Hydraulic Test Pressure of Monitor 24 kg/cm2
6.3 Weight of Total Monitor assembly Manufacture to state
6.4 Reaction Force of the monitor (Maximum) Manufacture to state
6.5 Location of Equipment At unloading platform - Risk Area
(Outdoor)

6.0 DATA SHEET FOR JUMBO WATER CURTAIN

1.0 Nos. of water curtain 3 nos.


2.0 Flow 6000 LPM
3.0 Angle of Spray 180°
4.0 Size 200 NB
5.0 Flow Pressure 7 kg/cm2 (minimum)
6.0 End Connection ANSI B 16.5; Class:150
7.0 Finish Natural finish or Epoxy painted
8.0 MOC SS 316
a.)Body SS-316
b.)Nozzle SS-316
c.)Diffuse Valve SS-316
d.)Deflector SS-316
e.)Working Pressure 5 to 12 kg/cm2
f.)Discharge Pattern Semi-Circular spray, Approx 18 Mtrs..,
6 Meters Height

378
V.O.CHIDAMBARANAR PORT TRUST SECTION: D

TECHNICAL DATA SHEET

7.0 DATA SHEET FOR CS PIPE LINE& FLANGES & FITTING

A PIPES Welded Joints at every 12 Meter.


1.0 Diameter Range As required
1.1 Makes Approved make
1.2 Type Seamless
1.3 Materials Standard ASTM A 106 GR.B
1.4 Dimensional Standard ASME B 36.10
1.5 Schedule Upto 80 MM sch.80 & above std. Sch.
1.6 Pipe Ends Bevelled
1.7 Size/Qty. As required
1.8 Testing As per ASTM B 31.3
1.9 External Coating 3 LPE – 5 MM Thick
2.0 Internal Coating Poly Glass – Minimum 3 MM thick .
B FITTINGS Flanged Joints
1.0 ELBOWS 90 Deg. R = 1.5 D, Butt Weld Bevel Ends
1.1 Materials Standard ASTM A 234 Gr. WPB,BW
1.2 Dimensional Standard ANSI B-16.9
1.3 Size/Qty. As Required
2.0 ELBOWS 45 Deg. R=1.5D,Butt Weld Bevel Ends
2.1 Material Standard ASTM A 234 Gr. WPB,BW
2.2 Dimensional standard ANSI B – 16.9
2.3 Size/Qty. As required
C REDUCER TEE Butt Weld Bevel Ends
3.1 Materials Standards ASTM A234 Gr.WPB, BW
3.2 Dimensional Standards ANSI B-16.9
3.3 Size/Qty. As required
D EQUAL TEE Butt Weld Bevel Ends
4.1 Materials Standards ASTM A234 Gr.WPB, BW
4.2 Dimensional Standards ANSI B-16.9
4.3 Size/Qty. As required
E FLANGES
1.1 Type SORF,RF
1.2 Material standard ASTM A 105
1.3 Class 150 Lbs
1.4 Dimensional Std. ANSI B 16.5
1.5 Size/Qty. As required
F BLIND FLANGE ASTM A 105,RF,150 CL,ASME B 16.5
G BOLTS WITH NUTS
1.1 Type M/C BOLT
1.2 Materials Standard CS
1.3 Dimensional Standard ASME B 18.2.1
1.4 Full Thread Yes
1.5 NUT/BOLT ASTM A 193 GR.B7 & SA 194 GR.2H
1.5 Size/Qty. As required
H GASKETS (ALL SIZES)
1.1 Type PTFE Ring
1.2 Materials Standards PTFE

379
V.O.CHIDAMBARANAR PORT TRUST SECTION: D

TECHNICAL DATA SHEET

1.3 Dimensional Standards ASME B 16.21


1.4 Thickness 4.4 mm
1.5 Size / Qty. As required
I GATE VALVE
1.1 Class 150#
1.2 Design ANSI B 16.34 & API 600

1.3 Test API 600


1.4 Face to Face/End-to-end Dimensions ANSI B 16.10
1.5 End Flange ANSI B 16.5 ( 2” TO 24”)
ANSI B 16.47 ( 26” TO 48”) SERIES “B”
2.0 MOC
2.1 Body DSS
2.2 Bonnet DSS
2.3 Stem DSS
2.4 Body Seat Ring DSS
2.5 Wedge DSS
2.6 Gasket SS-316 Spirally-wounded with graphite
filler
2.7 Bolts/Nuts A 193 GR.B7/A194 GR.2H
2.8 Hand Wheel Malleable Iron
J BALLVALVE
1.1 Class 150#
1.2 TYPE FULL BORE
1.3 Design ISO 17292/API 6D

1.4 Body ASTM A 815 Gr. DSS


1.5 Face to Face Dimensions ANSI B 16.10
1.7 Ball ASTM A 351 Gr.CF8M/ASTM A 182 815
Gr. DSS
1.8 Stem ASTM A 479 Type 316
1.9 Size / Qty. As required
K NRV(SWING CHECK VALVE)
1.1 Body DSS
1.2 Body Seating ring DSS
1.3 Disc DSS
1.4 Hinge DSS
1.5 Disc Washer DSS/13% Cr. Steel
1.6 Disc Nut SS 316
1.7 Disc Nut Pin DSS/13% Cr. Steel
1.8 Hinge Pin DSS/13% Cr. Steel
1.9 Gasket
2.0 Cover DSS
2.1 Stud DSS
2.2 Stud Nut DSS
2.3 Hinge Pin Cover DSS

380
V.O.CHIDAMBARANAR PORT TRUST SECTION: D

TECHNICAL DATA SHEET

2.4 Hinge Pin cover bolt DSS


L CONC. REDUCER ASTM A 234,WPB,BW,ASME B
16.9,Sch.40,ANSI B 16.9
M ECCENTRIC REDUCER ASTM A 234,WPB,BW,ASME B 16.9
Sch.40,ANSI B 16.9,
N HALF COUPLING ASTM A 105,SW,3000# CL,ASME B
16.11
O FULL COUPLING ASTM A 105,SW,3000 CL, ASME B
16.11
P PLUG ASTM A 105,SCRF,3000 CL.ASME B
16.11

8.0 DATA SHEET FOR DOUBLE HYDRANTS

1.0 Flow 600/900 LPM


2.0 Working pressure 14 kg/cm2
2.0 Inlet 100 NB
3.0 Flange end ANSI B 16.5.
4.0 Class 150#
5.0 Out lets 2 x 80 NB Flange (ANSI B 16.5, 150 #)
Should match 65 mm Hydrant valve
6.0 MOC SS-316
a.)Pipe SS-ERW -316
b.)Inlet/outlet Flanges ASTM A 182 F 316
c.)Operational Test H.P Test to 23 kg/cm2 for 5 minutes
7.0 Working pressure 7 to 14 kg/cm2
8.0 Height 600 MM (approximately)
9.0 Shade Painted outside with one coat of primer & 2
coats of Fire Red colour IS:5 Shade no. 536,
inside with zinc chromate paint

NOTE: SS-304/316 Make Hydrants shall be used at Jetty area of F.W. Net work (OPTIONAL)

9.0 DATA SHEET FOR WATER MONITORS

1.0 Flow 600/900 LPM


2.0 Working pressure 14 kg/cm2
3.0 Type Stand Post Type (Fixed), Single Barrel,
Manual operated
4.0 Reference Code IS:8442 - Specification for stand post type
water monitor
5.0 In let 100 NB
6.0 Flow Pressure 7 kg/cm2 to 14 kg/cm2

381
V.O.CHIDAMBARANAR PORT TRUST SECTION: D

TECHNICAL DATA SHEET

7.0 Fluid Handled Water


8.0 Temperature Ambient
9.0 Movement Horizontally- 340 Deg Vertically-105 Deg
(+90 Deg, -15Deg)
10.0 Horizontal Flow Direction 50m
11.0 Vertical Flow Direction 25m
12.0 End Connection ANSI B 16.5; Class:150
13.0 Finish Epoxy painted
14.0 MOC
14.1 Nozzle Gunmetal IS: 318 LTB-2/ 316
14.2 Water barrel (pipe) ERW SS-316
14.3 Base Flange ASTM A 182 F 316
14.4 Swivel Joint SS-316
14.5 Bends SS-316
14.6 Handle Carbon (Mild) Steel IS: 1732(2062)
14.7 Dimensional check As per IS:8442
14.8 Hydrostatic Pressure Test 25 kgf/cm2 for 5 minutes (Monitor only)
14.9 Body Hot Dip Galvanised, painted Fire Red Color IS:
5 Shade No 536
15.0 Handle Painted Black Paint

10. DATA SHEET FOR HOSE BOX & ACCESSORIES

1.0 Quantity
2.0 Scope of supply Type : Rectangle Box

Size: 900mm (W) x 600mm


(H) x 250mm (D)
(approximately)

Hose 15 M Long – 2nos.

Branch pipe (SS-316)+


Nozzle(SS-316) - 2nos.
3.0 Hose Box
3.1 Make Approved
3.2 Standard Manufacture Fabricated
3.3 Type/Size of Hose Box Weather Proof/To store 2
nos. of 15 meter long 63mm
size fire hose + 2 Nos.
Branch pipe + Nozzle +
One no. Nozzle spanner
3.4 MOC Carbon (Mild) Steel ; SWG
18 Gauge
3.5 Painting 2 Coats Anticorrosive
Fire Red Paint Outside,
and White Inside

382
V.O.CHIDAMBARANAR PORT TRUST SECTION: D

TECHNICAL DATA SHEET

3.6 General Arrangement Suitable for storage of 2


nos. 15 meter long,63
mm fire hose and 2 nos.
branch pipe nozzle/Two
glass panel doors with
hinges/Handle type
lock/MS Hammer with GI
chain/Break-glass recess for
keys. The Hose shall be
self-supporting type
suitable for outdoor
installation on suitable
pedestal
4.0 Fire Hose
4.1 Make/Brand Approved make
4.2 Standard manufacture As per ISI
4.3 Type/Size of Hose A/63 MM
4.4 Size/Type of end 63 MM Female at both ends
couplings Instantaneous Type SS with
Copper binding
4.5 Length of Hose 15 meters
4.6 Hydrostatic Test
Burst Pressure 38 kg/cm2
Proof Pressure 22 kg/cm2
4.7 Working pressure 14 kg/cm2
4.8 MOC Cotton synthetic fibre,
circular woven, jacketed
rubberized fabric reinforced
rubber lined
(RRL),MYSTOX Treated
5.0 Branch pipe & Nozzle
5.1 Make Approved make
5.2 Standard of As per IS
Manufacture
5.3 Type/Size of Branch Short / 63 mm Male
Pipe Instantaneous Type
5.4 Size/Type of Nozzle 20 mm Threaded
5.5 Working pressure 14 kg/cm2

11. DATA SHEET FOR IN-LINE BALANCE PRESSURE FOAM


PROPORTIONER(SS_316)
1.0 General
1.1 Make Approved make
1.2 Model Manufacture to state
1.3 Size/Qty. As required
1.4 Water Capacity
1.5 Foam Capacity
1.6 Type In-Line Wafer Type

383
V.O.CHIDAMBARANAR PORT TRUST SECTION: D

TECHNICAL DATA SHEET

1.7 Design Pressure 17 Bar


1.8 Standard / Approval Manufacture to state
2.0 Constructional features
2.1 Proportioner In-Line Wafer Type mounted between two
flanges of monitor water line
2.2 Water Inlet Flanged, ANSI B 16.5,150#
2.3 Foam Inlet Flanged, ANSI B 16.5,150#
2.4 Ratio Adjustment 1% to 6%
3.0 MOC Must be suitable for Sea water + Foam
3.1 All parts of the proportioner Bronze or SS 316
4.0 Drawings/Documents To be submitted by vendor
4.1 General Arrangement & Dimensional To be submitted by vendor
Drawing
4.2 FM/UL Approval Certificates YES
4.3 Product Catalogue To be submitted by vendor
4.4 Manufactures Quality Assurance Plan To be submitted by vendor

12. DATA SHEETFOR FOR LEVEL INDICATOR OF FOAM TANK (SS-316)

1.0 Make Approved make


2.0 Model No. Manufacture to state
3.0 Type Tubular
4.0 Tag No.
5.0 Service AFFF Compound
6.0 Qty.: As required
7.0 Location IN SIDE PUMP HOUSE
8.0 Range Between Top & Bottom Tank Nozzle
9.0 Mounting Local direct mounting on tank nozzles
10.0 Process Connection Size 1” 150 class Flange as per ANSI B 16.5
11.0 Operating Pressure/Temperature Atmosphere/Ambient
12.0 Viewing Element Transparent Tube
13.0 MOC
13.1 View Tube Acrylic
13.2 Body & Tie Rod SS 316
13.3 Auto Shut-off Ball valve SS 316
13.4 Flange SS 316
13.5 Packing/Gasket Gr.Asbestos
13.6 Drain Plug SS 316
13.7 Vent Plug SS 316
13. DATA SHEET FOR FOAM TANK LEVEL SWITCH OF FOAM TANK

1.0 Make Approved make


2.0 Model No. Manufacture to state
3.0 Type Side Mounting Magnetic Coupling
4.0 Tag No.
5.0 Service AFFF Compound
6.0 Qty.: As required

384
V.O.CHIDAMBARANAR PORT TRUST SECTION: D

TECHNICAL DATA SHEET

7.0 Location AFFF Storage Tank


8.0 Mounting Foam Tank (Low Level)
9.0 Process Connection/Mounting Direct-Nozzle flange on the tank side
10.0 Enclosure Type/Ingress Protection Explosion proof as per Zpne 1 Gas
Gr.IIA/IIB and IP 66
11.0 MOC
11.1 Electrical Enclosure Die Cast Aluminum
11.2 Float SS 316
11.3 Flange SS 316
11.4 Electrical Rating
11.5 Switch SPDT-2Nos. Snap action micro-switch
11.6 Contacts 1 NO + 1 NC

14. DATA SHEET FOR CONTROL CABLE- FIRE SURVIVAL

1.0 Make Approved make


2.0 Model No. Manufacture to state
3.0 Type Fie Performance / Fire Survival
4.0 Tag No.
5.0 Performance Standards BS 7846/IEC 331 or Higher Rating
6.0 Conductor Stranded Copper
7.0 Rated Voltage 1100 V
8.0 Armored Yes – GI Round Wire
9.0 Cable Construction
9.1 Conductor Core Copper
9.2 Core Fire Resistant Sheath Mica/Glass Tape
9.3 Core Insulation Cross linked Polyethylene Insulation
(XLPE)
9.4 Inner Sheath Zero Halogen,Low Smoke and Fume
9.5 Armour GI round wire
9.6 Outer Sheath Zero Halogen,Low Smoke and Fume
9.7 Markings Yes on Outer Sheath
9.8 Color of Outer Sheath Red
9.9 Color/Number Coding for cores All core to be clearly identified by color or
number code as per applicable standard
10.0 Application To connect between the Main Junction
boxes to each of the equipment on
unloading platform
11.0 Certification/Drawing To be submitted by vendor
15. DATA SHEET FOR FOAM TANK

1.0 Make Approved make


2.0 Capacity: Min. (Thick of tank): 10 MM (Contractor
shall submit selection calculation for
approval)
3.0 Type Vertical Cylindrical Dish Ends
4.0 Manufacture Standard BIS:2825

385
V.O.CHIDAMBARANAR PORT TRUST SECTION: D

TECHNICAL DATA SHEET

5.0 Application AFFF Storage Non Pressure Vessel


6.0 Overall Capacity & Qty. 20 Cu.M& 2 Nos.
7.0 Hydrostatic Testing Pressure Water Fill Tank only
8.0 MOC
8.1 Tank FRP
8.2 Nozzles welded to the tank SS 316 Pipe
8.3 Manhole & Sludge Trap FRP
8.4 Filling Lines, Vents & Drains welded to SS 316
tank
8.5 Bolts/Nuts SS 316
8.6 Isolation ball valves SS 316
9.0 Features on the Tank
9.1 Dish Ends 2 Nos.
9.2 Manhole 600 MM diameter 1 No.
9.3 Air vent 80NB Goose neck 1 No.
9.4 Overflow line & valve 1 No.
9.5 Sludge Trap & Drain Valve 1 No.
9.6 Lifting Hooks 2 Nos.
9.7 External Ladder to Manhole 1 No.
9.8 Filler line & Strainer ( 150 NB) 1 No.
10.0 Accessories on the Tank
10.1 Breather Valve 1 No.
10.2 Level Indicator 1 Set
10.3 Level Switch 1 No.

16. DATA SHEET FOR Y-TYPE STRAINER FOR FOAM APPLICATIONS


1.0 Make Approved make
2.0 Type Y-Type Having open strainer area 3 times
the pipe inlet area
3.0 Standard of Manufacture Manufacture’s Std.
4.0 Mesh size 40
5.0 Size of Strainer Will be decided after finalizing the pump
vendor.
6.0 Flow 40 Cu.M
7.0 Flange Details Dimensions/Drilling ANSI B 16.5;150
Class
8.0 Hydrostatic Test Pressure 6 kg/cm2
9.0 Recommended service condition On Suction side of foam pump for 3%
AFFF Concentrate
9.1 MOC
9.2 Body SS316
9.3 Mesh SS 316
9.4 Bolts/Nuts SS 316
9.5 Gasket CAF
9.6 Flange SS316

386
V.O.CHIDAMBARANAR PORT TRUST SECTION: D

TECHNICAL DATA SHEET

17. DATA SHEET FOR T-TYPE STRAINER FOR WATER SERVICE

1.0 Make Approved make


2.0 Type T-Type
3.0 Standard of Manufacture Manufacture’s Std.
4.0 Mesh size 40
5.0 Flow 850 M3/hr
6.0 Size of Strainer Will be decided after finalizing the
pump vendor.
7.0 Flange Details Dimensions/Drilling ANSI B 16.5;150
Class
8.0 Hydrostatic Test Pressure 6 kg/cm2
9.0 Recommended service condition Water
10.0 MOC DSS
10.1 Body DSS
10.2 Mesh SS 316
10.3 Bolts/Nuts DSS/SS-316
10.4 Gasket SS Spiral wound graphite
10.5 Flange DSS;150 Class; ASME B 16.5

18. DATA SHEET FOR 3% AFFF CONCENTRATE


1.0 Make Approved make
2.0 Reference standard IS 4989 Part 2-1984
3.0 PH at 25°C+/-1°C 7.0+/-0.5
4.0 Specific Gravity at 27 °C +/- 1°C 0.8 to 1.15
5.0 Miscibility with Distilled Water, Raw Water Miscible
6.0 Viscosity (cST) at 27°C +/- °C 7 to 10
7.0 Spreading (Co-efficient) More than 3
8.0 Sludge Content (% v/v) Less than 0.1%
9.0 Surface Tension (dyn/cm) Less than 17
10.0 Pour Point (-) 5°C
11.0 Foam Expansion Ratio at 27 °C +/-1°C More than 6
12.0 Drainage Time (25%) at 27 °C +/- 1°C More than 120 secs.
13.0 Film Formation Forms Aqueous Film
14.0 Resistance to burn back More the 10 mins.
15.0 Fire Extinguishing Time Less than 60 secs.
16.0 Packing 200 ltrs. Barrels

19. DATA SHEET FOR GEAR PUMP FOR FOAM APPLICATION

Sl.No. Description
A General
1 Type Gear Pump

387
V.O.CHIDAMBARANAR PORT TRUST SECTION: D

TECHNICAL DATA SHEET

2 Service Foam Concentrate


3 Standard Shall be confirmed to NFPA-20 as per API
676
4 Capacity 40 M3/hr- 2nos.
5 Discharge Pressure bar
B MOC
1 Casing (pump body) CF8M
2 Rotor gears SS 316
3 Rotor gears SS 431
4 End covers SS 316
5 Wearing Plates Ph Bronze
6 Stuffing Box packing Mechanical Seal
7 Gland / Bearing Cover SS 316
8 Coupling guard Aluminium
9 Base Plate MS Fabricated
C Prime Mover Electric motor
1 R.P.M 1500

20. TECHNICAL DATA SHEET FOR GAS DETECTOR

1 Make: * 30 Accessories: Provided with calibra-


tion kit, calibration required four
times annually. Quantity suitable for
the detectors supplied by bidder.
2 Model No.: * D ENVI. PROPERTIES
DETECTOR CHARACTERIS-
A TICS 31 Operating Temperature :0-50°C
3 Type: Point Type Gas Detector 32 Humidity Range :95%
4 Beam length: NA 33 Weather protection class: IP65
5 Range: 0~100% LEL 34 Explosion proof: Required
6 Type of wiring: Three wire system 35 Hazardous area classification: Zone
1,Gas Group IIA,IIB and Temperature
Class T3
7 Accuracy: ±2% LEL E APPROVAL/ CERTIFICATE
UL/ FM/ VDS/ EN-54/ LPCB/ATEX
8 Response time: * 36 : Required
CCOE : Required (For Explosion
9 Sensor life: 5 Years minimum 37 Proof type)
Fail safe feature: Required/ Not re-
10 quired F SPARE

388
V.O.CHIDAMBARANAR PORT TRUST SECTION: D

TECHNICAL DATA SHEET

11 Protection: Flame proof and weather 1 Qty: 8 nos.


proof to IP66. Necessary protection
against dust and splash shall be pro-
vided.
12 Output signal: 4-20mA for connecting G DRAWING
to PLC and inbuilt hart protocol. &
Relay based output
13 Self-diagnostic features: Required for 1 Vendor to submit data sheets, draw-
detector fault and dirty optics. ings for approval; catalogues, model
de-codification details and manuals
for the equipment for review / infor-
mation
High LEL alarm: Required/ Not Re-
14 quired 2 NOTES:
Very High LEL alarm: Required/ Not ‘*’ - Bidder to state, ‘NA’ – Not Ap-
15 Required 3 plicable
SIL certification: Required/ Not Re- Bidder to tick (√) at appropriate plac-
16 quired X 4 es
17 5 a).All accessories shall be supplied as
Dual adjustable set point for gas applicable.
alarms: Required/Not Required
18 
Immunity to RF/FM interference: b.)Bidder shall indicate all appli-
Required/ Not required cable code and standards.
19 Linear output: Required/ Not Required c.)Purchaser reserves the right to ask
the OEM to conduct the Proof Of
Concept/Live Demo of the proposed
Products and Solution, failing which
the OEM shall be technically rejected.
20 Temperature compensation: Required/ 6 Bidder to submit the QAP prior to
Not Required review and approval for consultant/
client before dispatch the material at
site
B POWER
21 Supply:24VDC
22 Operating current: *
23 Wattage consumption: *
C MECH. CHARACTERISTICS
24 Dimensions: *
25 Weight : *
26 Material of Enclosure : SS316
27 Colour : *
28 Mounting accessories: Required for
surface mounting/pole mounted. Ven-
dor to provide necessary support as
pole, brackets, nuts, bolts.

389
V.O.CHIDAMBARANAR PORT TRUST SECTION: D

TECHNICAL DATA SHEET

29 Cable entry with gland: 1/2” NPTF


proper cable entry with internal termi-
nal block shall be provided. Unused
cable entry holes shall be plugged

21. PRESSURE TRANSMITTER DATA SHEET

GENERAL Output Signal :4-20mA HART


1
Fieldbus Profibus PA
22
Manufacture/Model No:
2
*
Operating Pressure : 23 MATERIAL
3 Max.16 kg/cm2;Minimum ✓
: 7 Kg/cm2
Maximum Temperature:
4 24 Housing : Aluminium with epoxy coating
50 °C
Type:Microprocessor
5 based Smart (2- 25 Body : SS
wire),including
Mounting : Field
6 Rack 2"pipe 26 Sending Element : SS 316 Hastelloy C
mounted
External Zero and Span
7 27 Diaphragm Seal / Body : SS 316 Hastelloy C
adj.:Required
Accuracy : ± 0.075 % of
8 28
span Capillary and Armour:SS 316
Over range PROTEC-
9 TION : 130% OF FULL 29 FILL FLUID: (Refer note - 4)
RANGE
Stability : ± 0.125 % of
10 FSR for minimum 5 30 Wetted part : SS-316
Years
CONNECTIONS & DIMENSIONS
11 Operation Principle: *
Display : Backlit LCD Process Conn: Threaded Flanged
12 32
with Engineering units
SIL______Compliance Class: 150#, Std;ANSI B 16.5
13 33
SIL Not required
Isolation Min : 500Vac &
14 EMC Compatibility as 34 Location:Pump house & Jetty
per EN 61326
35 Cable entry: ½"NPT(F) (2 nos.) with SS Double
15 ENCLOSURE
compression type cable glands with PVC shroud.
Case protection class:IP- Spare entry shall be plugged with SS Plug.
16
65 or Equal or Exd

390
V.O.CHIDAMBARANAR PORT TRUST SECTION: D

TECHNICAL DATA SHEET

Case Colour: Grey


17 *
Black
18 Area Classification :
36 ACCESSORIES (Refer note -3)
ZONE 0 1
2
37 Name plate : Removable -SS
Group IIA IIB
IIC TEMP.
38 Mounting Bracket: SS (pipe bracket)
CLASS T1 T2
T3 T4
39 Diaphragm Seal:
T5 T6
Intrinsic safe certified :
19 40 Armoured Capillary----
For Hazardous area
SUPPLY / SINGAL
20 41 2 Valve manifold : SS

21 Power Supply: 24V DC 42 Flushing ring : SS


43 Syphon: 
Snubber :
44

TESTS
Calibration test/Hydro test/over range test/Accuracy test/Repeatability test/Material test cer-
1
tificate
Vendor to submit all test certificates including Master gauge/meter certificates used for pur-
2
chase/Consultant's for review & Records
Intrinsic safe/Explosion proof enclosure for instruments located in Hazardous area shall be
3
considered
Drawings
Catalogues,model de-codification details,wiring drawing and installation,operation and
1
maintenance manual for review
NOTES

1 (*) -Bidder to furnish details;(/)-Required; (x) - Not required/Not applicable


Intrinsic Safe Instruments if provided for instruments located in hazardous areas shall comply with
2
relevant hazardous area classification codes
All accessories shall be supplied. In addition, any other accessories required to kame the installa-
3
tion complete shall be supplied without any cost implication
For pressure transmitter, the normal operating pressure shall be with in 40% to 70% of the calibrat-
4
ed scale range. The selected range shall be subjected to purchaser/ consultant approval

391
V.O.CHIDAMBARANAR PORT TRUST SECTION: D

TECHNICAL DATA SHEET

IF BIDDER OPTED FOR AIR OPERATED GATE VALVES, ONLY KNIFE EDGE GATE VALVES
ARE REQUIRED. IF BIDDER OPTED FOR MOV, KNIFE EDGE GATE VALVES ARE NOT RE-
QUIRED.

22. TECHNICAL DATA SHEET FOR REMOTE OPERATED KNIFE EDGE GATE VALVE

1 Tag No.: -- Type: ON-OFF


2 P&ID No. Line No. --
Inlet Outlet
GENERAL 3 Qty.
Line Line
4 Service Sea water
5 Manufacturer Model

KNIFE EDGE GATE


6 Valve Type Body Size
VALVE

BODY /
BONNET

The MOC of the all valves shall be of duplex and


wetted parts shall be of super duplex steel.
Body/Bonnet Materi- The MOC of the all valves shall be of duplex and
7
al/Wedge/ Body Seat material wetted parts shall be of super duplex steel.

Connections & Flange end ANSI B 16.5,


8 Flanged End & 150#
Rating & Std CLASS 150 (RF)
The MOC of the all valves shall be of duplex and
9 Bonnet
wetted parts shall be of super duplex steel.
Packing Mate-
Graphite with braided end rings
10 rial
11 Flow Direction unidirectional
12 Bolt & Nut Material ASTM A1082 M-16
13 Stem 13% Cr.
14 Seat Surface HF(Hard-faced with Satellite)
TRIM Wedge/Disc
15 Seating Sur- HF(Hard-faced with Satellite)
face

392
V.O.CHIDAMBARANAR PORT TRUST SECTION: D

TECHNICAL DATA SHEET

16 Back Seat 13% Cr.

Characteristic Quick opening

17 Actuator Type Model No. Pneumatically Operated *

ACTUA- Mounting Posi-


18 Size Top *
TOR tion
Available Air
Fail Safe
19 Supply Pres- 5 Kg/cm2g FC
Action
sure
Min. Re-
Max. Allowa-
20 quired Pres- * *
ble Pressure
sure
Pneumatic
21 *
Connection

22 Local Open/Close Indication Required

23 Limit Switch: Required


Limit
Limit Switch Switch
24 -- --
Close Tag No Open Tag
No
Ex. ia for GAS
Type of Limit Switch En-
25 2 Nos of Proximity Type GROUP - IIA,
Switch closure
IIB T3
Cable Double Com-
Con-
26 Gland Ma- Namur Contacts / * pression - Ni
tacts/Rating
terial Plated
Accessories Electrical Con- SIL Certifi-
27 1/2" NPT (F) --
nection cation
Air Filter Reg-
28 Required
ulator
29 Mfr. & Model Quantity *
30 Body Material *
Filter Ele-
31 Filter Size 5 Microns Sintered Bronze
ment
Manual
32 Gauge Required Required
Drain
33 Name Plate Required, SS
34 Tag No Model No. * *
3 Way, NAMUR, with Man-
35 Type Quantity
ual Override
Ex. ia for GAS
End Connec-
36 Enclosure 1/2" NPT (F) GROUP - IIA,
tion Size
IIB T3

393
V.O.CHIDAMBARANAR PORT TRUST SECTION: D

TECHNICAL DATA SHEET

Trim Mate- SS316, Viton


37 Body Material SS 316
rial Seat Seal
SOLENOID Class H coil Insulation as per
VALVE IEC 85/IS
Coil Insulation Coil Style Single
38 1271

Freewheeling Manual
39 Required across SOV Required
diode Actuator
Cable Double Com-
40 Power Supply Gland Ma- 24VDC pression - Ni
terial Plated
Electrical Cer-
tification & SIL Certifi- Intrinsically Safe & 1/2" NPT
Connection -
cation (F)
Zone-1, Gas Group- IIA, IIB, Temperature Class
42 Area Classification
OTHERS : T3
43 IP Rating IP - 65
44 Fluid Phase Fluid Type Sea water & potable water
Maxi- Nor-
45 Units Minimum
mum mal
46 Temperature Deg.Cel 50
PROCESS Inlet Pressure @ Operating Kg/cm2
47 5 kg/cm2
DATA Cond. (g)
48 Sound @ 1 M DBA NA
Max. Shut-off Differential Kg/cm2
*
Pressure (g)
Time to open/ close *
General Notes: *- By Vendor.

1 Actuator to be sized for shut-off differential pressure.

Actuators, air filter regulator, solenoid valve and accessories requiring tubing shall be mounted,
2
valved & tubed by the valve vendor.

3 Terminal box shall be provided on the valve for limit switches for open & closed positions.

4 Valve size shall be same as line size.

Cable glands required for Limit switches & Solenoid Valve shall be Double compression Nick-
5
el Plated Brass gland with PVC Shroud.

6 Terminal box shall be provided on the solenoid valve.

7 All pneumatic tubing & fittings shall be of SS316.

394
V.O.CHIDAMBARANAR PORT TRUST SECTION: D

TECHNICAL DATA SHEET

Limit switch & solenoid valve should be designed and manufactured for intrinsic safety and
suitable for operation in class I, division I &II , group C & D environment and would be certi-
fied by
8 CMRI (central mining research institute) /ERTL and approved by CCOE.

23. PRESSURE INDICATORS - DIRECT TYPE DATA SHEET

1 GENERAL CHEMICAL DIAPHRAGM SEAL


:
MANUFACTURER: MODEL 29
2 * SS 316 HASTELLOY
NO.:
Operating pressure:Max.:16 SNUBBER : SS 304
3 * 30
kg/cm2;Min.:7 kg/cm2
TYPE CONNECTION & DIMEN-
4
SIONS
SENSOR TYPE
PROCESS CONNECTION :
5 :BOURDON BELLOWS DIA- 31
THREADED FLANGED
PHRAGM CAPSULE
DIRECT READING RE- 32 THREADED PROCESS CON-
6
CEIVER NECTION:
7 GLYCERIN FILLED: ½ˮ NPT (M) NPT (M)
1ˮ NPT (M)
WITH SWITCHING CONTACTS :
8 YES NO
HI LO

CHEMICAL DIAPHRAGM SEAL: FLANGED PROCESS CONNEC-


DIRECT MOUNTING TION:
REMOUNTE WITH CAPILLARY FLANGE RATING : 150#
9 CAPILLARY LENGTH : 33 FLANGE SIZE : 1/2"
FILL FLUID :

MOUNTING : DIRECT SUR- PROCESS CONNECTION LO-


10 34
FACE PANEL CATION: Pump House&Jetty
11 BEZEL RING : SCREWED TYPE 35 CABLE ENTRY:

ACCESSORIES (REFER NOTE


12 FEATURES: 36
3)
DIAL SIZE : 150 MM NAME PLATE / METAL TAG :
13 37
100MM REQUIRED IN SS
14 ACCURACY : ± 1 % FSD 38 CAPILLARY:
OVER RANGE PROTECTION:130%
15 39 SYPHON :
OF MAX.Pr.
16 BELOW OUT DISC : REQUIRED 40 SNUBBUR :

395
V.O.CHIDAMBARANAR PORT TRUST SECTION: D

TECHNICAL DATA SHEET

17 ENCLOSURE PROTECTION * 41 GAUGE SAVER :

ALL INSTALLATION HARD-


20 MATERIAL OF CONSTRUCTION 43
WARE
HOUSING : DIE CAST ALUMINIUM SNUBBER :
21 44
SS 316
CODES AND STAND-
22 GASKET:
ARDS(REFER NOTE 2)
23 BOLTS & NUTS 45 SPECIFICATIONS - IS 3624

PRESSURE ELEMENT:
SS 316 NEOPRENE
SELECTION & INSTALLATION
24 DIAPHRAGM 46
- BS EN 837
PTFE COATING PHOSPHOR
BRONZE
WEATHER PROOF - IS 13947
25 FLUSHING RING : 47
PART I
MOVEMENT : SS 316 SS 304 EXPL.PROOF-IS 2148/EN
26 48
50014/BS EN 50020
SOCKET : SS 316 SS 304 TESTS:
27 49

28 GLASS : SHATTERPROOF 50 CALCULATION

HYDRO TEST
51
REPEATABILITY
52
IBR
53

Drawings
The bidder shall submit catalogues. Data sheet and erection sketch for review and comments by
1
purchase/consultant
The bidder shall submit instruction manual for records
2

Test Certificates

1 Bidder shall submit all routine test certificates for purchaser/consultant's review

2 Bidder shall submit type test certificates for protection class

Notes

1 Bidder to furnace details

396
V.O.CHIDAMBARANAR PORT TRUST SECTION: D

TECHNICAL DATA SHEET

2 The bidder shall indicate all applicable codes and standards

3 All accessories shall be supplied as applicable

27.HYDRANT VALVE SS-316 /G.M IS:318 LTB-2

1.0 Quantity Jetty: 3 sets; Terminal: 24 sets


1.1 Make Approved make
1.2 Standard of Manufacture As per IS:5290 Type A /FM 1521
1.3 Size of valve 63mm Male Instantaneous TYPE
1.4 Capacity 600 lpm at 7 kg/cm2
1.5 Flange Size/Drilling Flanged-80/75 NB,IS:1538/ANSI B
16.5,150 class
1.6 Hydrostatic Test Pressure 21 kg/cm2 for 2.5 minutes
1.7 Water Tightness Seat Test 14 kg/cm2 for 2.5 minutes
1.8 Operation Manual
1.9 Recommended service condition Raw water
2.0 Materials of construction SS-316
2.1 Body, Bonnet, Female outlet and parts SS-316
2.2 Spindle SS-316
2.3 Spring, Stainless Steel Wire IS:6258
2.4 Hand Wheel C.I.IS:210 FG 200
2.5 Dimensions check Dimensions as per IS:5250 Type A
2.6 Finish Polish finish

24. DATA SHEET FOR PRESSURE SWITCH

1.0 Make Approved make


2.0 Model No. Manufacture to state
3.0 Type Diaphragm Sealed Piston Actuator
4.0 Qty. 2 nos.
5.0 Service Raw water
5.1 Operating pressure 16 kg/cm2
5.2 Design Pressure 20 kg/cm2
6.0 Operating Temperature 40°C
6.1 Design Temperature 52 °C
7.0 Location Pump Discharge & Main Header
8.0 Mounting Direct - Bottom entry ½” NPT
9.0 Enclosure Protection IP 66
10.0 MOC
11.0 Enclosure Die Cast Aluminium
12.0 Diaphragm SS 316
13.0 Wetted Parts SS 316
14.0 Electrical Rating
15.0 Switch SPDT-1no.Snap action micro switch
16.0 Contacts 1 No + 1 NC
17.0 Rating 15A 250V AC / 1A 30 C DC

397
V.O.CHIDAMBARANAR PORT TRUST SECTION: D

TECHNICAL DATA SHEET

18.0 Standard Features 1/setting-Full range adjustable


2/Over range protection-130%
19.0 Location of Equipment Fire water Pump House-Safe Area (Indoor)
20.0 Drawing/Catalogue To be submitted by Vendor

398
LAYOUT FOR FIXED FIRE FIGHTING SYSTEM

2.54 km
Fire Fighting
Station
0.274 km
Oil Jetty SS

Oil Jetty
SO
CO

UT
NV
CO

EY
CO

NV

HE
NV

OR
EY
EY

NT
OR

RN
OR

PL
TN

967800 mY
968200 mY
968600 mY
969000 mY
969400 mY
969800 mY

TN

EB

BR
EB

EA
Open Bulk
NO

Storage Yard

TIDE GAUGE
RT
HB

KW
COA
RE
AK

AT
STA
L
WA

ER
TE

CAR
192600 mX 192600 mX

G OB
ER
TH

SH
A LLO
W
DR
AF
T
BE
RT
H
CH
CH 900m
CH 880m
CH 860
8 m
CH 40m

78° 12' 30''E


78° 12' 30''E

CH 820m
CH 800m
193000 mX CH 780m 193000 mX

NC
CH 760m

B-II
I
CH 740m
CH CH 720m
CH 320m CH 700m
CH 300m CH 680m
Ap
pro CH 280m CH 660m
ach 2
CH 60m CH 640m
To
Be CH 240m CH 620m

BE
rth-9

R
CO
&B CH 220m CH 600m

TH
erth CH 200m CH 580m

NV
-8

CO

-9
CO
CH 180m CH 560m

EY
NV
CH 160m CH 540m

NV

EY

OR
CH 140m CH 520m

EY

OR

NT
CH 120m CH 500m
1
OR

PL
NC
CH 480m

TN
CH 00m
CH 460
TN
m

EB
CH 80m

B-II
CH 440m
CH 60m 4 EB
CH 40m CH 20m
CH 2 0m CH 400m
CH 340m CH 380m

Ap
CH 360
CH 320m m

pro
CH 300m CH 340m
193400 mX 193400 mX

BE
CH 320m

ach
CH 280m
CH 300m

RT
CH 260

To
m CH 280m
CH 240m

H-8
NC
CH 260
CH 220m m
CH 240m
B-I
CH 200m
CH 80m1 CH 220m

BE
1
CH 60m
CH 200m
CH 180m

AD RTH
CH 140m NC
CH 160m
CH 120m
B-I

AL
DIT 5 &
1 CH 140m

ION 6
CH 00m CH 120m
CH 80m CH 100m
C 60m CH 80m
CHH 40
20 m CH 60m
BE m
CH 40m

360
RT

m
H-7
CH 20m

CH 340m
0m

CH 320m
CH 300m
CH 280m
CH 260m
CH 240m
m

CH 220m
820

CH 200m
CH 180m
CH 00m
8

CH 160m
CH 140m
CH 780m

CH 120m
CH 100m
CH 760m CH

CH 80m
193800 mX 193800 mX

CH 60m
300
m

CH
CH 740m

CH 40m
CH

CH 20m
280
CH 720m m

CH 0m
CH
260
CH 700m
CH m
240
CH 680m
CH m

78° 13' 00''E


78° 13' 00''E

CH 660m 220
CH m
CH 640m 200
CH m
CH 620m 180
m
CO

CH 600m CH
160m
AL

CH 580m CH
140
CH 560m CH m
120
JET

CH m
CH 540m 1
CH 00m
TY-I

CH 520m 80m
CH 500m CH
60m
CH 480m CH
40m
CH 460m CH
2

V.
CH 440m CH 0m
0m

O.
EA
CH 420m

C.
ST
CH 400m

E R
CH 380m
CH 360m

NB
AR
CH 340m
CH 320m

WH REAK
194200 mX 194200 mX

-4
CH 300m
CH 280m
OIL

F 1 WAT
CH 260m

ER
CH 240m
JETT

CH 220m
Y

CH 200m
CH 180m
CH 160m
CH 140m
CH 120m
40,000DWT VESSEL

CH 100m
CH 80m
CH 60m
CH 40m
215M(LOL) x 29M(Beam) x 16.2M

CH 20m
CH 0m R80 29m
CH
5678 lpm
Remote operated Tower monitor-1
(SIZE 3M X 3M Elevation at 20M Ht.)

CH
CH 200m
CH 180m
CH 160m 15m
CO

CH 140m
AL

CH 120m
194600 mX 1 194600 mX
15m

R80 10m
JE

CH 00m
CH 80m
TT

15m
39m

CH 60m
Y-I
I

CH 40m
2
18m

CH 0m
78m

0m
30m
83m

215m
5678 lpm

R80 2m
39m

78° 13' 30''E


78° 13' 30''E

11m 15m

NO
RT
15m
HB
RE
40,000DWT VESSEL

AK
WA
TE
R
Remote operated Tower monitor-2
(SIZE 3M X 3M Elevation at 20M Ht.)

215M(LOL) x 29M(Beam) x 16.2M

195000 mX 195000 mX
5678 lpm
Remote operated Tower monitor-3
(SIZE 3M X 3M Elevation at 20M Ht.)

195400 mX 195400 mX
968600 mY
969000 mY
969400 mY
969800 mY

967800 mY
968200 mY

08° 45' 00'' N 08° 45' 30'' N


SO
UT
HE
RN

967800 mY
968200 mY
968600 mY
969000 mY

BR
EA
Open Bulk
Storage Yard

K
TIDE GAUGE

WA
COAS
TAL

TE
R

192600 mX
CARG
O BE
RTH

SH
AL
LO
W
DR
AF
T BE
RT
H

CH
CH 900m
CH 880m
CH 860m
CH 840m
78° 12' 30''E

CH 820m
CH 800m
CH 780m
193000 mX
NC

CH 760m
CH 740m
B-III

CH CH 720m
CH 320m CH 700m
CH 300m CH 680m
Ap
pro CH 280m CH 660m
ach CH 640m
To CH 260m
Be CH 240m CH 620m
BE

rth-9
& CH 220m CH 600m
CO

Be
RT

CH 200m CH 580m
NV
CO

rth-8
H-9

CH 180m CH 560m
CO

EY
NV

CH 160m CH 540m
NV

OR
EY

CH 140m CH 520m
EY

OR

CH 500m
NT

CH 120m
10
OR

CH 480m
PL

CH 0m
NC
TN

CH 460m
TN

CH 80m
EB

B-II

CH 440m
EB

CH 60m
CH 40m CH 420m
CH 20m CH 400m
CH 340m CH 380m
Ap

CH 360m
CH 320m
pro

CH 340m
193400 mX CH 300m
CH 320m
BE
ach

CH 280m
CH 300m
RT

CH 260m
To

CH 240m CH 280m
H-8
NC

CH 260m
CH 220m 24
CH 0m
B-I

CH 200m
AD

CH 220m
CH 180m
BE

CH 200m
CH 160m
RT

CH 180m
H

CH 140m
NC

ON

CH 160m
CH 120m
AL
B-I

DITI 5 &

10 CH 140m
6

CH 0m CH 120m
CH 80m CH 100m
CH 60m CH 80m
CH 40
20 m CH 60m
BE m
RT CH 40m
20
360m

CH m
H-7
CH 340m

0m
CH 320m
CH 300m
CH 280m
CH 260m
CH 240m
CH 220m

820m
CH 200m

CH
CH 180m

800m
CH 160m
CH 140m

CH 780m
CH 120m
CH 100m

CH 760m CH
CH 80m

193800 mX 300
CH 60m

CH

CH 740m CH m
CH 40m

280
CH 20m

CH 720m m
CH 0m

CH
260
CH 700m
CH m
CH 680m 240
78° 13' 00''E

CH 220 m
CH 660m m
CH
CH 640m 200
CH m
CH 620m 180
CH m
CO

CH 600m 160
CH m
AL

CH 580m 140
CH m
CH 560m 120
CH m
JETT

CH 540m
CH 100m
Y-I

CH 520m 80m
CH 500m CH
60m
CH 480m CH
40m
CH 460m CH
20m
V.

CH 440m CH
0m
EA
O.

CH 420m
TUTICORIN
ST
C.

CH 400m
ER

VOCPT - 2020 - 03

CH 380m
CH 360m
N BR
RF

CH 340m
285M x 41.2M x 20.6M

WHA EA

CH 320m
194200 mX
4

CH 300m
1,00,000DWT VESSEL(POL)

KW

CH 280m
OIL

CH 260m
1 - ATER

CH 240m
CH 220m
JETTY

CH 200m
CH 180m
CH 160m
CH 140m
CH 120m
CH 100m
CH 80m
235M x 32.5M x 16.2M

CH 60m
50,000DWT VESSEL(LPG)

CH 40m
CH 20m
CH 0m
CH
CH
CH 200m
CH 180m
CH 160m
CH 140m
CO

CH 120m
AL

194600 mX 10
CH 0m
JE

CH 80m
TT

CH 60m
Y-II

CH 40m
20
CH m
0m
V.O. CHIDAMBARANAR PORT TRUST
FIXED FIRE FIGHTING SYSTEM AT OIL JETTY
78° 13' 30''E

NO
RT
H BR
EA
KW
AT
ER

195000 mX
DIESEL DIESEL DIESEL DIESEL DIESEL
OIL
TANK TANK TANK TANK TANK AR1 JETTY
(TYP) (TYP) (TYP) (TYP) (TYP)
1000Lts

AC AC

FP-1 FP-2 FP-3 FP-4 FP-5

50CFM AIR
750m3/hr 750m3/hr 750m3/hr 750m3/hr 750m3/hr SCREW COMPRESSOR

FOAM TANK 2 FOAM TANK 1


2.5X4.5 2.5X4.5
20 m³ 20 m³

830 SQ
OPENING (TYP)

650NB MAIN HEADER


OPENING
(870x420) (TYP) 120 m3/hr
JP1

500NB MAIN HEADER

40m3/hr
40m3/hr

FOP1
FOP2
120 m3/hr
JP2 RCC CORBEL
(TYP)

RS

80NB MAIN HEADER (FOAM)


UP

D1

V1 V1

APPROACH JETTY

GROUND FLOOR PLAN

FIXED FIRE FIGHTING SYSTEM AT OIL JETTY

VOCPT - 2020 - 01
LEGEND:
WATER LINE
AIR LINE
FOAM LINE
DOUBLE HYDRANT
TOWER MONITOR
GROUND WATER MONITOR
JUMBO NOZZLE
GATE VALVE
BALL VALVE
STRAINER
SCREW PUMP
REMOTE OPERATED VALVE
NON RETURN VALVE
VERTICAL TURBINE PUMP
PRESSURE GAUGE
PRESSURE SWITCH
SOLENOIED VALVE
RATIO CONTROLLER

VOCPT - 2020 - 02
RED GATE CONROL ROOM
Incomer 1
Incomer 2 From Auto New SS
(Spare)
240 sq mm
BC 22 KV, 240 sq mm

Oil Jetty Feeder


SS 12 - 500 KVA
(HT indoor
NCB II breaker unit) 240 sq mm
SS-5 SS-16 SS 24
Hare Island
250 KVA 250 KVA 500 KVA
Sprinkler
System
OMCB

22 KV / 440 V 22 KV / 440 V
Substation 500 KVA
No.12 500 KVA
(Spare)

3.5 X
400 sq mm
SPIC IOC Fire Service Fixed Fire
Station at Oil Jetty Fighting System
Validate Print Help Item Rate BoQ
Tender Inviting Authority: Chief Mechanical Engineer

Name of Work:"Design, Manufacture, Fabrication, Supply, Erection,Testing, Commissioning and handing over Fixed Fire Fighting System at Oil Jetty in compliance with OISDrequirements"

Contract No: MEE-SEIMN-MEC-FFFSC-VI-20/01

Name of the
Bidder/ Bidding
Firm /
Company :

PRICE SCHEDULE
(This BOQ template must not be modified/replaced by the bidder and the same should be uploaded after filling the relevent columns, else the bidder is liable to be rejected for this tender. Bidders are allowed to enter the Bidder Name and Values only )
Note : The basic supply price includes cost towards tools accessories, mandatory spares for respective equipments/machineries etc
NUMBER # TEXT # NUMBER # NUMBER NUMBER NUMBER NUMBER NUMBER NUMBER NUMBER NUMBER NUMBER # TEXT #
Sl. Item Description Ex-Works price excluding Packing and Forwarding To Packing and Tax and duties To be Tax and duties In Transportation Transit Insurance In For office reference For office TOTAL AMOUNT in TOTAL AMOUNT
No. packing,forwarding all be entered by the Bidder Forwarding entered by the Bidder Figures charges In Figures To Figures To be entered reference Rs. P In Words
taxes,duties and levies in % In Figures in % in Rs. be entered by the by the Bidder
etc..,transportation charges and in Rs. Bidder in Rs.
transmit insurance In Figures in Rs
To be entered by the Bidder
in Rs.

1 2 13 14 15 16 17 20 21 22 23 53 55
1 Supply of Materials/Machineries/Equipments

1.01 0.00 0.00 0.00 INR Zero Only


Diesel Engine driven main fire pumps including diesel engine,
gear box and other accessories.
1.02 0.00 0.00 0.00 INR Zero Only
Jockey pumps including motor and other accessories.

1.03 0.00 0.00 0.00 INR Zero Only


Foam pumps including motor and other accessories.

1.04 0.00 0.00 0.00 INR Zero Only


EOT Crane including all accessories.

1.05 0.00 0.00 0.00 INR Zero Only


FRP Foam Tank including all accessories.

1.06 0.00 0.00 0.00 INR Zero Only


D.G.Set including all accessories.

1.07 0.00 0.00 0.00 INR Zero Only


Air Compressor & Dryer, Air vessel and including all
accessories.
1.08 0.00 0.00 0.00 INR Zero Only
Jetty area equipment such as Remote operated Tower
Monitors,Jumbo Nozzles,Double Hydrants,etc.
1.09 0.00 0.00 0.00 INR Zero Only
Piping and fittings along with required accessories.

1.11 0.00 0.00 0.00 INR Zero Only


Electrical and insturmentation items including all accessories.

1.12 CIVIL MODIFICATION& STRUCTURAL WORKS COST 0.00 0.00 0.00 INR Zero Only
(Control room Interior works, Structural Stability check for
exisiting structures,Civil RCC works (pump foundation
modification & Pipe pedestal)

2 Tax @ % on Lumpsum Tax on Guaranteed delivery period Guaranteed completion Guaranteed period for Guaranteed completion Guaranteed Indicate date up
price To be entered by the Lumpsum for supply items from Letter period for all site submission of period for all site completion period to which the Bid
Bidder price of Intent (LOI) or Purchase activities from LOI or PO drawings from LOI or activities period for all site activities is valid
in % in Rs Order (PO) or Contract, or Contract, whichever PO or Contract, Months(From) period Months(To) (minimum
whichever is earliest To be is earliest Months To be whichever is earliest In Figures To be In Figures To be period 6 months
Charges to as Erection Testing and Commissiong of Complete fire fighting system etc., entered by the Bidder entered by the Bidder Weeks in entered by the Bidder in entered by the from Bid due
in Months in Months Months date Format Bidder in date date) in date
mm/dd/yyyy Format Format
mm/dd/yyyy mm/dd/yyyy

2.01 0.00 0.00 INR Zero Only


Charges to as Erection Testing and Commissiong of Complete
fire fighting system etc.,
3 Lumpsum price for design,preparation of detailed drawings,Supply of material ,manufacture ,shop inspection and testing at manufacturer's works,packing ,forwarding,for unloading and storage at site,handling at site,fabrication,erection,testing,commissioning at site and carrying out
performance and acceptance tests,inclusive of service tax,all taxes,duties and levies,transportation,transmit insurance and delivery at site of fixed fire fighting system stritcly in accordance with this tender document.(Refer row 28)

Total in Figures 0.00 INR Zero Only

Quoted Rate in Words INR Zero Only

Note : The basic supply price includes cost towards tools accessories, mandatory spares for respective equipments/machineriesetc

408

You might also like